Loading...
HomeMy WebLinkAboutPW17-429 - Original - TITAN Earthwork, LLC - 2017 Large Culvert & Channel Cleaning Project No. 17-3011 - 08/03/2017 i/��/h ii/li i, "� t /�%!�% Re %-,--lords M ` �1/ KENT xo� VDocument i CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Cleric's Office. Vender Name: TITAN Earthwork LLC Vendor Number: JD Edwards Number Contract Number: - 911 This is assigned by City Clerk's Office Project Name: 2017 Large Culvert and Channel Cleaning Project Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract © Other: Nn Contract Effective Date: Date of the Mayor's signature Termination Date: 22workingdays Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Steve Lincoln Department: Engineering Contract Amount: $1.,835,281..80 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of the removal of sediment, refuse and vegetation from large ___ h.--- _. .w_.._._ .. �,.. _ _._. �r,... cuCvert-s dn-d open channels aCong 64 Ave, . be Teen S. 24C1 St. and . $ As of: 08/27/14 LargeCITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 rt and Channel Cleaning Project, 64 h AvenueSouth Project r: 17-3011 BIDS ACCEPTED UNTIL BID OPENING July 11,, July 11, 2017 : 5 P.M. 1:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WA5HI N G T 0 N PUBLIC WORKS DEPARTMENT Timothy 3. LaPorte, P.E. Pubhc Works Dtrector 400 West Gowe �=E T Kent, WA 98032 W 'o Fax: 253-856-6�500 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2017 Large Culvert and Channel Cleaning Project 64th Avenue South Project Number: 17-3011 ADDENDUM No. 1 July 6, 2017 FROM: The Office of the City Engineer, Kent Washington T 0.- All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the foillowing: ALL CHANGES ARE REFLECTED IN RED I - BIDDER'S DOCUMENTS The following changes are included in the attached replacement page 6 and 23 of the Bidder's Document, Bidders must use the replacement page. REVISE Schedule I A as follows and DELETE Schedules I B, I C, I D, I E, I F, I G, I H, I I, 1 3, 1 K, I L, I M and I N. SCHEDULE I A - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. qUANTITY PRICE AMOUNT 1000A 7-07.5 44-G 440 Removal and Disposal of $ $ KS P TONS Sediment, Refuse, and Per TON Vegetation from Culvert 0 M 1003 7-07.5 7,070 Re:rnoval and Disposal of $ $ KSP TONS Sediment, Refuse, and Per TON Vegetation from Ditch 18 MAYOR SUZETTE COOKE SCHEDULE I A - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. qUANTITY PRICE AMOUNT �1004 2-01.5 1, Clearing and Grubbing $ $ WSCOT LUMP SUM Per LS 10054N 7-00.5 1 Supplemental Stormwater $70,000.00* KSP FORCE Bypass Pumping Per FA $70,000.00 ACCOUNT *-*-Common price to all bidders 1010A 7-00,5 1 Temporary Stormwater $ $ KSP LUMP SUM Bypass Per LS 10 1 5-A 7-00.5 1 Stormwater Tanker Truck N KSP FORCE $42,000,0'0* $42,000.00 ACCOUNT Per FA *;-Common price to all bidders 1016 5-04.5 10 Coa ld Plant Mix for $ $ KSP TO Temporary Ramp Per TON 1020A 1- 1 Minor Changes 04.4(1) FORCE $28,000,00* �$28,000.00 KSP ACCOUNT Per FA *Common price to all bidders piq-eev Sub Total $ 10% WA State Sales Tax $ Schedule I -A Total $1 REVISE the Bid Summary to reflect the update to Schedule 1 A and the deletion of Schedules I B, I C, I D, I E, I F, I G, I H, I I, I J, I K, I L, I M and I N, Page 2- 1- Division 2 — Earth Work DELETE Division 2 in it's entirety. 2 Fags 7-6 — Section 7-0 . - Payment DELETE reference to Site. for the fo0owing item: "Remove and Disposal of Sediment Refuse and Vegetation from Ditch END OF ADDENDUM No. 1 ce Chad Bieren, P.E. Da e Deputy Director/City Engineer 0 Attachments.: Proposal (page 6) Bid Summary (page 23) 3 SCHEDULE I A - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. _QUANTITY PRICE AMOUNT 1000A 7-07,5 44-G 440 Removal and Disposal of $ $ KSP TONS Sediment, Refuse, and Per TON Vegetation from Culvert 1003, 7­07.5 7,070 Removal and Disposal of $ $ KSP TO Pill S Sediment, Refuse, and Per TON Vegetation 1"ronn Ditcli 1004 2­01.5 1 Clearing and Grubbing $ $ WSD T LUMP SUM per LS 1005A 7-00,5 1 Supplemental Stormwater $6-,-0OG-.G0 KSP FORCE Bypass Pumping $70,000.00* $70,000.001 ACCOUNT Per FA **-Cornrnon price to all bidders 1010A 7-00.5 1 Temporary Stormwater $ KSP LUMP SUIM Bypass Per LS 1015A 7-00.5 1 Stormwater Tainker Truck 1�37,904.-GO-- $-3-,"G-;G9 KSP FORCE $42,00MV $42,0001.,00 ACCOUNT Per FA *-Common price to all bidders 10116 5-,04.5 10 Cold Plant Mix for $ $ IS TONS Temporary Ramp Per TON 1020A 1- 1 Knor Changes 9431— $Q-,-GG9-4G 04.4(1) FORCE $2,8,000.00* $28,000.00 KSP ACCOUNT Per FA *,.Common price to all bidders Sub Total 10% WA State Sales Tax Schedule I A Total $ 2017 Lg Drain Pipe, Culv &Channel Cleaning/Lincoln 6 July 5, 2017 Project Number: 17-3011 7c SUMMARYBID ch edule I ve Schedule II Schedule III TOTAL BID AMOUNT 2017 Lcg Drain Pipe, Culv & Channel Cleaning/Lincoln 23 July 5, 2017 Project Number: 17-3011 TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 Location Maps Tab 7 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 Large Culvert and Channel Cleaning Project 64th Avenue South Project Number,: 17-3011 BIDS ACCEPTED UNTIL BIDOPENING July 11, 2017 July 11,, 2017 12:45 P.M. 1:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR WAS KENT W A 5 H I N G T 0 N BIDDER'S NAME TITAN Earthwork LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 Large Culvert and Channel Cleaning Project 641" Avenue South Project Number: 17-3011 BIDS ACCEPTED UNTIL BID OPENING July 11, 2017 July 11, 2017 12:45 P.M. 1:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KEN TT W A 5 H I N G T O N Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Location Maps Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 11, 2017 up to 12:45 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hail, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 1:00 p.m. for the City of Kent project named as follows: 2017 Large Culvert and Channel Cleaning Project 641h Avenue South Project Number 17-3011 The project consists of the removal of sediment, refuse, and vegetation from large culverts and open channels along 641h Avenue South between South 2401h Street and South 228th Street. This work will consist of the removal and disposal of up to 2,600 tons of saturated sediment, refuse, and vegetation. This work will also include the related work of pumped surface water bypasses, work-zone preparation, property restoration, and temporary traffic control along busy arterial roads. The entire project shall be complete by September 30, 2017. All work in the vicinity of Kent Elementary School shall be completed within the first two weeks of work, The Engineer's estimated range for this project is approximately $1,600,000 to $1,700,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Stephen Lincoln, P.E. at 253- 856-5552. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at KentWA.gov/doing- business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Dated this r� day of 2017. BY: 0' && Kimberley . Komoto, City Nrk Published in Daily Journal of Commerce on June 27 and July 5, 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 7/11/2017 This statement relates to a proposed contract with the City of Kent named 2017 Large Culvert and Channel Cleaning Project 64th Avenue South Project Number: 17-3011 I am the undersigned bidder or prospective contractor. I represent that - i. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. TITAN Earthwork LLC NAME OF BIDDER l BY: �► 'Member SIGNATURE/TITLE 1585 Valentine Avenue SE Pacific, Washington 98047 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: %-: For: TITAN Earthwork LLC Title: Member Date: 7I712017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify 5cal CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as 2017 Large Culvert and Channel Cleaning Project 64th Avenue South/Project Number: 17-3011 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that TITAN Earthwork 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 2017 Large Culvert and Channel Cleaning Project 64th Avenue South/Project Number 17-3011 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal i SCHEDULE I A -- STORM SEWER t-h Ay.. S ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000A 7-07.5 *-IR 440 Removal and Disposal of $274.00 $ 12o, 560. od �c KSP TONS Sediment, Refuse, and Per TON Vegetation from Culvert 1003 7-07.5 7,070 Removal and Disposal of $ 152. oa $ 110794, 6yo, 00 KSP TOMS Sediment, Refuse, and Per TON !Vegetation from Ditch 1004 2-01.5 1 Clearing and Grubbing $39,799.vc$ 39,799.00 WSDOT LUMP SUM Per LS 1005A 7-00.5 1 Supplemental Stormwater -- KSP FORCE Bypass Pumping $70,000.00* $70,000.00 ACCOUNT Per FA *.*-Common price to all bidders 1010A 7-00.5 1 Temporary Stormwater $105,104.o, $ ►OS,tok. 04> KSP LUMP SUM Bypass Per LS 1015A 7-00.5 1 Stormwater Tanker Truck — $-3-'09D:9g KSP FORCE $42,000.00* ACCOUNT Per FA $4�,000.00 *Common price to all bidders 1016 5-04.5 10 Cold Plant Mix for $3 R s oo $3,950,o 0 KSP TONS Temporary Ramp Per TON 1020A 1- 1 Minor Changes 04.4(1) FORCE $28,000.00* $28,000.00 KSP ACCOUNT Per FA *I'Common price to all bidders The deseription of thig bid item is identileal to a bid item(g) found an more than afte sehedulle. -RvrOv'PR'C NOTE TO BIDDERS, R-6 required that bid itemg with identieal bad item degeriptions refleet the game uttit Sub Total $ I141911� 0 53.no 10% WA State Sales Tax $_ 14$,4 05.30 Schedule I A Total $ , 6321 Lf519• 3o 2017 Lg Drain Pipe, Culv&Channel Cleaning/Lincoln 6 July 5, 2017 Project Number: 17-3011 SCHEDULE II - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2005 1-10.5 640 Traffic Control Labor $ qb-00 $61f 4Ko.00 KSP HOURS Per HR 2010 1-10.5 400 Construction Signs Class A $ 7.4.0v $ g1GDO.oa WSDOT SQ FT Per SF 2015 1-10.5 160 Traffic Control Supervisor $ 113.Ov $Iwl0$a.IDO KSP HOURS Per HR 2020 1-10.5 1 Temporary Traffic Control $12, SoO.w $12,5VD.00 KSP LUMP SUM Devices Per LS 2030 1-10.5 50 Portable Changeable Message $112.oo $ 5,boad,.' KSP DAYS Sign (PCMS) Per DAY 2035 1-10.5 50 Sequential Arrow Sign (SAS) $ 30.00 $ 115001OD KSP DAYS Per DAY Sub Total $ jpg,-710.00 10% WA State Sales Tax $ 10,1977-D Schedule II Total $ III 5gz.C)L Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always verify Scal SCHEDULE III - TEMPORARY EROSION AND SEDIMENT CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3000 8-01.5 2 Seeding, Fertilizing, and $5,Sao.Oo $ 1 1,000.00 KSP ACRE Mulching Per AC 3005 8-01.5 790 Filter Fabric Fence $ 7. 5,.> $ 5,gZS.o o KSP LN FT Per LF 3015 8-01.5 50 Inlet Protection $ 150.00 $7, Seo. oc� KSP EACH Per EA 3020 8-01.5 790 Straw Mulch - Hand Applied $ 6.o v $ q, 7yo. co KSP SQ YDS Per SY 3055 8-01.5 1 Erosion/Water Pollution $22,500.00** $22,500.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders 3060 8-01.5 120 Street Cleaning $ Zoo, dp $ 241,00Q. C3c� WSDOT HOURS Per HR Sub Total $. 7 S , 6 b5. 0 L> 10% WA State Sales Tax $ 7, S 6 G. S1-> Schedule III Total $ 93, 7-31.So, Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal BID SUMMARY Schedule I A 4 Li 51. 10 e ^�-B le,�eE£ 6L�'7..b....J..1d T IL" Sehedule v G wS eheG�duT�r Schedule I 1 Sehedu'e T N Schedule II 1l 91 5 2• c�v Schedule III S3, 21) . 50 TOTAL BID AMOUNT 1 3 51 2 W I , $O 2017 Lg Drain Pipe, Culv&Channel Cleaning/Lincoln 23 July 5,2017 Project Number: 17-3011 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2017 Large Culvert and Channel Cleaning Project 64 th Avenue South Project Number: 17-3011 Subcontractor Name Ptn Sao,C- Item Numbers It CL'��4 X C�Clz Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scat SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: TITAN Earthwork LLC Project Name: 2017 Large Culvert and Channel Cleaning Project — 64th Avenue South Project Number: 17-3011 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: _TITAN 6ar4h+,--oek- LLC. Electrical Subcontractor Name: T'TAiv fQ,. r 7/11/2017 Signature of Bidder Date Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 REQUIRES CRITERIA ESTABLISHED BY STATE LAW 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. Provided to guilders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as riot to be mi leading. r SUBMITTED BY: NAME: Brett McKenzie ADDRESS: 1585 Valentine Ave SE Pacific, WA 98047 PRINCIPAL OFFICE: TITAN Earthwork LLC ADDRESS: 1585 Valentine Ave SE Pacific WA 98047 PHONE: (206) 325-3004 FAX: (888) 325-3004 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. See attached 1.2 Provide your current state unified business identifier number. 602-605-763 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. See attached 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). See attached Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 10+ 2.2 How many years has your organization been in business under its present business name? 10+ 2.2.1 Under what other or former names has your organization operated? Kinnard Edward Development, LLC 2.3 If your organization is a corporation, answer the following: n/a 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2/9/07 2.4.2 Type of partnership (if applicable): LLC 2.4.3 Name(s) of general partner(s): Steven R. Greiling, Brett McKenzie, William E. Gill 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: n/a 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: n/a 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. General: TITANEL936CO 3.2 List jurisdictions in which your organization's partnership or trade name is filed. State of Washington 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Earthwork, Utilities, Demolition, Electrical 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits No pending or outstanding against your organization or its officers? Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 4.2.3 Has your organization filed any law suits or requested arbitration No 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.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See attached " Major Construction Projects in Progress" 4.4.1 State total worth of work in progress and under contract: $14.6M 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. See attached "Previous Noteworthy Projects" 4.5.1 State average annual amount of construction work performed during the past five years: $10M 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See attached "Key Personnel" 4.7 On a separate sheet, list your major equipment. 5. REFERENCES See attached "Equipment List" 5.1 Trade References: 5.2 Bank References: bank of America 5.3 Surety: 5.3.1 Name of bonding company: Berkley Insurance Co 5.3.2 Name and address of agent: Propel Insurance 6. FINANCING Christopher Kinyon 1201 Pacific, Ave, Ste 1000 6.1 Financial Statement. Tacoma, WA 98402 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: Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Current Assets (e.g., cash, joint venture acc nts, accounts receivable, notes receivable, accrued into deposits, materials inventory and prepaid expenses); Net Fixed Assets; Will Submit if Needed Other Assets; Current Liabilities (e.g., counts payable, notes payable, accrued expenses, provision fo income taxes, advances, accrued salaries and accrued payroll xes); Other Liabilities (e.g., capital, capital stock, authorized nd outstanding shares par values, earned surplus and re fined earnings). 6.1.2 Name an ddress of firm preparing attached financial statement, and da thereof: 6.1.3 Is e attached financial statement for the identical organization timed on page one? 6 .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 11 — day of July 2017. Name of Organization: TITAN Earthwork LLC By: Title: Member 7.2 wow nnM GJ4, being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this tday of AIAQ 2017. Notary Public: �AON co My Commission Expires: \AOTAR), esp.0 49 PUBOG ""1 14 20 OF WAS /0M I Mlw\ Provided to Builders Exchange of' WA, Inc. For usage Conditioms Agreement se(:.:: www,bxwa.com Always Verify Scal Department of Labor and Industries PO Box 44450 TITAN EARTHWORK LLB' Olympia,WA 98504-4450 Red: CC TITANEL936CC 761: 602-605-763 R:egiste;ed as provided by Lam as: construction Contractor :. fi]EIAL 06 TITAN EAKTIIWCRK'LLC Effective ", 2/20/2007 585 VALENTINE AVE SE EV91ation Date:,6/15/2018 PACIFIC WA 98047 Client#:119927 TITAEART YYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 5125 DATE(M2016 MlDDlMIDDI 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(ios)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Christine Maden Propel Insurance PHONE 800 499-0933 FAX 866.577.1326 AIC No Ext: AJC,No Tacoma Commercial Insurance ADDRESS: christine.maden@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIL# Tacoma,WA 98402 INSURER A:Zurich-American Insurance Compa 16535 INSURED INSURER B:Navigators Insurance Company 42307 TITAN Earthwork,LLC INSURERC:Westchester Surplus Lines Insur 10172 1585 Valentine Ave SE INSURER D: Pacific,WA 98047 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MMIDD MMIDD A GENERAL LIABILITY X X GLA915581102 4/05/2016 04105/2017 pEACH�OECCURRENCE S1,000,000 lix COMMERCIAL GENERAL LIABILITY PREMISES EaE,�ence s300 000 CLAIMS-MADE 7OCCUR MED EXP(Anyone person) S10000 PD Ded:$5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG s2,000,000 POLICY X PRO- LOC $ A AUTOMOBILE LIABILITY X X GLA915581102 4/05/2016 04/05/201 COMBINED SINGLE LIMIT Ea accident 1,000,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS NON-OWNED PROPERTY DAMAGE s X HIRED AUTOS X AUTOS Per a.dent S B UMBRELLA LIAB X OCCUR X X SE16EXC7512601V 4/05/2016 04105/2017 EACH OCCURRENCE S10,000,000 �( EXCESS LIAR CLAIMS-MADE AGGREGATE S10,000,000 DED RETENTION$0 $ A WORKERS COMPENSATION (WA Stop Gap) TO Y LIMIT OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETORMARTNER/EXECUTIVE YIN N GLA915581102 4/05/2016 04105/2017 E.L.EACH ACCIDENT $1 00O 000 OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Pollution X I I G24268706005 4/05/2016 04105/201 $5,000,000 Occurrence Liability $5,000,000 Aggregate DESCRIPTION OF OPERATIONS f LOCATIONS!VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) CERTIFICATE HOLDER CANCELLATION EVIDENCE OF INSURANCE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2220471/M2215651 CLM00 DEMOLITION ON EARTHWORK TTHWOR ® I,.J'TILITIE 1585 Valentine Ave SE • Pacific • Washington 98047 July 11, 2017 Dear City of Kent, TITAN Earthwork, LLC, 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 contracts under RCW 39.06.010 or 39.12.065 (3). Sincerely, Member TITAN Earthwork, LLC i� our. DEMOLITION N! EARTHWORK m UTILITIES 13806 16"' Street East - Sumner•Washington • 98390 MAJOR CONSTRUCTION PROJECTS IN PROGRESS • NE 801h St&V Ave NW Sewer Replacements—City of SeatVe General: TITAN Earthwork, LLC Engineer: Contract Amount: $578,000 Scheduled Completion Date:Awarded • Seattle World School @ T.T. Minor Modernization General: Bayley Construction Engineer: Contract Amount: $660,225 Scheduled Completion Date: October 2015 • UW Denny Hall Renovation Progect General: BNBuilders Engineer: Contract Amount: $846,822 Scheduled Completion Date: Spring 2015 « Wilson Pacific Elementary&Middle SchooO—BP24 General: Lydig Engineer: Contract Amount: $150,000 Scheduled completion Date: November 2015 • Holgate Trail Wa,termain Replacement—City of Seattie General: TITAN Earthwork,LLC Engineer: Contract Amount: $393,308 Scheduled Completion Date: 2016. A Burien Transit Center South Access Pavement Replacement..King County General: TITAN Earthwork,I.LC Engineer: Contr'actAmount: $297,000 Scheduled Completion Date: 2016 0 2015 Locai'..Street Pavement—C.ity of Auburn General: TITAN Earthwork,LI.0 Engineer: Contract Amount: $2,275,000 Scheduled Completion Date: 2016 TITAN EARTHWORK, LLC MAJOR CONSTRUCTION PROJECTS IN PROGRESS CONTINUED- PAGE 2 • Boeing Work(Mu It Jobs) General: Skanska Engineer: Contract Amount: $1,000,000 Percent Complete: Ongoing Scheduled Completion Date: Ongoing • Roslyn Transmission Main—City of Roslyn General: TITAN Earthwork,LLC Engineer: Contract Amount: $315,992 Percent Complete: 90% Scheduled Completion Date: Sept 2015 • Factoria Recycling and Transfer Station General: PCL Engineer: Contract Amount: $167,200.00 Percent Complete: 75% Scheduled Completion Date: 2016 • 2014 Pedestrian Projects—South Package General: TITAN Engineer: Contract Amount: $3,672,826.00 Percent Complete: 100% Scheduled Completion Date: Final Close Out • UW Bothell Student Activities Building General: Skanska Engineer: Contract Amount: $922,500.00 Percent Complete: 100% Scheduled Completion Date: Final Close Out • Middle School No 4: Demo&Site Prep General: TITAN Earthwork,LLC Engineer: ContractAmount: $3,607,416.18 Percent Complete: 100% Scheduled Completion Date: Final Close Out • Chehalis Avenue-Main Street to Pacific Avenue Improvement Project General: TITAN Earthwork,LLC Engineer: Contract Amount: $519,104.75 Percent Complete: 100% Scheduled Completion Date: Final Close Out • Landsburg Facilities&Chlorination General: Lydig Construction Engineer: Contract Amount: $963,677.00 Percent Complete: 100% Scheduled Completion Date: Final Close Out TITAN EARTHWORK, LLC MAJOR CONSTRUCTION PROJECTS IN PROGRESS CONTINUED- PAGE 3 • UW Tacoma—Y Student Center General: M A Mortenson Company Engineer: Contract Amount: $788,000.00 Percent Complete: 100% Scheduled Completion Date: Final Close Out • Picnic Point Road Sewer Replacement General: TITAN Earthwork,LLC Engineer: URS Contract Amount: $3,201,730.73 Percent Complete: 100% Scheduled Completion Date: Final Close Out • Olympia Regional Learning Academy General: Forma Construction Engineer: TCF Architecture Contract Amount: $1,699,868.00 Percent Complete: 100% Scheduled Completion Date: Final Close Out • I-5/1641h Martha Lake Gateway Sewer and Water Improvement General: TITAN Earthwork,LLC Engineer: Jacobs Engineering Group,Inc. Contract Amount: 4,911,635.09 Percent Complete: 100% Scheduled Completion Date: Final Close Out NII EL-4;j W 1";0 DEMOLITION -EARTHWORK- UTILITIES Core Principles: Integrity/ Safety/Quality/ Production PREVIOUS NOTEWORTHY PROJECTS (Technically Challenging or Unique Conditions) Job#1635—Seattle Department of Transportation (Bike Lane Extension) Project Name: 2 nd Ave PBL Extension Phone Number: 206-684-4160 Prime- TITAN Earthwork Contact: Eugene Pike Date Awarded: Fall 2016 Completion: Summer 2017 Owner: Seattle DOT Contract Amount: $5,429,569+/- Job#1611—Tacoma Public Schools (Football Field Lighting System) Project Name: Foss High School Field Lighting Phone Number: 253-571-3329 Prime: TITAN Earthwork Contact: Greg Sticlharn Date Awarded: Summer 2016 Completion: Summer 2016 Owner: Tacoma Public School Contract Amount: $470,897+/- Job#1608—Seattle Department of Transportation (2016 Arterial Asphalt&Concrete Renton Ave S.) Project Name: Renton Ave South Phone Number: 206-733-9936 Prime. TITAN Earthwork Contact: Mark Sliger Date Awarded: Spring 2016 Completion: Spring 2017 Owner: Seattle DOT Contract Amount: $2,042,314+/- Job#1520—Seattle Public Utilities & Public Schools(Large diameter flood conveyance & roadway) Project Name: Licton Springs Flood Reduction Project Phone Number: 425-885-3314 Prime: Lydig Construction (GCCM) Contact: Adam Wilson Date Awarded: Summer 2015 Completion: Fall 2015 Owner: City of Seattle Public Utilities Contract Amount: $1,140,300+/- Job#1514—City of Auburn Roadway& Intersection Reconstruction Project Name: 2015 Local Street Phone Number: 253-561-1937 Prime: TITAN Earthwork Contact: Jai Carter Date Awarded: Summer 2015 Completion: Fall 2015 Owner: City of Auburn Contract Amount: $2,400,000+/- Job#1508—Boeing (Everett/Renton/Seattle Facilities) Project Name: Several projects throughout 2015 Phone Number: 206-743-1910 Prime: Skanska USA Contact: Jon Robinson Date Awarded. Winter 2015 Completion: Fall 2015 Owner: Boeing Company Contract Amount: $2,000,000+/- Job#1412—Port of Tacoma Site Remediation and Demolition.(h.igh.