Loading...
HomeMy WebLinkAboutCAG2019-174 - Original - Stripe Rite, Inc. - 2019 Paint Line Striping & RPM Replacement - 03/25/2019 E* T Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager priar tos;ubrnission, to the City Clerk's Office. All porticms are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. Vendor Name: Stripe Rite, Inc. Vendor Number (JDE): Contract Number (City Clerk): Category: -Contract Agreement Sub-Category (if applicable): None Project Name: 2019 Paint Line Striping and RPM Replacement Mayor's signaturE Contract Execution Date: Termination Date: 40 days Contract Manager: Joe Araucto Department: PW: Operations Contract Amount: $281 ,650.00 Budgeted: F7 Grant? Part of NEW Budget: Local: F State: F Federal: F Related to a New Position: Basis for Selection of Contractor? Bid Approval Authority: F-1 Director F1 Mayor FVI City Council Other Details: Refreshing paint line striping and installing replacement raised pavement markings on various city streets, CITY OF KENT K 1 NG COUNTY, WASH I NGTON KENT SPEC I AL PROV I S I IONS FOR 2019 Paint Line Striping and RPM Replacement Project Number: 19- 3011 . 1 B I DS ACCEPTED UNT I L BID OPENING February 12, 2019 February 12, 2019 9:45 A.M. 10:00 A.M. DELIVER TO C 1 TY OF KENT, C I TY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KEN i T WAS H ING TO N PUBLIC WORKS DEPARTMENT Timothy 3. LaPorte, P.E. Public Works Director 400 West Gowe • Kent, WA 98032 KENT Fax: 253-856-6500 W A S H!N G T O N PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2019 Paint Line Striping and RPM Replacement Project Number: 19-3011.1 ADDENDUM No. 1 February 8, 2019 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED IN RED I - BID OPENING The bid opening has been rescheduled to Tuesday, February 26, 2019 at 10 AM. The City Clerk's office will receive sealed bids until 9:45 AM. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date Deputy Director/City Engineer 0 Q c V • Mayor Dana Ralph 1 I NDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 Appendix A Section 7 Traffic Control Plans Section 8 Prevailing Wage Rates BIDDER'S NAME Stripe Rite, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2019 Paint Line Striping and RPM Replacement Project Number: 19-3011 A BIDS ACCEPTED UNTIL BID OPENING February 12, 2019 February 12, 2019 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT W A S H IN G T O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement 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 Appendix A Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through February 12, 2019 up to 9:45 a.m, as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids.will be opened and read publicly aloud at 10:00 a.m. for the City of Kent project named as follows: 2019 Paint Line Striping and RPM Replacement Project Number: 19-3011.1 The project consists of installing paint striping over existing lane markings, and installing replacement raised pavement markings on various City of Kent Streets and re-channelization of 101st Ave SE as detailed in Appendix A, all in accordance with Kent Special Provisions, and the WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $285,000 to $319,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Mike Almaroof at 253 856 5627. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $25 for each set. Plans and specifications can also be downloaded at no charge at KentWA.eov/doing-buSinAcclblds �roCurement. 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 281h day of January, 2019. BY; Kimberley A. Moto, City Clerk Published in Daily Journal of Commerce on January 29 and February 5, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 1/31/19 This statement relates to a proposed contract with the City of Kent named 2019 Paint Line Striping and RPM Replacement Project Number: 19-3011.1 I am the undersigned bidder or prospective contractor. I represent that - 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Stripe Rite, Inc. NAME OF BIDDER l BY: SIGNATURE/TITLE Steven Bateman, President Stripe Rite, Inc. 1813 137th Ave E Sumner, WA 98390 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2019 Paint Line Striping & RPM/Almaroof 1 January 28, 2019 Project Number: 19-3011.1 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: / Steven Bateman For: Stripe Rite, Inc. Title: President Date: 1/31/2019 2019 Paint Line Striping &RPM/Almaroof 2 January 28, 2019 Project Number: 19-3011.1 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. 2019 Paint Line Striping &RPM/Almaroof 3 January 28, 2019 Project Number: 19-3011.1 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2019 Paint Line Striping and RPM Replacement/Project Number: 19-3011.1 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: 2019 Paint Line Striping &RPM/Almaroof 4 January 28, 2019 Project Number: 19-3011.1 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Stripe Rite, Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2019 Paint Line Striping and RPM Replacement/Project Number: 19-3011.1 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2019 Paint Line Striping &RPM/Almaroof 5 January 28, 2019 Project Number: 19-3011.1 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 4,600.00 $4,600.00 WSDOT LUMP SUM Per LS 1002 8-22.5 1 Removing Pavement Markings $ 15,000.00 $15,000.00 KSP LUMP SUM at 101st Ave SE including Per LS Layout for Re-Channelization 1005 8-22.5 450,000 Painted Double Solid Line $.14 $ 63,000.00 KSP LN FT Per LF 1010 8-22.5 675,000 Painted Single Solid Line $.10 $67,500.00 KSP LN FT Per LF 1015 8-22.5 150,000 Painted Skip Lane Line $ .07 $10,500.00 KSP LN FT Per LF 1020 8-22.5 12,000 Painted Dotted Line $ .22 $2,640.00 KSP LN FT Per LF 1025 8-22.5 150,000 Painted TWLTL Line $.12 $ 18,000.00 KSP LN FT Per LF 1030 8-22.5 30,000 Painted Wide Lane Line $ .16 $ 4,800.00 WSDOT LN FT Per LF 1035 8-22.5 140,000 Painted Bike Lane Line $ 14 $19,600.00 KSP LN FT Per LF 1040 8-09.5 35 Raised Pavement Marker $ 299.00 $10,465.00 WSDOT HUNDRED Type 1 Per HUND 2019 Paint Line Striping &RPM/Almaroof 6 January 28, 2019 Project Number: 19-3011.1 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1045 8-09.5 110 Raised Pavement Marker $ 334.00 $36,740.00 WSDOT HUNDRED Type 2 Per HUND 1050 1-10.4(1) 1 Project Temporary Traffic $ 23,455.00 $ 23,455.00 KSP LUMP SUM Control Per LS 1055 1- 1 SPCC Plan $ 350.00 $ 350.00 07.15(1) LUMP SUM Per LS WSDOT 1060 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders Tota 1 $281,650.00 2019 Paint Line Striping &RPM/Almaroof 7 January 28, 2019 Project Number: 19-3011.1 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: 2019 Paint Line Striping and RPM Replacement Project Number: 19-3011.1 Subcontractor Name None 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 /Steven Bateman 2019 Paint Line Striping & RPM/Almaroof 8 January 28, 2019 Project Number: 19-3011.1 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Stripe Rite, Inc. Project Name: 2019 Paint Line Striping and RPM Replacement Project Number: 19-3011.1 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: N/A Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: N/A /Steven Bateman 1/31/2019 Aignature of Bidder Date 2019 Paint Line Striping &RPM/Almaroof 9 January 28, 2019 Project Number: 19-3011.1 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39-04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM 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. 2019 Paint Line Striping &RPM/Almaroof 10 January 28, 2019 Project Number: 19-3011.1 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: Stripe Rite, Inc. NAME: Justin Williams ADDRESS: 1813 137th Ave E Sumner, WA 98390 PRINCIPAL OFFICE: Stripe Rite, Inc. ADDRESS: 1813 137th Ave E Sumner, WA 98390 PHONE: 253-863-2987 FAX: 253-863-3120 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. SEE ATTACHED 1.2 Provide your current state unified business identifier number. 601048084 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. SEE ATTACHED 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under 2019 Paint Line Striping &RPM/Almaroof 11 January 28, 2019 Project Number: 19-3011.1 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). SEE ATTACHED 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. SEE ATTACHED SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 34 YEARS 2.2 How many years has your organization been in business under its present business name? 34 YEARS 2.2.1 Under what other or former names has your organization operated? N/A 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 4/17/1984 2.3.2 State of incorporation: WASHINGTON 2.3.3 President's name: STEVEN BATEMAN 2.3.4 Vice-president's name(s): N/A 2.3.5 Secretary's name: N/A 2.3.6 Treasurer's name: N/A 2.4 If your organization is a partnership, answer the following: N/A 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: N/A 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: N/A 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. 2019 Paint Line Striping & RPM/Almaroof 12 GENERAL CONTRACTOR January 28, 2019 Project Number: 19-3011.1 STRIPRI 121 JM 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington state 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. PAVEMENT MARKINGS, SEAL COATINGS, CURBING SIGNAGE. 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? NO 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NO 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.) NO 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. SEE ATTACHED 4.4.1 State total worth of work in progress and under contract: SEE ATTACHED 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. SEE ATTACHED 4.5.1 State average annual amount of construction work performed during the past five years: SEE ATTACHED 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. SEE ATTACHED 4.7 On a separate sheet, list your major equipment. SEE ATTACHED 5. REFERENCES 5.1 Trade References: SEE ATTACHED 5.2 Bank References: SEE ATTACHED 5.3 Surety: PROPEL INSURANCE CO. 5.3.1 Name of bonding company: MERCHANTS BONDING 5.3.2 Name and address of agent: SEE ATTACHED 2019 Paint Line Striping &RPM/Almaroof 13 January 28, 2019 Project Number: 19-3011.1 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 31st day of January 2019. Name of Organization: Stripe Rite, Inc. By: /Steven Bateman Title: President 2019 Paint Line Striping &RPM/Almaroof 14 January 28, 2019 Project Number: 19-3011.1 7,2 Steven Bateman , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn befor e this 31ST day of January , 2019. Notary Public: My Commission Expires: 10/29/2020 04) „fir "I i hU 2019 Paint Line striping &RPM/Almaroof 15 January 28, 2019 Project Number: 19-3011.1 Department of Labor and Industries STRIPE RITE INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC STRIPR1121JM UBI: 601-048-084 Registered as provided by Law as: Construction Contractor (CCOI)-GENERAL 328 STRIPE RITE INC Effective Date: 4/14/1988 1813 137TH AVE E Expiration Date:4/17/2019 SUMNER WA 98390 I r i 1/16/2019 STRIPE RITE INC xir STATE OF WASHIMMON Department of Labor& Industries Certificate of Workers' Compensation Coverage January 16, 2019 WA UBI No. 601 048 084 L&I Account ID 477,182-01 Legal Business Name STRIPE RITE INC Doing Business As STRIPE RITE INC Workers'Comp Premium Status: Account is current. Estimated Workers Reported Quarter 3 of Year 2018 "Greater than 100 (See Description Below) Workers" Account Representative Employer Services Help Line, (360)902-4817 Licensed Contractor? Yes License No. STRIPR1121JM License Expiration 04/17/2019 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51 .16.190). https://secure.ini.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=601048084&LIC=STRIPR1121 JM&VIO=&SAW=false&ACCT=47718201 1/1 For, W-9 Request for Taxpayer (Rev.November2017) Identification Number and Certification Give Form to the Department of the Treasury requester.Do not Internal Revenue Service ►Go to www.irs.gov/FormW9 for instructions and the latest information. send to the IRS. 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. Stripe Rite,Inc. 2 Business name/disregarded entity name,if different from above y3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to m following seven boxes. °- certain entities,not individuals;see ❑ IndividuaVsole proprietor or instructions on page 3): o P P ❑ C Corporation ✓❑S Corporation ❑ Partnership c single-member LLC t hiP El Trust estate a o Exempt payee code(t any) '� ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) o ? Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is Exemption from FATCA reporting another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that code(if any) n' is disregarded from the owner should check the ap propriate box for the tax classification of its owner. m ❑ Other(see instructions) 5 Address(number,street,and apt.or suite no.)See instructions. (MPfi'es to accounts ma/nrak*douts/de d,a U.S) Requester's name and address(option.D 1813 137th Ave. E. 6 City,state,and ZIP code Sumner,Wa. 98390 7 List account numbers)here(optionao Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other m — entities,it is your employer identification number(EIN).If you do not have a number,see How to g — et a TIN,later. Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and or Employeridentification number Number To Give the Requester for guidelines on whose number to enter. Fril — 1 3 8 7 6 6 8 Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends ou are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later. Sign Signature of Here U.S.person tY jz �� P -` l_ Date► General Instr 1 �s •Form 1099-D VV(dividends,including those from stocks or mutual Section references are to the Internal Revenue Code unless otherwise funds) noted. •Form 1099-MISC(various types of income,prizes,awards,or gross Future developments.For the latest information about developments proceeds) related to Form W-9 and its instructions,such as legislation enacted •Form 1099-B(stock or mutual fund sales and certain other after they were published,go to www.irs.gov/FormW9. transactions by brokers) Purpose of Form •Form 1099-S(proceeds from real estate transactions) •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest), 1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption 'Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN, returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.11-2017) rA TRI-F' RITE February 22, 2019 City of Kent 2019 Paint Line Striping& RPM Replacement Project# 19-3011.1 Stripe Rite, Inc. is not and has not been in the past (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3) . Within the 3 year period immediately preceding the bid solicitation date, Stripe Rite, Inc. 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 & Industries or through a civil judgement entered by a court of limited or general jurisdiction. "�6 Oe�z�--- Steven Bateman/ President Stripe Rite, Inc. 1813 137th Ave. E. Sumner, Wa. 98390 Ph: 253.863.2987 Fax: 253.863.3120 www.striperite.com TRIPE R'ITE TO: City of Kent FROM: Stripe Rite, Inc. DATE: January 31,2019 RE: 19-3011.1 2019 Paint Line Striping& RPM Replacement Stripe Rite, Inc. has been in the Extruded Curbing and Pavement Marking Business for 34 years. We perform work for customers ranging from the private homeowner to general contractors, along with various cities, counties, and WSDOT. Our key personnel are as follows: Steve Bateman— 43 years in all fields of pavement marking, estimating, scheduling, and all aspects of managing the corporation David Stetson— 47 years in all fields of pavement marking and estimating Dawn Wilhoyte— 33 years in accounting and office management Garth Glasman— 10 years in project management, estimating, General Management Justin Williams— 15 years in all fields of pavement marking and estimating Frank Artz— 29 years in project management and estimating Jim Johnson— 30 years in project management and estimating Jeff McHugh— 15 years in project management and estimating Jake Bateman — 8 years in project management and estimating Eben Erickson— 26 years in all fields of pavement marking, estimating, scheduling And management Patrick McSorley— 37 years in road construction consisting of estimating, scheduling And management Eric Craig— 26 years in all fields of pavement marking, estimating, scheduling And management Following are some contracts awarded/completed by Stripe Rite, Inc.: 2017 PAVEMENT MARKING CONTRACT ($314,616.) 2016 PAVEMENT MARKING CONTRACT($317,808.) 2015 PAVEMENT MARKING CONTRACT ($297,879.) GRAYS HARBOR CNTY 2014 PAVEMENT MARKING CONTRACT($295,235.) TROY FREEMAN 2013 PAVEMENT MARKING CONTRACT ($301,930.) 100 W. BROADWAY 2012 PAVEMENT MARKING CONTRACT ($303,000.) MONTESANO, WA 98563 2011 PAVEMENT MARKING CONTRACT ($283,006.) 360-249-4222 2010 PAVEMENT MARKING CONTRACT ($247,284.) 2009 PAVEMENT MARKING CONTRACT ($240,015.) TRIPE RITE 2008 PAVEMENT MARKING CONTRACT ($351,086.) 2007 PAVEMENT MARKING CONTRACT ($284,927.) 2006 PAVEMENT MARKING CONTRACT ($279,476.) 2005 PAVEMENT MARKING CONTRACT ($304,250.) GRAYS HARBOR CNTY 2004 PAVEMENT MARKING CONTRACT ($266,296.) TROY FREEMAN 2003 PAVEMENT MARKING CONTRACT ($197,622.) 100 W. BROADWAY 2002 PAVEMENT MARKING CONTRACT ($207,222.) MONTESANO, WA 98563 1997-2001 PAVEMENT MARKING CONTRACTS 360-249-4222 2017 PAVEMENT MARKING CONTRACT ($123,360.) 2016 PAVEMENT MARKING CONTRACT($132,854.) 2015 PAVEMENT MARKING CONTRACT ($127,782.) 2014 PAVEMENT MARKING CONTRACT($123,425.) PACIFIC COUNTY 2013 PAVEMENT MARKING CONTRACT ($106,428.) KAREN BANISH 2012 PAVEMENT MARKING CONTRACT ($82,398.) PO BOX 66 2011 PAVEMENT MARKING CONTRACT ($81,890.) SOUTH BEND, WA 98586 2010 PAVEMENT MARKING CONTRACT ($67,673.) 360-875-9368 2009 PAVEMENT MARKING CONTRACT ($69751.) 2017 PAVEMENT MARKING CONTRACT ($212,961.) 2016 PAVEMENT MARKING CONTRACT($220,520.) 2015 PAVEMENT MARKING CONTRACT ($284,224.) 2014 PAVEMENT MARKING CONTRACT($233,720.) 2013 PAVEMENT MARKING CONTRACT ($231,225.) BENTON COUNTY 2010 PAVEMENT MARKING CONTRACT ($228,434.) NORM CHILDRESS 2009 PAVEMENT MARKING CONTRACT ($212,279.) PO BOX 1001 2008 PAVEMENT MARKING CONTRACT ($194,561.) PROSSER, WA 99350 2007 PAVEMENT MARKING CONTRACT ($202,429.) 2017 CITYWIDE TRAFFIC STRIPING CONTRACT($103,229.) 2016 CITYWIDE TRAFFIC STRIPING CONTRACT($103,461.) 2015 CITYWIDE TRAFFIC STRIPING CONTRACT($100,835.) 2009-2012 STRIPING MAINTENANCE CONTRACT ($308,739.) 425-452-4439 2005 STRIPING MAINTENANCE CONTRACT ($58,253.) CITY OF BELLEVUE 2004 STRIPING MAINTENANCE CONTRACT ($51,430.) ROBERT TAMMEN 2003 STRIPING MAINTENANCE CONTRACT ($53,000.) 2901 115TH AVE NE 2002 PAVEMENT MARKING CONTRACT BELLEVUE, WA 98004 2001 PAVEMENT MARKING CONTRACT 2000 PAVEMENT MARKING CONTRACT 1999 PAVEMENT MARKING CONTRACT 1998 PAVEMENT MARKING CONTRACT CITY OF BELLEVUE (CON'T) T RIPE RITE 1997 PAVEMENT MARKING CONTRACT 2016 PAVEMENT MARKING CONTRACT ($492,997.) 2015 PAVEMENT MARKING CONTRACT ($458,032.) 2014 PAVEMENT MARKING CONTRACT ($442,502.) GRANT COUNTY 2012 PAVEMENT MARKING CONTRACT ($430,121.) PUBLIC WORKS DEPT. 2010 PAVEMENT MARKING CONTRACT ($286,886.) ROD FOLLET 2009 PAVEMENT MARKING CONTRACT ($271,000.) 124 ENTERPRISE ST SE 2008 PAVEMENT MARKING CONTRACT ($244,362.) EPHRATA, WA 98823 509-754-6082 2010—PRESENT PAVEMENT MARKING JBLM BASE WIDE Average $1.1 million per year UNICEN-IMPEX&ALUTIIQ The following are some of our major pieces of equipment used to perform our work: 750 Gal. Capacity Highway Striping Truck 2000 Lb. Capacity Thermoplastic Truck Bituminous RPM Truck Miscellaneous Pick-Up Trucks for Traffic Control Road Pro Grinder/Recessed Cutter Wiltgen Rumble Cutter Sweeper Trucks Sealcoating Applicators Signage Vehicles Walk Behind Line Lazer Paint Machine's Hydroblaster Line Removal Truck **All Equipment is owned by Stripe Rite, Inc.** CONTRACTOR REGISTRATION NUMBER - STRIPRI 12 1 JM, Expires 04/17/19 UBI NUMBER: 601 048 084, Expires 09/30/18 BANK REFERENCE: COMMENCEMENT BANK, JOHN MANOLIDES 877-284-1880 4. .. , SWAM WIL- TRIPE RITE BONDING COMPANY: MERCHANTS BONDING COMPANY (MUTUAL) POLICY NO. WA27602 INSURANCE AGENT: SHARNEL DI VONA-PROPEL INSURANCE 253-310-4047 SALES REVENUE 2017 $18.0 MILLION PROFITABLE YEAR 2016 $15.8 MILLION PROFITABLE YEAR 2015 $14.5 MILLION PROFITABLE YEAR 2014 $13.5 MILLION PROFITABLE YEAR 2013 $13.4 MILLION PROFITABLE YEAR OTHER REFERENCES: TUCCI & SONS 4224 WALLER RD. TACOMA, WA 98443 JOE HARRISON 253-922-6676 LAKERIDGE PAVING PO BOX 5430 KENT, WA 98064 JOE HABENICHT 253-631-8290 LAKESIDE INDUSTRIES PO BOX 7016 ISSAQUAH, WA 98027 JUSTIN BOUIN 425-313-2600 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 (February 12, 2019), 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. Stripe Rite, Inc. Bidder's Business Name Signature of Authorized Official* Steven Bateman Printed Name President Title 1/31/2019 Sumner WA Date City 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. 2019 Paint Line Striping &RPM/Almaroof 16 January 28, 2019 Project Number: 19-3011.1 PROPOSAL SIGNATURE PAGE The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued for the installation of raised pavement markers and paint line striping of Group A Streets on the day of the preconstruction meeting. The City anticipates issuance of a separate Notice to Proceed for the performance of the remaining work on July 8, 2019. The undersigned bidder, if awarded to him/her, hereby proposes and agrees to start construction work on the Contract to complete all paint line striping on Group A Streets on or before ten (10) working days from the date ofthe Limited Notice to Proceed. Liquidated Damages may be assessed if the work is not completed within ten (10) working days. RPM installation may be completed by the end of the full Notice to Proceed time period. The Contractor also proposes and agrees to complete the Contract within forty (40) working days after issuance of the City's final 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. 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 I , 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; 1/31/2019 Stripe Rite, Inc. NAME F B I D Df� Signature of Authorized Representative Steven Bateman, President (Print Name and Title) 1813 137th Ave E Address Sumner, WA 98390 2019 Paint Line Striping &RPM/Almaroof 17 January 28, 2019 Project Number: 19-3011.1 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Stripe Rite, Inc. , as Principal, and Merchants Bonding Company (Mutual) , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2019 Paint Line Striping and RPM Replacement/ Project Number: 19-3011.1 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 12th DAY OF February 2019 Strip zi nc. PRINCIPAL M rckants Bond pany Mutual) S bRfCarley -spiritu, Attorney-in-Fact 20 Received return of deposit in the sum of $ 2019 Paint Line Striping&RPM/Almaroof 18 January 28, 2019 Project Number: 19-3011.1 M E RCHANjF7� +� BONDING COMPANY_, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Aliceon A Keltner;Annelies M Richie;Brandon K Bush; Brent E Heilesen;Carley Espiritu;Christopher Kinyon;Cynthia L Jay;Eric A Zimmerman; Heather L Allen;James B Binder;Jamie L Marques; Karen C Swanson;Kyle Joseph Howat;Mary S Norrell;Tamara A Ringeisen;Taylor Renae Komell their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-i n-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 12th day of June 2018 10 N ..•---•.• �,y�•pRPOR 'e0'� :�0," PO .q . MERCHANTS BONDING COMPANY(MUTUAL) 4 .tip MERCHANTS NATIONAL BONDING,INC. _ z O 2003 : c :a': 1933 c e -mod •yv .