Loading...
HomeMy WebLinkAboutCAG2024-083 - Original - Doolittle Construction, LLC - 2024 Chip Seal Project - 02/26/2024 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/]oe Araucto Public Works Date Sent: Date Required: c 02/16/2024 2/23/2024 Q Mayor or Designee to Sign. Date of Council Approval: Q Q Interlocal Agreement Uploaded to Website 2/6/2024 Budget Account Number: Grant? Yes❑ NoF71 R20136 Budget? Yes❑No Type: N/A Vendor Name: Category Doolittle Construction, LLC Contract Vendor Number: Sub-Category: Original 0 Project Name: 2024 Chip Seal Project 3- Project Details: The project consists of chi sealing along the S 277th Street and 116th 0 P J P 9 9 Avenue SE corridor, including temporary and permanent pavement markings. C Basis for Selection of Contractor: E Agreement Amounts$797,037.5 Bid � *Memo to Mayor must be attached 3- Start Date: 10 after notice to proceed Termination Date: Until all Work completed 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:� ❑Yes❑No CAG2024-083 Comments: aContractor will need to provide updated, unexpired insurance certificate 3 with endorsements before starting work. c c 3 0 cc a, a, cc Date Received:City Attorney: 2/16/24 Date Routed:Mayor's Office 2/26/24 City Clerk's Office 2/27/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT W A 5 H I N G T O N DATE: February 6, 2024 TO: Kent City Council SUBJECT: 2024 Chip Seal Bid — Award MOTION: I move to award the 2024 Chip Seal Project to Doolittle Construction, LLC in the amount of $797,037.50 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project includes chip sealing S 277th Street and 116th Avenue SE, including temporary and permanent pavement markings, along with associated work. The bid opening for the 2024 Chip Seal Project was held on January 23, 2024, with three (3) bids received. The lowest responsible and responsive bid was submitted by Doolittle Construction, LLC. in the amount of $797,037.50. BUDGET IMPACT: Project is budgeted. SUPPORTS STRATEGIC PLAN GOAL: Evolvina Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. 2024 Chip Seal Bid Tab (PDF) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2024 Chip Seal Project S. 277t" Street and 116t" Avenue SE Project Number: 24-3001 . 1 BIDS ACCEPTED UNTIL January 23, 2024 11:00 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 IN • KENT WAS H 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 Traffic Control Plans Section 8 City of Auburn R/W Use Permit Application Section 9 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2024 Chip Seal Project S 277t" Street and 116t" Avenue SE Project Number: 24-3001 . 1 BIDS ACCEPTED UNTIL January 23, 2024 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 N S. CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR 38748 �0c �SS��NA L ENG� 400^,* 12/21/2023 KEN T WA5HINGT0N 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 Traffic Control Plans City of Auburn R/W Use Permit Application Prevailing Wage Rates BIDDER'S NAME Doolittle Construction LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2024 Chip Seal Project S. 277t" Street and 116t" Avenue SE Project Number: 24-3001 . 1 BIDS ACCEPTED UNTIL January 23, 2024 11:00 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 IN, KENT W A 5 H I N 0 T 0 N ORDER OF CONTENTS FOR BID PACKAGE 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 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 INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through January 23, 2024, up to 11:00 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 11:00 a.m. for the City of Kent project named as follows: 2024 Chip Seal Project - S 277th Street and 116th Avenue SE Project Number: 24-3001.1 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 chip sealing along the S 277th Street and 116th Avenue SE corridor, including temporary and permanent pavement markings, all in accordance with the Plans, WSDOT Standard Specifications, and the Kent Special Provisions. The Engineer's estimated range for this project is approximately $960,000 to $1,100,000. 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.ciov/pay-and-al2ply/bids-12rocurement-rfps. Hard copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. 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 bidde p Y rs is the most res onsive satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the contract 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 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 invitation a period of sixty (60) days after the day of bid opening. Dated this 4t" day of January 2024 BY: Kimb., l A. Komoto, City Clerk Published: Daily Journal of Commerce on January 9 and 16, 2024 Washington State Office of Minority and Women's Business Enterprise on January 9, 2024 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date January 23rd, 2024 This statement relates to a proposed contract with the City of Kent named 2024 Chip Seal - S 277t" Street and 116th Avenue SE Project Number: 24-3001.1 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. Doolittle Construction LLC NAME OF BIDDER BY: S GNATURE/T T L E Senior Vice President 9350 Stone Quarry Road Snoqualmie, WA 98065 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 1 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. 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: 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. 3 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); 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; 4 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: �A For: Doolittle Construction LLC Title: Senior Vice President Date: 01/23/24 5 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. 6 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Doolittle Construction 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 2024 Chip Seal - S 2771h Street and 116th Avenue SE /Project Number: 24-3001.1 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1. All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2. Proposal items are numbered in sequence but are non-continuous. 3. Unit prices for all items, all extensions, and total amount of bid must be shown. 4. Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. ITEM SECTIO APPROX. ITEM UNIT TOTAL NO N QUANTITY = PRICE AMOUNT NO. 1000 1-09.7 1 Mobilization $ S,000 $�65 OM`� WSDOT LUMP SUM Per LS 1005 8-09.5 1 Removal of Raised $10,0W,ca $ l0/000.00 KSP LUMP SUM Pavement Markers and Per LS Painted and/or Plastic Traffic Markings 1010 5-03.5 1 Crack Sealing $3� 600. $ Q( j.ov KSP LUMP SUM Per LS 1015 5-02.5 55,000 Chip Seal $$ GO sgg0,00.00 KSP SQ YDS Per SY 1020 5-02.5 55,000 Asphalt for Fog Seal $�°o $5-,000.I'll KSP SQ YDS Per SY 1025 1-10.5 1,200 Traffic Control Labor $ W sus)z4co KSP HOURS Per HR 1030 1-10.5 300 Traffic Control Supervisor $u?'.10 KSP HOURS Per HR 1035 1-10.5 1 Temporary Traffic Control $W,6V'V $20,ddd.�' KSP LUMP SUM Devices Per LS 1040 1-10.5 30 Portable Changeable $(00,00 $,v00.ou KSP DAYS Message Sign (PCMS) Per DAY 1045 1-10.5 25 Sequential Arrow Sign (SAS) $ So cA $[125D.00 KSP DAYS Per DAY 8 ITEM SECTIO APPROX. ITEM UNIT TOTAL NO N QUANTITY PRICE AMOUNT NO. 1050 1-10.5(2) 400 Construction Signs Class A $ 10.CO $L4,000.o WSDOT SQ FT Per SF 1055 8-22.5 26 Plastic Traffic Arrow $()Ils-. $ KSP EACH Per EA 1060 8-22.5 1,810 Painted Double Solid Line $ 0.1$ $ 1. KSP LINEAR Per LF FEET 1065 8-22.5 20,200 Painted Single Solid Line $0yo $ k2'a KSP LINEAR Per LF FEET 1070 8-22.5 6,300 Painted TWLTL Line $ $�j�LSU•CQ KSP LINEAR Per LF FEET 1075 8-22.5 23,100 Painted White Skip Lane $0.25 $ S,11S, co KSP LINEAR Line Per LF FEET 1080 8-22.5 300 Painted Wide Lane Line $ $SAS• KSP LINEAR Per LF FEET 1085 8-09.5 12 Raised Pavement Markers - $ $ WSDOT HUNDRED Type 2 Per HUND 1090 8-01.5 100 Street Cleaning $(SS.`O $ i S, WSDOT HOUR Per HR 1095 8-01.5 1 Erosion/Water Pollution $5,000** $5,000 WSDOT FORCE Control Per FA ACCOUNT ** Common price to all bidders 9 ITEM SECTIO APPROX. ITEM UNIT TOTAL NO N QUANTITY PRICE AMOUNT NO. 1100 1-7.15(1) 1 SPCC Plan $�lSb�. $1,00.00 WSDOT LUMP SUM Per LS 1105 1-04.4(1) 1 Minor Changes $20,000* $20,000 WSDOT CALC ** Common price to all bidders Per CALC TOTAL BID AMOUNT! 10 SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: Doolittle Construction LLC Project Name: 2024 Chin Seal - S 277t" Street and 116th Avenue SE Project Number: 24-3001.1 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or 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: N/A Electrical Subcontractor Name: N/A 01/23/24 Signature of Bidder Date tt SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: Doolittle Construction LLC Project Name: 2024 Chin Seal — S 277t" Street and 116t" Avenue SE Project Number: 24-3001.1 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of 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: N/A '�- r/ 01/23/2024 Signature of Bidder Date 12 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. 13 If the bidder fails to request a modification within the time allowed or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: Aaron Kindt ADDRESS: 9350 Stone Quarry Road Snoqualmie, WA 98065 PRINCIPAL OFFICE: Doolittle Construction LLC ADDRESS: 9350 Stone Quarry Road Snoqualmie, WA 98065 PHONE: (425) 455-1150 FAX: (425) 455-6782 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 If applicable, provide a copy of your plumbing contractor license in compliance with chapter 18.106 RCW, an elevator contractor license in compliance with chapter 19.28, or an electrical contractor license in compliance with chapter 19.28 RCW, as required under the provisions of those chapters. 1.3 Provide your current state unified business identifier number. 1.4 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 14 Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.5 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.6 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. 1.7 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. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 80 Years 2.2 How many years has your organization been in business under its present business name? 20 Years 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 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: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 15 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: Type: LLC Date: 1944 3. LICENSING CEO: Dave Whitley SVP: Aaron Kindt SVP: Marc Thoreson 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 4.1 List the categories of work that your organization normally performs with its own forces. Chip Seal, Fog Seal, Crack Seal, Slurry Seal, Asphalt Rubber Chip Seal. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No. 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers?No. 4.2.3 Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years?No. 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No. 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See Attachment A 4.4.1 State total worth of work in progress and under contract: $5M 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. See Attachment B 4.5.1 State average annual amount of construction work performed during the past five years: W204 16 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. a%rfft��- 4.7 On a separate sheet, list your major equipment. See Attachment D 5. REFERENCES 5.1 Trade References:, +fa(,hy tM 1� 5.2 Bank References: NW Bank: Gary Strand, Regional VP (206) 621-0808 5.3 Surety: Arch Insurance Company 5.3.1 Name of bonding company:HUB International NW, LLC 5.3.2 Name and address of agent:Jim Kuich 12100 NE 195th St, Suite 200 6. FINANCING Bothell, WA 98011 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? 17 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? 18 7. SIGNATURE 7.1 Dated at this 23rd day of January , 2024. Name of Organization: Doolittle Construction LLC Title: Senior Vice President 7.2 0AA inct4: , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 2�� day of 2024. Notary Public: q:�O •••••""""'���, My Commission Expires: ,,.•�`0,ti .�$sio"N••••..r�;�-- �W NoTA Ry �0? No. 20112980 a N .1 PUBLIC M.�•2 WA 19 4 1/22/24,10:43 AM DOOLITTLE CONSTRUCTION LLC O1M,Npmn SUM opMUwnd Labor&Industries.(https://Ini.we.gov/) Contractors DOOLITTLE CONSTRUCTION LLC Owner.or tradesperson PO Box 1819 Principals Snoqualmie,WA 98065 DOOLITTLE,TOM A,PARTNER/MEMBER KING 5-11 County KING County DOOLITTLE HOLDINGS INC,PARTNER/MEMBER KINDT,AARON MICHAEL,PARTNER/MEMBER Doing business as DOOLITTLE CONSTRUCTION LLC WA UBI No. Business type 602 351 934 Limited Liability Company License Verity the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active ........................................................................ Masts current requirements. License specialties GENERAL License no. DOOLICL96000 Effective—expiration 0212012004—02/23/2024 Bond ................ Philadelphia Indemnity ins Co $12,000.00 Bond account no. PB00194200130 Received by L&I Effective date 08/01/2022 07/1212022 Expiration date Until Canceled Bond history Insurance ........................... Alaska National Insurance Co $1,000,000.00 Policy no. 23BPS08289 Received by L&I Effective date 01/04/2024 02/1812024 Expiration date 02/1812025 Alaska National Insurance Co $1,000,000.00 Policy no. 22BLS08289 Received by L&I Effective date 12115/2022 02/1812023 Expiration date 1/3 https://secure.ini.wa.gov/verify/Detaii.aspx?UBI=602351934&LIC=DOOLICL96000&SAW= 1/22/24,10:43AM DOOLITTLE CONSTRUCTION LLC 02/18/2024 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No ac(ve certifications exist for this business. Apprentice Training Agent Registered training agent.Check their eligible programs and occupations. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 122,828-02 ................................ Doing business as DOOLITTLE CONSTRUCTION LLC Estimated workers reported Quarter 3 of Year 2023"31 to 50 Workers" L&I account contact TO/GARY HONC(360)902-4823-Email:HONC235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. Contractor Strikes No strikes have been Issued against this contractor. Contractors not allowed to bid No debarments have been Issued against this contractor. Workplace Safety$ Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date Violati 10/13/2022 ns Inspection no. 317969715 Location 56th eve and Schinke Rd Lacey,WA 98516 Inspection results date 1 010 2/2 01 9 Violations Inspection no. 317956018 Location Intersection of Bainbridge Island,WA 98110 https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=602351934&LIC=DOOLICL96000&SAW= 2/3 1/22/24,10:43AM DOOLITTLE CONSTRUCTION LLC Inspection results date Violations 0811612019 Inspection no. 317955399 Location Black Lk Blvd between Olympia,WA 98502 Inspection results date 0 Violations 9/06/2018 Inspection no. 317950371 Location 176th SW and 60th Ave W Lynnwood,WA 98037 https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=602351934&LIC=DOOLICL96000&SAW= 3/3 Attachment A Doolittle Construction - Projects In Progress Contract Completion % Prime/ Amount Date Complete Sub Project Name Owner Contact City of Bonney Lake Andrew Fonda $ 244,740 6/15/24 90% Prime 2023 Surface Treatment 21719 96th Street (253)447-4320 Buckley,WA 98321 City of Olympia David Rosen SUBCONTRACTOR to Lakeside $ 374,090 7/31/24 0% Sub S Pavement Preservation PO Box 1967 (360)753-8576 SUBCO Olympia,WA 98507 City of Portland Isaac McConnell $ 1,987,987 6/30/24 60% Prime 2023 Pavement Preservation Project 1120 SW 5th Ave,Suite 1331 (503)823-6302 Portland,OR 97204 Mendocino County Caltrans Caltrans Brian Apple $ 1,649,649 5/31/24 60% Prime Contract No.01-OM0904 1727 30th St, MS-43 Brian.ApoIeCcDdot.ca.4ov Sacramento,CA 95816 City of Cupertino Jo Anne Johnson $ 470,470 4/30/24 0% Prime 2023 Slurry Seal Project 10300 Torre Ave (408)777-3245 Cupertino,CA 95014 Attachment B Doolittle Construction - Recently Completed Projects Compl. Prime/ Contract Amount Date Sub Project Name Owner Contact City of Mountlake Terrace Rich Meredith $ 999,900.00 11/30/23 Prime 2023 Citywide Pavement Management 23204 58th Ave West (425)776-1161 Mountlake Terrace,WA 98043 WSDOT Jason Metter $ 5,813,434.44 11/6/23 Prime US 101/SR 115 Olympic Peninsula Chip 4801 Olympic Hwy (360)660-6768 Seal(Contract No.9826) Aberdeen,WA 98520 City of Bothell Lauren Freist $ 50,880.00 9/25/23 Prime 2023 Crack Seal 18415 101 st Ave NE (425)471-9088 Bothell,WA 98072 City of Ruston Steve Willie $ 63,000.00 9/25/23 Prime 2023 TIB Court Street Seal Coat 5219 N.Shirley Street (360)352-9456 Ruston,WA 98407 City of Battle Ground Ryan Jeynes $ 107,746.00 9/13/23 Prime 2023 Street Preservation Program 109 SW 1st St,Suite 122 (360)342-5078 Chip Seal Battle Ground,WA City of Olympia Jeff Johnstone $ 1,552,939.56 9/8/23 Prime Eastside Pavement Preservation PO Box 1967 (360)753-3813 Olympia,WA 98507 2023 City-Wide TIB Pavement Crack City of Ruston Steve Willie $ 39,709.00 9/5/23 Prime Sealing Project 5219 N. Shirley Street (360)352-9456 Ruston,WA 98407 City of Anacortes Justin Symonds $ 345,013.40 8/31/23 Prime 2023 Chip Seal Project PO Box 547 (360)299-1971 Contract No.23-140-TRN-001 Anacortes,WA 98221 2023 Asphalt Overlays;City Project No. City of Kent Brian Shields $ 291,711.50 8/31/23 Sub 23-3001.1 220 4th Avenue S (253)293-4973 SUBCONTRACTOR TO ICON Kent,WA 98032 City of Puyallup Scott Hill $ 606,360.00 8/20/23 Prime 2023 Puyallup Annual Chip Seal Project 333 South Meridian (253)841-5409 Puyallup,WA 98371 City of Lakewood Tim Motoh $ 406,131.50 8/4/23 Prime 2023 Chip Seal Program 6000 Main Street SW (253)983-7777 Lakewood,WA 98499 SR 113, 106, 119,706 2022 OR Region WSDOT-Olympic Region Danika Washington $ 6,863,401.00 11/14/22 Prime Wide Chip Seal(Contract No.9816) 7407 31st Ave NE (253)307-9894 Lacey,WA 98516 SR 410,288th AVE SE VIC to Crystal WSDOT-Olympic&NW Region Jerry Wood $ 4,296,740.00 11/9/22 Prime Mountain Blvd VIC BST(Contract No. 310 Maple Park Ave SE (509)577-1859 9768) Olympia,WA 98504 2022 Chip Seal Project(Contract No. Thurston County Public Works Vasile Borata $ 3,377,828,00 9/30/22 Prime 98022) 9605 Tilley Rd SW S (360)867-2336 Olympia,WA 98512 City of Bonney Lake Triss Weber $ 214,937.59 9/14/22 Prime 2022 Chip Seal Application 19306 Bonney Lake Blvd (253)447-4320 Bonney Lake,WA 96391 US 101 ET AL Clallam,Jefferson,& WSDOT-Olympic Region Kevin Dahl $ 6,417,421.00 1/28/22 Prime Mason Co Chip Seal&Bridge Repairs 7407 31 st Ave NE (360)565-0620 (Contract No.9618) Lacey,WA 98516 SR 4-Skamokawa Vic to 0.3 Miles WSDOT-SW Region Dan Doumit $ 3,331,468.00 6/29/22 Prime West of SR 432-Chip Seal(Contract 2400 Talley Way (360)790-6581 No.9699) Kelso,WA 98626 SR 161, SR 7 to N of Trek Drive WSDOT John Romero $ 434,635.03 7/20/21 Prime E Chip Seal PO Box 47420 (360)570-6751 Olympia,WA 98504 SR 109/Grass Creek Br to WSDOT-Olympic Region Karen Boone $ 1,089,923.60 10/13/21 Prime Conner Creek Br-Chip Seal 4801 Olympic Highway (360)538-8500 Aberdeen,WA 98520 City of Puyallup Scott Hill $ 547,120.80 10/1/21 Prime 2021 Chip Seal Project 333 S. Meridian (253)341-8570 Puyallup,WA 98371 SR 103, Us 101 to Stackpole Rd WSDOT Joanna Lowery $ 1,233,600.00 9/10/20 Prime Chip Seal Contract#9561 2400 Talley Way (360)442-1350 Kelso,WA 98626 City of Lakew000d Omar Barron, P.E. $ 281,210.00 5/21/20 Prime 2020 Chip Seal 6000 Main Street (253) 983-7713 Lakewood, WA. 98499 OBarron@cityoflakewood.us City of Moses Lake Richard Law $ 552,850.00 8/28/20 Prime 2020 Seal Coat PO Box 1579 (509)764-3783 Moses Lake,WA 98837 WSDOT Gabe Ng $ 5,776,000.00 10/30/19 Prime Mt. Baker Area BST-2019 460 Stuart Road (360)788-7400 Bellingham,Wa. 98226 City of Tumwater Brandon Hicks $ 961,476.00 9/15/19 Prime 2019 Chip Seal project 555 Israel Road SW (360)754-4140 Tumwater,WA.98501 2019 Chip Seal Project CRP Thurston County Vasile Borota $ 1,939,991.00 8130/19 Prime 98019 9605 Tilley Rd S,Suite C BorotaVta)co.thurston.wa.us Olympia,WA 98512 (360)867-2336 2019 Pavement Preservation City of Olympia Dave Rosen, P.E. $ 750,325.00 9/31/2019 Prime (Emulsion Chip Seal) 601 -4th Ave East drosen _ci.olympia.wam Olympia, WA. 2018 Chip Seal Project CRP Thurston County Vasile Borota $ 1,805,160.00 7/16/18 Prime 98018 9605 Tilley Rd S,Suite C BorotaV(cDco.thurston.wa.us Olympia,WA 98512 (360)867-2336 2018 Chip Seal Program City of Lynnwood Robert Bean $ 2,501,488.00 9/21/18 Prime Contract 2935 PO Box 5008 rbeanOlynnwoodwa.aov Lynnwood,WA 98046 (425)670-5225 2018 Pierce County Chip Seal WSDOT Brian Whitehouse $ 1,333,909.00 9/7/18 Prime SR 7&702 Federally Funded PO Box 47447 whitehb@wsdot.wa.gov Tumwater,WA 98504 (360)570-6786 Chip Seal-Contract 9009 US WSDOT Chris Bruning, P.E. $ 3,698,956.00 9/15/17 Prime 12, SR 109&SR 112 1707 South C Street (360)477-1138 Port Angeles,WA.98363 BruninC@wsdot.wa.gov Pacific County Chip Seal WSDOT Colin Newell, P.E. $ 5,137,284.00 9/15/17 Prime Contract 9087-SR 6& 105 1411 Rush Road 360-740-8600 Chehalis,WA.98532 2017 Chipseal Project CRP Thurston County Steve Bricker, P.E. $ 1,628,056.00 8/15/17 Prime #98017 Roads&Transportation Serv. (360)867-2361 9605 Tilley Road S.,Olympia,WA. Pavement Preservation SR 500 WSDOT Devin Reck, P.E. $ 2,833,000.00 9/30/16 Prime &SR 504,#C8901 Included 11018 NE 51 st Circle SWGorgeQuestions(a) Federal Funds Vancouver,WA. 98682 WSDOT.wa.gov Includes 8 miles of AC-15113 with pre-coated aggregate Mt Baker Area BST-2016 WSDOT David Crisman, P.E. $ 3,202,168.00 9/30/16 Prime Contract C8808 Included 1109 E. Hickox Road (360) 848-7100 Federal Funds Mt Vernon, WA. 98274 2016 Pavement Preservation City of Olympia Brian Philumalee, P.E. $ 426,800.00 8/15/16 Prime (Chip Seal) 601 -4th Ave East (360)753-8297 Olympia,WA. bPhiluma(cilci.olympia.wa.us Thurston County Steve Bricker, P.E. $ 1,622,365.00 8/31/15 Prime 2015 Chip Seal Roads&Transportation Serv. (360) 867-2361 9605 Tilley Road S.,Olympia,WA, 2015 Pavement Preservation City of Olympia Brett Bures $ 592,088.00 8/30/15 Prime (Chip Seal) 601 -4th Ave East (360)753-8290 Olympia, WA. 2014 Bituminous Surface City of Shoreline David LaBelle $ 617,313.00 8/31/14 Prime Treatment 17500 Midvale Ave N (206)801-2441 Shoreilline,WA 98133 SR 508- I-5 to SR 7-Chip Seal Washington State DOT Lori Anne Figone, P.E. $ 2,136,882.00 8/31/14 Prime C8622 11018 NE 51st Circle SWKEl-SOQA@WSDOT.WA.GOV Vancouver, WA 98682 Thurston County Steve Bricker, P.E. $ 1,787,181.00 8/31/14 Prime 2014 Chip Seal Roads&Transportation Serv. (360)867-2361 9605 Tilley Road S.,Olympia,WA. 11111 1 <OA ! I()A 61-1 1 k-1# S lM A(A DOOLITTLE CONSTRUCTION KEY INDIVIDUALS: CHIP SEAL DIVISION Senior Vice President: Aaron Kindt • 23 years of experience in the pavement preservation industry, specializing in emulsion chip seals. Chip Seal Superintendent: Clay Craig • 15 years of experience in the pavement preservation industry. Chip Seal Lead: David Doolittle • 33 years of experience in the pavement preservation industry. Chip Seal Lead: Jerry May • 30 years of experience in the pavement preservation industry. Thank you, Aaron Kindt Doolittle Construction LLC (425) 455-1150 Email: info@,doolittlellc.com T: 425.455.1150 F: 425.455.6782 Maling:P.O Box 1819, Snoqualmie,WA 98065 1 Physical: 9350 Stone Quarry Rd, Snoqualmie,WA 98065 CA CSLB#: 1066710 I CA DIR#: 10006602561 OR CCB#: 230244 1 WA Contractor Lic.