Loading...
HomeMy WebLinkAboutPW18-280 - Original - Stanley Patrick Striping Co. - 2018 Plastic Markings - 07/09/2018 SENT Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prise° to submission to the City Clerlk's Officm,,,M Ail portions are to be coinpleted. If you have questions, please cont-act Mlle City Clerk's Office at 253-856-5725. ❑ Blue/Motion Sheet Attached ® Pink Sheet Attached Vendor Name: Stanley Patrick Striping Co. Vendor Number (3DE): Contract Number (City Clerk): YAW 1 72 Category: Contract Agreement Sub-Category (if applicable): " how:cG Project Name: 2018 Plastic Markings �9� Contract Execution Date: Date of t e ayors signature Termination Date: 25 working days Contract Manager: Joe Araucto Department: PW: Operations Contract Amount: $2341,030.00 Approval Authority: ❑ Director ❑ Mayor ® City Council Other Details: The p,rgject consists of the installation and refresh of existing plastic Pavement markings including stop lines, crosswalks, traffic arrows, traffic letters, and rai(roacl crossing markers on various City of Kent StreeEs. i CI KI NG'COUNTY, A5'rH�l�1�TQN 1NT S �C - W S 1M11SFo i i " ►`" � ` � � Ill r1 ter: 00� , Iv IL 1 000314 PUBI iC Ul WORKS pImitot ft. i PUBLIC WORKS DEPARTMENT Timothy]. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 Fax: 253-856-6500 wnseina rau PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2018 Plastic Markings Project Dumber: R00602 ADDENDUM No. 1 May 23, 2018 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: Al III CIIHAINGES AIIIIIIE REFLECTED IN RED I_- KENT SPECIAL PROVISIONS Page 8-1 - Section 8-21.1 - Description DELETE this section in its entirety. &-'244....... Per Inant7.4-f�i,y n irigi for .../-6" Ave S will-be i""A rlled-ill a-eeordaivice with the is aing a r4 Cfe rur� li flare 6 4er7 ine6deud +n Appaenck -r Page 8-1 - Section 8-21.2 - Materials ADD the following to the beginning of this section: SECTION 8-,21.2 IS SUPPLE E N'FED BY ADDING VIE FOLLOWING.° END OF ADDENDUM No. 1 Qp 3 Chad Bieren, P.E. Date v Deputy Director/City Engineer Y Mayor Dana Ralph 1 I INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 9 Kent Standard Plans Section 9 WSDOT Standard Plans Section 7 Location Maps and hannelization Plans Section €3 Traffic Control) Plans Section 9 Prevailing Wage Rates BIDDER'S NAME I CITY OF KENT' KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2018 Plastic Markings Project Number: R00602 BIDS ACCEPTED UNTIL BID OPENINta May 29, 2018 May 29, 2018 12:45 P.M. 1.00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR LENT WAS H ING T ON Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Al Verify Scal 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 Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Location Maps and Channelization Plans Traffic Control Plans Prevailing Wage Rates i INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 29, 2018 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: 2018 Plastic Markings Project Number: R00602 The project consists of installing permanent signing, installing new and refreshing existing plastic pavement markings including stop lines, 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 $400,000 to $460,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Joseph Araucto, P.E. at 253- 856-5664. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $25 for each set. Plans and specifications can also be downloaded at no charge at MMM ,, v % ,a .11lagl -,pEocuremrlf, 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 9"' day of May, 2018. e ", BY: ' Kimberley A. 6pmoto, City Cie Published in Daily Journal of Commerce on May 15 and 22, 2018 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date � (-7- � (( "� `6 This statement relates to a proposed contract with the City of Kent named 2018 Plastic Markings Project Number: R00602 I am the undersigned bidder or prospective contractor. I represent that - 1. I L 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 B, DDER SIT�)iITI.E o 'z- . ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2018 Plastic Markings/Araucto 1 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal DECLARATION' j CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY I 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: „� .,- � �" ".Yr'1 � .."V,., �✓L Title: Date: 2018 Plastic Markings/Araucto 2 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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. 2018 Plastic Markings/Araucto 3 May 9, 2016 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bx.a.co. - Always Verify Scal CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of 4 Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2018 Plastic Markings/Project Number: R00602 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By:For: Title: Date: 2018 Plastic Markings/Araucto 4 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that has examined the job site and construction details of tk a work as outlined on the 0 plans and described in the specifications for the project named 201E 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 erbraced 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 SCHEDULEI - 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. 2018 Plastic Markings/Araucto 5 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization WSDOT LUMP SUM Per LS 1005 8-22.5 900 Removing Paint Line $ $ o r WSDOT LN FT Per LF 1010 8-22.5 3,300 Plastic Stop Line $ 65, $ WSDOT LN FT (24 inch wide) Per LF 1015 8-22.5 15,500 Plastic Crosswalk Line $ ((j $ `� 066 .a.- WSDOT SQ FT Per SF ° 1020 8-22.5 850 Plastic Line $ 4 $ �?Cb WSDOT LN FT Per LF 1025 8-22.5 110 Plastic Wide Lane Line $ J $ -3 3b WSDOT LN FT Per LF 1030 8-22.5 44 Plastic Traffic Arrow $ ( SC} $ WSDOT EACH Per EA 1035 8-22.5 100 Plastic Traffic Letter $ �(� °® $ q/a 6 WSDOT EACH Per EA 1040 8-22.5 41 Plastic Railroad Crossing $ UQ r $ d q i WSDOT EACH Symbol Per EA 1045 8-22.5 2,000 Additional Plastic Traffic $ d e 2- $ s-00 KSP SQ FT Marking Removal Per SF 2018 Plastic Markings/Araucto 6 May 9, 2016 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1050 1-10.5 1,000 Traffic Control Labor $ $ l coo KSP HOURS Per HR 1055 1-10.5 200 Traffic Control Supervisor $ I $ KSP HOURS Per HR 1060 1-10.5 1 Temporary Traffic Control $ i 1 c"t,)$ J� C1jCoe) KSP LUMP SUM Devices Per LS 1065 1-10.5 40 Portable Changeable $ ( $ O Q KSP DAYS Message Sign (PCMS) Per DAY 1070 1-10.5 20 Sequential Arrow Sign (SAS) $ (5' $ `j p 0 KSP DAYS Per DAY 1075 1-07.15(1) 1 SPCC Plan $ 7<D $ -7 5-o WSDOT LUMP SUM Per LS 1080 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders Total $ ol 3 41 03 0 , 2018 Plastic Markings/Araucto 7 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scal 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: 2018 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 '" r 2018 Plastic Markings/Araucto 8W May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SUBCONTRACTOR LIST (Contracts over 1 million dollars) . ` Name of Bidder: --�A sk-lia ��.:�_ Project Name: 2018 Plastir, M rkin Project Number: RQQ6Q2 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: k ' Electrical Subcontractor Name: _ .. _.._......_._. Sighr,Pf B d�d4r,,'��� � Date 2018 Plastic Markings/Araucto 9 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.cum - Always Verify 6cal CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTORS RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. 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. 2018 Plastic Markings/Araucto 10 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: c e _,.t .CN% 'm NAME: ADDRESS: 62 27 ,;. _ J PRINCIPAL OFFICE: ADDRESS: ( 2 " PHONE: i" � FAX: Lab f 1 9 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. &S 949 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 770 rity owner h' or under 2018 Plastic Markings/Araucto 11 ,•{�.�'6;,I{u .. May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SUPPLEMENTAL CRITERIA — Established by the City A determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 'IQ 2.2 How many years has your organization been in business under its present business name? 9 Jy 6vir 2.2.1 Under what other or former names has your organization operated? 0�ck 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: i61e1 V 2.3..2 State of incorporration:rt(k,5 'tv)").i;; -,. 2,3,3 President's name: l yA v 2,3.4 Vice-president's name(s): 2.3,5 Secretary's name: G:,, 2.3.6 Treasurer's name:0,AW Ott cl�° ' 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 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. 2018 Plastic Markings/Araucto C -W� rVC- , V r,12 j`T' PSI i..�. ... `('; 1 ',-' May 9, 2016 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify goal I 3.2 List jurisdictions in which your organization's partnership or trade name is filed. „ g 4. EXPERIENCE I 4.1 List the forces.es.ries,of work that your o ganizationM1 normally performs with Its own 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 1�/O 4.2.2 Are there any judgments, claims, arbitration proceedings or suits�� pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) N () 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer contract amount, percent complete and scheduled completion date. `') 4.4.1 State total worth of work in progress and under contrac.: 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 ost Qf the work erformed with your own forces. 4.5.1 State avers e annual arrOL(fit of construction work performed during the past five years: Zl (o 9 t tA t I ..- 4.6 On a separate sheet, list the construction experience and present commitments of the key ndivi uals f you organization, separate s y � nt.. 5. REFERENCES sheet, list our ore �Ip 5.1 Trade References: V',r�t^s kek 5.2 Bank References: C0V)Nt^� .,v (.10v vCr.v i ll v�l ..yw lk.. �c r c.F' 5.3 Surety: L-- 5.3.1 Name of bonding company: , 5.3.2 Name and address of agent: � k1� 2018 Plastic Markings/Araucto 13 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify 5cal 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this j information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE rC( 7.1 Dated at this V) day of, v 2018, Name of Organization By: Title: 2018 Plastic Markings/Araucto 14 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal I 7.2 being duly sworn, deposes and says that the information provided her in is true and sufficiently complete so as not to be misleading. t Subscribed and sw rn before me this day of l�A A\L-7 2018. NotaryPublic: T My Commission Expires: woo °a dIt, d r�1-26 y' �roi 2018 Plastic Markings/Araucto 15 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal j o � N � ca U wtc) r rf13 r.i r IN%r 'bill ' �/�. l! Hr1y � N � ,tr��.yu'�rrY� , / P �' Udi' dd,tiiip �' rN � /!"'// I41, 7b1�J y yy iYJ i My DOR https://secure.dor.wa.gov/attaseservices/wtp/_/#4 Business Licensing and Taxes License Welcome,Tanya Sweetser Settings Help Log Out j Home Accounts License Account 'imM� Account Alerts (Want To STANLEY PATRICK STRIPING CO. ,con' There are no alerts Ada Ern 602-015-949 pIcr yeeslilinure License Fiie a Business License Application 602015949-.001-0001 Balance:$0.00 Cloae an Account Change the Locution Address Update user Access Send a Message +View more Endorsements Submissions Correspondence Names lk Addresses t, Endorsements at this Location View Business License Add New Endorsements More.,, Unemployment Insurance Active Industrial Insurance Active Minor Work Permit Active Feb-28-2019 Tax Registration Active Issaquah General Business Active Feb-28-2019 Sumner General Business Active Feb-28-2019 Olympia General Business Active Feb-28-2019 Enumclaw General Business Active Feb-28-2019 Lacey General8usiness Active Feb-28-2019 Contact us View Support ID =env Sm.:4U @,ACce.ss Washington,. 4„q G„rt.4nIf, Access other state Agencies r' vmv pnv.)ey l Aaess Agmernent b 2013 WaMOgion SIIDe neparbnent of te,enu, iAlld 1.lIoe—s. rlghtsreservetl. ` of 2 5/28/2018, 11:29 AM STAMEYPATRICKSTRIPINGCO.. Parking Lot Striping- Stencil- Seal Coat-Patching-Delineation - Sports Courts - Curbing 1628 Third Street Suite 101,Enumclaw, WA 98022 Ph:360-825-9431 Fax:360-825-1198 5/28/2018 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 Company is an individual S Corp. Stanley Patrick Striping Company has not been disqualified from bidding on any public works contracts in the past 3 years. Thank you, Amy Lundeen Treasurer STANLEYPATiRICKSTRIPINGCO. i Parking Lot Striping— Stencil-- Seal Coat—Patching—Delineation — Sports Courts — Curbing 1628 Third Street Suite 101,Enumclaw, WA 99022 Ph:360-825-9431 Fax:360-825-1198 5/28/2018 To whom it may concern: Stanley Patrick Striping Company is not a "willful" violator of RCWs described below in the 3 year period before this bid date 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a `willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. Thank you, ,�" Cr' V f V V �.... Amy Lund n- - Treasurer 7.2 kno a being duly sworn, deposes and says that the inform Lion provided herein is true and sufficiently complete so as not to be misleading.. Subscribed and swo frj%efore me _ , day of 2018. Notary Public: y 1 ro My Commission xpires: F.. r r �r «� ,a . Projects In Progress #1 Project Name: Expedia Garages Contractor/Owner: GLY Construction/Expedia Contact Name:Jon DeVlta Phone#425.625.6006 Expected Project Completion Date: Fall 2018 Current Contract Amount: $103,247 Percent Complete: 33% Project Description: Paint Markings, shot Blasting #2 Project Name: Capstone Overlake Contractor/Owner: JTM Construction/AVB Properties Contact Name: Shane Manson Phone#206.587.4000 Expected Project Completion Date: Fall 2018 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 2018 Current Contract Amount: $101,000 Percent Complete: 40% Project Description: Pavement Markings, and signage,thermoplastic, RPMs Recent Projects ' #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 4 206.718.9195/425.531.2916/425.649.4444 ext. 113 Project Completion Date: December 2017 Final Contract Amount: $211,817 Number of Working days: 40 days Percent Complete: 100% Project Description: Paint Markings, signage, extruded curbing, Thermoplastic Markings, RPMs #2 Project Name: 2017 Plastic Markings Contractor/Owner: City of Kent Contact Name:Jamie Hicks Phone#253.405.4654 Project Completion Date: December 2017 Final Contract Amount: $141,281 Number of Working days: 15 days Project Description : Remove and Replace thermoplastic Markings throughout the City Construction Experience — Key Individuals Ryan Lundeen—President—27 years Scott Birdsong—General Manager—13 years Leone Diaz- Field Superintendent—5 years Cody Scribner- Foreman-3 years Tanya Sweetser—Office Manager—9 years s List of Maior Equipment - 20001b Thermo Premelter Trailer - tea Graco Themo Lazers - 2ea Rotary Erasers - Graco Grinder - 2ea MMA Carts - 1000gal Sealcoat Tanker - 825gal Sealcoat Trailer - John Deere Backhoe - 55001b whse Forklift - 12ea Graco Stripers - 2ea Hino Flatbed Trucks - 2016 Ford F450 - 2012 F250 Flatbed - 2016 F250 Flatbed - 6 ea 2012 to 2015 F150 Pickup Trucks - 2007 Kodiak Dump Truck - 2018 Chevy Colorado BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (May 29, 2018), the bidder is not a 'willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. C, Bielde Busine Na e tgnature of tiornv"dci Official* Printed N me ' �'= .............. - - mm. - Title V s / ` n r Da ..--.. Uk,tl VVt Gl ! State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 2018 Plastic Markings/Araucto 16 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 * 1, 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: _ ( �Arr�t + (64 NAME OFIDD ! 7 ER Sign Auorlie � Y esentative (Print Name and Title) )) Address A1. ImZ e' r 2018 Plastic Markings/Araucto 17 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Condl Lions Agreement see www.bxwa.com - Always Verify 8cal Bond No. LSM1033914 BID BONDFORM KNOW ALL MEN BY THESE PRESENTS: That we, "t?nlln av Patnrk Strininn Cn as Principal, and RXLI Insurance C,orrriasny .,_...____.._.w.._...�........ as Surety, are held and firmly Irrg hound unto the CITY OF KENT, as Obll ee, in the penal sum of Five Ps it ant(5%)of Total Amount Bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2018 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 Obligee in accordance wlth the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 29th DAY OF May 2018. 4"] ✓l: .A:,r jn .,..,. ...2R Iclrr lance C.arn .f 5il Pane TrI cis Taylurc Attorney'; in Fact _. 20 Received return of deposit in the sum of $ 2016 Plastic Markings/Araucto 10 May 9, 2018 Pmjea Number: R00602 Provided to Builders Exchange of WA, Sne. For ueaye Conditions Agreement see vww.bxaa.com - Alwaye Verify seal POWER OF ATTORNEY RLI Insurance Company 9025 N. Lindbergh Dr. Peoria,If,61615 Phone: 800-645-2402 Bond No. I.SMI033914 Know All Men by These Presents: That the RLI Insurance Company r a corporation organized and existing under the laws of the State of` Ilhnois , and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: 8"ricia Tavlyr in the City of Universitv Place ,State of Washington as it's true and lawful Agent and _ Attorne 1nFact with full power and authority hereby conferred upon him/hei to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bond and undertakings in an amount not to exceed Ten Million and 00/100 _ Dollars ( $i l f1,t71Yf},_61p_I,1_.(_)_Ctl _ for any single obligation, and specifically for the following described bond. Principal: Stnnley Pnfi ,Ad Strininn Co. ... _. ......... Obligee: City..of Kent ..... . .. ......... Bond Amount: 5.%4.dT10MI AInounil ► ut The RLI Insurance Company further certifies that the following is a tore 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 Fact 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 29dt day of Mav 2018 RLI Insurance Company C Toms,. SE By. y� State of Illinoix ''+.,,.,,,,,,.g Barron W.Davis Vice President County ol'Peoria SS ��t,g4 t'11-0,OIWN00"N'�. CERTIFICATE On this ate_ day of NLay 2oIit before me, a Notaiy Public, i,the undersigned officer of personally epopuared Melon W.Davis , who being by me Rl.a farm^once Cum aauov duly sworn acknowledged that he signed the above Power of Attorney as the do hereby certify that the attached Power of Attorney is in frill force aforesaid officer ofthe RLI Insurance Ciomparay and effect and is irrevocahfe; and furthermore, that the Resolution of and ecknowlcdged sairtl brsounicut to be the veb nlary set and deed of said the Company as set forth in the Power of Attorney,is now in force. In corporation, testimony e lrereof,I have hereunto set my hand and the seal of the RLI Insurance Comoaav this 29th day of May , 20f s By: Gretchen L.Joluugk Notary Public RLI Insurance Company E"TYusraatara'aturx�ia4� By: . M,Cn ay s,zwo,I.. mc�ri¢i y t\00[1f AIr/r 4[18S rB[De I9MYnY 0Imam .