Loading...
HomeMy WebLinkAboutCAG2023-293 - Original - Specialized Pavement Marking, LLC - 2023 Plastic Markings - 05/05/2023 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Karin Bayes for Joe Araucto Public Works Date Sent: Date Required: 0 05/03/2023 5/10/2023 fl. Authorized to Sign: Date of Council Approval: a QMayor or Designee 4/18/2023 Budget Account Number: Grant? Yes[:] No❑ 11115530.7497 Budget?❑Yes❑No Type: N/A Vendor Name: Category: Specialized Pavement Marking, LLC Contract Vendor Number: Sub-Category: = Other Original 0 W Project Name: 2023 Plastic Markings 1- Project Details: The project consists of installing new and refreshing existing plastic pavement markings including stop lines, crosswalks, traffic arrows, traffic letters on various City of Kent Streets as detailed in = the bid documents including RPM lane line removal, traffic separator curb with delineator post C Agreement Amount: $199 920.0 Basis for Selection of Contractor: Bid N r *Memo to Mayor must be attached s. Start Date: within 10 days of Notice to Proceed Termination Date: Within 25 Working days Q Local Business?❑Yes❑No*If meets requirements per KCC 3.70.100,please complete'Vendor Purchose-Locol Exceptions"form on Cityspace. Business License Verification: ❑Yes❑In-Process❑Exempt(KCC 5.01.045) ❑Authorized Signer Verified Notice required prior to disclosure? Contract Number _I&L ❑Yes❑No CAG2023-293 Comments: N Im 3 a+ C C N = 3 0 a, a, oc Date Received:City Attorney: 5/3/23 Date Routed:Mayor's Office 5/5/23 City Clerk's Office 5/8/23 aduW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2023 Plastic Markings Project Number: 23-3011 . 2 BIDS ACCEPTED UNTIL April 4, 2023 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR • KENT WASH IN G T O N INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 WSDOT Standard Plans Section 7 Appendix Section 8 Traffic Control Plans Section 9 Prevailing Wage Rates BIDDER'S NAME Specialized Pavement Marking, LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2023 Plastic Markings Project Number: 23-3011 . 2 BIDS ACCEPTED UNTIL April 4, 2023 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR • KEN T WA 5 H I N G T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Non-Discrimination Policy Administrative Policy 1.2 - Inclusive Contracting Proposal Subcontractor List (over $1 million) - HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) - Structural Steel Installation and Rebar Installation Contractor's Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Appendix Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 4, 2023, up to 10:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 10:00 a.m. for the City of Kent project named as follows: 2023 Plastic Markings Project Number: 23-3011.2 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results. The project consists of installing new and refreshing existing plastic pavement markings including stop lines, crosswalks, traffic arrows, traffic letters on various City of Kent Streets as detailed in the bid documents including RPM lane line removal, traffic separator curb with delineator post, all in accordance with Kent Special Provisions, and the WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $200,000 to $220,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Karin Bayes at 253-856-5657. For technical questions, please call Joseph Araucto at 253-856-5664. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at https://www.kentwa.gov/i)aY= and-apply/bids-procurement-rfos- 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. Note: The award of the contrac t will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. 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. The City of Kent, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. No bidder may withdraw his/her bid for a period of sixt (60) days after the day of bid opening. Dated this 20t" day of March 2023 BY: -4�1 a . Kimberley A. K moto, City Clerk Published: Daily Journal of Commerce on March 21 and 28, 2023 Washington State Office of Minority and Women's Business Enterprise on March 21, 2023 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date March 30, 2023 This statement relates to a proposed contract with the City of Kent named 2023 Plastic Markings Project Number: 23-3011.2 I am the undersigned bidder or prospective contractor. I represent that - 1. I X 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. Specialized Pavement Marking, LLC NAME OF BIDDER BY: SIGNATURE/TITLE Mark Price, President 11095 SW Industrial Way Tualatin, OR 97062 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2023 Plastic Markings/Araucto 1 March 20, 2023 Project Number: 23-3011.2 DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement, 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 Agreement I, 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 Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 2023 Plastic Markings/Araucto 2 March 20, 2023 Project Number: 23-3011.2 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally-assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: 2023 Plastic Markings/Araucto 3 March 20, 2023 Project Number: 23-3011.2 a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); 2023 Plastic Markings/Araucto 4 March 20, 2023 Project Number: 23-3011.2 viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: '000- For: Specialized Pavement Marking, LLC Title: President Date: 3/30/2023 2023 Plastic Markings/Araucto 5 March 20, 2023 Project Number: 23-3011.2 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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 Agreements 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. 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 Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator and perform 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. 2023 Plastic Markings/Araucto 1 March 20, 2023 Project Number: 23-3011.2 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Specialized Pavement Marking LLC 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 2023 Plastic Markings/Project Number: 23-3011.2 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. 2023 Plastic Markings/Araucto 2 March 20, 2023 Project Number: 23-3011.2 ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 12,250.00 $ 12,250.00 WSDOT LUMP SUM Per LS 1005 8-22.5 430 Plastic Stop Line $ 8.75 $ 3,762.50 WSDOT LN FT (12 inch wide) Per LF 1010 8-22.5 2,642 Plastic Stop Line $ 12.50 $ 33,025.00 WSDOT LN FT (24 inch wide) Per LF 1015 8-22.5 35 Plastic Yield Line Symbol, $ 85.00 $ 2,975.00 WSDOT EACH Type 2 Per EA 1020 8-22.5 9,990 Plastic Crosswalk Line $ 8.75 $ 87,412.50 WSDOT SQ FT Per SF 1025 8-22.5 75 Plastic Traffic Arrow $ 250.00 $ 18,750.00 WSDOT EACH Per EA 1030 8-22.5 40 Plastic Traffic Letter $ 85.00 $ 3,400.00 WSDOT EACH Per EA 1035 8-22.5 230 8 inch Wide Plastic $ 8.00 $ 1,840.00 KSP LN FT Intersection Turn Extension Per LF Line (White) 1040 8-22.5 140 Plastic Wide Drop Lane Line $ 5.00 $ 700.00 KSP LN FT Per LF 1045 8-22.5 260 Plastic Wide Lane Line $ 8.00 $ 2,080.00 WSDOT LN FT Per LF 2023 Plastic Markings/Araucto 3 March 20, 2023 Project Number: 23-3011.2 ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1050 8-22.5 250 4 inch Plastic Parking Line $ 10.00 $ 2,500.00 KSP LN FT Per LF 1055 8-22.5 500 RPM Lane Line Removal $ 2.50 $ 1,250.00 KSP LN FT Per LF 1060 8-10.5 2 Traffic Separator Curb w/ $ 750.00 $ 1,500.00 KSP EACH Delineator Post Per EA 1065 8-22.5 5 Plastic Railroad Crossing $ 1,350.00 $ 6,750.00 KSP EACH Symbol Per EA 1070 8-22.5 250 Additional Plastic Traffic $ 7.50 $ 1,875.00 KSP SQ FT Marking Removal Per SF 1075 1-10.5 150 Uniformed Off-Duty $ 80.00 $ 12,000.00 KSP HOURS Police Officer Per HR ($80.00 Min) 1080 1-10.5 480 Traffic Control Labor $ 1.00 $ 480.00 KSP HOURS Per HR 1085 1-10.5 160 Traffic Control Supervisor $ 2.00 $ 320.00 KSP HOURS Per HR 2023 Plastic Markings/Araucto 4 March 20, 2023 Project Number: 23-3011.2 I ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1090 1-10.5 1 Temporary Traffic Control $ 3,500.00 $ 3,500.00 KSP LUMP SUM Devices Per LS 1095 1-10.5 50 Portable Changeable $ 1.00 $ 50.00 KSP DAYS Message Sign (PCMS) Per DAY 1100 1-10.5 20 Sequential Arrow Sign (SAS) $ 25.00 $ 500.00 KSP DAYS Per DAY 1105 1-7.15(1) 1 SPCC Plan $ 500.00 $ 500.00 WSDOT LUMP SUM Per LS 1110 1-04.4(1) 1 Minor Changes $2,500.00* $2,500.00 WSDOT CALC Per CALC *Common price to all bidders Total $ 199,920.00 II' 2023 Plastic Markings/Araucto 5 March 20, 2023 Project Number: 23-3011.2 I SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: Specialized Pavement Marking, LLC Project Name: 2023 Plastic Markings Project Number: 23-3011.2 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 name itself for the work. Failure of the Bidder to submit, within one hour after the published bid submittal time, 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: Electrical Subcontractor Name: 3/30/2023 Signature of Bidder Date 2023 Plastic Markings/Araucto 6 March 20, 2023 Project Number: 23-3011.2 SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: Specialized Pavement Marking, LLC Project Name: 2023 Plastic Markings Project Number: 23-3011.2 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 structural steel installation and rebar installation. Failure of the Bidder to submit, within 48 hours after the published bid submittal time, 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. Structural Steel Installation Subcontractor Name: N/A Rebar Installation Subcontractor Name: 3/30/2023 Signatur of Bidder Date 2023 Plastic Markings/Araucto 7 March 20, 2023 Project Number: 23-3011.2 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. 2023 Plastic Markings/Araucto g March 20, 2023 Project Number: 23-3011.2 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 be misle ing. SUBMITTED BY: NAME: Mark Price, President ADDRESS: 11095 SW Industrial Way Tualatin, OR 97062 PRINCIPAL OFFICE: Specialized Pavement Marking, LLC ADDRESS: 11095 SW Industrial Way Suite A Tualatin, OR 97062 PHONE: 503-885-0420 FAX: 503-582-8629 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, Attached. 1.2 Provide your current state unified business identifier number. 602-001-003 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. 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 2023 Plastic Markings/Araucto 9 March 20, 2023 Project Number: 23-3011.2 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). 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. Attached. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. Attached. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION PLEASE SEE ATTACHMENTS 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: N/A 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 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: 2023 Plastic Markings/Araucto 10 March 20, 2023 Project Number: 23-3011.2 2.6 If the form of your organization is other than those listed above, describe it and name the principals: Limited Liability Company(LLC) Mark Price, President 3. LICENSING PLEASE SEE ATTACHMENTS 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE PLEASE SEE ATTACHMENTS 4.1 List the categories of work that your organization normally performs with its own forces. 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? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 2023 Plastic Markings/Araucto 11 March 20, 2023 Project Number: 23-3011.2 5. REFERENCES PLEASE SEE ATTACHMENTS 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 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? 2023 Plastic Markings/Araucto 12 March 20, 2023 Project Number: 23-3011.2 7. SIGNATURE 7.1 Dated at this 30th day of March , 2023. Name of Organization: Specialized Pavement Marking, LLC By. Title: Mark Price, President 7.2 Mark Price , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sw n before me this 30th day of March , 2023. Notary Public: ( �� My Commission Expires: May 31, 2025 OFFICIAL STAMP CANDICE DAWN TAVERNIER i NOTARY PUBLIC-OREGON COMMISSION NO.1012457 MY COMMISSION EXPIRES MAY 31,2025 2023 Plastic Markings/Araucto 13 March 20, 2023 Project Number: 23-3011.2 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(d)) 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 (April 4, 2023), the bidder has not been disqualified from bidding on any public works contract under RCW 39,06.010 or 39.12.065(3). Specialized Pavement Marking, LLC Bidder's Business Na Signature of Authorized Official* Mark Price Printed Name President Title Mrach 30, 2023 Tualatin OR 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. 2023 Plastic Markings/Araucto 14 March 20, 2023 Project Number: 23-3011.2 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 (April 4, 2023), 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. Specialized Pavement Marking LLC Bidder's usiness Na Signa ure of Authorized Official* Mark Price Printed Name President Title March 30, 2023 Tualatin OR 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. 2023 Plastic Markings/Araucto 15 March 20, 2023 Project Number: 23-3011.2 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed and agrees to complete the Contract within twenty-five (25) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 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: March 30, 2023 Specialized Pavement Marking, LLC NAME O D R Signature of Authorized Representative Mark Price, President (Print Name and Title) 11095 SW Industrial Way Address Tualatin OR 97062 2023 Plastic Markings/Araucto 16 March 20, 2023 Project Number: 23-3011.2 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Specialized Pavement Marking, LLC , as Principal, and Ascot Surety and Casualty Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent of Total Amount Bid[5%ofT.A.B.] 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 2023 Plastic Markings/Project Number: 23- 3011.2 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 4th DAY OF April 2023. Specialized Pavement Marking, LLC PRIN L By: JVIar k riGt���eSiG Ln� Ascot Surety and Casualty Company By: SURETY Nick Patetta Attorney-In-Fact 20 Received return of deposit in the sum of $ 2023 Plastic Markings/Araucto 17 March 20, 2023 Project Number: 23-3011.2 Ascot Surety&Casualty Company Ascot Insurance Company 55 W 46'Street,261 Floor New York,NY 10036 Power of Attorney KNOW ALL MEN BY THESE PRESENTS: That Ascot Surety&Casualty Company,and Ascot Insurance Company,each a corporation organized and existing under the laws of the State of Colorado(the'Companies`),do hereby constitute and appoint Robert F.Bobo,Aaron P.Clark,Timothy F.Kelly,Florence McClellan,Teresa D.Kelly,Kristin Darling,Laura Lee Kneitz,Rachel Richardson,Nick Patella,Craig C.Payne and Autumn Stockton ---------------------- of Houston, TX _ and each its true and lawful Attorney(s)-in-Fact, with full authority to sign, execute, seal,acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States,or, if the following line is filled in, only within the area and up to the amount therein designated, any and all bonds, undertakings, recognizances, and other contracts of indemnity or writings obligatory in the nature thereof, issued in the course of its surety business, and to bind the Companies as follows: Any such obligations in the United States not to exceed$50,000,000.00 The Companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents.These appointments are made under and by authority of the following Resolutions adopted by the Board of Directors of the Companies,which resolutions are still in effect: RESOLVED,that any of the Chief Executive Officer,the Chief Operating Officer or the Chief Underwriting Officer,acting in conjunction with the head of the surety business line for the Corporation(each an'Authorized Individual'and,collectively,the'Authorized Individuals'),are authorized to jointly appoint one or more attorneys-in-fact to represent and act for and on behalf of the Corporation in the transaction of the Corporation's surety business to execute(under the common seal of the Corporation if appropriate)bonds, undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof; RESOLVED,that in connection with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto(electronic or otherwise)by facsimile and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal(electronic or otherwise)shall be valid and binding upon the Corporation when so affixed with respect to any bond,undertaking,recognizance or other contract of indemnity orwriting obligatory in the nature thereof; RESOLVED,that in connection with the Corporation's transaction of surely business, the facsimile electronic or mechanically reproduced signature of any Authorized Individual,whether made heretofore or hereafter,whenever appearing upon a copy of any Power of Attorney of the Corporation,with signatures affixed as next above noted,shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. IN WITNESS WHEREOF,the Companies have caused these presents to be sealed with the respective corporate seals and to be executed by the individuals named below who are duly authorized and empowered to execute this Power of Attorney on the Companies'behalf, this 231d day of August,2022. °�= ASCOT SURETY&CASUALTY COMPANY SEAL;; IsSCAL �'•. Y, i,� ASCOT INSURANCE COMPANY -_ _ _____ _______ Jatigley(Executivexecutive Office r) Ta Vice President,S ty STATE OF NEW JERSEY ) COUNTY ��OF 4DDLESEX )ss. On thisg day of fore me came the above named Chief Executive Officer of each of Ascot Surety&Casualty Company and Ascot Insurance Company arl ttr�head of the surety business line for each of Ascot Surety&Casualty Company and Ascot Insurance Company,tome personally known to be the individuals described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of Ascot Surety &Casualty Company and Ascot Insuranca:Companycand that the said corporate's"I and signatures wele duly a f�i d and subscribed to said instrument by the authority and direction of said Companies ARLINDA KONGOLI a 0. 0(WA o t i tary Public t My commission expires one/. G•iir�rrvrrssay��r sir t,the and>rsigned Secretary of the Comp&��"�f1�e�cerf,�'t'a�{ne�erego:ng excerpts o�tha Resolution adopted by the Board of Directors ofthe Companies,and the Porrer or Attane;issued pursuant thereto,are true and cared,and further cerGFy that both the Resolution and the Payer of Altomey are still in ful force and effect This Cerofua;e Tray be signed by facsimile under and by authority of the fol'oMng resolution of the Board of Directors of the Companies. RESOLVED,that in connection with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto(electronic or otherwise)by facsimile and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal(electronic or otherwise)shall be valid and binding upon the Corporation when so affixed with respect to any bond,undertaking,recognizance or other contract of indemnity or writing obligatory in the nature thereof; IN'611i,IESSWHER�OF:Ihavehereuntosetmyhand and affixed the seal of the Companies,ths4thd3jd April _1123 ASCOT SURETY&CASUALTY COMPANY ASCOT INSUR COMPANY ' / 4 off Sip s,S cretary All Claims Notices should be sent to: Ascot Surety&Casualty Company,55 W 46�Street,26'"Floor,New York,NY 10036;Attention Bond Claim Unit:suretsclaimsno ascotarouo com 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. 2023 Plastic Markings Project Number: 23-3011.2 NAME OF PROJECT Specialized Pavement Marking, LLC NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Ii 2023 Plastic Markings/Araucto 18 March 20, 2023 Project Number: 23-3011.2 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section 1 of the Contract is hereby modified to 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 1 of the Contract are also 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 $ 2023 Plastic Markings/Araucto 19 March 20, 2023 Project Number: 23-3011.2 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change Order working days 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: Chad Bieren P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Lev Department 2023 Plastic Markings/Araucto 20 March 20, 2023 Project Number: 23-3011.2 2. Department of Labor and Industries SPECIALIZED PAVEMENT MRKG LLC PO Box 44450 Olympia, WA 98504-4450 Reg: CC SPECIPM78IB9 UBI: 602-001-003 Registered as provided by Law as: Construction Contractor (CCO 1) - GENERAL 780 SPECIALIZED PAVEMENT MRKG LLC Effective Date: 1 l/19/2021 11095 SW INDUSTRIAL WAY Expiration Date: 11/19/2023 SUITE A TUALATIN OR 97062 opw nwakkki, ok Oregon Office: Washington Office: 11095 SW Industrial Way 175 Roy Rd SW, Bldg C Tualatin, OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph: 253.299.1200 Fax: 503.582.8629 Fax:253.299.1250 SPECIALIZED PAVEMENT MARKING March 30, 2023 City of Kent 220 4th Ave S Kent, WA 98032-5895 RE: Statutory Requirements 1.4 & 1.5—Signed Statement To Whom It May Concern: Specialized Pavement Marking, LLC has not in the past three (3)years been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Specialized Pavement Marking, LLC has not in the past three (3) year period immediately preceding the bid solicitation dated been 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 judgement entered by a court of limited or general jurisdiction. Sincerel , Mark Price President ZWT 04 BUSINESS LICENSE STATE OF Issue Date: Mar 10, 2023 '? Fa WASFIINGTON 4 Unified Business ID #: 602001003 Limited Liability Company Business ID#: 001 Location: 0001 � SPECIALIZED PAVEMENT MARKING, LLC Expires: Feb 29, 2024 11095 SW INDUSTRIAL WAY STE A �#�! TUALATIN OR 97062-9685 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE t !# TAX REGISTRATION -ACTIVE CITY END ORSEMENTS: <q FIFE GENERAL BUSINESS - NON-RESIDENT-ACTIVE r.l KELSO GENERAL BUSINESS - NON-RESIDENT#13010369 -ACTIVE MOUNT VERNON GENERAL BUSINESS - NON-RESIDENT -ACTIVE j' BATTLE GROUND GENERAL BUSINESS - NON-RESIDENT-ACTIVE MUKILTEO GENERAL BUSINESS - NON-RESIDENT- ACTIVE . PUYALLUP GENERAL BUSINESS - NON-RESIDENT-ACTIVE >I LAKEWOOD GENERAL BUSINESS - NON-RESIDENT -ACTIVE j BAINBRIDGE ISLAND GENERAL BUSINESS - NON-RESIDENT-ACTIVE s4= Q) CHEHALIS GENERAL BUSINESS - NON-RESIDENT-ACTIVE YELM GENERAL BUSINESS - NON-RESIDENT#13183 -ACTIVE SHELTON GENERAL BUSINESS - NON-RESIDENT#0079270 -ACTIVE KIRKLAND GENERAL BUSINESS - NON-RESIDENT#OBL-0004978 -ACTIVE .I RIDGEFIELD GENERAL BUSINESS - NON-RESIDENT (EXPIRES 9/30/2023) -ACTIVE 4I '. k' BELLINGHAM GENERAL BUSINESS#071614 -ACTIVE r}}, BONNEY LAKE GENERAL BUSINESS- NON-RESIDENT-ACTIVE BUCKLEY GENERAL BUSINESS - NON-RESIDENT- ACTIVE c; t, 'L This document lists the registrations,endorsements, and licenses authorized for the business t' v/ named above.By accepting this document,the licensee certifies the information on the application ro was complete,true,and accurate to the best of his or her knowledge,and that business will be is conducted in compliance with all applicable Washington state,county,and city regulations u�rt for Depvtne nt 1 ttt enu STATE OF WASHINGTON UBI: 602001003 001 0001 Expires: Feb 29, 2024 SPECIALIZED PAVEMENT UNEMPLOYMENT INSURANCE- MARKING, LLC ACTIVE 11095 SW INDUSTRIAL WAY STE A INDUSTRIAL INSURANCE-ACTIVE TUALATIN OR 97062-9685 TAX REGISTRATION-ACTIVE FIFE GENERAL BUSINESS- NON-RESIDENT-ACTIVE KELSO GENERAL BUSINESS- NON-RESIDENT#B010369-ACTIVE MOUNT VERNON GENERAL BUSINESS-NON-RESIDENT- ACTIVE BATTLE GROUND GENERAL BUSINESS-NON-RESIDENT- ACTIVE MUKILTEO GENERAL BUSINESS- ` %� F•ST3TF' ti# BUSINESS LICENSE e. / .Y Yit 't 1889 '�, STATE OF Issue Date: Mar 10, 2023 t WASHINGTON a Limited Liability Company Unified Business ID #: 602001003 f, Business ID #: 001 i Location: 0001 SPECIALIZED PAVEMENT MARKING, LLC Expires: Feb 29, 2024 t 11095 SW INDUSTRIAL WAY STE A TUALATIN OR 97062-9685 CITY ENDORSEMENTS: E k' CARNATION GENERAL BUSINESS - NON-RESIDENT-ACTIVE ' t COVINGTON GENERAL BUSINESS - NON-RESIDENT-ACTIVE 1= DUPONT GENERAL BUSINESS- NON-RESIDENT#5885 -ACTIVE -� '4 C� as DUVALL GENERAL BUSINESS - NON-RESIDENT-ACTIVE 1. EATONVILLE GENERAL BUSINESS - NON-RESIDENT-ACTIVE 1 , F ENUMCLAW GENERAL BUSINESS - NON-RESIDENT#BUS2022-0238 (EXPIRES 7131/2023)- ACTIVE =r, GIG HARBOR GENERAL BUSINESS - NON-RESIDENT-ACTIVE t :<<I ISSAQUAH GENERAL BUSINESS - NON-RESIDENT-ACTIVE LACEY GENERAL BUSINESS - NON-RESIDENT#211932 -ACTIVE t' LAKE STEVENS GENERAL BUSINESS - NON-RESIDENT-ACTIVE LONGVIEW GENERAL BUSINESS - NON-RESIDENT#735792 -ACTIVE x° MAPLE VALLEY GENERAL BUSINESS - NON-RESIDENT-ACTIVE MARYSVILLE GENERAL BUSINESS - NON-RESIDENT#042000N921 -ACTIVE r 3 r= MILTON GENERAL BUSINESS - NON-RESIDENT-ACTIVE NEWCASTLE GENERAL BUSINESS - NON-RESIDENT -ACTIVE , r- NORTH BEND GENERAL BUSINESS- NON-RESIDENT#022044.0 -ACTIVE ` ., � OLYMPIA GENERAL BUSINESS - NON-RESIDENT#28013 -ACTIVE fi PORT ORCHARD GENERAL BUSINESS - NON-RESIDENT-ACTIVE POULSBO GENERAL BUSINESS - NON-RESIDENT-ACTIVE a SEDRO WOOLLEY GENERAL BUSINESS - NON-RESIDENT-ACTIVE ;F s� !i F; This document lists the registrations,endorsements, and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be / — conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department I Revenue STATE OF WASHINGTON UBI: 602001003 001 0001 Expires: Feb 29, 2024 SPECIALIZED PAVEMENT UNEMPLOYMENT INSURANCE- c MARKING,LLC ACTIVE 11095 SW INDUSTRIAL WAY STE A INDUSTRIAL INSURANCE-ACTIVE TUALATIN OR 97062-9685 TAX REGISTRATION-ACTIVE FIFE GENERAL BUSINESS- NON-RESIDENT-ACTIVE KELSO GENERAL BUSINESS- NON-RESIDENT#B010369-ACTIVE MOUNT VERNON GENERAL BUSINESS-NON-RESIDENT- ACTIVE BATTLE GROUND GENERAL BUSINESS-NON-RESIDENT- ACTIVE MUKILTEO GENERAL BUSINESS- '— ,.Rr.,^n�.�a�' aa,Cho� .,...,a-. .'_ „S'-t^..;�r. .1- 7.- --...F's fn• Z* — -- - ��� BUSINESS LICENSE r., STATE Of Issue Date: Mar 10, 2023 WASHINGTON Unified Business ID#: 602001003 t Limited Liability Company R Business ID #: 001 y Location: 0001 ' SPECIALIZED PAVEMENT MARKING, LLC Expires: Feb 29, 2024 y r; 11095 SW INDUSTRIAL WAY STE A 4 TUALATIN OR 97062-9685 a =t, CITY ENDORSEMENTS: SULTAN GENERAL BUSINESS - NON-RESIDENT-ACTIVE . t° TUMWATER GENERAL BUSINESS - NON-RESIDENT#R-015029 -ACTIVE Nl i" WOODINVILLE GENERAL BUSINESS - NON-RESIDENT-ACTIVE VANCOUVER GENERAL BUSINESS - NON-RESIDENT-ACTIVE nj QUINCY GENERAL BUSINESS - NON-RESIDENT (EXPIRES 6/30/2023) -ACTIVE a BLACK DIAMOND GENERAL BUSINESS - NON-RESIDENT (EXPIRES 1/31/2024) -ACTIVE SNOHOMISH GENERAL BUSINESS - NON-RESIDENT- ACTIVE TUKWILA GENERAL BUSINESS - NON-RESIDENT-ACTIVE BURLINGTON GENERAL BUSINESS - NON-RESIDENT (EXPIRES 5/31/2023) -ACTIVE l FRIDAY HARBOR GENERAL BUSINESS - NON-RESIDENT-ACTIVE 'I CASTLE ROCK GENERAL BUSINESS - NON-RESIDENT-ACTIVE i SEATAC GENERAL BUSINESS - NON-RESIDENT-ACTIVE MERCER ISLAND GENERAL BUSINESS - NON-RESIDENT#220151 -ACTIVE k�I FEDERAL WAY GENERAL BUSINESS - NON-RESIDENT#16-104772-00-BL-ACTIVE WENATCHEE GENERAL BUSINESS - NON-RESIDENT-ACTIVE s LYNNWOOD GENERAL BUSINESS - NON-RESIDENT-ACTIVE : C MOUNTLAKE TERRACE GENERAL BUSINESS - NON-RESIDENT-ACTIVE � I k' CAMAS GENERAL BUSINESS - NON-RESIDENT-ACTIVE ` "i YAKIMA GENERAL BUSINESS - NON-RESIDENT#BL078135-ACTIVE BURIEN GENERAL BUSINESS - NON-RESIDENT-ACTIVE r This document lists the registrations,endorsements, and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application \` ^; was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department i Revenue STATE OF WASHINGTON UBI: 602001003 001 0001 w' Expires: Feb 29, 2024 SPECIALIZED PAVEMENT UNEMPLOYMENT INSURANCE- MARKING, LLC ACTIVE 11095 SW INDUSTRIAL WAY STE A INDUSTRIAL INSURANCE-ACTIVE TUALATIN OR 97062-9685 TAX REGISTRATION-ACTIVE FIFE GENERAL BUSINESS- NON-RESIDENT-ACTIVE KELSO GENERAL BUSINESS- NON-RESIDENT#B010369-ACTIVE MOUNT VERNON GENERAL BUSINESS-NON-RESIDENT- ACTIVE BATTLE GROUND GENERAL BUSINESS-NON-RESIDENT- ACTIVE MUKILTEO GENERAL BUSINESS- i / n BUSINESS LICENSE 1`. `L lStl9 t wa ti N OF oN Issue Date: Mar 10, 2023 C; Limited Liability Company Unified Business ID #: 602001003 Business ID #: 001 Location: 0001 SPECIALIZED PAVEMENT MARKING, LLC Expires: Feb 29, 2024 11095 SW INDUSTRIAL WAY STE A s TUALATIN OR 97062-9685 , CITY ENDORSEMENTS: t I, BINGEN GENERAL BUSINESS - NON-RESIDENT#2784 -ACTIVE r. 1 REDMOND GENERAL BUSINESS - NON-RESIDENT#RED10-000267 -ACTIVE ABERDEEN GENERAL BUSINESS - NON-RESIDENT#216825 - ACTIVE i' vl BREMERTON GENERAL BUSINESS - NON-RESIDENT#35188 -ACTIVE ARLINGTON GENERAL BUSINESS - NON-RESIDENT (EXPIRES 10/31/2023) -ACTIVE �y y i PACIFIC GENERAL BUSINESS - NON-RESIDENT#3409 -ACTIVE BOTHELL GENERAL BUSINESS - NON-RESIDENT#14304 -ACTIVE j AUBURN GENERAL BUSINESS- NON-RESIDENT#BUS-27986 (EXPIRES 12/31/2023)-ACTIVE LICENSING RESTRICTIONS: Aberdeen city license valid until canceled by either party. No person, or business, or those under their control, shall cause or allow the discharge of unauthorized pollutants (, (e.g. chemicals, oils, detergents, or wastewater) into a City of Redmond storm water drainage system, surface water bodies or groundwater. Not licensed to hire minors without a Minor Work Permit. J' 4Y �t� t REGISTERED TRADE NAMES: ,a SPECIALIZED PAVEMENT MARKING, LLC E t_ This document lists the registrations,endorsements, and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application ✓ / 3 was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted incompliance with all applicable Washington state county and city regulations t),ra ci (me nt ,Revenue, or ai„ UBI: 602001003 001 0001 STATE OF WASHINGTON Expires: Feb 29, 2024 SPECIALIZED PAVEMENT UNEMPLOYMENT INSURANCE- MARKING,LLC ACTIVE 11095 SW INDUSTRIAL WAY STE A INDUSTRIAL INSURANCE-ACTIVE TUALATIN OR 97062-9685 TAX REGISTRATION-ACTIVE FIFE GENERAL BUSINESS- NON-RESIDENT-ACTIVE KELSO GENERAL BUSINESS- NON-RESIDENT#B010369-ACTIVE MOUNT VERNON GENERAL BUSINESS-NON-RESIDENT- ACTIVE BATTLE GROUND GENERAL BUSINESS-NON-RESIDENT- ACTIVE MUKILTEO GENERAL BUSINESS- ` n BUSINESS LICENSE ' y o :l y y iaxe P y STATE OF Issue Date: Mar 10, 2023 WASHINGTON k'. Unified Business ID #: 602001003 Limited Liability Company Business ID #: 001 Ft Location: 0001 ' SPECIALIZED PAVEMENT MARKING, LLC Expires: Feb 29, 2024 = : 11095 SW INDUSTRIAL WAY STE A t; TUALATIN OR 97062-9685 pf,'i r g# Qt-: /�y P EYf j >�I si `f I � I ,Y �I t't This document lists the registrations, endorsements, and licenses authorized for the business € ' named above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,DepattmenLtdf Revenue sl UBI: 602001003 001 0001 STATE OF WASHINGTON Expires: Feb 29, 2024 SPECIALIZED PAVEMENT UNEMPLOYMENT INSURANCE- MARKING,LLC ACTIVE 11095 SW INDUSTRIAL WAY STE A INDUSTRIAL INSURANCE-ACTIVE TUALATIN OR 97062-9685 TAX REGISTRATION-ACTIVE FIFE GENERAL BUSINESS- NON-RESIDENT-ACTIVE KELSO GENERAL BUSINESS- NON-RESIDENT#13010369-ACTIVE MOUNT VERNON GENERAL BUSINESS-NON-RESIDENT- ACTIVE BATTLE GROUND GENERAL BUSINESS-NON-RESIDENT- ACTIVE MUKILTEO GENERAL BUSINESS- 3/28/23, 12:15 PM SPECIALIZED PAVEMENT MRKG LLC r^ wasnmq,00 swm omann,ms of Labor&Industries(hitps://Ini.wa.g�v) Contractors SPECIALIZED PAVEMENT MRKG LLC Owner or tradesperson 11095 SW INDUSTRIAL WAY _....._..._............ SUITE A Principals TUALATIN,OR 97062 PRICE,MARKALLAN,PARTNER/MEMBER 503-885-0420 EVERTON,ROBERT K,PARTNER/MEMBER Doing business as SPECIALIZED PAVEMENT MRKG LLC WA UBI No. Business type 602 001 003 Limited Liability Company Governing persons MARK A PRICE HOWARD DAHILL; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. SPECIPM781B9 Effective—expiration 11/19/2021-11/1912023 Bond ............... Swiss RE Corporate Solutions America $12,000.00 Insurance Corporation Bond account no. 2307260 Received by L&I Effective date 11/19/2021 09/28/2021 Expiration date Until Canceled Insurance Travelers Indemnity Company Th $2,000,000.00 Policy no. VTC2 KC 03K9907061 N D23 Received by L&I Effective date 01/04/2023 01/01/2023 Expiration date 01/01/2024 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts htt s://secure.Ini.wa. ov/verif /Detaii.as x?UBI=602001003&LIC=SPECIPM781B9&SAW=false 1/2 p 9 Y P 3/28/23, 12:15 PM SPECIALIZED PAVEMENT MRKG LLC No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent Registered training agent.Check their eligible programs and occupations. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 002,815-01 ..............-- Doing business as SPECIALIZED PAVEMENT MARKING Estimated workers reported Quarter 4 of Year 2022"31 to 50 Workers" L&I account contact T2/LINDAALGUIRE(360)902-4678-Email:POTH235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. t Required Training—Effective July 1,2019 1 Exempt from this requirement. Contractor Strikes ................. . No strikes have been issued against this contractor. Contractors not allowed to bid No'debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 0 Violations 8/06/2021 Inspection no. 317964101 Location N 34th&Stone Seattle,WA 98103 .. ...... ................. .................... . Inspection results date No violations 03/12/2021 Inspection no. 317962291 Location 3102 B St Nw Auburn,WA 98001 https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=602001003&LIC=SPECIPM781 B9&3AW=false 2/2 opw Nommkil, Nk Oregon Office: Washington Office: 11095 SW Industrial Way 175 Roy Rd SW, Bldg C Tualatin, OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph: 253.299.1200 Fax:503.582.8629 Fax: 253.299.1250 SPECIALIZED PAVEMENT MARKING 2023 Plastic Markings CITY OF KENT- PROJECT#23-3011.2 2.1 Specialized Pavement Marking, LLC. has been in business as a Contractor Since 1995. 2.2 Specialized Pavement Marking, LLC. has been under its present business name since 2021. 2.2.1 Former Business Name: Specialized Pavement Marking, Inc 2.3 N/A 2.4 N/A 2.5 N/A 2.6 Limited Liability Company (LLC)/ Mark Price, President 3.1 Specialized Pavement Marking, LLC is legally qualified to do business as a Specialty Contractor in the scope of installation of traffic pavement markings. We are licensed in the states of: Washington-SPECIPM781B9, Oregon- 238621, California-854894, Hawaii-C-38253-0, Ida ho-PWC-C-14511-AAA-2 and Alaska-187979. 3.2 Our trade name is filed in all of the above referenced jurisdictions. 4 Experience: 4.1 Categories of Work: Pavement Marking/Striping and associated tasks, Stripe Removal, Rumble Strips, Curbing, and Traffic Control. 4.2.1 Ever failed to complete any work awarded to it? No. 4.2.2 Any Judgments, claims, arbitration proceedings or suits pending or outstanding? 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? No. 4.4 See Attached Sheet. 4.5 See Attached Sheet. 4.6 See Attached Sheet. opw mmmlkk�' wk Oregon Office: Washington Office: 11095 SW Industrial Way 175 Roy Rd SW, Bldg C Tualatin, OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph: 253.299.1200 Fax: 503.582.8629 Fax: 253.299.1250 SPECIALIZED PAVEMENT MARKING 4.7 See Attached Sheet. 5 References: 5.1 See Attached Sheet 5.2 See Attached Sheet 5.3.1 Name of Surety: Berkley Insurance Company 5.3.2 Name/Address of Agent: Lockton Companies, Aaron Clark—3657 Briarpark Dr, Suite 700, Houston,TX 77042 6 Financing 6.1—6.2 Will be provided after bid opening upon request. 313v 2v a3 Mark Price, President Date m o 0 0 0 0 0 0 0 0 c 0 o 0 0 o o 0 C 0 0 0 o v(0 0 0 o 0 0 0 0 0 o o o 0 0 d N m (n M a) m d' m m O m N o O m C7 m N 4) � d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N N m r m Ct m N m (n M M M m (D m N m r a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 arrrrrrrrrrrrrr E E o ° U U o d m c C o ° t r a a y m y y a) � Q Q U U @ ro c c U U *' ro ZQ dc 0 ° O cL U -° U J a 0 J > °U U U U o U O j o ~ Y' 2 J Q J J M _J C .D n U U 0 W N=m @ a ❑ C F (� (n Z Z o T T Z C) C7 yU m� m m � J oF-O c c m IL c oz Z c� °-❑ n- n0 -��UOU w c E 2 0 0 0U O U W (J"nUa U 0 U o a F a ro Q a U o m U'- F.-._ roZ m Q m nm W oY o(n of o OEam oZ @ o o ° cn 2 2 70 o�� °c oF��U Y o< .oz W 2Q ZO w o aa) E o A'�`Q o W m n 2 z ro a 3 U m ? 0 2 a 2 0 �= ti r o U w U ca 0 0 2 0@ c Z00 mH 2UOUY(p-�cQ o oQ oU oQm 5zC) W �Q aci0 Y o r w o c�QU EYY�S:o o}2U_UImU�UN� o ro aco:�Q o m�Y� �ro WF' n d — mw=LLo@moo.- 4) wcN�NZ } a) on 0} EcTi o❑ @� Eco @ cF�YY a3� mF 10�»° @= m�F_ ; � m'0 o m (n m m O (WiQQYC7UCDUUF-JC�fnY� Qf-�(n�(nU OQY,OUcgUU� FmL-FU *- 0 r co N m U7 d' m V' n r r 0 O M m M m � +-•r Ih M m (° (° (() m N O Lo M w ° LI)C N �.(D N N m M m m (n m O M m V r o C'V' ti (D N (n d' V' m (° N m ti M O Q n co m (Cl r l� r m m M '7 M m M r m V' r M m m r m 7 co M c N m m cf) Lr N r m cn 0 V' N 0 M (n N o 'ct N r V'r M m N m m M O N M °�O r M m m w 4 m Lo f` M co a) E O w M r A O o m m m t- rZ m (O N ti m Lo t M M E O m V o m �t N m m m o (n 't N LD Q O (n (n cD N N N m r I" a) (D m (n (D (n V' -t 'V' V d"'V' Q aD m c° V' M M M N N N N N N N to t, U @ ` A Y C O U U a x � n cN N z N W - ° F n O Y m rn m m w U r (n o m Y(n = L Y Q o r cl W U oo M Zcl '3 >Q U F m v> E 4 Q � N D O a)O( j �o Q MY ZU o N zoom w �0(70 FL O >�> Ea N =m W a' -' > ca w w¢ z O U} o 'o c� m w L o— m(n Ura p(nW� —° pJ O > >QoN ❑ 3 OF m 55 .` FvQ NZF�w �ZLL � ¢Z¢� rF- co¢r Q s o m~ NQY " O0Q�O c mOLLZ � Z2g�� Y Uzc)W^ - - a EQc' �� K � ZZO ❑ =qt co OOx(AQ00(n2 c�M W Y oz E Fc W Na (A InN°tSUOZ W mF a �zwIZ o� KZ> Q � EFL> Z ov» o Wp= ZQ oN(7—Q—NFU E �wdF W'p'Y-I wC�Z J❑FaQQJw (Nn wz y °W UU W Z mz9 > wg o >QO W Z NOUZ W U o% W(n§= wFQ m �pzp W a >O�ZCnC7Q2F- c -j m m cF-> L jQ�QO @�wrp W (A a o��—> Q wFPWQZ °-OZ a°)i W a> Zo mYwR (°PibN W❑ jwQ (DU - OY (�v m aca W Wm�(nW WaZa'� .n DpNQJD-'� wW 2'lo(n�0 JQ.OFH W F, ZN .a JLLpW0 CJ W F' KRwa ro zzw F-ZQa (Ui� � �fn(UnZZo2Z � 02mpK m w ErW W ow7i u)Y7 z r C Z `n� Q�¢ uFi mOmZ � w��,�� WILL J❑VO W a p, °8 W 3 ¢ Z ��¢ao� ,L@., o � C) W � ti� NOQU(n W Z-(np (nN2�W ZF- 42 o y;a�F2OU � UnQ.�O���� 7 a ❑ a7 � �� N W of?) �pQ, NiD CiN� zJ 2 U 'O(nw NN MN Nm �" N(n �N @ Va (n1LL fn(n(n ❑ NU) 0 W LL❑(n I- W� .}J2 o yy� a �� R. cli W NNl7 F- N2'ZN (°c� {.r N N N N N N N N N N N N N N M m y^� N N N N N N N N N N N N N N N N N N N N N N cn V N N N N N N N N N N N N N N N y o n 0 0 0 0 o n 0 0 o o o 0 o 0 o o n 0 0 o o O O O O O O o 0 0 o o n 0 o 0 ° W N N N N N N N_ N N N N N N N N N N N N N N N :1 d N N N N N N N N N N N N N N N _ m d a7 M N M M M M M M M M M M M •� d E �. N N r co N N co N M V' m m n N aJ c0 1�M (O V' aD M N C n• a7 7 C f. ❑ r r r r r y V a m O ar @ E @ t R O L a E w L (n tt U A 44c� A 66c6r,� 6c6 c� � 6r-L4c66 66c64Ln66c600l- tr- 6 A 4 A Lo a7 O a) m r m O M N_t` V 'V' V M V' M m N(D co r Cl M V'V' V' O Ln O N m (D w r- r 0 0 m m O m co (n (n V' O O N O V' o 0 0 It O N m V n n M V m r W m ''T m r V' (o co (l7 w (n V v) (D N.f` m V' r- m m Lo I- m U) m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Oregon Office: Washington Office: 111h,q 11095 SW Industrial Way 175 Roy Rd SW, Bldg C Vj Tualatin, OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph:253.299.1200 Fax:503.582.8629 Fax:253.299.1250 SPECIALIZED PAVEMENT MARKING 4.6 Construction Experience of Key Individuals: individual's Name Present Position Years Experience Mark Price President 28 Henry Robinson Project Manager/Scheduling 21 Bob Everton CFO 27 Tyler Pierce General Manager,WA 28 Troy Benedict Field Superintendent 25 Rob Busse Field Superintendent 24 opw mmmilkh., wk '000M 4 Oregon Office: Washington Office: bbh,q 11095 SW Industrial Way 175 Roy Rd 5W, Bldg C Tualatin,OR 97062 Pacific,WA 98047 QVWv ON 4W Ph: 503.885.0420 Ph:253.299.1200 Fax:503.582.8629 Fax: 253.299.1250 SPECIALIZED PAVEMENT MARKING 4.7 Major Equipment Quantity Equipment Description 1 1999-Paint Striping Truck 1 2000- Paint Striping Truck 1 2004- Paint Striping Truck 1 2005- Paint Striping Truck 1 2001-Thermoplastic Striping Truck 1 2006-Thermoplastic Striping Truck 1 2003- MMA Striping Truck 1 2006- MMA Striping Truck 1 2019- MMA Striping Truck 1 2001- Epoxy Striping Truck 1 1999-Turboblast Shot Blaster 1 2006-Concord Hydroblaster 1 2002-Vac Trac Grinder 1 2003- Inlaid Milling Truck 1 2006-Wirtgen Milling Machine 1 2015-StripeHog Hydroblaster 1 1997- Freightliner Blastrac Shot Blaster/Abrasion Truck 21 Support Trucks (10)/1 Tons (11) 4 Sweepers Oregon Office: Washington Office: 11095 SW Industrial Way 175 Roy Rd SW, Bldg C Tualatin, OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph: 253.299.1200 Fax:503.582.8629 Fax: 253.299.1250 SPECIALIZED PAVEMENT MARKING 2023 Plastic Markings CITY OF KENT-PROJECT#23-3011.2 5.1 Trade References: Ennis-Flint, Inc. Ennis Paint Division P.O. Box 603518 Charlotte, NC 27410 Phone: (336)477-8398 or(503) 569-0332 Fax: (336)475-2340 Email: lohns ennisflint.com Jubitz Corporation P.O. Box 11251 Portland, OR 97211 Phone: (503) 283-1137 Fax: (503)-240-5852 Email: marina.avatyuk@iubitz.com Les Schwab Tire Center 15905 SW Tualatin-Sherwood Hwy Sherwood, OR 97140 Phone: (503) 925-0570 Fax: (503) 625-9332 5.2 Bank Reference: Northwest Bank 4900 Meadows Road, Suite 410 Lake Oswego, OR 97035 Phone: (503) 905-3212 Fax: (503) 906-3938 Account: 1010006748 Contact:Tom Lee BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .................... Orderof Contents................................................................................. Invitationto Bid...................................................................................� Contractor Compliance Statement........................................................i!" Date............................................................................................V Have/have not participated acknowledgment.............................W Signatureand address ................................................................�' Declaration - City of Kent Equal Employment Opportunity Policy ........ Dateand signature .....................................................................1� AdministrativePolicy ...........................................................................�( Proposal...............................................................................................b( First line of proposal - filled in ................................................... ' Minimum bid prices are correct...................................................$1 Unitprices are correct ................................................................ Subcontractor List (contracts over $1M — HVAC, Plumbing, & Electrical)............ Subcontractors listed properly....................................................� Signature ....................................................................................�' Subcontractor List (contracts over $1M — Structural Steel & Rebar Installation).. nstallation).. Subcontractors listed properly....................................................iQl' Dateand signature ....................................................................:i�1' Contractor's Qualification Statement ...................................................!'� Completeand notarized ..............................................................Er Statement that Bidder Has Not Been Disqualified ................................9( Certification of Compliance with Wage Payment Statutes................... .er ProposalSignature Page ......................................................................a AllAddenda acknowledged ........................................................ Date, signature and address .......................................................I" ' BidBond Form .....................................................................................�[ Signature, sealed and dated........................................................a" Powerof Attorney.......................................................................19 (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form.................................................................1 Signature ....................................................................................� ChangeOrder Form..............................................................................1� Bidder's Checklist ................................................................................`l 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. 2023 Plastic Markings/Araucto 21 March 20, 2023 Project Number: 23-3011.2 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT SURU2210001371 Bond No. KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Specialized Pavement Marking LLC as Principal, and Ascot Surety&Casualty Company 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 $199,120.00 - , 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. "One Hundred Ninety Nine Thousand One Hundred Twenty and 00/100 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 2023 Plastic Markings/Project Number: 23-3011.2 (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. 2023 Plastic Markings/Araucto 22 March 20, 2023 Project Number: 23-3011.2 TWO WITNESSES: Specialized Pavement Marking, LLC PRINCIPAL (enter principal's name above) By: BY: (/i TITLE: C &\(UACA+ PRINT NAME 1 7 DATE: 6 ` Z J DATE: 23 By CORPORATE SEAL: P INT NAKIE DATE: O— J 2 S Ascot Surety&Casualty Company SURETY CORPORATE SEAL: BY: DATE: April 27, 2023 TITLE: Nick Patetta,Attorney-In-Fact ADDRESS: 55 W 46th Street New York, NY 10036 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the Assistant) Secretary of the Corporation named as Principal in the within Bond; that n;-21y,� Who signed the said bond on behalf of the Principal ,W176 i�WM( WA- MUVIGYLG tU. (- 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 ASSI TANT SECRETARY 2023 Plastic Markings/Araucto 23 March 20, 2023 Project Number: 23-3011.2 Ascot Surety&Casualty Company Ascot Insurance Company 0 55 W 4611 Street,2611 Floor New York,NY 10036 Power of Attorney KNOW ALL MEN BY THE PRESENTS: That Ascot Surety&Casualty Company and Ascot Insurance Company,each a corporation organized and existing under the laws of the State of Colorado(the"Companies'),do hereby constitute and appoint: Robert F.Bobo,Aaron P.Clark,Timothy F.Kelly,Florence McClellan,Teresa D.Kelly,Kristin Darling,Laura Lee Kneitz,Rachel Richardson,Nick Palette and Craig C.Payne of Houston,TX (city,state)and each its true and lawful Attomey(s}in-Fact,with full authority to sign,execute,seal, acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,or,if the following line is filled in,only within the area and up to the amount therein designated,any and all bonds, undertakings,recognizances,and other contracts of indemnity or writings obligatory in the nature thereof,issued in the course of its surety business,and to bond the Companies as follows: Any such obligations in the United States not to exceed$50,000,000.00 The Companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority Resolutions adopted by the Board of Directors of the Companies,which resolutions are still in effect: RESOLVED,that any of the Chief Executive Office,the Chief Operating Officer or the Chief Urdenvriting Officer,acting in conjunction with the head of the surety business line for the Corporation(each an Authorized Individual"and,collectively,the Authorized individuals"),are authorized to jointly appoint one or more altorneys-in-fact to represent and act for and on behalf of the Corporation in the transaction of the Corporations surety business to execute(under the common seal of the Corporation if appropriate)bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof: RESOLVED,that in conjunction with the Corporation's transaction of surety business the signatures and attestations of the Authorized individuals and the seat of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto(electronic or otherwise)by facsimile and any such Pourer of Attorney or certificate bearing such facsimile signatures or facsimile seals(electronic or otherwise)shall be valid and bonding upon the Corporation when so affixed with respect to any bond,undertaking,recognizance or lather contract of indemnity or writing obligatory in the nature thereof; RESOLVED,that in connection with the Corporation's transaction of surety business.the facsimile electronic or mechanically reproduced signature of any Authorized Ind vidual,whether made heretofore or hereafter,whenever appearing upon a copy of any Power of Attorney of the Corporation,with signatures affixed as next above noted,shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. IN WITNESS WHEREOF,the Companies have caused these presents with the respective corporate seals and to be executed by the individuals named below who are duly authorized and empowered to execute the Power of Attorney on the Companies'behalf,this 191"day of April 2023. •`'y b'�,450"'•, ••''UUPNrC"'', ASCOT SURETY&CASUALTY COMPANY ASCOT INSURANCE COMPANY tSEALi ia;SI'AL ') Matthew Kramer(Chief Executive Officer) Tara 0 i y"Executive Vice President, ) STATE OF CONNECTICUT ) COUNTY OF FAIRFIELD )ss. On this 13"day of April 2023,before me came the above named Chief Executive Officer of each Ascot Surety&Casualty Company and Ascot Insurance Company and the head of the surety business line for each of Ascot Surety&Casualty Company and Ascot Insurance Company,to me personally known to be the individuals described herein,and acknowledged that the seals affixed to the preceding instrument and the corporate seals of each Ascot Surety& Casualty Company and Ascot Insurance Company,and that the said corporate seals and signatures were duly affixed and subscribed to said Instrument by the authority and direction of said Companies. KSENIA E GUSEVA ��C.C�t�l �• C�� Notary Public.State of Connecticut Notary Public Ksenia E Guseva My Commission Expires June 30,2024 My commission expires on June 30,2024 I,the undersigned Secretary of the Company,do hereby certify that the foregoing excerpts of the Resolution adopted by the Board of Directors of the Companies,and the Power of Attorney issued pursuant thereto,are true and correct,and further certify that both the Resolution and the Power of Attorney are still in full force and effect. This Certificate may be signed by facsimile under and by the authority of the following resolution of the Board of Directors of the Companies. RESOLVED,that in connection with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto(electronic or otherwise)by facsimile and any such Power of Attorney of certificate bearing.such facsimile signatures or facsimile seat(electronic or otherwise)shall be valid and binding upon the Corporation when so affixed with respect to any bond,tandertaking,recognizances or other contract of Indemnity or writing obligatory in the nature thereof; IN WITNESS WHEREOF;i have hereunto set my hand and affixed the seal of the Companies,this 2711 day of April 20 23 ASCOT SURETY&CASUALTY COMPANY ASCOT INSURANCE COMPANY All Claims Notices should he sent to Ascot Surety&Casualty Company 55 W 4611 St,2611 Floor,New York NY 10,136, Ahention Surety Claims suretvclaimseascotarouo com CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Specialized Pavement Marking, LLC organized under the laws of the State of Washington , located and doing business at 11095 SW Industrial Way, Suite A Tualatin, OR, 97062 ("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: 2023 Plastic Markings/Project Number: 23-3011.2 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 2023 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 2023 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and work shall be physically completed within twenty-five (25) working days, The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. 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. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $ 199,920. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract, 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 2023 Plastic Markings/Araucto 24 March 20, 2023 Project Number: 23-3011.2 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 competentjurisdiction determine that this contract is subject to RCW 4,24,115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION, THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. B. 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. 2023 Plastic Markings/Araucto 25 March 20, 2023 Project Number: 23-3011.2 CITY OF KENT BY, — - DANA RALPH, MAYOR DATE: 05/05/2023 ATTEST: KIMBERLEY q1KbMOTO, CITY CLERK AP U:OVED AS TO FORM: a��.—� 0-J J KENTL' W DEPARTMENT CONTRACTOR BY: PRINT NAME: Mark Price TITLE: President DATE: 4/24/2023 2023 Plastic Markings/Araucto 26 March 20, 2023 Project Number: 23-3011.2 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. 2023 Plastic Markings/Araucto 27 March 20, 2023 Project Number: 23-3011.2 EXHIBIT 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. 2023 Plastic Markings/Araucto 28 March 20, 2023 Project Number: 23-3011.2 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2023 Plastic Markings/Araucto 29 March 20, 2023 Project Number: 23-3011.2 ®A DATE(M4 2/DDYY3) t � 1 CERTIFICATE OF LIABILITY INSURANCE 0 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. m If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on _ this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). d CONTACT PRODUCER NAME: AOn Risk insurance Services West, Inc. PHONE FAX Denver CO Office (A/C.No.Ext): (303) 758-7688 (Arc.No.): (303) 758-- 9_ 1900 16th Street, Suite 1000 0 E-MAIL = Denver CO 80202 USA ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC q INSURED INSURERA: The Travelers Indemnity Co. 25658 specialized Pavement Marking, LLC INSURERB: Travelers Property Cas Co of America 25674 11095 Sw industrial Way, Ste A INSURERC: The Charter oak Fire Insurance Company 25615 Tualatin OR 97062 USA INSURER❑: Arch Specialty Insurance Company 21199 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570099117975 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, Limits shown are as requested I LTRR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDDIYVIY) (MMIDDNYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y VTC2KCO3K990706IND23 01 01/2023 71 01 2024 EACH OCCURRENCE $2,000,000 I� GE TO D $300,000 CLAIMS-MADE I X I OCCUR PREMISES(Ea occurrence) MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,006 rn GENERAL AGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: JE POLICY [ PRO ❑LOG PRODUCTS-COMP/OP AGG $4,000,000 m 0 0 OTHER: � B AUTOMOBILE LIABILITY Y Y VTC2J—CAP-3K990718—TIL-23 01/01/2023 01/01/2024 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) O OWNED AUTOS SCHEDULED BODILY INJURY(Per accident) Z +� AUTOS ONLY PROPERTY DAMAGE V X HIRED AUTOS N NON-OWNED (Peraccident) ONLY AUTOS ONLY tt. N ❑ X UMBRELLALIAB CCUR Y UXP105098900 01/01/2023 01/01/2024 EACH OCCURRENCE $5,000,003 U X O EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I I RETENTION C WORKERS COMPENSATION AND Y UBIW5734672325K 01/01/2023 01/01/2024 X PER STATUTE I 1OTH- EMPLOYERS'LIABILITYTY YIN ANY PROPRIETOR/PARTNER/ N E.L.EACH ACCIDENT $1,000,000 EXECUTIVE OFFICER/MEMBER 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 1,000,00 e Business Auto Physical Damag VTJ-BAP-3K99072A-TIL-23 01/01/2023 01/01/2024 Actual Cash Value Included_ Coverage DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 181,Additional Remarks Schedule,may be attached if more space is required) RE: 27278 - 2023 Plastic Markings/Araucto, Project Number: 23-3011.2. City of Kent Public works is included as Additional Insured in accordance with the policy provisions of the General Liability, Automobile Liability and umbrella Liability policies. General Liability and Automobile Liability policies evidenced herein are Primary and Non-Contributory to other .rem insurance available to Additional insured, but only in accordance with the policy's provisions. A waiver of subrogation is --4 granted in favor of The Contractor, City of Kent Public works, their subcontractors, sub-subcontractors, agents, employees and so each of the other in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. A 30-day cancellation notice is given in favor of Certificate Holder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION t� DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ,b �jL7.ti�I City Of Kent Public Works AUTHORIZED REPRESENTATIVE 220 Fourth Avenue south Z� Kent WA 98032 USA %,�4J can � ��rarctane�Jut�r�exa /��nu ©1988-2015 ACORD CORPORATION.All rights reserved ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II —WHO IS AN (a) The Additional Insured — Owners, Les- INSURED: sees or Contractors — Scheduled Person Any person or organization that: or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional a. You agree in a written contract or agreement to Insured — Owners, Lessees or Contrac- include as an additional insured on this Coverage tors — Completed Operations endorse- Part; and ment CG 20 37 07 04 or CG 20 3 7 04 13, b. Has not been added as an additional insured for or both of such endorsements with either the same project by attachment of an endorse- of those edition dates; or ment under this Coverage Part which includes (b) Either or both of the following: the Addi- such person or organization in the endorsement's tional Insured—Owners, Lessees or Con- schedule; tractors — Scheduled Person Or Organi- is an insured, but: zation endorsement CG 20 10, or the Ad- a. Only with respect to liability for "bodily injury" or ditional Insured — Owners, Lessees or "property damage" that occurs, or for "personal Contractors — Completed Operations en- injury" caused by an offense that is committed, dorsement CG 20 37, without an edition subsequent to the signing of that contract or date of such endorsement specified; agreement and while that part of the contract or the person or organization is an additional in- agreement is in effect; and sured only if the injury or damage is caused, b. Only as described in Paragraph (1), (2) or (3) be- in whole or in part, by acts or omissions of low, whichever applies: you or your subcontractor in the performance (1) If the written contract or agreement specifical- of"your work" to which the written contract or ly requires you to provide additional insured agreement applies; or