Loading...
HomeMy WebLinkAboutCAG2024-154 - Original - Specialized Pavement Markings - 2024 Paint Line Striping and RPM Replacement - 03/25/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KEN T This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Karin Bayes for Joe Araucto Public Works Date Sent: Date Required: c 03/18/2024 3/25/2024 Q Mayor or Designee to Sign. Date of Council Approval: !Z Q Interlocal Agreement Uploaded to Website 3/5/2024 Budget Account Number: Grant? Yes NoF71 11115530.7498 Budget? Yes F—]No Type: N/A Vendor Name: AM Category: Specialized Pavement Markings Contract Vendor Number: Sub-Category: Original 0 Project Name: 2024 Paint Line Striping and RPM Replacement OProject Details: The project consists of installing paint striping over existing lane markings, = painting existing traffic curbing, and installing replacement raised pavement markings throughout the city. C Basis for Selection of Contractor: Agreement $449,075 Bid E *Memo to Mayor must be attached i Start Date: 10 days after notice to proceed Termination Date: within 40 working days from start is Q Local Business? Yes F—]No* If meets requirements per KCC 3.70.100,please complete'Vendor Purchase-Local Exceptions"form on Cityspace. Business License Verification: ❑YesEl In-Process ElExempt(KCC 5.01.045) ElAuthorized Signer Verified Notice required prior to disclosure? Contract Number: F—]YesF—]No CAG2024-154 Comments: 3 ra G1 C C � Im *, 0 1 GJ Date Received:City Attorney: 3/18/24 Date Routed:Mayor's Office 3/25/24 City Clerk's Office ad«W22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 .40 1 KENT DATE: March 5, 2024 TO: Kent City Council SUBJECT: Paint Line Striping and Raised Pavement Marking Replacement Project Bid - Award MOTION: I move to award the 2024 Paint Line Striping and Raised Pavement Marking Replacement Project to Specialized Pavement Marking, LLC. in the amount of $449,075 and authorize the Mayor to sign all necessary documents, subject to final terms acceptable to the City Attorney and Public Works Director. SUMMARY: The project consists of installing paint striping over existing lane markings, painting existing traffic curbing, and installing replacement raised pavement markings throughout the City. The bid opening for the 2024 Paint Line Striping and Raised Pavement Markings Replacement Project was held on February 27, 2024, with two bids received. The lowest responsible and responsive bid was submitted by Specialized Pavement Marking, LLC in the amount of $449,075. Bid Tab Summary 01. Specialized Pavement Marking, LLC $449,075 02. Stripe Rite, Inc. $495,614 Engineer's Estimate $384 025 BUDGET IMPACT: No unbudgeted impacts. Project costs are paid for out of the Street Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolvina Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. 2024 Paint Line Striping & RPM Replacement Bid Tab (PDF) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2024 Paint Line Striping and RPM Replacement Project Number: 24-3011 . 1 BIDS ACCEPTED UNTIL February 27, 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 • KENT WA S H I N 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 Appendices Section 7 Traffic Control Plans Section 8 Prevailing Wage Rates BIDDER'S NAME Specialized Pavement Marking, LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2024 Paint Line Striping and RPM Replacement Project Number: 24-3011 . 1 BIDS ACCEPTED UNTIL February 27, 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 • KENT W A S 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 February 27, 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 Paint Line Striping and RPM Replacement Project Number: 24-3011.1 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 installing paint striping over existing lane markings, painting existing traffic curbing, and installing replacement raised pavement markings on various City of Kent Streets, all in accordance with Kent Special Provisions, and the WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $371,000 to $415,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Karin Bayes at 253-856-5657. For technical questions, please call Joseph Araucto at 253-856-5664. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032- 5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at https://www.kentwa.gov/pay-and-apply/­`bids-procurement-rfps. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the 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 invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 12t" day of February 2024. BY: "Xb Kimberle . Komoto, City Clerk Published: Daily Journal of Commerce on, February 13 and 20, 2024 Washington State Office of Minority and Women's Business Enterprise on February 13, 2024 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 2/23/2024 This statement relates to a proposed contract with the City of Kent named 2024 Paint Line Striping and RPM Replacement Project Number: 24-3011.1 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. Mark Price NAME OF BIDDER BY; President SIGNATURE/TITLE Specialized Pavement Marking, LLC 11095 SW Industrial Way Tualatin, OR 97062 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2024 Paint Line Striping &RPM Replacement/Araucto 1 February 8, 2024 Project Number: 24-3011.1 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. 2024 Paint Line Striping &RPM Replacement/Araucto 2 February 8, 2024 Project Number: 24-3011.1 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: 2024 Paint Line Striping &RPM Replacement/Araucto 3 February 8, 2024 Project Number: 24-3011.1 a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); 2024 Paint Line Striping &RPM Replace ment/Araucto 4 February 8, 2024 Project Number: 24-3011.1 viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: For: Specialized Pavement Marking, LLC Title: President Date: 2/23/2024 2024 Paint Line Striping &RPM Replacement/Araucto 5 February 8, 2024 Project Number: 24-3011.1 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. 2024 Paint Line Striping & RPM Replacement/Araucto 6 February 8, 2024 Project Number: 24-3011.1 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Specialized Pavement Marking, LLC has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2024 Paint Line Striping and RPM Replacement/Project Number: 24-3011.1 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAM PLE 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. 2024 Paint Line Striping &RPM Replacement/Araucto 7 February 8, 2024 Project Number: 24-3011.1 ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $fq'050.00 $ 14,a50.00 WSDOT LUMP SUM Per LS 1005 8-22.5 370,000 Painted Double Solid Line $ ,y) $ 77) 700.60 KSP LN FT Per LF 1010 8-22.5 580,000 Painted Single Solid Line $ ,la $ 6q G00,00 KSP LN FT Per LF 1015 8-22.5 160,000 Painted Skip Lane Line $ , 10 $ Ito,d00.00 KSP LN FT Per LF 1020 8-22.5 5,000 Painted Dotted Line $ ,9b $ ]low- 60 KSP LN FT Per LF 1025 8-22.5 130,000 Painted TWLTL Line $ ,IS $ It500. 00 KSP LN FT Per LF 1030 8-22.5 35,000 Painted Wide Lane Line $ , a5 $ 3, 75,C).00 WSDOT LN FT Per LF 1035 8-22.5 100,000 Painted Bike Lane Line $ $ a5,U00. 00 KSP LN FT Per LF 1040 8-22.5 12,500 Painting Traffic Curb $ 3•D0 $ 37tSO& 00 KSP LN FT Per LF 1045 8-09.5 90 Raised Pavement Marker $ 450,00 $ 401500. 00 WSDOT HUNDRED Type 1 Per HUND 2024 Paint Line Striping &RPM Replacement/Araucto 8 February 8, 2024 Project Number: 24-3011.1 ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1050 8-09.5 75 Raised Pavement Marker $ 715,00 $ 531115•00 WSDOT HUNDRED Type 2 Per HUND 1055 1-10.4(1) 1 Project Temporary Traffic $ T5 000.00 $ 7K,0U0,O0 KSP LUMP SUM Control Per LS 1060 1-07.15(1) 1 SPCC Plan $ 1,150.00 $ 1 50•v0 WSDOT LUMP SUM Per LS 1065 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders Total $ 4149 o75'- OCR 2024 Paint Line striping &RPM Replacement/Araucto 9 February 8, 2024 Project Number: 24-3011.1 SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: Specialized Pavement Marking, LLC Project Name: 2024 Paint Line Striping and RPM Replacement Project Number: 24-3011.1 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or 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. N/A Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: 2/23/2024 Signature of Bidder Date 2024 Paint Line Striping &RPM Replacement/Araucto 10 February 8, 2024 Project Number: 24-3011.1 SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: Specialized Pavement Marking, LLC Project Name: 2024 Paint Line Striping and RPM Replacement Project Number: 24-3011.1 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract will subcontract for performance of the work of 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 subcon22-3011.1tractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. N/A Structural Steel Installation Subcontractor Name: Rebar Installation Subcontractor Name: 2/23/2024 Signature of Bidder Date 2024 Paint Line Striping &RPM Replacement/Araucto 11 February 8, 2024 Project Number: 24-3011.1 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 2024 Paint Line Striping & RPM Replace ment/Araucto 12 February 8, 2024 Project Number: 24-3011.1 If the bidder fails to request a modification within the time allowed or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAYALSO 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: y NAME: Mark Price, President ADDRESS: 11095 SW Industrial Way Tualatin, OR 97062 PRINCIPAL OFFICE: Specialized Pavement Marking, LLC ADDRESS: 11095 SW Industrial Way Tualatin, OR 97062 PHONE: 503-885-0420 FAX: 503-582-8629 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria I 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 2024 Paint Line Striping &RPM Replacement/Araucto 13 February 8, 2024 Project Number: 24-3011.1 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 S� .�\ � ,,r,��-1-5 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 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): 2024 Paint Line Striping &RPM Replace ment/Araucto 14 February 8, 2024 Project Number: 24-3011.1 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 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. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 2024 Paint Line Striping & RPM Replacement/Araucto 15 February 8, 2024 Project Number: 24-3011.1 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 S u rety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 2024 Paint Line Striping &RPM Replacement/Araucto 16 February 8, 2024 Project Number: 24-3011.1 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 23rd day of February , 2024. Name of Organization: Specialized Pavement Marking, LLC By: Title: President 7.2 Mark Price , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and svyorn before me this 23rd day of February , 2024. Notary Public: My Commission Expires: OFFICIAL STAMP CANDICE DAWN TAVERNIER NOTARY PUBLIC-OREGON COMMISSION NO.1012457 MY COMMISSION EXPIRES MAY 31,2025 2024 Paint Line Striping &RPM Replacement/Araucto 17 February 8, 2024 Project Number: 24-3011.1 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 (February 27, 2024), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Specialized Pavement Marking, LLC Bidder's Business Name Signature of Authorized Official* Mark Price Printed Name President Title 2/23/2024 Tualatin Oregon 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. 2024 Paint Line Striping &RPM Replacement/Araucto 18 February 8, 2024 Project Number: 24-3011.1 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (February 27, 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. Specialized Pavement Marking, LLC Bidder's Business Name Signature of Authorized Official* Mark Price Printed Name President Title 2/23/2024 Tualatin Oregon 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. 2024 Paint Line Striping &RPM Replacement/Araucto 19 February 8, 2024 Project Number: 24-3011.1 PROPOSAL SIGNATURE PAGE The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued for the installation of raised pavement markers and the paint line striping of Group A Streets on the day of the preconstruction meeting. The City anticipates issuance of a separate Notice to Proceed for the performance of the remaining work on July 8, 2024. The undersigned bidder, if awarded to him/her, hereby proposes and agrees to start construction work on the Contract to complete all paint line striping on Group A Streets on or before ten (10) working days from the date of the Limited Notice to Proceed. Liquidated Damages may be assessed if the work is not completed within ten (10) working days. RPM installation may be completed by the end of the full Notice to Proceed time period. The Contractor also proposes and agrees to complete the Contract within forty (40) working days after issuance of the City's final Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 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: 2/23/2024 Specialized Pavement Marking, LLC NAME OF BIDDER l> Signature of Authorized Representative Mark Price, President (Print Name and Title) 11095 SW Industrial Way Address Tualatin, OR 97062 2024 Paint Line Striping &RPM Replacement/Araucto 20 February 8, 2024 Project Number: 24-3011.1 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Specialized Pavement Marking, LLC , as Principal, and Arch Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent of Total Amount Bid(5%TAB) 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 Paint Line Striping and RPM Replacement/ Project Number: 24-3011.1 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 27th DAY OF February 2024. By: _ PRINCIPAL By. — S ETY Aaron P. Clark,Attorney-in-Fact 20 Received return of deposit in the sum of $ 2024 Paint Line Striping &RPM Replacement/Araucto 21 February 8, 2024 Project Number: 24-3011.1 00480 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 staled 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: Aaron P.Clark,Craig C.Payne,Daisy Greathouse,Erica Kneitz,Florence McClellan,Kala Lee,Laura Kneitz,Nick Patetta,Rachel Richardson,Robert F. Bobo,Tami Jones,Teresa D.Kelly and Timothy F.Kelly of Houston,TX(EACH) 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($150.000,000.001. 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 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 ofthe 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 ofattorney 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 151h day of September,2023. Attested and Certified �G Arch Insurance Company ��+ ltiTt Regan .Shulman,Secretary * Stephen C.Ruschak,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Mtsfaiti 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. CUrgnsplWiyellhol Penn~.ppMrspi � �L� f AOMEU TAIk00f,MbryIWbft rJl+� iNeiladmpbraomnty Mich e gubl podi,Notar ublic CERTIFICATION fommWon tomb"1 t6Q622 AVCcreMWwExpkesAAy31,2MS My commission expires /2025 I,Regan A.Shulman,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated September 15,2023 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. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this?,,hhf day of_February 2024 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. ce PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Q Arch Insurance—Surety Division 3 Parkway,Suite 1500 QpRtE7PAU � Philadelphia,PA 19102 SILL 1971 M�Sfbilf� To verify the authenticity of this Power of Attorney,please contact Arch Insurance Company at SuretyAuthentic are insuranee.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. 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 Paint Line Striping and RPM Replacement Project Number: 24-3011.1 NAME OF PROJECT Specialized Pavement Marking, LLC NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 2024 Paint Line Striping &RPM Replacement/Araucto 22 February 8, 2024 Project Number: 24-3011.1 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: (Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:FInsert Name of Original Contract & Project applicablel ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section 1 of the Contract is hereby modified to revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section 1 of the Contract are also modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2024 Paint Line Striping &RPM Replacement/Araucto 23 February 8, 2024 Project Number: 24-3011.1 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) 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 2024 Paint Line Striping &RPM Replacement/Araucto 24 February 8, 2024 Project Number: 24-3011.1 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration - City of Kent Non-Discrimination Policy...........................❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Subcontractor List (contracts over $1M — HVAC, Plumbing, & Electrical)............❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1M — Structural Steel & Rebar Installation)—D Subcontractorslisted properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand notarized ..............................................................❑ Statement that Bidder Has Not Been Disqualified ................................❑ Certification of Compliance with Wage Payment Statutes....................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated........................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2024 Paint Line Striping &RPM Replace ment/Araucto 25 February 8, 2024 Project Number: 24-3011.1 11/6/23,8:02AM SPECIALIZED PAVEMENT MRKG LLC wuY�mf�I,D,pvlmnld Labor&Industries.(hitps://Ini.wa.goLv/) Contractors SPECIALIZED PAVEMENT MRKG LLC I i Owner or tradesperson 11096 SW INDUSTRIAL WAY ..........�. ...................... SUITE A Principals TUALATIN,OR 97062 PRICE,MARKALLAN,PARTNER/MEMBER 603.866.0420 EVERTON,ROBERT K,PARTNER/MEMBER Doing business as SPECIALIZED PAVEMENT MRKG LLC I . . WA UBI No. Business type I 602 001 003 Limited Liability Company i Governing persons MARK A PRICE HOWARD DAHILL; License j Verify the contractor's active registration/license J certification(depending on trade)and any past violations. �I Construction Contractor Active Meets current requirements. License specialties I GENERAL License no. SPECIPM781 B9 Effective—expiration 11119/2021-11/1912026 _Bond �I Swiss RE Corporate Solutions America $12,000.00 Insurance Corporation Bond account no. 2307260 4 Received by L&I Effective date 11/19/2021 09/2812021 Expiration date Until Canceled i Insurance Travelers Indemnity Company Th $2,000,000.00 Policy no. VTC2KCO3K9907061ND23 Received by L&1 Effective date 01/04/2023 01/01/2023 Expiration dale i 0110112024 Insurance history Savings, � W s"a'vings accounts during the previous 6 year period. Lawsuits,against the bond or savin s No iaw`§utts against`tfi'e'bori'd�-or savings accounts during the previous 6 year period. L&I Tax debts https://secure.ini.wa.gov/verify/Detall.aspx?UBI=602001003&LIC=SPECIPM781 B9&SAW= 1/2 11mo3 o:0oAw SPECIALIZED PAVEMENT wnxG LLc No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations -----_'_—_-during the previous_ year_—period. Certifications & Endorsements OMWBE Certifications this_business. "prentice Training Agent i5eck their eligible programs and occupations. Do you know If the business has um»wveeu If so,verity the business mup-to-date on w^momumn»premiums. Doing business as L&I Account ID Account Is current. SPECIALIZED PAVEMENT MARKING Estimated workers reported L&I account contact .~...~~......,.~.---.''_Email:._--'.,—w—~— | Public Works Requirements Verify the contractor~eligible~perform work~'public�works~projects. i � .Y . Contractor Strikes m"mnwvoionien Issued against this contractor. � Contractors not allowed to bid against this contractor.Workplace Safety& Health i ! Check for any past safety and health violations found on | jobsxes this business was responsible for.Inspection results date Violations / 08/06/2021 Inspection no. 317964101 Location Seattle,WA 98103 Inspection results date / "°""" . / \ Inspection no. | Location-317962291 — | —102--St—' Auburn,WA 98001 � | � � https://secure.Ini.wa.gov/verify/Detall.aspx?U B 1=602001003&LIC=SPEC I PM 781 B9&SAVV= 2/2 -. r:m -• -: ._ ,;. ra.� , his�_ 1 -- 3.: `n,- -an ... -1 �' 5IATE OF Issue Date: Dec 08, 2023 } WASHINGTON Unified Business ID#: 602001003 V Limited Liability Company Business ID#: 001 `7 Location: 0001 SPECIALIZED PAVEMENT MARKING, LLC Expires: Feb 28, 2025 >. 11095 SW INDUSTRIAL WAY STE A TUALATIN OR 97062-9685 / UNEMPLOYMENT INSURANCE-ACTIVE INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION-ACTIVE a. r, f) CITY/COUNTY ENDORSEMENTS: " ,4i FIFE GENERAL BUSINESS-NON-RESIDENT-ACTIVE % KELSO GENERAL BUSINESS- NON-RESIDENT#B010369-ACTIVE }I fa f MOUNT VERNON GENERAL BUSINESS- NON-RESIDENT-ACTIVE BATTLE GROUND GENERAL BUSINESS-NON-RESIDENT-ACTIVE ELLENSBURG GENERAL BUSINESS - NON-RESIDENT(EXPIRES 6/30/2024)-ACTIVE i MUKILTEO GENERAL BUSINESS- NON-RESIDENT-ACTIVE i PUYALLUP GENERAL BUSINESS -NON-RESIDENT-ACTIVE Ft LAKEWOOD GENERAL BUSINESS-NON-RESIDENT-ACTIVE BAINBRIDGE ISLAND GENERAL BUSINESS-NON-RESIDENT-ACTIVE Y t y> CHEHALIS GENERAL BUSINESS- NON-RESIDENT-ACTIVE YELM GENERAL BUSINESS- NON-RESIDENT#13183-ACTIVE I� t SHELTON GENERAL BUSINESS-NON-RESIDENT#0079270-ACTIVE a RIDGEFIELD GENERAL BUSINESS -NON-RESIDENT-ACTIVE )i BELLINGHAM GENERAL BUSINESS#071614-ACTIVE 1' BONNEY LAKE GENERAL BUSINESS-NON-RESIDENT-ACTIVE S. .A i S;. This document lists the registrations,endorsements, and licenses authorized foe the bUSirieSS y7 � named above.By accepting ibis docutrient,the licensee certifieS the infomtation on the application § a? was complete,true,and accurate to the best of his oi•her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations Director Re artmenV of Revenue •7 Ch i y'� aTATE oil WASHINGnTON UBI: 602001003 001 0001 Expires: Feb 28, 2025 SPECIALIZED PAVEMENT " UNEMPLOYMENT INSURANCE- MARKING,LLC ACTIVE 11095 SW INDUSTRIAL WAY STE A INDUSTRIAL INSURANCE-ACTIVE TUALATIN OR 97062-9685 TAX REGISTRATION-ACTIVE FIFE GENERAL BUSINESS- NON-RESIDENT-ACTIVE KELSO GENERAL BUSINESS- NON-RESIDENT#6010369-ACTIVE MOUNT VERNON GENERAL I BUSINESS-NON-RESIDENT- ACTIVE BATTLE GROUND GENERAL BUSI ELLEN NESS-NON-RESIDENT- ACTIVE ' ELLENSBURG GENERAL BUSINESS-' i ow mmmakh" -Nk anwom 41 Oregon Office: Washington Office: 11095 SW Industrial Way 175 Roy Rd SW, Bldg C Tualatin,OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph:253.299.1200 Fax:503.582.8629 Fax:253.299.1250 SPECIALIZED PAVEMENT MARKING February 26, 2024 City of Kent 220 01 Ave S Kent,WA 98032-5895 RE: Statutory Requirements 1.5& 1.6—Signed Statement To Whom It May Concern: Specialized Pavement Marking, LLC has not in the past three (3)years been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Specialized Pavement Marking, LLC has not in the past three (3) year period immediately preceding the bid solicitation dated been a willful violator as defined in RCW 49.48.082, of any provisions of Chapters 49.46, 49.48 or 49.52 RCW as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgement entered by a court of limited or general jurisdiction. Sincerely, Mark Price President i I i i ow OMM0111111111h, -ok Oregon Office: Washington Office: 11095 SW Industrial Way 175 Roy Rd SW, Bldg C Tualatin,OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph:253.299.1200 Fax:503.582.8629 Fax:253.299.1250 SPECIALIZED PAVEMENT MARKING 2024 Paint Line Striping& RPM Replacement CITY OF KENT-PROJECT#24-3011.1 2.1 Specialized Pavement Marking, LLC. has been in business as a Contractor Since 1995. 2.2 Specialized Pavement Marking, LLC. has been under its present business name since 2021. 2.2.1 Former Business Name: Specialized Pavement Marking, Inc 2.3 N/A 2.4 N/A 2.5 N/A 2.6 Limited Liability Company(LLC)/Mark Price, President 3.1 Specialized Pavement Marking, LLC is legally qualified to do business as a Specialty Contractor in the scope of installation of traffic pavement markings. We are licensed in the states of:Washington-SPECIPM78189, Oregon- 238621,California-854894, Hawaii-C-38253-0, Idaho-PWC-C-14511-AAA-2 and Alaska-187979. 3.2 Our trade name is filed in all of the above referenced jurisdictions. 4. Experience: 4.1 Categories of Work: Pavement Marking/Striping and associated tasks, Stripe Removal, Rumble Strips, Curbing,and Traffic Control. I 4.2.1 Ever failed to complete any work awarded to it? No. 4.2.2 Any Judgments,claims, arbitration proceedings or suits pending or outstanding? No. 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No. 4.3 Within the last five years has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? No. 4.4 See Attached Sheet. 4.5 See Attached Sheet. i 4.6 See Attached Sheet. ow ONW011111h, -Nk awwom Oregon Office: Washington Office: 11095 SW Industrial Way 175 Roy Rd SW, Bldg C Tualatin,OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph:253.299.1200 Fax:503.582.8629 Fax:253.299.1250 SPECIALIZED PAVEMENT MARKING 4.7 See Attached Sheet. 5 References: 5.1 See Attached Sheet 5.2 See Attached Sheet 5.3.1 Name of Surety: Berkley Insurance Company 5.3.2 Name/Address of Agent: Lockton Companies,Aaron Clark—3657 Briarpark Dr,Suite 700, Houston,TX 77042 6 Financing 6.1—6.2 Will be provided after bid opening upon request. 2 2.3 Mark Price, President Date 4.4 Major Projects-Current SPM# Complete Date(Est) Project Contract Amount Owner %Complete 24604- 3/31/2024 1-5 PORTLAND AVE TO PORT OF TACOMA RD SB HOV 1,655,590 Atkinson Construction 98% 24750- 7/31/2024 SR 520 MONTLAKE TO LK WASHINGTON INTERCHANGE BRIDGES 1,208,150 Graham Contracting Ltd 601/0 24818- 10/31/2024 WATERFRONT SEATTLE ALASKAN WAY SDOT 636,496 Gary Merlin Const Co Inc 77% 24891- 12/3112D24 L-200-Northgate Station to NE 200th St Bid Package#25 726,794 Jansen Inc. 32% 25264- 12/1/2025 SR 509-1-5 TO 24TH AVENUE SO NEW EXPRESSWAY WSDOT 9424 2,633,462 Atkinson Construction 40% 25363- 9/30/2024 MADISON STREET BUS RAPID TRANSIT SDOT PW#201-069 1,417,462 Jansen Inc. 16% 25598- 4/30/2024 HIGHWAY 99 GATEWAY REVITALIZATION PHASE 2-EDMONDS#E20CEj 646,762 Westwater Construction Company 95% 27062- 12/31/2026 SR167,1-5 TP SR509-NEW EXPRESSWAY DB#9540 1,303,176 GUY F.ATKINSON CONSTRUCTION 26% 27064- 10/31/2025 FEDERAL WAY LINK EXTENSION(FWLE)DB#RTA/CN 0009-17 1,510,418 Kiewit Infrastructure West Co. 28% 27162- 10/31/2024 Pike&Pine Streetscape&Bike Improv.PW#2021-059 738,810 Gary Merlino Const Co Inc 26% 27211- 10/31/2024 2023 Airfield Projects Contract 1 710,000 Scarsella Brothers,Inc. 71% 27262- 12/31/2025 1-90,SR 161,SR 202,&SR 203-FISH PASSAGES 589,419 GUY F.ATKINSON CONSTRUCTION 17% 27276- 9/30/2025 2023 Jefferson County Road Stripe(Multi-year) 616,120 Jefferson County Public Works 28% 27311- 10/3112025 Grays Harbor County-Remove Fish Barriers 1,632,430 Ceccanti,Inc. 15% 27340- 3/31/2024 2023 Annual Striping Project 756,999 City of Kirkland,WA 97% 27389- 4/30/2024 Lane Departure reduction,Intersection Awareness,Signing.. 612,640 Colacurcio Bros Construction 971A 27416- 12/31/2025 Kisap County Fish Passage-Remove Fish Barriers 576,464 Ceccanti,Inc. 140/6 26053- 12/31/2025 1-405 RENTON-BELLEVUE WID#9242 4,995,828 FLATIRON WEST-THE LANE CORP JV 321/6 26139- 7/31/2024 DOWNTOWN REDMOND LINK EXT-R200 578,311 STACY AND WITBECK/KUNEY JV 54% 26171- 3/31/2024 RAPIDRIDE H LINE RAPID TRANSIT 613,679 Walsh Construction Company II,LLC 93% —SPM has numerous contracts in various stages of completion with various public work enitities.— 4.4.1 Total worth of work in progress and under contract=Approx.$56 Million 4-5 Major Projects-Completed Year Completed Project Contract Amount Owner %Complete 23773- 2023 Seattle-Traffic Channelization Services-renewed as 27222 1,175,903 City of Seattle 100% 24120- 2023 E360 SR520 to Overlake Transit Center-Sound Transit 562,710 Kiewit-Hoffman/East Link Constructors 100% 24219- 2023 1-5 NB MLK Jr Way to NE Ravenna Br DB 923,536 Atkinson Construction 100% 24519- 2023 1-5 Steilacoom-Dupont Rd to Thorne Ln-Corridor Improvements 1,807,347 Atkinson Construction 100% 24782- 2024 1-90 EASTGATE TO SR 900 WSDOT#9429 1,027,748 Atkinson Construction 100% 24941- 2023 SR 522-FR 1-5 TO 61ST AVE NE PAVING WSDOT#9501 481,603 Tian Earthwork 100% 25420- 2023 WEST SEATTLE BRIDGE REHABILITATION PW#2021-007AC 890,371 Kraemer North America,LLC 100% 27017- 2023 SR18,SR99,SR516-JENKINS CR&TUKWILA&SR181 VICS#9781 816,495 Tucci&Sons Inc 100% 27042- 2023 US 2 STEVENS PASS FAST#9806 524,180 AMERICAN ROCK PRODUCTS,A CRH CON 100 27098- 2023 2022 ANNUAL STRIPING PROGRAM-JOB NO.38-22-PW(KIRKLAND) 1,002,715 City of Kirkland,WA 100% 27242- 2023 SB JOE LEARY SLOUGH TO NULLE RD VIC CONCRETE REHAB 1,003,695 Acme Concrete Paving 100% 27279- 2023 SE Burley Olalla Rd to SR 303#XE3408 633,840 Miles Resources 100% 27283- 2023 SR 530 MONTAGUE CREEK BRIDGE TO SEEMAN ST VIC 573,309 Granite Construction Company 100% 26137- 2024 E320 SOUTH BELLEVUE 450,968 SHIMMICK/PARSONS JV 100% "SPM has numerous contracts that have been completed in the last several years with various public work entitities.Additional project information can be provided upon request" 4.5.1 Average annual amount of construction work performed during the past five years:$55-60 Million. 44 Oregon Office: Washington Office: 11095 SW Industrial Way 175 Roy Rd SW,Bldg C Tualatin,OR 97062 Pacific,WA 98047 Ph: 503.885.0420 Ph:253.299.1200 Fax:503.582.8629 Fax:253,299.1250 SPECIALIZED PAVEMENT MARKING CREDIT INFORMATION Oregon CCB License: 238621 WA Contractor's License: SPECIPM781139 U B I: 602-001-003 Tax ID: 91-1854057 Business Start Date: 1995 Date of Incorporation: JULY 2021 Principles: Mark Price—President Bob Everton-Secretary Brett Fluegel-Controller Bank References: Northwest Bank 4900 Meadows Road,Suite 410 Lake Oswego,OR 97035 Phone: (971) 610-4767 Fax: (503)906-3938 Account: 1010006748 Contact: Gus Martin Credit References: PPG/Ennis-Flint, Inc. Ennis Paint Division P.O. Box 603518 Charlotte, NC 27410 Phone: (336)477-8398 or(503)569-0332 j Fax: (336)475-2340 Email: iesse.brown@ppg.com Jubitz Corporation P.O. Box 11251 Portland, OR 97211 Phone: (503) 283-1137 Fax: (503)-240-5852 Email: marina.avatyuk@iubitz.com Les Schwab Tire Center 15905 SW Tualatin-Sherwood Hwy Sherwood,OR 97140 Phone: (503) 925-0570 Fax:(503) 625-9332 Updated 04/04/2023 Bond No.US00134633SU24A PAYMENT AND PERFORMANCE BOND • T TO CITY OF KENT KEN KNOW ALL ME\l BY THESE PRESENTS- That we, the undersigned, Specialized Pavement Markin , LLC as Principal, and _XL Special Insurance Company J _ V 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 Four Hu dred Forty Nine Thousan ,Seventy Five 00/100L449,075_00), together with any ad ustments, Up Or down, in the total contract price because of changes in the contract viork, 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, Kirg 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 Paint Line Striping and RPM Replacement/Project Number: 24-3011.1 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or w thin 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. 