+Stf Xf YM4119� CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2018 Plastic Markings Project Number: R00602 NAME OF PROJECT NAME OF BIDDER`S FIRM ,XMSTIaI II" N� �A ��. Z—Eb P'RL,E,f+TA,TIVE OF BIDDER 2018 Plastic Markings/Araucto 19 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of wA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal This changeorder form is for examl2le gurpioses only. By submitting a bid the bidder a re s to be bound the terms of this change artier F rm for any Change orders. CHANGE ORDER NO., [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Orioinal Contract & Project # if app icabiel ORIGINAL CONTRACT DATE: [Insert Date Original Cpntr t was Signed l 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 $ (ind. applicable WSST) - --- ............... Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change- $_._ Order _ .............ma................... Revised Contract Sum $ 2018 Plastic Markings/Arsucto 20 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. ._._, _. ..._-__..._ _. .......... _.. .......- CONTRACTOR: CITY OF KENT: By: _ By: (signature) (signature) Print Name: Print Name: Timothv 1. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: _. ............ ............... -- — - ------------- APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2018 Plastic Markings/Araucto � 21 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ................... Order of Contents................................................................................ Invitation to Bid..................................................................................IF, Date............................ .......................... ...... ..................... ' .. .... .....Contractor Compliance tatement............»»»»».».»».»»..».»»'»»........... »»,»»,»»,».. / participated .................................................... , Have have not articl ated acknowledgment............... i;, Signature and address ............ f Declaration - Cityof Kent Equal Employment Yi » O »Opportunity Policy .... 4PP Y Y Date and signature ........... Administrative Policy ..................... Proposal.............................................................................................. First line of proposal - filled in ................................................... Unitprices are correct ................................................................ Subcontractor List (contracts over $LOOK) .........................................„ " Subcontractors listed properly.................................................. Signature........................................................................... .....« -. Subcontractor List (contracts over $1 million).....................................d Subcontractors listed properly................................................... Dateand signature ...................................................................42' Contractor's Qualification Statement .................................................:v4zL,, Completeand notarized ............................................................ Certification of Compn liace with Wage Payment Statutes..................... Proposal Signature Page...................................................................... All Addenda acknowledged ........................................................ Date, signature and address ...................................................... ., BidBond Form .....................................................................................0 --- Signature, sealed and dated .......................................................❑ — Powerof Attorney.......................................................................❑ — (Amount of bid bond shall equal 50/o of the total bid amount) Combined Declaration Form................................................................ ' Signature.................................................................................. �.. Change Order Form.................... Bidder's Checklist ................................................................................ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and Its surety company. The following form is to be executed after the Contract is completed: A) _aW QF KFNT�AL EMPLOYMENT P To be executed by the successful bidder AFTER COMPLETION of this contract. 2018 Plastic Markings/Araucto 22 May 9, 2018 Project Number: R00602 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 3wid No,L SM 033965 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: rhat we, the undersigned, as Principal, and W I a Corporation or ganlzo�i and e'x­i'�"�trig Linder the laws of I he S ishington, as a Surety Corporation, and qualified Linder the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Si are ,jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ $23 030100,(') together with any adjustments, Un or down, in the total contract price because of changes in the contract work, for the payment of which sum on derriand we bind ourselves and our successors, heirs, administrators or personal representatives, as the, case may be. ('Two Hundred Firlirty Four i-housand Thirty and 00)100 Dollars) This obligation is entered into in pursuance of the statutes Of the strife Of Washington. and the Codes and Ordinances of the CITY OF KENT, Nevertheless, the conditions of the above obligation are such tliat: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to lot to the above bounden Principal, a certain contract, the said contract providing for- construction of 2018 Plastic Markings/Project Number: R00602 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is abi3i to accept, the contract, and Undertake to perform the work therein provided for in the manner arid within the time set forth: NOW, THEREFORE, for non-FHWA pilpiel only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of Urne as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material ri-en, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall Indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in tile 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 rernain in full force and effect, IN WITNESS WHEREOF, the above bounden parties have executed lills instrument Linder their separate seals. The name and corporate seal (it required by law) of each corporate party is hereto affixed and duly signed by Its undersigned representatives pursuant to authority of its governing body, 2018 Plastic Markirgs/Ar&xto 23 May U, moat Project Number: R00602 TWO WITNESSES: slaniavP Itick5taoino Co. PRINCIPAL (rnter ' urittts' urea M vg .......... ByrOW `% � .. TITLE _ 1 C S7f1 F vim . ' b DATE ")A � �l.�13..... DATC. _...m � �_�.�-� I:���� CORPORATE SEAL: -) INT NAME yyy., _ DATE: S 5 G y p� RLI Insurance Company SURETY Tricia Taylor CORPORATE SEAL: gY ua L.Hare M DATE: osiz»zole TITLE; Attomeym Fact ADDRESS; 9025,N Lindbergh Dr. 4 y, PtYerlaALtM,,,,, �F. CERTIFICATE AS TO CORPORATE SEAL ��CiPNtw`°4? hereby certify that I am the (A + j� afa) Secio' ,tr'y of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal` of the said Corporation; that I know his signature thereto is t�. curate, and that said J Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body, SI'ARY OR ASSISTANT SECRETARY 2018 Plastic Marklnys/Araucto 24 hNay ED, Afl'I 13 Project Number R00602 POWER OF ATTORNEY RLI Insurance Company 9025 N.Undbergh Dr. Peoria„IL 61615 I'hnntr: Flt7tl-6r1S-2gtY? Bond No. t.SM1033965 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: Thcht Taylor in the City of University Place „State of Washington_, as it's true and lawful Agent and Altomev In haet , 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 bond and undertakings in an amount not to exceed 'Pen Million and 00/100 Dollars ( I10,000.()00.00 1 for any single obligation,and specifically for the following described bond. Principal: Stanley Patrick String Co. Obligee: Cdv of Kent Bond Amount _2 i9..@"l9tl it _...... _.__. The RLf insurance Comnanv further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Camnnnv , and now in force to-wit: -.—........._._ ...... ..... -----mm-.._..—------- _. ...----- ._...,...........,._.�.-.-...._._.—........... "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 Fact 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 Comnanv has caused these presents to be executed by its Vice President with its corporate seal affixed this 21st day of done 2018 ON ",,, RLI Insurance Company 81!t tx dJ By: r State of Illinois Barton W.Davis Vice President Ss County of Peoria r+Frro-mv+ra,+'"' CERTIFICATE On this "' , day of June 20111 before life, a Notary Public, I„1beundelsignedofticerof ix:rsonally appoired Ban,bin W.Davk, , what being by nne RI I Itasnranrc duty s worn, acknowledged that hi signed the above Power of Auri mey as the Comnanv aforesaid officer of the tVa Irea'eby certify chat the attached [l ower of Attorney is in full farce RI I halm°once 4"ottanataw and etfect and is irrevocable; and furChernaorc, that the R,es�tlruiun of and acknotwledgelt said instrument to be thin voluntary act and deed of said the Company as net birth in the Power of Attorney, ottrixtratyttqt, y,is none in fua+ca in testinvoaty tvlleoeof. I have hereunto set lily Maid and the seal of the Mill In,alrg�C o + ly r,� �"'I this Ica day etf tmnr 1019 By: Gretchen L.Johmgk d � Notary Public RILI Insurance Company t„,[ ... aaax'rxaaarxs'axzaxaa-e,uusaa /da - 1.1 MTCHENLJOHNIGK By: �aU, `,e 'oFrlaAr eEAL' 7a:1ut M.Sir la tasnn 'uxlaaraYe 8crte`tacy fGipNe Fpl� My c..m[won Ewiree ll li '+x(Ity Mey 28.2020 - A0006R17 SUBS BID ... sezxssr!rrnn�rsramn. .... _.... .. CONTRACT organized under the laws of State of � � ) located on O I THIS AGREEMENT, is entered into between the CI Y O KENT, a Wa i (� municipal corporation ("City"), -�--<— -v t�, g d doing :. i business at .�-^ c �e.44,x U__)� ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1 . The Contractor shall do all work and furnish all tools, materials, and equipment for: 2018 Plastic Markings/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 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2018 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within 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. 2018 Plastic Markings/Araucto 25 May 9, 2018 Project Number R00602 5, Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION, THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6, Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7, The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 2018 Plastic Markings/Araucto 26 May 9, 2018 Project Number: R00602 CITY OF KENT BY: ! DANA RALPPHH, MAYOR DATE: l ATTEST: {U� KI BERL'EY A. K�, CITY CLERK APPROVED AS TO FORM: 11 S, KENTLAW DEPARTMENT CONTRACTOR BY: 2 PRINT NAME: S�a"C� Q-6G6�} TITLE:, vw DATE: 2018 Plastic Markings/Araucto 27 May 9, 2018 Project Number: R00602 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Mina mum Scope of Invar,ance 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. G. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . mmercial General Liabillit insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2018 Plastic Markings/At ra LIGt0 28 May 9. 2018 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. ., Other S,nsuxrance 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. Cont.ract is N kIS Tura ncue 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. Waivpr of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2018 Plastic Markings/Araucto 29 May 9, 2018 Project Number: R00602 EXH I B 1 T A (Continued) F. Acceptability of insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H.. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2018 Plastic Markings/Araucto 30 May 9, 2018 Project Number: R00602 STANPAT-01 „ „T_TA DATE(MMUuffYYY)) V- CERTIFICATE OF LIABILITY INSURANCE /0612912018 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(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). ...... _... ............. y PRODUCER .CONTACT Tricia Taylor NAAME: Four5712 rcharder rSt. Solutions UVC,PHONE 253 473-3010 2308 FAX 5712 Orchard St.W. IAIc.Na.E.q ( ) INC Nq(253)473-5363 University Place,WA 98467 q p.ReSS.triciat@f6Nrallersolutit111s.com INSURER(S)AFFORDING COVERAGE NAIC0 INSURER A:Travelers Indemnitv Comoanv of America 25666 INSURED INSURER B:The Travelers Indemnity Company '1.25658 Stanley Patrick Striping Co INSURER c Travelers Property„Casualty Company of America 25674 1628 Third St,Suite 101 INSURER D: Enumclaw,WA 98022 ..._. ......... ....._ __ _.. INSURER E'. _COVERAGES _ CERTIFICATE ..,,,,, 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 INDICATE❑. 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.. ADDL SUBR I POUICYEFP POLICY EXP TYPE OF INSURANCE POLICY NUMBER LIMITS A,1!?.._ _, _ _ 11[:9.,SR FM1'R — t@91y9pJpIVYTYY IM ,(ry;y„'O, ________. A I X COMMERCIAL GENERAL LIABILITY EA(Ptl P}y;[,IPRRC MP:F I$ 1,000,000 J CLAIMS MADE � X OCCUR X X ',CO2J9069511 03/1312018 1 03113/2019 DAMAGE FORE PLED nGep I S 300,000 X Stop Gap MFDEXPk A.eymn.Ve,nlny 5 5,000 PFRFCNAI.NADVVNJUIRV �§ �CENL ACCREG,ATIL LIMIT APPLIES,PER - C.FNFRaAIA'ORFGATF y 21000000 - POLICY X O LUC i _ 2,000,000 I � dP�cr � � I I rRDnUcxS-FDemwoP At3r3 F OTHER: f L'aMl11Iw[CJ Svhlr^IL IIMI1' "i AUTOMOBILE LIABILITY J iPA a6r�lFnpl.. S 1,000,000 IX ANVAUTO f X X BA2J906951 0311312018 1 0311312019 txyDILYINduitx(RrerprweaobJa lOWNER SCHEDULED AU�RrEOpS ONLY A�U/POSSWp� p� BODILY NMIIIRH IPVSaidaltl 3 1 AUT050NLY PILT4TS GAkP.Tjk1� s�eb(�)NMpCJh g X UMBRELLA LIAR X I OCCUR - CALK 4MUf.�V.VkRrtJGH 1 2,000,000 EXCESS UAB .CLAIMSMADE, X X ICUP2J922810 03/1312018 03/1312019 j REGALE 2,000,000 EMPLOYERS LO E ESex ABILITY t 10,000„NIA CO2J906951 0311312018 0311312019 FGf Pya4tAc;e,InEtyT OR - S 2,000000 AN�tldrery lPERS LIABILITY OT -..,0. . A WORKERSCOMPENSATION IER H r NY PROPRIE FORt PARTNERIEXECUT VE - 5 1,000,ppO �FI) i 1,000 0p0 Iµ4GGlbh111ngP FI CIISEASf! FAFMPt OYFE 5 'IC 1;g ,n(t CRIrffltll#Qi10&L1QN t,vowe .. .,,,,,_,_,.I _-_.____..__... ..._. FI D1aSFASE. Rbl lry LtlMl 1000,000 I ........_� -.---.......---..... ......,................ .. ..._....u� DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Addlllonal Remarks Schedule,mar W dached If more ePA"Iµ required) RE:2018 Plastic Markings Project Number: R00602 Primary&Non-Contributory Additional Insured endorsement and Waiver of Subrogation endorsements #CGD246,#CGD370,#CGD316 and#CAT353 attached RE: City of Kent. CE'FtTIFIOATE.HOLDER _....... ...m.. .. ...._ _... _ .. ,. CANCELLATIC7h1„., .,..__ .... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Kent Public Works Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED ..._�.. —.... ._._,..... _..._— � REPRESENTATIVE --- __ \ � uRACORD 25 2016103 . . ......... O88 201COD PORATO ll rights reserved. The ACORD name and logo are registered marks of ACORD 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 08 13 ©2013 The Travelers Indemnity Company.All rights reserved, Page 1 of 2 I T AVELE'M POLICY NUMBER: DT-CO-2J906951-IND-18 EFFECTIVE DATE: 03-13-18 ISSUE DATE: 03-28-18 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL TO 03 04 96 LOCATION SCHEDULE COMMERCIAL PROPERTY CP TO 11 01 03 COMMERCIAL PROPERTY DECLARATIONS CP TO 00 02 11 TABLE OF CONTENTS COMMERCIAL PROPERTY CP 00 90 07 88 COMMERCIAL PROPERTY CONDITIONS CP T1 00 02 17 BUILDING AND PERSONAL PROPERTY COVERAGE CP T1 04 02 17 BUS INC (AND EXTRA EXPENSE) COV FRM CP T1 08 02 17 CAUSE OF LOSS - SPECIAL FORM CP T3 82 02 04 CAUSES OF LOSS - EQUIPMENT BREAKDOWN CP T9 35 02 17 FGS, WET ROT OR DRY ROT 6 OTH CS LOSS-WA CP T3 63 02 17 PROPERTY EXTRA PLUS 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 O1 60 12 98 WASHINGTON CHANGES - DOMESTIC ABUSE GENERAL LIABILITY - CONTRACTORS CG TO O1 11 03 COML GENERAL LIABILITY COV PART DEC CG 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 CG TO 34 11 03 TABLE OF CONTENTS CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COV FORM 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 D4 20 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR CG D4 71 01 15 AMEND COVERAGE B - PERS 6 ADV INJURY CG 20 10 10 01 ADDL INSD-OWNER/LESSEE/CONTRACTOR B CG 20 37 07 04 ADD INSURED-OWNRS,LESSEES,CONT COMPL OPS CG 22 92 12 07 SNOW PLOW OPERATIONS COVERAGE GN O1 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) IL T8 01 10 93 PAGE: 1 OF 3 i I TRAVELERSJ POLICY NUMBER: DT-CO-2J906951-IN➢-16 EFFECTIVE DATE: 03-13-18 ISSUE DATE: 03-28-18 GENERAL LIABILITY - CONTRACTORS (CONTINUED) CG D3 16 11 11 CONTRACTORS XTEND ENDORSEMENT CG D3 70 08 13 OTHER INS-DESIGNATED ADDITIONAL INSURED CG D2 93 11 03 EXCL-CONSTRUCT MANAGE ERRORS & OMISSIONS CG 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-PROJ SUBJ TO WRAP-UP-LTD EXCEPTIONS CG D5 46 10 11 EXCL - ARCHITECT/ENG/SURVEY PROF SERV CG D6 18 10 11 EXCL-VIOLATION OF CONSUMER FIN PROT LAWS CG 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-➢ISCRIMINATION CG D1 73 11 03 AMEND-POLL EXCL-INCL LTD COV POLL COSTS CG D2 04 06 01 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG 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 CG T4 81 11 88 EXC-HAZARD-CONNECTED DESIGNATED EXPOSURE 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 LIAB COV PART DEC CG TO 43 01 16 EMPLOYEE BENEFITS LIAB TABLE OF CONTENTS CG T1 01 01 16 EMPLOYEE BENEFITS LIABILITY COV FORM INLAND MARINE CM AO 28 08 96 IMPAK COVERAGE PART DECLARATIONS CM T3 71 08 96 IM PAK COVERAGE SUMMARY CM TO 28 08 96 IM PAK COV CONTRACTORS EQUIP SCHEDULE CM TO 11 08 05 TABLE OF CONTENTS CM 00 01 09 04 COMMERCIAL INLAND MARINE CONDITIONS CM 78 94 09 93 LOSS PAYABLE PROVISIONS CM T1 43 08 96 IMPAK COVERAGE FORM CM T8 00 GENERAL PURPOSE ENDORSEMENT 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 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 O1 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL O1 57 07 02 WA CHANGES - ACTUAL CASH VALUE IL O1 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL T8 01 10 93 PAGE: 2 OF 3 I ny VE yryy POLICY NUMBER: DT-CO-2J906951-IND-18 EFFECTIVE DATE: 03-13-18 ISSUE DATE: 03-28-18 INTERLINE ENDORSEMENTS (CONTINUED) IL T3 55 05 13 EXCLUSION OF CERTAIN COMPUTER LOSSES IL T8 01 10 93 PAGE: 3 OF 3 COMMERCIAL GENERAL LIABILITY i I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, 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 A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured — States Or Political D. Incidental Medical Malpractice Subdivisions—Permits I J. Knowledge And Notice Of Occurrence Or Offense i E. Who Is An Insured — Newly Acquired Or Formed K. Unintentional Omission Organizations 1 r F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation 8 —Unnamed Subsidiaries M. Amended Bodily Injury Definition I G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of Premises v PROVISIONS INJURY AND PROPERTY DAMAGE LI- u A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and g. through n, do not apply 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 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 E,xolusian 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 ton Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted, clusion in its title. 