coverage to that person or organization by (3) If neither Paragraph (1) nor(2) above applies: the use of: (a) The person or organization is an addi- (a) The Additional Insured — Owners, Les- tional insured only if, and to the extent sees or Contractors — (Form B) endorse- that, the injury or damage is caused by ment CG 20 10 11 85; or acts or omissions of you or your subcon- (b) Either or both of the following: the Addi- tractor in the performance of "your work" tional Insured—Owners, Lessees or Con- to which the written contract or agree- tractors — Scheduled Person Or Organi- ment applies; and zation endorsement CG 20 10 10 01, or (b) Such person or organization does not the Additional Insured —Owners, Lessees qualify as an additional insured with re- or Contractors — Completed Operations spect to the independent acts or omis- endorsement CG 20 37 10 01; sions of such person or organization. the person or organization is an additional in- The insurance provided to such additional insured is sured only if the injury or damage arises out subject to the following provisions: of"your work" to which the written contract or a. If the Limits of Insurance of this Coverage Part agreement applies; shown in the Declarations exceed the minimum (2) If the written contract or agreement specifical- limits required by the written contract or agree- ly requires you to provide additional insured ment, the insurance provided to the additional in- coverage to that person or organization by sured will be limited to such minimum required the use of: limits. For the purposes of determining whether CG D6 04 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY this limitation applies,the minimum limits required result in a claim. To the extent possible, such by the written contract or agreement will be con- notice should include: sidered to include the minimum limits of any Um- (a) How, when and where the "occurrence" brella or Excess liability coverage required for the or offense took place; additional insured by that written contract or (b) The names and addresses of any injured agreement. This provision will not increase the persons and witnesses; and limits of insurance described in Section III—Limits Of Insurance. (c) The nature and location of any injury or damage arising out of the "occurrence" or b. The insurance provided to such additional insured offense. does not apply to: 1 An "bodily injury", "propertydamage" or (2) If a claim is made or "suit" is brought against ( ) y y l y ° g the additional insured: "personal injury" arising out of the providing, or failure to provide, any professional archi- (a) Immediately record the specifics of the tectural, engineering or surveying services, claim or"suit" and the date received; and including: (b) Notify us as soon as practicable and see (a) The preparing, approving, or failing to to it that we receive written notice of the prepare or approve, maps, shop draw- claim or"suit" as soon as practicable. ings, opinions, reports, surveys, field or- (3) Immediately send us copies of all legal pa- ders or change orders, or the preparing, pers received in connection with the claim or approving, or failing to prepare or ap- "suit", cooperate with us in the investigation prove, drawings and specifications; and or settlement of the claim or defense against (b) Supervisory, inspection, architectural or the"suit", and otherwise comply with all policy engineering activities. conditions. (2) Any "bodily injury" or "property damage" (4) Tender the defense and indemnity of any caused by "your work" and included in the claim or "suit" to any provider of other insur- "products-completed operations hazard" un- ance which would cover such additional fin- less the written contract or agreement specifi- sured for a loss we cover. However, this con- cally requires you to provide such coverage dition does not affect whether the insurance for that additional insured during the policy provided to such additional insured is primary period. to other insurance available to such additional c. The additional insured must comply with the fol- insured which covers that person or organiza- lowing duties: tion as a named insured as described in Par- (1) Give us written notice as soon as practicable agraph 4., Other Insurance, of Section IV — of an "occurrence" or an offense which may Commercial General Liability Conditions. Page 2 of 2 ©2017 The Travelers Indemnity Company.All rights reserved. CG D6 04 02 19 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the 1. The following replaces Paragraph b. of the knowledge or consent of,the insured. definition of "occurrence" in the 5. The following is added to the DEFINITIONS DEFINITIONS Section: Section: b. An act or omission committed in providing "Incidental medical services" means: or failing to provide "incidental medical a. Medical, surgical, dental, laboratory, x-ray services", first aid or "Good Samaritan services" to a person, unless you are in or nursing service or treatment, advice or the business or occupation of providing instruction, or the related furnishing of professional health care services. food or beverages; or 2. The following replaces the last paragraph of b. The furnishing or dispensing of drugs or Paragraph 2.a.(1) of SECTION II — WHO IS medical, dental, or surgical supplies or AN INSURED: appliances. Unless you are in the business or occupation 6. The following is added to Paragraph 4.b., of providing professional health care services, Excess Insurance, of SECTION IV — Paragraphs (1)(a), (b), (c) and (d) above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing or failing to provide: This insurance is excess over any valid and (a) "Incidental medical services" by any of collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, that assistant, emergency medical technician is available to any of your "employees" for or paramedic; or "bodily injury" that arises out of providing or (b) First aid or "Good Samaritan services" by failing to provide "incidental medical services" any of your "employees" or "volunteer to any person to the extent not subject to workers", other than an employed or Paragraph 2.a.(1) of Section II — Who Is An volunteer doctor. Any such "employees" Insured. or "volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATION to provide first aid or "Good Samaritan services" during their work hours for you The following is added to Paragraph 8., Transfer will be deemed to be acting within the Of Rights Of Recovery Against Others To Us, scope of their employment by you or of SECTION IV — COMMERCIAL GENERAL performing duties related to the conduct LIABILITY CONDITIONS: of your business. If the insured has agreed in a contract or 3. The following replaces the last sentence of agreement to waive that insured's right of Paragraph 5. of SECTION III — LIMITS OF recovery against any person or organization, we INSURANCE: waive our right of recovery against such person or For the purposes of determining the organization, but only for payments we make applicable Each Occurrence Limit, all related because of: acts or omissions committed in providing or a. "Bodily injury" or "property damage" that failing to provide "incidental medical occurs; or services", first aid or "Good Samaritan services" to any one person will be deemed to b. "Personal and advertising injury" caused by an offense that is committed; be one "occurrence"_ 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY E. CONTRACTUAL LIABILITY—RAILROADS INJURY AND PROPERTY DAMAGE LIABILITY: 1. The following replaces Paragraph c. of the Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ©2017 The Travelers Indemnity Company.All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a. The statements in the Declarations are If all of the other insurance permits contribution accurate and complete, by equal shares,we will follow this method also. b. Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c. We have issued this policy in reliance upon limit of insurance or none of the loss remains, your representations. whichever comes first. The unintentional omission of, or unintentional error If any of the other insurance does not permit in, any information provided by you which we relied contribution by equal shares, we will contribute upon in issuing this policy will not prejudice your by limits. Under this method, each insurer's rights under this insurance. However, this provision share is based on the ratio of its applicable limit does not affect our right to collect additional of insurance to the total applicable limits of premium or to exercise our rights of cancellation or insurance of all insurers. nonrenewal in accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, and agreement that the insurance afforded to an any rights or duties specifically assigned in this insured under this Coverage Part must apply on Coverage Part to the first Named Insured, this a primary basis, or a primary and non- insurance applies: contributory basis, this insurance is primary to a. As if each Named Insured were the only other insurance that is available to such insured Named Insured, and which covers such insured as a named insured, and we will not share with that other insurance, b. Separately to each insured against whom claim provided that: is made or"suit" is brought. (1) The "bodily injury" or"property damage"for 8. To Us Of Rights Of Recovery Against Others which coverage is sought occurs; and (2) The "personal and advertising injury" for If the insured has rights to recover all or part of any which coverage is sought is caused by an payment we have made under this Coverage Part, offense that is committed; those rights are transferred to us.The insured must do nothing after loss to impair them. At our request, subsequent to the signing of that contract or the insured will bring "suit" or transfer those rights agreement by you. to us and help us enforce them. 5. Premium Audit 9, When We Do Not Renew a. We will compute all premiums for this Coverage If we decide not to renew this Coverage Part,we will Part in accordance with our rules and rates. mail or deliver to the first Named Insured shown in b. Premium shown in this Coverage Part as the Declarations written notice of the nonrenewal advance premium is a deposit premium only. At not less than 30 days before the expiration date. the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficient the earned premium for that period and send proof of notice. notice to the first Named Insured.The due date for audit and retrospective premiums is the date SECTION V—DEFINITIONS shown as the due date on the bill. If the sum of 1. "Advertisement" means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers or Named Insured. supporters. For the purposes of this definition: c. The first Named Insured must keep records of a. Notices that are published include material the information we need for premium placed on the Internet or on similar electronic computation, and send us copies at such times means of communication; and as we may request. b. Regarding websites, only that part of a website 6. Representations that is about your goods, products or services By accepting this policy,you agree: for the purposes of attracting customers or supporters is considered an advertisement. Page 16 of 21 ©2017 The Travelers Indemnity Company.All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office,Inc.with its permission. POLICY NUMBER: vTc2K-co-3K990706-IND-23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 PERSON OR ORGANIZATION: Any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You send us a written request to provide such notice, including the name and address of such person or organization, after the first Named Insured receives notice from us of the cancellation of this policy; and 2. We receive such written request at least 14 days before the beginning of the applicable number of days shown in this endorsement. ADDRESS: The address for that person or organization included in such written request from you to us. PROVISIONS If we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL T4 05 05 19 ©2019 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION C. EMPLOYEE HIRED AUTO EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that person or organization qualifies as an "insured" The following is added to Paragraph A.1., Who Is under the Who Is An Insured provision contained An Insured, of SECTION II — COVERED AUTOS in Section II. LIABILITY COVERAGE: C. EMPLOYEE HIRED AUTO Any organization you newly acquire or form dur- ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured, of SECTION II — COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered"autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured" against, and investigate or set- tle any such claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured, of SECTION II — COVERED AUTOS tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any "employee" of yours is an "insured" while us- "insured" will make any settlement ing a covered "auto" you don't own, hire or borrow without our consent. in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED (iii) in may, at our discretion, participate LIMITS in defending the "insured" against, or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II — COVERED AUTOS LIABIL- (iv) We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or "property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II — COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS LIABILITY COVERAGE. ITY COVERAGE: (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to make such payments ends when we (5) Anywhere in the world, except any country or have used up the applicable limit of jurisdiction while any trade sanction, em- insurance in payments for damages, bargo, or similar regulation imposed by the settlements or defense expenses. United States of America applies to and pro- hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with compulsory insurance requirements will No deductibles apply to this Personal Property not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto" you own that in- United States of America, its territories flate due to a cause other than a cause of 'loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one"loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or 'loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident". (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager (if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: tice of the"accident" or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS : The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or 'loss", provided that the "accident" or 'loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: Page 4 of 4 ©2015 The Travelers Indemnity Compa ny.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.S., Other 1. The following is added to Paragraph c. in A.1., Insurance of SECTION IV — BUSINESS AUTO Who Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with are required under a written contract or agreement, that is signed by you before the applicable other insurance under which an "bodily injury" or "property damage" occurs and additional insured person or organization is a that is in effect during the policy period, to name named insured when a written contract or agreement with you, that is signed by you before as an additional insured for Covered Autos Liability Coverage, but only for damages to which the "bodily injury" or "property damage" occurs this insurance applies and only to the extent of and that is in effect during the policy period, that person's or organization's liability for the requires this insurance to be primary and non- conduct of another"insured". contributory. CA T4 99 02 16 ©2016 The Travelers Indemnity company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. TRAVELERS WORKERS COMPENSATION AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06183 ENDORSEMENT WC 00 03 13 (00) - 001 POLICY NUMBER: UB-1W573467-23-25-x WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. DATE OF ISSUE: 01-24-22 STASSIGN: PAGE 1 OF1 POLICY NUMBER: VTC2J—CAP-3K990718—TIL-23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. PROVISIONS If we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL T4 05 05 19 0 2019 The Travelers Indemnity Company.All rights reserved. Page 1 Of 1 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: VTc2K-c0-3K990706-1ND-23 ISSUE DATE: 01-12-23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): Each "project" for which you have agreed, in General Aggregate a written contract that is in effect during Limit shown on the this policy period, to provide a separate Declarations General Aggregate Limit, provided that the contract is signed by you before the "bodily injury" or "property damage" occurs. A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by 'occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated "project" shown in the Schedule abo ve: shown in the Declarations nor shall they re- 1. A separate Designated Project General Ag- duce any other Designated Project General gregate Li mit applies to each designated "pro- Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project" shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or "prop- gregate Limit. erty damage" included in the "products- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1), and less of the number of: for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- b. Claims made or "suits" brought; or nated "project" shown in the Schedule abo ve: c. Persons or organizations making claims or bringing "suits". CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products-completed operations hazard" will available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit,whichever is applicable; and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit. nated Project General Aggregate L imit. E. For the purposes of this endorsement the Defini- C. Part 2. of SECTION III— LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and rep laced by the following: following definition: 2. The General Aggregate Limit is the most we "Project" means an area away from premises will pay for the sum of: owned by or rented to you at which you are per- forming operations pursuant to a contract or a. Damages under Coverage B; and agreement. For the purposes of determining the b. Damages from "occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION 1) and for all "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION 1) which nection is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated "project"shown in the considered a single "project". SCHEDULE above. F. The provisions of SECTION III — LIMITS OF D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ...................................... 1-1 1-01 Definitions and Terms.......................................................1-1 1-02 Bid Procedures and Conditions ...........................................1-2 1-03 Award and Execution of Contract........................................1-5 1-04 Scope of the Work ...........................................................1-5 1-05 Control of Work ...............................................................1-7 1-06 Control of Material ...................................... .....................1-10 1-07 Legal Relations and Responsibilities to the Public ..................1-13 1-08 Prosecution and Progress ..................................................1-17 1-09 Measurement and Payment ...............................................1-21 1-10 Temporary Traffic Control .................................................1-22 DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................... 8-1 8-10 Guide Posts ....................................................................8-1 8-22 Pavement Marking ...........................................................8-3 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 APPENDIX ....................................................................................... A-3 TRAFFIC CONTROL PLANS ............................................................... A-4 PREVAILING WAGE RATES............................................................... A-5 2023 Plastic Markings/Araucto March 20, 2023 Project Number: 23-3011.2 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2022 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise, all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS 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 NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and 2023 Plastic Markings/Araucto 1 - 1 March 20, 2023 Project Number: 23-3011.2 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS"IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 2023 Plastic Markings/Araucto 1 - 2 March 20, 2023 Project Number: 23-3011.2 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 by downloading at no charge athttr)s://www.kentwa.gov/pay-and-apply/bids-procurement-rfps; 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. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and 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 2023 Plastic Markings/Araucto 1 - 3 March 20, 2023 Project Number: 23-3011.2 Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2023 Plastic Markings/Araucto 1 - 4 March 20, 2023 Project Number: 23-3011.2 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the 2023 Plastic Markings/Araucto 1 - 5 March 20, 2023 Project Number: 23-3011.2 proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 2023 Plastic Markings/Araucto 1 - 6 March 20, 2023 Project Number: 23-3011.2 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-05.7 Removal of Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 2023 Plastic Markings/Araucto 1 - 7 March 20, 2023 Project Number: 23-3011.2 compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION; 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore, when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 2023 Plastic Markings/Araucto 1 - 8 March 20, 2023 Project Number: 23-3011.2 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 2022 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 2023 Plastic Markings/Araucto 1 - 9 March 20, 2023 Project Number: 23-3011.2 2022 Paint Line Striping and RPM Replacement Project 2022 Crack Sealing Project 2022 City of Kent Crew Paving Operations: Work listed in the Appendices requires installation of markings after the completion of City paving operations. The City anticipates completion of all paving operations later in the year and will issue a separate notice to proceed in accordance with the Contract. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BYADDING 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, 113, 1C, etc.). 2023 Plastic Markings/Araucto 1 - 10 March 20, 2023 Project Number: 23-3011.2 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. 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. 2023 Plastic Markings/Araucto 1 - 11 March 20, 2023 Project Number: 23-3011.2 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. 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. 2023 Plastic Markings/Araucto 1 - 12 March 20, 2023 Project Number: 23-3011.2 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 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.4(2) COVID-19 Job Site Requirements The Contractor shall comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle-King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: 2023 Plastic Markings/Araucto 1 - 13 March 20, 2023 Project Number: 23-3011.2 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) 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1- 07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15 Temporary Water Pollution Prevention 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. 2023 Plastic Markings/Araucto 1 - 14 March 20, 2023 Project Number: 23-3011.2 SECTION 1-07.17IS 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 Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. 2023 Plastic Markings/Araucto 1 - 15 March 20, 2023 Project Number: 23-3011.2 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. Lumen Comcast Tanaiya Anderson Aaron Cantrel 253-313-8961 206-510-4222 (cell) TanaivaAnderson@lumen.com Aaron Cantrel@comcast.com Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Gary Bradley 253-395-6926 253-234-6302 425-559-4647 (cell) Gary.Bradlev@Dse.com Glenn.Helton@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (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. 2023 Plastic Markings/Araucto 1 - 16 March 20, 2023 Project Number: 23-3011.2 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. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 2023 Plastic Markings/Araucto 1 - 17 March 20, 2023 Project Number: 23-3011.2 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor 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. Work on arterial streets occurring on a weekday is only permitted between the hours of 9:00 a.m. and 3:00 p.m. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working 2023 Plastic Markings/Araucto 1 - 18 March 20, 2023 Project Number: 23-3011.2 hours but may be subject to other conditions established by the City or Engineer. These conditions may include but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. 2023 Plastic Markings/Araucto 1 - 19 March 20, 2023 Project Number: 23-3011.2 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. 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. 2023 Plastic Markings/Araucto 1 - 20 March 20, 2023 Project Number: 23-3011.2 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BYADDING 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. 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. 2023 Plastic Markings/Araucto 1 - 21 March 20, 2023 Project Number: 23-3011.2 SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary 2023 Plastic Markings/Araucto 1 - 22 March 20, 2023 Project Number: 23-3011.2 traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1- 10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The unit bid price per hour for "Uniformed Off-Duty Police Officer" will be complete compensation for the utilization of uniformed off-duty Police Officer(s) for traffic control purposes. This bid item includes all the equipment, and vehicle needed for the police officer to perform his duties. Cost is per hour for each hour an Officer is on the project with a minimum call-out time of three hours. The Contracting Agency (City of Kent) has set the unit price for "Uniformed Off-Duty Police Officer" at eighty dollars ($80.00) per hour minimum. Should the Contractor determine that the cost for this work is greater than the minimum price shown in the bid form, the Contractor may bid a higher price. Should the Contractor write in a unit price less than the minimum price shown in the bid form, the minimum unit price shown in the bid form shall govern and become part of the bid. No adjustment will be made for overtime hours or holidays. The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L 2023 Plastic Markings/Araucto 1 - 23 March 20, 2023 Project Number: 23-3011.2 of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(1) of the WSDOT Standard Specifications. 2023 Plastic Markings/Araucto 1 - 24 March 20, 2023 Project Number: 23-3011.2 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-10 GUIDE POSTS SECTION 8-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.1 Description This work shall also consist of furnishing and installing traffic separator curb system at location(s) shown in the plans or as directed by the Engineer. SECTION 8-10.