Loading...
HomeMy WebLinkAboutCAG2021-317 - Original - Insituform Technologies, LLC - 2021 Storm Sewer CIPP Lining - 07/08/2021ApprovalOriginator:Department: Date Sent:Date Required: Mayor or Designee Date of Council Approval: Grant? Yes No Type:Review/Signatures/RoutingDate Received: City Attorney: Comments: Date Routed: Mayor’s Office City Clerk’s OfficeAgreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Local Business? Yes No* Business License Verification: If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Yes In-Process Exempt (KCC 5.01.045) Notice required prior to disclosure? Yes No Contract Number: This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 Budget Account Number: Budget? Yes No Dir Asst: Sup/Mgr: Dir/Dep: rev. 20210513 FOR CITY OF KENT OFFICIAL USE ONLY Agreement Routing Form For Approvals, Signatures and Records Management (Optional) Basis for Selection of Contractor: * Memo to Mayor must be attached Termination Date: Authorized to Sign: Original CAG2021-317 7/12/21 DATE: June 15, 2021 TO: Kent City Council SUBJECT: 2021 Storm Sewer Cast-in-Place Pipe Lining Bid - Award MOTION: I move to award the 2021 Storm Sewer CIPP Lining Project to Insituform Technologies, LLC in the amount of $674,304.15 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project includes approximately 5,600 lineal feet of cured-in-place pipe lining of existing 8, 12, 15, and 18-inch diameter storm sewer pipes throughout the City. The cured-in-place pipes shall be installed with the inversion method and water curing, which will extend the life of the sewer main and avoid much higher replacement costs. The bid opening for the 2021 Storm Sewer Cured-in-Place Pipe Lining Project was held on June 8, 2021 with two bids received. The lowest responsible and responsive bid was submitted by Insituform Technologies, LLC in the amount of $674,304.15. Bid Tab Summary 01. Insituform Technologies, LLC $674,304.15 02. Michels Corporation $1,290,300.44 Engineer's Estimate $686,693.70 BUDGET IMPACT: The project is funded by the Drainage Fund and will result in no additional budget impacts. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. 10.B Packet Pg. 276 ATTACHMENTS: 1.Storm Sewer CIPP Lining Bid Tab (PDF) 10.B Packet Pg. 277 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2021 Storm Sewer CIPP Lining Project Number: 21-3022.2 BIDS ACCEPTED UNTIL June 8, 2021 12:00 P.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR 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 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2021 Storm Sewer CIPP Lining Project Number: 21-3022.2 BIDS ACCEPTED UNTIL dune 8, 2021 12:00 P.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR KENT A S H I N G T 0 N WASH 51094 I ST�� �SSI�NAL E��1 -5/o/2 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 Subcontractor List (over $1 million) – HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) – Structural Steel Installation Rebar Installation Contractor’s Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder’s Checklist Payment and Performance Bond Contract Table of Contents 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 June 8, 2021 up to 12:00 p.m. as shown on the clock on the east wall of the City Clerk’s Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this “Invitation to Bid.” Bids must be delivered and received at the City Clerk’s office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 12:00 p.m. for the City of Kent project named as follows: 2021 Storm Sewer CIPP Lining Project Number: 21-3022.2 The City of Kent will conduct the bid opening at the time and date as scheduled, however, due to the coronavirus disease 2019 (COVID-19) and its impacts the bid opening process will take place as follows: Bidders shall call the City Clerk at (253) 856-5725 to drop off bids. The City Clerk will read the bids out loud from the Clerk’s office. Individuals can stand in the lobby outside the Clerk’s office during the bid opening to hear the bid results, but must stand 6 feet or more apart. The project consists of approximately 5,600 LF of cured-in-place pipe (CIPP) lining of existing 8, 12, 15, and 18 Inch diameter storm sewer pipes. The cured-in-place pipes shall be installed with the inversion method and water curing. The City of Kent has determined the project is essential pursuant to the Governor Inslee issued Proclamation 20-25. Should a contract be executed and this Proclamation or a similar proclamation be in place, specialized plans and protocols must be established and implemented to meet the social distancing and sanitation measures set forth by the United States Department of Labor or the Washington State Department of Health. It is the contractor’s responsibility to implement these measures. The Engineer’s estimated range for this project is approximately $650,000 to $750,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Derek Hawkes at 253-856-5548. 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. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier’s check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President’s Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 24th day of May, 2021. BY: Kimberley A. Komoto, City Clerk Published in: Daily Journal of Commerce on May 25 and June 1, 2021 Washington State Office of Minority and Women’s Business Enterprise on May 25, 2021 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that lnsituform Technologies, LLC has examined the job site and constru ction details of the work as outlined on the plans and described in the specificatio ns for the project named 2O2L Storm Sewer CIPP Lining/Project Number: 2L'3O22.2 for the City of Kent, Washington, and has read and thoroughly understands the plans and speci fications and contract g overning the work embraced in this improvement and th e method by which Payment will be made for that work and hereby p embraced in this improvement in accord following schedule of rates and prices: roposes to underta ke and complete the work ance with the bid and contract, and at the 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 (x), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. QUANTITY ITEM 1006 2-03.5 WSDOT 100 CU YDS $14,00 Per CY $1,400,00Roadway Excavation, Including Haul Any bids not filled out properly may be considered non-responsive' 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2L-3O22'2 5 May 24,202L ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTIW ITEM 1000 L-Og.7 WSDOT 1 LUMP SUM Mobilization $tte^|.oo $8be3.oo Per LS 1010 r-07.4(s) KSP 1 LUMP SUM Health and Safety Plan *ft\fl.oo s f$@.oo PeT LS 1015 1-07,1s(1) KSP 1 LUMP SUM SPCC Plan $e5@.@ $ aail'oo Per LS 1355 1-04.4(1) 1 WSDOT CALC Minor Changes $1s,ooo.oox $15,000.00 Per CALC xCommon price to all bidders 30 10 7-23.5 KSP 2L0 LN FT CIPP Liner Installation, B Inch Diameter !20.3;oo $4A,bVo.m Per LF 30L2 7-23.5 KSP 3,75O LN FT CIPP Liner Installation, 12 Inch Diameter $1t).oo $26g,1fio,ao Per LF 3013 7-23.5 KSP 950 LN FT CIPP Liner Installation, 15 Inch Diameter $ 12. 00 $ rft,4n.oo Per LF 30L4 7-23.5 KSP 650 LN FT CIPP Liner Installation, 18 Inch Diameter $/5'7.e $/01,o5o,re Per LF 3020 7-23.5 KSP 1 LUMP SUM Odor Control Plan $e5o0.oo s.15U. n PeT LS 62021 Storm Sewer CIPP Lining/Leyrer Project Number: 21-3022'2 May 24,2021 ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 3025 7-23.s KSP 1 LUMP SUM CIPP Repair Plan l:??* $asbe 3030 7^23.5 KSP 1 LUMP SUM CIPP Installation Plan $)Sat.oo $ A6oD'oo Per LS 3035 7-23.5 KSP 1 LUMP SUM As-Built Records SX6m.o $ A6@.aD Per LS 3040 7-23.5 KSP 1 LUMP SUM Tree, Vegetation, and Soil Protection Plan $35o0'o PCT LS 5 ?fao.oo s005 1-10.5 KSP 300 HOURS Traffic Control Labor S b3'oo $ /8,?oo . do Per HR 501s 1- 10.5 KSP 150 HOURS Traffic Control Supervisor $ ?'{. oO $ /lrle,a Per HR s020 1- 10.5 KSP 1 LUMP SUM Tem pora ry Traffic Control Devices $qqq4,oD $ qqq4,ao Per LS 7000 B-01.5 KSP 1 FORCE ACCOUNT Surface Restoration $ 15,000.00* Per FA $15,000.00 xCo mmon orice to all bidders 7055 B-01.5 WSDOT 1 FORCE ACCOUNT Erosion/Water Pol lution Control $5,000.00x $5,000.00 Per FA xCo mmon orice to all bidders Sub Total IO.lo/o WA State Sales Tax Total 7 ?. oo I 7.ts ,15.T 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2l-3022.2 May 24,202t SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder:lnsituform Technologies, LLC Project Name:2O2a Storm CTPP I inino Project Number:2t-3'J22-2 Pursuant to RCW 39.30,060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or name itself for the work, Failure of the Bidder to submit, within one hour after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name .lrrne 8 2 I gnature of Bid Whittney Schulte,ng & Attesting Officer 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2L-3O22'2 r Date May 24,2021 SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder lnsituform Tech LLC Project Name:2O21 Stor m Sewer CIPP Lini o Project Number:2L-3022,2 Pursuant to RCW 39,30,060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of structural steel installation and rebar installation' Failure of the Bidder to submit, within 48 hours after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Structural Steel Installation Subcontractor Name Rebar Installation Subcontractor Name :ill* June 8, 2 Signature of B Whittney Schulte,ng & Attesting Officer r Date 2021 Storm Sewer CIPP Lining/Leyrer Project Number; 2L-3O22.2 9 May 24,202L CoNTRACTOR'S QUALTFTCATTON STATEM ENT (RCW 39.O4.35O) THE CITY WILL REVTEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THTS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALTFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS STIPPLEMENTAL 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 criteiia, 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 forttr 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. 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2l-3O22'2 10 May 24,2OZI BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state Iaw (RCW 39.04.350(1)(d)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (June 8,2021), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12'065(3). lnsituform Technologies, LLC Bidder's Business Name nature of Auth zed cialx Whittney Schulte Printed Name Contractino & Attestinq Officer Title June 8 2021 Chesterfield MO Date City State x 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' 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2I-3O22'2 L7 l{ay 24,202L 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 (June 8,202L), 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. Bidder's Business Name Si nature of Autho cialx Whittnev Schulte Printed Name Contracting & Attesting Officer Title .lrrne 8 1 Date City State x 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. 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2I-3O22.2 18 May 24,202L PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if iwarded 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 forty-five (45) 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 5Vo 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 -t --, -r 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 contrlct fbrms 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:June 8,2021 lnsituform Technoloqies, LLC NAME BIDDER Signature of Au zed Representa tive Whittney Schulte . Contractinq & Attestinq Officer (Print Name and Title) 17988 Edison Avenue. Chesterfield, MO 63005 Address 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 21-3022,2 19 May 24,2O2I BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, lnsituform Technologies, 11C.17988 Edison Avenue, Chesterfield, MO 63005 , as Principal, Travelers Casualty and Surety Company of America as Surety, are held and firmlYandAno Tarrror (nr u ^+{^,1 .T nala bounduntotheCITYOFKENT,asObligee,inthepenal sumof FivePercent(5%)oftheAmountBid 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 2O2L Storm Sewer CIPP Lining/Project Number: 2l- 3022.2; Project No. 21-3011.2 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 8 DAY oF June 202I. T ies, LLC P N pfll whittney Ite, Contracting & Attesting Officer Travelers ny of America SURETY And rew P. Thome, AttorneY-in-Fact 20 Received return of deposit in the sum of $ 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2L-3O22.2 20 May 24,2O21 State of Missour:j County of St. Louis On 61812021 me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney-in- Fact of TnI,VBLERS CISUALTY ANU SUnnry COVrp^lNv OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be lh" p".rott 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. McCarthy, N Public My Commission NOTABY AN t1D SEALtJLICABYNOTPIJ RI[J SOUOFSTIA{l NTYScouLOUFC)t)lil,J i:MISSIOcoM 2023JUL30,EXN HES1''MI Sc lrJcoMMY B56365#L') ^-TRAVELERSJ Travelerc Casualty and Surety Company of America Travelerc Casualty and Surety Company 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 lnsurance 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, constituie and appoint Andrew P. Thome, of Chesterfield, Missouri, their true and lawful Attoriey-in-Flct to sign, execute, seal and ackn-owledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof oribehalf of the Companies in theii 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. lN WTNESS WHEREOF, the Companies have caused this instrument to be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017, State of Connecticut City of Hartford ss.L. Raney,Vice President On this the 3rd day of February 2017 , betote me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety -Company of America, Traveiers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance 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. ln Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June,202'l By: @ f'no.^rr- C tfi{,ouj-k Uarie C. Tetreault, Notary Public This power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards_of Directors of Travelers Casualty and Surety Company of Arirerica, Travelers Casualiy ancl Surety Company, and St. Paul Fire and Marine lnsurance 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 AttomeYs-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 thi Company's name and seal with the iomiany's se-aibonds, 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 tne Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorheys-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 Attomey oito any certificate relating thereto appointing Rlsident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for p_urposes only of executing and attesting bonds and undertakings and oiher writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsiriile 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 faJsimile seal shall be valid ancl binding on the Company in the future with respect to any bond or understanding to which it is attached. l, Kevin E, Hughes, the undersigned, Assistant Secretary of Travelers Casual$ and Surety Company of America, Travelers Casualty and Surety iorpany, and 5t. Paul Fire and triarine lnsurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which remains in full force and effect Dated this s day of :une , 2o2L u Kevin E. Hughes, To verify dre authenticity of this Power of Attomey, pl@se call us at 7-8OO'427-388O. Pl@se tefer to the above-named Affiomey-in-Fact and the dehils of the fund to which the power is atbched. HARIfOE. co+li.L !ilmllt XACfORD, co{il, loillr CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSTON, MTNTMUM 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: 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, f 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. 