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 I I I CG D3 16 11 11 O 2011 The Travelers indemnity Company.All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMIT S OF INSURANCE: 1. The following replaces Paragraph 1.b. of I Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ses 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 cast of bail bonds The Damage To Premises Rented To You Limit will apply to all required because of accidents or traffic pp y "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- The Damage To Premises Rented To You AGES A AND B of SECTION 1 — COVER- 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 b. $300,000 if no amount is shown for the "suit"°, Including actual loss of earnings up 1 Damage To Premises Rented To You to $500 a day because of time off from 9 Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 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 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 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 fail- "Premises "property dam- ing to provide: age"to: a. Any premises while rented to you or tem- (1) "Incidental medical services" by any of ly occupied by you with permission f the owner; or your "employees" who is amuse practi- o tioner, registered nurse, licensed practical of the 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 premises for a period of seven or fewer (il) First aid or "Good Samaritan services" by consecutive days, any of your "employees" or "volunteer 6. The following replaces Paragraph 4.b.(1) workers", other than an employed or vol- (b) unteer doctor Any such "employees" or of SECTION IV — COMMERCIAL GENERAL "volunteer workers" providing or failing to l 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- DITIONS is deleted. ness. Page 2 of 6 OO 2011 The Travelers Indemnity Company.All rights reserved CG D3 16 11 11 it 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 ch 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 "properly 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 ordinance relating to the sale of pharmaceuti- form it, or cats 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 5. The following is added to the DEFINITIONS acquire or form such organization, If you Section: report such organization in writing to us "Incidental medical services" means: within 180 days after you acquire or form a. Medical, surgical, dental, laboratory, x-ray it, and we agree In writing that it will can- 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" 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 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 satVon is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b„ 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 ANINSURED: 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 I mited 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- falling 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" to any person to the extent not subject to d Paragraph 2.a.(1) of Section II — Who Is An or "property' damage" that occurred, or"personal Insured, injury" or "advertising injury' caused by an of- fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no Monger maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidiary. II —WHO IS AN INSURED: i CG D3 16 11 11 c0 2011 The Travelers Indemnity Company.All rights reserved. Page 3 of 6 i COMMERCIAL GENERAL LIABILITY Ali 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 I 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 elude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an insured, but only respectwith to liability for "bodily injury", "property dam- or "bodilya njury","g ropueryryinj "thatmage", to liability personal age "personal injury"or"advertising injury" that: inja. Is "bodily injury' or "property damage" That a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising occurs, a is "personal injury"thaor t is"advertising injury" caused by an offense that is commit- ted, s caused by an offense that isatcocommit- ted, subsequent to the execution of that con- tract subsequent t; the execution of that con- tract or agreement; and tract or agreement; 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 you. use of equipment leased to you by such 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- fs subject to the following provisions: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations, whichever are less. the limits shown on the Declarations, which- ever are less. b. The insurance provided to such equipment b. The insurance provided to such premises lessor does not apply to any "bodily injury" or "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 y that occurs, or"personal injury" or"adver- lease expires, tising 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 n 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 t, BLANKET ADDITIONAL INSURED - STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS-PERMITS the written contract or agreement that this in- surance must be primary to, or non- The following is added to SECTION II - WHO IS 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 ante. you or on your behalf and that you are required Page 4 of 6 rJ 2011 1'he Travelers Indemnily Company_All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY i i by any ordinance, law or building code to include (it) 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 (it!) An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; jury" or "advertising injury" arising out of such op- erations, that is your partner, joint venture 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 eluded 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 e. The following provisions apply to Paragraph may result in sums to which the insurance provided under this Coverage Part may a, above, but only for the purposes of the in- 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 "pellut- is known by you (if you are an individual), ants" must be reported to us within a specific 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- joint venture), any of your managers who ment. is an individual (if you are a limited liability t company), any of your "executive offs- K. UNINTENTIONAL OMISSION cars" 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 or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS, ployee" authorized by you to give notice The unintentional omission of, or unintentional 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 "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: CG D3 16 11 11 ©2011 The Travelers Indernnily Company.All rights reserved. Page 5 of 6 1 I COMMERCIAL GENERAL LIABILITY r 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 hurnfl'iatlon„ sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tlon, but only for payments we make because of: of these at arsy 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- °rhe following replaces the definition of "bodily leted. Injury"in the DEFINITIONS Section: I 1 v V, I i A Page 6 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 i 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 e "bodily injury", the additional insured by this endorsement still is PPY y ry prop- excess over any valid and collectible "other in- erty damage" or "personal injury" arising out of the rendering of, or failure to render, an surance", whether primary, excess, contingent or y on any other basis, that is available to the addi- professional architectural, engineering or sur- veying tional insured when that person or organization is 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- 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, rence" or an offense which may result in a p ry, inspection, architectural or claim. To the extent possible, such notice engineering activities. 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 iii. 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- sured on this Coverage Part, provided that soon as practicable. 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 the claim or defense against the "suit", and contract or agreement by you; 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 *��y y� Cyr AI TRAVELERS ELERS J One Tower Square. Hartford, Connecticut 06183 POLICY DECLARATIONS POLICY NO,: CUP-2J922810-18-26 COMMERCIAL EXCESS LIABILITY ISSUE DATE: 03/28/2018 (UMBRELLA) INSURANCE POLICY INSURING COMPANY: TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA 1. NAMED INSURED AND MAILING ADDRESS: THIS POLICY DOES NOT STANLEY PATRICK STRIPING CO COVER LIABILITY 1628 THIRD ST, STE 101 ARISING OUT OF ENUMCLAW WA 98022 ASBESTOS MATERIAL SEE ENDORSEMENT UM 01 96 07 96 2. THE NAMED INSURED IS A: L^.1 CORPORATION ❑ SOLE PROPRIETOR ❑ PARTNERSHIP OR JOINT VENTURE Q OTHER 3. POLICY PERIOD: From 03/13/2018 to 03/13/201912:01 A.M. Standard Time at your mailing address. 4, PREMIUM: * $ 6,006 Flat Charge ❑ Adjustable (See premium schedule) * DIRECT BILL S. LIMITS OF INSURANCE: COVERAGES LIMITS OF LIABILITY AGGREGATE LIMITS OF LIABILITY 2,000,000 Products/Completed Operations Aggregate 2,000,000 General Aggregate COVERAGE A- Bodily Injury and 2,000,000 any one occurrence subject to the Products/ Properly DDamage Completed Operations and the General Liability Aggregate Limits COVERAGE B - Personal and 2,000,000 any one person or organization subject to Advertising Injury Liability the General Aggregate Limit of Liability RETAINED LIMIT 10,000 any one occurrence or offense 6. SCHEDULE OF UNDERLYING INSURANCE: POLICY LIMITS (000 omitted) COVERAGE COMPANY SEE ENDORSEMENT CG DO 23 04 96 7. On the effective date shown in Item 3, the Commercial Excess Liability (Umbrella) Insurance Policy numbered above includes this Declarations Page and the Policy Jacket (Form UM 00 76 which contains the Nuclear Energy Liability Exclusion) and any endorsements listed hereafter: SEE END, IL T8 01 01 01 NAME AND ADDRESS OF AGENT OR BROKER: COUNTERSIGNED BY: FOURNIER INSURANCE-UP XJ404 5712 ORCHARD ST W -- ikutf onze3-Representative UNIVERSITY PLACE WA 98467-3822 DATE: CG TO 14 04 96 Page 1 of 1 OFFICE: SEATTLE WA POLICY NUMBER: CUP-2J922810-18-26 EFFECTIVE DATE: 03/13/2018 ISSUE DATE: 03/28/2018 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS CG TO 14 04 96 POLICY DECLARATIONS COMMERCIAL EXCESS LIABILITY UMBRELLA IL T8 01 01 01 FORMS ENDORSEMENTS AND SCHEDULE NUMBERS UMBRELLA / EXCESS CG DO 23 04 96 SCHEDULE OF UNDERLYING INSURANCE UM 00 01 11 03 COMMERCIAL EXCESS LIABILITY UMBRELLA INSURANCE UM 02 34 07 15 AMENDMENT OF POLLUTION EXCLUSION UM 03 92 11 03 EMPLOYERS LIABILITY - FOLLOWING FORM UM 04 04 11 03 AMEND OF COV ADVER INJURY PROP DAMAGE UM 04 75 07 08 AMENDMENT OF DEFENSE OF CLAIMS OR SUITS UM 04 76 07 08 AMENDMENT OF WHO IS AN INSURED - QUALIFYING UNDER SCHEDULED UNDERLYING INSURANCE UM 04 77 07 08 AMENDMENT OF DUTIES IN THE EVENT OF OCCURRENCE OR OFFENSE CLAIM UM 04 79 07 08 OTHER INSURANCE CONDITION AND MEANING OF OTHER INSURANCE UM 04 81 07 08 AMENDMENT - MEANING OF YOU AND YOUR AND MEANING OF EMPLOYEE UM 04 88 07 08 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS UM 05 11 01 15 AMEND OF COV B - PERSONAL INJURY AND ADVERTISING INJURY LIABILITY UM 06 03 11 10 CRISIS MANAGEMENT SERVICES EXPENSES UM 06 40 02 14 AMEND OTHER INS EX AUTO HAZARD - DESIG PERS/ORGANIZATION - WRITTEN CONTRACT OF INS UM 06 88 03 15 AMEND-FIN INT IN FOREIGN INS ORG - UM UM 01 52 01 16 EXCESS EMPLOYEE BENEFITS LIABILITY COVERAGE UM 00 30 03 12 AMENDMENT OF DAMAGE TO PROPERTY EXCLUSION - CONTRACTORS UM 00 76 01 86 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENTEROAD FORM UM 01 16 11 03 EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS OMISSIONS UM 01 96 07 96 EXCLUSION - ASBESTOS UM 02 07 07 96 EXCLUSION - ALL HAZARDS IN CONNECTION WITH A DESIGNATED EXPOSURE UM 02 55 11 03 AMENDMENT AIRCRAFT/WATERCRAFT UM 03 04 02 97 EXCLUSION - LEAD UM 03 24 02 01 EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEM UM 03 60 09 15 EXCLUSION - SILICA OR SILICA-RELATED DUST UM 03 72 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION UM 03 76 07 02 EXCLUSION - WAR WA UM 04 09 01 04 EXCLUSION - SUITS BY ONE NAMED INSURED AGAINST ANOTHER NAMED INSURED IL T8 01 01 01 PAGE: 1 OF 2 POLICY NUMBER: CUP-2J922810-18-26 EFFECTIVE DATE: 03/13/2018 ISSUE DATE: 03/28/2018 UMBRELLA / EXCESS (CONTINUED) UM 04 15 10 11 EXCLUSION - UNSOLICITED COMMUNICATIONS UM 04 56 08 13 EXCL - PROJECTS SUBJ TO WRAP-UP INS PROGRAM WITH LTD COVERAGE EXCEPT UM 05 30 03 09 EXCLUSION - DISCRIMINATION UM 05 65 12 09 EXCLUSION - ARCHITECTURAL UM 06 09 10 11 EXCLUSION - VIOLATION OF CONSUMER FINANCIAL PROTECTION LAWS UM 06 50 01 15 EXCLUSION - ACCESS OR DISCLOSURE OF CONFIDENTIAL OR PERSONAL INFORMATION UM 00 98 12 13 WASHINGTON MANDATORY ENDORSEMENT INTERLINE ENDORSEMENTS IL T3 68 01 15 FEDERAL TERRORISM RISK INSURANCE ACT DISCLOSURE IL T4 14 01 15 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM IL T8 01 01 Ol PAGE: 2 OF 2 TRAVELERS ~ POLICY NUMBER: BA-2S906951-18-CNS EFFECTIVE DATE: 03-13-18 ISSUE DATE: 03-28-18 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASMINGTO14 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 DECS (ITEMS 4 & 5) CA TO 30 02 16 8A/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 52 02 16 SHRT TRM HRD AUTO - ADDT'L INSD LS PAYEE CA T4 59 02 15 AMENDMENT OF EMPLOYEE DEFINITION CA 01 35 10 13 WASHINGTON CHANGES 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 f 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 O1 9B 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL TO 10 12 86 LENDERS CERTIFICATE OF INSURANCE-FORM A I I i 11 TR Al 10 A3 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 invited 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 I. 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 II. 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 A.1„ 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — 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 lit the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganlzatian or the end or the policy period, which- contract or agreement in an "employee's" ever is earlier, name, with your permission, white performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A,1., 2. The following replaces Paragraph b. in B'.5., 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 In. 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 barrow, 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 "employees"' name, with your CA T3 53 02 15 U 2015 The Travelers Indemnity Company.All rlghrs 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 or set- tie any such claim or "suing and keep The following is added to Paragraph A.1., Who Is An Insured, of SECTION II —COVERED AUTOS us advised of all proceedings and ac- ons. 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 own, hire or borrow without our consent, in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED (ill) We may, at our discretion, participate In defending the "insured" against, or LIMITS In the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit" of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (iv) sums will reimburse the "insured" for that the "Insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bands fur related traffic law viola- Injury" or "properly 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 II — 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 lass of earnings up to $500 a day be- with our consent for your Investiga- cause of time off from work. lion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Pare- The following replaces Subparagraph (6) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — 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 Slates of America applies to and pro- settlements or defense expenses. hlbits 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 frorn 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 (9 2015 The Travelers Indemnity company.All rights reserved, CA T3 53 02 15 Includes copyrighted material of Insurance services Offlce,Inc.wlth Its permission, i COMMERCIAL AUTO I I 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 lequlred by theft of your covered "auto". local law. Your failure to comply with compulsory insurance requirements will No deductibles apply to this Personal Property not invalidate the coverage afforded by coverage, this policy, but we will only be liable to the K. AIRBAGS some oxtent we would have been liable The following is added to Paragraph B.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 alrbags 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 alrbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maxirnurn 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- live prorrrpt notice of the "accident" or "loss" ap- graph A.4.