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.2 Materials Traffic Separator Curb System: The following is a list of acceptable traffic separator curb systems: Traffic Se arator Curb System Product Manufacturer Tuff Curb Impact Recovery Systems The contractor may propose an alternative product meeting these specifications; however, the Engineer reserves the right to accept or reject any product not shown on this list. Alternative products must meet the following specifications. The traffic separator curb system used shall be NCHRP-360 and MASH 2009 compliant. The color of the traffic separator curb system shall be consistent with its intended use and as described in Part 3 of the current edition of the Manual on Uniform Traffic Control Devices. All hardware shall be zinc plated. The traffic separator curb system shall consist of 3 components designed for easy change-out of any one part when necessary. The components are: 1. Modular curb 2. Reactive spring assembly, and 3. Channelizer Modular Curb Each modular curb section shall be 40 inches long, constructed of highly durable injection molded HDPE material resistant to ultraviolet light, ozone, and hydrocarbons; and featuring solid color throughout the material. Curb height shall not exceed 4 inches in height and 12 inches in width. An 18" tapered end section shall be used at beginning and end of each run. Curbing sections shall not interconnect but have the 2023 Plastic Markings/Araucto 8 - 1 March 20, 2023 Project Number: 23-3011.2 ability to space sections to facilitate passage of water between sections of curb. Each modular curb section shall have two flattened areas on the top, equally spaced about the curb mid-point, for the installation of Type 2 raised pavement markers. Raised pavement markers shall meet the requirements of Section 8- 09.2. Regardless of street posted speed limit, for asphalt surface installation, each curb section shall be installed using a 3-anchor kit comprising of three of the each of the following: 3" plastic anchors, 4" long 1/2" lag screws, and metal washer. On PCC surface, each curb section shall be installed using three 4" x 1/2" concrete screw anchor. All anchors shall be hot-dipped galvanized or zinc coated. Reactive Spring Assembly The reactive spring assembly shall have an anti-twist feature to assure channelizer is returned to an upright position facing traffic and designed to withstand multiple vehicle impacts and rebound the delineator to upright position. The reactive spring assembly shall be integral to the delineator and shall bolt onto the modular curb and/or surface mount base. Quick release feature will not be allowed. Channelizer All channelizers must conform to the Manual of Uniform Traffic Control Devices with reactive spring assembly integral to the channelizer. a. Delineator Post: Delineator posts shall be round, constructed of flexible plastic resistant to ultraviolet light, ozone, and hydrocarbons having the following dimensions and features: Diameter: 2.25 inches to 2.375 inches Length: 28 inches Post Top: Round black cap Sheeting: two 3-inch wide x 12" section of Type V Super High Intensity reflective sheeting around the delineator SECTION 8-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.3 Construction Requirements Installation shall be per manufacturer's recommendations or as directed by the Engineer. The surface receiving the traffic separator curb system shall be clean and free of any rocks and/or debris. The receiving surface shall be 2023 Plastic Markings/Araucto 8 - 2 March 20, 2023 Project Number: 23-3011.2 planar such that the entire bottom of each curb unit maintain contact with the surface. When installing traffic separator curb system on PCC surface, use concrete screw anchors approved by the curb manufacturer. When installing traffic separator curb system on asphalt surface, use multi- purpose sleeve anchors approved by the curb manufacturer. Unless specified in the plans, gaps between adjacent curb shall not be less than 1/2" apart and more than 1". Curb end cap must be installed at the beginning and end of each run of traffic separator curb system. SECTION 8-10.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-10.4 Measurement "Traffic Separator Curb w/ Delineators" will be measured by each 40 inch section of properly installed tapered curb ends and channelizer. SECTION 8-10.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-10.5 Payment The unit bid per each for "Traffic Separator Curb w/ Delineator Posts" constitutes complete compensation for all materials, labor, anchors, bolts, hardware, raised pavement markers, reflective sheeting, caps, tools and equipment necessary for furnish and install the traffic separator curb system, including surface preparation, in accordance with these Specifications. 8-22 PAVEMENT MARKING REVISE THE LAST SENTENCE OF THE SECOND PARAGRAPH AS FOLLOWS; 8-22.1 Description Except for "R" in the railroad crossing symbol, traffic pavement marking letters and numerals shall be 8-feet high per WSDOT Standard Plan M- 80.10-01 and M-80.20-00 for high-speed application (regardless of the posted speed limit of the street). The "R" in the railroad crossing symbol shall be as shown on Kent Standard Plan 6-78. Layout of ONLY and arrows in the left turn pockets shall be as shown in the Kent Standard Plan 6-81. SECTION 8-22.2 IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.2 Materials Type A (Liquid Hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Crosswalk Lines • Plastic Stop Lines • Plastic Railroad Crossing makings 2023 Plastic Markings/Araucto 8 - 3 March 20, 2023 Project Number: 23-3011.2 • Intersection Turn Extension Line • Parking Stall Lines • Railroad Crossing Symbol (refresh of existing marking) Type B (Pre-Formed Fused Thermoplastic) plastic material is not allowed. Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings. • Plastic Traffic Arrows • Plastic Traffic Letters • LOAD ZONE Plastic Traffic Letters • Profiled Plastic lane lines • Plastic flat long lines • Plastic wide lane lines • Plastic wide drop lane lines • Plastic parking lines • Plastic wide intersection turn extension lines • Plastic Bike Lane Lines • Profiled Plastic Double Yellow Centerlines • Profiled Plastic Two-Way Left Turn Lane Lines • HOV Symbol • Railroad Crossing Symbol (new installation) • Plastic Speed Cushion and Raised Crosswalk markings MMAX AREA MARKINGS WITH CORUNDUM (Type D - Liquid Cold Applied Methyl Methacrylate with Corundum) shall be used when applying the following pavement markings. • Plastic Bike Lane Lines applied in sidewalk • Plastic Bike Lane Symbols • Plastic Green Bike Lane lines • Single Solid Plastic Edge Line applied in sidewalk • Plastic Green Bike Lane • Green bike crossing • All other pavement markings installed in sidewalks and pedestrian pathways for the purpose of directing cyclists. Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 OF to 450 OF (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(540C), and show no deformation or flaking at temperatures between -10 OF to 140 OF (- 23 °C to 60 °C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. 2023 Plastic Markings/Araucto 8 - 4 March 20, 2023 Project Number: 23-3011.2 Type B plastic material shall have glass beads homogeneously blended throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. The top surface of Type B material shall have regularly spaced indents. The closing of these indents during application shall act as a visual cue that the material has reached a molten state allowing for satisfactory adhesion and proper bead embedment and as a post-application visual cue that the application procedures have been followed. MMAX AREA MARKINGS WITH CORUNDUM shall meet the requirements of Section 8-22.3(A). No glass beads are required. Type D plastic material shall meet the requirements of Section 9-34. Glass beads shall be as recommended by the material manufacturer. Raised Pavement Markers shall meet the requirements of Section 8- 09.2. All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). SECTION 8.22.3 IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3 Construction Requirements Profiled plastic lines shall be constructed in accordance with the WSDOT Standard Plan M-20.20-02. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-74. All traffic pavement marking letters and numerals shall be 8-feet high per WSDOT Standard Plan M-80.10-01 and M-80.20-00 for high-speed application (regardless of the posted speed limit of the street), with the exception of the "R" in the railroad crossing symbol which shall be as shown on Kent Standard Plan 6-78. ADD NEW SECTION 8.22.3(A): 8-22.3(A) MMAX AREA MARKINGS WITH CORUNDUM MMAX AREA MARKINGS WITH CORUNDUM is designed to meet the non- slip requirements needed for cyclist and shall be mixed and installed in accordance with the Manufacturer's specifications conforming to the following requirements: Materials used to create MMAX AREA MARKINGS WITH CORUNDUM shall consist of MMAX AREA MARKING Pre-pigmented Methyl Methacrylate Resin, MMAX AREA MARKING hardwearing aggregate and catalyst. 2023 Plastic Markings/Araucto 8 - 5 March 20, 2023 Project Number: 23-3011.2 MMAX AREA MARKING's will have the following performance properties: Density 18.5 +/- 0.5 Lbs. / Gallon Solids >99% ASTM D2205 Build Thickness 90 +/- 10 Mils VOC <100 Grams/Liter Pot Life N15min AASHTO T237 Skid >60 ASTM E303 Hardness 50-60 ASTM D2240 Water Absorption <0.25% ASTM D570 Keep materials in dry, protected areas, between 40°F to 80°F. Keep out of direct sunlight and protected from open flame. Finished Color: E-F Bike Lake Green or White as specified in the contract plans. Methyl Methacrylate Resin: Methyl Methacrylate resin shall have the following properties:. Density 12.8 +/- 0.35 Lbs/Gal Tensile >2000 psi ASTM D638 Elongation >70% ASTM D638 Flash Point >50°F / 10°C ASTM D1310 Resin must be supplied in compliant metal pails that have UN1A2Y1.9/100 rating. Aaaregate: Hardwearing Aggregate shall be provided by the manufacturer and will have a hardness of 9 on the Mohs scale. Aggregate shall be a neutral, light color that will not affect the color of the finished product, and will have a mesh sizing of 24 Grit. Aggregate must be supplied in 25.5 +/- lbs. (11.7 +/- 0.23kg) pre- packaged bags or pails. Catalyst: Catalyst shall come in a powder form and be supplied in bulk at the maximum usage rate of 0.51 +/-0.2 Ibs (0.23 +/- 0.09 kg) per mixed pail of resin and aggregate. Application: Ambient and surface temperature for installation shall be between 40- 100°F, and should be 50F above the dew point temperature with less than 75% relative humidity. Clean the intended application area thoroughly. All loose particles, dirt, sand dust, etc. must be removed. Broom and use a power blower or compressed air. The surface must be clean, dry and free of all dust, oil, debris and any other material that might interfere with the bond between marking and the surface to be treated. 2023 Plastic Markings/Araucto 8 - 6 March 20, 2023 Project Number: 23-3011.2 All concrete curing compounds shall be completely removed from concrete surfaces prior to installation by shot blasting or grinding. Existing concrete surfaces shall be wire brushed but may require shot blasting or grinding dependent on condition. Clean areas containing chemical contaminants such as vehicle fluids, using a degreasing solution, and ensure removal of contaminants and degreasing solution well in advance of the application. Existing pavement markings that are to be left in place, utilities, drainage structures, curbs and any other structure within or adjacent to the treatment location shall be masked to protect from application. Existing pavement markings conflicting with the surface treatment must be removed by grinding or water blasting. Extra care must be taken to thoroughly remove the dust and debris caused from grinding. Installed pavement marking must be 100% cured, which will be a hardened solid state, before opening the marked area to traffic. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). Typically, MMAX AREA MARKINGS WITH CORUNDUM material applied to new HMA pavement requires a pavement cure period of 15 days and MMAX AREA MARKINGS WITH CORUNDUM material applied to new Portland cement concrete pavement requires a pavement cure period of 30 days. SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness All markings shall meet the thickness requirements for flat/transverse & symbol for the various type of plastic material. 8-22.3(4) Tolerances for Lines SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(4)A Tolerances for Traffic Letters and Symbols Traffic Letters - The letter's width of field of a marking shall be not be less than specified in the WSDOT Standard plans specified in the Contract or greater than specified plus 1/4 inch. Edges shall be crisp and sharp with no more than 1/4 inch variation in width. Seam and overlap of plastic marking material are not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 2023 Plastic Markings/Araucto 8 - 7 March 20, 2023 Project Number: 23-3011.2 in field of a marking that are 12 inches or greater. Gap between passes of plastic material to form traffic letters will not be allowed. Symbols — The dimension of the symbols shall be not less than specified in the in the Contract or greater than specified dimensions plus 1/4 inch. Edges shall be crisp and sharp with no more than 1/4 inch width variation. Seam and overlap of plastic marking material is not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that have width 12 inches or greater. Gap between passes of plastic material to form symbols will not be allowed. SECTION 8-22.3(5) IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(5) Installation Instructions All markings required to be installed at each intersection shall be completed prior to mobilizing to the next intersection. Both the pavement surface and the air temperature at the time of application shall not be less than 50OF (as measured by a temperature gun) and shall be rising. The road surface shall be absolutely dry. SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings All existing markings to be covered by the new markings shall be sufficiently removed for proper installation of new markings. Visible remnants of replaced markings shall be sufficiently removed. Under no circumstance shall paint, plastic material, sediment, and debris from the removal of pavement markings will be allowed to enter the stormwater system. Removal of pavement markings shall be performed on the same work shift and under the same traffic control set-up as the installation of the pavement markings. SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(7) Reporting On a daily basis, the Contractor shall provide a report to the Engineer with the following information: a. Project location. b. Crew Superintendent. C. Date, pavement surface temperature (OF), air temperature (OF), rain free forecast or rain forecast checked via what source, AM and PM actual weather. d. Bid items, quantity and location installed. 2023 Plastic Markings/Araucto 8 - 8 March 20, 2023 Project Number: 23-3011.2 e. Traffic control used, including number of hours. f. Start and stop time of shift. g. Product temperature within the hopper prior to application. At a minimum, Contractor shall check product temperature within the hopper every 30 minutes of work shift and provide documented results for Engineer. h. Product temperature at wand where product comes in contact with the road surface. Contractor shall provide results at each marking location (i.e. at each leg of an intersection) Contractor shall sign each day's report certifying that material was installed per contractor provided instructions to Engineer. SECTION 8-22.4 IS REVISED BY DELETING THE LAST 2 PARAGRAPHS AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Removal of stop line and crosswalk necessary to relocate such marking, removal of crosswalk markings not covered by new plastic marking material, and removal of "ONLY" traffic letters, as identified in the Appendices will be measured per square foot of removed plastic traffic marking. Any other removal will be considered incidental to the unit cost of installed pavement markings. The measurement for "8 inch Wide Plastic Intersection Turn Extension Lane (White)" and "Plastic Wide Drop Lane Line" will be based on the total length of each 8 inch wide plastic line installed. No deduction will be made for the unmarked area for these dotted extension lines. The measurement for "RPM Lane Line Removal" will be based on the measurement along the center of the line it forms regardless of how many rows or sets of RPM are present. Removal will be such that any adhesive is removed to allow for proper installation of plastic marking lines as required. The measurement for "4 inch Plastic Parking Line" will be based on the total length of each 4 inch plastic line deemed properly installed according to the plans. SECTION 8-22.5 IS REVISED ACCORDING TO THE FOLLOWING; 8-22.5 Payment All items referencing removal of plastic lines or markings are deleted. "Additional Plastic Traffic Marking Removal", per square foot "8 inch Wide Plastic Intersection Turn Extension Lane (Whited", per linear foot. "4 inch Plastic Parking Line", per linear foot. "Plastic Drop Lane Line", per linear foot "RPM Lane Line Removal", per linear foot 2023 Plastic Markings/Araucto 8 - 9 March 20, 2023 Project Number: 23-3011.2 KE NT 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 6-73 Typical RPM Lane Markings 6-74 Typical Lane Markings 6-75 Thermoplastic Crosswalk Markings 6-76 Thermoplastic Arrows, Stop Bars & Only Legend 6-77 Private Street Fire Lane Markings 6-78 Railroad Warning Pavement Markings 6-79 Typical Pavement Markings 6-80 Symmetrical Left Turn Pocket Layout 6-81 Left Turn Pocket at End of Two Way Left Turn Lane Layout 2023 Plastic Markings/Araucto A - 1 March 20, 2023 Project Number: 23-3011.2 42' 12' 30' 3' 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 0 0 0 0 0 0 0 0 0 00000 00000 00000 00000 VARIES (300' MAX.) 5' TWO WAY LEFT TURN LANE 2.5' 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 o g 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TYPE 1Y RPM 4"GAP 0 0 0 0 0 21 TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' TYPE 2W OR Y RPM 0000000a0000000��44" TYPE IWORYRPM 00 � 000000000 21' TYPE 1Y RPM GAP I I TYPE 2YYRPM 8888888 8 8888 8 8 8 8 8 8 8- NO GAP TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' 12' 30' 12' 30' f Qo00 00000 0 0 0 0 00 TYPE 1W RPM TYPE 2W RPM TYPE 1W RPM TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE TYPE 2Y RPM 6' 21' 8 — TYPE 1Y RPM- 3 1 �� a a a a s s o� o00oo8o o8000000 00000000000 TYPE IWRPM 0000000000000000000000 0 0 0 0 0 0 000 0 0 0 0 0 00 0 0 0 0 00 TYPE 2W RPM 18"-RPM'S EQUALLY SPACED 11 TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 42' 12' 15' � F �a s� es ea 0 0 0 0 0 0 0 0 0 0 0 0 �o 0 0 0 0 0 0 0 0 '� TYPE 1W RPM TYPE 2W RPM TRAFFIC DIRECTION TYPE 2W RPM TYPE 1W RPM DROP LANE LINE EDGE LINE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE NOTE: �� WAY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WASNI�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 1. THIS DETAIL TO BE USED ONLY WHEN 4� Gi CITY OF KENT ENGINEERING DEPARTMENT DEVELOPMENT PROJECTS ARE j� ;� O REQUIRED TO MATCH EXISTING RPM =\ LANE MARKINGS. KENT TYPICAL RPM LANE W—HI"GTG" MARKINGS 2. RAISED PAVEMENT MARKERS(RPM'S) 29 SHALL BE INSTALLED PER WSDOT �L � DESIGNED COK SCALE NONE STANDARD FAN STANDARD SPECIFICATIONS 8-09, �SSIONAL DDRAWNCHECKED COK DATE 2/2020 9-02.1(8),9 26.2 AND 9 21. APPROVED ENGINEER 6-73 30' 10' 1' TRAFFIC DIRECTION O D O D O D O O 4"GAP VARIES (300'MAX.) 2.5' TWO WAY LEFT TURN LANE D o D o D o D o D TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20' 8"WHITE LINE D D TYPE 2W RPM TYPE 2YY RPM a D 4"GAP 4"GAP t 20' 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 11' 30' 11' 30' IS 1' 1, o �o TYPE 2W RPM D =TYoPE 2Y RPM 4"WHITE LINE 4 YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE 6' 8' D D 0 D13 Ali—TYPE 2W RPM 4"WHITE OR YELLOW LINE 4"GAP 8"WHITE LINE EDGE LINE DOTTED WIDE LINE TRAFFIC DIRECTION 3' 9' 21'(TYP) 18"YELLOW BARRIER 1„ LINE 1„ TYPE 2W RPM�B� BD $�� 8"WHITE LINE DROP LANE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED TRAFFIC DIRECTION NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER BARRIER LINE ��FREY AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF ��OF Wk, �f KENT.A COPY MAY BE OBTAINED UPON REQUEST. NOTE: aa�� CITY OF KENT ENGINEERING DEPARTMENT 1. SEE SECTION 6.123 FOR PLASTIC MATERIAL SPECIFICATIONS. • /w%1 :7` KENT TYPICAL LANE MARKINGS 2. RAISED PAVEMENT MARKERS(RPM'S) �,p 38296 �� WASHINGTON SHALL BE INSTALLED PER WSDOT I 8TER� �w DESIGNED COK SCALE NONE STANDARD PLAN STANDARD SPECIFICATIONS 8-09, DRAWN COK ��"sIpNAL E CHECKED COK DATE 04/zozz ^1 7 9-02.1(8),9-26.2 AND 9-21. crn eNciN�+ APPROVED } Q 0 24"WHITE THERMOPLASTIC EQUALLY 0 CROSSWALK LINE SPACED(TYP) z z 24" w ui > F o l 1 10' ui ui z w 4'MIN 12" O 0 I 0 O O 0 I O 0 12"-24"WHITE STOP LINE, TIRE TRACKS(TYP.) WIDTH AS DIRECTED BY THE ENGINEER *TYPICAL 4 LANE ROADWAY CONFIGURATION *NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME 4. SEE SECTION 6.12.B FOR PLASTIC MATERIAL SPECIFICATIONS. CONFIGURATION APPLIES,CENTER THERMOPLASTIC BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED 5. THE CROSSWALK WIDTH IS 12'IN DOWNTOWN OVERLAY PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE DISTRICT. THERMOPLASTIC. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. GLASS BEADS(PER WSDOT STANDARD SPECS. SECTION 9-34) SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER �-U AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF ��OF WAShr1 KENT.A COPY MAY BE OBTAINED UPON REQUEST. 44 CITY OF KENT ` 11 Z� ENGINEERING DEPARTMENT • T THERMOPLASTIC CROSSWALK KEN WAt NINOTON MARKINGS 29 DESIGNED COK SCALE NONE STANDARD PLAN DRAWN COK g10IVAL CHECKED COK DATE 9/2020 6-75 ENGINEER APPROVED 0 3'-7 zo 5'-9" f� �1 V-8" T-O" 0 0 0'-6" N O p N N •--I rl 0'-6 0'-6" r 0'-6"� NOTES: 1. THERMOPLASTIC TYPE'A'MATERIAL SHALL BE USED,UNLESS 3. SEE SECTION 6.12.B FOR PLASTIC MATERIAL SPECIFICATIONS. DIRECTED OTHERWISE BY THE ENGINEER. PLACEMENT PER WSDOT STANDARD SPECIFICATION 8-22,MATERIALS PER WSDOT 9-34. 2. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN t ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER FRE(� AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF LENGTH VARIES pF WAq�I� KENT.A COPY MAY BE OBTAINED UPON REQUEST. 14a � CITY OF KENT �`�' Z ENGINEERING DEPARTMENT \ • THERMOPLASTIC ARROWS, 12"-24"WIDE WHITE STOP BAR, KENT WIDTH AS DIRECTED BY THE ENGINEER 2 4 W�tH-T.x STOP BARS & ONLY LEGEND STOP BAR DETAIL 9 DESIGNED COK i DRAWN COK SCALE NONE STANDARD PLAN `gIONAL CHECKED COK DATE 9/2020 ENGINEER 6-76 APPROVED f� �I RED STRIPE(TYP) NOTES: 6 ��--�I TYPE 1: 6" NO CURB 1. CURBS SHALL BE IDENTIFIED BY A 6 INCH RED PAINT STRIPE ON THE TOP AND SIDE. ROLLED CURB 2. ROLLED CURBS SHALL BE IDENTIFIED BY A 6 INCH RED VERTICAL CURB PAINT STRIPE ON THE UPPER MOST PORTION OF THE CURB. WHITE LETTERING 6"RED STRIPE 3. ROADS WITH NO CURBS SHALL BE IDENTIFIED BY A 6 INCH RED STRIPE. 4. THE WORDS"NO PARKING- FIRE LANE"SHALL BE 18 N O P A R K I N G - FIRE LANE INCHES HIGH WHITE LETTERING WITH 3 INCH STROKE AND PLACED 8 INCHES AS MEASURED PERPENDICULAR TO THE 8"MINIMUM 18" MINIMUM RED STRIPE. IN MOST CASES, BOTH SIDES SHALL BE MARKED.WHERE LONG ROADS EXIST THE MARKING MAY ALTERNATE SIDES. MARKINGS WILL NOT EXCEED 50'APART. NO PARKING-FIRE LANE NO PARKING- FIRE LANE TYPE 2: 1. IN ADDITION TO TYPE 1, HIGHWAY GRADE METAL (ALUMINUM)SIGNS SHALL BE LOCATED AT INTERVALS OR LOCATIONS AS DETERMINED BY THE FIRE CODE OFFICIAL. SIGNS SHALL BE 12"X 18"3M WHITE HIP PRISMATIC WITH RED 3M ELECTROCUT FILM LETTERS. POSTS SHALL BE PER 6-82 AND 6-83.THE BOTTOM OF 6" RED STRIPE THE SIGN SHALL BE A MINIMUM OF 7 FEET ABOVE THE CURB.SIGNS SHALL BE INSTALLED NOMINALLY PARALLEL TO THE ROAD, FACING THE DIRECTION OF TRAVEL. 30-60 SIGNS WILL NOT EXCEED 150'APART. DEGREES 2. WHERE SIGNS ARE ADJACENT TO BUILDINGS,THE FIRE CODE OFFICIAL MAY ALLOW THEM TO BE PLACED ON THE BUILDING OR STRUCTURE. 3NVl 3 IId-JNI>I'dVd ON 18" MINIMUM 3. SEE STANDARD PLAN 6-83 FOR SIGN MOUNTING. TYPE 3: WHITE LETTERING 1. DIAGONAL RED STRIPING ACROSS THE WIDTH OF THE FIRE LANE SHALL BE USED WHEN NO NO NO NO REQUIRED BY THE FIRE CODE OFFICIAL. IT SHALL BE USED IN CONJUNCTION WITH A 6 PARKING PARKING PARKING PARKING INCH RED SHALLSTRIPE RUN A30TO6R TO E DEGREE STRIPES SHALL RUN AT A 30 TO 60 DEGREE FIRE FIRE FIRE FIRE ANGLE AND SHALL BE PARALLEL WITH EACH OTHER.THE STRIPE SHALL BE A MINIMUM 6 LANE LANE LANE LANE INCHES IN WIDTH AND A MINIMUM OF 24 INCHES APART. LETTERING TO OCCUR AS WITH TYPE 1 MARKING. R8-31 R8-31L R8-31D R8-31R GENERAL NOTE: NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1. SIGNS TO BE SPACED 50'APART OR LESS AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE SO THAT THE TOP OF THE SIGN IS NO �'_�Ey ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT LESS THAN 4 FEET AND NO GREATER /�F WA8,N 6) THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. THAN 6 FEET ABOVE THE FINAL GRADE. � a CITY OF KENT k1 _�$ ENGINEERING DEPARTMENT �' KENT PRIVATE STREET W-HINGTON FIRE LANE MARKINGS 29 DESIGNED COK SCALE ONE STANDARD PLAN c/�Y lv DRAWN COK SIONAL v CHECKED COK DATE Z2020 APPROVED ENGINEER 61 7" �T-3" 31-3" EDGE LINE LANE LINE CENTERLINE OR 1 411(tVp) 0 Y O O V � a -H u- Q� o ~ 0 0n LU L w w NOTES: SEE NOTE 2 D D 1. RR CROSSING SYMBOL 0 io 2. 24"WIDE STOP LINE 7 SEE NOTE 1 3. W10-1 ADVANCE WARNING SIGN 4. SEE THE MUTCD PART 8, FOR LETTER LAYOUT. 00 a 5. SEE SECTION 6.12.B FOR PLASTIC SEE NOTE 2 MATERIAL SPECIFICATIONS. 0 CDZD 31.4" zo w Ln m 0 J 0 coZ O LD F- z o SEE NOTE 4 v) cn O H ry Z ID O W O J _ O H O z o z Lu — 1'-2" 1' 2" LU o u v-0" H QIN f o n d Q Lu NARROW RR CROSSING SYMBOL DETAILS O 0 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN F R E ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER ____ AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF f WAShrj KENT.A COPY MAY BE OBTAINED UPON REQUEST. <) ��' CITY OF KENT ENGINEERING DEPARTMENT • RAILROAD WARNING KENT WA•NINOTON PAVEMENT MARKINGS SEE NOTE 2 29 'W DESIGNED COK SCALE NONE STANDARD PLAN RAILROAD-HIGHWAY GRADE CROSSING DRAWN COK NARROW PAVEMENT MARKING PLACEMENT DETAIL gIONAL CHECKED COK DATE 9/2020 6_78 ENGINEER APPROVED FACE OF CURB LINE SPEED H W OR EDGE OF PARKING 30MPH OR LESS 4'-0" 2' 1" 51 35MPH OR GREATER 6'-0" 3' 2" EDGE OF 8"SOLID WHITE LANE LINE 70 SEE NOTE 2 z H O 6'-0" 14 0 U ce SEE NOTE 1 4 SEE NOTE 3 0 W PEDESTRIAN SYMBOL DETAIL BIKE LANE LAYOUT IN 1' 0" I 2'-8" 31-0" I 6'-0" 6'-0" I NOTES: 1. PER BIKE RIDER SYMBOL DETAIL. 2. PER ARROW DETAIL ON THIS PLAN. 3. BIKE PAVEMENT MARKINGS SHALL BE PLACED IMMEDIATELY AFTER EVERY — INTERSECTION AND AT PERIODIC INTERVALS WITH A MAXIMUM SPACING 3" OF 600 FEET,CENTERED IN LANE. 3-4 6" 4. SEE ROADWAY CROSS SECTION BIKE RIDER SYMBOL DETAIL ARROW DETAIL STANDARD PLANS 6-2 TO 6-13. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN 5. ALL MARKINGS SHALL BE WHITE ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER PLASTIC MATERIAL AS SPECIFIED IN F REY AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF ACCORDANCE WITH WSDOT ��OF WASh,I KENT.A COPY MAY BE OBTAINED UPON REQUEST. STANDARD SPECIFICATION 9-34,TYPE � , �� CITY OF KENT D(MMA). CORUNDUM SHALL ALSO BE C'\�' �� ENGINEERING DEPARTMENT DQ ADDED. 6. SIGNING SHALL BE PER THE MUTCD. KENT TYPICAL PAVEMENT MARKINGS WA•HINGTON 29 7. SEE SECTION 6.12.B FOR PLASTIC DESIGNED coK MATERIAL SPECIFICATIONS. CIS DRAWN COK SCALE NONE STANDARD PLAN g10I�TAI� CHECKED COK DATE 9/2020 6_79 ENGINEER APPROVED L.T.S.L. O.L. T.P.T.* L.O.T. 100'MINIMUM 50'MINIMUM MAY BE REDUCED WITH APPROVAL OF THE LANE LINE MARKING(TYP.) TRANSPORTATION ENGINEER � 4.1 --w WT WT STOP BAR OR CLOSEST CROSSWALK STRIPE NOTE: L.T.S.L. = LEFT TURN STORAGE LENGTH (FEET) 1. REFER TO STANDARD PLAN 6-73 FOR ADDITIONAL O.L. =OPENING LENGTH(FEET) INFORMATION ON LANE MARKINGS. T.P.T. =TURN POCKET TRANSITION LENGTH(FEET) 2. LENGTH IS THE GREATER OF 95TH PERCENTILE QUEUE L.O.T. = LENGTH OF TAPER(FEET) LENGTH IN THE DESIGN YEAR OR 100 FEET MIN. W.T. =WIDTH OF TURNING LANE(FEET) R = RADIUS OF TRANSITION CURVE(FEET) S.L. = POSTED SPEED LIMIT(M.P.H.) W =WIDTH OF OFFSET LENGTH BASED UPON L.T.S.L. EXPECTED QUEUE LENGTH(SEE NOTE 2) OPENING TO BE 100'IN LIEU OF 102'UP TO 35 ADDITIONAL LEFT TURN STORAGE FOR O.L. MPH,INCREASE 20' FOR EACH ADDITIONAL 5 TRUCKS AT UNSIGNALIZED INTERSECTIONS MPH OF POSTED SPEED GREATER THAN 35 MPH L.T.S.L. %TRUCKS IN LEFT TURN MOVEMENT S.L. :545 MPH >45 MPH REQ'D 10 20 30 40 50 T.P.T. $ 4 X W.T. 4 X W.T. 100' 25' 25' 50' 50' 50' R. 150 FEET 300 FEET 150' 25' 25' 50' 75' 75' 200' 25' 50' 75' 100' 100' L.O.T. W X S.L.(2) W X S.L. 60 STORAGE LENGTH TO BE ADDED TO LEFT TURN STORAGE LENGTHS W.T. 12FT(MIN.) 12FT(MIN.) * BASED ON W.T. = 12' 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 ��OF WASNI ) THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT KENT SYMMETRICAL LEFT 29 W-HINGTON TURN POCKET LAYOUT DESIGNED COK SCALE NONE STANDARD PLAN c/�Y lv DRAWN COK SIONAL v CHECKED COK DATE 2/2020 p O APPROVED ENGINEER v 171 0 Ln w z w J ti w J Q w Z Z_ O O NOTE: ui SEE STANDARD PLANS 6-73 OR 6-74 ui FOR LANE MARKING LAYOUT. z CD 0 Lu 0 z J J J LU } F w Z J w co 0 Q z g z J Q 0 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 ��OF WA SNI�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT LEFT TURN POCKET KENT AT END OF TWO WAY 29 INGT'" LEFT TURN LANE LAYOUT DESIGNED COK SCALE NONE STANDARD PLAN lv DRAWN COK SIONAL v CHECKED COK DATE 12/2019 p APPROVED ENGINEER v WSDOT STANDARD PLANS ROADWAY DELINEATION M-24.20-02 Symbol Markings N Traffic Arrows for High-Speed Roadways (3 sheets) (reference for Type 6L Traffic Arrow Only) M-24.60-04 Symbol Markings Miscellaneous (2 sheets) (reference for yield line symbol) M-80.10-01 Traffic Letter and Numeral Applications (2 sheets) M-80.20-00 Traffic Letters and Numerals (High Speed Roadways) 2023 Plastic Markings/Araucto A - 2 March 20, 2023 Project Number: 23-3011.2 SYMBOL B LANE NOTE SYMBOL Use the dimensions shown on this plan for each w 2 D" q" &LANE J SYMBOL i type of os d Arrow being placed on roadways with a posted speed limit of 45 mph or higher J a LANE i 2'-o" and on all on-ramps and off-ramps. 