2024 Paint Une Str131119 & RPM Replacement/Araucto 26 February 8, 202-1 Project Number: M-3011.1 TWO WITNESSES: Specialized Pavement Marking, LLC PRINCIPAL (enter principal's name above) 117 , BY: I __ a"VI TITLE: d�r�S l iflT Print Name DATE: ly' 20Z,4 DATE: CORPORATE SEAL: Josh Wright PRINT NAME DATE:_March"12, 2024 XL Specialty Insurance Company SURETY CORPORATE SEAL: BY: Aaron P. Clark,Attorney-in-Fact DATE: March 12, 2024 TITLE: Attorney-in-Fact ADDRESS: 677 Washington BLVD., 10th Floor, Suite 1000, Stamford, CT 06902 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corparation named as Principal in the within Bond; that hQ�? -64111" Who signed the said bond on behalf of the Principal 1 o' Lt(. of the said Corporation; that I know his signature thereto is genuine, and that said �cfJ Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY SSI AN SECRETARY 2.021 Paint Lille Str(alnq fe RPM Replac€nient/Araur_to 27 February 8, 2021 Project Number: 74.30111 DocuSign Envelope ID:5F54246F-067D-4A1 D-602A-2E8B62CDE425 Power ofAttorney THIS IS NOTABOND NUMBER XL Specialty Insurance Company XL Reinsurance America Inc. LIMITED POWER OF ATTORNEY XL1624765 i KNOW ALL MEN BY THESE PRESENTS: That XL Specialty Insurance Company, a Delaware insurance companies with offices located at 505 Eagleview Blvd., Exton, PA 19341, and XL Reinsurance America Inc., a New York insurance company with offices located at 677 Washington Blvd.,loth Floor,Stamford,CT 06901,do hereby nominate,constitute,and appoint: Timothy F Kelly, Robert F. Bobo, Florence McClellan, Kristin Darling, Aaron P. Clark Rachel Richardson, Teresa D. Kelly, Laura Kneitz each its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed$100,000,000.00. Such bonds and undertakings, when duly executed by the aforesaid Attorney (s) - in - Fact shall be binding upon each said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. The Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of each of the Companies on the 26th day of July 2017. RESOLVED, that Gary Kaplan, Daniel Riordan, Maria Duhart, Gregory Boal and Kevin Mirsch are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co-surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest the execution of any such bonds, undertakings, contracts or obligations in surety or co-surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that Gary Kaplan, Daniel Riordan, Maria Duhart, Gregory Boal and Kevin Mirsch each is hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co-surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney,and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co-surety with others to which it is attached. IN WITNESS WHEREOF, the XL SPECIALTY INSURANCE COMPANY has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this October 6th,2023. XL SPECIALTY INSURANCE COMPANY \N 1\\111111IIIINIIIrllryj, Lu -v E by: ; Yea Gregory Boal,VICE PRESIDENT ouy,nbl I mt STATE OF PENNSYLVANIA A �} Attest: COUNTY OF CHESTER Kevin M.Mirsch, ASSISTANT SECRETARY On this 6th day of October, 2023, before me personally came Gregory Boal to me known, who, being duly sworn, did depose and say: that he is Vice President of XL SPECIALTY INSURANCE COMPANY, described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to the aforesaid instrument is such corporate seals and were affixed thereto by order and authority of the Boards of Directors of said Companies; and that he executed the said instrument by like order. COMMOMeatth of Ponnsyivania•Notary Saat S Grace Freed-Brown.Notary Public Chaster County My commission expires March 5.2026 Commission number 1322812 S.Grace Freed-Brown,NOTARY PUBLIC PonnsyNsn a Assoclat'on of Notaries SB0042 Page 1 of 2 DocuSign Envelope ID:5F54246F-067D-4A1 D-1302A-2E81362CDE425 STATE OF PENNSYLVANIA COUNTY OF CHESTER I, Kevin M. Mirsch, Assistant Secretary of XL SPECIALTY INSURANCE COMPANY, a corporation of the State of Delaware, do hereby certify that the above and forgoing is a full, true and correct copy of a Power of Attorney issued by said Companies, and that I have compared same with the original and that it is a correct transcript therefrom and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation, at the City of Exton, this 12tb day of March,2024. ,,•, SEAT :=c Kevin M.Mirsch, ASSISTANT SECRETARY �� •tea IN WITNESS WHEREOF, XL REINSURANCE AMERICA INC. has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 6th day of October, 2023. ANC£; XL REINSURANCE AMERICA INC. by: Gregory Boal,VICE PRESIDENT Attest: _ _ q 6� ►" Kevin M.Mirsch, ASSISTANT SECRETARY STATE OF PENNSYLVANIA COUNTY OF CHESTER On this 6th day of October, 2023, before me personally came Gregory Boal to me known, who, being duly sworn, did depose and say: that he is Vice President of XL REINSURANCE AMERICA INC., described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Corporation,and that he executed the said instrument by like order. Corrtmonwea th of Pennsytyants-Floury seat S Grace Frood-Brown.Notary Public �! - Chester County My commission expires March 5,2026 S.Grace Freed-Brown,NOTARY PUBLIC Commission number 1322912 Maritptr,P4rnrr"anto MSotiat"of Notarrd6 STATE OF PENNSYLVANIA COUNTY OF CHESTER I, Kevin M. Mirsch, Assistant Secretary of XL REINSURANCE AMERICA INC. a corporation of the State of New York, do hereby certify that the person who executed this Power of Attorney, with the rights, respectively of XL REINSURANCE AMERICA INC., do hereby certify that the above and forgoing is a full, true and correct copy of a Power of Attorney issued by said Corporation, and that I have compared same with the original and that it is a correct transcript therefrom and of the whole original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation, at the City of Exton, ttus L2thday of March, 2024 . {I�11 h f t� Kevin M.Mirsch, ASSISTANT SECRETARY 5� `SEAL a •��,YQt�'.�••r This Power of Attorney may not be used to execute any bond with an inception date after 10/6/2025 SB0042 Page 2 of 2 CONTRACT THIS AGREEMENT is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Specialized Pavement Markinq, LLC_ organized under the laws of the State of Washington , located and doing business at 175 Roy Rd. SW BLDG C, Pacific, WA 98047 ("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: I. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2024 Paint Line Striping and RPM Replacement/Project Number: 24-3011.1 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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 amerdments 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 forty (40) 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. 2. The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued for the installation of raised pavement markers and paint line striping of Group A Streets on the day of the preconstruction meeting. The city anticipates issuance of a separate Notice to Proceed for the performance of the remaining Work on July 8, 2024. The Contractor agrees to complete all paint line striping on Group A Streets within ten (10) working days after issuance of Limited Notice to Proceed. Liquidated Damages may be assessed if the work is not completed within ten (10) working days. RPM installation may be completed by the end of the full Notice to Proceed time period. The Contractor also agrees to complete the Contract within forty (40) working days after issuance of the full City's Notice to Proceed. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for :onstructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. The total 2024 Paint Line striping&.. ROM Replacement(ArauCIO 28 r-ebruary 8, 202,1 Project Number: 24-3011.1 contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $449,075. 3. 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. 4. 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. 5 It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 6. 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. 7. 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. 2024 Paint Line striping &RPM Replace me nt/Ara ucto 29 February 8, 2024 Project Number: 24-3011.1 S. 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. 9. 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. 2029 Paint tine stwiing & RPM Replacement/AraLiCCO 30 February 8, 202,1 Project Number: 24.3011.I CITY OF KENT BY7--D DANA RALPH, MAYOR DATE: 03/25/2024 ATTEST: KIMBCRLE A. KOMOTO, Y CLERK AP ROVED AS TO FORM: KENT W DEPARTMENT CONTRACTOR BY: PRINT NAME: Mark Price TITLE: President DATE: 3.14.24 2 paint Une- Stri:)ln & RPM Re-lacement/AraUCW 31 February R, 2024 2a a r � � Project Number: 74.301 1.t 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' Comuensation 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. 2024 Paint Line Striping &RPM Replacement/Araucto 32 February 8, 2024 Project Number: 24-3011.1 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. 2024 Paint Line Striping &RPM Replacement/Araucto 33 February 8, 2024 Project Number: 24-3011.1 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. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2024 Paint Line Striping &RPM Replacement/Araucto 34 February 8, 2024 Project Number: 24-3011.1 -�� CERTIFICATE OF LIABILITY INSURANCE F�E(M0M/DDDYYYY) 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). ry CONTACT PRODUCER NAME: Aon Risk Insurance Services West, Inc. PHON.Ex1): (303) 758-7688 (FAAc,No,): (303) 758-9458 Denver CO Office o 200 Clayton Street, Suite 800 ADDRESS: Denver Co 80206 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: Zurich American Ins CO 16535 specialized Pavement Marking, LLC INSURERB: American Zurich ins Co 40142 175 Roy Road SIN, Bldg c INSURERC: Arch Specialty insurance Company 21199 Pacific WA 98047 USA INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570104278928 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, Limits shown are as re uested ILTR ADDL SUBR POLICY EFF POLICY EXP LIMITS TYPE OF INSURANCE INSD WVD POLICY NUMBER (POLICY (MM/DD/YYYY) A X COMMERCIALGENERALLIABILITY Y Y GLo705822200 Ol/Ol 2 224 01/01/2025 EACH OCCURRENCE $2,000,000 �� DAMAGE RENTED $1,000,000 CLAIMS-MADE F.X I OCCUR PREMISES(Ea occurrence) �L MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 m GENERAL AGGREGATE $4,.000,000 m GEN'LAGGREGATE LIMIT APPLIES PER: M � POLICY I X I PRO ❑LOC PRODUCTS-COMP/OP AGO $4,000,000 0 �J JECT 0 OTHER: r N A AUTOMOBILE LIABILITY Y Y BAP 7058223 00 01/01/2024 01/01/2025 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) ZO' OWNED SCHEDULED BODILY INJURY(Per accident) Z AUTOS ONLY AUTOS PROPERTY DAMAGE V HIREDAUTOS NON-OWNED (Per accident) Lr- ONLY AUTOS ONLY '.L7 N C X UMBRELLA LIAB X OCCUR UXP105098901 01/01/2024 01/01/2025 EACH OCCURRENCE $5,000,005 q AGGREGATE $5,000,000 EXCESS LIAB CLAIMS-MADE DED I RETENTION B WORKERS COMPENSATION AND Y wc705822400 Ol/01/2024 01/01/2025 X 1 PER STATUTE I OTRH- EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR/PARTNER/ E.L.EACH ACCIDENT $1,000,000 EXECUTIVE O11HCER/MEMBER N NIA (Mandatory in NH) E.L.DISEASE-EAEMPLOYEE $1,000,000 If yes,describe untler E.L DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below .�L wS DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) General Liability includes ongoing and/or completed operations coverage. RE: 5FM - 27510, 2024 Paint Line Striping and RPM �e Replacement - 24-3011.1. City of Kent is included as Additional insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein is Primary to other insurance available Ha to Additional Insured, but only in accordance with the policy s provisions. A waiver of Subrogation is granted in favor of cit of Kent in accordance with the polic provisions of the General Liability, Automobile Liability and Workers' �} compensation policies. should General Liability, Automobile Liability and workers' Compensation policies be cancelled before the expiration date thereof, the policy provisions of each policy will govern how notice of cancellation may be delivered to NF- CERTIFICATE HOLDER CANCELLATION 7..� SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. �7 ro- Ci ty Of Kent AUTHORIZED REPRESENTATIVE iyJ 220 4th Avenue S. Kent wA 98032 USA M10 AMXZ4lWIM yu,60 � ,fm ©1988-2015 ACORD CORPORATION.All rights reserved ACORD 25(2016103) The ACORD name and logo are registered marks of ACO AGENCY CUSTOMER ID: 570000092286 LOG#: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk insurance services west, Inc. specialized Pavement Marking, LLC POLICY NUMBER See Certificate Number: 570104278928 CARRIER NAIC CODE See certificate Number: 570104278928 EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Description of Operations/Locations/Vehicles: certificate holders in accordance with the policy provisions of each policy. Umbrella Liability policy is follows form. it ACORD 101(2008101) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: GLO 7058222 00 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any Person or Organization required by written contract or All locations and All Operations. agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for"bodily injury"or"property If coverage provided to the additional insured is damage"caused, in whole or in part, by"your work" required by a contract or agreement, the most we at the location designated and described in the will pay on behalf of the additional insured is the Schedule of this endorsement performed for that amount of insurance: additional insured and included in the "products- completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of insurance; 1. The insurance afforded to such additional insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 Wolters Kluwer Financial Services, Inc.I Uniform Forms POLICY NUMBER: GLO 7058222 00 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any Person or Organization required by written contract or All locations. agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage or personal and advertising injury' "property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or equipment 1. Your acts or omissions; or furnished in connection with such work, on the 2. The acts or omissions of those acting on your project (other than service, maintenance or behalf; repairs) to be performed by or on behalf of the in the performance of your ongoing operations for additional insured(s) at the location of the the additional insured(s) at the location(s) covered operations has been completed; or designated above. 2. That portion of "your work" out of which the However: injury or damage arises has been put to its intended use by any person or organization 1. The insurance afforded to such additional other than another contractor or subcontractor insured only applies to the extent permitted by engaged in performing operations for a principal law; and as a part of the same project. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 2 Wolters Kluwer Financial Services, Inc.I Uniform Forms C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the applicable required by a contract or agreement, the most we limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc., 2018 CG 20 10 12 19 Blanket Notification to Others of Cancellation ZURICH f or Non-Renewal Policy No. Eff. Date of Pol. I Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. GLO 7058222 00 01/01/24 01/01/25 01/01/24 70134000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. U-GL-1521-A CW(10/12) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Other Insurance Amendment — Primary And Non- ZURICH Contributory Policy No. Eff. Date of Pol. I Exp. Date of Pol. I Eff.Date of End. I Producer No. AddT Prem Return Prem. GLO 7058222 00 01/01/24 01/01/25 01/01/24 70134000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW(04/13) Page 1 of 1 Confidential\Personal Data Includes copyrighted material of Insurance Services Office,Inc.,with its permission. POLICY NUMBER: GLO 7058222 00 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons and/or organizations that are required by written contract, or agreement with the insured, executed prior to the accident or loss,that waiver of subrogation be provided under this policy for work performed by you for that person and/or organization. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Sec- tion IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work"done under a contract with that person or organization and included in the"products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 Wolters Kluwer Financial Services I Uniform FormsTM POLICY NUMBER: BAP 7058223 00 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Frontline Road Safety Holdings II, LLC Endorsement Effective Date: 1/1/24 SCHEDULE Name Of Person(s) Or Organization(s): Any Person or Organization required by written contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 C Insurance Services Office, Inc., 2011 Page 1 of 1 Wolters Kluwer Financial Services I Uniform Forms" Blanket Notification to Others of Cancellation or Non-Renewal ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 7058223 00 Effective Date: 01/01/24 This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.1. of this endorsement is amended to indicate the following number of days: The total number of days for mailing or delivering with respect to Paragraph B.2. of ** this endorsement is amended to indicate the following number of days: * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.I. or Paragraph B.2. above. U-CA-832-B CW(03/23) Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-832-B CW(03/23) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Policy Number: BAP 7058223 00 COMMERCIAL AUTO Effective Date: 01/01/24 CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and Condition in the Auto Dealers Coverage Form and the Other Insurance — Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an"insured"under your Coverage is primary to and will not seek policy provided that: contribution from any other insurance available to 1. Such "insured" is a Named Insured under such an "insured" under your policy provided that: other insurance; and 1. Such "insured" is a Named Insured under such 2. You have agreed in writing in a contract or other insurance; and agreement that this insurance would be primary 2. You have agreed in writing in a contract or and would not seek contribution from any other agreement that this insurance would be primary insurance available to such "insured". and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 ©Insurance Services Office, Inc., 2016 Page 1 of 1 Wolters Kluwer Financial Services I Uniform FormsTM POLICY NUMBER: BAP 7058223 00 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Frontline Road Safety Holdings II, LLC Endorsement Effective Date: 01/01/24 SCHEDULE Name(s) Of Person(s)Or Organization(s): ONLY THOSE PERSONS OR ORGANIZATIONS FOR WHOM YOU ARE REQUIRED TO WAIVE YOUR RIGHTS OF RECOVERY UNDER THE TERMS OF A WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the"accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 financial Services Uniform FormsT" Wolters Kluwer F i WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule All persons and/or organizations that are required by written contract, or agreement with the insured, executed prior to the accident or loss,that waiver of subrogation be provided under this policy for work performed by you for that person and/or organization. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 1/1/24 Policy No.: WC 7058224 00 Endorsement No. Insured: Frontline Road Safety Holdings II, LLC Premium $: INCL Insurance Company: American Zurich Insurance Company Countersigned by WC124(4-84) Page 1 of 1 WC 00 03 13 Copyright 1983 National Council on Compensation Insurance, Inc. Uniform FormsTM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 01/01/24 at 12:01 A.M. standard time, forms a part of (DATE) Policy No.: WC 7058224 00 Endorsement No. of the American Zurich Insurance Company (NAME OF INSURANCE COMPANY) issued to: Frontline Road Safety Holdings II, LLC Premium (if any) $: INCL Authorized Representative We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be %of the California workers'compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description All persons and/or organizations that are required by written contract, or agreement with the insured, executed prior to the accident or loss, that waiver of subrogation be provided under this policy for work performed by you for that person and/or organization. WC 252(4-84) Page 1 of 1 WC 04 03 06(Ed.4-84) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non-renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non-renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non-renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non-renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non-renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non-renewal date; b. Negate the cancellation or non-renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 1/1/24 Policy No. : WC 7058224 00 Endorsement No. Insured: Frontline Road Safety Holdings II, LLC Premium $: INCL Insurance Company: American Zurich Insurance Company WC 99 06 43 Page 1 of 1 (Ed.01-13) Includes copyright material of the National Council on Compensation Insurance, Inc.used with its permission. 0 2012 Copyright National Council on Compensation Insurance, Inc.All Rights Reserved. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ...................................... 1-1 Description of Work..........................................................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 ...........................................................1-6 1-05 Control of Work ...............................................................1-7 1-06 Control of Material ...........................................................1-10 1-07 Legal Relations and Responsibilities to the Public ..................1-13 1-08 Prosecution and Progress ..................................................1-17 1-09 Measurement and Payment ...............................................1-21 1-10 Temporary Traffic Control .................................................1-22 DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................... 8-1 8-09 Raised Pavement Markers .................................................8-1 8-22 Pavement Marking ...........................................................8-2 KENT STANDARD PLANS .................................................................. A-1 APPENDICES.................................................................................... A-2 TRAFFIC CONTROL PLANS ............................................................... A-3 PREVAILING WAGE RATES............................................................... A-4 2024 Paint Line Striping &RPM Replacement/Araucto February 8, 2024 Project Number: 24-3011.1 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2024 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise, all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: DESCRIPTION OF WORK This Contract provides for the installation of paint striping over existing lane markings, and installing replacement raised pavement markings on various City of Kent Streets, all in accordance with these Kent Special Provisions, and the WSDOT Standard Specifications. Appendix A includes the following: 1. Location Maps and Appendix A of 2024 RPM Replacement Project Locations 2. Location Map and List of 2024 Paint Line Striping Group A Streets 3. Location Maps and Appendix B of 2024 Paint Line Striping - Citywide 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 1 February 8, 2024 Project Number: 23-3011.1 SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS"IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 2 February 8, 2024 Project Number: 23-3011.1 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project by downloading at no charge at https://www.kentwa.aov/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 BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 3 February 8, 2024 Project Number: 23-3011.1 Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 4 February 8, 2024 Project Number: 23-3011.1 are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7IS 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 2023 Paint Line Striping & RPM Replacement/Araucto 1 - 5 February 8, 2024 Project Number: 23-3011.1 any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes 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: 2023 Paint Line Striping & RPM Replacement/Araucto 1 - 6 February 8, 2024 Project Number: 23-3011.1 Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 3. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7IS SUPPLEMENTED BYADDING 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 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 7 February 8, 2024 Project Number: 23-3011.1 unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore, when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing, they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. 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. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 8 February 8, 2024 Project Number: 23-3011.1 The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2022 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. 2023 Paint Line Striping & RPM Replacement/Araucto 1 - 9 February 8, 2024 Project Number: 23-3011.1 SECTION 1-05.14 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: Appendices identifies the sections of streets whose work needs to be coordinated with other work in the area. SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY, 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 10 February 8, 2024 Project Number: 23-3011.1 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, IC, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 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. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 11 February 8, 2024 Project Number: 23-3011.1 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included, or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. 'APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 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. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 12 February 8, 2024 Project Number: 23-3011.1 Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 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. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 13 February 8, 2024 Project Number: 23-3011.1 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1- 07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15 Temporary Water Pollution Prevention 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is 2023 Paint Line Striping & RPM Replacement/Araucto 1 - 14 February 8, 2024 Project Number: 23-3011.1 not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. 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. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 15 February 8, 2024 Project Number: 23-3011.1 Lumen Comcast Tanaiya Anderson Aaron Cantrel 253-313-8961 206-510-4222 (cell) TanaivaAnderson@lumen.com Aaron Cantrel@comcast.com Puaet Sound Enerav Gas Puaet Sound Enerav Power Glenn Helton Gary Bradley 253-395-6926 253-234-6302 425-559-4647 (cell) Gary.Bradley@)pse.com Glenn.Helton@use.com Verizon Brad Landis 425-201-0901 425-766-1740 (cell) SECTION 1-07.18 IS REVISED BYADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 16 February 8, 2024 Project Number: 23-3011.1 SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 17 February 8, 2024 Project Number: 23-3011.1 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued for the installation of raised pavement markers and paint line striping of Group A Streets on the day of the preconstruction meeting. The City anticipates issuance of a separate Notice to Proceed for the performance of the remaining Work on July 8, 2024. 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 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 18 February 8, 2024 Project Number: 23-3011.1 property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours but may be subject to other conditions established by the City or Engineer. These conditions may include but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. The Contractor shall coordinate its work around scheduled events that will likely impact its Work. The Contractor shall have no claim for damages or delays for work schedule conflicts. The following are known events that could impact the work: 1. Kent Cornucopia Days: July 12-14, 2024 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. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 19 February 8, 2024 Project Number: 23-3011.1 If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 20 February 8, 2024 Project Number: 23-3011.1 The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1- 09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 21 February 8, 2024 Project Number: 23-3011.1 It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 22 February 8, 2024 Project Number: 23-3011.1 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.4(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.4(1) Lump Sum Bid for Project (No Unit Items) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. 2023 Paint Line Striping &RPM Replacement/Araucto 1 - 23 February 8, 2024 Project Number: 23-3011.1 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing and installing new raised pavement markers (RPM) to replace damaged and missing RPMs upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown on 2024 RPM Refresh Location map or as directed by the Engineer. The color of pavement markers shall conform to the color of the marking for which they supplement, substitute for, or serve as a positioning guide for. Unless otherwise noted, new raised pavement markers shall be installed in strict conformance to Kent Standard Plans 6-73M and 6-74M. The 2024 RPM Replacement Location map referenced table show more than what can be completed under this contract. It also indicates the locations RPM installation must be coordinated with paving and other activities. The Contractor shall approach this project as follows: The Contractor shall reserve quantities of Type 1 and 2 RPM for streets that are scheduled to be re-paved. Installation of these RPM will be completed following completion of paving activities. These locations are noted as "Coordinate with City paving project" in the Appendix. The Contractor shall complete the installation of new Type 2 RPM upon street(s) requiring Type 2YY and/or Type 2W, with the lowest location index number first before proceeding with the same activity upon street with the next lowest location index number. The Contractor shall immediately cease installation of Type 2 RPM when the total installed amount equals the contract quantity for Type 2 RPM, or as directed by the Engineer. The Contractor shall complete replacement of all damaged and missing Type 1 RPMs upon street(s) requiring Type 1Y and/or Type 1W, with the lowest location index number first before proceeding with the same activity upon street with the next lowest location index number. The Contractor shall immediately cease installation of Type 1 RPM when the total installed amount equals the contract quantity for Type 1 RPM or as directed by the Engineer. SECTION 8-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2023 Paint Line Striping & RPM Replacement/Araucto 8 - 1 February 8, 2024 Project Number: 23-3011.1 8-09.3(8) Reporting For each week that RPM Work is performed, the Contractor shall submit a report summarizing the accomplished work. The report shall be in adequate detail to determine the number of RPM, color and type, installed on each location described on the location map. The report shall be submitted to the Engineer by the end of the week following the RPM Work or some other mutually agreed upon submittal time. The Contractor shall sign each report certifying that material was installed and the linear footage installed are based on actual measurements in accordance with the specifications. At the end of the Contract, the Contractor shall provide the total amount of RPM installed for each type and color. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. 8-22 PAVEMENT MARKING THE LAST SENTENCE OF THE SECOND PARAGRAPH OF SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description Except for "R" in the railroad crossing symbol, traffic pavement marking letters and numerals shall be 8-feet high per WSDOT Standard Plan M- 80.10-01 and M-80.20-00 for high-speed application (regardless of the posted speed limit of the street). The "R" in the railroad crossing symbol shall be as shown on Kent Standard Plan 6-78. Layout of ONLY and arrows in the left turn pockets shall be as shown in the Kent Standard Plan 6-81. 2023 Paint Line Striping &RPM Replacement/Araucto 8 - 2 February 8, 2024 Project Number: 23-3011.1 SECTION 8-22.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.2 Materials Paint striping and curb painting shall be installed using Low VOC (volatile organic compound) solvent-based paint meeting the requirements of Section 9-34. 8-22.3(3) Marking Application SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)6 Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of 2023 Paint Line Striping &RPM Replacement/Araucto 8 - 3 February 8, 2024 Project Number: 23-3011.1 travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent general purpose lanes. Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. Curb Painting — Existing traffic curbing shall be painted with one full coat of paint. The paint can be applied by brush or spray on all side of curbing visible to vehicular traffic. The Contractor shall install glass traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear feet of curbing. The beads shall conform to the requirements of Section 9-34.4. 8-22.3 Construction Requirements 8-22.3(1) Preliminary Spotting THE FIRST SENTENCE OF SECTION 8-22.3(1) IS REVISED AS FOLLOWS: The Engineer will provide necessary begin/end control points for work sections where begin/end points cannot be readily discerned per existing permanent markings and/or newly installed permanent markings. A list of intersections where newly installed permanent markings are likely to be encountered, and therefore excluded from this Contract, can be provided before work commences. THE THIRD SENTENCE IS REVISED AS FOLLOWS: Approval by the Engineer is required before marking begins unless other mutually agreed upon inspection and approval process is proposed and approved. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(2) Preparation of Roadway Surfaces Traffic curbing surfaces shall be dry, and within the proper temperature range prior to painting. 