#: DOOLICL96000 www.doolittlellc.com Attachment D Doolittle Construction Major Equipment - Chip Seal Equipment Number Description Type 008 1998 INT'L SIGN TRUCK Straight Truck 010 1973 KW Water Truck Tank Truck 020.1 2000 VOLVO W/05 BEARCAT DIST Emulsion Distributor 023.1 2003 VOLVO W/09 BEARCAT DIST Emulsion Distributor 024.1 2004 VOLVO W/BEARCAT DIST Emulsion Distributor 090 1990 KW T800 TANK TRLR Tank Truck 091 1991 PETERBILT 4500 GAL TANK Tank Truck 094 1993 KW T-800 TANKER Tank Truck 095 1994 PETERBILT TANKER Tank Truck 096 1996 PETERBILT 4500 GAL TANKER Tank Truck 097 1997 FRTLNR BEARCAT DIST Emulsion Distributor 111 2011 Ford F350 SERVICE BODY Pickup 210 2001 FORD F450 FLATBED Pickup 214 2001 F250 EXT CAB W/LIFT GATE Pickup 221 2002 CHEVROLET4x2 FLATBED Pickup 231 2003 CHEVY 2500HD UTIL BOX Pickup 233 2003 FORD F250 PICKUP Pickup 240 2004 FORD F450 Pickup 242 2004 FORD F250 UTLTY BED BLUE Pickup 243 2004 CHEVY 9' FLATBED SILVER Pickup 260 2006 FORD FLATBED SERVICE TRK Pickup 280 2008 F350 W 9' FLATBED EXTCAB Pickup 283 2008 FORD UTLTY BOX LT BROWN Pickup 290 2009 Chevrolet Colorado Pickup 292 2009 CHEVY SIL 9' FLATBED BLUE Pickup SS007 2007 ALLIANZ SWEEPER Sweeper SS008 2007 FREIGHTLINER ALLIANZ Sweeper SS009 2007 STERLNG ELGIN ROAD WIZARD Sweeper TMA001 2010 International 4000 TMA tr Straight Truck BULLDOG 1997 BULLDOG TRAILER Broom Trailer LEEBOY 1995 LeeBoy L250T-250 gallon Tack Trailer Pi 2014 PJ OLYMPIC EQUIPMENT TRLR Equipment Trailer PP001 2006 Wester Toilet Trailer Porta Potty PP002 Portapotty Porta Potty T001 1979 CLOUGH TANK PULL TRLR Emulsion Tank Trailer T003 1966 BEALL PULL TRAILER Emulsion Tank Trailer T004 1966 BEALL TANK TRLR 5,300 GAL Emulsion Tank Trailer T007 1988 BEALL 4 AXLE TANK TRLR Emulsion Tank Trailer T008 1979 BEALL 4 AXLE TANK TRLR Emulsion Tank Trailer T009 1979 BEALL 4 AXLE TANK TRLR Emulsion Tank Trailer T010 2008 ETNYRE 40'TANK TRLR Emulsion Tank Trailer T011 1979 PEERLESS 3 AXEL TANK Emulsion Tank Trailer T012 1994 WESTMARK TANK TRLR Emulsion Tank Trailer T014 1999 BEALE 4 AXLE TANK TRLR Emulsion Tank Trailer T015 1986 CLOUGH 4 AXLE TANK TRLR Emulsion Tank Trailer T017 2000 BEALL 6200 GAL 4AXLE PULL Emulsion Tank Trailer TK02 1996 TRAIL KING 2 AXEL SD Equipment Trailer TK03 2002 TRAILKING 3 AXEL Equipment Trailer TM01 2000 TRAILMAX 2 AXEL TILT TRLR Equipment Trailer TM02 1978 TRAIL MAX HYD TAIL 2 AXLE Equipment Trailer TM03 1991 TRAIL MAX TRD-54-3 AXLE Equipment Trailer UT01 2007 6'X10'OLYMP.TRAILER Utility Trailer UT04 2001 Millenium Equipment Trail Utility Trailer WT001 1961 LACROSSE TILT 2,300 GAL Water Tank Trailer WT002 2000 MILL 19' EQUIP TR&TANK Water Tank Trailer RETORT 1977 40'WATER TANK TRAILER Water Tank Trailer 544 2004 JOHN DEERE WHEEL LOADER Loader 936 1990 936E CAT Wheel Loader Loader 020 2005 BC ASPH Distr on 00 Volvo Emulsion Distributor 022 2004 BEARCAT Aspha It DIST Emulsion Distributor 023 2009 BC BC501ON 03 VOLVO Emulsion Distributor 024 2014 BC ASPH DISTR ON 04 Volvo Emulsion Distributor BC04 2004 BEARCAT CHIPPER Chip Spreader BC18 2018 BEARCAT CHIPPER Chip Spreader ET01 2001 ETNYRE CHIPSPREAD Chip Spreader ET08 2008 ETNYRE CHIPSPREAD Chip Spreader MK1 BROCE MK1 PICKUP SWEEPER Pickup Broom R001 1989 SMOOTH/ROSCOE 9 WHEEL Pnuematic Roller R002 1995 ROSCO ROLLER 915 Pnuematic Roller R004 2008 HYPAC C530 ROLLER Pnuematic Roller R005 HYSTER C530A Pnuematic Roller R006 2004 ROLLER BOMAG ORLANDO Pnuematic Roller R007 HYSTER C530A Pnuematic Roller R008 1989 HYSTER C530 ROLLER Pnuematic Roller R009 1989 FERGUSON Pnuematic Roller R010 HYPAC PNEUMATIC TIRED ROLLER Pnuematic Roller R011 1999 HYPAC ROLLER Pnuematic Roller R012 2000 HYPAC ROLLER Pnuematic Roller SB3 12003 SUPERIOR BROOM Sidecast Broom S64 12004 SUPERIOR BROOM Sidecast Broom SB5 12005 SUPERIOR BROOM Sidecast Broom 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 (March 14, 2023), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Doolittle Construction LLC Bidd r--'� Business Name c- Signature of Authorized Official* Aaron Kindt Printed Name Senior Vice President Title 01/23/2024 Snoqualmie WA Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 20 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 (January 23, 2024), 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. Doolittle Construction LLC Bidder's Business Name c~ Signature of Authorized Official* Aaron Kindt Printed Name Senior Vice President Title 01/23/2024 Snoqualmie WA Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 21 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: January 23rd, 2024 Doolittle Construction LLC NAM OF BIDR _ Signature of Authorized Representative Aaron Kindt; Senior Vice President (Print Name and Title) Physical: 9350 Stone Quarry Road Snoqualmie, WA 98065 Address Mailing: PO Box 1819 Snoqualmie, WA 98065 22 Doolittle Construction LLO, PUBLIC WORKS DEPARTMENT Chad Bieren, P.E. Director 400 West Gowe `C Kent,WA 98032 K E N T Fax: 253-856-6500 W A:i 11 1 N(i)()N PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2024 Chip Seal Project Project Number: 24-3001.1 ADDENDUM No. 1 January 12, 2024 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED IN RED T - BIDDER'S DOCUMENTS Stamped Cover Page REVISE the date as follows: Project Number: 24-3001 . 1 RTDS ACCEPTED UNTIL January 23, 2024 11:00 A.M. II - APPENDICES Appendix 4 - City of Auburn R/W Use Permit Application ['rL:il"H A,01, the following with the attached City of Auburn Permit Number ROW23-0003 1 PUBLIC WORKS DEPARTMENT Chad Bieren,P.E. Director 400 West Gowe Kent,WA 98032 K E N T WASH NO TON Fax: 253-856-6500 PHONE: 253-856-5500 END OF ADDENDUM No. 1 Chad Bieren, P.E. Date Public Works Director Attachment: Stamped Cover Page City of Auburn Permit Number: ROW23-0039 2 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2024 Chip Seal Project S 277t" Street and 116t" Avenue SE Project Number: 24-3001 . 1 BIDS ACCEPTED UNTIL January 23, 2024 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 S. CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR •\� e- p R 38748 o tv FGISTE�� SS/ONAL BOG 12/21/2023 KENT W A S H I N G T 0 N CITY OF -*-•••� RIGHT OF WAY USE PERMIT ROW TYPE C LONG TERM PERMIT NUMBER WASHINGTON Public Works Department ROW23-0039 PERMIT TYPE:RIGHT OF WAY APPROVED:1/12/2024 EXPIRATION:12/31/2024 PERMIT SUBTYPE: ROW TYPE C LONGTERM ISSUED:1/12/2024 (see conditions for expiration details) LOCATION/ADDRESS: DESCRIPTION:City of Kent S 277th Project Traffic Control TOTAL FEES:$524.00 FEES PAID:$524.00 BALANCE DUE:$0.00 APPLICANT:City of Kent EMAIL:rcarroll@kentwa.gov MAILING ADDRESS:5821 S 240th St Kent,WA 98032 PHONE:(253)856-5679 PERMIT DETAILS Purpose: City of Kent 2024 S 277th Street Roadway Repairs Project Job No.23-3001.12024 Asphalt Chip Seal Project Traffic Control in City of Auburn Right-of-Way per the attached plan and conditions. NOTES: 1. Applicant's failure to comply with any provisions/conditions of this permit shall be terms for immediate termination. 2. Applicant shall comply with the City's nuisance code under ACC 8.12 3. Applicant shall keep the public ROW free of litter and drink or food waste. 4. Applicant shall provide a signed and notarized Hold Harmless Agreement. 5. Applicant shall maintain current insurance throughout the life of the permit and provide the City with proof that they are insured and name the City as an additional insured. Insurance certificates and additional insured endorsements shall meet the requirements outlined in the Right-of-Way Use Permit Requests Informational Packet. a. Insurance Certificates and additional insured endorsements shall be submitted to the City of Auburn ROW Specialist,PW-Transportation,25 West Main Street,Auburn, WA 98001. 6. The City reserves the right to adjust the terms and conditions or revoke this Right-of-Way Use Permit pending the following considerations: a. Public complaints involving perceived issues impacting public use of the ROW affected by the permit. b. Public comment or other community interest concerns. c. Any emerging issue or change in use of the ROW that may impact the public interest,as follows: I. The remaining capacity of the rights-of-way to accommodate other uses if the applicant's proposed use is granted. ii. The effect,if any,on public health,safety,and welfare if the authorization is granted. III. Such other factors as may demonstrate that the grant to use the rights-of-way will serve the community interest. d. Failure by the applicant to comply with these permit conditions CONDITIONS OF APPROVAL See Attached. An Approved and Issued copy of this permit and all associated approved documents, such as plans, maps, reports, or agreements shall be available at the permit location for the duration of the permit. For questions related to this permit, please call the City's Right-of-Way Specialist at 253-804-3120 and reference the permit number: ROW23-0039 Printed: Friday,January 12,2024 1 of 1 Right-of-Way Use Permit #ROW23-0039 Conditions for City of Kent 2024 S 277th Street Roadway Repairs Project Job No. 23-3001.1 2024 Asphalt Chip Seal Project Traffic Control in City of Auburn Right-of-Way 1. City of Kent shall comply with requirements of City Construction Standards for traffic control/signage within the City of Auburn ROW. 2. Requested timeframe is from January 1, 2024 through December 31, 2024. City of Kent shall contact the City a minimum of 4 weeks prior to starting any construction associated with this permit and coordinate with City of Auburn as noted below. a. Typical work hours are Monday through Friday from 7 am to 6 pm. b. Specific working days and hours for work that will affect the City of Auburn will be coordinated by City of Kent's contractor with City of Auburn Construction Staff prior to placement of traffic control signage by contacting the City's Construction Manager, Seth Loop at sloop@auburnwa.gov or 253-804-5082. 3. City of Kent shall list the City of Auburn and its agents as additionally insured on the project's insurance policy rider,supply copy to the City of Auburn for file, and keep the policy current for the life of the project. 4. All contractors and subcontractors working within the City ROW must have and maintain a current City of Auburn Business License. 5. Comply with all Approved Traffic Control Plans as attached. Any requested revisions to the approved traffic control plans, must be submitted a minimum of five(5)working days before implementation to the revised traffic control plans are needed. 6. This Permit and any Conditions are only for the placement of traffic control signage as shown on the plans and documents attached to this permit. Page 1 of 1 ROW23-0003 January 4, 2024 SIOL'113 Leu•uel IaLu000OLeq spyo LOIN3N EMML a l-EW3 p133N3 03NVd3tld 31tl0 1N3�1 N36WI1N 3NOXd BL4L•SSZ-ES Z 1139 eN p3NOHd NOI1tlOOl lO31'ONd HOSIAN3d06 vaml,a�ugo,:ns© esols A803Ntld3tld p1O3fOtld NOlOtltl1NOO oG Wa zB z Z 3 ? Mpt`NSHEEjK z oz Q I- \ G z H J \Y z y z C , Q V $ Q U O� Zi xa \ . JQ M W $ �e I� fs � a \\ 3 ;o a a m QQ Sy l-+m Qz 10 ■ O W = O W O C 0 F t O� a Q4 H m c �' � A � � \\• K 0 lu W R t. s 1 c: 1 ry 11, a ° �o= I1: a irm x ■ S$= 11 �ti °�Fw I j1 rca a a`a� I 30 m wwyj p I Z r a z w F ?y4{ I I z Mm C I II G Q v W Z O W a $ ■ r I W fn a a o I II e a oo Q yz J mKLL m W-I N N d Z o LL rc d 3 - x� > >a � S R � I II i �� W yU W opy Oo LL m O s v Z. =W V U Q MIS II ci <(D m %w NpWpG m � � z J< aN IIIIIIIfPCMS ol�u=� ZOA�a y> z O � s j a Qv�2 Vices a00 z O d ct Z !a• -O f Q JOa52 W CQ W z J z c Q O~O Z J Q y J al.,c,au�aS BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we Doolittle Construction, LLC , as Principal, and Arch Insurance Company , as Surety, are held and firmly five percent (5%) of bound unto the CITY OF KENT, as Obligee, in the penal sum of the total amount bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2024 Chip Seal - S 2771" Street and 116t" Avenue SE /Project Number: 24-3001.1 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 23rd DAY OF January 2024. Doolittle Construction, LLC PRINCIPAL Arc urance om any R im S. Kuich, Attorney-in-tract 2C Received return of deposit in the sum of $ 23 ., AIC 0000370750 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note,Loan,Letter of Credit,Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri,having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Danielle Enriquez,Emma C.Doleshel,Heather L.Allen,Jim S.Kuich,Jim W.Doyle,Julie M.Glover,Steven Wagner and Theresa A.Lamb of Bothell,WA (EACH) Amanda Ivey,Annette Troseth,Carol Lowell,Cheri Mrak,Clayton McCaul,Jacqueline Hansen,Tamara Combs,Tami Miller and Ted Baran of Anchorage, AK(EACH) Sarah H.Behrens of Palmer,AK its true and lawful Attomey(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations,in the penal sum not exceeding Ninety Million Dollars(12Q 0 .000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on December 10,2020,true and accurate copies of which are hereinafter set forth and are hereby terrified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President,of the Surety Business Division,or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney,to execute on behalf of the Company,and attach the seal of the Company thereto,bonds,undertakings,recognizances and other surety obligations obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on December 10,2020: VOTED,That the signature of the Chairman of the Board,the President, or the Executive Vice President,or any Senior Vice President,of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications by the Secretary,may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on December 10,2020, and any such power so executed,sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company.In Testimony Whereof,the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 20th day of April,2022. ce Attested and Certified Arch Insurance Company Regan .Shulman,Secretary p X Stephen C.Ruschak,Executive Vice President STATE OF PENNSYLVANIA SS r. s COUNTY OF PHILADELPHIA SS allE I,Michele Tripodi,a Notary Public,do hereby certify that Regan A.Shulman and Stephen C.Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. .. . CW0WW*pltotn I , dtdl;k= r g Aly pubft AJ 'Mich a podi,Notar Public AVCwMAslin b�p�Jasty 31,2(s5 My commission expires 07/31/2025 ww CERTIFICATION t I,Regan A. Shulman, Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated April 20,2022 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said Stephen C.Ruschak,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. 33 i of IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this_day 0f Re A.Shulman,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. � ' PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 �Xe Philadelphia,PA 19102 NNW To verify the authenticity of this Power of Attorney,please contact Arch Insurance Company at SuretyAuthentic@arc 1nsurartt:e.corn Please refer to the above named Attorney-in-Fact and the details of the bond to which the power Is attached. AICPOA040120 Printed in U.S.A. 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. 2024 Chip Seal - S 2771h Street and 116th Avenue SE Project Number: 24-3001.1 NAME OF PROJECT Doolittle Construction LLC NAME OF BIDDER'S FIRM G SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 24 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: jInsert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Project #, if al2plicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section 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 $ 25 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) 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 Law Department 26 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .................... Order of Contents. Invitationto Bid................................................................................... Contractor Compliance Statement........................................................ Date............................................................................................El/Have/have not participated acknowledgment.............................61' Signatureand address ................................................................Pf Declaration - City of Kent Non-Discrimination Policy...........................12� Dateand signature .....................................................................El' AdministrativePolicy ................................................................... ..Ca' Proposal............................................................................................... First line of proposal - filled in ................................................... Unitprices are correct ................................................................Kr Bid the same unit price for asterisk (*) bid items....................... Minimum bid prices are correct................................................... ET/ Subcontractor List (contracts over$1M - HVAC, Plumbing, & Electrical)............0 Subcontractors listed properly....................................................� Signature .................................................................................. Subcontractor List (contracts over $1M - Structural Steel & Rebar Installation):: Subcontractors listed properly....................................................�j Dateand signature ..................................................................... Contractor's Qualification Statement ................................................... Completeand notarized .............................................................. Statement that Bidder Has Not Been Disqualified ............................ Certification of Compliance with Wage Payment Statutes....................C� ProposalSignature Page...................................................................... All Addenda acknowledged .........................................................E_�/ Date, signature and address ...................................................... BidBond Form ..................................................................................... Signature, sealed and dated ...................................................... L� Powerof Attorney....................................................................... (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form................................................................. Signature . ............................................................ Wi Change Order Form (Example).............................................................E3111, / Bidder's Checklist ................................................................................ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 27 BOND#SU1198969-0000 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT wa�. ora+ KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Doolittle Construction,LLC as Principal, and Arch Insurance 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 $ 797,037.50 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2024 Chip Seal - S 277th Street and 116th Avenue SE /Project Number: 24-3001.1 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 28 TWO WITNESSES: Doolittle Construction, LLC PRINCIPAL (enter principal's name above) f�-��� P'`��G1��✓ TITLE: PRINT NAME 'J DATE: 2/8/2024 DATE: 2/8/2024 CORPORATE SEAL: PRINT NAME DATE: 2/8/2024 Arch Insurance Company SURETY / CORPORATE SEAL: BY: Al Jim S.Kuich "� _ �"L'C DATE: 2/8/2024 TITLE: Attorney-in-fact ADDRESS: PO Box 3018 Bothell,WA 98041-3018 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY 29 10499 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated Not valid for Note,Loan,Letter of Credit,Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri,having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Chad Eppie,Dana Brown, Emma C.Doleshel,Heather L. Allen,Jim S. Kuich,Jim W.Doyle,Natalie C. Chau,Steven Wagner and Theresa A. Lamb of Bothell,WA(EACH)Amanda Ivey,Annette Troseth,Carol Lowell,Cheri Mrak,Clayton McCaul,Jacqueline Hansen,Tamara Combs,Tami Miller and Ted Baran of Anchorage,AK(EACH)Sarah H.Behrens of Palmer,AK its true and lawful Attorney(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations,in the penal sum not exceeding One Hundred Fifty Million Dollars($150.000.000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on August 31,2022,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board,the President, or the Executive Vice President, or any Senior Vice President,of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney,to execute on behalf of the Company,and attach the seal of the Company thereto,bonds,undertakings,recognizances and other surety obligations obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance ofprocess." This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on August 31,2022: VOTED,That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications,by the Secretary,may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board ofDirectors on August 31,2022,and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company.In Testimony Whereof,the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 23`"day ofJanuary,2024. Attested and Certified Arch Insurance Company Regan .Shulman Secretary IW7 Stephen C.Ruschak,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS M I,Michele Tripodi,a Notary Public,do hereby certify that Regan A.Shulman and Stephen C.Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. 11MRiltiElfRflrY MUWGt Zax P ! 1* Mich a Aipodi,Not ublic My commission expires 07/31/2025 GdpiC�h hMfNbee'Kli6�biKt CERTIFICATION I,Regan A.Shulman, Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated January 23,1024 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said Stephen C.Ruschak,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. � F,e—� IN STIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this_day of 20 Re A.Shulman,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have.no authority to bind the Company except in the manner and to the extent herein stated. ! PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 1 SEAL Philadelphia,PA 19102 a Mts�oar� ro verify the authenticity of this Power of Attorney,please contact Arch insurance Company at SuretyAuthentic arc insurance.com Please refer to the above named Attorney-in-Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and />, - II'1-(e (� z; " f "C"—k- i,L c:- , organized under the laws of the State of Ir11A , located and doing bUSIneSS at C z', C' >fe-err [_:�'c��,-r�� �� ��.-wayGlFo i� ("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: 2024 Chip Seal - S 277th Street and 116th Avenue SE /Project Number: 24-3001.1 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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 $797,037.50. 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. 30 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. S. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 31 CITY OF KENT BY7D DANA RALPH, MAYOR DATE: 02/26/2024 ATTEST: diiK4�'dwJ6� KIMBERLEY 6 WOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DtPARTMENT CONTRACTOR PRINT NAME: 7- TITLE: �;r 1/!� DATE: 32 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. 33 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. 34 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 ANII. 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. 35 r DOOLCON-01 MJOHNSON ,�►coRO° CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2/9/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTA E:CT NAM Hub International Northwest LLC PHONE FAX PO Box 3018 (A/C,No,EXt):(425)489-4500 (A/C,No):(425)485-8489 Bothell,WA 98041 ADDRIESS,now.info@hubinternational.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Alaska National Insurance Company 38733 INSURED INSURER B Doolittle Construction,LLC INSURER C: PO Box 1819 INSURER D: Snoqualmie,WA 98065 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER —POLICY EYY POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 23BPS08289 2/18/2023 2/18/2024 DAMAGE TO RENTED 500,000 X X PR MISES Ea c rrenc $ MED EXP(Any oneperson) $ 15,000 PERSONAL&ADV INJURY 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2,000,000 POLICY X PEP� 11 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: WASHINGTON STOP 1,000,000 A AUTOMOBILE LIABILITY CEOMBINED SINGLE LIMIT $ 1,000,000 X ANYAUTO X X 23BAS08289 2/18/2023 2/18/2024 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ _ X AUTOS ONLY X NON-OWNED PROPERTY AMAGE Per accident $ $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE 23B LU 08289 2/18/2023 2/18/2024 AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 A WORKERS COMPENSATION STAT TE X OTRH- AND EMPLOYERS'LIABILITY ANY FFICER/MEMBOER EXCLUDED?ECUTIVE Y NIA 23BPS08289 2/18/2023 2/18/2024 1,000,000 ❑ E.L.EACH ACCIDENT $ Mandatory In NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:City of Kent 2024 Chip Seal Project City of Kent is included as Additional Insured,coverage is primary and non-contributory and waiver of subrogation applies per the attached forms/endorsements. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Street Kent,WA 98032 AUTHORIZED REPRESENTATIVE 6�1'f fac ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 4 Alaska National INSURANCE COMPANY CONTRACTORS' GENERAL LIABILITY ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. SCHEDULE OF COVERAGES ARE SUMMARIZED BELOW 1. Miscellaneous Additional Insureds 13. Blanket Waiver of Subrogation 8 additional insured extensions. Waiver of subrogation where required by written Primary and Noncontributory Insurance contract or written agreement. 2. Damage To Premises Rented to You 14. In Rem Actions Limit increased to$500,000. 15. Voluntary Property Damage Limits added: $5,000 occurrence, $10,000 3. Medical Payments aggregate. Limits increased to$15,000. Reporting period increased to three years from 1. MISCELLANEOUS ADDITIONAL INSUREDS the date of accident. Section II Who Is An Insured is amended to 4. Non-owned Watercraft include as an additional Insured any person or Increased to 50 feet. organization described in Paragraphs 2.a. through 2.h. below whom you are required to add 5. Supplementary Payments as an additional insured on this policy under a Cost of bail bonds increased to$10,000. written contract or written agreement. However, Daily loss of earnings increased to$500. the written contract or written agreement must be: 6. Newly Formed Or Acquired Organizations 1. Currently in effect or becoming effective Coverage extended to the end of the policy period during the term of this policy; and or the next anniversary of this policy's effective date. 2. Executed prior to the "bodily injury", "property damage" or"personal injury and 7. Liberalization Clause advertising injury", but 8. Unintentional Failure To Disclose Hazards Only the following persons or organizations are additional insureds under this 9. Notice of Occurrence endorsement and coverage provided to such additional insureds is limited as provided 10. Broad Knowledge of Occurrence herein: 11. Bodily Injury-Extension of Coverage a. State or Governmental Agency or Subdivision or Political Subdivi- 12. Expected Or Intended Injury sions Reasonable force - bodily injury or property damage. Doolittle Acquisition LLC 23B PS 08289 02/18/23 -02/18/24 ANIC GL 1187 08 21 Page 1 of 7 4 Alaska National INSURANCE COMPANY Any state or governmental agency or (2) Structural alterations, new con- subdivision or political subdivision struction or demolition operations that has issued a permit in performed by or on behalf of connection with operations performed such additional insured. by you or on your behalf and that you are required by any ordinance, law or d. Mortgagee,Assignee or Receiver building code to include as an additional insured on this coverage A mortgagee, assignee or receiver part is an additional insured, but only but only with respect to their liability with respect to liability for "bodily as mortgagee, assignee, or receiver injury", "property damage", "personal and arising out of the ownership, and advertising injury" arising out of maintenance, or use of a premises by such operations. you. The insurance provided to such state This insurance does not apply to or political subdivision does not apply structural alterations, new construc- to any "bodily injury", "property tion or demolition operations damage" or"personal and advertising performed by or for such additional injury" arising out of operations insured. performed for that state or political subdivision. e. Owners or Other Interests From Whom Land Has Been Leased b. Controlling Interest An owner or other interest from whom Any persons or organizations with a land has been leased by you but only controlling interest in you but only with respect to liability arising out of with respect to their liability arising the ownership, maintenance or use of out of: that specific part of the land leased to you and subject to the following (1) Their financial control of you, or additional exclusions: (2) Premises they own, maintain or This insurance does not apply to: control while you lease or occupy these premises. (1) Any "occurrence" which takes place after you cease to lease This insurance does not apply to that land; or structural alterations, new construc- tion and demolition operations (2) Structural alterations, new con- performed by or for such additional struction or demolition operations insured. performed by or on behalf of such additional insured. c. Managers or Lessors of Premises f. Co-owner of Insured Premises A manager or lessor of premises but only with respect to liability arising out A co-owner of a premises co-owned of the ownership, maintenance or use by you and covered under this of that specific part of the premises insurance but only with respect to the leased to you and subject to the co-owners liability as co-owner of following additional exclusions: such premises. This insurance does not apply to: (1) Any 'occurrence" which takes place after you cease to be a tenant in that premises; or Doolittle Acquisition LLC 23B PS 08289 02/18/23-02/18/24 ANIC GL 1187 08 21 Page 2 of 7 Alaska National INSURANCE COMPANY g. Lessor of Equipment Such person(s) or organization(s) is an additional insured only with Any person or organization from respect to liability for "bodily injury", whom you lease equipment. Such "property damage" or "personal and person or organization is an advertising injury"caused, in whole or additional insured only with respect to in part, by: their liability for "bodily injury", "property damage" or "personal and a. Your acts or omissions; or Advertising injury" caused, in whole or in part, by your maintenance, oper- b. The acts or omissions of ation or use of equipment leased to those acting on your behalf; you by such person or organization. or A person's or organization's status as an additional insured under this c. "Your Work" performed for endorsement ends when their written the additional insured contract or written agreement with described in Paragraph 1. or you for such leased equipment ends. 2. above and included in the "products-completed With respect to the insurance operations hazard." afforded these additional insureds, the following additional exclusions In the performance of your ongoing apply: operations or completed operations for the additional insured described in This insurance does not apply: Paragraph 1. or 2.above. (1) To any "occurrence" which takes However, the insurance afforded to place after the equipment lease such additional insured described expires; or above: (2) To "bodily injury", "property a. Only applies to the extent damage", or "personal and permitted by law; and advertising injury" arising out of the sole negligence of such b. Will not be broader than that additional insured. which you are required by the contract or agreement to h. Owners, Lessees or Contractors — provide for such additional Ongoing Operations and insured. Completed Operations 3. With respect to the insurance 1. Any person or organization for afforded to these additional whom you are performing insureds, the following additional operations or have performed exclusions apply: operations when you and such person or organization have This insurance does not apply to: agreed in writing in a contract or agreement that such person or 1. "Bodily injury", "property organization be added as an damage" or "personal and additional insured on your policy; advertising injury" arising out and of the rendering of, or the failure to render, any 2. Any other person or organization professional architectural, you are required to add as an engineering or surveying additional insured under the services, including: contract or agreement described in Paragraph 1.above. Doolittle Acquisition LLC 23B PS 08289 02/18/23-02/18/24 ANIC GL 1187 08 21 Page 3 of 7 Alaska National INSURANCE COMPANY a. The preparing, Section III - Limits of Insurance, the following is approving, or failing to added: prepare or approve, maps, shop drawings, With respect to the insurance afforded to the opinions, reports, additional insureds described in Paragraphs a. surveys, field orders, through h. above, the most we will pay on behalf change orders or of such additional insured is the amount of drawings and specifica- insurance: tions; or (1) Required by the contract or b. Supervisory, inspection, agreement; or architectural or engineering activities. (2) Available under the applicable Limits of Insurance shown in the This exclusion applies even if Declarations; the claims against any insured allege negligence or whichever is less. other wrongdoing in the supervision, hiring, employ- This provision shall not increase the applicable ment, training or monitoring Limits of Insurance shown in the Declaration. of others by that insured, if the "occurrence" which 2. Damage To Premises Rented to You caused the "bodily injury" or "property damage", or the SECTION III — LIMITS OF INSURANCE, offense which caused the Paragraph 6. is replaced by the following: "personal and advertising injury", involved the rendering 6. Subject to Paragraph 5. above, the of, or the failure to render, Damage to Premises Rented to You Limit any professional is the most we will pay under Coverage A architectural, engineering or for damages because of "property surveying services. damage" to any one premises, while rented to you, or in the case of damage Primary And Noncontributory Insurance by fire, while rented to you or temporarily occupied by you with permission of the The following is added to the Other Insurance owner. Condition and supersedes any provision to the contrary: If a limit is shown for Damage to Premises Rented to You the most we will pay under This insurance is primary to and will not seek Coverage A for damages because or "property contribution from any other insurance available to damage" to any one premises is the Limit shown an additional insured under your policy provided in the Declarations or $500,000, whichever is that: greater. (1) The additional insured is a 3. MEDICAL PAYMENTS Named Insured under such other insurance; and A. Section III—Limits of Insurance, Paragraph 7. is replaced by the following: (2) You have agreed in writing in a contract or agreement that this 7. Subject to Paragraph 5. above the insurance would be primary and Medical Expense Limit is the most we will would not seek contribution from pay under Coverage C for all medical any other insurance available to expenses because of "bodily injury" the additional insured. sustained by any one person. Doolittle Acquisition LLC 23B PS 08289 02/18/23-02/18/24 ANIC GL 1187 08 21 Page 4 of 7 Alaska National INSURANCE COMPANY If a limit is shown for Medical Expense in 5. SUPPLEMENTARY PAYMENTS the Declarations the most we will pay under Coverage C for all medical A. Under Section I - Supplementary Payments expenses because of "bodily injury" - Coverage A and B, Paragraph 1.b., the sustained by any one person is the Limit limit of$250 shown for the cost of bail bonds shown in the Declarations or $15,000, is replaced by$10,000; whichever is greater. B. In Paragraph 1.d., the limit of$250 shown for B. This provision 5. (Medical Payments) does daily loss of earnings is replaced by$500. not apply if Section I - Coverage C Medical Payments is excluded either by the 6. NEWLY FORMED OR ACQUIRED provisions of the Coverage Part or by ORGANIZATIONS endorsement. Paragraph 3.a. of Section 11 -Who Is An Insured C. Paragraph 1.a.(3)(b) of Section I -Coverage is deleted and replaced by the following: C - Medical Payments, is replaced by the following: Coverage under this provision is afforded only until the end of the policy period or the next (b) The expenses are incurred anniversary of this policy's effective date after you and reported to us within acquire or form the organization, whichever is three years of the date of the earlier. accident; and 7. LIBERALIZATION CLAUSE 4. NON-OWNED WATERCRAFT If we adopt a change in our forms or rules which A. If endorsement CG 21 09, CG 21 10, CG 24 would broaden coverage for contractors under 50, or CG 24 51 is attached to the policy, this endorsement without an additional premium Paragraph A. 2. g. (2) (b) is replaced by the charge, your policy will automatically provide the following: additional coverages as of the date the revision is effective in your state. (b) A watercraft that you do not own that is: 8. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS (i) Less than 50 feet long: and SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS — Paragraph 6. — (ii) Not being used to carry Representations is replaced by the following: persons or property for a charge. 6. Representations B. If Paragraph A. does not apply, Paragraph g. By accepting this policy, you agree: (2) of 2. EXCLUSION under SECTION I — COVERAGES, COVERAGE A — BODILY a. The statements in the Declarations are INJURY AND PROPERTY DAMAGE accurate and complete; LIABILITY is replaced by the following: b. Those statements are based upon (2) A watercraft that you do not own representations you made to us; and that is: c. We have issued this policy in reliance (a) Less than 50 feet long; and upon your representations. (b) Not being used to carry persons or property for a charge. Doolittle Acquisition LLC 23B PS 08289 02/18/23-02/18/24 ANIC GL 1187 08 21 Page 5 of 7 Alaska National INSURANCE COMPANY The unintentional omission of, or (4) A manager, if you are a limited unintentional error in, any information you liability company. provided to us which we relied upon in issuing this policy will not prejudice your 11. EXPANDED BODILY INJURY rights under this insurance. However, this provision does not affect our right to collect Section V - Definitions, the definition of "bodily additional premium or to exercise our rights of injury" is changed to read: cancellation or nonrenewal in accordance with applicable laws and regulations. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, 9. NOTICE OF OCCURRENCE humiliation, shock, mental anguish or mental injury by that person at any time which results as The following is added to Paragraph 2.of Section a consequence of the bodily injury, sickness or IV - Commercial General Liability Conditions - disease. Duties In The Event of Occurrence, Offense, Claim or Suit: 12. EXPECTED OR INTENDED INJURY Your rights under this Coverage Part will not be Exclusion a. of Section I - Coverage A - Bodily prejudiced if you fail to give us notice of an Injury and Property Damage Liability is "occurrence", offense, claim or "suit" and that replaced by the following: failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not a. "Bodily injury" or "property damage" covered under this Coverage Part. However, you expected or intended from the shall give written notice of this "occurrence", standpoint of the insured. This offense, claim or "suit" to us as soon as you are exclusion does not apply to "bodily aware that this insurance may apply to such injury" or"property damage" resulting "occurrence", offense, claim or"suit." from the use of reasonable force to protect persons or property. 10. BROAD KNOWLEDGE OF OCCURRENCE 13. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 2. of Section IV - Commercial General Liability Conditions - The Transfer Of Rights Of Recovery Against Duties in The Event of Occurrence, Offense, Others To Us Condition (Section IV - Claim or Suit: Commercial General Liability Conditions) is amended by the addition of the following: You must give us or our authorized representative notice of an "occurrence", offense, claim, or "suit" We waive any right of recovery against any only when the "occurrence", offense, claim or person or organization, because of any payment "suit' is known to: we make under this Coverage Part, to whom the insured has waived its right of recovery in a (1) You, if you are an individual; written contract or agreement. Such waiver by us applies only to the extent that the insured has (2) A partner, if you are a waived its right of recovery against such person partnership; or organization prior to loss. (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or I Doolittle Acquisition LLC 23B PS 08289 02/18/23-02/18/24 ANIC GL 1187 08 21 Page 6 of 7 Policy#23B PS 08289 WAlaska National INSURANCE COMPANY DESIGNATED CONSTRUCTION PROJECT(S)GENERAL AGGREGATE LIMIT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All Projects Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I — Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I — Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, except General Aggregate Limit shown in the damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the "products- applicable Designated Construction Project completed operations hazard", and for medical General Aggregate Limit. expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing"suits". CG 25 03 05 09 Page 1 of 2 Alaska National INSURANCE C D M P A N Y B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard" is "occurrences" under Section I — Coverage A, and provided, any payments for damages because of for all medical expenses caused by accidents "bodily injury"or"property damage" included in the under Section I — Coverage C, which cannot be "products-completed operations hazard" will attributed only to ongoing operations at a single reduce the Products-completed Operations designated construction project shown in the Aggregate Limit, and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned and under the General Aggregate Limit or the then restarted, or if the authorized contracting Products-completed Operations Aggregate parties deviate from plans, blueprints, designs, Limit,whichever is applicable; and specifications or timetables, the project will still be 2. Such payments shall not reduce any deemed to be the same construction project. Designated Construction Project General E. The provisions of Section III—Limits Of Insurance Aggregate Limit. not otherwise modified by this endorsement shall continue to apply as stipulated. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Insured Doolittle Acquisition LLC Endorsement No. Countersigned By ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 Page 2 of 2 Alaska National INSURANCE COMPANY BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Various provisions in this endorsement restrict subrogation against that person or coverage. Read the entire policy carefully to organization is waived prior to the "accident" determine rights, duties, and what is and is not or the"loss" under a contract with that person covered. or organization. Throughout this policy, the words "you" and "your' SECTION II — COVERED AUTO LIABILITY refer to the Named Insured shown in the COVERAGE, Paragraph A.2.a. (2) —Supplementary Declarations. The words "we", "us", and "our' refer to Payments is replaced by the following: the company providing this insurance. (2) Up to $10,000 for cost of bail bonds Other words and phrases that appear in quotation (including bonds for related traffic law marks have special meaning. Refer to SECTION V— violations) required because of an DEFINITIONS in the Business Auto Coverage Form. "accident" we cover. We do not have The coverages provided by this endorsement apply to furnish these bonds. per "accident" and, unless otherwise specified, are SECTION II — COVERED AUTO LIABILITY subject to all of the terms, conditions, exclusions and COVERAGE, Paragraph A.2.a. (4) —Supplementary deductible provisions of the policy, to which it is Payments is replaced by the following: attached. (4) All reasonable expenses incurred by SECTION II — COVERED AUTO LIABILITY the "insured" at our request, including COVERAGE, Paragraph A.1. Who Is An Insured is actual loss of earnings up to $500 a amended to include: day because of time off from work. d. Any "employee" of yours while operating SECTION II — COVERED AUTO LIABILITY an "auto" hired or rented under a contract COVERAGE, Paragraph A.2.c. —Voluntary Property or agreement in an "employee's" name, Damage is added as follows: with your permission, while performing c. Voluntary Property Damage duties related to the conduct of your business. At your written request, we may make a e. Any person or organization for whom you voluntary payment for Property Damage caused by an "insured", but without have agreed in writing to provide insurance such as is afforded by this liability to a third party, up to$25,000. We Coverage Form, but only with respect to will not make a Voluntary PropertyDamage payment to anyone who is an liability arising out of the ownership, "insured" under this policy. maintenance or use of"autos"covered by this policy. If such person or organization SECTION III — PHYSICAL DAMAGE COVERAGE, has other insurance then this insurance is Paragraph A.2. —Towing is replaced by the following: primary to and we will not seek Towing contribution from the other insurance. We will pay up to $500 for towing and labor SECTION IV — Business Auto Conditions, costs incurred each time a covered "auto" Paragraph A. 5. — Transfer of Rights of Recovery that is a: Against Others To Us is amended to include: a. Private passenger; 5. Transfer of Rights of Recovery Against Others to Us This condition does not apply to any person(s) or organization(s) to the extent that Doolittle Acquisition LLC 23B AS 08289 02/18/23-02/18/24 ANIC CA 1150 10 13 Page 1 of 4 Alaska National INSURANCE COMPANY b. Truck; (3) Pick-up truck; c. Pick-up truck; (4) Panel; or d. Panel ; or (5) Van e. Van type vehicle under 20,000 lbs. of Gross type vehicle under 20,000 lbs. of Gross Vehicle Weight. We will pay only for Vehicle Weight is disabled. However, the those covered "autos" for which you carry labor must be performed at place of either Comprehensive or Specified disablement. Causes of Loss Coverage. We will pay for temporary transportation expenses SECTION III — PHYSICAL DAMAGE COVERAGE, incurred during the period beginning 48 Paragraph A.3. — Glass Breakage — Hitting a Bird hours after the theft and ending, or Animal — Falling Objects or Missiles is replaced regardless of the policy's expiration, by the following: when the covered "auto" is returned to Glass Breakage—Hitting a Bird or Animal use or we pay for its"loss". —Falling Objects or Missiles SECTION III — PHYSICAL DAMAGE COVERAGE, If you carry Comprehensive Coverage for the Paragraph AA.b. — Loss of Use Expenses is damaged covered "auto", we will pay the replaced by the following: following under Comprehensive Coverage: b. Loss of Use Expenses—Hired, Rented, a. Glass Breakage; or Borrowed Automobiles b. "Loss" caused by hitting a bird or animal; We will pay expenses for which an and "insured" becomes legally responsible to C. "Loss" caused by falling objects or pay for loss of use of a vehicle hired, missiles. rented or borrowed without a driver under a written rental contract or agreement. However, you have the option of having glass We will pay for loss of use expenses, if breakage caused by a covered "auto's" caused by: collision or overturn considered a"loss" under (1) Other than Collision, only if the Collision Coverage. Declarations indicate that Glass Repair—Waiver of Deductible Comprehensive Coverage is provided No deductible applies to glass breakage, if for the vehicle withdrawn from the glass is repaired rather than replaced. service. SECTION III — PHYSICAL DAMAGE COVERAGE, (2) Specified Causes of Loss only if the Paragraph AA.a. — Transportation Expenses is Declarations indicate that Specified replaced by the following: Causes of Loss Coverage is provided a. Transportation Expenses for the vehicle withdrawn from service. We will pay up to $200 per day to a (3) Collision only if the Declarations maximum of $1,500 for temporary indicate that Collision Coverage is transportation expense incurred by you provided for the vehicle withdrawn because of the total theft of a covered from service. "auto"that is a: (1) Private passenger; (2) Truck; Doolittle Acquisition LLC 23B AS 08280 02/18/23-02/18/24 ANIC CA 1150 10 13 Page 2 of 4 Alaska National INSURANCE COMPANY However, the most we will pay for any (2) Truck; expenses for loss of use is $200 per day, to a (3) Pick-up truck; maximum of$1,500. SECTION III — PHYSICAL DAMAGE COVERAGE, (4) Panel; or Paragraph AA.c. —Non-Transportation Loss of Use (5) Van Expenses is added as follows: type vehicle under 20,000 lbs. of Gross c. Non-Transportation Loss of Use Vehicle Weight. Payment applies in Expenses addition to the otherwise applicable We will pay up to $2,000 for non- amount of each coverage you have on a transportation expense incurred by you, covered "auto". No deductibles apply tothis coverage. because of "loss" to a covered "auto", if caused by: (1) We will pay only for those expenses (1) Other than Collision, only if the incurred during the policy period beginning 24 hours after the "loss" Declarations indicate that and ending, regardless of the policy's Comprehensive Coverage is provided expiration, with the lesser the for the"auto"withdrawn from service; following number days: (2) Specified Causes of Loss only if the (a) The number of days reasonably Declarations indicate that Specified required to repair or replace the Causes of Loss Coverage is provided covered "auto". for the "auto" withdrawn from service; or (b) 30 days. (3) Collision only if the Declarations (2) This coverage does not apply while indicate that Collision Coverage is there are spare or reserve "autos" provided for the "auto" withdrawn available to you for your operations. from service. (3) The Rental Reimbursement Cov- SECTION III — PHYSICAL DAMAGE COVERAGE, erage described above does not Paragraph AAA. — Airbag Coverage is added as apply to a covered "auto" that is follows: described or designated as a covered d. Airbag Coverage "auto" on Rental Reimbursement Coverage Form CA 99 23. or will pay for the cost to repair, replace,reset an airbag that inflates for any e B r SECTION IV — BUSINESS AUTO CONDITIONS — Paragraph .2. — Concealment, Misrepresentation Or reason other than as a result of a Fraud is amended by adding Unintentional Failure collision, if the Declarations indicate that to Disclose Hazards at the end of Paragraph B.2. as the covered "auto" has Comprehensive follows: Coverage or Specified Causes of Loss Coverage. Unintentional Failure to Disclose Hazards SECTION III — PHYSICAL DAMAGE COVERAGE, If you unintentionally fail to disclose any Paragraph AA.e. — Rental Reimbursement hazards existing at the inception date of your Coverage is added as follows: policy, we will not deny coverage under this Coverage Form because of such failure. e. Rental Reimbursement Coverage However, this provision does not affect our We will pay up to $75 per day for rental right to collect additional premium or exercise reimbursement expenses incurred by you our right of cancellation or non-renewal. for the rental of an "auto" because of "loss"to a covered"auto"that is a: (1) Private Passenger; Doolittle Acquisition LLC 23B AS 08289 02/18/23-02/18/24 ANIC CA 1150 10 13 Page 3 of 4 Alaska National INSURANCE COMPANY SECTION IV — BUSINESS AUTO CONDITIONS — SECTION V — DEFINITIONS — Paragraph C. — Paragraph B.5.b. — Other Insurance is replaced by "Bodily injury" is replaced by the following: the following: C. "Bodily injury" means bodily injury, sickness or b. For Hired Auto Physical Damage disease sustained by a person including death or Coverage, the following are deemed to mental anguish resulting from any of these. be covered "autos" you own: Mental anguish means any type of mental or (1) Any covered "auto" you lease, hire, emotional illness or disease rent, or borrow; and (2) Any covered "auto"" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any"auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". Doolittle Acquisition LLC 23B AS 08 289 02/18/23-02/18/24 ANIC CA 1150 10 13 © Insurance Services Office, Inc., 2009 Page 4 of 4 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 ................................................. 1-20 1-09 Measurement and Payment .............................................. 1-25 1-10 Temporary Traffic Control ................................................ 1-26 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-3 2-06 Subgrade Preparation...................................................... 2-4 2-07 Watering ....................................................................... 2-4 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment.......................................... 5-1 5-03 Crack and Joint Sealing ................................................... 5-4 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-09 Raised Pavement Markers ................................................ 8-1 8-22 Pavement Marking .......................................................... 8-2 8-23 Temporary Pavement Markings......................................... 8-11 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 TRAFFIC CONTROL PLANS .............................................................. A-3 CITY OF AUBURN R/W USE PERMIT APPLICATION ......................... A-4 PREVAILING WAGE RATES.............................................................. A-5 2024 Chip Seal - S 277t" Street and 1161'Avenue SE/Araucto December 22, 2023 Project Number: 24-3001.1 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of 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 ("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 BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons 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 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 1 December 22, 2023 Project Number: 24-3001.1 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 2024 Chip Seal - S 277th Street and 1161h Avenue SE 1 - 2 December 22, 2023 Project Number: 24-3001.1 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 at https://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 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 3 December 22, 2023 Project Number: 24-3001.1 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 Bid 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. 2024 Chip Seal - S 277th Street and 1161h Avenue SE 1 - 4 December 22, 2023 Project Number: 24-3001.1 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 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 5 December 22, 2023 Project Number: 24-3001.1 The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 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. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 6 December 22, 2023 Project Number: 24-3001.1 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. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section, 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, 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 7 December 22, 2023 Project Number: 24-3001.1 the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING 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. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 8 December 22, 2023 Project Number: 24-3001.1 Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2023 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 prequalification's 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 None 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 9 December 22, 2023 Project Number: 24-3001.1 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 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals 2024 Chip Seal - S 277th Street and 1161h Avenue SE 1 - 10 December 22, 2023 Project Number: 24-3001.1 The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 11 December 22, 2023 Project Number: 24-3001.1 Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included, or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 12 December 22, 2023 Project Number: 24-3001.1 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax 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. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax 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. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 13 December 22, 2023 Project Number: 24-3001.1 SECTION 1-07.4(2) IS DELETED 1-07.4(2) COVID-19 Job Site Requirements SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 1-07.9(3) SHALL BE DELETED AND REPLACED WITH THE FOLLOWING 1-07.9(3) Apprentices No less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state- approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1. Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 14 December 22, 2023 Project Number: 24-3001.1 Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Plan The Contractor shall submit an "Apprentice Utilization Plan" within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a "Monthly Apprentice Reporting Form" on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor's request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01.030(E). Good Faith Efforts 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 15 December 22, 2023 Project Number: 24-3001.1 In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1. Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s). 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING 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. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH; 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 16 December 22, 2023 Project Number: 24-3001.1 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the 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 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 17 December 22, 2023 Project Number: 24-3001.1 of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Lumen Comcast Tanaiya Anderson Aaron Cantrell 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.Bradley alpse.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. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 18 December 22, 2023 Project Number: 24-3001.1 SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic The contractor shall preform the following: 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. The Contractor shall notify the Engineer, in writing, a minimum of 14 days prior to beginning a lane closure that requires a detour. 3. The Contractor shall furnish and install PCMS boards to provide advance notification of any lane closures seven (7) calendar days prior to the closure. Sign locations, and messages, shall be coordinated with the Engineer. 4. Contractor shall maintain a minimum four foot wide ADA compliant accessible pedestrian facility during construction or, with prior approval of the Engineer, establish a pedestrian detour. 5. Unless otherwise noted, driveways shall remain open at all times. Contractor shall coordinate their work schedule with the property owners to determine the best time to partially close driveway access to perform their work. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 19 December 22, 2023 Project Number: 24-3001.1 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 20 December 22, 2023 Project Number: 24-3001.1 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. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. The project includes work in areas near several Kent School District Elementary Schools. There is asphalt chip seal work along SE 200th Street near Springbrook Elementary, and cement concrete extruded curb installations at two locations including SE 248th Street near Daniel Elementary and SE 256th Street near Meridian Elementary. Also a curb ramp is included along 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 21 December 22, 2023 Project Number: 24-3001.1 108th Ave SE and road repair work on the eastbound off-ramp and west bound on-ramp along S 277th Street near Meadow Ridge Elementary. To minimize traffic impacts and school disruptions, work at these locations near the above schools shall occur only during the summer school break, which is to begin work after June 22, 2023 with completion by August 18, 2023. 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. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 22 December 22, 2023 Project Number: 24-3001.1 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 provided 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. SECTION 1-08.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.9 Notice to Proceed, Prosecution and Hours of Work 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 23 December 22, 2023 Project Number: 24-3001.1 Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost taxpayers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to calculate the actual cost of delays, it has adopted the following formula to calculate liquidated damages for failure to complete the physical Work of a Contract on time. Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LID = 0.15*C / T Where: LID = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 24 December 22, 2023 Project Number: 24-3001.1 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 1-09.11 Disputes and Claims 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 2024 Chip Seal - S 277th Street and 1161h Avenue SE 1 - 25 December 22, 2023 Project Number: 24-3001.1 shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 26 December 22, 2023 Project Number: 24-3001.1 When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. 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 a uniformed off-duty Police Officer 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 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 27 December 22, 2023 Project Number: 24-3001.1 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 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." All costs for repairing or replacing transportable attenuators damaged by the motoring public will be paid for by force account as specified in Section 1-09.6 of the WSDOT Standard Specifications. To provide a common proposal for all bidders, the City has estimated the amount of force account for "Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Transportable attenuators damaged due to the Contractor's operation shall be repaired or replaced by the Contractor at no expense to the City. All costs for providing, repairing or replacing temporary (static) "Impact Attenuator" damaged by the motoring public will be paid for by force account as specified in Section 1-09.6 of the WSDOT Standard Specifications. To provide a common proposal for all bidders, the City has estimated the amount of force account for temporary "Impact Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Impact Attenuators damaged due to the Contractor's operation shall be repaired or replaced by the Contractor at no expense to the City. 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 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 28 December 22, 2023 Project Number: 24-3001.1 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. 