0 1'-S. I I I I I Q I I I o LN ELLIPSE"A" POIN ELLIPSE"B" _ CENTER T OF ELLIPSES MARKING AREA i 17.93 SQ.FT. i i MARKING AREA 4 - S. MARS N GAR 17. SQ.FT. I GRID IS 4"(IN)SQUARE TYPE 2R(RIGHT) TRAFFIC ARROW A MIRROR IMAGE OF AOA ,P ss os O 4� 8 TYPE 2L TRAFFIC ARROW Q Ip 6 NAL L Apr 16 2015 2:23 PM EwasE^A"Axls SYMBOL MARKINGS— 1'-4"-ELLIPSE"B"AXIS TRAFFIC ARROWS FOR TYPE 1 TRAFFIC ARROW HIGH-SPEED ROADWAYS MARKING SQ.FT.AREA . TYPE 2L(LEFT) STANDARD PLAN M-24.20-02 TRAFFIC ARROW SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Apr20201510:10AM TYPE 5 TRAFFIC ARROW w.mmeb�smnEo.�rmm.m er Tmnwenvilen 2'-0" 1'-2" 'S SYMMETRICAL ABOUT i 2._S.. 1._0.. 1�_S.. j O 1'-8" 3'-2" � I � I SYMBOL U &LAN E SYMBOL C, &rANE I r Q I I K _ _ ELLIPSE"A" I I I 2' 0" 6 I I X n= ELLIPJB I I I ELLIPSE"A" No I I CENTER POINT OF ELLIPSES MARKING AREA ELLIPSE"B" 28.40 SQ.FT. j x I GRID IS 4"(IN)SQUARE _ 2'-0"-ELLIPSE"A"AXIS CENTER POINT } OF ELLIPSES �36 0 1'-0"-ELLIPSE"B"AXIS eBBIpNAL 6�G� j MARKING AREA TYPE 4 TRAFFIC ARROW Apr 16 2015 5:10 PM I - MARKING AREA 33.92 sa FT. 33.82 SOFT. SYMBOL MARKINGS— TRAFFIC ARROWS FOR GRID 154"(IN)SQUARE HIGH-SPEED ROADWAYS STANDARD PLAN M-24.20-02 SHEET 2 OF 3 SHEETS 1'-4"-ELLIPSE"B"AXIS 1'-o" 1'-o" TYPE 3R(RIGHT) APPROVED FOR PUBLICATION TRAFFIC ARROW 1Q�� Apr 20 2015 10:10 AApr 20 2015 10:10 A 1-B 2-4 MIRROR IMAGE OF � srNrE OEs EN.lN ELLIPSE"A"AXIS TYPE 3L(LEFT) TYPE 3L TRAFFIC ARROW %/WosM1ineron Smro Depammem el Tmnspenetlen TRAFFIC ARROW LANE I m o = i So" I I I I \ I I I \\ I SYMBOL \ I &LANE I I 2'-0" I I I \ I I I I I I `•\ I I •\ I I I MARKING AREA 35.88 SOFT. `.I TYPE 6R(RIGHT) i`•\ TRAFFIC ARROW \ MIRROR IMAGE OF TYPE BL ELLIPSE"A" `, (MIRRORED ABOUT LANE CENTERLINE) ELLIPSE"B" I \'\ (SHOWN AT REDUCED SCALE) m< I ` — A 4581 48e'$� }�W ZONAL g�G CENTER POINT OF ELLIPSES `•\ SYMMETRICAL ABOUT I \ .R_ A Apr 16 2015 5:10 PM MARKING SYMBOL MARKINGS- TRAFFIC ARROWS FOR AREA `• GRID IS 4"(IN)SQUARE 45.1]B. MARKING AREA HIGH-SPEED ROADWAYS 35.88 SOFT. STANDARD PLAN M-24.20-02 SHEET 3 OF 3 SHEETS 1'-0" 1'-0" 1'-4"—ELLIPSE'B"A%IS � 0 APPROVED FOR PUBLICATION TYPE 6L(LEFT) �. Apr 20 2015 10:10 AM 2'-4"^ELLIPSE"A"A%IS 1'-S" TRAFFIC ARROW eucw WusM1lnamn Smro C.Wmm.m al Tmnenanvilan TYPE 7 TRAFFIC ARROW �p T-S°�UNLESS NOTED OTHERWISE IN CONTRACT NOTE CENTERLINE OF JUNCTION BOX, 1. f Rumble Strips are present, lid PULL BOX,OR CABLE VAULT install marking outside of the Rumble Strip. Fm S EDGE LINE EDGE LINE CENTERLINE OF gbh CROSS CULVERT � f EDGE LINE Y ap o �i�4 a - S PAVED w ` z SHOULDER _ ANGLE OF CROSS CULVERT JUNCTION BOX, PULL BOX,OR CABLE VAULT PAVED SHOULDER MARKING AREA=0.56 SOFT. SHOULDER CROSS CULVERT MARKING AREA=11.73 SOFT. MARKING AREA=0.56 SO.FT. STOP LINE HALF-MILE MARKER JUNCTION BOX,PULL BOX, DRAINAGE MARKING OR CABLE VAULT MARKINGS EDGE LINE —I EDGE LINE 0. i U � OR - b �w - 2'-0�� 9pA�$BCf S03Q 4 111�Q �stONAL SRO ® p�.y "p— welsh.Brian v� gun zn 20142:35 rna SYMBOL MARKINGS PAVED PAVED MISCELLANEOUS SHOULDER SHOULDER WHITE OR YELLOW-SEE CONTRACT MARKING AREA=6,00 SQ.FT. MARKING AREA=106 SOFT. STANDARD PLAN M-24.60-04 CHEVRON OR DIAGONAL FULL MILE MARKER DRAINAGE STRUCTURE INLET SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION CROSSHATCH MARKING AERIAL SURVEILLANCE MARKERS DRAINAGE MARKING ,8 >< a11— W=B"(IN7 FOR POSTED SPEED LIMIT OF 40 MPH OR LOWER es P wemleare M Enoin W=12"(1 1)FOR POSTED SPEED LIMIT OF 45 MPH OR HIGHER T oeeen,eam er Tneseenenm SYMBOL MARKING A B C D USE MARKING AREA O U < _ YIELD AHEAD SYMBOL &LANE TYPE 1 6'-0' 2'-6"13'-0° N/A LESS THAN 45 MPH 25.90 SOFT. y. TYPE 6'-0' 3'-0"20-0' WA 45 MPH OR GREATER 36.54 SO.FT. LANE TYPE1 10''- 8" LESS THAN 45 MPH 0.75 SOFT. S-0 YIELD LINE SYMBOL TYPE 2'-0' 3'-0" 3'-0" 7'-0" 45 MPH OR GREATER 3.00 SOFT. qa r-0" TYPE 2'-0' T-0" Y-0' 1, W ROUNDABOUT ENTRY 3.00 SQ.FT. GRID IS 4"(IN)SQUARE MARKING AREA=IA3 SOFT. *MINIMUM OF 4 IN LANE ACCESS PARKING SPACE SYMBOL (MINIMUM) O o b u as c~ I I B C 4" o �B SYMBOL 3'-0" 1•p ,�.O &LANE YIELD LINE SYMBOL GRID 154"(IN)SQUARE MARKING AREA=3.096OFT. (MULTIPLE SYMBOLS REQUIRED ACCESS PARKING SPACE SYMBOL FOR TRANSVERSE YIELD LINE- SEE CONTRACT) (STANDARD) MARKING AREA=12.08 SOFT. SPEED BUMP SYMBOL C ({yPJ � I WAdyj �, 0.� 36103 O �� 'v Eo w 'pN B�f 14 �s/ONAL AL '�� 3„ O /�(] Walsh,Bnan m SYMBOL MARKINGS MISCELLANEOUS r-r a-o r-r o r-o JO STANDARD PLAN M-24.60-04 SHEET 2 OF 2 SHEETS TOTAL MARKING AREA=28.44 SOFT. TOTAL MARKING AREA==86 SQ.FT. APPROVED FOR PUBLICATION WHITE=W]660 FT. BLUE=168960.FT. WHITE=4B260.FT. BLUE=682 SOFT. YIELD AHEAD SYMBOL /j®1/� ,,,, 4413 vm ACCESS PARKING SPACE SYMBOL(STANDARD) ACCESS PARKING SPACE SYMBOL(MINIMUM) ^+" ^• snow WITH BLUE BACKGROUND AND WHITE BORDER WITH BLUE BACKGROUND AND WHITE BORDER T WemiepseesPM oeeen.am el Tneseenenm (REQUIRED FOR CEMENT CONCRETE SURFACES) (REQUIRED FOR CEMENT CONCRETE SURFACES) TRAFFIC TRAFFIC 0 LANE LANE NOTE VEHICLE VEHICLE I. Typically,four times the letter or numeral height-minimum, WHEEL PATH WIML PATH up to ten times-maximum,or according to Plans. m b TRAFFIC 7 b b TRAFFIC VEHICLE r rr-r wL�PATH MIN. MIN vA7EEL PATH MN. MIN. LANE LANE gL Iy 8 8 LANE D bLANE EDGE BgEGLI MN. MIN. EDGE O b r 1'-iP L Isu uNE MAX 3'-3•'S-9• 3 HIGHSPEED APPLICATION MIN. MIN. HIG"PEEDAPPLICATION T-r,X-a• �I MN MIN g TRAFFIC TRAFFIC LANE LANE VFJM:LE WHEEL PATH WLEEI PATH x b b ; C. LIEDGENE �O�sC� s-s• T-r MIN. MIN. EDGE MIN. MIN LOWSPEEDAPPLICATION �o LAN�i E l rCE 0 A��S'(ONAL 8�G�4 Ifi� I NII�iFgg HIGH-SPEED APPLICATION n ISI�aF D �J TRAFFIC LETTER AND b l�Jl b NUMERAL APPLICATIONS b b STANDARD PLAN M-80.10-01 SHEET I OF 2 SHEETS r r 9' r EDGE APPROVED FOR PUBLICATWN MN. MIN. EDGE LINE LINE Pasco�taKodch 111 0&03-11 MAX LOW14M DAPPLICATION IOWSPEED APPLICATION Wstlyiylw�ar. �� ggqc TRAFFIC TRAFFIC TRAFFIC TRAFFIC LANE LANE IAIE UWFI VEHICLE VEHICLE WIEEL PATH WREEL PATH YE� VEHICLE RAATH VAIEEL PATH m TRAFFIC LANE WHEEL PAM e e o o m 7-y' MIN. 3-8 �-y'3-8 b O 0 bb UNE a� E MIN. MIN. MIN. b b b S' S' S r �+ MIN. MIN. LA NE LANE LAB LINE D UEDGE � u LANE Y!d LINE '_EDGE LINE LINE HIGH-SPEED APPLICATION HIGH-SPEED APPLICATION TRAFFIC LANE TRAFFIC VEHICLE LANE WHEEL PATH RAFFIC T VEHICLE LgNE WHEEL PATH VEHICLE WHEEL PATH Z 7 1 e LANE 9Sia� ya MIN.N E P fi t`t LANE9'"� -g 9oA�QBOI STEE�9 {�� H N. MN SS,(O � NAL T'�G � " 'sa�@ D o ER AND NUMERAL TRAFFIC APP ICAT ONS D D m p e 9 STANDARD PLAN M-80.10-01 SHEET 2 OF 2 SHEETS e' 3'•3-S' -�'�-3' S APPROVED FOR PUBLICATION MIN. MIN. U E MIN. MIN. NE 222 Panto BaKotleh Ill OB-09-'/1 NE L7)OE �w.Ary.n Rr.o.pswiwlnv.Parrlen IaONi® NI HIGH-SPEED, LOW-SPEED APPLICATION NpN3PID pAL7LICATION LINE b b b m o4g J.TR�Al 11 Htt- HE AN- b ONAL 8�G EEHIm' gg gg EXPIRES AUGUST 9,zoom TRAFFIC LETTERS AND NUMERALS (HIGH SPEED ROADWAYS) STANDARD PLAN M-80.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION EIGHT FOOT HIGH LETTERS AND NUMERALS Pasco BaKOTIeh 111 06-10-08 ARE SHOWN ON A FOUR-INCH SQUARE GRID eoveomworo.mi an FOR USE ON ROADWAYS WITH A POSTED SPEED OF 15 MPH OR MORE APPENDIX The following documents, which have been prepared for this project and are considered to be a part of the project plans. Plans, List and Mans 84 Ave S Southbound Right-Turn Lane Markings (Map Key INT-3536) Ramsay Way Loading Zone (Map Key INT-3270) Appendix A: 2023 Intersection Markings List Appendix B: Segment Corridor Marking Refresh List 2023 Plastic Marking Refresh Index and Mapbook 2023 Plastic Marking Refresh - Overall Wall Map 2023 Plastic Markings/Araucto A - 3 March 20, 2023 Project Number: 23-3011.2 84 Ave S Southbound Right-Turn Lane Markings (Map Key INT-3536) S 224 Si] ti Streetlight pole 2-2 r Plastic Right Arrow about 385' from stop line. I ail I d 0, Plastic ONLY per 6-76. ` Halfway between 1 arrows, about 320' from ' c Remove @400' of AOL stop line. l existing lane line from Install 250' streetlight pole to stop i,. with Drop line at SR 167 Ramps +� Lane Line 4 Ly per 6-74. Plastic Right Arrow, . immediately north of driveway, about 255' -* from stop line. y iS- i Plastic ONLY per 6-76. Install in lane next to •� splitter island, about 190' from stop line. ► + Install 150' of Wide Line, per 6-74. Locate RPMs on the right Refresh existing arrows y '� ' turn lane side of the line. e` r All approximate ' measurement lengths are measured to near edge of marking r closest to stop line. _ �r-- Stop Line 60f . SR 167 Southbound Ramps King County iMap t Ramsay Way Loading Zone (Map Key INT-3270) IN W Temperance St ■r ' f 4" plastic solid white line from corner of loading zone to crosswalk. End line 1' south of crosswalk •1 line and 1' east of edge of 20' gutter. (20' + hatching) s � r ic solid white line.edge of gutter.hatching) RP I � A 16' 12' SB lane, 16' NB lane, 12' 8' loading zone to FOC. H� � --110' Remove 50' of wide r L f lane line. 2 TuffCurb XLP white I w curb and 36" pylon sets, , 7' & 14' from end of i loading zone, 1' inside lane line. 0' 10' taper length and 4" ' _ Remove ONLY and Arrow plastic solid white , 45-degree hatch marks, 5' to 7' spacing. y t! ----------- - pa 4 APPENDIX A 2023 INTERSECTION MARKINGS — 8 4 a § - § LS _ E E a' d x Map C v�v w c Ko D` F x p- ¢`_ 3 n 3s01e 6 Map Key In[ersMian Descdptian Pages & 8 — — S' c$ O a e LL g :�g i' — No es INT-1023 24 PI S/25 Av 5/5250 PI/52505t 5 E 12 24 INT-1023 24 PI 5/25 Av 5/5250 PI/52505t 5 N 12 24 INT-1023 24 PI 5/25 Av 5/5250 PI/52505t 5 5 12 24 INT-1023 24 PI S/25 Av S/S 250 PI/5250 St 5 W 12 24 INT-1660 36 Av S/Military Rd S/5240 St 5 W 24 28 INT-2657 62 Av S/5196 St 1 E 24 42 FULL 320 INT-265] 62 AV S/S 196 St 1 N 24 36 FULL 220 INT-265] 62 AV S/S 196 St 1 S 24 50 110 WHITE FULL 300 Intersection Ddansion Linefar Northbound Left Turn movement INT-265] 62 Av5/S 196 St 1 W 24 60 FULL 320 INT-2]30 64 Av5/W Meeker St 6 E 24 46 PARTIAL 200 INT-2730 64 AV S/W Meeker St 6 N 24 48 PARTIAL 200 INT-2867 68 Av5/S 228 St ] S 24 54 PARTIAL 240 INT-2884 68 Av5/S 216 St 2 W 24 30 INT-2906 68 AV S/W Marton St/Oberta Dr ] E 24 18 1 1 Remove existing stop line and Install new Stop Line INT-2906 68 AV S/W Morton St/Oberto Dr ] W 24 18 1 1 36 at a location 9K south of the existing curb ramp center.Arrow are new installation and to be Installed in relation W new stop he location. INT-2937 WJames St/Washington AVN ] E 24 40 2 PARTIAL 20D "ONLY"Legend is for Westbound Thru Lane I mars—i-EMension Line quantity is for INT-2937 Wlames St/Washing AVN ] N 24 50 120 WHITE PARTIAL 160 Souhbound Left Turn Movement DO NOTrafresh Washing- Intersection Extension line of the Westbound Right- Turn movement INT-293] Wlames St/Washington AV ] S 24 46 FULL 240 INT-293] Wlames St/Washington AV ] W 24 30 PARTIAL 160 INT-3073 72 Av5/S 196 St 2 E 24 46 2 INT-3073 72 AV S/S 196 St 2 N 24 46 FULL 320 2 2 INT-3073 72 Av5/5196 St 2 W 24 40 FULL 340 2 INT-3201 4AV N/Ramsay Wy ] E 24 28 FULL 110 TRANSVERSE TYPE CROSSWALK MARKI NGS v:\wbiic-raiom\srrens\l—.,r—ul PM-023 erW-2023 inkrsea ---Narun-. 1ee11s APPENDIX A 2023 INTERSECTION MARKINGS — 8 4 a § - § LS _ E E a' x Map D` f x p- ¢_ 3 n 3s01e 6 Map K.y 11--i-Description Pages & 8 — — 5 c$ O a e LL g :�g i' — No es INT-3201 4AV N/Ramsay Wy 2 5 24 38 FULL 140 TRANSVERSE TYPE CROSSWALK MARKINGS INT-3201 4AV N/Ramsay Wy 2 W 24 26 FULL 100 TRANSVERSE TYPE CROSSWALK MARKI NGS Remove existing raised pavement marking lines. INT-3270 2AV N/Ramsay Way/WSmith St 2 N 235 138 50 2 Coordinate work with City Palm and RPM Contractor.See appendix far detailed sketch titled Ramsay Way Loading Zone. INT-3275 2AV N/W Cloudy 5t 2 W 12 13 18 Remove existing yield line and i-a I new Stap Une INT-3275 2AV N/W Cloudy St 2 E 12 13 18 Remove existing yield line and I..l l new Stop Une INT-3359 80 AV S/5192 St 2 E 24 26 INT-3359 80 AV S/5192 St 2 W 24 28 Remove existing raised pavement marking lines. INT-3536 84 Av5/Ramp 2 N 2 140 260 4 400 See appendix for detailed sketch titled 84 A-S Somhbouad Right-Turn lane Markings INT-3546 84 AV S/5220 St 2 N 24 50 PARTIAL 280 INT-3546 84 AV S/5120 St 2 5 24 48 INT-3546 84 AV S/5220 St 2 W 24 32 FULL 240 INT-3564 84 AV S/5212 St 2 E 24 60 PARTIAL 320 INT-3564 84 AV S/5312 St 2 N 24 60 PARTIAL 180 2 INT-3564 84 AV S/5212 St 2 5 24 60 PARTIAL 260 2 2 INT-3564 84 AV S/5212 St 2 W PARTIAL 320 INT-3568 84 AV S/52105t 2 5 24 24 2 INT-3568 84 Av 5/5210 St 2 N 24 24 1 RxR Marking for Soothbooad left lane INT-3519 84 AV S/5200 St 2 W 24 24 INT-3581 Clark AV N/E Smith St ] N 24 18 FULL 10D INT-3582 84 Av5/51965t 2 S 24 40 FULL 220 2 INT-3582 84 Av S/5196 St 2 W 24 46 FULL 220 2 1 1 INT-362] ESmith St/ETi-St/Jason AV 2 E 24 36 FULL 220 INT-362] ESmith St/ETi-St/Jason AV 2 N 24 20 FULL 120 INT-362] ESmith St/ETi-St/Jason AV ] 5 24 20 FULL 240 INCLUDE THE CROSSWALK MARKINGS ON RIGHT TURN POCKET v:\,biic\operaiom\srrens\vavemenr mareine PM-023 erolem\2023 inkrsenion ravemem Naranes.xisv vaee2 oes APPENDIX A 2023 INTERSECTION MARKINGS — 8 4 a E E a' MaP C v�v. c Ko le f x p- ¢`_ 3 n 3 s01e 6 Map K sa ey In[ersMian Deiptian Pages & 8 — — S' c$ O a e LL g w NMes INT-3622 ESmith St/E Ttus St/lason A,N 2 W 24 40 FULL 240 INT-3665 ESeattle St/Van De Vanter AV S 2 E 10 INT-3665 ESeattle St/Van De Vanter AV S 2 W 10 INT-3734 88 Av 5/5228 St ] N 24 24 INT-3734 88 Av 5/5228 St 2 5 24 24 INT-3734 88 Av 5/51285t 2 W 24 24 INT-3925 94 AV S/E Canyan Dr 8 NE 24 32 2 PARTIAL 240 2 2 INT-3925 94 AV S/E Canyan Dr 8 NW 24 42 PARTIAL 180 INT-3925 94 Av5/E Canyan Dr 8 SE 24 28 INT-4176 100 AV SE SE 244 Ct 8 E 12 36 INT-4214 100 AV SE SE 213 PI 3 E 24 20 FULL 140 INT-4398 103 PI SE/SE 2165t 8 N 24 20 INT-4658 108 Av SE SE 2695t 14 E 24 26 INT-4660 108 Av SE/SE 2715t 14 E 24 26 INT-M98 108 AV SE SE 2405t 8 E 24 38 PARTIAL 120 INT-4698 108 AV SE SE 2405t 8 N 24 30 FULL 18) 2 INT-4698 108 AV SE SE 2405t 8 5 24 36 PARTIAL 120 2 INT-M98 108 AV SE SE 2405t 8 W 24 36 PARTIAL 120 2 INT-5302 116 AV SE SE 2235t 9 W 24 26 INT-5348 116 AV SE SE 1925t 4 E FULL 120 INT-5348 116 AV SE SE 1925t 4 N FULL 240 INT-5348 116 AV SE SE 1925t 4 5 FULL 160 INT-5348 116 AV SE SE 1925t 4 W FULL 240 INT-5402 118 AV SE 118 PI SE SE 254 PI 15 5 12 26 INT-5407 118 AV SE 118 PI SE SE 254 PI 15 W 12 26 v:\vutiir\opernions\wrens\vavemenn ki,Prol-023 PlW-2023 inkrsea va--1-11 1. wae3 oes APPENDIX A 2023 INTERSECTION MARKINGS — 8 4 a E E a' x MaP C v�v w c Ko D` f x p- ¢_ 3 n 3s01e 6 Map Key In[ersMion Description Pages & 8 — — S' c$ _ _O a e LL g :� — _ _ __ _ _ NMes INT-5420 117 PI SE SE 2165t 9 E 12 16 FULL 140 Crosswal k located mid-block at Emerald Park Elementary Bus Entrance INT-5266 124 AV SE SE 2825t 15 W 24 20 INT-5792 124 AV SE SE 2645t 15 N 1 INT-5875 124 AV SE SE 202 PI 4 E 24 20 INT-5876 124 AV SE SE 201 PI 4 E 24 20 INT-5883 124 AV SE SE 200 St 4 W 12 20 INT-5885 124 AV SE SE 199 St 4 W 12 20 INT-5890 124 AV SE SE 199 St 4 W 12 20 INT-5891 124 AV SE SE 192 PI 4 W 12 20 INT-5893 124 AV SE SE 1965t 4 W 24 16 INT-6011 127 AV SE SE 2335t 9 N 12 20 INT-6077 127 PI SE SE 213 St 4 W 12 20 INT-6077 127 PI SE SE 213 St 4 E 12 20 INT-6028 128 PI SE/SE Kent Kangley Rd 15 S 24 24 1 INT-6112 128 PI SE SE 231 Wy 9 N 2 Locate yield Line Symbols.be 9 feet north of the curb ramp centerline INT-6112 128 PI SE SE 231 Wy 9 5 8 Locate yield Lne i Symbols W be 9 feet...th of the curb ramp centerline INT-6156 129 AV SE SE 2565t 15 N 24 28 NEW STOP LINE INT-623] 130 AV SE SE 218 PI 9 N 12 18 FULL I60 INT-6300 132 AV SE SE 228 PI SS W 24 32 INT-6355 132 AV SE SE 2405t 9 N 24 40 PARTIAL 140 INT-6355 132 AV SE SE 2405t 9 5 24 32 PARTIAL 300 INT-6355 132 AV SE SE 2405t 9 W 24 42 PARTIAL 160 INT-6363 132 AV SE SE 2355t 9 E 24 26 INT-6385 132 AV SE SE 2165t 9 E 24 24 INT-6385 132 AV SE SE 2165t 9 W 24 24 Plwtiic\opermom\srrens\Pavemenr Markin¢Pml-023 PlW-2023 inkrsenion Pavemem nra 11-1av weep oes APPENDIX A 2023 INTERSECTION MARKINGS — 8 4 a E E a' MaP C D f x p- ¢`_ 3 n 3s01e 6 Map K.y tsMia Inten Descsiptian Pages & 8 — — 5 c$ _ _O a e LL _ g :� — _ _ __ _ _ NMes INT-6401 132AVSE/300'Nof SE20Eth St/Public 4 5 1 Enhance to Kent Fire Station 37 INT-6402 SE 266 St/Nature Trail Townh.— 15 2 Driveway INT-6409 132 AV SE/SE Lake Youngs Wy 4 W 24 20 INT-6471 135 AV SE SE 2565t 15 5 24 20 INT-6559 136 PI SE/SE 269 St 15 5 12 28 INT-6604 137 Wy SE/SE 256 St 15 FULL 120 INT-6639 138 AV SE/SE 2565t 16 5 24 24 INT-6784 142 PI SE/SE 2825t 16 N 12 20 INT-6849 144 AV SE SE 2615t 16 E 24 30 INT-6945 146 AV SE/SE 2565t 16 N 24 28 INT-6999 152M Way SE/630 feet north of SR 516 16 5 1 FOR NOTRHBOU ND LANE INT-7073 152 Wy SE/SE 270 St 16 E 1 IN-105 1521 SE SE 2805t 16 E 24 20 INT-2105 152 Av SE SE 2805t 16 N 2 INT-2105 152 AV SE SE 2805t 16 S 2 INT-2105 152 AV SE SE 2805t 16 W 24 24 INT-2111 152 AV SE/SE Kent Kangley Rd 16 E 24 36 PARTIAL 200 2 INT-2111 152 AV SE/SE Kent Kangley Rd 16 N 24 42 PARTIAL 140 2 INT-7111 152 AV SE/SE Kent Kangley Rd 16 5 24 44 FULL 220 INT-7111 152 AV SE/SE Kent Kangley Rd 16 W 24 50 PARTIAL 220 213 INT-7205 156 AV SE/SE Kent Kangley Rd 16 5 24 20 INT-9016 S208 St/Rail road Spur hacks 2 E 24 14 1 INT-9016 S208St/Railroad5p.,T—s 2 W 24 14 1 vlwtii-P-1-1-1-11 Markin¢vml-023 PlW-2023 inkrsea ---1-11-1. weesoes APPENDIX B SEGMENT CORRIDOR MARKING REFRESH a, 3 ow o Map Key Street Name Location Description a ¢ Notes C J C 1 SE 256th Street from 124th Avenue SE to 132nd Ave SE 15 20 Include refresh of Left Turn Arrows at 127th Ave SE, and at 129th Ave SE P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\2023 Intersection Pavement Markings.xlsx 3/13/2023 Page 1 of 1 1 Z 3 4 h 6 9 OWNTOWN 7 - 19 __.._._ 15 14 16 12 t 1 I j BRIDE c T 1 i 0 0.5 1 1.5 Mlles PLASTIC MARKING REFRESH INDEX MAP Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.apm Printed:March 2023 76 St S 176 St '■' Midland Dr < a 0 S 177 St U • t • $ Saxon Dr , S1�Sr S177 St S178 St a I II • 1 ; MI S 178 St a 50 PIS Inland D, 1 II m tlC 1�0 St 1795t ■ v 1 S 180 St S 179 St Bow lake D 9 ■ 1 180 PI S 181 St S 181 St N `s0� • $180 St \ S 181 St _N m ¢' C ' _ m S 181 PI w • / `\ S 182 St S 182 St ale'� ■ �ee / \ I `cf S 182 PI s Park D Dr \ \ 1 sc^ II Caa' 183 St a a' m" 5182511 S 184 St m rn 1 m x 1 atrersaa Or a' S 184 PI v 184 St 164 St ♦.� 4r0 1 - J rn ♦♦� m 4 1 I a Av S 186 St 185 St a < �° / S 186 St 7sss S186 S[ 6r� Se9d/ep // E' Tare S 187 StI- S188St / J^ , a' S O / S188 St st I S Glacier 51 N ¢ 9p/ 5 N y I a' w ¢' 1 S 190 St n \ I- \ S 190 St 191 st a' \ I S 192 St \ I to � m h I ¢' ¢ S 1g4 St ¢' 193 St 19z sty rn 191 PI 5 ♦ / Q Q ♦ / g G S 193 st $199 St __ - 19z PI I / S 194 St- � 193 PI I / / � I �y 2657 v 3�073 s 196 St = a r♦ 1 yy2 N T Q N \ o Q w (/ S 200 St 200 St ' ) S 200 St a St S 203 St / / O I I s 204 St � �; ; s zoa sr s zoo St 1 i N I Co ♦ , I — zesP ' Ia a 8 I 208 St \ I 209 St \ 209 S[ 1 I 2a9 s1 I 1 zmst o I sz„e` 1 2115t 21161 I •I S 212 St ,or — — S 212 Q, e 213a 53P \ Q Q 21 zry yy15 ee > 5 y) � Q Q N 2884 1z215 St s i P eJa^ 5 �^ s216 St I @1s PI PI aRiveNle'8 JS 216 S[ \ I 1------- S'216-St (+ I Sa I z,as m t z1e Pr d 218 St S217 St 217 P1m j 21e PI 21a sr S219 St I s�z PAGE 6 DOWN i R� n szzast l 2023 Plastic Pavement Markings Refresh 1 OF 19 0 500 1,000 1,500 Ft Legend g "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 Midland Dr ¢ ¢ I 39 St -> 7FSW Saxon Dr 1 I J SW Triland Dr 41 Sf cl/ ml � yI ci I S 180 St \\ ■ _ -SW 41SI_ egale Park D Dr / \ \\ II 1st^ I P I \ \ 1 U1-- 5J,1111' 182 S 182 St tti x / rsma a, `bjr I v ' S 45 PI rn / m I d �0 e- I 1S b9l S � Ja`S 1,84.St�� rddelvc I m _� /G � 186 PI 1 O / < I S 186 PI ' S188 St J A S_,.87_St__ H I / f- ' ' S Glacier St I S 188 S[ �Sr �J y\ 5 190 St I a' d I 1 S 51 ct S 190 St I S 190 St L—S 190 St ' I i 3359 s� / a. Q N 191 PI I \ 1 S 193 St S 192 St S 55 St 1s2PI I �J I S192 St - S 194 St- 1ss PI I I ■ S 194 St 2657 a 3�073 i s 194s slssst ' 3582 _ I _ 0 m a I a' S 196 St slsast� II r 2 l 198 St ¢' 1 5198 s. tim W T M slssPl j� oa Q Co I 3 S 200 St I o ur a I s 200 St O i 3579 O a p Cs 202 St MI a' I szoz-st mizoast I I s zoz St �13, S 204'St rn cO a d 0 20 ti°a ml Y� 204 p� ryp(b/�9G� = 205 PI e+ S 206 St I S 206 St 206 pl a $ I a -_ m I I > Q \ I N 206 PI 9016 ° - f6 —Sao?-el a S'20TSt S 207 ct ❑1 S 2081 I- �1 26s e z09 St I I 3 $ I zosst I 1 t 210 St S 210 St a 3568 zit St 211 PI J ® 9 � 3564 Sa 9^� 2-12 St ee rn I I as S213 PI 03 Stl ssp roP� I Q0 N N � �4 PI 884 m 21g4r v. I 2 S 216 St I �< I------- S-216'St I _-16 St I =� 216 St S 217 St 71a I i I 4 `r6 St O216 PI a 1 218 St S219 St I S218 St _ S218 St y+� a' s 2za st i r° 3546 a N 218 PI i Rn n f szzost ii PAGE 7 DOWN <22°"° a 2023 Plastic Pavement Markings Refresh 2OF19 0 Soo 1,000 1,500 Ft Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 oc"i 74 S, SW 39 St 3 g3 q SE S ¢� gc` oss� SE 176 St c a w C � SW 41 St J SW 41 St 4> I w177 PI w w N w W w N - Q w N Q _ ¢ Q Q $ - 'SE 178 PI N w SE 179 St > 180 st 179 PI SE 179 St SE 180 St P I > p ¢' 180 st a' SE 180 PI 180 PI Q 1 J IJ-' I�9P SE 181 S SE 181 5' w SE 182 St v S 45 PI fez PI 1 m 183P1 5E<SE 183 PI� 183 I 183E L N o d JzD��S_1.84-St�� U 184 PI Q 1SE 184� N V N SE 185 PI � ' W SE 18g SE 186 St $E 186 St > ' n ¢` a' Q SE 186 St 186 PI S-187_Sl_- ' ^ 91 - O - - ' S 50 St ,81 Gt 187 St I SE 186 PI 187 PI Q ll w t SE 188$1 1.st SE 188 St w SE t88 P/ d S 51 Ct 0 l 1 9 `_'SE 189 CtPt' m WL—s 190 st o a I 18 GL 189 St 189 PI a sE tea Ln w N n n SE 190 St gFIN PI w``rrJ, _ Jg Z8{3 I 1 SE 190 Sb SE 190 PI 19 rr s N SE IaE PI a \ 1 190 P h 190 PI a 190 PI �1',9 a Unk PMa,e 3E 191 8, N ' Q - h SE 1.Ln 911 a _ S 55 S[ sE 191 192 St �J S 192 S[ - ' 193 Fry SE 193 T ;� - a 5348 N 194$t ' N 184 St 184 N S E 1846t1 sE 193 E, all ' s 1945 194 PI SE 1 St Q m I ¢� 79,PI n D 3582 SFRS6t _ co SE 196 St 9E 196 S1 `SF195 PI V - SE 196S m �fo` w _U) I a N S 198 St a n J\ S 198 s. ti� to ¢ mnPy ]w-<-> SE 198 St¢ SE 199 St 198 Ct a ' a 1985t 199 Ct CL Q Q Q S 200 st n ,O y W a SE 20o st SE 2 3579 W u D a w v 201$t 8 Ij SE 2,St 3 a E IS. E 201 PI� Ct S 202 St .1202-st I t to w 202 1 �, 'L(I I fn � a S 203$t ¢ ^sE 2o2P1 _ c� 6 202 L o SE 203 St 204 ¢' o SSE 204$! '204 St <\� �04 PI. 206 PI _ f 2, 2053t $ ¢ 2055[ a ,19P _ 205 PI o SE 208 51 I G g 20�a 205 St 205 S, W N S 206 S[ 205 P% rn &' 1 f 206 PI a se zo6 st 92os /I a SE 207 St I SE,206 P SE]OG"st 207 St E v SE 2075t�L�' �N 9016 W —S 20l - 207.P-I 7 P ` Q + st S S 208 St 20 ct 209 St =1 w�` 2095t (1 `0 5�209 209 PI 3568 I N Q y�9 m SE 209PI SE 2,1 S210PI _ ¢ w 218PI I to P5 0 - SE 211 St SE 210 PI 21OF 3564 a aSE' F° a SE 211 21,—,� y SE 212 St $ SE 212 Si Q; F2 O 211 PIE 4 �SE212 St a ry� SE 212 PI 4214 6 s 213S, 5 •� S213 PI $213St1 95 P Q 213 Ct W 213`'k$ 9`SE 213 S[ m21g E213gt7 Ct 6 m 2 y 213 PI SE213 PI - Q rn a �S I w SE—StU 5 N N N �4 PI taq� ¢ I_ N v o Q A �SE2148t¢> 8 > Q 2145t $N a m ¢ j I"ad SE214PI 214 PI 16 St _I 1 2165,m — - —t 4398 p O 1 ^ SE 2,5-$t \,¢> 2,S St SE 216$t SE 216St 216 St N `S216 St ) O21fi PI a - y J a' SE 217 St f ZOck 542021 - SE 216�s[ y SEZ7 '1121 _ I 218 Ln SE 218 St 1 / D SE 211 St s 218 St _ 52165t p1 SE 2�1�9 st sE 2,gp1 SE 217 PI \ $E 216 P� 3546 a J F o SE 2.18 PI. - 218P1 218 PI 219 PI_ s ' _ S o t ¢' SE 219 PI 219 &zze av a' Q PAGE 8 DOWN Fh�o10 aso St o_\o SE 219 PI df o ct a S 220 P s 2023 Plastic Pavement Markings Refresh 3OF19 0 Soo 1,000 1,500 Ft Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 --174 st I \ `` 'gig gE SE 175 Ln NF Q SE 176 St SE 176 St w177 P1 ' 9� w w 1 ¢ 7 777•St�� w av `SE 178 PI ' a - 179 PI sE 179 St SE 180 St SE 179 PI 80 St _ 180 St ¢' SE 180 PI SE 180 St 1$° 180 PI , !SE 1790 , U 6t SE 181 S SE 181 St w SE 181 St 5 ` 180 PI SE 182 St y �ry , SE 182 St LPl Q Q SE1 ' - E<SE 183 PI sEE12183183C o < � SE U ^ 184 PI Q' SE 184 St m o SE SE 184 St l %E 18''T. W SE 184Qt 184 PI SE 186 Sf SE 165 PI � SE 184 ply SE 186 St > , 185 st QaF' —1w ¢' Q SE 186 St $' 186 PI , 18s P, sP,e 786 st U n SE 186 PI 6� ^�� 167 St f \1ga Pl - SE 186 PI 186 St Q w t o �6 P, a ct SE 187 St SE 188 st 188 P/ y SE 188 St eBQ1 SE 1a8 31 187'PI �^ ° !SE 188 SE 188 WY t '4 SE 189 CtJ'' m IsE 188 PI t89 St faep - 189 St S SE 189 Ln 189 PI y' SE189 PI N ,8°'P' C` 199 PI W SE 190 St sv - 1 189 PI 89 f.' �` 190 Ct > SE 189 PI Q 1 N Q SE 190 PI 190 PI 190 PI y 190 PIN v 190 PI ��v � tlnk Private SE 191 St N 1 SE 190 Ln _ _ 5�1915 Q 3 sE 197 t 191 PI m 9 1°3 P/ SE 193 Tp� - m SE 193 SI SE 192 St E 1 5348 N w f - 83 a1 i184 °1 I S 11 SE 193 P. �C1� (n / y 9 Q n 94S Q C Ww a $ - D N ` SE 195 st y5` E 196 SE,96$t aF195P1 Iy 589,3 ^5Q w to l 4�N 5891 1 9 1 96s 96�, J w 9gPl n I r N f 5890 / M � (¢� SE 198 St 198 Ct ¢ 1.9 1 ¢ - SE 198 st E 199 St ^ N 798 PI E 198 PI 1�-1 198 Stl SE 19951 199 Ct 199 5883 r SE 2909t 885 SE 200 st N sE 201 st a ` SE 200 S[ °'S s 3 5876 Sq� Q SE 2015[ 2010' 201 St ¢ n�. 5�202 CL SE 201 SE 2011Pt r, `✓ SE 202 Ct 5875 SE 202 St ' - SE 202 PI m SE 203 St - t31 P/SF % 2°2P e o w z N C5 a Id I �SE 204 Sta SE 203 PI N a• N SE 203 PI w E 204 St ¢ 204 PI _ ,204 st `r 2N St Ct W ^ SE 203 PI SE 20 S� OR Vvy a N N 2053t n 11°P 12"+ 20451 (n SE 204 PI y 2;� ry n SE 206 st �� zas st Q Q - \ ` .�SE2063t 20$� �I 6409 ' gill � 3 la `S``� � N w 6 PI_ SE"206"5[�y '� N �N S/ SE 206 PI / ^t3j 6401 06 PI v SE 207 St 207 St N 7i 20]PI ' 207 PI 20la SE20 8S t 8 \ 209 St 1l\ 208 PI a ga 209 PI 1 \ 20y 1 209 Ct Q/ \ m s} & w 9E 209 Ct 2p9s N SE 209 PI W SE 210 S[ 210 Ct t/J 2105t `R I 09 s8, j d 1 Q 21a C1- a Z_QsP21 a_s1I 'I SE 210 PI 210 PI CII `^ t� 211 St E 211 St a �Jr210 PI �F ¢ ' o U40�0190 SE 211 L m 4 Q I SE 211 SI 0 m zAtlPl = 7 211 Fjc 211 Pla ry 211 PI a�Q O 211 ct [ �2�Q; c S T �27/Ln m SE 212 At SE 2125t SE 212 PI Q 212� 2n' 212 PI 212 PI ' h c ^ m 21g 3Ct Gt ryP1 6077 SE 212 PI ' ¢' 21 W 2135 oG SE 213 St 5�2135t 213 SE213S, 1 a uNF y SE 214 St (%J ,,St Q St ' ( 213 St! E Q > Q 2143t �Q j SE 2�a$t¢' a N Q 21pa 214 St 214 P1 Q / 214 PI O� `f SE 2153t `¢ 215St n Q 215 P1 2155t �'¢ R' ,9, SE21a 6385 ' I SE 2163t 216 St I J SE 217 St 216 Ln _V 216E 5420 SE 216 St SE 216 st_ N� e SE 216 St 1 t a'd SE 2)1]St 21 w 21]St 217 St n I SE 278 St 9Q' / 9^ 9 SE 2173t 217C1 I�21 SE217P/� 1 \\ W R N 217 PI N SE2187 SE 217 PI \ ' 2tePt NN`y.SE 217 PI w - SE 278 ^ - - SE 218 PI - 219 218 PI rq 1 I fO o e \ M1 E 218 P_I Q 1 \ 22o st SE 219 PI 2,8� PAGE 9 DOWN 220� r • M 1 t 2200 Ptld SE219 PI d^ o s SF„� 6237- \ 2023 Plastic Pavement Markings Refresh 4OF19 0 500 1,000 1,500 Ft Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 ¢' S213 PI S212 S1 N S 214 St I I m N N Q (al 214 Pi S 216 St f `RO dam/ a N N a I P i S21 21fi PI D I r,7 St N 21BPr d R � Q N 218 PI , a 2Mgt 2C a N S219St S219 St u < I =zlagp S 220 St s_z2_a_st s o st 2z _ ,yo s s zze yy p 1 S 222 St ¢' I M a a S 22/$ 1 S 221 St Q N Q 221 PI h N s a � Q2z1 PI �1 S 223 St S 223 St 8 m e s Q a 1 ¢' 222 PI '� .,� ' \ 122. / E S224St F22 w i 22v N t t 225 PI • I \z L / 4 S 226 St 99 7 J 3227 PI y S 229 St a' S 228 St 6 230 St cr Q /r II O `. N Q 231 S1 ` Rd I 1 � Veterans Dr 232•St V3 233 St O� S 232 c, a 232 I 1 ., ci N S 234 St S 234 St S 234 St y \ \ 0 CD W bJ In /v Q � N a- t ry�95t y� 23B � s � e t 9PI 1 ti� I I S 240 St — 660 23ssr z3s r '0 N N N N S 240 St 1 Sl I Q 110 242 St / S 242 St � a' a ¢' a' N S za2 st fl 16 S 243 St a N 0 S 243 St S 244 St l n S 244 SI 0_ S 244 St `� + \ S 244 PI N Is 244 St 245 Ct S 245 PI Q 246 Ct S 245 PI > N S 2 St < 247% 9N a S 246 PI � � 1 247 Ct N % u N S 248 St S 248 St y a� ¢' N249 PI N S249•St p� S 248 S1 N Q � < n pt `L� gQ5 S 249$[ 240 PI S 250 St $250 Sl 4 a0 ti m N 5251 PI s 2s1 st 1023 >N zso sf Z54 PI ep uP 250 PtNa 5250 PI Q v 2515t S 251 St 5 251 St 251 PI s 251 PI �r✓G1 — S 252 St � 251 PI m 252 St N 252 St 2q ` S 252 PI a' 252 PI u n S 253 St 253 St ro o: ¢'s 2sz pl N 252 PI y zs2 PI 54 2 St 253 PI S2 b _ Q 3Sf d 2535t - N S 2P h N 254It lln^� y a 253 PI o- Q 255 PI t Q in� VJ M 4 250 PI 2545t va S254 St S 256 St n - 11 c S 257 St S 256 St S 255 St 255 PI S 256 St N 256 PI 255 Ct 256 PI N d 257 PI S257 St PAGE 11 DOWN 2023 Plastic Pavement Markings Refresh 5OF19 0 500 1,000 1,500 Ft Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 \V� PAGE 1 UP sz�2 N _+ aai� p2'�P_ a5J �'\ 2884 6 s r a $16 PI RiveNw" S 216 Sf \ 1-------- 5 216-St S 216 St ) 217 Pill �� a9atR \\ 218 S1 S217 St j zia PIe 2!319 Pte 0../ -_ I a� S219 St I S 220 St w 'Y zz9ai I In I \ I v I a s 322y I % I I r 5220 St II f�q a < e a331 PI ,1 to I t a a &1 ¢ I 222 PI N ry�P 2221tSt ———————' �2yA c � ----- -- --- _S229Bt I - ' i i I S 224 St S 226 St m N S 226 PI I I�_227,PI 2867 s 226 st228 St f�_1 •\ y, 0 I Veterans Dr 1 i O I I s231 St I sy3, I T /^/1��� I 1\ a N sg$.2325� �(�c 2322335`2329 Y 9 232c 23351 5�2325[ m �' Q a Ile P \ PI S 233 St T \\y 5 s' S 234 P/ c 52345t f 2P13 a I S 234 St 1•• I PQw say �a n a N t I 181 I� r \ 52365, 1 y °' x955+ W I I LU m o\ 238 St P O 7y ° a $236 O h N Iv I /\P y.Q S 238% D <n Q St S23fi Pla 9 I� h�————��237P I m 2s Im \ Ofl aQ S23) ry,59 �']&S �• \ � S de ej\ N o s z a rnrn23a P1� ry38 at y ry�gPl 7 • _ \32pIY(y 523fio e 399 m i Y WMorton St `� % 1660 `�\'�sA 2�9Si ,7 �90 \\��� G' Gp s23as� � N ¢' szae spi - 12906 I / \\� I S239 PI n ' I al st 1 y -_ l < James �S QSP 1 2a0 CI` James PI N N N 2429t �� N E ct E 2937 I' a w sam st --$243$t • 16 pQ I Jamee Ln W James Ln M ' 1 d E a ol S244 S1 b ' Z 265 Q 3 z V \ a � zas ct a 2730 2 I t•3 T W Meeker St � \ 247 c+ � \ I I ` Keys. szasst 9 as i Mee t v �Q\ S 248 St lop I c 2 9Q S 249 St 246 P+\� / S 248 PI 250 St y It / Im i5249P SR 516 n 250 PI y Q 5 250 PI s 2st sty 2515t v \_--- S�- St a 251 PI �e S 251 PI 251 PI 252 St z5z st qt 1 _ • •�� qs"3/�� I Rai 252 PI aS 252 PI 45 Av �r�1C • • J I S 251 PI • \ 1 1/ I N w 252 PI 9 252 PI �J1• •I • y S 2g3St a 2535t w 1�S 253st 1 , ! d� I a wjterment h 4 53 PI Q n a G 254 PI 254 S, " azsaSt •IS 253 PI I I 1 I N 1 S 255 St zss PI +'C, a s 256 st •1 • 1 a I 1 I 1 rA m 256 Ct 256 PI 1 1 ••— 1 S 2551$LI • 1 G G 257St� St f 5��5 • 1 ' PAGE 12 DOWN 1 2023 Plastic Pavement Markings Refresh 6 OF 19 0 500 1,000 1,500 Ft Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 S`212 Si 35_ 64 m �/ PAGE2UP — — ee to I U s S213 PI 52i3 stl ssq mPy m to N rn �4 PI w 22t4r v �2884 S 216 St I < _5216$t I (g 216 Sta 218 St S 217 St I i `r276 St 0 216 PI a I I S 219 St to 5218 st S218 St I � I _ in I �— rn+m ¢' s zza St i Q 3546 a 21 s Pl N S 220 St li a 2X220 Ln Q 221 PI V rn - _ a II c O I !