-q.ua.ntities of hazardous waste Project Name: 1940 East 111"St. Deconstruction/Rernediation Phone Number: 253-428-8638 Prime: TITAN Earthwork Contact: Jan Shawyer Date Awarded: Fall 2014 Completion: Spring 2015 Owner: Port of Tacoma Contract Amount: $2,142,600+/- DEMOLITION "EARTHWORK, UTILITIES Cmnm Principles: Integrity/Safety/ Quality / Production Job#1408—City of Seattle Department of Transportation (Roadway&Traffic Signalization) Project Name. Pedestrian Projects (5owth) Phone Number: 206-684-4150 Prime: TITAN Earthwork Contact: Eugene Pike Date Awarded: Fall 2O14 Completion: Spring2O16 Owner: City mfSeattle Contract Amount: $4,404,108+/- Job#1406—Renton Middle School#4(School demolition and total civil site preparation) Pr ^ectWarne: Middle School#4 Demolition &SitePrep Phone Number: 425-204-4479 Prime: TITAN Earthwork Contact: Stevvar1Shosternnan Date Awarded. Fall 2014 Completion: Sprimg2O1S Owner: Renton School District Contract Amount: S3,761,400+/' Job#1330—University of Washington—"Contained In" Ecology to Subtitle-D Landfill Project Name, Student Center(Tacoma Campus) Phone Number: 206-418-8770 Prime: K4.A. K8ortensmn Contact: John Baker Date Awarded: Decennber20I3 Completion: Expected Summer ZO14 Owner: University ofWashington Contract Amount: $1,002,270+/ Job#1326—Picnic Point Road Sewer Replacement—Major bypass and large-cliameter pipe burstin Project Name: Picnic Point Sewer Replacement Phone Number. 425'743-4685 Prime. TITAN Earthwork Contact: Chris Schumacher Date Awarded: October2O13 Completion: Expected Spring 2014 Owner: AUdevvvoqd Water&Wastewater District Contract Amount: $2,924,955 Project Name: Several (Remton, Seattle, & Everett facilities) PhoneNumnber: 206'713-1867 Prime: Skanska USA Contact: Sam Holden Date Awarded: 2012—current Completion: 2013 Owner: Boeing Company [ontractAropunt: Net$2.OM+ (*arieo) Job#1323—Olympia School District—"School" site package Project0amme: O|ymp,ia Regional Learning Academy Phone Number: Keith Michel Prime: Beochaumr Phillips Construction Company (GCC&8) Contact: 350-754-5788 Date Awarded: Novenmber2013 Completion., Expected Summer 2U14 Owner: Olympia School District Contract Amount. $1,699,868 Job#1317—Martha Lake—Requires 5SO' long, 6,6" diam. tunneling u�nder Interstate 5 &sewer bypass Project Name: Martha Lake Gateway Sewer X'Water|mprov. Phone Number: 425,-741-7973 Pdrne; T|TANEar1hxvmrk Contact: Bob Hastings Date Awarded: August 2813 Completion. Expected Fall 2814 (3uvnan A|dervwnnd Water 8'Wastewater District ContractAnmoumt, $4,595,540+/- oEMOLM*ON~EARTHWORK~ uDu7mES Core Principles: Integrity/Safety/Quality/ Production Job#1313—Roadway utility improvements with live traffic Project Name: 112m Avenue SEVVatermainImprovements Phone Number: 253-856-5500 Prime: TITAN Earthwork Contact: Timothy LaPorte Date Awarded: ]u|y2013 Completion: VVinter2014 Owner: City of Kent, Public Works Contract Amount: $1,011,541 Job#1312—QFC U-Village Parking Garage Site Improvements (extremely busy shopping area) Project Name: [lFC Parking Garage, University Village, Seattle Phone Number: 425-885-3314 Prime: LydigCnnstrmction Contact: EricOeh|[ng Date Awarded: Ju|y2U13 Completion: SpringZU14 Owner: Kroger Foods ((}FC Grocery Stores) Contract Amount: 52,790,000+/ Job#1311—Snohomish County Airfield (Paine Field)—Major Ecology storm vault, heavy utility wor Project Name: Central Ramp Phase I Drainage Improvements Phone Number: 425-388'3453, Prime. TITAN Earthwork Contact: Don Wolfe, CPP0 Date Awarded: Ju|y2O13 Completion: October2013 Owner: Snohomish County Contract Amount: $787,590+/ Job#1309—Tacoma Landfill Parking Lot—Mass earthwork and paving operations8 Project Name: Solid Waste Management Truck Parking Lot Phone Number: 253'377-5053 Prime: TITAN Earthwork Contact: Mike Bell Date Awarded: July 2013 Completion: January 2014 Owner- City nfTacoma Contract Amount: $1,883,500+/ Job#1301—..U.n.iversity of Washington (Seattle Campus)—Extremely busy student/vehicle vicinit Project Name: Lander Hall Off-Site ROW Improvements Phone Number: 206-406-5512 Prime: Walsh Construction (GCCK8) Contact: Jeremy Winter Date Awarded: Late2O12 Completion: Sumnnmer2013 Owner: University mfWashington Contract Amount: $555'000+/' Job#1209 PW 2012-026 2012 Spot Sewer Rehabilitation Contract I (25-locatio,ns..throughout Seattle) Project Name: 2012Spnt Sewer Rehab [mntract1 Phone Number: 286-604-5918 General: TITAN Earthwork, LLC Contact: Young Kim Date Awarded: NovemberZn12 Completion: May2013 Owner. City of Seattle SPU Contract Amount: $1,980L000+/- PrcjectNarne: Browk|yn & Roosevelt Station Site Preparation Phone Number: 206-604-0024 General: TITAN Earthwork, LLC Contact: VicOb|ns Date Awarded:July ZO12 [nrnp|etioo; Spring2O1S Ovvner: Sound Transit Regional Transit Authority Contract Amount: $4,444,000+/- DEMOLITION x EARTHWORK 'm UTILITIES 13806 16th Street East-Sumner•Washington 98390 KEY PERSONNEL • Brett McKenzie,Superintendent With TITAN since: 2007 (253)261-7300 bmckenzie@TITANegrth.com • William Gill,Superintendent With TITAN since: 2007 (253)261-4652 bgill@TITANearth.com • Rory McLean,General Foreman With TITAN since: 2007 (253)377-4096 rmclean@TJTANearth.com • Travis Stewart,General Foreman With TITAN since: 2011 (253)334-3332 tstewart@TITANearth.com 1 • Josh Vogt,Project Manager With TITAN since: 2011 (206)245-3204 ivogt@TITANearth.com • Chris Pierce,Project Manager With TITAN since: 2012 (253)720-0523 cplerce@TITANearth.com • Justin Gilsoul,General Manager With TITAN since: 2014 (253)266-5998 jgilsoul@TITANearth.com • Courtney Soyring,Demolition Division Mgr G With TITAN since: 2016 (253)985-1185 csoyring@TITANearth.com • Bryan Bailey,Electrical Division Mgr With TITAN since: 2016 (206)261-8791 t bbaiiev@TITANearth.com iI L E j�. G r T DEMOLITION ■ EARTHWORK . UTILITIES 1.3806 16th Street East-Sumner-Washington-98390 EQUIPMENT LIST EXCAVATOR COMPACT EXCAVATOR WHEEL LOADER 2011 Komatsu PC350 2007 JD 50 2011 JD 544K 2012 Komatsu PC228 2012 JD 50 2007 JD 644J 2008 JD 225 2009 Hitachi 50 2012 Komatsu PZ320 2011 JD 135 2008 Hitachi 135 2011 Hitachi 135 2008 CAT 328 BACKHOE DOZER SWEEPER 2004 CAT 420D 2008JD 650LGP 1999 Rosco Cabover 2006 JD 31OSG 2007 Lay-Mor 3 Wheel ROLLER GRADER TRAILER 2003 Vibromax 2009 Komatsu GD655 2006 PJ Dump 2007 Wacker 2008 Load Tr 12K 1999 Trail King 14K 2006 Sullair 185 CFM 2006 Wylie 15010 H2O COMMERCIAL VEHICLES SERVICE TRUCKS PICKUPS 2012 Kenworth T-800 2007 Ford 450 2011 Ford 250 2007 Kenworth T-800 2008 Ford 550 2012 Ford 150 2007 Ford H2O N8F 2007 Ford 550 2012 Ford 150 2007 Ford 550 2007 Ford 150 2012 Ford 550 2004 Ford 350 2003 Ford 150 2008 Dodge 1500 I PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within twenty two (22) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 7/11/2017 TITAN Earthwork LLB NAME OF BID � Signature of Authorized Representative Brett McKenzie, Member (Print Name and Title) 1585 Valentine Ave SE Address Pacific, WA 98047 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, TITAN Earthwork, LLC as Principal, and Berkley Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of -Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves,, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to, the Principal for 2017 Large Drain Pipe, Culvert, and Channel Cleaning Project South 240th Street to South 228th Street/Project Number: 17- 3011 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 11th DAY OF _L'_uLlY 2017. TITAN,�h 4� PRINCIPAL Berkley lipsurance Company SURETY Heather L. Allen, Attorney-in-Fact _ 20-- Received return of deposit in the sum of $ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify goal No.BI-1220g POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof Please review carefully, KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, Cl,has 1 ade,constituted and appointed, and does by these presents make, constitute and appoint: Karen C Swanson; Julie R Truitt;Brent E. Heilesen; Christopher Kinyon; Jamie Dienier, Cut-ley Espiritu; Peter J. Comfort; Annelies M. Richie Kyle Joseph Ifoivat; Afaty S. Norrell; or Ileather L. Allen of Propel Insurance of Tacoma, WA its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seat, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. 7 2 This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, ,2 without giving effect to the principles of conflicts of laws thereof, This Power of Attorney is granted pursuant to the following J > resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,20 10: d Z RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant F, Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact n-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of tire Company to powers of attorney executed pursuant hereto; and said officers may remove any such M­_ attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED„ that such power ofattorney limits the acts of those named therein to the bonds,undertakings, recognizances,or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the sig nature of any authorized officer and the seat of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company;, and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHERE-OF the Company has catised these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this (lay of 2016, _,3 Attest* Berkley Insurance Company (seal) By _1AG B je N after Ira S. Lederman after Executive Vice President& Secretary ,S n V President YioWr WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT) COUNTY OFFAIRIFIELD Sworn to before me, a Notary Public in the State of Connecticut, this;11bay of rh1w, 2016, by Ira S. Lederman and Jeffrey M. Hager who are sworn to me to be the Executive Vice President and ,(ecrchry, and joe Senior Vice President, respectively, of Berkley Insurance Company.MARIAC. RUNDBAKEN NOTARY PUBLIC My COMMISSION EXPIRES Notary Public, State of Connecticut APRIL 30,2019 CERTIFICATE 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete co y of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the p 7-2 Attomey-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. L11 /, ­), 11 ­­y Given under my hand and seal of the Company,this day of (Seal) Vincent P. Forte WV _ I'll ease verit"y the authenticity of the instrunicent attached to (]its Power 1by: Foll-l-'rec 'Telcphctne� (8001) 456-5486; Electronic Mail: ............... 'Nny written I'm6ces, mcjuaries, clahns or demands to We Smey on the bond anuched Lo F(JIMU S1110LIld bC dif"COANJ [0� 4 1:2 101 a u ra K un i b I c A N/v Suite 3 ION Morriis�own, NJ 071)(A) Atteraion: SUrety Claims Depatiment Qr ..............-.......... ............. ........................ .......... Please include with A "commudcations the bond rumber and [he narm: of the Imincipal (mi fl-ic 1')ond. Where a clAm is be assmed, phase set RmS genendly the basis of'11w claim. Ira the case ofa paynnent m pedbrmance bond, phsave also identify the J-)1'(ajCCt t0i 'WIIuChi the b0FK1 J)CftLdllls 13C1'1<JC�Y SLIA Cly Gri)up is an oj:)cirllklg U11h o[—�A/ F',, Leer ley Corporadon that underwrites surety business on behalf'or Berkley lns�,irwice Cloniparly, Berkley Regianal InKrance CAmnpany and Carolina Casuaky Inumnce Compuny. 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. 2017 Large Culvert and Channel Cleaning Project 64th Avenue South Project Number: 17-3011 NAME OF PROJECT TITAN Earthwork LLC NAME OF BIDDER'S FIRM AXTo, � SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www_bxwa.com - Always Verify Scal 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 # i, 2, 3, etc.] NAME OF CONTRACTOR: jInsert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER jInsert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: jInsert Date Original Contract was Sianedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy 1. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................I( Orderof Contents.................................................................................E� Invitation to Bid...................................................................................13� Contractor Compliance Statement........................................................d Date............................................................................................W Have/have not participated acknowledgment.............................E311 Signature and address ................................................................C� Declaration - City of Kent Equal Employment Opportunity Policy ........d Dateand signature .....................................................................d Administrative Policy...........................................................................I( Proposal...............................................................................................d First line of proposal - filled in ...................................................d Unitprices are correct ................................................................C� Bid the same unit price for asterisk (*) bid items.......................[( Subcontractor List (contracts over $100K) ..........................................d ........................Subcontractors listed properly............................ d Signature....................................................................................d Subcontractor List (contracts over $1 million).....................................9' Subcontractors listed properly....................................................d Dateand signature .....................................................................G( Contractor's Qualification Statement ...................................................d Completeand notarized ..............................................................Id ProposalSignature Page......................................................................d All Addenda acknowledged .........................................................13� Date, signature and address .......................................................Id BidBond Form .....................................................................................W Signature, sealed and dated........................................................id Powerof Attorney.......................................................................rd (Amount of bid bond shall equal 50/o of the total bid amount) Combined Declaration Form.................................................................d Signature....................................................................................d ChangeOrder Form..............................................................................CY Bidder's Checklist ................................................................................d 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. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT Bond No. 0208749 WASN,NOl UM KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, TITAN Earthwork, LLC as Principal, and Berkley Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 1,835,281.80 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2017 Large Drain Pipe, Culvert, and Channel Cleaning Project South 240th Street to South 228th Street/Project Number: 17-3011 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect, IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. TWO WITNESSES: TITAN Earthwork, ILLC PRINCIPAL (enter principal's name above) BY: Fi, h r u TITLE: 01j,u'V1 JS z r DATE: w .._ DATE.: _ y CORPORATE SEAL: PRINT NAME DATE: 07 64,5�hon Berkley Insurance Company SURETY CORPORATE SEAL.: BY: Aliceon A. Keltner,Attorney-in-Fact DATE: 71Q17 TITLE: Attorney-in-Fact ADDRESS: 412 Mount Kemble Avenue Morristown, NJ 07960 CERTIFICATE AS TO CORPORATE SEAS. l hereby certify that I any the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that y' ( Who signed the said bond on behalf of the Principal T Gak"k� 0 L of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SEGRE A 1' R ASSISTANT SECRETARY No.131-10165a POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere:in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made, constituted and appointed, and does by these presents make, constitute and appoint:Aticeon A. Keltner; Cynthia L. Jay;Eric A. Zimmerman; '4=" Jaines B. Binder, or Brandon K. Bush of Propel Insurance of Seattle, TVA its true and lawful Attorney-in-Fact, to sip its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance,providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to, the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant 5 Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein to �21 execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of alloriicy executed pursuant hereto; and said officers may remove any such a attom further and revoke any power of attorney previously granted;and f ..... .S.... RESOLVED,that such power of attorney limits,the acts of those named therein to the bonds,undertakings,recognizanccs, or other suretyship obligations specifically named therein,and they have no,authority to bind the Company except in the manner and to the extent therein stated; and further a . RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorticy-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, -recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effec t as though manually affixed, The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have 5 C", ceased to be such at the time when such instruments shall be issued. IN WITNESS WRERE-OF, the Coni any has c used these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed thisA 4day of 2016. Attest: Berkley insurance Company B(Seal) By Ira S. Kedernian J Haller Senior Vice President rC Secretary S President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE RKLEY"SECURITY PAPER. STATE OF CONNECTICUT) 'J ss: 7, COUNTY OF FAIRFIELD A Sworn to before me,a Notary Public in the State of Connecticut,this/I day of --- 1 2016,by Ira S.Lederman and who are sworn to me to be the Senior Vice President and Secret. tent, respectively, of Jeffrey M. Haftei a d the:Senior Vice Pr1 fyi . ...... Berkley Insurance Company. MARIA C. RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES Notary Public, State of Connecticut APR I L 30,2019 CERTIFICATE w. I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO I-IEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the je Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. Given under my hand and seat of the Company,this day of AkAk-, ),cj'7 L71 (Seal) ��t—" P. �ffc Vincent P. -one Please verify the authcnificity, ofthe instrun-icnit attached to this Power by-, "I"'oll-Trec, "'Felephone: (800) 456-5486; Ek"Ctronic-' MA: Any written nodees, inqukws, clahns or dernands 1.0 HIC SUl'Oty (1111 the Ond auached to this Power sh()uW be ditucut to- Berkley SUITty, (IrOL11) ,412 M()LI111, Kernble Ave. S t,i it e 31 ()N Morristowr�, "N.J 107960 Attention: SUrety Claims Depumment, ol- .....................----......... Please indude NAM all commMicadons the bion(] nuniber and the naine of the principal cmi the bond, M/hem a claini 0 being asserled, pKase set Rvth generdly ti)c ixisis orthe cmim. In the case of a, payment or perf(,',)rmanice [-.)ond, pleasio, akio idenliQ; the Imtect U) Mich the bond powins, Bcrkley Suret,,y, G1`0U]) iS lin operming LWAt oFNV. R. Berkley .:"turps �.n-ation thal umcferwrites wrety, business on behaIN:)f Berkley Insunance Comp an,,,, Berkley Regional Insumnee (Anpany anid C`arohna C!aSUldt�Y Insurance C""'oriipany CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and "FiTAk F-AV-ThWW-tL- A LLC organized under the laws of the State of Wlc. kw� ;- -- , located and doing business at 151815 V,�Jeq,h-�L �97 ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1 The Contractor shall do all work and furnish all tools, materials, and equipment for: 2017 Large Culvert and Channel Cleaning Project South 64 1h Avenue South/Project Number: 17-3011 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 2016 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 2016 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within twenty two (2,2) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4,24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. CITY OF K '\SUZETTEWCOOKE, MAYOR. DATE: ATTEST KINhBERf EY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: _ TITLE: IMZ444 DATE: -f " " I 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 1185 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 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. EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI I. 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. Client#: 119927 TITAEART ACORDT. CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDDlYYYY) 7/21/2017 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 be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME. Christine Maden Propel Insurance (A lC,PHON N E Ext): Af g00 499-0933 Faxco, No): 866 577-1326 Tacoma Commercial Insurance ADDRESS: Christine.maden@propelinsurance.com 1201 Pacific Ave,Suite 1000 r INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 NI SURER A:Zurich-American Insurance Compa 16535 INSURED INSURER B:Navigators Insurance Company 42307 TITAN Earthwork, LLC - ---- - 1585 Valentine Ave SE INSURER C:Westchester Surplus Lines Insur 10172 INSURERD: Pacific,WA 98047 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR !ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER__ (MM/DD MMIDDIYIfYY) LIMITS A X' COMMERCIAL GENERAL LIABILITY X X GLA915581103 4/05/2017 04/05/201 EACH OCCURRENCE $1,000,000 -.__J CLAIMS-MADE I XI OCCUR PREMI SS Ea ocau rre 000,000 X PD Ded:$5,000 MED EXP(Any one person) $10 000 _ PERSONAL&ADV INJURY $1 OOO 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000 000 PR POLICY I_^_I JECOT I I LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X X GLA915581103 4/05/2017 04/05/201 (Ea accident)_____- _ $1,000,000 X1 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ X' HIRED AUTOS X AUTOS Per accident $ B UMBRELLA LIAR X OCCUR X X SE17EXC7512601V 4/05/2017 04/05/201 f e EACH OCCURRENCE $5 000 000 _ Xi EXCESS LIAR CLAIMS MADE AGGREGATE $5,000 000 i DED [--]RETENTION$0 $ _ WORKERSCOMPENSATION PER yviIOTH- AND EMPLOYERS'LIABILITY (WA Stop Gap) PER ._��EB - A ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N GLA915581103 4/05/2017 04/05/2018 E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? N N f A (Mandatory in NH) "`-- E.L.DISEASE-EA EMPLOYEEI$1 000 000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$1 000 000 C Pollution X G24268706006 4/05/2017 04/05/2018 $5,000,000 Occurrence Liability $5,000,000 Aggregate DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE: Project#17-3011 /2017 Large Culvert and Channel Cleaning Project,64th Avenue South. The City of Kent is additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION ANYBE City of Kent THE SHOULD EXPIRATTIIONH DATBE VTHE THEREOF,DESCRIBE NOTTICEI ELLED WILL ES CBE CDELIVERED NE 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014101) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2787099/M2657614 KTR00 Thi' page has"been left blank intentionally. This page-has been left blank intentionally. i 9 Additional Insured — Automatic _ Owners, Lessees Or ZURICH ` Contractors Policy No. Eff. Date of Pol. lExp. Date of Pol. Eff. Date of End Producer No. Add] Pren) Return Pre� THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ kTCAREFULLY. Named Insured: Address (including ZIP Code)-. This endorsement modifies insurance provided under the� Cmmmeno|a| Genera| LiabUityComeragePart A. Section 11 —Who Is An Insured is amended to include as an addftional insured any person or organization whom you one required to add as an additional insured omthia policy under awritten contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily irjur/'. "property damage" or "personal and advertising injury"caused, in whole orin part. by: 1. Your acts or omissions� or 2. The acts cx omissions of those acting on your behalf, in the performance of your ongoing operations nr "your work" as included in the "prod uoto'oomp[etod operations hazord". which is the subject uf the written contract mr written agreement. However, the insurance afforded 1m Such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract onwritten agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies� This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparinQ, approving orhaUhng to prepare or approve mmps, shop drawings, opinions, reports, sumeys, field orders, change orders or drawings and specifications: or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supemimion, hirimg, emp|myment, training or monitoring of others by that immured, if the "occurrence" which caused the "bodily irdury^ or "property damage^, or the offense which caused the "personal and mdverfining injury^. involved the rendering oforthe failure to render any professional architectu/a!, engineering or surveying services. V/SL-1175-FSvv<04/13) Page 1ofz C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit'as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and 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 a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW(04113) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 9 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Add'I,Prem Return Prem. GLA915581103 04/05/2017 04/05/2018 Propel Insurance $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW(12/01) Page 1 of I This page has been left blank intentionally. 