2024 Chip Seal - S 277th Street and 116th Avenue SE 1 - 29 December 22, 2023 Project Number: 24-3001.1 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 2024 Chip Seal - S 277th Street and 1161h Avenue SE 2 - 1 December 22, 2023 Project Number: 24-3001.1 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 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 per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 8-inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 8-inches it shall be paid according to the following formula: actual depth in inches (square yards) x 8- inches = quantity For example, if the Contractor encounters pavement to be removed which is 10-inches thick and 100 square yards then the quantity would be: 10 100 SY x 8 = 125 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per linear foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut 2024 Chip Seal - S 277th Street and 116th Avenue SE 2 - 2 December 22, 2023 Project Number: 24-3001.1 and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per linear foot for "Remove Cement Concrete C- Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. The unit price contract price per linear foot for "Saw Cut Existing Asphalt Concrete Pavement" and "Saw Cut Existing Cement Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 8- inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 8-inches, it shall be paid according to the following formula: actual depth in inches (length) x 8-inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 10-inches thick and 100 linear feet then the quantity would be: 10 100 LF x 8 = 125 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. 2024 Chip Seal - S 277th Street and 116th Avenue SE 2 - 3 December 22, 2023 Project Number: 24-3001.1 SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is 2024 Chip Seal - S 277th Street and 1161h Avenue SE 2 - 4 December 22, 2023 Project Number: 24-3001.1 refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2024 Chip Seal - S 277th Street and 116th Avenue SE 2 - 5 December 22, 2023 Project Number: 24-3001.1 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.3 Construction Requirements No chip seal work shall be allowed until at least twenty-one (21) calendar days after pavement repairs have been completed. The chip seal shall include two layers each of asphalt emulsion and crushed screening: 1.a. Asphalt Emulsion CRS-2P Chip Seal 1.b. Furnishing and placing Crushed Screening 3/8 Inch - No. 4 2.a. Asphalt Emulsion CRS-2P Chip Seal 2.b. Furnishing and placing Crushed Screening 3/8 Inch - No. 4 Contractor shall provide chip seal apron/transition per plan at all streets intersecting the mainline receiving the Bituminous Surface Treatment. No work shall begin until the Engineer has verified that the minimum pavement temperatures have been reached. Any work completed by the Contractor outside of the minimum temperatures and without approval of the Engineer shall be at the sole responsibility of the Contractor. In order to minimize truck traffic on fresh asphalt, the compaction equipment and chip spreader loaded with rock shall be in place and ready to operate before the distributor will be allowed to being spreading asphalt. SECTION 5-02.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.3(2)B Seal Coats The existing bituminous surface shall be swept with a power broom until it is free of dirt or other foreign matter. Hand push brooms shall be used to clean omissions of the power broom. 2024 Chip Seal - S 277th Street and 116th Avenue SE 5 - 1 December 22, 2023 Project Number: 24-3001.1 SECTION 5-02.3(2)C IS REVISED TO READ AS FOLLOWS: 5-02.3(2)C Pavement Sealing — Fog Seal The Contractor shall apply a fog seal on all areas bituminous surface are installed. Before application of the fog seal, all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, loose aggregate, and other foreign matters. Fog seals shall be CSS-1H uniformly applied to the chip sealed pavements. The finished application shall be free of streaks and bare spots. CSS-1H emulsified asphalt may be diluted with water at a rate not greater than 40% water to 60% emulsified asphalt unless otherwise directed by the Engineer. Fog sealing shall be applied no sooner than 24 hours, but no later than 14-days after Bituminous Surface Treatment application. SECTION 5-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.3(3) Application of Asphalt Emulsion and Aggregate The table titled "Application Rate" in Section 5-02.3(3) is supplemented with the following: Pavement Sealin Grade Diluted/Undiluted Application Rate al/s CSS-1H Diluted (40% water to 60% 0.08 to 0.15 emulsion SECTION 5-02.3(5) PARAGRAH 8 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-02.3(5) Application of Aggregates The completed surface shall be allowed to cure overnight and shall be broomed of loose rock the following day. If the Engineer determines that additional cure time is needed, the Contractor delay brooming the roadway until directed by the Engineer. All project streets shall be swept using a pick-up sweeper. SECTION 5-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.3(7) Patching and Correction of Defects Any damage to the freshly oiled mat caused by the Contractor's equipment shall be satisfactorily repaired at the Contractor's expense. Damage can and may include any of the following: any skid marks, chipper spin marks, truck spinning or braking marks, chipper driving in oil, any and all marks caused from faulty equipment or poor workmanship. 2024 Chip Seal - S 277th Street and 116th Avenue SE 5 - 2 December 22, 2023 Project Number: 24-3001.1 After brooming, any areas showing loss of aggregate shall be repaired by the Contractor. If determined by the Engineer, the loss of aggregate was caused by an empty distributor, dry aggregate, excess moisture in aggregate, excess fines in aggregate, delay in applying aggregate, or delay in rolling of aggregate, the cost of repairs shall be at the sole expense of the Contractor. SECTION 5-02.3(9) PARAGRAH 8 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-02.3(9) Protection of Structures All castings, including lids and grates for manholes, catch basins, water valves, and right of way monuments, and precast traffic curbing shall be covered with heavy building paper, secured by using a spray adhesive such as Scotch Super 77 High Tack Spray Adhesive or equal. Duct tape or similar tape shall not be used to cover brass monuments. Where concrete curb or curb and gutter exist, the distributor shall be equipped with a splashboard of such design as to prevent spraying thereon. SECTION 5-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.4 Measurement "Chip Seal" shall be measured in the field by the square yard of roadway surface covered and shall be measured only once, regardless of how many layers of asphalt emulsion and crushed screening are being applied to the same area as required by these specifications. "Asphalt for Fog Seal" shall be measured in the field by the square yard of roadway surface covered. The fog seal areas will be measured after fog sealing of pavement repair areas and after fog sealing the chip seal areas. SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 5-02.5 Payment The unit contract price per square yard for "Chip Seal" shall be full compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to carry out the requirements of Sections 5-02 to install Bituminous Surface Treatment all areas shown on the plans, except for costs included in other bid items on the bid proposal form. Sweeping for surface preparation, collecting loose rock and disposal, is included in the cost of this item and will not be paid for separately. Placement of Asphalt Emulsion CRS-2P and furnishing and placement of Crushed Screening 3/8" to No. 4 are included in the Chip Seal bid item. Marking, referencing, covering, and uncovering of utility castings shall be incidental to this bid item. 2024 Chip Seal - S 277th Street and 116th Avenue SE 5 - 3 December 22, 2023 Project Number: 24-3001.1 The unit contract price per square yard for "Asphalt for Fog Seal" shall be full compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to carry out the requirements of Sections 5- 02 to fog seal all pavement repair areas prior to chip sealing and to fog seal all chip sealed areas, except for costs included in other bid items on the bid proposal form. Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-03 CRACK AND JOINT SEALING SECTION 5-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-03.2 Materials Crack sealant shall be Crafco Low Tack 543 Sealant (or approved equal) SECTION 5-03.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-03.3 Construction Requirements The Contractor shall crack seal all chip seal areas prior to chip sealing. Crack sealant shall be applied in all cracks 1/4 inch or larger from edge of pavement to edge of pavement using the simple band aid method. Crack sealant shall be struck flush with the pavement surface using a "V" shaped squeegee, with 1-1/2 inch wide over-band or less. SECTION 5-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-03.4 Measurement No specific unit of measurement shall apply to the lump sum bid item "Crack Sealing". SECTION 5-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-03.5 Payment The lump sum contract price for "Crack Sealing" shall be full compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to carry out the requirements of Sections 5-03 to crack seal the chip seal areas prior to chip sealing, except for costs included in other bid items on the bid proposal form. 2024 Chip Seal - S 277th Street and 116th Avenue SE 5 - 4 December 22, 2023 Project Number: 24-3001.1 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. Work shall also include removal of raised pavement markers prior to chip seal application including removal of paint and/or plastic traffic pavement markings. Removal of paint and plastic markings shall be to a level necessary for proper installation of chip seal or as directed by the Engineer. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 1 December 22, 2023 Project Number: 24-3001.1 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers, paint and/or plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment, and disposal fees necessary to remove, haul and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of two feet wide parallel SOLID WHITE lines per Kent Standard Plan 6-75. Crosswalk stripes shall be aligned to avoid the wheel path of through traffic. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 2 December 22, 2023 Project Number: 24-3001.1 the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED; Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 8-22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Paint shall only be used when applying the following application. • Temporary Pavement Marking Long Duration • Repainting of existing paint lines • Painted curbing • Roadway receiving Bituminous Surface Treatment Type A (Liquid Hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Crosswalk Lines • Plastic Stop Lines (24 inch wide) • Plastic Stop Lines (12 inch wide) Type 6 (Pre-Formed Fused Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Speed Cushion and Raised Crosswalk chevron markings • HOV Symbols • PED Symbols (Facing curb or facing traffic) Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings. • Plastic Traffic Arrows • Plastic Traffic Letters and Numbers • Profiled Plastic lane lines • Plastic flat long lines • Profiled Plastic wide lane lines • Plastic Bike Lane Lines not applied in sidewalk • Profiled Plastic Double Yellow Centerlines • Profiled Plastic Two-Way Left Turn Lane Lines 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 (This is usually Type B torch down) (Head Facing curb or head facing traffic lane) • Plastic Green Bike Lane lines • Single Solid Plastic Edge Line applied in sidewalk • Plastic Green Bike Lane lines • Green bike crossing 2024 Chip Seal - S 277th Street and 116' Avenue SE 8 - 3 December 22, 2023 Project Number: 24-3001.1 • 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. 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. 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 and Embossed 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. 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 4 December 22, 2023 Project Number: 24-3001.1 SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING 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. MMAX AREA MARKINGS 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 —15min AASHTO T237 Skid >60ASTM E303 Hardness 50-60 ASTM D2240 Water Absorption <0.25% ASTM D570 Keep materials in dry, protected areas, between 40OF 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 >700/o ASTM D638 Flash Point >50°F / 100C ASTM D1310 Resin must be supplied in compliant metal pails that have UN1A2Y1.9/100 rating. Aggregate: 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: 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 5 December 22, 2023 Project Number: 24-3001.1 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 5°F 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. 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(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.3(1) Preliminary Spotting The Contractor shall use existing curb, gutter, and/or sidewalk as control to assist in preliminary spotting of the lines before beginning the placement of pavement markings. The Contractor shall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. Preliminary spotting to guide the placement of longitudinal lines is required. Preliminary spotting for each lane lines shall be provided at transition points as required by Kent Standard Plan 6-74. Approval by the Engineer is required before the placement of permanent pavement marking. 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 6 December 22, 2023 Project Number: 24-3001.1 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) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 7 December 22, 2023 Project Number: 24-3001.1 the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Gore / Wide Lane Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 8-foot unit consisting of a 2-foot line and a 6-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Non-profiled. Bike Lane Line - A non-profiled solid white line 8 inches wide that is used to delineate a bike lane adjacent to general purpose lanes. Non- profiled. Dotted Bike Lane Line - A non-profiled dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2- foot line and a 6-foot gap. A Bike Dotted Lane Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. Painted Curb — A SOLID stripe, white or yellow or red, wide enough to fully cover the curbing without over spraying onto the pavement. Crosswalk Stripe - A series of pairs of parallel SOLID WHITE lines, minimum 8-feet long as shown in Kent Standard Plan 6-75 and/or plans. The 4 ft x 4 ft clear space beyond the curb face of a curb ramp shall be entirely contained within the width of the crosswalk. Double Dotted Extension Line — 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 8 December 22, 2023 Project Number: 24-3001.1 Two broken yellow line, each 4 inches wide, separated by a 4-inch space. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot lines and a 6-foot gap. Edge Line / Solid Lane Line — A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Diagonal Line (Cross Hatch) — A single solid white line 4 inches wide used for striping no vehicle areas. Crosswalk Stripe - A series of two feet wide parallel SOLID WHITE lines per Kent Standard Plan 6-75. 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 paint or plastic material. SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(4)A Tolerances For Traffic Letters and Symbols Traffic Letters - The letter's width of field of a marking shall not be less than specified in the WSDOT Standard plans specified in the Contract or greater than specified plus 1/4 inch. Edges shall be crisp and sharp with no more than 1/4 inch variation in width. Seam and overlap of plastic marking material are not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that are 12 inches or greater. Gap between passes of plastic material to form traffic letters will not be allowed. Symbols — The dimension of the symbols shall be not less than specified in the in the Contract or greater than specified dimensions plus 1/4 inch. Edges shall be crisp and sharp with no more than 1/4 inch width variation. Seam and overlap of plastic marking material is not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that have width 12 inches or greater. Gap between passes of plastic material to form symbols will not be allowed. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 9 December 22, 2023 Project Number: 24-3001.1 SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of plastic or painted pavement markings. Only hydroblasting equipment will be allowed for the removal of plastic or painted pavement markings. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. Where the project involves asphalt or HMA overlay or pavement repairs, plastic or painted markings do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, raised pavement markers, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans or the existing type of materials used. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement The measurement for the following shall be measured by the completed linear foot: "Profiled Plastic Wide Lane Line" "Profiled Plastic Skip Lane Line" "Profiled Plastic Dotted Line" "Solid Plastic or paint Wide Lane Line" "Solid Plastic or paint Bike Lane Line" "Single Solid Plastic or paint Edge Line" "Single Solid Plastic or paint Centerline" "White Edge Line Paint Stripe" The measurement for the above items will be based on the total length of each plastic or paint line installed. No deduction will be made for the 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 10 December 22, 2023 Project Number: 24-3001.1 unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, or wide dotted lane line. "Profiled Plastic Double Yellow Centerline "Solid Double Yellow Plastic or Paint Lane Line" "Profiled Plastic TWLTL or Profiled Plastic Line" "TWLTL Plastic or Paint Line" "Double Wide Plastic or Paint Lane Line" The measurement for all painted and plastic lines will be based on the total length the line installed. No deduction will be made for the unmarked area when the marking includes a broken line. No additional measurement will be made for more than one line such as double yellow centerline and TWLTL. The measurement for "Painting Traffic Curb" will be based on the total length of painted curb. No additional measurement will be made for curbing painted on both sides of the curbing. SECTION 8-22.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "Painted Double Solid Line," per linear foot "Painted Single Solid Line," per linear foot "Painted TWLTL Line," per linear foot "Painted White Skip Lane Line," per linear foot "Painted Wide Lane Line," per linear foot "Painted Skip Lane Line," per linear foot 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing, and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans or directed by the Engineer and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 11 December 22, 2023 Project Number: 24-3001.1 SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.5 Payment No payment will be made for temporary pavement markings. Temporary pavement markings are incidental to the project and cost shall be deemed included in the various items of the contract. 2024 Chip Seal - S 277th Street and 116th Avenue SE 8 - 12 December 22, 2023 Project Number: 24-3001.1 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 6-78 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 2024 Chip Seal - S 277th Street and 116th Avenue SE A-1 December 22, 2023 Project Number: 24-3001.1 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 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 WORK ZONE TRAFFIC CONTROL K-70.20-01 Temporary Channelization ROADWAY DELINEATION M-2.20-03 Off-Ramp Gore Area Marking Layouts M-2.21-00 On-Ramp Gore Area Marking Layouts M-20.20-02 Profiled and Embossed Plastic Lines M-24.20-02 Symbol Markings N Traffic Arrows for High-Speed Roadways (3 sheets) 2024 Chip Seal - S 277th Street and 116th Avenue SE A-2 December 22, 2023 Project Number: 24-3001.1 YELLOW TEMPORARY TAPE OR PAINTED CENTER LINE YELLOW TRPM(TYP.) (ryp_) NOTE For Hot Mix Asphalt Paving projects-"DO NOT PASS" and "PASS WITH CARE"signs shall be included for passing zones. HOT MIX ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT TWO-LANE ROADWAY S WHITE TEMPORARY TAPE 3 OR PAINTED CENTER LINF WHITE TRPM(TYP) ¢Q (TYP.) 38' 4' 6' 34' HOT MIX ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT ONE-WAY TWO-LANE ROADWAY YELLOW TEMPORARY TAPE YELLOW TRPM(TYP.) O� NjsAAT OR PAINTED CENTER LINE S (TVP.) 4' 36' ` �Ae 8pf 8786$ ti} BBrONAL g�G TEMPORARY PAVEMENT MARKING— SHORT DURATION STANDARD PLAN K-70.20-01 TEMPORARY TURN SHEET 1 OF 1 SHEET ARROW(TYP.) APPROVED FOR PUBLICATION HOT MIX ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT _ eucw WusM1lnamn Smro C.Wmm.m al Tmnenanvilan TWO-WAY TWO-LANE LEFT TURN ROADWAY NOTE 1. Install a minimum of 3 sets of diagonalstchevrons in the gore area. A 50'(ft)spacing is standard;however,for gore areas shorter than 150'(ft),use a 25'(ft)spacing,and for gore areas greater than m 400'(ft),a spacing of 100'(ft)may be used. d U YELLOW EDGE LINE tt CHEVRON MARKING(TYP.)- I WHITE CROSSHATCH MARKING- SEE STANDARD PLAN M.M.60 FOR SIZE WADE LANE LINE �OF GORE AREA .--- -_. ---_--- _.---._.-------- _ WHITE EDGE LINE CONTINUE GORE MARKINGS (SEE NOTE 1) (SEE NOTE 1) (SEE NOTE 1) -AT SAME SPACING TO ENO OF GORE AREA(SEE NOTE 1) GORE AREA MARKINGS WITH CHEVRONS TYPE 2Y RPMS @ 80'SPACING VARIES (8 0.MAY) 2°'(TYP.) WIDE LANE LINE(TYP.) TYPE 2W RPMS(TYP.J CHEVRON MARKING(TYP.)