2O2L Storm Sewer CIPP Lining Project N umber: 2L-3O22'2 1 NAME OF PROJECT lnsitr rfnrm Tnchn iac ll(1 NATUR 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2l-3022.2 NAME OF BIDDER'S FIRM Wh Schu Co & HORIZED REPRESENTATIVE OF BIDDER Officer 2L May 24,202I INSITIIFORM TECHNOLOGIES, LLC PRESIDENT APPOINTMENT OF CONTRACTING AND .I'TIISTING OB'F'TCNRS The undersigned, being the President of Insitufonn Technologies, LLC, a Delawae Lirnited Liability Company (the "Company"), and pursuant to the authority set forth in the Lirnited Liability Company Operating Agreement of the Cornpany, hereby determines that: 1. Christlanda Adkins, Gina Gumieri, Janet Hass, Jana Lause, Diane Partridge, Whittney Schulte, and Ursula Youngblood are appointed as Contracting and Attesting Officers of the Cornpany, 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) certiff and attest to the signature of any officer of the Company; (ii) enter into and bind the Company to perfonn pipeline rehabilitation activities of the Company and all matters related thereto, ilcluding the maintenance of one or'lnore 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 necessaly and appropriate to cany out the project, activities and work ofthe 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 retnoved from any such appointment. Dated: March 6,2020 ffine Ralph E, Western President 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 STGN THIS FORM AS PART OF YOUR BID, FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS AION.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:lnsituform nolooies. LLC NAME:Whittnev Sch Ite Contractino & Attestino Officer ADDRESS 17988 Edison Avenue Chesterfield. MO PRINCIPAL OFFICE: ADDRESS: 17988 Fclison Arrenr re Chesterfield MO 1 PHONE FAX: 636-530-8000 636-530-8701 STATUTORY REQUIREMENTS - Per state law a bidder must meet the following responsibility criteria Required Responsibility Criteria 1.1 provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter IB'27 RCW' t.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. L.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 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2L-3O22'2 11 May 24,202I 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.I2 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUppLEMENTAL CRITERIA - Established by the City to determine bidder responsibility 2. ORGANIZATION 2.I How many years has your organization been in business as a Contractor? 41 2.2 How many years has your organization been in business under its present business name? 11 2.2.L Under what other or former names has your organization operated? ' lnsituform Technologies, lnc' 2.3 If your organization is a corporation, answer the following: Date of incorporation: State of incorporation : President's name: Vice-president's na me(s) : Secretary's name: Treasurer's name: 2.4 If your organization is a partnership, answer the following: Date of organization: Type of partnership (if applicable): Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following 2.5.L Date of organization: 2.5.2 Name of owner: 2021 Storm Sewer CIPP Lining/Leyrer L2 Project Number: 27-3022.2 2.3,L 2.3,2 2.3.3 2.3.4 2.3.5 2.3.6 2.4.L 2.4.2 2.4,3 May 24,2O2I 2,6 If the form of your organization is other than those listed above, describe it and name the principals: LLC, please see attached officer list. 3. LICENSING 3.1 3,2 4 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 21-3022'2 List jurisdictions and trade categories in which your organization is legally q ua I ified to do our' n "r?,, ?f i,#':?:"_i[:J,.Hn um bers, if a p pl ica ble' List jurisdictions in which your organization's partnership or trade name is filed. N/A 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,L 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 resard t" g3l'o\!H35i3lL??!l[33\f;,#l[Ti JilS.L?S: five vears? 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, 4,4.L State total worth of work in progress and under contract:Please see attached. 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.L State average annual amount of construction work performed during the past five years: Please see attached. 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. 13 May 24,202I 5. QUALTFTCATTONS 5.1 GENERALQUALTFTCATTONS The Cured-in-Place Pipe (CIPP) Installing Contractor shall have at least five (5) years active experience in CIPP installation. The CIPP Installing Contractor shall have successfully installed at least one million (1,000,000) linear feet of CIPP products in wastewater collection systems. 5.1.1 REQUTRED DOCUMENTATTON 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 wastewater collection systems, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed' 5.2 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, 5.2.1 REQUTRED DOCUMENTATTON Attach license and certification documentation. 5.3 KEY PERSONNEL QUALTFTCATTONS The CIPP Installing Contractor's Field Superintendent shall have a minimum of two (2) years of CIPP installation experience, successfully installed at least 50,0d0 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 ofierator 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' 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 2t-3O22.2 L4 May 24,202t 5.3.1 REQUTRED DOCUMENTATTON 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. 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.9. linear feet of CIPP installed, size of CIPP installed, number of reinstated laterals, employee's role, etc.), and the year each project was completed. 6. REFERENCES 6.1 6,2 6.3 Trade References: Bank References: Please see attached Bank of America, 800 Market Street, Saint Louis, MO 63005 Surety: 6,3.1 6.3.2 Name of bonding company: Travelers Casualty & Surety Company of America Name and address of agent: Marsh & Mc0lennan 7. FINANCING 7.t FinancialStatement 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. 7.1.L Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Please see attached 2020 balance sheet' Current Assets (e.9., 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). 2021 Storm Sewer CIPP Lining/Leyrer 15 May 24,2O2L Project Number: 2l'3O22.2 7.1.2 Name and address of firm preparing attached financial statement, and date thereof: PriceWaterhouseCooper, 1213112020 7.L.3 Is the attached financial statement for the identical organization named on Page one? yes 7,L.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.9., parent- subsidiary). N/A 7.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? \/25 8. SIGNATURE 8.1 Dated at this 8 day of June ,202L Name of Organization:lnsituform Technoloqies, LLC Title : Whittney Schulte,q & Attestinq Officer Whittney Schulteg.Z Contracting & Attesting Officer , 691n g duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sw before m day of 202L. Notary Public: My Commission Expires:Auo 28.2021 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 27-3022'2 KAREN L. SACK Nolarv Public - Notary Seal STATE OF MISSOURI St. Charles County Mv Commission ExPires: Aug' 28,2021- Commission # 17500031 16 May 24,2021 Insituform 'fer,hnalogies, LLC Shielding the llorld's InJtastructure 17988 Edison Avenue Chesterfield, MO 63005 www.aegion.com Tel: (636) 530-8000 Fax: (636) 530-8701 June 8,2021 City of Kent 220 4th Street South Kent, WA 98032 RE; 2021 Storm Sewer Lining Project No. 2I-3022.2 - Statutory Requirements To whom it may concern: This letter serves to state that Insituform Technologies, LLC ("ITI") hereby answers the questions required of Statutory Requirement section of the bid forms: I . 1 Copy of Department of Labor registration is attached' l.2The UBI number for ITI is 601 880 220 1.3 The Industrial Insurance number for ITI is 882.695'01 1.4 By signing this letter, Whittney Schulte, Contracting & Attesting Officer for ITI certifies that ITI is not and has not been disqualified from bidding on any Public Works contacts within the past three (3) years. 1.5 By signing this letter, Whittney Schulte, Contracting & Attesting Officer for ITI certifies that ITI is not a o'willful" violator as defined in RCW 49.48.082, or any following chapters, nor has notice of assessment issued the Department of Labor and Industries nor through civil judgment entered by a court of limited or general jurisdiction. t.O lff tras worked more than three (3) public works contracts in the State of Washington and carry the contractor license number INSITTLSS3CW; therefore, ITI is exempt from additional training. ITI is prepared to provide additional information upon request. Sincerely, Whittney Schulte Contracting & Attesting Officer Insituform Technolo gies, LLC 636-530-8000 WSchulte@Aegion.com @ hlgituform Shielding the World's InfrastntctweTecfinalogies', LLt Trade References for Insituform Technologies, LLC AOC 19991 SeatonAvenue Perris, CA 92570 Joe Simpson 90r-854-2846 Kosa PO BOX 75148 Charlotte, NC 28275 704-586-7305 Wehrman & Company One 81 75 BigBendBlvd.#2s0 St. LouisMO 63119 3t4-962-7953 17988 Edison Avenue Chesterfield, MO 63005 www.aegion.com Tel: (636) 530-8000 Fax: (636) 530.8701 '0r.fz?,/re zr0604e- 0s$ $ff60,0o ft frabF4 tiur13'46426 Fage { ofl 5(Lbo g 6doLe $ '4FForeign Profit Corporation 'Sae afldcfted dalalled In9huatlone E fitirrs Fee $30,{10 E Ftttng Fao wtth Expedfted $orvloe $80.00 FILEO SEORETARY OFSTATE SAM REEb 01t2312012 STATE OF WA8HINGTON UBI Nqftbgr:60'1 880 220 AMHNDFD OHRTIFICATE OF AUTEIORITV NAMEoFcoRPCIRATION! (ascunontlyrecordedwilhlhoOlfraeotlha$ecretsval$tote.) NSITLIT0II}{ fiCII}JOLOOIBS, NC. NAfiIETOtsEU$gBlNWA$HINOToNSTATEI (lfdtftereotthanobovs,rasolullonmuslheatlaahed) I STATHoRcouNTRYWHEREoRIGINALLYINc0RPoRATEDT?9ltY*u..-.- . --, - .- --. DATE cERTIFICATB OFAuTHoRlTf WAs ls$uED lNWASHINoTON:,10n02001 - 6EcTt0N 3 AMENOMENT$ TO QERI It'lgAl'E: (itndsssaty, at{frEn ac,aUonat nrcnnat/onl Tllo eudty hw couvorlcil &om I Corporatlol lo a Llmiicd Llablll(y Compary Pdnted h$fruDftofisPago) 6 6srs5y'ox;roiiqd undetpenoltla#of Potltty, flrdls, 14 aio l4$lotmy lmotvlodgq (ruo nld nomct, x td ?L gDnvld R Morrlo, $c'Vlpo lrer SIGNATURE (sfb I \ ?roftcorpontibn-funf'ddndgonlfic{le 1v&hbgloo$cttolatyofshr!REvftal 0ll10 ffiE{mwuffirs PAOfl 1 trte gtrsf State tt ,lEFtEEy W- BVLt'1CK. .gEOREFAny OE SrArE Oy WHE ,$rHrg oF DELAWAAE DO HER&BY CAffruHT TEAY WEU AVWAdEED .fS A rAUE EIVD coR8fidl' cOEy oE rap IENTItrZdATE oy coffi/&wlofi on'A DEtrewASS coRpoRAgION Ul{p4R SJIE IVaH4 Qp TINSX|/'VllOftIt STIC'EIVOIO6[J'&',5i| INO.n trQ A DEX'AjIARE LIMIYED XIIAEII.,IIV COMP//dI[Y,. uEltNdrNG zgs NAM& YRaI{ r,fiydf5ltr'oXM gl.EcgMo',Ogrqgr J;N6.,, fe UZNSITAFonM TECHNQ$OOXESI u,ct't Ertab fiil t'aIl oFEraE oll rHg fltrRFyEfH nAy oF D4GEMBERI A.D, 2AI7, A8 17:28.OiAI/OQK A.M. eryD .r Do wnEBY n'pftfJrEfi cEftflrty tHAr '!Hp &vFficmvB DATE OF YPEI AEORJ,SAED OENrTfIXCATE OF COIWENEXON Tg TEE !!EJNTY*F'JJ{.'XI"PAf, 0889568 A70AV 728067240 o(lhcl{ gccrttory of SlAto: 9303791 gou Eu ?#Ift tltls oor*lflpate onlLttEaa qor6, dela*tr ro.govlautivar, ahutl. par&i 07-78-72 SEa ,9Rlt $T,{TEOFDEIAI|/ARB CBRTTFICATS OF CON\ERSION EROMA COR}OITATTON TOA LIM$ED UAPILITY CoMPAlilf P1II{SUAI'I'[ TO $ECTION 18.2T4 OF T}IF, LTWISD LIABILITY COMFANY Afff l.) T?reirrrlslotlon whem thoCorpomilon ffrstfonnsd ls Delawa{o. 2.) Tlrejurisrltctionlmrnediotelypriorlqfithgthlccertlfle4ts16Dalswaro, 3,) Tho dats tho Corporation first formad isMarclr2?' l9B0' 4.) fho flama of the cor?oratloh bnmedlatety prlor to filing this cortificatu fs Insitufr m't'echnologier, ft$. s.)Thc rrane of the Lftnited Llability Compnny assetforthln0r.(kd$cnte ofForpqdou ls InslrufomTehnoloeies' LLC. 6J ThE ofiftAivotlns ofhe epnversiorrshallbe l1:5S pm. ES'I on Dcccnbet 3lr 201l, IN WrNF,S$ WIIEREOB, iheurrderniprerl bas oxecuted Hris Cariffcaleolrsc2ftdey oI Deceurbqrr 20l l. TNSITUFOBM TECHNOTOOIES, NC. Crtrr SfctebrY { ffie{wwnffire PA6EI 2 qfie Flrst Sts,te rr ,lEEEnEt W. EVLtOdI(t gECnEtnSy o8' .9CAFS Op rtrEE SVAED ofr DlteRrARU DO HEREBY cEBstFt r.EAfi yfrE aDIACFED.f,S A IJTUE AllD coBREtGt qoPy oy 1ERI',IEIAETE O!' FOItdAmOI{ oF ')tMg'rasopt4 TECflNOIJO1IE9T frLou EILED r$ IlfiI's og.nlicEi olv rpIl r&IRlntgrl{ DAv OF DECAN8ER| A.tl, 2071t Av 1X:28 OtdnOCK A.8{. IIND T DO frEFAAT f'CIRYI'E8 OERgtr.HT UEAY TEE EYII'!'CVXVS DA'IIE OF rrn nrurrE'5arD sn8sr$'rsur4 QF roffr{ArgoN rs rnp lwrnlfy-aIe'gv DAv or DESETdBFRt A.D. 2077t .er 1.1:59 Q|CbOCK P.$- w 7 of$ta(e o889565 5L00V 720057240 II _1.. IB,,"{ltg, #f ig,*#"i1; tJ giff gt,o \t t no DArnt 07'78'72 Sltate of /qlanaregec!€tal(t/ otr Stat6DJtdsldn od @twraLtonsdeltverrsd ll,t4o dV zg./A0./2o17 ETLED X.1t28 At4 t2fia/207Lfiv 7173554ee - 08A9565 Eri,B $I'rtfEa/DEI,AWARE trMrlED r,IAllIl,ITV COIWFnny CDR TIFICATE a/s'oBfi IATION q F'lrstc The narne of this limi(ed liabiiity compilry is lr:sihrform Te*hnologiar. Lrg. o Secaudr Tle addrest of its regtis&md oflics ln tbe 8l4ts of Delaware ls Corponatlon Trust Cente4 1209 Orange theel in tlre Clty of Wllrningfon' Delawaro 19801. The *ame of its r€gl.*ered sgetrt at such afdregr is Ths corporadon Ttusf Cornpany, o Thlrd: This Iillng sbtll bs effcotlvo 1l:58 p,m, ESI on Decenbdr 3I' 2Qll ' dqY cf Detanrtor, 201 1, Gresr Organlzer i I /! AEGToN'@ Insituform Stronger. Safer. lnf rastructure.' INSUITUFORM TECHNOLOGIES, LLC List of Officers Business Address for Board of Managers and Officers: 17988 Edison Avenue Chesterfield, MO 63005 OFFICERS Name Office Ralph E. Western President David F. Moris Executive Vice President Mark A. Menghini Senior Vice President and Secretary Kenneth L. Young Senior Vice President, Treasury and Tax John L. Heggemann Senior Vice President Kent W. Bartholomew Vice President, Deputy General Counsel & Assistant Secretary Dennis Pivin Vice President - Safety Christlanda Adkins Gina Gurrieri Janet Hass Jana Lause Diane Parlridge Whittney Schulte Ursula Youngblood The following information is provided by Insituform Technologies, LLC ("Insituform") on a "to the best of our knowledge" basis for the past five years. At any given time, in the ordinary course of national business, Insituform 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. Insituform's parent company, Aegion, which is publicly traded is required to report material litigation involving Insituform in its SEC filings. If you have specific requests, Insituform will do its best to provide supplemental information. 1. tnsituform Technologies, LLC v. CSI Engineering and Quality Pipeline Services. 2018. California' Dispute regarding defective work and delays by subcontractors to lnsituform. Litigation and arbitration settled. 