9 , Coverage Extension Endorsement ZUURICH Policy No. Eff Date of PoL Exp Date of Pol, Eff. Date of End. Producer No, AddT Prern Return PTem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ {TCAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who |aAnInsured 1. The following is added tz the Who Is,An Insured Provision in Section ||—Covered Autos Liability Cmvermge� The following are also"inaun*do": a. Any "employee" of yours is an "insured" whfle using a covered "auto" you don't owm, hire or borrow for acts performed within the scope of empXoyment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of youir business. b. Anyone volunteering oomioea to you is an "inuured" while using a covered ''auhz^ you don't own, hire or borrow to transport your cfients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.l.a. and A.l.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any ~aooidenC', including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the ^auoidnmt" erimnm out of operations governed by such contract o, agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other |msurance—Prinmoryand Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or orQanizod|mn(s)^ where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. Hmwover, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section U — Covered /\u$om Liability Coverage are replaced by the following: (2) Up to S5.000 for the cost of bail bonds (including bonds for related traffic |am/ violations) required because of an "accident"m/ecover. We do not have to furnish these bonds, (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings upto $5O0, a day because of time off from work. u'Cx'*24-FCvv(04-14 Page/ ofo Includes copyrighted material or insurance Services Office, Inc,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section 11—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss"to a covered "auto",we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the"loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto'; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above,the amount to be paid for"loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio,visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto"at the time of"loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph 13.3.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 13.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest) deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos— Physical Damage We will pay the owner for"loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. agent, servant or employee of the "insured" to notify us of any"accident", claim, "suit" or"loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; (2) The"insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered "auto"you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph A.4.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto' of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto' or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto"powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Policy#SE 17EXC7512601 V Commercial Excess Liability Coverage Part Various provisions of this policy restrict coverage. Read the entire policy carefully to determine your rights, duties and what is and is not covered. Throughout the policy the words"you"and "your" refer to the Named Insured. The words"we," "us" and "our" refer to the company providing this insurance The word"insured" means any other person or organization qualifying as such under SECTION 11 —WHO IS AN INSURED. Other words and phrases that appear in quotations in this policy have special meanings. Refer to SECTION V- DEFINITIONS. SECTION I —COVERAGE 1. Insuring Agreement A. Excess 'Liability 1. We will pay on behalf of the insured and in excess of"underlying limits those sums the insured becomes legally obligated to pay as damages for"loss"to which this insurance applies. This insurance applies only if: a. the"loss" is caused by an event"that takes place in the coverage territory; b. the::loss"occurs during the 'policy period;" and c. the "controlling underlying insurance" applies to the "loss." 2. If an aggregate limit of"controlling underlying insurance' is exhausted by the payment of judgments or settlements to which this insurance applies, or would have applied but for the amount of the damages, this insurance will apply in place of the"controlling underlying insurance" until we have paid our applicable Limits of Insurance. 3. When paragraph 2. above applies; ending the"controlling underlying insurance" obligations to investigate and settle claims or defend suits against the insured, we have the right and duty to investigate claims and defend suits which seek damages to which this insurance applies. Our right and duty to defend end when we have paid our applicable Limits of Insurance. 4. When paragraph 2. above does not apply; we have the right, but not the duty, to participate in the investigation or settlement of any claim or the defense of any suit against any insured. 6. We have the right, at our discretion, to settle any claim to which this insurance applies. 6. As respects paragraphs 3. and 4. above, "defense expenses'we incur in the investigation of any claim or defense of any suit will be paid in addition to the Limits of Insurance except when such costs reduce the limits of"controlling underlying insurance,:' in which case they will reduce our Limits of Insurance. 7. The amount we pay is limited. See SECTION III —LIMITS OF INSURANCE. 2. Exclusions The EXCLUSIONS sections of the"controlling underlying insurance"are made part of this policy. If an inconsistency or contradiction exists between an Exclusion of this policy and an Exclusion of the "controlling underlying insurance"the Exclusion of this policy will apply. KAN—•-EXC-001 (04 101 Navigators Insurance Company I aze I of 7 Contains copyrighted material of the Insurance Services Office, Inc with its permission. However, in no case will coverage be excluded by the"controlling underlying insurance" and not excluded by this policy. This insurance does not apply to any liability: 1. to which "controlling underlying insurance:: does not apply; 2. for which coverage is provided by "controlling underlying insurance" at limits less than the limits of insurance applicable to other coverage provided by the"controlling underlying insurance" and less than"underlying limits;" 3. for"loss" which commenced prior to this"policy period,"whether or not such"loss" continues, progresses, changes or resumes during this"policy period;" 4. for damage to property you own, rent or occupy, including any costs or expenses incurred by you or any other person; organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including the prevention of injury to a person or damage to another's property; 5. for damage to personal property in the care; custody or control of any insured; 6. arising out of any"aircraft products;" 7. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"asbestos," 8. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with. exposure to, existence of, or presence of"fungi" or bacteria; 9. arising out of the actual, alleged; suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"silica" or"silica related dust;" 10. arising out of any "employment practices"of any insured; 11. arising out of: a. war, including undeclared or civil war; b. warlike action by a military force, including action in hindering or defending against an actual or expected attack; by any government, sovereign or other authority using military personnel or other agents; or c. insurrection, rebellion; revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these; 12. imposed under: a. an uninsured or underinsured motorist, uninsured or underinsured boater, Medical Payments, Personal Injury Protection, No-Fault or any similar law; b. a workers compensation, disability benefits; unemployment compensation or any similar la\;t!; c. the Employee Retirement Income Security Act of 1974, any amendments thereto or any similar law. SECTION II—WHO IS AN INSURED The WHO IS AN INSURED section of the "controlling underlying insurance" is made part of this policy. Any person or organization that is an insured in ::controlling underlying insurance" is an insured in this policy to the same extent. NAV-E.XC-001 (04/10) Navigators Insurance Company page 2 of Contains copyrighted material of the Insurance Services Office; Inc. with its permission. SECTION III —LIMITS OF INSURANCE The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of insureds, claims made or suits brought; or persons or organizations making claims or bringing suits. 1. The General Aggregate Limit is the most we will pay for the sum of all damages to which this insurance applies, except: a. damages because of bodily injury or property damage included within any applicable products-completed operations hazard, or b. damages arising out of the ownership, operation, maintenance or use of an automobile; 2. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of all damages included within any applicable products-completed operations hazard; 3. Subject to paragraphs 1. and 2. above, the Each Event Limit is the most we will pay for all damages that arise out of any one "event." SECTION IV—CONDITIONS The CONDITIONS sections of the"controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between the Conditions of this policy and the Conditions of the"controlling underlying insurance,"the Conditions of this policy will apply. 1. Appeals At our discretion we may appeal any judgment which would result in a payment under this policy.When we do appeal, we will pay all costs associated with the appeal in addition to the Limits of Insurance. Any such appeal will not increase our Limits of Insurance. 2. Bankruptcy or Insolvency Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our obligations under this policy. Bankruptcy or insolvency of any company providing "controlling underlying insurance`will not reduce the "underlying limits" or increase our obligations under this policy. We will not be required to drop down or replace "controlling underlying insurance." 3. Cancellation a. The first Named Insured may cancel this policy at any time by providing us advanced written notice of the cancellation date. b. We may cancel this policy at any time by providing the first Named Insured written notice of cancellation: i. at least 10 days in advance if we cancel for non-payment of premium; or ii. at least 30 days in advance if we cancel for any other reason: c. If the "controlling underlying insurance'' is cancelled for any reason, this policy is also cancelled. Reinstatement of the ';controlling underlying insurance" does not reinstate this policy unless reinstatement is endorsed hereon. Return premium, if any, will be calculated per Condition 11. Premium. Proof of mailing will be proof of notice. NAV-EXC-001 (OthO) Navigators Insurance Company page 3 of Contains copyrighted material of the Insurance Services Office, Inc.with its permission. 4. Non-Renewal a. We are not obligated to renew this policy. However, should we decide not to renew, we will provide the first Named Insured written notice of our decision at least 30 days prior to the expiration date shown in the Declarations. b. We will not restrict the terms or increase premium of this policy at renewal unless we have given the first Named Insured at least 30 days advanced notice of any such changes. However; no notice will be provided or required if a restriction in this policy results from a restriction applicable to"controlling underlying insurance," c. The first Named Insured may non-renew this policy by: i. providing advance written notice to us; ii. rejecting our offer to renew; or iii, failing to reply to our offer to renew. Proof of mailing will be proof of notice. 5. Changes This policy contains all of the agreements between you and us. This policy may only be changed by endorsements we issue. 6. Duties When There is an::Event." Claim or Suit a. You must see to it that we and any other insurers who could provide coverage are notified as soon as practicable of any"event'which may be reasonably expected to result in a claim under this policy. To the extent possible, notice should include: i. how, when and where the"event"took place; ii, the names and addresses of any injured persons and witnesses; and iii. the nature and location of any injury or damage arising out of the"event." b. If a claim is made or suit is brought against any insured which may be reasonably expected to result in a claim under this policy, you must: I. immediately record the specifics of the claim or suit and the date received;and ii. notify us, and any other insurers who could provide coverage, as soon as practicable. c. You and any other involved insured must: i. immediately send us, and any other insurers who could provide coverage, copies of any demands, notices, summonses or legal papers received in connection with a claim or suit which may be reasonably expected to result in a claim under this policy; ii. authorize us to obtain records and other information: iii. cooperate with us in the investigation or settlement of the claim, issues relating to coverage under this policy or defense against the suit; and iv. assist us, upon our request; in the enforcement of any right against any person or organization which may be liable to the insured because of the injury or damage to which this insurance may apply. d. No insured will, except at that insureds own cost; voluntarily make a payment, assume any obligation or incur any expense; other than first aid, without our consent. Notice to us may be sent to our address shown in the Declarations. 7. Legal Action Against Us No person or organization has a right under this insurance: a. to join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. to sue us on this insurance unless all of its terms have been fully complied with. NAV-E.YC-001 (04/10) Navigators Insurance Company Pane 4 of 7 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. 8. Maintenance of Controlling Underlying Insurance During the"policy period"you must maintain"controlling underlying insurance" with "underlying limits" at least equal to the amounts shown in the Declarations. The "underlying limits" must be unimpaired at the beginning of this"policy period." If you fail to maintain the "controlling underlying insurance"this policy will be invalid. If you fail to maintain"underlying limits,' we will only be liable to the extent we would have been liable had you maintained the"underlying limits." Reduction of"underlying limits" by the payment of judgments or settlements for`loss" to which this insurance applies, or would have applied but for the amount of the damages, will not be considered a failure to maintain'underlying limits." 9. Other Insurance This insurance is excess over any insurance available to the insured except insurance purchased specifically to apply in excess of this policy. 10. Payment of Damages When the amount of damages payable under this policy has been determined by final judgment or a written settlement agreement between the claimant and us, we will pay that amount, up to our applicable Limits of Insurance, after the"controlling underlying insurance" or the insured has paid the full amount of the"underlying limits." 11. Premium The Premium shown in the Declarations is the premium for the coverage we provide for the"policy period."The first Named Insured is responsible for the payment of all premiums under this policy. If this policy is cancelled prior to its expiration date return premium will be calculated as follows: a. if cancelled by us: [{(Premium)—(Minimum Earned Premium)}x (Pro Rata factor)] b. if cancelled by you: [{(Premium)—(Minimum Earned Premium)}x {(Pro Rata factor) x (.90))]. 12. Separation of Insureds Except with respect to the Limits of Insurance and any rights or duties specifically assigned in this policy to the first Named Insured, this insurance applies: a. as if each Named Insured were the only Named Insured: and b. separately to each insured against whom claim is made or suit is brought. 13. Transfer of Rights of Recovery Against Others If an insured has rights to recover all or part of any payment we have made under this insurance, the insured must preserve those rights and, at our request, pursue or transfer those rights to us. The insured must do nothing after an "event" to impair them. 14. Reformation of Underlying If the`controlling underlying insurance" is reformed after an "event" to provide coverage for a"loss,"the terms of such reformation do not apply to this policy. 15. When we Defend When we have a duty to defend an insured, the insured will cooperate with us in the transfer of the defense to counsel of our choosing. If the law of the governing jurisdiction permits an insured to select their own counsel to be paid for by us, we shall only be liable for the reasonable and necessary defense costs of one law firm per insured at rates customarily paid by us for the defense of similar claims in the jurisdiction where the claim is pending. 16. Claims outside the U.S.A, it's Territories, Possessions or Canada When we have the duty to defend an insured and are prevented by law or otherwise from doing so, we will reimburse the insured for any reasonable and necessary expenses incurred in the defense of a suit to which this insurance applies. If the insured becomes legally obligated to pay damages to which this insurance applies NAV-E.XC-001 (04i10) Navigators Insurance Company page 5 of Contains copyrighted material of the Insurance Services Office, Inc. with its permission. and we are prevented by law from paying such damages on behalf of the insured,we will reimburse the insured, in U.S currency at the prevailing exchange rate at the time the damages were paid, for such damages. SECTION V—DEFINITIONS The DEFINITIONS sections of the"controlling underlying insurance" are made part of this policy, and apply to words or phrases used in this policy provided always that words or phrases in quotations in this policy will have the meaning given them in this policy. "Aircraft products" means: a. an aircraft; b. ground control or support equipment; or c. any article, component or device made, sold, licensed; handled or distributed by any insured that is used to achieve, control or maintain flight or landing of an aircraft. "Asbestos" means the mineral in any form. "Controlling underlying insurance" means the policy listed in the Schedule of Underlying Insurance shown in the Declarations, or its renewal or replacement: which applies to the "loss," or would have applied but for: a. an exclusion in that policy; or b. the exhaustion or erosion of an aggregate limit of insurance; If more than one policy is listed in the Schedule, the"controlling underlying insurance" is the policy which applies to the"loss" or would have applied but for the reasons a. or b. listed above. "Defense expenses" means expenses we incur to investigate a claim or defend a suit. Defense expenses include interest which accrues on our portion of a judgment, after entry of thatjudgment and after the insured or any underlying insurer has paid the full amount of their portion of the judgment but before we have paid, offered to pay or deposited in the court the part of the judgment that is within our applicable Limits of Insurance. "Employment practices" means: a. dismissal, discharge or termination of employment, whether actual, constructive or retaliatory; b. failure or refusal to hire or promote; c. discipline, demotion, coercion or retaliatory treatment; d. failure to grant tenure; e. negligent employment evaluation; f. sexual or other workplace harassment, including quid pro quo and hostile work environment: g. employment discrimination; h. invasion of privacy, violation of employment related civil rights, employment related libel, slander or defamation; i. creating or enforcing or failing to create or enforce employment related policies or procedures; or j. actual or alleged violations of the Family and Medical Leave Act of 1993 or its amendments. "Event" means an accident, incident, occurrence, offense, wrongful act or other`loss"causing "event" defined by and to which the"controlling underlying insurance" applies. NAV-EXC-001 (04 10) Navigators Insurance Company Page 6 of 7 Contains copyrighted material of the Insurance Services Office; Inc. with its permission. "Fungi" means any type or form of fungus, including mold or mildew and any rnycotoxins, spores, scents or byproducts produced or released by fungi. But"fungi" does not include mushrooms cultivated for human consumption. "Loss" means bodily injury, property damage, personal and advertising injury or other loss defined by and to which the "controlling underlying insurance"applies. "Policy period" means the period of time between the effective date shown in the Declarations and the earlier of the expiration date shown in the Declarations or the expiration date shown in an endorsement to this policy. "Silica" means silicon dioxide, occurring in crystalline, amorphous or impure forms, silica particles, silica dust or silica compounds_ "Silica related dust' means a mixture or combination of silica and other dust particles. "Underlying limits" means the amounts shown in the Declarations as the minimum limits of insurance to be provided by`controlling underlying insurance." In Witness Whereof,the issuing Company has caused this policy to be signed officially below,and countersigned on the Declarations page by a duly authorized representative of said Company. Stanley A. Galanski Jeff L.Saunders President Vice President NAV-FXC-001 (04110) Navigators Insurance Company Page 7 of 7 Contains copyrighted material of the Insurance Services Office, Inc.with its permission_ 'This•page has:been Ieft blank intentionally. t 1! Policy# SE17EXC7512601V COMMERCIAL EXCESS LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHER INSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE PART SCHEDULE A. Section IV - Conditions, 9. Other Insurance is deleted and replaced by the following: 9. This insurance is excess over any other insurance available to the insured except: a. insurance that is purchased specifically to apply in excess of this policy; or b. insurance available to the person or organization shown in the Schedule of this endorsement as an additional insured on the "controlling underlying insurance." B When this insurance applies on a primary and non-contributing basis, the Limits of Insurance available for the additional insured will be the lesser of: 1. the amounts shown in item 3 of the Declarations of this policy; or 2. the amount of insurance you are required to provide the additional insured in the written contract or agreement. All other terms of the policy remain unchanged. NAV-EXC-348A(01/11) Page 1 of 1 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. Client#: 119927 TITAEART TIE ACORD,. CERTIFICATE OF LIABILITY INSURANCE D 7/21/ lODIYYYY) 121/2017 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 be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), PRODUCER CONTACT Christine Maden Propel Insurance PHON No xt E 800 499-0933 (A/C No): 866 577-1326 A/C E Tacoma Commercial Insurance