- I WHITE CROSSHATCH MARKING- SEE STANDARD PLAN M.M.60 YELLOW EDGE LINE j FOR SIZE N 7 i zo' Ya) 20• D4 �OF GORE AREA J I _._._._._._ 1$ 10' ____ _ 6' MITE EDGE LINE CONTINUE GORE MARKINGS GIST8�,4�b1}�� SAT SAME SPACING TO END (SEE NOTE 1J (SEE NOTE 1) (SEE NOTE 1) BrONAL OF GORE AREA(SEE NOTE 1) GORE AREA SUPPLEMENT WITH TYPE 2 RAISED PAVEMENT MARKERS OFF-RAMP GORE AREA MARKING LAYOUTS STANDARD PLAN M-2.20-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION _ Eu N w.mmem�smn c.a.mm.m.I Tmnw.nvAen NOTE rc T 1. Install a minimum of 3 sets of diagonals/chevrons in the gore area. A 50,(ft)spacing is standard;however,for gore areas shorter than 150'(ft),use a 25'(ft)spacing,and for gore areas greater than 400'(ft),a spacing of 100'(ft)may be used. 8 YELLOW EDGE LINE 4a CHEVRON MARKING(TYP.)- C WHITE CROSSHATCH MARKING- SEE STANDARD PLAN M-20.60 FOR SIZE VIDE LANE LINE ._._._._._._._._._._._ ------------------- -_. \ qq OFGOREAEA (SEE NOTE 1) (SEE NOTE 1) (SEE NOTE 1) CONTINUE GORE MAKINGS MOTE EDGE LINE AT SAME SPACING TO END OF GORE AREA(SEE NOTE 1) GORE AREA MARKINGS WITH CHEVRONS 3'(FT)MIN.TO __.--- 6'(FT)MAX. OF GORE AREA TRUNCATED GORE ALTERNATIVE TYPE 2Y FIRMS 0 OO'SPACING VAR1Es C. p TYPE 2W RPMS(TYP.) VIDE LANE LINE(TYP.) 2tl RyP�) l�MA) �O OP WAS/l, CHEVRON MARKING(TYP.)- WHITE CROSSHATCH MARKING- SEE STANDARD PLAN Lb24.60 FOR SIZE 11 YELLOW EDGE LINE 4 tl(TYP.) �� .oFF 2 BAPcr sTEAQOG12�R1 _._'I-. --_ s __._._ OF GORE AREA._._._ _ _._-_._._._ � TUN-.�_L F' ---- sue - _ ON-RAMP GORE AREA (SEE NOTE 1) (SEE NOTE 1) (SEE NOTE 1) CONTINUE GORE MARKINGS NMRE EDGE LINE MARKING LAYOUTS AT OF GOREEAREA(SEE NOTE 1) STANDARD PLAN M-2.21-00 GORE AREA SUPPLEMENT SHEET 1 OF 1 SHEET WITH TYPE 2 RAISED APPROVED FOR PUBLICATION PAVEMENT MARKERS C\ GENERAL NOTE See Standard Plan M-20.10 for pattern and Color requirements. 1 4" 4" 23" 4" 23' 4" 23" 4" 23" 4" 4" 4" 4' 23" 4" 23" 4" 23" 4" L 3L J TOP VIEW J TOP VIEW PERSPECTIVE VIEW � 4 SIDE VIEW SIDE VIEW PROFILED PLASTIC FOR: CENTERLINE&LANE LINE-W=4' PROFILED PLASTIC FOR: NO-PASS LINE-W=4" (BROKLN LINL NO-PASS LINE&TWO-WAY LEFT-TURN CENTERLINE-W=4" (SOLID LINE) TWO-WAY LEFT-TURN CENTERLINE-W=4" REVERSIBLE LANE LINE-W=4' DOUBLE CENTERLINE&DOUBLE LANE LINE-W=4' WIDE BROKEN LANE LINE-W=8" /`1 EDGE LINE&SOLID LANE LINE-W=4- V 1 WIDE LANE LINE&WIDE LINE-W=8" DOUBLE WADE LANE LINE-W=8" 2'-0" 3'-0' BARRIER CENTERLINE-W=20" 1"ITVP.j 4" 4" 20" I ! 100 TO 300 MILS 4" I i 3112• I I 160 MILS MIN. 15 TO 30 MILS J J 'Jyp 90 MILS MIN. TOP VIEW TOP VIEW A TOP VIEW B a 500 MILS MIN. DETAIL L SIDE VIEW SIDE VIEW W SIDE VIEW DETAIL OA CENTERLINE 8 LANE LINE DOTTED LANE LINE-W=4' N SS LINE&TWO-WAY LEFT-TURN CENTERLINE DOTTED EXTENSION LINE WIDE DOTTED LANE LINE-W=8" ' 500 MILS MIN. EMBOSSED PLASTIC FOR: REVEEVE RSIBLE LANE LINE (SOLID OR BROKEN LINE) DOUBLE CENTERLINE It DOUBLE LANE LINE PROFILED PLASTIC EDGE LINE&SOLID LANE LINE (BROKEN LINE) N J.IP,It � DT , sy SECTION O1 i 23 1" 1" O�TO 2 4 0FTO 2" 1" 1" iic 1 ii 0 TO 2" 4 - p-r— B$OI STBR OO�,�b �fONAL Q� lsh,Brian Apr 16 2015 2:27 PM NOT TOSCALE TOP VIEW 500 MILS MIN. 500 MILS MIN. PROFILED AND EMBOSSED i 160 MILS MIN. 1/4' 1/4' 180 MIL.MIN. 1/4' 7/4" PLASTIC.LINES w 15 T030 MILS r 100T 15 TO 30 MILS r STANDARD PLAN M-20.20-02 m SHEET 1 OF 1 SHEET O APPROVED FOR PUBLICATION SIDE VIEW Apr 20 2015 10:07 AM PROFILED EMBOSSED PLASTIC FOR: CENTERLINE&LANE LINE REVERSIBLE LANE LINE _ srn�esic exaxexax o (SOLID OR BROKEN LINE) NO-PASS LINE DOUBLE CENTERLINE&DOUBLE LANE LINE wo.mearo.score o.eenn,em ermnsoexmle. TWO-WAY LEFT-TURN CENTERLINE EDGE LINE&SOLID LANE LINE 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 Q 6t0 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 �Q &, 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 TRAFFIC CONTROL PLANS 2024 Chip Seal - S 277th Street and 1161h Avenue SE A-3 December 22, 2023 Project Number: 24-3001.1 TABLE(1) TRAFFIC CONTROL PLAN CHANNELIZATI N DEVICE BUFFER SIGN SPACING X INI.U.LA-CLOSURE TAPER LENGTH L(f.4 SPACING I%.) KENT,WA F - PH LONGITUDINAL BUFFER SPACE IS 1. PH P—d Sp (.ph) TAFER TANGENT OT NO , T 11 1 IS PH 5 30 SO O� 40 NOT TO`-L� T, TRAN8PORTABLESATTENUATOR ROLL AHEAD DISTANCE•R N—.NTAL L= VFHICLE—6HT LRSAN—E— P) 245 140 72D A� 'E"LE TO SM (11 ALL 1—N-1E AD111T11 11 A-111—E—HANDS 11 IHI,�P_�D%EINTEPAECETTONNS'AND DR=� 'A RE", To ITT THIS 3-SHEET EET TCP PHASE IS"STAND ALONE"AND SHALL NOT BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP 1 1 2 Fiu�112 LANEEI I MILE CLOSED I AHEAD DETAIL(a) S Z77 ST FIELD LOCATE ADVANCE OF LANE CL.C151JRE BONING. TO WORK AREA x-500� @ 2 RHAD W20-1 2B"REFI-COIF. 2-100- 0 N4 POSTED SPEED OLIMIT 7 A.- SEE DETAI(.)FOR ADDTL. A. WARNING NCED NING NON PLACEMENT ..... 28"REEL.CONE 41 SIGN LOCATION ADDL.NOTES; GENERAL NOTES: — EXISTING TRAFFIC FLOW 1.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. TEMPORARY TRAFFIC FLOW 2.NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 0 SEQUENTIAL ARROWBOARD 3.SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4.ALLSIGNSMI .48"x4B"UNLESS OTHERWISE SPECIFIED. NiN DEVICES ARE 28"REEL.CONES(see TABLE(1)5.CHANNELIZATI MANDATORY for spacing distances). SHALL B 6.ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE FWRING NON-WORKING HOURS,TRAF FIC CTONSTROL. E REMOVED AND ROWS ALL BE o EN o ITFULL WIDTHTEMPORARY RIGHT TWO LANE CLOSURE INTERSECTIONS AND/OR DRIVEWAYS. (transitions into single right lane closure) TABLE(1) TRAFFIC CONTROL PLAN CHANNELIZATI N DEVICE BUFFER SIGN SPACING X INIIAUNI LANE CLOSURE TAPER LENGTH L(f.4 SPACING(feat KENT,WA F - PH ---4 LONGITUDINAL BUFFER SPACE B �—E P—d S;,S,H1(.ph) TAFER TANGENT OT NO , T 11 1 IS PH 5 30 ED OD 40 NOT TD`-L� T, TRAN8PORTABLESATTENUATOR ROLL AHEAD D18TANCE-R NESS—TAL L= VFHICLE—6HT W LRDAN KNE— P) 11, 245 140 RPD 72D A� 'E"LE SM (11 ALL 1—M 1E AD111T11 11 A-111—E—HANIE 11 IHI,�P_�D%ENTTEPAECETTONNS'AND DR=� 'A RE", To ITT THIS 3-SHEET EET TCP PHASE IS"STAND ALONE"AND SHALL NOT BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP POKED SPEED "MIT rml Jw optional 26 —1 2 V'REFL. 0 48"x 36' 7'MOUNTING�� 0 F—EYJT HEIGHT(MIN.) OPEN S n POSTED H-2. K SPEED 5'MOUNTING s 27T LIMIT HEIGHT(MIN.) R= L 00' LEGEND WORKAREA ..... 28"REFL.CONE 41 SIGN LOCATION — EXISTING TRAFFIC FLOW ADDL.NOTES: GENERAL NOTES: TEMPORARY TRAFFIC FLOW 7.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. GEN TRUCK MOUNTED ATrENUATOR 2.NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 0 SEQUENTIAL ARROWBOARD 3.SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4.ALLSIGNSMI .48"x4B"UNLESS OTHERWISE SPECIFIED. NiN DEVICES ARE 28"REEL.CONES(see TABLE(1)5.CHANNELIZATI MANDATORY for spacing distances). G HOURS,TRAFFIC CONTROL SHALL BE 6.ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRAD DURING NON-WORKING REMOVED AND ROW SHALL BE OPENED To ITS FULL WIDTHTEMPORARY RIGHT TWO LANE CLOSURE INTERSECTIONS AND/OR DRIVEWAYS. (transitions into single right lane closure) TABLE(1) TRAFFIC CONTROL PLAN CHANNELIZATI N DEVICE BUFFER DATA SIGN SPACING X ININDAU.LANE CLONNURE TAPER LENGTH L(f.4 SPACING(%Bn KENT,WA F - PH ---4 LONGITUDINAL BUFFER SPACE B Posted S;NNEH1(.ph) TAFER TANGENT OT NG FIEE.1-1 P , T 11 1 IS PH 5 30 SO NOT TD`-L� TRAN8PORTABLESATTENUATOR ROLL AHEAD D18TANCE-R FS.—TAL L= VFHICLE—6HT W LROAN—EFTS P) 11, 245 FOD 72D A� 'E"LE SM (11 ALL 1—M BE AD111T11 11 A-111—E—HANIE 11 IHI,�P_�DESSNTEPAECETTONNS'AND DR=� 'A RE", To ITT THIS 3-SHEET EET TCP PHASE IS"STAND ALONE"AND SHALL NOT BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP THIS SIGN SHALL BE 28 MEEL COME IDw SPACED AT DO�,MODIFIED TO FIT FIELD CONDITIONS POSTED SPEED ".IT s V4 S, 0 14 THIS SIGN SHALL BE EPBXEDATDQ.,MDDIFIED BLJ TO FIT FIELD CONDITIONS THIS SIGN SHALL BE DEAD SPACED AT DD�,MODIFIED RESIDENCE: END a— To FIT FIELD CONDITIONS 11217 SE 274th St END K-,WA 98030 LEGEND WORK AREA ..... 28"REFL.CONE ADDL.NOTES: STREET ACCESS FROM CROSS STREETS MAINTAINED AT ALL TIMES.WORK GENERAL NOTES: 41 SIGN LOCATION AREA WITHIN INTERSECTION SHALL BE ALTERNATED,AS NEEDED. CONTRACTOR SHALL NOTIFY ALL AFFECTED RESIDENTS ON CROSS STREETS I.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. — EXISTING TRAFFIC FLOW OF WORK TIMES&DATES 2.NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). TEMPORARY TRAFFIC FLOW 3.SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4.ALLSIGNSMI .48"x4B"UNLESS OTHERWISE SPECIFIED. NiN DEVICES ARE 28"REEL.CONES(see TABLE(1)5.CHANNELIZATI! MANDATORY for spacing distances). NG MAY BE ADJUSTED TO ACCOMMODATE AT-GRAD- FWRING NON-WORKINGHOURS,TRAFFIC CONTROLSHALL BE 6.ALL SPACING E I REMOVED AND ROWSH ALL BE oP END To ITS FULL WIDTH TEMPORARY RIGHT TWO LANE CLOSURE INTERSECTIONS AND/OR DRIVEWAYS. (transitions into single right lane closure) MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) TRAFFIC CONTROL PLAN THIS 2-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N ADDW DTH zs 30 35 ao as so ss 60 65 ]o Ty E 10 105 150 205 271 451 500 550 11 115 165 225 295 495 550 605 660 - - 5 NOT TO SCALE 12 125 100 245 320 540 600 660 720 780 840 SIGN SPACING =X FREEWAYS&EXPRESSWAYS 55/]0 MPH 1500'• RURAL HIGHWAYS 60/I MPH 800'S RURAL ROADS 45/55 MPH 500'1 RURAL ROADS&URBAN ARTERIALS 35/40 MPH 350'2 RURAL ROADS&URBAN ARTERIALS 25/30 MPH 20V S(2) MATCH SHEET KENT.05 RESIDENTAL 8 BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS IDOa(2) (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. II� f' (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. fie! TABLE(1) I .e CHANNELIZATION DEVICE 1t SPACING feet W I f MPH TAPER TANGENT 50l70 40 80 ¢ I t 35M5 30 60 I 25 30 20 40 I I I LEGEND 1 I r•_•J WORK AREA ■III Is Is■ 26"REFL.CONE ya 11 SIGN LOCATION 213"REFL.CONE EXISTING TRAFFIC FLOW / O �•• TEMPORARY TRAFFIC FLOW 7 SEQUENTIAL ARROWBOARD 0 O 9 i i POSTED SPEED LIMIT L=295' S 274 ST X=350' x=350' X=350' I :t ROAD RDAD WORK WORK W4-2L D AHEAD AHEAD ^5 W20-1 W20-1 D W20-5R THIS SIGN SHALL BE DIN I( SPACED AT(X)or MODIFIED TO FIT FIELD CONDITIONS DEAD END RESIDENCE: �� s 11217 SE 274th St Kent,WA 98030 ADDL.NOTES: STREET ACCESS FROM CROSS STREETS MAINTAINED AT ALL TIMES.WORK AREA WITHIN INTERSECTION SHALL BE ALTERNATED, AS NEEDED. GENERAL NOTES: STREE SCOF WORK TIM STOR SHALL I&DATES ALL FFECTEO RESIDENTS ON CROSS I. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD MANDATORY CONDITIONS. DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE 4. ALL SIGNS MIN.48"X 48"UNLESS OTHERWISE SPECIFIED. REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY RIGHT LANE CLOSURE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# I PREPARED BY ex,aa Chris Grose WEIL SUPERVISORSUPERVISOR PROJECT LOCATION PHONE#�i Kent,WA 253-258-1419PHONENUMBER KENT DATEPREPARED SHEET# EMAIL 12/19/23 KENT.04 chris trafficcontrol lan.net zal8 TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) THIS 2-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N w BTH ( 25 30 35 40 45 50 55 fi0 65 10 W E 10 105 150 205 1TB 411 500 550 11 115 165 225 295 495 550 605 660 - - S NOT TO SCALE 12 125 180 N5 MO 540 600 660 720 760 840 SIGN SPACING =X FREEWAYS&EXPRESSWAYS 55/10 MPH 1500s RURAL HIGHWAYS 60/I I— mo RURAL ROADS 45/55 MPH 5001 *W20-1 (I) fit RURAL ROADS&URBAN ARTERIALS 35/40 MPH 35V RURAL ROADS&URBAN ARTERIALS 25/30 MPH 2O0a(2) I y I RESIDENTAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100a(2) X=350' I I (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS GRADE INTERSECTIONS AND DR E (2)THIS SPACINGING MY BE REDUCED IN URBAN AREAS AS TO FIT I I ROABWAV CONDITIONS. TABLE(1) I I. 100 aDAB Y woaK THIS SIGN SHALL BE CHANNELIZATION DEVICE AxrAO SPACED AT(X)or MODIFIED SPACING feel I W20-1 TO FIT FIELD CONDITIONS MPH TAPER TANGENT 501/0 40 80 4-I 35I45 30 60 I I 25I30 20 40 I BE 165 PL I I I LEGEND r•_•J WORKAREA Is Is Is Is Is 28"REFL.CONE RoaO SPACE WORK THIS SIGN SHALL BE SIGN LOCATION I I ��W20-1 TO FIT AT(X)or ELD MODIFIED TIONS EXISTING TRAFFIC FLOW �•• TEMPORARY TRAFFIC FLOW I o� n• SEQUENTIAL ARROWBOARD I BE 266 PL I I j I I j I I JJE aoaB I 1 woaK THIS SIGN SHALL BE 1 ANrAD SPACED AT(X)or MODIFIED j W20-1 TO FIT FIELD CONDITIONS I I "�• oW I BE 266 CT I I I 1 ADDL.NOTES: i STREET ACCESS FROM CROSS STREETS MAINTAINED AT ALL TIMES.WORK AREA WITHIN INTERSECTION SHALL BE ALTERNATED, AS NEEDED. CONTRACTOR SHALL NOTIFY ALL AFFECTED RESIDENTS ON CROSS STREETS OF WORK TIMES&DATES 28"REFL.CONE I j I I � I I I I I j I I I ,1 MANDATORY I j I DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I ROAD C WORK THIS SIGN SHALL BE 1 AN— SPACED AT or MODIFIED W20-1 TO FIT FIELD CONDITIONS I GENERAL NOTES: I f 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. !� ' ' 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND I .� sE z69 sT DATES(OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. MATCH SHEET KENT04 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY RIGHT LANE CLOSURE n0•°^ INTERSECTIONS AND/OR DRIVEWAYS. ° CONTRACTOR PROJECT9 PREPARED BY Chris Grose ® ©SUPERVISOR❑ SUPERWSOR ^� PROJECT LOCATION PHONEM -i Kent,WA 253-258-1419 PHONENUMBER V KENT DATEPREPARED SHEETM EMAIL ri .."i•o.a. euf....ay,,,. 1 2N 9123 KENT.OS Chris lrafficcontrol lan.nel Est.zotfi TABLE(1) TRAFFIC CONTROL PLAN CHANNELIZATI N DEVICE BUFFER SIGN SPACING X ISIM.U.LANE CLOSURE TAPER LENGTH L(f.4 SPACING(%an KENT,WA F - PH ---4 LONGITUDINAL BUFFER SPACE B 1. PH �—E P—d S;NMHI(.ph) TAFER TANGENT OT EN FIEE.1-1 P A ZZ (%, , T 11 1 1� PH 5 30 O� 40 S T, PORTABLE NOT TO-LF ATTENUATOR ROLL AHEAD DISTANCE-R NE.—TAL L= VFHICLE—6HT W LRGAN FINE— 11.1. P) 11, 245 14D RO 72D A� 'E"LE TO SM (11 ALL 1-1 Mn IE AD11-1 11 A-111—E—HANIE (1 IHI,�P_�D%ENTTEPAECETTONNS'AND DR=� 'A RE", To ITT THIS 3-SHEET EET TCP PHASE IS"STAND ALONE"AND SHALL NOT BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP 1 1 2 Fuff-F-112--] LANE I MILE CLOSED I AHEAD FIELD LOCATE ADVANCE OF THESE SIGNS SHALL BE SPACED D AT Ix).,MODIFIED LANE CLOSURE BONING. TO FIT FIELD CONDMONS "AD R, LOT— E. 28"REFL CONE Eq ST 0 a=,. POSTED SPEED LIMIT X=500- X 50a, —E wzoaL LEGEND Em WORKAREA W-1 ..... 28"REFL.CONE 44 SIGN LOCATION ADDL.NOTES: GENERAL NOTES: — EXISTING TRAFFIC FLOW TEMPORARY TRAFFIC FLOW 1.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2.NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND GEN TRUCK MOUNTED ATTENUATOR DATES(OPTIONAL). 3.SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SEQUENTIAL ARROWBOARD CONDITIONS. 4.ALLSIGNSMI .48"x4B"UNLESS OTHERWISE SPECIFIED. NiN DEVICES ARE 28"REEL.CONES(see TABLE(1)5.CHANNELIZATI MANDATORY for spacing distances). NG MAY BE ADJUSTED TO ACCOMMODATE AT-GRAD- FWRING NON-WORKINGHOURS,TRAFFIC CONTROLSHALL BE 6.ALL SPACING E I REMOVED AND ROWSH ALL BE oP END To ITS FULL WIDTH TEMPORARY DUAL LEFT LANE CLOSURES INTERSECTIONS AND/OR DRIVEWAYS. TABLE(1) TRAFFIC CONTROL PLAN BUFFER DATA SIGN SPACING•X MINIMUM LANE CLOSURE TAPER LENGTH•L(fen0 CHANSPACIN (fa.)DEVICE D a SPACINGKENT,WA LONGITUDINAL BUFFER SPACE=B LANE Posted Speed(mph) -S sFAT EEG M, 15 ]D ]5 11 11B MPHIkep" LENGTH(be0 15 JAD 550 ]05 33D a25 aes 5m 5 i 1 Max S � EE TRANSPORTABLESATTENUATOR ROLL AHEAD D18TANCE•R T s 30 - NOT TO SCALE § 1 ara G1 BID 111 ALL san 6 uAAND cTAN ca I.I..-N.MAY°ee"neo c D IN U—N AGEAe TO FIT THIS 3-SHEET TCP PHASE IS`STAND ALONE"AND SHALL NOT BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP THIS SIG X SHALL BE e SPACEUATO)or MDGIFIE ° TO FIT FIELD CONDITIONS EmA W2b1 cU`'n E i 29"REFL.CONE POSTED ; SPEED LIMIT TRA IS SmaT F-o w Mn W20.I DAY z: +' THIS SIGN SHALL BE IaLJ W' SPACED FIELD D OMOIONMODIFIED Y t DEAD TO FIT FIELD COXOIIIONS END RESIDENCE: 1121Sl Kent, W WA N 98030 LEGEND r J WORKAREA n ".. ••••• 28"REFL.CONE 41 SIGN LOCATION ADDL.NOTES: f EXISTING TRAFFIC FLOW STREET ACCESS FROM CROSS STREETS MAINTAINED AT ALL TIMES.WORK GENERAL NOTES: AREA WITHIN INTERSECTION SHALL BE ALTERNATED,AS NEEDED. �•• TEMPORARY TRAFFIC FLOW CONTRACTOR SHALL NOTIFY ALL AFFECTED RESIDENTS ON CROSS STREETS 7.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. OF WORK TIMES A DATES 2.NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND ® TRUCK MOUNTED ATTENUATOR DATES(OPTIONAL). 3.SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD •'.',,•'; SEQUENTIAL ARROWBOARD CONDITIONS. 4.ALLSIGNSMIN.48"x4B"UNLESS OTHERWISE SPECIFIED. 5.CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) MANDATORY IOF spacing distances). DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE ° e 6.ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE REMOVED AND ROWS BE oPENEO To rts FULL WIDEN TEMPORARY DUAL LEFT LANE CLOSURES INTERSECTIONS AND/OR DRIVEWAYS. 11 TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) THIS 3-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N DTR (feet 25 30 35 40 45 50 55 fi0 65 70 W E 10 105 150 205 3]D 450 500 550 11 115 165 225 295 495 550 605 660 - - S NOT TO SCALE 12 125 100 245 320 540 600 660 720 780 840 SIGN SPACING =X FREEWAYS&EXPRESSWAYS 55/70 MPH 1500'S RURAL HIGHWAYS 60/I MPH BOOS RURAL ROADS 45/55 MPH SOUS RURAL ROADS&URBAN ARTERIALS 35/40 MPH 35V RURAL ROADS&URBAN ARTERIALS 25/30 MPH 200'S(2) RESIDENTAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 1003(2) (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. TABLE(1) CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 35145 30 60 R III fit 25130 20 40 W20-1 AHEAD I I X=350' a I I ¢ W2ML All- ll- LEGEND _ X=350' / r J WORKAREA Is II Is Is Is 28"REFL.CONE W4-2R tI SIGN LOCATION f EXISTING TRAFFIC FLOW x=aso' TEMPORARY TRAFFIC FLOW 0 SEQUENTIAL ARROWBOARD L=295' 4. .i 28"REFL.CONE ��✓• 100, POSTED ,(r� SPEED LIMIT S 2j4 St �® � ,�.G.'r�••r✓•�N�Ott -1 2 —H ROAD > WORM AXFAO W2D-1 t THIS SIGN SHALL BE SPACED AT(X)or MODIFIED DEAD TO FIT FIELD CONDITIONS END ADDL.NOTES: STREET ACCESS FROM CROSS STREETS MAINTAINED AT ALL TIMES.WORK AREA WITHIN INTERSECTION SHALL BE ALTERNATED, AS NEEDED. MANDATORY CONTRACTOR SHALL NOTIFY ALL AFFECTED RESIDENTS ON CROSS STREETS OF WORK TIMES&DATES DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY DUAL LEFT LANE CLOSURES INTERSECTIONS AND/OR DRIVEWAYS. ° CONTRACTOR PROJECTN PREPARED BY Chris Grose ® ©SUPERVISOR❑ SUPERWSOR ^� PROJECT LOCATION PHONEM -i Kent,WA 253-258-1419 PHONE NUMBER V 'EN DATEPREPARED SHEETM EMAIL r, ..",.o.a" 12/19/23 KENT.08 chris trafffccontrol lan.net Est.zots TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) THIS 3-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N DTR (feet 25 30 35 40 45 50 55 fi0 65 70 W E 10 105 150 205 3]0 450 — 550 11 115 165 225 295 495 550 605 660 - - 5 NOT TO SCALE 12 125 100 245 320 540 600 660 720 780 840 SIGN SPACING =X FREEWAYS&EXPRESSWAYS 55 170 MPH 150Yi RURAL HIGHWAYS 60/I MPH Bart RURAL ROADS 45/55 MPH Sari RURAL ROADS&URBAN ARTERIALS 35/40 MPH Sari RURAL ROADS&URBAN ARTERIALS z5/3o MPH zari(2) MATCH SHEET KENT.10 RESIDENTAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS IW±(2) (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE .•11 RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. 'u 11p1 (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. / TABLE(1) ♦LL� CHANNELIZATION DEVICE J SPACING feet I� II MPH TAPER TANGENT , 50f70 40 80 35145 30 60 I 25130 20 40 , 1 0 i i h . 1 LEGEND a r J WORK AREA 28"REFL.CONE )� Is Is Is Is Is 28"REFL.CONE )� 11 SIGN LOCATION EXISTING TRAFFIC FLOW f•• TEMPORARY TRAFFIC FLOW SEQUENTIAL ARROWBOARD If i1' 1 1 a 100, 8'X 24" POSTED ••�• SPEED A j LIMIT R4 7 'Y L=295' S 274 ST X=350' X=350' X=350' ■I �(I RaD woDic W4-2R m 3*vso* 4BE4D W20-1 W20-1 u W20-5L THIS SIGN SHALL BE DhV m (I SPACED AT(X)or MODIFIED DEAD TO FIT FIELD CONDITIONS p°"",. END RESIDENCE: ADDL.NOTES: 11217 SE 274th St Kent,WA 98030 STREET ACCESS FROM CROSS STREETS MAINTAINED AT ALL TIMES.WORK AREA WITHIN INTERSECTION SHALL BE ALTERNATED, AS NEEDED. GENERAL NOTES: STREE SCOF WORK TIM STOR SHALL I&DATES ALL FFECTED RESIDENTS ON CROSS 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). THIS 3-SHEET PLAN SET NOTTO BE USED SAM-9AM 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD MANDATORY CONDITIONS. DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE 4. ALL SIGNS MIN.48"X48"UNLESS OTHERWISE SPECIFIED. REMOVED ANDROW SHALL BE OPENED TOITSFULLWIDTH 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY DUAL LEFT LANE CLOSURES INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# PREPARED BY Chris Grose ® SUPERVISOR❑ SUPERWSOR ^ PROJECT LOCATION PHONE# maec�. -i Kent,WA 253-258-1419 PHONE NUMBER V KENT DATE PREPARED SHEET# EMAIL r, 12N 9123 KENT.09 chris@tratriccontrolplan.net Est.zots MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) TRAFFIC CONTROL PLAN THIS 3-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N ADDW DTH zs 30 35 40 as so ss 60 65 To Ty E 10 105 150 205 271 451 500 55° 11 115 165 225 295 495 550 605 660 - - S 12 125 180 N5 MO 5Q 600 660 T20 280 640 MATCH SHEET KENT.11 NOT TO SCALE SIGN SPACING =X A'4__ FREEWAYS&EXPRESSWAYS 55—MPH 1500'• RURAL HIGHWAYS 60/65 I— RURAL II�II lilf RURAL ROADS 45/55 MPH 500'1 1JJ. RURAL ROADS&URBAN ARTERIALS 35/40 MPH 35°'2 RURAL ROADS&URBAN ARTERIALS 25/30 MPH 2OVS(2) itALW2. RESIDENTAL 8 BUSINESS DISTRICTS THIS SIGN SHALL BE SPACED AT(X)or MODIFIED URBAN STREETS 25 MPH OR LESS IW0 (2) 1 TOFIT FIELD CONDITIONS (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGERAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FITROADWAY CONDITIONS. TABLE(1) W CHANNELIZATION DEVICE i SE 265 PL SPACING feet MPH TAPER TANGENT 50f7O 40 80 35M5 30 60 j j, 25I30 20 40 1 1 1 1 C1 1 1 ROA WBRR THIS SIGN SHALL BE AHEADD SPACED AT(X)°r MODIFIED LEGEND j j, W2(}1 TO FIT FIELD CONDITIONS ! M 1 1 _r•_•J WORK AREA y o W ■■Is Is■ 26"REFL.CONE h i SE zss CT 11 SIGN LOCATION Ij EXISTING TRAFFIC FLOW �•• TEMPORARY TRAFFIC FLOW 1 1 1 1 ii y a s .1 1 ii ai 28"REFL.CONE 1 1 1 1 1 1 • i 7 1 1 di 1 1eW20-1 iTHIS SIGN SHALL BE SPACED AT or MODIFIED TO FIT FIELD CONDITIONS SE259 ii POSTED Q ' SPEED UM IT T ai ilt h ADDL.NOTES: STREET ACCESS FROM CROSS STREETS MAINTAINED AT ALL TIMES.WORK AREA WITHIN INTERSECTION SHALL BE ALTERNATED, MATCH SHEET KENT.09 AS NEEDED. GENERAL NOTES: STREE SCOF WORK TIM STOR SHALL I&DATES ALL FFECTED RESIDENTS ON CROSS 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). THIS 3-SHEET PLAN SET NOT TO BE USED SAM-SAM 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD MANDATORY CONDITIONS. DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE 4. ALL SIGNS MIN.48"X 48"UNLESS OTHERWISE SPECIFIED. REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH 5. CHANNELIZAT16N DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY DUAL LEFT LANE CLOSURES INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# PREPARED BY Chris Grose ® SUPERVISORR SUPERVISOR IPROJECT LOCATION PHONE# i Kent,WA 253-258-1419 �^ PHONE NUMBER KENT DATE PREPARED SHEET# EMAIL r,..mnn ri 12/19/23 KENT.10 chris@trafficcontrolplan.net Est 2016 TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) THIS 3-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N DTH (feet 25 30 35 40 45 50 55 fi0 65 70 W E 10 105 150 205 3]D 450 500 550 11 115 165 225 295 495 550 605 660 - - S NOT TO SCALE 12 125 100 245 320 540 600 660 720 780 840 SIGN SPACING =X FREEWAYS&EXPRESSWAYS 55/70 MPH 1500'S RURAL HIGHWAYS 60/I MPH BOOS RURAL ROADS 45/55 MPH SOUS RURAL ROADS&URBAN ARTERIALS 35/40 MPH 35V RURAL ROADS&URBAN ARTERIALS 25/3D MPH 2O01(2) RESIDENTAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'S(2) (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. TABLE(1) CHANNELIZATION DEVICE ROAD SPACING feet WDRK MPH TAPER TANGENT AHEAD 50(/0 40 80 W20 1 35145 30 60 25/30 20 40 THESE 2 SIGNS SHALL BE SPACED AT(X)or MODIFIED TO FIT FIELD CONDITIONS IFT Bm E W205L Sp Rp 1j111 111j 1111 Roan X=350' MRA AHEAD POSTED ROAD W20-1 SPEED WORK X=350' ' LIMIT AHEAD W20-1 ttllllllll j 35 ICI I I a I^ I LEGEND _ I I r•_•J WORKAREA #W4-2R Is Is IsIr Is28"REFL.CONE I I 11 SIGN LOCATION X=35o' I I to°:z4^ EXISTING TRAFFIC FLOW TR4-7' TEMPORARY TRAFFIC FLOWSEQUENTIAL ARROWBOARD IL=295' E too' ROAD WORK THIS SIGN SHALL BE AHEAD SPACED AT or MODIFIED �Tf W20-1 TO FIT FIELD CONDITIONS POSTED SPEED i LIMIT hi BE 264 pL T so—,. qj +�+ �t ADDL.NOTES: STREET ACCESS FROM CROSS STREETS MAINTAINED AT ALL TIMES.WORN AREA WITHIN INTERSECTION SHALL BE ALTERNATED, MATCH SHEET KENTAO AS NEEDED. GENERAL NOTES: STREE SCOF WORK TIM STOR SHALL I&DATES ALL FFECTED RESIDENTS ON CROSS 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). THIS 3-SHEET PLAN SET NOTTO BE USED SAM-9AM 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD MANDATORY CONDITIONS. DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE 4. ALL SIGNS MIN.48"X48"UNLESS OTHERWISE SPECIFIED. REMOVED ANDROW SHALL BE OPENED TOITSFULLWIDTH 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY DUAL LEFT LANE CLOSURES INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT9 PREPARED BY Chris Grose ® SUPERVISOR❑ SUPERWSOR ^ PROJECT LOCATION PHONEM maec�^ -i Kent,WA 253-258-1419 PHONE NUMBER V KENT DATE PREPARED SHEETM EMAIL ri .