2. Ta v. lnsituform Technologies, et a|.,2019, Orange County, CA 30-2019-O1O44231-CU-PA-CJC' Personal injury case arising our of motor vehicle accident. Settled' pwc Report of Independent Audltors To the Management of Insituform Technologies, Ll,C: We have audited the accompanying balance sheet of Insituform Technologies, LLC as of December 3r, 2020. M anag eman t's Re$lton s ihiliry for the B alo.nc e She e l 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, antl maintenance of inteinal control relevant to the preparation and fair presentation of the balance sheet that is free from material misstatement, whether due to fraud or error. Audf tors' Responsibilf ty Our responsibility is to expres$ an opinion on the balance sheet based on our audit. We conducted our audit iriaccordance with duditing standards generally accepted in the United States of America. Those standards require that we plan and perfonn the audii to obtain reasonable assurance about whether the balance sheet is free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the balance sheet. The proceiures selected depend on our judgment, including the assessment of the risks of material misstatement of the balance sheet, whether dtre 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 cirrulnstances, but not for the purpgse of expressing an opiliion on tfie effectiveness of the Company's internal control. Accordingly, *u u*pi*sr no "n"h opini6n. An audit also includes evaluating the ap-propriateness of accounting policies used and the reasonableness of significant accounting estimaies made by management, as well as evaluating the <lverall presentation of the balance sheet. We believe that the audit evidence we have obtained is suf{icient and appropriate to provide a basis for our audit opinion. Opinion In our opinion, the accompanying balance sheet presents fairly, in all material rcspect$, the finaneial position of Insituform fectrnotogies, LLC as of December 81, 2o2o in accordance with accounting principles generally ar:cepted in the lJnited State's of America. w Saint Louis, Missouri March zg,2o2t Insituform Technolo gies, LLC Balance Sheet (in thousands) December 31, 2020 Assets Current assets Cash and cash equivalents Receivables, net Retainage Contract assets Inventories Prepaid expenses and other Total cuffent assets Property, plant and equipment, net Other assets Goodwill Intangibles Operating lease assets Defenred income taxes Other long-term assets Total other assets Total assets Liabilities and stockholders' equity Curent liabilities Accounts payable Accrued expenses Operating lease liabilities Contract liabilities Cunent maturities of long{erm debt Total cunent liabilities Long-tem debt, less current maturities Other liabilities Operating lease liabilities Deferred income taxes Other longterm liabilities Total other liabilities Total liabilities Stockholders' equity Common stock Additional paid-in capital Retained eamings Accumulated other comprehensive loss Non-controlling interest Total stockholders' equity $8,013 30,395 14,919 18,5 l6 13,04 i 3,745 88,629 35,372 88,527 1,701 19,5 55 9,483 3.3 61 t22.627 $23,995 16,480 4,936 13,534 58,94s 14,755 12,4r6 1,135 28,306 87,251 58,1 59 101,218 1s9.377 $ Total liabilities and stockholders' equity $ 246,628 Stronger. Safer. lnf rastructure." January 21, 2021 To Whom lt May Concern: Please be advised that lnsituform Technologies, LLC is a vertically integrated pipeline rehabilitation company. As such, lnsituform is not only the manufacturer of the cured-in- place pipeline rehabilitation system of the same name, but also offers the benefits of a comprehensive engineering department, with engineers on staff for design of CIPP products to suit ea-h specific situation. Regional contracting offices perform allfield services including installation and have been doing so since 1971' This letter shall serve to certify that lnsituform Technologies, LLC is authorized to install lnsituform products supplied by lnsituform Technologies, LLC' Sincerely, INSITUFORM TEC 7! AEGroN.@ Insituform' FlNrgLOGrES, LLC AbuAOU Abraham Abraha 2021-01-21 14:09-06:00 lnsituform Technologies, LLC 1 7988 Edison Avenue Chesterfield, MO 63005 Tel: 636-530-8000 Fax: 636-530-8701 www.insituform.com Abu Abraham Director, Engineering 7! AEGroN.@ Insituform" Abu Abraha m lnsituform Technologies, LLC 17999 Edison Avenue Chesterfield, MO 63005 Tel: 636.530.8000 Fax: 636.530.8744 www. insituform.comStron ger. Safer. lnf rastructure.* CERTIFIGATE OF COMPLIANCE January 21,2021 To Whom lt May Concern: This letter certifies that INSITUFORM tubes are manufactured in Batesville, Mississippi, USA, by lnsituform Technologies, LLC and meet all relevant specifications for a cured-in-place pipe product: ASTM D 5813, ASTM F 1216, and ASTM F 1743. lnsituform tubes have been manufactured in the USA since 1981 . The finished tube is manufactured using multiple layers of polyester felt, with one layer coated with either a Polypropylene or Polyurethane thermoplastic. The layers are cuVslit to the desired width and sewn concentricilly to form the final tube. The coated layer is also sealed at the seam, using an extrusion or taping proceis. The extrusion process is used on the standard (inverted) tubes. The standard (inverted) tubes are manufactured with the coated layer on the outside. Felt production is achieved by a non-woven needle punch process using Polyester fiber' The finished product is tested for thickness under a specified load and for tensile strength in accordance with ASTM D bSt S. fne 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 meets or exceeds the minimum tensile strength of 750 psi (5 MPa) in both longitudinal and transverse direction. For Quality Assurance purposes, the 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. Following the inspection process alltubeslexcept lnsituMain, which are used in water lines) are printed with yard marks. 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 lnsituform Technologies, LLC is ISO 9001:2015 certified. The end use of the lnsituform tube is to rehabilitate pipes to extend the life of the existing pipe and/or prevent a replacement of the existing pipe. Please contact us directly with any questions you may have. Sincerely, INSITUFORM TECHNOLOGIES, LLC Abu Abraham 2021-01-21 14:10-06:00 Abu Abraham Director, Engineering Insituform Teffinslegies, LLt Ma n ufactu re r/Gontractor Expe rie nce INSITUFORM OREGON OFFICE @ hlp;ituform" lnsituform Technologiec, LLG 17988 Edison Avenue Chesterfield, MO 63005 Tel: 636.530.8000 Fax 636.530.8744 rrrlww. insituform.comAn Aegio't Coritpany Grew Experience Abridged lnsituform installed footage and project summaries are attached for completed prolects of similar size. lnsituform is both the CIPP product manufacturer and product installer. Crew Experience: 1. Ronny Tidwell- Superintendent (PACP Certified) - 18 years at lnsituform 2. Adam Clary - Foreman/Cutter Ops (PACP Gertified) - 12years at lnsituform 3. Cody Debusk-Boiler OPerator - 3 years 4. Jamie Guteirrez - Jefter Operator - 3 years at lnsituform 5. Hayden Thompson - CCTV OPerator - 2 years at lnsituform 6. Russell Gockran- Laborer - 1 year at lnsituform * SAME CREW AS KENT 2A1g and 2020 PROJECT 2 lftd\y lnsitufornt Technologies, LLC is a subsidiary of Aegion Corporation Ircituform Teet.ssslr:gi*s, !-L{i Project Manager Field Engineer General Superintendent Q..aarinlanz{aalvgaivl lr rav, a99a at Foreman Name: AndyThompson Fax: Title: Field Engineer Email athomoson@aegion.com Phone: 503 488 9340 19165 SW 119t'St. Tualatin, OR 97062 wwur.insituform.com City of Kent WA 202i Siorm Sewer CIPF Lining Project No.2l-3022.2 To Whom It May Concem: This letter certifies that Insituform Technologies, Inc, is both the manufacturer and installer ofthe insituiorm produci. Each of insituiorm's superiniencients, ioremen and insiaiiers, go riuoggh extensive in-house training programs to provide supervisory and installation services on all thb Insituform projects, and are authorized to install such products. Below are the individuals we anticipate will perform the work for the above referenced project. Mike Morris Andy Thompson EarlSmith Danarr Tidrrrall a rvr la lt a lvrt9ll Adam Clary 971.645.9779 503.488.9340 503.307.8878 a.la aAn AlAnggv.v11.a lv3 503.576.0157 Please contact us directly with any questions you may have' Sincerely, lnsituform Technologies, Inc. Report 1 2017 2017 2017 2017 2017 2017 2017 2017 2017 2017 2017 zo17 2017 2017 2017 2017 2017 2017 2017 20'17 2017 2017 20'17 ,n17 00202 002a2 00202 oo202 00202 00202 00202 00202 00202 oo202 ao2Q2 0a202 00202 00202 00202 00202 00202 00202 00202 00202 00202 00202 oo202 nn202 ADVANCED EXCAVATINGLONGVIEW WA ELLENSBURG, WA 2O17-0/,O ELLENSBURG, WA 2017440 FEDEML WAY,WA RFB1O.OO7 FEDEMLWAY.WA RFBtEOll INTERWEST CONST INC MOORE EXCAVMEI,PORTLAND OR MOORE EXCAWEI,PORTLAND OR MOORE EXCAVMEI.PORTLAND OR MOORE EXCAVMEI,PORTLAND OR MOORE EKCAV,MEI,PORTLAND OR MOORE EXCAVMEI.PORTLAND OR MOORE EXCAVMEI,PORTLAND OR MOORE EXCAVT',IEI,PORTLANO OR PORT OF SEATTLE. WA.UOOO5O SEATTLE, WA.2Ol4.REBID SEATTLE, WA.2Ol4.REBID SEATTLE, WA.2Ol4.REBID SEAfiLE, WA-2014-REBID SEAfiLE,.WA.2Ol4.REBID SFATTI F WA.2O14.RFBII) TACOMA,WA 2017G, TACOMA,WA 2017G, TAEOMAWA 2NI7G 320 CIPP - Standa 2404 CIPP - Air lnvc 446 CIPP-Airlnve 0 CIPP - Air lnvt 63 CIPP - Air lnv( 1648 CIPP - Air lnv€ 2022 CIPP - Air lnv( 4073 CIPP - Air lnv( 361 CIPP-Airlnv€ 284 CIPP - Air lnvc 1715 CIPP - Air lnv( 713 CIPP - Air lnv( 261 CIPP-Airlnv€ 2874 CtPP-lLs 86 CIPP - Air lnv( 143 CIPP - Air lnvc 127 CIPP - Air lnv( 381 CIPP - Air Invf 420 CIPP-ILS 5453 CtPP-lLS 68 clPP-ll s 8407 CIPP - Air lnvc 1056 CIPP - Air lnv( 40&4 CIPP - Air hvr 12 I 12 18 12 12 8 10 12 14 15 18 30 I 24 t0 12 24 6 I t0 I 10 12 2017 2017 2017 2017 2017 2017 2017 2017 2018 2018 2018 201A 2018 2018 2018 2018 2018 2018 2018 2018 2018 2018 2018 2018 2014 2018 2018 2018 00202 00202 00202 00202 00202 002,02 00202 00202 oo172 oo172 00172 00202 00202 oo202 00202 00202 00202 00202 00202 00202 oo202 00202 00202 00?02 oo202 00202 00202 00202 TACOMAWA 2017G, TACOMA,WA 2017G, VANCOUVER, WABID 16.24 VANCOUVER, WA BID 1G24 VANCOUVER, WABID 1&24 WEST LINN OR,2OI7,PW.lGO6 wEsT LINN OR,2017,P\'\rlS06 WEST LINN OR,2017,PV\,-IEO6 COEUR DALENE ID,2O18 PROJECT COEUR DALENE ID,2O18 PROJECT COEUR DALENE ID.2O18 PROJECT BEND, OR 1SPIR BEND, OR lSPIR EUGENE. OR. 5O5O FABER CONSTRUCTION. BELLINGHAM FABER CONSTRUCTION. BELLINGHAM FABER GONSTRUCTION, BELLINGHAM FLOW TECHNOLOGIES,SEATTLE WA INTERVVEST CONST INC MOUNT VERNON WA,PJSS.zO1 &OO3 NEWBERG, OR 706301 NEWBERG, OR 7OO3O1 PORT OF SEAfiLE,WAT18 PHASE 1 PORT OF SEATTLE,WA-T'8 PHASE 1 REEDSPORT, OR 2018/2019 FY REEDSPORT, OR 2018/2019 FY REEDSPORT, OR 20t8NO19 FY ROGUE VALLEY SEWER SVCS,FYzO18 621 CIPP - Alr lnvt 590 CIPP - Air lnv€ 1666 CIPP - Air lnvc 428 CIPP - Air lnv€ 216 CIPP-Airlnvc 4904 CIPP - Alr lnvt 194 CIPP - Air lnv€ 28125 CTPPJLS 1332 CIPP-Airlnv( 560 CIPP - Air lnvc ,lii2 CIPP - Slanda 20s) CIPP-Airlnw 3111 CIPP-Airlnv€ 230 CIPP - Air lnvc 246 CIPP-Alrlnv€ 189 CIPP - Air lnv( 424 CIPP - Air lnvc 107 CIPP - Air lnv( 265 CIPP - Air lnv( 3875 CIPP-Airlnvc 4644 CIPPJLS 315 C|PP-|LS 94 CIPP - Air lnv€ 42 CIPP - Air lnv( &42 CIPP - Air lnv€ 884 CIPP - Air lnv€ 110 CIPP-Airlnv€ 1631 CIPP-Airlnv€ 15 30 I 10 12 10 14 I 10 30 30 36 42 15 I 10 12 '10 12 8 I 86 27 30 I 12 t8 I 2018 2018 2018 2014 2018 2018 2018 2018 2018 20'18 2018 2018 2018 2018 2018 2018 2018 2018 2018 2018 2018 2019 2019 2019 2019 2019 2019 2019 00202 00202 o0?o2 00202 00202 00202 00202 00202 00202 00202 oo202 oo202 00202 00202 00202 oo202 00202 00202 00202 00202 00202 00202 00202 00202 00202 00202 00202 00202 ROGUE VALLEY SEWER SVCS,FY2OIs ROGUE VALLEY SEWER SVCS,FY2OI8 SEATTLE, WA.2O1O-116 SEATTLE, WA-201&I16 SEATTLE, WA.201F116 SEATTLE, WA.2OIG.I 16 SEATTLE, WA-201Gl16 SEDRO.WOOLLEY. WA 201 7.PW.1 6 SEDRO-WOOLLEY, WA 201 7-PW-1 6 SEDRG.WOOLLEY, WA 2OI7-PW.IO SEDRGWooLLEY' wA 201 7-Pliv:l 6 TAPANI INC, WNLOCKWA TAPANI INC, WNLOGK WA TAPANI INC, WNLOCK WA TAPANI INC, WNLOCKWA TIGARD, OR. PACIFIC HWY TRENCH LINE EXCAVATING TRENCH LINE EXCAVATING TRENCH LINE EXCAVATING TRENCH LINE EXCAVATING TRENCH LINE EXCAVATING BRINDERSON, LLC. SHELL OIL EUGENE, OR - JOB 6015 KENT WA, 2019 PROJ1&3012 MEDFORD OR, 2O'9 PROJECT MEDFORD OR. 2019 PROJECT MEDFORD OR, 2019 PROJECT MEDFORD OR, 2019 PROJECT 1319 CIPP - Air lnv( 1768 CIPP - Air lnv€ €79 CIPP - Air lnvt 3387 CIPP - Air lnv€ 2984 CiPP - Air lnv( 553 CIPP - Air lnv€ 29081 CIPP-ILS 1397 CIPP - Air lnv€ 9261 CIPP-Airlnv( 297 CIPP - Air lnvc 0 CIPP-Airlnv€ 2573 CIPP - Air lnv( 2387 CIPP - Air lnvf 223 CtPP-lLS 638 CIPPILS 3539 CIPP. Air lnv€ 2011 CIPP-Airlnv€ 709 CIPP - Air lnv€ 595 CIPP-Airlnvt 376 CIPP - Air lnvc 1419 C|PP-|LS 175 CIPP-Alrlnv€ 33, CIPP-Airlnv€ 11886 CIPP-Slanda 10367 CIPP - Air lnvc 2407 CIPP - Air lnv€ 1598 CIPP - Air lnv€ 798 CIPP - Air lnvc 10 12 6 8 10 12 8 6 I t5 't8 6 I 6 I I 12 15 18 21 8 21 I I I 10 12 15 2019 2019 2019 2015 2015 2019 2019 2019 2019 2019 2019 2019 2019 2019 20't9 2019 2019 2019 2019 2019 2019 2015 2019 2019 2019 2015 2019 2019 oo202 00202 00202 00202 oo202 oQ202 00202 00202 00202 oo202 00202 00202 00202 oo202 00202 00202 00202 00202 ao202 oo202 oo202 00202 00202 oo202 00202 00202 00202 00202 MEDFORD OR, 2019 PROJECT MEDFORD OR, 2019 PROJECT MEDFORD OR, 2019 PROJECT MEDFORD OR, 2019 PROJECT MEDFORD OR, 2019 PROJECT MOUNT VERNON WA,PJSS.2O1 &OO3 MOUNT VERNON WA,PJSS.zOl 8.003 MOUNT VERNON WA,PJSS-2ol&OO3 MOUNT VERNON WA.PJSS-zo1&OO3 MOUNT VERNON WA,PJSS.2O1&OO3 MOUNT VERNON WA,PJSS-2o1 &OO3 MOUNT VERNON, WA SS.2OI9.O7 MOUNT VERNON, WA 592019.07 MOUNT VERNON, WA S$201947 MOUNT VERNON, WA S$'2019-07 MOUNT VERNON, WA SS.2019.07 MOUNT VERNON, WA SS-2019'07 MOUNT VERNON, WA SS.2OI9-07 OLYMPIA, WA, PROJ 1689Q OLYMPIA, WA, PROJ 1689Q OLYMPIA, WA, PROJ I689Q OLYMPIA, WA, PROJ 1089Q OLYMPIA, WA, PROJ 1689Q OLYMPIA, WA, PROJ 1689Q POULSBO, WA CN2OI9'03 RICHLAND WA,BASIN B,CTI9.OO55 RICHLAND WA"BASIN B,CTI9.OO55 RICHLAND WA,BASIN B,CT1 9-0055 3478 C|PP-|LS 13,14 CIPP - Standa 325 CIPP - Standa 325 CIPP - Standa 325 CIPP - Standa 120 660 CIPP - Air lnvc 2151 CIPP-Airlnvc 385 CIPP - Air lnv( 727 CIPP - Air lnv( 150 CIPP - Standa 406 CIPP - Air lnv€ 1316 CIPP - Air lnv€ 1316 CIPP-Airlnv( 142 CIPP - Air lnvc 909 CIPP - Air lnv( 1297 CIPP-ILS 330 CIPP - Standa 2898 CIPP - Air lnvc 3256 CIPP - Air lnv( 323 CIPP - Air lnv( 1211 CIPP-Airlnv€ 16 CIPP - Air lnv€ 190 CIPP - Standa 1910 CIPP - Air lnv€ 4583 CIPP - Air lnv€ t0897 CIPP-Airlnv€ 685 CIPP - Air lnv( 6 I 12 18 24 I I 10 12 't5 18 8 15 24 30 36 I 12 6 8 t0 15 22 24 I 6 I 10 2019 2019 2019 2019 2019 2019 2019 20r9 20't9 2019 2019 2020 2020 2020 2020 2020 2020 2020 20zo 2020 2020 ?020 2020 2020 2020 zo20 2020 2020 00202 00202 00202 00202 00202 00202 oo202 oo202 00202 0a202 00202 00172 oo172 oo172 00172 00172 oo172 o0172 00172 00172 00172 04172 00172 00172 00172 00172 90202 00202 ROGUE VALLEY SEWER SVCS,FYzO19 ROSEBURG, OR -20I9 ROSEBURG, OR -2019 ROSEBURG, OR -2019 ROSEBURG, OR -2019 ROSEBURG, OR.2O19 ROTSCHY INC - KENNEWCK, WA SEATTLE, WA.2016.1I6 SEATTLE, WA.2OI&116 SEAfiLE, WA-2OI&116 SEATTLE, WA.20I6.116 BECKCONST EXCAVATION BECK CONST EXCAVATION DRC CONSTR,MOUNIAIN HOME AFB DRC CONSTR,MOUNTAIN HOME AFB DRC CONSTR,MOUNTAIN HOME AFB JR SIMPLOT CO, POCATELLO-ID JR SIMPLOT CO, POCATELLO,ID JR SIMPLOT CO, POCATELLO,ID JR SIMPLOT CO, POCATELLO,ID MIDVALLEY IMPRVDIST-2020 MIDVALLEY IMPRVDIST.2O2O MIDVALLEY IMPRVDIST.2O2O MIDVALLEY IMPRVDIST-2020 SALT IAKE CITY CORP 513505306 SALT LAKE CITY CORP 525002760 ALBANY, OR - S$19-05 A EUGENE, OR - JOB 9OO1O7 341 CIPP-Airlnv€ 575 CIPP - Air lnv€ 257 CIPP - Air lnvc 245 CIPP - Air lnv€ 988 CIPP - Air lnv€ 1791 CIPP - Af lnv( 3161 CIPP-Airlnvt 875 CIPP-Airlnv€ 3766 CIPP - Air lnvr 1746 CIPP - Air lnvc 355 CIPP - Art lnv€ 126 CIPP - Air lnv( 1179 CIPP-Airlnvt 859 CIPP - Air lnv€ 89 CIPP - Air lnvt 469 CIPP - Air lnv€ 0 CIPP - Air lnv€ 0 CIPP - Air lnv( 138 CIPP - Air lnv€ 156 CIPP - Air lnv€ 2063 CIPP - Ar lnvc 1860 CIPP-Airlnv( 1200 CIPP - Air lnv( 16091 clPP-lLs 596 lnsitumain 530 CIPP-Alrlnv€ 90o CIPP-Airlnv€ 4733 CIPP-Airlnv( 12 24 27 30 42 48 24 6 I 10 30 6 I I 15 24 6 12 15 18 I 10 12 I 48 I 30 I 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 2020 00202 00202 00202 00202 00202 00202 00202 00202 oo202 00202 oo202 oo202 00202 00202 00202 00202 oo?02 00202 oo202 EUGENE,OR. JOB9OO1O7 EUGENE,OR- JOB9OOIOT FEDERAL WAY,WA RFB1$O1O FEDERAL WAY,WA RFB19O1O ISSAQUAH, WA - SEWR 2OOO2 ISSAOUAH, WA- SEWR 2OOO2 LANDIS LANDIS, PORTLAND, OR LANDIS LANDIS, PORTLAND, OR LANDIS LANDIS, PORTLAND, OR MEDFORD OR, 2O2O PROJECT MEDFORD OR, 2O2O PROJECT MEDFORD OR, 2O2O PROJECT MEDFORD OR, 2O2O PROJECT MEDFORD OR, 2O2O PROJECT MEDFORD OR, 2O2O PROJECT MEDFORD OR, 2O2O PROJECT SOUTH SUBURBAN SANI DIST SOUTH SUBURBAiI SANI DIST SOUTH SUBURBAN SANI DIST 3544 CIPP - Air lnv€ 823 CIPP - Air lnvc 739 CIPP - Air lnv€ 230 CIPP - Air lnvr 15155 CIPP - Air lnvc 264 CIPP - Air lnv€ 4924 CIPP - Air lnv( 652 CIPP - Air lnv€ 555 CIPP - Air lnv( 1740 CIPP-Airlnvc 13246 CIPP - Air lnv€ 2106 CIPP - Air lnv€ 2373 CIPP-Airlnv( 1903 CIPP - Air lnv( 1521 CIPP-Airlnv( 541 CIPP - Standa 1690 CIPP-Airlnv€ 86 CIPP - Air lnv( 678 CIPP - Standa 10 12 12 18 8 10 I 12 15 0 I 10 12 15 24 15 I 16 15 lnsituform Tectmalogics ! L.!:, is,5tt]tiicli.i'i ti '!