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 rnaximum of (b) A partner(if you are a partnership), $750 for any one"accident", (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION parry); 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- AGE: (e) Any "employee" authorized by you to give no- 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 curled 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 A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any sight of recovery we may have Personal Property against any person or organization to the ox- We will pay up to $400 for "loss" to wearing ap- tent required of you by a wr4iten contract signed and executed prior to any accident" parel and other personal property which Is. or"'loss", provided that the "accident"or"loss', (1) Owned by an "insured", and arises out of operations contemplated by CA T3 53 02 15 U 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 6,2., 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 02015 The Travelers Indemnlly Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc,with Its permission. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ....................................... 1-1 j 1 -01 Definitions and Terms....................................................... 1 -1 1 -02 Bid Procedures and Conditions ............... 1 -2 1 -03 Award and Execution of Contract........................ ............... 1-5 1 -04 Scope of the Work ........................................................... 1 -5 1-05 Control of Work ............................................................... 1 -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 AND CHANNELIZATION PLANS ............................. A-3 TRAFFIC CONTROL PLANS ............................................................... A-4 PREVAILING WAGE RATES................... ............................. A-5 2018 Plastic Markings/Araucto May 9, 2018 Project Number: R00602 IEINT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION I - GENERAL NTS 1-01 n_EFINITIONS 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 FIR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2018 Plastic Markings/Araucto 1 - 1 May 9, 2018 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 May 9, 2018 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.c ov_/doing business/bids- flrocurelnerit.; 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 2018 Plastic Markings/Araucto 1 - 3 May 9, 2018 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: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02. 13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required, 2018 Plastic Markings/Araucto 1 - 4 May 9, 2018 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 2018 Plastic Markings/Ara ucto - 5 May 9, 2018 Project Number. R00502 other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, Including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5, The Contracting Agency may unilaterally process the change order if the Contractor 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. 2018 Plastic Markings/Araucto 1 - 6 May 9, 2018 Project Number: R00602 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities I Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1 -05.4 and Kent Special Provision Section 1 -05.5, the requirements of KSP Section 1 -05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECTION: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 2018 Plastic Mark ings/AraMUD 1 - 7 May 9, 2018 Project Number: R00602 compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 2018 Plastic Markings/Ara ucto 1 - 8 May 9, 2018 Project Number: R00602 SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees i In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2018 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Other Contracts Or Other Work 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: 2018 Paint Line Striping and RPM Replacement Project 2018 Plastic Markings/Araucto 1 - 9 May 9, 2018 Project Number: R00602 2018 Crack Sealing Project 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 MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 2018 Plastic Markings/Araucto 1 - 10 May 9, 2018 Project Number: R00602 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 suitable for the space provided and are compatible with other interrelated items. 2018 Plastic Markings/Araucto 1 - 11 May 9, 2018 Project Number: R00602 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. 2018 Plastic Markings/Araucto 1 - 12 May 9, 2018 Project Number. R00602 1-07 LEGAL RFI ATIC)IUS 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. 2018 Plastic Markings/Araucto 1 - 13 May 9, 2018 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 BYADDING 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 2018 Plastic Markings/Araucto 1 - 14 May 9, 2018 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 Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. entur Link Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) 2018 Plastic Markings/Araucto 1 - 15 May 9, 2018 Project Number: R00602 SECTION 1-07. 18 IS REVISED BYADDING 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 2018 Plastic Markings/Araucto 1 - 16 May 9, 2018 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. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor 2018 Plastic Markings/Araucto 1 - 17 May 9, 2018 Project Number: R00602 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 tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 2018 Plastic Markings/AraUCt0 1 - 18 May 9, 2018 Project Number: R00602 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 Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. 2018 Plastic Markings/Araucto 1 - 19 May 9, 2018 Project Number: R00502 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'sjudgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. S. 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. 2018 Plastic Markings/Araucto 1 - 20 May 9, 2018 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. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or206-382-4090 2018 Plastic Markings/Araucto 1 - 21 May 9, 2018 Project Number: R00602 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 Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. 2018 Plastic Markings/Araucto 1 - 22 May 9, 2018 Project Number R00602 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 Sian (PCMSY 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 "S.ec uential Arrow Sian (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1 -10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. 2018 Plastic Markings/Araucto 1 - 23 May 9, 2018 Project Number: R00602 No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1 -07.23(3) of the WSDOT Standard Specifications. 2018 Plastic Markings/Araucto 1 - 24 May 9, 2018 Project Number: R00602 D I V I S I ON 8 - M LS- ELLANEOUS ICONSTIMU-Mi N 8-21 PERMANENT SIGNING SECTION 8-21. 1 IS SUPPLEMENTED BYADDING 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 B, 7 guage. 2 1/2" x 2 1/2" square Telespar anchor or Engineer approved equivalent. Post anchor length shall be 30". Post anchor shall have a 7/16" diameter hole on each side of the post located 2" from the top. SECTION 8-21.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3 Construction Requirements 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. -22 IPAVEMENT MA3RKING 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 2018 Plastic Markings/Araucto 8 - 1 May 9, 2018 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 Type A (Liquid Hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Crosswalk Lines • Plastic Stop Lines • Plastic Railroad Crossing makings Type B (Pre-Formed Fused Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Bike Lane Symbols • Plastic Speed Bump markings Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings. • Plastic Traffic Arrows • Plastic Traffic Letters • Profiled Plastic lane lines • Plastic flat long lines • Plastic wide lane lines • Plastic Bike Lane Lines • Profiled Plastic Double Yellow Centerlines • Profiled Plastic Two-Way Left Turn Lane Lines 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(54°C), and show no deformation or flaking at temperatures between —10 OF to 140 OF (- 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. Type D plastic material shall meet the requirements of Section 9-34, Glass beads shall be as recommended by the material manufacturer, 2018 Plastic Markings/Ara ucto 8 - 2 May 9, 2018 Project Number R00602 Raised Pavement Markers shall meet the requirements of Section 8- 09.2. All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). 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. 8-22.3(4) Tolerances for Lines SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(4)A Tolerances For Traffic Letters and Symbols Traffic Letters - The letter's width of field of a marking shall be not be less than specified in the WSDOT Standard plans specified in the Contract or greater than specified plus 1/4 inch. Edges shall be crisp and sharp with no more than 1/4 inch variation in width. Seam and overlap of plastic marking material are not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that are 12 inches or greater. Gap between passes of plastic material to form traffic letters will not be allowed. Symbols — The dimension of the symbols shall be not less than specified in the in the Contract or greater than specified dimensions plus 1/4 inch. Edges shall be crisp and sharp with no more than 1/4 inch width variation. Seam and overlap of plastic marking material is not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that have width 12 inches or greater. Gap between passes of plastic material to form symbols will not be allowed. SECTION 8-22.3(5) 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 50OF (as measured by a temperature gun) and shall be rising. The road surface shall be absolutely dry. 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. 2018 Plastic Markings/Araucto 8 - 3 May 9, 2018 Project Number: R00602 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 BYADDING 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 (°F), air temperature ff), 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. 2018 Plastic Markings/Ara UUO 8 - 4 May 9, 2018 Project Number. R00602 I SECTION 8-22.4 IS REVISED BY DELETING THE LAST 2 PARAGRAPHS AND REPLACED WITH THE FOLLOWING: I 8-22.4 Measurement i 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 plastic lines or markings are deleted. "Additional Plastic Traffic Marking Removal," per square foot. 2018 Plastic Markings/Araucto 8 - 5 May 9, 2018 Project Number: R00602 KEINT 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 2018 Plastic Markings/Araucto A - 1 May 9, 2018 Project Number: R00602 ® TRAFFIC DIRECTION 4 GAP VARIES (300' MAX TWO WAY LEFT TURN LANE TRAFFIC DIRECTION TWO WAY LEFT TURN LINES ..................m .... .. .___..._.. TRAFFIC DIRECTION TRAFFIC DIRECTION 20 8 WHITE LINE TYPE 2W RPM ®.........,.. _..._. - us --...-TYPE 2YY RPM � n ❑ 4'GAP 4"GAP .a 20, ..-A -- 4 YELLOW LINE rml�`RR '_ TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE ._. .... ....._._ .���.�. ................. TRAFFIC DIRECTION — TRAFFIC DIRECTION 1 30 11 30 o �o o O o 0 TYPE 2W RPM 11\L 4' WHITE LINE TYPE 2Y RPM 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE TYPE W RPM 4 WHITE LINE --4"GAP --_8"WHITE LINE EDGE LINE DOTTED WIDE LINE TRAFFIC DIRECTION _ 3' 91 21 18"YELLOW BARRIER ...... LINE "WHITE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED ..- TYPE 2W RPM TRAFFIC DIRECTION DROP LANE LINE � �^ � } BARRIER LINE - .............. b ft� NOTES: .. CITY OF KENT 1l RAISED PAVEMENT MARKERS(RPW �r!) � r 1 EP7 ENGINEERING DEPARTMENT .... SHALL BE INSTALLED PER WSDOT STANDARD SPECIFICATIONS 8-09, j jT TYPICAL LANE MARKINGS 9-p2.1(8),9.26.2 AND 9.21. , 38296 pk.SiGNLO ES NONE STANDARD PLAN DRAWN�4r' YQ1�lAl.e E' CHECKED UAfE 0}_fbi19 E - «.E ^ w 6-74M I I Q o w ----24"WHITE EQUALLY z z CROSSWALK BAR SPACED jI I II I aI A I I8, � d II e j z II M w L. 4'(TYP) LJ 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 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. Q 4 CITY OF KENT ENGINEERING DEPARTMENT -- �NTPLASTIC CROSSWALK MARKINGS 38296 , f, --------- IS9^I, DESIGNED own " """ .+fir - SCALE NONE SFANDARD PLAN ION aL CHECKED _ 6-75M ENGI EM ,APPROVED- NOTE: ._...._ _ 1. LETTER LAYOUT SHALL BE PER WSDOT STANDARD PLAN M-80.20-00 3 " 0 1_8 3--D".-- 0 0 N it � .... 0 0 N N TYPE 2SR(RIGHT) TYPE 3SR(RIGHT) IS MIRROR IMAGE IS MIRROR IMAGE OF TYPE 2SL OF TYPE 3SL 0± . �' _ � m" 4I� _TYPE 1S TYPE 2SL(LEFT? TYPE 3SL(LEFT) NOTES: 1. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION LENGTH VARIABLE 1N'-24"AS SPECIFIED 9-34. 1 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 r - AN ELECTRONIC DUPLICATE,THE ORIGINAL, SIGNED BY THE STOP BAR DETAIL ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SOA^Sd{jPf" } THE CITY OF KENT, A COPY MAY BE OBTAINED UPON REQUEST. �z CITY OF KENT ENGINEERING DEPARTMENT PLASTIC ARROWS, azseL „ T STOP BARS & ONLY LEGEND °aE icl+r•=n rr�+n� ________________..w... _- sco�E. Hoof ,.. _-......-;tnNonao PIaN ., ul awrm ®r ------ NfONAL 4" eHeerceO _ _oarE oi(i oiza. 6_76M APPRoveD "`""R 6" 6" NOTES: --- _ TYPE 1: 6 1. CURBS SHALL BE IDENTIFIED BY A 6 INCH RED PAINT .... STRIPE ON THE TOP AND SIDE. 2. ROLLED CURBS SHALL BE IDENTIFIED BY A 6 INCH RED 6" RED STRIPE PAINT STRIPE ON THE UPPER MOST PORTION OF THE CURB, WHITE LETTERING 3. ROADS WITH NO CURBS SHALL BE IDENTIFIED BY A 6 INCH I RED STRIPE. N 0 PARKING - FIRE LANE 4. THE WORDS "NO PARKING- FIRE LANE" SHALL BE 18 INCHES HIGH WHITE LETTERING WITH 3INCH STROKE AND PLACED 8 INCHES AS MEASURED PERPENDICULAR TO THE 8" MINIMUM RED STRIPE IN MOST CASES, BOTH SIDES SHALL BE 18" MINIMUM MARKED.WHERE LONG ROADS EXIST THE MARKING MAY ALTERNATE SIDES MARKINGS WILL NOT EXCEED 50'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. 6" RED STRIPE POSTS SHALL BE PER 6-82 AND 6-83.THE BOTTOM OF 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 3Nb7 3bIL -BNDdVd ON 18" MINIMUM BUILDING OR STRUCTURE. 3. SEE STANDARD PLAN 6-83 FOR SIGN MOUNTING. WHITE LETTERING NO NO PARKING PARKING NO NO FIRE FIRE PARKING PARKING LANE LANE FIRE FIRE LANE LANE %- R8-31 R8 31L TYPE 3' RB-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 G t, AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE CODEUSED WHEN REQUIIREDAL. IT BL THEBE FIR IN '�ti .FRET ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OFFICED CONJUNCTION WITH A 6 INCH RED pF S THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST STRIPE SIMILAR TO TYPE 1.THE PES SHALL RUN AT A 30 TO 60r - M1 CITY OF KENT STRENGINEERING DEPA 11 RT 11 MENT DEEGIREE ANGLE AND SHALL BE PARALLE 4 WITH EACH OTHER.THE STRIPE SHALL KENT FIRE LANE MARKING BE A MINIMUM 61NCHES IN WIDTH AND 4 38286 57f w�axinn... ..m.m.................._....,. ....___.. A MINIMUM OF 24 INCHES APART. d-Y 'IS°S. t*S�.^ DESIGNED :,wcorc SCALE w....... NONE„mmm„ _„_ sTalloareo PUN LETTERING TO OCCUR AS WITH TYPE 1 'SdO ,�YyC`' CHECKED � .4�A -- ------ MARKING, fM1�l'�L CHECKED DATE JDLY. 2015 6-77M APPROVED 6 61 1—2 I s3 3'-3 r rw---- EDGE LINE �! LANE LINE OR 1I 1I -4 (ryp) CENTERLINE f f o � s � o O 0 w N Y * AI V Q Z � � 7w in V F K fl W O K f G f 24"WHITE STOP LINE ..... LAVE I MPH D* _.. ._..�. (Ft.) 3' 4" .. .�. ij IN) LL 25 50 pp 30 100 �Il w w c 35 150 GRID IS 1 SQUARE 40 225 "R" DETAIL _ 45 300 �) KEY: 50 375 41•�WHITE RR CROSSING SYMBOL PAY LIMIT *DIMENSIONS SHOWN INCLUDES X SYMBOL, LETTERS,AND TWO ARE APPROXIMATE TRANSVERSE LINES 0 (J) SYMBOL DETAILS 2 24" WHITE TRANSVERSE LINES 1 i O W10-1 ADVANCE WARNING SIGN NOTES: D ®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. o NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT RE AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 04 / � ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �/ 4 CITY OF KENT So � ENGINEERING DEPARTMENT _. 11�r e4 RAILROAD GRADE CROSSING w�" Mfg O T PAVEMENT MARKINGS C?7 \ 296DEDGNED DW "" SCALE NONE STANDARD PL [I LAYOUT 4rvuruw. -410 .. --... 510'NAL rC� C ECKEu DATE 6-78M APPROVFI ENcinEErz W {, Z Z J d U w z w O N Uw r w a W J QW F „0DE � J W Z , " m W Z w J z s � 3 w F U O C g ¢ W Q w z a O g aM d w � c� .r„:, a Y m Z 1 mo O] J CC O II• W 0 J 2 Z Q Q J m E A K F W Y 2 '., I j W !J w 0 < 7 G Z I W w ¢ I � Y E F Z Z t O Q O l� O_ z(D " J ¢ w � 3 Y O Z g a 4 F � w x zJ � � F L W W ti J ¢ Q W Q F ¢ O] Z m Q !L w F J Z A L] ¢ Q Z p z NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT m Y s 0, a Q G F�l��' AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE m ¢ ¢ U ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Weis.`j", Jo a zg g o ¢ Wo ^"� ✓'fir Q fj �y/' THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT ENGINEERING DEPARTMENT a z > w a * KEN TYPICAL BIKE LANE K O a a MARKINGS 38296 w. m m ¢ a Uwi m ¢ DESIGNED—CAM 'kb SCALE NONE STANDARD PWN W ._. f �.�� ',�Cy�, +ly'C) DRAWN B6. S �..) 10NAL Y' 'cilEcrED ".�'....... DATE �.,� I .......m 6-79M 2 M � a I F Q M LL Z O Z Q F O X w O a W A p 2i W J 0 W F W w LL J O p d W N n � Sc O W W W ❑ d O u ~ W m Q F 2 O I Kzui a' m ❑ � c[ O H Q '" U O O w l9Ud w m w p a Z U mQ Z Z w x LL X II Z 00 ❑ Z m w O W LL, w ¢ g y r ++ ❑ Z V d' Q LL J J = w I I � � � <❑ � � z Q g E � I I a F F w ❑ Z 0 w vJ 0 `^ ❑ z I I I w O Qw LL F K O F w J w z w oED G z mw � O uS Z w U d H ? J W Z amap I I � LLz � s � � K .. ? VI H H G U Q 0 w 2 � � O W O V' ~ Q C ❑ lei O O ❑ o t~n w W ~ H w 0 J N V- p Z J Y LL LL d Z p I I m U U 0 0 0 to O W C Z O ❑ In ❑ O Y N N N a ❑ U J O II II II II II II II II � H .....(s.i I J J ❑ _ _ _ d w m uj w z ❑ F I I I NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE WAS „w ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ,✓ 4'Y' THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT �I SYMMETRICAL LEFT m Y W \ ` KCNT TURN POCKET LAYOUT w ¢ '.r `\ 38296 t, Op ~r l +,�:% �"' OESGNEo orvH o c� 5 G m.............. . ...S.CaAL.E__........NW_eN_rvoE_� sranonw PAN aawn y bNAL E2.cr . . o. . 