2023 Paint Line Striping &RPM Replacement/Araucto 8 - 4 February 8, 2024 Project Number: 23-3011.1 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. THE FIRST SENTENCE OF THE FOURTH PARAGRAPH OF SECTION 8-22.3(3)E IS REVISED AS FOLLOWS: 8-22.3(3)E Installation One coat application of paint will be required to complete all paint markings installed over existing paint markings. Two applications of paint will be required to complete all paint markings installed on new surface-treated roadways, on re-channelized street or when centerline markings are revised to double yellow centerline, or as noted in the Appendix A. Vehicle and pedestrian tracking of newly applied striping shall be removed per section 8-22.3(6), and the affected portion of marking reinstalled by the end of the next working day. THE FIRST PARAGRAPH OF SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness Markin Material Application HMA PCC BST Groove Depth Paint - one coat spray 15 15 15 SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(4) Tolerances for Lines Length of Line: The longitudinal accumulative error within a 40-foot length of dotted line shall not exceed plus or minus 1 inch. The dotted line segment shall not be less than 2 feet. The gap spacing specified for skip/broken and dotted lines in Section 8-22.3(B) of Kent Special Provisions are anticipated to be the shortest gaps that exists. Regardless of the specified gap spacing, the Contractor shall paint over skip/broken and dotted paint lines to reasonably match the existing pattern. SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Only hydroblasting equipment will be allowed for the removal of painted or plastic pavement markings as called for in Appendix A. Vacuum shrouded equipment, or other equally effective means, shall be used to 2023 Paint Line Striping &RPM Replacement/Araucto 8 - 5 February 8, 2024 Project Number: 23-3011.1 contain and collect all pavement marking debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(7) Reporting For each week that Work is performed, the Contractor shall submit a report summarizing the accomplished work. The report shall be in the same format and detail as Appendix A, for each street section painted, showing the total installed linear footage for each line pattern and color. The report shall be submitted to the Engineer by the end of the week following the Work or some other mutually agreed upon submittal time. The Contractor shall sign each report certifying that material was installed and the linear footage installed are based on actual measurements in accordance with the specifications. At the end of the Contract, the Contractor shall provide the total amount of paint in gallons used for each color and the total amount of beads in pounds used to perform the Work. SECTION 8-22.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.4 Measurement "Painted Double Solid Line" "Painted Single Solid Line" "Painted Skip Lane Line" "Painted Dotted Line" "Painted TWLTL Line" The measurement for the above items will be based on a marking system capable of simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will be made for the unmarked area when the marking includes a broken line such as center line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or two-way left-turn center line. No additional measurement will be made when more than one line can be installed on a single pass such as center line with no-pass line, double center line, double lane line, reversible lane line, or two-way left-turn center line "Painted Wide Lane Line" "Painted Bike Lane Line" The measurement for the above items will be based on the total length of each painted line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, or wide dotted lane line. The measurement for double wide lane line will be based on the total length of each wide lane line installed. 2023 Paint Line Striping &RPM Replacement/Araucto 8 - 6 February 8, 2024 Project Number: 23-3011.1 The measurement for "Paintina Traffic Curb" will be based on the total length of painted curb. No additional measurement will be made for curbing painted on both sides of the curbing. No specific measurement will be made for placing preliminary spotting. Cost for placing preliminary spotting shall be considered incidental to the various items of the Contract. SECTION 8-22.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.5 Payment "Painted Double Solid Line," per linear foot "Painted Single Solid Line," per linear foot "Painted Skip Lane Line," per linear foot "Painted Dotted Line," per linear foot "Painted TWLTL Line," per linear foot "Painted Bike Lane Line," per linear foot "Paintina Traffic Curb," per linear foot 2023 Paint Line Striping &RPM Replacement/Araucto 8 - 7 February 8, 2024 Project Number: 23-3011.1 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-73 Typical RPM Lane Markings 6-74 Typical Lane Markings 2023 Paint Line Striping & RPM Replacement/Araucto A - 1 February 8, 2024 Project Number: 23-3011.1 42' 12' 30' To 00000000000000000000000000000000000000000000000000000 00000 00000 00000 00000 VARIES (300'MAX.) 2.5' 5 TWO WAY LEFT TURN LANE 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 00000000000000000000 000oo00000000a000 0 a 0 0 0 0 0 0 0 0 0 0 0 21' TYPE 1Y RPM 4"GAP TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' TYPE 2W OR Y RPM 000000000000000;;�44" GAP TYPEIWORYRPM 00 � 0a0000000 21' 31 TYPE lY RPM TYPE 2YYRPM B 8 8 8 8 8 8 8 8888 B888 1888--NOGAP TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' 12' 30' 12' 30' o00 3co 00 000o ao 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' TYPE lY RPM 3 1 oo' 0000 ' od0000 000000 8 B �B8 88 88 88 88 88 000000 000000 000000 TYPE IWRPM °0 00 00 00 00 00 00 00 00 00 00 00 00 00 0 00 00 0 00 TYPE 2W RPM 18"-RPM'S EQUALLY SPACED TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 42' 1��� 88 88 0000 00000000 �000000000 TYPE IWRPM 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: �j�FEY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WAg�I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 1. THIS DETAIL TO BE USED ONLY WHEN q G> DEVELOPMENT PROJECTS ARE _ CITY REQUIRED TO MATCH EXISTING RPM ENGINEERINNGG DEPARTMENT KENT LANE MARKINGS. KENT, TYPICAL RPM LANE 2. RAISED PAVEMENT MARKERS(RPM'S) 29 w•sXINOTON MARKINGS SHALL BE INSTALLED PER WSDOT `,�� DESIGNED COK STANDARD PLAN STANDARD SPECIFICATIONS 8-09, dS Chi` DRAWN COK SCALE NONE sIONAL CHECKED COK DATE 2/20 APPROVED 20 9 02.1(8),9-26.2 AND 9-21. ENGINEER 6-73 30' 10' 1' TRAFFIC DIRECTION r� a d iI o a o a 4"GAP VARIES (300'MAX.) 2.5' TWO WAY LEFT TURN LANE D o G o a o a o a TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 2 T 8"WHITE LINE o a TYPE 2W RPM TYPE 2YY RPM a I_ 20' _I 4"GAP 4"GA 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 11' 30' 1 30' n ��W RPM n TYPE 2Y RPM 4' WHITE LINE 4 YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE 6' 8' G o a 0--TYPE 2W RPM 4"WHITE OR YELLOW LINE 4"GAP 8"WHITE LINE EDGE LINE DOTTED WIDE LINE TRAFFIC DIRECTION 21'(TYP.) 18"YELLOW BARRIER 3' 9' 1„ LINE 1 TYPE 2W RPM�� BD �8"WHITE LINE tl 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 AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. NOTE: `� `a '� CITY OF KENT ENGINEERING DEPARTMENT 1. SEE SECTION 6.12.E FOR PLASTIC MATERIAL SPECIFICATIONS. TYPICAL LANE MARKINGS 2. RAISED PAVEMENT MARKERS(RPM'S) SHALL BE INSTALLED PER WSDOT at, �'cfSTw DESIGNED COK NONE STANDARD PLAN STANDARD SPECIFICATIONS 8-09, �'cp G1 DRAWN cDK AIt E� CHECKED COK DATE 04 20 9 02.1(8J,9 26.2 AND 9-21, a, ewoiKcral 6-74 APPROVED APPENDICES This section includes the following which have been prepared for this project and are considered to be a part of the project plans: • Group A Streets Paint Line Striping Map • Appendix A - Group A Streets Information Table • RPM Refresh Location Map • 2024 Paint Line Refresh and Curb Painting Mapbook - Citywide • 2024 Paint Line Refresh and Curb Painting Wall Map - Citywide • Appendix B - Painting Locations and Estimated Quantities 2023 Paint Line Striping & RPM/Araucto A - 2 February 8, 2024 Project Number: 23-3011.1 CITY OF A KENT 2 024 Paint Line Striping Group A Streets j Y Legend .4. 0**ftw�o Gmup A St .9 reets CD L�aion Ind ;T 7:— Z, Vl� V— MV 471 if N W,,*E . �; - - ___t7 ; lo�4 J, S KENT D.....ntP.th P%P.blim6p...tion.lSt..�T—..L�.rking Prj..t.UOM P�I-t.UOM Pit..d RPW.i�.�WM Prq.�2024..Pr; APPENDIX A-GROUP A STREETS ee �r�ea.z 'a�.A ae -Kan—r�et� slayawu E w re�eca�ae P:Ky°,� reow. a wn� je.�w xwg 12' 1. 7-- . R516(Km�KxgeyR®a)-SE2ae s, a 3z5 21 610 25 nz 1 a-R—Rn 6 1eo6 n.em�e 21e w 6,EEKERsT —lwa-6aAre5 6.7 16. e.ee�ee,r, 2m EM-ST Arex-Ecaa,oau 7.1s 1506 rn >pe1 RPM— 2a2 2— Aye SE-139 Arx SE 15.1 ]1 36x 1. 4— SE 2.Sr I—SE-1—SE 16 xo Mp—.plasticNg .1 ArxS 1969-51965[ 2 I606 1. a25 oce—phsticirs 452 ArxS t9651-51ee St 2 5]5 1150 merr�phsticGg Sea EExwK:KRxs z5a st-:amcq ume: t26 ea5o noo sst luraxr Rus 2aa st-sR st6lKecng mo:�Roael 5 zo6o 1ss soon P_-wticwpm—emenan:q Pryamrzu2a Pryemuse Pa:tam RPnwyni:ia eor�oelst a,a xae:zaza.a. 2rermze seZ2 wn CITY OF KENT _ - 2024 RPM Refresh Locations for de tabl I L Legend Izs Location III(see e below tails) — 1W,2W l° � -- �• — lY,1W,2YY,2W r -- lY,2YY f� L _ z_.I-- - --- 1Y,2YY(Coordinate work with other work activities) z� -__ I 1 - •- 2YY(Coordinate work with other work activities) 1Y,1W,2YY,2W(Coordinate work with other work activities) 2YY,2W(Coordinate work with other work activities) o— Lon Go tl t—t on Description N.., In exn beet Nam- • -, �. 1 Pac Hwy —d St to Kent Des Mo nesRd - { � s e Y%' 2 188Lh Ave SE SE 201 St to Sr 196th St 3 SE 248th St 102nd PI SE to 107th Ave SE i ,<f ,rl •^�_� 4 4th Aves W cmw St to W Wlhs st 'J J f :� — 4 : e'• 5 64fh Aves 5 219th st to S 212th St 68t,Ave s S 196th S to NB bus lane Line for Bus Pull Out Only q J S 212th st 91st PI Sr to WeY End of overpass 8 Lincoln Av N W SmiM S[to W lames S[ Coord-note RPM- II - -h 4 N Kern Street Depa P 9 rk 9 81 Av s S 200 S[to s 196th S[ Caard-note RPM- II - -h Kent S[ree[Oepa p g ork 10 132 Av SE SE 261 St to sE 259 PI Coordinate RPM II - -h s - t Kern Street Depa p -g rk 5 \//\ �t .-. t e•- 1.3 11 132 Av sE SE 24o St to sE 244 st Coor m..RPM II - -h Depa p -g rk 'I , �.4.f/�' \! _ •; ( - ' r.3 - p O'. 12 132 Av SE SE 249 St to SE 253rd PI Coord-nate RPM- [allot on w th - _ S De p—Ing rk 13 132 AV SE SE 256 St W SE 255 St K Gm d- [e RPM 1 tI..WIth It T r pa IF 'l t f - _ p - I t i m. al ( t - J . �";-� �;err f C r n [a tl RPM1PaiM 1 U -- i , d A V N. c .. ntl RPM Protects 2024.aP�( - -- y~ w ' �S .•~ Date:Z/8/2024 en[Marking Prolects\20bt Prole ts120bt Pain f tPubOclOp at \Sire t\P n a ` I - � -_j "��,,, O come[Path P.,,Y, 1 1 Z l - � I 7 - r 5 6 8 9 10 DOWNTOWN >'. - 19 _ 11 -- 12 1� 14 15 16 SPRINGS 0 0.5 1 1.5 2 Miles PAINT LINE REFRESH AND CURB PAINTING INDEX MAP �� KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 176 St S 176 St m Midland Dr S 177 St U Saxon Dr I 9 178 s s 1n st S 178 St v I F f y rn I e' S 178 St 50 PI Sa' Triland Or a`1 c "1e st nest 1 11 St > S 179 St �o I 80160 PI 0r s 181 sn s 1e1 St S 180 St \ I 181 St a S1 t882 PI S 182 St Segale Park 0 Dr I tea st a m I \ \ I 183 St < N 1 \ \ I 329 I, > ter, ry 0 1 \\ \ /y-/ _ S182 St1 S 184 St I $ S 184 PI 184 S6 184 St J 30M S186 St 185 St 328 s186St Pe T�caroo S 786 St S 187 St j t epa Co ¢> mS� tV S 188 St � I )St rn �.9,\ SGlacler St to Q m 4 378gp 5\895\ �6 \ / //—\ _ 327 N ��y a> A rn rn 78 'S 190 St n m 19 St a 0 D \ I tO S 182 St rn m m lsz st (7 I rn v1 18 tat% N ¢ 1 4 !Ag 194 St R 193 st rn I •I// ¢ 1�PI 5193 St s_tsast ---_M_—.� 17 326 I �' S194 St I / I 14 1g I S196St" H n r♦ \ e a I t= ♦ . �\\mA 2� � = l I N Ull ai I `\ S,99 PI I V M m ' S zoo St 1 >� I a 200 St ; ' > S 200 9t 3t P St p1s ��♦/ • ;; O I S 203 St ¢' ��_ �..I • / O N I 7.34 St � •S 204 S[ / S 204 St I _ / I zossl m� ^�°a -1 `�0^\�\ 278 m \ — \ S'208'St zos st O \ tog s 210 St t I t t I o I sz„� zn sl 1 z11 St I 211 PI S.212-St._ 10 t �y 289 213st \ I M � 298 ; sM1> h a 114 2152141 \ m 277 q % 321551 51 P' ) j p�P 9 f r� 9 RIv10N 52168 1 NS216St I a l z1-rsc m \ate ztep A }�--� I 1 ti i rn n zt�P m y$ a9otR D \ 218 St S217 St S219 St 278 I 3000 / ,. f � I I � i ryoQ .2L9 sr 's zzosr P 1 Q- \ I Q S 220% a > /�'' aszrnPl PAGE 6 DOWN I RC1 n 321 szzast l 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 1 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 Midland Or < ¢ SW 39 St m Saxon Or Ill SW 41 St SW 41 St _ -land Or �I I ul I S 180 St SW 43 St \ 330 Segale Park D Dr It \\ \\ 111 3 St 455 0329 1"", ' > Sti S 182 St _ 486m Oa, m I 454 S45 P1 328 S-?84.St—�� � a a � �`p"} a9aia PaHr COr / / o/ w 453 460 185 PI S 186 PI m 1— __ NS188 St I rn _ • / I �32 7�5t 52 S Glacier St S 188 St i— 4 7 I� v8 �slsost I � ¢ a I s 51 ct S 190 St I S 190 St L—S 190 St __• � ¢17 S 193 St 32 I S 192 StIIIIIIIIIIIIIIIIIIIIIIII S 55 St _ —_ —� 182P1 6 I � sls2st 451 �S1945t 14 16 Q i s,saS N S 196 St" I f— I m m n a' S 196 St � N 3 II I rn S 198 St o r = l 198 St ¢' 0198 d,. tim, M m � ! � P�5 w S 199 PI 459 �� I a89 m Q I A w .� S200St I S 200 St InI O � 0 D ¢' I cS 202 St S 202-St d rn I S 202 St 202 Sl 0 j o I I � ass � i S 204 St N rn a d 203 PI ryop, T¢ 488 456 1 rp i I m 204 Pz ,�p6 ` Q A4 PI 205 PI "A `Te Q ) 'n S 206 St I S 206 St > a 465 a a zos PI 2784. CL t+1 —S-207-PI S'208'St S 207 Ct W S 208 St M S 209 St MM SI S S 2 zos st I 487 zo9 s1 210 St n S 210 St ¢' 211 St 211% I I p e o a 91P o — S—.2St S213 PI 52i35i ssa mPy 277 I 4 PI w ze rn l rn y 2\ qy ' N ¢ A 6.N m _ N S216St m¢ I--_———— S216 St I _S 216 St —� tg -� � zlsst 1r¢i `r276$t 0 2,6 PI a a l LLT 218 St S217 St I o m im I _ S 219 St 276 S 218 St _ S 218 St m 8 tD a to I Q Q a } ! Q S220 St N N I ml � � rn z1s PI RC1 n 321 S22oSt li PAGE 7 DOWN `22oAy �o 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint _ Paint-Coordinate Work 123 Map Key(see Appendix A for details) KENT 2OF19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 SW 39 St U) S3g 4 SE S, tP T Q>\ SE 176 St C SW 41 St J SW 41 St ¢ I wMPI - m ¢ < 1 w 1 1 $ w a' < a 'SE 178��l �2 PI SE 179 St a _ 180 so 179 PI SE 17s St SE 180 St D v� ¢> 180 St a' SE 180 PI O N • 9 ,B0 180 PI SE 161 S SE 181 St w SE 182 St N S 45 PI N INN / m 1e3P gE<SE 183 PI 183 S1 a 1e3ct`s w `S-1�. .$t��•L L o 184 PI Q �• � SE 185 PI SE 18g SE 186 E SE 186 St > 450 • c ea a' Q SE 186 St I • 0 Q' 186 PI ¢' O �S_187_St__ • S 50 St 1BT ct ]g7 g W 1 s SE 186 PI ' 187 PI > w • 5t tees N SE IN81 w SE SEi88 ' O < ABS P/ $51 Ct yJ I ^^• ct ^y SE 189q`7� m a i a' a r J �S 190 St ; e. 1g9 189 St 189 PI s SE•1as W 0i w r m. SE 190 Sl �fJJ� n SEIN PI N !S Z6L 5. I.-- • sE 190 sP SE 190 PI 19ff �¢ n SE IN% ' 190 PI N 190% g 190 PI Unk Pnreb SE 191 st N %.dam aW n sE1.Ln i 192 St �: • S 55 St ,SE 192 S= ; sry w S 192 St n�I ' w I 193W -SE 193 Ter w i 1U( i a \W 1 w S i 194$tom �I I 1gq SI a 194 N S SE 193E ^71 + 1 51949 N 194 PI SE 1y St 1 ¢� • q � LT Kt, m • a SE 196 S1. SE 196$f SE1851'1 _ SE 196 St m --------- N S 198 St o w r.. 5198 m of c twn N 30 'Z7=1 SE 198$t Ull N ¢ 4 SE t99 Sf 198 ct N N N m T < 3$ IN 51 199IX Q. `e SE 200 St SE M st u SE 1 St a SE 21 ELOQ N O $ r201_St a 2 iQi o10s W a E Z03 PI � a S 201J Q lof/1 oy SE pl Q _ [y oZT(O�1 P1I $202 St ,d 202Stl 9 466 z02- N 3Sf Igw 3?oz c1 SE 2131 °f d Yt -5E 204St�5E 203 P1 204 A7 �G c ¢' � PIN ew1$E 204 St 204 PI t204 5[ \\/ 283� g S > Q 205_St P = �' I205% °' o SE 208 St c $ 205 PI a w n SE 205"St 419 205 S W S 206 St >� ' eJ, rn N 2001 N 2 I SE 206 St 208 St m ¢. 465 a' cQ�oo 206 PI SE 207 St ,SSE 206 PI_ 28 SE 206'St�� F N W _ 207 St 8 D Q' W Uj i�r1 —5.207.PI d _ S _ j SE 207 SC 201.P.1 Q S 208 St ��M SZOBst rn $ $ c @ c zm ct n s S 208 St 1 z09 St _ 0 w 0 2os st 474 m w ozo9g1� 5 f' $ - �g�, zo9Pl ��76 zz NI Q j0` E SE 209%1N SE210 8210 PI _ N w 210 PI o0� SF a N 5 473 c o > SE 211 SC y SE 210 PI N 210P SSE g y sE 21251 $ SE 212 St V 211j> Q 1E2�1-1 Ln 0211 Pls' gq sz��s eeP OQ u>>I4 > `g 27 S �sezlzst d�n1n 108 sEzlzPl Q S213 PI 52135t1 85ry mP 213% g oQ 213. W 213��L 9`SE 213 S1 W SE.y13 ti N 24 PI 2Sgv N 472 SE 213 PI _ Q SE 214 StN SE 214 St (n N to Q ' - v ' 4 > c 214 st a n Q $w a Q' n l I$ - <n ••2 i476 sE 214P1 0Op o 2 % 16 St _I 21fi s<� m a Q S 6 SE 215.St \n M. E 21 Sf SE 218 St 218 St �216 PI a S N SE217 St 218 Ln n z10Gt 413a'J SE 216 St u� ?183t aI a n g $ a>a SE 21]St AZ �' rk vi `8, Oo SE 218 St 94' �1Q7 D 9 SE2175t S 218 St _ S 218 St N SE p7e o �sez1+s' 26 > N - - q SEA.. sE21eq SE 217 PI EL N 211 PI 130 $219 PI a - SE 218]' - SE.278 PI = 21aP1 o $ S Q 108 a>MA, \o SE 219 P1 Zlga PAGE 8 DOWN ��� °� °i a29 to 5220 2 %� SE 219 PI �' 105 e 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 3OF19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 ut�t]45t 1 `� 5E SE 175 SE 176 St ' .•� 's..► SE 176 St w MR ' 9� 17'PS1= Q Q N wi W a f SE 178 PI u _ w a '- o� m 180 St 179 PI SE 179 St $E 180 Si SE 179 PI ¢' 1HOQ\ o 180 st a' SE 180 PI ° $E 180 St 180 PI • 'SE 179 SE 181 S\ SE 181 S, W Sr 181 St �i ` \HO PI st SE 182 St rn ^��y ♦♦ SE 182 st tx PI 9E<SE 183 PI 183 ♦, 0. SE782 PI d 63P, 4 $/ A , Q tB2 183E S w < ,♦♦ �2 SE 183 St N S 184% t¢>V SE 1845t m •r♦ P SE 164 St I 1SE 1a'4in W SE 184Q\ 184 PI SE t865t SE 1&3R SE 184 Ply SE 186 St > • ///1�88.5 St P, !