\eiJi() ii Corpotntion lnsitufqm Iec!inok':gios, Ll.C City of Kent WA 2021 Storm Sewer Rehabilitation Due:6-8-2021 INSITUFORM EQUIPMENT LIST . halfton Pickup Truck . l Ton Flatbed Truck . TV/Cutter Truck . Jetter Truck . Steam/Boiler Truck . Tool Trailer . Refrigerated Semi Truck -CIPP Liner Storage . Miscellaneous hand tools and safety equipment . Rental Equipment o 375 CFM ComPressors (2 QtY) o 6" PumP @,*r"**1t1Last Refresh Date: 06-02-2021,::-jf,..irt.,iia'^,r,it.t:\' :.lir111i:::.ari.lizj i)),i'i,ri:: r:i:ri:r11it ,,..:r'.jrir':\S'r,.'rt:1,i:Iriri r::.Contract Qualification Active Projects ( 2013 - Present ) - Parameter Summary06-02-20210020201-02-2018Bid DateValueStartEndProductDiameterJDE Company CodeOwner StateMaterialRoleMonthDate @r"-r'."**tL: .,.'!r,r:.rij ,r.. :..r'.:,r:,a^:.:).i\ ::.i,i.:.)::^:'..:r,i.r'),:.r,:ii, rr'.1:i:.''',i:i ii, l.)r'- ., :.:':,;:../:Contract Qualification Active Projects ( 2013 - Present ) - Summary15,51398,02423,5411 8,56492413,9413224,5404,5155,3318954,942191,280 21,907752q3801262,4491,3151,354142I _2415,6084644,5404,51527,926 21792110,22524,85619,91700 1,66622722700005,3318956,9549,064222P8238001t1Last Refresh Date: 05-02-2021 @t*p**Contract Qualification Active Projects ( 2013 - Present ) - Detail1112Last Refresh Date: 06-02-2021ProjectStatusContract AmountProject JDEJob Number ,RoleProject Description202297PrimeMorris, James Michael840 NorthgateBentonRichland WA 99352-0190+1 509 9427540RICHLAND WA,BASIN B,CT#19-0055 I 2019 TRENCHLES SEW.REH.BASIN BJA 5%$828,362.79 CONT#19-00556,887r16909-1 0-201 ICity of Richland, WA840 NorthgateBentonRichland WA 99352-0190+1 509 94275404,643 2,24410,53668915,868 2,244000010,53668918,112Bid DateTotalSRTotalCustomerOwnerProject JDEJob NumberjRoteOriginal Contract AmountProjectProjectStatus202302SubMorris, James MichaelTapani Underground, lnc.-BattleGround, WA1904 SE 6th PlaceBattle Ground WA 98604+1 360 6871 148TAPANI, INC..TOPPENISH,WA I PHASEIVSSIMPRVMNTS:01-02-2020: City oJ Tgpperli:hr WA, 21 West FirstAvenueYakima, Toppeil-sh WA 98948+1 509 86545009806961,67600JA 5% $1s5,950.00 (MSA#202268)980217083,688130,2,0122,012Projeet ManagerBid DateTotalSTDTotalCustomerOwnerProject JDEJob NumberProject DescriptionRoleStatusPro.jectContract Amount202305PrimeMonis, James MichaelTACOMA WA,201 9 #ES19-0463F | 201 9 STORMWATER REH,ES 19-0463F01-09-201 IJA 5%$1,976,365.00,CON#CW2233760Gtni0975,4204,7265,0591,952000000975,4204,7265,0591,9521,282Bid DateTotalCustomerOwnerCity of Tacoma, WA-*Main LocationCity of Tacoma, WA-"Main Location1,282 @rr*r-1"**2t12Last Refresh Date: 06-02-20212201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409+1 253 59155882201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409+1 253 59155883,6352,89125,0623,6352,89125p6_2-000CustomerOwnerTotalTotalProject JDEJob NumberProJectStatusContract AmountRole202306PrimeMonis, James Michael2201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409+1 253 5915588TACOMA WA,201 I #ES1 9-0194F | 201 9 WASTEWATER REH,ES19-01 94F12-05-2019of Tacoma, WArMain LocationCity of Tacoma, WA-*Main LocationJA 5% $987.630.50, CONT#CW2233734r| 64425,14425,144: 2201 Portland Ave, 2201 Portland AvenuePierce' Tacoma WA 98409+1 253 5915588Bid DateManager000u123,4481,35534123,4481,355TotalTotalCustomerOwnerContract AmountProject DescriptionProjectStatusProject JDEJob NumberRole202310SubJames MichaelDW Excavating lnc.P.O. Box 10891018 Morgan StreetLincoln+1 509 9041313DW EXCAVATING, INC., SOAP LAKE I SWRMTR PH II IMPRVMNTS #1804503-23-2020385City of Soap Lake,WAN/AJA 5% $71,100.00385r:73850Bid Date3850TotalTotalCustomerOwnerPro.iect JDEJob NumberProjectI StatusOriginal Contract AmountDescriptionRole20231'lPrimeSHORELINE, WA- BID No. 9195 | 2020 CIPP STORMWATER REPAIRJA 5% $384,381.003,037003,037Bid DateTotalTotalCustomerOwnerMonis, James Michael'04-23-20203,0373,037K17 @*r't"**City of Shoreline, WA1519 NE 177 SireetKingShoreline WA 98155+1 206 3628100Cityof Shoreline, WA1519 NE 177 StreetKingShoreline WA 98155+1 206 36281003112Last Refresh Date: 06-02-2021CustomerOwnerProject JDEJob NumberProjectStatusI Contract AmountRoleProject Description202312Prime,Morris, James MichaelCity of Bellinghamr WA-Lottie Sl210 Lottie St210 Lottie StreetWhatcomBellingham WA 98225+t soo 0266961FABER CONST., BELLINGHAM, WA I ANNUAL SEWER REHAB-THROUGHOUT03-12-2020478City of Bellingham, WA-Lottie StJA 5% $279.273.00H1075,9636275,96305,963149047806,590210 Lottie St210 Lottie StreetWhatcomBellingham WA 98225+1 360 6766961Bid DateProject149SRTotalTotalCustomerOwnerProject JDEJob NumberProiect DescriptionProjectStatusOriginal Contract AmountRole202313PrimeMorris, James MichaelCity of Bremerton,WA3027 Olympus DriveKitsapBremerton WA 98310, +1 360 4732354BREMERTON WA, 2O2O REHAB I 2O2O SEWER REHAB. VARIOUS LOCo5-14-2020, City oJ Bremerton,WA3027 Olympus DriveKitsapBremerton WA 98310+1 360 4732354JA 5% $432,085.80r43352,8850:035.2,885Bid Date1,39801,398Total15TotalCustomerOwnerProject JDEJob NumberProjectStatusProject DescriptionRoleOriginal Contract Amount202314PrimeT|GARD, OR - DOWNTOWN CIP 2020 I SS CIP #2020-93059JA 5% $137,346.007357350Project ManagerBid Date1,49701,497TotalTotalCustomerOwnerMorris, James Michael05-27-2020z,zJz0 r 2,232E125 @rr-dt"*-City of Tigard, OR13125 SW Hall BlvdWashingtonriga.d OR97223-8144+1 503 6394171City of Tigard, OR13125 SW Hall BlvdWashingtonTigard OR 97223-8144+1 503 63941714t12Last Refresh Date: 06-02-2021CustomerOwnerProlectStatusProject DescriptionOriginal Contract AmountJob Number RoleProject JDE202315PrimeTACOMA,WA 2020#ES20-0053F I 2020STORMWATER #ENV-03031-23Monis, James Michael:05-1 9-2020Crty of Tacoma, WAjMain LocationCity of Tacoma, WA-'Main LocationJA 5% $952,190.00- coNT#cw2236579212H02201 Portland Ave' 2201 Portland AvenuePierceTacoma WA 984092201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409+1 253 59155881,5341,7521,3559,5262,52801,5U7001,7523831,3550,*1253 5915588Project ManagerBid Date1,062,02,528212001,062TotalTotalCustomerOwnerProject JDEProject'StatusOriginal Contract AmountProject DescriptionJob NumberRole202316SubMonis, James MichaelFORMA Construction;Of Vm gia,WACity of Federal Way, WAPO Box 1 1489FORMA CONST., FEDRL WAY SCHOOL I LAKE GROVE SCHOOL.FEDERAL WAY:04-01-2020380380JA 5% $198,360.00r'00:l0380380 :r ThurstonOlympia WA 98559+133325 8th Avenue SKingFederal Way WA 98063-5006+1 253 8352700Project ManagerBid DateTotalTotalCustomerOwnerProject JDEJob NumberlRoleProjectStatusProject DescriptionOriginal Contract Amount202317PrimeBEND,OR #1WR19CA | 2020SWRREHAB#32100060JA 5% $369,713.00Project ManagerBid DateTotalMonis, James Michael07-16-20203,64603,646Hi48 @t*r"*-5112Last Refresh Date: 06-02-2021clly 9l BPldroR:Mqll709 NW Wall St.DeschutesBend OR 97701+1 g1 3173000city, oJ Beld:oR*I4gjn709 NW Wall St.DeschutesBend OR 97701+1 541 3173000s39322005393224,5070 4,507 ,CustomerOwnerTotalTotalProject JDEJob NumberContract AmountProject DescriptionStatusProjectRole202318PrimeMonis, James Michaelof Beaverton, OR'12725 SW Millikan WayWashingtonBeaverton OR 97076-4755+1 503 5262223BEAVERTON,OR STORMCIP 1822 | MAJORSTORM PIPE#3701-21o8-04-2020City of Beaverton, OR12725 SW Millikan WayWashingtonBeaverton OR 970764755+1 503 5262223JA s% $305,726.00@185071,2303,531 o: 3,531 1Bid DateManager03811,4131,230507003811,413TotalTotalCustomerOwnerProject JDEJob NumberProjectStatusOriginal Contract AmountProject DescriptionRole202320PrimeMonis, James Michaelcigglrhe DSll,Tj o_l "1215 West 1st StreetWascoThe Dalles OR 97058-3500+1 541 2965401DALLES, OR-#2020-005 | 2020SSC|PPLlNlNG09-1 0-2020i city of The Dalles, oR12'15 West 1st StreetWascoThe Dalles OR 97058-3500: +1 541 2965401JA 5% $317,425.2006,317Fil976,3176,3170 ' 6,317Bid DateTotalTotalCustomerOwnerProject JDEProject DescriptionContract AmountJob NumberRoleStatus202321PrimeKENT WA, 2020 PROJ.#20-3 122 | 2O2O SAN I.SEW.L|N lN G P#20-31 22JA 5% $551,632.4002,352 2,3521,3151 0-1 3-2020659Bid DateSTD Tota|CustomerOwnerMonis, James Michael269U3941,97443 @t**r"*'6112Last Refresh Date: 06-02-2021City of Kent, WA400 W GoweKingKent WA 98032-5838+1 253 8593380^ :1 253City of Kent, WA400 W GoweKing: Kent WA 98032-58388593380928001,1825,2431j826,171CustomerOwnerSTDTotalTotalJob NumberProject JDERoleProlect DescriptionStatusProjectOriginal Contract Amount202322SubMorris, James MichaelNational Native AmericanI Construction, lnc.-(NNACFCoeur d'Alene,lD3901 N. SchreiberWayKootenaiCoeur d' Alene lD 83815+1 208 6355400NNAC CONST.,TNC. FAIRCHILD AFB I FAFB REPAIR SS H1001-1009'.o7-31-2020US Air Force - Fairchild,WA-AFBN/ASpokane, Fairchild AFB WA 99011+1 509 2471212JA 5% $146,800.00Ht22,1300z, lJvPro.ject l\4anagerBid Date2,13002,130TotalTotalOwnerCustomerProject JDEProjectStatusProiect DescriptionJob NumberRoleOriginal Contract Amount202323PrimeMonis, James MichaelCity of Edmonds, WA' 121 Sth Ave N'121 sth Avenue NSnohomishEdmonds WA 98020+1 4257710220FLOW TECHNOLOGIES, INC. I CITYWIDE CIPP SEWER RHB PRJT 2106;02-2020City of Edmonds, WA121 Sth Ave N121 sth Avenue NSnohomish, Edmonds WA 98020+1 4257710220JA 5% $148,480.00K61i2,574 1,914:ztz318713,2151,914 '2524,488318715,1290000(lProiect ManagerBid DateSRTotalTotalCustomerOwnerProject JDEJob NumberProjectStatusRoleProject DescriptionOriginal Contract Amount202324WALLA WALLA, WA - WW19003 | 2020 SEWER C|PP PROJECTJA 5% $1,131,473.18r277Bid DateMaTotalUnknownPrime09-22-20201,044U1,044 @r**'g"*-7112Last Refresh Date: 06-02-2021' City of Walla Walla, WA15 N 3rd Avenue55 East Moore StreetWalla WallaWalla Walla WA 99362-1859+1 5Og 5274537City of Walla Walla, WA15 N 3rd Avenue55 East Moore StreetWalla WallaWalla Walla WA 99362-18598,9003,1321,48113,513,04400n08,9003,1321,48114,557CustomerOwnerSR TotalTotalProjecl JDEJob NumberProjectStatusContract AmountRole202325PrimeMonis, James MichaelCity of Yakima, WA2301 Fruitvale BoulevardYakimaYakima WA 98902, +1 509 5756020YAKIMA, WA No. 2495 I CIPP REHAB. PRIORITY 1, #249511-16-2020City of Yakima, WA2301 Fruitvale BoulevardYakimaYakima WA 98902+1 509 5756020JA 5% $676,075.50 +COH43584813,4861,287111681,02217,812000084813,486009604841,4441,2872,1281,50719,256Prolect ManagerBid DateSTDTotalTotalCustomerOwnerProject JDEJob Number;Rot" ProjectProjectStatusOriginal Contract Amount202326SubMorris, James MichaelRotschy Inc-Vancouver, WA9210 NE 62nd AvenueClarkVancouver WA 98665+1 360 3343100ROTSCHY, tNC.- OLYMPIA, WA I FIR ST. RESERVOIR SEISMICCity of Olympia, WA520 Pear Street SE:ThurstonOlympia WA 98507-1967+1 360 7538768JA O% $193,480.00 LUMP SUM'07-09-2020r,O12612697i97142365365 :Project ManagerBid Date142TotalTotalCustomerOwnerProject JDEJob NumberiRot"Contract Amounti Project DescriptionProjectStatus202327SubLANDIS & LANDIS, PORTLAND OR I ARBOR LODGE,KENTON SEWER REHABJA O%$281,094.00 PORTLANDOR00 2,7282120Project ManagerBid Date1,875212853SRTotalCustomerOwnerrMorris, James Michael03-03-2020oot661r162 @*r''t"**i Landis & Landis Construction-Canby, 193 NE 3rd StClackamasCanby OR 97013+1 503 4669043City of Portland,OR-Bureau ofEnvironmental Svcs (BES)1 120 SW sth AvenueRoom 1000MultnomahPortland OR 97204+1 503 82357521,2019243345784,763,8758t12Last Refresh Date: 06-02-2021CustomerOwnerTotalPro.lectStatusOriginal Contract AmountProject JDEJob NumberProject DescriptionRole202328PrimeMonis, James MichaelPortland Terminal Railroad Company-Portland,ORN/AMultnomahI Portland OR97227+1 503 5551212PORTLAND TERMINAL RR COMPANY I NW gTH AVE. STORM PIPE CIPP11-17-2020Portland Terminal Railroad Company-Portland,ORN/AMultnomahPortland OR 97227+1 503 5551212JA sVo $252,979.00r| 1089594189594100Project MaBid Date46046TotalTotal27CustomerOwnerProject JDEProjectOriginal Contract AmountStatusJob NumberRole202329PrimeJames MichaelCity of Ashland, OR20 E Main StreetJacksonAshland OR 97520-1814+1 541 4885587ASHLAND, OR - CIPP No. 2019-06 | WW COLLECTION REHAB No.2019-0612-08-2020JA 5% $513,530.00O 17,734H1367121,1081,20912,1447120 1,108, O 1,20981619, o 2}l6:sCity of Ashland, OR20 E Main StreetJacksonAshland OR 97520-1814+'l 541 4885587Bid DateProject9,'1158,619CustomerOwnerProject JDEJob Number' ProjectStatusnal Contract AmountRoleProject202330PrimeTACOMA,WA 2020#ES20-0054F I 2020WASTEWATER #ENV-04023-16JA 5% $513,530.000Project ManagerBid DateTotalMonis, James Michael12-08-20207,U97,849r235 @**'*ar-9112Last Refresh Date: 06-02-2021City of Tacoma, WA-'Main Location2201 Portland Ave220'1 Portland AvenuePierceTacoma WA 98409+1 253 5915588City of Tacoma, WAiMain Location2201 Portland Ave2201 Portland AvenuePierce2,O577134,4355791 5,633000:0 15,6332,057714,435579CustomerOwnerTotalProject JDEJob NumberProjectStatusContract AmounlRole202331SubMonis, James Michael, Marshbank Construction, lnc.-LakeStevens,WA3304 Old Hariford RoadPO Box 97Snohomish+1 425 50a6574MARSHBANKCONST.,TUKWILA,WA I E MARGINALWAYOUTFALLSTORM09-09-2020City of Tukwila, WA6300 Southcenter BoulevardKingTukwila WA 98188JA 5% $159,700.00227r:022722700227"*,, :*129643301 79Bid DateTotalTotalCustomerOwnerProject JDEProJectContract AmountDescriptionPStatusJob NumberRole202332Prime. Morris, James MichaelCity of Brookings,OR:Elk Dr898 Elk DrCurryBrookings OR 97415+1 555 5551212BROOKTNGS,OR - CONT. #21-002 | SS CIPP REPAIR PROJECT:01-28-2021City of Brookings,OR-Elk Dr898 Elk DrCurry, Brookings OR 97415+1 555 5551212JA 5% $122,600.00E472,0512,0510Bid Date2,05102,051TotalTotalOwnerCustomerPro.iect JDEJob NumberProjectStatusOriginal Contract AmountRole202333PrimeWHITMAN COLLEGE, WALLAWALLA I 8-INCH CIPP PROJECTJA 0% $61,210.00H6200.6200 620Projecl ManagerBid DateTotal8TotalMorris, James Michael12-10-2020620 @tr*r't"*tttWhitman College-Walla Walla, WA345 Boyer Ave:Walla Walla CountyWalla Walla WA 99362'Whitman College-Walla Walla, WA345 Boyer Ave, Walla Walla CountyWalla Walla WA 9936210112Last Refresh Date: 06-02-2021CustomerOwnerProject JDEJob NumberProjectStatusOriginal Contract AmountRole202334SubMorris, James MichaelSCI lnfrastructure LlC-Seattle,WA2821 S 154th StreetSCI INFRASTRUCTURE,LLC. RENTON I DOWNTOWN UTILITY IMPVMNTS12-17-2020Renton, WA1055 South Grady WayKingRenton WA 98055-2132+1 425 4307223JA 5% $111,981.0000H0:0Project ManagerBid DateTotalTotalCustomerOwnerProject JDEJob NumberProjectContract AmountRolePDescriStatus202335SubMonis, JamesMichaelNational Native AmericanConstruction, lnc.-(NNAClCoeur d'Alene,lD3901 N. Schreiber Way: KootenaiCoeur d' Alene lD 8381 5: +t zoe ogss+ooNNAC CONST.,INC. FAIRCHILD AFB I FAFB.EASKER-OVERLAY RELINEo3-11-2021US Air Force - Fairchild,WA-AFBN/ASpokaneFairchild AFB WA 99011JA 5% $78,200.00r,494094000940940+1 5O'9 2471212Proiect ManagerBid DateTotalTotalCustomerOwnerProject JDEJob NumberProjectStatusOriginal Contract AmountRole202336PrimeJA 5% $557,920.71HIrs2620Project ManagerBid Date2620SRTotalMorris, James MichaelVANCOUVER, WA - ITB #21.08 I G-1 TRUNK CIPP SAN SWR LINING2,562z,Joz @t*''t*11112Last Refresh Date: 06-02-2021City of Vancouver, WA4500 SE Columbia WayClarkVancouver WA 98668+1 360 6968008City of Vancouver, WA4500 SE Columbia WayClarkVancouver WA 98668+1 360 6968008273eon1,4818865,85400000273390 :1,481886 I5t9ilt,CustomerOwnerTotalTotalProject JDEJob NumberProjectStatusOriginal Contract AmountRoleProject Description202337PrimeMonis, James Michael170 S Oak StreetStevensColville WA 99114+1 509 6851964coLVlLLEWA,2021 PROJECT | 2O2lC\PP PROJECT03-24-2021City of Colville, WA1 70 S Oak StreetStevens0JA 5% $192,616.91r:874,9074,9074,90704,907Colville WA 99114+1 509 6851964Bid DateTotalTotalCustomerOwnerProject JDEJob NumberProjectContract AmountRoleProject DescriptionStatus202338PrimeJames MichaelSouth Suburban Sanitary DistrictKlamath Falls,OR2201 LaverneKlamathKlamath Falls OR 97603-4886+1 541 8924506souTH SUBURBAN SAN| D|ST.,PH.3 | SEW.LINE REH.PH3,KLAMATH FALLS3,5483,606South Suburban Sanitary District-Klamath Falls,OR2201 LaverneKlamathKlamath Falls OR 97603-4886+1 541 8924506JA s% $240,549.005858r.560003,5483,606 :Project ManagerBid DateTotalTotalCustomerOwnerProject JDEJob Number RoleProjectStatusOriginal Contract AmountProject Description2A2339INTERWEST CONST., BELLEVUE, WA I 2O2O PIPE DEFECT DIG & REPAIRJA 5% $56,874.7560706070 607Project ManagerBid DateTotal12TotalGann,RichardSub11-05-2020607r0 @),i*r"*-lnterwest Construction, lnc-Burlington,609 North Hill BlvdSkagitBurlington WA 98233+1 360 7577574City of Bellevue, WA450 1 1oth Avenue NEP.O. Box 90012KingBellevue WA 98004+1 425 452699712t12Last Refresh Date: 06-02-2021CustomerOwnerProject JDEJob NumberProjectStatusOriginal Contract AmountProject DescriptionRole202340Prime,Morris, James MichaelBurlington Northern Santa Fe Railroad(BNSF)-Portland,OR3930 NW Yeon AveMultnomahPortland OR 972'10+1 503 2416300KENNEDY JENKS CONSULTANTS-BNSF I NW gTH AVE. STORM PIPE CIPPJA 0% $106,s71.00H05-17-2021Burlington Northern Santa Fe Railroad(BNSF)-Portland,OR3930 NW Yeon AveMultnomahPortland OR 97210+1 503 241630000U0l0Project ManagerBid DateTotalTotalCustomerOwnerProjectStatusOriginal Contract AmountProject JDEJob NumberProject DescriptionRole202341SubMonis, James MichaelNational Native AmericanConstruction, lnc.