ADE-MDREAIL SS: �pro christine.maden elinsurance.com p 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC0 Tacoma,WA 98402 INSURER A:Zurich-American Insurance Compa 16535 INSURED INSURER B:Navigators Insurance Company 42307 TITAN Earthwork, LLC INSURER C:Westchester Surplus Lines Insur 10172 1585 Valentine Ave SE INSURER D Pacific,WA 98047 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MMIDDIYYYY MMIOD A X COMMERCIAL GENERAL LIABILITY X X GLA915581103 4/05/2017 04105/2018 EACH OCCURRENCE S1,000,000 _ _ 7 CLAIMS-MADE [7X OCCUR PREMISES Ea occurrence 000,000 X PD Ded $5,000 MED EXP(Any one person) $10 000 PERSONAL&ADV INJURY S1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PPOLICY C)JEIT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: S A AUTOMOBILE LIABILITY X X GLA915581103 4105/2017 04l05I201 E�aBcideDtSINGLE LIMIT 1,000,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ _ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS S B UMBRELLA LIAB X OCCUR X X SE17EXC7512601V 4/05/2017 04/05/201 EACH OCCURRENCE s5,000,000 X EXCESS LIAR CLAIMS-MADE AGGREGATE _ $5,000,000 DED RETENTION$O $ WORKERS COMPENSATION (WA Stop Gap) PER X OTH- AND EMPLOYERS'LIABILITY IR A ANY PROPRIETORIPARTNERJEXECUTIVEa I GLA915581103 4/0512017 04/05/201 E.L.EACH ACCIDENT $1 000 000 OFFICERIMEMBER EXCLUDED? N N I A (Mandatory In NH) I E.L.DISEASE-EA EMPLOYEE $1 000 000 if yes,describe under DESCRIPTION OF OPERATIONS below I E.L.DISEASE-POLICY LIMIT S1,000,000 C Pollution X ,G24268706006 4/0512017 04/05/201 $5,000,000 Occurrence Liability I $5,000,000 Aggregate I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) RE: Project#17-3011 12017 Large Culvert and Channel Cleaning Project,64th Avenue South. The City of Kent is additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014101) 1 of 1 The ACORD name and logo are registered marks of ACORD #S27870991M2657614 KTROO This page has been left blank intentionally. Policy Number GLA 9155811-03 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured TITAN EARTHWORK LLC Effective Date: 04-05-17 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038-000 COMMON POLICY FORMS AND ENDORSEMENTS U-GU-630-D CW 01-15 DISCLOSURE OF INFO RELATING TO TRIA U-GU-1191-A CW 03-15 SANCTIONS EXCLUSION ENDORSEMENT U-GU-767-B CW 01-15 CAP ON LOSS FROM CERTIFIED ACTS OF TERR U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU=621-A CW 10-02 SCHEDULE OF NAMED INSUREDS) U-GU-406-B 07-15 INSTALLMENT PREMIUM SCHEDULE U-GU-618-A CW 10-02 SCHEDULE OF LOCATIONS IL 01 23 11-13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 46 08-10 WASHINGTON COMMON POLICY CONDITIONS IL 01 98 09-08 NUCLEAR ENERGY LIABILITY EXCLUSION U-GU-298-B CW 04-94 CANCELLATION BY US IL 00 03 09-08 CALCULATION OF PREMIUM GENERAL LIABILITY FORMS AND ENDORSEMENTS U-GL-1517-B CW 04-13 RECORD OR DISTRB OF MATRL OR INFO EXCL U-GL-1518-A CW 04-13 BROADENED NAMED INSURED U-GL-851-B CW 06-04 EMPLOYEE BENEFITS LIAB (OCCURRENCE) COV U-GL-923-B CW 06-04 SILICA OR SILICA MIXED DUST EXCLUSION U-GL-925-B CW 12-01 WAIVER OF SUBROGATION (BLANKET) ENDT. U-GL-D-851-B CW 09-04 EMPLOYEE BENEFITS LIAB (OCCURRENCE) COV U-GL-D-1115-B CW 09-04 COMMERCIAL GL COVERAGE PART DECLARATIONS CG 00 01 04-13 COMMERCIAL GENERAL LIABILITY COV FORM U-GL-1060-E CW 04-13 CONTRACTORS LIABILITY ENDORSEMENT UGL1171ACW 07-03 FUNGI OR BACTERIA EXCLUSION U-GL-1175-F CW 04-13 ADDL INSD-AUTO-OWNERS LESSEES CONTRACTR U-GL-1177-F CW 04-13 ADL INSD OWNER, LESSE,CONT-SCHEDULED U-GL-1199-A MU 04-04 ASBESTOS EXCLUSION ENDORSEMENT U-GL-1294-A CW 10-06 LIMITED OPERATIONS-CONSOLIDATED WRAP-UP U-GL-1321-E CW 10-13 BROAD FORM ADD INS-OWNR, LESSEE, CONTR-SCH U-GL-1327-B CW 04-13 OTH INS AMNDMT-PRIMARY & NONCONTRIBUTORY U-GL-1347-A MU 02-08 LEAD LIABILITY EXCLUSION U-GL-872-B CW 04-09 PREMIUM & REPORTS AGREEMENT-COMP RATED CG 01 81 05-08 WASHINGTON CHANGES CG 01 97 12-07 WA CHANGES-EMP RELATED PRACTICES-EXCL U-GL-1465-D CW 12-13 ADL INSD-OWNR, LSSEE, CONTR-ONGNG-SCH U-GL-1466-D CW 12-13 ADL INSD-OWNR, LSSEE, CONTR-CMPLTD-SCH U-GL-274-C MU 05-06 STOP GAP EMPLOYERS LIABILITY COVERAGE U-GL-274-C 1 CW 12-04 STOP GAP EMPLOYERS LIABILITY U-GL-852-A CW 07-96 EMPL BENEFITS LIAB (OCCURRENCE) DED ENDT CG 03 00 01-96 DEDUCTIBLE LIABILITY INSURANCE CG 20 12 04-13 ADDL INS-ST, GOV AGY, SUB, POL SUB-PERM CG 20 32 04-13 ADDL INSD-ENGRS ARCHTS OR SURVEYORS CG 21 08 05-14 EXCL-ACC/DISCL OF CONFI OR PERSONAL INFO CG 21 34 01-87 EXCLUSION - DESIGNATED WORK CG 21 47 12-07 EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 21 86 12-04 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG 22 79 04-13 EXCL-CONTRACTORS-PROF LIAB CG 24 17 10-01 CONTRACTUAL LIABILITY - RAILROADS CG 25 03 05-09 DESIGNATED CONSTRUCTION PROJECTS GENERAL CG 25 04 05-09 DESIGNATED LOCATIONS GENERAL AGGREGATE U-GU-619-A CW(10/02) Policy Number G LA 9155811-03 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured TITAN EARTHWORK LLC Effective Date: 0 4—0 5—17 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038-000 AUTOMOBILE FORMS AND ENDORSEMENTS U-CA-387-A 07-94 SCHEDULE OF LOSS PAYEE (S) CA 20 01 10-13 ADDL INSD-LESSOR U-CA-531-B 02-08 NOTICE REGARDING TERRORISM PREMIUM U-CA-D-600-C 04-14 BUSINESS AUTO DECLARATIONS CA 00 01 10-13 BUSINESS AUTO COVERAGE FORM CA 01 35 10-13 WASHINGTON CHANGES CA 21' 34 10-13 WA UNDERINSURED MOTORISTS COVERAGE CA 20 15 10-13 MOBILE EQUIPMENT U-CA-424-F CW 04-14 COVERAGE EXTENSION ENDORSEMENT CA 99 89 05-01 WASHINGTON LOSS PAYABLE FORM REG-335 U-GU-619-A CW(10/02) Policy Number CPP 9155818-03 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured TITAN EARTHWORK LLC Effective Date: 04-05-17 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038-000 COMMON POLICY FORMS AND ENDORSEMENTS U-GU-630-D CW 01-15 DISCLOSURE OF INFO RELATING TO TRIA U-GU-1191-A CW 03-15 SANCTIONS EXCLUSION ENDORSEMENT U-GU-767-B CW 01-15 CAP ON LOSS FROM CERTIFIED ACTS OF TERR U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU-621-A CW 10-02 SCHEDULE OF NAMED INSURED (S) U-GU-406-B 07-15 INSTALLMENT PREMIUM SCHEDULE U-GU-618-A CW 10-02 SCHEDULE OF LOCATIONS IL 01 46 08-10 WASHINGTON COMMON POLICY CONDITIONS U-GU-298-B CW 04-94 CANCELLATION BY US IL 00 03 09-08 CALCULATION OF PREMIUM PROPERTY PORTFOLIO PROTECTION FORMS AND ENDORSEMENTS PPP-0001 06-06 COMMERCIAL PROP CVG PART DECLARATIONS PPP-0101 03-14 COMMERCIAL PROP CVG PART GEN PROVISIONS PPP-0102 08-16 COMMERCIAL PROPERTY CONDITIONS PPP-0103 08-16 COMMERCIAL PROPERTY DEFINITIONS PPP-6110 08-16 REAL AND PERSONAL PROPERTY COVERAGE FORM PPP-0111 03-14 ADDITIONAL COVERAGES FORM PPP-0112 08-16 ACCOUNTS RECEIVABLE CVG (REVENUE LOSS) PPP-0113 04-09 CRIME COVERAGE FORM PPP-0114 08-16 FINE ARTS COVERAGE FORM PPP-0116 08-16 ORIGINAL INFORMATION PROPERTY CVG FORM PPP-0117 03-14 TRANSIT COVERAGE FORM PPP-0132 08-16 EXTRA EXPENSE COVERAGE FORM PPP-0140 03-14 CONTRACTOR' S EQUIP . COV. FORM PPP-0141 03-14 INSTALLATION PROPERTY COVERAGE FORM PPP-0142 03-14 RIGGERS LIABILITY COVERAGE FORM PPP-9214 06-06 MAXIMUM LOSS LIMIT PPP-0229 06-06 WIND & HAIL EXCLUSION -- DD & TE PPP-0240 08-16 PERSONAL PROP . REDEFINED -- CONTRACTORS PPP-0308 06-06 ENABLING ENDORSEMENT PPP-0338 05-10 UNINTENTIONAL ERRORS OR OMISSIONS COVRG. PPP-0340 03-14 SCHED CONTRACTOR' S EQUIP-SPEC. VAL. PPP-0502 03-14 LOSS PAYABLE PROVISIONS PPP-0541 04-09 PREM. ADJUST . FOR INSTALLATION PROP PPP-0540 04-09 PREM. ADJUST . FOR CONTRACTOR' S EQUIP PPP-1461 04-09 WASHINGTON CHANGES PPP-1462 08-16 WASHINGTON CHANGES --EXCL CAUSES OF LOSS CP 01' 60 12-98 WASHINGTON CHANGES - DOMESTIC ABUSE PPP-9901 08-16 PROP PORTFOLIO PROTEC ADVISORY NOTICE U-GU-619-A CW(10/02) Commercial Navigators Excess Declarations NAV-EXC-DEC (4/10) Policy Number: SE1 7EXC7512601V Producer Number: WORL0129 Renewal Insuring Company. Navigators Insurance Company Producer: Worldwide Facilities, LLC One Penn Plaza 601 Union St Ste 1630 New York, NY 10119 Seattle, WA 98101-4067 1. Named Insured: TITAN Earthwork LLC Business Type: LLC Address: 13806 16th St E Sumner, WA 98390-9630 2. Policy Period: From: 04/05/2017 to 04/05/2018 (At 12:01 a.m. standard time at your mailing address shown above,) 3. Limits of Insurance Products-Completed Operations Aggregate $10,000,000 Each Occurrence or Event $10,000,000 General Aggregate $10,000,000 4. Underlying Insurance: See AMENDMENT- SCHEDULE OF UNDERLYING attached 5. Premium at Inception 6. Endorsements Attached to this Policy at Inception OPUS Cover Sheet OPUS Cover Sheet (02/17) POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM NAV-ML-TERRA (02/15) INSURANCE COVERAGE Commercial Excess Liability Declarations NAV-EXC-DEC (04/10) Commercial Excess Liability Coverage Part NAV-EXC-001 (04110) Washington Changes NAV-ECD-200-WA (04/10) OFAC ENDORSEMENT NAV-ML-002 (11/12) Pagel of CLAIM REPORTING PROCEDURES NAV-PHN-200 (10/13) Exclusion -Wrap-Ups and Project Policies NAV-EXC-354 (01/15) Exclusion -Cyber Injury NAV-EXC-5041 (01/15) Nuclear Energy Liability Exclusion NAV-EXC-302 (07/09) Exclusion - Rejected Coverage NAV-EXC-321 (07/09) Exclusion-Condominium or Townhouse NAV-EXC-327 (10/09) Exclusion - Exterior Insulation and Finish System NAV-EXC-311 (07/09) Total Pollution Exclusion NAV-EXC-323 (07109) Professional Services Exclusion NAV-EXC-305 (05/10) Waiver of Subrogation NAV-ECD-6012 (01111) Amendment of Conditions Other Insurance Primary and Non- NAV-EXC-348A (01/11) Contributing Amendment-Schedule of Underlying NAV-ECD-104 (02/11) Non-Cumulation of Limits/Anti-Stacking Endorsement NAV-ECD-361 (05/10) Cap on Losses from Certified Acts of Terrorism NAV-ECD-400 (02/15) Signed at: by This day of: Authorized Representative NAV-EXC-DEC(4/10) Page 2 of 2 Westchester Westchester Surplus Lines INSURANCE COMPANY A Chubb Company Environmental Policy Declarations THE DECLARATIONS,TOGETHER WITH THE COMPLETED AND SIGNED APPLICATION,THIS POLICY AND ANY ENDORSEMENTS OR SCHEDULES ATTACHED HERE TO, CONSTITUTE THE INSURANCE POLICY. Policy Number: G24268706 006 Renewal of: G24268706 005 Item 1. Named Insured: Titan Earthwork LLC 1585 Valentine Ave SE Pacific,WA 98047 The Named Insured is a: 0 Individual Partnership QX Limited Liability Company 0 Corporation Ej Other: Item 2. Producer: WORLDWIDE FACILITIES INC 601 UNION STREET SUITE 1630 SEATTLE, WA 98101 Item 3. Policy Period: Inception Date: 04/05/2017 Expiration Date: 04/05/2018 (12:01 A.M. Standard time at the address shown to Item 1.) If"NOT INCLUDED"appears then no such Coverage is provided under this policy. Item 4. Limits of Insurance: General Aggregate Limit $5,000,000 Contractors Pollution Liability Coverage Part $5,000,000 Each Pollution Condition Item 5. Deductible: Contractors Pollution Liability Coverage Part $5,000 Each Pollution Condition NA SL Tax&Fees Item 7. Rate: Flat/Not Auditable Item 8. Estimated Basis: $ 10,000,000 Item 9. Retroactive Dates: Contractors Pollution Liability Coverage Part: Not Applicable Item 10. Covered Locations: Not Applicable Item 11. Forms and Endorsements: "This Contract is registered and delivered as a surplus line coverage under the insurance code of the state of Washington, Title 48 RCW. It is not SLPD (03/08)- Surplus Lines Declarations protected by any Washington state guaranty association law." WSGO84 (05/11)- Surplus Lines Broker Notice WORLDWIDE FACILITIES, LLC-WAOIC#116180 Michael S Stutsman LD-5S23j(03/14)- Signature Endorsement ENV-1502 (03-06) Page 1 of 2 ENV-1200 (03/10)- Contractors Pollution Liability Insurance Policy-Occurrence -Elite ENV-1230(03/10)- Non-Owned Disposal Site(s) Liability-Elite ALL-21101 (11/06)- Trade or Economic Sanctions Endorsement ENV-3100 (08/04) - Additional Insured Endorsement ENV-3101 (08/04)- Additional Insured Endorsement- Primary and Non-Contributory ENV-3103 (12/10)- All Known or Reported Incidents Exclusion ENV-3137(08/04)- Separate Defense Limit Endorsement- Contractors Pollution Liability Coverage ENV-3143 (03/05)- Waiver of Transfer of Rights of Recovery Against Others to Us ENV-3146 (01/14)- Transportation Pollution Liability Coverage Endorsement(Owned) ENV-3147 (10-12)- Global Program Solutions Amendatory(Foreign Indemnity) Endorsement ENV-3206(03/10)- Assumption of a Retroactive Date Endorsement-Mold ENV-3213 (05/12)- Mold Sublimit Endorsement-Contractors Pollution Liability ENV-3225 (10/08)- Additional Insured Endorsement- Products-Completed Operations Hazard ENV-3226 (10/08) - Additional Insured Endorsement- Products-Completed Operations Hazard Primary& Non-Contributory ENV-3239 (11/16)- Policy Changes Endorsement ENV-5100(06/11)- Asbestos Amendatory Endorsement ENV-5102 (10/04)- Nuclear Hazard Liability Exclusion ENV-5103 (03/05) - Silica Exclusion ENV-5519 (09/04)- Earned Premium Endorsement-25% Minimum Earned ENV-9950 (01/15)- Exclusion of Certified Acts of Terrorism TRIA24 (01/15)- Policyholders Disclosure Notice of Terrorism Insurance Coverage IL P 001 01 04 - U.S. Treasury Departments'Office of Foreign Assets Control ("OFAC")Advisory Notice to Policyholders XS-3U96f(02/06)- Service of Suit Endorsement Item 12. JOHN J. LUPtCA. President Date: 04/04/2017 Authorized Representative ENV-1502(03-06) Page 2 of 2 Additional Insured — Automatic — Owners, Lessees Or ZURICH" Contractors Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. AddT Prem Return Prem. 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 A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard",which is the subject of the written contract or written agreement. However,the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence"which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW(04113) Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV— Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit'as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance;and b. You are required by written contract or written agreement that this insurance be primary and 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 a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW(04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 9 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. L•ff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Addl.Prcm Retum Prem. GLA915581103 04t0512017 04105/2018 Propel Insurance $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss,to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U.GL-925-B CW(12/01) Page I of I This page ha&been left blank intentionally. Coverage Extension Endorsement ZURICHm Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Retum Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a.and A.1.b.in this endorsement. d. Where and to the extent permitted by law, any person(s)or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations,whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident",will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss"to a covered "auto",we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage,we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is$100 per day, to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same'loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 113.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an"insured"; and (b) Are in a covered "auto" at the time of'loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss". U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph 13.3.a. of Section III— Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 13.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived;or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest)deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all"loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute"auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. 0. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a.of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F Cw(04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit"or"loss"shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit"including, but not limited to, the date and details of such claim or"suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered "auto"you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5)of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury"in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5of6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section 11—Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph AA.a.of Section III— Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses - We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total 'loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. -uolssiwjad s;i y;Inn.oul 'aoi;;0 saolnjaS aouemsul ay;;o leua;ew pa;y6uAdoo sule;uoO Lao t 3Sud AuedwoO aoueansul sao;e6lneN (otiho) too-OX"d-AVN -Aidde ll!m Aoilod sly;;o uolsnlox3 au;„aoueansul 6ulAliapun 6uilloj;uoo„ ay;jo uolsnlox3 ue pue Aoilod sly;;o uoisnlox:3 ue uaann;aq s;sixa uol;oipej;uoo jo Aoua;sisuooui ue jI -Aoilod siy;;o fed @pew aje„aouemsul bulAliapun 6uilloi;uoo„au;;o suoi;oas SNOISft-lOXA Ni suoisniox3 -Z '30NVdnRNl AO SilAl-1—III NOUODS aaS -pa;lwil si Aed ann;unowe ayl -L -aoueansul ;o s;iwi�ano aonpai II1M Aay;aseo yoit4m ui „'aouejnsui 6ulAlaapun 6uilloj;uoo„;o s;lwll ay;aonpai s;soo yons uaynn;daoxa aoueansul ;o s;iwi-I au;o;uoi;ippe ui pled aq llinn;ins Aue jo asua;ap ao wlelo Aue;o u011e61;sanul au;ui moui ann„sasuadxa asua;ap„ 'anoge .j7 pue .£sydei6eied s:padsai sy _g sagdde aouemsul sly;yolynn o;wielo Aue alpas o; 'uoi;ajosip ano ;e ';y6u ay;aney aM .g -pamsul Aue;suie6e ;Ins Aue;o asua;ap ay;jo wielo Aue;o;uewelpas ao uoi;ebi;sanui ay;ui a;edioiped o; 'A;np ay;;ou ;nq ';y6u ay;aney am 'Aldde;ou saop anoge -Z ydea6eied uayM .t7 •aouemsul 4o s;iwi-i algeoildde mo pled aney am uaynn pua puajap o;A;np pue ;y6u m0 -saildde aouemsul sly;yoigm o; sa6ewep�aas yolyM s;lns pua;ap pue swlelo a4e6i;s9nul o;A;np pue;y6u ay;aney am 'pamsul 9y;;sule6e s;ms pua;ap jo swlelo al};as pue a;e6l;s8nul o;suoi;e6ggo „aouemsul 6ulAliapun 6uilloj;uoo,,ay;6ulpue 'saildde anoge -Z ydei6eied uagM .0 aouemsu l ;o s;Iwi-1 algeoildde ano pled aney am Il;un „aouemsul 6ulAliapun 6uilloj;uoo,ay;;o aoeld ui Aidde llinn aouejnsui sly; 'sa6ewep ay;;o;unowe ay;jo;;nq paildde aney pinoM jo 'saildde aouemsul sly;yoigm o;s;uawai;;as jo s;uaw6pnf;o;uawAed ay;Aq pa;sneyxa sl „aouemsul 6ulAljapun 6uilloj;uoo„;o;iwil 91e6ai66e Ue 11 'Z „'ssol„ay;o;saildde „aouemsul 6ulAliapun 6uilloi;uoo„ay; -o pue „'.pound Aogod„ay;6uunp sm000 „ssol„ay; -q 'Ajo;ljja;a6eJaAoo ay;ui eoeid saNe;;ey; „;uana„ue Aq pasneo si „ssol„au; -e :ji Aluo saildde aouemsul siyl saildde aouemsul siy;yoigm o;„ssol„ao;sa6ewep se Aed o;pa;e6llgo Alle6al sawooaq pamsul ay; swns asoy;„s;lwil 6ulAljapun„;o ssaoxa ui pue pamsul ay;;o;leyaq uo Aed ll!m aM 6 A;lilgei-1 ssaoxa .b ;uawaaa6y 6uunsul 3E)VdDAOO—I NOLLODS 'SNOWNIJ30 -A NOLLO�]S o;ja;a�l -sbulueaw leloads aney Aoilod siy;ui suol;e;onb ui jeadde;ey;sesejyd pue spionnjay;O 'ciD jj 1SNl NV SI OHM— II NO11O3S japun yons se buiA genb uoi;eziue6jo ao uosiad aay;o Aue sueew „painsui„pions ayl -aouemsul sly;6ulpinoid Auedwoo ay;o;jajai �jno„pue„sn„ „'ann„spioM ayl pamsul paweN ay;o;Ja;aJ „jnoA„pue„noA„spiom ay;Aoilod ay;;noy6noiyl 'paJanoo;ou sl pue Sl;eynn pue sal;np 's;y6ij moA auiwaa;ap o;Alln;aaeo Aoilod ail;ua ay;peal 'a6eJanoo;ola;sal Aoilod s114110 suolSIAoid snolJeA fed a68J9A0o Aj!j!gei� SSGOX3 lElOJ9WWOO However, in no case will coverage be excluded by the"controlling underlying insurance': and not excluded by this policy. This insurance does not apply to any liability: 1. to which "controlling underlying insurance" does not apply; 2. for which coverage is provided by"controlling underlying insurance" at limits less than the limits of insurance applicable to other coverage provided by the`controlling underlying insurance" and less than"underlying limits;" 3. for"loss"which commenced prior to this"policy period,"whether or not such"loss" continues, progresses, changes or resumes during this"policy period;" 4. for damage to property you own, rent or occupy, including any costs or expenses incurred by you or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including the prevention of injury to a person or damage to another's property, 5. for damage to personal property in the care, custody or control of any insured; 6. arising out of any"aircraft products;" 7. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"asbestos;" 8. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of'fungi" or bacteria; 9. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"silica"or"silica related dust;" 10. arising out of any"employment practices"of any insured; 11. arising out of: a. war, including undeclared or civil war; b. warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents or c. insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these; 12. imposed under: a. an uninsured or underinsured motorist, uninsured or underinsured boater, Medical Payments, Personal Injury Protection, No-Fault or any similar law; b. a workers compensation, disability benefits, unemployment compensation or any similar law; c. the Employee Retirement Income Security Act of 1974, any amendments thereto or any similar law. SECTION I I—WHO IS AN INSURED The WHO IS AN INSURED section of the"controlling underlying insurance" is made part of this policy. Any person or organization that is an insured in"controlling underlying insurance" is an insured in this policy to the same extent. NAV-EXC-001 (04/10) Navigators Insurance Company page 2 of 7 Contains copyrighted material of the Insurance Services Office, Inc.with its permission. SECTION III—LIMITS OF INSURANCE The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of insureds, claims made or suits brought, or persons or organizations making claims or bringing suits. 1. The General Aggregate Limit is the most we will pay for the sum of all damages to which this insurance applies, except: a. damages because of bodily injury or property damage included within any applicable products-completed operations hazard;or b. damages arising out of the ownership, operation, maintenance or use of an automobile; 2. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of all damages included within any applicable products-completed operations hazard; 3. Subject to paragraphs 1. and 2. above, the Each Event Limit is the most we will pay for all damages that arise out of any one"event." SECTION IV—CONDITIONS The CONDITIONS sections of the"controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between the Conditions of this policy and the Conditions of the"controlling underlying insurance,"the Conditions of this policy will apply. 1. Appeals At our discretion we may appeal any judgment which would result in a payment under this policy. When we do appeal, we will pay all costs associated with the appeal in addition to the Limits of Insurance. Any such appeal will not increase our Limits of Insurance. 2. Bankruptcy or Insolvency Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our obligations under this policy. Bankruptcy or insolvency of any company providing "controlling underlying insurance"will not reduce the"underlying limits" or increase our obligations under this policy. We will not be required to drop down or replace"controlling underlying insurance." 3. Cancellation a. The first Named Insured may cancel this policy at any time by providing us advanced written notice of the cancellation date. b. We may cancel this policy at any time by providing the first Named Insured written notice of cancellation: i. at least 10 days in advance if we cancel for non-payment of premium;or ii. at least 30 days in advance if we cancel for any other reason: c. If the"controlling underlying insurance" is cancelled for any reason, this policy is also cancelled. Reinstatement of the"controlling underlying insurance"does not reinstate this policy unless reinstatement is endorsed hereon. Return premium, if any, will be calculated per Condition 11. Premium. Proof of mailing will be proof of notice. NAV-EXC-001 (04/10) Navigators Insurance Company Page 3 of 7 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. 