��0% ........ . y STATE OF IOWA ••''•'■........ ••••• COUNTY OF DALLAS ss. On this this 12th day of June 2018 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 'A4 s ALICIA K.GRAM a v Commission Number 767430 z . ; My Commission Expires - o April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.:do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. y1(Y.�, In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this �/day of 20 ��' I .•`'`�10Nq ". .••1N0 Cp••. 'h?O PORq'e0' 'm0?O�POAgA9Z: 'v'• czj :Q _ 1933 � 2003 : ; Secretary .sJ. cam. POA0018 (3/17) •••�••�• CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2019 Paint Line Striping and RPM Replacement Project Number: 19-3011.1 NAME OF PROJECT Stripe Rite, Inc. NAME OF BIDDER'S FIRM / Steven Bateman SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 2019 Paint Line Striping &RPM/Almaroof 19 January 28, 2019 Project Number: 19-3011.1 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: jInsert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:(Insert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: jInsert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2019 Paint Line Striping &RPM/Almaroof 20 January 28, 2019 Project Number: 19-3011.1 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2019 Paint Line Striping &RPM/Almaroof 21 January 28, 2019 Project Number: 19-3011.1 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 ....................Q Orderof Contents................................................................................. Invitationto Bid................................................................................... Contractor Compliance Statement........................................................0-1 Date............................................................................................V Have/have not participated acknowledgment.............................liK Signatureand address ................................................................L� Declaration - City of Kent Equal Employment Opportunity Policy ........L9�/ Dateand signature .....................................................................Q AdministrativePolicy ........................................................................... Proposal............................................................................................... First line of proposal - filled in ................................................... Unitprices are correct ................................................................ Subcontractor List (contracts over $100K) ........................ .......... ........ B�j� Subcontractors listed properly...................... ......... .....................Ej/ Signature ....................................................................................0 Subcontractor List (contracts over $1 million).....................................� Subcontractors listed properly.................................................... Dateand signature ..................................................................... Contractor's Qualification Statement ................................................... Complete and notarized ..............................................................lam/ Certification of Compliance with Wage Payment Statutes.................... ProposalSignature Page...................................................................... / All Addenda acknowledged .........................................................Lof/ Date, signature and address .......................................................d BidBond Form .....................................................................................E1�/ Signature, sealed and dated .......................................................@/ Powerof Attorney.......................................................................L� (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form.................................................................E—�/ Signature .................................................................................... ChangeOrder Form.............................................................................. Bidder's Checklist ................................................................................f9 The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2019 Paint Line Striping &RPM/Almaroof 22 January 28, 2019 Project Number: 19-3011.1 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 400 West Gowe Kent, WA 98032 Fj K E N T Fax: 253-856-6500 WASHINOTON PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2019 Paint Line Striping and RPM Replacement Project Number: 19-3011.1 ADDENDUM No. 1 February 8, 2019 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: 3 _ CC T 1ED ;:1- I.- BID OPENING The bid opening has been rescheduled to .._r a enJ-ny, J, 2 y 3 The City Clerk's office will receive sealed bids until :G)o 5 a81i]. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date Deputy Director/City Engineer 0 rn Q c (U Y Mayor Dana Ralph Bond No. WAC54995 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Stripe Rite, Inc. as Principal, and Merchants Bonding Company (Mutual) a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $281,650.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2019 Paint Line Striping and RPM Replacement/Project Number: 19-3011.1 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 2019 Paint Line Striping & RPM/Almaroof 23 January 28, 2019 Project Number: 19-3011.1 TWO WITNESSES: Stripe Rite, Inc. PRINCIPAL (enter rincipal's name above) BY: 3unW VJI ILL IWS TITLE: 512JEW "SA2CMAJ 11?zamS CtiT DATE: 3/13/2019 DATE: 3/13/2019 101 CORPORATE SEAL: Y FLLtoSA Lr(,tQ PRINT NAME DATE: 3/13/2019 Merchants Bonding Company (Mutual) SURETY CORPORATE SEAL: BY: DATE: 3/13/2019 TITLE: Carley Espiritu, Attorney-in-Fact ADDRESS: 5400 Carillon Point Kirkland, WA 98033 CERTIFICATE AS TO CORPORATE SEAL hereby certify that I am the (Assistant) Secretary 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 genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY 2019 Paint Line Striping& RPM/Almaroof 24 January 28, 2019 Project Number: 19-3011.1 MERCHANTS BONDING COMPANY- POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Aliceon A Keltner;Annelies M Richie; Brandon K Bush; Brent E Heilesen;Carley Espiritu;Christopher Kinyon;Cynthia L Jay; Eric A Zimmerman; Heather L Allen;Holli Albers;James B Binder,Jamie L Marques;Karen C Swanson;Kyle Joseph Howat,Tamara A Ringeisen their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 5th day of November 2018 -%,0 •1y44,6�hG ;• '•gip\NG'�O,�A•. 9 . MERCHANTS BONDING COMPANY(MUTUAL)2: :• �PO MERCHANTS NATIONAL BONDING,INC. 2003 p: :of 1933 c: By ,•d� �`,' '•.W ' ........'',' � ..' ..•l: •�� .• President STATE OF IOWA •�'"'."`''', ••••"' COUNTY OF DALLAS ss. On this this 5th day of November 2018 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. El ALICIA K.GRAM Commission Number 767430 My Commission Expires April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has rat been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 13 day of March 2019 •.......• :may;GO :Z. Q2.2 _0_ p.Z �I:_ _o_ j. 2003 !�Q y 1933 Secretary f POA 0018 (3/17) CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and 5-C?-IY-. QtyE 10C. organized under the laws of the State of located and doing business at kS t3 y2 J Ah Nc E_ , SuxAnjfq I W A q,&�q 0 ("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: 2019 Paint Line Striping and RPM Replacement/Project Number: 19-3011.1 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. The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued for the installation of raised pavement markers and paint line striping of Group A Streets on the day of the preconstruction meeting. The City anticipates issuance of a separate Notice to Proceed for the performance of the remaining Work on July 8, 2019. The Contractor agrees to complete all paint line striping on Group A Streets within ten (10) working days after issuance of Limited Notice to Proceed. Liquidated Damages may be assessed if the work is not completed within ten (10) working days. RPM installation may be completed by the end of the full Notice to Proceed time period. The Contractor also agrees to complete the Contract within forty (40) working days after issuance of the full City's Notice to Proceed. 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 2019 Paint Line Striping & RPM/Almaroof 25 January 28, 2019 Project Number: 19-3011.1 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. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 2019 Paint Line Striping & RPM/Almaroof 26 January 28, 2019 Project Number: 19-3011.1 CITY OF KENT l (� BY: `�� lD,- DANA RALPH, AYYOR DATE: 1 ATTEST: KIMBERLEY A. KO TO, CITY CLER APPROVED AS TO FORM: NT LAW DEPARTMENT CONTRACTO BY PRINT NAME: " ►>M'EMAQ TITLE: \-kr5vi,)E1JT DATE: liah( 2019 Paint Line Striping & RPM/Almaroof 27 January 28, 2019 Project Number: 19-3011.1 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2019 Paint Line Striping & RPM/Almaroof 28 January 28, 2019 Project Number: 19-3011.1 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2019 Paint Line Striping & RPM/Almaroof 29 January 28, 2019 Project Number: 19-3011.1 EXH I B I T A (Continued) F. Acceptability ofInsurers 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. 2019 Paint Line Striping & RPM/Almaroof 30 January 28, 2019 Project Number: 19-3011.1 Client#: 25674 STRIRITE ACORD_ CERTIFICATE OF LIABILITY INSURANCE DAT 3E DIYYYY) (MMID(..I.19 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT S NAME: harnel Di Vona Propel Insurance PHONE 800 499-0933 FAx Tacoma Commercial Insurance E A Lo Ext: A/C,No: 866 577-1326 ADDRESS: Sharnel.Divona@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 Continental Western Insurance Company INSURER A: p y 10804 INSURED Stripe Rite Inc. INSURER B:Evanston Insurance Company 35378 1813 137th Ave E INSURER C: Sumner,WA 98390 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WTH 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. LTRR TYPE OF INSURANCE NSRADDLSUBR WVD POLICY NUMBER MM/DD/YYYY MM/LDD/YYEYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CPA6013651 4/11/2018 04/11/201 EACH�OCCURRENCE $1 OOO 000 CLAIMS-MADE OCCUR PREMISES Eaoccu ence $500,000 X PD Ded:1,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ECT LOC PRODUCTS-COMP/OP AGG $2,000,000 PRO- F OTHER: $ A AUTOMOBILE LIABILITY CPA6013651 4/11/2018 04/11/2019 COMBINED SINGLE LIMIT Ea accident $1,000,000 JAU ANYAUTOBODILY INJURY(Per person) $ OWNED SCHEDULED TOSONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNEDAUTOS ONLY X PROPERTY DAMAGE AUTOS ONLY Per accident $ A000110/13 $ A X UMBRELLA LIAB X OCCUR CPA6013651 4/11/2018 04/11/201 EACH OCCURRENCE $5 00O 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 000 000 DED X RETENTION$0 $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY WA Stop Gap Y PER onlTTEy OTH- ER A ANY PROPRIETOR/PARTNER/EXECUTIVE YIN N CPA6013651 4/11/2018'1 04/11/201 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1 000 000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Contractors MKLV5ENV100852 4/11/2018 0411112019 $2,000,000 CPL&TPL Pollution Liab. $5,000 deductible incl Mold DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: 2019 Paint Line Striping &RPM Replacement. Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE �N ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3566034/M3181946 KTR00 COMMERCIAL GENERAL LIABILITY CL CG FS 01 09 08 Policy Number: CPA 6013651 -25 SCHEDULE OF FORMS AND ENDORSEMENTS The following Declarations, Coverage Forms, Conditions, and Endorsements are applicable to: Commercial General Liability State* Number Edition Description ALL B CG IDS 01 16-2001 Commercial General Liability Declarations ALL CL CG 99 32 01-2015 Commercial General Liability Supplemental Declarations Schedule ALL CL CG FS 01 09-2008 Schedule of Forms and Endorsements ALL CG 00 01 04-2013 Commercial General Liability Coverage Form ALL CG 01 97 12-2007 Washington Changes- Employment- Related Practices Exclusion ALL CG 03 00 01-1996 Deductible Liability Insurance ALL CG 04 35 12-2007 Employee Benefits Liability Form ALL CG 04 42 11-2003 Stop Gap- Employers Liability Coverage Endorsement-Washington ALL CG 04 50 05-2008 Washington Changes-Who Is An Insured ALL CG 20 12 04-2013 Additional Insured -State Or Governmental Agency Or Subdivision Or Political Subdivision - Permits Or Authorizations ALL CG 21 09 06-2015 Exclusion - Unmanned Aircraft ALL CG 21 54 01-1996 Exclusion - Designated Operations Covered By A Consolidated (Wrap- Up) Insurance Program ALL CG 21 75 01-2015 Exclusion of Certified Acts of Terrorism & Exclusion of Other Acts of Terrorism Committed Outside The United States ALL CG 21 86 12-2004 Exclusion - Exterior Insulation And Finish Systems ALL CG 21 96 03-2005 Silica Or Silica - Related Dust Exclusion ALL CG 22 92 12-2007 Snow Plow Operations Coverage ALL CG 26 77 12-2004 Washington - Fungi or Bacteria Exclusion ALL CL CG 00 20 01-2012 Contractor General Liability Platinum Endorsement ALL CL CG 00 48 01-2013 Continuing Damage Coverage Assurance ALL CL CG 01 14 09-2016 Primary and Noncontributory- Other Insurance Condition (Additional Insured) ALL CL CG 01 74 09-2016 Amendment of Insured Contract Definition ALL CL CG 02 02 01-2012 Notice Of Cancellation To Designated Person(s) Or Organization(s) Other Than The Named Insured ALL CL CG 04 52 08-2016 Electronic Data Liability (When There is Physical Injury to Tangible Property) ALL CL CG 04 92 09-2016 General Liability Ultra Plus Endorsement ALL ,�CL CG 05 29 10-2017 General Liability Ultra Platinum Enhancement Coverages ALL CL CG 20 69 09-2016 Additional Insured - Contractors- Ongoing and Completed Operations- Scheduled Person(s) Or Organization(s)-Acts or Omissions ALL CL CG 20 70 09-2016 Additional Insured - Contractors- Ongoing and Completed Operations- Scheduled Person(s) or Organization(s) ALL ZCL CG 20 71 09-2016 Additional Insured - Owners, Lessees, Contractors or Others -Completed Operations-Automatic Status, Including Primary Noncontributory ALL CL CG 21 08 07-2002 Asbestos Exclusion ALL CL CG 21 45 11-2010 Exclusion - Lead Exclusion ALL CL CG 24 01 09-2016 Bodily Injury Redefined ALL CL CG 99 30 09-2016 Waiver Of Transfer Of Rights Of Recovery Against Others To Us As Required By Virtue Of A Written Contract When the word ALL"appears in the state column, the form applies to all states on the policy. CL CG FS 01 09 08 Page 1 of 1 COMMERCIAL AUTO CL CA FS 01 09 08 Policy Number: CPA 6013651 -25 SCHEDULE OF FORMS AND ENDORSEMENTS The following Declarations, Coverage Forms, Conditions, and Endorsements are applicable to: Commercial Auto State* Number Edition Description ALL B CA DS 03 06-2015 Business Auto Declarations ALL CL CA FS 01 09-2008 Schedule of Forms and Endorsements ALL CA 00 01 10-2013 Business Auto Coverage Form ALL CA 01 35 10-2013 Washington Changes ALL CA 04 44 10-2013 Waiver of Transfer of Rights of Recovery Against Others to Us (Waiver of Subrogation) ALL CA 20 48 10-2013 Designated Insured For Covered Autos Liability Coverage ALL CA 21 34 10-2013 Washington Underinsured Motorists Coverage ALL CA 23 45 11-2016 Public Or Livery Passenger Conveyance And On-Demand Delivery Services Exclusion ALL CA 23 92 10-2013 Washington Exclusion of Terrorism ALL CA 23 94 10-2013 Silica Or Silica-Related Dust Exclusion For Covered Autos Exposure ALL CA 99 03 10-2013 Auto Medical Payments Coverage ALL CA 99 89 05-2001 Washington Loss Payable Form Reg-335 ALL CL CA 01 08 02-2015 Asbestos Exclusion ALL ,/CL CA 01 49 06-2017 Commercial Automobile Expansion Endorsement Platinum When the word"ALL"appears in the state column,the form applies to all states on the policy. CL CA FS 01 09 08 Page 1 of 1 COMMERCIAL LIABILITY UMBRELLA CL CU FS 01 09 08 Policy Number: CPA 6013651 -25 SCHEDULE OF FORMS AND ENDORSEMENTS The following Declarations, Coverage Forms, Conditions, and Endorsements are applicable to: Commercial Umbrella State* Number Edition Description ALL B CU DS 01 09-2016 Commercial Liability Umbrella Declarations ALL CL CU FS 01 09-2008 Schedule of Forms and Endorsements ALL CL CU 00 03 01-2013 Continuing Damage Coverage Assurance ALL CL CU 10 56 09-2016 Amendment Of Insured Contract Definition ALL CL CU 21 05 03-2008 Driver Exclusions ALL CL CU 21 67 01-2007 Exclusion Punitive Damages ALL CL CU 21 75 01-2007 Exclusion - Lead ALL CL CU 22 11 09-2016 Asbestos Exclusion WA ALL CL CU 22 23 09-2016 Exclusion - Electronic Data Liability ALL CL CU 22 76 09-2015 Exclusion -Cyber Liability ALL CL CU 24 04 01-2007 Changes - Premium Audit ALL CL CU 24 05 12-2016 Per Location, Per Project And Products-Completed Operations Aggregate Limits Of Insurance ALL CL CU 24 16 01-2007 Employee Benefits Liability Coverage ALL /CL CU 24 70 09-2016 Additional Insured - Primary Non Contributory ALL Z CL CU 24 73 09-2016 Waiver of Transfer of Rights of Recovery Against Others to Us as Required by Virtue of a Written Contract ALL CL CU 99 42 06-2008 Contractors Limitation Endorsement ALL CU 00 01 04-2013 Commercial Liability Umbrella Coverage Form ALL CU 01 21 09-2000 Washington Changes ALL CU 01 24 12-2001 Washington Changes- Employment-Related Practices Exclusion ALL CU 21 23 02-2002 Nuclear Energy Liability Exclusion Endorsement ALL CU 21 35 01-2015 Exclusion of Certified Acts of Terrorism and Exclusion of Other Acts of Terrorism Committed Outside The United States ALL CU 21 42 12-2004 Exclusion - Exterior Insulation And Finish Systems ALL CU 21 50 03-2005 Silica Or Silica-Related Dust Exclusion ALL CU 21 71 06-2015 Exclusion - Unmanned Aircraft ALL CU 21 86 05-2014 Exclusion -Access or Disclosure of Confidential Or Personal Information and Data-Related Liability-With Limited Bodily Injury Exception ALL CU 21 90 11-2016 Public or Livery Passenger Conveyance and On-Demand Delivery Services Exclusion ALL CU 24 14 09-2000 Fellow Employee Auto Coverage ALL CU 24 32 04-2013 Limited Coverage Territory ALL CU 26 77 12-2004 Washington - Fungi Or Bacteria Exclusion When the word"ALL"appears in the state column, the form applies to all states on the policy. CL CU FS 01 09 08 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CL CG 04 92 09 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ULTRA PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGE EXTENSIONS Provision Name Of Coverage Extension Included or Limit of Insurance A. Miscellaneous Additional Insureds Included B. Expected Or Intended Injury Or Damage Included C. Knowledge Of Occurrence Included D. Legal Liability— Damage To Premises Rented To You (Fire, Lightning, $300,000 Explosion, Smoke, Or Leakage From Automatic Fire Protective Systems) E. Medical Payments $10,000 F. Mobile Equipment Redefined Included G. Newly Formed Or Acquired Organization, Partnership Or Limited Liability Included Company And Extended Period Of Coverage H. Who Is An Insured—Amendment Included I. Non-Owned Watercraft (Increased to maximum length of less than 51 Included feet J. Supplementary Payments— Increased Limits 1. Bail Bonds $ 3,000 2. Loss Of Earnings $ 1,000 K. Unintentional Omission Or Unintentional Error In Disclosure Included L. Waiver Of Transfer Of Rights Of Recovery Against Others Included M. Liberalization Clause Included N. Incidental Medical Malpractice Included The above is a summary only. Please consult the specific provisions that follow for complete information on the extensions provided. The provisions of the Commercial General Liability additional insured on your policy, provided Coverage Part apply except as otherwise provided in that: this endorsement. This endorsement applies only if such Coverage Part is included in this policy. a. The written contract or written agreement is: A. MISCELLANEOUS ADDITIONAL INSUREDS (1) Currently in effect or becoming 1. Section II —Who Is An Insured is amended effective during the term of this to include as an insured any person or policy; and organization (referred to as an additional insured below) described in Paragraphs (2) Fully executed by you and the A.1.c.(1) through A.1.c.