6—$0M AFFRDVED 7 I � 0 w w z Z W Ik n J W_ K W Z .Z.J � W S O N 0 a UD NOTE: 0 SEE STANDARD PLAN 6-73 OR 6-74 FOR LANE MARKING DETAILS. J W W Z } J W �[ J W O W 0 U o 0 y C z C H } N NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1r PFF, AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST„ a� CITY OF KENT ENGINEERING DEPARTMENT LEFT TURN POCKET AT END iK�hGT OF TWO WAY 38296 �_ "" LEFT TURN LANE LAYOUT . wW^'' DE IcwEu owri S —[a sraNOAh Four✓ J�A.I, ViRAWAtl .Ho d0 ��i. S'tyCJ 6-81M AFF ROVED WSDOT STANDARD PLANS ROADWAY DELINEATION 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) 2018 Plastic Markings/Araucto A - 2 May 9, 2018 Project Number. R00602 o J w ro it >,J�1 a z O Y 6 o ' 6 a 0 w �� = N oy V� N a= k 3 w vig wig h EE Z Sn AoNoulmcl A'ZX I � F J O m� II i f NIW Bad OB=E1NI;nVef5l'3�1314 hbd ,,,,.y.. ._......, XV6 Y li OU f v QNID d3~49141 tl rns NNm AS NMWO N ;L t CyO oL' �,s•w N NJ6 N S 6 C9 O a o ux 7f Ypp � W " � 3�•. a w P, ra ce �Q W 6 VWO✓i^"yrr w� a 0 LL_U.a F ay. m N cc a .. "v W~ .,�. S F �:� III► �m x0 wa s aQ �LL LL G W W T CF �W F- H JS dlll3 PP W SIR 9 3Shcll3 m .. .... ............. n .B.id .p------------------- w b1 �m r W an QQ N � � zw au_ .n w FLL y w .. ,,,,,"" .. ......... _ ....... U"R Do 3 aN K x d U 1I W LL 0 9I �o r% 3 u mz b LL w a 83H0131d A5lD'J :AD NMbtlO o a'} O .b N04 N �: dq N N c. goo cc ir -, wrow a �aWaoo C W p $ m W y C SIXV tl 35dfT13 .nw .....,. �y, V>•7Il Za � n ci xv a nlli 2 rcw � Nfa �� N M F u � II uo ¢ V A w Q w N U w F S�L a y w w a 18 <m _ � o .a .a <LL 0 <m io oa rc cai �� W LL m~ F E w C SlWM 3Shcll3 �-O 6 _ W SIXtl 9 3ShcllS J LL' V I „ r m$ m y� / w y n v w ca�. ..... .... ....................................................._.___._ ._._._. ..... H3HJ1313 A9lOJ AH NMtltlO N m N O I O Q N 6s zcna Q o iW p e r w COO Z ' < rL0:W6 ao J u W Q o $ co �� W IL jn Cf.1' Z � 3 a � pa goy rc_ r �11 W �1 �L SIXV V.35'dl I1] sixv B dl I a Z ` n W u wu 'w d 1 � o hb W 111 � � uLi W _ .. ........... .. ....... ^..., ..........................._._._._� 21=JH:11JlJ A(!IUJ :AF1 I�MViIO E pO O oo - E N .�9y4�, �a co F e lu /C z iF f6 s o m a SIU MOtlBtl,,.r f' Q NE H4>I"IH,�Itl-i =1.14N 1i5 Nidll{.AI-off aw Z F II® of �, 5" ° _ o F .. „ x 4 U 3 0 SHDI l „ v slva3wnN w sagLwl srv+a�wnea w H^.vVl{-JJ tl �J.GNN�35 N4kIW.b'.P...« oz r'FICIIH II-.,�,,�,.....,r,C&5Y — .•71611H 6 '5 pz O II t O {((p[ppp m 1tl l l h 1 6i13ll31 M011tltl �AQM ..................._.:L._.._... ...__.......�, BBS � 16"Mold n4V"X.'l w w� S ..... .. :....... ,v. . ............ 0 F (y Q F ...... ... ....._.. 2 SiHll3l Si13ll31 w Stl3ll3l SH3ll3l H91H 0 9 31DN 335 H`JIH.0'BJ Oz VLYIN N'N 31ON 3]S � H.pOH.fp".(1 pz 0 0 I ry OEDdADVSII -AowM o oz ozo fcc l .a fJ = a i sa3u3l sa3u3a w� " a�°*wA;r� � tiz JQ y Naw o e a10Naas u1m o e '7y '�✓�, '" C CIL R i � v ¢ ........ Vw'w Sa3ll3l 090ZWNtlld al5 01 a3d3a o3 .. w �II llll U-0 310N 33S IaPWAS f1ViHV[1190. J f O a _.. w w s sa3u3l w� urill n+ A .e auclw gas &�anH,m.�..—. .. p� ww o �w w w Y 3N3t1911 sa3ll31 8� Sa3ll3l w fWSMltli .9 9�� 31aN]hS IIOXM9 a Y x HCfIH U 9 .� wj an .n w I Y r o 4 J O Z IL w A F w II Y�i x r ti w sa3ll3l „IM MIN o J Wry61 .G�GwY t AY 5 _.. fY f ' _ �A ll3l Sil3ll3l HOIN o e """ _ 31oN 33s " a`Jla o s J i ,_. W r LLV LL Wi a w aaoaAo vsn ;As wn a N CJ4 o W 4 p ` LLI J W a M m a J�W L F o o ° U y 0 Q. Ir N Sa3ll3l Q` Sa3ll3l HD1H a a CT w rc W❑ a Sltla3Wf1N J([ _:...__............ �.���.—�,.-..._�. z a a ro U' Z i F Z N 00 < J rm o xw a z 0 -�-j [-&._...._..I ......._...._� ---- C n3aan rvaaa �a rvrnraa LOCATION MAPS AND CHA►NNELIZA►TI� ON PLANS 2018 Plastic Markings/Araucto A - 3 May 9, 2018 Project Number: R00602 � t " I I VJF i � I 1 N I I '> 4\ o v � a lo s'I" ! W ... J s.. nAI if „cs. > if lk IL 00 09 t ry M 00 CDT. E i if x' t —sa h z 04 _ o AA 1 a n Ala 6e --��%. e IS Sr 1d11 St or t7y I C!pr � ll (tr nr On err, St M 184[A 1 B4� c k u � s lor,en f° a 'n' � YmsYln.1 'er a 1130 111 B Pa,rfe; i ,r °If ,µ 9' r� t •� fi lot a rr INT-2848 u, -r'_`.. INT-2928 INT-2764 i9 98t... f•Tti [ r^" q i � yr L Yi X4J6i-.�..._.. ..+te r .. " 7 r.,., INT-2746 S 994 4E , angle Lake s INr2832 INT-2657 rr-��—� S 198 51 j Vr tl" a W s putt,nr INT-2899 �° I Y I 1 r r �1 n. INT-2898 J� e I G ui IN T-2889 w S toast r zae al % zto si INT-1976 „el .4r w uv d e t� YP er ,rs J� � .� Pomr ne 92166t Ig>Y �+rLyiG Phtl 2 _ PAGE 6 DOWN I� ° 500 ',°°U 1,500 p Feet 2018 Plastic Pavement Markings Refresh 1OF19 Legend 40 �,������5,. Intersection Marking INT-123 MapKey (seeAppendixAfordetails) ,,,,,,�.��°'�KENT Produced by Pavement Manager Joeeph Amuoto U-\MXDt2018 Plasllc Marking Refresh Mapbeok mxd Prinled.May 2018 A; L� ul r ............."c S"r • :a Ww�iw c-+Mr.+.v® ......... f INT-3103 zj �'� h •f B tl8l alr � l 1 "-.-.. i E o tU1P Wi p� � y[ S1tl6 PI � i -INT3491 s s u, r N.."v, r b 18IW cn mx+Ji • • «r If J INT-2848 svdrr^ 6i 5: i ;� se�n;vt � s,Erus1 INT-2928 INT-2764 .r m us e 2 �o N, 11, siiz INT-2746 .Y.rr " mm � gre � I — INT-2832 NT-2657 1 INT-3582 i S 196 St PPI 1�...... w C7 m � r _ �,II CusE 4 °Iwu r"I 3 1 INT-2899 s I ,. 5 200 St . i pMnT1+.wY.J m 'S7 a e� f 9 i�tld1 8i 1ui;+.P.t L * rT INT-2893 <I FP a 9 ! ce u. aAl 2m+8n a m itw zoo P, Y , mmmmmmmm� m ?. iri'v :.. 1 a uJa s, i •.zoa at m � �. NT-2889 " INT-3720 W s Loe 6t .. I .r1Gl f"r 4dEn tiY "N @,.. goes ;auw St IlIrt f of z1 et f s 2ig I INT-3568 enre INT 3184 . INT-3564 "v No s? INT-3229 -� j � � b]I3 P"I 521J SI e vl fi Y,F90. I� � sr2to s t ' PAGE 7'C OWN "atu Sr ° 500 '°°°° 1r500 Feet 2018 Plastic Pavement Markings Refresh 2OF19 © Legend µ � Intersection Marking INT-123 Map Key(see Appendix Afor details) „ems KENO T Produced by Pavement Manager'.Joseph Aroucte IR\M%Dt2018 Ples in,Marking Refresh Mapbook mxd Printed May 2018 179 St 7-5 t 7 rs Mi Vlfi SE 166 07) N 9T-, I �, I < ea 50 i fA IV S, WI S, sa S 51 Ca iMl 51 L, _UiD—Sl -L fi =P " If 1,qo P VI oT IN -47 3 Sir.19i—. 4�9 I� -77� 4 I� r; d V INT-4761 L I acr 0 i`--k Creek ISC 196 1� 19 RRI Q r oa Uj V, INT-4757 'E 200 St c ., p A�e �� 4751 let fW2 pe � �2r,2-Atl � �0 SE �� INT As M _71 1-1 d""I1 X IL-1 A 0, W b. —21 INT-3720 INT-5321 L S 208 St 11 035 eek1 1 4 It a: it Ne P Sm veaysw Si-11 of 9ry la,7 13 91 ILII L r[I > < �14 h 116 51 E 215 St 10'S 11- -1 rl 1,500 Feet 2018 Plastic Pavement Markings Refresh 3 OF 19 Legend 1111shl 40 Pilo Intersection Marking INT-123 Map Key(see Appendix A for details) ", I"'I, KENT Produced by Pavement MlrsgP, J.ephA.hItn U WXWO18 Piastre Marking Refresh Mapberolkhrld Printed May2018 m = F liar ^• efwll e w t� bC Ir tfil0 rn YF1f4 p^I I']lm am SE 1 all St 180 n _ st mtl' w sE Isl y; 5 S6 l82,Ph td'. b V FIlg M j tt w't, %' SF iws 11 rtul BE I8 2 PI .I w :' 4r YU 1_la orn PI ¢ a Ase v�-.....SE1&A Yolw Y ��. 1 if w r sE lnnl° DE y, � �1�TIy Q Nfry IhilSr n, �' 'r q IS',PI 4 � Y IXdAk Y ANRiHI U �� /at SE 196 sr'436 Pl IAIi SE ur � A a w � ye6+e ldw,. d'A tr nmr l atmu i mm NI atrl+a st s e to w i 4 a /aw de w t riw" _ 1' nn[ al IIfIpI PIIE �._ ..4 avv9 u/1 90 PI hP Q 4lw LW IM@PB Yvl ux t"ry w 0 .r Iali SE f ry SE Sl.____"_ °x r /' van:ln n , 9:1 Si r a � Yd l N 1 n r /' a yi I' 94 ...JJJ✓✓ u 1� W q11 l. r11 4/ r a aC Y IF f^ 1`r o%S Is s m ¢ c51 1 P tleN i t v I Jf11A .:p tl9C4 Yip P4 l VAY dII phJ be r� � Pr w I \\\1 ery r ........L / Sum... r A of p'g.200 s1 " h , 7 d� -gym�a. rn rzr G IE y Ua �.I � ry sr'fl tvA?Ov iAe /� ,. Mir, n f ",,011 AT Y.tl ¢ P. 41J WI 1 IAI ^yT m y N sk lW,151 y�5(MI kr� N II t 413 PI M0. P m I SE,oa PI ail a a Nk N A ff M1 IS4 fJI 5 4 y1V()•,,_. 4y V0.1 :I""nF FI v 4L 4 .V�r N * INT-5321 t 1 i — nu AS PI wf " "` ------" SE:2P_6 SC p/ a .w t 1 9 4 t r f Or InYv I nl M tC r P 1IIIII {p{Y SI M at Mn LWd'IO VM f1� 4AW ✓ I[ _ Fit.Ll:Pii� d 11 K !k Y IN M ro m e` c(gi 2l'I yg L r LLkV Yaf R �v , u'Ja?' I Y 0 SE 21�r � N i �yy ✓r 51 �Y: „I.ry ai r yu11V1 A15k % l„'Mm lYy A at sr nbsl r IpAOE 9 DOWN :- 500 '.°°° 1,500 Feet 2018 Plastic Pavement Markings Refresh 4OF19 Legend Intersection Marking INN-123 Map Key(see Appendix A for details) 1 10I1",,�°�w�lr� KENT Prod ueed by Pavement Manager:Joseph Arauce U:1MXDi2016 Plastic Marking Refresh Mapboak mad Printed.May 2018 J l2{li' Y 2119 SI W 1'H cIJ ( LL Gi IY J�� •.d EY 61. ry l S 1215[ m ++ S 4 1 :w ry 1 tt' i Q 4 214,Sty.. f� i iiA IL M 99 k '� Y, rn a 'II wM 1 y ��1+av r f`� ��" �� YY Sx2+uvv °1 IR �...M.m„_m.. „� INT-1556 qr : c - dftlt �'F1 2 n O an:, _j 1m � I � ....♦ � cy qw �` 2q 1"r' �. S 24°St r. INT-1239 � f'�,rry :az,. it S 249 St ry rt 41 �y V 1 ,, In , S za2 H1 .'ct a .r +iss, : a y �52a351 r:� T n .R ; x .....,....� t� J�7 r ii �nx » Ni a i n 5 444 51 m � s(aasp ry qi Lj 5 215 Pi 52h h1 4 17N 'I S145A P M a' ..... ud Y 'x lM1j y"i 5 PO bl.... y m � e:n �a'. 52a0.1 a i� � A 41 1 s' p!Tib bi P 1dao::a OJT ,rt e}ci lwim »61 Pq 251 R. n 2Sio 61 < ov 0s1 261 PI r:'$ s2�ixw I x 232 e1 rA 15.I +S I PI '2so�, PAGE 11 DOWN j + ((ff ° 50oFeet 2018 Plastic Pavement Markings Refresh 50F 19 Legend Intersection Marking wT-123 Map Key(see Appendix A for details) Produced by Pavement Meneger:JesephAh,a W U'.1MXD12018 Plastic Marking Refresh Mspbook mxd Printed_May 2018 PAGE 1 UP N a uh s 2n EYI \.Y 5e ll9 SA q 5 S s � ttr m Green RiverrA w ' Enhancement _..� Area sa c � s2„st —_ r�o CJ m INT-2870 ra aa� 71_ wr. -- y�r ✓ f% i IN , i VJotFYfanS�[_...,--.^^--ter. t I S 1;I 11itl '1 vm V G tl tat v;l 'r ,' �g "•,,� s d i u sr I � A r y` rw I m' s I rs a;ea e, �, ✓' T 181 ,t � w„ it �„ .,beau slvY # g i e _ a �. :. ��' w W kya?:e i ' �a � t8i � "r "'ay rs J� ttao ' in s m r It n L„ INT-2738 rt r u 516 " y, It s r leaf=[T :S (n fl,d .m........ r.. m �Yu�Ct �` M t Cat N S Jan 51 'nf,9VI" U ear e m I .r✓� . � I ,adk� SR 516 J d I r �, 4 . . I xm,P � rnl o soo fAoo 1,500®Feet 2018 Plastic Pavement Markings Refresh 6OF19 Legend ^^^ m Intersection Marking iNT-123 Map Key(see Appendix Afar details) NT Produced by Pavement Manager:Joseph Araucto UiMXDW8 Plastic Marking Refresh Mapboek mxd Printed:May 2018 _ PAGE 2 UP rw -coca Q a � inll_.__.11 f f szn st € t INT-3553 m f.iu�E v°"" i ery Puu gr r � sve sr gw1M.d3P -� or z?aSI s n Y Lowli 8 a2f'.'h �..._ n,,. t N AEd GE „ ov � INT-303003 , '228 4i1 INT-3527at a r I r vCp%I YiI t - f y 2 Y � a t [ RA to m ,a vr � K f ' 17 c8 W rn r r9 u d , INT 3206 .89`ur .�u _ a c 4�. aixvP e .......... 5 zoo 5t �Yi si 3 ' xi,v,rr t INT3460 r 1y c c I as z a SEE e„ r x ( ..L, E .[ E _ k '.�mofr,51 INfT-3349 ' INT 345� 10 1NT 3116 t' � t 0Y S .� i wx, ri ca a it and INT-37 Wed VWIi&tkede St '� W Nyltae;ka St kp, 1 oac on ran rr .E�.n+i Pv 4 a,x si � r 848 �� SEG-1 `,amotti wr,±,}.INT-31 Wdll vvi y f INT 3345 SR 61 8, p.^tV'E!f r n ' 516 r. ,,,vm:+r�� d"rar0n9.X1 ♦/�'"��^ 1f r, R i.aei tnN W�artS, ' NP JrR.. t'Mr ' — " PAGE 13 DOWN.,�I ,� t 500 1,000 1,500 2018 Plastic Pavement Markings Refresh 7OF19 ®Feet Legend Intersection Marking INT-t23 Map Key(see Appendix A for details) ",onr k°�rE��E,m E'NT Produced by Pavement Manager:Joseph Arsucto U WXDr2018 Plastic Marking Refresh Mapbeek mxd Printed.May 2018 i a 31111 (m. k'4GE3U 1: l 53_ w a � 2 51 -zlav�o INT4723 T1 'd �e o Pi le 'i x� ,k .�216hN11 ee' 111......___..I ¢ ..tlY 4Y .e _ ffi211PI < a ' 4ME In M1 47 sC 218P1 n• V4 'J' as Pl 1 W� st P SE 21<,� P INT-4721 3EJ" " ra r, x rn� m ,.. INTO 78 sEl nPl atl `� 1 Sr S 232 , P2 f �1TT[w 1z12� N: N G',rC ((,�0. �:r1I�1'2�Pr`t SE rx3r �^^ "I tl J ¢ Pd�v.„ ' SE 227 1 PI DP yM 1 Y 1 II lY mt Ifstk ..Ir.. SE 2l `` u z o� y Cn } ,k «,g.,.,.—_. 1;J.;1n SE 212 INT-5033 ir— SE razs rtn.a tl 1Y,P INT 4842 nr INT-4903 � m r m s n j INT 520a .,� w 11 1 IN u,u"I Stl „[vaa " JSt �r S 235 PI 7I H q Q TL J pby N6 Yfry 1oF f YI fl" td � a rl]91 IllI^^ YdPll N n.av 5tl a.Mr� In f s rrr r „ nk mrl SF'24G15t 5'2 t $t sE < ns u "Y� 62J9 P1 1 .�..� ag IYY I': r,11r hr' r al sE241Pl 1. Cltt f �' y e 9E d1141 IId -3710 1 , u�c, £.m1 w t �. IIC WI i.. Y o um......�N g'� rn0i SE 2i14 Sf E 144 5p 24s Pi 2 aa. ° INT-5269 If hri 'n a .a: , C arrn r ,INT4175 r 5F24ASk IL1 r h IIIk�.-yII �r{{��`` pp > ni: t Y o �uT1 AJ fI tl AC .W '^wy��� YF A 0 1 �j tl e lJY f I 0. q Lf SL Y5U P0 y-.. ^-� e " 3252s1 a L,w z 1 ypq ar "y .. 'l h " 1 L _a 25381 PN�C+'E 14 D�('1VIfN ^t 0 500 1,000 1,500 Feet 2018 Plastic Pavement Markings Refresh 8OF19 o Legend Intersection Marking INT-123 Map Key(see Appendix A for details) sP'"" °' ICENT Produced by Pavement Manager:Joseph Arauclo U'.1MXD18019 Plaatla Marking Refresh Mapbook mxd Printed:May 2018 L PAGE4 P, yl SE?16 St mr,S sI ppyy z I r P, — o SE 218 P, S E ro < IlLs, F— St,219 PI en 11 1 ra 11 f0 o 14 sr i a of —1,r", — 1� " n 7 1 SF�?j oo "T ; SC NIP] z 'cu Off ??4 Fv 7 1-11. SE 224 St �fl v Er tt, SE 2y7 11 6C 2 In It, Ir I,- , % fric'' —v st ry LIU I yia INT-5033 Mir �fh ,"1 1)? zjf 2�2 1 4 INT-490 u SFX11 S S,��, If I, ",J13 St M at, Lake Johe INT-5284 r R, M LU SE 2115 St (,I,SE or T U'e't th 11 nr P, k lu V 4 SE 2t175t j Clark Lake 14111 S4E �� 2Q4 INT-5269 v` < yr IfSL Ci 248 St If SF 2 47 P1 71 I0 of in ra Fj C 11b .77 ur Sr wnSr L �5Q 2bj StPf I-JjLt E 15 DOWN 'A ?S,a nky' W, 1 0 500 1,000 1,500 Feet 2018 Plastic Pavement Markings Refresh 9 OF 19 Legend Intersection Marking INT-123 Map Key(see Appendix A for details) KENT Produced by Pavement ManagerJoseph Amucto U\MXDr 018 Macao Marking Refresh Mapbook m.d P,,,t.d May 2018 z i fi Lw4M4 to 71 na s A • A ws IJ aadPo I �.. Sir a:ESt_.�.� �.._,.m...... Sxx \ °n Sr - arfi.rve A ra ¢' el l _ VR 219�;J6 r b,ag,Hi saws �sx ,¢ DXI m ;. s� 'rgr r _ yaw 6, d_a,tin Q Lake Jolie �, y ,._._SE 234.fiG rn J N A i ACYSII _lA PI <'s55i 0 r rdm wi N 6C2J05d t 1 Hem Lake Iptl} dbfY wf � uP ni r 'It",s SE 240 9I � \ v � .,.......... fi `r f a 1Av im jj !I1 24fi 51 pYi,pe in S nn E � v � I y�Yr bp4Ufi vRt A q m . S ��q W f }v A rp } G SE „[�aYfiAtl :vI YI W 'ry b �, "`t" RAGE 16 DOWNI... __... , 2,2P1 ° NC ',°°° is°° 2018 Plastic Pavement Markings Refresh 10 OF 19 Feet Legend Po,�d Intersection Marking INT-123 Map Key(see Appendix for details) „IleKE NOT Produced by Pavement Manager.Joseph Anti U.1M%e12018 Plastic Marking Ref esh Mapbook mxd Printed'.May 2018 x .N+:}�V✓;� " f 15n tiC -^� (t.'. tt h I? I n t a yy PAGE 5 UP 5d&t bl t SdSW 91 — �" � r P Y I a; Y41 m g. i ir,.,. 219 Si INT-954 z IMy .. *;tra P,r. t *o ez lst ;° >, rx ait e� m 4't c1k 7 , J1,1 st vin, ro Y IL Y yip UD �i l 1. ll • A£ HamPlon Wy nit VU le i — 1 118 Fat V n IY 41 SM1N VE S id'"�' F- j, u Yrvv � � Pp r 1 m v c2a08[ 0 00, ILI � x 272 St M n n.. Y s .._ .. _. f. — . n. c y $272$[ Lu H 01 r Star Lake �`'l1 '' ept� .uA vey.r � ad � t � �•O.i r~ de nt qkm Yk .,,,i.a,ay mC In kf'+V;r y. e'd '1 In sr � Jar sr F, 1 e tN so �xi.v; 41 .., by"1,P1A ArI rh 91t%1 1 } 4 a K tli � A4R PO b'GWM,Y'r p PP St S a' ins Pi aSr S Mrl M '"?�kTy 1 PY 6 2Ni1P 11 �`1111(5+ re SIGN`�I Jbr +nut n p Y .,° ant s,� ,� ''Y`�� ° 500 '°°°° 1,500 2018 Plastic Pavement Markings Refresh 11 OF 19 Legend ,.. Intersection Marking INT-its Map Key(see Appendix A for details) p0" anlrn�' K E N'a" Produced by Pavement Manager_Joseph Amucto U.VMXD 2018 Plaslie Marking Refresh Mapbook mxd Printed.May 2018 r vl Iro a Le, u,st I' ► 1 r„, x ,; s Uri'a i I xSt str i 9 �lamatnn�„ � It m a vll1.4 i rnl'iN�kp ' Q i e o/ wxs '.1Ysq ui n PP AY YA FI wucuiW.XIYW v .fir C° V S 272 St LU m I sRl— o j a is r'✓rnl ,..,4 S 277 St In �2la PI 52]9 St FiYO Si 'd4u wp 1u d N i a' N 9rDPI h 1E4!i)Mt,I'd Sb r t Ve It ', .e N^16tl N1 ° 500 '°°°° 1,500 Feet 2018 Plastic Pavement Markings Refresh 12OF19 © Legend Intersection Marking INN-123 Map Key(see Appendix Afor details) Poduced by Pavement Manager:Joseph Arence U WXACQ018 Plastic Marking Refresh Mapbook ri Printed_May 2018 PAGE 7 UP —I , r ab. y V 11 e I l ff b k r I � Y/pl I u< I N n 1 I a, 52595i� rn.po sl 1 1 R 1N1 Gi.� .J,I6'2..d'l! � FUYrvrlr I 1 CID CL •ti �{ :I U 167 Le'".yam,^e`: rv� 1 e.er♦ W! I ti W D 6` x 0 m 0 z w m (. ' bid 1 I A, a< I I S 277 St r et of 0 � I i 4ytlAwr N' w - Fv I U S u+ I - ___ I t I — >. Ca I K — �" e 1al Nay—_ { . 40 S4 NF. i p ° NC 1,000 1,500 2018 Plastic Pavement Markings Refresh 13OF19 Feet Fegendsection Marking INT-123 Map Key(see Appendix Afor details) Produced by Pavement Manager.Joseph Arauclo U'.1MXD1201B Plastic Marking Refresh Mapbook mxd Printed:May 2018 1 112 11 1 .[-j...S[ I,I r— PAGE 8 UP 1 14 1 1......I,I k�a �R �R I Sr.yl<R, P, a 7w a..I /a 11 .1 u. 1 1 W, T .,I Sir ern&H a 1 0 N1111 RN,VI, 17o 6 1 n 14 w ablEl F- -LEL a &7F SE 2 Lu M gbZir? C V,R In INT-4645 SE 274 WY S.277-S S[ y, iE 2?? SC Ii] -—-- --—--—- —--———--—...—....—.....—.-—-- SE 28 f St el _n,,, a ,10�,I NFr ID ry E 290 T T 91 -T 0 0 500 1,000 1,500 B Feet 2018 Plastic Pavement Markings Refresh 14 OF 19 Legend Intersection marking INT-123 Map Key (see Appendix A for details) Produced by Pavement Manager.Joseph Araucty J\MXCy2018 Plally MI]Fkifl,RIfFllh II-ned Panted.Mn,2018 PAGE 9 ..j T •r 1 rt. 2o' IN to U Ag 264 P, IN a E 2 6 8 t 'ps' sl 111" qlpj ILI tin Afi�N16r ,Ir n r J oil �J ,' I ar� 2123�1 P�s Fri IL2 ratc Is I',, o' SE 26651 13 ej sr r .'i Ln I. 26's�g at', '63 PI ou.2 ro Alr254 P111 L"I' ri "s m 'Ni < Ale r 41 pit VN ,t� SE nib�it �ao U) ''I,, <' I n ",qn Ma, SE 2 Id 6 INT 4 Y -6309 ILLI mYI R riy TI C77,'IT, 4 TLI k' $E 274 WY EE 276,'0 �7�Pi aaxN3 277�1[ t" J, Ni 9 Ij SE�7n N ------------------ lu 'a, I '101� I "s, I z 81 2LIS1 w T� —717,ssll> LN In —rC;IAH'v' I - _2 2—8", Lo < O t4 R7,,,,777-1 ii 211,r SE 288 St Sm in"1 -6 In Ile Ii f =WN 7" 0 Soo 1,000 1,500 Feet 2018 Plastic Pavement Markings Refresh 15 OF 19 Legend 0 Intersection Marking INT-123 MapKey(seeApperdixAfordetais) Produced by Pavement Manager:Joseph Arausto U iMXDQ01 8 risers Marking Refresh Mari mxd Printed May 2018 -- .dre„ PAGE 1DUP _. l.. J �r� r�r it "v Iq {Y'M �v I N o: SE 256 St � w .s l _ N,,, e 41 s�zno i k',. se ula St ru a Ice SEIM N 1 1 Ixa "rl EM1 i9 M: 311 lkq Y® fe4-0 dX3d:'v0 1Pgpq 0 r� t �?/fr 110 ,. ell r... ...ri a a — m „'hM1 INT-7111 I �-i g19 8 ��—______ 4<{RnG Kranc�d�iay Rd se nc t a ro � " Sr z;a 51 °w 2 R 27,a160N14",ak yr b 8f@PI .1.4/U al Yyi PI NOR �C tA�i r of �✓ bti? . — ." zar Put M1 >aPc >x ��11r, r a�;,a ,✓' r nne I=� �. SELPLS, _ _ � E2N2`1SE 28y p I�F °$ I.mm y/"" U ✓" a a N u'i � by,nr X1�,. /" I�,.'✓` �� �S r Jl d sr Jee' to SE 288 St aee " ° 500 1,000 1,500��Feed 2018 Plastic Pavement Markings Refresh 16OF19 Legend Intersection Marking INT 123 Map Key(see Appendix Afor details) K:ENT Produced by Pavement `Am29vF Jesepb Areuclo U WXD1 016 Plastic Mark,,,Rerresb Mapbeok mld Pdnled'.Mey 2018 "'"�-' PAGE 15 t q ni 7 as sE z,o st t ,n y'�"- w y„ a INT-6309 N JAA aa 1 y Jva su Q 51y i CYI. di� Q N .xCe S{11 T a}sa IIIr S��- t 1 "Ak kkn vo- 1ac� — SE 274 WY ° — INT 4845 t rorl l- 6,jSF 7aS1 t I 4A0 )w l' L]PL Cy A'Pba 9E9},yR mp +.f �51 y\\ p� �b 4 ry rvU � SE 27'P E S k1Y' 1T M 41 iH t SF 1fR utl i,w T 1 fi C i TT aEaeo 1 r , SE 281 4I R•�••. ��• _" 1 c:nrrmr in r � qo, � Fdt1'M`..1itl '.N�tlF, a P SirJM1b dFl2 4c L01 r Vl0'll _JE a911 Y1 �. e;e.crec,nli ry troa. Ij sr a � o y se nan o' rauva Pi eW f 1 ��� •:c-211, t � SE 288 St q R SE 290 St bW � 'gyp'Jx9 5 o �.., bA 2Rb Wv FAY 1 1 trr, F4 Q Vl 3Y .W.W Y W_ � � :AIYI! Y a S � � k.. Y7f � C 1V yY ,,Y • 4W yf SF=304 SA or sE aoa St ---- 1 I I ° 500 1,0001,500 Feet 2018 Plastic Pavement Markings Refresh BRIDGES -17 OF 19 Legend Intersection Marking INT-123 Map Key(see Appendix A for details) �.,, „,��dWKEWrNT Produced by Pavement Manager Joseph Amucto U.1MXU12019 Plaallc Marking Rehash Mapbook ni Printed May 2013 r� x s. : I c-a r_— a L9, e Ro 0, r ILA r I ' e � a v 0 u ca SE 27eS1 Maple Valley fP,3 SI 0 500 1,000 1,500 Feet 2018 Plastic Pavement Markings Refresh cLARK SPRINGS - 18 OF 19 Legend 40 Intersection Marking INr-'123 Map Key(see Appendix Afor details) �.