Loading...
HomeMy WebLinkAboutCAG2019-427 - Original - Insituform Technologies, LLC - 2019 Sanitary Sewer CIPP Lining - 03/27/2019 !KENT Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-3156-5725. Vendor Name: Insituform Technologies, LLC Vendor Number (]DE): Contract Number (City Clerk): (19 Category- -Contract Agreement Sub-Category (if applicable): None Project Name: 2019 Sanitary Sewer CIPP Lining Mayor's signature 3)z5j1 1 170 working dad Contract Execution Date: Termination Date: Contract Manager: Thomas Leyrer Department: PW- Engineering Contract Amount: $1 ,078) 110 Budgeted: -1 Grant? FY/ F-1 F] Part of NEW Budget: Local: State: Federal: Related to a New Position: Basis for Selection of Contractor? Other Approval Authority: F-1 Director 1-1 Mayor FY4 City Council Other Details: The project will rehabilitate 12,400 linear feet of sanitary sewer main in the Linda Heights neighborhood of West Hill. C 1 TY OF KENT KING COUNTY, WASH I NGTON KENT SPEC I AL PROV 1 S 1 ONS FOR 2019 Sanitary Sewer CIPP Lining Project Number: 18-3012 B I DS ACCEPTED LINT I L B I D OPENING March 12, 2019 March 12, 2019 9:45 A.M. 10:00 A.M. DELIVER TO C I TY OF KENT, C I TY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KEN TT W A 5 H I N G T 0 N PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 KENT Fax: 253-856-6500 WASHINGTON PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2019 Sanitary Sewer CIPP Lining Project Number: 18-3012 ADDENDUM No. 1 March 7, 2019 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED IN RED I — KENT SPECIAL PROVISIONS Page 7-16 — Section 7-23.5 — Payment REVISE the payment description for "Reinstate Lateral Connection" as follows: The unit contract price per each for "Reinstate Lateral Connection" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for lateral connection reinstatement, including but not limited to bypass pumping and/or diversion, pipe cleaning, removal of debris from the pipe, pre- construction and post-construction CCTV, chemical grouting of lateral to main connection, testing, and all other work required to reinstate a lateral (side sewer) connection. END OF ADDENDUM No. 1 ' 3/7/sg Chad Bieren, P.E. Date o Deputy Director/City Engineer Cp d C Y • Mayor Dana Ralph 1 INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Traffic Control Plans Section 6 Prevailing Wage Rates E CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS ,FOR 2019 Sanitary Sewer CIPP Lining Project Number: 1 - 012 BIDS ACCEPTED UNTIL BID OPENING March 12, 2019 March 12, 2019 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR LWA EN T rd 51094 W A 5 H I N G T O N � �L � 2,113119 BIDDER'S NAME Insituform Technologies, LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2019 Sanitary Sewer CIPP Lining Project Number: 18-3012 BIDS ACCEPTED UNTIL BID OPENING March 12, 2019 March 12, 2019 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 4^0�� KENT WASH IN G T O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through March 12, 2019 up to 9:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 10:00 a.m. for the City of Kent project named as follows: 2019 Sanitary Sewer CIPP Lining Project Number: 18-3012 The project consists of approximately 12,400 LF of cured-in-place pipe (CIPP) lining of existing 8-Inch diameter sanitary sewers and reinstatement of lateral connections. The cured-in-place pipes shall be installed with the inversion method and water curing. A non-mandatory pre-bid walkthrough is scheduled for Wednesday March 6, 2019 at 10:00 a.m. at Linda Heights Park (located near the intersection of S 248th Street and 35th Avenue S). City staff will be present only to provide access to the gated portion of the project; not to answer questions or provide information. The Engineer's estimated range for this project is approximately $750,000 to $1,250,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Thomas Leyrer at 253-856- 5562. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at 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 sixt (60) days after the day of bid opening. Dated this 22"d day of February, 2019. BY: Kimberley A.0 o oto, City Cle Published in Daily Journal of Commerce on February 26 and March 5, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date March 12 2019 This statement relates to a proposed contract with the City of Kent named 2019 Sanitary Sewer CIPP Lining Project Number: 18-3012 I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Insituform Technologies,LLC NAME OF BIDDER BY: SIGNATURE/TIT Whittney Schulte, Contracting&Attesting Officer 17988 Edison Avenue,Chesterfield, MO 63005 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2019 Sanitary Sewer CIPP Lining/Leyrer 1 February 25, 2019 Project Number: 18-3012 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: ��la� —Jdt-t,� For: Insituform Tech logies,LLC Title: Whittney Schulte, Contracting&Attesting Officer Date: March 12, 2019 2019 Sanitary Sewer CIPP Lining/Leyrer 2 February 25, 2019 Project Number: 18-3012 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2019 Sanitary Sewer CIPP Lining/Leyrer 3 February 25, 2019 Project Number: 18-3012 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. VIA , of pvyLlost�6 I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2019 Sanitary Sewer CIPP Lining/Project Number: 18-3012 that was entered into on the Date , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: 2019 Sanitary Sewer CIPP Lining/Leyrer 4 February 25, 2019 Project Number: 18-3012 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Insituform Technologies,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 2019 Sanitary Sewer CIPP Lining/Project Number: 18-3012 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 UNIT TOTAL ITEM SECTION APPROX. ITEM NO. NO. UANTITY 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. 5 February 25, 2019 2019 ..anaa,r y Sen�er CIPP Lining/__,._.Leyrer Project Number: 18-3012 ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ia , �"•ot�'$ � .vc) WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $540LA, $546 (50 WSDOT LUMP SUM Per LS 1010 1-07.4(5) 1 Health and Safety Plan $S'C, o- $ SL4 . `)C) KSP LUMP SUM Per LS 1015 1-07.15(1) 1 SPCC Plan $ 10g),C)D $ )0? ° KSP LUMP SUM Per LS 1085 4-04.5 320 Crushed Surfacing Base $ �° Cxz� $�� (AGeD, W KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1265 8-12.5 100 Remove and Restore Fence $ Z.g, G)(D $ KSP LN FT Per LF 1270 8-12.5 200 Temporary Fencing $ i C)o $" cam:. C ) KSP LN FT Per LF 1355 1-04.4(1) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders 3010 7-23.5 12,400 CIPP Liner Installation, $ St• oo $ 6qq, g6o'(v KSP LN FT 8 Inch Diameter Per LF 3015 7-23.5 330 Reinstate Lateral Connection $5'�l cc $ ��}� �� KSP EACH Per EA 2019 Sanitary Sewer CIPP Lining/Leyrer 6 February 25, 2019 Project Number: 18-3012 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3020 7-23.5 1 Odor Control Plan $ 5-li` ° $ d co KSP LUMP SUM Per LS 3025 7-23.5 1 CIPP Repair Plan $ 'No 1, $�� �•+ KSP LUMP SUM Per LS 3030 7-23.5 1 CIPP Installation Plan $ '!�q0. �a $ (D.. O(D KSP LUMP SUM Per LS 3035 7-23.5 1 As-Built Records $ S}1 ,oc' $ Gc� KSP LUMP SUM Per LS 3040 7-23.5 1 Tree, Vegetation, and Soil KSP LUMP SUM Protection Plan Per LS 5000 1-10.5(1) 1 Project Temporary Traffic $311bA.'-'1 -asP i a4 WSDOT LUMP SUM Control Per LS 7000 8-01.5 1 Surface Restoration $Alg.C-�---)$ 9"7C. oc5 KSP LUMP SUM Per LS 7055 8-01.5 1 Erosion/Water Pollution $5,000.00* $5,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders Sub Total $ `1 go 10% WA State Sales Tax $c)s 016 no Total $ � �� ®= C) 2019 Sanitary Sewer CIPP Lining/Leyrer 7 February 25, 2019 Project Number: 18-3012 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2019 Sanitary Sewer CIPP Lining Project Number: 18-3012�176 Subcontractor Name U � Item Numbe Subcontractor Name L'V" �bu'J Item Numbers 53 2 , aC Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE whittney Schuite C04racting&Attesting Officer 2019 Sanitary Sewer CIPP Lining/Leyrer 8 " February 25, 2019 Project Number: 18-3012 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Insituform Technologies, LLC Project Name: 2019 Sanitary Sewer CIPP Lining Project Number: 18-3012 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: Electrical Subcontractor Name: March 12, 2019 Signature of Bi r Date Whittney Schulte ontracting&Attesting Officer 2019 Sanitary Sewer CIPP Lining/Leyrer 9 February 25, 2019 Project Number: 18-3012 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 2019 Sanitary Sewer CIPP Lining/Leyrer 10 February 25, 2019 Project Number: 18-3012 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID, THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Insituform Technologies,LLC NAM E: WhAtney Schulte, Contracting&Attesting Officer ADDRESS: 17988 Edison Avenue, Chesterfield,MO 63005 PRINCIPAL OFFICE: 17988 Edison Avenue,Chesterfield,MO 63005 ADDRESS: 17988 Edison Avenue, Chesterfield,MO 63005 PHONE: 636-530-8000 FAX: 636-530-8701 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 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. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under 2019 Sanitary Sewer C1PP Lining/Leyrer it February 25, 2019 Project Number: 18-3012 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 39 2.2 How many years has your organization been in business under its present business name? 8 2.2.1 Under what other or former names has your organization operated? Insituform Technologies, Inc. 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: N/A 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: N/A 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 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: Limited Liability Company formed under the laws of the State of Delaware,December 31, 2011. Please see attached 3. LICENSING list of officers. 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 2019 Sanitary Sewer CIPP Lining/Leyrer 12 February 25, 2019 Project Number: 18-3012 3.1 Answer: All fifty states and where required. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. N/A 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Cured-in-place pipe infrastructure rehabilitation. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? Yes, please see legal disclosure 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. Please see attached 4.4.1 State total worth of work in progress and under contract: $19,164,127.81 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: $21,738,817.71 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: AOC, 950 HWY 57E,Collierville, IN 38017 5.2 Bank References: Bank of America 5.3 Surety: 5.3.1 Name of bonding company: Travelers Casualty&Surety Company of America 5.3.2 Name and address of agent: J.W. Terrill, 825 Maryville Centre Drive, Suite 200 2019 Sanitary Sewer CIPP Lining/Leyrer 13 Chesterfield,MO 63017 February 25, 2019 Project Number: 18-3012 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Please see 2017 balance sheet with audit opinion Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: PriceWaterhouseCooper 800 Market Street, Suite 1900, Saint Louis,MO 63101 6.1.3 Is the attached financial statement for the identical organization named on page one? Yes 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). N/A 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Yes 7. QUALIFICATIONS 7.1 GENERAL QUALIFICATIONS The Cured-in-Place Pipe (CIPP) Installing Contractor shall have at least five (5) years active experience in CIPP installation. 2019 Sanitary Sewer CIPP Lining/Leyrer 14 February 25, 2019 Project Number: 18-3012 The CIPP Installing Contractor shall have successfully installed at least one million (1,000,000) linear feet of CIPP products in wastewater collection systems. Please see attached 7.1.1 REQUIRED DOCUMENTATION For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of the project, a brief description of the work, the linear feet of CIPP installed in waste water collection systems, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. 7.2 PRODUCT LICENSE AGREEMENT The Cured-in-Place Pipe (CIPP) Installing Contractor shall have a current license agreement with the product supplier, and a certification confirming that the Contractor's handling and installation procedure is compatible with the CIPP product supplied. 7.2.1 REQUIRED DOCUMENTATION Attach license and certification documentation. Please see attached 7.3 KEY PERSONNEL QUALIFICATIONS The CIPP Installing Contractor's Field Superintendent shall have a minimum of two (2) years of CIPP installation experience, successfully installed at least 50,000 linear feet of 6-inch to 36-inch diameter CIPP sewer lines, and field experience on a minimum of ten (10) projects that required sewage bypass pumping. At least two (2) CIPP installation crew members shall each have a minimum of two (2) years of CIPP installation experience. The CIPP Installing Contractor's Curing Technician shall be certified and approved as an operator by the CIPP product manufacturer or an independent testing agency. The CIPP Installing Contractor's Lateral Reinstatement Technician shall have a minimum of two (2) years of experience operating the remote cutting equipment during the reinstatement of side sewers (laterals) after CIPP installation. The Lateral Reinstatement Technician shall have reinstated a minimum of five hundred (500) side sewer connections. 7.3.1 REQUIRED DOCUMENTATION The Contractor shall provide the City with the names, experience documentation, and certification information of the key personnel listed above to be employed on this project. 2019 Sanitary Sewer CIPP Lining/Leyrer 15 February 25, 2019 Project Number: 18-3012 For each key personnel to be employed on this project, submit in a well- organized tabular format that includes the name, address, and telephone number of the owner of the project, the name and location of the project, a brief description of the work, the applicable key personnel experience on each of the projects listed (e.g. linear feet of CIPP installed, size of CIPP installed, number of reinstated laterals, employee's role, etc.), and the year each project was completed. S. SIGNATURE 8.1 Dated at this 12 day of March , 2019. Name of Organization: Insituform Technologies, LLC By: Title: Whittney Schult , Contracting&Attesting Officer 8.2 Whittney Schulte , 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 12 day of March , 2019. Notary Public: rr`` My Commission Expires: '1 -dc;asy r-ublic-Notary Seal `n-A-'c.OF%,h 3SOURi d - .axles 743 iy v'tt o y.e Fxc,e Jar 5,2020 2019 Sanitary Sewer CIPP Lining/Leyrer 16 February 25, 2019 Project Number: 18-3012 INSITUFORM TECHNOLOGIES,LLC PRESIDENT APPOINTMENT OF CONTRACTING AND ATTESTING OFFICERS The undersigned,being the President of Insituform Technologies,LLC,a Delaware Limited Liability Company(the"Company"),and pursuant to the authority set forth in the Limited Liability Company Operating Agreement of the Company,hereby determines that: 1. Christlanda Adkins,Laura M.Andreski,Janet Hass,Jana Lause,Diane Partridge, Whittney Schulte,and Ursula Youngblood are appointed as Contracting and Attesting Officers of the Company,each with the authority,individually and in the absence of the others,subject to the control of the Board of Managers of the Company,to: (i)certify and attest to the signature of any officer of the Company;(ii)enter into and bind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto,including the maintenance of one or more offices and facilities of the Company;(iii)execute and to deliver documents on behalf of the Company;and(iv) take such other action as is or may be necessary and appropriate to carry out the project, activities and work of the Company. 2. Any person previously appointed or serving as a Contracting and Attesting Officer of the Company prior to the date hereof and who is not named above is hereby removed from any such appointment. Dated: December 1,2018 Charles R.Gordon President 3/1/2019 INSITUFORM TECHNOLOGIES LLC STATE Of WASHINC(ON Department of Labor&Industries Certificate of Workers' Compensation Coverage March 1, 2019 I WA UBI No. 1 601 880 220 {L&I Account ID '882,695-01 Legal Business Name 'INSITUFORM TECHNOLOGIES LLC Doing Business As INSITUFORM TECHNOLOGIES LLC Workers'Comp Premium Status: Account is current. Estimated Workers Reported Quarter 4 of Year 2018 7 to 10 Workers" '(See Description Below) Account Representative Employer Services Help Line,(360)902-4817 f Licensed Contractor? Yes j License No. INSITTL883CW 1 License Expiration 02/14/2020 What does "Estimated Workers Reported" mean:? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter.A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.1 2.050 and 51.1 6.1 90). https://secure.Ini.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=601880220&LIC=INSITTL883CW&VIO=&SAW=false&ACCT=88269501 1/1 3/1/2019 INSITUFORM TECHNOLOGIES LLC Home Espanol Contact ISearch L&I —� A-G Index Help My L&I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing 40Washington State Department of 1 Labor & Industries INSITUFORM TECHNOLOGIES LLC Owner or tradesperson 17988 EDISON AVE CHESTERFIELD,MO 63005-3700 Principals 636-530.8000 MARTIN,DAVID ALLEN,MANAGER MORRIS,DAVID FRANCIS,MANAGER GORDON,CHARLES R,MANAGER BURGESS,JOHN JOSEPH,PARTNER/MEMBER (End:01/19/2016) Doing business as INSITUFORM TECHNOLOGIES LLC WA UBI No. Business type 601 880 220 Limited Liability Company Governing persons ROBERT WILSON AFFHOLDER CORPORATION AEGION; PAUL A BIDDLEMAN; CHARLES R GORDON; ANTHONY WILLIAM HOOPER; HOWARD KAILES; ROBERT L KELLEY; DAVID A MARTIN; WILLIAM H MARTIN; DAVID F MORRIS; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. ......................................................................... Meets current requirements. License specialties GENERAL License no. INSITTL883CW Effective—expiration 02/14/2012—02/14/2020 Bond Travelers Cas and Surety Co of America $12,000.00 Bond account no. 105966372 Received by L&I Effective date 07/29/2013 08/04/2013 Expiration date Until Canceled Bond history Help s.ts improve https://secure.Ini.wa.gov/verify/Detaii.aspx?UBI=601880220&LIC=INSITTL883CW&SAW= 1/2 3/1/2019 INSITUFORM TECHNOLOGIES LLC Insurance .............................. XL INSURANCE AMERICA INC $2,000,000.00 Policy no. CGD300084903 Received by L&I Effective date 07/03/2018 07/01/2018 Expiration date O7/0112019 Insurance history Savings ................ No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts .................................... No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations ........................................................ No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 82,695-01 8 ................................. Doing business as INSITUFORM TECHNOLOGIES LLC Estimated workers reported Quarter 4 of Year 2018"7 to 10 Workers" L&I account contact T1/IDA HAYNES(360)902-5635-Email:HAYN235@lni.wa.gov Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes ........................................................ No strikes have been issued against this contractor. Contractors not allowed to bid ............................................................................................. No debarments have been issued against this contractor. Workplace safety and health No inspections during the previous 6 year period. Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.ini.wa.gov/verify/Detail.aspx?UBI=601880220&LIC=INSITTL883CW&SAW= 2/2 DETACH BEFORE POSTING ., ;.. - rr..�r= ter ?<<'. ' = x� :• � w_,,. 4 TS r BUSINESS LICENSE oy STATE OF WASHINGTON Limited Liability Company Unified Business ID #: 601880220 r Business ID #: 001 Location: 0001 INSITUFORM TECHNOLOGIES, LLC Expires: Oct 31, 2019 17988 EDISON AVE CHESTERFIELD, MO 63005-3700 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION -ACTIVE CITY ENDORSEMENTS: RICHLAND SERVICE BUSINESS #F03000 -ACTIVE DUVALL GENERAL BUSINESS -ACTIVE 4 ANACORTES GENERAL BUSINESS -ACTIVE SUMNER GENERAL BUSINESS -ACTIVE LONGVIEW GENERAL BUSINESS #373415-ACTIVE OLYMPIA GENERAL BUSINESS #22067 -ACTIVE SEDRO WOOLLEY GENERAL BUSINESS #222313 -ACTIVE SPOKANE GENERAL BUSINESS -ACTIVE BELLINGHAM GENERAL BUSINESS #036044 -ACTIVE LACEY GENERAL BUSINESS #21623 -ACTIVE MOUNT VERNON GENERAL BUSINESS - NON-RESIDENT-ACTIVE SHELTON GENERAL BUSINESS #0058970 -ACTIVE KENNEWICK GENERAL BUSINESS - NON-RESIDENT (EXPIRES 1/31/2020)-ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. t This document lists the registrations,endorsements,and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue IMPORTANT! PLEASE READ THE FOLLOWING INFORMATION CAREFULLY BEFORE POSTING THIS LICENSE General Information Endorsements • Post this Business License in a visible location at Although tax registration, unemployment, and your place of business. industrial insurance endorsements appear on your Business License, the registration with the agencies • If you were issued a Business License previously, that govern these endorsements is not complete until destroy the old one and post this one in its they have established an account for your business. place. Each registering agency requires you to submit •All endorsements should be renewed by the periodic reports. Each agency will send you the expiration date that appears on the front of this necessary reporting forms and instructions. license to avoid any late fees that may apply. Corporations, limited liability companies, etc. If there is no expiration date, the endorsements remain active as long as you continue required You must submit a Business License Application reporting (see Endorsements). and file with the Corporations Division of the Secretary of State before you can legally operate • Login to My DOR at business.wa.gov/BLS if you as a corporation, limited liability company, or other need to make changes to your business name, business organization type that requires registration. location, mailing address, telephone number, or If you have any questions, call (360) 725-0377. business ownership. Telephone: 1-800-451-7985 For assistance or to request this document in an alternate format,visit http://business.wa.gov/BLS or call 1-800-451-7985.Teletype(TTY)users may use the Washington Relay Service by calling 711. BLS-700-107(04/14/16) Insituform Technologies USA,LLC is a subsidiary of Aegion Corporation Irwituform Technologies', Ll_X INSUITUFORM TECHNOLOGIES,LLC BOARD OF MANAGERS AND OFFICERS (Current as of December 18, 2018) BOARD OF MANAGERS Charles R. Gordon Member, Board of Managers David F.Morris Member, Board of Managers OFFICERS Name Office Charles R. Gordon President David F. Morris Executive Vice President Mark A. Menghini Senior Vice President and Secretary Kenneth L. Young Senior Vice President and Treasurer Stephen Callahan Senior Vice President Ralph Western Senior Vice President—Manufacturing Dawn Landmann Senior Vice President—Tax Daniel P. Schoenekase Vice President, General Counsel and Assistant Secretary Dennis Pivin Vice President—Safety Larry Mangels Vice President and Chief Financial Officer CONTRACTING AND ATTESTING OFFICERS Christlanda Adkins Laura M. Andreski Janet Hass Jana Lause Diane Partridge Whittney Schulte Ursula Youngblood Business Address for Board of Managers and Officers: 17988 Edison Avenue Chesterfield,MO 63005 /ns�•tuform Shielding the World's 17988 Edison Avenue Tel: (636)530-8000 Technologies LLB; Infrastructure Chesterfield,MO 63005 Fax: (636)530-8701 www.aegion.com March 12, 2019 City of Kent 220 4th Avenue South Kent,WA 98032-5895 RE: 2019 Sanitary Sewer CIPP Lining;Project No. 18-3012 To whom it may concern: This letter is to satisfy bid requirements for questions 1.4 and 1.5 under the Statutory Requirements heading. Insituform Technologies, LLC is not and has 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). Insituform Technologies, LLC has not,within the three-year period immediately preceding the bid solicitation date,your company is not a"willful"violator as defined in RCW 49.48.082, of any provisions of chapters 49.46,49.48, or 49.52 RCW,as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. Please do not hesitate to reach out if you have additional questions or concerns. Respectfully submitted, k4a�4fi�- Jd � Whittney Schulte Contracting&Attesting Officer, Contract Specialist Insituform Technologies, LLC Daniel P.Schoenekase Vice President&General Counsel, 17988 Edison Avenue Infrastructure Solutions /nsitufarm Worldwide Pipeline Chesterfield,MO 63005 Phone: 636-530-8797 Rehabilitation Wx"V.aebnon.com Fax: 636-898-5158 'rechrtolnriies; LLG -mail:dschoenekase©aegion.com January 1,2019 LETTER FOR RECORD To Whom It May Concern: Insituform Technologies, L LC ("IT") is a subsidiary of Aegion Corporation ("Aegion") a $1 billion revenue,international,publicly traded (NASDAQ-listed) company. Regulatory Matters IT's activities are regulated by several federal, state and local agencies to varying degrees, such as the SEC, NASDAQ, DOT and state contractor licensing boards. Because of the size of IT, one or more regulatory agencies may be auditing or investigating aspects of IT's business at any given time, including OSHA and DOT. IT is not engaged in any pending state contractor licensing investigations or controversies. Liabilities,Liens and-judgments IT's liabilities are disclosed in its or Aegion's financial statements as requited by GAAP and SEC regulations. IT may occasionally have valid bills paid later than normal credit terms and improper bills that are protested. There are no outstanding, unsatisfied liens (which are not being protested) or judgments against IT. Lawsuits At any given time, in the ordinary course of business, IT is involved in various civil claims and suits relating to vehicle accidents, other property damage or personal injury matters, commercial disputes (including subcontractor disputes and customer payment disputes), employee litigation and other matters. Aegion is required to report material litigation involving IT in its SEC filings. Very truly yours, INSITUFORM TECHNOLOGIES,LLC By: Daniel P. Schoenekase Vice President&General Counsel PWC Report of Independent Auditors To the Management of Instituform Technologies,LLC: i We have audited the accompanying balance sheet of Instituform Technologies LLC as of December 31, 2017. Management's Responsibility for the Balance Sheet i Management is responsible for the preparation and fair presentation of the balance sheet in accordance with accounting principles generally accepted in the United States of America;this includes the design, implementation,and maintenance of internal control relevant to the preparation and fair presentation of i balance sheet that is free from material misstatement,whether due to fraud or error. 1 Auditors'Responsibility i Our responsibility is to express an opinion on the balance sheet based on our audit. We conducted our ` audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the balance sheet is free from material misstatement. i An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the balance sheet. The procedures selected depend on our judgment,including the assessment of the risks of material misstatement of the balance sheet,whether due to fraud or error. In making those risk assessments,we consider internal control relevant to the Company's preparation and fair presentation of the balance sheet in order to design audit procedures that are appropriate in the circumstances,but not for the purpose of expressing an opinion on the effectiveness of the Company's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management,as well as evaluating the overall presentation of the balance sheet. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. i Opinion a In our opinion,the accompanying balance sheet presents fairly,in all material respects,the financial position of Instituform Technologies,LLC as of December 31,2017 in accordance with accounting principles generally accepted in the United States of America. Saint Louis,Missouri March i, 2018 ................................................................................................... PrieewaterhouseCoopers LLP,80o Market Street,Suite igoo,St.Louis,.MO 631oi-2695 T:(314)206 8500,F. (314)2o6 8514,www.pwc.com/us Insituform Technologies,LLC Balance Sheet (in thousands) December 31, 2017 Assets Current assets Cash and cash equivalents $ 2,265 Receivables,net 31,385 Retainage 11,530 Costs and estimated earnings in excess of billings 20,185 Inventories 10,507 Prepaid expenses and other 2,704 Assets held for sale - Total current assets 78,576 Property,plant and equipment,net 40,390 Non-current assets Goodwill 88,527 Intangibles 2,200 Deferrred income taxes 3,358 Other long-term assets 8,824 Total non-current assets 102,909 Total assets $ 221,875 Liabilities and stockholders'equity Current liabilities Accounts payable and accrued expenses $ 38,341 Billings in excess of costs and estimated earnings 8,900 Current maturities of long-term debt - Liabilities held for sale - Total current liabilities 47,241 Non-current liabilities Deferred income taxes 6,425 Other long-term liabilities 58 Total non-current liabilities 6,483 Stockholders'equity Common stock - Additional paid-in capital 154,594 Currency translation adjustment - Retained earnings 13,557 Non-controlling interest - Totai stockholders'equity 168,151 Total liabilities and stockholders'equity $ 221,875 I insituform' 17988 Edison Tel:636-530-8000 Chesterfield, MO 63005 Fax:636-530-8744 Technologies, LLC www.insituform.com CERTIFICATE OF COMPLIANCE January 24,2019 x i To Whom ItMay Concern: This letter certifies that Insituform tubes are manufactured in Batesville, Mississippi, USA, by Insituform If Technologies, LLC and meet all relevant specifications for a cured-in-place pipe product: ASTM D 5813, ASTM F 1216,and ASTM F 1743. Insituform tubes have been manufactured in the USA since 1981. s The finished tube is manufactured using multiple layers of polyester felt, with one layer coated with i Polypropylene plastic. The layers are cut/slit to the desired width and sewn concentrically to form the final tube. The coated layer is also sealed at the seam,using an extrusion or taping process. The extrusion process is used on the standard (inverted)tubes, and the taping process is used on the pull-in tubes(also known as ILS or iPlus J Infusion). The standard (inverted) tubes are manufactured with the coated layer on the outside, and the pull-in tubes are manufactured with the coated layer on the inside. After wet out, the pull-in tubes are placed in a plastic wrap to contain the resin. i� Felt production is achieved by a non-woven needle punch process using Polyester fiber. The finished product is E tested for thickness under a specified load and for tensile strength in accordance with ASTM D 58 13. The fabric tube has a minimum tensile strength of 750 psi (5 MPa) in both the longitudinal and the transverse direction. The seam strength of the tube is also tested on a regular basis and also meets or exceeds the minimum tensile strength of 750 psi (5 MPa) in both longitudinal and transverse direction. For Quality Assurance purposes, the j material is also tested for weight and thickness. All standard (inverted) tubes are run through a dye bath prior to shipment to ensure there are no leaks. i� Following the inspection process all tubes (except lnsituMain, which are used in water lines) are printed with E �t yard marks. E, All tubes with tapers, transitions, or any change in tube diameter or thickness are produced under the same specifications, with the same materials, and meet the same material testing requirements as the standard tube. The quality system used by Insituform Technologies, LLC is ISO 9001:2015 certified. The end use of the Insihlform tube is to rehabilitate sewer and drainage pipes to increase the life of the pipe and prevent a dig and replacement of a pipe. h Please contact us directly with any questions you may have. Sincerely, INSITUFORM TECHNOLOGIES, LLC ;} ,i Eugene Zaltsman Sr.Applications Engineer !I J 4yy� i! t! if i 17988 Edison Tel:636-530-8000 insituform Chesterfield,MO 63005 Fax:636-530-8744 Technologies, LLC www nskuform.com � I INSTALLER CERTIFICATION i t Date: January 24, 2019 I To Whom It May Concern: Insitufonn Technologies, LLC is a veliically integrated pipeline rehabilitation company. As such, Insituform is not only the manufacturer of the cured-in-place pipeline rehabilitation system of the sarne name, but also offers the benefits of a full research and development depaiment, licensed engineers on staff for design of products to suit each individual situation, and regional. contracting offices that perform all field services including installation. This letter shall serve to certify that Insituform Technologies, LLC is authorized to install Insituform products supplied by Insituform Technologies,LLC. i Sincerely, k 1NSITUF{rO^RM TECHNOLOGIES,LLC :..yam Eu ne Zaltsman S Applications Engineer E f k I 1 i 't t I i i E I G7r Last Refresh Date:03-01-2019 _. ..._...._.. ___._. __...__.__ ................... _._...__ _ .... .. ....._... _.......... .............__...... ........._..........__......_.._.. Contract Qualification Active Projects ( 2013 - Present ) Parameter Summary .•• 03-01-2019 Region • - 'St'- _ jaE company Code 00202 Froject Material Family Project Number In development illhIsituform Last Refresh Date:03-01-2019 ..._......_ ...__.__._. ....._. .._.. ...., ...____ __...__.. ___._. ..._........... ......___. Contract Qualification Active Projects ( 2013 -Present) -Summary 8,382 6,995 0 170 15,547 3,014 56,168 54,976 473 0 163 111,780 10 7en 337 0 20,077 8,546 726 0 525 9,797 __.... 0_ 77.... 77 10,764 0 10,764 1.646 0 325 1,971 337 0 337 18 0 18 5,014 0 516 5,530 84 0 84 2,g27 0 -.-2,527 6,461 725 0 7.186- 5,159 0 5,159 44 0 44 124,890 1,451 62,308 473 0 1,776 190,898 CC& k1situform „9 Last Refresh Date:03-01-201 -.3:a ",bled. .._._...__.._ ... ........__.._.. __,.......... ._._._. .......__ _ _..._..._. __.___..___.___. __ ..._-__ __.._.... _....__......................._.—.