(8) below when you additional insured prior to the "bodily and such person or organization have agreed injury", "property damage" or "per- in writing in a contract or agreement that sonal and advertising injury". such person or organization be added as an CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 7 with its permission b. The insurance afforded by this provision performed by or on behalf of does not apply to any person or such additional insured. organization included as an additional insured by a separate endorsement (4) Lessor Of Leased Equipment issued by us and made a part of this Any person(s) or organization(s) policy or coverage part. from whom you lease equipment but c. Only the following persons or organi- only with respect to liability for"bodily zations are additional insureds under this injury", "property damage" or "per- provision, with coverage for such sonal and advertising injury" caused, additional insureds limited as provided in whole or in part, by your herein: maintenance, operation or use of equipment leased to you by such (1) Managers Or Lessors Of Premises person(s) or organization(s). A manager or lessor of premises but A person's or organization's status only with respect to liability arising as an additional insured under this out of the ownership, maintenance or endorsement ends when their written use of that part of the premises contract or written agreement with leased to you and subject to the you for such leased equipment ends. following additional exclusions: This insurance does not apply to any This insurance does not apply to: "occurrence" which takes place after (a) Any "occurrence" which takes the equipment lease expires. place after you cease to be a (5) State, Municipality, Governmental tenant in that premises. Agency Or Subdivision Or Other (b) Structural alterations, new con- Political Subdivision — Permits Or struction or demolition operations Authorizations Relating To performed by or on behalf of Premises such additional insured. Any state, municipality, govern- (2) Mortgagee, Assignee Or Receiver mental agency or subdivision or other political subdivision subject to A mortgagee, assignee, or receiver the following additional provisions: but only with respect to their liability (a) This insurance applies only with as mortgagee, assignee, or receiver respect to: and arising out of the ownership, maintenance, or use of a covered (i) The following hazards for premises by you. which the state, municipality, This insurance does not apply to governmental agency or structural alterations, new con- subdivision or other political struction or demolition operations subdivision has issued a performed by or on behalf of such permit or authorization in additional insured. connection with premises you own, rent or control and (3) Owners Or Other Interests From to which this insurance Whom Land Has Been Leased applies: An owner or other interest from (1.1) The existence, whom land has been leased to you maintenance, repair, but only with respect to liability construction, erection arising out of the ownership, mainte- or removal of adver- nance or use of that part of the land tising signs, awnings, leased to you and subject to the canopies, cellar following additional exclusions: entrances, coal holes, This insurance does not apply to: driveways, manholes,marquees, hoist away (a) Any "occurrence" which takes openings, sidewalk place after you cease to lease vaults, street banners that land. or decorations and (b) Structural alterations, new con- similar exposures; or struction or demolition operations CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 2 of 7 with its permission (1.2) The construction, erec- The insurance afforded the tion or removal of vendor does not apply to: elevators; or (i) "Bodily injury" or "property (1.3) The ownership, main- damage" for which the tenance or use of any vendor is obligated to pay elevators covered by damages by reason of the this insurance. assumption of liability in a (ii) Operations performed by you written contract or written or on your behalf for which agreement. This exclusion the state, municipality, does not apply to liability for governmental agency or damages that the vendor subdivision or other political would have in the absence of subdivision has issued a the written contract or written permit or authorization. agreement; (b) This insurance does not apply to (ii) Any express warranty unau- "bodily injury", "property dam- thorized by you; age" or"personal and advertising (iii) Any physical or chemical injury" arising out of operations change in the product made performed for the state, munici- intentionally by the pality, governmental agency or vendor; subdivision or other political subdivision. (iv) Repackaging, except when unpacked solely for the (6) Controlling Interest purpose of inspection, Any person(s) or organization(s) with demonstration, testing, or the a controlling interest in the Named substitution of parts under ons from the manu- tructi Insured but only with respect to their instructions uctirer, and then liability arising out of: facrepackaged in the original (a)Their financial control of you; or container; (b) Premises they own, maintain or (v) Any failure to make such control while you lease or occupy inspections, adjustments, these premises. tests or servicing as the This insurance does not apply to vendor has agreed to make or normally undertakes to structural alterations, new con- make in the usual course of struction or demolition operations business, in connection with performed by or for such person(s) the distribution or sale of the or organization(s). products; (7) Co-Owner Of Insured Premises (vi) Demonstration, installation, A co-owner of a premises co-owned servicing or repair opera- by you and covered under this tions, except such operations insurance but only with respect to the performed at the vendor's co-owner's liability as co-owner of premises in connection with such premises. the sale of the product; (8) Vendors (vii) Products which, after distri- (a) Any person(s) or organization bution or sale by been labeled or� ou, have relabeled or (referred to as vendor), but only used as a container, part or with respect to "bodily injury" or ingredient of any other thing "property damage" arising out of in in substance by or for the your products" which are or distributed or sold in the regular vendor; or course of the vendor's business. CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 7 with its permission (viii)"Bodily injury" or "property 3. With respect to the insurance afforded to the damage" arising out of the additional insureds within this Provision A. sole negligence of the Miscellaneous Additional Insureds, the vendor for its own acts or following is added to Section III — Limits Of omissions or those of its Insurance: employees or anyone else acting on its behalf. How- The most we will pay on behalf of the ever, this exclusion does not additional insured is the amount of insurance: apply to: a. Required by the written contract or (1.1) The exceptions written agreement; or contained in Sub- b. Available under the applicable Limits Of paragraphs (iv) or (vi); Insurance shown in the Declarations; or whichever is less. (1.2) Such inspections, ad- justments, tests or This endorsement shall not increase the servicing as the applicable Limits Of Insurance shown in the vendor has agreed to Declarations. make or normally B. EXPECTED OR INTENDED INJURY OR undertakes to make in DAMAGE the usual course of business, in con- Exclusion 2.a. Expected Or Intended Injury of nection with the Section I — Coverage A — Bodily Injury And distribution or sale of Property Damage Liability is deleted and the products. replaced by the following: (b) This insurance does not apply to a. Expected Or Intended Injury Or Damage any insured person or organi- "Bodily injury" or"property damage"expected zation, from whom you have or intended from the standpoint of the acquired products, or any insured. This exclusion does not apply to ingredient, part or container, "bodily injury" or "property damage" resulting entering into, accompanying or from the use of reasonable force to protect containing such products. persons or property. 2. With respect to coverage provided by this C. KNOWLEDGE OF OCCURRENCE Provision A. Miscellaneous Additional Insureds, the following additional provisions Paragraph 2.a. Duties In The Event Of apply: Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions a. Any insurance provided to an additional is deleted and replaced by the following: insured designated under Paragraphs A.1.c.(1) through A.1.c.(8) above does a. You must see to it that we are notified as not apply: soon as practicable of an "occurrence" or an offense which may result in a claim only (1) To "bodily injury" or "property when the "occurrence" or offense is known damage" included within the to: "products-completed operations hazard"; or (1) You, if you are an individual; (2) To "bodily injury", "property damage" (2) A partner, if you are a partnership; or "personal and advertising injury" (3) A manager, if you are a limited liability arising out of the sole negligence of company; or such additional insured. (4) An "executive officer' or the "employee" b. The insurance afforded to such additional designated by you to give such notice, if insured only applies to the extent you are an organization other than a permitted by law. partnership or a limited liability company. c. The insurance afforded to such additional To the extent possible, notice should include: insured will not be broader than that which you are required to provide by the (i) How, when and where the "occurrence" written contract or written agreement. or offense took place; CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 4 of 7 with its permission (ii) The names and addresses of any injured you, or in the case of damage by fire, persons and witnesses; and lightning, explosion, "smoke", or leakage (iii) The nature and location of any injury or from automatic fire protective systems, damage arising out of the 'occurrence" while rented to you or temporarily or offense. occupied by you with permission of the owner. D. LEGAL LIABILITY — DAMAGE TO PREMISES This limit will apply to all damage RENTED TO YOU (Fire, Lightning, Explosion, proximately caused by the same event, Smoke, Or Leakage From Automatic Fire whether such damage results from fire, Protective Systems) lightning, explosion, "smoke", leakage If damage to premises rented to you is not from automatic fire protective systems, or otherwise excluded from this policy or coverage other covered causes of loss or any part, then the following provisions apply: combination thereof. 1. Under Section I — Coverage A — Bodily 4. Subparagraph b.(1)(a)(ii) of Paragraph 4. Injury And Property Damage Liability, the Other Insurance of Section IV — last paragraph (after the exclusions) is Commercial General Liability Conditions deleted and replaced by the following: is deleted and replaced by the following: Exclusions c. through n. do not apply to dam- (ii) That is fire, lightning, explosion, "smoke" age by fire, lightning, explosion, "smoke", or or leakage from automatic fire protective leakage from automatic fire protective systems insurance for premises rented to systems to premises while rented to you or you or temporarily occupied by you with temporarily occupied by you with the permission of the owner; permission of the owner. A separate limit of 5. Subparagraph a. of Definition 9. "Insured insurance applies to this coverage as contract' of Section V — Definitions is described in Section III — Limits Of deleted and replaced by the following: Insurance. 2. The paragraph immediately after Sub- a. A contract for a lease of premises. paragraph j.(6) of Paragraph 2. Exclusions However, that portion of the contract for of Section I — Coverage A — Bodily Injury a lease of premises that indemnifies any And Property Damage Liability is deleted person or organization for damage by and replaced by the following: fire, lightning, explosion, "smoke" or leakage from automatic fire protective Paragraphs (1), (3) and (4) of this exclusion systems to premises while rented to you do not apply to "property damage" (other or temporarily occupied by you with than damage by fire, lightning, explosion, permission of the owner is not an "smoke", or leakage from automatic fire "insured contract'. protective systems) to premises, including 6. As used in this Provision D. Legal Liability— the contents of such premises, rented to you Damage To Premises Rented To You: for a period of seven or fewer consecutive days. A separate limit of insurance applies to "Smoke" does not include smoke from Damage To Premises Rented To You as agricultural smudging, industrial operations described in Section III — Limits Of or"hostile fire". Insurance. E. MEDICAL PAYMENTS 3. Paragraph 6. of Section III — Limits Of If Coverage C — Medical Payments is not Insurance is deleted and replaced by the following: otherwise excluded from this policy or coverage part, the Medical Expense Limit is changed, 6. Subject to Paragraph 5. above, the subject to the terms of Section III — Limits Of greater of: Insurance, to the greater of: a. $300,000; or a. $10,000; or b. The Damage To Premises Rented b. The Medical Expense Limit shown in the To You Limit shown in the Declarations. Declarations, F. MOBILE EQUIPMENT REDEFINED is the most we will pay under Coverage A for damages because of "property Subparagraph f.(1) of Definition 12. "Mobile damage" to premises while rented to equipment' of Section V— Definitions is deleted and replaced by the following: CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 7 with its permission (1) Equipment with a gross vehicle weight of partnership or limited liability company 1,000 pounds or more and designed primarily are the same or similar to the operations for: of insureds already covered under this (a) Snow removal; insurance; (b) Road maintenance, but not construction (v) Coverage only applies for those limited or resurfacing; or liability companies who have established a date of formation as recorded within (c) Street cleaning; the filed state articles of organization, G. NEWLY FORMED OR ACQUIRED ORGANIZA- certificates of formation or certificates of TION, PARTNERSHIP OR LIMITED LIABILITY organization; and COMPANY AND EXTENDED PERIOD OF (vi) Coverage only applies for those part- COVERAGE nerships who have established a date of Paragraph 3. of Section II —Who Is An Insured formation as recorded within a written is deleted and replaced by the following: partnership agreement or partnership certificate. 3. Any organization you newly acquire or form, H. WHO IS AN INSURED—AMENDMENT other than a joint venture, and over which you maintain ownership or: The last paragraph of Section II — Who Is An a. Majority interest of more than 50% if you Insured is deleted and replaced by the following: are a corporation; No person or organization is an insured with b. Majority interest of more than 50% as a respect to the conduct of any: general partner of a newly acquired or a. Current partnership or limited liability formed partnership; and/or company, unless otherwise provided for c. Majority interest of more than 50% as an under Paragraph 3. of Section II — Who Is owner of a newly acquired or formed An Insured; limited liability company; b. Current joint venture, or will qualify as a Named Insured if there is no c. Past partnership, joint venture or limited other similar insurance available to that liability company; organization. However, for these organiza- that is not shown as a Named Insured in the tions: Declarations. (i) Coverage under this provision is afforded I. NON-OWNED WATERCRAFT only until the next anniversary date of this policy's effective date after you Subparagraph (2) of Exclusion 2.g. Aircraft, acquire or form the organization, Auto Or Watercraft of Section I — Coverage A partnership or limited liability company, — Bodily Injury And Property Damage Liability or the end of the policy period, whichever is deleted and replaced by the following: is earlier; (2) A watercraft you do not own that is: (ii) Section I — Coverage A — Bodily Injury (a) Less than 51 feet long; and And Property Damage Liability does not apply to "bodily injury" or "property (b) Not being used to carry persons or damage" that occurred before you property for a charge. acquired or formed the organization, J. SUPPLEMENTARY PAYMENTS — INCREASED partnership or limited liability company; LIMITS (iii) Section I — Coverage B — Personal Section I — Supplementary Payments — And Advertising Injury Liability does Coverages A And B is changed as follows: not apply to "personal and advertising injury" arising out of an offense 1. The limit shown in Paragraph 1.b. for the committed before you acquired or formed cost of bail bonds is changed from $250 to the organization, partnership or limited $3,000; and liability company; 2. The limit shown in Paragraph 1.d. for loss of (iv) Coverage applies only when operations earnings because of time off from work is of the newly acquired organization, changed from $250 a day to $1,000 a day. CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 6 of 7 with its permission K. UNINTENTIONAL OMISSION OR UNINTEN- M. LIBERALIZATION CLAUSE TIONAL ERROR IN DISCLOSURE The following is added to Section IV — The following provision is added to Paragraph 6. Commercial General Liability Conditions: Representations of Section IV — Commercial If we adopt a mandatory attachment form change General Liability Conditions: which broadens coverage under this edition of However, the unintentional omission of, or the Commercial General Liability CG0001 for no unintentional error in, any information given or additional charge, and those changes are provided by you shall not prejudice your rights intended to apply to all insureds under this edition under this insurance. of CG0001, that change will automatically apply This provision does not affect our right to collect to your insurance as of the date we implement additional premium or to exercise our right of the change in your state. This liberalization cancellation or non-renewal. clause does not apply to changes implemented through introduction of a subsequent edition of L. WAIVER OF TRANSFER OF RIGHTS OF the Commercial General Liability form CG0001. RECOVERY AGAINST OTHERS N. INCIDENTAL MEDICAL MALPRACTICE The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us 1. Paragraph 2.a.(1)(d) of Section II — Who Is of Section IV — Commercial General Liability An Insured does not apply to a physician, nurse practitioner, physician assistant, nurse, Conditions: emergency medical technician or paramedic We waive any right of recovery we may have employed by you if you are not in the against any person or organization because of business or occupation of providing medical, payments we make for injury or damage arising paramedical, surgical, dental, x-ray or out of your ongoing operations or"your work"and nursing services. included in the "products-completed operations 2. This provision is excess over any other valid hazard" when you have agreed in a written and collectible insurance whether such contract or written agreement that any right of insurance is primary, excess, contingent or recovery is waived for such person or organization. This waiver applies only to the on any other basis. Any payments by us will follow Paragraph 4.b. of Section IV — person(s) or organization(s) agreed to in the Commercial General Liability Conditions. written contract or written agreement and is subject to those provisions. This waiver does not apply unless the written contract or written agreement has been executed prior to the "bodily injury" or"property damage". However, if any person or organization is separately scheduled on a separate waiver of transfer of rights of recovery which is attached to this policy, then this waiver does not apply. CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 7 of 7 with its permission This page has been left blank intentionally. COMMERCIAL GENERAL LIABILITY CL CG 05 29 10 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ULTRA PLATINUM ENHANCEMENT COVERAGES This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. The following coverage is added: paragraph 2.a. above, the words caused in ADDITIONAL INSURED - OWNERS, LESSEES whole or in part by are replaced by the OR CONTRACTORS - AUTOMATIC STATUS words arising out of. INCLUDING PRIMARY NON-CONTRIBUTORY c. The insurance afforded to such additional 1. Section II -Who is An Insured is amended to insured only applies to the extent include as an additional insured any person(s) permitted by law; and or organization(s) for whom you are required d. If coverage provided to the additional by virtue of a written contract or agreement insured is required by a contract or that such person(s) or organization(s) be agreement, the insurance afforded to such added as an additional insured on your policy. additional insured will not be broader than 2. The insurance provided to the additional that which you are required by the contract insured is limited as follows: or agreement to provide for such additional insured. a. Such person or organization is an e. This insurance ends at the earliest of the additional insured only with respect to following times: liability for "bodily injury", "property damage" or "personal and advertising (1) When any Named Insured(s) work injury" caused in whole or in part by: called for in the written contract has (1) Acts or omissions of the Named been completed Insured; or (2) When all of any Named Insured(s) (2) The acts or omissions of those acting work done at a job site has been completed if the written contract calls on behalf of the Named Insured; for work at more than one job site in the performance of the Named Insureds work for the additional insured(s) specified (3) When that part of any Named in the written contract provided the Insureds work done at a job site has been put to its intended use by any contract or agreement requires you to person or organization other than the provide the additional insured such Named Insured or those acting on the coverage and is: Named Insured(s) behalf. i. Currently in effect or becomes Work that may need service, maintenance, effective during the term of this correction, repair or replacement, but is policy; and otherwise complete, will be treated as ii. Was executed prior to the "bodily completed. injury", "property damage" or f. This insurance does not apply to any "personal and advertising injury". additional insured scheduled on your b. If the written contract specifically requires policy by separate endorsement. you to provide additional insured coverage F via the 10/01 edition of CG2010 (aka CG g' or purposes of paragraph A. of this 20 10 10 01) or via the 11/85 edition of endorsement the terms "you" and "your" CG2010 (aka CG 20 10 11 85), then in refer to the Named Insured shown in the Declarations. CL CG 05 29 10 17 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 3 with its permission. 3. Exclusions a. Required by the contract or agreement; or With respect to the insurance afforded to these b. Available under the applicable Limits of additional insureds, the following additional Insurance shown in the Declarations; exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" whichever is less. arising out of: This endorsement shall not increase the a. The rendering of or failure to render any applicable Limits of Insurance shown in the professional services by you or on your Declarations. behalf, but only with respect to either or 5. Other Insurance both of the following operations: For purposes of this endorsement, the (1) Providing engineering, architectural or following is added to the Section IV - surveying services to others in your Commercial General Liability Conditions, 4. capacity as an engineer, architect or Other surveyor; and Insurance condition and supersedes any (2) Providing, or hiring independent provision to the contrary: professionals to provide, engineering, architectural or surveying services in This insurance is excess of all other connection with construction work you insurance available to an additional perform. insured whether on a primary, excess, contingent or any other basis. But, if b. Subject to Paragraph c. below, required by a written contract or written professional services include: agreement to be primary and (1) Preparing, approving, or failing to noncontributory, this insurance will be prepare or approve, maps, shop primary to and will not seek contribution drawings, opinions, reports, surveys, from any insurance on which the additional field orders, change orders, or insured is a Named Insured. drawings and specifications; and No other coverage or limit in the policy (2) Supervisory or inspection activities applies to loss or damage insured by this performed as part of any related coverage. architectural or engineering activities. B. The following coverage is added: c. Professional services do not include CONTRACTUAL LIABILITY -RAILROADS services within construction means, methods, techniques, sequences and 1. With respect to operations performed for a procedures employed by you or performed Railroad within 50 feet of railroad property, the by or for the construction manager, its definition of "insured contract" in Section V - employees or its subcontractors in Definitions is replaced by the following: connection with your ongoing operations. 