� s22zst Y - I S 222 St v - Cl 1 II 5 J 224 S S 223 PI t II � Sun I 'I S 224 St --� S 226 St I rn 22a St s zz4 St N 536 S 226 PI _ 3 I o I I I m 'I a I I _22 API I _ S226 PI m I to U I aD� I rn 5 it 28\67 S 228 St I - 3734 N N 0P5 O I ` S 228 m ¢' 226 St to I a O I I �s I S 231 St f t I a 230 PI Q m I I I Z II Gt sio 32325 II v1 Z p Q S 232 St mro zaa St 5 a 3� ¢' Q It P I Q Nwak Ln co Id 3 H D S 233 St - I U� p 233 c m PI N S 234 St I — Q I Q 2a,3 m 181 I — N sue,PI � r t I a �� LV m N 3236 St 1 concom 236 PI S 235 PI s 23s FI Q^ Q at S 236 PI - fl O I �� S[ W Cole St 90 N I.� Z Z Z �` Oil 236PIIN 1..� 232 N 238 St 1 238 PIS Q Q Q i St a ¢ a - Q �3 52,ga9 m I A WMorton St 5�' / ^ �Yy n O 5231P 1 2906 " 8 1 N m 3238 PI r Z WCIautlY St 1 z ¢'a' _ 5239 St S 23g Ste 1 Q S 239 St - George St O I - I 5239PI m ' a 3275 a ` I � a S 239 PI I James Pl ` Dames St 'O N 239 PI 24(I D(l p N w 2937 I I a s z4o St C W Kant Sta St 2 S 241 St _m w E m I Cetlar Sty 6240 PI Q 3 z WSamSt i 3201 Z t " Q 1 Jamea Ln I S m p W James Ln - Q Z 11 � Q Z Pionear SI V 2 I w S 242 St a I U d < Man Ilan St ETempemnce St EP 1 Q /m ml 242 Ct 3270^ r - 3627 y m sza35t 3 z W Smith St ¢ ESmithSl m s d _ a a E Smith St 244 St y a i J z Went a' �3 S 244 PI 581 - 2730 0 W Ha on St St Y 1 s y W Meeker St W Meeker St m o sz. s 4 Q o W GOWe Sl Gowe oc �- Weilantl St S 246 PI Sl ,� aD $ ¢ LW TituS.St h E� them Hln �a Cd�lp a' <' s za �— S 24S PI c V I Wy E Dean\Dean St u 7 \N 5241 S1 N \? Z WSaar Sty '¢ y m y� m a EMaclyn St Oz' m m �5249PI�SR-51'6 _ a S N a 3925 m -Sty -1 — —W'Willis'Sf- WIIIIS.St 2q; Q EGuiberson St N 3` 7- 366 sea6e5t 516 3 i j I I N I 'E seanle s Rachael PI 8 WCrow St m ¢' Russell St S S 251 PI / I Q N Gay Y > E Chicago St rn s zs2 st 'iS 253 St I , 1 W p Waterman St L Q Morto St Chicago St N E Laurel St Q 1'S253P �' �' I N �y I I y - I 1 N Q E HemloW St h I 1 Overlook St aJ I Carter St U - e d� Carter Pl y -Marion34 �EFllbert 'p n I °5255'sy 1 1 9 fl, � v r s �--+ lnut—g E Walnut S[ Wa � N 1 'o ¢' D 1 I ► t PAGE 13 DOWN —�� U'I I2s6 " Maplast 2023 Plastic Pavement Markings Refresh 7OF19 0 Soo 1,000 1,500 Ft Legend g "123" Map Key(see Appendix A for details) OIntersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 3564 Q 211 Fj m oo�tl SE� 211 PI W — — — z N PAGE 3 UP SE212St Q NF o < 4214 213 ' 2�Sr > 9 c O SE 212 St SE 212 PI Y Q ¢L St I � 5 � S 213 PI S213t51• ab 6P 0 213 Gt LL 213`'3� 9'SE213 St SE2�3512 4PI m 2 N 213 PI SE 213 PI O Cr, j+ y SE 214 S1 N N N T 'aQk < < n�sE 214 St N d < d I I < I a SE 214 PI 214 PI 16 St I ` 1 --1 ' 4398st '\0- 21fi 5l SE 215:ISt \,¢> fQ ro 1 2165t 2155, 5E2,651 5420 sE2,sst SE 21A < tP �218 PI p. - d � SE 217 St 21fi Ln n 216�\ I �76 St _ 121 - - Q ` SE 21]rSt SE 218 St 5� D 217 St S 218 St — S 218 St SE 2 9q o SF21T s1 N ¢ R F 1 1 rn+m ] SE21B SE 217 PI ` > N /` _ T SE 249 St p SE.2.18 PI` 3546 N 219 PI 219 PI a $ c c SE 218 F.J' - - - ¢'220Av Q' Q SE 220 St o SFZ sl 22o St ^tea da O SE 219 PI '21gct 1 5220 PI 220 PIS SE 219 PI o (221 PI m 22c PI - a 22pp 220 Ct p a I SE 220 PI Q ¢ _22o PI C ^ S2225t O I 10 - S yE 221p - r S 222 St �� a - c� S 222 Si-- - SE 222 St SE 222 St 222 PI 5302 'SE 222 C[ 222 PI S 223 PI $ S 2 3, rn7 g 43 2z3 Ln 'SE 223 St --t szu St U SE 224 St >' SE 223 PI m t2 �m SE223,pr 224 St I 225 Sl$ 2 4 PI SE 224 PI vzz4 PI ^ SE 22S 3536 I . 0 5E22yp n66t sE22 225 St s S 225 PI < u N 9 S 226 St G 225 26 PI ro SE 225 St 2 m `2f 0s�g St 22b _ QN 226 PI - > _ rn a a a 22T S �o SE 226 St St SE 226 St Y1 �� 226 St 1AP < 3734 St 0p5 o S' e , Pfi N ^ S 228 i In < 228 at O \ K2227 St �¢' I 22] 8 0 ^ 4' _SE 227 PI 226 8226PI 2z86,t as, SE 228 St t SE 227 PI A, S 228 PI zz e Pl SE 228PI 229 s1 �O 1 N ¢ _ S 230 St Q 229 St SE 2<lj PI Q 230 PI 230 PI Py 5� 05t 5E 230 PI 23 S 231 S[ p 231 St �' 0230 PIf Iry > - SE 2315t p1 > � _ ' U �t O S232 St 2325t SE 232 St SE 232 Ste N � > gE 231 p/ SE 232 PI _ O _ 232 PIL y D UN 0 N 2 G) I N N 19� < Q 2334 ���myJ Qo 233 PI ^22i�q a d a ,i� 233 Ct y N / s2f4 PI O Q Q 233 PI SE 2342St PI ^ \_-SSE 2�St u, a I r Q o < y 0 zxw ,°PI \O E 0 IQ N 234.PI .w Ill mJ N 5 235 PI (235 PI 5 235 235 Sl SE 234 PI F 3E 235 Sl e1Q` <.235 St O I` II3 z36 PI S 235 PI d �35PI 36 St 0 V S�Y, e� 23fi PI 52J6 - SE—sl SE 236 PI Q\ 236 PI r---�-II 5 11 _ c I / 1238 PI rI Q 1I523]Sl I SE 23fi St U e/ O Qy a µ237.5t c SE 23]St c 2 PI S237P S238 St y z385, SE 237 S1 X237 C1 4 238 St 3] Z Z 2383t "I PI j u-2 PI` rge St ¢' ¢> S 239 St y SE 238 P o y 0 W .239 PI 2385t FZZ� 239 PI L �.r I m 239 PI SE 240 St _ u S 240 St PI Cetlar St Z S 240 PI S 241 St 240 PI n _ 240 PI < a 4698 $ o s j - Q. Q 4 4 Pioneer St = S 242 St > _ 5 242 PI 242 PI O p $E 247 P L 242 C 242 PL- Mcmillan St E TB pera ce St E �w I -a SE, St _,y 8627n y SN35t ol= _ �� W. N ESmith St I✓ D '_ _ s nst �d3581 S 24 t S244PI T-y41:76 0 ' ✓'—^ z ward a' ct - P SE 244 St3 >0 SE 244 St $' S 245 PI-O 45 PI a Go St r 4 Weilan6 St S 246 PI O 246 PI I a. I-I 245 PI' (W/7 JE�J y K Ta ma st ,?� 247 Ct 247 P:o Hwy EDean Doan sl cneny HM M. a J'07 SE 248 St y o y o E Madly,S[ w m a z48 PI w 248 LY W I III OD 248 PI < SE 248--Ct'�� a' e SN a EGuiberson St 3925 m o 0 2a9 j 515 q e` o o N < sE ua 249PIN < Q 249 PI - 51 0 p9Q j O c 2a9 c[ y v � - 3 3665 5ealtla 5t _ 516 9E 250 St s < o N1250 of _ E seanle st s I I P 2w szw PI o PI sl a y"-"- I I SE 250 P 2 ,ye cleaNlew I`I y Y I I_ g ¢ Is z51 cl Q\ E Chicago St S 252 St I 252 St^ 252 PI Ir25,:PI P CFIw90 5l N E Laurel S[ $ \Q 253 PI 4 ¢' r� ❑ 252 PI❑N 252 P w 1 y o- a 1 1 I 253 PI I SE 253 PI ¢ 253 St L _Ceder St N E Hemlock St - = c 6� < 6 253 PI N Q- 1' Carter PI U E Ell6ert a3i ((,�,,((\\ W SE 256 PI O c 1254 St 25q y a r -ManomSL a > v/" N I P54 PI Q I SE 254 PI 5407 E x 6 4 " < O I N E Walnul St Walnut ISE 256 Sl 255 PI' tO 255.PI G D SE 2 256 PI PAGE 14 DOWN 2576t 256 PI -zss Pl a 258 Maple 5l ` S125 7s 2023 Plastic Pavement Markings Refresh 8OF19 0 500 1,000 1,500 Ft Legend g "123" Map Key(see Appendix A for details) OIntersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 2„—, d 6E 2„L�I 2„71n I" ai'PAGE 4 U P Lt� I'w n m� O ��2n Ln uWi SE 212 S't c SSE 212 St SE 212 PI Q Q 2\2Gt ?` 212 PI 212 PI m 21'G" 5 C1 ,4PI 6077 SE 212 PI 213 C< 213`'v oL `SE 213 St Lu Eg13`'t 213 O'351 SE 2135t St 1 Q $ N SE 214I W 24 Q 2135,- QE e mSE2141¢ 0 > ¢ 214. 2145t _ I / E p N Q 4 214 St 214 PI 214 PI �\0� SE 215�St c \¢ 2155t a ¢ Q 115P 215 St ¢ 4 SEry14 6385 I I SE 216 St 2161 I -d SE 217 St 216 Ln _ry 1"1 SE 2161 H� 5420 sE2,sst V � z sez,6st I I ¢'d SE 217)St x1 _ m 217 St w W W. SE 218 St Qye J 9D 9 3E 2,]St d 217 PI 217 C[ �2'SE 217 P/ 5E21Bp \c, SE 217 PI \ 210P ��(a 8E 217 PI '�mv Ill I 1 a w SE,218 PI - 218 P\ h 218 PI u) I I $ ^o S Q t E218 P_I. Q 220 st ^\o SE 219 PI 219 r 220 sl I 04 1 1 t 220 PIS p SE 219 PI I2f O G/ SE 219 PI _ 6237 1 II h �a zzo p7 SE 220 PI 0 22o C1 a -220 PI SE22151 t] SE227S pn -•.m a s 9E 221 PI - SE2�'PI I \I �Qa SE 222 PI SE 222 St S302 r SE 222 Ct - 222 PI 223 Dr �y0 o 223 Ln SE 223 S[ �N a 5 SE a s m SE 223 PI 223,Dr �Av \28P� A 2237\ SE7y P\ �.4 PI SE 224 PI v224 PI SE 22S 2 225 PI SE 224 St 5��4 1 225 st N SE 225 St s zsL 6b, '�, I SE 224 St Q J 2 5 PI Q SE 225 St a 9 226$t 9SE v 225 1I9L r 226$ zx9 1\\C�Q QG>>S2 28 PI a=ua2i2 8 PI PQwQ �LO226�•S>tS, 6$t W 2265t C`f S9E 226 qm S E 2S2E6 2 S2t]mS t'a SE 226 POI22 SE227 PI 228 Ct SE 227 SE 227 PI ^ O228St SE 227 PI \\\\ \\ I SE St I`—% 9, �� •�.9 st >?s u� y SE 228P ` \\ SE 2-PI 9 6112 a 41 x \ S N v Oe y!L 2305t 0 St SE 230 PI SE 23 23051 to 2 - / W 0230 PI- I! > ` 131 St f >> U yl• ?30 St , 231 Lt SE 232 St `S SE 2311 23 `\ Q e '1 SE 7 PI 0` F 2, 5 ' -SE 2325 Q 1325t 231 WY SE 231 St O N 1 232 PI Q w SE 233 St SS A22 - 232 PI $� �Q.2385NtA 6 zP313 PI 2 I�m 1 6011 E 239NsV S t St23C m 3 P1 �T d 2 Co b 234 PI SE 2 \ SE 234 St f� -24•t - E ¢ 2NS5 rm 3 34.PI � Q6 \ $t Av T1� d it�.235.P7 V — ^` SE 235 St p \ 4` 238 PI SE 236 St f SE 235 St 6363 I \\ a 238 PI 5E 237 S[ c SE 23fi St 2PI 236P �_¢ a' 9• Q\ SE 236 PI I SE 236 PI, \\ W. 2385t SE 237 St y237Ct 9 - _ n ry SE((237St \ 2381 ¢' I -237 PIS SE•237PIN �Q C, 23>p/ p ,4 �\ W 238 PI 237 PI j 237 CI W. 1 \ o N w v w 238 St O k23t238 PI 238 Ln2382.P1 I55PI24071 --�a 4698 I - I 4 q _ zao 7I O O 1 `C SE 240 St \ 24, Lw. o - =4,• 6I 9 SE 241 PI a /1 1\ 242 Pf C421 I/ Q sE 24>s 2411 SE,243 St _ I 1 14 242 st - uWi Q a Ga W. I w St 1 243 f y l 1 O ?42p v Ni $1 _Pv `< � 24i 243 PI ^ 1 1 S 1� sE 2aa so - / 5� F2 m N'SE 244�S(t - S�_ z44'st / \ 245 W W 51 \\ ` !/ ^� / \ \ 245 PI I to I i\\ as �*6•s \ \ / / a I� t o x46 PI 246 a \ _\ i\ 246 St SE 247 St_ 1' SE 248 St Q N 71 0 248 PI N U 7 _ W ¢' SE 248 Ct > o V A9 yy 248 PI Q SE 24941 249 PI W 1 I I I < m 249 Ct E 250 St O N 6 0 mt250 q _ - I I a• ,�4^_ 2A9 w 21 j _ �250 PI 90 PI d' `\ �Sij \\\ / • I� 9 I�¢ x60 L1 5E-251 St _ � > c 250 St S CJ 251 Ct ,�,01et 1Q SE 21,PI N I SE E 251 251P V n'\ 252 St^ 252 PI -251% m 5Zp1 O I SE 251 p \\ \\ V L I 1 251 P _ 252 PI O NW 252 PI 2 1 SE 252 PI SE,252 St ca ._ SE 252 SI I 252 71 0 2521 w 253 PI 1 SE 253 PI m 253 St G 253 St E (w ¢' 6 253 PI ro O- 0 253 ci _ _ > 2sa st N r 5407`'2sast 254stN - al 4 M Q 9 2� QI M Q 254 3l 9 1 3E 254 PII 254 PI =1 I Q SE 254 PI - 2655 tl O _ T N10 11` PI w SE253 PIO Cj a 254 PI C'255 PI- - 255.P.1 Cm p I N SEG-1 < N16156 )'- �m > - 256 P1 f N SE 256 St.o� \ zss PI m �6402 f 3 I zss 71 256 PI _256 PI a PAGE 15 DOWN (� 6639-. R 25]St SE 257 St ��. �.I I 6471 --- 256 PI 2023 Plastic Pavement Markings Refresh 9OF19 0 500 1,000 1,500 Ft Legend� g "123" Map Key(see Appendix A for details) � O Intersection Marking SEG-123 Map Key(see Appendix B for details) �� KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 SE 212 Sty SE 212 P1 1 2 1 OI / 2135t` 14 PI / SE 214 St 's 1 I w a' to sE"1a 6385 i < 2 SE 216 St ' SE 216 S[ 217 P/ 1 11 W 1 I Sr 216 Sr E 218�P_I. 6237- M 1 ' 1 SE 220 St 1 \ 1 1 1 D (iN,31gy I 1 11 w 222 St 1 a 4Pt SE 224 St SE 224 St SE 224 St SE 2 \� a 9SF o� 225 PI9 M W. - SE 226 St m u SE 227st e6E 22fi P1 1 �\ nst f 1 1 SE 227 SY m 1 SE 227PI N O \ SE 228 St senaP a \\ 1 SF �1303t` �; y SE 229_P.I SE 231 St `\ Q W N F?31 yy}, SE 231 St `\ Q P I a 232 St `\\ SE 232 St SE 232 St Y a SE 231 St 232 PI �D Q 1 \ J c I \ SE 232 PI 232 St im d 0 SE 233 St \ a' r i34 St^A m _ u \\\ < 234 St'z� SE 234 St < y \ Il Q a n, Q A I `SE-234 PI S �� n SE 235 St C 10 \\ SE 235 St ' 234 PI SE 235 St ,roc 63 I SE 236 PI SE 236 PI` \\\ SE 236 St w SE 236 S[ SE 23]'St 238 PI 236 Ln 141 Ln 6E U) I 6355 4S9 ` y5g ml I - < s ♦I `. 0 �p2 0 SE 240 St \ Qo I s zal stu ^I N SE 2425t ' \ `y 243 PI ^ I / y4' SF2 4i N• 2a3 pr` ` ,!(N' z44'St tQ V " S 29.5"5.r 245st 4 1p 246 St $ a SE 247 St_ 247 PI SE 247$ 049 Srn 248 PI n c`'S2rjp al SE 257 SE 251q SE 251 St ' \\ \ L IIt 251 P/ / 2' SRC w n SE 262 St 14 252 PI / ——————! /\e \/ I 252 PI 253 St z _ \ / ( `SF253 PIU Q 254 PI Q1� 254 St a Q 254 St ` N� \ SE 2ss st' Q ))I4� q� Q 1 N 6ry y� SE 3 I m ' N 255 PI 6402 255 PI \ V CM ' 6639 PAGE 16 DOWN se 2ss st n ° (1 647i1 _ ]5f _--• 256P1 2023 Plastic Pavement Markings Refresh 10OF19 0 500 1,000 1,500 Ft Legend g "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 rS250 St N 8250 St n� s 1023PAGE5UP n a ¢ y 251 PI 3251 Sj �C ' 250 St 25�PI 'r (7 w m - U1 5 h 250 PI Q 5 250 PI Q m S 251 St 5 251 ad z51 st QI N 251 PI was Moen ice' S 252$! 251 PI M 252 St 6 251 PI 252 St 2ctt S 252 PI ¢' 252 PI S 253 Sl 253 St o: < asnv S 2.PI �- 252 PI 9 252 PI 2 254 St 53 PI S 2 a h M ro c a Sj 253 St 8 64 N N 254 I t N _ 253 P1 Q a j�yy o 5 254 St 5259 yy Q 255 PI n m 2 5q PI s a n S 256 St S 257 St S 256 St S 255 St v 255 PI N P1 256 PI _ - N 25jr'i N N Il 257 PI y n T y a Q Q d258 at Q Q Q 257StI� /�S ` 52575t Q N 258 PI 259 ct - �`SI A 259 S1 259 St _ S 260 St S261 PI 2s S 261 S[ 5 260 Ln t St S 260 St ti S 262 PI Q" S 261 PI m S 26N 1C a' m `eb S 262 St i t S261. `S S 263 St S 264 PI E` b Somerset Ln O K tcl S 266 PI 265 St Hampton W sy{ 7 y S Sltatloiy � Alarsej� Hampton Wy R O N t_r i s d V E S 268 St S 268 PI t S 268 St - y Cx- _ai Fenwlck _ Lt 4Q N u 68 P1- 2 269 St ^ _ l Q Camaby r� 269 m 2fi96t - U Q Q.27ps1 E 1 S St S 270 St g 270 St 271 Sl3�A a w N S 272 St l -PI a' a a v s z]z s1 o s 273 St S 272 St r a W v Crestwood Rd S`�1arL S2'I'o 1 , v S273 •��eR , 273 PIm S273PI S 274 St a 5274 PI 9 I 275 P7 S 276 St S 276 St S'Star Lana rn N S Star Lake RV S 277 PI � m I p\ y s 5 y m S,Pa 22s PI QS 279 P/ S280 St S280 St Q sz7s: S 28 Y c , Q m 281 St N ` t e S t S 282 St S 282 St pj SZs2 P/ 2 283 St 2a1 at N 1 to Q S 284 PI S 284 St Q N 284 PI ; S 284 PI 'r S 28_4_PI. m st S 285 PI I _ S 285 PI v y S 285 P/ Sl N LL � Q m N 28 I S 266 - a° I S 287 St m S 288 St a 5 288 PI Ir. s 289 Sr ■ ¢ S 288 PI - m ' W a S 289 PI III S Ida S1 '� a _ °r 289 PI O S 289 PI 28', _ O a' M1P ' S 290 St S 290 56 < S 290 St d S 290 P1 S 291 at ¢' g 291 St - - S 291 St P9: I � J I 2023 Plastic Pavement Markings Refresh 11 OF 19 0 500 1,000 1,500 Ft Legend g "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) K�-T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 yW PAGE 6 UP H \N S2 v d 250 St N 9 5249• SR I e - m 250 PI ¢' s zsa PI 3251 PI S 251 S, �� 251 P1 m 252 St W 252 St 2q, `lo • •/� ,gsd/i�'• I Rai I252 PI _ QS 252 PI 05 nv „nf� + I S 251 PI / • \ I e 2g ro 252 PI S Qy 252 PI •I : Q I —I 3Sf d 253 St 2 T 1 IS 253Sf I' ! i J We,ermanl r 213 PI •I I G D i m4 G 2545t o 52�5 IIS 253 PI 1 F I N I 254 PI B: S 255 Stm 256 P1 .'C. /) s 2s6 st 11 `S 25515 1 1 I I 25s Ct 266 PI � • I w y 2s7 sew �;'aig I___ g 5'r 52 & \ 0 1 1 j 1 I 1 S fib ` 256P1 \\ II • ' I _ 1 \\ 260 t rn S 260 St S261 St Q' \�� I j s 261 St S 262 St / / S 262 St S 262 St S 263 St a •�• � I I go merset Ln O / t r♦ampaa w yN fn sneboo ° �srset� � m e Hampton Wy IY 65 E I� Camerburl u t = � I I S 268 St wa m FenwwK rn cl I I 269 St Camaby_' - S 269 St 269 Sl n Q � t Q 2106t M S 270 St m < IN Jj D 2715yyeA Lo — S2)2Sl 14m S 272 St S 272 St _ yryP LU m v �Pl S_273 PI 1 S23 N S214B N a 15 PI v 461 j `' --S'Star Lai PR a S Star Lake RV S 277 PI S 277 St ¢' y ¢' al rQ'V rn " 9S tQ L aQ QS2T9P/ 30 St '� S 280 St m S 279 St S 276,1 I >, N T Q Q N 281 St N a 9 S 282 St S 282 St Q, , h a' a S 284 PI d' S284PI. �_••_••—•• • �••�••�••�••� n .T.. S 285 S[ 1 S 285 SI S 285 PI < tq v Q D S 266St 1 T-2 52875ts287St a I I / ..'.". ¢' 5 288 PI d S 289 PI S 288 q 269 PI v 5 289 PI 289 PI _ I Q 290 St S 290 SM1 < rn S 290 St a S 290 PI 1 St ¢' 29�PI 5291 St - S 291 St 292 St g S 292 St 5� 37 St NW 2023 Plastic Pavement Markings Refresh 12OF19 0 500 1,000 1,500 Ft Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 \N $24951 v \P Z WSaar EMaclyn St m �v�5849'Pt S'R-51.6 PAGE 7 UP _ �. a 3925 q-St— w williFst— 1AINNS.St Qa EGuibereon St 3665° Saanla S' 516 a Seattle a 1 Rachael PI WGrow St y ¢' Russell St w g Y I S 251 PI/ / • \ I 8 _Q _ G�rv� E Chicago St > S 252 St 1�S 253 St I , ! i tN,teiman St Q E Morton St Cbice90 SLi N E Laurel St A 'is 253 PI I • 1 n t N �y ti . I N I o.enooxa a I carter 5t U ERemioa�st = E s 1 n Carter Pl m 'I Q 1 • 1 I I III —Manon•S1SL's255 `E Filbert a ` I � 15� I g Ifl N — 1 y _ , _ - E Walnut St Walnut M N F '° D 1 - 1 Q U w 258 Maple St • I I $ I PI 1 I o S259 St S�S9 & / L— / S 262 St S 262 S[ 2etst AlderlLn `� ! _ I S 262 PI G ' 1 I I I n 1 m 263 PI� I I 2 U)— 167 , (� S 266 St ; I S 269 St y � I _ S 272 St r w LU rn j I (9 n I m _ �— Sa-77_S// ` S 277 St , I — �I I 3 2 ¢' II S Z80 St N I z I O 1 �— 3 I � I ... .. I i d5 I S 285 St h I Z S 287 St > ty I 3 �\ d B PI NW I I 40 St NE I I w z rn 37 St NW 37 St NE 2023 Plastic Pavement Markings Refresh 13OF19 0 500 1,000 1,500 Ft Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 E Maclyn St v' i m lUo yi WY �2£ a 248 PI y OI O o f 248 PI _ a s PAGE 8 U P N SE 248 CG E Gu;Sereon 6t 3925 eo ` 14 CO /I Q N Q 5= SE 249 S. I N-1 3665° Seattle S, 516 49 PI - S 0 �9P j U o 249 Ct 0 s r� o sEGzs�o st J1 a o No ct ,K E Seanle St v I SE 250 PI Q=It vwi 2i�� � �25o PI yo PI 1 st g`x I I Clll¢' 250 c` Is Isz 25,a' SE Clear E Chicago St I f m S j I ^� 251 A ^ 75 S 252 St I 252 St 252 PI I-251rP1 W 52P` CFIre90 St y E laurel St K $4 \Q 253 PIE 4 ¢' 'I i ❑ 252 PI❑65 252 PI 2 N d y d7 c y efo i I 253 PI SE 253 PI Q 253 St - Carter St d E Hemlock St - 'y Q Q 253 PI W I O 1'� U = K $ - s al -IL r - �254 St m 254,W _ -Man C 5 E Filbert m SE 254 PII 254 pl I SE 254 PI 5407 a I y - E Walnut St WeMW m ISE 256 St 255 PI' 255.P1 CW 0 - 2561l 256 PI -296 PI u y 258 d MaP1e St Q 257 St SE 257 St 2 m 5 _ ` 258 St 5jS/ e 25)PI Q a; 258 PI W _ 25P81 Q 258PI N 1r 258 St Q St L�a I �L SE 260 St yl a pSi U` SE 260 PI Nderl1 \ _ 260 PI Ln \\ 251 s`G ¢• Im 282 li I _ be q61 Ct \\ S262 P1 N St W SE 264 St c \ 1 m O N I` ��•.•1�J Q 262 PI f - 263 PII SE 264 Sly \^ 28q g`� 264 St / 2fis P1 a W Q n \ SE 264 P10 s 263� / - y N C� O 265 St Z Q PI 65 - -2 / a a0� _ m ? n 265 P1 0 266 PI 266 St W SE 266 St ❑ •266' SE.267 St - 111 266 PI P\ (n Q Q Z66 Ct V 267 PI 268 St N 268 St f\ 268 St 268 9 3 269 P1 ry V o SE 270 PI nl 4658 SEGO 6t 279 St m ` 2a,6t o I a SE 27 W ONl a 5 � o A 9 �u -I T r c 271 PI SE 277 St F 'I t o Ill rn a 272 P1 sE za25tf 4660 w N� Q SE 2]2 PI V T N � > -273 `a _ SE 2]2 PI _ � 1 cslrsl � a f d SE 273 PI 274'CI O N N 274 St Q Zip S\ Q SB 274 WY a _a 275 st 274: S� `II 275 Stn S_ 7-7_St�— `sEz7sst -2- 6E 2775t y \ \S27]St`Q SE 2]6 p/ Q I SE-277 R 9 '� T I SE,279 SY i1 ' ————— ——— SE280St —SE-2 St NE ' N �•� w ¢' SE 282 St 01a 5 1 283 St SE 284 St Z SE 284 St C /UJ SE286St SE 286 St a Q Q SE 287 St SE 28851 "W 40 St NE zee F1\ G SE 289 St z SE 290 St SE 290 PI N SE 290,P1 SE 291� 37 St NE SS 9rytN / N y�h 9ryS` Ery h/ /\SE 295 St a> t / 2023 Plastic Pavement Markings Refresh 14OF19 0 500 1,000 1,500 F1 Legend g "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 1 f SE 247 PI 9 \ 9i O 248 PI a' SE 248 Ct 0 & 5E2gHs PAGE 9 UP W O48S! 248 PI "m \"Z---\ 1 I/ W E 250 St o - 249 Ct N Q w p n oU. 1 w z59 I �250 PI o P l�o 2"C1 �tsz o 2s1a 5E-251 St p1 Q c5625p 5k 251R 1�SE 251R 1 SE 25 252 St -z51tPl w f 52P\ N 1 R \ a 11 251 P y 252 PI 252 PI❑w 252 PI 2 1 SE 252 PI SE,252 St__ SE 252 51 l�Q252�Pll 1cNe- o Q PI Im 253St . 0 ma N \\ �\ 252I 5 253 PI SE 253 PI 253 d a 253 St407'254 fit 2�fit - P ° y 54 Ct - 6E 254 PII 254 PI SE 254 PI y N N 7 Q M w Q 254 St 1 �91 O - I m m PI ` 253 PI° C:; ¢254 PI 11 cllm 255 PI- ¢ n 255.PI Cm O t' -2556i SEG-1 a 6156NS SE 255 St ' - ; 255 PI SE 25t1 St 255 PI 6402 6604' 6639 256 PI 5 O y � 257 St 256 PI _zsfi PI „ S, SE 257 St p - 0 6471 < St 256 PI G ?5 m _ I` 258 SI \J 257 Ct N N 25'R C 25]St 3E 25]Ct twit SE 257 PI 259 258 PI �n I 258 St 258 PI 258 Sl t SE 258 St 258'St SE 258 St' m Q z�Pt °J PI Q N _ N Q SE 258 Ct 258 St ZS9Pt 258 PI 2.1 W tj d Q 2(5�9 St d 2596t n 260 5t¢ ^ m w 259 P ` cgs 259 St >q3I Q Si t Q 259 PI fj, 259 PIN' u 259 P.1 N259 F Sl SE 2fi0 PI 9 Pt 2fi0 PI QI � Id ry'O 2805t 25 v - SE 2fi0 Ln ` 6849 261 St �� ¢ 26Y5t 6E 2605t I 2fi1 St SE 261 St - 9 5¢2151 H y N ry 261 PI N w w SE 264 S[ � L zB2c� z62 a -e v 0 F ¢ w a $ 7? w $ Q t SE 282 5t 1� O 2 62 PI I" o 262 P19 Nn T 9 ]- w ' ¢ y 21 Is l 4 N 0 SE 26 �yll .+`11 N -263 St � v PI VJ c 264 S 1❑ 2- 61 I Q SE 264 PI O S 263p b E 264 St 3 PI n f S Q Q fiS Ct I 2645E SE 264 Ez� q _ 265 PI n 265 St �q1 5792�ry ® SE 2264 655` Q PI 265 PI n 265 St 0 u aOJ _ • 265 PI _ 'I 26fi St ��to- f y W St O 7 6fi PI SE 266 St ❑ 266 P\ y SEz66 St v 2fi6 Q 0 N( 266 stCf. � Q Q n� y 267 PI �6,st �\ 0 J 2fi6 PI - 267 PI W q C e a 268 Si 268 St w 268 fit Sr 268 sak a w w 6559 2�5 CN 1-1 s� H 11 269 PI 46 u '^ 58 SP2]0s[ F 270s1 I1 0 _-- S� 6078 270St A m u 4 I 11 a I SE 270 St 0 SF M p 4 a a� I 2 r � ' SE z7l St W w N 6P $ m 60 o y ` SE 2]2 PI , 272 St - 272 St — d p 5E 2]1% '^ 73 _ SE 272%I �\ _ ^ry 7,72 PI ❑ V t ¢ a _ Q \)\\\\ a ¢ ¢ C S IQ SE 273 St 2]3 St r' d (] SE 273 PI O 273E ' w 273 CI SE 274 St -- I SE 274 Wy ro 275SI >274 St _Z>q SI - \ \\ 9� SE 274$t� 4PI Z4�' a Q PI 275 St Q �I rv� 2]4 PI 27 f Q 274 a ' B\\ y ^274 I w Ct SE 276 St 1 SE 275 St a '275P QQr 275 PI E 277 St '\ 1277 St G SE 278 PI 276 PI ^J SE 276 PI 276 St f St 276 PI 27J J5 a ^ T SE2'7.7 R 9 4 '�+' 9 1 i 6300 ; t I v_ SE 277 SIE 2 PI 277 PI f 2]9 CIw B� g SE 278 St I SF�'6� v SE 2-, 1 —— I y 2]9 ci'° ry vsP q" - a �1 ISE 280 St SE'2806t 1 �I2�5 SE 280 St > SE 280 Ct 280 PI SE 281 St _1 4 2mO v 5766 °N �> 2615t _WO W ¢ SE 282 St B'`� SE 282 SC ^e2=2 281 PI w SE 282 St SE 282 PI 283 St Q U �St SE 282 St - SE 284 St J —6784 SE 284 St > SE 283p SE 284 St IQ SE 285 St N M SE 286 St SE 2865[ SE 286 PI w I] SE 285 PI v w N SE 287 Si 1 4 �) w N wCL Q N�26751 p SE 288 st \ < SE 289 St 2�PI\ SE 288 PI SE 288 St SE 290 St 5E 290 PI n SE 290-PI SE 291 SE 290 PI ` f h� h�ry9ry S` I . 6E 2956t i = Al r PAGE 17 DOWN 2023 Plastic Pavement Markings Refresh 15OF19 0 500 1,000 1,500 F1 Legend g "123" Map Key(see Appendix A for details) OIntersection Marking SEG-123 Map Key(see Appendix B for details) NT Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 247 PI I I t[a� �as s2 24e Pl 9NF \ \9/ \� '4� PAGE 10 UP < ........ 5EZ50 st SE 25] SE 251 P1 7 \` \ U 1 1\ Q r. 1 SE251 St \\ \ L 1 1 251 P, V / • 2, S1y♦�{ w _ SE 252 It I a, 252 PI 0 \\ 1 L 252 PI 1 .■■.•■.■•J _ 252 PI ne m a a •• ( 6E253 PIO 254 PI Q1� 254 54 9' 1 71 - N 254 St N PI \ SE 25551 SEG-1 6402 255PI ?71 255PI gOP dd & 4 660_4' f 6639 6945 Q f4n71 s zss Pl SE 256 St 25]N SE 257 PI W 258'S( SE 258 It St 4 258 S( 258 PI i 256 2E � SE 253 C[ A a' a ■ 1 ¢S,259 5t '4�¢ yy C i9 PI `fO G S 259 PI V 2fi1'6t SE260Ln SE2605t 6849 ♦ 0 f SE 260 St c w E 281 S( s m 281 PI 261 St um h W So lg \♦ � y ^y L2W St SE 261 St SE 262 It Q w \♦ �! P�P�G D 2625t' \\ SE 262 PI O 0 W SE�ry¢ 263 PI ' y SE 263 St \ ; �63 PI ¢ \ . SE 263 PI SE 263 St 2845t w SE 2. 6E26q St SE264St' ■■� 1 SE 264 St �264 PI n 265 20 \ ♦ SE 264 PI SE 264 St \ m G1 ESE 2@6 St SE 2fi65t 2655t _ 265 Ct y _ 266 St '" w ♦ rn 266 PI rr ♦ Q 287 PI ;� _a ■ 268 St SE 268 SAft 267 Stza D 6559 w #11 ' 73 - II 'O a D 269 st n9 It $ 2 m 270 at o o 6999 2],srSSE2/p no P' I I O w r 11 271Pi 7-111 7205�!'—• m _ L J G SE 2]i P1 1]_ -n o OIG 516 & IkKar SE 273 St 273 S, E 2]3 Ct a _ SE 274 St y ?� I SE 2]4 St �� SSE l 2151 SE 274$t AF,� N Q 274 PI S' SE 274P w 2_Ln i n 27a < ry^A Y v v m Q co n z]a W i 31 C( I N 275 PI a n SE 275 PI Q 2]5 PI SE 275 PI f ♦ °G, \27� f 22S St L SE 27'WY —_ 276 PI SE 276 PI'/ � 276 PI \ v's 271 1410 PI I 2]]PI B I W II ]G q SE 278 t SF ct N y} 'SE 2]8 t �qv 6300 0 f 278 PI 03 Sr 278 St sE 279 P1 w SE 278 PI 17105 SE 280 St �. 2'gP (n O P 2]9 PI P 278 SE 280 ct 279 P> t� Q ' I _ SE 280 St SF279 PI tep Pt 280 PI 7 - a oil �> 81 st _ et st°!' Ce 281 PI Q W. c -_ S*SEW,282 St SE 282 PI 40-0♦ , �ry��e\ `♦♦ I SE 282 St - w SE 282 PI ## 9 w —67.84 ♦� � i QSE 283 q SE 284 St , ♦• i N W ♦, w w SE 285 PI ;♦ Q Q 0 v ♦♦`♦ 5 ' SE zasa ,♦ ♦� ♦ , (J) ¢ a �y167st p Z N �c� G sEza7sn ♦. ♦c SE 288 St SE 288 St ♦ 288 S Q 290 St SE 291 PI SE 292 St 2023 Plastic Pavement Markings Refresh 16OF19 0 500 1,000 1,500 Ft Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 J B �, �J O Q 2fi5 PI 288 PI 26fi S1pw-$E 266$t 266 PAGE 15 UP N - 7$t - W 1A` 266 PI y p�' 2fi6 9t Q N Q '^ — 2fifi CI J < 'n 266$t 2fi]PI 168 St n O J 266 PI n g e.St w I N Q '\ D o N 268 Sl 267 PI a w z6n�?st o < zse st 268 St SE 268 l 9�5t m zs 1 j0 w s 6559 `9� Q I 2�S a W Sf270 St �lq 2]0 St ►l ❑ 269 PI N r y SE 270 PI n� 4658 A s� 6078 270 St o a �, a' 2n se 5 c, o i^ Q _I (�� SE 270 St O o� o A I}' a s 211 PI W c 4660 0 �' SE 271 St d 2n Plll SE 2,72 St N �J\ 272 St - 272 St /�UJI II` SE 272 PI Q -2Y5 n SE 272%I I� _ y72 PI Q ILl(\\\\ o¢ E SE 273 PI c rM gist ` W W 2]4 6l m SE 273 PI O �S IQ SE 273 St 2i3 St p m . Q/? �, O Q \ \� M1M13c � f SE0274 SC 2]3G E 211 8t n SE 274 WY a a z75 sf e74 st _2 qs' \ \ SE 274 E / °y __ I U _ &I �21 4 g 274 -- 1 2]5 St 9L a 2]4 PI Z� f \ y ��sE 276 St ` r SE 2]S St Ct Q SE 276 276 PI 2]5 PI I \ \N27]St o 7'/ /5 SE 2]8 PI �2]6 St f �.s< (+SE 277 St \ I I SE 277 PI 277 PI SE 276$[T q 2l6 . o SE�9 5� 6 - SE2]8 PI �_ 6�00 n y 279 CI 2, ISE 280 St SE 280 st �u2 - SE 280 St `�St SE 280 Ct 280 SE.2 St Q 2�% 5766 �w 28 i W $E 282 St 1 Y SE 282 St_ �e2�2 W� ze+PI I 1 J t SE 283 S 282 St a' a' 0 `�sr ' SE 284 St W SE 284 St > L� Q SE 285 St N C� SE 286 St SE 286 S[ SE 286 PI W > N / ll a' SE 288 St 206 PI a SE 289 St \ sE zae PI SE 288 St SE 290 St SE 290 PI SE 290-PIF D C' t SE 29t SE 290 PI V� y�i 9M131,1 J \ N y�M1 9M1Si h�M1 SE 295 St O SE 285 St SE 29fi P ty�/�� i 1 - SE 296 Wy � W SE 2985t \ / t 9]PI r ( a 29]Ct LL1 SE 298 PI W / _ _ M Q > ry v SE 299 St f SE 299 PI SEA W N V! _ SE 300 Wy N \ r r ( SE W1 Si \ SE 301 PI y N - SE3025t g u , t 302 PIN , SE.904 St & h 303 W.\ ` SE 304 St , f' 2023 Plastic Pavement Markings Refresh BRIDGES-17 OF 19 0 500 1,000 1,500 Ft Legend "12311 Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 1 1 1 1 1 1 1 / m i SE 264 St • S SE 264 St ••—••—•.—..—..—..—..—..—..—........ 7 SE 265 Sl �f'� 1 SEzssSrKENT-KANGLEYRD 1 �s 26� a a o a ° o IN NGLEY RD D I ■ 269 St m D i ..-----� v ..—..—..—..—..—..—..—..—..—..—..—.....— y �• •�•. n SE276St o Maple Valley •�• 1 n 1 9E 285 St 1 N� 1 �I sE2a`sr 1 a> �N 1 2023 Plastic Pavement Markings Refresh CLARK SPRINGS-18 OF 19 0 500 1,000 1,500 Ft Legend g "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) T Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 ---J S 228 StIl WU I 3734 " 0 , S 228 S N 2867 ; Z >I I I Z N S 231 St r I � 2 Gt I U) C= A Z ,n I Q Novak[ +� i 233 St Q v I a � I S 234 St C I .0 t I I 181 I a I 36 St _ I �t concord 236 PI S dt 235 PI & S 236 PI — w(�•� St W Cole St 237 St 238 St �r238 PI St 'o Q ¢ 3e,9 I 77 w Morton St R z N S 238 PI r/1 12906 / Z W clOUdy St I ? Z Q >t Q S 239 St a I > George St v C m _ 3275 ° I S 239 PI ' I t Y S a v = Il JamesPl ` James St �' U) 3 I a J ll 240 CA / I I I E E E 2937 I// c > Ct w , e � a w Kent sta St Cedar St z cn ' W Sam S[ I iv v Q I James Ln 3 Q I Z I 3201 N Say ¢ Z , Pioneer S > t 2 W James Ln I I Z Z Z a a Mcmillan St ¢' c E Temperance St F a H ' 3270� smith - '3627 p 3 ¢ J a W Smith St M E z st E Smith St I S �3581 2730 I a W Harrison St a wStd o 0 0 I a W Meeker St W Meeker_St N W Gowe St Gowe St "O'c Weilz (c Ny P t W > 11 Kene Tacoma St eig7 C >> ¢ L LW_T,itus_$t S 248 PI ° c N ! only E Dean Dean St Che y HiA `N S 249 St UP •�N Z W Saar St t y d �y o E Maclyn St \v 2 I \N�5249PI�SRs� U_ a a E Guiberson St _ wwilns Willi St— s St ou!3665° Seattle st I U I I m a' a c 'E Seattle St v �N a / ♦ 1 —W_Crow St N ¢ Russell St $ r > /S 25 -o / ♦ \ 1 Rachael PI 13 -g 1 PI / , ■ 1 Q W -a'o a Clearview a I � r � E Chicago St / i ■ yo I —I r n > o m IS 253 St 1 ' ! �� A watermanSt Q N K Morton St o` Chicago St' > E Laurel St S 253 P1 > N E Hemlock St it h 1 1 ■ I Overlook St ¢ Carter St U = 0 ■ ■ N 1 ■ 1 Carter PI E Filbert w —MarionSt a 1 `D S 2551SyI • , — E Walnut E ■ I 1 L U 2sa ■ I I u'i I rn PI ! \ I S 259 St �J S 261 St I � S 262 St _S 262 St 261St AlderlLn \ \ 2023 Plastic Pavement Markings Refresh DOWNTOWN-19 OF 19 0 500 1,000 mommommililFt Legend "123" Map Key(see Appendix A for details) O Intersection Marking SEG-123 Map Key(see Appendix B for details) KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2023 Projects\Plastic Marking Projects 2023.aprx Printed:March 2023 ' e 2023 Plastic Pavement Markings Refresh Overall Wall Map � a ' . o S , m ' ' 1 , i , -mW- a a r� TRAFFIC CONTROL PLANS 2023 Plastic Markings/Araucto A - 4 March 20, 2023 Project Number: 23-3011.2 a CHANNELIZATION DEVICE ui SPACING (FEET) a Y WORK VEHICLE TAPER TANGENT i i 3 (OPTIONAL) 20 20 DISTANCE • • ROAD TYPE BETWEEN SIGNS ARROW BOARD A B (FLASHING CAUTION) URBAN ■ • • 25/30 MPH 200 FT 200 FT ■ URBAN STREETS ■ ■ RESIDENTIAL &BUSINESS DISTRICTS 350 FT 350 FT ■1 L 35/40 MPH RURAL ROADS & ■ URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A ♦ ♦ LANE MINIMUM TAPER LENGTH =L (FEET) CLOSED AHEAD LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 40 45 B 10 105 150 205 270 450 I ROAD 11 115 165 225 295 495 l+ WORK 12 125 180 245 320 540 AHEAD W20-1 GENERAL NOTES: PCMS 1. ALL SIGNS AND SPACING SHALL LEGEND CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. SIGN LOCATION 2. PRIORITY PASSAGE THROUGH WORK (TEMPORARY MOUNT) AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. ■ TEMPORARY TRAFFIC 3. ALERT METRO TRANSIT 5 DAYS IN CONTROL DEVICE (CONES) ADVANCE (IF APPLICABLE). 