__.......... Contract Qualification Active Projects ( 2013 - Present ) - Detail Job N�mbe, �Rcle Project Description Status Original Contract Amount 202080 Prime STARLINK LOGISTICS OUTFALL 22B[RAM PROJECT JA 10%$2,274,201.00 Gann,RIchafd• 06-17-2009 44 _. _.44 0 .- 44 44 Stadink Logistics,Inc Star[ink Logistics,Inc 6200 NW Street Helens Road 6200 NW Street Helens Road Multnomah Multnomah Portland OR 97201 Portland OR 97201 ,12061212 +1 206 1212 Project Project Job Number H.1e Project Description Status Original Contract Amount 202243 Prime NEWPORT,OR-2016 REPAIRS CITY OF NEWPORT 2016 CIPP SWR JA 51%$311,798.60 Project Manager 13�d D,'-- • Rizo,Roberto J _. 08-31-2016 _ 420- _ 0 420 3 — 0 725 ® 420-- 725 725 0 1,145 City of Newport,OR City of Newport,OR 169 SW Coast Highway 169 SW Coast Highway Lincoln Newport OR 97365-4713 Newport OR 97365 +1 541 5743366 +1 5415743376 Project Job Number Role 1 Project Description slat.s Original 202248 Sub INTERWESTCONSTANC. JOB#1116-SR203SAFEFTYIMPVM JA 5%$135,410.00-DUVALL,WA Projectmanager Bid Date Rizo RobertoJ__.. _. 09-02-2016. 1,700 0 200. 1,900 - 12' 1700 0 200 1,900 City of Duvall,WA .City of Duvall,WA 14525 Main St.NE 14525 Main St.NE PO.Box 1300 P.O.Box 1300 King King Duvall WA 98019 Duvall WA 98019 lnsituform � Last Refresh Date:03-01-2019 +1 425 7880257 +1 425 7880257 lot)N�ploel R.1� ___�P�rcjecl Descniotiop S�t- Original Contract Amount 202266 Prime SEATTLE,WA-2016-116 2016 SWR LINING CONT.#i iA 3%$3,295,521..3+C.O's Moms,James Michael 10-04-2017 1,100 243 0 1,343 1,027 8,717 29,680 473 0 38,870 0 4,692 337 0' 5,029 Seattle Public Utilities-Seattle,WA Seattle Public Utilities-Seattle,WA 561 0 561 700 Fifth Avenue 700 Fifth Avenue 359 359 Suite 4900 Suite 4900 - ---- - King King 15,429 30,260 473 0 46,162 Seattle WA 98124 Seattle WA 98124 +1 206 3861834 +1 206 3861834 Job NumLer Role Project•- 202269 Sub TAPANI INC,WINLOCK WA WINLOCK INFLOW&INFILTRATION JA 5%$230,413.30 PO#181202.1002 Moms,James Michael 11-15-2017 2,847 0 170 3,017 77 _.. _ 3,073 0 163 3,236 _ 5,920 0 333 6,253 Tapani Underground,Inc. City of Winlock,WA 323 NE i.S'. 1904 BE 6th Place Lewis Battle Ground WA 98604 Winlock WA 98596 +1 360 6871148 +1 360 5505289 job Number jRcle Project Description Status Original Contract Amount 202271 Sub FLOW TECHNOLOGIES,SEATTLE WA 2017 SEWER OBSTRUCTION LINING JA 5%$58,141.00 Morris,lam—W'haal 11-man17 108 0 108 9 0 77 77 • 108 0 77 185 Seattle Public Utilfties-Seattle,WA Seattle Public Utilities-Seattle,WA insitUform 317 Last Refresh Date:03-01-2019 700 Fifth Avenue 700 Fifth Avenue Suite 49M Suite 4900 King King Seattle WA 98124 Seattle WA 98124 .1206 3861834 +1 206 3861834 DescriptionProject Job Nurnbe, Role Project 202274 Sub PNETTA BROTHERS CONS..SHELTON BASIN 3 SEW.REHAB PJ.,2018-006 JA 5%$228,370.00+CO#1 Morris,James Michael 03-01-2018 2,901 0 2,901 67 2,579.__. _. 0_. 2,579.. .- 2,579 2,901 _ 0 _ 5,480 Pivetta Brothers Construction-Sumner, WA City of Shelton,WA 1812 Pease Avenue 1000 W Pine Street Pierce Mason Sumner WA 98390 Shelton WA 98584-0900 +1 253 8627890 +1 360 426644 Role JobN—b�, Project• Original Contract Amount 202276 Prime BREMERTON WA,2018 REHAB 2018 SEW.REHAB EAGLE 8 SPRUCE JA 5%$864,400.52 SANITBSTORM Morris,James Michael 05-10-2018 9,216 0 9,216 156 Owner 661 726 0 1,387 City of Bremerton,WA City of BremertorI 658 0 658 3027 Olympus Drive - 3027 Olympus Drive- 10755 726 0 11,481 Kitsap Kitsap Bremerton WA 98310 Bremerton WA 98310 +1 360 4732354 +1 360 4732354 job Nurrler Role vroject uescription Status Original 202278 Prime BEND,OR#1 SPIR PLANT INTERCEPTOR REHAB JA 5%$5,503,392.00+CO#1,2,3 IPTojecT Manager :.Date Morris,James Michael 05-07-2018 r 1,500 0 1,500 0 _. _.. .. . 6.461.. 0 6,461 5,159 0 5,159 QInsituform- an Last Refresh Date:03-01-201.9 City of Bend,OR'Main _ City of Bend,OR'Maln 13,120 0 13,120 709 NW Wall St. 709 NW Wall St. Deschutes Deschutes Bend OR 97701 Bend OR 97701 +1 541 3173000 +1541 3173000 Job N,�Ier ;Roc Project pmjecl - w«7n coma PORT OF GEA A,,,. A„" I ,-,8 STORM. UT„w..,,SE 1 iq 594$242,22n.nn Project Manager --Sid Date Morris,James Michael 07-07-2018 64 0 84 1 _.... _.. ._. .. ._. ... 1 _ _. 42 _.......... 0 42 • - 126 0 126 Port of Seattle,WA Port of Seattle,WA 2711 Alaska Way 2711 Alaska Way General Offices-Pier 69 General Offices-Pier 69 King King Seattle WA 98121-1107 Seattle WA 98121-1107 +1 206 9885530 +1 206 9885530 Job N�nrb.,__�Role Project Description Status Original Contract Amount 202281 Prime MOUNT VERNON WA,PJ.SS-201&003 2018 SANIT.&STORM P#SS2018-003 JA 5%$592,581.17 'Project Manager :d Date Morris,James Michael 07-24-2018 8,684 0 8,684 222 2,130 0 2,130 • - 385 0 385.. City of Mount Vernon,WA City of Mount Vernon,WA _ 712 0 712 1024 Cleveland 1024 Cleveland Skagit Skagit145 14 Mount Vernon WA 98273 Mount Vernon WA 98273 12,056 0 12,056 +1 360 3366204 +1 360 3366204 _ De5cr,ption Status Original Contract Amount 202282 Prime YAKIMA,WA No.24/0 WW CULL SYb IMloRVMN-l8#247U JA 335 3404,021.11 'Morris,James Michael 08-31-2018 7,935 0 7,935 214 7935 _ 0 7,935 �hi ituform sn -i;�,tr_•a,;;u,.,c:e. Last Refresh Date:03-01-2019 City of Yakima,WA City of Yakima,WA 2301 Fruitvale Boulevard 2301 Frudvale Boulevard Yakima Yakima Yakima WA 98902 Yakima WA 98902 +1 509 5756020 +1 509 5756020 Description202284 Prime TACOMA,WA 2018E#ES18-0121F WW&STORMWATERREHABCIPP JA 5%$2,116,435.00+Change Orders Morris,James Michael 109.11-2018 17.674 0 17,674 521 r 9,553 0.-.. 9,553.., - . _1.455. 0. _ 1,455 City of Tacoma,WA-"Main Location City of Tacoma,WA-'Main Location 1,873 0 1,873 2201 Portland Ave 2201 Portland Ave -- - 2201 Portland Avenue 2201 Portland Avenue - 7,501 0 i,501 Pierce Pierce 337 0 337'. Tacoma WA 98409 Tacoma WA 98409 _--- - -'------ _ _ 1,433 0 1,433 ,1253 +1 2 5915588 53 5915588 - - _--- -. _. __._. _. 626 0._- 626. 34,452 0 34,452 Project JDE Job Number !Role 1 Project Description Original Contract Amount 202285 Prime OLYMPIA,WA,PROJ#1689Q 2017 PRI SWR REPAIRS PRO#1689Q JA 5%$544,639.68 Project Manager Bid Date Morris,James Michael 09-27-2018 2,854 677 0 3,531 179 2,932 0 2,932 r 630 0 630 City of Olympia,WA City of Olympia,WA 1,202- 0 1,202 520 Pear Street SE 520 Pear Street SE -- Thurston Thurston _ 18 __0.. _.78_ 0 191 Olympia WA 98507-1967 Olympia WA 98507-1967 191 +1 360 7538768 +1 360 7538768 ®'' -_._ 4,704 3,609 __..0_ 191 8,504 Project • Project Job Number Role 'Project Descnoron Status Original Contract Amount 202286 Prime MEDFORD OR,2019 PROJECT 2019 W W COLLECTION SYSTEM REHA JA 5%$819.211.80 Mortis,James Michael 12-13-2018 3,478 _.0 3,478 290 61 fisi`ufor , sn Last Refresh Date:03-01-2019 • City of Medford,OR City of Medford,OR 869 10,858 0 11,727 411 West 8th Street 411 West 8th Street r 2,407 0 2,407 Jackson Jackson 2,957 0 325 3,282 Medford OR 97501-1766 Medford OR 97501-1766 +16417742100 _ +15417742100 1.596 0 1,596 ___ _.__. _....... _... n 325 325 0 325 325 _._--7,829 14,336 0 975 23J40 DescriptionJob Number Role Project 202287 Prime EUGENE,OR-JOB#6015 ROOSEVELTMWY99-#2019-00006 JA 5%$521,482.50 Morris,James Michael 12-04-2018 8,331 0 8,331 173 _....._. 827 0 827 2,144_.... 0 --2,144 City of Eugene,OR City of Eugene,OR .. 2,971 8,331 0 11,302 244 E Broadway 244 E Broadway - - -- _- Lane Lane Eugene OR 97401-2727 Eugene OR 97401-2727 ,15416825241 +1 641 61125241 202288 Sub ROTSCHY INC.-KENNEWICK,10A ; UPRR INTERCEPTOR SWR REHAB PRO JA 5%$483,360.50 Mortis,James Michael 11-08-2018 3,161 0 3,161 2 3,161 0- 3,1611 City of Kennewick,WA City of Kennewick,WA 210 W.6th Avenue 210 W.6th Avenue P.O.Box 6108 P.O.Box 6108 Benton Benton Kennewick WA 99336-0108 Kennewick WA 99336-0108 +1 509 5864200 _ +1 509 5854200 DescriptionJob Number lRul. Projecl 202289 Prime ROGUE VALLEY SEWER SVCS,FY2019 FY2019 CIPP PROJECTS-J299 JA 5%$488,528.00 Project Manager Bid Date lnsitufvrm' 717 t Last Refresh Date:03-01-2019 Mortis,..James Michael_._... 12-11-2018 0.. 0. _ _.61. _ 0 0 Rogue Valley Sewer Services-Central Rogue Valley Sewer Services-Central Point,OR Point,OR 138 West Vilas Road 138 West Vilas Road Jackson Jackson Central Point OR 97502 Central Point OR 97502 +15416646300 +1 541 6646300 _ (Gk tufbrm 1/1 1,,.,., Last Refresh Date:03-01-2019 s:#.:sura 3rr oily PIC':iLRed. Contract Qualification Active Projects ( 2013 - Present ) - Detail Contract Value DetailsOrigmal 202080 $2.274,201.00 10%$2,274,201.00 202243 $311,798.60 5%$311,798.60 202248 c135e1000 5%$14441000-DUIVAL we 202266 $3,285,521.63 5%$3,285,521.63+CO's 202269 $230,413.30 5%$230,413.30 PO#181202.1002 202271 $58,141.00 5%$58,141.00 202274 $228,370.00 5%$228,370.00+CO#1 202276 $864,400.52 5%$864,400.52 SANIT&STORM 202278 $5,503,392.00 5%$5,503,392.00+CO#1,2,3 202279 $242,220.00 5%$242,220.00 202281 $592,581.17 5%$592,581.17 202282 $464,021.11 5%$464,021.11 202284 $2,116,435.00 5%$2,116,435.00+Change Orders 202285 $544,639.68 5%$544,639.68 202286 $819,211.80 5%$819,211.80 202287 $521,482.50 5%$521,482.50 202288 $483,360.50 5%$483,360.50 202289 $488,528.00 5%$488,528.00 $19,1",127.81 - Q!nsituform. 1/1 Last Refresh Date:03-01-2019 Contract Qualification Closed Projects ( 2013 - Present) - Parameter Summary 03.01-2019 00190;00200;00202 0,mer State Project Material Family Project Manager; Project Number! Role Project Manager -...- 01-02-2014 k1 1/1situform. Last Refresh Date:03-01-2019 Contract Qualification Closed Projects ( 2013 - Present) -Summary 23,041 79.349 102,390 17.901 356,311 387,091 320 11,855 755,577 7,254 85+ 73,512 80,872 129 5,838 255 60 428 87,582 7,291 7,291 28,403 1,425 410 1,513 31,751 339 1,578 1,917 19,997 2,124 22.121 1,274 95 1,369 20,153 4,185 24,338 21,993 10,739 4,495 37,227 1,573 6.129 10,866 731 _ 4,705 1.120 17,422 812 15,089_ _15.901 13,268 2,811 16,079 5.177 8,587 1,390 612 15,766 1,794 745 2,539 17,822 17,822 2,140 2,140 640 76 71"' .� 247 75 322 194 194 1,210 1,210 7,572 7,572 497 497 315 315 974 974 974 ®.. 688,529 800 480,957 1,324 9,318 17,624 62,756 1,261,308 */fpsItuform. 1/69 Last Refresh Date:03-01-2019 L,L..ure St,.a� .c,7:C+tzc. _._.. ._._�.__. -------- _ _ ... __...,.__�.._... __.....�___._.____�.�___..._�__. _..__..__..__...___.___ .___... ._._.._ Contract Qualification Closed Projects ( 2013 - Present) -Detail Job P'ojecl - 190752 Sub GRANITE CONST.CO.-CA DOT I HWY.101 PRUNEDALE,05-0161 E4 JC $154,786.54 Hayes,Timothy B 03-03-2011 01-09-2014 121 121 2 324 324 • 37 37 Department Of Transportation-State Department Of Transportation-Stale 133 133 of Califomia-'Main Office-Sacramento, of California-District 05-San Luis - - - — CA Obispo,CA 615 615 1120 N Street 1120 N Street Sacramento Sacramento Sacramento CA 95814-5605 Sacramento CA 95814-5605 +1 916 6533718 +1 916 6533718 Number Role !i Project Description Status Contract Value 19075903 Prime SAN JOSE,CA-6809 ON-CALL CONT.#2011-2013(WO#9) JC $73.937.60 Hayes,Timothy B_,.. 10.10.2013 _. 02-032014_. 0 210 _.p 21 _ 210 210 swam • 360 360 City of San Jose,Ca-Transportation City of San Jose,CA-East Santa Clara And Development Svcs St 200 East Santa Clara Street 200 East Santa Clara Street Santa Clara Santa Clara San Jose CA 95113 San Jose CA 95113 +1 408 5353500 +1 408 5353500 2/69 Vinsituform- Last Refresh Date:03-01-2019 JDE Job FLnal Contract Number Role Project Descripucrt st�tjs Contract Value Amont 19075904 Prime SAN JOSE,CA-6809 ON-CALL CONT.#2011-2013(WO#4) JC $313,338.08 Hayes,Timothy i0.22-20113 �'.GS su-20i4 10 •� 408 408 2,344.. 2,344. City of San Jose,CA-East Santa Clara City of San Jose,CA-East Santa Clara S.98 556 St St __. 200 East Santa Clara Street 200 East Santa Clara Street 3,413 3,413: Santa Clara Santa Clara San Jose CA 95113 San Jose CA 95113 +1 408 5353500 +1 408 5353500 Project Final Opritracl,' status Contract Value Amount - 19077201 Sub SACRAMENTO AREA SWR DIST(SASD) FRUITRIDGE RD TRUNK LINING PRJ JC $116,086.35 Project Manager 6 i d Date Project Close Dal�� ®� Gann,Richard .03-12-2015 07-09-2015 1,159 1,159 0. 1,159 1,159 Sacramento Area Sewer District Sacramento Area Sewer District 9660 Ecology Lane 9660 Ecology Lane Sacramento Sacramento CA 95851 Sacramento CA 95851 +1 916 8756470 +1 916 8756470 Number Role Project Description Status Contract Value mount 19077202 Prime SACRAMENTO AREA SWR DIST(SASD) PO#81175782-RELEASE 02 Jc $271,524.30 Project Manager Bid Date Project Close Date 'Rizo,Roberto 12-30-2015 03-30-2016 3,199. 3,199 73 555 555 479 479 Sacramento Area Sewer District Sacramento Area Sewer District 666 666 9660 Ecology Lane 9660 Ecology Lane 1.145 3,754 4,899 Sacramento Sacramento Sacramento CA 95851 Sacramento CA 95851 +1 916 8756470 +1 916 8756470 f( , � uform. 3/69 \L ,1,•r1cs Last Refresh Date:03-01-209 jCE job �maj Contract Numoe, Rote Project Description 190773 Sub LOS ALTOS,CA-#13-10&13-04 SW2 COLL.SYS UPGRADE/REPAIRS Jc $823,192.50 Project Manager Ed Date P,.,.ct Close•' ®� Boyer,William Spencer 07-30.2013 06-04-2014 r 896 896 -_ 1 313 313 840 840' City of Los Altos,CA City of Los Altos,CA 287 287 1 N San Antonio Road 1 N San Antonio Road 2,336 2,336 Santa Clara Santa Clara --------- Los Altos CA 94022-3000 Los Altos CA 94022.3000 +1 650 9472700 +1 650 9472700 DescriptionNumber Role Project 190774 Prime RANGER PIPELINES,INC. REHAB SANITARY PJT.#107-12 JC $142.511,50 Project Manager Bid Date project u0se Date Boyer,William Spencer 06-25-2013 05-30-2014 : 32 32 1 _ -.... __.._ _.... 454 454 • -____._ .382.. .382. City of Emeryville,CA City of Emeryville,CA ,. 868 868 1333 Park Avenue 1333 Park Avenue - - Alameda Alameda Emeryville CA 94608-3517 Emeryville CA 94608-3517 +1 510 5964330 +1 510 5964330 � Proll ct Final Contract Role Project Description 190775 Prime NEVADA IRRIGATION DIS,M2013.03 GODWN SIPHON REHAB PROJECT JC $123,700.00 Boyer,William Spencer 05-16-2013 05-06-2015 1,390 1,390 0 1,390 1,390 Nevada Irrigation District Nevada Irrigation District 1036 W Main Street 1036 W Main Street Nevada .Nevada Grass Valley CA 95945 Grass Valley CA 95945 +1 530 2716801 +1 530 2716801 ftitsItufOrm. 4/69 Last Refresh Date:03-01-2019 • Number Role Project Description st.t­ :�cntr�cl value, Amount 190777 Prime EAST BAY MUD-ALAMEDA,CA VERSAILLES INTERCPTR#SD-354 JC $1,248,760.00 Project manage, I Bid Date Project Close Datam Boyer,William spencer ii-06-20i3 08-01-2014 - 3156 315E 0 _. 3,158. 3,156. East Bay Municipal Utility District- East Bev Municipal Utility District- Oakland,CA Oakland,CA 375 11th Street 375 11th Street Alameda Alameda Oakland CA 94607-4246 Oakland CA 94607-4246 ,1510 2870142 +1 510 2870142 DescriptionJDE Job Project Final Number Role �Iroject 190778 Prime CERES,CA-2014 SAR REHAB 1 2014 SEWER REHAB#2014-29 JC $125,884.60 Project Manager DO Date Project Close•-- Gann,Richard 03-20-2014 06-19-2014 1,145 1,1451 84 IN 3,580 3,580 City of Ceres,CA City of Ceres,CA 2720 Second Street 2720 Second Street Stanislaus Stanislaus Ceres CA 95307-7505 Ceres CA 95307-7505 +1 209 5385700 +1 209 5385700 DescriptionFinal Contract Project 190779 Prime STEGE SANITARY DIST. HOFFMAN MARSH SANI#14203 JC $114,150.00 Project Manager Bid Dale _TP,. Date Gann,Richard 04-08-2014 06-28-2014 474 474 0 474 474 Stage Sanitary District Stage Sanitary District 7500 Schmidt Lane 7500 Schmidt Lane Contra Costa Contra Costa El Cerrito CA 94530-0537 El Cerrito CA 94530-0537 +1 510 6244668 +1 510 5244668 it (i�j nsitu f terry 5169 f ,l. ..!, ._r_Vr■II Last Refresh Date:03-01-2019 JDE Jon Project Fmal Contract Number Role Projed Description E*atd� Contract Value Amount 190780 Prime SANTA CRUZ,CA-FAIR AVE. FAIR AVE.SEWER PROJECT JC $308,081.45 ManagerProject Gann,Richard 04-17-2014 07-27-2014 3,939 •3,939 34. •. 3,939 3,939 City of Santa Cruz,CA City of Santa Cruz,CA 809 Center Street Suite 201 809 Center Street Suite 201 Santa Cruz Santa Cruz Santa Cruz CA 95060-3826 Santa Cruz CA 95060-3826 +1 831 4205160 +1 831 4205160 Status Project Description Project Final Contract 190781 Sub J.HOWARD ENGINEERING,INC. I EMBARCADERO/DENNISON AREA JC $192,000.00 Pioject Manager d Date Project Close Date 'Gann,Richard 05-22-2014 07-02-2014 108 I 108 16 _.._. _._.. 2,421 235 2.656 customer - 2,421 343 Z764 City of Oakland,CA City of Oakland,CA 250 Frank H Ogawa Plaza 250 Frank H Ogawa Plaza Alameda Alameda Oakland CA 94612-2010 Oakland CA 94612-2010 +1 510 2383437 +1 510 2383437 DescriptionNumber Role Project 190782 Prime MERCED,CA-#1140009 HWY 59 &COOPER AVE.SWR-PHASE 2 JC •$528,965.00 Gann,Richard 07-17-2014 11-15-2014 400 400 4 1,380 19 1,399 • _.775: 815..........1,590 City of Merced,CA City of Merced,CA ._ 2,555 834 3,389 678 W I8th Street 678 W 18th Street - _ -- Merced Merced Merced CA 95340-4708 Merced CA 95340.4708 +1 209 3856800 +1 209 3856800_ insituform. s s9 i Last Refresh Date:03-01-2019 s Project Number Rcl� 190783 Prime NAPA SANITATION DIST-CIP 14702 N.NAPA CIPP LINING PROJECT JC $527,053.00 Projecl Manager Bid Date Pro;ecl Close Date— Gann,Richard OB-19-2014 U2-26-21515 990 3,488 3,488 4,638 4.638 Nana Sanitation tlimrirt,Ca Napa Sanitation District _. 9,116 9,t t8 935 Hartle Court 935 Hartle Court Napa Napa Napa CA 94558 Napa CA 94558 +1 707 2586000 +1 707 2586000 Numn., Role I-ProjectOescription Status, Cont act Value Arnount, 190784 Prime SACRAMENTO AREA SWR DIST(SASD) FRANKLIN BLVD.39'LINING PROD. JC $190,042.10 Project Manager Bid Date Gann,Richard. 08-14-2014 11-10-2014 745 745. 0 745 745 Sacramento Area Sewer District Sacramento Area Sewer District 9660 Ecology Lane 9660 Ecology Lane Sacramento Sacramento Sacramento CA 95851 Sacramento CA 95851 +1 916 8756470 +1 916 8756470 DescriptionNumbe, Role Project 190785 Prime CARSON CITY PRJ#1415.018 PLEASANT DR.SEWER REHAB Jc $109,432.00 Project Manager Bid Date Pmjact Close s- Chalk,Todd S 09-11-2014 01-30-2015 EN 1,035 1,035 10 1,035 1,035 City of Carson City,NV-ButU Way City of Carson City,NV-Butti Way z5n9 P-i WN" a5n5 Rrmi Way Carson City Carson City Carson City NV 89701 Carson City NV 89701 +1 775 8872355 +1 775 8872355 7169 Q 1ftSltltNT?7 Last Refresh Date:03-01-2019 iDE Jac Project F,rol Contract' Nur,ibef Role P'cject De�cnic;o' Status Contract Value I L Amc�nt 190786 Prime MAGGIORA&GHILOTTI,INC. I MAGNOLIA TRUNK LINE#7620 JC $186,475.80 Project • •" �® Gann,Richard 08-11-2014 05 01.2015 �. 477 477 3 555 555 • 404 404 Ross Valley Sandar-San Rafael,CA- 522 522 Ross Valley Sanitary District#1 District#1 - --— 1301 Andersen Drive 2960 Kerner Boulevard 125 125 Marro Merin �.. 2,083 2,083 San Rafael CA 94901 San Rafael CA 94901 +1 415 2592949 +1 415 2592949 DescriptionJDE Job Project Final Contract ,Number j Role Project 190787 Sub SNL GROUP,INC.-REDDING,CA j CITY OF REDDING-SOUTH ST.PRJT JC Contract$98,987.00 Project Manager Bid Date Project Close Cate ®® Gann,Richard 10.20-2014 04-07-2015 1.691 1,691 29 1,589 1,589 • •. 3,280 3,280' SNL Group City of Redding,CA 20055 Viking Way,Bldg 3 20055 Viking Way Building 3 unknown Bldg 3 Shasta Shasta Redding CA 96001 Redding CA 96003 +1 555 5551212 +1 530 2246069 • Job Final Contract DescriptionNumber I Role Project 190788 Prime MYERS&SONS CONST.,LP j HEADWORKS PUMP#144412 JC contract$163,590.00 Project Manager i Bid Date Piolect Close Date Gann,Richard 02-06-2015 03-04-2015 _ 380 380 _.. 0 380 380 Vallejo Flood&Wastewater District Vallejo Flood&Wastewater District 450 Ryder Street 450 Ryder Street Solano Solano Vallejo CA 94590 Vallejo CA 94590 ,1707 6448949 +1 707 6448949 8/69 Last Refresh Date:03-01-2019 Numeer Role Project Description Status coriliaci Value 'mou't 190789 Prime WASHOE CO.,NV-LEMMON VALLEY PWP-WA-2015-036 LEMMON VALLEY JC $483,268.50 P,ojecl Manage, Bid Date Project Close Date ®� Ganesan,Sethuraman - - - 1- 4,828 _.... _.. _..._ io2015 Q. c r 8,086 8,086. • 12,914 12,914 Washoe County Community Services Washoe County Community Services Department-Water Resources Department-Water Resources 4930 Energy Way 4930 Energy Way P.O.Box 11130 P.O.Box 11130 Washoe Washoe Reno NV 89502 Reno NV 89502 +1 775 3282040 _ +1 775 3282040 DescriptionDE Job Project Comract I Numbe, Pole Project 190790 Prime SACRAMENTO COUNTY-No.4267 ROOT MITIGATION-PRJT.2 JC $924,225.60 Project Manngbf Bid Date Project Close Date Gann,Richard 02-05-2015 10-21-2015 7,403 12,050... 19.453 354 7,403 12,050 19,453 Sacramento Area Sewer District Sacramento Area Sewer District 9660 Ecology Lane 9660 Ecology Lane Sacrain me Sacramento Sacramento CA 95851 Sacramento CA 95851 DescriptionProject Project 190791 Sub HAL HAYS CONSTRUCTION,INC. I DB REPAIR WASTEWATER SYSTEM JC $519,909.75 Project Manager Bid Date Project Close Date I 09-16-2014 11-06.2015 196 196 69 __.... 5,166 5,166 ._._... • 313 313 Uo Air Force-Beale AFB. U5 Ali Pui ce-Beale AFB,CA 4b0 480 Beale AFB 6451 B street Build#2541 500 Soo Yuba Yuba Beale AFB CA 95903 Beale AFB CA 95903 1.135 1,135 +1 530 6343000 +1 530 6342709 _ 215 215 7,975 7,975 6insituform- 9169 Last Refresh Date:03-01-2019 JDE job Nwnber Role Project Dss.,io,, Status Contract Val�e —o�nl 190792 Prime SANTA ROSA CA,CT#C01812,ROBLES ROBLES TRUNK SEW.LINING,WALKER Jc $1.582,326.20 P'Oject Manager Bid Date Project Close Cate ®® Gann,Richard 05-12-2015 10-09-2015 350 350 0 640 640 1,646 1,646 City of Santa Rosa,CA City of Santa Rasa,CA 2,636 2,636 69 Stony Circle 69 Stony Circle .Sonoma Sonoma Santa Rosa CA 95401-9506 Santa Rosa CA 95401-9506 +1 707 5433930 +1 707 5433930 JDE Job Final Contract NumDer __,Role Project Description us Contract value Amount 190793 Prime MINK CREEK H.O.A-COLFAX,CA CULVERT CIPP REHAB JC $203,060.00 Gann,Richard _ 04-16-2015 10-09-2015 631 63111 0 631 631 FREI Realty FREI Realty 8340 Auburn Blvd.,Ste.100 8340 Auburn Blvd.,Ste.100 Sacramento Sacramento Citrus Heights CA 95610 Citrus Heights CA 95610 +1 916 7228110 +1 916 7228110 Description Status Contract Va[ue: Amount, 190794 Sub JMS CONST. SANTA CLARA,CA CE 13-14-02 TRIMBLE RD.TRUNK JC $1.789.468.00 Project Manager 11 Bid Data Gann,Richard 02-11-2015 09-16-2016 129 _129 0 19 19 167 167 City of Santa Clara,CA City of Santa Clara,CA 1,172 1,172 1500 Warburton Avenue 1500 Warburton Avenue p 377. 4,377 Santa Clara Sant Clara Santa Clara CA 95050-3792 Santa Clara CA 95050-3792 .. 148 5,716 5,864 ,1408 6152200 +1 408 6152200 / i 10/69 filVm Last Refresh Date:03-01-2019 Ole Project Descqtic� 190795 Prime SAN MATEO,CA-DELAWARE TRUNK CITY PRJT#469987 JC $1,481,080.00 Project Manager SO Date Unknown 0-12y-2015 12-04-20iS 2W 200 3 90 90 1,232 1,232 City of San Mateo,CA City of San Mateo.CA soy 1,595 330 W 20th Avenue 330 W 20th Avenue 3,117 3,117 San Mateo San Mateo - - - -- San Mateo CA 94403-1338 San Mateo CA 94403.1338 +1 6505227000 +1 650 5227000 e- 190796 Prime SACRAMENTO COUNTY-No.4304 ROOT MITIGATION-PRJT.3 JC $1,304,800.80 Project Manager B,d Date Project Close Datu—' Rizo,Roberto J 01-07-2016 06-24-2016 889 24,925 25,814 593 _..... 336 336 • .- 889 25,261 26,150 Sacramento Area Sewer District Sacramento Area Sewer District 9660 Ecology Lane 9660 Ecology Lane Sacramento Sacramento Sacramento CA 95851 Sacramento CA 95851 +1 916 8756470 +1 916 8756470 DescriptionJDE Job Project Final Contract Status Contract Value Amount N.rnbe, Role Project 190797 Prime ELKO,NV-2015 PWP#EL-2015-220,SWR SLIP LINE JC $211,470.00 Project Manager Bid Date P O'Keefe,Brandon S 01-27-2016 05-10-2016 334 334 116 3,252 3,252 • 378 378 City of Elko,NV City of Elko,NV .. 3,964 3,964 47.91(:nlle0e Ave 1751 r.ollene Ave. Elko Elko Elko NV 89801 Elko NV 89801 +1 775 7777126 +1 775 7777126 his tufor . 11169 Last Refresh Date:03-01-2019 DescriptionDE Joto Project Rrat Contract! 190798 Sub CRATUS,INC.,HILLSBOROUGH CA RALSTON&PEPPER AVE.HYDRAULIC JC $104,995.60 P,ojec!Manage, Bid Date Project CloseDate Rao,Roberto J 01-20-2016. 07-01-2016 1,769 1,769 13 • 1,769 1,769 City of Hillsborough,CA City of Hillsborough,CA 1600 Floribunda Avenue 1600 Floribunda Avenue San Mateo San Mateo Hillsborough CA 94010-6418 Hillsborough CA 94010-6418 +1 650 3757400 +1 650 3757400 _ Project Final Contract Stews Cntract Value Amount, 190799 Sub MAGGIORA&GHILOTTI,INC. I MILLER AVE.-MILL VALLEY,CA JC •$427,321.00 Project%tanager B,d Date Project Close Date I -Rizo,Roberto J 04-21-2016 12-08-2017 93 1.778 1,871 83 2,191 2,191' City of Mill Valley,CA City of Mill Valley,CA 430. .. 430 - _ 26 Corte Madera Avenue#94941 26 Corte Madera Avenue#94941 646 846'. Marin Marin _.. ._. Mill Valley CA 94941-1830 Mill Valley CA 94941-1830 _ ,. 4,433 1,778 8,211 +1 415 3884033 +1 415 3884033 Project Final Contract' ®Role Project Description 190800 Prime GRANITE CONST.CO.,ATHERTON CA MARSH RD.CHANNEL RPR.P#56005 JC •$455,467.00 'Rizo,Roberto J 06-03-2016 08-18-2016 260 260 19 550 550 Customer _.._..1,342.. 1,342 West Bay Sanitary District West Bay Sanitary,District _ _ 2,152 2,152 500 Laurel Street 500 Laurel Street San Mateo San Mateo Menlo Park CA 94025-3427 Menlo Park CA 94025-3427 +1 650 3210384 +1 650 3210384 k7f itu form.m -2/89 4 Last Refresh Date:03-012019 Number !Role Project Description Slat- Contract Value Amount 190801 Prime ROHNERT PARK CA,CLAUSSEN OVERC EVERCROSSING&HWY 101 SEW.REH JC $447,934.00 Bibayan,Panboa D 06-i7-2016 ir}2i-20i6 325 1,726 1,726 645 645 City of Rohnert Park.CA City,of Rohnert Park,CA v aoa 9 F;QF; 6750 Commerce Boulevard 6750 Commerce Boulevard :Sonoma Sonoma Rohnert Park CA 94928-2411 Rohnert Park CA 94928-2411 +1 707 5883300 +1 707 5883300 JDE Job :Nu Der Role Project Project Final Contract - 190802 Prime GRASS VALLEY,CA-No.14-09 CDBG-CONTRACT#16-10 JC $1,618,265.00 Project Manager Bid Dai. Project Close• Rizo,Roberto J 06-14-2016 01-02-2018 180 I 180 4 r 288 288 2,137 2,137 City of Grass Valley,CA City of Grass Valley,CA 468 2,137 2,605 125 E Main Street 125 E Main Street Nevada Nevada Grass Valley CA 95945-6505 Grass Valley CA 95945-6505 +1 530 2744399 +1 530 2744399 DescriptionProject Final Contract. Project 190803 Prime NAPA SANITATION DIST-CIP 17705 1 SOSCO/SOSA TRUNK REHAB JC $1,088.300.00 Project Marage, Bid• •_ ®® Rizo,Roberto J 03-28-2017 11-08-2017 1.500 1.500 2 1,500 1,500 Napa Sanitation District Napa Sanitation District 9355 Hartle Court 935 Hartle Court Napa Napa Napa CA 94558 Napa CA 94558 +1 707 2586000 +1 707 2586000 It hr7/�LIftR m ,3,69 Last Refresh Date:03-01-2019 190806 Prime LOS ALTOS,CA#WW010517 CIPP CORROSION REHAB PROJECT JC $409,486.00 i Project Manager iBd Date Project Close Date Ganesan,Sethuraman_ 04-13-2017 11403-2017 650 650 7 650 650 City of Los Altos,CA City of Los Altos,CA 1 N San Antonio Road 1 N San Antonio Road Santa Clara Santa Clara Los Altos CA 94022-3000 Los Altos CA 94022-3000 +1 650 9472700 +1 650 9472700 • 190810 Prime NORTH TAHOE PUD I TAHOE VISTA SE1-024 TO SE1-021 JC $66,450.00 Date �■ Miller,Daren A 11-02-2017 01-08-2018 829 829 5 829 829 North Tahoe Public Utilities District North Tahoe Public Utilities District 875 National Ave 875 National Ave Placer Placer Tahoe Vista CA 96148-0139 Tahoe Vista CA 96148-0139 +1 530 5464212 +1 530 5464212 Contract 190811 Sub SCHULTZ INDUSTRIAL SERVICES ANDEAVOR MARTINEZ REFINERY JC $116,880.00 Padilla,Adrian Miguel 02-01-2018 05-25.2018. 185 185 0 185 185 e - Brinderson Engineers&Constructors- Andeavor(Tesoro)Golden Eagle Bakersfield,CA Refinery-Martinez,CA 4550 California Avenue 150 Solana Way Suite 700 Contra Costa Kern Martinez CA 94553 +1 661 3770343 _ +1 925 2281220 _ k1s tu{or►1? 14f69 /V!' fast Refresh Date:03-0i-2019 JDE Job Plojeoll Final Contract Number ,Role Project Description slat., Contract value Amount: 190813 Prime SOUTH PLACER MUNICIPAL UTILITY SPMUD PIPE LINER PROGRAM 2018 JC $344,002.00 Project Manage, Bid Date Project Close D Bibayan,Fariborz D 02-15-20i8 06-05-20i8 306 306 14 401 401'. 4,828 4,828 out Placer Municinal Utility District- South Placer Municipal Utility District- s sss s.586 Loomis,CA LOoniI6,CA 3671 Taylor Road 3671 Taylor Road Placer Placer Loomis CA 95650 Loomis CA 95650 .1916 6525877 +1 916 6525877 DescriptionJDE Jot Final Contract status Contract value �mount 200174 Prime MONTECITO SANITARY DIST.,2012 SEW.MAIN REHAB P1,130#100-12 JC $563,027.02 Project Manager Bid Cate Project Close Daw_j Unknown 04-17-2012 04-09-2014 3,253 14,898 18.151 142 ..... _ _. 286 _. 286 3,539 14,898 18,437 Montecito Sanitary District MorlfeC@0 Sanitary District 1042 Monte Cristo Lane 1042 Monte Cristo Lane Santa Barbara Santa Barbara Santa Barbara CA 93108-2809 Santa Barbara CA 93108-2809 +1 805 9694200 +1 805 9694200 Descriptionr JDE Job Project Final Contract t Role Project 200177 Prime BEVERLY HILLS,CA SWR PIPELINE 8 MHL/VAR.LOC JC $4,737,871.50 Project Managef 1 Bid Date Project Close Dan= Calvario,Leonardo Ismael 06-08-2012 03-27-2015 21,576 21,576 2,247 673 74,740 75,413 5,608 5.608 City of Beverly Hills,CA City of Beverly Hills,CA 5,716 5.716 City Hall 345 N.Foothill City Hall 345 N.Foothill 248 1,425 1,673 City Hall 345 N Foothill City Hall 345 N Foothill Los Angeles Los Angeles 921 109,065 109,986 Beverly Hills CA 90210 Beverly Hills CA 90210 ,11310 2852500 +1 310 2852500 15169 tinsituform. Last Refresh Date:03-01-2019 JDE J-1 Project Final Contract 200180 Prime VISTA CA, CIP#8165 AGE/CONDITION RELATED SWR REHB JC $3,025,200.00 Prqect Manager Bid Date Project Close Date Rubio,Jeffrey Louis 08-29-2012 O1 305 54,669 663 55,637 1,039 _. 61 - 61 1,317 122 1,439 City ofllsta,CA City of Vista,CA _ .. 1,683 54,791 663 57.137 600 Eucalyptus Avenue 600 Eucalyptus Avenue --- San Diego San Diego Vista CA 92085.1988 Vista CA 92085-1988 +1 760 7261340 +1 760 7261340 JDE-job Project Numb,o, Role t proect Description Final Contract I ---- I status Contract value i Amount' 200185 Prime CULVER CITY,CA-P-906 I (PH 11&IIDBRADDOCK#P-984 JC $3,855,236.45 Close Date i • Rubio Jeffrey Louis 12-13-2012 '_08-29-2014._. 2.443 9,353i 11,796 2,695 20,375 48,641 _ 69,016 r 4,984 343 5.327 City of Culver City,CA City of Culver City,CA 2.156 2,156 9770 Culver Boulevard 9770 Culver Boulevard _ Los Angeles Los Angeles 767 _ 189 956 Culver City CA 90232-2703 Culver City CA 90232-2703 38 38 -13102535600.. _. +13102535600 30,763 58,337 189 89,289 NumberJDE Jac Final Contract Role _ ■- Status Contract Value Amount 200187 Sub CDM CONSTRUCTORS,-THERMAL,CA COACHELLA VALLEY WATER-62NO JC $4,079,045.51 Pi-olect Manager Bid Date Pmjedt Close Date Rubio,Jeffrey Louis _..... __. 02-19-2013 _ 05-16-2014 410 410 0 10,939 10,939 15.335 15,335 Coachella Valley Water District- 26,274 410 26,684 CDM Constructors Inc Coachella,CA 9220 Cleveland Avenue 85995Ave 52 Suite 100 PO Box 1058 San Bernardino Riverside Rancho Cucamonga CA 91730 .Coachella CA 92236-1058 +1 909 5793500 +1 760 3982651 CC& I 16169 nsi uform Last Refresh Date:03-01-2019 JDE Job 200191 Prime COUNTY SANI DIST No.21-LA CO I CLAREMONT OUTFALL-POMONA,CA JC $548,379.64 Date Project Close•. ®� Rubio,Jeffrey Louis 06-04-2013 uz-u3-20i4 4,260. 4,260 _ _ 3,263 3,263 7,623 7,523 1 ns Angeles County Sanitation District Los Angeles County Sanitation District Headquarters-Whittier -Headquarters-Whittier 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601-1415 Whittier CA 90601-1415 +1 562 6997411 +1 562 6997411 DescriptionjDE Job Fral Contract,', Number Project 200193 Sub VASILJ,INC.,SANTA MONICA CA i FYI 2/13 WW MAIN IMPROV.CITYWD JC $91,828.40 Project Manager Bid Date Project Close Datu-- Rubio,Jeffrey Louis 05-14-2013 01-31-2014 1,162 1,162 7 1,009 1.009 Vasil]Construction,Inc City of Santa Monica,CA 2,371 2.371 15631 Arrow Highway 1918 Main Street,Ste A Los Angeles Los Angeles Irwindale CA 91706 Santa Monica CA 90401 -1 626 4801442 +1 310 4588795Project Final Contract! _ ZE Jon Status Contract Value Amount 200196 Prime CO SANI DIST#5 OF LOS ANGELES I DIST 5 INTCPTR TRNK SWR�-SEC 2A Jc $10,616,947.32 1 Project Manager Bid Date Project Close Date Rubio,Jeffrey Louis 07-23-2013 07-10-2015 44 44 3 1,210 1,210 • 7,572 7,572 Los Angeles County Sanitation District Los Angeles County Sande tion District 8,826 8,826 -Headquarters-Whittier -Headquarters-Whittler 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601-1415 Whittier CA 9060'L1415 +1 562 6997411 +1 562 6997411 Vinsitufarm. 17169 Last Refresh Date:03-01-2019 Project Conzract; Nurnber Role Project Description. status co"I'act Val- 200198 Sub CHARLES KING CO.,INC. LOS ALAMITOS PUMP STA. JC $1,412,899.70 Close-Date �� Rubio,Jeffrey Louis 07-17-2073 04-15-2014 0 _974 974 74 74 1,229 1,229 Charles King Company Orange County Flood Control District 2841 Gardena Avenue 300 N Flower Street Los Angeles Orange Signal Hill CA 90755 Santa Ana CA 92701 +1 562 4262974 +1 714 8346192 P�ojecl Final Contract Project Description status 200199 Sub GLR CONST.• Contract INC,-VAFB I VAFB SWR LATERALS-US AFB JC $656,186.92 Project Manage, •Date Project Close Date ®� Rubio,Jeffrey Louis 07-11-2013 07-09-2014 125 125 13 5,435 5,435 Customer Owner 1,294 1,294 GLR Construction,Inc. US Air Force-Vandenberg AFB ; 792 792 2370 Skyway Drive 30 CES/CECC 1172 Iceland Ave.,B11433 1,805 1,805 Suite 104 Vandenberg AFB _ Santa Barbara Santa Barbara 9.451 9,451 Santa Maria CA 93455 Vandenberg AFB CA 93437 - +1 805 3477860 +1 805 6067030 Project Description Ole" Final Contract 200200 Sub CHARLES KING CO-SIMI VALLEY I KITSY DR.&MOHAVE DR. Jc $0.00 Project Manager .DateProject Close Date -Rubio,Jeffrey Louis 08-15-2013 02-25-2014 • 585 585 14 733 _733, _... _.. .. owner 375 375 City of Simi Valley,CA City of Simi Valley,CA .- 1,693 1,693 500 W Los Angeles Avenue 500 W Los Angeles Avenue Ventura Ventura Simi Valley CA 93065-1644 Simi Valley CA 93065.16" +1 805 5836400_ +1 805 5836400 18/69 Insituform Last Refresh Date:03-01-2019 JDE job ��;nal Contract Number Role Project Description 200258 Prime SIMI VALLEY-SPEC#SV 13-29 SO.OF WEST LOS ANGELES AVE. JC $423,210.00 Project Date Project Close Rubio,Jeffrey Louis 12-04-2013 04-1/-2014. _. i,906 �,906 4 • _ 1,906 1,906 City of Aimi Valley,CA City of Simi Valley,CA 500 W Los Angeles Avenue 500 W Los Angeles Avenue Ventura Ventura Simi Valley CA 93065-1644 Simi Valley CA 93065-1644 +1 805 5836400 +1 805 5836400 DescriptionR'olecl Final Contract I Project 200259 Sub W.M.LYLES CO.-ORANGE CO.CA JOB#T-1126,PRJT#P1-112& JC E66,060.00 Project Manager I Bid Date Project Close DA Rubio Jeffrey Louis 07-29-2013 03-24-2015 145 145 0 _..... .. 145.. 145 Orange County Sanitation District- W.M.Lyles-Fresno Fountain Valley,CA 355 N Theme Avenue 10844 Ellis Avenue Fresno Orange Fresno CA 93706.1458 Fountain Valley CA 92708 +1 559 2372200 +1 714 9622411:JOE Job 'mount _ DescriptionNumber Role Project 200260 Prime BAY ISLAND CLUB-NEWPORT BEACH ISLAND SWR REHAB MAINLINE&MH JC $126,231.94 Project Manager Bid Date Project Close DatP-- Rubio,Jeffrey Louis 03-03-2014 09-11-2014 684 684 33 684 684 Newport Bay Island Club Newport Bay Island Club Orange Orange Newport Beach CA 92657 Newport Beach CA 92657 +1 714 7517858 +1 714 7517858 ERSItUfOfY?'