9. "Insured Contract" means: This exclusion applies even if the claims a. A contract for a lease of premises. against any insured allege negligence or other However, that portion of the contract wrongdoing in the supervision, hiring, for a lease of premises that employment, training or monitoring of others indemnifies any person or by that insured, if the "occurrence" which organization for damage by fire to caused the "bodily injury" or "property premises while rented to you or damage", or the offense which caused the " temporarily occupied by you with personal and advertising injury", involved the permission of the owner is not an rendering of, or the failure to render, any "insured contract"; professional architectural, engineering or surveying services. b. A sidetrack agreement; 4. Limits of Insurance c. Any easement or license agreement; With respect to the insurance afforded to these d. An obligation, as required by additional insureds, the following is added to ordinance, to indemnify a municipality, Section III - Limits Of Insurance: except in connection with work for a If coverage provided to the additional insured municipality; is required by a contract or agreement, the e. An elevator maintenance agreement; most we will pay on behalf of the additional f. That part of any other contract or insured is the amount of insurance: agreement pertaining to your business Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc., CL CG 05 29 10 17 with its permission. (including an indemnification of a C. AGGREGATE LIMITS OF INSURANCE municipality in connection with work The General Aggregate Limit under SECTION III - performed for a municipality) under LIMITS OF INSURANCE applies separately to which you assume the tort liability of another party to pay for "bodily injury" each of your: or property damage" to a third person 1. Projects away from premises owned by or or organization. Tort liability means a rented to you. liability that would be imposed by law in the absence of any contract or 2. "Locations"owned by or rented to you. agreement. "Location" means premises involving the same Paragraph f. does not include that part or connecting lots, or premises whose of any contract or agreement: connection is interrupted only by a street, (1) That indemnifies an architect, roadway, waterway or right-of-way of a engineer or surveyor for injury or railroad. damage arising out of: When paragraph B. Construction Project (a) Preparing, approving or failing General Aggregate Limit on form CL CG 00 20 is to prepare or approve maps, a part of this policy, then this endorsement shop drawings, opinions, CL CG 05 29 paragraph D. Aggregate Limits Of reports, surveys, field orders, Insurance does not apply. change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. 2. Other Insurance For purposes of this endorsement, the following is added to the Section IV - Commercial General Liability Conditions, 4. Other Insurance condition and supersedes any provision to the contrary: This insurance is excess of all other insurance that is Railroad Protective Liability or similar coverage for"your work" performed for a Railroad. But, if required by a written contract or written agreement to be primary and noncontributory, this insurance will be primary to and will not seek contribution from any insurance on which the Railroad is a Named Insured. No other coverage or limit in the policy applies to loss or damage insured by this coverage. CL CG 05 29 10 17 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 3 with its permission. This page has been left blank intentionally. COMMERCIAL GENERAL LIABILITY CL CG 20 71 09 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC STATUS, INCLUDING PRIMARY NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II -WHO IS AN INSURED is amended For purposes of this endorsement, throughout to include as an additional insured any person(s) the policy, the terms "you" and "your" refer to or organization(s) when you are obligated by the Named Insured shown in the Declarations. virtue of a written contract or agreement that such person or organization(s) be added as an B. Exclusions additional insured to your policy. With respect to the insurance afforded to these Such person(s) or organization(s) is an additional additional insureds, the following additional insured only with respect to liability for "bodily exclusions apply to "bodily injury" and "property injury' or "property damage" or "personal and damage"arising out of: advertising injury" caused, in whole or in part by: 1. The rendering of or failure to render any (1) Acts or omissions of the Named Insured; professional services by you or on your behalf, but only with respect to either or both of the or following operations: (2) The acts or omissions of those acting on behalf of the Named Insured; a. Providing engineering, architectural or surveying services to others in your and included in the "products-completed capacity as an engineer, architect or operations hazard" surveyor; and This insurance applies only when you are required b. Providing, or hiring independent to add the additional insured by virtue of a written professionals to provide, engineering, contract or agreement, provided the contract or architectural or surveying services in agreement is: connection with construction work you 1. Currently in effector becomes effective during perform. the term of this policy; and This exclusion applies even if the claims against 2. Was executed prior to the "bodily injury' or any insured allege negligence or other "property damage" or "personal and wrongdoing in the supervision, hiring, advertising injury'. employment, training or monitoring of others by that insured, if the 'occurrence"which caused the However: "bodily injury'or"property damage",or the offense a. The insurance afforded to such additional which caused the "personal and advertising insured only applies to the extent permitted by injury', involved the rendering of, or the failure to law; and render, any professional architectural, engineering or surveying services. b. If coverage provided to the additional insured 2. Subject to Paragraph 3. below, professional is required by a contract or agreement, the services include: insurance afforded to such additional insured will not be broader than that which you are a. Preparing, approving, or failing to prepare required by the contract or agreement to or approve, maps, shop drawings, provide for such additional insured. opinions, reports, surveys, field orders, change orders, or drawings and specifications; and CL CG 20 71 09 16 Includes copyrighted material of Insurance Services Page 1 of 2 Office, Inc., with its permission b. Supervisory or inspection activities D. Other Insurance performed as part of any related architectural or engineering activities. For purposes of this endorsement, the following is added to the Section IV - Commercial General 3. Professional services do not include services Liability Conditions, 4. Other Insurance within construction means, methods, condition and supersedes any provision to the techniques, sequences and procedures contrary: employed by you or performed by or for the This insurance is excess of all other insurance construction manager, its employees or its available to an additional insured whether on a subcontractors in connection with your ongoing operations. primary, excess, contingent or any other basis. But, if required by a written contract or written C. Limits of Insurance agreement to be primary and noncontributory, this With respect to the insurance afforded to these insurance will be primary to and will not seek additional insureds, the following is added to contribution from any insurance on which the Section III - Limits Of Insurance: additional insured is a Named Insured. If coverage provided to the additional insured is No other coverage or limit in the policy applies to required by a contract or agreement, the most we loss or damage insured by this coverage. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 Includes copyrighted material of Insurance Services CL CG 20 71 09 16 Office, Inc., with its permission COMMERCIAL AUTO CLCA01490617 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to the coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. A. NEWLY ACQUIRED OR FORMED "property damage": because of the conduct of ORGANIZATIONS an "insured" under Paragraphs a. or b. under The following is added to Paragraph A.1. Who Is Paragraph A.I. Who Is An Insured of Section An Insured of Section II - Covered Autos Liability II -Covered Autos Liability Coverage, caused Coverage: by an "accident" and resulting from the ownership, maintenance or use of a covered Any organization you newly acquire or form, other "auto"; than a partnership, joint venture or limited liability 2. The written contract or agreement described company or any organization excluded either by above must have been executed prior to the this Coverage Part or by endorsement, and over "accident" that caused the "bodily injury" or which you maintain ownership or majority interest "property damage"and be in effect at the time of more than 50 percent will qualify as a Named of such "accident", Insured. However: 1. This insurance does not apply to any newly 3. The insurance afforded to any such additional acquired or formed organization that is an "insured" does not apply to any "accident" beyond the period of time required by the "insured"under any other automobile policy or written contract or agreement described would be an "insured" under such policy but above; for its termination or the exhaustion of its Limit of Insurance. 4. The most we will pay on behalf of such 2. Coverage does not apply to "bodily injury" or additional "insured(s)" is the lesser of: "property damage" that occurred before you a. The Limits of Insurance specified in the acquired or formed the organization. written contract or agreement described 3. Coverage under this provision is afforded only above-, or until the 180th day after you acquire or form b. The Limits of Insurance shown in the the organization or the end of the policy Declarations. period, whichever is earlier. This provision shall not increase the Limit of B. ADDITIONAL INSURED BY CONTRACT OR Insurance shown in the Declarations in this AGREEMENT policy or coverage part; and The following is added to Paragraph A.1., Who Is 5. The following changes are made to Paragraph An Insured of Section II - Covered Autos Liability 5. Other Insurance of B. General Conditions Coverage: under Section IV - Business Auto Conditions: When you have agreed in a written contract or a. The following is added to Paragraph 5.a.: agreement to include a person or organization as If required by the written contract or an additional "insured", such person or agreement described above, the organization is included as an "insured"subject to insurance afforded to the additional the following: insured under this provision will be 1. Such person or organization is an additional primary to, and will not seek contribution "insured" only to the extent such person or from, the additional insured's own organization is liable for "bodily injury" or insurance. CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 1 of 5 Office, Inc., with its permission b. Paragraph 5.c. is deleted in its entirety. 2. We will also pay reasonable and necessary expenses to facilitate the return of the stolen 6. Paragraph A.1.c. under Section II - Covered Autos Liability Coverage is deleted in its "auto"to you. entirety. 3. It is agreed and understood and it is our stated 7. The definition of "insured contract" under intent that expenses incurred by you under the Section V - Definitions is amended to add the Transportation Expenses Coverage following: Extension will not also be covered or paid under the Rental Reimbursement Coverage An "insured contract" does not include that provided by this endorsement or any rental part of any contract or agreement: reimbursement coverage added by separate That pertains to the ownership, maintenance endorsement to this policy. or use of an "auto" and which indemnifies a H. EXTENDED COVERAGE -AIRBAGS person or organization for other than the The following is added to Exclusion B.3.a. of vicarious liability of such person or Section ill - Physical Damage Coverage: organization for bodily injury" or "property damage" caused by your operation or use of However, this exclusion does not apply to the a covered "auto". unintended discharge of an airbag. However, a person or organization is an This coverage is excess over any other collectible additional "insured" under this provision only insurance or warranty providing such airbag to the extent such person or organization is coverage. not named as an "insured" by separate endorsement to this policy. 1. AUTO LOAN/LEASE GAP COVERAGE C. EMPLOYEES AS INSUREDS The following is added to Section III - Physical Damage Coverage, Paragraph C. Limits of The following is added to Paragraph A.1. Who Is Insurance. An Insured Section II - Covered Autos Liability Coverage: 4. In the event of a total "loss" to a covered "auto", we will pay the lesser of: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or a. Any unpaid amount due on the lease or borrow in your business or your personal affairs. loan for a covered "auto", less: D. INCREASED COVERAGE - BAIL BONDS (1) The amount under the Physical Damage Coverage section of the The Supplementary Payments Coverage policy; and Extension of Section II - Covered Autos Liability Coverage is amended as follows: (2) Any: The Limit of Insurance in paragraph A.2.a.(2) is (a) Overdue lease/loan payments at increased to$5,000. the time of the"loss"; E. INCREASED COVERAGE - LOSS OF (b) Financial penalties imposed EARNINGS under a lease for excessive use, abnormal wear and tear or high The Supplementary Payments Coverage mileage; Extension of Section II - Covered Autos Liability (c) Security deposits not returned by Coverage is amended as follows: the lessor; The Limit of Insurance in paragraph A.2.a.(4) is (d) Costs for extended warranties, increased to$1,000. Credit Life Insurance, Health, F. FELLOW EMPLOYEE COVERAGE Accident or Disability Insurance The Fellow Employee Exclusion contained in purchased with the loan or lease; Section II-Covered Autos Liability Coverage does and not apply. This coverage is excess over any other (e) Carry-over balances from collectable insurance. previous loans or leases; or G. COVERAGE EXTENSION -TRANSPORTATION b. $5,000. EXPENSES However, this provision does not apply to the Paragraph A.4.a. Transportation Expenses of extent loan/lease gap coverage has been Section III - Physical Damage Coverage is provided by separate endorsement to this amended as follows: policy. 1. The Limits of Insurance are increased to $75 per day to a maximum of$2,500. Page 2 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 06 17 Office, Inc., with its permission J. GLASS REPAIR - NO DEDUCTIBLE When fire extinguishers are kept in your covered The following is added to Paragraph D. Deductible "auto" and any are discharged in an attempt to of Section III - Physical Damage Coverage: extinguish a fire, we will pay the lesser of the actual cost of recharging or replacing such fire Any Comprehensive Coverage deductible shown extinguisher(s). in the Declarations does not apply to "loss" to No deductible applies to this coverage. glass when you elect to patch or repair rather than replace the glass. O. HIRED AUTO PHYSICAL DAMAGE K. INCREASED COVERAGE - ELECTRONIC COVERAGE EQUIPMENT The following is added to Paragraph A.4. The $1,000 limit indicated in Paragraph C.1.b. Coverage Extensions of Section III - Physical under Section III - Physical Damage Coverage is Damage Coverage: increased to $2,500. If hired "autos" are covered "autos" for Covered L. EXTENDED COVERAGE - PERSONAL Autos Liability Coverage and if Physical Damage PROPERTY Coverage is provided for any"auto"you own,then the Physical Damage coverages provided are The following is added to Paragraph A.4. extended to"autos"you lease, rent, hire or borrow Coverage Extensions of Section III - Physical from someone other than your "employees", Damage Coverage: partners or members of their households subject Physical Damage Coverage on a covered "auto" to the following: may be extended to "loss" to your personal 1. The most we will pay in any one "loss" is the property or, if you are an individual, the personal lesser of: property of a family member, that is in the covered a. The actual cash value of the"auto"; "auto" at the time of "loss" and caused by an "accident" and resulting from the ownership, b. The cost to repair or replace the"auto"; or maintenance or use of a covered "auto". C. $100,000. The insurance provided by this coverage 2. Paragraph 1. above is subject to a deductible. extension is excess over any other collectible The deductible shall be equal to the amount of insurance. The most we will pay for any one"loss" the highest deductible shown for any owned under this coverage extension is $500. However, "auto" of the same classification for that our payment for "loss" to personal property will coverage. In the event there is no owned only be for the account of the owner of the "auto" of the same classification, the highest property. deductible for any owned "auto" will apply for Under this provision, personal property does not that coverage. include and we will not pay for"loss" of currency, No deductible will apply to "loss" caused by coins, securities or contraband. fire or lightning. No deductible applies to this coverage extension. 3. Hired Auto Physical Damage Coverage is M. TOWING subject to the following: Paragraph A.2. Towing of Section III - Physical a. If symbol 8 is shown in the Covered Auto Damage Coverage, is replaced by the following: section of the Declarations page for any of If a private passenger type "auto" or light truck the Physical Damage coverages, then the Hired Auto Physical Damage coverage "auto" (0-10,000 Lbs. GVW) is provided both described in this endorsement does not Comprehensive and Collision Coverage, we will pay up to$150 for towing and labor costs incurred apply. each time such "auto" is disabled. If a medium, b. Other than indicated in Paragraphs a. heavy or extra-heavy truck or extra-heavy Truck- directly above, coverage provided under tractor "auto" (greater than 10,000 Lbs. GVW) is this provision will be excess over any provided both Comprehensive and Collision other collectible insurance or coverage. Coverage, we will pay up to $250 for towing and 4. In addition to the limit set forth in Paragraph 1. labor costs incurred each time such "auto" is disabled. However, the labor must be performed above we will pay up to $500 per day, to a at the place of disablement. maximum of$3,500 per"loss"for: N. FIRE EXTINGUISHER RECHARGE a. Any costs or fees associated with the The following is added to Paragraph A.4. "loss"to a hired "auto"; and Coverage Extensions of Section IV - Physical b. Loss of use of the hired "auto", provided it Damage Coverage: is the consequence of an "accident" for which you are legally liable, and as a CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 3 of 5 Office, Inc., with its permission result of which a monetary loss is (1) You, if you are designated in the sustained by the leasing or rental Declarations as an individual; concern. However, Paragraph A.4.b. Loss of Use (2) Your partners or members, if you are Physical Damage designated in the Declarations as a Expenses under Section III - Ph y 9 partnership orjoint venture; Coverage of the Business Auto Coverage Form does not apply. (3) Your members or managers, if you P. RENTAL REIMBURSEMENT COVERAGE are designated in the Declarations as a limited liability company; We will pay for rental reimbursement expenses (4) Your executive officers if you are incurred by you for the rental of an "auto"because designated in the Declarations as an of"loss"to a covered "auto". organization other than an individual, 1. Payment applies in addition to the otherwise partnership, joint venture or limited applicable amount of each coverage you have liability company; and on the covered "auto". (5) The spouse of any person named in 2. No deductible applies to this coverage. Paragraphs 1.a.(1). through 1.a.(4) while a resident of the same 3. We will pay only for those expenses incurred household; during the policy period beginning 24 hours Except: after the "loss" and ending, regardless of the expiration date of the policy, with the lesser of (a) Any "auto" owned by that the following number of days: individual or by any member of his a. The number of days when the covered or her household. "auto" has been repaired or replaced, or (b) Any"auto" used by that individual b. 45 days. or his or her spouse while working in a business of selling, servicing, 4. Our payment is limited to the lesser of the repairing or parking "autos". following amounts: 2. Changes In Auto Medical Payments And a. Necessary and actual expenses incurred; Uninsured And Underinsured Motorists or Coverages b. Not more than $75 for any one day; The following is added to Who Is An Insured: 5. We will pay up to an additional $300 for the Any individual named in 1.a above and his or reasonable and necessary expenses you her "family members" are "insured" while incur to remove your materials and equipment "occupying" or while a pedestrian when being from the covered "auto" and replace such struck by any"auto" you don't own except: materials and equipment on the rental "auto". Any "auto" owned by that individual or by any 6. This coverage does not apply while there are "family member". spare or reserve "autos" available to you for 3. Changes In Physical Damage Coverage your operations. 7. If"loss"results from the total theft of a covered Any private passenger type "auto" you don't "auto" of the "private passenger type", we will own, hire or borrow is a covered "auto" while pay under this coverage only that amount of in the care, custody or control of any individual your rental reimbursement expenses which is named in Q.1.a. above or his or her spouse not already provided for under the Physical while a resident of the same house-hold Damage Coverage Extension of the Business except: Auto Coverage Form or any endorsements a. Any "auto" owned by that individual or by thereto. any member of his or her household; or However, this provision does not apply to the b. Any"auto" used by that individual or his or extent that rental reimbursement is provided her spouse while working in a business of by separate endorsement to this policy. selling, servicing, repairing or parking Q. DRIVE OTHER CAR COVERAGE "autos". 1. The following is added to Section II - Covered 4. The most we will pay for the total of all Autos Liability Coverage: damages under Covered Autos Liability Uninsured Motorists Coverage and a. Any "auto" you don't own, hire or borrow Underinsured Motorists Coverage is the Limit is a covered "auto" for Liability Coverage Of Insurance shown in the Declarations as while being used by: applicable to owned "autos". Page 4 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 06 17 Office, Inc., with its permission 5. Our obligation to pay for, repair, return or T. UNINTENTIONAL OMISSIONS replace damaged or stolen property under The following is added Paragraph B.2. of Section Physical Damage Coverage, will be reduced IV- Business Auto Conditions: by a deductible equal to the amount of the highest deductible shown for any owned If you fail to disclose any hazards existing at the private passenger type "auto" applicable to inception date of this policy, such failure will not that coverage. If there are no owned private prejudice the coverage provided to you. However, passenger type "autos", the deductible shall this provision does not affect our right to collect be $250 for Comprehensive Coverage and additional premium or exercise our right of $500 for Collision Coverage. No deductible cancellation or nonrenewal. will apply to "loss" caused by fire or lightning. U. LIBERALIZATION 6. Additional Definition If we revise this endorsement to provide greater As used in this DRIVE OTHER CAR coverage without additional premium charge, we Provision: will automatically provide the additional coverage "Family member" means a person related to to all endorsement holders as of the day the the individual named in 1.a. by blood, revision is effective in your state. marriage or adoption who is a resident of the individual's household, including a ward or foster child. R. KNOWLEDGE OF AN ACCIDENT, CLAIM, SUIT OR LOSS The following is added to Paragraph A.2. of Section IV- Business Auto Conditions: Your obligation to provide prompt notice of an "accident", claim, "suit" or "loss" is satisfied if you or a person designated by you to be responsible for insurance matters is notified of, or in any manner made aware of an "accident", claim, "suit" or "loss" and provides us such notice as soon as practicable S. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT The following is added to Paragraph A.5 of Section IV- Business Auto Conditions: We waive any right of recovery we may have against a person or organization because of payments we make for"bodily injury" or "property damage" when you and such person or organization have agreed in writing in a contract or agreement to waive such right of recovery, provided: 1. Such written contract or agreement was: a. Made prior to the "accident" or "loss" resulting in the covered "bodily injury" or "property damage"; and b. Was in effect at the time of the covered "bodily injury" or"property damage". 2. The covered "bodily injury" or "property damage" must arise out of the operations specified in such written contract or agreement. 3. At our request you must provide us with a copy of the aforementioned written contract or agreement. CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 5 of 5 Office, Inc., with its permission This page has been left blank intentionally. COMMERCIAL UMBRELLA CLCU24700916 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PRIMARY NON CONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM Paragraph 5. Other Insurance of SECTION IV - CONDITIONS, COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM is replaced with the following: 5. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis except as shown under 5.c. below. This condition will not apply to insurance specifically written as excess over this Coverage Part. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. b. When this insurance is excess over other insurance, we will pay only our share of the "ultimate net loss" that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. c. The insurance is excess of all other insurance available to an additional insured whether on a primary, excess, contingent or any other basis. But if required by a written contract or written agreement to be primary and noncontributory, this insurance will be primary to, and will not seek contribution from, any insurance on which the additional insured is a Named Insured. No other coverage or limit in the policy applies to loss or damage insured by this coverage. CL CU 24 70 09 16 Includes copyrighted material of Insurance Services Page 1 of 1 Office, Inc., with its permission This page has been left blank intentionally. COMMERCIAL UMBRELLA CL CU 24 73 09 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US AS REQUIRED BY VIRTUE OF A WRITTEN CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART Paragraph 9. Transfer Of Rights Of Recovery Against Others To Us under Section IV - Conditions is deleted and replaced with the following: If you and the insurer of scheduled underlying insurance, waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract requiring such waiver with that person(s) or organization(s) or other parties you are performing operations for when you are obligated to provide such waiver by virtue of a written contract or agreement, we will also waive any rights we may have against such person(s) or organization(s). However, our rights may only be waived prior to the'occurrence"giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will transfer those rights to us and help us enforce those rights. CL CU 24 73 09 16 Includes copyrighted material of Insurance Services Page 1 of 1 Office, Inc., with its permission This page has been left blank intentionally. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ...................................... 1-1 Description of Work.......................................................... 1 -1 1-01 Definitions and Terms....................................................... 1 -1 1-02 Bid Procedures and Conditions........................................... 1 -3 1-03 Award and Execution of Contract........................................ 1-5 1-04 Scope of the Work ........................................................... 1-6 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 .................................................. 1-17 1-09 Measurement and Payment ............................................... 1-21 1-10 Temporary Traffic Control ................................................. 1-22 DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................... 8-1 8-09 Raised Pavement Markers ................................................. 8-1 8-22 Pavement Marking ........................................................... 8-2 KENT STANDARD PLANS .................................................................. A-1 APPEND1 XA ..................................................................................... A-2 TRAFF I C CONTROL PLANS ............................................................... A-3 PREVA I L 1 NG WAGE RATES............................................................... A-4 2019 Paint Line Striping & RPM/Almaroof January 28, 2019 Project Number: 19-3011.1 KENT SPEC 1 AL PROV I S I ONS 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 1 - GENERAL REQUIREMENTS DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: DESCR I PT I ON OF WORK This Contract provides for the installation of paint striping over existing lane markings, and installing replacement raised pavement markings on various City of Kent Streets and re-channelization of 101St Ave SE as detailed in Appendix A, all in accordance with these Kent Special Provisions, and the WSDOT Standard Specifications. Appendix A includes the following: 1 . 2019 RPM Replacement Location Map 2. Location Map and List of 2019 Paint Line Striping Group A Streets 3. Location Map and List of 2019 Paint Line Striping — Citywide 4. 1015t Avenue SE Re-Channelization Plan 1-01 DEF I N I T I ONS AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons 2019 Paint Line Striping & RPM/Almaroof 1 - 1 January 28, 2019 Project Number: 19-3011.1 N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21 -01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 2019 Paint Line Striping & RPM/Almaroof 1 - 2 January 28, 2019 Project Number: 19-3011.1 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KentWA.gov/doing-business/bids- procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature 2019 Paint Line Striping & RPM/Almaroof 1 - 3 January 28, 2019 Project Number: 19-3011.1 Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 O Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. 2019 Paint Line Striping & RPM/Almaroof 1 - 4 January 28, 2019 Project Number: 19-3011.1 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. 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. 2019 Paint Line Striping & RPM/Almaroof 1 - 5 January 28, 2019 Project Number: 19-3011.1 SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04. 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 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 2019 Paint Line Striping & RPM/Almaroof 1 - 6 January 28, 2019 Project Number: 19-3011.1 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. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 /S 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 BY ADDING THE FOLLOWING NEW SECTION: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor 2019 Paint Line Striping & RPM/Almaroof 1 - 7 January 28, 2019 Project Number: 19-3011.1 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, 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. 2019 Paint Line Striping & RPM/Almaroof 1 - 8 January 28, 2019 Project Number: 19-3011.1 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. SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2018 WSDOT STANDARD SPECIFICATIONS): 2019 Paint Line Striping & RPM/Almaroof 1 - 9 January 28, 2019 Project Number: 19-3011.1 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: • LID 363: S 224th St Improvement — this project will close a section of 88th Ave S to thru traffic. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance 2019 Paint Line Striping & RPM/Almaroof 1 - 10 January 28, 2019 Project Number: 19-3011.1 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. 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. 2019 Paint Line Striping & RPM/Almaroof 1 - 11 January 28, 2019 Project Number: 19-3011.1 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. 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. 2019 Paint Line Striping & RPM/Almaroof 1 - 12 January 28, 2019 Project Number: 19-3011.1 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. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1 -07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None 2019 Paint Line Striping & RPM/Almaroof 1 - 13 January 28, 2019 Project Number: 19-3011.1 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. 1-07.13 Contractor's Responsibility for Work SECTION 1-07. 13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07. 14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1- 07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07. 15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15 Temporary Water Pollution Prevention 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of 2019 Paint Line Striping & RPM/Almaroof 1 - 14 January 28, 2019 Project Number: 19-3011.1 prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site I nspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations 2019 Paint Line striping & RPM/Almaroof 1 - 15 January 28, 2019 Project Number: 19-3011.1 for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Alex Harb Bill Walker 206-345-4476 253-288-7538 253-831-0395 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Brad Landis 425-201-0901 425-766-1740 (cell) SECTION 1-07. 18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. 2019 Paint Line Striping & RPM/Almaroof 1 - 16 January 28, 2019 Project Number: 19-3011.1 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 BYADDING 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 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. S. 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. 2019 Paint Line Striping & RPM/Almaroof 1 - 17 January 28, 2019 Project Number: 19-3011.1 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued for the installation of raised pavement markers and paint line striping of Group A Streets on the day of the preconstruction meeting. The City anticipates issuance of a separate Notice to Proceed for the performance of the remaining Work on July 8, 2019. 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 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 2019 Paint Line Striping & RPM/Almaroof 1 - 18 January 28, 2019 Project Number: 19-3011.1 property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. The Contractor shall coordinate its work around scheduled events that will likely impact its Work. The Contractor shall have no claim for damages or delays for work schedule conflicts. The following are known events that could impact the work: 1. Kent Cornucopia Days: July 12-14, 2019 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. 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. 2019 Paint Line Striping & RPM/Almaroof 1 - 19 January 28, 2019 Project Number: 19-3011.1 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. 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. 2019 Paint Line Striping & RPM/Almaroof 1 - 20 January 28, 2019 Project Number: 19-3011.1 The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1- 09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 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. 2019 Paint Line striping & RPM/Almaroof 1 - 21 January 28, 2019 Project Number: 19-3011.1 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 TRAFF 1 C CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 2019 Paint Line Striping & RPM/Almaroof 1 - 22 January 28, 2019 Project Number: 19-3011.1 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. SECT/ON 1-10.4(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.4(1) Lump Sum Bid for Project (No Unit Items) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply- 2019 Paint Line Striping & RPM/Almaroof 1 - 23 January 28, 2019 Project Number: 19-3011.1 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-09 RAISED PAVEMENT MARKERS SECTION 8-09. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new raised pavement markers (RPM) to replace damaged and missing RPMs upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown on 2019 RPM Replacement Location Map or as directed by the Engineer. Removal of existing damaged RPMs shall be included in the unit bid price for this item unless otherwise specified. This Work also includes cleanup and disposal of cuttings and other resultant debris. The color of pavement markers shall conform to the color of the marking for which they supplement, substitute for, or server as a positioning guide for. Unless otherwise noted, new raised pavement markers shall be installed in strict conformance to Kent Standard Plans 6-73M and 6-74M. The 2019 RPM Replacement Location Map show more than what can be completed under this contract. The Contractor shall approach this project as follows: The Contractor shall complete the installation of new Type 2 RPM upon street(s) requiring Type 2YY and/or Type 21N, with the smallest priority number first before proceeding with the same activity upon street with the next lowest priority number. The Contractor shall immediately cease installation of Type 2 RPM when the total installed amount equal the contract quantity for Type 2 RPM, or as directed by the Engineer. The Contractor shall complete replacement of all damaged and missing Type 1 RPMs upon street(s) requiring Type 1Y and/or Type 1 W, with the smallest priority number first before proceeding with the same activity upon street with the next lowest priority number. The Contractor shall immediately cease installation of Type 1 RPM when the total installed amount equal the contract quantity for Type 1 RPM or as directed by the Engineer. SECTION 8-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-09.3(8) Reporting For each week that RPM Work is performed, the Contractor shall submit a report summarizing the accomplished work. The report shall be in 2019 Paint Line Striping & RPM/Almaroof 8 - 1 January 28, 2019 Project Number: 19-3011.1 adequate detail to determine the number of RPM, color and type, installed on each location described on the location map. The report shall be submitted to the Engineer by the end of the week following the RPM Work or some other mutually agreed upon submittal time. The Contractor shall sign each report certifying that material was installed and the linear footage installed are based on actual measurements in accordance with the specifications. At the end of the Contract, the Contractor shall provide the total amount of RPM installed for each type and color. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. 8-22 PAVEMENT MARKING THE LAST SENTENCE OF THE SECOND PARAGRAPH OF SECTION 8-22.1 /S REVISED AS FOLLOWS: 8-22.1 Description Traffic letters used in word messages shall be 6-feet high with the exception of the "R" in the railroad crossing symbol which shall be as shown on the standard plans. SECTION 8-22.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.1 Description This Work also consists of furnishing, and installing traffic paint upon existing traffic curbing. 2019 Paint Line Striping & RPM/Almaroof 8 - 2 January 28, 2019 Project Number: 19-3011.1 SECT/ON 8-22.2 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.2 Materials Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. 8-22.3(3) Marking Application SECT/ON 8-22.3(3)B /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)13 Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. 2019 Paint Line Striping & RPM/Almaroof 8 - 3 January 28, 2019 Project Number: 19-3011.1 Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent general purpose lanes. Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. Curbing Painting — Existing traffic curbing shall be painted with one full coat of paint. The paint can be applied by brush or spray on all side of curbing visible to vehicular traffic. The Contractor shall install glass traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear feet of curbing. The beads shall conform to the requirements of Section 9-34.4. 8-22.3 Construction Requirements 8-22.3(1) Preliminary Spotting THE FIRST SENTENCE OF SECTION 8-22.3(1) IS REVISED AS FOLLOWS: The Engineer will provide necessary begin/end control points for work sections where begin/end points cannot be readily discerned per existing permanent markings and/or newly installed permanent markings. A list of intersections where newly installed permanent markings are likely to be encountered, and therefore excluded from this Contract, can be provided before work commences. THE THIRD SENTENCE IS REVISED AS FOLLOWS: Approval by the Engineer is required before marking begins unless other mutually agreed upon inspection and approval process is proposed and approved. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(2) Preparation of Roadway Surfaces Traffic curbing surfaces shall be dry, and within the proper temperature range prior to painting. SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has 2019 Paint Line Striping & RPM/Almaroof 8 - 4 January 28, 2019 Project Number: 19-3011.1 completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. THE FIRST SENTENCE OF THE FOURTH PARAGRAPH OF SECTION 8-22.3(3)E IS REVISED AS FOLLOWS: 8-22.3(3)E Installation One coat application of paint will be required to complete all paint markings installed over existing paint markings. Two applications of paint will be required to complete all paint markings installed on new surface-treated roadways, on re-channelized street or when centerline markings are revised to double yellow centerline, or as noted in the Appendix A. Vehicle and pedestrian tracking of newly applied striping shall be removed per section 8-22.3(6), and the affected portion of marking reinstalled by the end of the next working day. THE FIRST PARAGRAPH OF SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness marking Material Application HMA PCC BST Groove De th Paint — one coat I spray 15 15 15 SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(4) Tolerances for Lines Length of Line: The longitudinal accumulative error within a 40-foot length of dotted line shall not exceed plus or minus 1 inch. The dotted line segment shall not be less than 2 feet. The gap spacing specified for skip/broken and dotted lines in Section 8-22.3(B) of Kent Special Provisions are anticipated to be the shortest gaps that exists. Regardless of the specified gap spacing, the Contractor shall paint over skip/broken and dotted paint lines to reasonably match the existing pattern. SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Only hydroblasting equipment will be allowed for the removal of pavement markings as called for in Appendix A. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all pavement marking debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. 2019 Paint Line Striping & RPM/Almaroof 8 - 5 January 28, 2019 Project Number: 19-3011.1 SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(7) Reporting For each week that Work is performed, the Contractor shall submit a report summarizing the accomplished work. The report shall be in the same format and detail as Appendix A, for each street section painted, showing the total installed linear footage for each line pattern and color. The report shall be submitted to the Engineer by the end of the week following the Work or some other mutually agreed upon submittal time. The Contractor shall sign each report certifying that material was installed and the linear footage installed are based on actual measurements in accordance with the specifications. At the end of the Contract, the Contractor shall provide the total amount of paint in gallons used for each color and the total amount of beads in pounds used to perform the Work. SECTION 8-22.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.4 Measurement "Painted Double Solid Line" "Painted Single Solid Line" "Painted Skip Lane Line" "Painted Dotted Line" "Painted TWLTL Line" The measurement for the above items will be based on a marking system capable of simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will be made for the unmarked area when the marking includes a broken line such as center line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or two-way left-turn center line. No additional measurement will be made when more than one line can be installed on a single pass such as center line with no-pass line, double center line, double lane line, reversible lane line, or two-way left-turn center line The measurement for "Painted Wide Lane Line" or "Painted Bike Lane Line" will be based on the total length of each painted line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, or wide dotted lane line. The measurement for double wide lane line will be based on the total length of each wide lane line installed. The measurement for "Painting Traffic Curb" will be based on the total length of painted curb. No additional measurement will be made for curbing painted on both sides of the curbing. No specific measurement will be made for placing preliminary spotting. Cost for placing preliminary spotting shall be considered incidental to the various items of the Contract. 2019 Paint Line striping & RPM/Almaroof 8 - 6 January 28, 2019 Project Number: 19-3011.1 No specific measurement and payment will be made for the lump sum item Removing Pavement Markings at 101St Ave SE including Layout for Re-Channelization. SECT/ON 8-22.5 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.5 Payment "Painted Double Solid Line," per linear foot "Painted Single Solid Line," per linear foot "Painted Skip Lane Line," per linear foot "Painted Dotted Line," per linear foot "Painted TWLTL Line," per linear foot "Painted Bike Lane Line," per linear foot "Painting Traffic Curb," per linear foot "Removing Pavement Markings at 101St Ave SE including Layout for Re- Channelization", per lump sum includes all costs to remove RPM lane line markers and stop line on 1015t Ave SE just north of SE 206th Street. Item also includes all costs for placing temporary stop line including laying out for the re-channelization of this Street as shown on the plans in the Appendix. 2019 Paint Line Striping & RPM/Almaroof 8 - 7 January 28, 2019 Project Number: 19-3011.1 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-73M Typical RPM Lane Markings 6-74M Typical Lane Markings 2019 Paint Line Striping & RPM/Almaroof A - 1 January 28, 2019 Project Number: 19-3011.1 42' 12' 30' q' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . . . . . .0 . . . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00000 00000 00000 00000 VARIES4 (300' MAX.) 5'2.5' TWO WAY LEFT TURN LANE 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00000000000000000000 0 00 00000000a000 0 a 0 0 0 0 0 0 0 0 0 0 0 21' 4"GAP TYPE 1Y RPM TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' f ►l � TYPE 2W OR Y RPM 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 o TYPE 1W OR Y RPM 0000000000 000000 21' TYPE lY RPM 4"GAP TYPE2YYRPM 8888888 8 e88888888888---NOGAP TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' 12' 30' 12' 30' 31 �— 000 3co000 0�0 0 0 o TYPE 1W RPM TYPE 2W RPM TYPE 1W RPM TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE TYPE 2Y RPM 6' TYPE_1Y RPM s e � 9 ' 21' 31� 8 88 e e es ea es o0000 0000 000000 000000 000000 TYPE IWRPM 00000000000000000 000000 00000 000000 2W RPM 18"-RPM'S EQUALLY SPACED TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 12' 15' 1 3' 42' ~ 8 88 88 TYPE 1W RPM 0000 00000000000a00000 TYPE 2WRPM TYPE 2W RPM TYPE 1W RPM tl DROP LANE LINE TRAFFIC DIRECTION EDGE LINE � ASr 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 NOTES: ug-" THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 1. RAISED PAVEMENT MARKERS CITY OF KENT (RPM's)SHALL BE INSTALLED PER ENGINEERING DEPARTMENT WSDOT STANDARD SPECIFICATIONS �� 38296 w� • TYPICAL RPM LANE 8-09,9-02.1(8),9-26.2 AND 9-21 STER �� KENT E��t W.,"'"o.o" MARKINGS �SSIONAL DESIGNED DWH STANDARD PLAN DRAWN Be SCALE NONE CHECKED JDATE — 6-7 3 M ENGINEER APPROVED ill 10' 1 30' TRAFFIC DIRECTION ❑ o ❑ o ❑ o ❑ o ° 4"GAP VARIES 4 (300'MAX.) S 2.5' TWO WAY LEFT TURN LANE TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20' No 8"WHITE LINE ° ° 1 A"��TYPE 2W RPM ^� TYPE 2YY RPM ❑ 20' 4"GAP 4"GAP 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 11' 30' 11' 30' 1' ❑ ❑ o o 4" ❑ o TYPE 2Y RPM 4"WHITE LINE TYPE 2W RPM YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE ❑� ❑ 8' I ° 0 TYPE 2W RPM 4"WHITE LINE 4"GAP 8"WHITE LINE EDGE LINE DOTTED WIDE LINE TRAFFIC DIRECTION 3' 91 21'(TYP) 18"YELLOW BARRIER LINE 1„ gg gg 1 gg gg ao 8 0 S 0 8 0 8 T "WHITE LINE18"-TYPE 2Y RPM'S EQUALLY SPACED 2W RPM TRAFFIC DIRECTION DROP LANE LINE S��FR ly BARRIER LINE WA NOTES: �' �' q�� � �o�� CITY OF KENT 1. RAISED PAVEMENT MARKERS(RPM'S) � = ENGINEERING DEPARTMENT SHALL BE INSTALLED PER WSDOT Z STANDARD SPECIFICATIONS 8-09, KENT TYPICAL LANE MARKINGS 9-02.1(8),9-26.2 AND 9-21 38296 w"'H1NOTOM ISTER��� DESIGNED FSDRAWN SCALE NONE STANDARD PLAN SSjONAL ��G CHECKED SPS DATE 02-2003 CRY ENGINEER 6—7 4 M APPROVED APPEND 1 X A Appendix A includes the following which have been prepared for this project and are considered to be a part of the project plans: • 2019 RPM Replacement Location Map • Location Map and List of 2019 Paint Line Striping Group A Streets • Location Map and List of 2019 Paint Line Striping — Citywide 101 St Avenue SE Re-Channelization Plan 2019 Paint Line Striping & RPM/Almaroof A - 2 January 28, 2019 Project Number: 19-3011.1 CCS N W G j CL x Y: w x N> 3 } X r0 3 N N r N 3 zM X a5dn7 ZSl V LLI > i i i i a T 3 yV ig1 0 0 c rr F r 4 s `LI x�s _ m / a x 0 Ic x Y Cli � w x O _3J'af�4f trZt _ : � in G " CL a i -SaAVg3 t (yl.xxxyyt toc` ` 1.'Sartl9Q 0t X 0 O • ;a�+IGOIgOtt±Jds � Q IV 0 ZJ1, N Im z c = apey 0 E� D6Aalla/13 g�Fiayl Oi Pt-t.I.e D.. t N 3 � _ ' Sawgz -- --- .N M o 01 4 0 0G. V� (Y6 W — 'I a-"j yC` cc l7 L1� J U. .2 jlaSS: G N A AAA AA r 3 a 22 0 3 3 333C� 3'�33N3�3 NN 3C�� C 'S M ww W:°w,•,w .,w W ww ww c d a y .. ,^� S ..y y a" n a — y a N F_ _ a��3�ga gr�oa�s3W ha��r�wwr w ` ��•° ~—�G� r° a w N fiaff'� r 3 3 8 N A W B c t i r d N i O p z O s c cn "- � c0 3 OJQ .a •o o c, c� IL - T � 9Svn.�tSt N y� N Y !t S -3S 38 2ry 7£t m�N w i � 3n37 W c S ( I,— .00 �iGt $ mJ m 3 m$ a m j 1 1 ma ~` Pb,irai ep E N.anV y Go go 0 00 o h o 5ahV9L — -' E m � a C N m C = o ZMH A211er1 i S 81,V 89 8 a W NU�_ aga ® o o o o m w v i 3 "N a a 6 m' a s u ldeSzrj o. tag ` ma mn s � - w _e e e e e e e e U; � rn - a f _ a E �3:N � /� �,.,, t..•.,. �J K W W N O S ahel VCIt `� 4 v SdnV91 g ehd 9t q o 00 •z; r W: Q Z J c�a cn + L-y , ,•� - •C 2 y r c �- w i O ! u, x CL LU N 1` F- ;► TM= Y -- ---- Z !:`:-—- co CL 04 Lo o 00 x � ` V J '<t' r r a r . m i00 O • 1 N 1.2 � � •. LI- �+ U � p� S,Sost ake Dr � 1, 'pl S 181 St S 181 StSt S 180 81PI n it m S 182 St .� ! ._._,_Segale Park D Or' 'I A- � x a \ a"' m N 183 St a 84 St m v III J 184St- _.r�� ¢' S 184 PI 184 St - mf ml ,ag Av 185 St a' t viI ao; i S 186 Si o cr a ♦ `,,,. Qi /` Q road a, y 3t ass2 S 186 Si e 4��t Se9-w P . �/ a St Lils, - 1 J e ark-"-... f t m C0�` of t 188 St �c 11R4' rq 189 St S,\ee O y • S Glacier St A U) Q rn 7C9 j ML ,,�L 92s� �\ 17 1 = i 9z sr m h 16 S,A94 St ;C 193 St \� r� •♦. t tet PI, ; 0 1[ a 1j rn ® r I S 193 St 192 PI r y 1 QA Zt- 14 16 �•ri t / N a o > H S 198 St ,,, i ♦ �� (D S 199 PI j S 200 St N c� in a W a O S 204 St t a Co '20 �•j P aj a ,8 st - 3 � S'208`St I St 209 SI 2g2 11} � 20r 210 St sy'P S t 211 S, V s y�2P� CM N t� 211 PI rr---�� N +1 289 213 St p`�� 53Q 00 296 v �,< 5" 5 U I r¢ S 5 ' > v �z1aFi "90 /O� 3 r ¢' Q t��\ ¢ p4' S2t551 2 SSPI � O P iP cD zts s2t5P „ N t0 N\N +-- -- Qaa iveNle�g S 216 St _--__.-__-.._ N S 216St PAGE 6 DOWN 2019 Paint Line Striping - Citywide KENT N Legend �Coord Painting w/Paving ®Rechannelize Per 101stAvenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) sommozz=Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 1 OF 19 S_180 St.,_ - I _SW 43 S/r 330 Se ale Park D Dr+ , \ O a � I f —9 _ 455 ;? t; 329 _r1 V< _ l sla2sy. _ 488 a`P a7 454 P. 328 ._. U -Y � 1 m! ' I 84 St N (� t� U) 46 0 o a ri � ^, ^ 453 as Pl j PI CV �l { o 67 St J S Glacier S I C IRS Ct 1 I(J 327 `-- 4521 1 i ! _ I rn o o S 190 st i —- i I l 17 I .' I 16 191 PI I N ✓7 i ' S 55 St ' S 193 St I it I S 192 St i 5 192 St I M ,seal 326 I � �193 PI I � I ''t 14 16 I N R Q M F 7 I � � i S 196 St - 3 S 19e St lssst �-�519g� T _ rn s 199 Pl — I i 489 459 r f S 200 St I un LD I to to U) rn W m a �t ° s zoa st (� Q I� a D t_S 202 _-_ r �I ¢>' S 2-St 0 ^I � S 202 St __.. 0 466 cal a a 456 m 488 o V 204 Q _..__.. ___..._ Q = m S 206 St S 206 St l ZOS PI I 465 278 : �Co D M S 207 Ct LLl CI) �^u� 2" 209 St 2os st I i 487 1 ' S210St ¢> 6 i w o Co f I a �. coo � .ti � I ' _ a Q 1.. .- ' I S213 PI 5213 St 00 277 I jF N N I CD ___1 ,: t roQl o- m� m II I l � -TS 21sSt 276 PAGE 7 DOWN _s 21e sr 2019 Paint Line Striping - Citywide KENT N Legend Coord Painting w/Paving �Rechannelize Per 101stAvenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) nommo==Feet Produced by Pavement Manager.Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 2 OF 19 7 �'LP wl 43 a• SE 178 PI SE 179 St i w p 180 St SE ns St SE 180 S < P _ 180 St a SE 180 PI ' 0 - E 181 St S`�181 5� 486 o SE 182 St v_ 7 LH' 82 PI t m Q S_45 PI ro 163 P� 5�D SE 183 PI 183 3 e� LU\ m` o: r �rJ —S_184$t—Qf .__. 184 PI Q o I (n I 'SE 18a�n N •r _.._. _I 1 i W 'p C( SE 185 Q.-r SE 186 St, sE 186 PI � __.... SE.186Si p1 Q i � �� ---- �6 0 188 PI � v �S_187_St_ • .1. 9 1g7 Ct 787 St LLI a _ S 50 St � 1s7P1 > `� N 00 SE,E l _ 1ae sl SE 188 St O ¢ 188 P/ m s 51 a �J w •� ' _ �_ i a8E 189 CtN �. _S 190 St_ 189 St 189 PI `u a E3a9.��- t _ s = SE 190 St 90 St 190 Ct '�ssE 139 PI SE 1 S_F 190 PI 190 PI �. w 190 pl a 190 PI S\�¢ f 'U11 Pfyate 355St to 3 SElsrcr m „. to ,1 1 S 192 St �93 Pt SE 193 i, a �31 W w ¢ SE 193 4 St "SE� 194 " � SE 199 St 5794�' 98 Q� 194PI SE St Q �s n ' a o �q �9G�PI �I 195 St U 'r) 1q6I - �- SlIt SE 196 St LSE 195 PI I ZI SE 196 St - o` w L 1 S 198 S[ � D5 A98N �m ro 1 2 C) �P vw 30 i�Q� S• m 2 U1 v N SE 199 St N A Q 35 O C, SE 199 St W m -4 -n a sE2 & a wi se � > ai ' FL °' ol�� w a �; ry 2o1P1 �` n I U) �, - \ zee CI E S 202 St G a w < 29 466 a� 202 S� I No o o�2�Ln m� E f 1 ( - S 203 St P1 31 rn lJ vJ 203 PI QO' 4 Q o sE 2o2 Q a N fl SE 20 o jO1� CI) 2 a SE 203 PI O o -T SSE 204 St 1= 5 i o20 0 204 P/ ,.p� I, I C 204 PI,w w Q 204 PI A� - 20a 3S 9 p / 205.St Q' > 205 St a s v I I Q fj a s )N�_ > . (205 PI o SE 206 SI /o J� 205 PI SE 22005 SI !.4 r205 PI (n f 0 f N `� \ `q a SE 206 206 St N 1 N S¢' 206 PI _SE 206 PI_ 28 5E-20fi St v ,9 m - SE 207 St 465 207 St FSE 207 si > M —5.207-PI al Q a a - _ _ <20�Pi n n CI)B 208 St W 2 7Ct h Q S O - U h >1 �� 474 wl 0 5�209 PI If 209.Ln 209�^F C 1f % S 210 PI w 2lo PI e 473 �l < __ SE211s_ a m sE21oPI SE2 `arc �OOamd sE21 L� oe N SE 2t2 S SE 212 St � Q C 11211 c > mo `- 4 27 �SE 212 St 1 O$ SE 212 P ¢ CCr 213 St y If S213 St 95 Ct 1 213 PI d'�6 _Q 213 Cl LL 2130`'� `P9 '9 SE 2t3 St W S 213 PI - d SE 213 PI <�j U w SE214St F 2�4 PI 4A� 472 Q E. SE 214 St w Q U a ¢'� ai I I m Co' a' t =,ca o 21aP1 sEz19 co o�I oo m r- co PAGE 8 DO o�o SE 215St a St .. < aa1 , WN �P�,� ;s ~� St C) ,�� SE 2019 Paint Line Striping - Citywide Legend �Coord Painting w/Paving �Rechannelize Per 101st Avenue SE Re-channelization Plan `°Paint 0 500 1,000 123 Map Key(see Appendix A) Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 3 OF 19 a. rn o: SE 178 PI ro o _ w v_ S E 179 PI m � � I 179 PI SE 17--.i .-- SE 180 St < 180 St a' SE 180 PI ^'"--'� I \� p•, SE 180 St jr--- 180 PI �• —] 1 • i U SE Aw$1 SE 1a,Si 5� `•• SE 182 St .. SE 182 St < QI -__SEI a i S/*D,SE�183 PI 183 N a SE 182 PI _ of 183 C' o Lu c .� _ SE 183 St > { - ..-.-.. SE 184 St 184 PI > I Im =•, p SE SE 184 St SE 184 Pt 184 PI E 135 s a,. � _ SE 184 Pf m / ¢- SE 186.St ". < SE 186 S[ ,LLI •;1ae S e ! 1�t� �¢' 185 PI By o°J 1Rb�i a t' q FHB 86St - SE 186 PI \ ti SE 186 PI 186 S n CL _ W o i 1188 PI SE >r N _ SE 188 SI C - 1 SE 188 St Q\ `SE 7 18TPI I /^ w 188 Pt tw' ^Q0. 881 et SE 188 S, \'S SE 188 �_ I "SE 189 Cts ro� •IE 188 PI j89 St PI a 189 SI m 189 PI ��-� o WE is@�. = s w �• 1g9 pt G` a a 189 PI \�� LU y F189 PI (n' g cF SE 1905t ° _� >I ■ 189 PI "' c: SE 189 PI ¢' N ■ d W Q o E 190 PI tso Pi a 190 PI a' ..ate SE 191 St N 190 PI 190 PI 19 N sEiso 1 1 yE Q v e v � w w 1s1 PI a ? 3� 'I nF -1 •�-•• n SE 192 St _ ¢ 193 Pt SE 193 i _ - m - SE 193 St 93 5 / -- -- w wtl w - t w u1 w ur . w •. j7+) a I 1 ¢ r SE 193 P1 m� SSE 19 � • W N a st t ¢' 59 Q N w 294 PI U a a SE 194 St j ty N SE 195 St 0 �SE 195 P1 l ! r 9 nI tQ ^ V/ r�� SE 198 St m ¢ 96 _ SE,986t �4 _ 198 Ct 198_P SE 198 PI_ w Q r SE 199 St 19 Ct `I - 19P St m + 9g, ---. --- —.—.,�. d sE 200 St _. _!j + SE 200 St SE 200 St :�•�•� .___... � SE of s ;, � � " a' h SE•�� Q SE 201 St 1 201 PI 0 CL ( `_ /jjt^ 2 3 l 1 S gE 212Gt SE 20i>. SE 201CPt1 J •` 202 Ct E'2o2 t-a m 58 ¢'• •• SE 202 SE 202 PI •��• m w 3 9E 208 6t N � N ¢ G Q ¢sE 203 PI SE 203 PI ESE 204 S[ �2946t a4S, ' SE9�1-: W ¢ 205 St 2Oa PI ja \ 2 \q9C\ 20a St (n �9� SE 204 PI % S�Z P > O N 9 20'5--Ply ti ¢~SE 205 St 205 Sr. � iQ Q a d ¢ S INS 2065t7: I \, s c1'0` s a 2N o •1, SE'206'St r207.PI St aE 206 PI206 PISE 207 SI �'1 207 S't - �` n M N �207 207 PI 20a \ 27G1 Q`. n n 2nRn J 1I 57 1 �f 209.Ln 209 PI 7st 6 \ 209t 209 C[[ Q 203 Jlp� SE 209 PI` SE 210 Sta 210 St Sr N 210 Ct SE'20_9�Ct 2a 9 m 1 oge\ sF a a' zloct a v1C0 { N SE 210 PI N 210 PI �W 210 PI N S�211 St R ¢ •77 m _ `cn a SE 211 St 2f0 PI I 1eJ Se 211 L Q� Q l _ ^Q c - 211 PI_ �N N 211 PI 2-1 SE 212 St O Ot SE212St�j; 2^ ... (_ 108 SE 212 PI ¢ 2\2C\ �2ct 212 PI 2121 ¢ C\ p l - — - 202 SE 212 PI _ 13`'� i9 .9 SE 213 SI f� 21 E25"✓St'213 ti SE 213 St w+ t 9 -�� `' �St 21351 e Nm SE 214 St (n 2145[ 214 St SE 214 St ¢' a _ _ Q Q ¢ 23 `2tpJ 214 St_a i 214 PI i Q ' Ir w SE 21r v vai ti - • 1 214 d a 215 W ' `O f SE 215 SI Q 215 St 201 SE 2163t 2165t' .I M , SE216St PAGE9DOWN 1n7 2019 Paint Line Striping - Citywide N Legend �Coord Painting w/Paving �Rechannelize Per 101 st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) nomms:=Feet Produced by Pavement Manager Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 4 OF 19 S 216 St _.� N ■. N i '216PI Zaa y s 2175 N �2� 21, 300 I N N 217 PI a J3 ' ■ a �^ 3 Q " w N 218 PIP 218St V d 221g p10 a N S219St S219St ¢' ■ u a S 220 St CJ ' 219 S i S_220_St ■ O 2�S a 22 0St m m o ■ rn tiry tv;,�8j a� zzo PI S222St a �� a alp,' S227 n S221 St ' I v �J �. a �21Ai st tly�I N Q ■ �S (n� ¢221 P CO221 PI Ii s 223 St S 223 St 3 �I 8s yet a'a a 2\�J N 2SI 22 PI `try P P 1\7 st LS cS 224 St .�.�.�.�.--. 226 St CrS cn Q t � ■ s S 226 St � '. � � s 'spy / 99 30,31 S 227 PI Q 227 PI t y Y'� ■ N I >J S 229 St S 228 St ) I \ N 230 St N Q 66d N l ■�.�.r - co o m 231 �. ' 2g4 I� 23251 693 �gti 232-St t 23351 S 232 U' Q� �I 232 D7 S 234 St Q 0 69`L ' N N S 234 St ' < "`"�S 234 St -- __ 0) _ \LO 0 t 56 /O a'i 0, Q _a '� W a r- o ■ ryy9 S1 �0 2� � ■ y,60 P 1 ■ " ` d ■ �S4 2.?y L• 2,79 _ S 240 St a — — a `n 591 • ■ ,. rn to rn N S 240 St rn n ¢I Q Q ■ a 242 St _I N rn N S 242 St ' aI Q a ¢ Q S 242 St > a Q°' I ', S 243 St N N }U( a S 243 St ■ S 244 St I N r ■ ■ S 244 St N `0— S 244 St L........� S 244 PI S 244 St 1 3 . 246 Ct S 245 PI a' 246 Ct u�{ S 245 P \�, U S 2 St 247 St N ¢> r S 246 PI �) a 247 c \ 590' S 2a8 St �l "141St - 7 N afI ¢' N 249 PI N a' S 249'S/ e� S 248 St N . �/ O Q a v 1 lag( �gQ� S 249 St 248 PI S 250 St ` W a _N P 4 1 N (� ng L PI z50 n� ry9 a 302 a' e / 5251 S251 a �C n M 250 St 25 N N I Q 250 PI Q S 250 PI 251 St 251pl S 251 St In 589 s 251 SI I �S 252 St 2s1 PI m 252 St S 251 P;,�._ zsz sl S 252 PI a �,z Pl 41 253 St QS 252 PI S 253 St `��,` -- - © `�1— 252 PI �a 254 St 253 PI N S_ �SI d 53 St 0^ r�254A, Nt PAGE 11 DOWN v -- Q r7a 2019 Paint Line Striping - Citywide KEN> N Legend �Coord Painting w/Paving ®Rechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommoff—=Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 5 OF 19 C14 77� PAGE 1 UP 1 04 ivelIe S 216 St r---tS'216'SII-7 '216 PI 217 S 21 6 P, St 218 St 300 S21 217 PI 1 218 PI 21, Q-a 219, S, I o� 219 St 219 S 2 4� C\I LO S 220 St 220 —z Q . 22o S S2 � � �� 2tP � t q m D I PI U) 22 st -L— ————— 321 3 st 2 —a 224-St V V LO S 224 St LCo IPLS 22111 a: _L2 —s Sc 304 C, C 285, < 2B4 0 S 231 St S 232 St 232 233 St ¢ H < < 2 33 S, 07 00 3' (0 30 v'2 4 PI Co R 234 P/ 7, LP w (308 P M < 181 211 S' Co 236 St S 236 St M S236 I M Ej (5'\ 1 237 S LLI 01 237 P, 1. 82, 23 S, 2 PI Lo 10 ,n 0 S( 04 5>1— ;> w ka.—q, C',k CL P/ 7z- M 238 S239$1 22,'�,St G 267 < (0 59124t St 1 1� CIj C"t -7 b" 240 C"I James PI 242 Stct j IE —Ws—St 16 z> D, W Ja,es Ln S 43 St c < t4 t 245 Ct CI4 CI4 > ID 246 C, c, 208 Eli C\I '47 S \ ti 207 ti 24, 590 263 2a8 St Me 7, 7, S 249 St S 248 PI N 250 St 32 0 s PI 251 St 2 1 PI 583 58 1 5, S 251 PI s st 51 52 St ]21 JI, C, 341 - E <S 252 PI 252 PI 45 A, 2 271 301 52 PI 53S, E 68A • 253 t 301 11PAGE 12�DOWN 340 1253 P11 2019 Paint Line Striping - Citywide 10�. KENT Legend t Coord Painting w/Paving �Rechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommoz=Feet Produced by Pavement Manager.Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed.January 2019 6 OF 19 N. -277PAGE 2 UP S 216 St r---tS 216 St----j < 216 R S 217 St 16 St 218 St C14 4f 17z ;—276 S 218 St Cl) A st 219 St .1i > < U <-TC S 221)=S1 220 A, U) S t 220 L� Q 0 -..._ .. II _.._.__ 1 . _ 220 P1 158 122 St mmm� is S 2 C� 157 S 223 P s —S.22kSt 156 224 St S 224 St 3t 224 St u) 155 S 225 P1 _S:�26 PI �L27,P I A' U) 84 <>j to n Ii >E < M Co I I Vj 0 dos I 66 � 6 ��m a� II > 23 St L 1z <i N- L:r k.< 0>0 cL) 485 233 St zip 153 'coo ai as, If 265 con or 236 P1 S 235 P1 M st V Cole St 00 A> Z Lu <M c�j 10 444 C) LO S w C11 > t < 44 1 Z5 0 w (-n 25T LO 10 15 .P..q st Cl) M 2,1 ';P]z 111 392 S 240 S47 E VV K—Se Sttttt 's -149 Cedar S2�n" 'a P-Cli 00 148 [R z on. St z amsak1 z > 429 E> —ill.,st Temlaerance St C) CD 410 VV Smith St E th St 42 MO S 114 N < CID so CV E 446 244 St 390 66 431 C'J r-O 0 208 �2 z C > 445 C14 447 C, < 0) 1 -, 4;22 I — C', 2 04 89 1� 207 W Meeap.r';t 38 t A '.1 41, 7\1 ,t -40 432 23 41� ti II 406 365 37 Go�e We,ia,d St ' 146 64 33 St 424 - 404 c, 88 ac me St 3 34 ;3 403 L 418363 \NY VV S 248 P! 378 87 co < m. VV Saar S 1 381 0) E Madyn St z M N,N 380 r 160 ,It sR-SR 6 .40 0) EGubers St ,'St— 37 illi t Co C') Q Seattle St 561 Cb 395 5 379 J _ N a d >; 'E rleSt, R),ell St 341 R- P1 t3 i- f— S 251 p, --%27,1 375 369 > F rhi,aga-st 27,1 L—el s, 560 3253 St ,I / E PAGE 13 DOWN Ton (k 340 2019 Paint Line Striping - Citywide K�EIN T Legend �Coord Painting w/Paving iRechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommozz=Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed January 2019 7 OF 19 II 2,4 P1 � o`o �^ sEz1s"st m z,6 s1 472 v 27 SE 216 St z,s St 108 > 476? SE z17 St ai ¢ s %216 PI Il a _ -•--r 216 Ln n 216 St M IQ�' a a A t I } h a� <A SE 217 st r" dt �' t_ J 26 sE.z s St 218 St M " 218 St SE d �SE zfe st (� v 4 NI�m If 482 a 2jgA, SE 219 S1 asE 21,P f - SE 217 P1 SE 218 PI 130. 219 PI a ^` SE 218 PI ¢ SE 219 PI x a�22OCA, a> 0 E 220 Stzza st zzas � �'� � 129 w 220 P1� SE 219 PI S 220 PI p a h ��77\ 158 ( 221 PI T 220 P1 a a 22o p7 220( I'sr. Q 128 a l'vaP - J SE 220 PI E Q SE 227 227pS 22 St ,a C� S 212 Tt o SE 222 St I I I f'` 157 0 N_ i 40 sE 222 St t_10U SE 222 Ct 5 223 P S 2z3C 127 v a Q 223 Ln SE 2233 St-- P a 156 1 SE 224-St CV) S 224 St 109 Y SE 223 PI 126 225 s r z-za--Ply < SEI224 PI / azz a>I SE 22S " p Ezzspl , 2z;s�N _ SE 225 104 S� S 225 PI f84 e S 226 St 23 I Q sTb St 226 St z25C 226 PI 2 m a 125 a �o M E 226 St 226 St SE 226 226 St g` N P 124 zz>s < < -= a�V N m ^cy m a t a a a _ Q _ 4 q 226 N N a 'o < 227 St PI Cr) 3 < t =123 r227 S1 < 5 a-104 ___sE 227 Pl $ 3 zzacy "L�- f 2 A S 226 Pl Z28 St �M1M 228 St 228 S[ f SE 227 PI 103 22a Pl z21 Pl SE 228 i 154 m 122 ry m zzsA 229St < - 102 / 9 51 a S 230 St 22 w e`" z2'P •L j_ SE 229 230 PI Q 121 230 PI h 05P\6P\y 230 St U O p Q, E 230 PI 'S 231 St o Q 231 St ,yam 23o PIS 9 S f 231 St M�' �1 � U Cl) P SE 232 St o a �y'6^ 101 232 St SE 232 St ,�gt < SE Zs, 485 S3 11J SE 232 PI - 23a- p t _ z3z P� d 120 t�/ °od ¢' a w 100 C331 _ Ct S 33 St t \� �Nd Q 9 233 PI ^� 233 mzz N Q EL \�3J f-- ji 233 Ct 33 c 233 P 233 PI ��99 d 4 - 6234 PI a> ¢> E 23 St y � 234P aPl eg' 235 St � N O - °j f235 PI S 23 o SE 234 PI n N `SE 235 St �'9�p3 35 SI 234•PI 98 ♦n m s 235 PI 152 s 235 Pl �?"Pl "' SE 236 St ti' f -4 sP d 119 sP z36 sl y 97 a � 236 Pl / 5 23 a a P 236 PI m o 9 y � 36 PI 7� W a e 1 O Q a�S 237 St ¢' a .237.S11 SE 237 St 50 SE 236 St)UI —151 S237 Pt S238 St y3851 SE 237 S1 a23j Ct a p 238 St 96 237 P'� z ¢> a = S 239 St rn 118 SE 238 Pll 48 o m N 238 PI 'o� 1 a a u Q SE 239 St a Q zsa `o v c > m °i i N. 150 3 S 239 PI m N 239 o Q 4 38 St 2 PI `\\ i a 239 PI m o i et a I a9 � SE 240 St L � 95�� M� r-'g ,, ` f v i S 240 St 145 zoo PI w =- _ — N 51C�d.St s 241 St 2ao Pll m _ 2a0 S 24o PI 9 l (; ¢ 144 > a' 148 - S 242 St o s zaz Pl 2az PI SE.24-1 PI 94 Temperance St 4(� /� I 242 Ct SE. St - d s r1 PI T c `_- S 243 St 116 > M m Q b�' N '� w N _ 446 244I.547 143 M o� N M A t M CD IM oI ¢�i M <, r . p s2aaPl -1--� 132 w SE 4St] C^ 4 5 ti�447 -Q w zaa Ct w a o a <p 138 N s124a4 St C 142 zas w m Ln ' �1 ¢ 45 PI 1 o 31 - 114 a 93 o` q� 146 S 246 PI 113 z46 PI 0 I 245 a� 141 � I �a coma St A7 < 247 Ct N 247 PI L M \ M 0 7 to- 9 1 cherry H,n �a o ro co ro �rO�o(_ -j ti' Co CID n EMd dB nst n w a (� _ 248 PI t� t241 Ct D) 248 PI w160w :�\I d - y as to a-_.E GuibersonSI } S o Q 5 q\t 15 D Q E 249 S "' 561, a9 PI f s �S zas ct O w V I Seatte St 516 1� °a I Ct SE 250 St ¢ a a�zso m T JI � o �a ¢ 2 >I 'E Seattle St n� �� I / :# SE 250rP1 �`� m zs,."o-�—,^ o 1 -=/250 PI - `D � I ((( 26o et �s Isz 51 \ 5E-251 St _ _�� zsl cl - - E Chicago St 2s PI 1 5t i w f-'�252 St zsrPl!z q in w 252 PI w ;hicagc SI cn E Laurel St 560 a o n. m a `� 1 91 252 PI 252 PI - �� a'� �� PAGE 14 DOWN �� �l�" 90 z ss 2019 Paint Line Striping - Citywide N KENT Legend # Coord Painting w/Paving 11111111111111111111111IRechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mmomozz=Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 8 OF 19 4 R `❑ ;� sE� 1 ��RQ as PAGE 4UP,SSI ai o 2AW 202 1I sE2nSE stzlsst zlssl c 108 M'f SE216St zlssl a' sEzlssl NI N sE 201 z1s Ln _3 2�e I s w"� 6. SE 216 St 1 _ / 2,oGI� ----�1- ¢>8 SE 217 St v w 217 St v; 217 St �- 217Gf a W I 216P3 sE z1a St Qe /107 - D )se zn sl ry N 217 PI SE 217 P/0 200 (� \ `a 1 SE 217 PI 218p� N' SE 217 P\ S uj + 1 SE 218 PI ^ - _ _SE.218 PI _J= 26 PI m e ` ^ 0 1 a Q 21s \ - ' 106 , Q' `SE 218.PI. Q ,1 SE 219 PI 21,9 �, ; A �' �Ct N 220 SI M � SE 219 PI SE 219 PI fff \ p ¢ 220 Ct 0� 9a St U d a SE 220 PI $ _22o PI E N N a 0 E27p SE 227 2 UT y..- 1 a�^ `�3SE,L21 PI SE 222 St 105 'SE 222 Ct 77222 PS-�I 223 Dr a V 2Zzq 199 1 F 223 Ln40 SE 223 St ryeJ NNm `v ??�Ai W^ m SE 223 PI ^ = 223 P U`W fSE .. - m z2s.IU224 PI _'Dr ?Av 2fi r SE 4 P1 1 __ a \> SE224 PI / SE_22$ ,� 225 PI S t /� yE22 i•\iY'-"R 24 St W ¢> SE 225 St `Si ,s`( $ m SE 2 104 a' E 22' 226 It -226/� v �O N/`sP 225 PI \ Q !1 26 St+j(/ SE L2�St_ uwl n^ 226 St 11gP ,� `L3'fi St SE 226 Gt 198 SE 226 SIB a `a 226 ~�c 3`-� m - - m a SE 226 PI 1 u n �_' PI �^ a Q'104 _-_SE227PI -� as `SE 227st g SE 227Stf SE 227 Pi 52 5, �Nm 1 ' _ 228 PI�^ 103 �2 Z" ^ SE 22]PI w \ �} ^ 228 PI SE 228 PI ^' A �''\ ''p ••1 \\ ��^ m �` S 1 ` ¢>102 F r m. SE 228 P I 229 st SE 229 PI a s9 & P\ 197 230 51 to - 7 t w �v�SE 230 PI = 230 PI i SE 230 St s�` ' St L'___1,_`-- ♦d t ` 230 St 12 St, d: ,y3ve 101 l ¢ -23vy Sr �W 231 Ct 196 IjI SE 231 St `\ SE 231 pd S' \SE 232 5\ Q 251 F731 W SE 231 St w 100 r P3 zazP1 N --- a—_ N 195 - a232St a a a 2 0`3 ¢ SE 233 It PI p�? z3z Pi ¢> it 3 Ct ? t ' 233 P 233 PI f(99 \���a 194 $E 233 S "'9� ■ E 234 3 w o Y D zap P a PI _ m - -z3a SI `n N E 234 St__ f 234 P1 98 _ Q 1 Q-- 234 St _ N I m sst -493 a o`9s 30q 193 -- --�o I m®" W p _ 97 ¢ a SE 235 St n. E 23\ ` SE 235 It 9Nm n mN 1 I 9 2r —506 ah I I aM• 7 1 q;1 LL♦Vn1R E3 PI >II Q tiE SE 237%St S v S-t 96237 PI S SE 2; 238 PI _ o OP n 492 237 PI 237 CI 38¢ 38 6 191 50 239 238 P 2a Ln 95 zas PI o CD 0 to "'CD CIS 51 240 PII _ 49 �SE (� _ zao PI O tsE 2111,1 SE 240`St 1 PI SE n 94 a' 242 St 491 I �1 I 42 PI-cm z w 190 UUU I s 43.St w �•wi I 2 242 St y a 777 243 St w 242p y D M 4 N CV) `.., m ,' Q -I- M SE 2aa St 243 PI ^ 244 Q l / � 189 n 4i w 93 m N� °sd 245 St m 490 ! �iaas PI a a6 c, (v) 246 St n O O O _ �. 24477`St CD O O n n MI N V a, E 247 P1 188 of 248 PI N a' SE 248 I D24 24 P 9N 1\ Q> 121 s S/, za w I s s/ > a 249 C' > m 92 I nzsoCt a n 514 187 od �sltsz 251 Ct IS - St ry c.g25og\ 5 P 25 21 1 E ,1 PI �S! 251'P1 91 - P\ _. O SE 251 PI LU 2 0> 2o2 P 264'/ 1 - 187 5 Pi 1. °' SE 252 St___ 1 253P1 90 fiz;. PAGE 15 DOWN — _I,E u1 LL, r7 " I i w 2019 Paint Line Striping - Citywide � ► KENT Legend Coord Painting w/Paving �Rechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mmmmKzz=Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 9 OF 19 00 SE 216 St T____ _ - _ SE 216 St_11 . l aj SE > 1 ' l \ � � SE 220 St R I � i w; 1 N 222 st QI s a I �! E�ti° 1 a a'; IIII 5 4P� .SE 224 St 5 SE 224 St w- a4 9 .Nm e ml l 225 PI 'i d j Q ^ SE 226 st lam, SE 226 PI a t I 1 ' SE 227 S[ \ SE 227 St e N ' t U SE 227 PI SE 228 St_ �{ i \ - > SE.229-PI F230 St I` SE 231 St `\ i a¢ u sE 231 S1 SE231 St a 2 `m • `\ t _SE 232_St SE 232 St 232 PI G ` ' -- ---- 232 St _. ,99\ SE 232 PI w SE 233 St i �: `n p 1I o {Q 234 St z� SE 234 St ip �! --SE234 cD SE 235 St O 1 • li L___SE7 2-35 St 234 PI m PI i ! sJ s s LU sE _ 'SE236 PI 7/St l m, FL ➢ 238 PI 238 Ln 1pt LASE •.�• \ W 239 N� •� U)(( CD ' li Q, -- SE 240)St SE y4 8 I N i 241 PI \ 242 st a) h e ?Qzp! a 45e a 5p2 off i 24 3 , w i., LU U) N \ N N 45 St,` Q �.245 CI ` 246 St m 2gsp ,I za sc 603 w SE 247 yL ¢ I N ; v zas si w o eE ) a ` (� 4 SE 25 -_-_-_ ----�-- S SE 252 S1 4 252 PI 262 P1 PAGE 16 DOWN .—..—•.—.•—..I 2019 Paint Line Striping - Citywide N Legend i Coord Painting w/Paving �Rechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommozz=Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed.January 2019 10 OF 19 �,/ S 2Sg a d' m 254 s1�.._.