� Q> Q SE 186 St • 1 - 185 PI ? g' 188 PI 4 p , 1B8q SF r445 186 St � SE 186 PI • / 787 SI S /86,q _ SE 186 PI 186 St Q W t API - c1 SE 187 St N SE 188 St Pf o ¢ 188 P/ m SE 188 St �Q\ SE 7g8 s 187'PI 1 1 t m5E 188 SE 188 Wy ;t f9SE189Ctt, w m =E tBB PI tea St �% a _ 1 89 St 189 PI NE,iw�' 9 sF189R N 1 1�� G\ 169P1 ,41 U. SE 190 St s^ C 189 PI 0 9 (q 190 Cr �a SE IN PI < > SE 190 PI 190 PI g 190R ^SN Unk In— SE 191 Sl N� 1 190 PI 1N% to p y Q AwlSE 190 Ln I . � Q 191,ya i y 3a 1s1 m t 191 PI s SE 192 S ° v m SE 192 St 193 q SE 193 Tee _ m SE 193 St 31 _ _ % w S - 193 st SE 193F St < eSE f945t1 In 7+kR o U N 1 - sE 194 St V^ SE 195 St gy P +� E 196 St S 196 St SFt95 N Y7 V m ln.. ¢ 196s, 196 Cr W ti'7 y , w pti r w f W 18].PI m 30 (gam SE 198 St ua < a Q 1'I St m 188 Cl 198 SE 198 PI SE 198 St SE 199 St � nt 198 PI .- 'y i 198 St! SE t99 St 199 Ct 199 St k" a SE 2fI05t `cl y w ` SE 200 St' SE 200 St SE 201 St N .6 201 S L ¢ 'S SE 20j� Q'SE 201 St 201 C< 201 St 4 0 2p2 C1 SE 201 51 SE2011P1 3/ ct g( _in 11' $ ¢'L•• N g I _ w SE 202 P SE 202 St P/S I 131 •'•♦ m ,�7P'$ m F w a G J F 9 � Pi SE 203 St `'SE 203 PI ♦ y SE 204 St IwSE.U4 2�% - [20451 `✓ 2�S / W SE203PI SE204S1 pV`ty a 1i $ 205S1 P 12"'a 204Ht (� �9 SE 204 PI tJ S�2o 9 > OS J�$ 20QS m' SE 205 St '�A 205 St y ti V O S ¢ SE 20fi Sf 206 Sty' ' \ w T` ' 16 PI_ 26 SE206"St D 1I s W- S 208 PI SE 206 PI A SE 2076t 20].PI Q St / m E 2 .\ $ E 6 a ^N 207 P111 ^ I I 2071118 H \ 57 SE 208 St t` z0s st 206 R "— (� ai9.�, 2-PI ��76 �cg� msa 0 283 in �I w v SE 209 P11W SE 210 St �& 210 Cti `"E maw -- w ^ L'gE219S 11 �E 27151 p SE 210 PI N 21 PI Wr210 PI w ��211 St r Y S �Nl SE 21151 Q mz�I SE211L m Q N 211 Fj �� 211 PI- n 211 PI 27 s § d' 108 w' az SEz7zs�s I �s yE SE 212 St sE 212 PI ¢' 22� n 212 PI 212E ' 7 m 21g l {4PI 202 SE 212 PI 4 t 3213(.'t � 2135 oL o�SE 213 wt SE 21451 W 58�13'`t2\3C 2,SHt SE 213 S7 2135t • / 2 213 St > • m > $ z1a st 214 St SE 2145t¢ _ S _ Q r1$ 214 St 214 PI �I O 1\ SE21 v ''' tD __ S ¢ • I t 2 PI 14 0`G� Y18 st SE 215.St \� f 2155t ao ¢ e 215PL 215SI G>� SE,�14 ' SE 216 St tip $E 216 St w SE 217 St 2161n w 0C' SE 216 St�217 � 11S SE 216 St 1 CtSE 21 St b2175t N 218 St ^,107 9E 217 St a 21]PI ` �21 SE 21]P/ 1 11 W Q �v� sE218q SE 217% m sP' �¢'SE217P1 ♦ 1 Q SE.218 PI_ 216P ZOO I SE218 P]' - 4 $ o ^\Q 106 SE 219 PI f 1 s Q �SE.218 PI Q 1 ��%�S` SE 219 PI da 105 s 6E,,,PAGE 9 DOWN f1 " 1 1 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Pt Legend 2 ® Paint T Paint-Coordinate Work 123 Map Key(see Appendix A for details) 4OF19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 to S S I 212 St \v, ¢' 213 PI 9214,91 296 -I Z@9 N N N N to NI.: m Q 214 PI ?9O Q Q tom, y 521531 / Ol O1 215pn_ N N a G Jj S 216 St r' y S 211S 211 � 216E a' - a 217 st o \ate z1sP, d m� z1� a N S219 St S219 st • M a • 300o- .. lspo // S 220 St I I I p / S_.22Q$f SJ220$t • �¢ 219 sy 2� 1 P11 CJ a S I I W •VO to 8� o$& ?20� m I S 222 St a' R N R R c & S 227 1 N S 221 St I • `t `4 _ y 'to,0,21% S 223 S[ < 8 I • qn a� ar a 6 1% 1 S 223 St _ 1 4 + 222 PI Nryla r S 224 St _ I P Q t ■ 225 PI m L ti S 226 st I 99 '1 t� �''s ? / tS226 a t w • ■Re Q 227 m W ■ �. N 5229st S226St2305t o N N ?,64 \ N Q 231 s, ■I j y Rd^ 41 283 Veterans Dr \ 232-St 233 5t QQ' S 232 st 232P N I I S 234 St l 5 S m N $234 St N 6 S 234 St > 3 ■ N C= SZ355t S w S 236 St 91 T P a I< � /t d S ^° a t � 1 (f N ryA9y 2`76 < `■ I\—- y st ,�yPI S 240 St ■ z3P 1 597 ■ 7 rn rn S 240 St 241 St 1gq` w 242 St S 242 St N N N N S 242 St d m r243 P; 516 ,! S 243 St _N rn " S 243 St I a/ a ¢> 1 ■ m $244 St N l Sz44st 0_ 5241St `■�■�� 269 a\ S 244 PI y S 244 St 245 Ct S 245 PI ¢' S 245 PI N N 245 CA rn S 246 St Q '47 St N S 246 PI � I �@ rn < N 2ae PI590 S 249•St $248 St IJ e` 5 248 st $246 St to R S2501, a W R S 25 St A.s 29P P aA°Pm S 249 St rn %' S�^ a / a y 5251 PI N S 251 % I y 250 St SU m Z51 PI QV st 5 (� y h 250m Q 5250 PI ¢ o FL 261 st 2 5 251 St `" s 1 st a zst A IH ,S 252 st 251 PI m 252 St s 251% h 252 st IX1 N S 252 PI Q 252 PI Q5252 PI 4 M r1 1 S 253 Sf 253 S _ C`I 253 PI '� q M 252% °+ 252 m S 2S3 h St ¢` 153 589 s zs3 PI a 35 z5e zses sZs4 sy Q 255 P1 ty n S 256 St q S 255 SI $255% � S 256 SI 5257 St S255 Sf 18 ' W 256 PI 554 s 56IL a1 25fi% b 2g�p N N d 257 PI to � � Q m Q m m 2575tm '�& I--- S257 St f I Imo- N PAGE 11 DOWNS J ( �L o 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 5OF19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 \ PAGE 1 UP _, — n�2- �J --- _ S 2-12 v \ I P I 296 � z,4yt4, to Q 214% � 6ry Q Q I 277 q ¢' S215& 215 St P ) I tP N _ a r 5 RlvaNi W e� S 216 St98 ( N N S 216 St I =218 21, 2t�s ce° � \ S217 St w118 3 zte S219St 276 v I 300e I ,pS zi9 Sf zb�C I / \ I S 220$t rn N" w8� 30�3P I /I~\ I to $220St Sty/ N Q 221 PI fq� N I I I N ft ad1 2 Q C a I Q II 222 PI _ I�I •���•�• 2y �o / -- L Intl I -_S.224 St I 321� — / S 226 St 225 PI I � L e / y Q L+{',` 9 des ram, a ' S 226 PI 227 PI ■;� a G 1 fp' � 0 I \ N I 3j II m n I s 228 St I�I 285 N \\ 304 I M p5 S 228 St 1 I o� 283 28Veterans p I I I y93 ��� // / 52� I S231 St f I d 231.q N I '1�%l gti 5232a 600 y rrI7II I I\ 9 6 $ $ ry32P1 �i eOx c 232 233 St m Yo P I _ S.232 9 233 Si `J G 73 m L/ 1 V S 233 St N 5g7. \ \� s z34% n � i m � _ I S T LI \\\L g 307S234Pf Sux+�s' s d PI N I NS234St ILD "1 Q \ • \ 71°" 308 si5 a 8 p " <' t 181 I ti m \0 52365t s I u a y m� o I w S 236 St SP j d� a°y N � za s< 823e Pla �\ ryA9gt '� 7`BS`r �. 1 /r5!SfO.e eA 373' 62385t 23-1 �t N ,Sg St N 9 m I wmo. StN s v ^i 2 No N ss esi `-' 57 I \\y I: N I°° S239 P1 I 2415t QzIOd, $1P ' 240p` JemeePl ` James O 242 St 1 - 5 a' Q 243 __�,. P ; wsamst 516 I S 243 St a / ° `�°o-Q l Jemm Ln w James L. tl S 24,St n l \ ,/w o I O 8 j ,I 2a5 Ip7 C! (���\�\\\\\ (� 246 p A V N 206 8 $ I Z I 2aist m G� ti6 \\\ N - N W Meeker-t 207 F \409� 590 s 11 eeKec S 263 $ M t N s 245 St P Sza$st 249 St gas S 248 PI v aQ' 1Ps rn \ Vim` Z W S 250 at 30 N1— - S as P a y � rsl o y � — —1 25o% ¢ s-11 a v } 1 m /g`L AlII 5251 St / •Q/ �' I II1>1 251 P1 m 252St sz51 P1 y I IJI ' 252 PI ` a. QS 252 PI 45 AvRac A- S � •� IS257 PI /• 'j7� \ I rn i7 m 252 P1 y 252 PI - •I / • 347 a I _I a C y 1 y 2S3Sf 58 4 m 25331 v 0% 1 2 G i •iS253St S 253 PI � � �I 1 • � \ A C lM1'telmen: 9 p f ej •' G � 254p 2595I 52�� � �/S 253 PI m � � _ �a � / m I • I S 255 St 255% R$jg L S 256 St r 584 I G 1 2.Ct � 255P1 d I I I fDS2551S�• 13g0 I 5257 St m 1 y A PAGE 12 DOWN 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint ��KENT Paint-Coordinate Work 123 Map Key(see Appendix A for details) 6OF19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 saizst PAGE 2 UPt di bo m I w rn I a' Q S213 PI t I m y 277 I 52135E 9,5cy a to y T4 PI ?lyAr Q N o� ------- S216 St s216 at _S 216 St —I 216 St I S217 St 218 St 4 `S276 St �z1s PI to I w M al a S219 St 276 I Q ) S218 St m S21 St to a a n I) FL � S220 St N � I m Q a / zt9 Pl I R Q 22 I $ rn S 220 St I <z2o4v ¢' W 221 PI II v O n Szzz sc _ Y — I S 222 St 7E71S 222 St 8223M 6 Su m`� I _I s224 St S 22s St I ra 22a st s2us a Ta I ffi o _ I __ szzs Pl 22 r� S 226 PI I 7 PI ' 0 322 a'j I/ 484 5 II m I 8 h I < $ I M M I 32O W s N P �i qP'S tit y S 228 st I S 228 St n .9 228 st � _ w o 264 I S 231 St / 266� / 230 m I / ' Z s 4 z�\ .5l sz3zst 6600 > _ ? o m sz3zst 0 E 6 SS->3�,^0 0 M p e V3 I Q Novak I Ln"1 s p D 8 $ 0 S 233 St I 1O w _ v I N I y ga f� (' m Lfil St as Q t I 181 I ul a234 PIS r m a �d co S 236 St 2.P SLLJ 235 PIJ sz35m Q S23a PI - I f_•` St wcole at 237 St a Q I.^O z ` , P 23a PI Q fQ- nz z d m d Q23851 �238 PI �\ 3S� W ma S2,aA Q W Morton St N N 5'L / m`� 4 444 /eyq ¢ s237N 9 H c j 9N N 5238 PI m 257 1 z wCloutlY St 1 z z a' s 240z 2395t O Ow 52395E Q 52395t a. Gauge st v Q w,y< ��• 601 N S239 PI I c w ' g g - 5239 PI ! James Pl a �2 q43 a 239 PI w 5 z 392 s 240 St 145 ct a wlc�,rt sla si Catlal SL Z 5240 PI 149 N 52415t � 3 1 JameaLn 3 z 1 wsamst F z E 148 144 ¢' ee W James Ln Q z I I Ramsay Q z Pioneer St i 2 m s 242 St L P m29 Mvnillan St a' E Tempe2xe St 8 E Q / i 242 Ct E Smith St N U = M m $ 747 s 243 St 3" W Smith St N 446 Y44 st 143 N ¢Qp $ I z 410 —_ z_390 366 430 421 E sml n st ^ S 2"PI 208 8 I 'Ha rison St V rn I a walN a' ry447 _ N 207 0 I N za! N 431N 47Np sz4 W Meeker St' ��=eker_o_384_trt N 7Y�o y 142 w Go 83t 373 1 389 365 432 42WN Y ` % 13 146 I ti wenane st S 248 PI 263 y 404 N' N 382 372pr°T-364 433 p�.`�5ti 424Ka comest \ky �`so m 141 a' a a w Tws I 388Y Ej• 434 S248PI a v I 403 �N' 381i rn,> M wr EDean \ oeanst plrenyHlA o 1'07 •-• \�N S249 St w �°� Z wsaar St �, v v t°fi 3787 ew'1 WY�° a S EMaclyn st $ �N yt9•PI�$tZ-5`I'6 — � 378 380 w �r w 363 $ 3 R25�N � 160 $ s 377 31°fn � � �, � 5� E GUlberaon St �St � � — —w�willis st— WII'twp�• 386 s < a a 3�me 5t 516 I Seamest .mr, i�• I I ,tO:,._,., w.lr I m a' laasenst g`r >" E n s zs1�PI /• 271 I I 341 S 253 st , 1 \ 369 Mortal a 11 Q N S4 y ohi`�O N E Laurel St Q A Waterman 51 = �113253 PI , ' 1 267 � I N I Overlook Sl m Q I I � Ce I St m EHemplk 5l 'm Q ��� 375 1 ' - ` S I a 1 1 I I r -Merlocas°i'rw SE Flbeet I n 3255/3t, 1 3 I g u) _ 3 W 1—.--�— a E wamW st Y walnat PAGE 13 DOWN �'" I25A Maple St 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 7OF19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 m W PAGE 3 UP$ se2,2st 21j Q E n2�tl SE� O 211PIs S F > j d 2ryln N 473 o s sezl2st sEzlzPl a' 212 I Q ¢L 21331 j 27 S213 PI 52135t1 95 cy ee" 213% SE 213 PI $ od 213. 213�$ SE 213 St 108 w Sg213`'+2 m 4 PI 2r N w v ^ 8 af' N SE 214 St rn a N N N 2 - 44v N472 y Q eS1 SE214StQ y r/1 rao Q a I I w vo ¢ ^ 6 r. I ` SE 21d Pl O 214 PI \ SE21f 16 st —I °� 216 sty et v7 a ta\o` '^ sE z15st �a' z1s st SE 216 St SE 216 st 21sst �eaf� SE 216 St Q MS �216 P1 a ar Q. S y _ SE 2175t 216 Ln n zecv AaGy? >- � N216St I - W w g 1; $ 8 d seznst 2 s _ m SE2189t 5� ^/107 D 3i SE217St S 218 St _ S 218 St SE �sF218. 26 N J w N s 2jBq SE T95t s'''E---ggg2211e���q��, sE 217 P1 5 h 219 PI 130 8 219 PI_ T sl rl to SE 218 P1^ SE.218 PI - 21a P1 106 S¢'220 Av Q Q SE 220 St �i 2m st nT205t w, o �` SE 279% ZfB�y� xza t� S220 PI G 2zo Plg b• SE 219 PI _ anw 729 $2 zz9a 221% 4 0 _ n8 128 - ¢ SE 220 PI p a zz9 Pl 1 5222 °' E.1 0 9 E 2$ •••r,$ _ n a 9E 221 q r SE 22 i,, d v st - S 222 St �� S 222 Sl--- S.-� E 2z2 St I `V SE 222 St 105 ` �a\\ �2__127 222 PI A" szz3Pl Szz n g o �yOC D zza t„ SE 223 St 1 ^P R _ 1 1l SE 224 St f y9�e A�j �m g 224 S2N St 1 ¢' SE 223 PI it 09 G 126 225 Stg 221 PI > SE 224% SE�2S e $ ¢ SE z2sq 125 Sn� P � SE 225 St % Sf S 225 - s 226 Sf 1�? ¢ SE 225 St 104 m ` c, 484 N 9 125 226 PI S A 225%8 226 st ` N 'y 22fi St ,� 2h m < 8 124 0 �o MSE 225 St SE226 st a' 226 st .r9P Qa 1.� a z22� 22e A S228 St M 3 m < c 228 St aP G23 ��[221 St 'NG� 227 St ' g f d104 _SE227PI 52 s22ePI zzs a, 2265+ �M�SE228St 228 St SE 227 P1 = 103 7 l 8 PI 1 -? 128 PI SE 2284+ 122 'og c' zzeq zzs s< a' u� �N S 230 St i �� w 5� y ,I f¢` 229 st SE 2�PI M n Q dy Z .9 23o P1 Q sz�s % a' �^`g dye za 0 'ate SE 23o Pl _102 z3o%f Iry S SE2315t M� p'+ 0 dt 1 0 M a' t - s3 101 S 232 St $ .2 s SE 232 St SE 232 st N � SE 231 P/ C I4$$ r\ SE 232% ¢ S sa 100 N g 232PI m U �m W 0 ( y aas 0� 120 2aa st �� � J¢ aR $ = N 233% m I Q O233a Vy 2y - 233% O li 0 Q 233 PI y N S234 PI f a' ¢ 21` C $ p 234 FI SE 234PIt f'99 S 234 St w _ N 234 PI-9$ m _/-�J a� S235 PI t235 P1 5235 235 St o. SE 234% M S`SE235 St P Q235 Stp I W n zas PI S 235 PI C� 119 ` E „o° 236 st \ 493 N (� % P szas sE-z3est % 97 a 9 Ca 23e PIN m N SE 236 PI ¢v 236 PI Y SE 23 a O Q/ P1 Ol5'2375 S T3 S I 23a Q 2ge ¢' SE 237 St I f SE 238 Sc m % 444 23). �xBYq $ D S23]P ^ Stf 8238 St y zae`�+ SE 237 St y 7C't 9' .� 237 PI C O z z 118 z3est z36st a' 96 r�9asc ¢' a' S 23g St N SE 238 PI 48 8 ` z3e% s _J 492 E a g < SE 23951 d 2385t $ y S 3 S 239 PI N 443 a a 239% SE 240 St ryl s I z3s P N v S 240 St 145 240 P1 ^ LLJJ ceaarsn z a s2<1st m 49 z49P1 s 240 PI 149 _ Y E 148 $ 144 2 $242 S1 of Q ^n 7 Pio�ger Sf Z P m °'s242R 2d2 PI o SE241 PI f 242 PI'p m rdcmillan st < > E r Parance st F LQ '� 2az a w D ^ c 94 s 491 10 14 Y E_ / ] Sal I P SE.243-St 0 N■rr■ O N, N 5 243 st 116 S N M OIn w m.�9t N M S 147 M M M o N t N W �'a•O I < pv tv 446 2a4 st 143 $r M I' a E SmiN 51 421 82"P1 � — ` m —/ a W 244 Ct - h SE24434 ^�^ N SE 244 St stm1 y 1 ry447 - 9 42.N R/p ° 9ti 142 S245 PI Naw2ryst 424 %h''9t'Ly, ,P ry ilsm st 146 93 s 246% 113 z46 PI I r�I I ! f e p ^245%o �Wi 141 2a]PI - f j / 490 3 ¢' {m's o Cd a' g s2a7Ct o S N.l Ie :r. WY EGean \ Dean st Cherty XiA �0' O 167 to \1\ SE 248 St N Y'��Qq� A25 E Adeam st 160 m z4e PI m o�244OIL, za6 PI�C 0515 q a ¢ Q o y W a SE 248 y� J w z4N Q SPa 249 PI S �^J j V1 249 a N Q Y c tua st 516 r 1 SE 250 St s 9 N125o a S SwI.St I I SE 250�PI n _ 250 c _6 PI h°Pt Str^�^a°`v�'��Eg x �+1 I_ ¢�a' boa 1S tse o zsla' SE-251 St 1"1+ 1 4 > E Chi nafp st I I $ 251 P S 252 St 252 St -251rP1 F+ ` chi--t N E Level St rf3 'O iL h 252 Pa I 252 PI 0,w 252 PI 252 o I I Q - q, 253 Po d dry \ a N SS o I 253E a 2535t S 2 CaMr St N E hemlock Sl - .� ¢' 7d Q G 253 PI N I SE 253% 02 - G = 173 m S -W �jl iI ¢' r 254 St z5dsyw -Marl s SEFilhen _ �C W SE254PI 254 PI i> > SE 254 PI - p_ V�f 234 1 % a 9 E Walnut St Walnut ISIP 256$I 23g 255 PI n 255,P"1 CW, g FJPAGE a s 256% ^ 88 c SE 2€ S i25A —"8naPlast w 14 DOWN 25 st sE257st x_ 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Pt Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 8OF19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 %.d SE2211J o 211PIs I Nz PAGE 4 UP�� din to rn az SE 212 Sty1.t SE 212 St SE 212 PI Qtx� ! 212 PI 212 P27 & u ryP' 2O2 SE 212 PI213C[ W 213' SE 213St 108 ' •gEx131M1 SE 2135tSE 21d St (n 2145t x214t03� 2 _ Q g SE2145t > 4 < n g n Q N 25k$ 214 Sf 214 PI _ al O 1 SE 21f - ¢ I p 214 P1 01 �f SE215 St \¢> 215 St �� ¢ a 215 P\ 215 St SEry14J t C7D SEEMS, 218 St 4f� SE 216 St m SE 217 St 2181n x1Ba Gt'�� _ SE 216 St S rn� je 07 SE 216 St ¢ 21]St 218 s o m 217 St Q 217 St t^.I I Y+ •� I 26 SE218 St QyE 1U7 D 3 SE St a 69 217 PI 21]Cf ` cr SE 217 P/0 SE218/3 f SE 217 PI \ m - �aP 'SE 217P1 W \ SE.2.18 PI_ - 218P �c P xe� 218 PI A .200 I ` s SE 218J' 106 Q- SSE 218 PI Q$ o A < SE 219 PI `2/9�� IIFF--11II ��p �'St��%g 951 7 SE 219 PI SE 219 PI _ \ E 220g _ SE 220 PI p z2n ct a zza% SE221 St N a l� @ 4 s _ SE227S c o,7 �25 $ a a .1221 p/ Ea N dqv _ SE2y1 PI I \1 L D SE2z2 PI b SE 222 St 105 rSE 222 ct .zzz% 30r Q- 8 22 Cyoc a 223 t > SE 223 St e' ,p e ,a, m �� $EZ23.pr �Av t28Pd n3P1 � MI5E�4P I d% SE 224 PI/ 224 P 225 PI I SE 22S 225 stv w SE 225 St SE 224 St y J ¢' SE St '9 z26 St I�P `zz3� N sF zzs% 225%� MISt SE2265t N 228 St TRe t7N g /L 228'yy SE 228R 199 SE 228 SI W I\\ 2P a 228ct 37� $ i a sE zzs PI $ Q' s104 -SE227PI BE22751 ail SE22]St' I \ 'SE 227 PI 228 St l z28% � 103 22s st ¢> l On .�.s st P` $ SF O SE 228 •• \\ 0 aQ° �Q SE 2�PI ti n t ¢, • \\ d�5� E 230 S1 0 ' E230% SE 230 St S 23p St Nt11 2 `. / 231 St 's 5 gv% I 0^ SE 232 St.- y ' h''SP 101 t m0l' / h .1 ct SE 231 St 231 P/ SE232S Q qst NF � SE 23151 ,\ N \ T D I Q Sd 100 P S 232 PI W N �2 S I d2329t \ 3 - N as ¢ -SE 233St �azAn g P 232% m 9 g 233% a v 233 c ' 2 SE 234 A `99 �E 234 St w w d .T�, 0 SE33 St a a \ 0 234 PI PI '� -234.S1 SE 234 St .y O r $ �N 234 PI-98 = rn o NS a' 0 z34st 5 s rn \\ --n 26S35 ty � N23sst 1493 v �s falav �o�? "'' I LLJ _ A 97 > 9_ SE 235 St a \ 0 238% SO 238% SE 236 St SE 235 St �•. \ I \ Q ISt $ Ir SE 2375< I f SE 238 St� P1 SE 232 1 SEI236 PI S SE 237 St aZ37q 9' m h r Mflinn"s, 23851 m 238 96 23]PIC SE 137•%' Q SEb7P1 r� 237 LY SE23P1a238 PI S 48 8 � m m, 492 W g (a'n 238 PI ' >II^1p1,\p /-�•y g17I^ $ I sez92 P4aI2N S t /n `s iyil 128 P2I a 2. 'SBf2-51 St _ wa tQ zn s0St 0),; rip v I 100 xi 1; % - _ 240 PI at — 497zoS 5 SE240St 15 LN _SE 491 fS 8190 n SE SE/ z x4r F243S.t t4 d SSE Ou`2 � �. 241% ? d 24351 r2 > 0 1 I $E 244 St �' 243% I / 9� SF.� N, 243 I SE 244 St 2d4. _ �I I / 8 Q 245 PI I v ut. / 490 0¢ I\ ON 248 0. \ _\ \ 246 St / I \\ m 165 67 -m ^ t w > m se 247 st SE248St� DI o zd8 PI y a' ' SE 248 Et c SE 249 W 2495/ 218 PI 24B PIN W < V ;E z5o w s NQ Z Q1 187 4�a xsap ulsz o zsla' �E-251 St 0 p1 251 P m Z^ SE 251 PI I SE 2 Sr \ / n1\ I I\ 252 St 51^ -25TR f❑W 252 PI 252 N 187 PI \\ \\ U L\1 1 251 PI W 252 PI p1 N SE 252 PI SE 252_St SE 2525! I 252%S a S$$tl o arnI \\9\� 252_F 253 a m 1..22% 253 St a 25% o- SE 253 PI St n Ct173 25 W ' . S 25 PI SE 254 PI a ` 253 PIO C;3 25 PI 2 tP xSS 0 IL _552�3t 25d�1 N 186 255 PI v r 255.P.1 C, ¢ � 'SE 255 g N� J 5: 258 PI 98 _ �SE_256_St_9 zssR Q 185 211 PI N z55 P1. O V' u G N C e $ 257 St SE 257 tP1 — x �0 51 PAGE 15 DOWN 2�P'�n1aa 2573t '2r�e Pl 33s ^0 500 1,000 1,500 2,000 258P1- 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 9OF19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 p `Q I' I i•'� � �/ SE 212 St' l 202 SE 212 P15t q ' 14 PI � � SE 214 St e I W rn I a mJ �201 SE 216 St ' I SE 216 St A • 1 Tj 200 I SE 218 St SSE 218 PI; Q 1 Dq 1 SE 220 St 1 199 1 n w � \ N 222 St S • I a' a' ma SE 224 St e�,lyaPt SE224 St eC� s SE 224 St SW2: 9sF ,ry 226PI to — "� 198 sEzz6st s sE zzsw \ 27 st �I sE zz7 st O 1 SE 227a 7 \ SE.,P1 N \ $ Sf E 228 9L Q r \ 1 m SE 710P • \ S \ V 9QJ �?30 St h SE 229 PI SE 231 St S A SE 231 S[ `\ Q 23z w ¢' a 232s `� ♦i\\ SE 232 St SE 232 Sf SE 231 51 SE 232 PI 232 St N m u` A' 0 SE 233 St r Ls l < 234 St'2 SE 234 St a m A p A m •+ I `SE•234• S �6 V SE 235 St O \ SE 235 St 234 q \ SE 235 St \ w ry E.PI I SE236 P1` \\ SE 236 St a SE 236 St SE z37'St a ♦ w y23]G � rn OSE 23jP/ `• \\\ N ¢' s z3e w .