?- 19/69 last Refresh Date:03-01-2019 •E Job Project NumberContract Project•' scription Status Cc.1ijaci Value 200262 Sub VASILJ,INC. I HERMOSA BEACH#CIP-13-401 JC $102,642.20 P,Oject Manager .Date Project Close Date Rubio,Jeffrey Louis 04-03-2014 04-22-2015 3,748 3.748 121 3,748 3,748 City of Hermosa Beach,CA _ City of Hermosa Beach,CA 1315 Valley Drive 1315 Valley Drive Los Angeles Los Angeles Hermosa Beach CA 90254-3846 Hermosa Beach CA 90254-3846 +1 310 3726186 +1 310 3726106 DescriptionJob Project Final Contract' 200263 Sub CDM CONSTRUCTORS,-Palm Dessert COACHELLA VALLEY-Task#ID53 JC Contract$984,860.22 Unknown_._ ....... . . .... 05-02-2014 09-30-2014 812 15,0891' 15,901 0 423 423 • 612 612 Coachella Valley Water District- Coachella Valley Water District- .- 1,235 15,701 16,936 Coachella,CA Coachella,CA --- --- --- 85995 Ave 52 - 85995 Ave 52 PO Box 1058 PO Box 1058 Riverside Riverside Coachella CA 92236.1058 Coachella CA 92236-1058 +1 760 3982651 +1 760 3982651 jut ion Number IRcie Project Descoptlo, us Contract Value Amoeln'P 200264 Sub KIEWIT INFRASTRUCTURE WEST CO NEWPORT FORCE MAIN JOB#102298 JC $4,566.700.40 Project Manager Bid Date Project Close•" Unknown _.. 02-04-2014 12-18-2015 731 4,705 5,436 0 • 8,587 1,390 9.977 • 9,318 6,095 15,413 Orange County Sanitation District- Orange County Sanitation District- , Fountain Valley,CA Fountain Valley,CA 10844 Ellis Avenue 10844 Ellis Avenue Orange Orange Fountain Valley CA 92708 Fountain Valley CA 92708 +1 714 9622411 _+1 714 9622411 {yam. 20l69 k1situ o m Last Refresh Date:03-01-2019 Project Final Contract Project Description Status i Comrac Amount 200265 Prime BRINDERSON,L.P.-CHEVRON CHEVRON EL SEGUNDO REFINARY JC $49,760.00 Manage,.Project 2- Unknown 110-2013 11-05-2014 50 56 0 • _ 50 50 Chevmn Terarn Corp--Hdn-Div(_einn r.hnvron Texaco r:orp-Hdn-Division -Chevron Products Co-El Segundo, -Chevron Products Co-El Segundo, Ca Ca 575 Market Street 575 Market Street San Francisco San Francisco San Francisco CA 94105 San Francisco CA 94105 +1 415 8947700 _ +1 415 8947700 i act] •_sorption Status Contract Value' Amou 200266 Prime IMPERIAL IRRIGATION DISTRICT SER AGMT.#8100001910 JC $62,750.00 Unknown 08-20-2014 11•21-2014 80 80 0. 80 80 Imperial Irrigation District-Imperial,CA Imperial Irrigation District-Imperial,CA 333 East Barioni Blvd. 333 East Barioni Blvd. P.O.Box 937 P.O.Box 937 Imperial Imperial Imperial CA 92251-0937 Imperial CA 92251-0937 +1 760 3399477 +1 760 3399477 Project Final Contract JDE Job Project Description Number Sta US Contract value Amount 200267 Prime JURUPA COMMUNITY SERVICES DIST LIVE OAK&AKESIDE#M151011DP JC $74,217.00 ProjectPojeci Manager Do Date Close Date I Rizo,Roberta J_ _ _...._ 10-24-2014 _. 05-29-2015 �.. 1,249 1,249 11 1,249 1,249 Jumps Community Services District Jumps Community Services District 8621 Jumpa Road 8621 Jumps Road Riverside Riverside Riverside CA 92509-3229 Riverside CA 92509-3229 +1 909 6657434 +1 909 6857434 i it (LV/- Ifns tufor ? 21169 ., Last Refresh Date:03-01-2019 Project Final comlaci i, job 200268 Prime MONTECITO SANITARY DISTRICT 2014 SWR MAIN REHAB PROJECT JC $1,588,971.00 Project Manager Bid Date Rizo,Roberto J 12-04-2014 04-21-2016 59,865 59,865 481 2,842 2,842 ii 62,707 62,707 Montecito Sanitary District Momecito Sanitary District 1042 Monte Cristo Lane 1042 Monte Cristo Lane Santa Barbara Santa Barbara Santa Barbara CA 93108-2809 Sarda Barbara CA 93108.2809 +1.805 9694200 _ - _ +1 805 9694200 _. ....... Description7 Final Number !Role ___Troject 200269 Prime COACHELLA VALLEY WATER DIST. EMERGNCY-LA OUINTAIPALM DESERT JC Contract $111,544.68 Project Manager Bid Dale I Project Close Date Rizo,Roberto J_ _ _ 02-04-2015 03-31-2015 1,015 1,015. 2 w 1,015 1,015 - Coachella Valley Water District- Coachella Valley Water District- Coachella,CA Coachella,CA 85995 Ave 52 85995 Ave 52 PO Box 1058 PO Box 1058 Riverside Riverside Coachella CA 92236-1058 Coachella CA 92236-1058 +1 760 3982651 +1 760 3982651 Job Pr�joct Final Contract' 200270 Prime GRIFFITH COMPANY(ONTARIO,CA) S.MILLIKEN GRADE SEPARATION JC Contract $374,898.57 Project Manager Bid Date Project Close Date r Pearson,Scol G 06-16-2014 06-03-2015 1.020 129 1,149 4 _ _.. 671. .426 1,097 1,020 800 426 Z246 City of Ontario,CA City of Ontario,CA - - --_- _--- --_-_-- 303 E B Street 303E B Street San Bernardino San Bernardino Ontario CA 91764-4105 Ontario CA 91764-4105 +1 909 3952000 +1 909 3952000 lnsituform 2 9 Last Refresh Date:03-01-2019 DescriptionJDEjon Project Final Contract N-n-le, Project 200271 Prime ARROYO GRANDE,CA 2015 SVJR LINING#PW 2015-04 JC $l t9,577.00 Rizo,Roberto J 03-10-2015 10-20-2016 2,169 2,169 30 _. 572 572 2,741 2,741 City of Arroyo Grande;CA Cfir of Arroyo Grande,CA 214 E Branch St 214 E Branch St San Luis Obispo San Luis Obispo Arroyo Grande CA 93420.2730 Arroyo Grande CA 93420-2730 +1 805 4735400 +1 805 4735400 Project Final Contract Description 200272 Prime UNIVERSITY OF CA,SAN DIEGO #W49661MM-0761FDC01489 JC $65,994.90 Project Manager .Date P,ojecicl.s Date ®� Rubio,Jeffrey Louis 03-26-2015 07-25-2015 623 623 0 . _..._. 364 364 Customer O�neT 987 987 UC San Diego UC San Diego 9500 Gilman Dr 9500 Gilman Dr San Diego San Diego La Jolla CA 92093 La Jolla CA 92093 +1 858 8222806 +1 858 8222806 Projec Final Contract Project Description Status Contract Value Amount 200273 Sub SKANSKA-RADOS EXPO 2 EXPO PHASE II#XP8902-002 JC $18,000.00 ManagerProject .•. • ®� 'Toke,Amal B. 01-16-2015 ::01-05-2016 106 106 0 166 166 City of Los Angeles-Dept of Public City of Los Angeles-Dept of Public Works-Bureau of Engineering Works-Bureau of Engineering 1149 S Broadway-6th Floor 1149 S Broadway-6th Floor Los Angeles Los Angeles Los Angeles CA 90015 Los Angeles CA 90015 +1 2138475167 +1 213 8475167 6insituform- 23/69 Last Refresh Date:03-01-2019 ProjectIDE Job Final Contract: Number �Roie Description - Amount 200274 Sub GREEN BLDG.COPR.-LA,CA GLENDALE WATER RECLAMN. PLANT JC $503,000.00 I Bid Date Project Close Date ®� Rubio,Jeffrey Louis, 12-03-2014 02-20-2016 497 497 0 497 497 City of Los Angeles-Dept of Public City of Los Angeles-Dept of Public Works-Bureau of Engineering Works-Bureau of Engineering 1149 S Broadway-6th Floor 1149 S Broadway-6th Floor Los Angeles Los Angeles Los Angeles CA 90015 Los Angeles CA 90015 +1 213 8475167 +1 213 8475167 'on Value, Amount roject•.scription 200275 Prime ORANGE COUNTY SANI DISTRICT SERV.CNT.#S-2015-667 JC Contractstatus $69,931.00 Unknown_._. _ 04-23-2015 06-30-2015 455 455 0 455 455 Orange County Sanitation District- Orange County Sanitation District- Fountain Valley,CA Fountain Valley,CA 10844 Ellis Avenue 10844 Ellis Avenue _ Orange Orange Fountain Valley CA 92708 Fountain Valley CA 92708 +1 714 9622411 +1 714 9622411 JDE Job ContractFin iRcle Project Description Sroje'.' 200276 Sub CHARLES KING CO LEUCADIA W N SCOTTS VALLEY SWR REHAB. JC : $85,470.00 Project Manager Bid Date Date Bibayan,Fariborz D 06-17-2015 11-13-2015 678 678 0 _. 678 678 _. Leucadia Wastewater District Leucadla Wastewater District 1960 La Costa Avenue 1960 La Costa Avenue San Diego San Diego Carlsbad CA 92018-2397 Carlsbad CA 92018-2397 +1 760 7530155 +1 760 7530155 24/69 Q!nsituform- Last Refresh Date:03-01-2019 JDE j.b Project Final Contract: Number Role Project Description Status Contract Value Amount 200277 Sub TWINS,INC-NAVFAC SOUTHWEST POTABLE WATER LINE B7 NMCSD JC $117,000.00 Project manage, d Date Project Close Dale ®� Bibayan,ranoorz D 09-18-20i5 ii•ue-zuia 60 .- 60 60 Customer • - US Naw-San Dieg_o.CA-NAVFAC- NAVFAC Southwest Southwest 1220 Pacific Coast Highway 1220 Pacific Coast Highway San Diego San Diego San Diego CA 92132 San Diego CA 92132 ,1619 5324569 +1 619 5324569 Project Description Status Contraci Value 200278 Prime LAKE ARROWHEAD COMMUNITY SVCS SHELTER COVE SLIPLINE PHASE 1 JC $497,983.00 Project manage, Bid Date Project Close Date M Ganesan,Sethuraman 09-15-2015 03-25.2016 639 639.'. .__ 4 _. _ 3,430 3,430 • 4,069 4,069 Lake Arrowhead Community Services Lake Arrowhead Community Services District District 28200 Stale Highway 189 Lower Village S 28200 State Highway 189 Lower Village S P.O.Box 700 P.O.Box 700 San Bernardino San Bernardino Lake Arrowhead CA 92352 Lake Arrowhead CA 92352 +1 909 3378555 +1 909 3378555 / bysitufo 'm. 25169 Last Refresh Date:03-01-2019 DescriptionNumber 'Role Project 200279 Sub COUCH&SONS,INC.-LACSD JOINT OUTFALL D Units 7&8 JC $248,525.00 Project Manager Bid Date Pqebtclosa Date � Bibayan,Fariborz D 06-18-2015 06-06-2016 78 78 1 _ _ 75 75 • 153 153 Los Angeles County Sanitation District Colich And Sons -Headquarters-Whittier 547 W 140th Street 1955 Workman Mill Road Los Angeles Los Angeles Gardena CA 90248 Whittier CA 90601-1415 +1 213 7702920 +1 562 6997411 DescriptionD--job Final Contract 200280 Sub W.M.LYLES CO.HUNTINGTON BEACH SOLIDS THICKENING&PROC.UPGRADE JC $30,040.00 'Project Manager EA Date Project Close Date Bibayan,Fariborz D 12-18-2015 03-28-2016 _ 40 40 0 40 40 • Orange County Sanitation District- W.M.Lyles-Fresno,CA Fountain Valley,CA 355 N Thorne Avenue 10844 Ellis Avenue Fresno Orange Fresno CA 93744 Fountain Valley CA 92708 +1 661 3871600 +1 714 9622411_ JDE Job-- Number 'Role Project Final Contract 200281 Sub ION CONST.-NAVFAC SOUTHWEST REPAIR SWR MAINS MCLB BARSTOW JC , OR $75,560.00 Project Manager j Bid Date Project Close Date Bibayan,Fariborz D 09-01-2015 01-25.2017 252 252 12 1,813 1,813 2,065 2.065 US Marine Corps-Barstow,CA US Marine Corps-Barstow,CA ROICC Barstow,Southwest Division,Bldg.ROICC Barstow,Southwest Division,Bldg, San Bernardino San Bernardino Barstow CA 92311-5050 Barstow CA 92311-5050 +1 760 5776493 +1 760 5776493 26189 .Insituform Last Refresh Date:03-01-2019 JDE job Project Cor�t,aot: Status Contract Value moiurt Number Role Project Descnpt 0, 200282 Prime COLTON,CA-FY 15-16 FYI 5.16 SVJR LINING PROJECT JC $148,165.00 '-Project Manager Bid Date Project close Oat. ®® Blbayan,Fanborz D 12-21-2015 04-11-2015 4,91U 4,910 _184 .. 4,910 4,910 City of Cotton,CA City of Colon.CA 1201 S Rancho Avenue 1201 S Rancho Avenue San Bernardino San Bernardino Cotton CA 92324-3342 Colon CA 92324-3342 +1 909 3705179 +1 909 3705179 DescriptionNumber Pole project 200283 Sub AMES CONSTRUCTION(CALTRANS) CNT#08-3555V4.VICTORVILLE,CA JC $799,128.30 Bibayan,Fanborz D 08-27-2015 05-24-2017 210 210 3 _. • .. 250 250 540 540 Department of Transportation-State 201 201 of California,CA-Division-District 08- Ames Construction-Corona,CA. San Bernardino 680 680 391 North Main Street 464 West 4th Street 247 247 Suite 302 San Bernardino Riverside San Bernardino CA 92401 2,128 2,128 i 96i 35 i275 GGS 363456i project Final Contract i Number le Project Description slal- Contract Value Amount'i 200284 Prime COSTA MESA SANITARY DISTRICT INDUSTRIAL SWR/MANHOLE No.310 JC $216,458.00 Bibayan,Fariborz D 0wl-2n16 n.5-75-2016 _. 1,087 •1,087 _4 1,087 1,087 City of Costa Mesa,CA City of Costa Mesa,CA 77 Fair Drive 77 Fair Drive Orange Orange Costa Mesa CA 92626-6520 Costa Mesa CA 92626-6520 +1 714 7545015 +1 714 7545015 (f3s tuform- 27/69 Last Refresh Date:03-01-2019 Number Role Project Descriptin Valle Amount 200285 Sub REYES CONST•-NAVFAC SOUTHWEST MARINE CORPS RECRUIT DEPOT JC $683.549.03 Project Manager .Date Project Close Date Sibayan,Fanborz D 11-06-2015 07-15-2016 304 304 24' 3,640 3,640 2,194 2,194 Naval Facilities Engineering 350 350 Command-NAVFAC SOUTHWEST, US Navy-San Diego,CA-NAVFAC- - - CENTRAL IPT Southwest,Central 115 115 1 Pacific Hwy _ 1 Pacific Highway 1,648 1,648 San Diego San Diego — San Diego CA 92101 San Diego CA 92101 •- 8,251 8,251 +1 619 5324714 +1 619 5324714 JDEjob Final Contract Nerribe, Role Project D-cr,pt— Ft.-jact Contract Value Annoura 200286 Prime ULTRAMAR„WLMINGTON REFINERY VALERO WLMINGTON REFINERY JC $0.00 Project Manager B,d Date ��t Close Date Bibayan,Fanborz D 06-01-2016 10-21-2016 580 580 0 •- 580 580 • Valero Energy-WImington,CA- Valero Energy-Wilmington,CA- Refinery Refinery 2402 Anaheim Street 2402 Anaheim Street Los Angeles Los Angeles Wilmington CA 90744 Wilmington CA 90744 +1 562 4916648 +1 562 4916648 DescriptionProject Final Contract Project 200287 Prime OJAI VALLEY SANI DIST.2016 No 2016-05 SWR MAIN REPAIRS JC $748,460.00 Project Manager Sid Date Project Close Date Bibayan,Fadborz D _ ___ 07-15-2016 __12-09-2016 _ _ 24,632 24,632 _. 284 24,632 24,632 Ojai Valley Sanitary District Ojai Valley Sanitary District 1072 Tico Road 1072 Tico Road Ventura Ventura Ojai CA 93023 Ojai CA 93023 +1 805 6465548 +1 805 6465548 �r 28/69 / IlfWtu f oN m Last Refresh Date:03-01-2019 Descriptionproject Final Comira, Number Rcl� Project 200288 Prime ARROYO GRANDE CREEK,CA I SEWER REHAB#2016-054 JC $139,922.00 •.- 900111=10 ■ S Bibayan,Fariborz D 08-09-2016 12-08-2016 220 220 15 _... _. _ 1,685 1,685 • 501, 501 City of A.—,-G.annn CA— City of Arroyo rrande.[.A 1,005 501, _..2,406 214 E Branch St 214 E Branch St San Luis Obispo San Luis Obispo Arroyo Grande CA 93420-2730 Arroyo Grande CA 93420-2730 +1 805 4735400 .1805 4735400 Final Contract Project Numbe, Role Project Descrition 200289 Prime SIMI VALLEY,CA-#SV 18.16 SW.LOS ANGELES AVE&EASY ST. JC $2,066,379.00 Project Manager u' Bibayan,Fariborz D 09-07-2016 05-03-2017 1,106 1.106. 1. 863 863 152 152 City of Simi Valley,CA-Public Works 3,072 3,072 Department City of Simi Valley,CA 5,193 5,193 2929 Tapo Canyon Rd. 500 W Los Angeles Avenue - Ventura Ventura Simi Valley CA 93063 Simi Valley CA 93065-1644 +1 805 5836700 +1 805 5836400 Number Role Project Description -stat- Contract Vatue �-aunl 200290 Prime SANTA BARBARA,COUNTY OF(2016) 18"CMP STORM DRAIN REHAB. JC $44,810.00 Project Manager Bid Date Project Close DaliE—:: 8ibayan,Fariborz D 08-12-2016 01-26-2017 90 _.90 0 90 90 County of Santa Barbara County of Santa Barbara 130 E Victoria Street 130 E Victoria Street Santa Barbara Santa Barbara Santa Barbara CA 93101 Santa Barbara CA 93101 .1805 8823600 +1 805 8823600 I (pindtuform- 9 29/6 Last Refresh Date:03-0129/69 JDE Job Project onlract ProjectNumber Role Descniation Status Contract Value Amount 200291 Prime MIDWAY CITY,CA-2016 REHAB./REPAIRS OF SWR MAINS JC $95,938.00 Project Manager Bid Date Project Bibayan,Fanborz D 09-02-2016 01-20-2017 4,731 4,731. _ 74 • 4,731 4,731 Customer Owner Midway City Sanitary District Midway City Sanitary District 14451 Cedarwood Street 14451 Cedarwood Street Orange Orange Westminster CA 92683-5318 Westminster CA 92683-5318 +1 714 8933553 _ +1 714 8933553 jDE Job Fina!Contract 200292 Prime CO SANI DIST 18 OF LOS ANGELES LACSD S.WHITTIER OUTFAL TRUNK JC $624,622.00 Bibayan,Fadborz D 08-30.2016 05-22-2017 530 170 700 1 2,129.. _.. 2.129 .. •- 2,659 170 2,829. Los Angeles County Sanitation District Los Angeles County Sanitation District Headquarters-Whittier -Headquarters-Whittier 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601-1415 Whittier CA 90601.1415 +1 562 6997411 +1 562 6997411 Project DescriptionFinal Contract 200294 Prime CO SANI DIST 3 OF LOS ANGELES LACSD ANNAHEIM ST.TRUNK SWR JC $2,383,498.00 MORRY-M �® Bibayan,Fariborz D 1420-2016 09-25-2017 4 4,183 4,183 ! 5. •... 604 __. 604.. 278 278 Los Angeles County Sanitation District Los Angeles County Sanitation District 5,065 5,065 -Headquarters-Whittier -Headquarters-Whittier - -- - - - 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601-1415 Whittier CA 90601-1415 +1 562 6997411 +1 562 6997411 ��l f�tu m, -2019 ��r�i/1! ■ Last Refresh Date:D3-01-2019 jDE Job Project cnrvarl! Number 'Role Project Description states Contract Value Amount 200295 Prime IMPERIAL BEACH,CA(FY15/16) ANNUAL SEWER MAINLINE JC $348,160.00 Bibayan,Fanborz D 10-13-101ti ii-28-2017 605 805 79 _ 3,338 3,338 -...._.. • 3,943 3,943 City of Imperial Beach.CA City of Imoerial Beach.CA 495 10th Street 495 10th Street San Diego San Diego Imperial Beach CA 91932-1510 Imperial Beach CA 91932-1510 +1 619 4238311 _ +1 619 4238311-Numb., Role i Project Description Status Contract Value ,A _ JOE Job Project Fmal Contract 200296 Prime ARROYO GRANDE CA,EL CAMINO REAL STORM SEW.REHAB#2016-12 JC $57,750.00 Project Manager B,d•. ®® Bibayan,Fariborz D._... 11-14-2016 01-24-2017 357. 357 0 _. M 357 _ 357 City of Arroyo Grande,CA City of Arroyo Grande,CA 214 E Branch St 214 E Branch St San Luis Obispo San Luis Obispo Arroyo Grande CA 93420.2730 Arroyo Grande CA 93420-2730 +1 806 4735400 +1 805 4735400 DescriptionI Project Final Contract Number- iRole Project 200297 Prime MOULTON NIGEL WATER DIST. I LAGUNA NIGEL#2015.008,2015.010 JC $99,800.00 Project Manager 6,d Date • �® Bibayan,Fadborz D 1D-20-2016 01-06-2017 �. 2,953 2,953. __... 33 2,953 2,953 • Moulton Niguel Water District Moulton Niguel Water District 27500 La Paz Road 27500 La Paz Road Orange Orange Laguna Niguel CA 92677-3489 Laguna Niguel CA 92677-3489 +1 949 8312500 _ +1 949 8312500 k1s tufor ?? 31169 Last Refresh Date:03-01-2019 JDE Job 200298 Prime LEUCADIA WASTEWATER DIST. LEUCADIA SCENIC CIPP LINING JC $172,602.00 P,oject Manage, Bid Date Project Close Date Bibayan,Fariborz 0.. 11-29-2016 02-27-2017 __.... 1,972 1,972 7_ 1,972 1,972 Leucadia Wastewater District Leucadia Wastewater District 1960 La Costa Avenue 1960 La Costa Avenue San Diego San Diego Carlsbad CA 92018-2397 Carlsbad CA 92018-2397 +1 760 7530155 +1 760 7530155 DescriptionJDE Project I Final Contract, 200299 Prime COLTON,CA-FY 16-17 FY16-17 SWR LINING PROJECT JC Contract$252.638.00 Bibayan,Fadborz D 11-17-2016 04-21-2017 875 875 120' 3,526 3,526 227 227 City of Cotton,CA City of Colton,CA 901 901 1201 S Rancho Avenue 1201 S Rancho Avenue t98 198 San Bernardino San Bernardino Cotton CA 92324-3342 Colton CA 92324-3342 5,727 5,727 +1 909 3705179 +1 909 3705179 DescriptionJob Project Number Role Project Final Contract, status Cntract Value! Amount 200310 Prime NORWALK,CA FY 2015/16#7512 SEWER SYSTEM REHAB.2015-16 JC •$237,530.30 Bibayan,Fadborz D 11-16-2016 05-19-2017 7,075 7,075 242 _...327 327.. • • City of Norwalk CA City of Norwalk,CA 333 333 12700 Norwalk Blvd 12700 Norwalk Blvd 9 Room 10 Room 10 50 7,075 8,025 Los Angeles Los Angeles _.... _. ._.. _. Norwalk CA 90650-31" Norwalk CA 90650-3144 +1 562 9295700 +1 562 9295700 j `�.�jj���.�,, 32/69 //�iel�{lI[l;rin Last Refresh Date:03-01-2019 200311 Sub J.R.FILANC CONST-SAN DIEGO,CA JOB 461-001 STORM DRAIN-EBERLY JC $133,085.00 Project Manager .Date Project Close Cali Bibayan,Far borz D _. 01-25-2017 02-27-2017 422. 422 __..0 - 422.. 422 County of San Diegn,CA County of San Diego,CA 5555 Overland Avenue 5555 Overland Avenue San Diego San Diego San Diego CA 92123-1290 San Diego CA 92123-1290 +1 858 8744062 +1 858 8744062 Number Project Project Final ContractJob Status contract value Amount Description200312 Sub WEKA,INC-SANTA ANA(SAWPA) INLAND EMPIRE BRINE LINE REACH JC $3,504,400.00 Project Manage, Bid Date Project Close•. Bibayan,Fariborz D 01-02-2017 10-11-2017 10,739 10,739 0 .. _ 10,739 10,739 Santa Ana Watershed Project Santa Ana Watershed Project Authority-Riverside,CA Authority-Riverside,CA 11615 Sterling Avenue 11615 Sterling Avenue Riverside Riverside Riverside CA 92503 Riverside CA 92503 +19513544200 +1 951 3544200 DescriptionJDE Jo13 Project Final Contract Sta Contract value �,mo.nl Number Role Project 200314 Prime SCHULTZ-PBF ENERGY ( TORRANCE REFINRE-PO5000430130 JC $360,910.00 Bibayan,Faribor2 D 02-17-2017 03-30-2017 r 170 170 0 170 170 PBF-Torrance Refinery,CA PBF-Torrance Refinery,CA 3700 W 190th St 3700 W 190th St Los Angeles Los Angeles Torrance CA 90504 Torrance CA 90504 +1 310 2122800 +1 310 2122800 k3s tufar 7 33/69 �� as:e:..:,; •...... Last Refresh Date:03-01-2019 JDE job Prelec! Final Contract 200315 Prime OTAY WATER DISTR,SAN DIEGO CO TRENCHLESS SEW.REHAB,CIP 52044 JC $352,821,00 Project N"arage, Bid Date i Project Close Date 0 Bibayan,Fadborz D 01-24-2017 10-27-2017 1,490 3.490 56 3,490 3,490 Otay Water District Otay Water District 2554 Sweetwater Springs Blvd 2554 Sweetwater Springs Blvd San Diego San Diego Spring Valley CA 91978-2004 Spring Valley CA 91978-2004 +1 619 6702280 +1 619 6702280 ContractJDE Job Project Final Contract Number Role Project Description Status 200316 Sub TK CONSTRUCTION PALISADES SWR REHAB PHASE 1 JC $84.387.00 ProjectProject Manage, Bid Date Date Bibayan,Fadborz D _.._.._ 01-26-2017 _08-31-2017, 1.054 1,054 15 M 1,054 1,054 Lake Arrowhead Community Services Lake Arrowhead Community Services District District 28200 State Highway189 Lower Village S 28200 State Highway 189 Lower Village S P.O.Box 700 P.O.Box 700 San Bernardino San Bernardino Lake Arrowhead CA 92352 Lake Arrowhead CA 92352 +1 909 3378555 +1 909 3378555 ContractJDE Job Final ContrM Number Role Project Description 200317 Prime MERLIN JOHNSON CONST. EAST VALLEY WATER DIST. JC $31,500.00 Bibayan,Fariborz D 03-23-2017 06-02-2017 340 340. 21 340 340 East Valley Water District East Valley Water District PO Box 3427 _ PO Box 3427 San Bemardino San Bemardino San Bemardino CA 924133427 San Bemardino CA 92413.3427 +1 909 8899501 +1 909 8899501 34/69 lnsituform- Last Refresh Date:03-01-2019 Project Con�'acj Project Description Status Contract Value 200318 Sub SULLY-MILLER CONTRACTING CO. I ARROYO DR AREA SWR/ST IMPRVMTS JC $75,181.00 Project Manager Bid Date Bibayan,Fariborz D 09-15-2016 06-02-2017 516. oio 20 _. _. _..... 456 456 972 972 City of Fullerton;CA City of Fullerton,CA 303 West Commonwealth Avenue 303 West Commonwealth Avenue Orange Orange Fullerton CA 92832 Fullerton CA 92832 +1 714 7385338 +1 714 7385338 JDE job 1�oject Final Contract -Siarus Contract Value Amount Number Role project Description I - 200319 Prime CUCAMONGA VALLEY WATER DIST. SEWER MAIN RELINING AT VAR.LOC JC $115,571.00 Project Manager i Bid Date �® Bibayan,Fariborz D 03-16-2017 08.24-2017 2,412 2,412 _.29. 2,412 2,412 Cucamonga Valley Water District Cucamonga Valley Water District 10440 Ashford St. 10440 Ashford St. San Bernardino San Bernardino Rancho Cucamonga CA 91729-0638 Rancho Cucamonga CA 91729-0638 +1 909 9872591 +1 909 9872591 status Contract Value Amount Number Role Project I Project Final ContractJob Description200320 Prime CYPRESS CA,PROJECT 182 SEWER RELINING PROJECT 182 JC $190,482.00 Project Manage, B,d Da .. ®� Bibayan,Fariborz D 05-31-2017 12-20-2017 _ 2,558 2,558 61 2,558 2,558 • City of Cypress,CA City of Cypress,CA _ .300 F Chapman A—n— :inn F Chapman Avanue Orange Orange Cypress CA 90630 Cypress CA 90630 +1 714 2296740 +1 714 2296740 ji�Sittlf0/'?17 35/69 ill ,.,.,. c,-;•a.: Last Refresh Date:03-01 2019 I Project -mal,30m,a 200321• Prime OJAI VALLEY SANI DIST.,2017-07 1 2017 SEWER MAIN REHAB#2017-07 JC $647,211.00 I Bid Date Project Close Date D 06-14-2017 01-24-2018 356 356 233 _. 11,447 11,"7 6,047 6,047 Ojai Valley Sanitary District _ Ojai Valley Sanitary District 2,744 2,744 1072 Tico Road 1072 Tico Road Ventura Ventura 20,594 20,594 Ojai CA 93023 Ojai CA 93023 +1 805 6465548 _ +1 805 6465548 -DE Job Project Final Contract Number iRole Project �-scription Value i Amount ntract 200322 Sub FLATIRON CONST.CORP. j LA CANADA 48-STORM DRAIN JC status I •$90,675.00 P'.J.rt Manager B,d Date Proiect Close Date Bibayan,Fadborz D 03-30-2017 11-03-2017 150 150 0. 150 150 Flatiron Construction City of La Canada Flintddge,CA 1327 Foothill Boulevard 1770 La Costa Meadows Dr. Los Angeles San Marcos CA 92078 La Canada Flintddge CA 91011-2137 +1 760 9169100 +1 818 7908882 JDE Job Final Contract: 200323 Prime CO SANI DISTS• Contract OF LOS ANGELES CLAREMOUNT TRUNK EMERGENCY JC $40,573.00 i Project Manager B'd Date Project Cl.se Date ®� Bibayan,Fadborz D 08-18-2017 ',11-07-2017 _ 400 400 2 •• 400 400 Los Angeles County Sanitation District Los Angeles County Sanitation District -Headquarters-Whittier -Headquarters-Whittier 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601-1415 Whittier CA 90601-1415 +1 562 6997411 +1 562 6997411 36169 Insituform Last Refresh Date:03-01-2019 DescriptionJOE Job Contract Val.. Number ject 200324 Prime CO SANI DISTSOF LOS ANGELES I JOINT OUTFALL B UNIT 1E TRUNK JC $624,619.03 "I. ---- � Bibayan,Fadborz D 0/-21-201/ 04-12-2018 _ _331 220 _ 551 0 345 440 785 676 660. 1,336 Los Angeles County Sanitation District Los Angeles County Sanitation District -Headquarters-Whittier -Headquarters-Whittier 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601-1415 Whittier CA 90601-1415 +1 562 6997411 +1 562 6997411 DescriptionJDE job project Final Contract: Numuer Role Project 200326 Prime LOS ANGELES CO.SANIT.DIST. J MONTEREY PARK RELIEF SEWER REH JC $491,854.00 Project Manager Bid Date Project Close Daxa� Bibayan,Fariborz D 08-31-2017 04-27-2018 2,742 2,742 172 _...... .. _. _..._.. 333 333 3,075 3.075 Los Angeles County Sanitation District Los Angeles County Sanitation District -Headquarters-Whittier -Headquarters-Whittier 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601.1415 Whittier CA 90601-1415 i 562 6G974 i I i 50 DescriptionJDE Jol� Project Final Contract' 200327 Sub CHULA VISTA,CA(FY 2013/2014) JOB CIP SW280 JC $606,471.00 Bibayan,Fariborz D 07-19-2017 n5.07-2018 6,657 6,657 91 .- 6,657 6,657 City of Chula Vista,CA City of Chula Vista,CA 1800 Maxwell Rd. 1800 Maxwell Rd. San Diego San Diego Chula Vista CA 91910-3816 Chula Vista CA 91910-3816 +1 619 6915021 +1 619 6915021. _ _ _ LI/1ituft rm. 37169 Last Refresh Date:03-01-2019 JDE Job F,a)Contract 200328 Prime IRVINE RNCH WfR DIST-2017 I SWR REHAB PROJECT PR 07100 JC $233,114.50 Bibayan,Faribom D 09-28-2017 02-02-2018 2,015 2,015 ! 21 1.145 1,145 160 160' Irene Ranch Water District Irvine Ranch Water District _ _ 3,320 3,320 15600 Sand Canyon Avenue 15600 Sand Canyon Avenue Orange Orange Irvine CA 92618 Irvine CA 92618 +1 949 4535300 +1 949 4535300 DescriptionProject 200330 Prime CHARLES KING CO.-LA COUNTY JOINT OUTFALL B UNIT 6H TRUNK JC tract•$146,977.50 Project Manager Bid Date i Project Cl se Date Bibayan,Fadborz D 08-24-2017 02-07-2018 E 168 168 0 416 _.416 __.. _584__.. __.584 Los Angeles County Sanitation District Los Angeles County Sanitation District -He adquarters-Whittier -Headquarters-Whittier 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601-1415 Whittier CA 90601-1415 +1 562 6997411 +1 562 6997411 JDE Job Final Con Number iRale Project Description S11.0t1!bl 200331 Prime CYPRESS,CA-PROJECT 200 1 SEWER RELINING PROJECT 200 JC Contract $268,435.00 Project Manager Bid Date Pro1w Close Date Bibayan,Fariborz D 11-01-2017 03-02-2018 3,010 3,010 82 0 526 526 330 330 City of Cypress,CA City of Cypress,CA 3,866 3,8% 300 E Chapman Avenue 300 E Chapman Avenue Orange Orange Cypress CA 90630 Cypress CA 90630 +1 714 2296740 +1 714 2296740 38/69 Insitu or rn Last Refresh Date:03-01-2019 Project Descripuon slal�s Contract Value Amount' 200333 Prime FLUOR ENTERPRISES,ING-PE&G PG&E DIABLO CANYON-UNIT 2 JC $829,796,50 Bibayan,Fanborz D.. _ 12-12-2017. 03-26-2018 95... 95 0 Pacific Gas and Electric Company Pacific Gas and Electric Company (PG&E)-Avila Beach,CA (PG&E)-Avila Beach,CA P.O.Box 56___...... P.O.Box 56 San Luis Obispo San Luis Obispo Avila Beach CA 93424 Avila Beach CA 93424 +1 805 W5280 +1 805 5465280 Number �Role Project Description Status Gontraci Value Amount 200334 Prime ALHAMBRA,CA-No.N2M17-137 CYPRESS,ESSEXFELLS,VEGA& JC $296,154.00 Project Manager B�d Dole Project Close Date Bibayan,Fadborz 0 01-04-2018 06-12-2018 597 597 15 _. .... .. _. ... _._._ 324.. _ .324 _...__ 921 921 City of Alhambra,CA City of Alhambra,CA 68 S 1slStreet 68 S 1st Street Los Angeles Los Angeles Alhambra CA 91801-3796 Alhambra CA 91801-3796 +1 626 5705011 +1 626 5705011 DescriptionJDE Job P'.)ect Final Contract' Number �Role Project 200339 Prime CO SANI DIST OF LOS ANGELES 16 MONTEREY HILLS TRUNK REHAB JC $53,721.00 Project Manager Bid Date Project Close DaW` Padilla,Adrian Miguel 03-27-2018 09-04-2018 367 367 0 367 367 Los Angeles County Sanitation District Los Angeles County Sanitation District -Headquarters-Whittier -Headquarters-Whittier 1955 Workman Mill Road 1955 Workman Mill Road Los Angeles Los Angeles Whittier CA 90601-1415 Whittier CA 90601-1415 +1 562 6997411 +1 562 6997411 \V ins tuform 39169 "'�"��j//� Last Refresh Date:03-01-2019 ContractjDE at) Project J Final Contract Ni,mber Roje Project Description status 202166 Prime RICHLAND,WA#12017 PW 2013 E.BASIN PRJT.-PHASE 2 JC $595,516.04 Project Manage, I I Bid Date Project C ose Date Gann,Richard 12-18-2012 0417-2014 6 311 111 16,520 520 16,63131 111 17,122 17,233 City of Richland,Wa City of Richland,We 840 Northgate 840 Northgate Benton Benton Richland WA 99352-0190 Richland WA 99352-0190 +1 509 9427540 +1 509 9427540 ContractProject Description Project Final Contract; status 202168 Prime BELLEVUE,WA BI0412258 1 2012 REHAB CIP No.&24 JC $154,625.00 CloseProject Manager i I Bid Date Project Date 12-06-2012 12-23-2014 755 755 g. + 150 150 • 905 905! City of Bellevue,Wa City of Bellevue,WA 450 110th Avenue NE 450 110th Avenue NE P.O.Box 90012 King King Bellevue WA 98009 Bellevue WA 98004 +1 425 4514494 +1 425 4526997 DescriptionM,mbe, Role Project 202170 Prime WOODLAND,WA-2o13 WESTSIDE WESTSIDE SEWER PROJECT Jc Contract$541,426.40 Project Manager Bid Date -Project Close Date 'Gann,Richard 04-04-2013 05-05-2014 6,391 9,979 16,370 258: + 771 851 1,622 • ®'" 7,162 10,830' 17,992 City of Wootlland,WA 'Cityof Woodlantl,WA - P.O.Box 9 P.O.Box 9 230 Davidson Avenue 230 Davidson Avenue Cowlitz Cowlitz Woodland WA 98674 Woodland WA 98674 +1 360 2257999 +1 360 2257999 ! jr 40169 ►7 ituf?rm Last Refresh Date:03-01-2019 pmjecl JDE Job ■. 202175 Sub EMERY&SONS CONSTR.,PORTLAND UPPER HILLSDALE PJT.#13760.804 JC $0.00 Gann,Richard a2-oe-2013 11-12-2014 8,189 8,189 12i 8,189 8,189 City of Portland-Bureau of Emery&Sons Construction Group2 Environmental Svcs(BES) 1120 SW 5th Avenue 3831 Fairview Industrial Drive SE Room 1000 Marion Multnomah Salem OR 97302 Portland OR 97204 +1 503 5887576 +1 503 8235752 N��oe, Role Project Description Status Contract Value; Amourtt� 202182 Prime ARCH CAPE SANITARY DIST. SANI SWR COLLECTIONITREATMENT JC $113,085.00 Project Manager B'd Date Project Close Date Unknown 07-18-2013 07-18-2014 3,492 3,492 94 1,422 1,422 4,914 4,814 Arch Cape Service District Arch Cape Service District PO Box 28 PO Box 28 Clatsop Ciatsop Arch Cape OR 97102 Arch Cape OR 97102 JDEJob NUMber_ 'Role Project■ 202183 Prime EDMONDS,WA•2013 SANITARY SWR PIPE REHAB. JC $113,561.40 Gann,Richard n8-n1-2013 02-n3-2n14 _ 228 228 21 _._.. _. ra _ 954 954 • __._._ _343'_.. _ 343 City of Edmonds,WA City of Edmonds,WA 1,525 1,525 121 5th Ave N....... 121 5th Ave N 121 5th Avenue N 121 5th Avenue N Snohomish Snohomish Edmonds WA 98020 Edmonds WA 98020 +1 425 7710220 +1 425 7710220 6/nsitu R?- 41/69 Last Refresh Date:03-01-2019 DescriptionJDE job Final Contract' 202186 Sub LASER UNDERGROUND&EARTHWORKS ALLEY SWR.REHAB.152/153 RD. JC $89,093.00 Projecl Manag, Bid Date Project Close Date Gann,Richard. 08-13-2013 01-10-2014 2266 2,266 60 2,266 2,266 Customer Owner Laser Underground&Earthworks Inc. Southwest Suburban Sewer District 20417 87th Ave SE 431 SW Ambaum Boulevard King King Snohomish WA 98032 Seattle WA 98166-2497 +1 425 2511639 +1 206 242790 DescriptionJDE Job I P,ojec! Final Contract Number 'Role Project Contract 202187 Prime SPOKANE.WA(2013) SS REHAB#2013148-CIPP/INSITUM JC $980,342.50 Gann,Richard 031E-2013 04-11-2014 625! 625 50 400 400 372 ----372 City of Spokane,WA City of Spokane,WA . 1,007 1,007 808 West Spokane Falls Boulevard 808 West Spokane Falls Boulevard 961 961 Spokane Spokane Spokane WA 99201-3343 Spokane WA 99201-3343 628 628 +15096256700 +1 509 6256700 _ 3,993 3,993 ContractNumber Role Project Description P.lat. 202188 Prime BELLEVUE,WA BID#13181 1 2013 SANITARY SWR REHAB JC $353,190.60 •.- ®® Gann,Richard• 10-01-2013 02-04-2014 _ 10.813 10,813 110 10.813 10,813 City of Bellevue,We City of Bellevue,WA 450 110th Avenue NE 450 110th Avenue NE P.O.Box 90012 King King Bellevue WA 98009 Bellevue WA 98004 +1 425 4514494 +1 425 4526997 �/1situform' 29 Last Refresh Date:03-01-201 9 Description 202189 Sub EMERY&SONS CONSTRUCTION,INC OR STATE PENN.-EMERGENCY JC $77,018.00 I Project Manager Bid Date Project close Date Gann,Richard iu-08-20i3 0i-i4-20 i4 + 263 ___....... _..._.. ... 432 432 695 695 Oregon State Penitentiarv-Oreq_on Emery&Sons Construction Group2 Department Corrections 3831 Fairview Industrial Drive SE 1793 13th Street NE Marion Marion Salem OR 97302 Salem OR 97302-2595 +1 503 5887576 +1 503 3731572 • Numne, Role Project Description Status Contract Value Amount I 202190 Prime WEST LINN,OR I SANITARY SWR REHAB:PW-13.12 JC $519,367.30 Gann,Richard 01-15-2014 09-25-2014 20,791 20,791 225 - - 20,791 _. 20,791 _..._.. City of West Linn,OR _ City of West Linn,OR 2042 8th Ave 2042 8th Ave 2042 8th Avenue 2042 8th Avenue Clackamas Clackamas West Linn OR 97068 West Linn OR 97068 DescriptionjDE job Project Final Contract Number Role Project 202191 Prime Mc MINNVILLE,OR•#2013-10 FAIRGROUNDS TRUNKLINE CIPP PRJ JC $842,483.00 Project Manager i Bid Date P,.jecl Close Date Gann,Richard 03-13-2014 08-18-2015 850. 850 5 4,997 1,959 6,956 City dt Mcm lnnvlila,UK Ully 6t McMinnville,UK 609 609 231 NE 5th Street 231 NE 5th Street 8.166 1,959 10,125 Yamhiil Yamhill Mcminnville OR 97128 Mcminnville OR 97128 +1 603 4347312 +1 503 4347312 his tuforn? 43169 "'���i�✓✓� -. a�.ra:t;a:-a•:a Last Refresh Date:03-01-2019 Contract�'DE job Final Contract 202192 Sub INTERWESTCONST.INC. JOB#1003,NE200THST.IMPVMNT Jc $45,05000 Project Manager Bid Dale 1 Project Close Date Gann,Richard _ 02-12-2014 05-28-2014 900 900 11 _ 900 900 Interest Construction,Inc City of Bothell,WA 609 North Hill Blvd 18305 101 st Avenue NE Skagit King Burlington WA 98233 _ Bothell WA 98011 +1 360 7577574 +1 425 4862768 Final Cowti�l Project Description 202193 Prime LONGVIEW,WA414-1920-S 15th AVE.SAN SWR REHAB. JC $394,420.40 Gann,Richard 04-08-2014 08-06-2014 314 314 0 366 366 C.Storne, _ 347 347.. City of Longview,We City of Longview,WA 332 332 1525 Broadway 1525 Broadway 1,359 1,359 Cowlitz Cowlitz Longview WA 98632-7080 Longview WA 98632 +1 360 5773393 +1 360 4425215 DescriptionFinal contract Project 202194 Sub LANDIS&LANDIS CONST. GRANT PARK SWR#140305 JC contract $158,099.30 Project Manager B,d Date Project Close Date ®®� Gann,Richard 03-06-2014 03-09-2015 2,330 2,330 137 435 435 City of Portland-Bureau of 1,697 1,697 Landis And Landis Constriction Environmental Svcs(BES) - 1120 SW 5th Avenue • __. 