���,�,e�,. "�°�'K£G^tT Produced by Pavement Manages Joseph Areucto 11:1M XD'2016 Plastic Marking Refresh Mapbook.mxd Printed'.May G01B Q as ca a.181 IJr II r S 235 PI 'f6Pl I R b 4 138 PI W INT-3206 c F,P W Mellon SI L la ua s 266 P1 m C. z W Cl. a#y St 1 z a N szae sr Z, 12 L �I 0 529P PI � I a a Jtl Met s 5t J41vH?tlN PVIT R � f P 4 t E I (l. MV ws1N iSU Sf /i CIIId51gt r wsam,sr. A � INT-3460 {� Y 2A z a 2; ,r�aur sr NJam _e _ es h" 'upv S1 k. FTq� er>nl a a � 3 INT-3116 jjjj Sn7fil S1 I!p 41 INT-3452 , u u it r1i INT334Opal a VFarresS Oti_ INT23 a W Meeker St r W Meekell � NT-34g3 W'Gc+we St UP) Gowe IN1 35V �f W SA li' m SEG-1848 vJ n•Itu�C;1 W P '� 1, 4„t ny llmi m mY 1 in oblp E Dart, pm1 b4 I'w Saar st INT-3345 ` 66 ti 2 z INT3190_ itfwya'sFi. r th4I SR 59'6 / "" """ .� Willis St .. edJ'% • l ww III III III III 5 s0 3 .^t Y > m 5M.4,Irtewv 56 I a', NI�51 Mv/"rriw•.....� i \ Y n ! NI Inn Yt�. .rt .. wM CSn,slllt.i / Y Rachael Pl' > R � .a "� en qee Y E m E • N t. t^lat vs � 4 Q r s P d • U I c" rn � m3 �^^ IA iP'n9v St a] F,T i m 4r> b0.A°r • okS1 Q r T CartarSQ " FH9r Overlo jit �5 l V! • fl N ■ Yfi .....„.».........� • I 258 • p . II I � P a I � eau r s a to • � n '• �•� d S 269 St ° 500 1r000 Irrn�Feet 2018 Plastic Pavement Markings Refresh DOWNTOWN -19OF19 r Legend 1 ar,nmauu Intersection Marking INT-123 Map Key(see Appendix A for details) Produced by Pavement Manager'.Joseph Arsucto U rMXDl Plastic Marking Refresh Mnphook mxtl Printed May 2016 I Z .I �U N w N z N z Q z ¢ z z N a N ¢ oN Q o 0 0 L o 0 0 0 0 0 o p o 0 0 � oG oG I w z z z z o i o i 0 z'.o z o 'o w o z o z o w o w o a p'ap Q a aw ,< a ¢ aw ¢ G F zl� z z � z 3 3 ? z 3 3 (g)au!l Duel aplM 4oul g b SEadA n n (4aea)mowq y '' lS9adA n l (4oea)mou�yl ST adA (4uea)mo"q my bSZ atlh ..I, _.... n" .� ... (4uea)mw�tl l4a!8 lSZ adA.. lyaea)mmuq;pal � n Z a]eltlaa O3�'2m550JJ;°Calq'TS] K+ N n y x 2 luawwelday jlemsso,J;o atlh a ILL _ �. LL u LL LL z Z w O Q. (wea)pua8aleul-%b/b. ._ 1 -. �. .. �+ .. .. ..... a � 1 w 2 Poaeal„ANO„ ,.... j .. ... pua8a1„Ntl3lJ d33N, pua8al„NJOl9 ION 00„ 611 r (dl)4l8ual Dull dolS 9S3a (sayuu{)41ptM au!l do]% n ry ry ry n n n n n ry n n n n n ry n n n n i LL.. luawaae!tlab Dull dopS;o atlh LL u LL LL u.LL a i. LL LL LL u LL � LL LL u u- LL ' w is Sal uolPas�alul.u+ z i.+ abed de V )\ N V t V Oi m f Y K K to m vi ow � � > s v� � � d in Q a vi � a � ¢ a ✓r � V V U y a O n C Li IL d F fl .�i .mi ry N N N N N Z Z 2 2 z Z Z Z Z Z 0 0 ? z F z F o m m V N Z V N Z m j Q Z Q Z Q z ¢ xm a xs � a �Dom < Z Z z ✓� z ✓ z 6 Q z z o o o o a =m a a O O ¢ rc ? Z Z O V z z U w LL O vr`i O m w O O N z V z G z x 3 z z r 3 o z z z 11 aEEadA ..... n Iry (y]ea)MoJJtl a jsEadA (4]ed)MD1J�J l ST adA .,, i .... .. .. ., .. (4]ea)MOJJtl^+4 a5Z adA (yuea)MDJJy 142!a n 357 adAd ffI l4]eal muJap ya¶ n 1.. „ ... .......�I .... ...................... 1 (3s) 0 0 ov of oa w w _ ry .. ala v m c � meNdaa Dl„IemssoJ31D eaJy.ls3 o ry m n N � � luawa]eldaa M�emssDJ71D atlhl LL LL LL LL A LL LL ' LL Z a LL wO ... .. .. ..... .. .. .. . __.-. G (4aea)puaSa a J m ry a 2 PuaAa3,rdlNO„ � 1 puaEa���atl3lJ d33X, puaeal„A)OlaION Oa. 1 (!T)41Pual au11 do15'4sg o o N oN a e oNlo a ry a o a a[m F` i (say]uI)41PIM au❑dalx c v e a v v v a s a n N N N N N ry N N NN ry ry ry N N N N N luawwe!daa aup d.4S lD adA LL LL LL LL LL LL LL LL LL LL LL LL LL 1 2.1 uDllaasJalup z z� 3 i.+ z m 3 z m z z 3 �+ 3 z m 3 m , aged dew z a F N o z Q ^ 0 ory m � m miO � � a m w a oa am a � o m 4 a a O z z s a 3 m a O ,,,W •m d N ILI 0 0 ..... ......... ..q p!m q,.!s USSadAl J ..'iVuj p.)..,,v 11 sl adAl usz adAl 4401H Isz adAj 44, Ids) 71 m m (WIPPOPA) —f— — — — — --- — luawwelday ryj...s.,D 1.adAj AINO, P-A-1,,HV313 d33A,, P--2a1,,ADOI9 ION OG, qjg.aj..11 d.IS'lq (Saqlui)qlp(M..11 d.j5 ry is tal uoq, ".J. zi- - - 2 1 3 L" Z�w 3: aged deLN O LlY C" El 0 0 0 o a w � '- y0 z > `� � a z a o N a a z > z > z ? 0 a O a w w w a � n O � � O < m z o o N o o z o z o r Y r m m o N � a N a 0 ¢ a 0 0 0 m < o o a z z z 0 z 3 3 3 z a z < z z z z m o 0 0 0 0 m o G g o G g o z -0G o G '3 a 0 0 0 w is o z z z 0 Z I r z z y J y z y z 0 o 0 Y 1 Y a i w a i w a 0 a i a i o 01,0 0 0 0 g o j o 0 031ci30 rc (HI aun auel apim 41u!811 esEadh _ _. .. Iyaea)mo;ltl Ul (4aea)moutl ll Sl adA (4aea)montl my USZ adA �......... _. (4aea)moiltl 142lb 137 adA ( ..... ......_ .,. C" yaea)mmaatl gal ry o�,� Poo m I o � luawmeldaU X(emssoa3lo atlA ''. w � LL w w w LL LL �;LL Z 0 w _ „........ n C (4aeal puaSal Uu)-XU/U f4 •• •�a u. w Z pua8al 6,AINOu puaea1.,Utl313 d33N„ < < pua9a1 ADO10 ION 00,. (il)ylaual au!l do1S'ls3 F (mlp.j)ylplM aujl dol5' ;uawaaqdaU aup dots to adA ' w w LL LL LL LL � LL LL LL w LL LL w w n, r Yal uoilaasaa;ul z '.. z m z z z 3 z I aced deyy ry f rvi ry n y a = a ¢ a a a b m N w ate, � w o o a o op y o 'a ..a '^ ,. .. .. .. c w N Z m a n N p > ! M W 0 o ry > o f a G 's a a ov o g > ? = o a o z � a a a v c v r a z z z z z z z z z y 3 a m m n C m c m m k m v 0 y IMap Page o �E Z Intersection Leg m r „ Type of Stop Line Replacement c c _ _ (Full/Fill4n) a a a Stop Line Width(inches) Est.Step Line Length(LF) a "DO NOT BLOCK"Legend "'KEEP CLEAR"Legend - � "ONLY"Legend y no R/R X4ng Legend(each) a D 9 25 m z v_ Type of Crosswalk Replacement 3 k (Full/Partial) z D ................ ...... R_ Est.Area of Crosswalk to Replace z CI(SF) Left Arrow(each) Type 2SL Right Arrow(each) Type 2SR hru Arrow(each) type 1S L Arrow(each) ype3SL R Arrow(each) ype3SR 7, B inch Wide Lane Line(ft) LJ 0 m o � o u w w w o o z z o o w o ¢ z = o o N No a z m F Z V ~ ~ K c < > z i V w G (1))au!l auel ap!m 4aw 0 .ti I . .,, ... _ asEadnj (4�ea)mowyU 1 lsEadA (4oeaJ moray 11 sl adA (yoea)moray n,q asZ adA ry ry (Naea(moaatl 4011 lsZadA rv� ry ly>ea)mm�tl 1Jal w aoeldaa ol 4.ealy.ls3 m ry Y x luawale!daa Hlemssoj3 to adA LL LL LL LL LL O Z u LL�LL Z 0 _ w _ G � (Noea)puaBal Sul-XU/U c Z PuAB l„AIN0„ ry puaeal,.Utl310 d33N., _ r pua3a1.,N301a LON 0(L - (dl)418ue1 au11 dols'ls3 m ry m a ry m m v V (sa4m1(ylplm aulldol9 ni ry ry ry ry n c a v v -r ry ry ry ry a > > > luawwe(daa aup tlals to atlA t I w aped deyy ry O1 .. of co a u+ ¢ ° Q N G N o } a N Y lz ¢ 6 ¢ ti w 6 ¢ a Y o ¢ Y Y O Li d > C C H r Z z z Z Z Z Z 2 � Z Z a Q a J a Z_ z a a C7 z z 01 K Y O Q z a w � N w 0 0 Q Q x x Z Z d 2 d 2 Q Q W W W W N I � (D (14) sauil auel 43ui q o z Ln m Q Y X � zaged dew r N a O O w U > Ln J w Q o 0 F a z w U d Z C z Q Q v Nw u D Q J ?� Q 7 O [C J Q d fp W N z Q � h T 00 y 00 00 Y � 00 ti ti C. N l7 C7 w w i. mi/mv / a;C w V) / w Q ��r�awM✓uarNY✓N✓N Wf✓'�)m',.. N ///o0A1101JA✓� � 1 Bap, /��✓'q,�'�i�IMf ✓✓ /�awW� SE KENT KAGLE' ° a / Jr vo, �('✓ i ✓� out jj Vj le go I alwas ... 1 % ,«;, r' OVE EXISTIN 0 SP LINE INTALL 'r3" WIDEr�J C L `�' LINE Pr , PROTECT EXISTING ARROWS if INSTALL "ONLY" TRAFFIC LETTERS " ✓» y I m PROTECT EXISTING A Rf 0WS 14 K INSTALL "ONLY" i 'TRAFFIC LerTERs All o " F �r f CITY OF KENT ENGINEERING DEPARTMENT ;rwnv;�newvr lee �,;'" PLASTIC MARKINGS oa f 9� 132ND AW SE AND SE KENTT K GLEY RD MOE: 1 am�i�i �uiuiiiimurWiu! mWiiw�wuu�mwwurvrvmmmuwum uoioiou a .....41 . o, W Gowe St & 1 St,Ave S / 1' VI yi oii ' f rf �O/i Mm IMP fVNMI rP/ri ,, Preserve l t91M �VuG411 l r T1;/ Plf ' LrsaWed r� Pe'7.vernent j ��,i / r '�"(rra�j/�' i� ��pI Mark „ INV r/d �r J�� 'j "bpi "n J ���( /. mwuw ' komiwwmmmwowmuuuuuwowwmwwuuuwwwiwuuuwuwwwwwwwwPuwwwwwwww�wwrwwwwwummuuimo l ifl/ > r Q r oll uumum miouWmmuu�wwwwuw,�mmumuuuuuuumuuumuuuuumxuuuu�o �re, � �j s✓/i� � r1 o r l; fl IN rON IF N Q O W Titus St W Titus St & 1'st Ave S' ' !uu�NIWUUUI�W�wWW!UI99UIUIUIUIUIUUIUNIUIUIUIiWWV10UWIUWVIIWV —"-- Legend 1 st Ave S Parking Striping 1st Ave S Parking Restriping -- - Road Edge WRTH /�..�..�............._._.._ _.._.,...__ ��� • "' S 3AV IV?#LN30 u++ �rOtrrm gv/�lifanar x gmg " I a �Z ................._. _.,., i a r Q c � F OfG / ` G f Ir s � of �% tt p Poll , it%�' I. �r i� l J/ (ll�F� l irvi %JPiou md✓ Iry ��ii �' , f1�o pit S 3AV avoa-IIVU _�.. ..... .................. TRAFF I C CONTROL PLANS 2018 Plastic Markings/Araucto A - 4 May 9, 2018 Project Number: R00602 I 41 CHANNELIZATION DEVICE I ' a SPACING (FEET) ( ....WORK VEHICLE TAPER TANGENT 4W 4W 'I (OPTIONAL) 20 20 A '' DISTANCE • • ROAD TYPE BETWEEN SIGNS ARROW BOARD A B (FLASHING CAUTION) ....URBAN ■ ..- 25/30 MPH 200 FT 200 FT URBAN STREETS ■ • RESIDENTIAL & 350 FT 350 FT ■1 L BUSINESS DISTRICTS 35/40 MPH ~ RURAL ROADS & • URBAN ARTERIALS 500 FT 500 FT 45/55 MPH ♦ = A LANE MINIMUM TAPER LENGTH -L (FEET) CLOSED AHEAD LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 B 10 105 150 20 ROAD 11 115 165 22 WORK 12 125180248 AHEAD ^ ^ cW20-1 F� GENERAL NOTES: r � J 1. ALL SIGNS AND SPACING SHALL ( LEGEND CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. SZ SIGN LOCATION 2. PRIORITY PASSAGE THROUGH WORK (TEMPORARY MOUNT) AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. N ■ TEMPORARY TRAFFIC 3, ALERT METRO TRANSIT 5 DAYS IN I V CONTROL DEVICE (CONES) ADVANCE (IF APPLICABLE). 4. PROTECTIVE VEHICLE RECOMMENDED-MAY ® ARROW BOARD BE A WORK VEHICLE. (FLASHING CAUTION) 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. ALL SIGNS 48"x48" BLACK ON ORANGE I I S PROTECTIVE/WORK UNLESS OTHERWISE SPECIFIED. VEHICLE 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. 8. ALL SPACING MAY BE ADJUSTED TO Fvml PORTABLE CHANGEABLE ACCOMMODATE AT GRADE INTERSECTIONS .#, 41F MESSAGE SIGN AND/OR DRIVEWAYS. 9. ALERT AFFECTED RESIDENTS AND BUSINESSES. 2018 ^ PLASTIC KLWr MARKINGS PROJECT CITY OF KENT M&E ° ID ENGINEERING DEPARTMENT DATE _ MAk29X8 L LANE DISTANCE ¢ Rn AD TYPF AFTWFF,N RIQNS . _ A ._ B _._ _C -WORK VEHICLE URBAN MPH 200 FT 200 FT 200 FT "�"' Y (OPTIONAL) URBAN STREETS oil • RESIDENTIAL & • • BUSINESS DISTRICTS 350 FT 350 FT 350 FT �""" •• •• . 35/40 MPH '" ARROW BOARD RURAL ROADS & • (SEQUENTIAL CHEVRON) URBAN ARTERIALS 500 FT 500 FT 500 FT . Lo 45/55 MPH CHANNELIZATION DEVICE • x E SPACING (FEET) LEGEND TAPER TANGENT SIGN LOCATION " 10 15 (TEMPORARY MOUNT) TEMPORARY TRAFFIC , J_ CONTROL DEVICE (CONE) . 50' aaa ARROW BOARD (SEQUENTIAL CHEVRON) f' PROTECTIVE/WORK A VEHICLE a„s PORTABLE CHANGEABLE \1■ W4-2L MESSAGE SIGN IW20-1 GENERAL NOTES:1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT -5R SPECIFICATIONS.2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. I 3. CONTRACTOR SHALL ALERT METRO TRANSIT I 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE p � LS A WORK VEHICLE. PC.IV 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. ALL SIGNS 48"x48" BLACK ON ORANGE MINIMUM TAPER LENGTH —L (FEET) UNLESS OTHERWISE SPECIFICED. I I 7. CHANNELIZATION DEVICES ARE LANE WIDTH POSTED SPEED (MPH) 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 1-1 115 165 225 295 495 AND/OR DRIVEWAYS. 4W 4# 12 125 '1 00 245 320 540 9. CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES 7 BUSINESS DAYS IN ADVANCE OF START OF WORK ON SE 240 ST. 10. SPOTTERS SHOULD BE CONSIDERED TO WARN/DIRECT DRIVEWAY USERS. 2018 PLASTIC T MARKINGS PROJECT Waw MVn101.p CITY OF KENT Sr Ms °Rle ENGINEERING DEPARTMENT PATE MAR 2016 R LANE r I I 7 CHANNELIZATION DEVICE r . SPACING (FEET) Y ,........WORK VEHICLE TAPER TANGENT 4W (OPTIONAL) 20 20 DISTANCE ROAD TYPF RFTWFFN SIGNS ( ARROW BOARD A B (FLASHING CAUTION) URBAN A, 25/30 MPH 200 FT 200 FT URBAN STREETS • RESIDENTIAL & 350 FT 350 FT BUSINESS DISTRICTS 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 40 45 10 105 150 205 27O 450 I ROAD 11 115 165 225 295 495 ( I N WORK 12 125 180 245 320 540 AHEAD W2'0-1 PCMS GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM ( LEGEND TO THE MUTCD AND CITY OF KENT SZ SIGN LOCATION SPECIFICATIONS. (TEMPORARY MOUNT) 2, PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED • TEMPORARY TRAFFIC AT ALL TIMES. f CONTROL DEVICE (CONES) 3. ALERT METRO TRANSIT 5 BUSINESS DAYS IN ADVANCE OF IMPACTING BUS STOPS. ® ARROW BOARD 4. PROTECTIVE VEHICLE RECOMMENDED—MAY BE (FLASHING CAUTION) A WORK VEHICLE. 5. DEVCES SHALL NOT ENCROACH INTO ADJACENT LANES. .� ALL SIGNS 48"x48" BLACK ON ORANGE UNLESS I I PROTECTIVE/WORK OTHERWISE SPECIFIED. VEHICLE 7. CHANNEL17ATION DEVICES ARE STANDARD TRAFFIC CONES. PORTABLE CHANGEABLE 8. ALL SPACING MAY BE ADJUSTED TO MESSAGE SIGN ACCOMMODATE AT GRADE INTERSECTIONS 41F AND/OR DRIVEWAYS. 9. ALERT AFFECTED RESIDENTS AND BUSINESSES 2018 PLASTIC MARKINGS PROJECT HIBF WrvKWrvn MTMtl CITY OF KENT s — EXLA N ENGINEERING DEPARTMENT DABfl.vQi4 TC LA Ivmv"FtEV'A► I L 1NgG WAGN E RATES 2018 Plastic Markings/Araucto A - 5 May 9, 2018 Project Number: R00602 Page 1 of 18 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. _.... ....... ....,.. _.-- _---------------------- - ....... Journey Level Prevailing Wage Rates for the Effective Date: 05/29/2018 Count Trade Job Classification wMa a Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M King Brick Mason _ Pointer-Caulker-Cleaner $55.82 5A 1M King Buildinn Service Emplovees Janitor $23.73 5S� 2F King &&Tuilchrn_ Scrvicmp2loyrees Traveling Waxer/Shampooer $24.18 5S 2F — — King [3ulldins Service E_m�0.oyrr_s Window Cleaner (Non- $27.23 5S 2F Scaffold) King fi_l,.tr'tda_ng._Sr_i_vice L.mraloyces Window Cleaner (Scaffold) $28.13 5S 2F King Cabinet GM1aker5 L opj Journey Level $22.74 1 King Carpenters Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpa=ntc s Carpenter $57.18 5D 4C King CarLaepJ¢err, Carpenters on Stationary Tools $57.31 5D 4C King Carly gnierr, Creosoted Material $57.28 SD 4C King Carpenters Floor Finisher $57.18 SO 4C King Canfrr)tcr's Floor Layer $57.18 5D 4C King f"AE zfl!cLs Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers Ft Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers ft Tenders Dive Supervisor/Master $72.97 5D 4C King Divers Ft Tenders Diver $110.54 5D 4C 8V King Divers Ft Tenders Diver On Standby $67.97 5D 4C King Divers ft Tenders Diver Tender $61.65 5D 4C King Divers Et Tenders Manifold Operator $61.65 5D 4C King Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers It Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Mveis, Ft,Tenders,, $57.43 5A 4C httos://fortress.wa.anv/Ini/waaelnnkun/nrvWanelnnki in_asnx S/9/7f11 R Page 2 of 18 Remote Operated Vehicle 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 Drcdve Workers Engineer Welder $57.51 5D 3F King Dred e VarL�e Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Rakers Oiler $56.00 5D 3F King Drill Aplalicator Journey Level $56.78 SD 1 H King 13rywall Ta[)ei"S Journey Level $57.43 5P 1 E King Electrical FixtUre Maintenance Journey Level $28.99 5L 1E Workers King El................ctricians - Inside Cable Splicer $76.96 7C 4E ..............._--................-m.._ King Electricians - Inside Cable Splicer (tunnel) $82.24 7C 4E King Electricians - Inside Certified Welder $74.38 7C 4E King Electricians - Inside Certified Welder (tunnel) $79.80 7C 4E King Electricians - Inside Construction Stock Person $39.69 7C 4E King Electricians - lnside Journey Level $71.80 7C 4E King Electricians - [nside Journey Level (tunnel) $76.96 7C 4E King Electricians - Motol,_Shop Craftsman $15.37 1 King E;lc:ctriGians,- Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $79.43 5A 4D Construction King Electricians-__Powerline Certified Line Welder $69.75 5A 4D Construction King Electricians - Powerline _ Groundperson $46.28 5A 4D, Construction King Elect ricians__powei line Heavy Line Equipment $69.75 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction King Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction King Electricians_- Powerline Meter Installer $46.28 5A 4D 8W Construction King Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction King Electricians - Powerline Powderperson $52.20 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $91.241 7D 4A King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Ftapgrrs Journey Level $39.48 7A 31 King Glaziers Journey Level $61.81 7L 1y https://fortress.wa.cov/lni/wacielookui)/i)rvWaaelookUD.aSDX 5/9/2018 Page 3Of18 King Heat & Frost And Journeyman $67.93; 5-1 4H Asbestos Workeis King HeatingpEquipment Mechanics Journey Level $78.17 7F I E King Hod Carriers ft Mason Tenders Journey Level $48.02 7A 31 King hidustriat Power Vacuum Journey Level $11,50 1 King Inland Boatmen Boat Operator $61.41 King Inland Boatmen Cook $56.48 5B I K King Inland Boatmen Dockhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 5B IK King Inland Boatmen Mate 5B LK Remote Control King WSeilmig Grout Truck Operator $11.50 1 Of Sewer a Water �YltgLrLs_py Remote Control King /Soaliriv Head Operator Remote Control Of Sewer a Water Sy�tcrn,,_By Remote Controt King Tv Truck Operator --�20.45 1 Of Sewer Et WatLr§ mis By. King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 Screed King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Batch Weighman $39.48� LA I King Laborers Brick Pavers $46.571 7A 31 King Laborers Brush Cutter $46.57� 7A 31 King Laborers Brush Hog Feeder $46.571 7A 31 King Laborers Caisson Worker $48.02 7A 31 King Laborers Cement Dumper-paving $47.44 7A 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 King Laborers Chipping Gun (under 3D Lbs.) $46.57 7A 31 King Laborers Choker Setter httDS://fn[tn2S5.vV8.Ouv/lni/vvaoelnukun/nrxVVaoe|nok||nac;nx L;/A/7018 Page 4 of 18 King Laborers IChuck Tender $46.51 7A 31 -- - King Laborers Clary Power Spreader $47.44 7A 31 King Laborers Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute $47.44 7A 31 Operator King Laborers Concrete Form Stripper $46.57 7A 31 King Laborers Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core $47.44 7A 31 Driller King Laborers Crusher Feeder $39.48 7A 31 King Laborers Curing Laborer $46.57 7A 31 King Laborers Demolition: Wrecking Et $46.57 7A 31 Moving (incl. Charred - Material) King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 31 King Laborers Drill Operator $47.44 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers _ Faller 8 Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 - --------- King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker Et Transit $48.02 7A 31 - Person King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker $48.02 7A 31 (level A) - King Laborers Hazardous Waste Worker $47.44 7A 31 (level B) King Laborers Hazardous Waste Worker $46.57 7A 31 (level C) King Laborers High Scaler $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 King, Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 .......... King Laborers Material Yard Person $46.57 7A 31 httDS://fortress.wa.aov/Ini/waaelookui)/orvWaaelookuD.asox 5/9/2018 Page 5 of 18 King Laborers Motorman dinky Locomotive 1 $47.44 7A 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 31 King Laborers Pilot Car $39.48 7A 31 King Laborers Pipe Layer Lead $48.02 7A 31 King Laborers Pipe Layer/tailor $47.44 7A 31 King Laborers Pipe Pot Tender $47.44 7A 31 King Laborers Pipe Refiner $47.44 7A 31 King Lahoreis Pipe Wrapper $47.44 7A 31 King Laborers Pot Tender $46.57 7A 31 �. King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 ---.