$ 23Bw 23s�1q1 E,sE �•♦ \� W rn Q� �497 y a, w �20%y SE240St W N I .E✓N U a' w c $E29'S 241 w1i d \ 190 242St y St p a n 743 PI I � y�, S'F� N. 243 2ysS 189 M,St6. 246 St n SE_247 St \ r J I \ \ S03 I 247 PI ^ I 1 SE 247g' ^� �188 m � \ \�/ \ I \I a49 sr 248 w a� \L-- I I 7 ......... 9 se7"QS, 8E257 I --SE251St SE 251 St SE 2 u • 25 51 q \\ \ L I 251 P/ / 187 \ I �L / c' — .S EL W a sEzsz st �R214 . / 252 q I 252 PI\\ A $04 -¢ 9L PI 6 -",,253 PIO Q¢'25 PI �� end 7 h / a N Q 254 St sE 25'55t' Hm a18 J A (I N a ^yti e4gF. 185 a P d a h 255 PI zss Pl p 4� Q N Q n184 2679t 'ZyPI 335 256P1 PAGE 16 DOWN SE 256 St 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 10 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 rszsost „w sz5ost '�rypgPt °?'PAGE 5 UP ti9 ) ) 585�`'� zso ry > a ¢ 5 5251 PI S 251 St f° Po ' 590 250 St pi 5 VP 250 PI Q 5256 PI [Y 251 St S 251 St Y `� s T51 St zst PI m (s 252 St S 251 w 251 �hg!e N 251 PI 252 St 41 302 25T SI IX ` S 252 PI Q 252 PI Q3252 PI 4 M r1 S 253 St 253 St 0- - m— z5z PI 252 w C`I 254 St 253 PI ) S 2p Q 3St h T63 SI S 254 I t m� � m s 589 zse Pl zsa S[ Q 265 PI n _ a s zss St S 257 St S 256 St S 255 St .'p m w 255 ct zss Pl m ) 256 PI 879 257 PI Q ) ) 257 St m��j'�S \ -- g 25p St gl� Q Q d 258 St o ¢ < ( \ I S :E. ry 258 PI 759IX i< y`` 9 n 259 St 259(n G� 256PI zss st S_260,St o g260 PAv U�P t s zso st S 260 St 9 s zso to ) S261 PI S 261 St R cj Q S262 PI �a S261 PI uj tia� S 262 St S 263 S 263 St S 264 PI V G ) o P Somerset Ln O K[cr J S 266 PI 2658 Nampmn � 5 Svesoy tP 'Mersa/� ro ) 587 •• $ a .Pg cere6ndae IX Hampton wy 4 99 0 ° _ - �I^ Capt.gey bao .� � / N w° 1 S 268 St I S 268 St d S 268 PI, 8 $ 0.. - PePB'pk _ Gt n - 268 PI fp m Q Carrreby St m on g 270 St 586 sa0 st u S 270 St N < fl T ) S ) 2713t PI gBp u ) <Q d € S 272 St O 52735t_ - - $272$t -- N u a Cresrvaotl Re `S St "13Pt • `�• v S273 PI w dr�aP ,52 PI S273P1 Rd S274 Stt 0274.P.1_- S 276 St 9.:. • �,y15 PI �� S 276 St p ry3& 46" N N �s N .—S'Star L 4 rn $ < 5 de N S Star Lake Ry S 277 PI • r ) Q c s 0 PI S 279 S ■ �p91 �a� S 280 St S 280 St a' • S 281 PI N zepwy I , < f° 281 St m $ .._ 26r2 St y 262 S7 S 262 St t S 262 3t S 262 St — 282 p 283 St ?(yg CA ) ' S 284 PI • < S 264 5284 PI ' S 284 PI v S 28$_P.I. N S 285 St S 286 St 2', L ) a' n y S 285 PI a S 285 PI v ) 0 S 285 P/ f° S 286 Sf• N rl Q a S 2g6 SL ) i ¢' 9 - > Vf ' S 287 St t ) - S 288 St °' � a S 286 PI S 289 S/ S 288 PI ¢' m L1 • a a a S 289 PI S S 290 St289 PI < SS 28� N289 P $� S 290 Sf m S 290 St < < ) S 290 St a S 290 PI _a' S 291 St ¢' v - 2 g 291 St - S 291 St 292 S� 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 11 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 Iry9 a < y 5`85\®$�.\1 `y (PAGE 6 UP ��N s2a9st y' — ws Ig 59025ost 5249Pt�SR-516 S,tih s 251 251 PI a7 252 St s 251 PI 302 252 St a1 \\ltl ,`O qS2 ♦• I ReC ' 252 PI 45Av \ r �s 252 PI 52 PI �� I S251,PI /♦ 271 1- rn m 252 R 9 2 S2- u`St w N 2533t } yyTy u �1 � O 1 IS253 St 1 ' ! \ � o Wetemyn: a 589 4 / z53 q S � zuw 2s4 st �a � IS 267 I , F i rn I s 255 St 255 P n $ S 256 St W m 257 Sty 57 Stg2 R- I 6Rfi 40 00 258 PI 1 • 1 I I?Ip 260St U W S 260 St \ S 261 St a 5 ` 1 S261 St S261 PI S26\`'�� > S 262 St Y M S 262 St S 262 St e� '$ e S 263 St 6M � �p �• � _ $ I Somerset Ln 0 ant of as IY Mampoa w U) t 5 swno P naae a Hampton Wy 1 61 cen,5 G n S ln— ,I^ caatm,a 4r= I A m I S 268 St 20 St t9 rn zee St a Camaby ,hy� G S 269 St 594 a Q m S 27o at y L 339 D271 V• �PI Q m a 5272 St M S 272 StLLI h� I973 Pt S273 PI ' Vr mf 3279.01� a I a 275 P161— \ 1 ---S'Star Lai"'P 1 S Star Lake Rry s 277 PI S 277 St , a' o w ¢' a o.u, ti S aS279p/ y '80 St `� S 280 St w S 279 St S 276 to, a 1 M n a' m 281 St a y S 282 St S 282 St P, y 10 I w < I a' I S 284 PI S284 P.I. rl.,.„.... •�• ••�••�••�••� 52869t I m ¢' S 285 S[ a' ; N 1 S 285 St _ S 285 PI a y m I S I t - 1-21 S287 StS 287 St ^vI I S2�8St I C G S 289 PI aS 21"88 PI 5 288 aj \ n I I u) 289 PII S 289 PI 269 PI y I 290 St S 290 SP < ¢ N m I S 290 St a S 290 PI ¢> A St S 291 St Si S 291 St 292 St y S 292 St $ 37 St NW 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 12 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 .-■ / \\N S249 St N[ t= WSaar St a �PAGE 7 UP I -�Y \\ EMaclyn st v�' I 1 -403 rF1VL r 363 Q a 160 N s.z4spt—SR-516 �+ � < �St 377 3 ah ro rn \ < �N E Guiberson St • / --- �� I a' N 37938 385 5 1 d I o sea ua st 516 3,1111 E Seattle St / q / I Rachael PI 8 > S In aeam�ew I s zsx j E Chi cago st g'S `I' s zsz st '�S 253 St I , ' p W'ateiman Sty Q E N Morton SV Chicago Stt N E Wurel St 5 !s 253 PI t 267 rn I. I 1 rnenoox sl m 375— I I career st 0 _ 1 Q 1 Cane.Pl , E nln 369 -Ma omst; an �� I `�O 5255ISt� ' I — t F E E EWalnut St 4 Walnut �m '�Jer'.ki1:S • II N � W 0 j Q U w 258 MaPle St ■ I � _ \\\ oS259St -_ S250S/ �. \ �J I m � � 1 \ ' S 262 Si S 262 St zsrst Alder L. \ K I — \ ■ S 282 PI _ CO N � \ • I & 4L- a ■ � (n ■ I � I - 283 PI� 367 i I zl IY I ■ 'm / 67 1 S 266 St / ■ ¢' I j ffi 357 t 594 �.�.— I --- 9a 339 N D a I a 2 I m a S 272 St I r ,L• —•• I > m c- m w < W In 1 I s 77 St — S2-77St— N J/ N 1 TI I I �I 1 ' 82805, >I I I ' N I .—. i ■ ays (� S 285 St , S 285 St �- I Zi I S 287 S[ � (O I � I BPI NW I 40 St NE I I w z rn _37_St.NW - 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend ® Paint `� KENT _ Paint-Coordinate Work 123 Map Key(see Appendix A for details) 13 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 I 24e PI 10 U P as 248 PI Na' < se z.a yy se 24617 N AGE 8160 Oil Guu,ea0n st 8 9 ct Wm 0 24 at st 516 SE 25 %N Q 12W a - n �20PIcee— oPt St � 1 xE Chicago St I I $ 251 R > S 252 St I 252 SI 252 PI '25PPI W 52p1 B` cmca90 St rn E Laurel St 4. ^� \ 20% a �N 252 PI z ye91' d7 N o I 253 R 253 St S 2 SE 25=3 Carte Sl N E Nembck St i< d ¢' O� Q 55 253 PI (n O I % m ` a o s _ u 173 m S254 St f 2s, rl� rPl EFi@en u SE 254 PI 254P1 SE 254 PI S < s 5 s 76, 234 235 < '`g� ij% m W E Walnut st Walnut SE 256 St '255 PIA n 1 255.PI �� p SE 2@ ---♦�� 2572E R 256 PI _258 PI w 258 Maple St $ a' SE 2157 St 256 PI W - a 25]R f 258 St � 2% zSeR g sl f2s,6a a m 2595t�-W f E m R _ 2! t ■ � �L �SE 260 St .-2s9 st¢' > 259'PI Q I \ ♦ \ - I o - m P t \ t g 2e0 PI $ 547 la ryw SE 260 PI O Alder L•n \\ ■ 251 87 51 �m \ O� 262 Q z61 U \\. I _ W - W ■ S 262% _-- am a st N 548 SE 264 St ¢ \L �\ ■ a^,L. i 1 553 �-0 kI- \W ®Q .2 263 PI SE 264 Sl c "W3 264 St 0 N � .Ly9� 367 / ■ 265 AN. a W 7i: 265 StIT I S'SE 267 St - 286P W 68 q' m SE 266 St 266 p\ ` 287 PI 68 St I ` r Pd ry D 2e816Y to 549 a 288 St 268 at �SE269 st m 2545 ,p a Q E3 H D F 6y� 2 5 ^No a `QE270 St 7]l �' zss Pl rrl o I SE 270 PI 271 Zr0 St $ _ O _ a s SE 270 Slt L0 W rr17 I S z7zR SE272St SE271St N LV s Q` SE 272 PI Ldi Co!�st a a a' a'SE 273 PI 274'LY a N N 27481 CL ■ O Q Zil St m SE 274 WY a ,a, 275St 274: S� I 2]5 a <I S[8 $ < ry S-2-7--7_St— ` 550 h se 276 st f _ r•� g6 V1�\i�_\�"..�y SE 277 St y m \ N\S277 St`Q SE 27liq SE 279 o SE 2�9 St � 9 - ---i - ---�� - SE 280 St r1 E-2a_,,st — W I �� �� NE ', ■ ti " W ¢' SE 282 st rye5� ♦ • I ¢ rn ♦ ■ 283 St ■ -� ♦ ■ I ■ SE 284 St �- Z ♦ , ■ SE 284 St C , • UJ SE286St j SE 286 St Q SE 287 St N Q3 •7' �W SE 288 St 40 St NE J zee PI\ ZI $ SE 289 St Q SE 290 St SE 290 PI Z • > co SE 290,PI Zr �a t SE 291 ___37-St NE- � �ry s 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 14 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 >E 25o st o u0- 2¢48 R N • I I NNS 1 E27PI se24821 PAGE 9 UP D I > 4yA=/24_P I E 249 c ro�•N ` \ It \tW m a 187 \I a' o L a' W �o`_ �\ s' 4t�a x56p �Isz o 251 C1' �E-251 St 5 Pt Q oSE2�51 Q m fJ1 I SE 261 R 251 R 1 252 SE 251 Sf -251:PI N R 252 R ❑W 257' 187 \ \ L, t 251 PI 252 PI w 252 R SE 252 PI SE252_St. 'ram+ SE 2525t I 252 PI _�253 St SE 253 PI 252 F '' 2530 173 m s a' o-w '25as1 SE 254 PI 254 P, Q SE 254 PI 994 $14 N N 2� <� l( M ^�' w U 254 SI 9G Y 09L b m m 2rp 253 PI13 [�<25 PI 1�_ iP� 166 � A .255 St ysy Q 8 sE'255 Si 255 PI v r1. ^23 255.P.1 Cm T 6, Nm 18 255 PI 258 PI _ CSE 256 St O' 255 PI O' 5 I_I ON S�Z�P1> N N w S 256 PI _256 Pi w ` - w 257 St SE 257 St 1 258PI D st\ zs] x56 PI 335 256 PI N < zsesl S13 a <' _ w m e 523 ••%` —aa 258 Sl N 184 SE 25>G ,a"j, < Z 2s7 Ct C Q SE 257 PI sl 2S.-. ^ 258 58 St 2&512 ' SET58 SI 258 St SE 258 St 2 �+ V PI a a 259 f Z-j 511 259 S[ a 25951 - 3�SE 258 Q L^gq w > y 2e0 5[Q °-' m 259 PI r�259 u< S '3 259 s, m 734 < S it > 259 PI ` PI `rF V)w 9. 510 - 259.P f 259 PI M_ 259W >v 259 PI _266% & 547 lO la: 26° sE 260 PI 16o R _ I 281'St SE 2fi0 SI `'Y v 87 fm 1a 28:SO9 SE 28151 z 548 f _ ry6a` w 508 v R z61% 261 St < N sAz6l w SE 264 St w 83 s a ` 26 c 9 0 183 Q t 5 ey r 282 Plr 9 R N ]?� 7 SE 262 R � ¢ N 26 9 9 c N 546 � 263 �O P10 y SE 26i g v1 i p SE 264 PI 1.4 264 St 2 c 263p $97 SE 264 Sf rrrfi���i3 PI 04 a U 285 S5� A> a. 506 285 C7 a SE 265� R1a2 284 r O SE 284 285 PI a S ® 264.PI 285 St �O� 285% w SOS 285 PI O ¢ 5: 3 SS286+ PI a- 7 W 286 PI^ N SE 266 St _LjO 268 P\ 0 2685t Q m 266$t ' a' S a'. Zee a V 7� > m 287 PI 268 SI 515 0 m V V. 266 PI N '\ 26851 ryL N 28]PI 0 549 n zse s545 $ q Qx Est 268 st SE 268 St s SSE 2`699St 1 \� 2 Q 7 = Q T� W N W 2�PI a (V VA UWJ i G no st 7j�g, 27o sl '�+ s1 181 o a z76 R 270 S o m o 46 s `o ^� I _ 249 I z], SE 271 st w r4/ g 2517 m w 1 S Q\ 272 St 516 _ 272 St N n N SE 271%� N ^I SE 2]2 PI V TI 73 m SE 2]2/PI m 4 272 PI 336 QT f w 273S1 iC Q ¢ C 9� IQ SE 273 St g a 174" D y rn 274 St SE 273 PI Q/7.Qf ,41'y 180 n �w 273 c SE 274 Sb 273 w y SE 274 WY n 27551 274 s1 _ S' m \ \ " SE v4S ` '�145 uJ Q 2]4PI 275 ste 8 a a' al '� \z7an 9 a' 179 yaPl �' a' 534 2]4 :I P 2>a w 550 N SE 276 St 517 / \��___m s SE 275st Lti 4 275 PI \ N SE 278 276 PI R 275 SE 277 St W N 2n st`Q � 1 SE 276 P1 n6 st f �yy t 535 z76R N fV a' 6 ti�6 2 cn sa a�>778 _9£S I I SE 27.7 R ,q ;y St I 1 9 518 E 277 s1E z]e Pl 277 PI �B�w M1e� g SE 278 St •�.� •�• • n y Tl9 CiN - 21 I ,,/j OI� g 176 SE 2]9 PI a^� • , sE 280 st 519 SE 280 5t �ll xas St a 175 se zao St Q • n SE 280Ct 280 PI ¢ 537 S_E'2S_1 S,t � 520 w � �0� w v W < SE 282 St • 2e5G SE 282 St - rn •• n 281 PI M 281% SE 282 St � SE 282 PI C S 283 St G •ems+ 533 SE 282 St � Ic SE 284 St W B SE 284 St � SE 283 PISE 28a St SE 285 SfivNj 539 Lu SE 2es St SE 286 sf SE 286 PI 174 � W D SE 265 PI wQ pp SE 286 a SE 287 St N 1 y G )�2 am rn y._ a 2-1 2 am 540 SE 288 R \ 541 68 SE289SF � \ � SE2 SE 288 St SE 290 St SE 290 PI I ' �� t SE290,PI V I SE 291 SE 290 PI ; 9 i • h92 • 04' g25t SE,2956t l I n fib PAGE 17 DOWN 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 15 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 188 \ `_� I \I PAGE 10 UP 1 1 I 1�m —..—..—.. 187 r^a/\_ 'rp9� \1 l -1 `• eE _7 / 1 —. ..— � s SE E 257 S 1 I > • / SE 257 PI f ` \ 1n\ I I� Q �.. SE251St • SE 251 St 187 \ U L 2s1 P/ `� / 25 .S'�-P•F W s se zsz st i s z52 P1 0 ` 11 � I / / ...—...... ne it (A t7 m w . �\ 252 P1 s04 1 a 252 PI \ it - m Q 2545V t" /� .S PI 186 SF253 PIO �Q 254 PI �� F � n 254 St � sE zssn a js" J S,g Q 11 " ¢' 6rye _ p�5� 185 d vm L= ss Pl I a 255 PI ee \ N 255 PIS Q Q N N I m 5R D 257S1 '2yr Pl 35 zssPl SE256St 184 SE 2s]CI h 2571Xa Q SE 25]PI t tW/J 2585t SE 25851 < 2Srp y 7 5g 5t m SE258 C[ 256 St 258 PI i N 2 m 25 S �'9 25B St p ' 4➢n Q S y I N o 59 PI PmN'f ` 259 P, 4< sE zsO to / .% $ 281'St SE 260 St \ SE 260 St 4 261 w 261 St ° eE 261 St 4� \• ^' c280 Si SE 261 St i 183 E2625 N S , PI 262 St a \ S SE 262 PI _ O% m SE 263 St \\ < \ I SE 263 PI $E 263 St <S3 PI t`]' 162 284 5� Q SE 284 SE26q SE 284 St • . $E 284 S[ 0 n �' \ SE 264 PI SE2645t 285 St o G M S `� 3E2�St SE2885t ---�/ 2655[ s MCIy a 266 St 266 PI 525 < 'i 266 St g a6q 267 PI 268 St SE 268 St $ 7 s, -*Xa � of � sE z57P 181 m D '� s d 08 ¢' 7,q 269 St m 270 St o M d 2 y S N 2", SE2 270 PI. 1^ O O m a 250 to LI m _ _ N - .: m N SE 271 I` OA/ N 211 PI M • ll m 10]_ -n 336 —516 ¢ 338 N Kent KanCII Rd 1 SE 273 St 273 St s $ off; I 180 SE274 SI; 273C ". ` N 2]3 Ct �O I SE 274 St 527 SE 2]3 PI 2738 SE 27g SE 274 Sf 21Ay N Q 274 PI "/ w W p 21ar1 ` a' 534 �. y " wz74 ErI / a' ■ 179 274 N 50 a 'St CI p275 PI $ SE 275 PI 275 PI SE 275 PI SE 275 Wy OL... 278 St f `',B St 535 276 PI SE 276 PI ! 276 PI 528 w 17g s --- ♦ o p1 �\ _9£S ,ems 2n ^ - PI 532 147 q - m 1 w 52 zn PI ♦ r' m. Q. SE 27$$[ �8�, � 'SE27� N I SE 2]B S[ N ♦ N �M 177 1%—, 278 PI (] S i 278 St 2>gp SE 278 PI 279 PI ,530 , r' 278 SE 280 St > 2mP,175 SE 280 GI 280 PI 537 .- • SwE 2 St- g 26218 s1 PI a f �531a 2i ♦Q♦` ♦ . ♦� Q SPI 53 2. ze, ^ h SE 282 PI r �rye� ♦♦ SE 282 St a5 N SE 282 PI ♦ �' > SE 283q SE 2845t_ ♦♦ •. t Q 539 174 ♦, N ♦ w SE 265 PI �• m o ♦♦� W N y O N SE MCI Qy'� Q •♦, SE 287 St `♦ ,\5� w 541 SE 288 Sf �c� _ SE 288 St ♦ 288S P d • a' N 290 St j SE 291 PI SE,292 St 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend 2 ® Paint Paint-Coordinate Work 123 Map Key(see Appendix A for details) ��KENT 16 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 pM1 g 289PI 2888 _ PAGE 15 UP os i'st'd - W 288 PI N SE 266 St a 266 p\ 288 5t Q m p 266a 266 St 56.51 Nh jnV�zs'e�s't IoS>SE Gm 267 PI 288 S[1'\ I ' q 515Q �Ym! N 2s L s PI 26 267p Ps I 549 z 268 SE 268 St 553 $45 8St 699 t b Q d69$ I 2695� W pNp 269 PI (V V� N - SEZ70 S1 77i N w n f 181. O SE 270 PI �st z7o st sj 270 St o a �9 s< $ n a S _ s S 270 St ° I a 2l1 PI $ SE 27t St w S r' 9 250 a z7z P SE 273 St w \ m 272 St 516 ^ N PI se z]z SE 272 1=1 s <'\ y72 PI 336 r Co' St < - 1 SE 273 St 273 Sr Q o SE 273 PI �I274"ctJ O I., W 2745t ,`�.. SE 273 PI Q7�.g ,`1ga io 180 n U St ) 4 w Q Q 2Jq SE'274 S[� 273 E 27i SE 27 Y 275 st 27s s - \ \ a SE 274 St z7°y 2]5 a' al N� \ 1 9 a' 179 1t4P1 ,ylss`�� a' l St8 274 P 274 / �550 1� y m �SE276St 517 2hP\a \ems a N \ N\2"� rn SE 278y 276 PI Tn SE 276 PI o+ 276 St J 2]5 PI �� o E 277S - m 6 178 SE 27.7 fr-�t SE 278 St SE 2T,9 SP I __\ t y 518 - sE z7a P N TrB=a 11a� `ayv S 17Bp2176 SE 2]9 PI SE 280 St 519 SE 2805t 11'A I SSt H 175 SE 280 St•4 •— --• _�� N SE 280 Ct 280 iN SE 281_St 520 N �4% y \ ■ ¢' �� W < SE 282 St 10�a SE 282 St ro�282 i v t"�a'o,° et PI lr� Zj2 w ■ a 283 St < 0 • sr SE 282 St S I SE 284 St W ■ SE 284 St Q SE 285 St t� SE 286 St SE 266 St SE 286 PI 174 w n / w � SE 287 St A a' � SE 2885t I \ chi A SE289St ■ E288PI SE288St._ Q SE 290 St SE 290 PI I n r7 SE 29&PI lJ SE 2919- SE 290 PI ,A �. 1 ■ �y�� 1�St I SE 295 St � O SE 2955t SE 2W P11 j 5 7 - SE 296 Wy SE IN St i ( , a 297 PI n rn y l a 297 Ct > a — llJ SE 298 PI Ell e i W �� n a' - G Q t Q n g 5 SE 299 St SE299 PI SE2'A W .•. N ` SE 300 Wy w SE 301 st `1�1\ N SE 301 PI y ¢ y w `\ _ SE 302 St ♦� s 303 302 PI w ■, SE 304 St \ t W • a SE 304 St i 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend ® Paint `� KENT _ Paint-Coordinate Work 123 Map Key(see Appendix A for details) BRIDGES-17 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 1 1 1 h i i i i 0 m' 2 Q SF 264 Si ..—.5 .................................... SE 264 St '2 SE 26551 �"2 • 1 SE266 t� N 1 SE KENT-KANGL-EY 26, Av O ■ • GREY RD • \ N D N_ zssst N ��N�� -ro ■ 1 5� n ■ 1 Z m i �����• L....1.. ' O � i♦ W ■ ` ♦♦ a' ■ Z ♦ SE 276 St p ♦ i '( W� I I ♦ i` 1 • D 1 1 1 SE 285 St 1 `� sE2essr 1 y �{ Q� 1 1 i 1 0 500 1,000 1,500 2,000 2024 Paint Line Refresh and Curb Painting Ft Legend ® Paint KENT _ Paint-Coordinate Work 123 Map Key(see Appendix A for details) CLARK SPRINGS-18 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 3 IM S 228 Stjl IT' 322 U I M > S 228411 mA I m 5 I Q a I � I 264 I I Z N w I > S 231 St I L 266 I I Z z st 60 I rn Z o _ > > r1 P— I Q �I I Q m W I Novak L�' 485 233 St I (�� I m ME a 34St ^ rn va t l 181 i a I � I � I 36 St S 236 PI -- i Con 3t d yy Cole St 236 PI S 235 PI m 237 St (L Q O I t�� j /dfso yte� _ 11 > N 23s sit > 238 PI W St m — -Q W o Q Q H 38 N ae,9 I Q W Morton St N Ni5�' / `° o N w 444 pd//dYA/ Q a' Cn S 238 PI rn 257 Z W Cloudy St 1 z =_ St m 5 239 St Goo St Q Z ¢ 4 601 w S 239 PI E m I I t 443 a N p 442 [ J = Il James Pl ¢ /"' Jarnes Sf^ N I a 240 Ct 0) a w Z E E Gt c w Item sta st 392 Cedar11 Sb z Z W Sam St I - N Z N N N r° ryQ James Ln W James Ln Q z I Ram 1 say Q Z t Pioneer St 2 z Q wP d W o a m 429 Mcmilla.St a' E Tempe ance St E e ell ? z C W Smith St N E Smith St N U —N 'n S c a I __LIT- 7 - 421 E Smith St 446 0 410 Z- 430 N 208 a 9 I a v W Harrison St a > 390 366 I = WarN x 447 ryq^ 207 to Meeker St \ 409 W Mee ker_St 36a 3 4 N a31�N a22 c 383 37S 389 365 432 423 Y Fp g tig1 a 41 W GO W St Gowe I c l 0 372 388 433 St 424 >t ° wear 404 m o 382 m rn 364 -P.