__ PAGE 5 UP s, 636f 302 2S4 s • 254 St M a 12s3 PI e 3 25a SI Q� ¢ S 256 St 255 PI M a s z57 St t- s 256 St s zss sty 589 zss PI a s zss St N — 256 Gt 57.9 aj 256 PI N 256 Pf d �S'Ar n N j a N zs7 PI M c^4 CoQ N rn 257 St QS7 St (___` L s Z57 St 0v Q r a 258 St o < a I M� �� 1 Fhr a 258 PIS' w� }_,J jt y\ ' 2 p 9 m 1 i a 259 st C h 259(n S s l 258 PI 259 St S260St uni r^n N p L59N� J ♦, 2°' 0 S S 260 Ln s� 26t N S 260 S[ `\ S 261 PI f ; 261 St = N i o S 261 PI � � S 26\��` Q262 PI Q t m } m 7 S 262 St ^_ S 263 PI S 263 o Me c S 263 St S 264 PI t♦+ $ ,omerset Ln 0 S 266 PI 265 St t{ampton Wy WQ 5 5cratro�° ca °merserC > ct z' Q � 587 c Hampton Wy !n rr �\ C' Sp;,� Cambr,ge Ct U n as aN Canterbury Ara 9 00 S 268 SF `� I u'i ti S 268 PI f — m NQ _ I m CtnwlcK 268 N Q Carnaby W ♦ 269I Q 2 J ) 269 St o U y 69 Sl " U ¢ SI t n Q 272 0 ♦ 270 St 'n Sr (j 270 St l I S 270 St N ♦ 5 s l 586 a ° 4. i.PI CD 272.St _.. — a 4 r...R_a G S 273 St .w'.......,.,; ..�. -..... a N S 272 St _ 0 (a `' 273 PI S 273 P N 0 I J\Ra J s %S St va uj a S 276 St � N \"'� v ti m < y S Star Lake R S 277 PI a N 1 P s CD �I, N+ N 8 pl S Q 280 St m tOI S 280 St t� f 0 w 7g ' ` ��,6t S 281 PI ��y - � 282 SI 282 S 2 t N ( M a ` _. S 282 S( m S ¢' 283 St N S 284 PI 284 Si 284 PI , ,M _S 284 PI D • N to S t S 286 St •1 7 S 285 PI _a S 285 0 S 285 PI N S N a f a a- S 287 St_ 7 n 5 288 PI r ::. s rf 52893< ¢' S2n8 S2�I PI s,zso st. � ° a' a v w 289 PI 5 289 PI a i--. S 290 St S 290 St < v S 290 St N'S 2%PI at. o S 291 St Z a g,St s 29,St , 2019 Paint Line Striping - Citywide >> N Legend �Coord Painting w/Paving ®Rechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommozz=Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 11 OF 19 302 a r o PAGE 6 UP j i ' 1271 f�l a n 253 St -01 a M I 1S 253 St 1 341 d 1253 PI Q • / 1 ' qsa St ° 3 ,S 253 PI 254 PI !. 267 i89 255 PI "' S 256 St 'I\ ; , ■ r S 255 S ^256 5� 256 P1 m T I ♦ / S257 St ;d♦ �� } 1 x 40 g, 258PI Q'�e: /'��, 584 v 0 St v I S 260 St t1 r , t � q S261St a' - yS26\ ...... m S 262 St / \262 St Q S 263 St a , Co h T ,omerset Ln 0 K nt ct yy Hampton Wy 00 uatfoa i °mers Hampton Wy za Cambridge ct n C, U) 16 U vN a bu ONO m LO n - Gt N I> Carnaby W I S 269 St G Y \ 594 :\33� _ S 270 St 2 9L 2w' m — S n N s,. . S 272 St \ .�•.. .1■'a .Iva- ►��.a�.•a� •�• J� S 272 St /^ S 272 StY!m �� S 273 PI S 273 P — N M I N� r le_24 PI w m r— 0 L a 46 P, a —S_Star C, a �P ° a L..�.. ..,a.. . .. ..�....e ,�.. 1 s Zn PI � S 277 St n .p PIS .Q S2?9P •� t2l S27gpS 279 Stbs2so st 1 y S 2825 I J '' J 6 1 _S284P1 I a ■.�..�..�..� �. �..�. �..�............. - — S 284-PI, N Q S 285 PI S 286 St S 287 St ........ t _ _.._._.._. S 287 St a { ...I ¢EMI l 1 UN > S 28$P. 21 'I a. S 289 PI P 289 S j �289 PII { IM D a m s zso St a s zso PI 1291 P, a' s 2'1 - _ 2019 Paint Line Striping - Citywide KENT N Legend �Coord Painting w/Paving -Rechannelize Per 101stAvenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommozz=Feet Produced by Pavement Manager:Joseph Araucto P.\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 12 OF 19 7 1 1271 -1 I I PAGE 7 UP i �z y _ Chcego St N E Laurel St a o S 253 S( 341 '9 - < w Mort n S 201 53 PI t N - " I m E H—Inl, 1 a erlook St { Cartel SI U l� m i 2 i 67 1 ' caner PI III — Y -Marlonsi}-� (FF n 560_7s zss s 1 � i 375 369E Waln1S: Walnut I LD L. 34 - t Maple Stt 258 .. Iwo UC t f OI v' PI i- Ili.'• a^..,�� CV� ° V V a I - S 261 St ♦ -- . �� • o ♦ i . t _ S262St 0 U) '1 368 i 367 ^� U) 16 , a 339 i� * ��� j• % �� .._ s2125t m 1 u, y 1 r l w ---- r - � — \ S 277 Sty S,277 S,. y w, , a � � �SZaos, --- ) i > -� R i S 285 St S 285 ii i z sl i.._.._.._ -, E=I l CA s -J� I SPIN>„ JO St NE I 1 z 0 ? s 2019 Paint Line Striping - Citywide KENT Legend �Coord Painting w/Paving �Rechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommo==Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed.January 2019 13 OF 19 1 - 5 2J2 at I m f 252 St 252 -25rP1 PAGE 8 U P w, PI 17 W :nicago st, N E Laurel St _o �� _�3 pl a '� Q I 91 21111 ) 252 PI f Q N d Il El � WI 253 PI I SE 253 PI m 253 St SI N E Hemlock S, 253 PI J r/3 a� L o N so `254 S[ arte Cr PI E Fllben w m W SE 254 PII 254 PI I SE 254 PI �tarionSt — J m o) E Wall n St t'vNzlnul` `m ISE 256 Sf 03 l,255 PI ¢ 89 N 255,PI a 256 PI u 257 St 2-56 P� —256 PI Maple t y9y SE 257 St _ m S a' 258 St `fly, 258 PI a ='257,PI < _ e p� -o - I zss zsa PI wI- -- E 1 25e t \ a - \ a' —..---- 1N L� OR Q \ 88 a •a, yy 595 2595t \ PI 1 I`261Y5't-17 —0 87 I� • V Q . { 262 � 6 •�� 1 S 262 PI y St w 5-8 SE 264 St rn � \ , 557�� ; y � 263 t In Lr) o S46 • fJ 1 c 1 ^\ SE 264 PI 265 PI��a �aLu � 26 5 S�J 264 • Q a 265 PI ' �IN OJ _ OD 265 PIS • O A o 266 PI 266 St rn s' �m /� • SF — 266 PI SE 266.St b ❑ 266 p\ a �o a � Q fl <_ 2fifi C�I w 17 rO 267_PI 68 St L J V O 549 a 2s8 St '\' 268 St 268 Stj to I 69 "St E 9 m 2 545 \ t.tD '< \ 1 69 • 3 '' S7 269 Q 1 SE 270 PI I n� Fz7o St z7o st 7 t s! �1 _ A 1 a io a' 6 j ]1 PI f LL) W m J I y ! r� SE 271 St 111 a 272 P;1 1 N\82 SE z o < -z7 `T _ SE 272 6 _ a' j -- - W 1 o Cost < a a J f m SE 273 PI W J21C t o m 0 - LLI > q 1 S 77 SLSE 274 WY Q a Q 27Co 5 Ok• //t_�� ��-� 550 ui se<<,sr _.----_S2-7-7.St_ - - �, SE 277 w w7St� a > w • z -,. t a 522 st 277 Pl nT �SE279St SE 281 St w 1. W Q, SE 282 St_ • a 283 Sty , SE 284 w SE 286 St -- -E 281 St SE 287 St�t SE 288 St 40 St NE ' SE 289 St.__ 9 SE 290 S! .SE 290 PI Wj— 0 V f Z SE 2900PI 4 2019 Paint Line Striping - Citywide >> KENT Legend �Coord Painting w/Paving 1111111111111111111111IRechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mmmmm==Feet Produced by Pavement Manager.Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 14 OF 19 -251:PI W Szp` —U PAGE 9 UP 91 �N zszPl z Se 187 a' 252 PI .�J SE 252_St_—_ o I ❑ - t _ _ SE 252 St 4 252 PI 0 W 253 PI I 253 SI a 253_St P� SE 253 PI 253 N a fl 7�2p Cl m j 253 St zS _ Q I N 90 254 St 25q St tWn a 7 Ct `n� .n v M > SE 254 PI a -514 71 y 254 < N Q 9i. _ T \\/ 25a SC at I M a 2555t b 7^ a Nm a PI w \ SE 253P17 C Q'254 PI �� < �� 0 _255 25 a 186 M PI h 89 n zss P1 - a Q se zss si a' a Q M cn c��l 0 N N N"" If N 255 PI 7 \ I� CN 3 �� M 2 '56 PI N 185 N 255 PIS O N 7 St 256 PI _2s"s Pi m l 256 PI SE 257 St C \ a o D 1257 St 2g6 PI 4 7 \\\ 1_ �a' N zsa sr zs s7 513 � N y 2 257,PI Q' t 25]St 184 SE.257_C[ h twn 25713 h 259 258 PI y25 a w 258 St i � twill,._. SE 258 St 3 ? Q' SE Or, 0 - t\ 258 t88 ^ w G 258 PI 512 �\ _ 258' SE 258 Si 9g A/ Q `25ggt\ a a - 258 St w \ 511 259 St y v a 259 St n SE 258 Ct ?Sgp 2605tQ r�-'C - 2q Y3 `259 PI m n� 259,PI �25s PIN g- sF zss Sr 510 d - 25 NzssP1 ^a d 335 547. la �6° SE 260 PI zso St zss P` _f1 �m Q f SE 260 Ln U 261 St 509 SE 261 St 261'St y SE 87 Q� z61 C 261 PI 261 St w SE 264 St ry `� 261 Gti 252 Ct 183 Nm G N - v 7 o Eta' 508 r^� �, 2 9 7 SE 262 St 262 P I a 63 Gi o r Pl ''� ? c 263 St C13 00 I 264 St 263Q b 507 0 26 SE 264 PI - 263 PI < t 66 265 Sr asp 2 506 zss cr d /Q 264 St SE 182 0 & a 265 PI - - A� ryry Q SE 265 5 264 PI �j 265 St =0J _ an 265 PI ., o - 505 zss PI w U O - 2fifi st a SE 266 St a 266 J w zss bl a 1 '.." zss St a a F �_ t a 266 St a a z06 ct 515 N 267 P1 68 St � N 266 N m n -2fi8 St Sf 267 PI 2fi8 SI n 2 545 1�O >J¢ a Q Q use St - sa St SE 268 St rn w s .r1 1269 5 N L 5: F:�� W 7 � 269 PI � U) SF270St._._ '?07 = 27os uD �� 181 a 270 St o st ` r a� ,� `,, I SE 270 St a �a� I, I -� 2j0 O 271st� o SF 271 St N U) \ - t, m \ �� 8 272 St 516 �I _ 272 St — cN _/ m o N SE 27'P Q\ 2 s SE 272 PI z72 PI 336 0 6 co � o � SE 273 St 273 St - =\ ¢ r W W 274 st SE 273 PI 35 c` �J.I 1T1 V N Q I ?� 3 'E :M 180 �'EIJJ�y M ¢ Q 2�q t\ 213 SE 274 Sl 273 W (' -i SE 2Z4 WY� 275St z7ast s, a \ a _ z 45 7 a' a Q' \\ q/Yq�i9 SE 274 5� a N� k i 2j4PI z�5 `v a' f � \ t271 PI\ � 274 C 517 f a t w SE 276 St 275 �-��-�75St 9 > 275 PI LU Q fV 277 St SE 276 P7 276 PI SE 276 PI y6% � 276 St �y J 276 St N z77Ct � � 178 SE277 P1 S 77 PI ."I _211 e I S i 277 PI 278Ctw SE 278 St 518 -.SE 276 PI 177 ,tg`'� :J�gV •.nS(_ 2790,w � CC1\))r) 2j9p 176 0 SE 279 PI SE 280 St 519 SE 280 St ��I 26p 5 a �SE 280 St ?80 St N d SE 280 Ct 280 PI —1 520 Nm 2 " ; wP2.1 _1--< e� za1 st SE 282 St �as a 17 t`7 281 PI I w Lo _ 0 2S2 St � t _ SE 284 St ! n� 284 St > SE 283 PI t _ SE 285 St LLI SE 286 l S _ _ SE 286 St 174 ` W sE _.. SE 286 PI_ a Q>I i 1 mj za a' - SE 288 St - r j c ��� 288 P,I'\� SE 283 PI ."�.�"" -�--�--- ra sE749S� fvb6 444SE 288 St (l 30 S[ I ' SE 290 PI PAGE 17 DOWN 2019 Paint Line Striping - Citywide KENT Legend Coord Painting w/Paving �Rechannelize Per 101stAvenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommozz=Feet Produced by Pavement Manager:Joseph Araucto P.\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 15 OF 19 u 251 P! PAGE 10 U P 1 ' SE 252 St a 252 PI 252 Pt ':t .r"—"®"."' a 252 PI o 253 St z _2 M w 254 st v� 504 SE 253 P3 C::D <>254 PI 11 S� LU Q 254 St a _ 55si V M 255 PI `% 255 o n N- M 255 PIS O N CV SE 256 St 2575t nt� 256 IE 257_Ctf SE 257 PI j7 SE 258 St < 2Sg P/ / '258 St SE 258 Ct 258 St 258 2/ q s 259 Sr & c7 523 _ a 1 n •+ �9� 255 P ^g35 259 P' SE 260 St SE 260 St a c ,�G !1 St 9 w ,ge 261 St =� \, "' S� SE 2 Ul 'q \ 260 G 261 PI sm \ �9 ¢' ` � s9 a � 4�� 524 262 StSE 262 PI< sE � 1 < \ SE 263 PI SE 263 St S sa St a' sE zsa E2sq S SE 2sa Stw� SE 264 S' O \ t SE 264 PI SE 264 St (� 265 St 525 ' O 11 � 3E 266 S/ SE,266 St "--1, ' 265 St _ 265 CI rn 6St 266 st S m � 267 PI SE 268 St 67 St , 261c` O SE 261Q Q0 ❑ rn �n D P ) O 27t St �� 270 PI 0 1 -� m _ 7 L� _J Cli m rsN a N SE271 PACli 2 336 7,P 338 � tO _ a, ,> _ 'rn -n r274 St' - " m � 73 Ct c'O I SE 274 St 527 SE 273 PI I 273St 9� 5 m 274 PI YS SE 27gp Z7a PI z�p z 65t Q 534 < ` 2 as a ec I 74 f ti v < a < �Q 1 w I m •275 PI a � N l SE 275 PI ' C0 275 PI SE 275 PI SE 27s wy 528 01 535 .', t� 276 SI - 276 PI 9� SE 276 PI 5 / r 276 PI I \ Le 532 147 v - oPl 529 277 PI ��27 8 St mF — -- �,�>a ' 536 SE 27a st E 278 St �#41 N� c� 278 PI p SE 278 St 530 --- 3 tL P LU - SE 278 PI '��• (n ",-D C1^SPA 279 PI ,_SE 280 St 279 P\ m SE 280 ct 280 PI 537 - - 4 za,st � ♦ � �. a < 281 st .., !w Co 281 PI a \ 3 qF?S2 qt Y w 538 SE 282 PI01 y�ry�� •` i, _ w SE 282 PI �• ♦ ,. ^ t� e N � •� I V < .+ SE 283 PI SE 284 St Y 539 �l SE 285 PI �I (t ¢ I N 540 U) a w SE 286 Ct ty u d Q 287 St co w I (f ♦ / G' mi e ae ,0.� a: \�'orj (/ SE 287 S,� J "I { 541 ....�� ..r.�.�.. � �o SE 288 st SE 268 St T 2019 Paint Line Striping - Citywide Legend �Coord Painting w/Paving !Rechannelize Per 101 st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 16 OF 19 `sFz76si 'A! 270st PAGE 15 UP 515 j 270st o a i 2 7)l t _ SE 270 St o N 549 u O 545 � a s a I I a �f\2��5 181 p L o �I o t\1 0 271 PI N U W Nm '� I a' N'I tiP'! �0`E rLO U4 72 PI _ `� SE 2�1 sr 8 272 sr 516 �11i _ 272 St'-- . — C W _ 336S 0 Q a 27 `� SE 272%I �\ 2 aT—.. SE 272 PI Z72 PI273 S o U) �$�(S a a a a C ( \ �a' SE 273 St 3 PI �i74 ct p f ` 274 St _ /SE 273 PI Q I�l ties 180 (� a Q N ! 3C SE 27 273 Q Q SE 274\Nq _ z74 St v°S` a \\\ — r` m 275 St _ \ \ w SE 274 _ -J 2755t 9'. f ¢ 1l 274 PI l 4 w W i SE 276 St f 275 Q "� _ Ct > 550 �i 517 I sE z7s si 179 a SE 277 w �' \ "1277 St SE 276 P7 276 PI 1 SE 276 PI ^� �1 276 St r M 1 w' a' a 6 ti� 277 178 o N cr ,s� \ a �i i - S 77 PI Z77 PI t SE 278 St ' iSE�g$t ; \ - 518 SE 278 PI 278 Ct� c� oq J - `-- a a a —.a s y 177 A 273 CIN 2),9 176 ' n7 SE 279 PI .�. SE 280 Sr 519 E 280 St ��!2ap 51 FL SE 280 St N 8 q L.� ..� ° z st N SE zao c SE"281 St 520 2ao P�v Q 4 j _ C1 D W ON W Wi 4 N IN SE 282 St ��c u�i `z8a 175 a M M 281_pl� ¢' t o, 283 St. i SE 284 St > SE zas St l LLl SE 286 St SE 286 Sty '�....SE 286 PI 174 w w /_\. M Q.t} SE 288 St SE 289 St D 28d'PI SE 288 PI i - — � SE 288 St SE 290 PI ■ - Q'. —SE 290 PI t\ SE 290 PI ■ SE295 S - __ SE 295 St II ■ Q �■ _ SE 296 PI -f^ a SE 296 Wy UJ r !� < U SE 298 St UJ) N � _ 297 PI... l \ a 297 Ct Q a';. w t )1 LLI SE 298 PI ^9Q ^ C14 N '^ (n a' a m Q t j N v 5 SE 299 St SE 299 PI f SE 29g W ' N (n SE 300 Wy t N \)`\\ V �� ♦` SE 301 St w w j N 0-1303., 302 PI ^• SE 304 St - ■ ` __,� - a SE 304 St - 2019 Paint Line Striping - Citywide >> N Legend Coord Painting w/Paving �Rechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommozz=Feet Produced by Pavement Manager Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 2019 BRIDGES - 17 OF 19 •„mow. i µQ�x; r _. _.._.._.._ Ql C CD 2' Q; �_.._.5 .._.._.._.._.._.._.._.._.._.._.._.._.._.._..NOV- i I �y • 1 U)l 4"? fn I �! L. ' 1 � p W • ......... m Maple Valley �. s•� r' II 2019 Paint Line Striping - Citywide ��► KENT N Legend Coord Painting w/Paving �Rechannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) mommozz=Feet Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:Ja ARK SPRINGS - 18 OF 19 z5 z > =3 > > < < ZTvak 00 co 00 am A Lo CN.1;2114 qt 181 265 00 Can co 236 P111 S 235 P I — S 236 PI St W Cole t I zo-1) cl�- > > ,91/, N. to �L2318 PI BSt 72 > 444 z 0 S238 P U) 25 z IN Cl dy St Z I > S239 S > < S 239 PI Io) E I < 443 31 T1 co U� L V oo 2 St U) lqrnp� James PI cf) 442 - I I z Ct W Kent Ste St C(dar St. E -D 392 —Sam St CN T Z� w. z 04 C14 Ramsay > James Cn > qz M ioneer S W James Ln < z < 1 �> Temper " I z > < Z Temperance St cmillan S LE o a. o m LID 429 C z E ith St > > Smith St < E co 421 z 04 0 z 410 ;z J) -.Mi- I -�t W Hnrriqr)n ,t > 390 366 445 `5 < < St E 207 0 1 384 37 -422 ID Mee er-Sl- c,1 431 409 423 r 383 LID o C) Q 389 365 432 -,t W Cnwp.Rt -It Gowe '10MW2 08 c\, 0'u E 207 406 37 388 -433 T- t ILI U) 1 1 24 404 > C) 382 37 P- 364 acoma St > c\, I - < < %A loll 434 419 38 18 Dean Cherry Hill 403 378 36 Q) u� I -0 387 cu w Saar S c\j o) E Maclyn c C) o) o) z M co 371 360 c. < 95 <> inn St om, -.9.quibersc --W Willig'St- 37 V - 31 570 j > CID 5 < 379 1 (D 1A -Fnj 3 < E Seattle St �3 -Cro t V) Russell St C�eary a) > Q) 341 Rachae]Pl 271 a) w V, o' < 3: Z:ie E Cl- > 2 F to <i > -ol Chicago St U) EL Waterman St < c:1 -Mi.'r;ton St oI > Lo ea I (n �U) Overlook St Ir E Hemlo —i— L) Carter PI 1 E Fil -Marion-Sf 375 369 9 It 75 V I U) co 258 I in co Lf) > PI m o c') 2 > 3681 S 259 St 2019 Paint Line Striping - Citywide KENT Legend �Coord Painting w/Paving 111111111111111111111111iReChannelize Per 101st Avenue SE Re-channelization Plan Paint 0 500 1,000 123 Map Key(see Appendix A) Feet I Produced by Pavement Manager:Joseph Araucto P:\Public\Operations\Streets\Pavement MarkingsV2.gdb\2019 Paint Striping Mapbook.mxd Printed:January 20DOWNTOWN - 19 OF 19 gg rr I 0 Q�u oj3 Oy3 ;O w; Sue u v C — u 3 J; 0 J m N X E 0 0 W m e _ 69 ao � 3J' c� m - - o" n� - q _ U _ _ E u - 6 - - - - .- - - m _ w m w w m m m m $ m m w 2 m W. m m m _ m m y m a ' P�3 > ' x z E U 15 a; sJ_ O w; i ;ow`; m m •C m m o ea o a m w mo; ry Q a •; X E w m < $ W a 0 r ao $ as e m m n n m n ^ a m; > - o E E rcmO rc ¢ ¢ ¢ U E ¢' E ri F e ¢ Q ¢ K Q E Q ... _ G U f uwi rwn y r r E E w _ _ E Q Q ¢ W. A E - m m < E E U E m w ¢ O gW� n S = - m' -9g 3$mJ �3 mom; Ro FR O X E �� Z 9 � c W " a " - o n; - mY y 3 b E 0 J _ _ _ _ _ _ _ EL_ _ _ _L IL_ _ _ _ _ _ _ _ iL s a a E � O a a ¢ a ¢ ¢ a a a . a a a . ¢ . ¢ S a u' .o m w w m m " m m .o .o .o .o m m m m m 5 g e;3 s m v3 r'- c•W3 s J 3�j 3 omc 3 mj p; m 8 8 20 v - d Q d '•; X E -�; cw Z� c � o W " N ao •4; x 0 N� _ _ E a ¢ ¢ ¢ N E o N ¢ 91O - - - - - - 96 < < m m m m rn m m m m m m m m m m m m m m m m m m m m m m 9 ; s - 3 r m- z�- ae _ _ N N e n M m N $ m n e m N _ 0�3 s" _ 3Smm u 0 X_ y m $ W � a " " Y d o; V1; =r - _ 0 Crn U K 5 � E oM _ _ _ _ _ _ _ _ _ 3 _ _ _ - m E R E o i W � U z Z O E m m m x - - . - g c Gd H E nc >� m' 8 � w; � 3g« ox . 88 = o 3 3 - § R-Sg m N f mj u h�3 v Lu O - IL ad Wm; Za r a o 0 c o m m y IL � a a ��a _ o c4 g _ - E `m =m l x m . . Rw . ¢' - _ - - - - - _ m 3 $ 3 3 m 3 3 3 3 3 w E $ o rc ¢ - - - Z o 22 E E E - K w w w w w w I 1 0 0 1 w 1 y a a sg3a _ � 3r 6: - -- S a-a-6 S 3 m' zm- f m� 3 J u a X ELLI �� Z 9 d o 0 0 0 M o e ao a o; Y U _ E 0 E - - E E E 0 rc rc O O O 3 a o - - - - - - - - - - - _ e e e . . N ^ ^ ^ 5 i ; g : a S 8 _ � s E a a 8 3 m' o$� c3 _ 3o q3 E io m; m N o mj a O Z J v 0 W a = _ q; _ _ U 36" 655 - - - - L o E - 0 65 w w z 9 w in m E E q E ate._ oq; s o°Y mj mj u a�3 O X E w Z 9 � c W i0 � IL " 0 a� r uo 0 � s »3 o_ n; U E . � 3 � w > y m a a N N < y a r e y 05 h 61 E � - y U I Q Q Q Q Q - - - - - Q Q e c x x m m 8 a w 3 3 3 3 m �n '° s 8 m zJ oA rm. 3 u US O K E �>m w Z 9 2 < W � € a " 0 a 3J' v; - m� - U E z z z a < _ a'- N w ¢9' t c _ � > m _ _ � Q' z tN o v c g rc m � � E a a $ a' � & a' ¢' EE o c m m m v v v m ci a w w u u . w w w a w w m m w . w m S m m w Z E w - $ $ m R E L 5 E a v v m m m - m - - -16 m m m g a w ww x y a e a e e v o a e e e e e e > e e e > a < S M Ud a 8 8 a a a 3 m' o°q; i 3oq f 3 �3 m� u yH3 d �I X E _Z> w a cc � m n m a� a -ms - 8 o; - m� _ 0 U _ E o o a' a' a' a' a' a a N a ¢' ¢' . e e o n a m n n °'n a' n n e o w m n w N o m m m r r r n ry n n m m v v v 3 7E a g S E E f 3 m' oq3 - ;oJ 3 - mj - u vi�3 m - �3 O x E -Ji w zo r c � o W ° a " c 0 a 8%73 _ ry g ry & e e _ rv - ry e ry W ry a 3Ji a _ _..... o_ n; E 0 to . - U vi . m y y E - 1. H - a - - - - - - - - - - - - m - w = 5 31 z 3 I A� oq� _ ;oJ � J m� f a w Z� � W ° a 0 m� _ B � � 3 _ � E N Q UI cN m m m m N U _ _ N _ a d E - N U K K K p - _ 2 n a _f _os< soo E�Nfia KE<'tt� 3 m' o°a3 Yam_ op3 $ ;oJ c`.3 i goo o°i mj u w�3 O a� wad X E >" 'L Lu s AA " 3 12 32 > 61 o c� 14 n; go o _ � s u c K K — � E 0 w U o � � o o Z Z Z Z Z m _ f 5 Y N 6 X C C W �el FR U 0 0 Y iX U 0 Y DUB ON ��. ` ( " 11�11 5 3 ,I. a) 1.0 a) Ln co �{� c 3 Lx Q 1 7 0 I J � o Lil W i 3 I � 112"M12' '-'j E- Wa w u) N C � t Ir V <��i ' w-0 cc � :i_ U C .1 ~'C:U U 0 I I a N Z I I O co V) a � rnL co LO c c ` N 1 Iij 1 c "O N w 0 co }s? N N C C C 1 }4§ I c _ W N a a� 1 i iU O C J N (12'1�'12I 0 N a Y co V) C c0 J 0 E N m O 1 1'i 1 J J I �o0 O ` s cu co1 O p E oa w Y� LU CN mNY N a) 0 ( 0 m w c� � U I coo m Y N O w y o=ON btf cc W (0 (l'I#HLYK UJI;F3�1p'J MYG�O oa"HU09C 38 O N E O — E a) c:'E w C LYQQ:�a m N C N c)C z OblSO TRAFFIC CONTROL PLANS 2019 Paint Line Striping & RPM/Almaroof A - 3 January 28, 2019 Project Number: 19-3011.1 LEGEND SIGN LOCATION (TEMPORARY MOUNT) WORK VEHICLE ■ TEMPORARY TRAFFIC CONTROL DEVICE (CONES) ® ARROW BOARD DISTANCE (FLASHING CAUTION) ROAD TYPE BETWEEN SIGNS 4 A B URBAN PROTECTIVE/SHADOW 200 FT 200 FT 25/30 MPH h VEHICLE URBAN STREETS RESIDENTIAL & PORTABLE CHANGEABLE BUSINESS DISTRICTS 350 FT 350 FT vacs 35/40 MPH MESSAGE SIGN a RURAL ROADS & a URBAN ARTERIALS 500 FT 500 FT Y 45/55 MPH o 3 MINIMUM TAPER LENGTH =L (FEET) --PROTECTIVE/SHADOW LANE WIDTH POSTED SPEED (MPH) �f' VEHICLE (FT) 25 30 35 40 45 10 105 150 205 270 450 • • 11 115 165 225 295 495 12 125 180 245 320 540 • • ARROW BOARD ® (FLASHING CAUTION) GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. Q 4. DEVICES (IF NEEDED) SHALL NOT ENCROACH —<> INTO ADJACENT LANES. 5. ALL SIGNS 48"x48" BLACK ON ORANGE UNLESS OTHERWISE SPECIFIED. USE SIGN SHAPE AND 6. CHANNELIZATION DEVICES (IF NEEDED) ARE LEGEND APPROPRIATE TO STANDARD TRAFFIC CONES. THE TYPE OF WORK 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 8. ALERT AFFECTED RESIDENTS AND SCHOOLS 7 CALENDAR DAYS PRIOR TO START OF PROJECT. CHANNELIZATION DEVICE SPACING (FEET) i TAPER TANGENT 10 10 2019 PAINT PROJECT KENT W A*NIMOTGM CITY OF KENT SCALE NTS DCHIBrr ENGINEERING DEPARTMENT DATE MAR 2016 MOBILE CHANNELIZATION DEVICE LEGEND SPACING (FEET) ( SIGN LOCATION TAPER TANGENT (TEMPORARY MOUNT) 10 10 ■ TEMPORARY TRAFFIC DISTANCE CONTROL DEVICE (CONES) ROAD TYPE BETWEEN SIGNS A B ® ARROW BOARD URBAN (FLASHING CAUTION) 25/30 MPH 200 FT 200 FT ■ URBAN STREETS PROTECTIVE/WORK RESIDENTIAL & h VEHICLE BUSINESS DISTRICTS 350 FT 350 FT 35/40 MPH RURAL ROADS & Fp—,.sl PORTABLE CHANGEABLE URBAN ARTERIALS 500 FT 500 FT MESSAGE SIGN 45/55 MPH a MINIMUM TAPER LENGTH =L (FEET) 3 LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 40 45 —WORK VEHICLE 10 105 150 205 270 450 d% 11 115 165 225 295 495 12 125 180 245 320 540 . . ARROW BOARD (FLASHING CAUTION) GENERAL NOTES: A 1. ALL SIGNS AND SPACING SHALL CONFORM LANE TO THE MUTCD AND CITY OF KENT CLOSED SPECIFICATIONS. AHEAD 2. PRIORITY PASSAGE THROUGH WORK AREA 4W20-1 FOR EMERGENCY VEHICLES SHALL BE PROVDEDAT ALL TIMES.3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. 4. DEVICES (IF NEEDED) SHALL NOT ENCROACH INTO ADJACENT LANES. 5. ALL SIGNS 48"x48" BLACK ON ORANAGE UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZA11ON DEVICES (IF NEEDED) ARE STANDARD TRAFFIC CONES. 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 8. ALERT AFFECTED RESIDENTS AND SCHOOLS 7 CALENDAR DAYS PRIOR TO START OF PROJECT. 