•xi•o.o. euf....ay,,,. 12N 9123 KENT.11 chris trafOccontrol lan.net Est.zots TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) THIS 3-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N DTH (feet A 25 30 35 40 45 50 55 fi0 65 70 W J Yvd E 10 105 150 205 3]D 450 500 550 11 115 165 225 295 495 550 605 660 - - 5 NOT TO SCALE 12 125 100 245 320 540 600 660 720 780 840 SIGN SPACING =X FREEWAYS&EXPRESSWAYS 55/70 MPH 1500'S RURAL HIGHWAYS 60/I MPH BOOS RURAL ROADS 45/55 MPH SOUS RURAL ROADS&URBAN ARTERIALS 35/40 MPH W5 RURAL ROADS&URBAN ARTERIALS 25/3D MPH 2O01(2) RESIDENTAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'S(2) (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. TABLE(1) CHANNELIZATION DEVICE ROAD SPACING feet woRH MPH TAPER TANGENT AHEAD 50(/0 40 80 W20 1 35145 30 60 25/30 20 40 THESE 2 SIGNS SHALL BE SPACED AT(X)or MODIFIED TO FIT FIELD CONDITIONS I. E. Bm W205R Sp C2� Rp 1j111 111j 1111 Roan X=350' MRA AHEAD POSTED X 350 ROAD W20-1 SPEED = ' M. ' LIMIT AHEAD W20-1 11111111j1 j 35 ICI I I a I^ I LEGEND _ I I r•_•J WORKAREA I I Is Is Is Is Is 28"REFL.CONE I '` W-2L I I 11 SIGN LOCATION X=350' I I to°:z4^ EXISTING TRAFFIC FLOW IRl­ TEMPORARY TRAFFIC FLOW R4a 0 ;I I SEQUENTIAL ARROWBOARD ;I I :I I L=295' •I I 9 I ROAD WORN THIS SIGN SHALL BE AHEAD SPACED AT or MODIFIED I W20-1 TO FIT FIELD CONDITIONS POSTED SPEED LIMIT r I BE 2S4 pL I rM I L+ t t ADDL.NOTES: THIS 3-SHEET PLAN SET NOT TO BE USED 6AM-9AM MATCH SHEET KENT.13 GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD MANDATORY CONDITIONS. DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE 4. ALL SIGNS MIN.48"X48"UNLESS OTHERWISE SPECIFIED. REMOVEDANDROW SHALL BE OPENED TOITS FULL WIDTH 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY RIGHT LANE CLOSURE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT9 PREPARED BY Chris Grose ® SUPERVISOR❑ SUPERVISOR ^ PROJECT LOCATION PHONE M maec�^ -i Kent,WA 253-258-1419 PHONE NUMBER V KENT DATE PREPARED SHEETM EMAIL ri 12N 9123 KENT.12 chris trafOccontrol lan.net Est.zots TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) THIS 3-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N DTH (feet 25 30 35 40 45 50 55 fi0 65 10 W E 10 105 150 205 3T0 450 — 550 11 115 165 225 295 495 550 605 660 - - 5 12 125 180 N5 MO 540 600 660 720 780 840 MATCH SHEET KENT.12 NOT TO SCALE A SIGN SPACING =X •� FREEWAYS&EXPRESSWAYS 55 170 MPH 150Ys RURAL HIGHWAYS 60/I MPH BOOS RURAL ROADS 45/55 MPH Sari RURAL ROADS&URBAN ARTERIALS 35/40 MPH War RURAL ROADS&URBAN ARTERIALS 25/30 MPH 2ar1(2) L RESIDENTAL&BUSINESS DISTRICTS 4 THIS SIGN SHALL I SPACED FIELD C r MODIFIED URBAN STREETS 25 MPH oR LESS cart(2) [ 0-1 TO FIT FIELD CONDITIONS (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE Q RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT [ ROACWAY CONDITIONS. y C W TABLE(1) CHANNELIZATION DEVICE I] SE 265 PL SPACING feet MPH TAPER TANGENT 4 50f/0 40 80 [ 35M5 30 60 25I30 20 40 O [ I I ROaB 4 I xroRK THIS SIGN SHALL BE [ AHEAD SPACED AT or MODIFIED LEGEND O W20-1 TO FIT FIELD CONDITIONS r J WORKAREA Is Is Is Is Is 28"REFL.CONE ] SE 266 CT 11 SIGN LOCATION y EXISTING TRAFFIC FLOW O �•• TEMPORARY TRAFFIC FLOW [ I I 4 I � I 281,REFL.CONE I 4 0 I 4 I � I I I LW20-19 THIS SIGN SHALL BE SPACED AT(X)or MODIFIED TO FIT FIELD CONDITIONS SET I G I G I POSTED SPEED J LIMIT 1 [� G I {+ t t ADDL.NOTES: THIS 3-SHEET PLAN SET NOT TO BE USED 6AM-9AM MATCH SHEET KENT.14 GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD MANDATORY CONDITIONS. DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE 4. ALL SIGNS MIN.48"X48"UNLESS OTHERWISE SPECIFIED. REMOVEDANDROW SHALL BE OPENED TOITS FULL WIDTH 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY RIGHT LANE CLOSURE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT9 PREPARED BY Chris Grose ® SUPERVISOR❑ SUPERVISOR ^ PROJECT LOCATION PHONE M maec�. -i Kent,WA 253-258-1419 PHONE NUMBER V KENT DATE PREPARED SHEETM EMAIL ri 12N 9123 KENT.13 chris trafficcontrol lan.net E51.zots MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) TRAFFIC CONTROL PLAN THIS 3-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N ADD WIDTH zs 30 35 ao as so ss 60 65 ]o W E 10 105 150 205 271 451 5ar 550 11 115 165 225 295 495 550 605 660 - - 5 NOT TO SCALE 12 125 100 245 320 540 600 660 720 780 840 SIGN SPACING =X FREEWAYS 4 EXPRESSWAYS 55/]0 MPH 1500'• RURAL HIGHWAYS 60/I MPH 8ar'S RURAL ROADS 45/55 MPH Sar'1 RURAL ROADS S URBAN ARTERIALS 35/40 MPH 350'S RURAL ROADS 8 URBAN ARTERIALS 25/30 MPH zarx(z) MATCH SHEET KENT.13 RESIDENTAL 8 BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS IWa(2) (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. 1 f I (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TABLE(1) CHANNELIZATION DEVICE 1 SPACING feet MPH TAPER TANGENT 50170 40 80 35145 30 60 25130 20 40 1 6 LEGEND II ) r•_•J WORK AREA �I / ■■Is Is■ 28"REFL.CONE 11 SIGN LOCATION EXISTING TRAFFIC FLOW / �•• TEMPORARY TRAFFIC FLOW r , i 2B"REFL.CONE i i i i \ POSTED SPEED � LIMIT X=350' S 274 ST �_ i WORH AHEAD — W20-1 RDA' n WORK Drv+ Wzo- THIS SIGN SHALL BE If SPACED AT(X)or MODIFIED naNw DEAD TO FIT FIELD CONDITIONS RESIDENCE: END 11217 SE 274th St ADDL.NOTES: Kent,WA 98030 THIS 3-SHEET PLAN SET NOT TO BE USED 8AM-9AM GENERAL NOTES: I. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD MANDATORY CONDITIONS. DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE 4. ALL SIGNS MIN.48"X 48"UNLESS OTHERWISE SPECIFIED. REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY RIGHT LANE CLOSURE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# PREPARED BY 0X1w Chris Grose WEIL SUPERVISORSUPERVISOR PROJECT LOCATION PHONE#�i Kent,WA 253-258-1419PHONENUMBER KENT DATEPREPARED SHEET# EMAIL 12/19/23 KENT.14 chris trafficcontrol lan.net zafB TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) THIS 2-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT KENT,WA LANE Posted Speed(mph) BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP N DTR (feet 25 30 35 40 45 50 55 fi0 65 70 W E 10 105 150 205 3]0 450 500 550 11 115 165 225 295 495 550 605 660 - - S NOT TO SCALE 12 125 100 245 320 540 600 660 720 780 840 SIGN SPACING =X FREEWAYS&EXPRESSWAYS 55/70 MPH 1500'S RURAL HIGHWAYS 60/I MPH BOOS RURAL ROADS 45/55 MPH SOUS RURAL ROADS&URBAN ARTERIALS 35/40 MPH W5 RURAL ROADS&URBAN ARTERIALS 25/30 MPH 2Otli(2) RESIDENTAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 1005(2) (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. TABLE(1) CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT A. 50/70 40 80 WORK ill }I} 35145 30 60 AHEAD 25/30 20 40 W20-1 ) I X=350' q W20-5R LEGEND X=350' r J WORKAREA Is Is Is Is Is 28"REEL.CONE W4 2L tI SIGN LOCATION f EXISTING TRAFFIC FLOW x=350' TEMPORARY TRAFFIC FLOW 0 SEQUENTIAL ARROWBOARD L=295' J� i i POSTED SPEED LIMIT 'v 28"REEL.CONE i 2T4 ST x i 10 > wDRs DM AHEAD ( THIS SIGN SHH LL BALL SPACED AT(X)or MODIFIF IED DEAD TO FIT FIELD CONDITIONS RESIDENCE: END 11217 BE 274th St Kent,WA 98030 ADDL.NOTES: MANDATORY DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE TEMPORARY RIGHT LANE CLOSURE INTERSECTIONS AND/OR DRIVEWAYS. ° CONTRACTOR PROJECT9 PREPARED BY Chris Grose ® ©SUPERVISOR❑ SUPERVISOR �^ PROJECT LOCATION PHONE M -i Kent,WA 253-258-1419 PHONE NUMBER V 'EN DATEPREPARED SHEETM EMAIL ri a" 12/19/23 KENTA5 chris trafffccontrol lan.net Est.zots SIGN SPACING•X TABLE(1)CHANNELIZATION DEVICE TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH•L(hat) SPACING feet KFNT,WA = uNE POSMU Speed(mph)PH 1. N -- THIS 2-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT J� - I`°`tl BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP550 ss I1B MPH mo:M - s =? NOT TO SCALE ro ALL sPmA iNG M cHAN aI TH IS"�''sPPH� E.IN uFSAN AF—Tc FR THIS SIGN SHALL BE EPA CEDAT(K)ur MDMFIED )) TO FIT FIELD CONDITIONS — MMOH w2a1 p� POSTED THIS SIGN SHALL BE POSTED SPEED SPACED AT(K)�MODIFIED SPEED UNIT TO FIT FIELD CONDITIONS LIMIT __——— fro 4 60 — tOHA BE _ y S 271 :1M AVF SE 7B"REFL CONE V "20.1 )) SPACED AT OQ o,MODIFIED DEAD TO FIT FIELD CONDITIONS END •z: W� Y. LEGEND J WORK AREA ADDL.NOTES: GENERAL NOTES: ••••• 28"REFL.CONE 1.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 41 SIGN LOCATION 2.NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND f EXISTING TRAFFIC FLOW DATES(OPTIONAL). 3.SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD — TEMPORARY TRAFFIC FLOW CONDITIONS. 4.ALLSIGNSMIN.48"x4B"UNLESS OTHERWISE SPECIFIED. 5.CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) MANDATORY for spacing distances). DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE ° 6.ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE REMOVED AND ROWS BE oPENED To rts FULL WIDTH TEMPORARY RIGHT LANE CLOSURE _ INTERSECTIONS AND/OR DRIVEWAYS. o CITY OF AUBURN R/W USE PERMIT APPLICATION 2024 Chip Seal - S 277th Street and 1161h Avenue SE A-4 December 22, 2023 Project Number: 24-3001.1 CITYC+F �_` RIGHT OF WAY USE PERMIT _ - OM , ROW TYPE C LONG TERM PERMIT NUMBER WASHINGTON Public Works Department ROW23-0039 PERMIT TYPE: RIGHT OF WAY APPROVED: 1/12/2024 EXPIRATION: 12/31/2024 PERMIT SUBTYPE : ROW TYPE C LONGTERM ISSUED: 1/12/2024 (see conditions for expiration details) LOCATION/ADDRESS: DESCRIPTION: City of Kent S 277th Project Traffic Control TOTAL FEES: $524.00 FEES PAID: $524.00 BALANCE DUE:$0.00 APPLICANT:City of Kent EMAIL: rcarroll@kentwa.gov MAILING ADDRESS: 5821 S 240th St Kent,WA 98032 PHONE: (253)856-5679 PERMIT DETAILS Purpose: City of Kent 2024 S 277th Street Roadway Repairs Project Job No.23-3001.1 2024 Asphalt Chip Seal Project Traffic Control in City of Auburn Right-of-Way per the attached plan and conditions. NOTES: 1. Applicant's failure to comply with any provisions/conditions of this permit shall be terms for immediate termination. 2. Applicant shall comply with the City's nuisance code under ACC 8.12 3. Applicant shall keep the public ROW free of litter and drink or food waste. 4. Applicant shall provide a signed and notarized Hold Harmless Agreement. 5. Applicant shall maintain current insurance throughout the life of the permit and provide the City with proof that they are insured and name the City as an additional insured. Insurance certificates and additional insured endorsements shall meet the requirements outlined in the Right-of-Way Use Permit Requests Informational Packet. a. Insurance Certificates and additional insured endorsements shall be submitted to the City of Auburn ROW Specialist,PW-Transportation,25 West Main Street,Auburn, WA 98001. 6. The City reserves the right to adjust the terms and conditions or revoke this Right-of-Way Use Permit pending the following considerations: a. Public complaints involving perceived issues impacting public use of the ROW affected by the permit. b. Public comment or other community interest concerns. c. Any emerging issue or change in use of the ROW that may impact the public interest,as follows: i. The remaining capacity of the rights-of-way to accommodate other uses if the applicant's proposed use is granted. ii. The effect,if any,on public health,safety,and welfare if the authorization is granted. iii. Such other factors as may demonstrate that the grant to use the rights-of-way will serve the community interest. d. Failure by the applicant to comply with these permit conditions CONDITIONS OF APPROVAL See Attached. pproved and Issued copy of this permit and all associated approved documents, such as plans, maps, - . . a be available - . u .n . .n � - . - For questions related to this permit, please call the City's Right-of-Way Specialist at 253-804-3120 and reference the permit number: ROW23-0039 Printed: Friday,January 12, 2024 1 of 1 Right-of-Way Use Permit #ROW23-0039 Conditions for City of Kent 2024 S 277th Street Roadway Repairs Project Job No. 23-3001.1 2024 Asphalt Chip Seal Project Traffic Control in City of Auburn Right-of-Way 1. City of Kent shall comply with requirements of City Construction Standards for traffic control/signage within the City of Auburn ROW. 2. Requested timeframe is from January 1, 2024 through December 31, 2024. City of Kent shall contact the City a minimum of 4 weeks prior to starting any construction associated with this permit and coordinate with City of Auburn as noted below. a. Typical work hours are Monday through Friday from 7 am to 6 pm. b. Specific working days and hours for work that will affect the City of Auburn will be coordinated by City of Kent's contractor with City of Auburn Construction Staff prior to placement of traffic control signage by contacting the City's Construction Manager, Seth Loop at sloop@auburnwa.gov or 253-804-5082. 3. City of Kent shall list the City of Auburn and its agents as additionally insured on the project's insurance policy rider, supply copy to the City of Auburn for file, and keep the policy current for the life of the project. 4. All contractors and subcontractors working within the City ROW must have and maintain a current City of Auburn Business License. S. Comply with all Approved Traffic Control Plans as attached. Any requested revisions to the approved traffic control plans, must be submitted a minimum of five (5)working days before implementation to the revised traffic control plans are needed. 6. This Permit and any Conditions are only for the placement of traffic control signage as shown on the plans and documents attached to this permit. Page 1 of 1 ROW23-0003 January 4, 2024 TABLE(1) BUFFER DATA SIGN SPACING•X MINIMUM LANE CLOSURE TAPER LENGTH•L(NraO CHANNELIZATION DEVICE TRAFFIC CONTROL PLAN oil SPACING feat RENT,WA ..ii LONGITUDINAL BUFFER SPACE=ISux[ Pos1e0 SpeeN(mph) N � 9 sP[[O(NPp 25 ]5 i]5 o i as so 55 sa 5 As .0 Ikep" SO W H W a4 .P5 MPx ab:a) NOi TO ASCALE � g I TRAN8PORTABLESATTENUATOR ROLL AHEAD DISTANCE•R ' ara o) 12 1 125 11, 245 SFD 72D (1)ALLSVAOxGS MA cxnx ._'RA'na�ic nwr°ee"neo c o1Oix"DeAx ARSAs ro DT THIS 3-SHEET TCP PHASE IS"STAND ALONE"AND SHALL NOT BE ACTIVE CONCURRENTLY WITH ANY OTHER TCP PCAA8 33 1 1 2 RIONT2 112 LANES I MILE ; CLOSED I AHEAD s DETAIL(a) rW20-1 FIELD LOCATE ADVANCE OF T — LANE CLOSURE SIGNING.TO WORK '•;.ice•' °u x=soa' �• H 2111"REFL OONE W4-2L 2L=110n 0 Y POSTED "� SPEED UMIT •z: x=soa' x=son Lm W20-1 uo W20E01 W421- SEE DETAIL(a)FOR ADDTL. ADVANCED WARNING SIGN PLACEMENT LEGEND ••••• 28"REFL.CONE fl SIGN LOCATION ADDL.NOTES: GENERAL NOTES: f EXISTING TRAFFIC FLOW 1.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. TEMPORARY TRAFFIC FLOW 2.NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). !,+,•'} SEQUENTIAL ARROWBOARD 3.SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4.ALLSIGNSMIN.48"x48"UNLESS OTHERWISE SPECIFIED. 5.CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1) MANDATORY for spacing distances). DURING NON-WORKING HOURS,TRAFFIC CONTROL SHALL BE ° 6.ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE REMOVED AND Row SHALL BE OPENED To ITS FULL YnDTx TEMPORARY RIGHT TWO LANE CLOSURE _ INTERSECTIONS AND/OR DRIVEWAYS. (transitions into single right lane closure) o PREVAILING WAGE RATES 2024 Chip Seal - S 277th Street and 1161h Avenue SE A-5 December 22, 2023 Project Number: 24-3001.1 12/22/23, 11:05 AM 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: 01/23/2024 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1 C View King Brick Mason Journey Level $69.07 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1 N View King Building Service Employees Janitor $29.33 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $32.93 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.93 5S 2F View King Cabinet Makers (In Shop), Journey Level $22.74 1 View King Carpenters Acoustical Worker $74.96 15J 4C View King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View Carpenters King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View King Carpenters Journey Level $74.96 15J 4C View King Carpenters Scaffold Erector $74.96 15J 4C View King Cement Masons Application of all Composition $72.87 15J 4U View Mastic King Cement Masons Application of all Epoxy $72.37 15J 4U View Material King Cement Masons Application of all Plastic $72.87 15J 41J View Material King Cement Masons Application of Sealing $72.37 15J 41J View Compound King Cement Masons Application of Underlayment $72.87 15J 41J View King Cement Masons Building General $72.37 15J 4U View King Cement Masons Composition or Kalman Floors $72.87 15J 4U View King Cement Masons Concrete Paving $72.37 15J 4U View King Cement Masons Curb Et Gutter Machine $72.87 15J 4U View King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View King Cement Masons Curing Concrete $72.37 15J 41J View King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank 1/18 12/22/23, 11:05AM about:blank King Cement Masons Floor Grinding $72.87 15J 4U View King Cement Masons Floor Grinding/Polisher $72.37 15J 4U View King Cement Masons Green Concrete Saw, self- $72.87 15J 4U View powered King Cement Masons Grouting of all Plates $72.37 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U View King Cement Masons Gunite Nozzleman $72.87 15J 4U View King Cement Masons Hand Powered Grinder $72.87 15J 4U View King Cement Masons Journey Level $72.37 15J 4U View King Cement Masons Patching Concrete $72.37 15J 4U View King Cement Masons Pneumatic Power Tools $72.87 15J 4U View King Cement Masons Power Chipping Et Brushing $72.87 15J 4U View King Cement Masons Sand Blasting Architectural $72.87 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $72.87 15J 4U View King Cement Masons Spackling or Skim Coat $72.37 15J 4U View Concrete King Cement Masons Troweling Machine Operator $72.87 15J 4U View King Cement Masons Troweling Machine Operator on $72.87 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $72.87 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $129.71 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $93.94 15J 4C View King Divers Et Tenders Diver $129.71 15J 4C 8V View King Divers Et Tenders Diver On Standby $88.94 15J 4C View King Divers Et Tenders Diver Tender $80.82 15J 4C View King Divers Et Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $98.26 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $102.26 15J 4C View Compressed Air Worker 44.01 - 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.26 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $109.76 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.76 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.76 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI about:blank 2/18 12/22/23, 11:05AM about:blank King Divers 8t Tenders Hyperbaric Worker - $120.76 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI King Divers Et Tenders Manifold Operator $80.82 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $85.82 15J 4C View King Divers 8t Tenders Remote Operated Vehicle $80.82 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $75.41 15J 4C View Tender King Dredge Workers Assistant Engineer $79.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $79.01 5D 3F View King Dredge Workers Boatmen $79.62 5D 3F View King Dredge Workers Engineer Welder $81.15 5D 3F View King Dredge Workers Leverman, Hydraulic $82.77 5D 3F View King Dredge Workers Mates $79.62 5D 3F View King Dredge Workers Oiler $79.01 5D 3F View King Drywall Applicator Journey Level $74.96 15J 4C View King Drywall Tapers Journey Level $74.50 5P 1 E View King Electrical Fixture Maintenance Journey Level $37.