4. Non-Renewal a. We are not obligated to renew this policy. However, should we decide not to renew, we will provide the first Named Insured written notice of our decision at least 30 days prior to the expiration date shown in the Declarations. b. We will not restrict the terms or increase premium of this policy at renewal unless we have given the first Named Insured at least 30 days advanced notice of any such changes. However, no notice will be provided or required if a restriction in this policy results from a restriction applicable to"controlling underlying insurance." c. The first Named Insured may non-renew this policy by: i. providing advance written notice to us; ii. rejecting our offer to renew;or iii. failing to reply to our offer to renew. Proof of mailing will be proof of notice. 5. Changes This policy contains all of the agreements between you and us. This policy may only be changed by endorsements we issue. 6. Duties When There is an"Event,"Claim or Suit a. You must see to it that we and any other insurers who could provide coverage are notified as soon as practicable of any"event"which may be reasonably expected to result in a claim under this policy.To the extent possible, notice should include: i. how, when and where the"event"took place; ii. the names and addresses of any injured persons and witnesses; and iii. the nature and location of any injury or damage arising out of the"event." b. If a claim is made or suit is brought against any insured which may be reasonably expected to result in a claim under this policy, you must: i. immediately record the specifics of the claim or suit and the date received; and ii. notify us, and any other insurers who could provide coverage, as soon as practicable. c. You and any other involved insured must: i. immediately send us, and any other insurers who could provide coverage, copies of any demands; notices, summonses or legal papers received in connection with a claim or suit which may be reasonably expected to result in a claim under this policy; ii. authorize us to obtain records and other information; iii. cooperate with us in the investigation or settlement of the claim, issues relating to coverage under this policy or defense against the suit; and iv. assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of the injury or damage to which this insurance may apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation or incur any expense, other than first aid,without our consent. Notice to us may be sent to our address shown in the Declarations. 7. Legal Action Against Us No person or organization has a right under this insurance: a. to join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. to sue us on this insurance unless all of its terms have been fully complied with. NAV-EXC-001 (04/10) Navigators Insurance Company page 4 of 7 Contains copyrighted material of the Insurance Services Office, Inc.with its permission. 8. Maintenance of Controlling Underlying Insurance During the"policy period"you must maintain"controlling underlying insurance"with "underlying limits' at least equal to the amounts shown in the Declarations.The "underlying limits" must be unimpaired at the beginning of this"policy period." If you fail to maintain the "controlling underlying insurance"this policy will be invalid_ If you fail to maintain"underlying limits,"we will only be liable to the extent we would have been liable had you maintained the"underlying limits." Reduction of"underlying limits" by the payment of judgments or settlements for"loss"to which this insurance applies, or would have applied but for the amount of the damages,will not be considered a failure to maintain"underlying limits." 9. Other Insurance This insurance is excess over any insurance available to the insured except insurance purchased specifically to apply in excess of this policy. 10. Payment of Damages When the amount of damages payable under this policy has been determined by final judgment or a written settlement agreement between the claimant and us, we will pay that amount, up to our applicable Limits of Insurance, after the"controlling underlying insurance" or the insured has paid the full amount of the"underlying limits." 11. Premium The Premium shown in the Declarations is the premium for the coverage we provide for the"policy period."The first Named Insured is responsible for the payment of all premiums under this policy. If this policy is cancelled prior to its expiration date return premium will be calculated as follows: a. if cancelled by us: [{(Premium)—(Minimum Earned Premium))x (Pro Rata factor)) b. if cancelled by you: [((Premium)—(Minimum Earned Premium))x {(Pro Rata factor) x (.90))]. 12. Separation of Insureds Except with respect to the Limits of Insurance and any rights or duties specifically assigned in this policy to the first Named Insured, this insurance applies: a. as if each Named Insured were the only Named Insured; and b. separately to each insured against whom claim is made or suit is brought_ 13. Transfer of Rights of Recovery Against Others If an insured has rights to recover all or part of any payment we have made under this insurance, the insured must preserve those rights and, at our request, pursue or transfer those rights to us. The insured must do nothing after an"event"to impair them. 14. Reformation of Underlying If the"controlling underlying insurance" is reformed after an"event"to provide coverage for a"loss,"the terms of such reformation do not apply to this policy. 15. When we Defend When we have a duty to defend an insured,the insured will cooperate with us in the transfer of the defense to counsel of our choosing. If the law of the governing jurisdiction permits an insured to select their own counsel to be paid for by us; we shall only be liable for the reasonable and necessary defense costs of one law firm per insured at rates customarily paid by us for the defense of similar claims in the jurisdiction where the claim is pending. 1& Claims outside the U.S.A, it's Territories, Possessions or Canada When we have the duty to defend an insured and are prevented by law or otherwise from doing so, we will reimburse the insured for any reasonable and necessary expenses incurred in the defense of a suit to which this insurance applies. If the insured becomes legally obligated to pay damages to which this insurance applies NAV-EXC-001 (04.10) Navigators Insurance Company page 5 of 7 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. 'uolssiwaad sll ql!m'oul 'aoi11O saoln.ieS aouemsul aylIo leu@lew paly6uAdoo suieluoD L JO 9 DOEd Auedwoo aouemsul sJole6lneN (0[/b0) [00-Z)X-FI-A 'N 'salldde „aouemsui 6uiAljapun 6ulllojluoo„ay;yoiyM of pue Aq paullap „luana„ 6uisneo „ssol„jaylo ao loe 1n16uojm 'asua.4o 'aouajm000 'lueploui 'luaplooe ue sueaw „luan3„ 'sluawpuawe sll Jo£66610 lob anea-I Ieolpaw pue/+llwej ay;to suolle101n p86911e Jo lenloe f io'sainpaooid jo saioilod palelai luaw/,oidwe aojolua jo aleajo of bulilel ao bulojolua jo bulleajo 'I 'uo ilewelap ao japuels 'lagll palelai luawAoldwe 's4y6lJ Ilnlo polelai luawAoidwa to uolleloln '/foenud to uolsenul .y 'uoileulwuosip luawAoidwe '6 'luawuoJInua NjoM alpsoy pue onb oid pinb 6uipnloui 'luawssejey aoeldmioM jaylo jo lenxas '1 'uoilenlen@ luawAoldwe lua6ilbau 'a 'amual luej6 of ajniie3 p 'luawleall tiolellelaj io uolojaoo 'uoilowep 'aulldloslp -o 'elowojd ao aiiy of Iesnjaj jo ainliel -q ,kolellelaj Jo anllonjlsuoo 'Ienloe jatylayM 'luswAoldwa to uolleuiwjal jo 96aeyosip 'Iesslwslp 'e :sueaw „saoiloead luawAoldw3„ 'aouemsul to sliwi-i algeoildde mo uiyllM si leyl luawbpnf ayl to lied ayl:pnoo ayl ui pallsodap jo Aed of paiago 'pled anew am aaolaq lnq luaw6pnf aul jo uoipod jlayl to lunowe Ilnl ayl pled sey jamsui 6uiAljapun Aue jo pamsui ayl jal}e pue luaw6pnf leyl Io tilue aalle 'luawbpnf a to uollaod ano uo sanjooe yoigm lsaialui apnioui sasuadxa asualap 'fins a puelap jo wielo a alebilsanul of inoul am sasuadxa sueaw „sasuadxa asualaQn 'anoge p@;sil 'q ao 'e SUO5e0J ayl jol lnq paildde aney pinoM io „ssol„ayl of salldde yoigm Aoilod NI sI „aouemsui 6uidljapun 6ulllojluoo„ayl 'alnpayoS ayl ui polsll si AOilod auo ueyl ajow 11 'aouemsul;o liwii alebaj66e ue to uolsoaa ao uoilsneyxa ayl 'q jo 'Aoilod leyl ui uoisnloxa ue -e :jol lnq paildde aney pinoM jo „'ssol„ ayl of saildde yoigm 'luawaoeldai jo leMauai si!jo 'suoilejeloaa ayl ul uMoys aouemsul bulAlaapun to ainpauoS ayl ui palsll Aoilod ayl sueaw „aouemsui buiAliapun builloiluoo„ •wjol Sue ul lejauiw ayl sueaw „solsagsy„ '}leaoile ue;o 6ulpuel Jo ly6114 ulelulew Jo ioJluoo 'analyoe of pasn si leyl paJnsui Aue Aq peingljlsip ao palpuey 'pasuaoll 'plos 'spew aolnap Jo luauodwoo 'aloipe Aue 'o jo 'luawdlnba:poddns jo lojluoo punoj6 -q 'l;ejoiie ue 'e :sueaw „sJonpojd:Uejojiy„ -Aoilod slyl uI wain uanl6 6ulueaw ayl aney IIIM Aoilod siyl ui suoilelonb ui seseayd jo spioM leyl s/IeMle papinojd Xoilod siyl ui pasn saseayd jo spjoM of Aidde pue `Aoilod siul loped @pew aae „aouemsui 6uiAlaapun 6ullloaluoo„ayllo suollo@s SNOIiIN1=ID0 ayl SNOIlINIJDa—A NOIl03S 'sa6ewep yons aol 'pled waM sa6ewep @yl awll ayl le ales a6ueyox9 6ull!enajd atll le Aouaiino S'(1 ul 'paansui atll asingwiaj IIIM aM'pamsui ayl to lleyaq uo sa6ewep yons 6ul/,ed wojl Mel Aq paluanajd aae am pue -uolssmad s}l gllM-oul 'aolll(D saoimaS aoueansul agllo lelaalew palg6uAdoo sueluoO Lao L a$Ed Auedwoo aoueansul sJole6lneN (OI/b0) 100'DXd-AVM luaplsBJd BOIA luaplsaJd siapunes•-i mar l)lsuele!D•d Aalue;S •Auedwoo plus 10 anlleluasaidei pazlaoglne Alnp a Aq a6ed suol pnioaa ay;uo pau6lsialunoo pue`molaq Alle1olllo pau6ls aq ojAollod slgj pasneo seq Auedwoo 6ulnssl eql`1oa-1agM ssaullM ul aoueansul 6uiAlaapun 6ullloiluoo„Aq papinoid aq of aoueansul 4o s;lwll wnwlulw aqI se suolleaeloaa NI w unnogs slunowe aqI sueaw „sllwll 6ul/(laapun„ -salollaed Isnp aaglo pue eollls to uo1leutgwoo ao aanaxlw a sueaw „Isnp palelaa eollls» -spunodwoo eollls ao Isnp eollls 'salollaed eogls 'swaol aandwl ao snogdaowe 'aulllelsko ul 6uum000 'aplxolp uoollls sueaw ,.eoglS, -Aollod slgl of luawesaopua ue ul uMogs alep uolleaidxa agl ao suollejeloaa aql ul Umogs alep uollendxa agl;o aaipea aqI pue suoileaeloap aql ul unnogs elep anlloal}a agl uaaAgaq awll}o polaad agl sueaw ,pound hollod„ -salldde„aoueansul 6uiAliapun 6ullloaluoo„agl golgnn oI pue Aq paullap ssol jaglo ao/(anful 6ulsllaanpe pue leuosaad 'a6ewep kpadoad '/unful Allpoq sueaw „sso-j„ 'uolldwnsuoo uewnq aol palenlllno swoagsnw apnloul lou saop „l6unl„Ine -l6unl Aq pasealaa ao peonpoad slonpoadAq ao sluaos 'saaods 'sulxolooAw Aue pue mapilw ao plow 6ulpnloul 'sn6un;to waol jo ad/(I Aue sueaw „l6un j„ This page has been left blank intentionally. J N r > F COMMERCIAL EXCESS LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHER INSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE PART SCHEDULE A. Section IV - Conditions, 9. Other Insurance is deleted and replaced by the following: 9. This insurance is excess over any other insurance available to the insured except: a. insurance that is purchased specifically to apply in excess of this policy; or b. insurance available to the person or organization shown in the Schedule of this endorsement as an additional insured on the "controlling underlying insurance." B When this insurance applies on a primary and non-contributing basis, the Limits of Insurance available for the additional insured will be the lesser of: 1. the amounts shown in item 3 of the Declarations of this policy; or 2. the amount of insurance you are required to provide the additional insured in the written contract or agreement. All other terms of the policy remain unchanged. NAV-EXC-348A(01111) Page 1 of 1 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. This page,'has been left blank intentionally. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1- 1-02 Bid Procedures and Conditions........................................... 1- 1-03 Award and Execution of Contract ....................................... 1- 1-04 Scope of the Work ........................................................... 1- 1-05 Control of Work ............................................................... 1- 1-06 Control of Material ........................................................... 1- 1-07 Legal Relations and Responsibilities to the Public ................. 1- 1-08 Prosecution and Progress.................................................. 1- 1-09 Measurement and Payment............................................... 1- 1-10 Temporary Traffic Control ................................................. 1- DIVISION 5 SURFACE TREATEMENTS AND PAVEMENTS ............ 5-1 5-04 Hot Mix Asphalt ............................................................... 5- DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-00 General Requirements...................................I.................. 7- 7-07 Cleaning Existing Drainage Structures ................................ 7- DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8- KENT STANDARD PLANS ................................................................. A-1 PREVAILING WAGE RATES.............................................................. A-2 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln June 21, 2017 Project Number: 17-3011 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION i - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions, SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2017 Lg Drain Pipe, Culv&Channel Cleaning/Lincoln 1 - 2 June 21, 2017 Project Number: 17-3011 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 DEFZNITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 3 June 21, 2017 Project Number: 17-3011 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KentWA.gov/doing-business/bids- procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 1 - 4 June 21, 2017 Project Number: 17-3011 shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2017 Lg Drain Pipe, Culy& Channel Cleaning/Lincoln 1 - 5 June 21, 2017 Project Number: 17-3011 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 A WARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any 2017 Lg Drain Pipe, Culv&Channel Cleaning/Lincoln 1 - 6 June 21, 2017 Project Number: 17-3011 other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 7 June 21, 2017 Project Number: 17-3011 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 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 2017 Lg Drain Pipe, Culv&Channel Cleaning/Lincoln 1 - 8 June 21, 2017 Project Number: 17-3011 1-05 CONTROL. OF WORK 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 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 I-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. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 9 June 21, 2017 Project Number: 17-3011 Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION I-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 10 June 21, 2017 Project Number: 17-3011 SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2016 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL. OF MATERIAL. SECTION 1-06,2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 1 - 11 June 21, 2017 Project Number: 17-3011 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 12 June 21, 2017 Project Number: 17-3011 Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 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 2017 Lg Drain Pipe, Culv&Channel Cleaning/Lincoln 1 - 13 June 21, 2017 Project Number: 17-3011 response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. i-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 SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. 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 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 1 - 14 June 21, 2017 Project Number: 17-3011 SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 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 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 1 - 15 June 21, 2017 Project Number: 17-3011 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 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 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 16 June 21, 2017 Project Number: 17-3011 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. CenturyUnk Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Ener4v Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 1 - 17 June 21, 2017 Project Number: 17-3011 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. 2017 Lg Drain Pipe, Culv&Channel Cleaning/Lincoln 1 - 18 June 21, 2017 Project Number: 17-3011 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 19 June 21, 2017 Project Number: 17-3011 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. Work occurring in the vicinity of Neely-O'Brien Elementary School shall be completed first to minimize disruption to the operations of the school near the start of the school year. This work shall be completed within the first 10 working days of the project. 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 survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. 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. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 20 June 21, 2017 Project Number: 17-3011 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. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 21 June 21, 2017 Project Number: 17-3011 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. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 22 June 21, 2017 Project Number: 17-3011 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(i) 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 BY ADDING THE FOLLOWING NEW SECTION: 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 23 June 21, 2017 Project Number: 17-3011 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the- project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 24 June 21, 2017 Project Number: 17-3011 The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sian (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 1 - 25 June 21, 2017 Project Number: 17-3011 DIVISION 2 - EARTH WORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-0I.5 IS SUPPLEMENTED WITH THE FOLLOWING: 5-04.5 Payment "Clearing and Grubbing (Site _) per lump sum 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 2 - 1 June 21, 2017 Project Number: 17-3011 DIVISION S - SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Cold Plant Mix for Temporary Ramp" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 5 - 1 June 21, 2017 Project Number; 17-3011 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-00 GENERAL REQUIREMENTS 7-00.1 Requirements for All Bypass Systems The following requirements apply to all bypass systems related to large culvert pipe cleaning. 7-00.2 Temporary Stormwater Bypass The temporary Stormwater bypass shall be designed to bypass a minimum of 10 cfs and shall be installed as soon as all BMPs are in place and approved by the Engineer. The temporary diversion dam shall be installed perpendicular to the channel and of sufficient height to maximize detention, without causing water to flow over the ditch banks. The temporary diversion dam shall be removed carefully to assure that sediment will not exceed water quality standards. 7-00.5 Payment Payment for dewatering, storm tanker truck and supplemental ditch bypass pumping shall be per force account. The unit contract price per force account for "Stormwater Tanker Truck" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and maintain the tanker truck for stormwater collection, storage and disposal. Turbid stormwater that cannot be detained onsite through standard construction practices or other TESC measures, as determined by the Engineer, shall be collected and stored with a stormwater tanker truck. Once acceptable levels of turbidity are achieved, the Contractor shall release the stormwater at a controlled flow rate as to not cause erosion, scour or sedimentation to ditches, streams, or other downstream systems. If the stormwater tanker truck is not used, the Contractor will not be paid for the operator or the vehicle. The unit bid price per lump sum for "Temporary Stormwater Bypass" constitutes complete compensation for all labor, materials, tools and equipment necessary to construct and install the temporary ditch bypass, including temporary gravel filled diversion dams or sheet steel, screened bypass pipe. This bid item also includes the cost of a fisheries biologist to capture and safely move fish per HPA permit requirements. 2017 Lg Drain Pipe, Culv &Channel Cleaning/Lincoln 7 - 1 June 21, 2017 Project Number: 17-3011 The unit contract price per force account for "Supplemental Stormwater Bypass Pumping," constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to provide and maintain the supplemental ditch bypass pumping system and removal. The purpose of this supplemental stormwater bypass pumping bid item is to address unexpected high stormwater flows conditions due to unseasonable rainfall events that cannot be handled by the Temporary Stormwater Bypass System. If the supplemental ditch bypass pumps are not used or installed, no payment shall be made to the Contractor. 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.1 Description 7-07.1(A) General This work shall consists of removing sediment, refuse, invasive plant species and ditch water, soil/solids and decant liquids, and disposing of all debris and obstructions from the existing culverts or ditchs and existing storm drainage pipes, manholes, catch basins or other drainage features within the limits of this project in accordance with these specifications and in conformity with the typical details as shown on the plans or as established by the Engineer. The Contractor shall perform collection and disposal of soil/solids and water and decant liquid and other tasks in this Section at the direction of the Engineer, in accordance with the applicable local, state, and federal statutes, regulations, standards, and requirements including, but not limited to State Model Toxics Control Act (MTCA), Chapter 70.95 Revised Code of Washington (RCW), Washington Administrative Code (WAC) Chapter 173-350, Washington Department of Labor and Industry (L&I), and the accepted Material Handling (MH) Plan, as required. This section includes the requirements for preparation of the MH Plan. The Contractor shall be responsible to insure that materials flushed from the storm sewer pipe are trapped, removed, and do not enter the downstream system. The City will provide the Contractor with the water for jetting, flushing and cleaning of the storm sewer system as called out in Section 7-07.3 of the Kent Special Provisions and as shown on the plans. The Contractor will need to pick up a hydrant meter at the City Shops located at 5821 S. 2401h St., Kent, WA 98032, and supply his own gate valve for water turn on/off. 7-07.1(B) Scope of Work The Contractor shall dispose of soil/solids and ditch water and decant liquids at a City identified permitted disposal station and/or request an alternate permitted disposal station and/or request permitting a currently non-permitted site in accordance with Section 7-07.1 (C) and 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 7 - 2 June 21, 2017 Project Number: 17-3011 7-07.2 of the KSP. The contractor in choosing to dispose of soil/solids and ditch water and decant liquids at a disposal site that is not permitted agrees to assume full responsibility to provide and obtain all necessary notifications and permits to complete the work prior to commencing the work at no additional costs, delay and/or disruption of work. Works includes removing, disposal, handling, transporting, and off-site disposal of material that will be encountered during the work. All material within the storm sewer system shall be transported offsite in an approved and permitted disposal facility. 7-07.1(C) Submittals The Contractor shall submit a Material Handling (MH) Plan to the Engineer for review and acceptance within ten (10) calendar days after Notice to Proceed. No work shall be performed in the culverts and/or ditches with the exception of soils testing, until the acceptance of the Plan by the Engineer. The Contractor shall allow ten (10) calendar days for the Engineer's review. No adjustments for time or money will be made if re-submittals of MH plan are required due to deficiencies. The MH Plan shall include, at a minimum: 1. Schedule of activities. 