� ma 9� Ke i > Nd us Taco St P Q Q r v W Ttus�t v v �b 434 C' S 248 PI w ac I 403 N 378 387 h 363 Wy E Dean \c Dean st\ Cho y Hill 4 `\IN S 249 St m q m W Saar St N o ml¢> 387 = q �2 Z o 0 o rn w "� E Maclyn St a s v N 371 N 2 ply' 380 370� m� a ° A25 49 SR 516 a �, a S 1 St — W'Willis St— 377 WII�S St "�386`° °g $ Q .E.Guiberson St _ 11 > a `?z Seattle st 379 385 e I s rn �����• ••♦ \ I � � � I � I y ¢' _ �I IE Sealle St�� Rachael PI WCrow St rn Q' Russell St is 251 PI 341 271 \ I Q 8 v C1earview Y > __ E Chicago St rn 1 ! A Waterman Stl Q c Morton St o` Chicago stl rn C S 253 St 1 E Laurel St i WD I I Y I It S 253 PI 267 �- (n >0) Overlook st Carter ET U E Hemlock St L a r¢ 1 ' ! I I 375 Carter PI `E Filbert W 369 I -Marion•St m 3255/stj i I g — / • I Q y----� w = E Walnut: ►� S I v_ ger_'Rd I � C - ¢ U 258 I I z ' In m N I PI 1 ° � a v m 0 1 , S 262 St m S 262 St tl 267St Alder Ln n \ f� /39 ti Alf _ j 0 500 1,000 1,500 2024 Paint Line Refresh and Curb Painting Ft Legend ® Paint `� KENT _ Paint-Coordinate Work 123 Map Key(see Appendix A for details) DOWNTOWN -19 OF 19 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Marking Projects\2024 Projects\2024 Paint and RPM\Paint and RPM Projects 2024.aprx Printed:February 2024 TTY OF KENT 2024 Paint Line Refmsh urb Painting Overall Wal Map and C J�j A\ .......... 4. T cs .4E -7, APPENDIX APPENDIX B APPENDIX B APPENDIX B APPENDIX B APPENDIX B APPENDIX APPENDIX B PisE s�s�+x.�re�i-gain �s as APPENDIX B APPENDIX P-o-5 APPENDIX B APPENDIX B APPENDIX B APPENDIX 14- APPENDIX B TRAFFIC CONTROL PLANS 2023 Paint Line Striping &RPM/Araucto A - 3 February 8, 2024 Project Number: 23-3011.1 LEGEND SIGN LOCATION (TEMPORARY MOUNT) WORK VEHICLE ■ TEMPORARY TRAFFIC CONTROL DEVICE (CONES) ® ARROW BOARD DISTANCE (FLASHING CAUTION) ROAD TYPE BETWEEN SIGNS 4 A B URBAN 200 FT 200 FT PROTECTIVE/SHADOW 25/30 MPH h VEHICLE URBAN STREETS RESIDENTIAL & PORTABLE CHANGEABLE BUSINESS DISTRICTS 350 FT 350 FT PCMS 35/40 MPH MESSAGE SIGN a RURAL ROADS & a URBAN ARTERIALS 500 FT 500 FT Y 45/55 MPH o MINIMUM TAPER LENGTH =L (FEET) PROTECTIVE/SHADOW LANE WIDTH POSTED SPEED (MPH) VEHICLE (FT) 25 30 35 40 45 10 105 150 205 270 450 0 0 11 115 165 225 295 495 12 125 180 245 320 540 f 9 0 ARROW BOARD ® (FLASHING CAUTION) GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE, 4. DEVICES (IF NEEDED) SHALL NOT ENCROACH INTO ADJACENT LANES. 5. ALL SIGNS 48"x48" BLACK ON ORANGE UNLESS OTHERWISE SPECIFIED. USE SIGN SHAPE AND 6. CHANNELIZATION DEVICES (IF NEEDED) ARE LEGEND APPROPRIATE TO STANDARD TRAFFIC CONES. THE TYPE OF WORK 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 8. ALERT AFFECTED RESIDENTS AND SCHOOLS 7 CALENDAR DAYS PRIOR TO START OF PROJECT. CHANNELIZATION DEVICE SPACING (FEET) TAPER TANGENT 10 10 2024 Paint Line Striping and RPM Replacement KENT WAONIMOTOM CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DATE MAR 2016 MOBILE CHANNELIZATION DEVICE LEGEND SPACING (FEET) I SIGN LOCATION TAPER TANGENT (TEMPORARY MOUNT) 10 10 ■ TEMPORARY TRAFFIC DISTANCE CONTROL DEVICE (CONES) ROAD TYPE BETWEEN SIGNS A B ® ARROW BOARD URBAN (FLASHING CAUTION) 25/30 MPH 200 FT 200 FT URBAN STREETS PROTECTIVE/WORK RESIDENTIAL & 350 FT 350 FT h , VEHICLE BUSINESS DISTRICTS 35/40 MPH R PCMS PORTABLE CHANGEABLE RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT MESSAGE SIGN 45/55 MPH a MINIMUM TAPER LENGTH =L (FEET) 3 LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 40 45 10 105 150 205 270 450 WORK VEHICLE 11 115 165 225 295 495 12 125 180 245 320 540 I • • ARROW BOARD Q (FLASHING CAUTION) GENERAL NOTES: I I A 1. ALL SIGNS AND SPACING SHALL CONFORM LANE TO THE MUTCD AND CITY OF KENT CLOSED SPECIFICATIONS. AHEAD 2. PRIORITY PASSAGE THROUGH WORK AREA I I B FOR EMERGENCY VEHICLES SHALL BE PROVIDED ROAD AT ALL TIMES. WORK 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE sz AHEAD A WORK VEHICLE. 4. DEVICES (IF NEEDED) SHALL NOT ENCROACH W20-1 INTO ADJACENT LANES. 5. ALL SIGNS 48"x48" BLACK ON ORANAGE UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES (IF NEEDED) ARE STANDARD TRAFFIC CONES. 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 8. ALERT AFFECTED RESIDENTS AND SCHOOLS 7 CALENDAR DAYS PRIOR TO START OF PROJECT. 2024 Paint Line Striping and RPM Replacement KENT WAONIMOT•M CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DATE MAR 2016 SHORT PREVAILING WAGE RATES 2023 Paint Line Striping & RPM/Araucto A - 4 February 8, 2024 Project Number: 23-3011.1 1/25/24, 3:44 PM about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 02/27/2024 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 1C View King Brick Mason Journey Level $69.07 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1N 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 y` 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 41J View Mastic King Cement Masons Application of all Epoxy $72.37 15J 41J 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 41J N View King Cement Masons Composition or Kalman Floors $72.87 15J 41J View King Cement Masons Concrete Paving $72.37 15J 41J Ni View King Cement Masons Curb Et Gutter Machine $72.87 15J 41J 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 1/25/24,3:44 PM 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 i 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 N 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 1/25/24,3:44 PM about:blank King Divers Et 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 Et 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 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 1/25/24, 3:44 PM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R View Products Work Only King Fence Erectors Fence Erector $50.07 15J 11 P 8Y View King Fence Erectors Fence Laborer $50.07 15J 11 P 8Y View King Flaggers Journey Level $50.07 15J 11 P 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 lip 8Y View King Industrial Power Vacuum Journey Level $16.28 1 I 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 I 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 11N 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 1/25/24, 3:44 PM about:blank King Laborers Cement Finisher Tender $59.07 15J 11 P 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 Et 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 Et 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 lip 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 1/25/24, 3:44 PM about:blank King Laborers Maintenance Person $59.07 15J 11 P 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 lip 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 lip 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 lip 8Y View Chair King Laborers Tamper Et Similar Electric, Air $60.15 15J lip 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 Et 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 1/25/24,3:44 PM 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 lip 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 lip 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 lip 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 11E View King Metal Fabrication In Shop), General Laborer $30.07 151 11E View King Metal Fabrication In Shop), Mechanic $43.63 151 11E View King Metal Fabrication (In Shop), Welder/Burner $39.28 151 11E 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 1/25/24, 3:44 PM 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 N View King Modular Buildings Welder $16.28 1 View King Painters Journey Level $51.71 6Z 11J View King Pile Driver Crew Tender $80.82 15J 4C N� 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 1/25/24,3:44 PM 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 JIG 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 15J 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. Ft 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 11H 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 1/25/24, 3:44 PM 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 Et 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 Et 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 1/25/24,3:44 PM about:blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11 G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11 G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11 G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11 G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11 G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11 G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11 G 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 11 G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11 G 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 11 H 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 11 G 8X View Type King Power Equipment Operators Trenching Machines $82.25 15J 11 G 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 11 G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11 G 8X View Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11 G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $78.65 15J 11 G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11 G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View Underground Sewer E Water King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View Underground Sewer E Water King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View Underground Sewer E. Water King Power Equipment Operators- Bobcat $78.65 15J 11 G 8X View Underground Sewer E. Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View about:blank 11/18 1/25/24,3:44 PM about:blank Underground Sewer E. Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11 G 8X View Underground Sewer E. Water King Power Equipment Operators- Bump Cutter $82.88 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Cableways $83.62 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Chipper $82.88 15J 11G 8X View Underground Sewer E Water King Power Equipment Operators- Compressor $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11 G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11 G 8X View Underground Sewer E. Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11 G 8X View Underground Sewer E Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer E. Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11 G 8X View Underground Sewer E. Water King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View Underground Sewer E. 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 E 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 Underground Sewer E. Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View Underground Sewer E. 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 E. 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 E Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View Underground Sewer E Water attachments, a-frame over 10 tons King Power Equipment Operators- Crusher $82.88 15J 11G 8X View Underground Sewer E. Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer E. Water (power) about:blank 12/18 1/25/24, 3:44 PM 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 I.bs 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 Et 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 1/25/24,3:44 PM 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 11 G 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 11 G 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 Et 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 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $78.65 15J 11 G 8X View Underground Sewer Et 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 11 G 8X View Underground Sewer Et 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 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11 G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11 G 8X View Underground Sewer Et Water 45 Yards about:blank 14/18 1/25/24, 3:44 PM 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, Farmall Type $78.65 15J 11G 8X View Underground Sewer Et 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 1/25/24,3:44 PM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Conditioning Journey Level $93.51 6Z 1G View Mechanics King Residential Brick Mason Journey Level $69.07 7E 1N View King Residential Carpenters Journey Level $36.44 1 L 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 1E 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 i 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 Et Frost $87.15 15H 11 C 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 1/25/24,3:44 PM about:blank King Shipbuilding Et Ship Repair New Construction Operating $41.83 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $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 4J 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 11 C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4J 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 41 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 Et Installers Journey Level $58.04 0 1 View .(Electrical), I M King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 View Electrical), King Soft Floor Layers 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 1/25/24,3:44 PM 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 I 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 1N View Finishers L 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. L 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 at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm(or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2of15 Benefit Code Key—Effective 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 may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations,generating plants, industrial plants, associated installations and substations,except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the nominal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'/z)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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. 1. 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 ''/z)the straight time rate. In the event the job is down due to weather conditions,then Saturday may,be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve(12)hours per day shall be paid at double(2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. When an employee returns to work without a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8)hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate,(except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight(8)or ten(10)hours of work(subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate.Work performed in excess of eight hours(or ten hours per day(subject to WAC 296-127-022)shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift,then by mutual agreement a special shift may be worked at the straight time rate,eight(8)hours work for eight(8)hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. 11. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B After an employee has worked eight (8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am,Monday through Friday,shall be paid at a premium rate of 15%over the hourly rate of wage. 6of15 Benefit Code Key—Effective 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 nominal 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 any time 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. L 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 Holidav 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. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 15 F to 220'-$4.00 per foot for each foot over 220 feet. Over 221'- $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance.25' to 300'- $1.00 per foot from entrance.300' to 600' -$1.50 per foot beginning at 300'.Over 600'- $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50,Class C Suit: $1.00,and Class D Suit: $0.50. Special Shift Premium:Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the nominal 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 nominal 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