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $105.59 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $113.52 7C 4E View King Electricians - Inside Certified Welder $101.98 7C 4E View King Electricians - Inside Certified Welder (tunnel) $109.56 7C 4E View King Electricians - Inside Construction Stock Person $49.28 7C 4E View King Electricians - Inside Journey Level $98.38 7C 4E View King Electricians - Inside Journey Level (tunnel) $105.59 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 I Construction King Electronic Technicians Journey Level $63.38 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 12/22/23, 11:05AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1111 View Products Work Only King Fence Erectors Fence Erector $50.07 15J lip 8Y View King Fence Erectors Fence Laborer $50.07 15J lip 8Y View King Flaggers Journey Level $50.07 15J lip 8Y View King Glaziers Journey Level $79.16 7L 1Y View King Heat Et Frost Insulators And Journey Level $87.15 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $96.42 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $62.49 15J 11 P 8Y View King Industrial Power Vacuum Journey Level $16.28 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 $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $74.96 15J 4C View King Ironworkers Journeyman $85.80 15K 11 N View King Laborers Air, Gas Or Electric Vibrating $59.07 15J lip 8Y View Screed King Laborers Airtrac Drill Operator $60.90 15J lip 8Y View King Laborers Ballast Regular Machine $59.07 15J lip 8Y View King Laborers Batch Weighman $50.07 15J lip 8Y View King Laborers Brick Pavers $59.07 15J lip 8Y View King Laborers Brush Cutter $59.07 15J lip 8Y View King Laborers Brush Hog Feeder $59.07 15J lip 8Y View King Laborers Burner $59.07 15J lip 8Y View King Laborers Caisson Worker $60.90 15J lip 8Y View King Laborers Carpenter Tender $59.07 15J lip 8Y View King Laborers Cement Dumper-paving $60.15 15J lip 8Y View about:blank 4/18 12/22/23, 11:05AM about:blank King Laborers Cement Finisher Tender $59.07 15J lip 8Y View King Laborers Change House Or Dry Shack $59.07 15J lip 8Y View King Laborers Chipping Gun (30 Lbs. And $60.15 15J lip 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 11P 8Y View King Laborers Choker Setter $59.07 15J lip 8Y View King Laborers Chuck Tender $59.07 15J lip 8Y View King Laborers Clary Power Spreader $60.15 15J lip 8Y View King Laborers Clean-up Laborer $59.07 15J lip 8Y View King Laborers Concrete Dumper/Chute $60.15 15J lip 8Y View Operator King Laborers Concrete Form Stripper $59.07 15J lip 8Y View King Laborers Concrete Placement Crew $60.15 15J lip 8Y View King Laborers Concrete Saw Operator/Core $60.15 15J lip 8Y View Driller King Laborers Crusher Feeder $50.07 15J lip 8Y View King Laborers Curing Laborer $59.07 15J lip 8Y View King Laborers Demolition: Wrecking 8t Moving $59.07 15J lip 8Y View (Incl. Charred Material) King Laborers Ditch Digger $59.07 15J lip 8Y View King Laborers Diver $60.90 15J lip 8Y View King Laborers Drill Operator (Hydraulic, $60.15 15J lip 8Y View Diamond) King Laborers Dry Stack Walls $59.07 15J lip 8Y View King Laborers Dump Person $59.07 15J lip 8Y View King Laborers Epoxy Technician $59.07 15J lip 8Y View King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller 8t Bucker Chain Saw $60.15 15J lip 8Y View King Laborers Fine Graders $59.07 15J lip 8Y View King Laborers Firewatch $50.07 15J lip 8Y View King Laborers Form Setter $60.15 15J lip 8Y View King Laborers Gabian Basket Builders $59.07 15J lip 8Y View King Laborers General Laborer $59.07 15J lip 8Y View King Laborers Grade Checker Et Transit Person $62.49 15J lip 8Y View King Laborers Grinders $59.07 15J lip 8Y View King Laborers Grout Machine Tender $59.07 15J lip 8Y View King Laborers Groutmen (Pressure) Including $60.15 15J 11P 8Y View Post Tension Beams King Laborers Guardrail Erector $59.07 15J lip 8Y View King Laborers Hazardous Waste Worker (Level $60.90 15J lip 8Y View A) King Laborers Hazardous Waste Worker (Level $60.15 15J lip 8Y View B) King Laborers Hazardous Waste Worker (Level $59.07 15J lip 8Y View C) King Laborers High Scaler $60.90 15J lip 8Y View King Laborers Jackhammer $60.15 15J lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View about:blank 5/18 12/22/23, 11:05AM about:blank King Laborers Maintenance Person $59.07 15J lip 8Y View King Laborers Manhole Builder-Mudman $60.15 15J lip 8Y View King Laborers Material Yard Person $59.07 15J lip 8Y View King Laborers Mold Abatement Worker $59.07 15J lip 8Y View King Laborers Motorman-Dinky Locomotive $62.59 15J lip 8Y View King Laborers nozzleman (concrete pump, $62.49 15J lip 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 $60.15 15J lip 8Y View King Laborers Pilot Car $50.07 15J lip 8Y View King Laborers Pipe Layer (Lead) $62.49 15J 11P 8Y View King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View King Laborers Pipe Pot Tender $60.15 15J lip 8Y View King Laborers Pipe Reliner $60.15 15J lip 8Y View King Laborers Pipe Wrapper $60.15 15J lip 8Y View King Laborers Pot Tender $59.07 15J lip 8Y View King Laborers Powderman $60.90 15J lip 8Y View King Laborers Powderman's Helper $59.07 15J lip 8Y View King Laborers Power Jacks $60.15 15J lip 8Y View King Laborers Railroad Spike Puller - Power $60.15 15J 11P 8Y View King Laborers Raker -Asphalt $62.49 15J lip 8Y View King Laborers Re-timberman $60.90 15J lip 8Y View King Laborers Remote Equipment Operator $60.15 15J lip 8Y View King Laborers Rigger/Signal Person $60.15 15J lip 8Y View King Laborers Rip Rap Person $59.07 15J lip 8Y View King Laborers Rivet Buster $60.15 15J lip 8Y View King Laborers Rodder $60.15 15J lip 8Y View King Laborers Scaffold Erector $59.07 15J lip 8Y View King Laborers Scale Person $59.07 15J lip 8Y View King Laborers Sloper (Over 20") $60.15 15J lip 8Y View King Laborers Sloper Sprayer $59.07 15J lip 8Y View King Laborers Spreader (Concrete) $60.15 15J lip 8Y View King Laborers Stake Hopper $59.07 15J lip 8Y View King Laborers Stock Piler $59.07 15J lip 8Y View King Laborers Swinging Stage/Boatswain $50.07 15J 11P 8Y View Chair King Laborers Tamper Et Similar Electric, Air $60.15 15J 11P 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $60.15 15J lip 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $60.15 15J lip 8Y View Shorer 8t Cribber) King Laborers Toolroom Person (at Jobsite) $59.07 15J lip 8Y View King Laborers Topper $59.07 15J lip 8Y View King Laborers Track Laborer $59.07 15J lip 8Y View about:blank 6/18 12/22/23, 11:05AM about:blank King Laborers Track Liner (Power) $60.15 15J lip 8Y View King Laborers Traffic Control Laborer $53.54 15J lip 9C View King Laborers Traffic Control Supervisor $56.73 15J lip 9C View King Laborers Truck Spotter $59.07 15J lip 8Y View King Laborers Tugger Operator $60.15 15J lip 8Y View King Laborers Tunnel Work-Compressed Air $175.79 15J lip 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $180.82 15J lip 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $184.50 15J 11 P 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $190.20 15J lip 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $192.32 15J 11P 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $197.42 15J lip 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J 11P 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $201.32 15J lip 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $203.32 15J lip 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $62.59 15J lip 8Y View Tender King Laborers Tunnel Work-Miner $62.59 15J lip 8Y View King Laborers Vibrator $60.15 15J lip 8Y View King Laborers Vinyl Seamer $59.07 15J lip 8Y View King Laborers Watchman $45.51 15J lip 8Y View King Laborers Welder $60.15 15J lip 8Y View King Laborers Well Point Laborer $60.15 15J lip 8Y View King Laborers Window Washer/Cleaner $45.51 15J lip 8Y View King Laborers - Underground Sewer General Laborer Et Topman $59.07 15J lip 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $60.15 15J lip 8Y View Et Water King Landscape Construction Landscape $45.51 15J lip 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $82.25 15J 11 G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $74.96 15J 4C View King Marble Setters Journey Level $69.07 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 11 E View King Millwright Journey Level $76.51 15J 4C View King Modular Buildings Cabinet Assembly $16.28 1 View King Modular Buildings Electrician $16.28 1 View about:blank 7/18 12/22/23, 11:05AM about:blank King Modular Buildings Equipment Maintenance $16.28 1 View King Modular Buildings Plumber $16.28 1 View King Modular Buildings Production Worker $16.28 1 View King Modular Buildings Tool Maintenance $16.28 1 View King Modular Buildings Utility Person $16.28 1 View King Modular Buildings Welder $16.28 1 View King Painters Journey Level $51.71 6Z 11 J View King Pile Driver Crew Tender $80.82 15J 4C View King Pile Driver Journey Level $75.41 15J 4C View King Plasterers Journey Level $70.91 7Q 1 R View King Plasterers Nozzleman $74.91 7Q 1 R View King Playground Et Park Equipment Journey Level $16.28 1 View Installers King Plumbers Et Pipefitters Journey Level $100.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11G 8X View Equipment King Power Equipment Operators Brooms $78.65 15J 11G 8X View King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View King Power Equipment Operators Cableways $83.62 15J 11G 8X View King Power Equipment Operators Chipper $82.88 15J 11G 8X View King Power Equipment Operators Compressor $78.65 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $82.25 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $86.48 7A 11 H 8X View over King Power Equipment Operators Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $84.77 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $83.20 7A 11 H 8X View tons with attachments about:blank 8/18 12/22/23, 11:05AM about:blank King Power Equipment Operators Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $86.48 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $83.95 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $85.66 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $82.56 7A 11 H 8X View attachments, a-frame over 10 tons King Power Equipment Operators Crusher $82.88 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $82.88 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $82.25 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: $78.65 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 151 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $83.62 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $82.88 15J 11G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $82.56 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $85.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Not Including 8 Yards about:blank 9/18 12/22/23, 11:05AM about:blank King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $84.46 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View Distribution 8t Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $83.20 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $84.77 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View King Power Equipment Operators Power Plant $78.65 15J 11G 8X View King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $83.62 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $82.56 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $83.62 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete &t Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View Yards And Over about:blank 10/18 12/22/23, 11:05AM about:blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $85.66 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $84.77 7A 11H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $83.62 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $82.56 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $78.65 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View Underground Sewer 8t Water King Power Equipment Operators- Bobcat $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View about:blank 11/18 12/22/23, 11:05AM about:blank Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 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 $83.20 7A 11 H 8X View 1 Underground Sewer Et Water tons with attachments I King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 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 $86.48 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 $83.95 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 $85.66 7A 11 H 8X View Underground Sewer 8t Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View I Underground Sewer Et Water attachments, a-frame over 10 ltons King Power Equipment Operators- Crusher $82.88 15J 11G 8X View L_ Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer 8t Water (power) about:blank 12/18 12/22/23, 11:05AM about:blank King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $84.46 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $83.62 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11G 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $82.88 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $82.88 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Material Transfer Device $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) about:blank 13/18 12/22/23, 11:05AM about:blank King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield ' King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View Underground Sewer 8t Water through 99 tons King Power Equipment Operators- Pavement Breaker $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $78.65 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Pumps - Water $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11G 8X View Underground Sewer 8t Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $83.62 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $82.25 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View Underground Sewer Et Water 45 Yards about:blank 14/18 12/22/23, 11:05AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $83.62 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $85.66 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $84.77 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $83.62 15J 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $78.65 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Yo Yo Pay Dozer $82.88 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 12/22/23, 11:05AM 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 $93.51 6Z 1G View Mechanics King Residential Brick Mason Journey Level $69.07 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 $74.96 15J 4C View King Residential Drywall 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 $100.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $93.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $96.42 7F 1 E View Workers King Residential Soft Floor Lavers Journey Level $57.11 5A 3J View King Residential Sprinkler Fitters Journey Level $58.26 5C 2R View ,(Fire Protection), King Residential Stone Masons Journey Level $69.07 7E 1 N View King Residential Terrazzo Workers Journey Level $62.36 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 $61.95 5A 3H View King Roofers Using Irritable Bituminous $64.95 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $96.42 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Carpenter $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Crane $41.83 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Heat $ Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Machinist $51.85 7X 4J View about:blank 16/18 12/22/23, 11:05 AM about:blank King Shipbuilding Et Ship Repair New Construction Operating $41.83 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $51.95 7X 4J View King Shipbuilding Et Ship Repair New Construction Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Sheet Metal $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Shipwright $51.85 7X 4.1 View King Shipbuilding Et Ship Repair New Construction $41.83 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $51.85 7X 4J View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $51.85 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 $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Machinist $51.85 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 $51.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers 8t Installers Journey Level $58.04 0 1 View .(Electrical), King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 View Electrical). King Soft Floor Lavers Journey Level $66.32 15J 4C View King Solar Controls For Windows Journey Level $16.28 1 View King Sprinkler Fitters (Fire Journey Level $93.99 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $16.28 1 View Structural), King Stone Masons Journey Level $69.07 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $82.56 7A 11 H 8X View Surveyor King Surveyors Chainman $78.95 7A 11 H 8X View King Surveyors Construction Site Surveyor $83.95 7A 11 H 8X View King Surveyors Drone Operator (when used in $78.95 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $78.95 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $63.38 7E 1 E View about:blank 17/18 12/22/23, 11:05 AM about:blank King Telephone Line Construction - Cable Splicer $40.11 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.67 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $33.49 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.90 5A 2B View Outside King Terrazzo Workers Journey Level $62.36 7E 1 N View King Tile Setters Journey Level $62.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $53.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $89.54 15L 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View King Truck Drivers Dump Truck $74.02 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $74.95 15J 11M 8L View King Truck Drivers Other Trucks $74.95 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $74.95 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 $16.28 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 Benefit Code Key—Effective 8/31/2023 thru 3/1/2024 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. 1. 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 8/31/2023 thru 3/1/2024 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 atone and one-half times the hourly rate of wage. All hours worked in excess often (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 8/31/2023 thru 3/1/2024 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. 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 8/31/2023 thru 3/1/2024 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 maybe 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'/2)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 8/31/2023 thru 3/1/2024 Overtime Codes Continued 4. J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 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. 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 days 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). 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. 5of15 Benefit Code Key—Effective 8/31/2023 thru 3/1/2024 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 '/2)the straight time rate. hi 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 8/31/2023 thru 3/1/2024 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 8/31/2023 thru 3/1/2024 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 anytime worked on Saturday over 10 hours. O. All work performed on Saturdays, Sundays,and Holidays shall be paid at one and one half(1-1/2)times the straight time rate of pay. 8of15 Benefit Code Key—Effective 8/31/2023 thru 3/1/2024 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). L 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 8/31/2023 thru 3/1/2024 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 8/31/2023 thru 3/1/2024 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 8/31/2023 thru 3/1/2024 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,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the Friday and Saturday after Thanksgiving Day, and Christmas Day(9). 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. 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, Independence Day, Labor Day, Veteran's 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. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. M. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day(9). 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. N. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 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. 12 of 15 Benefit Code Key—Effective 8/31/2023 thru 3/1/2024 Note Codes Continued 8. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked.Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do "pioneer" work(break open a cut,build road, etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. V. hi 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 22l'- $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. 13 of 15 Benefit Code Key—Effective 8/31/2023 thru 3/1/2024 Note Codes Continued 8. 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.) 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. 14 of 15 Benefit Code Key—Effective 8/31/2023 thru 3/1/2024 Note Codes Continued 9. 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. H. One(1)person crew shall consist of a Party Chief.(Total Station or similar one(1)person survey system). Two (2) person survey party shall consist of a least a Party Chief and a Chain Person.Three(3)person survey party shall consist of at least a Party Chief,an Instrument Person,and a Chain Person. 15 of 15