2. Identify permitted disposal station for disposal from City identified permitted disposal stations in Section 7-07.2(A)1 of the KSP, and/or request for alternate permitted disposal station per Section 7- 07.2(A)2 of the KSP for disposal, and/or request permitting a currently non-permitted solids and decant liquid site for disposal per Section 7-07.2(A)3 of the KSP. 3. Methods and procedures for soil removal and equipment to be used. 4. Identification of licensed transporters and disposal facilities; contact information for the same. 5. Proposed haul routes. 6. Decontamination procedures. 7. Spill prevention and cleanup procedures. 8. Storm Water management. 9. Procedures for documenting and reporting any new finds and/or release of contaminants, to the Engineer. Submit closeout documentation to the Engineer as it becomes available including, but not limited to logs, weight tickets, waste profile, etc. 7-07.2 Disposal and Handling of Material 7-07.2(A) Disposal Sites and Requirements The Contractor shall dispose of all soil/solids and decant liquids at a City identified permitted disposal station or request for approval of an alternate as noted in 2 and 3 below. Contractor is responsible for adequate site(s) selection for disposal. Unavailability of any selected 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 7 - 3 June 21, 2017 Project Number: 17-3011 site(s) will not be regarded as a changed condition and will not excuse delay. 1 , The City has identified permitted disposal stations for this project as follows: PRS Group, Inc. 3003 Taylor Way Tacoma, WA 98421 King County Decant Facility 155 Monroe Ave. SE Renton, WA 98056 King County may have vactor trucks available for use. However, neither King County nor the City guarantees availability for any disposal on a daily or project basis. King County requires users to be authorized users for their site, the facility can be contacted at (206) 477-2382 for details. No payment will be made for additional costs, delay and/or disruption of work due to the Facility's availability or lack thereof. 2. The Contractor may request an alternate permitted disposal station for disposal in writing which includes company name, address, phone number, company providing certified scale tickets and contact person for City to verify. No payment will be made for additional costs, delay and/or disruption of work due to this request. 3. The Contractor may request permitting a currently non-permitted disposal station site in writing which includes the following: A. Disposal site for soil/solids and decant liquids including address and vicinity map. Some guidance for reuse and disposal options are provided in Appendix A-4. B. Permits required for work and copy of permit or schedule of obtaining permit. C. Methodolgy for project including but not limited to staging, stockpiling, testing, measuring and disposal. This shall include location of activity and/or company providing certified test results meeting which standards for sampling and testing and certified scale tickets in accordance with Section 1-09.2 of the standard specifications. No payment will be made for additional costs, delay, and/or disruption of work due to this request. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 7 - 4 June 21, 2017 Project Number: 17-3011 7-07.2(B) Removal 7-07.2(C) Material Staging Material shall be hauled off-site for disposal to an approved and permitted disposal station and shall not be staged on-site. 7-07.2(D) Transportation and Disposal Load material for off-site disposal. Transportation of material for off- site disposal shall be in accordance with Department of Transportation (DOT) and other federal, state, and local regulations, requirements, and standards. Provide a copy of the transporter's state license to the Engineer. Dispose of tested soil/solids and liquids in a permitted disposal station. The Contractor shall coordinate all activities with the disposal station in compliance with applicable regulations, standards, and requirements. Provide a copy of the disposal station waste profile or acceptance letter to the Engineer. 7-07.3 Construction Requirements All culverts and ditches that require cleaning are identified in the Plans and Specifications. They shall be cleaned by vacuum, or whatever means are necessary to provide unobstructed drainage. No jetting or flushing of the culverts or ditches shall be allowed. All culverts, and sediment, refuse and invasive plant species areas shall be cleaned and freed of all soil/solids, rocks, and debris. While performing the Work, the Contractor shall implement all necessary best management practices and measures to meet the conditions of Section 1-07.5. The Contractor shall take necessary precautions to avoid damage to existing features, their appurtenances, or utilities that may be affected by the work. The Contractor shall coordinate with the Engineer to locate underground utilities prior to the start of construction. Any damage to existing site features and utilities not designated for removal or alteration shall be repaired by the Contractor at no additional cost to the City. 7-07.4 Measurement Measurement for the soil/solids removal and disposal shall be per ton of soil/solids disposed off-site as measured by the certified scale at the receiving disposal station. An original of the scale tickets shall be furnished to the Engineer. No payment will be made for disposal of ditch water. If material is not dumped at a disposal station, the Contractor shall pay for and provide certified scale tickets to the Engineer in accordance with Section 1-09.2 of the Standard Specifications. 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 7 - 5 June 21, 2017 Project Number: 17-3011 7-07.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Removal and Disposal of Sediment, Refuse and Vegetation from Culvert" and "Removal and Disposal of Sediment, Refuse and Vegetation from Ditch (Site )" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to clean the culverts as shown on the plans and described in the specifications. This work includes but shall not be limited to: extracting solids, loading, transporting and disposing of the soil/solids to a permitted disposal station or requested alternate disposal station. No payment will be made for liquid disposal. 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln 7 - 6 June 21, 2017 Project Number: 17-3011 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed........... .......................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments..........8-01.3(2)D and 9-14.4 Tackifier................................8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(i) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. 2017 Lg Drain Pipe, Culv&Channel Cleaning/Lincoln 8 - 1 June 21, 2017 Project Number: 17-3011 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 8 - 2 June 21, 2017 Project Number: 17-3011 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-0I.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 8 - 3 June 21, 2017 Project Number: 17-3011 Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 8 - 4 June 21. 2017 Project Number: 17-3011 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 5-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 8 - 5 June 21, 2017 Project Number: 17-3011 directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 8 - 6 June 21, 2017 Project Number: 17-3011 injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION, 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 8 - 7 June 21, 2017 Project Number: 17-3011 to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch- Hand Applied" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air- dried condition, and free of noxious weeds and other materials detrimental to plant life. 2017 Lg Drain Pipe, Culv& Channel Cleaning/Lincoln 8 - 8 June 21, 2017 Project Number: 17-3011 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. STORM 5-31 Filter Fabric Fence 5-35 Temporary Stockpiling Lincoln June 21, 2017 Project Number: 17-3011 NEWLY GRADED OR WIRE FABRIC DISTURBED SIDE SLOPE 2' 2' FILTER FABRIC Z FLOW MATERIAL M —LARGE ROCK 2"OR / GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR co 3/4"-1.5"WASHED GRAVEL / 891 fV IJ SECTION A-A FILTER FABRIC MATERIAL 2"Q X14 GAUGE WELDED WIRE FABRIC OR MIRAFI 100X OR EQUIVALENT A WIRE RINGS EQUAL(IF 160# EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES,WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS. STEEL OR A LJ 2X 4 WOOD POSTS. U LJ U 6'O.C. INSTALLATION NOTES: ELEVATION 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED.THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER. 2. FILTER FABRIC FENCES SHALL BE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT INSPECTED IMMEDIATELY AFTER EACH AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE RAINFALL AND AT LEAST DAILY �OSEPl�r ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DURING PROLONGED RAINFALL.ANY �'� o f WASH/ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY. 0) tiQ� `o O CITY OF KENT v� Z ENGINEERING DEPARTMENT 3, REMOVE SEDIMENT WHEN IT REACHES - '-3 1/3 FENCE HEIGHT. It:,� KENT FILTER FABRIC FENCE 10 ,P 21493 O WI�NIMOTOM 4. INSTALL THE SILT FENCE FIRST. �O,c `sGISTe AFTER THE SILT FENCE HAS BEEN DESIGNFSsj � ID es ;r NONE STANDARD PLAN INSTALLED,CONSTRUCT BERM AND ANAL DRAwN E CHECK! I DATE TRENCH. oxarErn 5-3 APPROVED FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2.3.E 24'MAX HEIGHT BURY SHEETING to MAX SPAC,, INTO EXISTING SOIL MINIMUM 4"X4"TRENCH BCE TIRES,SANDBAGS,OR EQUILVALENT BNPLASrICSyF MAY BE USED TO WEIGHT PLASTIC �S MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL.OF 4"X4"TRENCH GENERAL NOTES: 1.PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14.5. 2. MAXIMUM PERMITTED SLOPE SHALL BE 2H:1V. 3.SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED. 4.TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �SEP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5 Z ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� pF WASH THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. co O CITY OF KENT v� z rp ENGINEERING DEPARTMENT KENT TEMPORARY STOCKPILING -O ,P 21493 WA8NIMOTDN �O FGJSTeR� �� FAL EN DESIGNED-1 TJH scalE NONE STANDARD PLAN DRAWN CHECKED DATE 5-35 ENgIkIIt APPROVED LOCATION MAPS 2017 Lg Drain Pipe, Culy & Channel Cleaning/Lincoln A - 2 June 21, 2017 Project Number: 17-3011 I ..ww M g M Yµ Kent City Lirn'tS a I F 167 ____.. . S 208th ST PI PROJECT LOCATIONS _...... SE 240th ST- µ k �e J " 18 4� I Vti 2017 Urge Culvert and Channel Cleaning Project g/oPF,,,,c,,;,, S 240th Street to S 228th Street Project Vicinity Map ;p ,,, ,, KENT Project Number: 1' 7-3011 DRAINAGE CHANNEL MAINTENANCE AREA STORM DRAIN PIPE 1 BOX CULVERT MAINTENANCE AREA .................I EXISTING DRAINAGE CHANNEL INLET / OUTFALL -------- PROPERTY BOUNDARY -------- ROAD CENTERLINE O EXISTING DRAINAGE STRUCTURE TO BE CLEANED O EXISTING DRAINAGE STRUCTURE IN WORK ZONE u o DEPTH OF MATERIAL TO BE REMOVED E771 EXISTING CITY OF KENT EASEMENT ® WORK ZONE NOTES: DEPTH OF MATERIAL TO BE REMOVED FROM IDENTIFIED AREAS VARIES BETWEEN 0.5' TO 2.5' PROVIDE CATCH BASIN INLET PROTECTION PER WSDOT STANDARD PLAN 1-40.20-00 MODIFIED PER CITY OF KENT SURFACE WATER DESIGN MANUAL PAGE A-9 AT ALL EXISTING CATCH BASINS SHOWN ON SITE PLANS. 2017 Large Culvert and Channel Cleaning Project °s® S 240th Street to S 228th Street - Linetype Legend KENT Project Number: 17-3011 WASHINGTON EXISTING VEGETATION IN TOP 1/3 OF CHANNEL EXISTING VEGETATION TO REMAIN, TYP -- ,� IN BOTTOM 2/3 OF CHANNEL TO BE REMOVED, TYP f�:it lFfl r illhtil{Sy CHANNEL SUBGRADE J UJ SEDIMENT TO BE REMOVED DOWN TO TOP N¢w w OF CHANNEL BOTTOM w Ft z z CHANNEL BOTTOM Q S (RIPRAP/ROCK) U 2017 Large Culvert and Channel Cleaning Project S 240th Street to S 228th Street - Typical Section SCENT Project Number: 17-3011 WAS H1 NGYON ^F �" Y r Y al�ei yras i it a z r1 �, V, n` ��ia; l✓ ?l{`�v ✓ rr hti r"'AdN, i 9V t �vf �r ✓i Stour � Yll�y 'rr s ?�a 1 Yr,.�1ti.,�:<<�p! �t ) I r. as zif^'y,a✓'aPt�FFa�"�gl� 514a � ✓ 1 � �tl�a��r�}�i � ✓i e �r(�auQi��„rn eG.,nc x su r,�e, r� Y w Ih a'Y i"r m i. r o ����V£ y 1 ld � r r�y"TO r , rk, r i� ri r„� .tudM✓f/ Cy �� 4 �laJ+ �Il a �11/� 1 ^' ° ter T ii1`7 IN r i r,r aS,.«tlff N ra a f✓ � ffd?! rF d0iht;�.6pl�e��� ��I(i ✓r SCALE: 1" _� 500' « ���� ✓ rt r £ �s SITE 13 J� gip"�jr i r f�ofl� 9+� NG�u tnlw s'` g� � liyi�� �G�y�huTl,v �( A y y....,,, 1 1✓ et f�✓f�; 9� ✓ � �q u- %y" P urr"°q"7 i� a�u�m ✓ eiar�;wr rl y �� i �`9 , "AlFr r t �MA! (, ��„ ;gyp rp «�, r„✓..� ,wNr Y 'y, `�`" u�✓r 1� o r i.'.. �+ y^+ ✓� 4,,. 'l:�'1... 2 ocdG,lm r'? 't, r ✓,, �'t a,.. fir',' (� ��� � ���� ftr< i ,��� ��fi�,I�jt��'a r�i�t; Vs)l����d�'ti�} r '" ,� ,�, lid i46�tu�,✓fl1PA£01?�ara2�"I�Y;�� Ifpr......... 1 . �,y�� ��£ro� � �w,;=F„��m ✓xi �„�t�l�;a�� 1„�r�u:` iiyla� � ;,rJir a +a.. obi ... ;:� „� J,, Vu+t"11v,�',, ✓iiri S� rft`�9�i.. I � n.✓ Yi a b � �pMtfESYo&t��v �7" Joe�r, �f�y;, ��tyN1 q��ke'i�� CYO` , �� �`� �� o � E 1",£ ,� Yt3 )dG4JJ1PC"d1�V�P7E6w��!'iV��12�(6G;� �Nil�a�Ukfitor� lod �e �� it'v*,�o��u�� 1 � 104 rr SITE 1 MO e✓ d7 !li ky f ,! " Y r� fr �', a o / { I �i�, ;y,, '''d it; t �?�j�11� ai y}� ' 1i dRiPl ra 9r'.,krnu m' £ri��f f p u, r Jr ip �xrll ✓ ���l��ss ;�r01Q. ax f Y� I .. A �� wnW ,n,JVO��d d ,, ,d lJdra!Xxdz tlh'', ,,`iu�rf,t+wvnr�!naA,g t Mo �£ , sr4 4 �✓ rlliff�1 � �65 !�✓yrk „;," - d�1 ti'�4M l p �` .. r d' , - f ( u �� �tj✓ � A �� ��l � IFS °� SITE 5 91 �7Yfr li ,,✓ f rfi„,yid rr SITE 1 1 r �� i a! 3 n�N ' ( �1�,r.;' ✓ d� it 4 ieiw,� (f � s ✓A r r Y�„, f ul e�r�(rtiNr ?71✓r➢rt�r N� 3��s I p �s�u�"'"w -r,�. 11�y 'J e�.r„ y�" °( a �l"✓ t ra �� ,�f 5 T rol �ltto r Y;:.t qrr: taa,. dl°^�'mI� f�, •r ;fi ' iP °,,°- ie lirr ... �l �� Ylf;� )Ifni �" y Al,frrk wr d, 1 �I j`,�8�rl�o cif 'rf my rl�✓ Ud�y��„ >F Jt�AJ�i1���I6"�� q y ` v. � - IF�i� � 7VN 14 r SITE 10 r h J�t7 ilt r ili ft( �i fug o� 1 r? - v ��' � ��a'�,hn,'��f x �"'y��""�'li/y�- �,+ u��` �+Y� ° `� ,;,4f 4J � �,, � - ,.. i4�� 1s'�,+' r��fJ✓��fl ✓�h`��� {bJb ;� '%,� Ay r �., Y �qut7id'c,�rv-r Flb;Y�NJ dlf ✓rl F"' �' y 71y�i- ,`1 I/ iYl�j p tr1 Fi tf}'K'ffi, r '�'� 1✓£ ✓`�.a r�'�£Y(f 6". ur� TU;t( ,(�,,,' ,i� 1 3� � �r� f J)�',� !✓��� If lt�l�i� ,t I' ,A11 �.�. 9 ✓ l; SITE 3 1 a,1`N�'%, -,;, ��✓ 11 �� --v� ro a,, �yo ,, SITE 4 ��dtl rIY� ,; � �, � ^S�4y tw,{ ,'y� l ,lr i ir'r ft %Id��� n �la�f/� ��% 1�r;'a�✓'�f'� IY'r ,,;Yfl n r s�. fl 11�,117 �}V �„rl '11 9iv��1 '✓A Ils, , 'f,N(hSifr or1a ✓ r on ``' n .� 9rc.. ^, nr✓ - z v Irgar ,I rd, ,��%d £� ,✓�i ,�'.'�V'k',�l�j(p ���� j�� �� ,.t� ' ,i y a 1 �. r,,;� ,r �. "TE N ", �P ,'"� mw �r a,�yN rr e r �l rcki! J�mx M���tk fl �ia� r, �t 1.� � � r . r, SITE 2 ✓gl )� 1✓ i9J11 l' �i �°A u�,l M�y�l P�d r �% �, rr a d 1 � a � b% '� ".r� �f� r,�, �,,,,:,��� ��� � t�,�✓" &� `� NN �/1y£yi n lid��J4 ,�yi�5�.P �t� ��l'�l ,�y�i�k r`a 9 , SITEpp ✓ °)a I+ljf dll Yn P/ £ET"i ,� Pd ( V fi ,r,F i Q ��rY� (�, 1J��✓if��rfil�y�fif0./���1�/1r ✓"`" "��r,^r'' 1,�"',�,�fiys'r�r �f{ 5 ,it !P, ^ l „g, l%I� ffli n1G"�r�;�� i r §'!r 4 'b r k s��✓'Pl`+Jn: l� " rd 1N r 00/i i, 1� Mt II, ..r o ti y t yl 9i��r�fi �kr �� vl Y>l 6� �(i 7 1iu ,� �� r 6 i, 1 t a r - ,i a�17" inw 4„u✓"'.. -,N 7rr T!�.,. f �„ rswVdawree k� o� ��q a� � �� � �� ,I✓ w 41�t � � °1"ir5� x��ro��Jr y n s '�k�rr!',��✓1 JtllVjf��«'y£1 �t^! ra r� �" ,�p`�ru d u��� � ,,uu, g� y�l��1 r � [+ ^p,^�^^ il6 '„ rYf�4j r✓�,l ,;�if� � I j '��1 ✓79,H� ���rA." jk n da�tA y�9Pl1 n',l`'anW"1�14„ ya fps�%la F°;, �]I U E 1 k 9 �,X`la'u�Ntul�p�n 7lq��wl tidis rtizJ� y' i 4w, ';f 4 SITS 7 1 ill ' Y d; i1 N� ( 'd'd i' e'd� ✓ f p � � di to r u ��./i i� ,fi;lr � i�r�?d ^, s� �x, a� `��,(,BP��d h4a dr ✓, � ,�r6,111 �%�7 4;i %(rir�f��, J"i ! p r,� � �b r Iti Na ✓ � Trl i g. yu,,?� !� _ J �. „i �ti'.t ✓ IfJ', Iri rd # i°ui ° (' rf`� �!� rt rY i � �I �' y ,'� �� 7 �� 1.., �✓1£ �r1� �! �j�!dp�,y"�>�d � A tti� a,,�,r � �k �u�r4F�wk ;� 1 r �"' �5; ;;�� t�,i; �, �,1✓✓t✓it'1�n���A,. �,d,,�;s, li � � �,�r�«. �i i;�7 M w,.. ✓ �,'�„ s ,,, /,�,- t' ,., �1 �P��`t�"`s ��l it�lre � ✓q�t {, �I; l,� .d, r'^!�W*r 6'���. � x� �. ��.d7 IJtJ�fi; .Ie�de; a^ —? Irmd+M+eif�,�i4M N4i�y�i Ifwl'Y'�Yy a%� l N 1°�)'✓, �!fpdr^�k + d"n,pvy;;%1 4w,rfl✓y°.iPWrt ,';d„ '�"Im am✓d" r �;� r 6 � H,, r id(p f ��r ��d l�� /°t�r�l�r� ^�i(i� �i� ,�`d�i ��r r�'��a��ye��`Mi�S �'d I✓#7 r�',�' �a 1�� „ /,w r 117- al �` i 1 ��t I ✓�1 � �ql `T y �(lltt� " �' � ' Wade�rg ,✓' � (( �' Sri a f / �h 4 !, ` " a�( / y f 20,17 Large Culvert and Channel Cleaning Project Gf S 240t tret to S 228th Street ,FKENT Project Number: 17-3011 S'J.A1 Hdla G'T0N n l Ill l/l/ f f ( I R JONA M VY ,", y r a ,/Mr////' IJ;r AMMrlJrn�ke !N/afr?gnri r'rr yr,ISga,rJluN�nwrvwrr;l/irrarsne✓ttn r01A/rrr0esdv!f P p / J /gym �fJ�f w %„ fi /� 1�IP101��kyrllY�DIl�,J16t��G1r/ n" Jry,✓OtPruwrt� �k�rJ maurrwiwrtanwrkrrasryprx��v�uu�i auwrr��r rsnwq.��an„�w+w.'. e� t�C�d�kE SCALE: 1 = 4 ���' r �/ Am pn� r a J pr s it rswi urf rl//w r i arr/n nYx mnls rim „ry w'1 yrau,rnr ' flNej /ii/ %��r% �'/� / '/ '%//j% % i ". ",� r, efa n+min rw ArAwaafwuwYnrwho+u+rafk< swlwv>r gvusuylewur�n� r�ii�� p��wwarx('�, 1G ro ��Yai�J,, 1 v, . wnw+uaw wrrrr oaJmo �rNlrov'>urr Car SdJaLF 4 �°x �° W1 ��� f {/1 4P CULVERT , , ✓ CITY OF TERTR�EE Ilk ,fl G r���i/llrlyllm / WA 1� ��" ��l/���r ✓''w ���� w / ��y��nS�Yn �G/l''//////rr ✓ �lk'�r/Jn fly// %ji%�ii/ � i� 5 r�,,J, „// r %��%������r� i r / � I N rlil%i/r/ ri,, �jJ f�i/ � �f i l XJ( ; 2,�i %/�' f �✓�/ �r 1� k/ /j 2017 Large Culvert and Channel Cleaning Project %iii GS 240th Street to S 2 8th Street - "site 1 ENT Prej+eet N um her: 17- 011 fir"M h11 NG„r70 N A f S 236 St c A r i ryR 1 r A SCALE: 1" 0° p 1 M ns pkN WA W ur�VNGWN4 aP✓bx bA"µ�bu^ e�p Y 9Gh a➢ttaaaso.. ( /,�N >f f2 %:�t �f i A Jrr � ft t` IR as " -, F t N j A„ - -�- - _ - - KE PNT CITY 10 BOX CULVERT All Qw 0 � a � Tr �,,,: ,. 2017 Large Culvert and Channel Cleaning Project ;gvr f S 240th Street to S 223th Street - Site 2 ENT Project Dumber: 17-3011 WA 3,HANG70 N co l SCALE: 1" 20' 41 KEN 'pAbpk� 6 r 11' f i l „a ! f ,U 4�d / „"� i!t. a�✓ di�fll�''t�fa1J!!!R j��, f✓ �1/ l��s�!9� � sf(f Y BOX CULVERT r ,,,; ,,,' ,�l yr Os r„� � !;", ,1,U/ r.'ssi 2i ,;�✓ S/l��l��i�i�f���i!/�,1,/l../ 1/ lYtf�fjw)Ir i'//' ,'?✓ 1 sf;r l "/� /"r !��'!til1 lt' ri t! it!! t(y!/i(( fwwmf /s,=fsdf ,� �,�„ � �" ,,,�- „ ,,,;;; rl'rr !/ irs��tli lr� r;,,-�, 'i...,�r bf ,y,,�t! � �.f.,.��'�� /l.r,.l✓�ftrr �y ,, ,��,' -,, ", „.,,�;,,", li r,i ' f l/I%r lfI N1J� l� „', ffj/ fa ��a / J/ 1✓/fi iJ Ts; /x! rlJ sf fJ�' ��t i� %' � ;,,�; ;,,;,,, / ti4 s1, a �/! t „� /i ���f� �fi�r!� (f i�r,:�b' ls' ✓��°s/{i��!I ! f�i'1 � '�i 2017 Large Culvert and Channel Cleaning Project 4, S 240th Strut to S 228th Street - Site 3 '1111' . ,al, ENT 11111510 Project Number: 17-8011 W A r 11$N O T 0 N f 1�f��(yrltfittrrl�tlta�1"f,yIl I��lfi Jn��1(I�SI���Sfl f { t�f�r � I �J �g s1 r iF SCALE 1" 36° I ' M, i��tf 0 tiyj/j lfUj1 rij ( IF�ir ii 1%ir� Ilq' mr.sr „ ,� ;;;';,,,' �, ,} ,, ,� r °'rrldI�� I I I 7rJ �•�it', r Gjrr„ SY"T'n"(f��nra�ill 1' r l �'�z�;� ,"'"" u r ✓„ AJ f� rr �" ;lw k ? y r A r �Ii q,� (y�liflr 'Y ;,;�g,i���}y nti ��9� C7 �', I Irll`fti "„x;•, e/I I r�tJJ( l „nt r I +7G r,t ��rffti', I �I ya„ ;, � ( •pf t ����14 h�%; /l 4 {9 �r� -;;/ I it �t;� (+1 7 r Ir fNTtTY,OFEl �r'�'INC Y E F I I f 1{I r j r1 r � r "d D?:ti'�rtr�f tlr�d Il 9u ' 'I ; I Illin I rr z t r I I l �f ;J��'r�1 ,�,"��;��i�!��IG�I'� �S�7/>����°1 �� �,r,;�f „✓,(� �„�,� �I�rC:5� ��i,��j1 5�11�1� y�r z i1%ry ��(', �I H ii" naA✓ i �� '�� I 1€0 LF 46 x96 (tr' rr r BOX CULVERT IV�y 9f.;r%���r�; �ilgi `Ilia�lr j I /I� n i e n+r ✓ Ir�I��lo 1r,�1" ( j����r?rt� �,�( 1� ! /Ilit?'lt i +fi n✓ "' '< Ift 9/rrlt �✓h�Ii Ir ,„,;," �� I "� I wnivi f l I)�,I �^l d d� t 1 f e 1 tl �%� ' �J,r�i��� ,��/1/ y i 7tJ i� 1 � Fr1(l ;l Iy� f ��H✓i if ;� -t� %i / t(lil �I�Ft� �t f��iI41�1j���f��f�°✓�i�1 r I»r,'l��''jtl(ir r1 r 1 )� P' ?� I f11 I f1 I1 ����11�)liif �r1,i1r� WI;I�°�pil r1 �% fIirtfi P'/r1 I, 2017 Urge Culvert and Channel Cleaning Project 01 s"r S 240th Street to S 228th Street - Site 4 «, ENT Project Number: 1 `-3011 WA'3HV N0YD N N CL — ' , SCALE: 1" PY r r� KENT CITY OF, Ill ,. l MA TIP co Fr �s1 M r a fit pfglh > k r lr, r r( If 164 LF 48"x96" BOX CULVERT i 1AC ' l�,( y�� r o �wt wx Ihf/l�u F%��lpr) A+rr e kr4 MrD,x 141+�1'agY 1IOia �Wu puri461X'49lgv?Nd4`J�+e'a lF ee a ry%/rPat rrHri n'anKtrwrwnb rr�W!uum mannfu mie�rmam�4 rtnn��wtmvauma'�w , ', r i /li it ""Ar�rr Unrt t ed r j rf11 Y: C IT rJ it�„ l✓l r - ;", i '�� �� i s r r r y, 2017 Large Culvert and Channel Cleaning Project pep;"„ ` S 240th Street to 228th ,street - Site 5 v,F KENT Project Number: 17-3011 WA s P49140 TO Y4 KENT CITY OF ° SCALE: 1'" = 36' AIM ,,,� /,,, ° L k ---- --------------- 6, It ' %ll mn�uwdmon�mmwftoM Mal M l 200 LF 4€3°"x96" BOX CULVERT e% KENT CJTY.CIF Pl JJlI"� i �f j j, No a, A icy,, c / / /N �. 2017 Large Calvert and Channel Cleaning Project '� 240th Street to S 228th Street - Site 6 Project Number: 17-3011 f` 4T �E ?� CC�R ,yl J,/1�(ijrt,�yJLL. ipY t'iJf�( „+!!� r�„t'�dr` f+f J�l�t%lr�,� /J7✓J�jllJ�r�J � f f�Ir( ): �G„ , s�klr /" t,Jrr,µ ` /(ri✓„ r)l��T`�'f ,, yrll`J�,/9 l �� r� "'.�� � ;, 4 ,,,. a= rF1 r y rJ J �� iJ�J�+} s.I tir. / ,rf5 tfls t ,r✓+il��5�'��G i Hr> Ir / (s�n if / !r (��� J G !i ,✓ � 1 J�y r f ! / l � Ji r l�r �^ tqr Ns� r'' r �fll✓� ✓�. � �� '� °„�;,,, [t J t`(�/�j�✓�/�'��/1 a ��"'J'!rf�r✓�rr�,j�����+�r/ � ll f/�f. RV 1.,„, `1�f� r "r S"��/! tfYsf ,S itl�7 r,, /lJflrijr� l71f1'��ltffjr'Y���'pr/rs✓/is}Jf �; 1 Vl� �, Jt 1'! / y .} y �. ISII J /l� dJ1( �j n / �Fr'1t�+ 0 tllJ �1� K A�" 1;1 J rrJ s l G41}�' yn� t;T l�O tr m�/iruGahsr%, s ybj1//� N rfl �1FJsiji y P�S 1 J UK"r Ir ! !ys r J! ✓/r✓, 1 J /r J)G r`r!r fryf'r�iS;iJrP�✓l�l,' ,. '% if"5°>f+�/ Yvp "A Fd :; r ,;��r,,, !!����� ���lt�tkfit/syy /,y::„ >5, f y/ � - /�4(a� ✓ r� %y 5�!'�ri�'G ! '„--,1' ;�P/��(o�"��jlG!/G�NJ�{!S'? - P r +�a"��„ ���y�1G�`OS�ir�lfiNff JiG tf�lr��/F �rs���UA� //��✓'fli"�� a !✓ �G v �j x rir! 5 r�i r alGy+ r r / ;�, SCALE yy NP _ �^'UryN �� 'f,% t� J , y J r' ,,, t,tl � � /J✓r -- � 4J A�)���/� �5' j`� � �(�� � � � L �i nlir we�o$ (la��y did kf1!��dl( r�+w ifi�m�6 ran i✓a+ua kr�rr a�� Jf��(�jl����✓^IJ rr��rhflrrmr�� � �� �1s15,�rvrr r� ds'�� ,�,,,rr �f15"vl�li ,yk i/k. �k 1; i/�:. �`' � pf �;;, �,. ,,,;,.,,„, ,�;, k'er,✓,,, " p✓f rr,rki ¢ f�1 ', '���f{Gt 1� �';Y r � �J � �rri�'�py�. �'-p �iSf� r�iaV�, ;,,,,;`,„, „ - ,,,' t��,,, yi'rJrr � 't �,.r`� � "�r ;' ',� ,, ,Jn„ "j� ,,; �'➢r�'3�ri��W�+��'r`�m aarru�rarw�� n i �ryrnrrn, � , �y4�Gbt�rlrzrti t✓r ,, r c �r G i. >i ;'✓� � r s 7r'.,11)jjp k t/ t( ttt/ - �tni+�' � ' 11��, tr, r ,,,,, �s� v,, � � P,lr (�Ji1/ ,^�� t"�'��rr� '✓ I//Ji �� ��! !I�'�/r� i �t�,F ��� tl �I '✓ �,, ,� ✓li�r � �� � � ,� r,nx +0 v yk tiller fir? G ar;:� r 9'� jl't✓ At rlf�t 'a1�Jf /r y l�ts ��1)' ( /r?+/!,yJ%. a„ r t� %',r r %fy�r ! ai7 t'✓.J, i r,!,,,,.v, �. ;ld, )�pr Rfln r„rpr!J rir�'!,n;, ���`�i v,�,, f��f1 l,rY r „; „„ f✓ v�.,," ;,.; ✓ i `t fJ"f �°� o � ,,,"' r/fi ,... '.I �j�� ! '� r< fh���p�//��,r�� Jf51� l� r s - „, ,,;,;„„,,;,�„ .; s¢lut><�' �; � ,'ei,i d / `� „, ;fsi l 11 ss ✓ /( �„%, ',,' ,, rf s J rr���fji r (� ,,.�.......:.:_;., N' C r 1f Jpn ,Yi ! '�r rd Ist���-,r, �✓`; ;",� r,`✓s fi;'i/�f r7�� rG. ,, '�,,, � � ,,„r f r Jtiri�✓i��'T�p�fYi 1 1lr r yy! yr",�"`,,; ifJj�ti �tm; sw 5� „ t�Y yr';,;.�, ,Jit yl i� !ff 7nt <; - �, oJf�%�119,�r'J✓�il<<ir y// ✓�lJ�� % J ✓ „4 J yf J 0��� Ali lri l rt, �� r�rarr; i r^ rc P� '�'"� s' t -✓i,r-"„ �-r�"�l���a,uJr ilo ii'� Jsfji'. 38 P I U ✓! 780LF DRAINAGE CHANNEL ��,� yk!lrrr„ !✓sr���i �! & ,,,'S1l5jf yMdtl wt d n rim e�t/�".F✓�1 /J t �e !✓ - ri i1Jg ; yrr fvrr �G �IGu �1 �i , ` ✓ � t✓J l✓ it ;,,. 7 � ��� f J „-r s l�y as` l� .r � I �r �GY r a�� �� l 1." �l - '. ✓ <;� ,,, � s! fi sr1 ,, �,�r r 1 ( J1 y�( `�;= A /d i J, 'wwll�,�?j; 'r;}�,trF!yi� i�r� �(�� r/ d ✓ ✓.- S/ I J lI I » h le,. i�r ril,,:;`.�',? tir/lY7✓��;,i ..,r= slf t+�..1/ 55 � � a`�" f�,',l ��1J�;1!/�fi'r/dl r 5 `(�i�k rl rr,;, � �,�� r,,,°�„' r ris�✓�/ �rl ,. 4 �r ,.15 ���Y�� y,;- J k;;;;' a!/��;;'% Git tE �✓` %t/ll �r i r l fl ��i�� r�'r; rliy3�i'si��lls } �! !!rlr,,;,u�✓ ,,/rJ; Y?,l� ��%�fl;�� �' �i}v�( �i!rirrJv��!