-(NNAC)-Coeur d'Alene,lD3901 N. Schreiber WayKootenaiCoeur d' Alene lD 83815NNAC CONST.,INC. FAIRCHTLD AFB I REPATR SEWER-B1019-100903-14-2021US Air Force - Fairchild,WA-AFBN/ASpokaneFairchiid AFB WA 99011JA 5% $87,2s0.00r00Project ManagerBid DateTotalTotalCustomerOwner+1 208 6355400+1 5Og 2471212 @tn*'f"**1t2Last Refresh Date; 06-02-2021i-r:',i.t:r,::l rr. .:jit:a:::! t:\iah:a:i{lContract Qualification Active Projects ( 2013 - Present ) - Detail Gontract Value202297$828,362.79 5%$828,362.79 CONT#19-0055202302$19s,950.00 5% $195,950.00 (MSA#202268)202305$1,976,365.00 5%$1,976,365.00,CON#CW2233760202306$987,630.50 5%$987,630.50,CONT#CW2233734202310$71,100.00 5%$71,100.00202311$384,381.00 5%$384,381.00202312$279.27 3.OO 50/. $279,27 3 -O0202313$432,085.80 s%$432,085.80202314$137,346.00 s%$137,346.00202315$952,190.00 5% $952,190.00- CONT#CW2236579202316$198,360.00 5%$198,360.00202317$369,713.00 5%$369,713.00202318$305,726.00 s%$30s,726.00202320$317,425.20 SVo $317,425.20202321$551,632.40 5%$551,632.40202322$146,800.00 5%$146,800.00202323$148,480.00 5%$148,480.00202324$1,131,473.18 5% $1,131,473.18202325$676,075.50 Ut 5676,975.50 +Co202326$193,480.00 0% $193,480.00 LUMP SUM202327$281,094.00 0% $281,094.00 PORTLAND OR202328$252.979.00 5%$252,979.00202329$513,530.00 5%$513,530.00202330$513,530.00 5%$513,530.00202331$159,700.00 5%$159,700.00202332$122,600.00 s%$122,600.00202333$61,210.00 0% $61,210.00202335$78,200.00 5%$78,200.00202336$557,920.71 5%$557,920.71202337$192,616.91 5%$192,616.91OriginalContractAmount Original Contract Amount from Details TabJob NumberProject JDE202338$240,549.00 5%$240,549.00 @Jffi#*"202339$s6,874.75 5%$56,874.75$13,3146s3.7,i2t2Last Refresh Date: 05-0!2021 @rmg"'*111Last Refresh Date: 06-02-2021ili:ai'::1ia.'\,:a.\'-ti,l1niij,.,i.l:i,: ijr;t:ilit+:rZaaij:ra: i:)iin,lrJliiir:iJriaitj.iraa:i.:i',:)t.'lContract Qualification Closed Projects ( 2013 - Present ) - Parameter Summary001 90; 00200; 0020201-01-20't60642-2021Company Code:Owner State:Project Maierial Family:Project l\lanager:Project Number:Proiect Value ($)Brd Proposal Date:Projeci Closed Date:RegionRole:D!ameter: @t*1t1Last Refresh Date: 05-02-2021Gontract Qualification Closed Projects ( 2A13 - Present ) - Summary00,17089,002G15,01728,078400,33874,91389.1 961,2746,7471 8,6963737,92511,645''1,5005,55726049749760,754150,6272,9701,985032005,507003850481565,1 1576,98398,6521 ,8193"2,5492,57518,s1 145,3804770007250 13,3530, 00 : 1,24.0o' o1,385 i1,5742.70:001,85013,400 :1,81931,264o tz18,241000,b010,57400000000018,8661,4s215,883170'1,O790io75,7,9251 1,6451,50010,3771 ,0'1300U00n000000000000000000004,8200700000000315315165toc757,3411,6140215,73657217,26730,5901,023,12031,'13500161 1,5300000:001,870TotalSTDPPLcoM30JJTotal @r"*1"*-r:i'1";,1::j:::i.:i.r::r!i,.,.,i.:)...l::r::',a:.r,.ii.ii.:i)|iJ':i:.::i,rr:r')r::!.r1;;ri.r.ii::r.Contract Qualification Closed Projects ( 2013 - Present ) - Detail1t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContmct ValueProJect DescriptionJob NumberRole19077202PrimeRizo, Roberto JSacramento Area Sewer District-Sacramento,CA-Public Works9660 Ecology LaneSacramentoSacramento CA 95851+1 916 8756470SACRAMENTO AREA SWR DIST(SASD) I PO#81 17 5782. RELEASE 0203-30-2016Sacramento Area Sewer District-Sacramento,CA-Pu blic Works9660 Ecology LaneSacramentoSacramento CA 95851: +1 916 8756470JC$271,524$251,799H1,1453,754733,199555i4796664,899Project Close DateBid DateProject lvlanagerTotalILS ] SRTotalOwnerCustomerProjectStatusFinal ContractAmountConlract ValueJDE Job Number lRole190794SubRichard1500 Warburton AvenueSanta ClaraJMB CONST.- SANTACLARA, CA I CE 13-14-02 TRIMBLE RD. TRUNKo2-11-201509-1 6-201 6of Santa Clara, CA1 500 Warburton AvenueSanta ClaraSanta Clara CA 95050-3792+1 408 6152200JC$1,789,468$1,759,240129Eti12919019167167912912002942 3,9425,0215,1 69Close DateBid DateProiect Manager148STDTotalTotalof Santa Clara, CAOwnerCustomer @"{**'*tr'-21101Last Refresh Date: 06-02-2021Project DescriptionProjectStatusFinal ContractAmounlContract ValueJDE Job Number Role1 90796PrimeRizo, Roberto JSacramento Area Sewer District-Sacramento,CA-Pu blic Works9660 Ecology LaneSacramentoSacramento CA 95851+1 916 8756470SACRAMENTO COUNTY - No. 4304 I ROOT MITIGATION- PRJT. 301-07-201606-24-2016Sacramento Area Sewer District-Sacramento,CA-Publ ic Works9660 Ecology LaneSacramentoSacramento CA 95851+1 916 8756470JC$1,304,801$1,257,83621,606336889 i 21,94222,49559300Close DateBid DateProject l\4anagerCustomerOwnerProjectFinal ContractAmountContract ValueStatusJDE Job NumberProject DescriptionRole190797O'Keefe, Brandon Sof Elko, NV'1751 College Ave.ElkoElko NV 89801+1 7757777126PrimeELKO, NV - 2015 | PWP#EL-2015-22O,SWR SLtp L|NE01-27-201605-1 0-201 6City of Elko, NV1751 CollegeAve.ElkoElko NV 89801+1 775 7777126JC$211,470$217,308Ette'6692,8713783,91806692,8713783".:918Project Close DateBid DateProject ManagerSR Total12TotalCustomerOwner @t*r"**31101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueProjectJDE Job Number Role1 90798SubRizo, Roberto JCity of Hillsborough, C,A1600 Floribunda AvenueSan MateoHillsborough CA 94010{418+1 650 3757400CRATUS, INC.,HILLSBOROUGH CA I RALSTON&PEPPERAVE. HYDRAULIC01-20-201607-01-201 6City of Hillsborough, CA1 600 Floribunda AvenueSan MateoHillsborough CA 94010-641 8+1 650 3757400JC$1 04,996$88,880r13,0'1,5301,530Close DateBid Date12TotalOwnerCustomerProject DescriptionProjectStatusFinal ContractAmounlContract ValueJDE Job NumberRole190799SubRoberto JMaggiora & Ghilotti lnc-San Rafael,CA555 Du Bois StreetMarinSan Rafael CA 9490'1-3965+1 415 4598640MAGGIORA & GHILOTTI, INC. I MILLER AVE. - MILL VALLEY, CA12-08-2017City of MillCA26 Corte Madera Avenue # 94941MarinMiilcA 94941-1830+1 415 3884033JC$427,321$401,759r:83dJJo21,7782,19143001,8710833914302,0001,778Close DatePBid DateOwnerCusiomer4,193646Total @.ffi4t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole1 90800PrimeRizo, Roberto JWest Bay Sanitary District-Menlo Park,CA500 Laurel StreetSan MateoMenlo Park CA 94025-3427+1 650 321038406-03-201 608-1 8-201 6West Bay Sanitary District-Menlo Park,CA500 Laurel StreetSan MateoMenlo Park C A 94025-3427+1 650 3210384JCGRANTTE CONST. CO.,ATHERTON CA I MARSH RD.CHANNEL RpR.p#56005$455,467$468,329H, 192605501,34200002605501,3422,1521,I, t5lClose DateBid DateManagerAISSR TotalTotalOwnerCustomerProjectFinal ContractAmountContract ValueStatusPrqect DescriptionJDE Job NumberRole1 90801PrimeBibayan, FanborzDCity of Rohnert Park, CA6750 Commerce BoulevardSonomaRohnert Park CA 94928-241 1+1 707 5883300ROHNERT PARK CA,CLAUSSEN OVERC I EVERCROSSTNG & HWy 1Ol SEW.REH06-17-201610-21-2016Gity of Rohnert Park, CA6750 Commerce BoulevardSonomaRohnert Park CA 94928-2411+1 707 5883300JC$M7,534$466,942E'o1,3702,340Close DateBid DateManagerCustomerOwner @t1g*-5/1 01Last Refresh Date: 06-02-2021Final ContractAmountContract ValueStatusProjectDescriptionJob Number Role1 90802PrimeRizo, Roberto J, City of GrassValley, CA125 E Main StreetNevadaGrass Valley CA 95945-6505+1 530 274439906-14-2016o1-02-2018City of Grass Valley, CA125 E Main StreetNevadaGrass Valley CA 95945-6505+1 5302744399GRASS VALLEY, CA - No. 14-09 | CDBG- CONTRACT #16-10$1 ,618,265$1,003,204H400002,137Project Close DateBid DateProject ManagerTotalSTDTotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueDescriptionJDE Job NumberRole190803PrimeRoberto JNapa Sanitation DistrictNapa,:CA,HartleNAPA SANITATION DIST-CIP 17705 I SOSCO/SOSA TRUNK REHAB03-28-201711-08-2017Napa Sanitation District-Napa,935 Hartle CourtNapaNapa CA 94558+1 707 2586000JCr$1,088,300$1,231 ,0661,50001,5001,500 0 1,500Project Close DateBid DateProlect ManagerSRTotalTotalOwnerCustomer @rry*ry-6i101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract VaiueJDE Job NumberProject DescriptionRole1 90804PrimeRizo, Roberto JDublin San Ramon Services District-Dublin, CA7051 Dublin BoulevardAlamedaDublin CA 94568-3080+1 925 551723004-20-201704-27-2018Dublin San Ramon Services District-Dublin, CA7051 Dublin BoulevardAlamedaDublin CA 94568-3080+1 925 5517230JCDUBLIN SAN MMON SVCS DIST. I DUBLIN TRUNK SWR (CIP 16-5021)249$s,541,630$s,482,863Eil02,9452002,9736,36724000002400l2,945:200 i2,9736,607Close DateBid DateProject ManagerTotalTotalOwnerCustomerProjectFinal ContractAmounlContract ValueStatusProject DescriptionJDE Job NumberRole1 90805PrimeBibayan, Fariborz DCity of Santa Rosa, CA69 Stony CircleSonomaSanta Rosa CA 95401-9506+1 707 5433930SANTA ROSA,CA - #C01944 -2016 | SWR MA|N LINING MH & LATERALS05-17-201712-12-2015443aE,1,207City of Santa Rosa, CA2,70169 Stony CircleSonomaSanta Rosa CA 95401-9506320+1 707 54339305,682JC$2,792,000$2,777,444E; ro.97600000443351,2472,7013205,682976Close DateBid DateTotalAIS I SRTotalCustomerOwner @t*71101Last Refresh Date: 06-02-2021ProjectFinal ContractAmounlContraci ValueStatusJDE Job NumberRole190806PrimeSethuramanCity of Los Altos, CA1 N San Antonio RoadSanta ClaraLos Altos CA 94022-3000+1 650 9472700LOSALTOS, CA #WW010517 | CIPPCORROSION REHAB PROJECTo4-13-201711-03-2017City of Los Altos, CA'1 N San Antonio RoadSanta ClaraLos Altos CA 94022-3000+1 650 9472700JC$409,486$402,773H7:6506s0650650Close DateBid DateProject ManagerTotal24TotalOwnerCustomerProjectFinal ContractAmountContract ValueStatusProject DescriptionJDE Job NumberRole190807PrimeCamacho, BemieofStocKon, CA2500 Navy DriveSan JoaquinStockton CA 95206-1 147937871 ISTOCKTON, CA - BLACK OAK PUE I REHAB PROJECT No. Ml 5200204-06-201705-21-2018City of StocKon, CA2500 Navy DriveSan JoaquinStockton CA95206-1147+1 209 93787'18JC$1,702,029$1,756,725r0343,4102U264':3,708 3,708Project Close DateBid DateProject Manager343,4'10OwnerCustomer @t*trform8/101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job Number lRole1 9081 0PrimeMiller, Daren ANorth Tahoe Public Utilities District-Tahoe Vista, CA875 National AvePlacerTahoe Vista CA 96148-01 39+1 530 5464212NORTHTAHOE PUD I TAHOEVTSTASEl-024TOSE1-02111-02-201701 -08-201 8North Tahoe Public Utilities Diskict-Tahoe Vista, CA875 National AvePlacerTahoe Vista CA 96148-0139+1 530 5464212JC$66,450$64,s25829829829829Project Close DateBid DateCustomerOwnerProjectFinal ContractAmounlContract ValueStatusJDE Job NumberRole1 9081 1SubPadilla, Adrian MiguelBrinderson Engineers & Constructors-Bakersfield, CA4550 California AvenueSuite 700Kern+1 661 3770343SCHULTZ INDUSTRIAL SERVICES I ANDEAVOR MARTINEZ REFINERY02-41-2018l05-25-201 8Andeavor-(Tesoro)-Martinez, CA-Golden Eagle Refinery150 Solano WayContra CostaMartinez CA 94553+1 925 2281220JC$'1 16,880$120,192185'185185E: o'Project Close DateProject ManagerAIS TolalTotal] o*ne,Customer @rr.lt"*-9/101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job Number lRoleProject Description1 9081 3PrimeFariboz DSouth Placer Municipal Utility District-Loomis,CA3671 Taylor RoadPlacerLoomis CA 95650+1 916 6525877South Placer Municipal Utility DiskictL,oomis,CA3671 Taylor RoadPIacerLoomis CA 95650+1 9166525877SOUTH PLACER MUNICIPAL UTILITY I SPMUD PIPE LINER PROGMM 20181 5-201 806-05-201 8306JC$344,002$348,4484014,8285,535 :00005,535Project Close DateBid DateProjectTotalTotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole1 90814Prime$221,80s$242,U3G|LROY, CA - #17-PW-235 | SWR REHAB FIRST STREET01 -31-201 808-30-2018ofCA613 Old Gilroy StreetSanta ClaraGilroy CA 95020JCrBibayan, Fariborz DCity of Gilroy, CA613 Old Gilroy StreetSanta ClaracA 95020+1 408 84602712,9592,959't6:+1408 846027'lClose DateBid DateProject ManagerSRTotalTotalOwnerCuslomer @tq*f"*-10/.101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountContract ValueStatusJDE Job NumberRoleProiect Description1 9081 5PrimeQUAM CONST. CO, -REDD|NG, CA I CITY OF REDDTNG-GARDEN TMCTBibayan, Fariborz D02-08-201808-03-201 9City of Redding, CACity of Redding, CA20055 Viking Way, Bldg 3 20055 Viking Way, Bldg 320055 Viking Way Building 3 20055 Viking Way Building 3BIdg 3 Bldg 3Shasta ShastaRedding CA 96003 Redding CA -9-6003+1 530 2246069 +1 530 2246069JC$1,127,963$1,183,591H53'r ,4077.7508,1577,7508,1 501,2601,8297463,12122,85600000000Close DateBid DateProject ManagerTotalTotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole1 9081 6SubPadilla, Adrian MiguelQuam Construction-Willmar. MN4411 First Ave. W.KandiyohiWillmar MN 56201+1 320 2353344736 F StreetHumboldtArcata CA 95521-62'11+1 707 8225951QUAM CONST. CO, - ARCATA, CA I SAN SWR |NF|LTRAT|ON REDUCTTON05-01-201 809-27-2019City of Arcata, CAJC$1,612,558$1,632,056E552:1 1,1683,0131,6651,4791,9853001 3,29618,1319 i 4,0762,55120,5683,4647680004680: 31,427Project Close DateBid DateProject8869,4001,063TotalTotalOwnerCustomer @)*"r"**11t101Last Refresh Date: 06-02-2021Final ContractAmounlContract ValueStatusProjectJDE Job Number RoleProject Description1 9081 7PrimelBibayan, Fariboz DCity of Eureka, CA531 K StreetHumboldtEureka CA 95501+1 707 4414183MERCER-FRASERCO,, EUREKA, CA I 3RD&YBASIN REHAB.1 5-201 80a-24-2018City of Eureka, CA531 K StreetHumboldtEureka CA 95501+1 707 4414183JC$433,855$334,232r,65305,294,5991,6983,05800001,6981,360,3051,2944,657Project Close DateBid DateTotalTotalOwnerCustomerFinal ContractAmountContract ValueStatusProjectProject DescriplionJDE Job NumberRole1 9081 IPrimeFariborz D09-07-201 81 1-09-201 ITuolumne Utilities District-Sonora, CATuolumne Utilities District-Sonora, CATUOLUMNE UT|L.D|ST.2o18,SONORA | 2018 CIPP SEWER REHAB PROJECTJC$198,902$1 98,9022,4902,490E:018885 Nugget BlvdPO Box 3728TuolumneSonora CA 95370-3728rl1 8885 Nugget BlvdPO Box 3728TuolumneSonora CA 95370-3728+1Project Close DateBid DateProjectOwnerCustomer @,*Hi,{#f*-12t101Last Refresh Date: 05-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriJDE Job NumberRole1 9081 9PrimePadilla,AdrianLangtry Farms22000Butts Canyon RdLakeMiddletown CA 95461+1 707 987277209-14-2018Langtry Farms22000Butts Canyon RdLakeMiddletown CA 95461+1 707 9872772:01 -04-201 9LANGTRY FARMS, LLC, MIDDLETOWN I DETERT LAKE DAM OUTLET REPAIRJC$320,300$31 6,952-rEEI-G! :-- :--Bid DateProject ManagerClose DateOwnerCustomerProjectFinal ContractAmountContract ValueStatusProject DescriJDE Job NumberRole190820SubBibayan, Fariborz DCon-Quest Contractors-San Francisco,CA290 Toland StreetSan FranciscoSan Francisco CA94124+1 415 2060524CoN-QUEST CONTRACTORS, SFPW I CLAYTON/CLIPPERiPORTOLA,#25OOJ01-01-201 8,03-29-201942785954City of San Francisco, CA -*Main-Department of Public Works30 Van Ness Avenue 5th Floor30 Van Ness Avenuesth FloorSan FrancismSan Francisco CA94102+'t 415 5584018JC$134,794$1 34,320Gil, 38i4271,340Bid DateClose DatelvlanagertoTotalCustomerOwner @Irrcitufoirm'131101Last Refresh Date: 06-02-2021RoleProjeclStatusFinal ContractAmountJDE Job NumberProject DescriptionContract Value190822PrimeBibayan, Fariboz DCity of Redding, CA20055 Viking Way, Bldg 320055 Viking Way Building 3Bldg 3ShastacA 96003+1 530 2246069REDDING, CA - JOB No. 2607 | BENTON TRACT SANI SWR LINING12-18-201808-1 5-201 9City of Redding, CA20055 Viking Way, Bldg 320055 Viking Way Building 3Bldg 3ShastacA 96003+1 530 2246069JC$1 ,31 7,258$1,509,629E3581,302-465373 ,2,1406,47611,079001 7,5550006,47612,3814651 9,695373Project Close DateBid DateTotalTotalOwnerCustomerProjectStatusFinal ContractAmounlProject DescriptionJDE Job NumberRoleConlract Value'190823SubSYBLON REID, NAPA SANI DIST I NAPA-HEADWORKS EQUIPT REPLACE02-07-201905-09-201 9104JC$1 62,078$1 62,078104H0tPadilla, Adrian Miguel1 130 Sibley StreetSacramentoFolsom CA 95630+1 925 3718928104: 104Napa Sanitation District-Napa,cA,HSIlle: 935 Hartle Court. t,tapa, Napa CA 94558:: +1 707 2586000Project Close DateBid DateProject l\/anagerTolalTotalOwnerCus'lomer @t**rorm'141101Last Refresh Date: 06-02-2021JDE Job Number RoleProlect DescriptionProjectStatusFinal ContractAmountContract Value190824SubAdrianCratus lnc.