-.-......-- King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.57 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 King Laborers_ Scale Person $46.57 7A 31 King Laborers Sloper (over 20") $47.44 7A 31 King Laborers SloperSprayer $46.57 7A 31 King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.57 7A 31mm King Laborers Stock Piler $46.57 7A 31 King Laborers Tamper Et Similar Electric, Air $47.44 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $47.44 7A 31 propelled) King Laborers Timber Person - Sewer $47.44 7A 31 (lagger, Shorer Et Cribber) - King Laborers Toolroom Person (at Jobsite) $46.57 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 King Laborers Traffic Control Laborer $42.22 7A 31 8R King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers ITugger Operator $47.44 7A 31 httns-//fortress.wa.nnv/lni/wanelnnkirn/nrvWanalnnkiin acnx c;/q/9 iR Page 6 of 18 King laborers Tunnel Work-Compressed Air $92.60 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $97.63 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $107.01 7A 31 8S Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $109.13 7A 31 84 Worker 60.01-64.00 psi King I Laborers Tunnel Work-Compressed Air $114.23 7A Worker 64.01-68.00 psi - King Laborers Tunnel Work-Compressed Air $116.13 7A 31 8g Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $118.13 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 31 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 8� Tender King Laborers Tunnel Work-Miner $48.12 7A 31 King Laborers Vibrator $47.44 7A 31 King Laborers Vinyl Seamer $46.57 7A 31 King Laborers Watchman $35.88 7A 31 King Laborers Welder $47.44 7A 31 King Laborers Well Point Laborer $47.44 7A 31 King Laborers Window Washer/cleaner $35.88 7A 31 King laborers, - Underground Sewer General Laborer Et Topman $46.57 7A 31 F Water - King 4L)orers rPround_Sewe>r Pipe Layer $47.44 7A 31 Ft Water King Landscap,e Consti uctiorl Irrigation Or Lawn Sprinkler $13.56 1 Installers King Lan�lscapr* Corusta°action Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $56.78 5D 1H King Marble Setters Journey Level $55.82 5A 1M King Metal Fabricatcor3Qjj Shao�a, Fitter $15.86 1 King Mortal Fabrication 1dn Shoe Laborer $11.50 1 King Metal Fabrication (1r Sho , Machine Operator $13.04 1 King Mettrl Fab�� Painter $11.50 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwris,Lit Journey Level $58.68 5D 4C King Modular BuRdings_ Cabinet Assembly $11.56 1 King Motdudai 13ui@ding�s Electrician $11.56 1 King ModWw Buildings Equipment Maintenance $11.56 1 King Mocludarl3uiEdiias Plumber _ $11.56 1 httDS://fortress.wa.ciov/Ini/waaelookUD/r)rvWaaelookUD.asr)x 5/9/2018 Page 7 of 18 I King_ M,gdt,A Bikini'-s Production Worker $11.50 1 - King Modular Buildings Tool Maintenance $11.56 1 King Mndular Building Utility Person $11.56 1 King McrduVar Buitd6ns Welder $11.56 1 _ _._, _ King Pa1teterS Journey Level $41.60 6Z 2B King Pile Driver Crew Tender $52.37 5D 4C King Pile Driver Hyperbaric Worker - $71.35 5D 4C Compressed Air Worker 0-30.00 PSI King Pile_Dri.ver Hyperbaric Worker - $76.35 5D 4C Compressed Air Worker 30.01 - 44.00 PSI King Pi,[ wDriver Hyperbaric Worker - $80.35 5D 4C Compressed Air Worker 44.01 54.00 PSI King Pile Driver Hyperbaric Worker - $85.35 5D 4C Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - $87.85 5D 4C Compressed Air Worker 60.01 64.00 PSI King Pile Driver Hyperbaric Worker - $92.85 5D 4C Compressed Air Worker 64.01 - 68.00 PSI King File Driver Hyperbaric Worker - $94.85 5D 4C Compressed Air Worker 68.01 - 70.00 PSI King Pile_Driver Hyperbaric Worker - $96.85 5D 4C Compressed Air Worker 70.01 _ 72.00 PSI King Pile Driver _ Hyperbaric Worker - $98.85 5D 4C Compressed Air Worker 72.01 - - 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 7Q 1R King Play�r and tr Park EgLApaient: Journey Level $11.50 1 Installers King Plrrn'rbers 0. ENillpfftters Journey Level $81.69 6Z 1G King Power EquipmentOperators Asphalt Plant Operators $60.49i 7A 3C 8P King Power,-gull rnei-ttp razors Assistant Engineer $56.90'' 7A 3C 8P King PoweW Eclanpment O ¢I atrars Barrier Machine (zipper) $59.96 7A 3C 8P King Pss)�er Equipri ent Operators Batch Plant Operator, $59.96 7A 3C 8P Concrete King Eav<e dui me rerator�s Bobcat $56.90 7A 3C 8P King Power Eauipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment - King Power Equipment_Operators, Brooms $56.90 7A 3C 8P King Power Bcjuiprnent Operators Bump Cutter $59.96 7A 3C f8PKing Power EgItip -wit�17eLgjor3 Cableways $60.49 7A 3C King Power Eauipment Operators Chipper $59.96 7A 3C httos://fortress.wa.anv/Ini/wanelnokiin/nrvWanelnnkun asnx S/q/?n1R Page 8 of 18 King Power Fcyuilan°tlent OjLerator, Compressor $56.90 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $60.49 7A 3C 8P Willi Buum ALLdchlnenL Over 42 M King Power Eguilnnc^rrt. Orueraloo's Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Powr*t:_Gttutlrnagr t-C7peralr r_s Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King PtawaFe_C,rtrar@rirrFln,t'_Qianrttps Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42 m King Power.Equipmerpt Operator Conveyors $59.49: 7A 3C 8P m King Power E'gtorumcnt 0iaeiatorr Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Power E uipmenT Oper atnrs Cranes: 20 Tans Through 44 $59.96 7A 3C 8P Tons With Attachments King Paws r_ tdi mer11 f7immrgr3lnrs Cranes: 100 Tons Through 199 $61.10 7A, 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power iq uIgKvt_0jxrators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with attachments King Lay rc EcLr ameijt gj-_, mry 2rs Cranes: 300 tons and over or $62.33 7A, 3C 8P 300' of boom including jib with attachments King _1'_rm r EelLmig7n Lrr7 0 a c rrbtgrs Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment: Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under King l a wgr_F_guaEror7tent ape ratx ry Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King tower Equapsrrrent_f)p e r—at ors Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons King 1?2 yfr aUlILrntn!l QI eerators Crusher $59.96 7A 3C 8P King Power.Equ-pment..-Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King C?owcr EU�tur( enr Oieitcrs Derricks, On Building Work $60.49 7A 3C 8P King Power F;gtai menR Otaeiataa°s Dozers D-9 Et Under $59.49 7A 3C 8P King Powt r E ufya r ent O_p eratgLr Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $61.101 7A 3C 8P King i'owe „Fqu73at7r trt tJjycr<tr rs Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type King Dower Equipment Operator Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco Et Similar Equipment King Pru�ccr F pLt t!:?t. sera¢;ors $59.49 7A 3C 8P httos://fortress.wa.aov/lni/waaelookuo/arvWaaelookuo.asox 5/9/2018 Page 9 of 18 i Forklift 3000 Lbs And Over WPth Attachments King 7A 3C 8P Forklifts: Under 3000 Lbs. $56.90 owes E u1pment O orator _ — — With Attachments King Powe^r_L_riruigngnt Oise rr q is Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Powers Fcytoiprg7crnk Operators Gradechecker/stakeman $56.90 7A 3C 8P King Power r Eguipn'rent Operators Guardrail Punch $59.96 7A 3C 8P . ...._ — - - — — King f'o rer Fcuirrnent Operators Hard Tail End Dump $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Pnwer EcLtriam nt QIi eraL( r:; Horizontal/directional Drill $59.49 7A 3C 8P Locator King Pnvder Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P Operator King PawerwCquior er t Of}orators Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Pow r_Equtrrulent27 to try Hydralifts/boom Trucks, 10 $56.90 7A 3C SP Tons And Under King Pcw r E, Ltotti 'r rr=r�F, 0.r¢2egt.ors Loader, Overhead 8 Yards. Et $61.101 7A 3C 8P Over King ?gwer Egtrig rnarltt,mOlrrtE4_lLgr' Loader, Overhead, 6 Yards. $60.49 7A 3C 8P But Not Including 8 Yards — u King 1?cwcr Epuitmren.. Operato,ims Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards I — King Power EaiuipnreeEy Operators ILoaders, Plant Feed $59.96 7A 3C 8P King Powe r E quui rrr lv_tL)gro rators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Lower Et]u pffient 0g7u:rat€'ors Locomotives, All $59.96 7A 3C 8P King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P King Power Egu prnent_Op7erators Mechanics, All ((eadmen - $61.10 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment. Operators Motor Patrol Graders $60.49 7A 3C 8P King Power ECIL&I°rlent Operators Mucking Machine, Mole, $60.49 7A 3C 8P Tunnel Drill, Boring, Road — — Header And/or Shield King Power Equipment Olx� rtLgrs Oil Distributors, Blower $56.90 7A 3C 8P Distribution Et Mulch Seeding Operator King Powor"Ctru'ipm m Opx-razors Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Power_ryuipment___Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P 20 Tons Through 44 Tons — King Power Eguip meni:Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P Tons And Over — King mower E_°:_t1i_urment Ogcratot's Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tons Through 99 Tons — King Povat=r EgLnLiritLiL,Q3pero'at. s Pavement Breaker $56.90 7A 3C 8P httos://fortress.wa.ciov/Ini/wanelnokiin/nrvWanelnnkiin.asny S/9/?nlR Page 10 of 18 King Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) I King Power Eqjjp�nvoLO Plant Oiler - Asphdtt, CiushVi $59.49 7A X 8P King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A X 8P King Pow(,.?r Equipment Operators Power Plant $56.90 7A 3C 8P King Power.E.quiqnmnt Oaerators, Pumps - Water $56.90 7A 3C 8P King LOV!r-r,!Em 5 Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King agyLpl F to s Quick Tower - No Cab, Under $56.90 7A 3C A� nj ent 0 rat 8P .1L 100 Feet In Height Based To Boom King E2 t r..CqE'Q �!j ont 0 tors Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power EguiprnentOperators Rigger And BeUman $56.90 7A 3C 8P King PoworEquignient Ogerators Rigger/Signal Person, Bellman $59.49 7A X SID (Certified) King Lo-w(Lr.E(ILdp ient.!2pLrL�toLs Rollagon $60.49 7A C 8P IL_ L King Power ECILliptnent Operators Roller, Other Than Plant Mix $56.90 7A 3C----. 8P KingPower FqLj�inient Operators, Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Power EqUiPtnerA Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power Eguipment Ope:rators Saws - Concrete $59.49 7A 3C 8P King Po\2tr..E Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards King Power Scrapers - Concrete Et Carry $59.49 ZA 3C sp All King Power EgUipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C SP Yards And Over King Service Engineers - Equipment $59.49 7A 3C SP L King ete/gunite Equipment $56.90 7A 3C 8P King 01�er})tors Shovel , Excavator, Backhoe, $59.49 7A 3C 8p Tractors Under 15 Metric Tons. King Power E mppjeit�)er:itors Shovel, Excavator, Backhoe: $60.49 7A M-3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Eaul.ment Operators Shovel, Excavator, Backhoes, $59.96 7A X 8P Tractors: 15 To 30 Metric Tons King Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons Kling Ower q!�jLLay,!L�..p E _pejqjo[s Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King Power EqIARqlgnt O anrtttors SHIpform Pavers $60.49 7A 3C 8P King Power Equipment Operators �Spreader, Topsider It $60.49 7A 3C 8P 'Screedman King Power Eggifqpen _PperataCs Subgrader Trimmer $59.96 7A 3C 8P King E(jtjjLnjP.nt-Ope ra tors Tower Bucket Elevators $59.49 7A 3C 8P King Power Eq! eratorr Tower Crane Up To 175' In $61.10 7A 3C 8P Tower Height rBase To Boom httDS://fortress.wa.aov/lni/waaelookUD/DrvWaaelookur).aSDX 5/9/2018 Page 11 of 18 King Rower_ITp t Tower Crane: over 175' $61.72 7A 3C 8P through 250' in height, base to boom King EL)wEtLEq2jLxiiLrjt Opt,ator Tower Cranes: over 250' in --$62 33 7A 3C Sp height from base to boom King ?o vp -�60 i Transporters, All Track Or 49 7A IC 8P Truck Type King Operators Trenching Machines $59.49 7A 3C L King Power EQUipolOnt Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King Operators Truck Crane Oiler/driver $59.49 7A 3C 8P Under 100 Tons King Rp_ r Ecr{ neiryt OLeiaLais Truck Mount Portable $59.96 7A 3C 8P Conveyor King Power -qu 2pnItinj e i sit(Iij Welder 7A 3C 8P _Qjj_ _ $60 49 King Power Eqtq p t nf,r i t_011g,La tSr Wheel Tractors, Farman Type $56.90 7A 3C 8P King Power Eouipment Operators Yo Yo Pay Dozer $59.96 7A X 8P King P-oweLEZ51Vtpnr(,5.11"t-.O. r2erator- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer 8: Water King -Power rqLjij?LijjenteQperator's- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Ei Water King P.qA(fr EtIU.ii juienL Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer &, Water King 2oy�(-i LcLgip[ Batch Plant Operator, — $59.96 7A X 8P Underground Sewer a Water Concrete ..... King Lower Bobcat $56.90 7A X 8P Undereround Sewer Fi Water King Pqwr r Fqu.jj2qn(-,nt Op-r Brokk - Remote Demolition $56.90 7A 3C 813 l!jjl LqLgqqd Sewer Ft Water Equipment King Brooms $56.90 7A 3C 8P UndgrgroundSower Ei Water King Power Bump Cutter $59.96 7A 3C 8P jnde vL a t 2y eWateri%jtLa_ King power Equipxr 11 ICableways $60.49 7A 3C 8P !jndqE?,rquqL[..'k,wer Ft Water King Power EqUiDrnent Onevators- Chipper $59.96 7A 3C 8P Unde ground Sewer It Water King Power ent Operators- Compressor $56.90 7A 3C 8P . Lrn— — — — Undeip,roond Sewer a Wateu King Powen EqUi ragnt Operators- Concrete Pump: Truck Mount $60.49 7A X 8P !InaleriEggncL Sewerawater With Boom Attachment Over 42 M King PSI�rc uJR21tLi�� Concrete Finish Machine -laser $56.90 7A 3C 8P .Underjlr<,IuQd Sewei Et Water Screed King Power liquipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C SP Underground Sewer Ft Water ;Trailer High Pressure Line Pump, Pump High Pressure. King EowtrwEqUiDrnent Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P UndergFOUnd Sewer Et Water With Boom Attachment Up To 42m King Conveyors $59.49 7A 3C 8P htti)s://fortress.wa.ciov/1ni/waoelc)c)kLin/r)rvWaciplonkiin.a-n)( ;/c)/?nl R Page 12 of 18 Power Eguipment OLjorchLol s. Et---WaterKIng Power EQuipmerILOoeiaLots- Cranes Friction; 200 Loris and $62.33 7A 3C. 8P underground Seoera Water over ......... King Power Equipment Operators- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P L)n.dorpround Sewer Ex Water Tons With Attachments King Power­Eui pient 0.)erators- Cranes: 100 Tons Through 199 $61.10 7A 3C SP Unclemround Sewer, ft Water Tons, Or 150' Of Boom (including Jib With Attachments) King Prrwexr Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Underpround Sewer Ft Water 250' of boom including jib with attachments King Power EqLdcArIer)t gptLptors- Cranes: 300 tons and over or $62.33 7A 3C SP Underground Sewer awater 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Onderpround Sewer a Water Tons, Under 150' Of Boom (including Jib With Attachments) King cawe y ment Operators- Cranes: A-f rame - 10 Tons And $56.90 7A 3C 8P ��,.wer ft Water Under Lq,L(jjqL -- King P(1woLE np ic, iL0112L5 qLs: Cranes: Friction cranes $61.72 7A 3C 8P gL _!L_L _ IL Underground Sewer h: Water through 199 tons King Powc,,rE,_quJjZLrIent ators-OptL Cranes: Through 19 Tons With $59.49 7A 3C 8P UndergroundSewer Et Water Attachments A-frame Over 10 Tons King Power EquipLTIenLO jx,-rotors: Crusher $59.96 7A 3C 8P Underground Sewer a Water King Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer Ft Water (power) ...................................................... King Power E%fipprientOperaLors- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer Et Water Kingteas- Dozers D-9 Et Under $59.49 7A 3C 8P !Inderf,,round Sewer R Water King Power EquiLlment Operators- Drill Oilers: Auger Type, Truck ---$59.491 7A 3C 8P UildergLcurLqI Sewer ft Water Or Crane Mount King t fjowi Fj(up i 02tj!2� Drilling Machine $61.10 7A 3C 8P_InL_It Sewer Et Water King 13owoi ECILli Opc ator�- Elevator And Man-lift: $56.90 7A 3C 8P Lr P L qqd[orp,eound Sewer ft Water Permanent And Shaft Type__ King Power Equipment ODerators- Finishing Machine, Bidwell $59.96 7A 3C 8P Underground Sever Ft Water. And Gamaco Et Similar Equipment King PowerEquipment Operators- Forklift; 3000 Lbs And Over $59.49 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment gjjeratcrg- Forklifts: Under 3000 Lbs, $56.90 7A 3C 8P gndej:9 I ,Loun�1_5ewer ft Water With Attachments King Power Eery 4p.ne n t0perators- Grade Engineer: Using Blue $59.96 7A 3C 8P Ljqdlglrground,5Lwer 8: Water" Prints, Cut Sheets, Etc King Gradechecker/stakeman $56.90 7A 3C 8P iUnclersrrotand Sewer Fx Water httDs://fortress.wa.aov/1ni/waaelookuo/r)rvWaaelookuD.aSDX 5/g/2018 Page 13 of 18 King I)cawcr I tlurfrnrc o,rtLOfLeraitc rs Guardrail Punch $59.96 7A 3C 8P Undtn�rorrndLs,,Wcr 6 Water — — _.. King Power Fqur i ent-Operators- Hard Tail End Dump $60.49 7A 3C 8P Lnde�grouncl Sewer Et Water Articulating Off- Road Equipment 45 Yards. Ft Over King rp ver Ec itkiTerrdt C13 tors- Hard Tail End Dump $59.96 7A 3C 8P Underground Sewer Et W_ateI Articulating Off-road Equipment Under 45 Yards King P()wr)(,Eg0jr _' ae9t0j)eraturs• Horizontal/directional Drill $59.49 7A 3C 8P hwdcr°.ground Sewer £t Water Locator King Power Eoijim-neat; Oarp raLoEs Horizontal/directional Drill $59.96 7A 3C 8P Ura<Ierwrotrntf Seavd r Ex A ate r Operator King Power Eaurf)me t,Oper sta!