2,673 2,330 5,003 Marylhurst-Not Available Room 1000 Clackamas Multnomah Marylhurst OR 97036 .Portland OR 97204 +1 503 4669043 +1 503 8235752 ■�j��,/orm��• 44169 ItWt r last Refresh Date:03-01-2019 Final Contract' JDEJob Project Project Description - i Contract Val 202195 Prime MOUNT VERNON,WA(2014) SAN.SWR LINING PRJT No.14-1 JC $238,579.00 Proj,sct Manager BA•. ®®� Gann,Richard 04-15-2014 09-17-2014 386 386 65 488 3,920 4,408 'Customer .. 62 _62 pity of Mnunt Vernon.WA City of Mount Vernon,WA 255 256 1024 Cleveland 1024 Cleveland 744 4,368 5,112 Skagit Skagit Mount Vernon WA 98273 Mourn Vernon WA 98273 +1 360 3366204 +1 360 3366204 Project Finat Contract Description202196 Sub CANBY EXCAVATING-PORTLAND,OR ROSE CITY PARK SEWER JC $552,967.30 Project Manage( .Date Project Close Data— Gann,Richard 02-11-2014 09-18-2015 1,037 9,562 10,599 513 __... _...._ ' 1,777 1,777 1,123 1,123 City of Portland-Bureau of City of Portland-Bureau of 1,402 1,402 Environmental Svcs(BES) Environmental Svcs(BES) _ _... • 518 518 1120 SW 5th Avenue 1120 SW 5th Avenue - -------+ Room 1000 Room 1000 316 316 Multnomah Multnomah Portland OR 97204 Portland OR 97204 6,,173 9,562 15,735 +i 503 62s5752 *i ow 8235752 bys tufor . 45169 .... last Refresh Date:03-01-2019 • Project Description Stowe Contract Value Amount 202197 Prime PORTLAND,OR-BID#116564 CIPP 2014 SEWER REHAB JC $2,368,464.00 Project Manager B,c Date ,,Project Close Date Gann,Richard _ _ 04-15-2014 10.16-2015 6,231 6,231 230 2,263 2,263 785 785 City of Portland-Bureau of City of Portland-Bureau of Environmental Svcs(BES) Environmental Svcs(BES) _? 250 1120 SW 5th Avenue 1120 SW 5th Avenue 339 339 Room 1000 Room 1000 388 368 Multnomah Multnomah Portland OR 97204 Portland OR 97204 508 508 +1 503 8235752 +1 503 8235752 • 68 68 4.861 6.231 11,092 DescriptionProject Final Contract' Amount 202198 Prime GRESHAM,OR- I 1950's PIPE REPLACMENT PHASE 3 JC $541,580.10 Project Manage, Bid Date Date 'Unknown 06-03-2014 06-04-2015 11,243 11,243 199 • 1,173. 1,173 Cusiorner Owner 119 119 City of Gresham,Or City of Gresham,Or ,- 119 12,416 12,535 1333 NW Eastman Parkway 1333 NW Eastman Parkway Multnomah Multnomah Gresham OR 97030-3825 Gresham OR 97030-3825 +1 555 5555555 +1 555 5555555 46/69 t\rnl Ii s■ uftwM last Refresh Date:03-01-2019 Project•. 202199 Prime PORTLAND,OR•MIDDLE HILLSDALE I RDII PILOT PRJT.#116640 JC $1,130,665.80 'Gann,Richard 06-19-2014 05.29-2015 3,164 10,190 13,354 202 3,164 10,190 13,354 City of Portland-Boreal!of City of Portland-Rureau of Environmental Svcs(BES) Environmental Svcs(BES) 1120 SW 5th Avenue 1120 SW 5th Avenue Room 1000 Room 1000 Multnomah Multnomah Portland OR 97204 Portland OR 97204 +1 503 8235752. +1 503 8235752 ■ ,�Number Role Project Description Arrtou"� 202200 Prime ALBANY,OR-SS-14-01 I 2014 CURED IN PLACE PIPE PRJT. JC $183.125.00 Project Manager Bld Dat� Pro[ecl Close Date Gann,Richard 0&14-2014 01.16.2015 = 892 892 _..._.. 13 305 892 1,197 City of Albany,OR City of Albany,OR 333 Broadalbin Street SW 333 Broadalbin Street SW Linn Linn Albany OR 97321-0144 Albany OR 97321-0144 +1 041 9i 77u76 +1 641 9 i 77676 �roject 1 Final Contract' 202201 Sub KODIAK PACIFIC CONST.CO. I PDX MT.HOOD RAMPS REHAB. JC $47,550.00 Gann,Richard.. _ 06-12-2014 09-26-2014 _146 146 0 146 146 Port of Portland,OR Port of Portland,OR 121 NW Everett 121 NW Everett Multnomah Multnomah Portland OR 97209 Portland OR 97209 +1 800 5478411 +1 800 5478411 �I]fSltlf{�l7!? 47/69 Last Refresh Date:03-01-2019 DescriptionNumber 'Role Project 202202 Sub NORTH SANTIAM PAVING CO. 4031-BELMONT CULVERT JC Contract$26.400.00 ManagerProject .■_ Date ®� Gann,Richard.. __. 04-22-2014 09-08-2014 175.. _ _.175 2 175 75 North Santlam Paving City of Albany,OR 41203 Kingston Lyons Drive SE 333 Broadalbin Street SW Marion Linn Slayton OR 97383 Albany OR 97321-0144 +1 503 7693436 +1 541 9177676 JDE jotProject Final contract DescriptionNumber ;Role 202203 Sub SRV CONSTRUCTION,INC. HIGH AVE.&4TH ST.413-04 JC Contract$70,030.00 ••-- M. Gann,Richard 06-12-2014 10-01-2014 593 593. 6. • 739 739 • 1,332 1,332 Sultan,WA Sultan,WA PO Box 1199 PO Box 1199 319 Main Street 319 Main Street Snohomish Snohomish Sultan WA 98294 Sultan WA 98294 +1 360 7932231 +1 360 7932231 I JDE Job Project Final Contract Number Roa Project DescriptionStatus Contract 202204 Sub TITAN EARTHWORK,LLC PW1f2014-041E 1-5&MELROSE AVE JC $85,560.00 ManagerProject .■_ - Gann,Richard 08-07-2014 -.11-06-2014 323 -323 _0 323 323 Titan Earthwork LLC City of Seatde,WA-*Main 701 Fifth Avenue 700 5th Avenue,Suite 1800 42nd Floor King King Seattle WA 98124 +1 206 2453204 +1 206 6847753 /�f 7!to m 4689 Last Refresh Date:03-01-2019 Status Contract Value AMO'M! Project Description 202205 Sub TITAN EARTHWORK,LLC(#1411) I PW#2014-091E-26th Ave.EMEERRGp.��� JC $66,155.00 :.•-- ®® Gann,Richard 09-04-2014 10-31-2014 1,000 1,000 32 Titan Farthwork I I_C_ City of Seattle.WA--Main 701 Fifth Avenue 700 5th Avenue,Suite 1800 42nd Floor King King Seattle WA 98124 +1 206 2453204 +1 206 6847753 jDE job P'qec! Final Contract: Description'Number-- RGle Project 202206 Sub EMERY&SONS CONSTR.,PORTLAND I KENTON SEWER REHAB JC $92,510.00 Project Manager Bid Date Project Close D ' Gann,Richard OS 029-2014 &19-2015 _ 1,612 1,612 35___... _ _. . ; 145 145 123 123 City of Portland-Bureau of City of Portland-Bureau of 268 1,612 1,880 Environmental Svcs(BES) Environmental Svcs(BES) 1120 SW Sth Avenue 1120 SW 5th Avenue Room 1000 Room 1000 Multnomah Multnomah Portland OR 97204 Portland OR 97204 +1 503 6235752 *15U3 C235752 Project I Final Contract JDE Job Status Contract Value Amount ect�- 202207 Sub MACKNAK-SAYBR JV-USACE(WA) I JT.BASE LEWIS REPAIR DAMAGED JC $192,942.00 ManagerProject Bid Date ®®® Gann,Richard O6-18-2014 03-27-2015 372 372 14' • - r _ 223. 223 US Army-Fort Lewis US Army-Fort Lewis 755 755 Fort Lewis Fort Lewis 3,314 3,314 Pierce Pierce - Tacoma WA 98433 Tacoma WA 98433 +1 253 9671110 +1 253 9671110 ' Iill dtUform. 49/69 +; n last Refresh Date:03-01-2019 -DE job Numbe, Role I Project Description -mject Final Contract - Status Contract Value Amount 202208 Sub ALUTIIQ MANUFACTURING,USPFO-OR AIR NAT GUARD#W912JV-14-C-0010 JC $84,500.00 Project Manager Bid DateProject Close Date Gann,Richard 12-15-2014 03-05.2015 170 170 1 _..... _... _ 478 478 .... • 648 648 Alutigq US Air National Guard-POrtiand,OR Pierce Washington Tacoma WA 98401 Portland OR 97281 +1 253 9648233 +1 999 99999N DescriptionJDE job Project Final Contract !Number Project 202209 Sub CHEROKEE GENERAL CORP.(USAGE) W912DW14-D-1002/TASK No.0004 JC Contract$192,942.00 Gann,Richard 09-05-2014 10-02-2015 3.019 3,019 37 • 363 363 Customer • 102 102 Doyon Government Group US Air Force-McChord AFB,WA 2,254 2,254 Bldg 555,Barnes Blvd. r 281 281 33810 Weyerhaeuser Way S,Ste 100 Joint Base Lewis King Pierce 6,019 6,019 Federal Way WA 98001 MCChord AFB WA 98401 +1 253 3445300 +1 253 9822248 •- Final Contract 202210 Prime SEATTLE WA•26TH AVE.SW EMERG. EMERGENCY RELINING PROJECT JC •$59,395.00 Project Manager Bid Date Project Close Date Gann,Richard 03-02-2015 03-27-2015 1,003 1,003 8 1,003 1,003 City of Seatde,WA-`Main City of SeatOe,WA-'Main 700 5th Avenue,Suite 1800 700 5th Avenue,Suite 1800 King King Seattle WA 98124 Seattle WA 98124 +1 206 6847753 +1 206 6847753_ 50/69 iiurnJob P'oject Final Contract Ini!.itWforrn Last Refresh Date:03-01-2019 be, �Rol� Project Description Status I Contract Value A�ount 202211 Sub PIPKIN CONST.•WENATCHEE,WA SS CIPP REHAB PRJT No.1403 JC $70,323.60 Project Manage, 1 Bid Date prc]e.1 Close Dalv— Gann,Richard 11-18-2014 0617-2015 i,798 70 __. . 477 477 customer • 2,275 2,275 City of Wenatchee.WA-Wastewater City of Wenalchea,WA-Wastewater Treatment Plant Treatment Plant 201 N.Worthen 201N.Worthen 201 N Worthen 201 N Worthen Chelan Chelan Wenatchee WA 98807 Wenatchee WA 98807 +1 509 6643382 _ +1 509 6643382 N.rnbe� Role Project• 202212 Prime SEATTLE,WA-2013-REBID RELINING CNT.#1,PW2014-093 JC $373,993.80 Pro)ect Manager Bid•. Gann,Richard 12-17-2014 01-09-2016 305 305 151 4,555 4,555. r 317 317 City of Seattle,WA-`Main City of SeatBe,WA--Main 765 765 700 5th Avenue,Suite 1800 700 5th Avenue,Suite 1800 40 40 King King Seattle WA 98124 Seattle WA 98124 195 195 *i 206 684 753 Ti 206 664 753 1,J1/ 4,00u 6,,77 Ins tufor . 51/69 Last Refresh Date:03-01-2019 Descrction 202213 Sub MOORE EXCAVATING,MEI J#4371-OC SW VENT&CAPACITY IMPR,P#E70121 JC Contract$181,274.00 Date ®� Gann,Rlchard 08-26-2014 ,. _ 01-08-2016 137. 137 3 260 260 Imam 397 397 City of Portland-Bureau of City of Portland-Bureau of Environmental Svcs(BES) Environmental Svcs(BES) 1120 SW 5th Avenue 1120 SW 5th Avenue Room 1000 Room 1000 Multnomah Multnomah Portland OR 97204 P..and OR 97204 +1 503 8235752 +1 503 8235752 .� ontract 202214 Prime DAL OR Description Contract #2015003 2015 SS CIPP LINING JC LES, $286,644.20 Project Manager Bid Date •- ��i Rizo,Roberto J 03-31-2015 09-04-2015 1,382 1,382 126 • _.. 4,263 _.... ._4,263 _ 870 870 City of The Dalles OR City of The Dallas,OR 393 393 1215 West 1st Street 1215 West 1st Street 7g2 732 Was co Wasco The Dallas OR 97058-3500 The Dalles OR 97058-3500 7,640 7,640 -1 541 2965401 +1 541 2965401 •-scription value Amount 202216 Sub LADUKE CONSTRU.,DOUGLAS COUNTY OR38:CULVERT&FISH PASSAGE UPGR JC contractStatus $301,246.00 Project Manager Bid Date P,oject Close Date ®� Rizo,Roberto) _ _ _ _... 05-07-2015 _09-04-2015___ _..__ 1,390 1,390 0 _ 111 111 • 1,501 1,501 - Department of Transportation-State Department of Transportation-State of Oregon-Salem,OR. of Oregon-Salem,OR. 455 Airport Road,Building K 455 Airport Road,Building K Marion Marion Salem OR 97301 Salem OR 97301 +1 503 9866936 +1 503 9866936 ?T 52169 (61ifisitufor Last Refresh Date:03-01-2019 202217 Sub MOORE EXCAV.(MEI),PORTLANO OR I BALCH CONS.CONDUIT SUPPORT JC $133,700.00 :.•. ® � Rizo,Roberto J 03-19-2015 10-16-2015 194 194 _. .. _ 0 194 194 City of Portland-Bureau of Nty of PnrtlanA_RiiMau M Environmental Svcs(BES) Environmental Svcs(BES) 1120 SW 5th Avenue 1120 SW 5th Avenue Room 1000 Room 1000 Multnomah Multnomah Portland OR 97204 Portland OR 97204 .1503 8235752 +1 503 8235752 Project 101ilact: Project•. 202218 Sub MOORE EXCAV.dba IRON HORSE GRP I BE JUNIPER PIPE&LATERAL REHAB JC $48,257.00 ii Project Manager Bid Date Proie�t Close Dajvm� Rizo,Roberto 05-27-2015 10-09-2015 _. 1,210 1,210 31 1,210 1,210 City of Gresham,Or City of Gresham,Or 1333 NW Eastman Parkway 1333 NW Eastman Parkway Multnomah Multnomah Gresham OR 97030-3825 Gresham OR 97030.3825 +1 000 0055500 6565555 DescriptionFinal Contract Project 202220 Prime BP WEST COAST PRODUCTS,LLC I OILY WATER-CHERRY PT FACILITY JC $286.100.00 Project Manage, Bid Date Project Close Da- Rizo,Roberto 08-13-2015 09-15.2015 764 764 _. __.0 • 764 764 BP-Blaine,WA-Cherry Point Refinery BP-Blaine,WA-Cherry Point Refinery 4519 Grandview Road 4519 Grandview Road Whatcom Whatcom Blaine WA 98230 Blaine WA 98230 +1 360 3711258 +1 360 3711258 /f s` tuf0rm- 53169 :.. Last Refresh Date:03-01-2019 JDE Job DescriptionNumber le Project Status Contract Val.e Amount' 202221 Prime RENTON-WA-CAG-15-149 I CASCADE INTERCEPTOR-PHASE II JC $687,583.85 Project Manager Bid Date Rizo,Roberto J 08-04-2015 01-25-2017 700 700 2 187 187 992 992 City of Renton,WA City of Renton,WA 3,001 3,001 Renton City Hall-5th Floor 1055 South Gr 1055 South Grady Way - 4,880 4,880 King King Renton WA 98055-2132 Renton WA 98055-2132 ,11425 4307223 +1 425 4307223 JDEJob Project Finai'Contract N—be, Pole Project•- 202222 Sub MID MOUNTAIN CONTRACTORS,INC. WILBURTON SWR IMPVMNTS JC Contract$70,000.00 Project Manager , -Date ®� Rizo Roberto J _._ _.. O5-20.2015__. 05-25-2016 _. 215 215 0_ 215 215 City of Bellevue,We City of Bellevue,WA 450 110th Avenue NE 450 110th Avenue NE P.O.Box 90012 King King Bellevue WA 98009 Bellevue WA 98004 +1 425 4514494 +1 425 4526997 Job Final Contract Nrimber R.1e Project Description stat�s contract value: Arno,77 202223 Prime LONGVIEW,WA-#15-1925-5 15th AVE/TENNANT WAY SS LINERS JC $255,584.00 Project Manager Bid Date Project Close Date Rizo,Roberto J 07-21-2015 10-30-2015 462 462 2 ,_... 950 _.. 950.. 1,412 1,412 City of Longview,We City of Longview,WA 1525 Broadway 1525 Broadway Cowlitz Cowlitz Longview WA 98632-7080 Longview WA 98632 +1 360 5773393 +1 360 4425215 77 54/69 lns tufor Last Refresh Date:03-01-2019 DescriptionProject 202224 Prime SILVERTON,OR-2015 1 2015 SS CIPP PROJECT JC $243,644.00 e. Rizo,Roberto J 08-19.2015 12-11-2015 718 718 2e 2,433 2,433 City of Silverton OR City of Silverton,OR 830 Mcclame St 830 Mcclaine St Marion Marion Silverton OR 97381-1535 Silverton OR 97381-1535 +1 503 873867 +1 503 873867 DescriptionProject Fmal Contract: Job Nurnbe, Role Project 202225 Prime MOUNT VERNON,WA(2015) 1 STORM SWR LINING PRJT No 15-3 JC $456,002.00 'Rizo,Roberto J 08-25-2015 12-19-2015 263 263 45 _ _. 2,019 2,019 2,776 2,776 City of Mount Vernon,WA City of Mount Vemon,WA 858 858 1024 Cleveland 1024 Cleveland 479 479 Skagit Skagit Mount Vernon WA 98273 Mount Vemon WA 98273 r 828 828 +1 360 3366204 +1 360 3366204 .. 7,223 7,223 DescriptionFinal Contract -DE job Number �Rafe Project 202226 Prime EUGENE,OR-#4970 J 2015 VAN REHAB.#2016-00008 JC $691,072.00 .Rizo,Roberto J 09.22-2015 03-18-2016 265 265 202 1,325 16,327 17,652 • 1,088 1,088 City of Eugene,OR City of Eugene,OR 202 202 241 E Broadway 241 B 9ro2dway 355 355 Lane Lane - - Eugene OR 97401-2727 Eugene OR 97401-2727 17 17 +1 541 6825241 +1 541 6825241 3,252 16,327 19,579 If 7r`itufor 55/69 1�� Last Refresh Date:03-01-2019 DE Job Prolect Nti be, Role Project Description Final Contract: 202227 Prime SILVER LAKE W&S DIST.SNOHOMISH 2015 SANITARY SWR REHAB Jc •$532,248.00 Rizo,Roberto J 10-15-2015 05-20-2016 3,214 320 3,534 12 3,214 320. 3534 Oviner Silver Lake Water and Sewer District Silver Lake Water and Sewer Distrait 2210 132nd SE _ 2210 132nd SE Snohomish Snohomish Everett WA 98208 Everett WA 98208 +1 206 337364 +1 206 337364 N—ber i Final ContractJob Contract;Role prej-1 Descriono, Status 202228 Sub MID MOUNTAIN CONTRACTORS,INC. LESCHI CSO RETROFIT PHS.2 Jc $301,775.00 Project Manager Did Date Project close D.te Roberto J 06-10.2015 05-26-2016 18 18 7 1,578 1,578 _ 1,330 1,330 Seattle Public WlkiesSeattle,WA Seattle Public Utilities-Seattle,WA 16 2,908 2,926 700 Fifth Avenue 700 Fifth Avenue Suite 4900 Suite 4900 King King Seattle WA 98124 Seattle WA 98124 +1 206 3861834 +1 206 3861834 • Joe Project Final Contract Description r,tract Val- Amount 202229 Sub LANDIS&LANDIS CONS.TILLAMOOK 2015 SEWER REHAB,PROJECT#1 Jc ,$156,314.00 Project Manager Bid Date .Rizo,Roberto J 09-29-2015 -06.03-2016 1,661 1,661 3 _. 1,661 1,661.. .. . Landis&Landis Construction,Inc City of Tillamook,OR P O Box 50 210 Laurel Avenue Clackamas Tillamook Marylhurst OR 97036 Tillamook OR 97141-2312 +1 503 4669043 +1 503 8422472 56/69 ( isituform Last Refresh Date:03-01-2019 ■ ■. 202230 Sub SETON CONSTRUCTION,BAINBRIDGE I WING POINT WAY,Ct1STPUS-6702001 JC $117,210.00 P,ojecl Manage, Bid Date Project Close Date Rizo,Roberto J 10-20-2015 03-08-2016 2,223 2,223 28 __...... ... 1,104 1,104 3,327 3,327 City of RainhriAnn Island WA City of Bainbridge Island WA 280 Madison Ave.N 280 Madison Ave.N Kftsap Kftsap Bainbridge Island WA 98110 Bainbridge Island WA 98110 +1 206 8422016 +1 206 8422016 Caltlact Project DescriptionNumber— �Role Project Coriltact Value' 202231 Prime REEDSPORT OR,2015 PROJECT 2015 SEWER REHAB PROJECT JC $74,865.00 Project Manager Did Date Project Close Date Beck,Jeffrey M 10-28-2015 03-01-2016 1,221... 1,221 _._.14 576 576 1,797 1,797 City of Reedsport,OR City of Reedsport,OR 451 Winchester Avenue 451 Winchester Avenue Douglas Douglas Reedsport OR 97467-1521 Reedsport OR 97467-1521 +1 541 2713603 +1 541 2713603 Project Fjnal Contract DescriptionNumber Role Project 202232 Prime SHORELINE,WA-BID No.8346 CIPP STORMWATER REPAIR PROJECT JC $413,953.00 Project Manager Bid Date Project Close Date - Rizo,Roberto J 02-04-2016 10-21-2016 2,186 2,186 7 . _777 777 2,963 2,963 City of Shoreline WA City of Shoreline WA 1519 NF 177 Q"-t 1510 NF 177 Ctro<t King King Shoreline WA 98155 Shoreline WA 98155 +1 206 3628100 +1 206 3628100 insitufar . 57169 Last Refresh Date:03-01-2019 DescriptionJDE Job F;n5l Contract Nurphe, 'Role Project Status Cor�lract Value Atrount 202233 Prime ROAD CONST.NORTHWEST,INC. CONT.#CAG-15-118 RELINE/UPSIZE Jc $90,588.50 Project managerBid Date . Late Rizo,Roberto J 06-09-2015 08-26-2016 - 659 659 2 659 659 City of Renton,WA City of Renton,WA 1055 South Grady Way 1055 South Grady Way King King Renton WA 98055-2132 Renton WA 98055-2132 +1 425 4307223 +1 425 4307223 Project Final Contract Project Descnption status 202234 Prime WEST LINN,OR(2016) SANITARY SWR REHAB PW-15-06 JC Contract : $982,612.40 Rao,Roberto J _... 02-24-2016 09-18.2016 12,250 12.250". 247 8,918 8,918 3.118 3,118 City of West Linn,OR City of West Linn,OR 360 360 20428th Ave 20428th Ave - - - -- 2042 8th Avenue 2042 81h Avenue 24,646 24,646 Clackamas Clackamas -West Linn OR 97068 West Linn OR 97068 +1 503 6566081 _ +1 503 6566081 JOE Job ContractNumber �Role �-roject Description Project Final Contract Status 202235 Sub LASER UNDERGROUND&EARTHWORKS ) MIDWAY SWR DIST-DES MOINES,WA Jc $123.142.00 project maqager B,d Date z Project Close Date .Rao,Roberto J 01-21-2016 05-26-2016 789 789 56 • 3,270 3.270 4,059 4,059 Midway Sewer District Midway Sewer District 3030 S.240th Street 3030 S.240th Street King King Kent WA 98089 Kent WA 98089 +1 2068244960 +1 206 8244960 58169 Insituform, last Refresh Date:03-01-2019 Project Rnal Contract J013Project Number --jRoie 202236 Prime CLARK REGIONAL WASTEWATER UPPER SALMON CRK#93-2016-0017 JC $484,684.20 Project Manager Bid Dale Project close Date ®� Rizo,Roberto J 03-03-2016 12-29-2016 2,131 2,131 s 346 346 2,477 2,477 Clark Regional Wastewater District- Clark Re.SinnaI Wastewater Dictrim- Vancouver,WA Vancouver,WA 8000 NE 52nd Court 8000 NE 52nd Court P.O.Box 8979 P.O.Box 8979 Clark Clark Vancouver WA 98665 Vancouver WA 98665 +1 360 7505876 *1 360 7505876 JOE Jon DescriptionNumber �Role Project 202237 Prime EDMONDS,WA-2015(E4GBIG456) CITYWIDE CIPP SEWER REHAB PRJT Jc $917, 3 . 00 Project Manage, Bid Date P,q�c!Close Data Rizo,Roberto J 03�22-2016 10-28-2016 5,732 5,732 77 446 446 6,178 6,178 City of Edmonds,WA City of Edmonds,WA 121 5th Ave N 121 5th Ave N 121 5th Avenue N 121 5th Avenue N Snohomish Snohomish Edmonds WA 98020 Edmonds WA 98020 +1 425 7710220 .1425 7710220 k1s tufar }7 59169 Last Refresh Date:03-01-2019 NiJmjel !Role Project Description Sl`.le',' ,,of Contract 202238 Prime SEATTLE,WA-2014-REBID I RELINING CNT.#3,PW2015-061 JC $907,773.00 Project Manager f Bid Date r Project Close Date Rizo,Roberto J 05-04-2016 03-OS2017 420 420 169 5,198 5,198 Ownerr 143 68 211 Seattle Public Utilities-Seattle,WA Seattle Public Utilities-Seattle,WA 415 415 700 Fifth Avenue 700 Fifth Avenue Suite 4900 Suite 4900 381 381 King King 939 5,686 6,625 Seattle WA 98124 Seattle WA 98124 +1 206 3861834 +1 206 3861834 Project Fin.1 Contra. Project Description i Status 202239 Prime Contract TACOMA WA,2016A,PNENV.04014-10 WW SEWER REH.SPEC#ES16-0058F JC $626,039.00 Project Manager Fin Date Project Close Date ®®� Rizo,Roberto J 05-31-2016 02-21-2017 190 7,828 8,018 222 837 837 • 12 175 175 City of Tacoma,WA-'Main Location City of Tacoma,WA-'Main Location 2201 P0Nand Ave 2201 Portland Ave 713 713 2201 Portland Avenue 2201 Portland Avenue 24 Pierce Pierce Total 2,031 7,828 9,859 Tacoma WA 98409 Tacoma WA 98409 - +1 2535915588 +1 253 5915588 NEW JDE Job Project Final Contract Project Descnpon i status Value Amount 202240 Prime FEDERAL WAY,WA(RFB#16-007) SW 320th&S.MARINE HILLS WAY JC Contract$60,535.00 Project Manager Bid Date Project Close Date Rao Roberto J _ _ _ 07-07-2016 01-26-2017 _. __ 233 233 2. •. 233 233. City of Federal Way,We City of Federal Way,We 33325 8th Avenue S 333258th Avenue S King King Federal Way WA 98063-5006 Federal Way WA 98063-5006 +1 253 8352700 _ +1 253 8352700 60169 hisituform Last Refresh Date:03-01-2019 •E Job oled Number iRcle Project Descriptionalue 202241 Sub PORT OF SEATTLE,WA-000050 T-46 CIPP STORM-SW-0318717 JC $228,750.00 Project Manager Bid•. ■ Rizo,Robert J 08-18-20i6 08-01-2017 86 oo 0. - 87 87 173 173 Port of Seattle.WA Port of Seattle.WA 2711 Alaska Way 2711 Alaska Way General Offices-Pier 69 General Offices-Pier 69 King King Seattle WA 98121-1107 Seattle WA 98121-1107 .1206 9885530 +1 206 9885530 Nun-ber ".'e Project Description status contract val�� Amount' 202244 Prime KING COUNTY,WA i1C01096C16 KENT UTILITY LOCAL IMPRVMNT JC $265,221.00 Project Manager Bid Dat� Project Close•' ®® Rizo Roberto J 10-06-2016 02-22-2017 _ 423. 423 _. 0 _..__ _ _... 423 423 County of King,WA County of King,WA KSC-NR-0503 201 South Jackson Street KSC-NR-0503 201 South Jackson Street Ksc-nr-0503 201 South Jackson Street Ksc-nr-0503 201 South Jackson Street King King Seattle WA 98104 Seattle WA 98104 Project Final Contract 202245 Prime VANCOUVER,WA(Bid#16-24) NW 20TH ST.fSIMPSON SWR JC $288,679.00 Rim,Rnhertn,t 10-04-2016 04-19-2017 1.666 1,666 35 .. _ 428 428 • 216 216 City of Vancouver,WA City of Vancouver,WA 2,310 2,310 4500 SE Columbia Way 4500 SE Columbia Way Clark Clark Vancouver WA 98668 Vancouver WA 98668 +1 360 6968008 +1 360 6968008 k1s tuform. 61/69 Last Refresh Date:03-01-2019 DescriptionN�I be, Rat, Project ntrac!value 202246 Prime MEDFORD OR,2017 PROJECT 2017 WW COLL.SYSTEM REHAB JC •$492,218.00 Project Manage, E,i.Date Project Close Date ®®� Rizo,_Roberto J _ 12-15.2016 05-12-2017 3,674 3,674 316 .. 9,621 9,621 592 592 City of Medford OR City of Medford,OR 411 West 8lh Street 411 West 8th Street -- -- - -- Jackson Jackson 425 425 Medford OR 97501-1766 Medford OR 97501-1766 399 -.... 399 +1 541 7742100 +1 541 7742100 ." 1,606 13,295 14.901 Descriptionjob Project Final Contract Nijrnbe, Role Project 202247 Sub MOORE EXCAV.(MEI),PORTLAND OR HUMBOLDT SWR REHAB.#4437-OC JC Contract$569,441.00 Project Manager Bid Date Project Close Date ®®� Rrco,Roberto J _ Oa-25-2016 06-12-2018 _ 320 4,283 4,603 351 r 4,453 4,453 284 284 City of Portland-Bureau of City of PoNand-Bureau of 1,478 1,478 Environmental Svcs(BES) Environmental Svcs(BES) 1120 SW 5th Avenue 1120 SW 5th Avenue 713 713 Room 1000 Room 1000 - 7,248 4,283 11,531 Multnomah Multnomah - Portland OR 97204 Portland OR 97204 +1 503 8235752 +1 503 8235752 DescriptionjDE Job Project Final ContrP= Numce, Role Project status___L___coritract value' AmoM 202249 Prime RENTON WA,RENTON HIGHLANDS PHI SEW.BMH REHAB PH1,P#UANP2703887 JC $1,159,290.80 Project Manage, Bid Date P,qect Close Data ®� Rizo,Roberto J 01-10-2017 07-12-2017 690 690 725 3,821 25,995 29,816, 1,345 1,345 City of Renton,WA City of Renton,WA 337 337 1055 South Grady Way 1055 South Grady Way ," 5,503 26,685 32,188 King King - _ _. Renton WA 98055-2132 Renton WA 98O55-2132 +1 425 4307223 +1 425 4307223 I r 1 i I I I r,, 62169 !1s 1V Hltuform Last Refresh Date:03-01-2019 Number Status Contract VaIJe A,,oJol �Role Project Description 202250 Sub ADVANCED EXCAVATINGLONGVIEW WA 12"EMERG.SEWER REHAB,FIRST. JC $51,880.00 Project Manager Bid Date 1-1-11— am Rizo,Roberto J 01-26-2017 02-13-2017 EWM320 320 _ 0 320 320 City,of InIA r*,of Longview,urA. 1525 Broadway 1525 Broadway Cowlitz Cowlitz Longview WA 98632 Longview WA 98632 ,1360 4425215 +1 360 4425215 'Project Final Contract Job NUmber R.[� 7.-Description Status Convactv.lue- Amount! 202252 Sub FORMA CONST.CO.,EVERETT,WA CIPP SWR PIPE LINING JC $143,700.00 .r. Rizo,Roberto J 02-15-2017 07•07-2017 70 70 0 70 70 City of Everett,WA-Everett Public City of Everett,WA-Everett Public Works Works 3200 Cedar Street 3200 Cedar Street Snohomish Snohomish Everett WA 98201 Everett WA 98201 +1 425 2577210 +1 425 2577210 Final Contract Project status Numbe, 'Role Project Description Contract value Amount; 202253 Prime FEDERAL WAY,WA(RFB#16-011) MARINE HILLS STORMWATER RPAIR JC $864,589.50 Prolect Manager Bo Date Project Close Dat� Rizo,Roberto J 01-17-2017 02-23-2018 13,448: 13,448 _5 1,339 1,339 1.596 1,596 City of Federal Way,Wa City of Federal Way,Wa 1A 383 16 383 33325 8th Avenue S 33325 8th Avenue S King King Federal Way WA 98063-5006 Federal Way WA 98063-5006 .1253 8352700 +1 253 8352700 1t aitufo m. 63169 Last Refresh Date:03-01-2019 Jot FirelContrad •" - 1 Amount 202254 Prime WEST LINN OR,2017,PW-16-06 SANITARY SWR REHAB.-PW-16-06 JC $1,253,497.50 Project Manager Bid Date Project Close Date - Rizo,Robe rtoJ 02-01-2017 10.23-2017 28,125 28,125 454 4,904 4,904 194 194 City of West Linn,OR City of West Linn,OR .. 5,098 28,125 33,223 2042 8th Ave 2042 8th Ave 2042 8th Avenue 2042 8th Avenue Clackamas Clackamas West Linn OR 97068 West Linn OR 97068 +1 503 6566081 +1 503 65WO81 JDE Job 202255 Prime GRESHAM,OR'2017 2017 REHAB.CIP#317700 Jc •$356,554.00 Date Rizo,Roberto J 03.21-2017 07-10-2017 5,087 5,087 109 1,085 1,085 • 6,172 6,172 City of Gresham,Or City of Gresham,Or 1333 NW Eastman Parkway 1333 NW Eastman Parkway Multnomah Muhnomah Gresham OR 97030-3825 Gresham OR 97030-3825 +1 555 5555555 +1 555 5555555 ContractJDE Job Project Final Contract. Number _.Role Project Description Status 202256 Prime REEDSPORT OR,2016l2017 PROJECT 2 0 1 612 01 7 SANITARY SEWER PROD. JC $100,500.00 CloseProject Manage, E,c Date Project Date ®®® Rizo,Roberto J 04-04-2017 10-08-2018 131 131 9 360 360._ • 355 355 IT!Reedsport,OR City of Reedsport,OR _ ,. 846 846 451 Winchester Avenue 451 Winchester Avenue Douglas Douglas Reedsport OR 97467-1521 Reedsport OR 97467-1521 +15412713603 +1 541 2713603 64/69 \'s►:1, ins tuform Last Refresh Date:03-01-2019 JD DescriptionNumber Role Project 202257 Prime LONGVIEW,WA-2017 EMERGENCY I HEMLOCK/16TH,17TH&18TH AVE JC $158,587.00 •- �� Rizo,..Roberto J_... 04-04-2017 06.29-2017 845 845 0 845 845 City of nnmyimu INA City of Longview,WA ....__..e.__.-. -�-._� a •_... 1525 Broadway 1525 Broadway Cowlitz Cowlitz Longview WA 98632 Longview WA 98632 +1 360 4425215 .1360 4425215 Pro]act Final Contract Description 202256 Sub LANDIS&LANDIS CONS.TILLAMOOK STILLWELL 8 MAIN SEWER REHAB JC $41,937.00 Project Manage, Bid Date Protect Close•- Rizo,Roberto J 08-16.2016 05-18-2017 751 751 10 751 751 City of Tillamook,OR City of Tillamook,OR 210 Laurel Avenue 210 Laurel Avenue Tillamook Tillamook Tillamook OR 97141.2312 Tillamook OR 97141-2312 ,1503 8422472 +1 503 8422472 DescriptionADE Job Final Contract Number Role Project 202259 Prime ELLENSBURG,WA#2017-040 I CIPP LINE-BID CALL#2014-040 JC $129,078.00 Project Manager Bic• eDa Rao,Roberto J 03-28-2017 08-12-2017 2,404 2,404 48 446 446 _ 2,850 2,850 City of Ellensburg,WA City of Ellensburg,,WA _ 501 N Anderson Street 5^1 N.Anderson Street Kittitas Kittitas Ellensburg WA 98926 Ellensburg WA 98926 +1 509 9627230 _ +1 509 9627230 (ndtyfarm. 65/69 - Last Refresh Date:03-01-2019 JDE job Number Role Project Project•-scrition Status Contract Value 202260 Prime TACOMA,WA•2017G, WWSEWER REH.SPEC#ES17-0002F JC $1,016,724.00 Project Manager Bid Date j Project Close D Miller,Daren A O6-07-2017 04-02-2018 7,770 7,770 161 1.056 1,056 4,084 4,084 City of Tacoma,WA-'Main Location City of Tacoma,WA-`Main Location 621 621 2201 Portland Ave 2201 Portland Ave - _- 2201 Portland Avenue 2201 Portland Avenue 590 590 Pierce Pierce 14,121 14,121 Tacoma WA 98409 Tacoma WA 98409 - +1 253 5915588 +1 253 5915588 Number !Role 11 1-ject Description Status Valije Amci 202261 Sub MOORE EXCAV.(MEI),PORTLAND OR WOOOLAWN-KING ST.SEWER REHAB JC Contract$280,512.00 Project Manager Ell Dale projecl cose Date ®� Miller,Dairen A _.._ 05-10-2017 09-05-2018 2,551 2,551 225 2,001 2,001 1,599 1,599 City of Portland-Bureau of City of Portland-Bureau of 6,151' 6,151 Environmental Svcs.(BES) Environmental Svcs(BES) - - - 1120 SW 5th Avenue 1120 SW 5th Avenue Room 1000 Room 1000 Multnomah Multnomah Portland OR 97204 Portland OR 97204 +1 503 8235752 +1 503 8235752 66/69 it.d rf►I:,•►tufor ? . Last Refresh Date:03-01-2019 JOE Job Number Role Project Description Vail, �w-m 202262 Prime MOORE EXCAV.(MEI),PORTLAND OR 2017 MT.SCOTT-#4465-OC JC $174,604.00 •.- ®®� Miller,Daren A 02-28-2017 01-23-2018 1,702 1,102 _. 77. 260 260 361 361 anal-Bureau of of Ponland—Bureau of 261 261,i DnAI City� � Environmental Svcs(BES) Environmental Svcs(BES) 2,584 2,584 1120 SW 5th Avenue 1120 SW 5th Avenue Room 1000 Room 1000 Multnomah Multnomah Portland OR 97204 Portland OR 97204 ,1503 8235752 _ +1 503 a235752 Numbef Project Project Pmal Contract - 202263 Prime SEDRO-WOOLLEY,WA 2017-PW-16 2017 SANITARY SWR CIPP PROJECT 'i�■�II.- JC $322,721.00 LPr.jeci manage, B,d Date Project Close Dole 1 �li•iil� Miller,Daren A 08-07-2017 01.26-2018 1,397 1,397 216 _ 9,261 9,261 297. 297 City of Sedro-woolley,We City of Sedro-woolley,We 10,955 10,955 720 Murdock Street 720 Murdock Street Skagit Skagit Sedro WA 98284-1426 Sedro WA 98284-1426 +1 3608561100 +1 3608561100 Rnal Contract Descriptionstatus Contract Value Amount j Number Role Project -7� 202264 Prime TIGARD,OR PACIFIC HWY PACIFIC HIGHWAY SS LINE JC $134,016.00 Miller,Daren A 08-14-2017 0°.24-2018 3,539 3,539 16 3,539 3,539 City of Tigard,OR City of Tigard,OR 13125 SW Hall Blvd 13125 SW Hall Blvd Washington Washington Tigard OR 97223-8144 Tigard OR 97223.8144 +1 503 6394171 +1 503 6394171 6insitufarm- 67/69 Last Refresh Date:03-01-2019 JDE 202265• Sub TRENCH LINE EXCAVATING SETTLER WAY SWR-BEAVERTON,OR JC $288,855.69 Project Manage, Bid Date Pi oject -D - '- Morris,James Michael 10-18-2017 02-27-2018 1,419 1,419 57 2,011 2,011 769 769 City of Beaverton,OR City of Beaverton,OR 595 595 12725 SW Milliken Way 12725 SW Milliken Way 376 376 Washington Washington _ Beaverton OR 97076-4755 Beaverton OR 97076-4755 .. 3,751 1,419 5,170 +1 503 5262223 +1 503 5262223 ContractFinal Contract 202267 Prime BP WEST COAST PRODUCTS,LLC OWS LINE FROM 40-69-PO C266985 JC $195,000.00 P'oject Manager Bid Date ®®® Miller,Caren __. 11-07-2017 12.22-2017 130 130 p. 130 130 • BP-Blaine,WA-Cherry Point Refinery BP-Blaine,WA-Cherry Point Refinery 4519 Grandview Road 4519 Grandview Road Whatcom Whatcom Blaine WA 98230 Blaine WA 98230 +1360 3711258 +1 360 3711258 Project D- Value Amount 202270 Prime ROGUE VALLEY SEWER SVCS,FY2018 FY2018 CIPP PROJECTS-J278 JC ntractscription Project Final Contract I Status •$347,946.00 Project Manager Bid Date project Close Cate ®� Morris,James Michael _ 02-16-2018 04-20-2018 1,631 1,631 46 1,319 1,319 1,768 1,768 Rogue Valley Sewer Services-Central Rogue Valley Sewer Services-Central 4,718 4,718 Point,OR Point,OR 138 West Vilas Road 138 West Was Road 'Jackson Jackson Central Point OR 97502 Central Point OR 97502 +15416646300 +15416646300 // rr�� r 68169 ), • k1SitUIorm Last Refresh Date:03-01-2019 DescriptionPinal Contract E Job Contract Value Amo-,nl Nufter 202272 Prime FABER CONSTRUCTION,BELLINGHAM I COLUMBIA NEIGHBORHOOD WATER JC $143,521.00 Project Manager Bic Date Project Close DatW Mortis,James Michael 01-09-2018 06-28-2018 246 246 1 189 189 Customer • 424 424 Cih,of Bellingham\l,IA-ottm S! C-,of Bellingham\AIA-I ott a—St • 659 859 210 Lottie St 210 Lottie St 210 Lottie Street 210 Lottie Street Whatcom Whatcom Bellingham WA 98225 Bellingham WA 98225 ,11360 6766961 +1 360 6766961 Final Contract JOE Jon Project tj�mbe, Role Project Descirption Status contract value Anno"I 202273 Prime NEWBERG.OR#706301 I WW LINING 8 LATERAL GROUTING JC $244,392.68 •- Mortis,James Michael 02- - 15-2018 06.13-2018 4,644 4.644 96 315 315 4,644 315 4,959 City of Newberg,OR City of Newberg,OR 414E tat St 414E 1st St Yamhill Yamhill Newberg OR 97132-2993 Newberg OR 97132-2993 +1 503 5371240 +1 503 5371240 Project Final Contract Nonrb., R.I. Project Description 202275 Prime EUGENE,OR #5050 2017 WW REHAB.#2018-00016 JC $385,592.00 Morris,James Michael 03-23-2018 11-01-2018 287 8,008 8,295 81 384 384 602 602 City of Eugene,OR City of Eugene,OR 1 27-1 a,nna 9,281 244 E Broadway 244 E Broadway Lane Lane Eugene OR 97401-2727 Eugene OR 97401-2727 +1 541 6825241 +1 541 6825241 insituform- 69/69 ` - Last Refresh Date:03-01-2019 DescriptionJOE Job project Number �Role Project Cntract value Amount i 202277 Prime ISSAQ UAH WA,PROJ#SEWR18001 2018 SEWER MAIN REHAB JC •$292,990.00 Project Manager Bib Date project close Date Mortis,James Michael 05-01-2018 08-17-2018 9,057 9,057 117 .- 9,057 9,057 City of Issaquah,WA City of Issaquah,WA 1775 12th Avenue NW 1775 12th Avenue NW King King Issaquah_WA 98027 Issaquah WA 98027 +1 425 8373400 +1 425 8373400 'jDE Job Project Final Contract Number Role pfoject Description Status cortlali val�e Amount 202283 Prime REEDSPORT,OR 2018/20IS FY SWR RELINING 201812019 FY JC $135,508.00 Project Manager Bid Date Project Close Date Morris,.James Michael. __ 05-09-2018 10-31-2018 642 642 27 ..884. _.... . __.884 110 110 City of Reedsport,OR City of Reedsport,OR 994 642 1,636 451 Winchester Avenue 451 Winchester Avenue Douglas Douglas Reedsport OR 97467.1521 Reedsport OR 97467-1521 +1 541 2713603 +1 541 2713603 ■ Number RoleA ■ reject I Final Contract troject escription Status ccr Amount; 373016 Prime SANTA FE IRRIGATION DISTRICT 15"BADGER PLANT DRAIN LINE JC $202,333-90 Unknown 03-05-2014 06-20-2014 ® 588 588 0 588 588 Customer Owner Santa Fe Irrigation District __ Santa Fe Irrigation District 5920 Linea del Cielo 5920 Linea del Cielo P.O.Box 409 P.O.Box 409 San Diego San Diego Rancho Santa Fe CA 92067-0409 Rancho Santa Fe CA 92067-0409 +1 619 7562424 +1 619 7562424 116 insituform- Last Refresh Date;03-01-2019 __............ Contract Qua 11 l 11 i 11 ficati 11 on Clos 11 ed Projects ( 2013 - Present) -Detail Contract Value Final Project JDE Contract Job N—ber Contract Value Amounf-- 190752 $154,786.54 19075903 $73,937.60 19075904 $3 i3,336.06 19077201 $116,086.35 19077202 $271,524.30 190773 $823,192.50 190774 $142,511.50 190775 $123,700.00 190777 $1,248,760.00 190778 $125,884.60 190779 $114,150.00 190780 $308,081.45 190781 $192,000.00 190782 $528,965.00 190783 $527,053.00 190784 $190,042.10 190785 $109,432.00 190786 $186,475.80 190787 $98,987.00 i90766 $i63,590.00 190789 $483,268.50 190790 $924,225.60 190791 $519,909.75 190792 $1,582,326.20 190793 $203,060.00 190794 $1,789,468.00 190795 $1,481,080.00 190796 $1,304,800.80 190797 $211,470.00 190798 $104,995.60 190799 $427,321.00 190800 $455,467.00 190801 $447,934.00 190802 $1,618,265.00 (643situform. 