2019 PAINT PROJECT KENT Wit NItOTtt CITY OF KENT SCALE NTS E(HOT ENGINEERING DEPARTMENT DATE MAR 2016 SHORT PREVA I L I NG WAGE RATES 2019 Paint Line Striping & RPM/Almaroof A - 4 January 28, 2019 Project Number: 19-3011.1 Page 1of15 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: 02/12/2019 County Trade Job Classification Wage Holiday Overtimel Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1 C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King Building Service Emplovees Janitor $24.63 5S 2F King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers (ln Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers £t Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C King Divers & Tenders Diver $113.60 5D 4C 8V King Divers Et Tenders Diver On Standby $71.33 5D 4C King Divers a Tenders Diver Tender $64.71 5D 4C King Divers a Tenders Manifold Operator $64.71 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F hffns-//fnrfrP-,s_wa_nnv/lni/wanPlnnkiin/nrv\/1/analnnl-iin acnx 1 /7R/?ni4 Page 2 of 15 King Drywall Applicator Journey Level 1 $58.481 5D I 1 H King Drywall Tapers Journey Level $59.32 5P 1 E King Electrical Fixture Maintenance Journey Level $28.99 5L 1 E Workers King Electricians - Inside Cable Splicer $77.51 7C 4E King Electricians - Inside Cable Splicer (tunnel) $82.84 7C 4E King Electricians - Inside Certified Welder $74.90 7C 4E King Electricians - Inside Certified Welder (tunnel) $80.37 7C 4E King Electricians - Inside Construction Stock Person $39.69 7C 4E King Electricians - Inside Journey Level $72.30 7C 4E King Electricians - Inside Journey Level (tunnel) $77.51 7C 4E King Electricians - Motor Shop Journey Level $45.08 5A 1 B 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 Electricians - Powerline Heavy Line Equipment Operator $69.75 5A 4D Construction King Electricians - Powertine Journey Level Lineperson $69.75 5A 4D Construction King Electricians - Powertine 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 - Powertine Powderperson $52.20 5A 4D Construction - - King Electronic Technicians Journey Level $48.06 7E 1 E King Elevator Constructors Mechanic $91.24 7D 4A King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $17.72 5B 1R Products Only King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Flagoers Journey Level $41.45 7A 31 King Glaziers Journey Level $63.06 7L 1Y King Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $82.51 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 King Industrial Power Vacuum Cleaner Journey Level $12.00 1 King Inland Boatmen Boat Operator $61.41 5B 1 K King Inland Boatmen Cook $56.48 5B 1 K King Inland Boatmen Deckhand $57.48 5B 1 K King Inland Boatmen Deckhand Engineer $58.81 5B 1 K King Inland Boatmen Launch Operator $58.89 5B 1 K King Inland Boatmen Mate $57.31 5B 1 K King Inspection/Cleanin /Sealing Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Et Water Systems By Remote Control httnc• //fnrtracc XAia nrrni/Ini/XAranPlnnl<i in/nrv\A/Analnnhi in acnx 1 /7R/,)(11 4 Page 3of15 King Inspection/Cleaning/Sealing Of Grout Truck Operator $12.00 1 Sewer Et Water Systems By Remote Control King Inspection/CEeanin /Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C King Ironworkers Journeyman $69.28 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $48.90 7A 31 King Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 King Laborers Choker Setter $48.90 7A 31 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking Et Moving $48.90 7A 31 (incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 King Laborers Drill Operator (hydrau tic,diamond) $49.81 7A 31 King Laborers Dry Stack Walls $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 httt)s://fnrtreq-,_wa_nnv/Ini/wanPlnnkiin/nrv\A/analnnt-iir) -Acnv 1 Q/7n1c) Page 4 of 15 King Laborers IForm Setter $48.901 7A 1 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers General Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit Person $50.42 7A 31 King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen (pressure)inctuding Post $49.81 7A 31 Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzieman (concrete Pump, Green $49.81 7A 31 Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Putter - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 King Laborers Remote Equipment Operator $49.81 7A 31 King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers $49.81 7A 31 ht+r-Ic• //fnrt-rocc %AIM nnIi/Irli/�n��nolnnl�iin/r�r�i\Nanolnnlciin -4cnv 1 �7R��(11d Page 5 of 15 Tamper Et Similar Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple Et Self-propelled) $49.81 7A 31 King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 8R King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 King Laborers Tunnel Work-Compressed Air $107.60 7A 31 88 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 88 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 880 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 Tender King Laborers Tunnel Work-Miner $50.52 7A 31 King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37.67 7A 31 King Laborers - Underground Sewer Et General Laborer Et Topman $48.90 7A 31 Water - - King Laborers - Underground Sewer Et Pipe Layer $49.81 7A 31 Water King Landscape Construction Landscape Laborer $37.67 7A 31 King Landscape Construction Landscape Operator $59.49 7A 3C 8P King Lathers Journey Level $58.48 5D 1 H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication_(In Shop} Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $12.00 1 King Metal Fabrication (in Shop) Machine Operator $13.04 1 King Metal Fabrication (1n Shop} Painter $12.00 1 King Metal Fabrication (1n Shop} Welder $15.48 1 httns://fortress.wa.aov/Ini/waaelookuo/r)rvWaaelnnkun_agnx Page 6 of 15 King Miltwright Journey Level $61.541 5D I 4C King Modular Buildings Cabinet Assembly $12.00 1 King Modular Buildings Electrician $12.00 1 King Modular Buildings Equipment Maintenance $12.00 1 King Modular Buildings Plumber $12.00 1 King Modular Buildings Production Worker $12.00 1 King Modular Buildings Tool Maintenance $12.00 1 King Modular Buildings Utility Person $12.00 1 King Modular Buildings Welder $12.00 1 King Painters Journey Level $42.50 6Z 213 King Pile Driver Crew Tender $54.99 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $74.87 5D 4C Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $79.87 5D 4C Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $83.87 5D 4C Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $88.87 5D 4C Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $91.37 5D 4C Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $96.37 5D 4C Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $98.37 5D 4C Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $100.37 5D 4C Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $102.37 5D 4C Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D 4C King Plasterers Journey Level $56.54 1 R King Playground E Park Equipment Journey Level $12.00 1 Installers King Plumbers £t Pipefitters Journey Level $83.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P King Power Equipment Operators Bobcat $56.90 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King Power Equipment Operators Brooms $56.90 7A 3C 8P King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P King Power Equipment Operators Cableways $60.49 7A 3C 8P King Power Equipment Operators Chipper $59.96 7A 3C 8P King Power Equipment Operators Compressor $56.90 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With $60.49 7A 3C 8P Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or Trailer $59.49 7A 3C 8P High Pressure Line Pump, Pump High Pressure. httnc• //fnrtracc %nia nnv/Ini/%A/Analnnhi in/nrv\Nanalnnki in acny 1 /7R/?n1 q Page 7 of 15 King Power Equipment Operators Concrete Pump: Truck Mount With $59.96 7A 3C 8P Boom Attachment Up To 42m I King Power Equipment Operators Conveyors $59.49 7A 3C 8P King Power Equipment gp2rators Cranes Friction: 200 tons and over $62.33 7A 3C 8P King Power Equipment Q2erators Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P With Attachments King Power fqulipment O erators Cranes: 100 Tons Through 199 Tons, $61-10 7A X 8P Or 150' Of Boom (including Jib With Attachments) King Power Eguiprnent Operators Cranes: 200 tons- 299 tons, or 250' $61.72 7A 3C 8P of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of $62.33 7A X 8P boom including jib with attachments King Power E ui meat perators Cranes: 45 Tons Through 99 Tons, $60.49 7A 3C 8P Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A X 8P Under King Power Equipment Operators Cranes: Friction cranes through 199 $61.72 7A 3C 8P tons King Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $59.96 7A X 8P King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A X 8P (power) King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $59.49 7A X 8P Crane Mount King F21Ner Equipment Operators Drilling Machine $61.10 7A X 8P King Power Equipment Operators Elevator And Man-lift: Permanent $56.90 7A 3C 8P And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $59.96 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $56.90 7A X 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $59.96 7A X 8P Cut Sheets, Etc King Power Equipment Operators G radechecker/stakernan $56.90 7A X 8P King Power Equipment Operators Guardrail Punch $59.96 7A X 8P King Power Equipment Operators Hard Tait End Dump Articulating $60.49 7A X 8P Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tait End Dump Articulating $59.96 7A X 8P Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill Locator $59.49 7A 3C 8P King Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P Operator King Power Equipment Operators Hydratifts/boom Trucks Over 10 $59.49 7A X 8P Tons King Power Equipment OperatorsHydratifts/boom Trucks, 10 Tons $56.90 7A X 8P And Under httos://fortress.wa.aov/lni/waaelookur)/orvWaaelookiin.a-,n)( i /?R/?nl c) Page 8 of 15 King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $61.101 7A I 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $60.49 7A 3C 8P Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P :King Power Equipment Operators Locomotives, Alt $59.96 7A 3C 8P King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $61.10 7A 3C 8P Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution $56.90 7A 3C 8P Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $59.96 7A 3C 813 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 8P King Power Equipment Operators Pumps - Water $56.90 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 $56.90 7A 3C 8P Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $60.49 7A 3C 8P Tired Earth Moving Equipment King Power Equipment Operators Rigger And Betlman $56.90 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $60.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Equipment Operators Rotler, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 813 King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $59.49 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $60.49 7A 3C 8P And Over King Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. ht-i-nc• //fnrtrPcc wa nnv/Ini/wanPlnnkr in/nrvWanPlnnkun_a-,nx 1 /28/2019 Page 9 of 15 King Power Equipment Operators Shovel, Excavator, Backhoe: Over $60.49 7A 3C 8P 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $61.10 7A 3C 8P 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $61.72 7A 3C 8P 90 Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et Screedman $60.49 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height $61.10 7A 3C 8P Base To Boom King Power Equipment Operators Tower Crane: over 175' through $61.72 7A 3C 8P 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $62.33 7A 3C 8P from base to boom King Power Equipment Operators Transporters, All Track Or Truck $60.49 7A 3C 8P Type King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $59.96 7A 3C 8P And Over King Power Equipment Operators Truck Crane Oiler/driver Under 100 $59.49 7A 3C 8P Tons King Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P King Power Equipment Operators Welder $60.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $56.90 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer Et Water - - - King Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With $60.49 7A 3C 8P Underground Sewer Et Water Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer Et Water Screed https://fortress.wa.aov/Ini/waaelookuD/DrvWaaelnnkun.asnx Page 10 of 15 King Power Equipment Operators- Concrete Pump - Mounted Or Trailer $59-49 1A IC 11 Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount With $59.96 7A 3C 8P Underground Sewer Et Water Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and over $62.33 7A X 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer F± Water With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, $61.10 7A 3C 8P Underground Sewer Et Water Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' $61.72 7A 3C 8P Underground Sewer Et Water of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' of $62.33 7A 3C 8P Undergr ound Sewer Et Water boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $60.49 7A 3C 8P Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-f rame - 10 Tons And $56.90 7A X 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through 199 $61.72 7A 3C 8P Underground Sewer Et Water tons King Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $59.49 7A 3C 8P Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $56.90 7A 3C 8P Undergr ound Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $59.96 7A X 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $59.96 7A 3C 8P Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer F±Water King Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer a Water I King Power Equipment Operators- $60.49� 7A 3C 8P Underground Sewer Et Water httnc-//fr)rfrPqr, XA1;4 rir)x//Ini/XAI;;nplr)nL-iin/nr\/W;;ni-lnnk-iin ;:iqny 1 /28/2019 Page 11 of 15 Hard Tait End Dump Articulating Off- Road Equipment 45 Yards. Et Over I King Power Equipment Operators- Hard Tait End Dump Articulating $59.96 7A 3C 8P Underground Sewer Et Water Off-road Equipment Under 45 Yards I - King Power Equipment Operators- Horizontal/directional Drill Locator $59.49 7A X 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P Undergr ound Sewer Et Water Operator King Power Equipment Operators- Hydratifts/boom Trucks Over 10 $59.49 7A 3C 8P Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P Undergr ound Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. it Over $61.10 7A 3C 8P Underground Sewer 8t Water I King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $60.49 7A 3C 8P Underground Sewer Et Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Underground Sewer Et Water I King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Undergr ound Sewer Et Water King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $61.10 7A 3C 8P Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mote, Tunnel $60.49 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower Distribution $56.90 7A 3C 8P Underground Sewer Et Water Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P Underground Sewer Et Water Mantifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $59.96 7A X 8P Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P Underground Sewer Et Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $59.96 7A 3C 8P Undergr ound Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthote Digger, Mechanical $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer Et Water httDS:Hfortress.wa.aov/1 ni/wacielooku n/nrvWanPInt-)ki in Aqny y /,)R/,)nl Q Page 12 of 15 King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 $56.90 7A 3C 8P Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On Rubber $60.49 7A 3C 8P Underground Sewer $ Water Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P Underground Sewer a Water (Certified) King Power Equipment Operators- Roltagon $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $60.49 7A 3C 8P Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $60.49 7A 3C 8P Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $61.10 7A 3C 8P Underground Sewer Et Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $61.72 7A 3C 8P Underground Sewer Et Water 90 Metric Tons King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height $61.10 7A 3C 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $61.72 7A 3C 8P Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in height $62.33 7A 3C 8P Underground Sewer a Water from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $60.49 7A 3C 8P Underground Sewer Et Water Type httnc• //fnrtracc �nia nnv/Irii/�n�analnnhi in/nrv\A/analnnhi in aCnx 1 /�R/�n1 9 Page 13 of 15 King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer Et Water I King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $59.96 7A 3C 8P Underground Sewer Et Water And Over King Power Equipment Operators- Truck Crane Oiler/driver Under 100 $59.49 7A 3C 8P Underground Sewer Et Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer Water King Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer Et Water I King Power Equipment Operators- Wheel Tractors, Farmatt Type $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers King Refrigeration Et Air Conditioning Journey Level $79.51 6Z 1G Mechanics King Residential Brick Mason Journey Level $57.32 5A im King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 ZA 4U King Residential Drywall Applicators Journey Level $45.05 5D 4C King Residential Drywall Tapers Journey Level $45.19 5P 1E King Residential Electricians Journey Level $37.26 5Q 20 King Residential Glaziers Journey Level $42.05 7L 1H King Residential Insulation Applicators Journey Level $45.05 5D 4C King Residential Laborers Journey Level $36.68 7A 1H King Residential Marble Setters Journey Level $57.32 5A IM King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers Et Pipefitters Journey Level $51.37 5A 1G King Residential Refrigeration Et Air Journey Level $51.37 5A 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 1R King Residential Soft Floor Layers Journey Level $49.43 5A 3J King Residential Sprinkler Fitters (Fire Journey Level $46.58 5C 2R Protection} King Residential Stone Masons Journey Level $57.32 5A 1M King Residential Terrazzo Workers Journey Level $52.61 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $43.44 5A 1B King Residential Tile Setters Journey Level $52.61 5A 1M King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable Bituminous Materials $54.52 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1E King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 httr)s:Hfortress.wa.oov/1 ni/waaelooku r)/nrvWanP1nnki in-A-,ny 1 n 1 Q Page 14 of 15 King Shipbuilding Et Ship Repair New Construction Crane Operator 1 $36.361 7V I 1 King Shipbuilding Et Ship Rem New Construction Electrician $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Heat Et Frost $73.58 5J 4H Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 King Shipbuilding a Ship Repair New Construction Machinist $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / Burner $36.36 7V 1 King Shipbuilding Et Ship Repair Ship Repair Boilermaker $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $44.06 7Y 4K King Sign Makers a Installers (Electrical} Journey Level $49.70 0 1 King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 Electrical King Soft Floor Lavers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 :_1 - King Sprinkler Fitters (Fire Protection) Journey Level $77.39 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $59.49 7A 3C 8P King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Technicians Journey Level $48.06 7E 1 E King Telephone Line Construction - Cable Splicer $41.22 5A 213 Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside - - King Special Aparatus Installer 1 $41.22 5A 2B httnc• //fnrfrPcc wa nrni/Ini/wanPlnnkiin/nrvWanelnnkun.asnx 1/28/2019 Page 15 of 15 Telephone Line Construction - Outside I King Telephone Line Construction - Special Apparatus Installer 11 $40.41 5A 213 Outside King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.36 5A 213 Outside King Telephone Line Construction - Television Groundperson $21.92 5A 213 Outside I King Telephone Line Construction - Television Lineperson/Instatler $29.13 5A 2B Outside King Telephone Line Construction - Television System Technician $34.68 5A 213 Outside King Telephone Line Construction - Television Technician $31.18 5A 213 Outside King Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside King Terrazzo Workers Journey Level $52.61 5A im King Tile Setters Journey Level $52.61 5A im King Tile, Marble Et Terrazzo Finishers Finisher $43.44 5A 1 B King Traffic Control Stripers Journey Level $45.53 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L King Truck Drivers, Dump Truck $53.46 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L King Truck Drivers - Ready Mix Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers - Ready Mix Non-Booster Loads Under 9 Cubic $52.53 5A 4T Yards King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers httDS:Hfortress.wa.ciov/1 n i/wacielooki j n/nrvWanPInnki in A-,ny 1 /,)R/,)nl 4 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid 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. 1 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Overtime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 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 rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2)times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. 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 8/31/2018 thru 3/2/2019 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants,industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'/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. I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12)hours shall be paid at double the hourly rate of pay. All hours worked over twelve(12)in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9)hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. 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,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. Placeholder Holidav Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). Holidav 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). 6 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). 1. Paid Holidays:New Year's Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 7 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as . a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidav Codes Continued 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 8 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 observed as a holiday on the preceding Friday. 7. 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, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 9 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Holiday Codes Continued 7. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. X. 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 the day before or after Christmas day.If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day.(8)If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial 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. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the 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. B. Holidays:New Year's Day,Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day. (8) D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and the day after Christmas. 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 hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D:$0.25. 10 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Note Codes Continued 8. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road,etc.)more than one hundred fifty(150) feet above grade elevation receive an additional$0.50 per hour. 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 15 F to 220'-$4.00 per foot for each foot over 220 feet. Over 22 F-$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. 11 REQUEST FOR MAYOR'S SIGNATURE KENT ,-- nt on rl-.,rrv—Colored P 1ner W nsni Hc,rN Routing Information: (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT(by Approved Originator: Joe Araucto Phone (Originator): 5664 Date Sent: Date Required: 3oDgfi9 Return Signed Document to: Nancy Yoshitake Contract Termination Date: 40 working days VENDOR NAME: Date Finance Notified: Stripe Rite, Inc. (Only required on contracts 3/5/ 1 9 20 000 and over or on any Grant DATE OF COUNCIL APPROVAL: 3/5/19 Date Risk Manager Notified: N/A (Required on Non-City Standard Contracts/Agreements) Has this Document been Spe cif' call Account Number: 11115530. 7498 Authorized in the Budget? • YES (5 NO Brief Explanation of Document: The attached construction agreement with Stripe Rite is for the 2019 Paint Line Striping and RPM Replacement Project. The project consists of refreshing paint line striping and installing replacement raised pavement markings on various city streets. R E ,E � Must Be Routed Through The Law Department e\CNT (This area to be completed by the Law Department) nc!` 'C Received: RECEIVE® Approval of Law Dept.: Law Dept. Comments: Date Forwarded to Mayor: Shaded Areas To Be Compieted By Administration SOS of Kenn Received: Office of the (Mayor Recommendations and Comments: Disposition: S ►L 3f 5 Date Returned: \ will orms\ ocument rocessing\ equest for ayors ignature.docx KENT WASHINGTCN DATE: March 5, 2019 TO: Kent City Council SUBJECT: 2019 Paint Line Striping and RPM Replacements Project - Authorize MOTION: Award the 2019 Paint Line Striping and RPM Replacement Project to Stripe Rite, Inc, in the amount of $281,650, 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 refreshing paint line striping and installing replacement raised pavement markings on various City of Kent Streets. The bid opening for the 2019 Paint Line Striping and RPM Replacement Project was held on February 26, 2019 with three bids received. The lowest responsible and responsive bid was submitted by Stripe Rite, Inc. in the amount of $281,650. Bid Tab Summary 01. Stripe Rite, Inc. $281,650.00 02. Specialized Pavement Marking, Inc. $347,400.00 03. Apply-A-Line LLC $364,225.00 Engineer's Estimate $301,875.00 BUDGET IMPACT: The project will be paid for using budgeted Business and Occupation Funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure ATTACHMENTS: 1. Bid Tabulation (PDF)