_s_ '',Hydralifts/boom Trucks Over $59.49 7A 3C 8P Uiider,g,rotyirI Sewer EL Water 10 Tons — — King Power Equipment Operators- Hydralifts/boom Trucks, 10 $56.90 7A 3C SP ttndergi:ound Seiner a Wager Tons And Under King Pow^✓er equipment Ope atgra; Loader, Overhead 8 Yards. a $61.10 7A 3C 8P LinrleLgEound Sewer £x Water Over King Powr�C f,rt snr3k Oyeratoa�„- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P jhi ➢trs i.orand Sewer a Water But Not Including 8 Yards — King P)pwer° GtltarpmenAmOpera4nrs. Loaders, Overhead Under $59.96 7A 3C 8P Urdervr'ourid Sewer Fa Water Yards — — King !Lower C'(ltrlp)r lint O�eratar:H Loaders, Plant Feed $59.96 7A 3C 8P Under,qround Sewer ft Water King Powc^ EggjL)n"Mcrt gf)r.r trrs., Loaders: Elevating Type Belt $59.49 7A 3C 8P underground Sewer E Water — — King Powder Equipment Opp ators- Locomotives, All $59.96 7A -- — 3C 8P Undeccrou179mSgwer Et Water — — — King I- LIQ)�LgkytarptrenC CY c,ratcaps; Material Transfer Device $59.96 7A 3C 8P Underground Sewer a Water King Power Er3eri art rrt Oper ators- Mechanics, All (leadmen - $61.10 7A 3C 8P —Uai derpround Sewer Et Water $0.50 Per Hour Over Mechanic) King P2awer'Ului'Iarment C?Cacrrators- Motor Patrol Graders $60.49 7A 3C SP Jrlrler'=rgund Sewer tt Water — --._..,...xi_.-_...... .............._.._...._._......_. King Pr)wrr E furpmew?it 3)eL, ors- Mucking Machine, Mole, $60.49 7A 3C 8P Undcrvround Sewer a Water Tunnel Drill, Boring, Road Header And/or Shield King Power EcLtoi t� rent Opergkarsr Oil Distributors, Blower $56.90 7A 3C 8P Underrwound Sevdaao EI tqr. Distribution Et Mulch Seeding Operator King Power EgulpmCnt Op Star s.- Outside Hoists (elevators And $59.49 7A 3C 8P Undervrognd Sewer It Water Manlifts), Air Tuggers,strato King Power Eompmem 01)eratgrs- Overhead, Bridge Type Crane: $59.96 7A 3C 8P Undcrvround Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Opgrra ors Overhead, Bridge Type: 100 $61.10 7A 3C 8P Underground Sewer B Water Tons And Over King f nw&r,Gr3utprnen&_Clr)r rotor's- Overhead, Bridge Type: 45 $60.49 7A 3C 8P _ UaLef)round Sewer Et Water Tons Through 99 Tons King Power ICcicrrpmer7t Opcxra¢or5 Pavement Breaker $56.90 7A 3C 8P llreclergr,ound Sc:wes it WWater King $59.96 7A 3C 8P httr)s://fortress.wa.aov/Ini/wanelnnktin/nrvWanalnnkiin_asnx S/9/?f11R Page 14 of 18 Pile Driver (other Than Crane N1 Lgnugq �Mount) King Power F(Lui xr ciLui PldiiL Oiler - AsplidlL, Ciushel $59.49 7A 3C 8P Underground Sewer at Water King operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground SPWel' It Water King Power E.quipplent. Operators- Power Plant $56.90 7A 3C 8P 11 mcku"a-luni-0 Sewer water King LqAqr�Eguiongnt 0 i:a qLs- Pumps - Water $56.90 7A X 8P Water King Power EaUrDflient operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P ULndgIRCqund Se)yer (s Water King Power Eouipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P 'Underground Sewer It Water 100 Feet In Height Based To Boom King Power Eouipment Operators- Remote Control Operator On $60.49 7A 3C 8P Operators-......... Underpround Sewer Et Water Rubber Tired Earth Moving .................... Equipment King Power EQuipment Operators- Rigger And BeUrnan $56.90, 7A 3C 8P di"i d" er"g" r o uri d Seaver­""" F"t"­W­"a­t'Water King Power Equipment OrLeratgEs- Rigger/Signal Person, Bellman $59.49 7A 3C 8P Underground Sewer__It Water (Certified) King Powrt,LE�qLjiplqQLit_01)orators- Rotlagon $60.49 7A X 8P Undcigp_ound Sewer ft Water King 'Power EouiDment Operators: Roller, Other Than Plant Mix $56.90 7A 3C 8P Urrdle,rqeound Sev vvoi to Water _ King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A X 8P 11 LndLrpround Sewer ft Water Materials King Power.jLqujp_T_qnt Op - Roto-mill, Roto-grinder $59.96 7A 3C 8P ,erators Underground Sewer it Water ........................................... King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P qndet!:ground Sewer Ct Water King Power OperEquipment ators. Scraper, Self Propelled Under $59.96 7A 3C 8P Power Sewer Ei Water 45 Yards King Pow( p� inr a Scrapers - Concrete Et Carry $59.49 7A 3C 8P Underground Sewer & Watti_ All King Power EoLnDment Operators- Scrapers, Self-propelled: 45 $60.49 7A X 8P Underground Sewer It Water Yards And Over King Power_ Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer Et Water King FMc�r rggjj) UoEL- Shotcrete/gunite Equipment $56.90 7A X 8P Underground Sewer Et Water King Power Egujl2E!tLit Op+ r<rtor's- Shove[ , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer R Water Tractors Under 15 Metric Tons. King Power_EquimOrators_nt Orators_ Shovel, Excavator, Backhoe: $60.49 7A LC 8P p Underground Sewer, a Water Over 30 Metric Tons To 50 Metric Tons King Powerft uj)rntnt OLLeratoLs_-. Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Undet,rqLojqnd.Sewer 8: Water Tractors:-15 To 30 Metric Tons King perua—tm- L -0 $61.10 7A 3C 8P Underground Sewer Et WMor httDs://fortress.wa.cov/1ni/waaelookUD/DrvWacielookuD.aSDX 5/9/2018 Page 15 of 18 Shovel, Excavator, Backhoes.- Over 50 Metric Tons To 90 Metric Tons I King Power Equipment Operator,- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P ................................ �L��ervLoLrud�Sewer It Water Over 90 Metric Tons-- ........ King Power,Egul'Rle.n Slipform Pavers $60.49 7A 3C 8P Underground Sewer &, Water King Power Equipment (}pvfa_tors- Spreader, Topsider E: $60.491 7A 3C 8P Underqjound Sewer ETW_ a_tc.T �Screedman King PowcrELt�ipm iCQj)eratoiL- Subgrader Trimmer 7A 3C 8P j��L $59.% lJnderrround Sewer a Water King Power F(Luipment Qp�ergors: Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer EL Water- King P.L)t2g Lors_ Tower Crane Up To 175' In $61.10 7A 3C 8P Lnq2jg �round Sew o Et Water Height Base To Boom King LqLjix_rqLe Derators- Tower Crane: over 175' $61.72 7A 3C 8P L_ Lound Sewer ft Water through 250' in height, base to boom King Power Equipment 0lLejj_aLoi­- Tower Cranes: over 250' in $62.33 7A 3C 8P Linder�p,MUni t5ewer Et Water height from base to boom King Power EcjL iip!!:Len t operators_. Transporters, All Track Or $60.49 7A 3C 8P Underground Sewer 8: Water Truck Type King E2wrn r,..T�gg i lLn2L?L 0 � Trenching Machines $59.49 7A 3C 8P Ljf�(_Iely OUrd Sewaer Ft Water King PowerEquipment,Operators_ Truck Crane Oiler/driver - 100 $59,96 7A 3C 8P 1.)ac.I er g L L)y i i c I Sewer 61 Wat,',n' Tons And Over King Eqwe Op - Truck C $59.49 7A 3C 8P IE ment, Crane Oiler/driver_qqip_ . gorators Underg.mund Sewer It Watcr Under 100 Tons King E2AtLEgyj2MLnt Operq(qrL- Truck Mount Portable $59.96 7A 3C 8P Liderti.,r«!,Ln LlSewei ft Water Conveyor King Poy�Ci f._q1iljpLijqrL Welder $60.49 7A 3C 8P LJ[ndqrq(pund Sewer & Water King Ec�wer_[gqiti.)q1t�q Qperators- Wheel Tractors, Farmati Type $56.90 7A X 8P LIndergigun(LSewtrR Water I King Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P iiE� round Sewer ft Water King Power LineClearance Tree Journey Level In Charge $50.02 5A 4A .............. Trimmers King Power Line Clearance 1 ree Spray Person $47.43 5A 4A Trimmers King Power.Line.Clearance Tree Tree Equipment Operator $50.02 5A 4A ................................................... Trirrmcrs King Power Line Clearance Tree Tree Trimmer _$44 64 5A 4A Tr—Immers — .................. _King Power Line. Clearance Tiec Tree Trimmer Groundperson $T3.67 5A 4A Tt inirneis King Refricperation Et Air- Journey Level $77.86 6Z IG Conditioning Mechanics King Residential Brick Mason Journey Level $55.821 5A im King ResidendaOCaji.jenLers Journey Level King — Residential Cement Masons _Journey Level httDS://fortress.wa.ciov/1ni/wacielnokL]n/nrvWanp.lonkiin.a(;n)< c;/Q/?nl R Page 16 of 18 King Rc siclrnl;;rat Drwwall Journey Level $42.86 5D 4C N Asphrators King R sirk.a7Luxr[ V7rywr`l,l Iraearml;., Juurney Level $57.43 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $41.05 7L 1H King Residortial Insulation Journey Level $26.28 1 Applicators King Residerntia[ I-aborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.091 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers ti Journey Level $34.69 1 FrTrefrttg rs King I esidellti sl Refiri ar aCion &.Air Journey Level $77.86 6Z 1 G Condiiieairrnr d�he+cPy snic5 - King Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F 1 R Workers _................... King ResidentiaC SoftI''[_aor,Lt r�s Journey Level $47.611 5A 3J King Residential S rinklerFitter5 Journey Level $46.58 5C 2R FLre PLQLgectlon King Residential Stone Masai,,s Journey Level $55.82 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.00 1 . . ................................ _ King Roofers Journey Level $51.02 5A 3H _ King Roofers Using Irritable Bituminous $54.02 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E King Shrorpb uildic R ft Shj2 RelLair Boilermaker $43.31 7M 1 H King Shipbuilding Et.Sh?o Repair Carpenter $41.06 7T 2B King Shipbuilding & Ship Repair Electrician $42.07 7T 4B King Shipbuil Irno Et Ship Repair Heat Et Frost Insulator $67.93 5J 4H King Shobwilsiru f 51if Repair Laborer $41.99 7T 4B King 5hupbtoildin; a Ship Repair Machinist $42.00 7T 4B King Shipbuilding & Ship Repair Operator $41.95 7T 4B King Shtipbtuel¢hnR Et Ship Repair Painter $42.00 7T 46 King Shtpbuildr Egir Pipefitter $41.96 7T 4B King ShipbuildinP Et Ship Repair Rigger $42.05 7T 413 King Wpbuilding a Ship Repair Sheet Metal $41.98 7T 4B King 51`�zLbuildro`qFtShi eJrair Shipfitter $42.05 7T 4B King Shipbuilding #t 5hii5 Repair Trucker $41.91 7T 4B King 5Y7iLsf t¢Sldim0 ,£tmSllif> Repalir: Warehouse $41.94 7T 4B King Shiokaruildiny : Sefifa air Welder/Burner $42.05 7T 4B King Sign Makers Instalteis Sign Installer $22.92 1 Electrrcat King Si nwWAalc rsEt Installers Sign Maker $21.36 1 (.LlectrI-C-a httDs://fortress.wa.00v/Ini/wacelookUD/r)rvWaaelookUD.asox 5/9/2018 Page 17 of 18 King ¢1n taxlar o „ Ee Instaftlrrrw (htl n Sign Installer $27.28 1 rlrc W,icall King S�i,ryhl�kcr: Em. InstaHer� (h ,n. Sign Maker $33.25 1 Elects icall King Soft 1=lryor _lam Journey Level $47.61 5A 3J King, Solar„Controts For Windows Journey Level $12.44 1 King Srjrnkter Fit ters_.L n cx Journey Level $75.64 5C 1X King 5tm,c_R,naiuL,l r',CI a111r5 p9ori Journey Level $13.23 1 Sttuctctral) King SYgne Masons Journey Level $55.82 5A 1M King atl_t_ An( PaikingLot. Journey Level $19.09 1 5weepv=.Lworkprs King 5r.i,rvvczvois Assistant Construction Site $59.49 7A 3C 8P Surveyor King St.uS�'vey� ls Chainman $58.93 7A 3C 8P King Suiwpyors Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King fela .Iloote. t,iot Constroc'Lion - 'Cabte Splicer $40.52 5A 2B Outside King Telctyl.Lal7e larel C.00sstrur tiorrW, Hole Digger/Ground Person $22.78 5A 2B Outside King i"e ConstruaLimi- Installer (Repairer) $38.87 5A 2B Outsid. King Telclr mi (j I me Construction - Special Aparatus Installer 1 $40.52 5A 2B Outside — ..de King fgke ahone Ijunc Consfi_ruc Ttion.-- Special Apparatus Installer II $39.73 5A 2B Outside King Telephone Line Construction_- Telephone Equipment $40.52 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $37.74 5A 2B Outside Operator (Light) King TcleEhgDe Lunen Const.ructiplu - Telephone Lineperson $37.74 5A 2B Outside King Tt leplrpne lJne Construction - ITelevision Groundperson $21.60 5A 2B Outside King Telephone Line—Con truction Television _ $28.68 5A 2B Outside Lineperson/Installer King lel _ ne Lnac Ccnrstiuct.ron - Television System Technician $34.10 SA 2B Outside — — King Te@otlht)ne Large Const— ...... —— Outside King Tvlasphone Line Construction,, Tree Trimmer $37.74 5A 2B Outside King Terrazzo Workers Journey Level $51.36 5A 1M King Tile Setters Journey Level $51.36 5A 1M King Tile. Marble Fx Terrazza Finisher $42.19 5A 1 B Finishers King Traffic Control $trii2crs Journey Level $45.43 7A 1K httos://fortress.wa.aov/Ini/waaelookun/nrvWanelnnkirn_asnx S/Q/7n1R Page 18 of 18 KingITruucvk Drivers, Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 81 J WA-Joint Council 28) _ King Truck Di fivers Aspliall Mix To 16 Yards (W. $51.86 5D 3A 8L - - — — WA-Joint Council 28) King Truck Drivers Dump Truck Fc Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King 1-ruck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers ft Irriial7on Pemrp Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Puma Oiler $12.97 1 Installers King Welt Drillersft Irrigation Pump Well Driller $18.00 — ........1 - installers httDs://fortress.wa.00v/Ini/wacelookUD/DrvWaaelookUD.aSDX 5/9/2018 i Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 i Overtime Codes i 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 atone 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. I Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Contimred 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 atone 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 limes the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 2, ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one 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 he 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 tines the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half tines 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 tluu 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) horns 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 3/3/2018 thru 8/30/2018 Overtime Codes Continued 3, E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week, once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rats. 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)tines the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However. Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay, unless a four(4)day ten (10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 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 ofwage.All hours worked on Saturday, Sundays and holidays shall bepaid at double the hourly rate ofpay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lutes, switching stations,regtdating, 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)tunes 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 homy 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 homy 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'/z)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. 11olidav 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. IIolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day,Presidents' Day,Memorial Day, independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). 5 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays: New Year's Day, Memorial Day,Independence Day, Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 1. 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 LutherKing 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). 6 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 6. H. Paid Holidays: New Year's Day,New Year's Eve Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day,The Day After Christmas,And A Floating Holiday(10). I, Paid Iolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Tharilcsgivhng Day, Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,'The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z, Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls Chn 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 Lather 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 Lather 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. 7 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 7. 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 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. 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, hndependence 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. 8 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day 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 our the preceding Friday. Note Codes 8, 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 hazinat 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.Flaggcrs and Spotters shall be posted where shower 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. Flaggcrs and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T, Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggcrs and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. This classification is only effective on or after August 31,2012, 9 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Note Codes Continued A. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit:$1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked.Workers who work suspended by a rope or cable receive an additional $0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do "pioneer'work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional$0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet. Over 101'to 150'-$3.00 per foot for each foot over 101 feet. Over 151'to 220'- $4.00 per foot for each foot over 220 feet. Over 221'- $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'. Over 600' -$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 '1'M WP '6 WII� q� � 1 m e Oi m ��i d � i 4Po � J ��...AI ��' II �, I. "" � m _� I�� _ � �.... � a®� .. �;: i � III ,. �k � � � ... . w � m a w � � � i.a ����i� I� a v, ���� i�i� � �� i i� � U i. M��� � � � �" ��' P��.� � ����. � ,.. w Y" � �' A i � l� I "�' I I� �k i � � �ry � � esa awry � � a �N �. � V .. p �. � ai .W .,; -b � a , „ .,, � Wce ,. �I a � . . � � � � � gym. �� �w � ' ��I� �� ���� r ,i r ��, dV� � � .� � of � m; i � w � ' � � � iiu i '� ua 'a i � . m r � � mu �� i � �w i ma •, mo � � min � _. �m w � � ,. i .. �; � � "' W � � r� � � � �, � . m . ro � ., m .. m,a m :, a , - ...., ��� �. m m- mim m .,iu,m m IN:m���u . � " il6W W m � � ��@W � v . l �w KK �M"�i', Pr u��d'" X,' �td w` �k �tl I J °, v 1 a :, m � w . _ ..� , MW miI u r � � �, � i ��, �1 :�� �m W� m e �� � au � . T Agenda Item: BIDS - 10C W.,H1N...ov TO: City Council DATE: June 5, 2018 SUBJECT: 2018 Plastic Markings Refresh Project - Award MOTION: Award the 2018 Plastic Markings Project to Stanley Patrick Striping Co., in the amount of $234,030.00, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of the installation and refresh of existing plastic pavement markings including stop lines, crosswalks, traffic arrows, traffic letters, and railroad crossing markers on various City of Kent Streets. The bid opening for the 2018 Plastic Markings Project was held on May 29, 2018 with four bids received, all were responsive. The lowest responsible and responsive bid was submitted by Stanley Patrick Striping Co., in the amount of $234,030.00. Bid Tab Summary 01. Stanley Patrick Striping Co. $234,030.00 02. Apply-A-Line LLC $471,170.00 03. Specialized Pavement Marking, Inc. $701,200.00 04. Stripe Rite, Inc. $2,707,321.00 Engineer's Estimate $445,120.00 EXHIBITS: None RECOMMENDED BY: Public Works Director BUDGET IMPACTS: The project will be paid for using Business and Occupation Funds.