216 Last Refresh Date:03-01-2019 Final Project I Job Number Contract Value Amount IJDE I! contract 190803 $1,088,300.00 190806 $409.486.00 190810 $66.450.00 190811 $116,880.00 190813 $344,002.00 200174 $563,027.02 200177 $4,737,871.50 200180 $3,025,200.00 200185 $3.855,236.45 200187 $4,079,045.51 200191 $548,379.64 200193 $91,828.40 200196 $10,616,947.32 200198 $1,412,899.70 200199 $656.186.92 200200 $0.00 200258 $423,210.00 200259 $66,060.00 200260 $126,231.94 200262 $102.642.20 200263 $984,860.22 200264 $4,566,700.40 200265 $49,760.00 200266 $62,760.00 200267 $74,217.00 200268 $1,588,971.00 200269 $111,544.68 200270 $374,898.57 200271 $119,577.00 200272 $65,994.90 200273 $18,000.00 200274 $503,000.00 200275 $69,931.00 200276 $85,470.00 200277 $117,000.00 200278 $497,983.00 200279 $248,525,00 200280 $30.040.00 /jP �� 3/9 [�(��i�,���' Last Refresh Date:03-01-2019 9i'.Arid+.!;'d.,,��,r.; 200281 $75,560.00 200282 $148,185.00 200283 $799.128.30 200284 $218,458.00 200285 $683,549.03 200286 $0.00 200287 $748,460.00 200288 $139,922.00 200289 $2,066,379.00 200290 $44,810.00 200291 $95,938.00 200292 $624,622.00 200294 $2,383,498.00 200295 $348,160.00 200296 $57,750.00 200297 $99,800.00 200298 $172.602.00 200299 $252,638.00 200310 $237,530.30 200311 $133,085.00 200312 $3,504,400.00 200314 $360,910.00 200315 $352,821.00 200316 $84,387.00 200317 $31,500.00 200318 $75,161.00 200319 $115,571.00 200320 $190,482.00 200321 $647,211.00 200322 $90,675.00 200323 $40,573.00 200324 5624,619.03 200328 $491,854.00 200327 $606,471.00 200328 $233,114.50 200330 $146,977.50 200331 $268.435.00 200333 $829,796.50 . i ft for a i 4/6 - Las[Refresh Date:03-01-2019 Final Project JDE Contract Job Number ContractValue Amount 200334 $296,154.00 200339 $53,721.00 202166 $595,516.04 202168 $154,625.00 202170 $541,426.40 202175 $0.00 202182 $113,085.00 202183 $113,561.40 202186 $89,093.00 202187 $980,342.50 202188 $353,190.60 202189 $77,018.00 202190 $519,367.30 202191 $842,483.00 202192 $45,050.00 202193 $394,420.40 202194 $158,099.30 202195 $238,579.00 202196 $552,967.30 202197 $2,368,464.00 202198 $541,580.10 202199 $1,130,665.80 202200 $183,125.00 202201 $47,550.00 202202 $26,400.00 202203 $70,030.00 202204 $85,560.00 202205 $66,155.00 202206 $92,510.00 202207 $192,942.00 202208 $84,500.00 202209 $192,942.00 202210 $59,395.00 202211 $70,323.60 202212 $373,993.80 20W3 $181,274.00 202214 $286,644.20 202216 $301,246.00 jf]si'tuform 5/ Last Refresh Date:03-01-2019 Project JDE Contract Job Number Contract Value Amount 202217 $133,700.00 202218 $48,257.00 202220 $286,100.00 202221 $687,583.85 202222 $70,000.00 202223 $255.584.00 202224 $243,644.00 202225 $456,002.00 202226 $691,072.00 202227 $532,248.00 202228 $301,775.00 202229 $156,314.00 202230 $117,210.00 202231 $74,865.00 202232 $413,953.00 202233 $90,588.50 202234 $982,612.40 202235 $123,142.00 202236 $484,684.20 202237 $917,538.00 202238 $907.773.00 202239 $626,039.00 202240 $60.635.00 202241 $228,750.00 202244 $265,221.00 202245 $288,679.00 202246 $492,218.00 202247 $569,441.00 202249 $1,159,290.80 202250 $51,880.00 202252 $143,700.00 202253 $864.589.50 202254 $1,253,491.50 202255 $356,554.00 202256 $100,500.00 202257 $158,587.00 202258 $41,937.00 202259 $129,078.00 kis tuf[?rm- 616 Last Refresh Date:03-01-2019 Final Project JDE contract Job Number Contract Value Amount 202260 $1,016,724.00 202261 $280,512.00 202262 $174.604.00 202263 $322,721.00 202264 $134,016.00 202265 $288,855.69 202267 $195,000.00 202270 $347,946.00 202272 $143,521.00 202273 $244,392.68 202275 $385,592.00 202277 $292,990.00 202283 $135,508.00 373016 $202,333.90 $108,694,088.59 Jeremiah D Horton 303-249-0237 ♦ ihorton(Winsituform.com Professional Experience Insituform Technologies, Inc. 2008—Present Superintendent Littleton, CO • Direct responsibility for 6 to 7 field employees • Responsible for mobilization and demobilization for field crew i.e. air travel, hotel accommodations, material orders and shipping arrangements,and interstate payroll arrangements. • Involved in training,and development of field employees. • Responsible for public relations i.e. general notification of affected public, point of contact for client representative on projects constructed. ■ Responsible for planning and construction of acquired projects from awarded state to construction completion. • Operation,maintenance,and trouble shooting for equipment used in Cured-in-Place Pipe installation. ■ Submittal of payroll data from field to payroll department. 2005—2008 Foreman Littleton, CO • Direct responsibility for 4 to 5 field employees • Involved in training,and development of field employees. • Responsible for general notification of affected public and point of contact for public notification • Responsible for construction of acquired projects from job handoff to construction completion. • Operation,maintenance,and trouble shooting for equipment used in Cured-in-Place Pipe installation. 2004—2005 Boiler Operator/Laborer Littleton, CO • Ensured proper cure times and temperatures • Enforced safe operation and area of Boiler workspace ■ Troubleshooting key components for proper operation Training & Skills > Confined Space Entry Training > First Aid Training Cardio Pulmonary Resuscitation Training > Colorado Springs Utilities/Insituform Technologies,Inc Environmental Compliance Plan Training Boiler Certification Accomplishments - 2009 King County 42"Air Steam inversion - 2009 Clark County 60"over the hole wet out - 2009 San Diego Airport 96" Over the hole wet out - 2010 Littleton 60"Air Steam Inversion - 2009 Colorado Springs 66"Water inversion - 2010 Grand Junction 54"Air Steam Inversion - 2010 Cheyenne 30"High Pressure water - 2010 Helena 62"Storm sewer - 2010 Greeley 36"Over the Hole Inversion - 2010 Montbello IS"—30"Air Steam Inversion - 2010 Tampangos 54"Over the hole - 2010 Ogden 30"-48"Air Steam Inversion - 2010 Littleton 66"Air Steam Inversion - 2011 Fresno 15"—24"Water Inversion - 2011 Santa Barbera 18"—30"Air Steam Inversion - 2011 Honolulu 36"—69"Over the Hole linversion lnsitutorm Technologies.LZC is a subsidiary of Aegion Corporation Insituform 8620 Antelope Rd N,Suite 1 Name:Richard Gann Fax:916-729-2215 Antelope,CA 95843 Title:Project Manager Email:rgann@insituform.com IcYr,Nrtefut+frlr;� l i 1, www.insituform.com Phone:503-956-2406 Monday June 2, 2014 00410.30 CERTIFICATE To Whom It May Concern: This letter certifies that Insituform Technologies, LLC, is both the manufacturer and installer of the Insituform product. Each of Insituform's superintendents, foremen and installers, go through extensive in-house training programs to provide supervisory and installation services on all the Insituform projects, and are authorized to install such products. Below are the individuals we anticipate will perform the work for the above referenced project. Superintendent Todd McMillan Foreman Jerry Zimmerman TV Operator/Tap Cutter Raul Tavera Brennon Pratt Shane Ayers Ryen Johnson Please contact us directly with any questions you may have. Sincerely, Insituform Technologies, Inc. Richard Gann Project Manager 503-956-2406 rgann@insituform.com Insituform Technotogies.LLC is a subsidiary of Aegion Corporation Insituform 8620 Antelope Rd N,Suite 1 Name:Richard Gann Fax:916-729-2215 Antelope,CA 95843 Title:Project Manager Email:rgann@insituform.com t If M1Av.insituform.com Phone:503-956-2406 Monday June 2, 2014 00410.30 CERTIFICATE To Whom It May Concern: This letter certifies that Insituform Technologies,LLC, is both the manufacturer and installer of the Insituform product. Each of Insituform's superintendents, foremen and installers, go through extensive in-house training programs to provide supervisory and installation services on all the Insituform projects, and are authorized to install such products. Below are the individuals we anticipate will perform the work for the above referenced project. Superintendent Greg Brown Foreman Earl Smith TV Operator/Tap Cutter Adam Clary Ryan Hagemann Curtis McNitt Brent Robinett Please contact us directly with any questions you may have. Sincerely, Insituform Technologies, Inc. Richard Gann Project Manager 603-956-2406 rgann@insituform.com Adam Clary Mount Angel, OR 97362 * Professional Experience Insituform Technologies,LLC Insituform Technologies is a leading worldwide provider of cured-in place pipe (CIPP) and other technologies and services for the rehabilitation of pipeline systems. Insituform's businesses consist of sewer, drinking water and energy and mining pipeline rehabilitation and protection. The Company provides cost-effective solutions to remediate operational, health, regulatory and environmental problems resulting from aging and defective pipelines. Insituform's technologies allow its customers to avoid the extraordinary expense and extreme disruption that can result from traditional "dig and replace" methods. June 2010 to Present Lateral Cutter and TV Van Operator Brooks OR • Responsible for internally reinstating laterals using the Insitucutter robotic device. • Responsible for public relations and notification of affected public; secondary field point of contact for client interaction on executed projects • Responsible for operation, maintenance, and crew-level trouble shooting for assigned piece of equipment used in Cured-in-Place Pipe installation September 2007 to June 2010 Lateral Cutter Salem, OR • Responsible for internally reinstating laterals. • Responsible for operation, maintenance, and crew-level trouble shooting for assigned piece of equipment used in Cured-in-Place Pipe installation PROJECT DESCRIPTION WORKSHEET: CIPP Project Name: -�— Owner: _4� Owner's Representative: Owner's Telephone No.: Installation Method. Li Ac 1l t Installation Contractor: Total Length of Successfully Installed CIPP (feet): Length by Diameter of Successfully Installed CIPP(inches i feet): in4� ft 34�, in f h ft 34 in ft in ft Q in I ft Construction Cost: $ U , 000 , U0 Construction Time: 3n Calendar Days Date of Substantial Completion: Field Superintendent Qualifying Experience for CIPP: U'es ❑ No Sewage Flow Control and Bypass Pumping Qualifying Experience: es ❑ No Project Description: ..- Sco ef- G, C,\,w (Owner representative and phone number shall be current and accurate.) 00420-17 March 2018 Bidder Experience and Qualifications ;h PROJECT DESCRIPTION WORKSHEET: CIPP Project Name: Owner: C�'T C� � '.�� of!, �a_ Owner's Representative: n�� Owner's Telephone No.: Installation Method: A rl a %_Vq— c_u c,, Installation Contractor: Total Length of Successfully Installed CIPP (feet): Length by Diameter of Successfully Installed CIPP(inches ( feet): _ (0 in ft /O in I ft 12 in i '(J t ! ft in I ft Construction Cost: $ 3 I , sgc) Construction Time: Calendar Da s Date of Substantial Completion: Field Superintendent Qualifying Experience for CIPP: Yes ❑ No Sewage Flow Control and Bypass Pumping Qualifying Experience: 1�11 Yes ❑ No Project Description: (Owner representative and phone number shall be current and accurate.) March 2018 00420-14 Bidder Experience and Qualifications PROJECT DESCRIPTION WORKSHEET: CIPP 1 Project Name: SO 0e— e C 'V Owner: t Owner's Representative: Qf ilc— Lc,," 1 Owner's Telephone No.: Installation Method: A Q- Installation Contractor: efG�Z(\JCy Total Length of Successfully Installed CIPP(feet): _� `7 L F Length by Diameter of Successfully Installed CIPP (inches j feet): in �ff, u ft �U in ( I ft in �� � ft ft in I ft Construction Cost: Construction Time: "l Calendar Days Date of Substantial Completion: L6q Z G Field Superintendent Qualifying Experience for CIPP: &-'6s ❑ No Sewage Flow Control and Bypass Pumping Qualifying Experience: 4 es ❑ No Project Description: �� C, ,30 � (Owner representative and phone number shall be current and accurate.) 00420-15 March 2018 Bidder Experience and Qualifications PROJECT DESCRIPTION WORKSHEET: CIPP Project Name: C���f 1,� t`(a� G;Sr PV Owner: Owner's Representative: t�� �tY n� Cf flc l Owner's Telephone No.: A Installation Method: r Lj ,�.vG� c- ,<-,— Installation Contractor: -4�VSOC An Total Length of Successfully Installed CIPP (feet): , LA rP Length by Diameter of Successfully Installed CIPP (inches feet): -lc;�in ft in I ft in ft in j ft in ft Construction Cost: $ 60 o . O Construction Time: Calendar Days Date of Substantial Completion: l G Field Superintendent Qualifying Experience for CIPP: LJ-`!(cs ❑ No Sewage Flow Control and Bypass Pumping Qualifying Experience: es ❑ No Project Description: (Owner representative and phone number shall be current and accurate.) 00420-16 March 2018 Bidder Experience and Qualifications PROJECT DESCRIPTION WORKSHEET: CIPP Project Name: 1 C--)P L&ELa -'r i a� Owner: 1 , Owner's Representative: Owner's Telephone No.: S� �-- Installation Method: /fir Installation Contractor: En �A. Total Length of Successfully Installed CIPP (feet): -�A Length by Diameter of Successfully Installed CIPP (inches I feet): o(� in I i ft in j ft in I ft in I ft in J ft Construction Cost: SC! Construction Time: �5 Calendar Days Date of Substantial Completion: Field Superintendent Qualifying Experience for CIPP: es ❑ No Sewage Flow Control and Bypass Pumping Qualifying Experience: es ❑ No Project Description: (Owner representative and phone number shall be current and accurate.) [BIDDER TO PROVIDE ADDITIONAL COPIES OF THIS SHEET IF NECESSARY TO LIST ALL PROJECTS REQUIRED TO BE LISTED BY THIS SECTION] 00420-18 March 2018 Bidder Experience and Qualifications Bond No. 107058885 PAYMENT AND PERFORMANCE BOND ,FN TO CITY OF KENT KE KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Insituform Technologies, LLC as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of n, 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 $ * 1,078,110.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sure on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be*One Million Seventy Eight Thousand One Hundred Ten &00/100 Dollars This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2019 Sanitary Sewer CIPP Lining/Project Number: 18-3012 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 2019 Sanitary Sewer CIPP Lining/Leyrer 24 February 25, 2019 Project Number: 18-3012 Insituform Technologies, LLC TWO WITNESSES: 17988 Edison Avenue, Chesterfield, MO 63005 PRINCIPAL (enter principal's name above) BY: 1i Janet Hass IV ontracting&Attesting olm TITLE: Whittney Schulte, rntracting&Attesting Officer DATE: 3— DATE:1,4ro44 r - CORPORATE SEAL: Christlanda Adkins Contracting&Attesting OfAoa PRINT NAME DATE: _ Travelers Casualty and Surety Company of America SURETY 1 CORPORATE SEAL: BY: L `J DATE: TITLE: Amanda L.Williams,Attorney-in-Fact ADDRESS: One Tower Square Hartford,CT 06183 CERTIFICATE AS TO CORPORATE SEAL Cahfi-achyicy 44est oq I hereby certify that I am the srstar of the eorpCFffFRW named as Principal in the within Bond; that I GhWVue wL Who signed the said bond on behalf of the Prin ipal w-J, of the said Corporation; that I know his signature thereto is genuine, and that Haid Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. dis"JA-4 SECRET A OR ASItISUNY ETARY ursula J.Youngblood ontracting&Attesting Officer 2019 Sanitary Sewer CIPP Lining/Leyrer 25 February 25, 2019 Project Number: 18-3012 State of Missouri County of St. Louis On 3/22/2019, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Amanda L. Williams known to me to be Attorney-in- Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Ashley Miller, Notary Public ASFiLEY MILLER NOTARY PUBLIC-NOTARY SEAL STATE OF MISSOURI COMMISSIONED FOR ST.LOUIS COUNTY MY COMMISSION EXPIRES DEC.21,2021 ID#1355 5557 My Commission Expires: Travelers Casualty and Surety Company of America Adn", Travelers Casualty and Surety Company TRAVELERS,!! St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Amanda L.Williams,of Chesterfield,Missouri,their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. Kk GF ®ro!!, -�NA%Q�1� ....x{ R*OL State of Connecticut " City of Hartford ss. Robert L.Raney,Se or Vice President On this the 3rd day of February,2017, before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. STET My Commission expires the 30th day of June,2021 ��t� ,� Marie C.Tetreault,Notary Public o This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is fled in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 22 day of Mach 2019 4 ¢**.M��a °z$ rya ��� tit L'',.�•° s'q—.,� —� Kevin E. Hughes,Assi &ant Secretary To verify the authenticity of this Power ofAttorney,please call us at 1-800-421-3880. Please refer to the above-nan7ed Attorney-in-Fact and the details of the bond to which the power is attached. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Insituform Technologies, LLC organized under the laws of the State of Delaware located and doing business at 17988 Edison Avenue, Chesterfield MO 63005 ("Contractor"). WITNESS; In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows; 1 . The Contractor shall do all work and furnish all tools, materials, and equipment for; 2019 Sanitary Sewer CIPP Lining/Project Number: 18-3012 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2018 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within seventy (70) 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. i 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. 2019 Sanitary Sewer cIPP Lining/Leyrer 26 February 25, 2019 Project Number: 18-3012 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch, 19,122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19,122, including utilization of the "one call" locator service before commencing any excavation activities. 2019 Sanitary Sewer CIPP Lining/Leyrer 27 February 25, 2019 Project Number: 18-3012 CITY OF KENT BY: DANA RALPH, MAY DATE: Z� ATTIE KIMBERLEY A. TOTO, CITY CL RK APPROVED AS TO FORM: K'fNT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: Whi e Schulte TITLE:- Contracting&Attesting Officer DATE:— March 22, 2019 2019 Sanitary Sewer CIPP Lining/Leyrer 28 February 25, 2019 Project Number: 18-3012 EXHIBIT A INSURANCE REQU 1 REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2019 Sanitary Sewer CIPP Lining/Leyrer 29 February 25, 2019 Project Number: 18-3012 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2019 Sanitary Sewer CIPP Lining/Leyrer 30 February 25, 2019 Project Number: 18-3012 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (March 12, 2019), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Insituform Technologies, LLC Bidder's Business Name Signature of Au orized Official* Whittney Schulte Printed Name Contracting&Attesting Officer Title March 12, 2019 Chesterfield Missouri Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 2019 Sanitary Sewer CIPP Lining/Leyrer 17 February 25, 2019 Project Number: 18-3012 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 seventy (70) 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 I to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: March 12, 2019 Insituform Technologies, LLC NAME OF BIDDER Signature of Au orized Representative Whittney Schulte, Contracting&Attesting Officer (Print Name and Title) 17988 Edison Avenue, Chesterfield,MO 63005 Address 2019 Sanitary Sewer CIPP Lining/Leyrer 18 February 25, 2019 Project Number: 18-3012 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Insituform Technologies, LLC , as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%) of Amount Bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2019 Sanitary Sewer CIPP Lining/Project Number: 18-3012 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 12th DAY OF March 2019. Insituform Technologies,LLC 17988 Edi on Avenue,ChesterfiAld,MO 63005 PRINCIPAL Whittne chulte,Contracting&Attesting Officer Travelers Casualty a Surety Compan of America e Tower Square,Hartford,CT o6183 (Mal�6b tt ' Vo SURETY Amanda L.Williams,Attorney-in-Fact 20 Received return of deposit in the sum of $ 2019 Sanitary Sewer CIPP Lining/Leyrer 19 February 25, 2019 Project Number: 18-3012 State of Missouri County of St. Louis On 3/12/2019, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Amanda L. Williams known to me to be Attorney-in- Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Michelle Wilson, Notary Public MICHELLE WILSON Notary Public—Notary Seal State of Missouri,Jefferson County Commission#15636070 My Commission Expires June 23,2019 My Commission Expires: Travelers Casualty and Surety Company of America AW Travelers Casualty and Surety Company TRAVELERSJ St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Amanda L.Williams,of Chesterfield,Missouri,their true and lawful Attorney-in-Fact to sign, execute,seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. 8�[Y Ahq ®r-* 1 at MOW I�Ma State of Connecticut City of Hartford ss. Robert L.Raney,Sehfor Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. TB My Commission expires the 30th day of June,2021 * �*�{�* Marie C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman, the President,any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this lzm day of March �, 2019 A` SIX g, tir Kevin E.Hughes,Assistant Secretary ro verify the authenticity of this Power ofAttorney,please call us at 1-800-421-3880. .Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2019 Sanitary Sewer CIPP Lining Project Number: 18-3012 NAME OF PROJECT Insituform Technologies,LLC NAME OF BIDDER'S FIRM SIGNATURE 00'AUTHORXtED REPRESENTATIVE OF BIDDER Whittney Schulty Contracting&Attesting Officer 2019 Sanitary Sewer CIPP Lining/Leyrer 20 February 25, 2019 Project Number: 18-3012 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 # 11, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:jInsert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: jInsert Date Original Contract was Signedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2019 Sanitary Sewer CIPP Lining/Leyrer 21 February 25, 2019 Project Number: 18-3012 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: Timothy1. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2019 Sanitary Sewer CIPP Lining/Leyrer 22 February 25, 2019 Project Number: 18-3012 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Minimum bid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand notarized ..............................................................❑ Certification of Compliance with Wage Payment Statutes....................❑ ProposalSignature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form.................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2019 Sanitary Sewer CIPP Lining/Leyrer 23 February 25, 2019 Project Number: 18-3012 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. 2019 Sanitary Sewer CIPP Lining/Leyrer 31 February 25, 2019 Project Number: 18-3012 AC6R ® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) lib. i 7/1/2019 3/22/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER LOckton Companies NAME, Three City Place Drive,Suite 900 PHONE FAX St.Louis MO 63141-7081 E-MAILo Ext: Evc No (314)432-0500 ADDRESS: INSURERS)AFFORDING COVERAGE NAIC# INSURER A:XL Insurance America Inc. 24554 INSURED Insltuform Technologies,LLC INSURER B:ACE American Insurance Company 22667 1347996 17988 Edison Avenue INSURER C:Indemnity Insurance Co of North America 43575 Chesterfield MO 63005 INSURER D:Starr Indemnity&Liability Company 38318 INSURER E: INSURER F: COVERAGES INSTE02 CERTIFICATE NUMBER: 15973642 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR I POLICY NUMBER MM/DD/YYYY MM/DDNYYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 A X Y Y CGD300084903 7/1/2018 7/l/2019 DAMAGE TO RENTED CLAIMS-MADE � OCCUR PREMISES Ea occurrence $ 1,000,000 A X Independt Contractor BROAD FORM PD/CONTRACTI JAL MED EXP(Any one person) $ 10,000 X XCU PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY PECOT- � LOC PRODUCTS-COMP/OP AGG $ 41000,000 OTHER: $ B AUTOMOBILE LIABILITY y y ISA H25158945 7/1/2018 7/1/2019 COMBINED SINGLE LIMIT $ Ea accident 5,000,000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS XXXXXXX HIRED NON-OWNED PROPERTY DAMAGE `r`r AUTOS ONLY AUTOS ONLY Per accident $ xxXXXXX $ XXXXXXX D UMBRELLA LIAB X OCCUR Y Y 1000095154181 7/1/2018 7/1/2019 EACH OCCURRENCE $ 10,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED RETENTION$ $ XXXXXXX B AND EMPLOYERS'LIABILITY WLRC65224987(CA/MA) 7/1/2018 7/1/2019 X STATUTE C WORKERS COMPENSATION Y , C ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WLRC6522494A(AOS) 7/I/2018 7/I/2019 E.L.EACH ACCIDENT $ 11000,000 C OFFICER/MEMBER EXCLUDED? NIA (EXCLUDING MONOPOLISTIC (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:INSITUFORM JOB NO.202290:2019 SANITARY SEWER CIPP LINING PROJECT NO. 18-3012.*SEE ATTACHED* CERTIFICATE HOLDER CANCELLATION See Attachments 15973642 CITY OF KENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE AVENUE SOUTH THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 8032 220 4TH AV KENT WA 9ENU ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATILYFw oto ©1988-2 CORD CORPORATI N. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CONTINUATION DESCRIPTION OF OPERATION S/LOCATIONSfVEH ICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS(Use only if more space is required) CITY OF KENT IS ADDITIONAL INSURED UNDER GENERAL LIABILITY AND AUTOMOBILE LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS WHERE REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS,BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT OF THE NAMED INSURED'S OPERATIONS. CITY OF KENT IS ADDITIONAL INSURED UNDER EXCESS LIABILITY IF REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS,BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT OF THE NAMED INSURED'S OPERATIONS.WAIVER OF SUBROGATION APPLIES UNDER GENERAL LIABILITY,AUTOMOBILE LIABILITY,WORKERS'COMPENSATION,AND EXCESS LIABILITY IF REQUIRED BY WRITTEN CONTRACT, EXECUTED PRIOR TO LOSS,AND WHERE PERMISSABLE BY LAW.SEVERABILITY OF INTEREST,SEPARATION OF INSUREDS,AND CROSS SUITS LIABILITY IS INCLUDED UNDER THE GENERAL LIABILITY,AUTOMOBILE LIABILITY,AND EXCESS LIABILITY. ACORD 25(2016/03) Certificate Holder ID: 15973642 Attachment Code:D545910 Master ID: 1347996,Certificate ID: 15973642 qup LCKKTON CITY OF KENT 220 4TH AVENUE SOUTH KENT WA 98032 To whom it may concern: In an effort to meet demand for more timely delivery of certificates, Lockton Companies now provides paperless delivery of Certificates of Insurance. Thank you for your patience and willingness to help lessen our environmental footprint. To ensure electronic delivery for future renewals of this certificate,we need your email address. Please contact us via one of the methods below, referencing the Certificate ID found at the top of this page. • Email: PCertificate(a,lockton.com; • Phone: (866) 728-5657(toll-free) Please notify us if this certificate is no longer needed. Thank you, Lockton Companies Lockton Companies Three CityPlace Dr, Suite 900/St.Louis,MO 63141-7088 314-432-0500/lockton.com Attachment Code:D544786 Certificate ID: 15973642 POLICY NUMBER: CGD300084903 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED IN VARIOUS AS REQUIRED PER WRITTEN CONTRACT. A WRITTEN CONTRACT OR WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE"BODILY INJURY" OR"PROPERTY DAMAGE"OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT,INCLUDING INDEMNIFICATION AGREEMENTS. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclusions organization(s) shown in the Schedule, but only with apply: respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" caused, "property damage"occurring after: in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions;or equipment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project(other than service, maintenance or behalf; repairs) to be performed by or on behalf of the in the performance of your ongoing operations for the additional insured(s) at the location of the covered additional insured(s) at the location(s) designated operations has been completed;or above. 2. That portion of"your work" out of which the injury However: or damage arises has been put to its intended use by any person or organization other than another 1. The insurance afforded to such additional insured contractor or subcontractor engaged in performing only applies to the extent permitted by law;and operations for a principal as a part of the same 2. If coverage provided to the additional insured is project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 ©Insurance Services Office, Inc.,2012 Page 1 of 2 Attachment Code:D544786 Certificate ID: 15973642 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of Insurance additional insureds, the following is added to shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the applicable required by a contract or agreement, the most we Limits of Insurance shown in the Declarations. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 Attachment Code:D544786 Certificate ID: 15973642 POLICY NUMBER: CGD300084903 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT TO INCLUDE AS AN CONTRACT. ADDITIONAL INSURED PROVIDED THE"BODILY INJURY'OR"PROPERTY DAMAGE"OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT, INCLUDING INDEMNIFICATION AGREEMENTS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to Section organization(s) shown in the Schedule, but only III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we will your work" at the location designated and pay on behalf of the additional insured is the amount described in the Schedule of this endorsement of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of Insurance However: shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted by This endorsement shall not increase the applicable law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 0 Insurance Services Office, Inc.,2012 Page 1 of 1 Attachment Code:D544796 Certificate ID: 15973642 ENDORSEMENT# This endorsement, effective 12:01 a.m., 7/1/2018, forms a part of Policy No. CGD300084903 issued to AEGION CORPORATION By XL Insurance America, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART It is agreed that to the extent that insurance is afforded to any Additional Insured under this policy, this insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required by written contract. All other terms and conditions of this policy remain unchanged. XIL 424 0605 ©, 2005, XL America, Inc. Attachment Code:D544819 Certificate ID: 15973642 POLICY NUMBER: CGD300084903 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work"done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ Attachment Code:D544456 Certificate ID: 15973642 ENDORSEMENT# This endorsement, effective 12:01 a.m., 7/1/2018, forms a part of Policy No. CGD300084903 issued to AEGION CORPORATION By XL Insurance America, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: AS PER SCHEDULE ON FILE WITH 30 THE COMPANY. All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L.America, Inc. All Rights Reserved. Attachment Code:D544797 Certificate ID: 15973642 2 AUTOMATIC ADDITIONAL INSURED ENDORSEMENT Named insured Aegion Corporation Endorsement Number53 Policy Symbol Policy Number Policy Period ISA ISA H25158945 7/1/2018 TO 7/1/2019 Effective Date of Endorsement Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information Is to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SECTION II - LIABILITY COVERAGE, WHO IS AN INSURED is amended to include as an "insured' any person or organization you are required in a written contract or agreement to name as an Additional Insured on your policy but only for "bodily injury"or"property damage"to which this insurance applies if the"accident"is caused by: 1. You,while using a covered"auto"or 2. Any other person,while using a covered"auto"with your permission. The insurance provided by this endorsement shall be subject to the following additional condition: 1. The Limit of Insurance provided for the Additional insured shall not be greater than those required by contract and, In no event, shall the policy Limits of Insurance be increased by the contract. 2, All insuring agreements, exclusions,terms and conditions of the policy shall apply to the coverage(s) provided to the Additional Insured,and such coverage shall not be enlarged or expanded by reason of the contract. 