4. PROTECTIVE VEHICLE RECOMMENDED-MAY ARROW BOARD BE A WORK VEHICLE. (FLASHING CAUTION) 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. ALL SIGNS 48"x48" BLACK ON ORANGE PROTECTIVE/WORK UNLESS OTHERWISE SPECIFIED. VEHICLE 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. 8. ALL SPACING MAY BE ADJUSTED TO PCMS PORTABLE CHANGEABLE ACCOMMODATE AT GRADE INTERSECTIONS i i MESSAGE SIGN AND/OR DRIVEWAYS. 9. ALERT AFFECTED RESIDENTS AND BUSINESSES. 2023 PLASTIC KENT MARKINGS PROJECT WIINXINOTON CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DATE MAR 2016 L LANE DISTANCE a ROAD TYPE BETWEEN SIGNS URBAN A B C WORK VEHICLE 25/30 MPH 200 FT 200 FT 200 FT i i 3 (OPTIONAL) URBAN STREETS • • • • RESIDENTIAL & BUSINESS DISTRICTS 350 FT 350 FT 350 FT I I '� 35/40 MPH i ARROW BOARD RURAL ROADS & • (SEQUENTIAL CHEVRON) URBAN ARTERIALS 500 FT 500 FT 500 FT ■ z 45/55 MPH , CHANNELIZATION DEVICE Y SPACING (FEET) LEGEND I I di L TAPER TANGENT SIGN LOCATION 10 15 (TEMPORARY MOUNT) TEMPORARY TRAFFIC CONTROL DEVICE (CONE) � 50' 444 ARROW BOARD (SEQUENTIAL CHEVRON) • PROTECTIVE/WORK A VEHICLE PORTABLE CHANGEABLE W4-2L MESSAGE SIGN IW20-1 GENERAL NOTES: I I 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT -5R SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. CONTRACTOR SHALL ALERT METRO TRANSIT 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. P C M S 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. ALL SIGNS 48"x48" BLACK ON ORANGE MINIMUM TAPER LENGTH =L (FEET) UNLESS OTHERWISE SPECIFICED. I 7. CHANNEUZATION DEVICES ARE LANE WIDTH POSTED SPEED (MPH) STANDARD TRAFFIC CONES. (FT) 25 30 35 40 45 8. ALL SPACING MAY BE ADJUSTED TO 10 105 150 205 270 450 ACCOMMODATE AT GRADE INTERSECTIONS 11 115 165 225 295 495 AND/OR DRIVEWAYS. 12 125 180 1245 320 540 9. CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES 7 BUSINESS DAYS IN ADVANCE OF START OF WORK ON SE 240 ST. 10. SPOTTERS SHOULD BE CONSIDERED TO WARN/DIRECT DRIVEWAY USERS. 2023 PLASTIC KENO MARKINGS PROJECT WIINXINOTON CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DATE MAR 2016 R LANE CHANNELIZATION DEVICE I a w SPACING (FEET) Y WORK VEHICLE TAPER TANGENT 3 (OPTIONAL) 20 20 DISTANCE • • ROAD TYPE BETWEEN SIGNS ARROW BOARD A B (FLASHING CAUTION) URBAN 200 FT 200 FT 25/30 MPH URBAN STREETS ■ RESIDENTIAL &BUSINESS DISTRICTS 350 FT 350 FT ■ I L 35/40 MPH ■ RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A LANE MINIMUM TAPER LENGTH =L (FEET) CLOSED LANE WIDTH POSTED SPEED (MPH) AHEAD (FT) 25 30 35 40 45 4W20-1 10 105 150 205 270 450 11 115 165 225 295 495 I 12 125 180 245 320 540 GENERAL NOTES: PCMS 1. ALL SIGNS AND SPACING SHALL CONFORM I LEGEND TO THE MUTCD AND CITY OF KENT SZ SIGN LOCATION SPECIFICATIONS. (TEMPORARY MOUNT) 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED ■ TEMPORARY TRAFFIC AT ALL TIMES. I I CONTROL DEVICE (CONES) 3. ALERT METRO TRANSIT 5 BUSINESS DAYS IN ADVANCE OF IMPACTING BUS STOPS. ® ARROW BOARD 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE (FLASHING CAUTION) A WORK VEHICLE. 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. ALL SIGNS 48"x48" BLACK ON ORANGE UNLESS I I PROTECTIVE/WORK VEHICLE OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. P�15 PORTABLE CHANGEABLE 8. ALL SPACING MAY BE ADJUSTED TO MESSAGE SIGN ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 9. ALERT AFFECTED RESIDENTS AND BUSINESSES 2023 PLASTIC KENT MARKINGS PROJECT WIINXINOTON CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DATE MAR 2016 TC LAN TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC SPACING (feNELIZATION et) KENT, KENT,WA FREEWAYS&EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 800'4 IANE Posted Speed(mph) WIDTH SOPO 40 80 RURAL ROADS 45 155 MPH 500'. (gVi) 25 30 35 40 45 50 55 60 65 70 35145 30 60 RURAL ROADS a URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 1 20 40 RURAL ROADS a URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL a BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 ME - - URBAN STREETS 25 MPH OR LESS 100'1(2) 12 125 180 245 320 540 600 660 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND WORK AREA ■■■■■ 28"REFL.CONE 0 44 SIGN LOCATION aoao z f EXISTING TRAFFIC FLOW WORK � AHEAD u_ SEQUENTIAL ARROWBOARD W20-1 � ca a ca a t-20-1 TYPICAL CITY OF KENT ROW IIIIIIII IIIIII 24"x 12" 111 2rr4���x 12"III Roao h WORK ROSS XERE rn AHEAD W20-1 cR9-11 L R9-11 R NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED.IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. I: TAPER=L (see TCPs in this plan set for optional lane closures) h I• 28"REFL.CONE I I I I I *W4-2L I � I � I �+*W20-51R I MANDATORY DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE f/I � REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH Roao ADVANCE WARNING SIGNS WORK SPACED @(X)OR AS PER I fIf AHEAD SITE CONDITIONS. GENERAL NOTES: W20-1 REFER TO SIGN SPACING CHART. 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"X 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# PREPARED BY Chris Grose ® wuxllsmXsunmuRc coxnmL SUPERVISOR SUPERVISOR PROJECT LOCATION PHONE# Kent,WA 253-258-1419 0 012 PHONE NUMBER `�K ... DATE PREPARED .'- SHEET# EMAIL � 2/23/23 KENT.01 chris@trafficcontrolplan.net Est.2016 TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC SPACING (feNELIZATION et) KENT, KENT,WA FREEWAYS&EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 809, IAHE Posted Speed(mph) WIDTH SOPO 40 SO Men ROADS 45/55 MPH 500' Men25 30 35 40 45 50 55 60 65 70 35/45 30 60 RURAL ROADS a URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 1 20 40 RURAL ROADS a URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL a BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 me - - URBAN STREETS 25 MPH OR LESS 100'1(2J 12 125 180 245 320 540 600 We 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND ROAD woRK WORK AREA ANEAO W20-1 ■■■■• 28"REFL.CONE 11 SIGN LOCATION 0 BE � f EXISTING TRAFFIC FLOW PREPARED w STOP W207b Y SEQUENTIAL ARROWBOARD O SIGNAL SHALL FLASH RED-ALL DIRECTIONS. i= UPO SHALL COUNTERMAND SIGNAL. (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) a • U UPO SHALL CONTROL ALL TRAFFIC M� > MOVEMENTS WITHIN INTERSECTION. W20-7a ~ tW20-7b f�/ tW20-1 A W2O-7a TYPICAL CITY OF KENT ROW III�IIIII f.�mr 18"x 24" 11 KEEP 24"x 12" 24"x 12" ROAD BE • x~ �' �� R4H7 �� PRETO EO � 0 Ross HERE u AXEAO smP c R9-11 L R9-11 R W20-1 W20-71B W20-7a :I • NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED.IF ENCROACHMENT IS NECESSARY, •� W20-7a LANE SHALL BE CLOSED. (see TCPs in this plan set for optional lane closures) TAPER=L •I 28"REEL.CONE I I ON FLAGGING OPERATIONS,THIS SIGN SERIES SHALL BE DISPLAYED FOR SPEED LIMITS 45 MPH OR ABOVE I (WAC 296-155-305) I W4-2R I ROAD ONE IANE BE *..RH ROAD PREPARED ANEAD AHEADTOW2O-4 STOPW20-1 W20-720-7a LEErr IANE DSFD MEAD I W20-5L MANDATORY DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE T/I � REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH OAHEAD ADVANCE WARNING SIGNS SPACED 4(X)OR AS PER SITE CONDITIONS. GENERAL NOTES: 20-1 REFER TO SIGN SPACING CHART. 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206-477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECTB PREPARED BY Chris Grose wMxllsmesuanWRc coxmoL SUPERVISOR SUPERVISOR ^ PROJECT LOCATION PHONEM ` / -i Kent,WA 253-258-1419 '°w Wi,o'o v 012 PHONE NUMBER KENT DATE PREPARED SHEET# EMAIL °i'_^ oA.L �'-"'•�" 2123123 KENT.02 chris rafficcontrolplan.net Est 2016 TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC(feet) SPACING (feNELIZATION etEVICE KENT,WA FREEWAYS&EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 809, IAHE Posted Speed(mph) WIDTH SOPO 40 SO RURAL ROADS 45 155 MPH 500'. (gVi) 25 30 35 40 45 50 55 60 65 70 35145 30 60 RURAL ROADS 8 URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 1 20 40 RURAL ROADS 8 URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL&BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 ma - - URBAN STREETS 25 MPH OR LESS 100'1(2) 12 125 180 245 320 540 600 660 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND ROAD woRK WORK AREA ANEAO W20-1 ■■■■■ 28"REFL.CONE 41 SIGN LOCATION 0 BE f EXISTING TRAFFIC FLOW PREPARED Z TO MJ sroP W20-7U LL 0 SIGNAL SHALL FLASH RED-ALL DIRECTIONS. UPO SHALL COUNTERMAND SIGNAL. Cj (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) a • ca UPO SHALL CONTROL ALL TRAFFIC a ■ MOVEMENTS WITHIN INTERSECTION. W20-7a tW20-7b tW20-1 11 WZO-7a TYPICAL CITY OF KENT ROW IIII11111 `OE 4iltnn 24"x 1 Z" BE nh, �� PRETAORED ■ • coos � I Ross HERE en AXEAO sroP cMR9-11 L R9-11 R W20-1 W20-71B W20-7a i ' I SHALL MAINTAIN 11' MIN LANE WIDTH 28"REFL.CONE ;h; I I wz-4o1 I II I II I ON FLAGGING OPERATIONS,THIS SIGN SERIES SHALL BE DISPLAYED FOR SPEED LIMITS 45 MPH OR ABOVE (WAC 296-155-305) I I RDA < BE I CENAHEZB>W WORK O ROAD E PREPARED ■�.I I AHEAD W2O-1 AHEAD W2O� STOP WZO-70ZO-7a ZO-5 I I MANDATORY ROAD ADVANCE WARNING SIGNS 141I WORK SPACED @(X)OR AS PER DURING NON WORKING HOURS,TRAFFIC CONTROL SHALL BE A AHEAD SITE CONDITIONS. REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I W20-1 REFER TO SIGN SPACING CHART. I GENERAL NOTES: I}I} 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZAT16N DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# I PREPARED BY Chris Grose ® wuxllsmHsuamuDc coxnmL SUPERVISOR SUPERVISOR PROJECT LOCATION PHONE# -`'• Kent,WA 253-258-1419 0 012 PHONE NUMBER `KENT DATE' SHEET# EMAIL ...... 2/23/23 KENT.03 chris@trafficcontrolplan.net Est.2016 TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC SPACING (feNELIZATION et) KENT, KENT,WA FREEWAYS&EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 809, IANE Posted Speed(mph) WIDTH SOPO 40 SO RURAL ROADS 45 155 MPH 500't (gV11 25 30 35 40 45 50 55 60 65 70 35145 30 60 RURAL ROADS A URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 1 20 40 RURAL ROADS 8 URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL&BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 ma - - URBAN STREETS 25 MPH OR LESS 100'1(2J 12 125 180 245 320 540 600 WO 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND *A.EA. WORK AREA 'I' 1 I1 W20-1 I TIT 28"REFL.CONE ICI 44 SIGN LOCATION 0 BE I f EXISTING TRAFFIC FLOW PREPARED w sioP W207b I Y SEQUENTIAL ARROWBOARD 0 SIGNAL SHALL FLASH RED-ALL DIRECTIONS. I 4 UPO SHALL COUNTERMAND SIGNAL. (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) I UPO SHALL CONTROL ALL TRAFFIC �� I r MOVEMENTS WITHIN INTERSECTION. W20-7a I I tW20-7b ��.1tW20-1 AW20-7a TYPICAL CITY OF KENT ROW IIIIIIIIIII� POOE Os� IIIIIII�I 24"x 12' I 24'x 1 z BE cR h ' WORK PRETO ED � • crtG I .,I-. ROSE NEBE[n AXEAD smP R9-11L R9-11R W20-1 W20-7b VV20-7a I I r I W1-4 TAPER=L I I 28"REFL.CONE V kX I Il TANGENT=2L 1 W4-2L I I G ON FLAGGING OPERATIONS,THIS SIGN SERIES SHALL BE DISPLAYED FOR SPEED LIMITS 45 MPH OR ABOVE I I• TAPER=L (WAC 296-155-305) I � I ROAD * STOP BE *..RK PREPARED AXEAD W20-120-4 W20-720-7a I 1 I � W4-2L I I I I RIGXT MANDATORY 1V10 LAK. ICI CWSED AHEAD DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE I ICI W20-501 REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I I ROAD ADVANCE WARNING SIGNS WORK ' SPACED @(X)OR AS PER I } t AHEAD SITE CONDITIONS. GENERAL NOTES: W20-1 REFER TO SIGN SPACING CHART. 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206-477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECTB PREPARED BY Chris Grose wMxllsmXsuanWRc coxnmL SUPERVISOR SUPERVISOR ^ PROJECT LOCATION PHONEM ` / -i Kent,WA 253-258-1419 '°w'•- Wi,o'o v 012 PHONE NUMBER KENT DATE PREPARED SHEET# EMAIL °i'_^ oA.L 2123123 KENT.04 Chris rafficcontrolplan.net Est 2016 TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC SPACING (feNELIZATION etEVIGE KENT,WA FREEWAYS&EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 809, IANE Posted Speed(mph) WIDTH SOPO 40 SO RURAL ROADS 45 155 MPH 500't (gV11 25 30 35 40 45 50 55 60 65 70 35145 30 60 RURAL ROADS 8 URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 1 20 40 RURAL ROADS 8 URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL&BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 ma - - URBAN STREETS 25 MPH OR LESS 100'1(2J 12 125 180 245 320 540 600 660 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRAOE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. +I+I Ifit AHEAD RoaO WORK I W20-1 I Im I LEGEND *W20-5L ff I WORKAREA /A ■■■■• 28"REFL.CONE *.4-21R 41 SIGN LOCATION EXISTING TRAFFIC FLOW I Z I Y SEQUENTIAL ARROWBOARD <\ o SIGNAL SHALL FLASH RED-ALL DIRECTIONS. 4 I u UPO SHALL COUNTERMAND SIGNAL. �� (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) a W20-7a I cD UPO SHALL CONTROL ALL TRAFFIC MOVEMENTS WITHIN INTERSECTION. TAPER=L I� I F tW20-7b ��.1tW20-1 AW20-7a TYPICAL:CITYOF KENT:ROW II IIIIIII� II�11111 I 1a°xTj KEEP 24"x 12' JRIGXr PREPARED • cx crtG RO58 NEHE fn R4-7 AXEaO TO W20-1 smP W20-7b �W20-7a R9-11L R9-11R S 3 28"REFL.CONE �I - I I TAPER I••• I ON FLAGGING OPERATIONS,THIS SIGN SERIES SHALL BE DISPLAYED FOR SPEED LIMITS 45 MPH OR ABOVE (WAC 296-155-305) J ■ I W4-2R RoaO * TO BE *..RK PREPARED AHEAD W20-120-4 STOP W20-720-7a LEfT uXE I CLOGEO WIEAD WI W20-SL MANDATORY ICI Roan ADVANCE WARNING SIGNS DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE EM SPACED C N OR AS PER REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I W20-1 SITE CONDITIONS. REFER TO SIGN SPACING CHART. GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206-477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECTB PREPARED BY Chris Grose wMxllsmxsAanWHc coxnmL SUPERVISOR SUPERVISOR ^ PROJECT LOCATION PHONEM ` / -i Kent,WA 253-258-1419 '°w Wi,o'o v 012 PHONE NUMBER KENT DATE PREPARED SHEET# EMAIL °i'_^ oA.L 2123123 KENT.05 chris rafficcontrolplan.net Est 2016 TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC SPACING (feNELIZATION et) KENT, KENT,WA FREEWAYS&EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 809, IAHE Posted Speed(mph) WIDTH SOPO 40 SO RURAL ROADS 45/55 MPH 500'i (gN11 25 30 35 40 45 50 55 60 65 TO 35/45 30 60 RURAL ROADS 8 URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 1 20 40 RURAL ROADS 8 URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL a BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 ma - - URBAN STREETS 25 MPH OR LESS 100'1(2J 12 125 180 245 320 540 600 660 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPE,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. ADVANCE WARNING SIGNS *W20-1 I I I SPACED O(X)OR AS PER 1. SITE CONDITIONS. REFER TO SIGN SPACING CHART. I + I LEGEND *W2.-IR WORK AREA ••••e 28"REFL.CONE 11 SIGN LOCATION f EXISTING TRAFFIC FLOW *W4-2L SEQUENTIAL ARROWBOARD Of I I ~ z Y I I I r U J ;I I s :I I TAPER=L ;I NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED.IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. (see TCPs in this plan set for optional lane closures) 25"REFL.CONE ROAD WORK AHEAD W20-1 TYPICAL CITY OF KENT ROW 11111111111 18"x za" �111111IIII VEEP ROAD LEFr WORN Fj4_7 I trto3A xEBE en AHEAD W20-1 tR9-11 L R9-11 R I a I 'I I I I I I I I I I I I I I MANDATORY DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I I I I GENERAL NOTES: 14 1fit 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206-477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECTq PREPARED BY Chris Grose wAsxllsmxsAamNRc coxnmL SUPERVISOR SUPERVISOR ^ PROJECT LOCATION PHONEM ` / -i Kent,WA 253-258-1419 '°w Wi,o'o v 0t2 PHONE NUMBER KENT DATE PREPARED SHEET# EMAIL °i'_^ oA.L 2123123 KENT.06 chris rafficcontrolplan.net Est 2016 TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC SPACING (feNELIZATION et) KENT, KENT,WA FREEWAYS&EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 800'4 IANE Posted Speed(mph) WIDTH SOPO 40 SO RURAL ROADS 45 155 MPH 500't (gR11 25 30 35 40 45 50 55 60 65 70 35145 30 60 RURAL ROADS R URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 1 20 40 RURAL ROADS 8 URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL&BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 ma - - URBAN STREETS 25 MPH OR LESS 100'1(2J 12 125 180 245 320 540 600 660 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. +++ t1t1t LEGEND I WORKAREA 1 1 1 1 c ■...■ 28"REFL.CONE z 11 SIGN LOCATION axEAo ROAD � woRK I I I EXISTING TRAFFIC FLOW 0 W20-1 1 4 1 1 SEQUENTIAL ARROWBOARD II II a II II II II I I I I t-20-1 TYPICAL CITY OF KENT ROW IIIIIIIIIIIIIII IIIIIIIIIII��III Aar i I T .a Roao yl h WORK , 1:] EROSS XERE Eo ER9-11 L R9-11 R W20-1 I I L I TAPER=L I I I C I I I k x 28"REFL.CONE I I C TANGENT=2L I� k W4-2L II I CIf h TAPER=L I C I I I *W4-2L I I I I I I I I I RIGXT 1W0 LAXES I I CLOSED AHEAD W20-501 MANDATORY DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I I I ROA. ADVANCE WARNING SIGNS WORK �SPACED,(X)OR AS PER HI I AHEAD SITE CONDITIONS. W20-1 REFER TO SIGN SPACING CHART. GENERAL NOTES: I I I 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 111111 I f I f I f 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206-477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECTq PREPARED BY Chris Grose wMxllsmXSARmuRc coxnmL SUPERVISOR SUPERVISOR ^ PROJECT LOCATION PHONEM ` / -i Kent,WA 253-258-1419 '°w Wi,o'o v 012 PHONE NUMBER KENT DATE PREPARED SHEET# EMAIL °i'_^ oA.L 2123123 KENT.07 chris@_trafficcontrolplan.net Est 2016 TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC SPACING (feNELIZATION etEVICE KENT,WA FREEWAYS&EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 800'4 IANE Posted Speed(mph) WIDTH SOPO 40 SO RURAL ROADS 45 155 MPH 500't Mw) 25 30 35 40 45 50 55 60 65 70 35145 30 60 RURAL ROADS 8 URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 20 40 RURAL ROADS 8 URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL&BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 660 - - URBAN STREETS 25 MPH OR LESS 100'1(2J 12 125 180 245 320 540 600 660 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. ON FLAGGING OPERATIONS,THIS SIGN SERIES SHALL BE DISPLAYED FOR SPEED LIMITS 45 MPH OR ABOVE ROAD 1l+l+l Hit t (WAC 296-155-305) WORK Yl ANEaD W20-1 f1 ROAD ONE LANE BE +K.A. PAREDANEAD TOW20-1 W20-4 TOPW20-720-7a 1w o pNEs VV20-501 I *>W4-2R I I I LEGEND I WORKAREA ■■■■■ 28"REFL.CONE 11 SIGN LOCATION TAPER=L I I EXISTING TRAFFIC FLOW C II 0= z SEQUENTIAL ARROWBOARD I h I I Y TANGENT=2L > W4-2R X G I I 1 1 a 28"REFL.CONE SIGNAL SHALL FLASH RED-ALL DIRECTIONS. TAPER a 4; I I UPO SHALL COUNTERMAND SIGNAL. (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) I;I UPO SHALL CONTROL ALL TRAFFIC MOVEMENTS WITHIN INTERSECTION. W2O_7a� t( IlI 4. II W 20-7btW20-1 tW20-7a TYPICAL CITY OFKT POOE � 18ee T za"X 1 24•X 1 z° j: ROAD BE RIGHT WORN PRETO ED caassw4�OSS 6 I c-eo R4-7 AHEAD W20-1oP W20-76W20-7a R9-11L R9-11R •I TAPER=L NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. (see TCPs in this plan set for optional lane closures) I I�•. IW20-7a II II II II r:.i W4-2R I I I MANDATORY I I I LER uxE DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE ues6D REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH AxuB I I 11 I W20-5L ROAD ADVANCE WARNING SIGNS GENERAL NOTES: } }} aWNAD ~SPACED�(X)ORASPER SITE CONDITIONS. W20-1 REFER TO SIGN SPACING CHART. 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206-477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECTq PREPARED BY Chris Grose wAsxllsmxsN[nWRc coxnmL SUPERVISOR SUPERVISOR ^ PROJECT LOCATION PHONEM ` / -i Kent,WA 253-258-1419 '°w Wi,o'o v 012 PHONE NUMBER KENT DATE PREPARED SHEET# EMAIL °i'_^ oA.L 2123123 KENT.08 ehris rafficcontrolplan.net Est 2016 TABLE(1) TRAFFIC CONTROL PLAN SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) C�NSPAC(feet) SPACING (feNELIZATION et) KENT, KENT,WA FREEWAYS A EXPRESSWAYS 55170 MPH 1500'1 MPH TAPER TANGENT RURAL HIGHWAYS 60165 MPH 800'4 IAHE Posted Speed(mph) WIDTH SOPO 40 SO RURAL ROADS 45 155 MPH 500'. Mw) 25 30 35 40 45 50 55 60 65 70 35145 30 60 RURAL ROADS 8 URBAN ARTERIALS 35 140 MPH 350'1 10 105 150 205 270 450 500 550 25130 1 20 40 RURAL ROADS 8 URBAN ARTERIALS 25 130 MPH 200'1(2) RESIDENTAL a BUSINESS DISTRICTS 11 115 165 225 295 495 550 fi05 ma - - URBAN STREETS 25 MPH OR LESS 100'1(2J 12 125 180 245 320 540 600 660 720 7. 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. ADVANCE WARNING SIGNS aaaD I I I I SPACED CONDITIONS. REFER ONSPERI SITE NDI WORK +I+I+ 1�1�1� AHEAD 1� REFER TO SIGN SPACING CHART. W20-1 I I I I I LEGEND I I I I I WORK AREA I I I I I ■■■■. 28"REFL.CONE *20-5 R I I I I I M SIGN LOCATION *W4-2—L EXISTING TRAFFIC FLOW SEQUENTIALARROWBOARD I I I I Z I x ::•II I II o III II CJ a I I I I TAPER=L �5I I 4 I I 1I II 2B"REFL.CONE � I II I I I WORK 4 AHEAD W20-1 TYPICAL CITY OF KENT ROW 111111111111111 1a°x 2a° 1•I1111111IIIII KEEP za x 1 r I 2a"X I ROAD LEFT s s osswun cws WORK R47 cBc�A_Eeo I cpcxossxeaE SD axEAD W20-1 R9-11 L R9-11 R NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED.IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. (see TCPS in this plan set for optional lane closures) •I I I I II II ROAD WORK AHEAD W20-1 I I I I I MANDATORY I I I I I DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I I I I GENERAL NOTES: I }I}I} 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE ADDL.NOTES: OF CLOSURE: 206477-1140(if applicable) 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN.48"It 48"UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZAT16N DEVICES ARE 28"REFL.CONES(see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# I PREPARED BY Chris Grose ® wuxllsmHsuamNRc coxnmL SUPERVISOR PROJECT LOCATION PHONE# SUPERVISOR Kent,WA 253-258-1419 0 012 PHONE NUMBER `�K ... DATE' SHEET# EMAIL °-'J^ .'- 2/23/23 KENT.o9 chris@trafficcontrolplan.net Est.2016 PREVAILING WAGE RATES 2023 Plastic Markings/Araucto A - 5 March 20, 2023 Project Number: 23-3011.2 3/13/23,3:10 PM about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/04/2023 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1 H View King Boilermakers Journey Level $74.29 5N 1C View King Brick Mason Journey Level $66.32 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $66.32 7E 1 N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers In Shop) Journey Level $22.74 1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf $71.53 15J 4C View Carpenters King Carpenters Floor Layer Et Floor Finisher $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition $70.09 15J 41J View Mastic King Cement Masons Application of all Epoxy $69.59 15J 41J View Material King Cement Masons Application of all Plastic $70.09 15J 4U View Material King Cement Masons Application of Sealing $69.59 15J 41J View Compound King Cement Masons Application of Underlayment $70.09 15J 41J View King Cement Masons Building General $69.59 15J 4U View King Cement Masons Composition or Kalman Floors $70.09 15J 41J View King Cement Masons Concrete Paving $69.59 15J 41J View King Cement Masons Curb Et Gutter Machine $70.09 15J 41J View King Cement Masons Curb Ft Gutter, Sidewalks $69.59 15J 41J View King Cement Masons Curing Concrete $69.59 15J 4U View King Cement Masons Finish Colored Concrete $70.09 15J 4U View about:blank 1/18 3/13/23,3:10 PM about:blank King Cement Masons Floor Grinding $70.09 15J 41.1 View King Cement Masons Floor Grinding/Polisher $69.59 15J 41.1 View King Cement Masons Green Concrete Saw, self- $70.09 15J 41.1 View powered King Cement Masons Grouting of all Plates $69.59 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $69.59 15J 41.1 View King Cement Masons Gunite Nozzleman $70.09 15J 41.1 View King Cement Masons Hand Powered Grinder $70.09 15J 4U View King Cement Masons Journey Level $69.59 15J 41.1 View King Cement Masons Patching Concrete $69.59 15J 41.1 View King Cement Masons Pneumatic Power Tools $70.09 15J 41.1 View King Cement Masons Power Chipping Et Brushing $70.09 15J 41.1 View King Cement Masons Sand Blasting Architectural $70.09 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $70.09 15J 41.1 View King Cement Masons Spackling or Skim Coat $69.59 15J 41.1 View Concrete King Cement Masons Troweling Machine Operator $70.09 15J 4U View King Cement Masons Troweling Machine Operator on $70.09 15J 41.1 View Colored Slabs King Cement Masons Tunnel Workers $70.09 15J 41.1 View King Divers Et Tenders Bell/Vehicle or Submersible $126.05 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $89.94 15J 4C View King Divers Et Tenders Diver $126.05 15J 4C 8V View King Divers Et Tenders Diver On Standby $84.94 15J 4C View King Divers Et Tenders Diver Tender $77.16 15J 4C View King Divers Et Tenders Hyperbaric Worker - $89.09 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $94.09 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C View Compressed Air Worker 44.01 - ' 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $103.09 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $105.59 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $110.59 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $112.59 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.59 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI about:blank 2/18 3/13/23,3:10 PM about:blank King Divers Et Tenders Hyperbaric Worker - $116.59 15J 4C View Compressed Air Worker 72.01 74.00 PSI King Divers Et Tenders Manifold Operator $77.16 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $82.16 15J 4C View King Divers Et Tenders Remote Operated Vehicle $77.16 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $71.98 15J 4C View Tender King Dredge Workers Assistant Engineer $76.56 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $75.97 5D 3F View King Dredge Workers Boatmen $76.56 5D 3F View King Dredge Workers Engineer Welder $78.03 5D 3F View King Dredge Workers Leverman, Hydraulic $79.59 5D 3F View King Dredge Workers Mates $76.56 5D 3F View King Dredge Workers Oiler $75.97 5D 3F View King Drywall Applicator Journey Level $71.53 15J 4C View King Drywall Tapers Journey Level $70.61 5P 1 E View King Electrical Fixture Maintenance Journey Level $37.