%l�t/O,t%a!t of y �„� t ' '-,pi iJ i/ '�r r,i, ' ✓ i, f ,v�l� l�nlrS„ l� r!,.r'rr�,r�if/s��y���f� �k ��,✓ �iti s�li tr sr � �r r . �wst„rnsn�. u�l i J r rr,, �i2�, ,`` � %:',Jl1,4�l,Aii,ali��/JZ�✓t alr r��/rs+ar; s/ �„ r�J („? r w��, p 1P�.��i.,1JV'Iisii, ,,, ;,,, 1 r,r.s,� ✓,,. ,,:<�' �,, ,;,,,Tl Ali;i!{�.��i�.J% �X 1/' Tll l),v/,x1�lrft ✓! t„� � �� t G��, � l / ��,. It r' � !>,�/ � ,7 / f :�y�l�i�f,�l'✓/�f/ltkdj r lrl., J�� ,�� 1 o ,,a krr(rfJ.�'; �`l ,�r; -� � �. ����/� �, ', � ,.r.c ty / /,a4{ )�r-rr �„ ,,,-}sNr/ r�/, d✓�vJ!', r�,l,{, bl l.� (rj v 1 .,,,-,,, .If«, f�t SYG l5 .1 t tr,,yr4f I ,aii� y'trrll�!�. ,,, ,,,, �v� �; ,;y�'i, ry � ,f,,� f✓ rrs7�I dj,f(i'� t/J ii rl r✓{,��, rva � nr it {,/�",� Zr � /! y(;.rr �� �, y� �.5„5 r � ,!.itsi r„ sl,� ,r,. , I)//,,. � (s; ,.✓/, f, j14( i.l r/ �1r✓i #� e( „'i ! r �!�„ ., rG ,,7 +l//lrl,,, rr�� /1Srfi�t,r t ,,r�;� �:s ��, JrJ/lFilr�.i .,, ?�ty�'��rt/� tso � iJ n -a;f � {tr lit y,;�,:>; ,,,,,� � ;: ,kY �+`" ,;,!r/tfllllr is r"! � ,rusr.,.�>� rra✓�l�fy(jGtrrr,rl�%��,�+ .4.f t �/Ifi fl, if Jr✓ 3v ,�lty/,ilk rr ter,,, �^ta'+G,, ;; r,�/�fi �i ,✓ �' �✓ir� rlf,,,t!!, r�G�lrJ �n�l.,r(sr S,. ,i�j l� ;p/((��,,,,/,,1f,, ,y r✓„�f y,,; r�r r,l " � ,� rrii, � /ds/�✓� �r.,,'� ,fit, /i e -�r� r r ry-,//tw; ✓m g1rFlp i„7 il�ll ✓"u r J.p..i. r�rl, ✓,l,,:!/� 7� ! `L��: °; T��;��'L:L..C����! s"; � ��` ,$r��r��t 1� f,��1,,ui/'k(✓ Y�� ,�l r, '4 /r s.. r✓`„ i �lJ Jri, �/i1 ;r r �;r 17�: ,.�` //f� ,�, ,t+`/ )t /f�l rJ: r ol�„yJ,;✓, �rrr,� G '! °/I! y` ;d 51✓J � r /Is l� s� r f! ! � {sux�Y(,uG rlw,� J ,; r ,� , ,; f/, ,, � "��;,--;` lr,,rll�y 1rl iJ/`ifi Jr ' J ,,t,,,;;��, ! ✓ /rr,fi,s,Jlsf„y ; e i r `i0!� yJ .;;,,,,;rs�,r ,„ ' ,„ r �,,,;�, .�,�, *; �° v - �,:;�1J�� �/f�rJll✓ ss f(rgfrll�,. /�.ri�Y�� !!1 r�,1(1�r ,',��✓'v-';, �%r�t1r rl lT,,jsri�,, , �ff !( ✓� �/ l�r pis/! ✓ ',La! 1 Y 4�f, s fr✓rJq M1 l `!I„� q Jin� a�, µ� s,-,',1!`rXl t� r � ur 1. ✓ i '% l'S%l„!1��r yJ i� �� '�5 ;i I''rr �J y r 5, 1 P a Js',ems Js�li is//'. r .i °� ✓; r'�`I � ., � ;1' ��t�r s t, C � jf'T✓ii ('l� +_�7"��'��r,�'�7�5��w�P�� r��1 �l �yir� �! �J�✓�"y��'ii 1 J ��µ7d�> 9 I'f� 1 � r,;, `"°. i'a`� ,.i! � ! rf�/�l(�< ill)lY','/l�tJ riY��NI(/rf!✓lrrl4l ,�,f ` �At / ,/rl ri r v. ltil�) :fir,,, ai,„ ;,: �,,, ,o,.�t;' ,;;. ��s faro„ '.�✓ ;;;;�;' 1�C ' JJ�. rc,It,,.�(, n�Gr tk.it7��(�.i4%r��i�UI! 1,I ;�� �f,..�/� ✓f S nr ;; >;„ /,-t,,y,r ! „ lr /� �,,rtpl�,SJri�, let f/SSrYJfrra, ,, r,� „r, „y lY,f sl/lA f r%i Jl,;ll/J,�Ut l �yry .(riis� r, � ��„Ifr-i/�I�,Yf�/r,i �'n�'. 3 / i:'iY! / �, ;` �, 1� ;� � r s ',, ,,, , ,z-5- Jl%�/ r tr� )!�✓i Ji}oa�I/SI���r„^/,a �Yi �,. I i �''u 1 �, ';r ✓1��„J»✓hit�lf�%i.( � ��" 5 �,u,rr,n �i ;,,,,;�ti .,;,,., �t ¢; ,-„ f h(� r ei;r� fi�/„;�, �frG �fi�ri! �1 5 f l+„ J "�,,,� - '" �,�1(F(!/)(5 rf���n: ;.,,bYa p, .�i JJr r� ;.;;,; �, re,� �., ! ,;,,✓t,.,;, „„' wm¢saM�av'�;r»iY�:� z£,w �,<�r lJi s„r,r=rQ r(��k t`C rr4'� gill kl (;a, ,' ,,,,� �; ✓ Ji �r rs �� -s �lli /r 1 rr �� �;/f .Dti ll,� "Y fr,�'Jl�1/I iq��.�,lrrr�l/rdD ✓i; � ,1, �y;..;,Il sii'�(i ;,� o;- )f„ dJr/t, ,,,;;!,, ! !//./ / i i!i/rr rl��,h'✓�',�, 7 iJ(r1�r;tY. �r, ��' �� y Qp, r niGy„ k� r �'! ri,,✓/,,,�%��i��l;it ,%�{��iFk�ll�jYi�r�i✓�s��.� ir! �� � �4tJ lJ " r +� ,?(rr y ��th y� � iy ,,, ,�"�! e/�1���, ✓ C°ri�/� /(�k j�� ��,1 ���I%n!, D( "1 l4 5 ', it/'/ sr �, a I';; u's J a rq,,,r,P / Idl{! r,��,;r ! ✓ ri�a Jf r..,,,q,. '�y / ,:G'; Yh� fi,,,-v, � a{�fi,(q „lyl��ts�,! -.,s�rji� ,��(;rl��i/soy P�t�� �k(4,✓'` � ;, � , J .;�nJ ,,,, >ns�, rfl'e,,, °' .:�,mi, �/� �',' rr. ,/ nib,;✓r,,, �.. ,�,��.r ,f. ?,,;fiev'i r�� f�r]l��, nr,,-'Y ¢,.�` ',I ri di_N /r �, ' �r;�<- r,t ai,,,a � �,/,,,i, -sfiiG r ;r, :�,,,/„�,ir.- ;,,,'.,JJr fir, /!�l., ,,,1(I} >'� �i,i,is�+f r�(rs,,r rr ,;;,,' �, � �S.'�;t✓ .� ✓ Joy � 65.,E /i, i p ', ,,, /I r�,. 1 �' Yi^r-r%� /!`�i��'��(l �,/ �g. �/,1 f�f � {� r s r5-. ✓r r. i 6� ��v ,�� �/ f ✓ „l/�i �-i�sJ�,r>�l//I �i��� �r��/�.!��l k' Vi/f � l r�"„ J,:,. � � �r✓; �, � J „( , �(,�Si1 r�, ����� III ,��� r�, � .�r t t;,„„ r �... �-_; '� ? �> `art z f ,; ,,, °�er ;,,,M,,,;;, ✓J S',,,�/,>�-lls�i'lr.,��✓�r ri', r,�r5 J1 -.;���r ;-�� � J�,�f�.: tlj f��.r, /, r� r „���� l,,,,,,, � ,>> �r/ e"". ,,;';;', ,`r"l � .,��i41 r)� r P r��(r�f t�dbry �✓��(n�,{�G '��' p f(�n ref, /,r,1 i � 70.,J, s rj„ ;Z f � �/r;,;' a ;;;;'° "; ✓ �< 1{ r� a�.�f !'���' 'I U ,V��,ls�!%fi//lard,,��� ,l ��.(,,t „'�l4r✓ ;�I�✓fi'L�G'?r's ✓,�4 d„r l��/� ..:.rJlf/�r,� ,/,�r71�5^1'✓-�'�6v.ri��rs �,;!, lla; i J. � ✓,,Jiy„;fir ,, y`fd v� r✓u f ,5,: �t�ja�,f�,��,k )+flr,� >i r� �/,,,r�', ��%1' )✓ r.. -;: „ii"'l"7a.!r's ,!sf ��(w,� ��5=r i r,,, '..f a / / ly-t f 7 !- t ✓:,, -/ r. ( ,1'"^r .V a'a s!r ,l!-r/ , r k,.f 1,/,(> � l ,C,nrfY' ,��, �;/62r4u .1 r r9 i� 55�„i�, r i v(✓,,,,,,; �,. '„�A� �I,. o- ✓ ,,.l N Uiil /„ r,;:, ,V`�, ,;, �';�,,;,�: �- ,,,, i�rlti �� ! �J �✓? �, ?!vrX��., rt9ii % „� ,� 5£ „1,� ,JJr,, �1 ,5���)l� ;�v, ,fili6 7- � r/, r„ r� w� p fj1� Mwwr�kr,;,f/" �,I Y c, �4� r� �,:,r� �, �l rw�r °' r �.�ry,��� ;�i/�( �Ik��Irl✓!7,le, kx s,,l, J ¢sir: ? -vf,, :lr ' r r ✓ G„r ,. �,, ,�;�.l rl't/✓J�ri 1 ,i ,, r" li ✓t>n r ,;✓✓ l i ' f ;` G,. 1!' �g�,,,�r>v� a.. :.;.;-'� � (rr rliyG>!r`J�� w�( ,fr drk?�✓r�� /i �a dlkj�/., r(i17/ff i to ,�l ,! r� �i✓ 7,g�„, y�t � ,r�f�/ �,;(,f.�i�l�aa fu,��r �i)l �(J9� -� � � I'pat, �i l r-( ., r f„' a J�i ✓i ,'. �'�',a fir/ +! ��✓ � I,�/rrt(k i }�^��� r�%�'�P�st��ss; � lir I 6 ;./, ,, /,;�%�s J i / "'.. ! r, l�/thy,�,J��;,. ��al.�f ✓ ��a� �s�r�lsi(-, - � yl ;, ri. �Siis,,,,, } ,,,'% ,.��y IJ,. ,,,,,�..✓ Ji'f „V'r ,,,,,,t as�r Ly', !hr(sj�.j/��r�l�'��;'���}��j� i''�r P��S'✓"J�r„w;; ,,,,t 1�; r rlrJ { r ,,,�;,,,� ,i rt sf ,.� rt�u/�sr n� y �r.✓' ty Jdfal�./���„ �������>l/����rl��/s�� 1y„ >� 7 �" r �r � ,l;��fr�"6t;a, „r�✓';, 'f r �}(s�/��i{r(rry�';��i�' ! rat Jrtrsll�tr, "� z/, '.r,,r'� �..% 'r�, r�t�; t., ! rt )r4'J�����;,✓i �, i� '� ttj „)),: rs r �r'r(. � .� lr ;.� i� -'w r ! rYy � �,�'�� � f{ ryr✓�. ';Y t f ',� fi�llfi (`�tGMJ ! Ni�tH sty (✓ � F �! �?� � '� i ' „` ;' XG �� '�P 3r,//Jiirl�ir)r�l/f�9 ����s) r DttJ.a5'� bb�;'-1 � I ��f�(�t, G, ➢, o'��a �+' ��, § ,.r � ��,li ! , J ,r 5 r jJ� 'f � la rr�,,, r�' J✓f � o� i Y � .,y�ryl,I,� a, ;m 1 ,�waia#�«a �gw K�ygwm.,iwnr anw�.�Ewa✓m�a �r:N� f� nis � � ,r ,i � l k;a�"�� u x !i_�d' u u f �a t�g,: F. d� "��'�;� '" �� ' sn`a, � �9P�� ��(S Ja✓yt�&wuf��IDro&w T�* w�� � +7 � U4 4 ' ( „i/rCYB A!a'•sN u;� �H'�4�' J!� ,c,�✓ �� , � x � '�'"w+ w`�m� �f'i;lwj t ! l yr k l � 2017 Large Calvert and Channel Cleaning project f u' r<flJn°f S 240th Street to S 228th Street - Site 7 v kKENT Project Number: 17-3011 W A H 9 P4 Cb 7 0 14 28 a V a y ���rE 4 If�� � I � y;�ll v e✓Y kf mn w,drnnrry�; 2! fl�/ l d r l� ,i✓ ypy �pry� S 2 W W 1 w W «, r� ,xM �3 t �f✓r s� fl✓,� �r i�� r f�' R�lJ, � � � �� ✓1r U� f� 7 �'E w G e SCALE: 1 _ 40' r i tr ,r ,f,f ty�f�j�rf✓✓� � � 4, ro ��„ 3i �I �r �y'�f�l r 'f fp'7l f f�Pt`Yi y�frlr�:O//f -� r ��'> f rf f 'lY'f�✓f�jt � �'��R...� U �l�r!Irl�'�fr f � �e°� � � J��✓�j i�✓�Ili1 S f5f% �✓S��%/ fir 0( U (r'f r ? 5 „i.i, l' � G �ift `c v! ✓frr n��/`r tiff tt(�4�iilll�i�l//fu f lQfirrs ,x'. al�f y✓j :"; � � .,' „ - ,, r� "; lSf/tir� rfr r �fl r+7fMHrr�Wrrla)latfil otay>~Y✓uahmlr wYn;+uryxuaw fR d>tsar �Yr�� �'� '" („" fr r '„ ttt r l�✓r r� f �1 � �1rr �'Irf/'frf� � r � ��;4s�'� ^�?t���` fP A 4 t,S " �f, r f r t U /; r l f✓ r i /Srf tf%ryr7r S (i ) rfi�fl�Ilt�ie f�krf,,;f76 � f a i rifyr t f�1r i% l/ 'r, frr /, r fi Jitl//ifs mrua/ 0 ,,'r; �" f f!G`' f !1 r lfr`r/ ✓,�,. Irff rll�,�j i s/>✓ Da, rfr;a ,�,'> � ;, „,,;, :' ,, ', P/�y!)t/,;; a rr ff ^(�. w+W>>fia�w rfPyY ry�a�Cail r+frawrfPrfa✓fkoa lfr�a�r rll� jl ft-,a VV ,fjt�f1��l nJ:✓ ��f S t;,, �f f / ( rr r�i �' �r �r ff`"f a urc'a�difwsd:,a ip�w r"4ff���✓Jl�;��r�a�fi Jf i f- rfi- d!y tr��// ��''fr v// I f flf£ir�lft rpf� i r ,� �Frr f u w; �r l✓f ) f�r (r �^+r��(�rf f/riflf f 1 r'/•'l'rf, [', rr rrr', f f f I�f f H 1 t�r�k.+'�ff f""1 j .. C r � ", r /, �„�„ ;,, "r �'s, �' "' 'sf „r%,� f�! ,,,,,r l/d>✓IlfUYlit'/ g,f., :�,,, � ��r I ff ifiJ�f�Jp�r rr ,£U��lN. q� �fhy,„��l4� 1Ni� ✓ J �` v /, f ffa>„ r �✓bfrr rr fri rr.�6 f f rlr/ !ff �� �%�Offf`�If{fJ�i� yl � , ,� C" f I 'fu`" x 1 r rr I11f ,.; r� ��>''' rP1 �a+ryzrcrsvre N rfr^ a�7Y�wM'lw��,itr�rifk �r?4 wmww>a Oft, r��lp ✓ �Ip� �a `! ys; „ „, of A 7r ✓ rl � �!fyr��!1/fr I� � r f�� ?�r1rM� � !i. �f r r✓if`hfyt,;� �7, �£fll: ��/!ti jf/fir/ r/x9r✓ip�l���Sr�l'1�,+��f" - T,T,�J'�E L.+�4F�iE AP�1R If y 1l Irrt r1 if! r rrf r till I,tlC� 9 rrf C' fff /i f f ,�.fi fr i i� 3. Im;, Y f rrf p d ,r if ifs, c f f/ o- f r�f �ff+ /I t f r i r f; �e r ✓ l/ �l n f' a r j fd l'� n✓ , u n �f; / il!�✓try � v f,rr ff 1r� r, f f IW�Ifs'11'pm'p IM165Y UN wN;W 1 OF ?f 1f tl4 rfilrr f; f i� �`r f I! f flrf r f a err/ �a, )11� { /f�r'(4 f fli r r r 1 f r/ flrFifurl ;1,; )Jlnilr f y Ir r rr r / r l/ f iir�flrfi��l a%I' 2CIOLF DRAINAGE CHANNEL j✓ - y f � f r���tr �ru���f�iff ;,1 f ` rpj�re �` 1 Jl �/rJ l p�;, ', e �I ,, - �fr rrr/�✓f��fr ���1�� RI f ��%rMh�fWY&rttr'is;md&�;JiWs Svr�aC7%rv6a 6�n a'ail qi�,r a f, '��� y r /a; fir(f/ r r r f fmir YVI fr i1r f �ffflf�u aF ,rfr rfr + 1W!NMr�oo4 iitiP'fu�iwal36;aCti?af�r i?r�j£a`A' rwinu� wbrmi ��iro ,�' ff„f(wri✓- r rf,��/ , ✓,'!�'��11 f ��y� f ri, i �,+,�f ! lr r;• �4.r��(—��i�FkL: LLIt Y fG✓r±l �jaa laY t,r ,,,',� '�+� f l�k f ��(i� £ r rgl ,� f m� a{! r !f'" SS r f i V ffr;✓, rf i r f/!ri f / ��� 4r ;7 P rYr rr ri f Fi try r r„ yia if,,,, , � f f >� iwafnafuw�gzl6�fm�iwir iw�luaut �f ,tr, r Ip5/ 6. `,ff/�dlr �ril4r o rf i ifr£ ✓� �;lY'! �,� � r� �, � J � fr r .fr f d irfJl6� r, Dori f �>fr rJf r � if � ,,,I �i d✓ �,k' �" i£,r �.r ?":JO If ?/ , l�,NJ rr fr � i 4 '{ �y��l 7 ;✓f��� rNr '(rr/. mt 4 ��f 9 �,.� ��F—�P l fP:�f'4��>�'�� ;�"r,� r�J a,��1�/,iNttaitr afra� )?7,4{r. r ,,, rr✓, fr f f ) r f f ri rn/f 1 J f f 1 �r I��lr�l f�i afr ��r ffU< ✓l� IfE '��, rf/ fr,^ ra fi r' r f� ,� c, ra a u f ; 4 fJ'rd jrh r fifa f of y r,r, ( urP r va;u� £ ��J/��f✓ r :; ftrf ,,� tlY( Yr ir7 rr,,r�,, f ✓ M1 %ra ;r f� 4 f rfrff f UIJr%/ r ��9N fl/��� l/pf, f (, f;-f s f, Y,i h f „,4 f7r `, ;',,, l f r a, y £f r�fl r t r` r f iru✓l ff� rtif;r rvfrr Jj fa�,> ( /J r r,.rfi/,.• ,?;'; o /.rff r/I/ f f if(>ji yYlJ;/>1 r}f Unit r.rff 1 irr f 1�f ,f f( rfi 7� f r a'gf" f3f a y. l^�fi r 1� . TN y r��lt / ✓f rf� 1� Nr;!'✓a !4 s (?I ✓ N/JS!' nrb �N 7<ff � % � zy �..:a � r r @( ✓ '- , , �f/f: +f �, �f (Ua jJi �i fr rrr �y ',u V ��p,t� ��,a Uw� i pr�i �` V r 1 1 (!`r),�if f r J r(�' ,,fj �`'✓ '��' '�:4 r° � f/t�14ffJj frM 4 f A�` IfYy ar �r f r ��p� y asm�b��ryra�' r il9y y fru rffa f „ b" r �f 7 t �� 1 ,r ""�'� ,ff s i 'rJ 2017 Large Culvert and Channel Cleaning Project Aswaru3af�1F�, S 240th Street to S 223t,h Street - Site 3 °n F ' ENT Project Number: 17-3011 WA 5aa6 N 0 T 0 rf fj� j �� u / 'yea all,ls ���� SCALE: 1°" - 40" ! ai ! �II 91 CAL DI T 415113 me 111 ������I � e, „.i� ,'" /,ri r ri✓ '- " " ' y' JJ ll�f r r��'��� W s✓.,✓ s% �/r/;, y, �.. ,,,,;, � ,.i j�i, (j'l� j ,// D�ff��//I/j r/��' /%//i rG �� 1,,,,,,��.�/�li��i/;-,�%/, /r,j 0OLF DRAINAGE CHANNEL ✓/ r fir/ ,�. r ii f��'��'/ � / /� �j,,,,; � ,/r rrr��l�I�ww�d✓D�'r aaw�(vw��nv�i/'i my mr � i (ayu� i ��J J))"�>�sf'^r;'A i o wr wn«•'aud r �Ofu ON wwNo�0 —,"MM"wm4f,"V, MMIR :r °ww ,,, � � lit✓/rf / ! /,� ��� 1 / �%,.)"rw' + f�i �m iu W,f �� l,�p�ww�;w u~ w�rw w°w mow rmeH✓ewrvwwmm wi w uur ow".-Aw:rwm�w '.wa��,���M.� is arm,ovi � % %'� (',J r� ri, /i ;� /r (// % /r n I ��' �„ ��j���f�� ' / °'�`%1` ���p �/ "w��h�, , f'✓ (�1 l/�' r r S 236 IlkTA1r .......� �i( ,r yr✓s NFu r �f/ 2017 Large Culvert and Channel Cleaning Project S 24Oth Street to S 22 th Street - Site 9 w r�'r/f1 ENT Project Number: 17-3011 WA";4 11 B N 0 T'0 Nd i%P i f/rf w/ 1 / 1 c r 11 i r�lf 1+ t 1 yy r;de!'�1iff�v r r SCALE, V = 0' � r if ��li� f it J �! r rar OLF DRAINAGE CHANNEL f r ftrt x r � r 4 f l � � i, r s y✓(%,tit r � lpmr r ff P r" i r r i ✓ � f y n1Cf4� ^. �44M11 r r r r l 7777 OfflN t ��✓ � d �t t �, � r� r f t i � r�rltl��i 4 �ii�r /r//✓ ( 1f r `G y rt r rtitj�%� 2017 Large Culvert and Channel Cleaning Project S 240th Street to S 228th Street - Site 10 ENT Project Number: 17-3011 WA2 Ft KNt',T0 N r �rfI firfen c j r x t i�ff j ri raj { d 7 f, ,�, a ., ;; r r� r'r _, r ✓rs�� �i 11/1 i �ENT'CITY F 'PER VV1, W 1r� �M gf Arf r, o„ rr .....�r,� GrnF �url�Jlfrrk'rduNi?�J2ar`'Xtd(ulut"llll,ldA(,�V�aG6Yi:�a�"'ll"eTnNUIIV,rG aluau,:C,✓,dGIG.�,uwe,.�w;'!IP'P�ai B�Ula rd ua u,✓,6"�h»�ra„G JFf�„ y�r� i'9rfr/eatafiNe�h� r af�r q s(� SCALD 1" 701 lr uiE","A r, ii fir ifar tlfrn a ,?, ,;, ,fYy r✓ ;� F, � If r It wfr i bl f 480LF DRAINAGE CNAI9ELrf, " f rJr i�� ✓�i' ,r 41f ro� f/1 1 �J�1�i1i rii�t"1i r f .. i t t /1� �fi 1j, rif /a/{r I /f/i� / /l r r f d r I fif n rail's a ✓J .r„�i u f I l ` ,-,'ir/1f 2��1r i,i `0`M ter„" i /o�P��,✓yh(�'1'rv�„ f rrt rYa�" ,. ,,,, ?; I IN a- �� rtVfIasi r a'yu�ii' rjfjf�irt'�rxfrr' ref f ff �{h{� f 1,,rftj rrl l L. 8)dir j �fff i ;r}I/fey %rrll�i r'1�f�(t✓ry�'�t CIF, � t� KEtUTCO�C�C) DI415 f f„ Y, dW7" CPT "' EE INC lir rJ)J//; try arJ/ (`fG m SP r df rl?A1v($�4 uu1 Y I ar �r�y lr�� 0 �;f� rHW 8/ f rrr f f{D�lj�'�yeif,fir "#' " 9+'. t rbi{I g"O�x1 r of a r i d ✓Y�91 r 7 r ,p I 4 ��{�Rt9 ur r��✓°�frY ylr�i' �� � r�{�/� i��>;����1-�n,� � � Alt ��f Wy 2 �n !r ��fi14 y '"�,' (ro d�yiti� t✓ r '.ear-. �i / � , 1 �f��,��"711 `�{�(� rw. r %„ix�l��J�1il%a✓'1 llur rc r 1�v ;,� r G �%��� 1� r�� u r i Ji'� I /ir7 alagPahu, r� �Uf; r' q tfwii r{(,llus �9 b��lr ,' �'� ��1 1 4r �k �r4', ,'✓(r �i ���" ifr��yr� �� d �/f'4 �f 1 it%��Yt is s rP � ?,,; .,r �f{!�rf��l � � ',r/�1(�J t r� � isr t r �,+%AI , � tiu, "✓ 1fjy � ., �� } , { � lrrr•rr {�itnr r' r.. Y � - rfr. 2017 Large Culvert and Channel Cleaning Project PFM6� S 240th Street to S 223th Street - Site 11 G ENT Pro ect Number: 17-3011 WA H# 140 TO Fri ------------- l1' WG9 rk I, r f � "Pa� jj He 11 �r m 6 4ai //!V yk,�/J a r %r lrav 11 I ��f�� 111" i a Ftr �, +lJ{N{ ggq i1�� �f�r n 1�!i N �/ir �y{�i it fi� " fir{�r ,SCALE: 1 = 80 � { � ���, ����� � ,� '� � fl ✓J� l!� �� r�� H ���,�i � �rUur✓�r"i/YL �, r x' � �Y,��1 q �"�E �� d (r 1r� � r 6�fi9 i3 WESTERN'B NORT�-(I/ E T,,WAI ;1.. " t'({ all", (f N [lluy{/ /"1/0 �y1 W l{ Y\8NT CITY O Jt Xk �'� a it,ta � u�s f�l�m FM r 60OLF DRAINAGE CHANNEL lr tr { r 'i i i W��� {� �` RR - S d i�ar ' a YI i� 1 l {;? {l {�r P ✓{'1 1� a s {{ �� ra F, r� Jay �i f A� �, �*,�, Sgjy V;; g�� (� r�� 'ARCH J LTU PTNRS 1 r;1,n ' 1; Iff ,:Y, RON f 1 /�� /f l��a�{syf �,,,,,,✓ {� � r �r ,,y� �,,, ii{��r 1� �{��" 4 Alt�tfXl� i ��� k;., P 4 /J `' d•T*� -; qq� ; ft :. G D� rr"yr�,n� { R �f MR s f rr� P� { �l S �tA� 1 '� / h 2017 Urge Culvert and Channel Cleaning Project S 240th Street to S 228th Street - Site 12 Project Number: 17-3011 'N A H 114070N `r1�fIM��1(��iLk r -,-,r. y rcX. KEN %/i V'/ L Alllvlli, 00 ��t p � //' /% M f / v;ter -ram wr vrlW, r'"� N rrU��l, ,r; I� p aft ry� /a Mri / i 1 ° u 1 ,,71,1111 ;,1, PAT , scAE - 1 t / /�� rw aw .ware lj i/G �/ r, �11 _ �^`yN �rll rtiau�l r h, i f/r %� , a ly�Ali r r�i r ���j z / j/r i; si ff 11, �rl�;I, ,ta�.. /i+ !�, Irr J�JI�, �y��a, if 7/7/77 r Q � '*+vdyl%l� ,, � %r r� 1 �rmw:ur�ow�Pa r�aMrj�a igN,v cao unPn?wua,wrra Mrvxroap.rf�;+mv!w!.ur w.nury aanl ima ti vl,mvn vnao;mrvarw uvw:rNaKry ,I A/, IVWI Il i w lr7 L DRAINAGEINAGE c— PhEL w«ww�M A r Vl rY � yr/l dor�llr a / ; i!!I ,�'' '" 'i' Id# IBER mmBA 'O E` 'TERPROSES EA CCT 228TH STREET LP ( wwawa y 1% /)}" % , ,; ranrrm�!//r'/p� i " , N� jai�/�0r '' / Oar / 0 J/ r rj/i ri %�,)• 1/r r r r / p /r ��/��/�/�lre ,... ,� N 4��i '; %/�/'�'r �' ro�r�du�q raan u<a'•wa�aweiw;rrrtorw�1(uw�ai�riuim!ammJaa»'w�rt' t it :wi i�9Diaw Y uwiiymm>uro�i�.. AM,SI r r tr /fr%��iH rypN y� N COMPANY � 1 irr r AllI J w4. J] f! r ar i/ e` olrC Y %�(lrr �! / r � r //����11 '" r .. r�/,' N ,,,rr/„ r / ur ,i rr ,/rfo r��.,,r % �ip/%/ �j�fi� '`♦ u r.y� � r " /��l f,l %i r; ;Ir,'l,�l�r%" ,Gel ;f x "✓ // rt",r, ,/i r to�i� r�>r ��r�v, ll' 1. ,lir�N'llI))J-�� - �i ° C! rr �r *'+a '% r/ ;p/ r /r /✓ „„v r1�f� %lf�f(lryj �r%�/ll �r�%. �Wo l/Jy' �1Y�'Jp�'(b !i 'x�/�J 1 /,;,,, y)yX ', wo rig A°aa *"arw //// rr lJ�r�Ir ✓�%wwwxwruuur'waunatwuararrwxtwwu'+as�wr �;�rew war�flnav ,m w ^'^ ww o wrbkr�,w mry w�.e Na6 wadi r+i>"rr ,u ii f�(mmru'reuu6 1d1 A LG »a^ -- �,_ Y '' /,vi�e,1G, 0;�.✓, sfN..f u, ,1 ,d i�r>,'„ ,l ;m ,0111"(�t'/,' %'. --..�,.,.......Y R„ *.,�..�....,,� y/ ,., ^% ^ir f'fr�--`-rif; 2017 Large Calvert and Channel Cleaning Project lJ 240th Street to S 22 th Street - Site 1 KENT Project Number: 17- 011 WA.S H G N 07'0A+ asr7'/il r� r�r {'f�(filit� j ,1f�/rrf�rlr v /f 7j 1I i /r14! ri ,tr�7rj1 r 1 1;, u ri I�GTI� rll (f !r•' 9'rj�r7� % r ri SGV fr rl� llf l�r�r�r/ 1�7r��'�rrlr p 7kr Jr r f f 1 r ", l/T fv rri�7H ri /fit �� (5'1j��r�Nr)✓/p�1�F1 /r1 {¢ a t �" !, a P� r r r r / nrr r z � J�CCl r { 1✓ t r r r, 6 rtr �y� r 1 Pr r u ' e ° 4 `trt,3 teat r SCALE: 1 100' , ,< � �� ° {< �' s ' ' � r�J r r' � r i � � f 1 r ✓lrl , �� T� ryr'ur�f r, r r r 1 � �;4'1.x rtiti lrkl�il J �1�Si ,,a' fix' �� „- 4 � �1r1 � r✓i x p1 r r 1r< r rnrr / flrf rr ��r d' �Yi' h'�! y rr JG fY Y�trdr 1qG�///f J / R�� rY � GI i� r tll t l�yl � /ir�lt�ib�������irr ✓r (, � wd. ! /fit ryfr i �, "f r � %i� r rl Ys /� � err," .� � r r r Jrjr U�t r%r /�irr tiW r rrr' '10 ✓�, lrif# rr��l` Ul �' m �,a��' Y�ynlU�ljr'� � 0 1rY��irrrr UNI�7N7 LI�C],�,D.G© ri �� ��` v r r�r iy rr h��(➢(�q�q���tl � ry/H rt/� ' J��'' �a r �'r!1(t � "� � �ri�r✓..I rei Yr� / i �,f/p i//)ll U r W+tt✓, ' r ,'rf �r'�rlfl ""i !1,1 )�rli ht(rrlyr. t 'r r / s� lrr ✓�i��1�r 1, rj ! r f rrr e n"! wr t�rl r r Ir s,`'y' 91 � r P /?r �! rr l�rr m ,✓ (r r ,�, rly%,`r r r�i4Jlit i 1r T 9 r l(r;`�°rrl ynmr, r lv r�rvia 4.�'",7 rr b, R1. i/ C l i fd r !` / Nr rn? i 9 i it Y r r r t flw>rGil r P ,�i/r Tr t� r t' s rt��' m '' Y`'36 / rl//s prrP ra 1 a ,a( tiUF'1� h ,{( ; {' ril^s`"lr' rl�jrf ,� ✓r } j ` r, i r `f'G rll� (I(lir u✓r�"� � '�'7 rp� ,.. �� rl ( Or l� lrr� h T lr�Pp1jt�lli (,rr�Ji 1 1 ;' r�/ral)l, /l� Tr illy r/ r %> PIT 1 i� 'u a r r ,p ar fltl��J(f ,< rti it dal Syr t/ f�atr'r r1rT �r r r r 11 r r Pr r r it rrr r f1 r� r IT�r, +i T h %h��d;((.JJ,,(( i(t r r ( �(1 �/r � �'lC rta a rtt �r f r '� .e r,✓6 �w Ewa ,w, ,nn ��d r y✓ U, 11�1��(� ( ,, n r4%'tUr , u4 ia�'utMalllM1 u ,a P nr�mw�u r,.., ,� 1' 1 ,T„� �, �gi�v,���1�1����11rcp�rrunrw �/r( {'7l. rJyrvJulw,wn ro .�� aim � 7N,PAOI,FICR,AI fi r �yt , F �'r' K1N CQt NTYTRANSIT ` P C C�UNE 9NER EL' �, �,r of c J r r rrr, I%�. w�a�d rrl!fs rrri' 'jtEf ft �1 rr / dI„r;,;' ✓%�` �>;, ! prt 'j�,( UN 6J�r Hinz it '�f %fir t rl r ,` �r �N"� �N'�r-. r db 2017 Large Culvert and Channel Cleaning Project W ,James Street to SIB 167 KENT Project Number: 17-3011 WA 5H 6 f.ClTG N PREVAILING WAGES 2017 Lg Drain Pipe, Culv & Channel Cleaning/Lincoln A - 3 June 21, 2017 Project Number: 17-3011 Page 1of17 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: 6/21/2017 County Trade Job Classification Wag a Holida Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1 H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $54.321 5A 1M King Building Service Employees Janitor $22.84 5S 2F King Building Service Employees Traveling Waxer/Shampooer $23.29 5S 2F King Building Service Employees Window Cleaner (Non- $24.54 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $27.33 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters King Carpenters Carpenter $55.51 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cement Masons Journey Level $55.56 7A 1M King Divers Et Tenders Diver $108.771 5D 4C 8A King Divers Et Tenders Diver On Standby $66.05 5D 4C King Divers Et Tenders Diver Tender $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $55.76 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F 1nf+nc-//fnri-rncc %AIM A 1 /7f)17 Page 2of17 King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 1 H King Drywall Tapers Journey Level $55.66 5P 1 E King Electrical Fixture Maintenance Journey Level $27.99 5L 1E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction King Electricians - Powerline Groundperson $45.49 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $67.60 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction King Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50.76 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King FlaQgers Journey Level $38.36 7A 31 King Glaziers Journey Level $59.31 7L 1Y King Heat Et Frost Insulators And Journeyman $65.68 5.1 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $75.46 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $46.66 7A 31 King Industrial Power Vacuum Journey Level $11.00 1 Cleaner King Inland Boatmen Boat Operator $59.86 5B 1 K King Inland Boatmen Cook $56.18 5B 1 K ht+roc• //fnrl-recc %AtM nnv/Inl/4AIM P11MIr%a%1/1irn 1.-.^LeIIr> /')n17 Page 3of17 King Inland Boatmen Deckhand $56.181 5B 1K King Inland Boatmen Deckhand Engineer $57.261 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1K King Inland Boatmen Mate $58.59 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 7N 10 King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.251 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And $46.09 7A 31 Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean-up Laborer $45.25 7A 31 King Laborers Concrete Dumper/chute $46.09 7A 31 Operator King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers $46.09 7A 31 Ind-}r.. //F....1 .a... ....../I .:/.........I....1...../......1A1.......I--I,.... . . ., c /ma y 1-1n 4 � Page 4 of 17 Concrete Saw Operator/core Driller King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking Et $45.25 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator $46.09 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller Et Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker Et Transit $46.66 7A 31 Person King Laborers Grinders $45.251 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including $46.09 7A 31 Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker $46.66 7A 31 (level A) King Laborers Hazardous Waste Worker $46.09 7A 31 (level B) King Laborers Hazardous Waste Worker $45.25 7A 31 (level C) King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder-mudman $46.09 7A 31 King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman-dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, $46.09 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $46.091 7A 31 AA/--- G 171 /7lli -7 Page 5 of 17 King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.091 7A 31 King Laborers Rigger/signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20") $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.091 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Et Similar Electric, Air $46.09 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $46.09 7A 31 propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work-Compressed Air $83.12 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 8�( Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 Worker44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 8� Worker 54.01-60.00 psi hi� nc•//fnr�rncc nr� nni/Ini/ietnnnlnnLn/r�rvlAl�nelnnlir ocnv r/7y P)n-17 Page 6of17 King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $104.75 7A 31 8S Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $106.65 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 8� Tender King Laborers Tunnel Work-Miner $46.76 7A 31 8� King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer/cleaner $34.86 7A 31 King Laborers - Underground Sewer General Laborer Ft Topman $45.25 7A 31 a Water King Laborers - Underiground Sewer Pipe Layer $46.09 7A 31 Ft Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $55.51 5D 1 H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $57.01 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $11.00 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C King Plasterers Journey Level $53.20 7� 1R hf-f-r%c - IIf^ G/'7i /-)n1 -7 Page 7of17 King Playground Et Park Equipment Journey Level $11.00 1 Installers King Plumbers ix Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $58.17 7A 3C 8P Concrete King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $55.21 7A 3C 8P Equipment King Power Equipment Operators Brooms $55.211 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $58.69 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $55.21 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $58.17 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $60.47 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $60.47 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons King Power Equipment Operators $57.72 7A I 3C 8P Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $58.17 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $55.21 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $58.17 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $57.72 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $58.17 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $55.21r7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $57.72 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $57.72 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. 