3. Coverage provided by this endorsement shall be excess over any other valid and collectible insurance available to the Additional Insured (s)whether primary, excess, contingent or on any other basis unless the contract specifically requires that this insurance be primary or you request that it apply on a primary basis prior to loss. DA-6.204a(06/14) Page 1 of 1 Attachment Code:D544797 Certificate ID: 15973642 1 NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured Aegion Corporation Endorsement Number 57 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA ISA 7/1/2018 To 7/1/2019 H25158945 issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the Information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM Schedule Organization Additional Insured Endorsement Any additional insured with whom you have agreed to provide such non- contributory insurance, pursuant to and as required under a written contract executed prior to the date of loss. (if no information is filled in, the schedule shall read: 'All persons or entities added as additional insureds through an endorsement with the term 'Additional Insured"in the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy,the following is added to the Other Insurance Condition under General Conditions: If other insurance is available to an insured we cover under any of the endorsements listed or described above (the "Additional Insured")for a loss we cover under this policy,this insurance will apply to such loss on a primary basis and we will not seek contribution from the other insurance available to the Additional Insured. DA-21886b(06/14) Page 1 of 1 Attachment Code:D544792 Certificate ID: 15973642 2 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured Aegion Corporation Endorsement Number 20 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA ISA 7/1/2018To 7/1/2019 H25158945 red By(Name of Insurance Company) E American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto. The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Authorized Representative DA-13115a(06/14) Page 1 of 1 Attachment Code:D543763 Certificate ID: 15973642 NOTICE TO OTHERS ENDORSEMENT SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Aegion Corporation Endorsement Number 54 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA ISA 7/1/2018To 7/1/2019 H25158945 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its expiration dale by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s)or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s)or organization(s)shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will In turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply In the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative ALL-32686(01/11) Page 1 of 1 Attachment Code:D544755 Certificate ID: 15973642 Starr Indemnity & Liability Company Dallas,TX 1-866-519-2522 Waiver of Transfer of Rights of Recovery Against Others to Us Policy Number: 1000095154181 Effective Date: 7/1/2018 at 12:01 A.M. Named Insured: Aegion Corporation SCHEDULE Name Of Person Or Organization: As per required by written contract. SECTION IV. CONDITIONS, condition K. Transfer of Rights of Recovery Against Others to Us is amended to include the following: We waive any right of recovery we may have against the person or organization shown in the Schedule of this endorsement because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard.This waiver applies only to the person or organization shown in the Schedule of this endorsement. All other terms and conditions of this Policy remain unchanged. Signed for the Company as of the Effective Date above: Charles H. Dangelo, President Nehemiah E. Ginsburg,General Counsel XS 233(10108) Page 1 of 1 Copyright©C.V.Starr 8 Company and Starr Indemnity IS Liability Company.All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with Its permission. Attachment Code:D544757 Certificate ID: 15973642 Starr Indemnity & liability Company Dallas,TX 1-866-519-2522 Earlier Notice of Cancellation Provided by US Policy Number: 1000095154181 Effective Date: 7/1/2018 at 12:01 A.M. Named Insured: Aegion Corporation SCHEDULE Number Of Days'Notice 90 For any statutorily permitted reason other than nonpayment of premium,the number of days required for notice of cancellation, as provided in Paragraph 2.of either the Cancellation Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. All other terms and conditions of this Policy remain unchanged. Signed for the company as of the Effective Date above: Charles H. Dangelo, President Nehemiah E.Ginsburg,GeneralCounsel XS 147(10108) Page 1 of 1 Copyright(0 C.V.Starr 8 Company and Starr Indemnity 8 Liability Company.All rights reserved. Includes copyrighted material of ISO Properties,Inc..used with Its permission. Attachment Code:D544826 Certificate ID: 15973642 Workers'Compensation and Employers' Liability Policy Named Insured Endorsement Number AEGION CORPORATION 17988 Policy Number EDISON AVENUE CHESTERFIELD MO 63005 Symbol:WLR Number:WLRC6522494A(AOS) Policy Period Effective Date of Endorsement 7/1/2018 TO 7/1/2019 7/1/2018 Issued By(Name of Insurance Company) Indemnity Insurance Co of North America Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of th policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT,TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto)and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto).According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Representative WC 00 03 13(11/05) Copyright 1982-83,National Council on Compensation Attachment Code:D544740 Certificate ID: 15973642 Workers'Compensation and Employers' Liability Policy Named Insured EndorsementN umber AEGION CORPORATION 17988 EDISON AVENUE CHESTERFIELD MO 63005 Policy Number Symbol:WLR Number: WLRC6522494A(AOS) PolicyPeriod Effective Date of Endorsement 7/1/2018 TO 7/1/2019 7/1/2018 IssuedBy(Name of InsuranceCompany) Indemnity Insurance Co of North America Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s)or organization(s)named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s)or organization(s). The failure to provide advance notification of cancellation to the person(s)or organization(s)shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. This endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM, TX and WI. Authorized Representative WC 99 03 69 (01/11) Page 1 of 1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 1-1 1 -01 Definitions and Terms...................................................... 1 -1 1 -02 Bid Procedures and Conditions.......................................... 1-2 1 -03 Award and Execution of Contract....................................... 1-5 1 -04 Scope of the Work .......................................................... 1-5 1 -05 Control of Work .............................................................. 1-8 1 -06 Control of Material .......................................................... 1-11 1 -07 Legal Relations and Responsibilities to the Public................. 1-14 1 -08 Prosecution and Progress ................................................. 1-19 1 -09 Measurement and Payment .............................................. 1-22 1 -10 Temporary Traffic Control ................................................ 1-24 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-1 2-06 Subgrade Preparation...................................................... 2-2 DIVISION 4 BASES.................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4- DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS.............. 7-1 7-17 Sanitary Sewers ............................................................. 7-1 7-23 Cured In Place Pipe Lining................................................ 7-5 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-8 8-12 Chain Link Fence and Wire Fence ...................................... 8-11 DIVISION 9 MATERIALS............................................................ 9-1 9-05 Cured-I n-Place Pipe ........................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-4 9-16 Fence and Guardrail ........................................................ 9-8 TRAFF I C CONTROL PLANS .............................................................. A-1 PREVA I L 1 NG WAGE RATES.............................................................. A-2 2019 Sanitary Sewer CIPP Lining/Leyrer February 25, 2019 Project Number: 18-3012 KENT SPEC 1 AL PROV I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. D I V I S I ON 1 - GENERAL REQU I REMENTS 1-01 DEF I N I T I ONS 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 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 1 February 25, 2019 Project Number: 18-3012 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 BYADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 2 February 25, 2019 Project Number: 18-3012 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 will 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 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 3 February 25, 2019 Project Number: 18-3012 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. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 4 February 25, 2019 Project Number: 18-3012 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING; 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03. 1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract SECTION 1-04, 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 5 February 25, 2019 Project Number: 18-3012 The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WI TH THE FOLLOWING 8 I TEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 6 February 25, 2019 Project Number: 18-3012 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. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 7 February 25, 2019 Project Number: 18-3012 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 shall prevail. 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 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 8 February 25, 2019 Project Number: 18-3012 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O 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 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 9 February 25, 2019 Project Number: 18-3012 the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2018 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: For the S. 2281" Street sewer CIPP lining, the Contractor shall coordinate its operations and cooperate with the contractor working on the S. 2281" St. Union Pacific Railroad Grade Separation project between 41" Avenue N. and the Union Pacific Railroad tracks. 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 necessary for the performance of the work. The City will make water necessary for the performance of the work available to the Contractor from the City water system. All water shall be drawn from a City of Kent owned hydrant. The exact hydrant to be used will be determined by the City at the pre-construction meeting. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 10 February 25, 2019 Project Number: 18-3012 The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. A Contractor provided gate valve shall be installed on the hose side of the hydrant meter with which to control water flow. The Contractor shall use the minimum amount of water required for the performance of the work. The Contractor shall prevent any unauthorized water use. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, Contractor shall request a meter and one will be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 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 MATER I AL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 11 February 25, 2019 Project Number: 18-3012 1-06.7 Submittals 1-06.70) 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 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 12 February 25, 2019 Project Number: 18-3012 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 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 13 February 25, 2019 Project Number: 18-3012 response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELAT I ONS AND RESPONS I B I L I T I ES TO THE PUBL I C 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 1-07.4(2) IS SUPPLEMENTED BY INSERTING THE FOLLOWING BEFORE THE FIRST PARAGRAPH: 1-07.4(2) Health Hazards The Contractor shall take precautions and perform any necessary Work required to provide and maintain a safe and healthful jobsite for all workers and the public for the duration of the project in accordance with all applicable laws and contract requirements. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 14 February 25, 2019 Project Number: 18-3012 Nothing required by this Specification shall operate as a waiver of the Contractor's responsibility for taking all steps necessary to ensure the safety of the public under Section 1-07.23 or responsibility for liability and damages under Section 1-07.14 or for any other responsibility under the Contract or as may be required by law. Health and Safety Plan The Contractor shall prepare a written Health and Safety Plan. The plan shall be prepared under the supervision of a certified industrial hygienist and shall incorporate all required County, State, and Federal health and safety provisions. The plan shall include requirements of the Federal Occupational Safety and Health Act of 1970 (OSHA), all amendments, and all other applicable health regulations. Preparation of the Health and Safety Plan shall include an initial site assessment by the industrial hygienist and safe resin handling procedures. The plan shall be submitted to the Engineer prior to the pre-construction conference (see KSP 1-08.0). At least one copy of the plan shall be posted at the work site. The industrial hygienist shall perform one or more follow-up site assessments as needed to approve the site following completion of the site cleanup. SECTION 1-07.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.4(4) Measurement "Health and Safety Plan" shall be measured by lump sum. 1-07.4(5) Payment The lump sum unit contract price for "Health and Safety Plan" shall be full payment for all Work associated with the preparation and implementation of the Health and Safety Plan including the initial and follow up assessment(s) for material handling, site cleanup, worker training, personal protective equipment, and providing required notifications. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 15 February 25, 2019 Project Number: 18-3012 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 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 prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 16 February 25, 2019 Project Number: 18-3012 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. 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. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 17 February 25, 2019 Project Number: 18-3012 AT&T Centuryl-ink Dan McGeough Alex Harb 425-896-9830 253-831-0395 Comcast Puget Sound Energy Gas Jerry Steele Glenn Helton 253-288-7532 253-395-6926 206-391-1763 (cell) 425-559-4647 (cell) Puget Sound Energy Power Verizon Hong Nguyen Scott Christenson 253-395-6904 425-636-6046 425-449-6609 (cell) 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. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 18 February 25, 2019 Project Number: 18-3012 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 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 19 February 25, 2019 Project Number: 18-3012 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. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 20 February 25, 2019 Project Number: 18-3012 following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 . Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 21 February 25, 2019 Project Number: 18-3012 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 22 February 25, 2019 Project Number: 18-3012 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 1-09.11 Disputes and Claims SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 23 February 25, 2019 Project Number: 18-3012 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. 1-1 O TEMPORARY TRAFF I C CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521 -0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 2019 Sanitary Sewer CIPP Lining/Leyrer 1 - 24 February 25, 2019 Project Number: 18-3012 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING; 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2019 Sanitary Sewer CIPP Lining/Leyrer 2 - 1 February 25, 2019 Project Number: 18-3012 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATER I NG SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a 2019 Sanitary Sewer CIPP Lining/Leyrer 2 - 2 February 25, 2019 Project Number: 18-3012 meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2019 Sanitary Sewer CIPP Lining/Leyrer 2 - 3 February 25, 2019 Project Number: 18-3012 DIVISION 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Base Course, 1 -1/4 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. This bid item shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. 2019 Sanitary Sewer CIPP Lining/Leyrer 4 - 1 February 25, 2019 Project Number: 18-3012 D I V I S I ON 7 - DRA I NAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-17 SANITARY SEWERS 7-17.3 Construction Requirements SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(1) Protection of Existing Sewerage Facilities The Contractor shall have the sole responsibility for providing and maintaining an adequate sewage bypass system through the project for the duration of the sanitary sewer construction. The adequacy of the bypass system shall be determined by the Engineer and corrected by the Contractor as directed by the Engineer. The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the new piping and the plugged manhole have been cleaned, pressure tested, and CCTV inspected. 7-17.3(2) Cleaning and Testing SECTION 7-17.3(2)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)A General Prior to cured-in-place pipe lining installation, each sewer host pipe shall be thoroughly cleaned to remove any solids and debris from the host pipe by jet cleaning or flush and pigging. After cured-in-place pipe lining installation, each CIPP lined sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction by jet cleaning or flush and pigging. The Contractor shall be responsible to ensure that material flushed from sewers are trapped, and do not enter the downstream system. The City shall approve the Contractor's method prior to cleaning sanitary sewer mains. The rate of flushing shall be such that the flow will not overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to ensure that the lift station is not overloaded. City water used for cleaning sewer lines shall be metered per Section 1 - 05.16 and shall pass through an approved double check valve assembly. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 1 February 25, 2019 Project Number: 18-3012 SECTION 7-17,3(2)F IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air Permeable Materials All testing shall be verified by the City Inspector. All sewer mains and appurtenances shall be air pressure tested for leakage in accordance with Section 7-17 of the WSDOT Standard Specifications as modified by the following: Procedure for Air Testing CIPP Sanitary Sewer Lines The Contractor shall furnish all facilities, equipment, and personnel for conducting the test under the observation of the Engineer. The equipment and personnel shall be subject to the approval of the Engineer. Prior to reinstating the side sewers (laterals), the CIPP installation shall be tested with low-pressure air. Air shall be slowly supplied to the plugged pipe installation until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any ground water that may submerge the pipe. At least two minutes shall be allowed for temperature stabilization before proceeding further. Then, disconnect the air supply and wait until the pressure drops to 3.5 psig greater than the average back pressure of groundwater. The pressure shall be held to the time indicated on the attached tables. Groundwater Pressure p = 0.4332 (z) z = Distance between groundwater surface and centerline of pipe in feet. p = Average back pressure of groundwater above the centerline of the pipe in psi. If the pipe installation fails to meet these requirements, the Contractor shall determine at its own expense the source or sources of leakage, and the Contractor shall repair (if the extent and type of repairs proposed by the Contractor appear reasonable to the Engineer) or replace all defective materials or workmanship. The completed pipe installation shall meet the requirements of this test before being considered acceptable. Caution — When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs.; against a 12-inch plug, 450 lbs. The compressed air acts as a spring_ Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 2 February 25, 2019 Project Number: 18-3012 For systems where groundwater is negligible, at the inspector's discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the following tables. LENGTH OF 6 INCH P I PE (FEET) 0 50 100 150 200 250 300 350 400 = O 0 40 80 118 158 198 238 278 316 C� Z 50 70 110 150 190 228 268 308 348 356 Qp W 100 140 180 220 260 300 338 374 372 368 WO v 150 212 250 290 330 370 390 386 382 378 = W 200 282 322 360 400 404 398 394 390 386 0. 250 352 392 428 418 410 404 400 396 392 0 a 300 422 440 430 422 416 410 404 400 396 W 350 454 442 434 426 420 414 410 404 402 J 400 1 454 444 436 1 428 422 418 412 408 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 1 0 50 100 150 200 250 300 350 400 Z O 0 40 80 118 158 198 238 278 316 11-• 50 110 150 190 228 268 308 348 384 380 0 W 100 220 260 300 338 378 418 420 414 406 W .WW.. 150 330 370 410 448 466 454 444 434 428 W 200 440 480 514 496 482 470 460 450 444 a 250 550 542 522 506 494 482 472 464 456 0 a 300 566 544 528 514 502 492 482 474 466 w 350 566 548 534 520 508 494 490 482 474 J 400 1 566 550 538 1 526 514 504 496 488 482 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH P i PE (FEET) 1 0 50 100 150 200 250 300 350 400 Z O 0 40 80 118 158 198 238 278 316 .-. 50 158 198 238 278 316 356 396 416 408 � IW 100 316 356 396 436 476 492 476 464 454 W U. 150 476 514 554 566 544 526 510 496 486 W 200 634 642 612 584 566 550 534 522 510 H a 250 680 650 624 602 582 566 552 540 528 00. 300 680 654 632 612 596 580 566 554 544 w 350 680 658 638 620 604 590 578 566 556 J 400 680 660 642 626 1 612 600 1 588 576 566 Time in seconds required for decompression from 3.5 psig to 3.0 psig. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 3 February 25, 2019 Project Number: 18-3012 LENGTH OF 6 INCH P I PE (FEET) 1 0 50 100 150 200 250 300 350 400 0 O 0 40 80 118 158 198 238 278 316 2 50 248 288 326 376 406 446 486 476 462 LID w 100 496 534 574 614 624 596 572 552 530 U. U.. 150 742 782 742 704 672 646 624 604 586 G W 200 850 804 766 732 704 680 658 640 624 x a 250 850 812 780 1 752 726 704 1 684 666 1 652 0 a 300 850 818 790 766 742 722 704 688 672 W 350 850 1 822 798 776 756 736 720 704 690 J 400 850 1 826 804 784 766 748 732 718 704 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH P 1 PE (FEET) 0 50 100 150 200 250 300 350 400 c W 0 0 40 80 118 158 198 238 278 316 e- W 50 356 396 436 476 314 554 566 544 526 O 100 712 752 792 794 748 710 680 654 632 = UJI 150 1020 952 896 850 810 778 748 722 700 E- — 200 1020 968 922 884 850 820 794 770 748 Z 0. 250 1020 978 940 906 876 850 826 804 784 J Z300 1020 984 952 922 896 872 850 830 810 _ 350 1020 1 990 960 916 912 890 868 850 832 400 1020 1 992 968 944 922 902 884 866 850 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH P I PE (FEET) 0 50 100 150 200 250 300 350 400 H 0 0 40 80 118 158 198 238 278 316 N W 50 634 674 712 752 792 794 748 710 680 U.U. 100 1268 1246 1156 1082 1020 968 922 884 850 = UJI a 150 1360 1282 1214 1156 1106 1060 1020 984 952 I- — 200 1360 1300 1246 1200 1156 1118 1082 1050 1020 a 250 1360 1312 1268 1228 1190 1156 1124 1096 1068 UJI0 300 1360 1320 1282 1246 1214 1184 1156 1130 1106 Z 350 1360 1324 1292 1262 1232 1206 1180 1156 1134 400 1360 1330 1300 1272 1246 1222 1200 1178 1156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)H IS DELETED AND REPLACED WITH THE FOLLOWING: 7-17.3(2)H Television Inspection The Contractor shall inspect all sanitary sewer lines pre-CIPP- installation and post-CIPP-installation by using a closed circuit television (CCTV) camera. The costs incurred in making all CCTV pipe inspections shall be included in the bid item for CIPP Liner Installation. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 4 February 25, 2019 Project Number: 18-3012 The Contractor shall bear all costs incurred in correcting any deficiencies found during CCTV inspection including the costs of any additional CCTV inspections that may be required by the Engineer to verify the correction of said deficiencies. The CCTV inspection of sanitary sewer lines shall be performed by experienced personnel trained in locating sewer breaks, obstructions, and service connections using CCTV inspection techniques. The sewer line interior shall be carefully inspected to determine the location of any conditions that may prevent proper installation of CIPP. The Contractor shall review and submit to the Engineer a pre- installation closed circuit television (CCTV) video recording on digital video disc (DVD) and a written pipe inspection report. The Contractor shall verify and certify that the sanitary sewer to be lined is suitable in every way for rehabilitation by the CIPP method. Any lining work performed by the Contractor after the pre-installation CCTV inspection is considered the Contractor's certification that the CIPP method is applicable and that the pipeline is suitable for lining. After the reinstatement of all lateral connections and cleaning of the CIPP lines, the Contractor shall complete a CCTV inspection of the CIPP lines and submit to the Engineer a post-installation CCTV video recording on digital video disc (DVD) and a written pipe inspection report. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-23 CURED IN PLACE PIPE LINING 7-23.1 Description Section 7-23 describes work consisting of the rehabilitation of existing sanitary and storm sewer pipe by the cured-in-place pipe (CIPP) liner method. 7-23.1 (1) References Materials, construction, and testing practices shall conform to the following ASTM standards [This Section 7-23 incorporates by reference the latest revisions of the documents listed below. In case of conflict between the requirements of this Section 7-23 and the listed documents, the requirements of this Section 7-23 shall take precedence. All references to codes and standards shall be to the latest revised version.] : Reference Title ASTM D543 Standard Practice for Evaluating the Resistance of Plastics to Chemical Reagents ASTM D638 Standard Test Methods for Tensile Properties of Plastic 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 5 February 25, 2019 Project Number: 18-3012 ASTM D790 Standard Test Methods for Flexural Properties of Non- reinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D792 Standard Test Methods for Density and Specific Gravity of Plastics by displacement ASTM D903 Standard Test Method for Peel or Stripping Strength of Adhesive Bonds ASTM D2122 Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings ASTM D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics ASTM D5813 Standard Specification for Cure-In-Place Thermosetting Resin Sewer Pipe ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube ASTM F2561 Standard Practice for Rehabilitation of a Sewer Service Lateral and Its Connection to the Main Using a One Piece Main and Lateral Cured-in-Place Liner 7-23.2 Materials Materials shall meet the requirements of Section 9-05.30. 7-23.3 Construction Requirements 7-23.3(1) Licensing, Certifications, and Experience Requirements 1 . The CIPP installing Contractor or Subcontractor shall have a current license agreement with the product supplier, and a certification confirming that the Contractor's handling and installation procedure is compatible with the CIPP product supplied. Submit certification documentation to the Engineer prior to installation. 2. Individuals installing the CIPP shall be certified by the product supplier. Submit certification documentation to the Engineer prior to installation. 3. CIPP Manufacturers seeking approval for this project shall meet all of the following criteria (unless approved otherwise by the City): a. A minimum of 1,000,000 linear feet of the CIPP product shall have been installed in the U.S. Acceptable documentation of these minimum installation requirements shall be submitted to the City. 4. Installing Contractors seeking approval for this project shall meet all of the following criteria (unless approved otherwise by the City): a. The Installing Contractor shall have at least five (5) years active experience in CIPP installation. b. The Installing Contractor shall have successfully installed at least 1 ,000,000 feet of CIPP products in wastewater collection systems. Acceptable documentation of these minimum installation requirements shall be submitted to the City. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 6 February 25, 2019 Project Number: 18-3012 C. The Installing Contractor's Field Superintendent shall have a minimum of two (2) years of CIPP installation experience, successfully installed at least 50,000 linear feet of 6-inch to 36-inch diameter CIPP sewer lines, field experience on a minimum of ten (10) projects that required sewage bypass pumping, and shall be on site during the installation of the C I PP products. d. At least two (2) CIPP installation crew members shall each have a minimum of two (2) years of CIPP installation experience. e. The Curing Technician shall be certified and approved as an operator by the CIPP product manufacturer or an independent testing agency. The Contractor shall provide the City with the name and certification information of the Curing Technician. f. The Lateral Reinstatement Technician shall have a minimum of two (2) years of experience operating the remote cutting equipment during the reinstatement of side sewers (laterals) after CIPP installation. The Lateral Reinstatement Technician shall have reinstated a minimum of five hundred (500) side sewer connections. The Contractor shall provide the City with the name and experience documentation of the Lateral Reinstatement Technician. g. The Contractor shall submit written notification to the Engineer of any crew changes. Notification shall be a minimum of five (5) working days prior to the date of actual change. 7-23.3(2) Safety Requirements The Contractor shall perform all Work in strict accordance with all OSHA/WISHA requirements and the manufacturers' safety requirements. Particular attention is drawn to the safety requirements regarding entering confined spaces. 7-23.3(3) Odor Control Plan The Contractor shall submit an Odor Control Plan to the Engineer for approval prior to starting construction. The Odor Control Plan shall outline the specific measures and procedures to be implemented if the City or Contractor receives a public complaint regarding styrene emissions or other construction-related odors. Specific measures to address odor complaints may include ventilating upstream and downstream manholes, odor monitoring, using pressure cleaners, fans or other measures to reduce or eliminate styrene odors, and other industry standard practices that minimize project-related odors. 7-23.3(4)A CIPP Repair Plan The Contractor shall submit a CIPP Repair Plan to the Engineer for approval prior to starting construction. The Repair Plan shall outline the specific repair or replacement procedures for potential defects that may occur in newly installed CIPP. Repair and replacement procedures shall 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 7 February 25, 2019 Project Number: 18-3012 be in accordance with the recommendations of the CIPP system manufacturer. Defects in the installed CIPP that will not affect the operation and long- term life of the product shall be identified and defined in the Repair Plan. Repairable defects that may occur in new CIPP installations shall be defined in the Repair Plan. For each repairable defect defined, the Contractor shall include a detailed step-by-step repair procedure which results in a finished product meeting the requirements of these contract specifications. Un-repairable defects that may occur in new CIPP installations shall be defined in the Repair Plan. For each un-repairable defect defined, the Contractor shall include a detailed recommended procedure for the removal and replacement of the defective CIPP. For the purposes of the Repair Plan, damages to the host pipe or lateral connections caused during the removal of intruding laterals, pipe cleaning, CIPP installation, or opening of active laterals are considered defects. 7-23.3(4)B Tree, Vegetation, and Soil Protection Plan The Contractor shall submit a Tree, Vegetation, and Soil Protection Plan to the Engineer for approval prior to starting construction. The Tree, Vegetation, and Soil Protection Plan shall outline how the Contractor will protect trees, vegetation, and soil from damage and contamination. 7-23.3(5) Quality Assurance At the request of the Engineer, the Contractor shall schedule and organize a 2-hour conference call with the product Supplier's representative to discuss installation and inspection issues. Inspection items may include pre-installation requirements, product identification, installation procedures, equipment operation, and post-installation requirements. The Supplier shall also provide a checklist containing key elements of the CIPP installation criteria that are important for the City's Inspector to ensure that quality control and testing requirements are performed in accordance with Supplier's recommendations. Invitees to the conference call shall include the City's Project Manager, Project Engineer, Construction Engineer, Construction Inspector, and other identified project staff, and the Contractor's Project Manager and Superintendent. The finished CIPP shall be continuous over the entire length of an insertion run between the upstream and downstream manholes, and shall be free from visual defects such as foreign inclusions, dry spots, lift spots, pinholes, delaminating, and tears. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 8 February 25, 2019 Project Number: 18-3012 Folds or wrinkles in the finished CIPP which protrude into the pipe by more than 5% of nominal host pipe diameter are unacceptable and shall be removed and repaired by the Contractor. All repair work shall be at the Contractor's expense. Methods of repair shall be in accordance with the Contractor's approved Repair Plan. 7-23.3(6) Cleaning of Host Pipe and Pre-Installation CCTV Inspection The Contractor shall clean each sewer pipe to be lined prior to the installation of the liner per Section 7-17.3(2). All closed circuit television (CCTV) inspections shall conform to Section 7-17.3(2)H. The Contractor shall notify the Engineer a minimum of three (3) working days prior to performing the pre-installation CCTV inspection and shall provide the Engineer with a copy of the CCTV video and report for approval prior to the installation of the liner. During the pre-installation CCTV inspection, the Contractor shall determine the exact locations of the lateral connections to be reinstated. 