-San Francisco, C-A2200 Palou AvenueSan FranciscoSan Francisco CA 94124+1 415 5591 163CRATUS, INC. - ROSS VALLEY SD J LARGE DIAM-LOWER SHADY LNo1-31-201910-17-2019Ross Valley Sanitar-San Rafael, CA-District #12960 Kemer BoulevardMarinSan Rafael CA 94901+1 4152592949$316,644$329,888r;21,5171,517 )1,517't,517Close DateBid DateProject lvlanagerSR TotalTotal21I o*n",CustomerProject DescriptionProlectStatusFinal ContractAmountJDE Job NumberContract ValueRole190825SubPadilla, Adrian MiguelDarcy & Harty Construction-SanFrancisco, CA1300 Canoll Ave.San FranciscoSan Francisco C494124+1 415 8225200DARCY & HARTY CONST.,C/C SANF I CASTTAS AVE EASEMENT WW 62401-17-201907-22-2019J,:oo31,003City of San Francisco, CA:Main-Department of Public Works30 Van Ness Avenue sth Floor30 Van Ness Avenue5th FloorI San Francisco' San Francisco CA941O2+1 415 5584018JC$1 38,060$143,7321,003r' 14:0 1,003 :Close DateBid DateProjectOwnerCustomer @t*-rturm1il101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountConiract ValueStatusJDE Job NumberRole1 90826PrimeBibayan, Fariborz DCity of Los Altos, CA1 N San Antonio RoadSanta ClaraLos Altos CA 94022-3000+1 650 9472700LOSALTOS, CA #WW0100s19 I CIPPCORROSION REHAB PROJECTi 06'05-201 IJC$916,91 1$885,56110-22-2015Hzzl1:4561,4561,456, City of Los Altos, CA1 N San Antonio RoadSanta ClaraLos Altos CA 94022-3000+1 650 9472700Close DateBid DateProject ManagerTotalTotal30OwnerCustomerJDE Job Number Role Project DescriptionProjectStatusFinal ContractAmountContract Value190,827SubFariborz DPrecisionlnc-1 939 Newcomb AveSan FranciscoSan Francisco CA.94124+1 415 6214882PRECTSTON ENG|NEER|NG, rNC. I VAR LOC NO. 37 #1000008792802-26..2029 'City of San Francisco, CA -"Main-30 Van Ness Avenue 5th Floor30 Van Ness Avenuesth FloorSan FranciscoSan Francisco CA 941 02JC$1 55,260$1 55,260r211 ,308 :21130851951900:*t415 5584018Project Close DateBid DateManagerOwnerCustomer @4q'#{*-16t101Last Refresh Date: 06-02-2021JDEJobNumber tRoleProjectStatusFinal ContractAmountContract ValueProiect DescriptionRANGER PTPEL|NES,PALO ALTO CA I SAN|T.SEW. REPLACEMENT 288 pRJ04-23-2019'03-20-2020City 9J Palo Alto, CA-Utilities-Elwell Ct City of Palo Alto, CA-Utitities-Etwett CtI 90828PrimeBibayan,Faribou D1007 Elwell CourtSanta ClaraPalo Alto CA 943034308+1 650 5664513JC$217,948$246,448Gil10)3431,7536362,7321007 Elwell CourtSanta ClaraPalo Alto CA 94303-4308+1 650 5664513Project l\,'lanagerBid DateProject Close DateTotalTotalOwnerCustomerProjectFinal ContractAmountContract ValueStatusProject DescriptionJDE Job NumberRole190829SubFariboz DCratus lnc.-San Francisco, CA2200 Palou AvenueSan FranciscoSan Francisco CA94124+1 415 5591 163rEml5GCRATUS, INC.. VALLEJO, CA I VFWD MARE ISLAND SWR REHABJC$1 50,664$150,66411-15-2019Vallejo Flood & Wastewater District-Vallejo, CA450 Ryder StreetSolanoVallejo CA 94590; +1 707 6448949CIose DateBid Datet\,4anOwnerCustomer @t*171101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContraci ValueDescriptionJDE Job NumberRole1 90831SubPadilla, Adrian MiguelT-eichert, lnc-Pleasanton, CA5200 Franklin Dr., Ste. 1 15AlamedaPleasanton CA 94588+1 925 6215700TETCHERT CONST., OAKLAND, CA I POA-AIRPORT #10578.05:11-05-201912-16-2019Port of Oakland, CA-Oakland,CA530 Water StreetAlamedaOakland CA 94607+1 510 6271 100JC$ 170,140$182,162352H0352352352Close DateBid DateProjecl l\ilanagerTotalTotal24OwnerCustomerPro.iectStatusFinal ContractAmouniContract ValueProject DescriptionJDE Job NumberRole190833PrimeFariborz DCarmel Area Wastewater District-Carmel. CA3945 Rio RoadMontereyCarmel CA 93922+1 831 6241248Carmel Area Wastewater District-Carmel, CA3945 Rio RoadMontereyCarmel CA 93922: +1 831 6241248CARMEL AREA WW DIST., RIO RD. I RIO RD. CIPP LINING PROJECT03-17-202009-17-2020JC$697,554$697,554E04 oFO2,091 ,4,0501,9592,0914,050Close DateBid DateProject ManagerOwnerCustomer @*Hff*fe'*18t101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountContract ValueStatusJDE Job Number RoleProject Description200268PrimeRizo, Roberto JMontecito Sanitary District1042 Monte Cristo LaneSanta BarbaraSanta Barbara CA 931 08-2809+1 805 9694200MONTECTTO SANTTARY D|STRICT | 2014 SWR MA|N REHAB PROJECT12-04-201404-21-201640,7552,84:243,597Moltecito Sgnitary District1042 Monte Cristo LaneSanta BarbaraSanta Barbara CA 93108-2809+1 805 9694200JC$1,588,971$2,704,368r| 481143,597Close DateBid DateProject ManagerOwnerCustomerProject DescriptionProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole200273SubSKANSKA-RADOS EXPO 2 | EXPO PHASE ll #Xp8902-002Amal B01-16-20'ls01-05-201 6City of Los Angeles,CA-Dept of Public City of Los Angetes,CA-Dept of PubticWorksWorksJC$18,000$52,81 80610660ri ol601661661 149 S Broadway - 6th FloorLos AngelesLos Angeles CA 90015+1 213 U75167'1149 S Broadway - 6th FloorLos AngelesLos Angeles CA 9001 5+1 213 U75167Bid DateProject Close DaieMaAISTotalTotalOwnerCustomer @t*-rfwm191101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRoleGREEN BLDG.COPR.-LA,CA I GLENDALEWATERRECLAMN. PLANT12-03-201402-20-2016JC$503,000$51 0,008200274SubRubio: J?ffrey LoullCity of Los Angeles,CA-Dept of PublicWorks1 149 S Broadway - 6th FloorLos AngelesLoscA 90015+1 213 8475167City of Los Angeles,CA-Dept of PublicWorks1 149 S Broadway - 6th FloorLos AngelesLos Angeles CA 9001 51 +1 213 8475167E:o497 ,497457Project Close DateBid DateProlect ManagerTotalTotal72OwnerCustomerJDE Job Number RoleProjectStatusFinal ContractAmountContract Value200274PrimeSethuramanLake Arrowhead Community ServicesDistrict-Lake Arrowhead, CA28200 State Highway 189 Lower VillageP.O. Box 700San BernardinoLake Anowhead CA 92352+1 909 3378555Lake Arrowhead Community ServicesDistrict-Lake Arrowhead, CA28200 Siate Highway 189 Lower Village SP.O. Box 700San BernardinoLake Arrowhead CA92352+1 909 3378555LAKE ARROWHEAD COMMUNITY SVCS I SHELTER COVE SLIPLINE PHASE 1io9-1 5-201 503-25-201 64112,930JC$497,983$507,252E4:02,9303,3413P41 ,tiClose DateBid DateTotalQDTotalOwnerCustomer @1ffi*20t101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountContract ValueStatusProject Description200279Bibayan, Fariboz DColich And Sons547 W 140th StreetLos AngelesGardena CA 90248+1 2137702920SubCOLICH & SONS, lNC. - LACSD I JOINT oUTFALL D Units 7 & 806-1 8-201 506-06-201 6Los Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-141s+1 5626997411JU$248,525$251,243r, 1,I67515375153Close DateBid DateTotal54bUCustomerOwnerProjectStatusFinal ContractAmountJDE Job NumberRoleContract ValueDescription200280SubBibayan, Fariborz DW.M. Lyles - Fresno,CA355 N Thorne AvenueFresnoFresno CA 93744+1 661 387160012-18-201503-28-2016Orange County Sanitation District-Fountain Valley, CA10844 EIlis AvenueOrangeFountain Valley CA 92708+1 714 9622411JCw.M. LYLES CO.HUNTINGTON BEACH I SOLTDS THTCKENTNG&PROC.UPGMDE$30,040$s0,040H: o,40404040Bid DateClose DateProject l\,4anagerTotalTotalOwnerCustomer @)r,*tf"*-211101Last Refresh Date: 06-02-2021Final ContractAmounlContract ValueStatusProjectJDE Job NumberRoleProject Descri200241SubFariborz DUS Marine Corps-Barstow, CAROICC Barstow, Southwest Division,San BernardinoBarstow CA 9231 1-5050+1 760 577&93US Marine Corps-Barstow, CAROICC Barstow, Southwest Division, Bldg,San BernardinoBarstow CA 9231 1-5050+1 760 5776493ORION CONST, -NAVFAC SOUTHWEST I REPAIR SWR MAINS MCLB BARSTOWj,09-01 -201 501-25-2017JC$75,560$84,670H12252'118132,0652s:_21,8132,065Close DateBid DateProject ManagerOwnerCustomerProjectStatusFinal ContractAmounlConlract ValueJDE Job NumberRole200282PrimeBibayan, Fariboz Dof Colton, CA1201 S Rancho AvenueSan BernardinoColton CA 92324-3342+1 909 3705179coLToN, cA - FY 15-16 | FY15-16 SWR LINING PROJECT12-21-201so4-11-2016City of Colton, CA1201 S Rancho AvenueSan BernardinoColton CA 92324-3342+1 909 3705179JC$148,185$174,7354,115E184,0 4,115Project Close DateBid DateTotalTotalOwnerCustomer @)ffiftr{f.-22t101Last Refresh Date: 05-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleDescri200283SubBibayan, Fariborz DAmes Construction-Corona, CA.391 North Main StreetSuite 302Riverside+1 951 3561275AMES CONSTRUCTTON (CALTRANS) I CNT#08-3555V4 -V|CTORV|LLE,CA08-27-201505-24-2017210:Department of Transportation - Stateof California-District 08 - SanBernardino, CA-(CALTRAN )464 West 4th StreetSan BernardinoSan Bernardino CA92401+1 909 3834561JC$799,128$877,340rg,000210250s40201430247,878000540201430,878Project Managerj aio ou,"Project Close DateTotalTotalOwnerCustomerProjectFinal ContractAmountContract ValueStatusJDE Job NumberRoleDescri20028/PrimeBibayan, Fariboz DCity of Costa Mesa, CA77 Fai DnveOrangeCosta Mesa CA 92626-6520+1 714 7545015City of Costa Mesa, CA77 Fair DriveOrangeCosta Mesa CA 92626-6520+1 714 7545015COSTA MESA SANITARY DISTRICT I INDUSTRIAL SWR/MANHOLE No,31003-01-201 605-25-20161,087JC$218,458s247,8291,087H41,087 ,Project Close DateBid DateTotalCustomerOwner @l*ot"*"'231101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueJDE Job Number RoleProject Description200285SubFariboz DReyes Construction-San Leandro, CA25713 Westview WayLos AngelesSan Leandro CA 94542+1 510 8889645US Navy - San Diego, CA-NAVFAC-Southwest,Central1 Pacific HighwaySan DiegoSan Diego CA 92101REYES CONST,.NAVFAC SOUTHWEST I MARINE CORPS RECRUIT DEPOT1 1-06-201507-15-20163043,6402,1943501151,6488,251+1 619 5324714JC$683,549$689,023H24,2J943501151,648 l8,251Project Close DateBid DateTotalTotalOwnerCusiomerProjectStatusFinal ContraclAmountContract ValueDescriJDE Job NumberRole200286Bibayan, Fariboz DPrimeULTRAMAR,,WILMINGTON REFINERY I VALERO WLMINGTON REFINERY,06-01 -201 6' 10-21-2016580580Valero Energy - \A/ilmington,CA-Refinery2402 Anaheim StreetLos AngelescA90744+1 562 4916648JC$o$171,990Eo580580Bid DateClose DaleProject ManagerTotalTotalOwnerCustomer Irrcituform'24t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContraclAmountContract ValueProject DescriptionJDE Job NumberRole200287PrimeBibayan, Fariboz DOjai Valley Sanitary District1072 Tico RoadVenturaOjai CA 93023+1 805 646598OJAI VALLEY SANI DIST.2016 | No 2016-05 SWR MAIN REPAIRS07-15-201612-09-2016Ojai Valley Sanitary District1072 Tico RoadVenturaOjai CA 93023r+1 8os 646ss+BJC$748,460$7 41,291r2Uzo,osg20,059:20,05920,059Close DateBid DateProject ManagerOwnerCustomerPro.jectFinal ContractAmountContract ValueStatusJDE Job NumberRoleDescri200288PrimeBibayan, F3{borz DCity of Anoyo Grande, CA214 E Branch StSan Luis ObispoAnoyo Grande CA 9U2O-27 30+1 805 4735400ARROYO GMNDE CREEK, CA I SEWER REHAB #201G,05408-09-201 612-08-2016City of Arroyo Grande, CA214 E Branch StSan Luis ObispoAnoyo Grande CA 93420-27 30+1 805 4735400JC$139,922$146,51 60H15 :?291685002200 11685501 ; 5015012,406,905Project Close DateBid DateOwnerCustomerTotal @m.r't"*-251101Last Refresh Date: 06-02-2021Final ContractAmounlContract ValueJDE Job Number RoleProject DescriptionStatusProject200289Primei Bibayan, Fariboz Dcity of Simi Valley, CA500 W Los Angeles AvenueVentura644SIMIVALLEY, CA- #SV 16-16 I SW. LOSANGELESAVE&EASYST09-07-2016 05-03-2017City of Simi Valley, CA500 W Los Angeles AvenueVenturaSimi Valley CA 93065-1644+1 805 583900JC$2,066,379$2,126,6501, 1066b51,1 0686315:23,0725,1 9300000523,072Project Close DateBid DateProJectTotalTotalOwnerCustomerProlectFinal ContraclAmountContract ValueStatusJDE Job Number iRoleDescri200290PrimeFariboz DCounty of Santa Barbara,CA-SantaBarbara,CA-E Victoria St130 E Victoria StreetSanta BarbaraSanta Barbara CA 931 01+1 805 8823600SANTA BARBARA,COUNTY OF (2016) I 18" CMP STORM DRAIN REHAB.01-26-2017County of Santa Barbara,CA-Santa, Barbara,CA-E Victoria St130 E Victoria StreetSanta BarbaraSanta Barbara CA 931 01JC$44,81 0947,449r. 0l90909090+1805 8823600Bid DateClose DateProject ManagerTotalTotalOwnerCustomer @lltrf:1;{fq'26t101Last Refresh Date: 05-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole200291PrimeBibay?l!Fariborz DMidway City Sanit?ry Dighict1,1451 Cedaruood StreetOrangeWestminster CA 92683-531 8+1 714 8933553MTDWAY C|TY, CA - 2016 | REHAB./REPA|RS OF SWR MATNS09-02-201 6:Ot-20-2017Midway City Sanitary District14451 Cedarwood StreetOrangeWestminster CA 92683-5318+1 714 8933553JC$95,9s8$153,214r74'4?:624,ZOZ4,2624,262ProjectBid DateProject Close DateOwnerCustomerProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole200292,Bibayan, Fariboz Dco sANr DrsT 18 oF LOS ANGELES I LACSD S. WH|TT|ER OUTFAL TRUNK08-30-20'1605-22-20175302lzs2:659Los Angeles County-Whitter,CA-Los Angeles County-Whitter,CA-Sanitation DistrictSanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 6997411+1 562 6997411PrimeJC$624,622$716,6220lE. 1:170 :-.....n7002,129170 t: 2,829,1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415Close DateBid DateSRSTD I tot"tTotalOwnerCustomer @1gL'qry'271101Last Refresh Date: 06-02-2021Final ContractAmountContract ValueStatusProlectProject DescriptionJDE Job NumberRole200293PrimeFariborz DCity of Carlsbad, CA1635 Faraday AvenueSan DiegoCadsbad CA 92008-7314+1 760 6022490NEWEST CONST. CO. CARLSBAD,CA I FOXES LANDING LIFT STA REPTACE07-1 3-201 601-1 9-201 8City of Carlsbad, CA1 635 Faraday AvenueSan DiegoCarlsbad CA 92008-7314+1 760 6022490JC$251,500$224,283337H,oJJ/337337Project Close DateBid DateProject ManagerTolal12TotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole200294PrimeFariboz DLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 699741 1CO SANI DIST 3 OF LOS ANGELES I LACSD ANNAHEIM ST. TRUNK SWR10-20-201609-25-2017JC$2,383,498$2,204,56003,525E, 5r6042780 604O 2784,407Los Angeles County-Whitter,CA-Saniiation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 699741 14,407Close DateBid DateSR TotalTotalOwnerCustomer @)nru**-28t101Last Refresh Date: 06-02-2021JDE Job NumberProject DescriptionProjectStatusFinal ContractAmountContract ValueRole200295PrimeBibayan, Fariboz DCity of lmperial Beach, CA495 10th StreetSan Diegolmperial Beach CA 91932-1510+1 619 4238311TMPERTAL BEACH, CA (FY1si16) I ANNUAL SEWER MA|N L|NE10-13-2016 ;11-28-2017Ciiy oJ lmperial Beach, CA495 1 oth StreetSan Diegolmperial Beach CA 91932-1510+1 61 I 423831 1JL$348,1 60$389,423r706053,3383,943006053,3383,943Project Close DateBid DateCustomerOwnerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole200296PrimeARROYO GRANDE CA, EL CAMTNO I REAL STORM SEW. REHAB #2016-12Bibayan, Fariboz D11-14-2016o'l-24-2017Crty ojlngyo G-'ra1de, C-A City oJArroyo Grande, CA214 E Branch St 214 E Branch StSan Luis Obispo San Luis ObispoAnoyo Grande CA93420-2730 Arroyo crande CA 93420-273,0+'1 805 4735400+1 805 4735400JC$57,750$57,750E, O:357':357357Bid DateProject Close DateProject ManagerTotalTotalOwnerCustomer Ircitufvrm'291101Last Refresh Date: 06-02-2021JDE Job Number RoleProjectSlatusFinal ContractAmounlContract ValueProiect Description200297PrimeFariboz DMoulton Niguel Water District-LagunaNiguel, CA27500 La Paz RoadOrangecA 92677-3489+1 949 8312500MOULTON NIGEL WATER DIST. I LAGUNA NIGEL#2015.008,2015.01010-20-201601-06-2017JC$99,800$99,800r332,6742,6742,674z,ot4Moulton