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $102.90 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $110.61 7C 4E View King Electricians - Inside Certified Welder $99.38 7C 4E View King Electricians - Inside Certified Welder (tunnel) $106.75 7C 4E View King Electricians - Inside Construction Stock Person $49.28 7C 4E View King Electricians - Inside Journey Level $95.88 7C 4E View King Electricians - Inside Journey Level (tunnel) $102.90 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $93.00 5A 4D View Construction King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction King Electricians - Powerline Groundperson $55.27 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View Construction King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $85.42 5A 4D View Construction King Electricians - Powerline Powderperson $63.50 5A 4D View Construction King Electronic Technicians Journey Level $62.13 7E 1 E View King Elevator Constructors Mechanic $107.49 7D 4A View King Elevator Constructors Mechanic In Charge $116.13 7D 4A View about:blank 3/18 3/13/23,3:10 PM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R View Products Work Only King Fence Erectors Fence Erector $48.14 15J 4V 8Y View King Fence Erectors Fence Laborer $48.14 15J 4V 8Y View King Flaggers Journey Level $48.14 15J 4V 8Y View King Glaziers Journey Level $75.91 7L 1Y View King Heat Et Frost Insulators And Journey Level $84.84 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $94.11 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $59.85 15J 4V 8Y View King Industrial Power Vacuum Journey Level $15.74 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $15.74 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $71.53 15J 4C View King Ironworkers Journeyman $83.79 7N 10 View King Laborers Air, Gas Or Electric Vibrating $56.80 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $56.80 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $56.80 15J 4V 8Y View King Laborers Brush Cutter $56.80 15J 4V 8Y View King Laborers Brush Hog Feeder $56.80 15J 4V 8Y View King Laborers Burner $56.80 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $56.80 15J 4V 8Y View King Laborers Cement Dumper-paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $56.80 15J 4V 8Y View King Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View about:blank 4/18 3/13/23,3:10 PM about:blank King Laborers Chipping Gun (30 Lbs. And $57.84 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $56.80 15J 4V 8Y View King Laborers Choker Setter $56.80 15J 4V 8Y View King Laborers Chuck Tender $56.80 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $56.80 15J 4V 8Y View King Laborers Concrete Dumper/Chute $57.84 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $56.80 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $57.84 15J 4V 8Y View Driller King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $56.80 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $56.80 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $56.80 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $57.84 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $56.80 15J 4V 8Y View King Laborers Dump Person $56.80 15J 4V 8Y View King Laborers Epoxy Technician $56.80 15J 4V 8Y View King Laborers Erosion Control Worker $56.80 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $56.80 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $57.84 15J 4V 8Y View King Laborers Gabian Basket Builders $56.80 15J 4V 8Y View King Laborers General Laborer $56.80 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $56.80 15J 4V 8Y View King Laborers Grout Machine Tender $56.80 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $57.84 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $56.80 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $58.56 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $57.84 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $56.80 15J 4V 8Y View C) King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $56.80 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View about:blank 5/18 3/13/23,3:10 PM about:blank King Laborers Material Yard Person $56.80 15J 4V 8Y View King Laborers Mold Abatement Worker $56.80 15J 4V 8Y View King Laborers Motorman-Dinky Locomotive $59.95 15J 4V 8Y View King Laborers nozzleman (concrete pump, $59.85 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $56.80 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $56.80 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker -Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $56.80 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $56.80 15J 4V 8Y View King Laborers Scale Person $56.80 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $56.80 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $56.80 15J 4V 8Y View King Laborers Stock Piler $56.80 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $48.14 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $57.84 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $57.84 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $57.84 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $56.80 15J 4V 8Y View King Laborers Topper $56.80 15J 4V 8Y View King Laborers Track Laborer $56.80 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View about:blank 6/18 3/13/23,3:10 PM about:blank King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $56.80 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work-Compressed Air $158.87 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $163.90 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $167.58 15J 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $173.28 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $175.40 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $180.50 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $182.40 15J 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $184.40 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $186.40 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $59.95 15J 4V 8Y View Tender King Laborers Tunnel Work-Miner $59.95 15J 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $56.80 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $56.80 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $57.84 15J 4V 8Y View Et Water King Landscape Construction Landscape $43.76 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $78.80 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 7E 1 N View King Metal Fabrication In Shop), Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication In Shop), Mechanic $43.63 151 11 E View King Metal Fabrication In Shop) Welder/Burner $39.28 151 11E View King Millwright Journey Level $73.08 15J 4C View King Modular Buildings Cabinet Assembly $15.74 1 View King Modular Buildings Electrician $15.74 1 View King Modular Buildings Equipment Maintenance $15.74 1 View King Modular Buildings Plumber $15.74 1 View about:blank 7/18 3/13/23,3:10 PM about:blank King Modular Buildings Production Worker $15.74 1 View King Modular Buildings Tool Maintenance $15.74 1 View King Modular Buildings Utility Person $15.74 1 View King Modular Buildings Welder $15.74 1 View King Painters Journey Level $49.46 6Z 11J View King Pile Driver Crew Tender $77.16 15J 4C View King Pile Driver Journey Level $71.98 15J 4C View King Plasterers Journey Level $67.49 7Q 1 R View King Plasterers Nozzleman $71.49 7Q 1 R View King Playground Et Park Equipment Journey Level $15.74 1 View Installers King Plumbers Et Pipefitters Journey Level $96.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $79.41 15J 11G 8X View King Power Equipment Operators Boat Operator $80.33 7A 11 H 8X View King Power Equipment Operators Bobcat $75.35 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $75.35 15J 11G 8X View Equipment King Power Equipment Operators Brooms $75.35 15J 11G 8X View King Power Equipment Operators Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators Cableways $80.12 15J 11G 8X View King Power Equipment Operators Chipper $79.41 15J 11G 8X View King Power Equipment Operators Compressor $75.35 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $75.35 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $78.80 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $80.12 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $79.41 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $78.80 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $82.76 7A 11 H 8X View over King Power Equipment Operators Cranes, A-frame: 10 tons and $75.55 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $81.12 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $79.62 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View 250' of boom including jib with attachments about:blank 8/18 3/13/23,3:10 PM about:blank King Power Equipment Operators Cranes: 300 tons and over or $82.76 7A 11H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $80.33 7A 11H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $81.97 7A 11H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $79.00 7A 11H 8X View attachments, a-frame over 10 tons King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $79.41 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: $75.35 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $79.41 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $78.80 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $79.41 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $80.12 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $79.41 15J 11G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $78.80 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $79.41 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $79.00 7A 11H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $75.55 7A 11H 8X View tons and under King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $79.41 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View about:blank 9/18 3/13/23,3:10 PM about:blank King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $80.92 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $75.35 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $78.80 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $79.62 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $81.12 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $79.41 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $79.41 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $80.12 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $75.55 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $79.00 7A 11 H. 8X View Bellman(Certified) King Power Equipment Operators Rollagon $80.12 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $78.80 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $79.41 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $78.80 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $75.35 15J 11G 8X View about:blank 10/18 3/13/23,3:10 PM about:blank King Power Equipment Operators Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $80.12 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $80.12 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $79.41 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $78.80 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $81.97 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $81.12 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $82.76 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $80.12 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $78.80 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $79.62 7A 11H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $79.00 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $79.41 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $80.12 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $75.35 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $80.33 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $75.35 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $75.35 15J 11G 8X View Underground Sewer Et Water about:blank 11/18 3/13/23,3:10 PM about:blank King Power Equipment Operators- Bump Cutter $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $75.35 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $78.80 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $80.12 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $79.41 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $82.76 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $75.55 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $81.12 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $82.76 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $80.33 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $81.97 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $79.00 7A 11 H 8X View Underground Sewer Et Water attachments, a-frame over 10 tons King Power Equipment Operators- Crusher $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $79.41 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $80.12 15J 11G 8X View Underground Sewer Et Water about:blank 12/18 3/13/23,3:10 PM about:blank King Power Equipment Operators- Dozers D-9 Et Under $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $80.92 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $75.35 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $79.41 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $78.80 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $79.41 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $80.12 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $79.41 15J 11G 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $78.80 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $79.41 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $75.55 7A 11H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $79.00 7A 11H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $81.75 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $79.41 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $80.92 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $80.12 15J 11G 8X View Underground Sewer Et Water about:blank 13/18 3/13/23,3:10 PM about:blank King Power Equipment Operators- Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $75.35 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $78.80 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $79.62 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $81.12 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $79.41 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10And Over $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $79.41 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $80.12 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $75.55 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $79.00 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $78.80 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $79.41 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View Underground Sewer Et Water about:blank 14/18 3/13/23,3:10 PM about:blank King Power Equipment Operators- Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $80.12 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $81.97 7A 11H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $81.12 7A 11H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $82.76 7A 11H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $80.12 15J 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $79.00 7A 11H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers about:blank 15/18 3/13/23,3:10 PM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Conditioning Journey Level $92.51 6Z 1G View Mechanics King Residential Brick Mason Journey Level $66.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $71.53 15J 4C View King Residential Drvwall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $96.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $92.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $94.11 7F 1 E View Workers King Residential Soft Floor Lavers Journey Level $55.76 5A 3J View King Residential Sprinkler Fitters Journey Level $58.26 5C 211 View .(Fire Protection), King Residential Stone Masons Journey Level $66.32 7E 1 N View King Residential Terrazzo Workers Journey Level $60.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $60.95 5A 3H View King Roofers Using Irritable Bituminous $63.95 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $94.11 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $41.83 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $84.84 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $41.83 7V 1 View about:blank 16/18 3/13/23,3:10 PM about:blank King Shipbuilding Et Ship Repair New Construction Operating $41.83 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction $41.83 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $41.83 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $50.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $84.84 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $55.78 0 1 View .(Electrical) King Sign Makers Et Installers (Non- Journey Level $35.73 0 1 View Electrical), King Soft Floor Lavers Journey Level $62.39 15J 4C View King Solar Controls For Windows Journey Level $15.74 1 View King Sprinkler Fitters (Fire Journey Level $92.49 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $15.74 1 View Structural) King Stone Masons Journey Level $66.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $79.00 7A 11 H 8X View Surveyor King Surveyors Chainman $75.55 7A 11 H 8X View King Surveyors Construction Site Surveyor $80.33 7A 11 H 8X View King Surveyors Drone Operator (when used in $75.55 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $75.55 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $62.13 7E 1 E View about:blank 17/18 3/13/23,3:10 PM about:blank King Telephone Line Construction - Cable Splicer $39.15 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.29 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $32.72 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.00 5A 2B View Outside King Terrazzo Workers Journey Level $60.36 7E 1 N View King Tile Setters Journey Level $60.36 7E 1N View King Tile, Marble Et Terrazzo Finisher $51.19 7E 1N View Finishers King Traffic Control Stripers Journey Level $51.90 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $72.45 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $71.61 15J 11M 8L View King Truck Drivers Dump Truck $71.61 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $72.45 15J 11M 8L View King Truck Drivers Other Trucks $72.45 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $72.45 15J 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $15.74 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 Benefit Code Key— Effective 3/3/2023 thru 8/30/2023 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. 1of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 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. 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. 2of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 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. 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. M. This code appears to be missing.All hours worked on Saturdays,Sundays and holidays shall be paid at double 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. 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. 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. 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. K. 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 5 am to 6pm 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,and all hours worked in excess of twelve(12)hours in a single shift 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.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 3of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 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 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. 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%)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. 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. 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. 4of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 4. 1 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. 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. U. 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.(Except on makeup days if work is lost due to inclement weather,then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. On a four(4) day ten (10)hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work performed in excess of(10)hours shall be paid at one and one half(1-1/2)times the hourly rate of pay. On Monday through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and one-half(1-1/2)times the straight time rate,(except for special shifts or multiple shift operations). All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. Multiple Shift Operations:When the first shift of a multiple shift(a two or three shift)operation is started at the basic straight time rate or at a specific overtime rate,all shifts of that day's operation shall be completed at that rate. Special Shifts: The Special Shift Premium is the basic hourly rate of pay plus$2.00 an hour.When due to conditions beyond the control of the employer or when an owner (not acting as the contractor), a government agency or the contract specifications require more than four(4)hours of a special shift can only be performed outside the normal 6am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift,they shall be paid the special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday). 5of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 4. V. Work performed in excess of ten(10)hours of straight time per day when four ten(10)hour shifts are established or outside the normal shift(5 am to 6pm),and all work on Saturdays,except for make-up days shall be paid at time and one-half(1 %z)the straight time rate. In the event the job is down due to weather conditions,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 work performed on Sundays and holidays and work in excess of twelve(12)hours per day shall be paid at double(2x) the straight time rate of pay. 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. When an employee returns to work without a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8)hours. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate,(except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight(8)or ten(10)hours of work(subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate.Work performed in excess of eight hours(or ten hours per day(subject to WAC 296-127-022)shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift,then by mutual agreement a special shift may be worked at the straight time rate, eight(8)hours work for eight(8)hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. 11. 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 After an employee has worked eight(8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C 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. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am,Monday through Friday,shall be paid at a premium rate of 15%over the hourly rate of wage. 6of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 11. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. E. The first two(2)hours after eight(8)regular hours Monday through Friday,the first ten(10)hours on Saturday,and the first ten(10)hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked over ten(10)hours Monday through Saturday,and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. F. 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-half times the hourly rate of wage 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. G. 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 5 am to 6pm 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, and all hours worked in excess of twelve(12)hours in a single shift 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 nine(9)hours or more.When an employee returns to work without at least nine(9)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine(9)hours rest period. H. 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 5 am to 6pm 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, and all hours worked in excess of twelve(12)hours in a single shift 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 ten(10)hours or more.When an employee returns to work without at least ten(10)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten(10)hours rest period. 7of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 11. J. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm,and the first two(2)hours after eight(8) hours worked shall be paid at one and one-half times the hourly rate.All hours worked over 10 hours per day Monday through Friday,and all hours worked on Saturdays, Sundays,and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar($2.00)per hour for all hours worked that shift.All hours worked on holidays shall be paid at one and one-half 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. M. 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. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half(1-1/2) times the straight time rate,(except for special shifts or multiple shift operations).When the first shift of a multiple shift(a two or three shift)operation is started at the basic straight time rate or at a specific overtime rate,all shifts of that day's operation shall be completed at that rate.When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to 6:00 pm,then a special shift may be worked at the straight time rate,plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight(8)hours work for eight(8)hours pay or ten(10)hours work for ten(10)hours pay for four ten shifts. 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.All work performed after 6:00 pm Saturday to 5:00 am Monday,all work performed over twelve(12)hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Shift Pay Premium:In an addition to any overtime already required,all hours worked between the hours of 6:00 pm and 5:00 am shall receive an additional two dollars($2.00)per hour. N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at double the straight time rate. Any time worked over eight(8)hours on Saturday shall be paid double the straight time rate,except employees assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on Saturday over 10 hours. 8of15 Benefit Code Key— Effective 3/3/2023 thru 8/30/2023 Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays:New Year's Day,Presidents' Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 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). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). 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). 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. 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). 9of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls 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. 10 of 15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 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. 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. 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. 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. 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,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the Friday and Saturday after Thanksgiving Day,Christmas Eve,and Christmas Day(9).Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 11 of 15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 15. G. New Year's Day,Washington's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,the last scheduled workday before Christmas,and Christmas Day(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. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. 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. 12 of 15 Benefit Code Key— Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 8. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit:$1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked.Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road, etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures(such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters.The Lineman/Groundmen rates would apply to meters not fitting this description. X. 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. Special Shift Premium:Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work (work located in the tide plane)all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents($0.75)per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. Special Shift Premium:Basic hourly rate plus$2.00 per hour.When due to conditions beyond the control of the Employer or when an owner(not acting as a contractor),a government agency or the contract specifications require that more than(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift.When an employee works on a special shift,they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 13 of 15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications require that more than four(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid$0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A)—130'to 199'—$0.50 per hour over their classification rate. (B)—200' to 299'—$0.80 per hour over their classification rate. (C)—300' and over—$1.00 per hour over their classification rate. B. 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. Tide Work:When employees are called out between the hours of 6:00 p.m. and 6:00 a.m.to work on tide work(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 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. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants,pipelines, towers,dams,bridges,power generation facilities and manufacturing facilities such as chemical plants,etc.,or anywhere abrasive blasting is necessary to prepare surfaces,or hazardous materials encapsulation is required. E. Heavy Construction includes construction,repair,alteration or additions to the production,fabrication or manufacturing portions of industrial or manufacturing plants,hydroelectric or nuclear power plants and atomic reactor construction.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. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants,pipelines, towers,dams,power generation facilities and manufacturing facilities such as chemical plants,etc.,or anywhere abrasive blasting is necessary to prepare surfaces,or hazardous materials encapsulation is required. 14 of 15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 9. H. One(1)person crew shall consist of a Party Chief. (Total Station or similar one(1)person survey system). Two(2) person survey parry shall consist of a least a Parry Chief and a Chain Person.Three(3)person survey party shall consist of at least a Parry Chief,an Instrument Person,and a Chain Person. 15 of 15