8t $59.28 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $58.69 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $58.17 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Equipment Operators $59.28 7A 3C 8P Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $58.69 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $58.17 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $59.28 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $58.69 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $58.17 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler- Asphalt, Crusher $57.72 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Equipment Operators Power Plant $55.21 7A 3C 813 King Power Equipment Operators Pumps -Water $55.21 7A 3C 813 King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 813 King Power Equipment Operators Quick Tower- No Cab, Under $55.21 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $58.69 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $55.21 7A 3C 813 King Power Equipment Operators Rigger/Signal Person, Bellman $57.72 7A 3C 813 (Certified) King Power Equipment Operators Rollagon $58.69 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $58.17 7A 3C 813 King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $58.17 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $57.72 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment 1 $55.21 7A 3C 8P King Power Equipment Operators 1 1 $57.72 7A 3C 8P k4l-v%e•- I/Fe..-+-ree•e• u n —,/I—i/u—. l-1 --../r,---AA/­1­1l .— --­ G/7i /71%7 -7 Page 10 of 17 Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $58.69 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $59.28 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $59.88 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $60.47 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $58.69 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $57.72 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $58.17 7A 3C 8P Conveyor King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $55.21 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer Et Water hf+r%c• //f.-.rFrccc uin n.-.v/IrNi/%Ain^,nI IA/nr ,nI /7r1i 7 Page 11 of 17 King Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $58.17 7A 3C. . 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $58.69 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $55.21 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $57.72 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $58.17 7A 3C 8P Underground Sewer a Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $60.47 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $60.47 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $59.88 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water {1f'f'r�c• ��F�r�-re ee urn nrw/��i/ wr��e����i rr�/r�ra it Al /"fi /'IA1 -7 Page 12 of 17 King Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $55.21 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $58.17 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $57.72 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $58.17 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $58.69 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $58.17 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $57.72 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $58.17 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P Underground Sewer & Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $58.69 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) ht-l-nc-//fnrfirPcc wa nnv/Ini/wanrnlnnhiin/nrvlAlnnoinnikiin Acny F%/71 /7f117 Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $58.69 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $55.21 7A 3C 8P UnderQround Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $57.72 7A 3C 8P UnderQround Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $58.17 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $59.28 7A 3C 8P UnderQround Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $58.69 7A 3C 8P UnderQround Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $58.17 7A 3C 8P UnderQround Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $55.21 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Pumps -Water $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Quick Tower- No Cab, Under $55.21 7A 3C 8P UnderQround Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $58.69 7A 3C 8P UnderQround Sewer It Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $57.72 7A 3C 8P UnderQround Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $58.69 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P UnderQround Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer Et Water King $58.17 7A 3C 8P httnc•//fnrtrocc 1AIM =kcnv A/71 P)n17 Page 14 of 17 Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer 8:Water 45 Yards King Power Equipment Operators- Scrapers - Concrete It Carry $57.72 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Underground Sewer Ft Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe; $58.69 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Underground Sewer Ft Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $58.69 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $59.28 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $59.88 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $60.47 7A 3C 8P Underground Sewer Fk Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $58.69 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $57.72 7A 3C 8P Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $58.17 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Wheel Tractors, Farmall Type $55.21 7A 3C 8P Underground Sewer Et Water Page 15 of 17 King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers King Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $43:32 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers King Refrigeration Er Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $54.32 5A 1 M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $41.69 5D 4C Applicators King Residential Drywall Tapers Journey Level $55.66 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $39.40 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Er Air Journey Level $75.36 6Z 1G Conditioninn,Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 2R (Fire Protection! King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Workers Journey Level $50.26 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $47.51 5A 3H King Roofers Using Irritable Bituminous $50.51 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E King Shipbuilding E: Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding E Ship Repair Carpenter $41.06 7T 26 King Shipbuilding It Ship Repair Electrician $41.09 7T 4B httnS'//fnrtrpss_wa_nnv/Ini/wanPlnnkiin/nrvWanPlnnl-iin ncnv A/7i /,)n17 Page 1b Ot 1 i King Shipbuilding Et Ship Repair Heat Ft Frost Insulator $65.68 5J 4H King Shipbuilding Et Ship Repair Laborer $41.08 7T 4B King Shipbuilding Et Ship Repair Machinist $41.32 7T 4B King Shipbuilding a Ship Repair Operator $41.03 7T 4B King Shipbuilding Et Ship Repair Painter $41.05 7T 4B King Shipbuilding it Ship Repair Pipefitter $41.05 7T 4B King Shipbuilding Et Ship Repair Rigger $41.12 7T 46 King Shipbuilding Et Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding It. Ship Repair Trucker $41.26 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.02 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.12 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Lavers Journey Level $45.86 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.89 5C 1X Protection) King_ Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $57.72 7A 3C 8P Surveyor King Surveyors Chainman $57.17 7A 3C 8P King Surveyors Construction Site Surveyor $58.69 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment $38.84 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $36.09 5A 2B Outside Operator (Light) hHne • IIF�r�rooc- iwr� .-I-AAI--- /7Y /'IA17 Page 17 of 17 King Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line Construction - Television $27.21 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Telephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $50.26 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $41.09 5A 1 B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers / / // / / // / / / / / / // / f/ / / / / r r, /// / / / / � /, / / / / / / / f / / // / / / / / % / / / �/ /// / / / / / / / / / / / / / / � f // / /, / / / / / / i / , f / f /i / / i/ / / / � / /�� // / f/ / / ,/ f // � /i / // / � r/r/ ` , / � / i f / / / , / // / / / / / / // i� � // / / / � f// � � / / / // / / // / // / / r i/ / / / ,// /� , , / / / // / / / / , / / / i , � / / / / / / tf / , // // / , ,/ / / / , // ` /// / ` � / // // / / / . // � / � i / � / i// / i/ % /// / �, / , / i / /r/ , / � � � / . . � �� i / . „ i / � � . � / � , , , . �� / � � / /� � / � � / /� / �, / / , �/ � , i / � / , , i � i ` / � / � ,, rr r i � / � / �� � / . , � i /�/ � / i � �� i � � /, // , � � � � i � /i t / / / , � � � � � / � / / f / � � f / i � / / i / , � / i r, // ,, / � � , � / / / / �� / / / /f // �/ /, /� / r, ` //�/ � ,� /i r � �� /, � �/ � irf i � / , � /. , , i �� O , , r / � r i / � , , . y i i r/r , / � ,, ,, r / / / , / / � , r , r r �/, , � � r � / / r f /, � f � f 1 ,, i i , i/ / � f / 1 � , � � / f // , . / ,, � r / / �� i i / 1/ r / / /� / /i / / i>> / / � /� i i / ,�, � /, / / 1, 1 / , / i � O / r � // / / / t / r � r � / r ,, � // / / /, 1 / / / , , / / t r i r, / r �� f l , , J� // i / //, � / r / � � ,� / ,/ � // ✓ / � / /, � ,/ / / / i ,i / / / � // � / f / / /// i, �, , , � � f , / i � r � f � ��� � r/ / // �/ / / / / f / / / / , / / � � � / f / , , / � f / / � � r� , �/ ff, % ,�i/ / �, , f i� / � / i � � ,/ � . � � � / ., / � i � / , r � �. / „ / � if i � � � � f , �/ i / , � f � / ,J �, /� f / f f / / r � / /f / / � / / i / / � /�i f, , ,i � rr � /, . � ,, / � , .� / i � � � . i / � , � �� / � � � , / / � � � / ,i, � / / / / r � ,/ �/ � , � � � / / � �� / � i / � i i / ��, , / / i , , i / / / � . � / / / � �� // �� � � i � � � � f � , rr rr�, i/ / rri / �f/ %� /, / / / � /, �/ ,� , / , � , / � , i , // , , . � � / / , . , // � / f r , � , i ,, 1 / / � � / / / , ; , r / i i f r r � �/ / / i / � �/ � f, i,r i r �/ / / / / / / i / / � % / r/ / / / / / / / / - / / / / /� / 1/ / / / f / r / / r // � , f / / / / / / � / / � � / / f / / / r / i� / / / // r � / , � / � ,, / / / i f �� / � / , i� ,. i � � ,� // � / � / / ,, ��i� / i � , � 1� r a,. i � � � � � , / /� / / i // f/ // i � f f �/ , � / i � / � / � i / � , � rr /� � � i . / � i � � ,i �/ i � � i � � ,/ � i J / / // /, � / ,, /, / , r �, �, r �� �, � � � i / . i � � � / / / i/r �/ i /, � / �� // i f � ��� / �� / / //fff .,/�, r„frr�ii�,/�� // , , r, , ,,, , ,, ,,,„ , r //, r , , r ,, // r , , , , r ,„ r � / ,, r r , , , i i /� i i � / / / ,/ � / / / ✓, / /� �, i/ ,i, it / � , / , / f , , r. �i .< i , . � / �� / / / � � � � r � / / � �/, / / / �, �,. / / / f, , , ,/ , rr / � „ / i / / / / /� , , , , , ,, r a / / r / / � J � / / // / � �" � / r / / 1,, 1, ,, , ////////// / / /. / r, ,,, , ,,, , , ,, ��� >/ / /, � // � / ///////////////O/%%///D//%//� ,��,,,,,, ,, ��,i� , r � , ,� Jii1,�,,,�/ / %�/%/%/ i f � ,,,,,,,, . / /// /f/ ,r/, , /�/ , f r, / /� �, � � /� , , rr, ,,r r, � „ , ,,,, .,,,,,,,,,,,, ,, ,,, , r , , � , ,,, r , J 1 / / r J ", Y „I / /, r / / / r / /, 1 / r / / r// / 9 / r /, l „ i / / J / r , l /// e i, / / ,, / . r / / / >' , i / „ / i / / / / l � / / i,. I,, , , / / / r ,,,, ,,, / /, � , � / / � / / / � r / / / / , f i , / / /l � / //// // �/ / / i // rr/ /,,f,,� � ,,, , 1,,, � ///// ////,/� i� , ,, � ,, // f /// /, /,/r�/,//%//%/� /,,r , , � , / �/ / / 1�,„��,,,i,»11//O//%///,//O%%/,/,///�////%/ , , � / / � � /// � �,, ,,,�� , ���,, �, �/%//O// l///////////////////`%////O/%/%/////,�/ ,� �, r/ f /�, r ,, � „, „ „ rr , ,, r, ,, r , ,r, , ,, r ,r, / , � / r , , , ,, ,, /i r I i I /io, i // r /,i r. ri i / i i r iri iri r,wir�ro ,ti ii � ii i i i-r �� � �� / / . / / /, // r / i ., / r % //�, 1,r 1 J /� ��/ ,, , / // � / � / r � , �r f � v , /, / /r r ,, / // i, r o ,. �� ,,, i � p rr � � � % // / r !�, � // � , �r / r, / �, , I r �� i %J � ii r r., r r%//� , , ,, ; �, /, �;,,fir �„,,1r�, �,;,, , , �,; .� �. „ �,,,,,/� ,; � , , 1, , „///////%f /�� �� i� �, / i i / / r r r ,� 1 //� �. ., ., .. / / / r /, J .,. l ,/ !r / / ��/�, r / /r r / i /„ /„l r / /r l // � �/ / � / r / / �/ /, , /, /, /, / / i / / // / r J /// / / i � / / i / f / , / �� � , , / >� „ 1 � / ,/ , , , , ,/ i / i / / / / / ✓ / � � / f / // � � � � / � / i / / � r �� � i r /` �� / � / , � ,� f / , /// /r J / /„ � „/ � r / / / ,�, � , /, � ,, , ,� f , i/ �a �/ // � � ,/ / r r � / � / / / � f f `i �//f / � / r, � / ,ir`f � � i � / � � �� � ff� ,� / , � . ,, , ,. , �/ � � � ii , , ,., � /rr / i , , , ,� i f , i / �/ � � r//, i" / � � / rr / , �� ., i / r /, r ; /, ,i- / r / / i /„ r f f r �" , ; ;i// � � /;; /// / / ,� , // ,� ,� f /� i 1� � ,r / � f ,� r / r i ,, >! � ,i � / / / / / / „; , //r / ,,, / r/��i � ,� l � � ,// ,f / N, � �, 1 r , , ,. , ,,,�, „ ,,,,r; , ,, // ,� , f, / , � r , 1 , ,, ,r, ,, ,, , , , „ ,,,,, rr�,,, f ��, ,,, , „ i r r , /r r�i i r / r / / / / , / � / t / i , r / / / / i / r� � ,, / O, r / / , r // / / / / � >/ / l / l , ,, / u� ,, ,,, / ,M / r „ , � / r /, r / �r/ I „ /1 // i , / � � r . � / /� i / , r .r � r / J / , / ,� , / / / r / r � / �/ / / � � / / „ , / / / / / / f �/ ,/ r „i / / � / / � , � / / / / // / // / ,/ /,i / r � ,,, / i / r/ � � � / r! /1// �/f „�, �r/�j fir, / / / / �/ / // l // / / / � / / � / i r, / / / %� I /, / /� � � / / � �� � / r, / � // // / / , � , r, � , � � r � / � � >� /1,,,t r l//%,//////%///%/ �� t , //� � � / ,// ,1� ,,r � r�%//%//,//////////%/////�//�/////%//,,,r/////��i/,���ji,� e r , �/ � f, f� r r ,/ /�i ,r„ , , ,,, rr.rr r,,r , � / , r,i i-;,,;ter„ r„ r , rr r / r ii �i Iola i iii i i ,; � „r r„.r , r� � ,r/ /i ✓ � e ,r � r,i� r � � � , , � � r�r�.� r,r rr ,�,�rr� �r� r � � � r ,� i, i /i / of �./", i a /r i /rr/, f ,/ � / / �/ � f r , , � / / / �, / � �/ // / / / / / r� , /% , ,, , , , / / / / i, / / �/�r � / a ,,,, r, / / iyr///�///,%//// % /i, /� � , ,r � ,/ / / �, , /., // /// / /i ,/ �� / / / �, / / fi� � / f/ /� � / / �i , . r r r ,. f , r �, � , � i ,, ,, � r, i r/ / i / � r i i � r � / � i f � , � // / �,/ � / / ,,,, � //// i //�, ,/ / / //�/i, / / / / � / / , /� � / / , j /, / / � / /, >/ �r � / / >' � / /„ � � ;, i i / f / � , / / i /�/�t / / % � r / t �, � / / / �, , � / �� � f � / i � i / / i fi / � / i f / r � / i /fr � , /% /, f // , / / i ,, , , , � f/ � /,/ // / / � � , , . >'� i /f , / / r //, /� ,� � � r/ , , r„ / / � / / , / / o / i � / , / / / f i i / / f / / f i i / f f f f f � f f J� � �� � f / f , / / � / / / / � ,. / / � / / %� f � /,r / / // / , , , f/ / / / f ///r/ / / / � ,// /� / ////f f � / //„ ,/ / // /„�/ ,�/ / /, / r / / / ,// / / / /� / ff/ ////// // // / ,/ // i/ //�/%////// //// Sri/// /r / � i / � / / /%/,, %,// /i ii � / r , /� � , , � r ,. rrr , r , rr r , , „ rr ,,, , „ , ,;,, r„ , � , ,, r , ,r, , ,,,. `, , , „ ,,,, r r � e //, / / / / r, / ,� / � / / i �, / / / �, �/ / / / / ,, / I / / . / / / / / � � / ,� � , � � , ,;,, f f , , , f i ,/ f f / f r f � f f , / /r / f , / i� � 1 , / � , r, r / / �/r / / / f/ / i� � / / / / / / / // / i / / / i / o r, �f � / r / / �� i / � � / / �/ � � ��� / � , /r ,,r<, //� / � / , / , , / // / i/ / r f i i � / / ,� / / / >/ / , , ,� // r // / /�, //, /� / �//�j/, // r// fir f� // /� � // f , f, �ff / / % �% % / � ,, � �� ���� off ��/// / ,��///,��///// ///////////%/, i � r r / r� „/ / �, /, ,r/ //„ � � , � , r 1 , r ,/ r / ..r. / / ,/ (� 1,, / � �� / r/ /� / / / � r / % �' 1 �, / � � / / / , i J / �, r/ , � �� � / r r// r /� � , / � /� � � , / , � , / � / /� � / / /r, / / / � i , //, / / / / / it J / �i, � � / � / / / J / f /i r' / / , r // / / / �, i I / �� 1/ / r / / / / / , / // f, / / 1 // 1�� / / r / //� �/ /� , r'r / �,/ /„ fir'/� �% �1� l / ,� / / / // / / / i i � � � i, r/ r � / f ,, ,, �/ , ,/ � /� , / � f � �� f � r , � , r , , /� f , ,� ,/ /, � r / / r � i / / � ,. / , ,/ / i � r � 1, / / 1 r � / J i ,,� i i f// r / i / � i / r rf / / / / / / / / / i / / / i, l� /i � / f,// / /r�/, , , / / //, // / / / /,0 / f/ // f /// �/ /, f /, ,'li. / 1/, � /� / / /, � / / r / � � / /i�� / / /, / r � � f / � / � �� / r / � / � / " , ,, r / � / r / / i r z / / / f f ,, i f / , � f / r, / � ,, / / , r / , / / r i /� � � � r , � /, , ,. � // � f . ii , , r , . if / ,r- � , ,/ / , f i� / � / r/ �� / / /, / i / � / ,, . � � � / � i � 1 � � � � , , / / f / r � / / � i >/ r r/ r � � / � / // / � / / � / / / i/ i // / / / �/ �� i % / � / / // / i, � � / / // / / / / �/ / , / / / //� r/ // / / / f / / /// i / / / . , , � /// / / ,/ // � �/ � , � � / i // / / / �. / / / / // rr � � r / ,/ � rr � /, � r � fig r // / ��/ , / /, / / / /i ,l i� � , � , � , rr i, / i / , � � �� , � �, i/ � , / , i / fi / � , 1 f / / i / � / r, � � / i / / � / � / � / / rr / // � � /� ,, i / � , , � / i � r/ rr � � � � , � / ` i � � / � � i� i / / , / � � � i / / , � / f f / / � / �/ / / / i /r � / , � � �� i � � � � � � i/ ,/, � / i/ � f � f / r , , / / rr ii �/ ., � �� / / ii / / / fig / � � f/r � � � , � f / / / / � / / ,r / /� , , � / / � � � // � /�// / /, � / / , . .� , � / , / � / � //i f� r , r / , / ,, � , � / r, , , r, � , r / i , , f � f / /, r � / / r r i // i �// ,,, /, / � / / / /, J ,/, f / / , , � r% / r / i / / � /� �, / � / / / r/ / � � rr ,, , � � / i i / f r � � / ,,� r- / � � � r � 1 // � /� / �, r/ / i „ i/ � , � / / �, r/ / � / � ,� / / f � i / �, , � f � if / � � , / � / � / r// � , / � r � / � /� /f / // � r ,� / / �/ � . i i / i � fi � / � /� . f � � ri � � � ,, , / � � / � / i/ , f /,f � / / /, �, , / � � i � �/ / �/ , , i i / , . f i/ ,� i � � /, � / � � ,, i // �� i / �, i �. � � , � � i � �,� � � f � � / / ,fi // � � � i/ / , i r , � � /�f� ,f /fir%/, ��////��/ �� /,,,r�. i a ,/ /� , i � , , . . �i� rr ,, ,, 1 "�,; , , , i � i / ii i r i i i i r / / / / i / r r i, / / / ii � i / i i / /, , , / r / / / � / / / r / / / / / i / / / / / r / // / / r/ , / r , r / / / / / / � / / / /� / / / , / / / / / i i / / / i � r , / /// / / r i / 1 , / � /, / /r, r � ,, / ,// // �/ /// / // / // / / li ff/ „�///%//// // / r/ ,/ / „ � , � ,r// � / ///� / // � / f / / // // /, / / `, � i r / / r / e � f f �/ �� f / / r � i � l /f 1 r ,� �/ f / / � � � . � � f r/ /i f � / � i / / , „ � r � / , ,r � / � � / // / � , , , � / r / / 1 / i / r / i �i /� / J r ,� / / / / i / / � � /// , i //� , // , , � , , > , r , „ j� , l � i i ,✓ , � // / / / / / � � / / / / / / / i // l / � � / if / / / / / / / , / / / / �/ / / / // / / / e f / // / / `// / / / / /�® � /i / f � // / /// r //// %/%ii � / /�/ / / /, r / i// r/�/r�/,/////%///.%// � / / � / / ,, r / , � / / r � / / ,I � / ,� ,// r, � � 1 ,,, i J / Q / / , / i ) � / / ,/ / � � �, i� % , /// // � / � / � i � , , � � , / / %//�, /�� . ,, , , /� / / / , � � � / � � .. /// / / � ,� r// / � � / , , i f / ,, / � r %� � / � / i / / / � / , / / � � , r/ / / � , .,, , ,✓ / / f / � / / � � � � � / r l / / , r / f fir' , , / � ��i , r � f , / , , � � � i � / � f / f / / �/ ,/ / / /� / / / / „ / / / / / f „ , / � � / � � / i / � , , � i / i � � / � ,fi i / � � / � � , , , / / f i � � � � �/ � // /� i i � /, ,� /i � r/ r , , ff/ / / � � � � r- / , r �/ / / ,�j f / / r / , , / / f f , �/ r / / / � i I � / �, / � � � �f l / ��, , , / /, , � / / `, � �r- / / / , � � / , � ,, / / � � � �� / i / , �/�i, / � � / � ii � � � / i i � � / � r ,� //, / � � / ,� / � / i /r r � � � , i r/ f r/ , � � „ ,/ ,, r , ��� �, / �, / ,� r / / / / i r / / / / � , � /✓1 � � / � / , / / i r , i , � i i / � � �� / /ri/ i,„ / / r ,� f � ,. / r / i / / f / � �/ ® / i � r i / � / , / � r f r r /, /( / / � / i i / r / / /� r / / / 1 � // / / / / / /, f / f / � ,r 1 � � , / ,/ / �� / / / � / � f / �/ i i � / / /i � 1 � / ,�/ f� r , , /, �/ / � �/ / ,� � i, / , � �/ii � / � ,�i r �/ ,, f � / / i , i f f f / / � i f �/ � , � / / ,,/� / / �� / f / � , , i / / � / � � / // / i i f / � � � / ///�/////// �//,� , f� /// /,r/ r/ �� , / ,r /, �i , ,, r i /, J, i /i �, r , � � � � � r �/ / // i � � // i / / / � / / / / / / ri / / / , /// / / / / / // / / / % / / / / /, , /r // / / � / � � i / / / / / / / /, / / / / // � � / ,r / i / f / � // / / / r / f / I f � / / >' � / / / , �. / � / / // / / � f / �//� / / �/ / � / / / � , /, � / �// , , / , i / , f � / / / % // / r � / / f , / / ,, / / � / ,/ � / � / i � � / / / � r / / , r � f � / � f, / / / ,� / ,� / r //, , / r , , a / / , � � / / r i /� �/ , � � � �� , � �/ , , � / / � / / , � � �` � , /, , i ,r � , / � , / .� w , . „ , , , � , . , , r , f , � /, , ,, ff � � i rr i, � � 1 � // i/ r / /% / / � � / / /, ,r ,� , /® /, .� � // / / / i / , , � i, / � , , � / � � / fir/ / / � / / / ,i / f � �/ G / /� , � / r , � � � r � / 1 , � / / f � � i f // � f / / / / / � f /,/i�/ //// i f / / // � / // /� / , , r , � ,r, � , , ,, , , � � i o i ii i i / i r i / r � /// / � / / / / / / / / / r / / / i / / / / // � ,, / / / / / / / / / / / / f / i / / � / / / r/ // /i/O �/� /, /f/// / /, ,// , / ri /% / / / i, � i � ii , �� , f , / , /%/% / /. r / / f ,/ � / / / J, �/r , / // i / / i � � , ,� r i / r , r / i � / � f � � / � �� / / r, � � / ,� , � , , / / , � / , , , , // / / r / / /// / , �///%//////r � % , , � , ; , r , � , //// / ,,/%%% // , f, f / �,, ,, f , ,f,� ,,,r,,, � ,,,,,,,,,�,, ,,////////////////%/� � %�/i�/ ,i� ///, // � , ., � � r r � ,ff � f � /, 1 � / � /� � r� Il � r l , �� � � � � r l �� �i , 1 � 1 �� � rr � � e ��i 1 � / � „i f/,,, � I � �, ,, it � � � ,/ ff „ 1 � r � I � � � , ,/ J i I f � 1 r fff r / II 1 � �� i,l, �,,,al , � i , rll� li �l ,l .l�,fll�,�ll i11, 11� ,�1���!� 1��;�� �/r�,1�����,yl ,,/,; � 1, �1 � r1 � /, r , , � � � ,. , ,, . , „ , , // , , / � / � / / / i� / /// � , , / / r/ i f / � i � f f / / � � / fi / r / / // / / / f f/ / � / � , � / � / / f / / / f � / `/ / / `/ / / / i / r / / f � � // / f i/ // , / / / / , / / i / , ,i �, � , / � � � i i . � iii i i // � � rr � �� / � f /, ,// � � / � / / / // , � / � i / / // / // /, f f // � ,/ // / r// ///, / . , i fr /, / r, i � rr / i / , / „ , � / f / / � � i � �� , , i /, / i � � � / . / � � , , � � , , i / � r, r . . r , � i � � � � / f � � i �// / rr i� / � , � �� , �i // i � r � � i � ,/ / i / �/, �/ / � . /, � i / � , i � ` � � / / ` , r, � /� . r i / � , �/ � i � /, � / f�f, , � T Agenda Item: Bids - 9B KEN W A H I I G TI 0 N TO: City Council DATE: July 18, 2017 SUBJECT: 2017 Large Culvert and Channel Cleaning Project - 64 th Avenue South - Award MOTION: Award the 2017 Large Culvert & Channel Cleaning 64 th Avenue South Project to TITAN Earthwork, LLC, in the amount of $1,835,281.80 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of the removal of sediment, refuse and vegetation from large culverts and open channels along 64'°' Avenue South between South 240'a' Street and South 2281h Street. Work will also include the removal and disposal of up to 2,600 tons of saturated sediment, refuse and vegetation. All work in the vicinity of Kent Elementary School shalll be completed within the first two weeks of work. The entire project shal0 be complete by September 30, 2017. The Engineers estimate for this project was $1,520,922.00. EXHIBITS: Memo dated July 11, 2017 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Funding for this project will be allocated from the Sewerage Fund Balance.