Niguel Water Distrlct-LagunaNiguel, CA275OO La Paz RoadOrangeLaguna Niguel CA 92677-3489+1 949 8312500Close DateBid DateTotal8TotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueProjectJDE Job Number Role200298PrimeBibayan, Fariboz DLeucadia Wastewater District-Carlsbad, CA1960 La Costa AvenueSan DiegoCarlsbad CA92018-2351+1 760 7530155LEUCADIA WASTEWATER DIST. I LEUCADIA SCENIC CIPP LINING11-29-201602-27-2017Leucadia Wastewater District-Carlsbad, CA1 960 La Costa AvenueSan DiegoCarlsbad CA 9201 8-2397+1 760 7530155JC$172,602$167,1521,972 :1,972E71,972 0 1,972Close DateBid DateOwnerCustomer @,*r"**30/101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountContract ValueStatusJDE Job NumberRole200295Primeqibayal: Faribotz Dcity of cgltgn, cA1201 S Rancho AvenueSan BernardinoColton CA92324-3342+1 909 3705179JCcoLToN, cA - FY 16-17 | Fy16-17 SWR L|NING PROJECT$252,638$267,952r12011-17-2016 | 04-21-2017CftV of Colton, C,A1 201 S Rancho AvenueSan BernardinoColton CA92324-3342+1 909 37051795,3018753,1 002279011985,301Pro.iect Close DateBid DateProiect ManagercoTotalTotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleDescription200300SubFariborzDOrange County Sanitation District-Fountain Valley, CA'10844 Ellis AvenueOrangeFountain Valley CA 92708+1 714 9622411GHARLES KING COMPANY, tNC I DIST.6 TRUNK SWR RELTEF PRJT07-26-201610-29-2018Orange County Sanitation District-Fountain Valley, CA10844 Ellis AvenueOrangeFountain Valley CA 92708+1 714 9622411JC$70,430$78,452380Eio3806'15oo<615995 lProject Close DateBid DateProjectTotalTotalOwnerCustomer @)r*r"*",31i101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole20031 0PrimeBibayan, Fariboz DCity of Norwalk,CA12700 NoMalk BlvdRoom 10Los AngelesNorutralk CA 90650-3144+1 562 9295700NORWALK, CA-FY 2015116#7512 | SEWER SYSTEM REHAB.2015-1611-16-201605-19-2017City oJ Norwalk,CA12700 Norwalk BlvdRoom 10Los AngelesNorwalk CA 90650-3144+1 562 9295700$237,530JC$268,286r2423275,8590005,859z:so333 :950nCIose DateBid DateTotalTotalOwnerCusiomerFinal ContractAmounlContract ValueStatusProjectJDE Job NumberRoleProject Description20031 1SubFariborz DCounty of San Diego, CA5555 Overland AvenueSan DiegoSancA92123-1290+1 858 A744062J.R. FTLANC CONST-SAN DTEGO,CA I JOB 461-001 STORM DRAIN-EBERLY-25-201702-27-2017JC$133,08s$135,081F0422:422422422County of San Diego, CA5555 Overland AvenueSan DiegoSan Diego C492123-1290+1 858 8744062Close DateBid DateProject lvlanagerTotalTotalOwnerCustomer @)*,1"*-32/101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueDescriJDE Job NumberRole200312SubBibayan: F?ribotz DSanta Ana Watershed ProjectAuthority-Riverside,CA1 1615 Sterling AvenueRiversideRiverside CA 92503+1 951 354200WEKA, INC -SANTA ANA (SAWPA) I INLAND EMPIRE BRINE LINE REACHJC$3,504,400$5,446,63510-11-2017r010,33410,3341 0,33410,334Santa Ana Watershed ProjectAuth ori-ty-Rive rs ide, CA1 1 615 Sterling AvenueRiversideRiverside CA 92503+1 951 3544200Close DateBid DateProject ManagerTotal24TotalOwnerCustomerProjectFinal ContractAmountContract ValueStatusJDE Job NumberRole200314PrimeBibayan, Fariboz DPBF-TorranceRefinery-Torrance,CA PBF-TorranceSCHULTZ- PBF ENERGY I TORRANCE REFTNRE-PO5000430130o2-17-201703-30-201 7JC$360,91 0$360,91 017070E:0170:3700 w 190th stLos AngelesTonance CA 90504+1 310 21228003700 w 190th stLos AngelesTonance CA 90504+1 310 2122800Project Close DateBid DateProject ManagerSTD : TotalTotalOwnerCustomer @m*'t"mr*33/1 01Last Refresh Date: 06-02-2021JDE Job Number KoleProjectStatusFinal ContractAmounlContract ValueProject Description200315PrimeBibayan, Fariborz DOtay Water Diskict2554 Sweetwater Springs BlvdSan DiegoSpring Valley CA 91978-2004+1 619 6702280OTAY WATER DISTR,SAN DIEGO CO I TRENCHLESS SEW.REHAB,CIP 5204401-24-201710-27-20173,4903,490Otay Water District2554 Sweetwater Springs BlvdSan DiegoSpring Valley CA 91978-2004+1 619 6702280JC$352,821$333,467q56:3,4903,490Close DateBid DateOwnerCustomerProjectFinal ContractAmountContract ValueStatusProiect DescriptionJDE Job NumberRole2003 1 6SubFariborz DLake Anowhead Community ServicesDistrict-Lake Arrowhead, CASan BemardinoLake Arrowhead CA92352TK CONSTRUCTION I PALISADES SWR REHAB PHASE 'I08-31-2017Lake Arrowhead Community ServicesDistrict-Lake Arrowhead, cASan BernardinoLake Arrowhead CA 92352+1 909 33785551,054. O 1,054,0 1:0541f 054JCr15$84,387$84,36728200 State Highway 189 LowerVillage S 28200 State Highway 189 LowerVillage SP.O. Box 700 , P.O. Box 700ProJect Close DateBid DateSRTotalTotalOwnerCustomer @-ffi*f*-341101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Jot) NumberRole200317PrimeBibayan, Fariborz DEast Valley Water District-SanBernardino,CAPO Box3427San BemardinoSan Bernardino CA 92413-U27+1 909 8899501MERLIN JOHNSON CONST. I EAST VALLEY WATER D|ST03-23-201706-02-2017East Valley Water District-SanBernardino,CAPOBox3427San BernardinoSan Bemardino C A 92413-3427+1 909 8899501JC$31,500$31,500rt 21 '0Uuo340Project Close DateBid DateOwnerCustomerProjectFinal ContractAmountContract ValueStatusJDE Job NumberRole20031 8SubBibayan, Fariboz DCity of Fullerton, CA303 West Commonwealth AvenueOrangeFullerton CA 92832+1 7147385338SULLY-M|LLER CONTRACTTNG CO. I ARROYO DR AREA SWRyST IMPRVMTS09-1 5-201 606-02-2017456972City of Fullerton, CA303 West Commonwealth AvenueOrangeFullerton C492832+1 7147385338JC$75,16'l$72,008E20,Project Close DateBid DateOwnerCustomer @hwfttrtvrm' ^t.i I 4 i, r- ,f; .i ..'35/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueProjectJDE Job NumberRole200319PrimeFariborz DCucamonga Valley Water District1 0440 Ashford St.San BernardinoRancho Cucamonga CA 91729-06389872591CUCAMONGA VALLEY WATER DIST. I SEWER MAIN RELINING AT VAR.LOCo3-16-201708-24-20172,4122,412Cucamonga Valley Water Disirict10440 Ashford St.San BernardinoRancho Cucamonga CA 91729-0638+1 909 9872591JC$1 15,571$107,9214E?o2,4122,412Close DateBid DateManagerOwnerCustomerFinal ContractAmountContract ValueStatusProjectJDE Job NumberRoleProject Description200320PrimeBibayan, Fariboz Dof Cypress, CA300 E Chapman AvenueOrangecA 90630+1 714 2296740CYPRESS CA, PROJECT 182 I SEWER RELINING PROJECT1821-201712-20-2017Cypress CA 90630JC$1 90,482$217,8070:Hi:612,5582,5582:558 i2,558i:+1714 2296740Prolect Close DateBid DateTotalOwnerCustomer @,*36/1 01Last Refresh Date: 06-02-2021JDE Job Number rRoleProjectStatusFinal ContractAmountContract Value200321PrimeBibayan,Fariborz DOjai Valley Sanitary District1072 Tico RoadVenturaOjai CA 93023+1 805 6465548oJAr VALLEY SAN| D|ST.,2017-07 | 2017 SEWER MA|N REHAB#2017-07JC$647,211$642,474r06-14-2017Ojai Valley Sanitary District1 072 Tico RoadVenturaOjai CA 93023+'t 805 6465548:: 01-24-201835610,38s6,047217441 9,53235610,3856,0472,74419,5322330000ProjectBid DateProject Close DateTotalAIS SRTotalOwnerCustomerl,RoleContract ValueProject DescriptionJDE Job NumberFinal ContractAmountPro.jectStatus200322SubFlatiron Construction-San Marcos,CA City of La'1770 La Costa Meadows Dr-San DiegoSan Marcos CA 92078FLATTRONCONST.CORP. I LACANADA43'STORMDRATN03-30-201711-03-2017JC$90,675$90,675150150150E: o'50+1 760 91691001 327 Foothill BoulevardLos AngelesLa Canada Ffintridge CA91011-2137+1 818 7908882Close DateBid DateTotalSTDTotalCustomerOwner @rr*,'t"*-371101Last Refresh Date: 06-02-2021Final ContractAmountContract ValueStatUSProjectDescriptionJDE Job NUmbETRole200323PrimeFariboz DLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415CO SANI DISTS. OF LOS ANGELES I CLAREMOUNT TRUNK EMERGENCY08-1 8-201 711-O7-2017400Los Angeles County-Whitter,CA-Sanitation Disaict1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 5626997411JC$40,573$41,773E2:Project Close DateBid DateProjectOwnerCustomerProjectFinal ContractAmounlContract ValueStatusDescriJDE Job Number Role200324PrimeBibayan, Fariborz DLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 699741 1COSANIDISTS. OFLOSANGELES I JOINTOUTFALL BUNITlETRUNK:07-21-2017o4-12-2018331345b/b lLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 699741 1JC$624,619$630,827r0:2204406605517851:3-36Close DateBid DateManagerOwnerCustomerTotal @rry'g1ra*-38/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole20Q325Sublrv!19 Ranch Water District-lrvine, CA15600 Sand Canyon AvenueOrangelrvine CA 926'18+1 949 4535300PACIFTC HYDROTECH CORP. I NEWPORT COAST L|FT STA. REHAB06-20-2017o4-14-2018lrvine Ranch Water District-lrvine, CA15600 Sand Canyon AvenueOrangelrvine CA 92618. +1 949 4535300JC$491,345$491,345:2,078:2,078rilo2,0782,078Project Close DateBid DateTotalTotal12CustomerOwnerProjectFinal ContractAmountStatusContract ValueJDE Job NumberRole200326PrimeFariboz DLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 6997411LOS ANGELES CO. SANIT.DIST, I MONTEREY PARK RELIEF SEWER REH08-31-201704-27-20182,175JC$491,854$536,951Hllt. 172:333 :...:2,508:0002,175JJCi2,508,Los An geles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 69974't1Bid DateProject Close DateProject l\,4anagerOwnerCustomer @*'r"ro.*39/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole200327Sub, Fariborz DCity of Chula Vista, CA1800 Maxwell Rd.San DiegoChula Vista CA 91910-3816+1 619 69'15021CHULA V|STA, CA (FY 2013/2014) | JOB CIP SW28007-19-201705-07-201 8City of Chula Vista, CAI 1800 Maxwell Rd.San DiegoI Chula Vista CA 91910-3816+'l 619 6915021JC$606,471$563,803E9'16,5'186,518o 6,5180 61518Close DateBid DateTotal8TotalOwnerCustomerFinal ContractAmouniContract ValueProlectStatusJob Number RoleProject Description200328PrimeIRVINE RNCH WTR DIST-2017 I SWR REHAB PROJECT PR O71OOBibayan, Fariborz D09-28-201702-02-2018lrvine Ranch Water District-lrvine, CAlrvine Ranch Water District-lrvine, CA15600 Sand Canyon AvenueOrangelrvine CA 9261815600 Sand Canyon AvenueJC$233,1 15$252,057r212,0151.1453,3201600002,0151,1451603,320Orange: lrvine CA 92618+1 949 4535300+1 9494535300Prolect Close DateBid DateAISSR TotalTotalOwnerCustomer @r*'sa*-401101Last Refresh Date: 06-02-2021ProJectFinal ContractAmountContract ValueStatusJDE Job Number Role200325PrimeBibayat Fariboz DOrange County Sanitation District-Fogntairl vgllgy, cA10844 Ellis AvenueOrangeFountain Valley CA 92708+1 714 962241107-25-201712-08-2018Orange County Sanitation District-Fogntail v€!19y, -cA10844 Ellis AvenueOrangeFountain Valley CA 927 08+1 714 9622411JCCHARLES KING CO.,NEWPORT BEACH I EAST LIDO FORCE MAIN REHAB$355,000$355,000r0Project Close DateBid DateProject ManagerOwnerCustomerProjectStatusFinal ContractAmountContract ValueJDE Job Number Role200330PrimeBibayan, Fariboz DLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 9060'l-1415'+1 5626997411CHARLES K|NG CO. -LA COUNry | JOTNT OUTFALL B UN|T 6H TRUNK08-24-2017 , O2-07-2018JC$146,978$146,857'168416J68416E: Ot584584Los An geles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-14'l 5, +1 562 69974'11Project CIose DateBid DateProject l\,,lanagerAIS I TotalTotalOwnerCustomer @rr,.'nturm41 t101Last Refresh Date: 06-02-2021| ,.o;"", I I Finar contractr Status Contract Value I AmountJDE Job NumberProject DescriptionRole200331Prime:Bibayan, F€|botz DCity of Cypress, CA300 E Chapman AvenueOrangeCypress CA 90630+1 714 2296740CYPRESS, CA.PROJECT2OO I SEWERRELINING PROJECT2OO:11-01 .-,2:01703-02-201 8City of Cypress, CA300 E Chapman AvenueOrangeCypress CA 90630+1 714 2296740JC$268,435$276,329G[r2f7s5263,2353302,3795263303,235Prolect Close DateBid DateProject ManagerTotalSRTotalOwnerCustomerProjectFinal ContractAmountContract ValueStatusDescriptionJDE Job NumberRole200333PrimeBibayan, Fariborz D: Pacific Gas and EleciricCompany(PG&E) - Avila Beach, CA-DiabloCanyon Power PlantP.O. Box 56San Luis ObispoAvila Beach CA93/24+'t 805 5465280FLUOR ENTERPRTSES, tNG -PE&G I PG&E DIABLO CANYON- UNIT 212-12-201703-26-201 8Pacific Gas and Electric Company(PG&E) - Avila Beach, CA-DiabloCanyon Power PlantP.O. Box 56San Luis ObispoAvila Beach CA93424JC$829,797$1,326,422r:oOE9595OE+1 805 5465280Close DateBid DateTotalPPLTotalOwnerCustomer @)*"lE*-42t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountJDE Job Number RoleProject DescriptionContract Value200334PrimeFariborz DCity ol Alhambra, CA68 S 1st StreetLos AngelesAlhambra CA 91801-3796+1 626 570501 1ALHAMBRA, CA-No. N2M17-137 | CYPRESS,ESSEXFELLS,VEGA&01-04-201806-12-2018City oJAlhambrar CA68 S 'lst StreetLos AngelesAlhambra CA 91801-3796+1 626 570501 1JC$296,154$303,576ri ru324921Close DateBid DateProiect Managerj o*n",-CustomerProjectStatusFinal ContractAmountJDE Job Number lRoleContract Value200335PrimePadilla, Adrian MiguelYorba Linda Water District -Placentia,CA1717 EMita Loma AvenueOrangePlacentia CA9287O+1 714 7013106YORBA LTNDA WATER DTSTR|CT I 2018 SEW.MA|N Ctpp,C#J2o17-37501-31-201808-03-201 8JC$1 66,1 1 1$168,5942,745E: tS2,7453,231Yorba Linda Water District -Placentia,CA1717 E Mtra Loma AvenueOrangePlacentia CA9287O+1 7147O131OoProject Close DateBid DateI o*n",Customer @)$f1r,f."'431101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job Number RoleProject200336PrimeBibayan, Fariboz DCity of Bakersfield,CAjMain1501 Truxtun AvenueKernBakersfield CA 93301-5270+1 661 3263781BAKERSFIELD CA, CAMPUS PARK I CAMPUS PARK AREA SEWER REHABo2-15-201807-26-20186,813City oJ Bakersfield,CA-*Mai n1501 TruxtunAvenueKernBakersfield CA 93301-5270+1 661 32637811587,140JC$1,955,s79$2,O13,297K01696,813Project Close DateBid Datel\,4anagerOwnerCustomerJob Number Role Project DescriptionProjectStatusFinal ContractAmountContract Value200337PrimeDLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 699741 1SOUTH BAY CITIES SANIT.D LA CO I PLAZA TRUNK SEW.REHAB,CT#508606-29-201 83,369Los Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhiftier CA 90601-1415+1 5626997411JC$737,400$682,477q'. 2i;1,8551,514o 31369ect Close DateBid DateOwnerCustomer @.ffi44t101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountContract ValueStatusJDE Job NumberRole200338PrimeBibayan, Fariboz DLong Beach Water Department-LongBeachlCi01 -1 8-201 81 1-09-201 8Long Beach Water Department-LongBeach,CALONG BEACH CA, PRJ.2(SC-0304) I SANIT.SEW. REH. pJ.2 (SC-0304)JC$412,886$452,9s27,068324r, . .... ..261 ,7,068 i324 t7 20'1800 E Wardlow Road 1800 E Wardlow RoadLos Angeles Los AngelesLolg Beach cA e08o74ee4 Lolg Bgegh c4 eo]s974]e:9!