7-23.3(7) Public Notification The Contractor shall implement a public notification program and be responsible for contacting each home or business connected to the sewer to be lined. The Contractor shall inform the residents of the work to be conducted and when the sewer will be off-line. The Contractor shall deliver a door hanger, which will be provided by the City, to each home or business two (2) weeks and then again 24 hours prior to any work being performed on the sewer line. Side sewers shall not be out of service for more than six (6) hours. 7-23.3(8) CIPP Installation Plan Prior to CIPP installation, the Contractor shall submit a CIPP Installation Plan to the Engineer for approval. The CIPP Installation plan shall be in accordance with the CIPP Supplier's recommendations for the system used, and in accordance with this Project Manual. The CIPP Installation Plan submittal shall include at a minimum, the following elements: 1 . Manufacturer's product data for the hydrophilic end seals used and installation procedures. 2. Liner product data and pre-installation and installation procedures, including the following: a. Pre-installation storage procedures, temperature control, and handling procedures b. Minimum and maximum allowable pressures during insertion of the liner (inversion installation) C. Maximum allowable rate of liner installation d. Inflation procedures (minimum and maximum pressures, temperatures, and duration) e. Curing procedures (minimum and maximum pressures, temperatures, and durations, and cooling down processes.) f. Lateral reinstatement installation procedures. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 9 February 25, 2019 Project Number: 18-3012 3. Equipment list and calibration record, including the following: a. All equipment required to completely install the CIPP, including reinstating laterals b. Backup equipment kept on site in the event of equipment breakdown C. Mitigation procedure in the event of key equipment failure for non-redundant equipment d. Most recent calibration records for temperature and pressure monitoring equipment 7-23.3(9) Temporary Sewer Bypass For C I PP I nstaIlation The Contractor shall furnish a temporary sewer bypass system for each lining site per Section 7-17.3(1). 7-23.3(10) CIPP Installation 7-23.3(1O)A General CIPP installation shall be in accordance with the latest version of ASTM F1216 for Resin-Impregnated Flexible Tube (Felt Lining with Water Curing), Supplier's recommendations, and as described below, except that Steam Curing is not allowed for this project. Fiberglass Lining and Ultraviolet Light Curing is also not allowed for this project. Neither the CIPP system, nor its installation shall cause adverse effects to any of the City's and Metro Sewer's processes or facilities. The use of the product shall not result in the formation or production of any detrimental compounds or by-products at the wastewater treatment plant. The Contractor shall notify the Engineer and identify any by- products produced as a result of the installation operations, test and monitor the levels, and comply with any and all local waste discharge requirements. The Contractor shall cleanup, restore existing surface conditions and structures, and repair any of the CIPP installations determined to be defective. The Contractor shall conduct installation operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians, businesses, and property owners or tenants. The completed CIPP shall protrude a minimum of '/4" and not more than 1-'/2" into each manhole. 7-23.3(1O)B Felt Lining Installation With Water Curing 1 . Sealing of Pipe Liner at the Ends: To prevent water movement between the host pipe and liner, provide a hydrophilic end seal at both the upstream and downstream ends of the rehabilitated segments and between manholes. The seals shall be watertight. Seals shall be installed within 2 feet of the manhole channel entrances or exit points to be lined. See Section 9-05.30(1)B. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 10 February 25, 2019 Project Number: 18-3012 2. Resin Impregnation: The wet-out procedure for flexible fabric tube (felt liner) impregnation shall conform to the following requirements: a. Furnish flexible fabric tube (felt liner) per special provision 9- 05.30(1)A. The outside and/or inside layer of the tube liner shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate, if applicable, vacuum impregnation and monitoring of the resin saturation during the resin impregnation (wetout) procedure. This membrane shall be compatible with the curing method. b. Vacuum-impregnate the felt liner with resin under controlled conditions. C. Use a volume of resin sufficient to fill all voids in the liner material at nominal thickness and diameter. Volume shall be adjusted by adding 5 to 10% excess resin for the change in resin volume due to polymerization and to allow for any migration of resin into the cracks and joints of the host pipe. Keep logs of resin volume actually used in the wet out process and submit to Engineer prior to installation. d. The resin impregnated tube shall be stored in accordance with Supplier recommendations and in such a manner that it will not be damaged, exposed to direct sunlight, exposed to any curing environment, or result in a public safety hazard. All materials may be subject to inspection and review by the Engineer prior to installation. e. Field (or onsite) wet out is not allowed for manhole to manhole CIPP liner installations. 3. Liner Installation: Liner installation shall conform to the following requirements: a. I nversion Method i. The product shall be inserted through an existing manhole or other access point by means of the Supplier's recommended installation process and in accordance with ASTM F1216. The application of a hydrostatic head or compressed air shall fully extend the liner to the next designated manhole or termination point, fully inflate the liner, and firmly adhere the liner to the host pipe wall in accordance with ASTM F1216, Section 7.4. ii. The rate of the product installation shall not exceed the maximum rate recommended by the Supplier. b. Pull in Place Method i. The Pull in Place Method is not allowed for this project. C. A lubricant may be used by the Contractor at their discretion to reduce friction during the liner installation. The lubricant shall be approved for use by both the Supplier and the Engineer, shall be a nontoxic product that meets the King 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 11 February 25, 2019 Project Number: 18-3012 County Industrial Waste discharge regulations, is acceptable for discharge into City and Metro sewers, shall have no detrimental effect on the liner and resin, and shall not support bacteria growth. 4. Water Curing a. After placement of the liner is complete, the Contractor shall provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water throughout the lined section to raise the temperature uniformly above the temperature required to affect the resin cure, in accordance with the resin Supplier's instructions. The temperature and pressure requirements shall be determined by the liner and resin Supplier based on the resin/hardener system employed, and shall be maintained in accordance with the Supplier's instructions and ASTM F1216. b. The heat source shall be fitted with continuous monitoring thermocouples to measure and record the temperature at the liner ends closest to and furthest from the heat supply. Water temperature during the cure period, as measured and recorded at the heat source inflow and outflow return lines, shall be in accordance with the resin Supplier's instructions. Temperature of the CIPP shall be monitored through the use of continuous monitoring thermocouples inserted between the CIPP and host pipe at the liner end farthest from the heat source. C. The Contractor shall provide standby equipment to maintain the heat source supply. d. The Contractor shall submit a copy of the boiler log to the Engineer for each CIPP installation. The boiler log shall contain, but not be limited to, the following: i. Date of Installation ii. Site number(s) and address iii. The curing method used (Water). iv. The time when the pipe is at pressure and begins curing. V. Pressure readings vi. Temperature readings from cure start to the end of the cool down period. vii. Time of cure from start to finish. viii. Time of cool down from start to finish. Both temperature and pressure reading shall be recorded at a minimum every 15 minutes throughout the curing and cool down process. 5. Cool Down 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 12 February 25, 2019 Project Number: 18-3012 a. The Contractor shall follow the resin Supplier's cool-down instructions prior to relieving the static head. b. When relieving the static head, the discharged water temperature shall not exceed 100 degrees Fahrenheit. C. The rate of water being discharged while relieving the static head shall not exceed the capacity of the downstream pipe. The Contractor shall be responsible for determining the capacity of the downstream pipe prior to relieving the static head. Any damage resulting from the discharge operation including sewer backups shall be addressed by the Contractor, at the Contractor's expense. d. The Contractor shall ensure that no vacuum is induced on the new CIPP during the release of head which could damage the installation. e. The Contractor shall not allow debris from the curing and installation process to be discharged downstream. 7-23.3(11) Testing 1 . Material Testing a. Contractor shall provide restrained field samples as per ASTM F1216. The samples shall be large enough to allow for a minimum of five specimens for flexural testing per ASTM D790. One sample per CIPP installation shall be taken. If more than one section of mainline pipe was lined in one installation, one restrained sample shall be sufficient. Testing of the samples will be performed by the City's Materials Testing Laboratory. Tests will be conducted in accordance with ASTM D790, D3567 and D5813. Samples shall be clearly marked with the location, date, diameter, and wall thickness. Samples shall be furnished to the Engineer within 24 hours of installation. b. The Contractor shall be required, at no expense to the City, to replace or repair any CIPP liners that failed the flexural or wall thickness testing. 2. Field Testing a. Low Pressure Air Test: Each CIPP installation section shall be low pressure air tested prior to reinstatement of service laterals as specified in Section 7-17.3(2)F. b. Visual inspection of the CIPP shall be in accordance with applicable sections of ASTM F1216. C. After completion of the liner insertion, curing, service lateral reinstatement, and end sealing, the Contractor shall perform a CCTV inspection and shall provide the Engineer with a copy of the post-installation CCTV video and report. All CCTV inspections shall conform to Section 7-17.3(2)H. d. The Contractor shall repair the CIPP per Supplier recommendations if defects, including infiltration of groundwater, are observed. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 13 February 25, 2019 Project Number: 18-3012 7-23.3(12) Reinstatement of Laterals and Post-I nstallation CCTV Inspection After the lining material has cured, and the low-pressure air test has been completed to the satisfaction of the Engineer, the Contractor shall immediately relieve each lateral identified for reinstatement by opening a hole large enough to allow the liquid to drain off. The Contractor shall then reinstate the laterals to a minimum of 95% of their original diameter. The CIPP shall be made flush with the invert of the lateral. The opening, when complete, shall be smooth with no rough edges that could cause debris to collect and cause future blockages. All laterals shall be completely reinstated on the same day the liner was inserted. If reinstatement is delayed for any reason, it shall be the Contractor's responsibility to accommodate the property owner by bypassing their lateral, if needed, at no additional cost to the City. The Contractor shall ensure that no damage to the laterals occurs as a result of the lateral opening. If the lateral opening cutter damages the lateral, the Contractor shall repair the lateral connection as approved by the Engineer. Repair of damage done to lateral connections shall be per the approved repair plan at no additional cost to the City. The lateral cutter shall be operated in the same direction as the pre- lining CCTV inspection and measured from the same reference point as the verified list of active laterals. The Contractor shall reinstate all existing lateral connections, unless the CCTV inspection shows the existing lateral connection capped at the main. The Contractor shall seal the connection between each reinstated lateral and the CIPP in accordance with the Manufacturer's recommendations. The lateral connection seal shall be water tight for a groundwater pressure equal to the groundwater table being at the ground surface. The lateral connection seal shall not impede the flow in the reinstated lateral or the CIPP. Following lateral reinstatement, the Contractor shall remove all shavings and debris resulting from the reinstatement operations. All shavings and debris must be captured and removed. The Contractor shall not permit any debris to travel downstream of the project site. At the Engineer's request, the Contractor shall provide all coupons and shavings/debris for visual inspection prior to disposal. The post installation inspection shall be made with no flow in the pipe except flow from side sewers connected directly to the pipe being inspected. The view shall be up close, and shall slowly pan each lateral opening. During the post CCTV inspection, the camera must show the new CIPP at the upstream and downstream manholes to provide visual on the hydrophilic end seals. Each CCTV inspection shall include a close 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 14 February 25, 2019 Project Number: 18-3012 up view of the cut at each lateral invert. All CCTV inspections shall conform to Section 7-17.3(2)H. 7-23.3(13) Clean-Up and Restoration The Contractor shall maintain all project sites in a neat and orderly condition throughout the construction period. On or before the physical completion date, the Contractor shall clean and remove from the project site all surplus and discarded materials, temporary structures, and debris of any kind. The project site shall be left in a neat and orderly condition, equal to or better than prior to construction. 7-23.3(14) As-Built Records As-built records of CIPP installations shall be submitted to the Engineer within two weeks of the CIPP installations and CCTV inspections. At a minimum, the as-built records shall include the following: 1 . The start and completion dates of the CIPP installations 2. The length of CIPP pipe(s) 3. Pipe size 4. Upstream and downstream manhole numbers 5. The location of the repairs and laterals in relation to either the upstream manhole (USMH) or downstream manhole (DSMH) 6. Type and thickness of liner installed 7. Number of laterals reinstated 8. The approximate depth of the repairs 9. Any unusual circumstances of repairs 10. Site address of repairs 11 . Type of Liner (Felt) 12. Name of liner manufacturer 7-23.305) Warranty The Contractor shall provide a full materials warranty from the pipe liner manufacturer for a period of five (5) years from the date of Physical Completion. The Contractor shall warrant each CIPP line against defects in surface preparation, lining application, and workmanship for a period of one (1) year from the date of Physical Completion. In the event that any defects are found in surface preparation, lining application, or workmanship during the one year warranty period, the five year materials warranty shall restart from the time any repairs have been made and accepted by the Engineer. The Contractor shall, within one month of written notice thereof, repair defects in materials and workmanship that may develop during said one year period. Defects shall be defined as: evidence of visible leakage of groundwater through the CIPP system, delaminating of any portion of the CIPP system as visible from CCTV inspection, or separation of any part of the CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated area is 95 percent or less of the completed 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 15 February 25, 2019 Project Number: 18-3012 CIPP system inside diameter. The Contractor shall also repair any damage to other Work, damage to sewer system components, damage to buildings, houses, or environmental damage caused by the backup of the sewer because of the failure of the lining system or repairing of same. Repairs shall include removal of the existing CIPP and lining if possible, or excavation and replacement of the section of pipe where the defect occurs. 7-23.4 Measurement CIPP Liner Installation shall be measured by the linear foot of CIPP liner installed, tested, and approved. "Reinstate Lateral Connection" shall be measured per each lateral connection reinstated and approved. "Odor Control Plan", "CIPP Repair Plan", "CIPP Installation Plan", "As- Built Records", and "Tree Vegetation, and Soil Protection Plan" will not be measured but will be paid for on a lump sum basis. 7-23.5 Payment The unit contract price per linear foot for "CIPP Liner Installation, 8 Inch Diameter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for CIPP liner installation, including but not limited to bypass pumping and/or diversion, pipe cleaning, removal and disposal of debris from the pipe, pre-construction and post-construction CCTV, testing, site cleanup, and all other work required to provide a complete cured-in-place pipe installation. The unit contract price per each for "Reinstate Lateral Connection" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for lateral connection reinstatement, including but not limited to bypass pumping and/or diversion, pipe cleaning, removal of debris from the pipe, pre- construction and post-construction CCTV, testing, and all other work required to reinstate a lateral (side sewer) connection. The lump sum contract price for "Odor Control Plan" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to prepare, submit, update, and implement the odor control plan. The lump sum contract price for "CIPP Repair Plan" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to prepare, submit, update, and implement the CIPP repair plan. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 16 February 25, 2019 Project Number: 18-3012 The lump sum contract price for "CIPP Installation Plan" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to prepare, submit, update, and implement the CIPP installation plan. The lump sum contract price for "As-Built Records" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to prepare, submit, revise and resubmit as necessary the CIPP as-built records. The lump sum contract price for "Tree, Vegetation, and Soil Protection Plan" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to prepare, submit, update, and implement the tree, vegetation, and soil protection plan. 2019 Sanitary Sewer CIPP Lining/Leyrer 7 - 17 February 25, 2019 Project Number: 18-3012 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING 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 BYADDING 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 BYADDING THE FOLLOWING: 8-01.3(1) 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. 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 1 February 25, 2019 Project Number: 18-3012 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 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 2 February 25, 2019 Project Number: 18-3012 3. City of Kent 2017 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 8-01.3(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. 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 3 February 25, 2019 Project Number: 18-3012 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. 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 4 February 25, 2019 Project Number: 18-3012 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 lbs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400 ibs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(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 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 5 February 25, 2019 Project Number: 18-3012 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 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 BYADDING 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 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 6 February 25, 2019 Project Number: 18-3012 and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or 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 I nspection 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 BYADDING 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. 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 7 February 25, 2019 Project Number: 18-3012 SECT/ON 8-01.4 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.4 Measurement "Surface Restoration" shall be measured by the lump sum. SECT/ON 8-01.5 /S SUPPLEMENTED BYADD/NG THE FOLLOWING: 8-01.5 Payment The lump sum contract price for "Surface Restoration" shall be full pay for all labor, materials, tools, and equipment necessary to complete the surface restoration of all areas disturbed by the Contractor to equal to or better than pre-construction condition (as determined by the Engineer), including but not limited to sod, landscaping, hardscape, and pavement restoration. 8-02 ROADS I DE RESTORAT I ON SECT/ON 8-02.1 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECT/ON 8-02.1 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 8 February 25, 2019 Project Number: 18-3012 SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber ................................. 9-14.4(2) Special Planting Mixture............................. 9-14.4(9) Erosion Control Devices ............................. 9-14.5 Plant Materials.......................................... 9-14.6 Street Trees............................................. 9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 9 February 25, 2019 Project Number: 18-3012 Refer to Section 8-02.3(4) of the WSDOT Standard Specifications. SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. SECTION 8-02.3(19) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11) Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "wood chip mulch." A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 8-02.3(93) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 10 February 25, 2019 Project Number: 18-3012 The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1 . Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so.as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.5 Payment All costs for roadside restoration work shall be included in the lump sum contract price for "Surface Restoration" (see Section 8-01 .5). 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 11 February 25, 2019 Project Number: 18-3012 accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. 8-12.3 Construction Requirements SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. Security fence shall meet WSDOT Standard Plan L-40.20-01 ; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18" wide, 6" thick, concrete mow strip with medium brush finish. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.4 Measurement Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Remove and Restore Fence," per linear foot. "Temporary Fencing," per linear foot. 2019 Sanitary Sewer CIPP Lining/Leyrer 8 - 12 February 25, 2019 Project Number: 18-3012 DIVISION 9 - MATERIALS 9-05 DRAINAGE STRUCTURES AND CULVERTS DIVISION 9 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 9-05.30 Cured-I n-Place Pipe 9-05.30(1)A Cured-I n-Place Pipe CIPP products and materials shall be in accordance with the latest version of ASTM F1216 for Resin-Impregnated Flexible Tube (Felt Liner), with Supplier's recommendations and as described below. Fiberglass Lining and Ultraviolet Light Curing is not allowed for this project. 1 . CIPP Design Criteria The CIPP design shall be in accordance with the latest version of ASTM F1216, with physical properties and chemical resistance demonstrated per ASTM D5813, F1216 for Type I11, Grade 2 CIPP classification, with final approval from the Engineer. The liner thickness shall be designed based on the engineering formulas listed in ASTM F1216 for "fully deteriorated" host pipes and the conditions indicated in the Table below. Flexural Modulus of Elasticity See Section below based on (Short Term) curing method Flexural Strength (Short Term) See Section below based on curing method -Design Safety Factor 2.0 -Creep Retention Factor 50% Ovality 2%, or as measured by field inspection Constrained Soil Modulus Per ASTM D3839, Soil Class I I I at 90% compaction Groundwater Depth At ground surface Soil Depth Asspecified in the contract Live Load HS-25 Soil Unit Weight 120 lbs/cf Minimum Service Life 50 years Design pipe lengths shall be from manhole to manhole. The Contractor shall field verify lengths prior to ordering materials. The diameter of the existing pipes may be different from the nominal inside diameter due to manufacturing or construction tolerances, settlement or corrosion. It is the Contractor's responsibility to determine the diameter of each liner prior to ordering materials. The composite materials of the flexible tube and resin shall, upon installation inside the host pipe, meet or exceed the minimum CIPP initial structural properties indicated in ASTM F1216, the 2019 Sanitary Sewer CIPP Lining/Leyrer 9 - 1 February 25, 2019 Project Number: 18-3012 Contractor's approved design for that location and the initial chemical properties of ASTM D5813 when tested in accordance with ASTM D790 and D5813. For each sewer line, the Contractor shall submit site specific design calculations including wall thickness, liner length, and resin volume requirements of the CIPP to the Engineer for approval prior to the start of construction. The Contractor's CIPP design calculations shall be stamped by a Professional Engineer registered in the State of Washington. In addition to sewer line specific design calculations, the Contractor shall submit the Manufacturer's product data for the CIPP system used to the Engineer for approval prior to the start of construction. This product data submittal shall include the following items: a. Manufacturer's product information and material safety data sheets for product components in the raw resin, hardeners, solvents, and other compounds or chemicals used in this project. b. Technical data demonstrating that the CIPP system meets the chemical resistance and corrosion resistance requirements of ASTM D5813, and F1216 (Appendix X2) for Type I11, Grade 2 CIPP. C. Technical data demonstrating that the CIPP system has been manufactured, sampled, and tested in accordance with ASTM D5813, and F1216. 2. Flexible Fabric Tube (Felt Liner) Flexible Fabric Tube (felt liner), including main line pipe applications, shall consist of one or more layers of flexible needled felt or an equivalent non-woven material, or a combination of non- woven and woven materials capable of carrying resin and withstanding installation pressures. The felt liner shall be manufactured in accordance with ASTM F1216 and ASTM D5813. a. The liner shall be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed in the length of the liner. No overlapping sections shall be allowed in the circumference of the liner when felt liner is used. b. The liner shall be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends. C. The liner shall be marked at regular intervals along its entire length, not to exceed 5 feet. Markings shall include Supplier's name or identifying symbol. 2019 Sanitary Sewer CIPP Lining/Leyrer 9 - 2 February 25, 2019 Project Number: 18-3012 d. The liner shall be manufactured with materials from a consistent supplier. All materials of a similar type shall be from a single source for the entire project. e. The liner shall be fabricated to a size that, when installed, will tightly fit to the internal circumference and length of the host pipe. Allowance shall be made for circumferential stretching during the installation process. f. Liners shall be inserted by the inversion process.The liner shall be coated on one side with a translucent, waterproof coating of either one of the following: i. polyvinyl chloride (PVC) ii. polyurethane iii. polyethylene g. Inserting liners by the pull/winch method is not allowed for this project. In. The liner shall be of a light reflective color that ensures clear detailed in-pipe closed circuit television inspection of the installed cured-in-place pipe. i. The liner shall meet the chemical resistance criteria specified in ASTM D5813 and ASTM F1216 (Appendix X2) for Type 111, Grade 2. 3. Resin for Water Curing Application The resin system for the cured-in-place pipe process using water curing shall be manufactured in accordance with ASTM F1216. Resin shall have the following characteristics: a. The resin shall be thermosetting, and either polyester, vinyl ester, or epoxy based. b. When cured, the resin shall have a flexural strength of not less than 4,500 psi (ASTM D790). C. When cured, the resin shall have a flexural modulus (short term) of not less than 250,000 psi (ASTM D790). d. When cured, the resin shall have a tensile strength of not less than 3,000 psi (ASTM D368) e. The resin shall be able to cure in the presence of water. f. The resin initiation temperature for curing should be less than 180 degrees F. g. The resin color shall be in contrast to the color of the liner fabric to assist in visual inspection. 2019 Sanitary Sewer CIPP Lining/Leyrer 9 - 3 February 25, 2019 Project Number: 18-3012 h. The CIPP resin shall be compatible with the liner fabric, liner coating, other rehabilitation systems it may contact, and the host pipe materials. i. The resin shall form no excessive bubbling or wrinkling during lining. j. The resin shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. k. The resin shall have no fillers added for the sole purpose of increasing the resin volume. Resin shall include no more than 5% filler by volume for the purpose of modifying resin viscosity, heat transfer characteristics, or flexural modulus of a cured liner. 9-05.30(1)B Hydrophilic End Seal For C I PP Installation Hydrophilic end seals for CIPP installations shall consist of a circular rubber sealing element capable of resisting groundwater pressures equal to the groundwater table being at the ground surface. Hydrophilic end seals shall be manufactured in a seamless o-ring shape specific to the host pipe size. The rubber sealing element shall be of a type formulated to resist degradation when exposed to domestic sewage or any component of the CIPP system, and shall permanently swell in the presence of water to not less than 175% of its original thickness. Hydrophilic end seals shall be furnished with a mechanical or adhesive means of retention that will prevent any shifting or movement during and after CIPP installation and curing. Once installed and swelled, the hydrophilic end seals shall not reduce the internal diameter of the host pipe by more than 5%. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Topsoil SECT/ON 9-14.1(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1 (1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 — 67% sand and/or sandy loam and 33 — 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 "Test Methods for Moisture, Ash, and 2019 Sanitary Sewer CIPP Lining/Leyrer 9 - 4 February 25, 2019 Project Number: 18-3012 Organic Matter of Peat and Other Organic Soils," and TMECC 05.07A "Loss-On-Ignition Organic Matter Method." Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot's broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor's expense. A. The soil shall meet the following requirements. 1 . The mixed soil shall meet the following gradation: Screen Percent Size * Passing 2 inch 100 1 inch 99-100 5/8" 90 — 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in section 9-14.4(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost- amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECT/ON 9-14.1(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 2019 Sanitary Sewer CIPP Lining/Leyrer 9 - 5 February 25, 2019 Project Number: 18-3012 9-14.1 MC Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ......... 100% Passing 1 mm sieve .................................. 80% minimum Passing 0.15 mm sieve .............................. 15% maximum SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% J 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: 2019 Sanitary Sewer CIPP Lining/Leyrer 9 - 6 February 25, 2019 Project Number: 18-3012 Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no 2019 Sanitary Sewer CIPP Lining/Leyrer 9 - 7 February 25, 2019 Project Number: 18-3012 more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-16 FENCE AND GUARDRAIL 9-16.1 Chain Link Fence and Gates SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. 2019 Sanitary Sewer CIPP Lining/Leyrer 9 - 8 February 25, 2019 Project Number: 18-3012 TRAFFIC CONTROL PLANS 2019 Sanitary Sewer CIPP Lining/Leyrer A - 1 February 25, 2019 Project Number: 18-3012 g6 q r 0 D ro �, N o' •e N N N n w m m r ®v9 v ypp m QA n2 m 0 i 4o5 D_g � yyN Z $m00 yO 0�0O NT Nmy$$Z- 00 S SOrDr 0 y 0, ymT a y Z myAcT_N`e 0S0A0 DTD C m1 z O A� mm TT ON �T1 n �Npn DO 9a �r SZ N 1 �x pND T� 2 Z 5 T m 2 9 O N AO A D MMo 2< i N 0�0 200 00 A Ax 2� TN 2 m 0Z Apy yy nr9 A Z n fZll ACA 2 0 9 Z D �0 y ONy DO<p <A y OM $4� N� < �� <TN yyNq TD fil n 0 y ti r D 0 y C �Jc m ZD <rN= NI 9 0p Z S Zy DDD �D D0 D A m < N 0 O A i2 m A NO2� ZD yC �T Tm Z. A 00 TT��F� r0 g D G 4'1 N D D Z N m Ny Z Oar SyDr Dr T 9A in - y T A� 20A tim OZ O A 2 T Z O T T Z C A 0min �CiDT DT D nN Oa Z m DD <f�i,y TS Ny Z F n G Z m N Ln O y 0y tiDA y2A ZA _I DO.M. m D 0 N< 0C- Np 2 N T 0 Z - C z 0 m ixi fby Ty omA 2 D� mD -f' D O Zm0 N a % Z N I y y G 2 C Nyy Al-,.a OTm N 00 ym D o T pm .lylyZ �2 (D'1 Q Z O T O pwO DVDS DT A Nr A '� O T 20 y-Z x O N a x o N -0V C �2D ~4,y0 A0 p0 T T D O mfZ/1 p00 DmDT N D A 9 O?N gh" 'oN *x 00 n0 0 Z D �2 yyzo N D O y A Oyin y 2�N �O 2 0 0 < N' .UD 0 Dim a S� FN A O� T F D A= 9y 'T Z 3 Z N $$ T ZE- N D y ry m O m b OZ 50 m A i D 0 j y ro 2 O y O Z AA A Z 1?I i o Z D y D 2 C 0 DO 2 Z '� G On Nm Z O D D O 3O p Z Z NT O m y ? xz 9p T D N N 0 y 0 2 T y D T i s D < JC Ay < N z A m T mD () KN OD N D O z vZ z G y Z D 01 N z p DO 0 .. Z y T O A_ A y D 0 _ D m O z r m D y r O N m O $ gl y y N p L-OZM 9>t x a-OZs 1 C—x—f—x--� Ix vc-ozm I O� 3a 3 3 X A D A 7iO z a V A D a [x7 Q Mm i T o o = z 'n who Zm o Q O x O 0 0 y N w. r O A O x _ 00 m A D o Z o 00 N •'�• Nm 0 yi g n yr 0 2 �N 0 O 2Z X 0 00 m 9 m O� 0 13 Z S Am 13 y 13 13 c o G O �X—f—X� ® G 0(0- o offi o >m _ C X n n�i nFi N X 0 < n O J Z () Z o p S �� ;m x--i-x-I m 0 W20-7A� x z Ay,Z�l.l�lm ACD'! r Tp T D A00 D T ELW zmm�m0 Z � ♦ DAD nOyr yyO 1 .0-4 0-4 x 0m=4] ol l y�Z 011ie OAD m 4- HEAN N OyAm ODNO- A20yO' W20-1 ONFmmg m >�`a0$ D N p' O-.Wo- mZDNiD0 0 Zj poy OpTT _ o m m m N a N N , � , m I z m OO -1 oz0 m 2 Nvo 'ao �� m n iz miN A� mD fZ71 o m o O z0 O <z mmmz Tz m i c� xr < o AO grm O Z N� D y'� Q �Z,1yy1 ❑ Z Zp A my N2 .ITIN n T TD pN'2 GA iN r y y N V Cl -1 r o N r rye V m _'.mCI fI�ND Dn $$a Fm `2_Z N z r< O �/1 TOo�0AOy�A Oyn�Oxo mqAA0y AvOm y0DT OT AqZ Zo AAxTD mmmy22NZm� mmO NNA Nxmz Tmm m ONZZ�D DAfNOFO y? mN0,DySi9D°i n O m y DT _ ._ T z o0my TO m mm. Om ON 02 Zy A <z z � m A vn py C m m mo y c mm Z t vi o Gl N - 4x� =^ N Om p�Om n 2 smT�Oa ml-AI y A TE pO y•'y0 yy A Nz pTp Cl Z p <N nTD q Z In O N <2D yw10 y0 O z0 T D q AN Ony 1p1 2 y yDy pN w �0 0N 00 (1 Z D D zy(yDNyA D ! O Z mQN `Py �Om O OD O GN T ` -Nmo IF .m O Z. m y6m NAFn xy A zr m `� -ZI D DN Orm A T 4 o z g w j m Di N x 5 8 yoTz SD m °z ZO A q Z m O m P 9 2'D C m T A T C y DD S A G Am +N (Zj Oy D N y T A x T O Z O �r D O N-° WT ~D~ 2 O vy 0 m D f°q A m o y D 2 m Z D m S x In 1 q A O A N T 41 O .t z N -i r N A <N m N Q A O N qD N D ¢ O D 2 Z ? m D T z A A y x yOy $ D m ? O O Z D m r C g z < m > N r m N T O � N N L—OZM V3H aaom avoa I x b-OZM J 1 sn sg „ �Raz NVl 3 X+ _ Rg X xr VL-OZM o x O - D m A O A U�° H m Z rn �n my j OQ Dm W _-- O y 41 C7 T A o N m cai z x N.�... cx W lo v v m z a DN ® ® D z Zz ® ® m R OQ ® O v� O �m O O ap O O NZ O Q 13 O 0 S A O O o C c m G O q O ® --X—�--X-1 O 93 —` to O ti fl ti ���_ 111 X z �P� O ` . } o z m V) 0 F—Xmot^X--i 7A 1 � w2o-7n x g n op m z cDi v 5 1 im m�m0 naymo Z z A� � 3�RAm1m�� W20-4 X Oy D y O�AmmO A y M Am O A -•x T �ROAD N K N N A N A a n • W20-1 DD:�,sm rSivg ~ `• rOm AT<D Q _0 A2>NNm30 m y DZ -q�Do~ ry Zrm 0 pA n z 5 a m D 4 'm o 3 m Z Fm m $�. 1� OZ Y DO O 0 y NZ 00 OD 0 9 -I mCN 9U mD fTl 0 W0 Z ZO D O $D� TTZZ T fmi1= C� mr 5 Zr g D y� r M Zpp 02ZA Z~ A 2� NZ AN O T TD pN� <A tiN r 9 A N 9 0 m Y r' �0 fTl �0D mti0$ O� S 0 y A y- 33333 A T A S 45 m O -I (n PTO nzD DO TO Sm �2 -O_1 vF yyD my QZ Z 5 T C m z 3 0 p A D m Z< P+ 0�0 200 00 n AJAC 2� Ty 2 OZ pmN yCD t�C9C'' T Z Q O C A 00 A FODA DA -I O` Z yS �0 yy y g 0 0 T Z 9 2 O A N ZyN DOCK CN y T'A $0 aD m ��22 0 m n g O D Z N A 0 O ~ Z C 01�n DAD NOy� ND T �p0 nrr- Z S o0 PPD r� ,y� O n D m y G m 0 O y� 2 m�D OA<rD' « A mN m0 Om 2 A O`2 <OS m Pom2 N� R Z O n Z Z ; 0 z 01 0 0 y�� OO>D zP y rD mN a A n C< 0�D y0 z m m O m T 3 O T Pm D rpti WyT~ mD Z DO ND m 0 0 NN 2m0 Cl) y m 0 N y O ~ O Nym ANOT OTT N 00 T� S 3 Om AyZ `2 A Z O > N D y�A OwyN yn o Z5 pm 0 Z Z �y CT O Z m Z y -01 C �2 D ~�10 y0 OD D T D O ny Q0O 1yn N agJ D A y O?y wgo0 Om- S O� 0 ZO D D O OTD N D rr- a F R p mm D < ApZ A O r Z F y T Dr �m A O G N Al-z xN D y �y N 5 OrrZ 50 T A N P A H�0 H m p T� 2 D O JAc �y yp T Z O 3m D = 0 NT T m D 2 AFQ O N A o gz� N N o y i m mZ = y O H m m 0 S y <m m m 0 T�11 0 0y y D A Z _ Z < -yi y Z D 0 N ZO O D A y 0 Z 0 z D m `- _� x gY6 N 9 Cm =m Z D A 3z -OZM m N N o •�^0 A V3H C MtlOM c avoa n m m Oo I 5 D = 2 Oo o n x b-OZM y y s z m n OT o> x dry A0 y % m O x VG-OZM >0 N m �XX X� yO X I I S i 4d +1 —� o $ o �J_ x � b o OI D �Oi I—X X---F---X—I W20-7A x Q>4 D W20-4 x N w 0 n .I N'JRK I -x� 0 n = XEA �I Z m n z W20-t m N M z 0 DFmO<MIR D < � Z (]0ymti-10 s O5N2 ti O�Amm0 m ti A y O f p m NDm � � Y 0 Oti0 y>m R0 2D>m A o �N m Dr N.pDpo 0m m=>N�b Q.mmzz (J ZIAO 00 ma s R o N/Ir py D m ox N w N o m N a m m o,Ti o° 3 ' w N m Z F `2� �O OZO Z Dp go 0 O N mZ 00 OD O Z mCN as D 1T1 Z z� n O gad mmm? z m yyi cx i� < o Ao �?m Apa z� 2 D y< M 2 OZz Zy y Sy NZ AN p m TD Oam,F SA yN r pyp m a o m r r D-�I rtt ;_mo AAw>� y� ((11 mF m 'n y 0 -�A ND my- v6 Z 4 a T O O D 5 A ODn F .ZI r< O Oy DOAy Ay I�ii ApN NN N m �x 0� mz + 5 m y Z a O O A D m Z g O 200 00 O Ox SZ mN OZ <ON DD n� T m p C A 00 N mA FODA DA -1 NS DO TN yN m m i5 0 D G N A N O y Z p NT G > co .-> NOND ND 9 �O 6-1m nr 2 2 QOy DDT �� -Df; m 0 h y a 2 N A NH 2 Oyu =41D� D� T Np x� Tm Oy m DF OA ~m OZ g y D N y G 0 �� OyOD OD am m0 m AD Drm +Zy Zy O A x T Z O m o Z p '-' nSz T �nDtil DT D nD ON 0X n m DD oo> NA ND Z O O G Z T O N — 0 y"y O-12A ZA a0 D2 m A 0 1< OpCZ C N m m p y m C Z n m �JAC3 NyTy Ipt1D Z D- fNll rD- 0 0 N ZAp 0 N Z Z O Ny'� 'a-Nom �m N 00 m 5 S A pm pbaZ n D D Z < Z N m 0 AwO DyD2 Dm A N nyy S ,Zy m 2� OiaZ x m y ( <�� ywAO M0 O p0 M, D 0 TfZii moo !A!nn x D A a 0�y wg�0 Om� 2 00 0 Z D D 0S Zy D g, g 0 y A N ` OF O m < D -i m N N Z m Dr Orm A 0 ab Sam � �-Oi �N A y0 y = 5 D Am a-i m O 1 F O w N Z�c� N D y y m_ O Z O OZ SO T A ¢ n p yg z m A m� o x5 mm m o N z Z O = m N y D-Di m N a G AT �y n -1 s s O 0 .c Z D Z O Nm 0 m D - x0 aA < m 3 D A F o f A N N 5 y D 2 0 Z m>m m �+ € C D p0 N N C) A 0 m yD O CJ N N O g <N T N A O W OD D O Z aZ Z G 1 T Z A Dr = ZO 4 p O O Z y n A y D (� z m `� Z z y m r u < p N m m N m O 8 wP 1-OZM 11-68 ,g LX.ZL Naox R�' QI3NY IMM3p6 �m :x my °? rn Kz'0 o 1104-ZM x y cn N z A 0 m dOX z�y z NOD A n N A yx D r m iN o, N D Fly o y .'° mC ut pO m M 00 Oy ® m > ® D m O m13 / 0 m O O ® O AV O ® D NAm Oaf m� 13 ® y O ® S 0 0 13 g ® { 0 H o O Oo A W2-401R rzo s m a I N O m Z A om z 1 C.) O a x A n N J Z n >p O Z Z m m N 1 A 0 O r A DFAN 0 mm n z m O Tmc�o rZ �zar'iNo 0_OS Z ONmmiy soexux o; m m o m m n 0.05EU mNANAe u�uo W20-1 A2010 oNFmG�, D m mmmmn 1 3 'a-D N 0 mym- S tiD>., ZA O m0 p m0 A d3 JI O O Om 0 Zo0 'N�O �O om m� A Oyu v mp ia� �zwy zNp mrD- A'O m p 1 y Z Z yp Z z~ � mmmz z m m= c� xr < O AO arm 0o zr D NT y 3z m-, N y my m-. a cv g D y< 1 �z� pzz ipp� y m5 ym C z � m m-iO oD p m <N<Z A� m mD AOA � yA r a D O O D $ 9 A m N r r-pI 0 y �(0 A-pl T 90 Sm q(Z/1 N -z wx DNj� m0< 9Z Z 5 C m Z 4] O A D RI Z< S Soo <SOO 00 O AJAc S� N m0 AmN Dj ArA O y T T Z AO <O< C A 00 N pNA CODA �A $0 x m yyNy Ty m -zi y m D O m Z p n� m ZDS <OO2Z _NS 9 nQ gO lair Z x 2y DDD �D DT M. 2 m D T Z y v S c� A yZ T Aye nyzP z� i� y� i� �m O Ci yf �r y'.m) pm Y _y A m a a D '^ 0 p ? `m�� 8A« « my mm om i A of <oi m zy yy 0 O n 2 Z Z ; 0 N CO O O H � 1ZA 2A OD yyN K p n « OCD NO NZ y z T ('1 O Z O 3 0 rA �DOy py O AO to m 0 0 NN Z. C 0 m D ~ N Z y Z 3Dm FiyiOm OT o' tiff Tm m -.> DZ yyym D 7 m Z Z N A m$O -0 .0 V,OI A N m x y 0 DN nTD D Z lm O Am-1 D�Dx DT A p m 'z lyilAO x> '0 O O D G^A <wAp AO OA T m O OZ D N o m O N M N2y8 yA A AD T 0 0 TN OOD AA1 g '7' O y A 0�y �gON Oy x OF n O tD' D �� Zy D r v $ m m A p yp<N< yai �PZ O ~< Z N Z Z mm < Ilf xy �N A ZN N y D pRl yy m TO N � Z z y ro- m O m Omv zv gm A 3 Z T 1 yc D T m y >D I A TAN Z O p Z p �T D N O tiT T T D x Fp Ay C S y p A T N S W y O Z - m T A y v pA N m O z m iN x c L P r N F <N m T N A 0 OD N D 2 D D S z ? T y �_ O D O r N 0 Z T A Ay- y D m 0 0 Z ny y m K $ � ( m y Z 0 N T O Y � g s � o N zp Qa �2 C A w y= mOr D r t0 ;L=J V m f>'oy m H ', ro mr xI O na m A .� m / :y .p ,Z lX,4Z m llL-68 w 7i 3213H SSOi10 m o 03SO13 NIVM30B ao7q 0 m N D 0> OD A m 0 O D z � A p N X x Y U N O 0 N O v� P7�PPI;6 o cs mD N 0ms A n J Z M Z Z O m N Z H 00 r � NDVD M'9Ay<cotOi r0�; nZ2�y00 Z Otip5N2 ;SAm0p y0�pmm0 y0x41.10 NNAN D:k SIDEWALK CLOSED n a o A 4" omv`2 m NI U~SE OT-HES �m0 O ypND oR9-10 om 24"X72" z-no mmz 0O m PREVA I L i NG WAGE RATES 2019 Sanitary Sewer CIPP Lining/Leyrer A - 2 February 25, 2019 Project Number: 18-3012 Page 1of15 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/12/2019 County Trade Job Classification Wa e Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King BuildinRService Employees Janitor $24.63 5S 2F King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers {In Shoff) Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C King Divers Et Tenders Diver $113.60 5D 4C 8V King Divers 8 Tenders Diver On Standby $71.33 5D 4C King Divers a Tenders Diver Tender $64.71 5D 4C King Divers Et Tenders Manifold Operator $64.71 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F 11ttC�S'//fnrtresS.wa_nnv/Ini/wanPlnnitiin/nrv�Alanalnnlciin ncnv Page 2 of 15 King Drywall Applicator Journey Level $58.48 5D 1 H King Drywall Tapers Journey Level $59.32 5P 1E King Electrical Fixture Maintenance Journey Level $30.59 5L 1 E Workers King Electricians - Inside Cable Splicer $81.32 7C 4E King Electricians - Inside Cable Splicer (tunnel) $87.37 7C 4E King Electricians - Inside Certified Welder $78.55 7C 4E King Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E King Electricians - Inside Construction Stock Person $41.49 7C 4E King Electricians - Inside Journey Level $75.80 7C 4E King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E King Electricians - Motor Shop Journey Level $45.08 5A 1B King Electricians - Powerline Cable Splicer $79.60 5A 4D Construction - - King Electricians - Powerline Certified Line Welder $72.98 5A 4D Construction King Electricians - Powerline Groundperson $47.94 5A 4D Construction King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D Construction King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W Construction - - King Electricians - Powerline Pole Sprayer $72.98 5A 4D Construction King Electricians - Powerline Powderperson $54.55 5A 4D Construction King Electronic Technicians Journey Level $50.57 7E 1E King Elevator Constructors Mechanic $94.22 7D 4A King Elevator Constructors Mechanic In Charge $101.73 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $18.25 5B 1 R Products Only - - King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Fla ers Journey Level $41.45 7A 31 King Glaziers Journey Level $64.56 7L 1y King Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $82.51 7F 1E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 King Industrial Power Vacuum Cleaner Journey Level $12.00 1 King Inland Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 5B 1K King Inland Boatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 513 1K King Inland Boatmen Mate $57.311 5B 1K King InspectionlCleaninlSealin Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Et Water Systems By Remote Control h�+Y,.-• //F-r+rode^ IAIn nn%i/IniAAInnolnnLiin/nrxi\A/mr1n Inn lsiin 4cnv Page 3of15 King Inspection leaning/Sealing Of Grout Truck Operator $12.00 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/SealinE Of Head Operator $24.91 1 Sewer €t Water Systems By Remote Control King Inspection/Cleaning/Sea€ink Of Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C King Ironworkers Journeyman $69.28 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $48.90 7A 31 King Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 King Laborers Choker Setter $48.90 7A 31 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking 1t Moving $48.90 7A 31 (incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 King Laborers Drill Operator (hydrau tic,diamond) $49.81 7A 31 King Laborers Dry Stack Walls $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 httDS:Hfortress.wa.onv/Ini/wanp Inn kiin/nrv\/Vanp Inn l-lln acnv Page 4 of 15 King ILaborers Form Setter $48.90 7A 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers General Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit Person $50.42 7A 31 King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen (pressure)including Post $49.81 7A 31 Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, Green $49.81 7A 31 Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 King Laborers Remote Equipment Operator $49.81 7A 31 King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers $49.81 7A 31 h�1 etc //�r�r�rocc %AIM nnXi/Ini/%niMnolnnt!i in/nrxi\A/nnr�Innlli in aCny 7�7ri�7n1 Page 5 of 15 Tamper Et Similar Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple Et Self-propelled) $49.81 7A 31 King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 811 King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 King Laborers Tunnel Work-Compressed Air $107.60 7A 31 8 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 88 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 8 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8g Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 88 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8�( Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 880 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 88 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 Tender King Laborers Tunnel Work-Miner $50.52 7A 31 8� King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37.67 7A 31 King Laborers - Underground Sewer a General Laborer Et Topman $48.90 7A 31 Water King Laborers - Underground Sewer Pipe Layer $49.81 7A 31 Water King Landscape Construction Landscape Laborer $37.67 7A 31 King Landscape Construction Landscape Operator $63.76 7A 3K 8X King Lathers JourneyLevel $58.48 _5D _ 1 H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication (In Shop} Fitter $15.86 1 King Metal Fabrication (In Shoff) Laborer $12.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication In Shop} Painter $12.00 1 King Metal Fabrication iln Shop} Welder $15.48 1 httDs://fortress.wa.aov/Ini/waaelookiin/nrvwanPlnnkrrn_agnX 1 a Page 6 of 15 King Millwright Journey Level L_$611.541 5D I 4C King Modular Buildings Cabinet Assembly $12.00 1 King Modular Buildings Electrician $12.00 1 King Modular Buildings Equipment Maintenance $12.00 1 King Modular Buildings Plumber $12.00 1 King Modular Buildings Production Worker $12.00 1 King Modular Buildings Tool Maintenance $12.00 1 King Modular Buildings Utility Person $12.00 1 King Modular Buildings Welder $12.00 1 King Painters Journey Level $42.50 6Z 2B King Pile Driver Crew Tender/Technician $64.71 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $74.87 5D 4C Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $79.87 5D 4C Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $83.87 5D 4C Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $88.87 5D 4C Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $91.37 5D 4C Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $96.37 5D 4C Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $98.37 5D 4C Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $100.37 5D 4C Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $102.37 5D 4C Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D 4C King Pile Driver Manifold Operator (LST) $69.71 5D 4C King Plasterers Journey Level $56.54 1R King Playground Et Park Equipment Journey Level $12.00 1 Installers King Plumbers Et Pipefitters Journey Level $85.69 6Z 1 G King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X King Power Equipment Operators Bobcat $60.98 7A 3K 8X King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8X Equipment King Power Equipment Operators Brooms $60.98 7A 3K 8X King Power Equipment Operators Bump Cutter $64.261 7A 3K 8X King Power Equipment Operators Cableways $64.83 7A 3K 8X King Power Equipment Operators Chipper $64.26 7A 3K 8X King Power Equipment Operators Compressor $60.98 7A 3K 8X King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X Screed King Power Equipment Operators Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X High Pressure Line Pump, Pump High Pressure King Power Equipment Operators $64.83 7A 3K 8X hf+nc• //fnri-rAcc Xnia nnv/Ini/%nianalnnl-i in/nrv\A/Analnnki rn acnx 2/2-son19 Page 7 of 15 Concrete Pump: Truck Mount With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With $64.26 7A 3K 8X Boom Attachment Up To 42m King Power E uipment Operators Conveyors $63.76 7A 3K 8X King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X King Power Equipment Operators Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Under King Power Equipment Operators Cranes: Friction cranes through 199 $66.15 7A 3K 8X tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3K 8X (power) King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8X King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X King Power Equipment Operators Hard Tail End Dump Articulating $64.83 7A 3K 8X Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $64.26 7A 3K 8X Off-road Equipment Under 45 Yards King Power Equi me O erators Horizontal/Directional Drill Locator $63.76 7A 3K 8X King Power Equipment 0 ep store Horizontal/Directional Drill $64.26 7A 3K 8X Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X Tons httDS:Hfortress.wa.00v/Ini/waaelonkun/nrvWanPInnkiin acnv iI)nio Page 8 of 15 King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X King Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X King Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $65.48 7A 3K 8X Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X King Power Equipment Operators Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution $60.98 7A 3K 8X Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Through 99 Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X King Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X King Power Equipment Operators Power Plant $60.98 7A 3K 8X King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $64.83 7A 3K 8X Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X King Power Equipment Operators Rigger/Signal Person, Bellman $63.76 7A 3K 8X (Certified) King Rower Equipment Operators Roltagon $64.83 7A 3K 8X King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X King Power Equipment Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Materials King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X King Power Equipment Operators Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X And Over King IService Engineers - Equipment $63.76 7A 3K 8X King Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X kf+nc• //fnrt-rncc Inra nnxi/Ini/%n/anenInnitiin/nrv\A/an PInnkiin A-,ny 2/25/2019 Page 9 of 15 King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Tractors Under 15 Metric Tons King _Power Equipment Operators Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X 30 Metric Tons To 50 Metric Tons King _Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $65.48 7A 3K 8X 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X 90 Metric Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X King Power Equipment Operators Spreader, Topsider Et Screedman $64.83 7A 3K 8X King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X King Power Equipment Operators Tower Crane Up To 175' In Height $65.48 7A 3K 8X Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 3K 8X 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 3K 8X from base to boom King Power Equipment Operators Transporters, Alt Track Or Truck $64.83 7A 3K 8X Type - - - King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X And Over King Power Equipment Operators Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X King Power Equipment Operators Welder $64.83 7A 3K 8X King Power Equipment Operators Wheel Tractors, Farmall Type $60.98 7A 3K 8X King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X Underground Sewer Et Water - King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X Underground Sewer Et Water - King Power Equipment Operators- Batch Plant Operator, Concrete $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Bobcat $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8X Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $60.98 7A 3K 8X Under round Sewer Et Water - - - King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Cableways $64.83 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Chipper $64.26 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Compressor $60.98 7A 3K 8X Underground Sewer Et Water - King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X Underground Sewer Et Water Screed httDS:Hfortress.wa.nnv/Ini/wanPInnkiin/nrv\A/anPInnikiin acne Page 10 of 15 King Power Equipment Operators- Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount With $64.83 7A 3K 8X Underground Sewer Et Water Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount With $64.26 7A 3K 8X Underground Sewer Et Water Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $63.76 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X Underground Sewer Et Water or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X Underground Sewer Et Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X Underground Sewer Et Water of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X Underground Sewer Et Water boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through 199 $66.15 7A 3K 8X Underground Sewer Et Water tons King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $64.26 7A 3K 8X Underground Sewer Et Water — — King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Dritt Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $64.26 7A 3K 8X Underground Sewer & Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X Underground Sewer & Water — — — King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X Underground Sewer Et Water httr%c- //fnrtrncc Inca In ;;rny Page 11 of 15 King Power Equipment Operators- Hard Tait End Dump Articulating $64.83 7A 3K 8X Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over I King Power Equipment Operators- Hard Tait End Dump Articulating $64.26 7A 3K 8X Underground Sewer Et Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill Locator $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X Underground Sewer Et Water Operator King Power Equipment Operators- Hydratifts/Boom Trucks Over 10 $63.76 7A 3K 8X Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X Undergr ound Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Underground Sewer Et Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X Underground Sewer Ft Water King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (Leadmen - $0.50 Per $65.48 7A 3K 8X Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mote, Tunnel $64.83 7A 3K 8X Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower Distribution $60.98 7A 3K 8X Underground Sewer Et Water Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X Underground Sewer 8t Water Mantifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X Undergr ound Sewer Et Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $64.26 7A 3K 8X Underground Sewer Et Water Mount) I King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8x Underground Sewer Et Water King Power Equipment Operators- Posthote Digger, Mechanical $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Power Plant $60.98 7A 3K 8X Underground Sewer Et Water I King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X ,gn!jerround Sewer Et Water I httos:Mortress.wa.oov/In i/wanplonki i n/nrvW;;nt=Innk-i in ;;cny 1) 17-/I)r)1 a Page 12 of 15 King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On Rubber $64.83 7A 3K 8X Underground Sewer Et Water Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $63.76 7A 3K 8X Underground Sewer Et Water (Certified) King Power Equipment Operators- Roltagon $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Underground Sewer Ft Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $65.48 7A 3K 8X Underground Sewer £t Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X Underground Sewer Et Water 90 Metric Tons King Power Equipment Operators- Slipform Pavers $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X Underground Sewer Ft Water King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X Underground Sewer a Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $66.15 7A 3K 8X Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 3K 8X Underground Sewer £t Water from base to boom King Power Equipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X Underground Sewer a Water Type — 1nf+nc• //fnrtrtzcc Wn nnv/Ini/Intanalnnki in/nrv\A/anPlnnki to arnx 2/25/2019 Page 13 of 15 King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X Underground Sewer & Water And Over King Power Equipment Operators Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Underground Sewer Et Water Tons - - - King Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Welder $64.83 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Wheel Tractors, Farmall Type $60.98 7A 3K 8X Underground Sewer & Water - - - King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8X Underground Sewer Et Water - - - King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers - - King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers - - King Refrigeration & Air Conditioning Journey Level $81.01 6Z 1G Mechanics - King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 7A 4U King Residential Drywall Applicators Journey Level $45.05 5D 4C King Residential Drywall Tapers Journey Level $45.19 5P 1E King Residential Electricians Journey Level $39.81 �_Q 20 King Residential Glaziers Journey Level $43.00 7L 1 H King Residential Insulation Applicators Journey Level $45.05 5D 4C King Residential Laborers Journey Level $36.68 7A 1H King Residential Marble Setters Journey Level $57.32 5A 1M King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers Et Pipefitters Journey Level $51.37 5A 1G King Residential Refrigeration Et Air Journey Level $51.37 5A 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 1 R King Residential Soft Floor Layers Journey Level $49.43 5A 3J King Residential Sprinkler Fitters (Fire Journey Level $48.18 5C 2R Protection} - King Residential Stone Masons Journey Level $57.32 5A 1M King Residential Terrazzo Workers Journey Level $52.61 5A 1M King Residential Terrazzo/Tice Finishers Journey Level $43.44 5A 1B King Residential Tile Setters Journey Level $52.61 5A 1M King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable Bituminous Materials $54.52 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1E King Shipbuilding Et Ship Repair New Construction Boilermaker $36.361 7V 1 1 King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 httDS://fortress.wa.(inv/Ini/wanpinnki in/nrv\Nanalnnl-i in acnv Page 14 of 15 King Shipbuilding Et Ship Repair New Construction Crane Operator 1 $36.361 7V 1 King Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 1 King Shipbuilding Et Ship Re air New Construction Heat Et Frost $73.58 5J 4H Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 King Shipbuilding a Ship Repair New Construction Machinist $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 King Shipbuilding a Ship Repair New Construction Sheet Metal $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / Burner $36.36 7V 1 King Shipbuilding a Ship Repair Ship Repair Boilermaker $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $44.06 7Y 4K King Sign Makers Et Installers (Electrical) Journey Level $49.70 0 1 King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 Electrical) King Soft Floor Layers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $78.39 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $63.76 7A 3K 8X King Telecommunication Technicians Journey Level $50.57 7E 1 E King Telephone Line Construction - Cable Splicer $41.22 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside - - ki-+mc• //Fnr+-rocc IAIM nnxr/Ini/%ni=3nolnnl/i in aCny 7/9,;/7nlq Page 15 of 15 King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B Outside — — King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside — — King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B Outside (Light) — — King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside — King Telephone Line Construction - Television Groundperson $21.92 5A 2B Outside — — King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B Outside — King Telephone Line Construction - Television System Technician $34.68 5A 2B Outside King Telephone Line Construction - Television Technician $31.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside — — King Terrazzo Workers Journey Level $52.61 5A 1M King Tile Setters Journey Level $52.61 5A 1M King Tile Marble Et Terrazzo Finishers Finisher $43.44 5A 1B King Traffic Control Stripers Journey Level $46.23 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L King Truck Drivers Dump Truck $53.46 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L King Truck Drivers - Ready Mix Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers - Ready Mix Non-Booster Loads Under 9 Cubic $52.53 5A 4T Yards King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers httDS:Hfortress.wa.00v/Ini/waoPlnnkiin/nrv\NanPInnhiin acnv Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight (8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays,and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve (12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'/z)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on a Saturday in excess of twelve (12)hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12)in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine(9)hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight(8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two(2)hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten(10)hours per day shall be paid at double the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday,the first six(6)hours work shall be paid at one and one-half times the hourly rate of wage,and all hours over(6)shall be paid double the hourly rate of wage.For work on Saturday which was assigned following the close of shift on Friday,all work shall be paid at double the hourly rate of wage. U. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.(Except on makeup days if work is lost due to inclement weather,then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holidav Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). 6 Benefit Code Key— Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 5. C. Holidays:New Year's Day, Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- 7 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Day On Christmas Eve Day.(9 1/2). Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King.Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). 1. Paid Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 8 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 9 Benefit Code Key— Effective 3/3/2019 thru 8/30/2019 Holidav Codes Continued 7. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. X. Holidays:New Year's Day,Day before or after New Year's Day,Presidents'Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day.If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day.(8)If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day. (8)Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day,Martin Luther King Jr. Day, President's Day,Memorial Day, Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day.(8) D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and the day after Christmas. 10 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do "pioneer"work(break open a cut,build road, etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. 11 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance. 25'to 300' -$1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50,Class C Suit: $1.00,and Class D Suit: $0.50. Special Shift Premium:Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 12 REQUEST FOR MAYOR'S SIGNATURE KENT W A I I I Routing Information: (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTM NT) / v App ved r Originator: Thomas Leyr'er Phone (Originator): 55 2 Date Sent: /1,9 Date Required: 4-1l1l.s Return Signed Document to: Nancy Yoshitake Contract Termination Date: 170 working days VENDOR NAME: Date Finance Notified: Insituform Technologies, LLC (Only required on contracts 3/ 1 9/ 1 9 20 000 and over or on any Grant DATE OF COUNCIL APPROVAL: 3/19/19 Date Risk Manager Notified: N/A Re uired on Non-City Standard Contract/A reements Has this Document been Specificall Account Number: 5901 1 1 Authorized in the Budget? o YES NO Brief Explanation of Document: The attached agreement with Insituform Technologies is for the construction of the 2019 Sanitary Sewer CIPP Lining Project. The project will rehabilitate 12,400 linear feet of sanitary saw V n I Heights neighborhood of West Hill. R . KENT LAW DEPT. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) Received Approval of Law Dept.: (x4z�k� Law De t. Comments: Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Staff Received: RECEIVED Recommendations and Comments: Disposition: City of Kent C� iu of the Mayor Date Returned: \ ivil\Dons\ ocument Processing\ equest for Mayor'sSignature docx 40 KENT WAS w ry G TO N DATE: March 19, 2019 TO: Kent City Council SUBJECT: 2019 Sanitary Sewer CIPP Lining - Award MOTION: Award the 2019 Sanitary Sewer Cast in Place Pipe Liner System Project to Insituform Technologies, LLC, in the amount of $1,078,110, 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 will rehabilitate approximately 12,400 linear feet of sanitary sewer main in the Linda Heights neighborhood of West Hill. The pipe rehabilitation will be completed by utilizing a cast-in-place pipe liner system that minimizes construction costs and impacts while providing the necessary sewer capacity to meet the needs of the neighborhood. The bid opening for the 2019 Sanitary Sewer Cast in Place Pipe Liner System Project was held on March 12, 2019, with three bids received. The lowest responsible and responsive bid was submitted by Insituform Technologies, LLC in the amount of $1,078,110. Bid Tab Summary 01. Insituform Technologies, LLC $1,078,110.00 02. Allied Trenchless $1,306,470.00 03. Michels Corporation $1,352,586.40 Engineer's Estimate $974,270.00 BUDGET IMPACT: The project will be paid for out of the Sanitary Sewer Fund. ATTACHMENTS: 1. Exhibit 2019 Sanitary Sewer CIPP Lining Bid Tab (PDF)