+1 562 5702336 +1 5625702336Close DateBid DateCustomerOwnerProlectStatusFinal ContractAmountContract ValueJDE Job NumberRole200339PrimePadilla, Adrian MiguelLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhiftier CA 90601-1415+1 562 69974'11co sANr DtsT oF Los ANGELES 16 I MONTEREY HTLLS TRUNK REHAB03-27-201809-04-201 8367367Los Angeles County-Whiiter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415JC$s3,721$s,129367367E0l+1 5626997411Bid DateProject Close DateProject lvlanagerTotalAISTotalOwnerCustomer @rm,rororm451101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlConlracl ValueJDE Job Number lRole200340PrimePadilla, Adrian MiguelLake Arrowhead Community ServicesDistrict-Lake Arrowhead, CA28200 State Highway '189 Lower Village SP.O. Box 700San BernardinoLake Anowhead CA92352+1 909 3378555LAKE ARROWHEAD COMM. SVCS DIST I AOUA FRIA/BLUE JAY SLIP LININGo4-12-20181 0-1 9-201 85,222E.aaiLake Arrowhead Community ServicesDistrict-Lake Arrowhead, CA28200 State Highway '189 Lower Village SP.O. Box 700San BernardinoLake Arrowhead CA 92352rl ono 2aTaEEtJCH53,$268,1 99$268,1 995,2225,222Close DateBid DateOwnerCustomerFinal ContraclAmountContract ValueStatusProjectProject DescriptionJDE Job Number Role200341PrimePadilla, Adrian MiguelLos Angeles Couniy-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+'1 562 6997411Los Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 5626997411CO SANI DIST 2 OF LOS ANGELES I OLD SCHOOL RIVER RD. PHASE 2t04-17-201A12-04-20182,5391,856JC49250442$2,296,468$2,263,75002,5391,85616700r0;1674,837217 5,054Close DateBid DateManagerTotalAISSRSTDTotalOwnerCustomer @.tmr,*f'-46t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleIRVINE RNCH WTR D|ST. #07097 I MTCHELSON FORCE MA|N |MPRVMNTSo4-10-201809-06-201 I3,42]93,429lrvine Ranch Water DistricLlrvine, CA lrvine Ranch Water District-lrvine, CA200342PrimeBibayan, Fariboz D15600 Sand Canyon AvenueOrangelrvine CA 92618+1 949 45353001 5600 Sand Canyon AvenueOrangelrvine CA 92618+1 949 4535300JC$1,787,045$2,291,986ri oi3,4293,429Project Close DateBid DateTotal12TotalCustomerOwnerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole200343PrimeFallbrook Public Utility District-Fallbrook, CA990 E Mission RoadSan DiegoF allbrook CA 92028-2232+1 7607281125FALLBROOK PUBLIC UTtL.DtS.Fy18 | SEW.MAINLINE&MH RELIN|NG Fy1806-1 3-201 801-16-201 9702988 i1,690:Fallbrook Public Utility District-Fallbrook, CA990 E Mission RoadSan DiegoF allbt ook C A 92028 -2232+1 760 7281125JC$259,41 s$1 69,1 s8r11'I7O2 19881,690 lClose DateBid DateProject ManagercoTotalTotalCustomerOwner @,gtrrtun147t101Last Refresh Date: 06-02-2021Final ContractAmountContract ValueStatusProjectJDE Job Number RoleProject200344SubPadilla, Adrian MiguelGSE Construclion-Livermore, CA6850 Preston AveAlamedaLivermore CA 94551+1 925 4470292GSE CONST., BAKERSFIELD, CA I WWTP No.2 #SC-702-00409-07-201 810-15-2018City oJ Bakersfi eld,CA-*Main1501 Truxtun AvenueKernBakersfield CA 93301-5270+1 661 3263781JC$303,600$303,600ri0z1u250250Close DateBid Date[,4anagerTotalOUTotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject Description200345SubFadborz DCity of Los Angeles,CA-Dept of PublicWo(s1 149 S Broadway - 6th FloorLos AngelesLos Angeles CA 90015+1 2'13 847516703-28-201805-09-201 ICity of Los Angeles,CA-Dept of PublicWorks1 149 S Broadway - 6th FloorLos AngelesLos Angeles CA 90015+1 213 8475167MIKE PRLICH & SONS,LOS ANGELES I HIGHLAND PARI(EAGLE ROCK REHABJC$274,255$2s9,907440805 :3680440,8053681,61323Close DateBid DateProject ManagerTotalSRTotalOwnerCustomer @)*"r"**48t101Last Refresh Date: 06-02-2021Final ContractAmountContract Value lJDE Job Number RoleProiect DescriptionStatusProject200346PrimeBibayan,Fariborz DCity of Poway, CA13325 Civic Center DriveSan DiegoPoway CA 92064-5755+1 858 7486600JCPOWAY CA,2018-2019, BtD#19-007 | 2018-2019 CMp ANNUAL REpAtR$237,784$259,77309-04-201 803-27-2019rI24776703189,2150024776703189,215City of Po{ay: CA13325 Civic Center DriveSan DiegoPoway CA 92064-5755+1 858 7486600Close DateBid DateProject ManagerTotaleoTotalCustomerOwnerDescriptionProjectStatusFinal ContractAmountJDE Job NumberRoleContract Value200347Prime'Bibayan, Fariboz DLos Angeles County-Whifter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 6997411Los Angeles County-Whitter,CA-Sanitation DistrictCOUNTY SANI DIST No. 8 - LA CO I DAVIDSON CITY TRUNK SWR REHAB10-23-201809-20-201 I1,812JC$1 ,758,718$1,735,218O 1,8121,584:603,4561,5841955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 5626997411Project Close DateBid DateCDTotalTotal42SR'sCustomerOwner @tr**form491101Last Refresh Date: 06-02-2021ProlectFinal ContractAmountContract ValueStatusJDE Job NumberRole200348Sub,Bibayan, Fariboz DJ.R. Filanc Construction-*Main-Escondido, CA740 North Andreasen DriveSan DiegoEscondido CA92029+1 760 9417130JR FILANC CONSTRUC CARLSBAD,CA I ENCINA WASTERWATER AUTHORITY08-1 6-201 806-21-2019Encina Wastewater Authority-Carlsbad, CA6200 Avenida EncinasSan DiegoCarlsbad CA 92008+1 760 2688825JC$779,600$803,331r^:z:'' :516 516c to J toProject Close DateBid DateProject ManagerTotalSTDTotal72OwnerCustomerProjectStatusFinal ContractAmounlContract ValueProject DescriptionJDE Job NumberRole200349SubBibayan, Fariborz DFluor Daniel lnc100 Fluor Daniel DriveGreenvilleGreenville SC 29607 -27 7 O+1 864 2814400BHI ENERGY.PG&E DIABLO CANYON I CAST IRON PIPE REPAIR NUCLEAR12-03-201803-22-201985.Pacific Gas and Electric Company(PG&E) - Avila Beach, cA-DiabloCanyon Power PlantP.O. Box 56San Luis ObispoAvila Beach CA93424+1 805 5465280JC$1,345,878$1,3s1 ,675E08585ProJect Close DaleBid DateTotalTotalOwnerCustomer @rt*-r"*-50/1 01Last Refresh Date: 05-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject Description200350PrimePadilla, AdrianCity-of Cypress, CA300 E Chapman AvenueOrangeCypress CA 90630+1 7142296740CYPRESS, CA - CDBG PROJECT 218 I SEWER REHAB PROJECT 2.1802-06-201905-17-2019City of Cypress, CA300 E Chapman AvenueOrangeGypress CA 90630+1 714 2296740JC$1 03,040$91,570H12 167167100671 "Pro.ject Close DateBid Datel,4anagerSRTotalTotalCustomerOwnerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole200351PrimePadilla, Adrian MiguelRancho California Water District-Temecula, CA42135 Winchester RoadRiversideTemecula CA 92589+1 951 2966900RANCHO CA WATER DTST.TEMECULA I SEW.COLL.SYS.,PJ#PG168/S001401-24-201908-23-20194,4754,650Rancho Califomia Water DistriclTemecula, CA42135 Winchester RoadRiversideTemecula CA 92589+1 951 2966900JC$258,977$299,460Ei 69 14,650 ,Project l\,4anagerBid DateProject Close DateOwnerCustomer @rr*r'1"*n51/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueJDE Job Number RoleProject Description200352SubBibayan, Fariborz DSpiess Construction Company, lnc.-SCCI Tanks-Santa Maria, CA1110 EastClarkAvenuePOBox 249Santa Barbara+1 805 9375859SPIESS CONST. CO.,PISMO BEACH I ARROYO GRANDE BLUFF SWR PROJEC05-31 -201 I198: City of Pismo Beach, CA760 Mattie RoadSan Luis ObispoPismo Beach CA 93449+1 805 7734656JC$4,950$1 10,9371980Close DateBid DateOwnerCustomerFinal ContractAmounlContract ValueDescriptionJDE Job NumberRole200353PrimeBibayan, Fariboz DCity of Solvang, CAPO Box 1 07Santa BarbaraSolvang CA 93464-0107i: +1 8056885575VANG, CA-MISS|ON DR. PW118 I SWR MAIN CROSSING REPAIR PW11803-05-201 I05-31 -201 9City of Solvang, CAPO Box 107Santa BarbaracA 93464-0107+1 805 6885575JC$69,994$67,s82185EtO185Close DateBid DateProject ManagerOwnerCuslomer @Itrl.rr*'*5?J101Last Refresh Date: 06-02-2021Project DescriptionProlectStatusFinal ContractAmountContract ValueJDE Job NumberRole200354PrimeBibayan, Fariborz DLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 56,_269974't1Los Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 5626997411couNry sANt.DtsT No.18 LA CO I SOUTH WHTTTIER OUTFALL PHASE 303-05-201 I11-04-2019JC$'1,167,393$1,1 64,3522,236 |1,0643,300r3:2:3951,0643,459Close DateBid DateProject l\4anagerOwnerCustomerProlectStatusFinal ContractAmountContract ValuePrcject DescriptionJDE Job NumberRole200355PrimeBibayan, Fariborz DLong Beach Water Department-LongBeach,CA1800 E Wardlow RoadLos AngelesLong Beach CA 908074994+1 562 57023_36Long Beach Water Department-LongBeach,CA1800 E Wardlow RoadLos AngelesBeach CA 9080749945702336LONG BEACH,CA #3(SSRRP-3) | SAN|T.SEW. REH. pJ.3 (SSRRP-3)02-07-201911-15-2019JC$374,458$418,591E), zaz)6,5145147,O286,5145'1407,028CIose DateBid DateProject l\4anagerAISSR TotalTotalCustomerOwner @rr.lt"*-531101Last Refresh Date: 05-02-2021Final ContractAmounlContract ValueStatusProjectDescriptionJDE Job NumberRole2003s6SubFariborz DOrion Construction-Vista, CA2185 La Mirada DriveVista CA 92081+1 760 597966004-01 -201 I1 1 -08-201 9City of San Diego,CA- "Main - 202 CStreet202 C StreetSan DiegoSan Diego CA 92101-4806+1 619 2366363ORION CONST. CORP. .SAN DIEGO I PARK VILLAGE RD, SD EMERGENCYJC$681,739$720,325Hio)'165165 i165Close DateBid DateProject ManagerTotalcoM102TotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject Descri200357FariborzD+1 951 2966900PrimeSANTA ROSA REGIONAL RESOURCES I MURRIETA CREEK #SO1 95JC$189,000$189,000ffiEn:04-04-201911-27-2019Rancho California Water District-Temecula, CA42135 Winchester RoadRiversideTemecula CA 92589+1 951 2966900Jbl361iootJOIClose DateBid DateManagerRancho Califomia Water District-Temecula, CA42135 Winchester RoadRiversideTemecula CA 92589OnmerCustomer @-tffim'-541101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountContract ValueStatusJDE Jotr NumberRoleProject Description2003s9PrimeBibayan, Fariboz DPacifi c Hydrotech Corporation314 E. 3rd. St.RiversidePenis CA 92570+1 951 9438803PACIFIC HYDROTECH CRP,N.TUSKIN I PEACOCK RESERVOIR TEMP- TANKSo2-01-201908-09-20 1 9JC$45,280$55,23586E:i:086 86Pacifi c Hy-drotech Corporation314 E. 3rd. St.RiversidePerris CA 92570+1 951 9438803Close DateBid DateTotalTotalCustomerOwnerFinal ContractAmountContract ValueJDE Job NumberRole200360PrimeBib?ygl, F-ariborz DCity of Colton, CA1201 S Rancho AvenueSan BernardinoColton CA92324-3U2+1 909 3705179coLToN, cA - FY 18-19 I Fy18-19 SWR LtNtNG PROJECT05-1 6-201 I10-0/-2019City of Colton, CA120'l S Rancho AvenueSan BernardinoColton CA 92324-3342+1 909 3705179JC$333,921$360,3201.180Ei tgz,1,1803,9341,978 i1733507,6150 3,93401,978173035007,615Bid DateProject Close DateProjectSRTotalTotalOwnerCustomer @*'ru*-55/1 01Last Refresh Date: 06-02-2021JDE Job Number RoleFinal ContractAmountContract ValueStatusProlectProject Description200362SubPadilla, Adrian MiguelCharies King Company-San Marcos,CA228 Navajo StreetSan Marcos CA92078+1 760 7369990CHARLES KING CO., LACSD I LAKEWOOD EMERGENCY33'PRJT09-03-201 ILos Angeles County-Whitter,CA-Sanitation Diskict1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 699741JC$1 41,1 95$142,976H1iJIJ3733733731Project Close DateBid DateProlectTotalTotalOwnerCustomerJDE Job Number lRoleFinal ContractAmounlContract ValueStatusProject200363PrimeFariboz DCity of Thousand Oaks, CA2100 Thousand Oaks BoulevardVenturaThousand Oaks CA 91 362I City ofThousand Oaks, CA2100 Thousand Oaks BoulevardVentura, Thousand Oaks CA 91362+1 805 4492400THOUSAND OAKS CA,CITY# Ct 5396 I WW PIPE&MAINT.HOLE LINING08-07-201 907-o7-2020JC$720,4s6$812,43112,21r109 l12,21313,2436553750 13,243,*1805 4492400Close DateBid DateManagerOwnerCusiomer @rt'ro*'-56/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole200364SubBibayan, Fariboz DVido Artukovich & Son, inc-South ElMonte, CA1 1 1 55 Rush StreetLos AngelesSouth El Monte CA 91 733+1 626 4444286City of Los Angeles,CA-Dept of PublicWorks1 149 S Broadway - 6th FloorLos AngelesLoscA 90015+1 213 8r'.75'167vlDo ARTUKOVTTCH &SONA/|DMAR I NOS UNIT 12 AVE.19&HUM|V|BOLDT08-09-201911-05-20190JC$636,436$639,987r'20:728724CIose DateBid DateSTDTotalTotal48CustomerOwnerProjectStatusFinal ContractAmountConlract ValueJDE Job NumberRole200365SubPadilla, Adrian MiguelCharles King Company-San Marcos,CA228 Navajo StreetSan Marcos CA 92078+1 760 7369990CHARLES K|NG CO., STANTON, CA I STANTON SWR |MPRVMNT PRJT08-1 9-201 901-16-20202,3232,323City of Stanton, CA7800 Katella AvenueOrangeStanton CA 90680-31623799222JC$1 84,880$106,454o 2,323Ei +0,2,323Project Close DateProject ManagerBid DateOwnerCusiomer @lffr.gfq'-571101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueProjectJDE Job Number Role200366SubMunieta Development lnc.-Temecula,CA42540 Rio Nedo Rd.Temecula CA 92590951 7191680Deluz Community Services District-Murrierta,CA205 41606, 7090 Date StreetRiversideMurrierta CA 925626960060MURRIETA DEV. CO.,TEMECULA, CA I DE LUZ SVCS DIST- FEMA 23 LOC03-09-2020114JC$329,719$404,059r0238227 l507069923::82275070699Close DateBid DateTotalTotalOwnerCustomerFinal ContractAmountContract ValueJDE Job NumberRole200368PrimePadilla, Adrian MiguelLos Angeles County-Whitter,CA-Sanitation District'1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 699741 1COUNTY SANI. DIST. No.2 LA CO, I JOINT OUTFALL "B" UNIT 5C09-19-201 901-29-2020Los Angeles Cou nty-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 5626997411JC$'186,507$186,477100100E:o100200100200 IClose DateProiect ManagerBid DateSTDTotalTotalCustomerOwner @&qi*f*-58/1 01Last Refresh Date: 06-02-2021ProlectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProlect Description200369PrimePadilla, Adrian MiguelCity of Alhambra, CA68 S 1st StreetLos AngelesAlhambra CA 91801-3796+1 626 5705011ALHAMBRA,CA- VEGA ST. EASEMENT I EMERGENCY REPAIR VEGA STJC$30,380$29,s0011-01-201911-12-2019208r20800City of Alhambra, CA68 S 1st StreetLos AngelesAlhambra CA 91801-3796+1 626 570501 1Close DateBid DateTotalTotal8CustomerOwnerProjectStatusFinal ContractAmountContract ValueDescriptionJDE Job NumberRole200371PrimePadilla, Adrian MiguelLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 6997411COUNTY SANITATION DIST/ LA CO. I VALENCIA TRUNK REHAB DIST 3210-25-2019-13-2020235235Los Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 5626997411JC$94,785$142,382q, oi235233Project Close DateProject ManagerBid DateTotalAISTotalOwnerCustomer @r*.ry"4"-59/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContraclAmountContract ValueJDE Job NumberRoleProject Description200372PrimeFariborz DTemescal Valley Water District-Temescal Valley, CA22646 Temescal Canyon RoadRiversideTemescalcA 92883+1 951 2771414TEMESCAL VALLEY WATER DIST. I TEMESCAL CANYON WATERLINE1 1-08-201 I01-10-2020Temescal Valley Water District-Temescal Valley, CA22646 Temescal Canyon RoadRiversideTemescal Valley CA 92883+1 951 2771414JC$90,142$90,1 76438H0438 lProject Close DateBid DateTotalTotal15OwnerCustomerProJectStatusFinal ContractAmounlContract ValueJDE Job Number RoleProject200373PrimeFariboz DYorba Linda Water District-YorbaLinda, CA4622 Plumosa Dr.OrangeYorba Linda CA 92886-2416+1 714 7773748YORBA LTNDA WATER DIST-2019 | 2019 SEW.MAIN CIPP,C#J2019-39S10-30-20'1903-20-2020JC$247,037$257,291H515082,204331778082705088273,031000778Yorba Linda Water District-YorbaLinda. CA4622 Plumosa Dr.OrangeYorba Linda CA 92886-2416t+1714 7773748Project Close DateBid DateOwnerCustomerTotal @.ffip-60/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole200376SubBibayan, Fariborz DMunieta Development lnc.-Temecula,CA42540 Rio Nedo Rd.Temecula CA 92590+1 951 719168010-01-201902-28-2020Deluz Community Services District-Munierta,CA205 41606, 7090 Date StreetRiversideMurrierta CA.92562, +1 951 6960060JCMURRIETA DEV. CO.,TEMECULA, CA I DE LUZ SVCS DIST- FEMA 34$91,609$160,345Gt01204846214't20Project Close DateBid DateTotalTotalCustomerOwnerProlectFinal ContractAmountContract ValueStatusJDE Job NumberRole200377PrimePadilla, Adrian MiguelLos Angeles County-Whitter,CA-Sanitation Dishict1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 6997411couNw SANIT.D|ST.NO.22 LA CO. I SUNFLOWER TRUNK SEWER EMERG.12-23-201901-31-2020383Los Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 5626997411JC$108,432$109,630Gil3:0383383Project Close DateBid DateSRTotalTotalCustomerOwner @t*611101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueDescriptionJDE Job NumberRole200379PrimeFariboz DVallecitos Water District-San Marcos,CA201 Vallecitos De OroSan DiegoSan Marcos CA 92069-1453+17607M0460VALLECITOS WATER DISTRICT I SEWER LINING & REHAB 201901-07-2020o4-24-2020Vallecitos Water Districlsan Marcos,CA201 Vallecilos De OroSan DiegoSan Marcos CA 92069-1453+1 7607440460JC$631,345$609,287E' 1779,1994429,64104604609,1994421 0,1 01Project Close DateBid DateProjectTotalTotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole200381PrimeBibayan, Faribotz DLos Angeles County-Whitter,CA-Sanitation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 562 6997411LACSD - LANCASTER, CA I TRUNK D SWR REHAB, -LACSD1 0-09-2020Los Angeles County-Whitter,CA-Saniiation District1955 Workman Mill RoadLos AngelesWhittier CA 90601-1415+1 5626997411JC$328,703$327,326q21 :,1,6501,6903,3400'1,6501,6903,340Close DateProject l\,4anagerBid DateaoTotalTotalOwnerCustomer @i*",'r"**62,101Last Refresh Date: 06-02-2021Project DescriptionProjectStatusFinal ContractAmountContract ValueJDE Job Number Role200382PrimeBibayan, FariborzDJurupa Community Services District-Riverside,CA8621 Jurupa RoadRiversideRiverside CA 92509-3229+1 909 6857434WEKA, INC. I JCSD-UPPR CORSSINGS/GLEN TRUNK04-07-202010-19-2020Jurupa Community Services Distric!Riverside,CA8621 Jurupa RoadRiversideRiverside C A 92509-3229+1 909 6857434JC$70,383$71,075E1l0008953611,256Close DateBid DateProject ManagerOwnerCustomerPro.jectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole200386Bibayan, Fariboz DSanitary District1072 Tico RoadVenturaOjai CA 93023+1 805 6465548PrimeoJAr VALLEY SAN| D|ST 2020 | 2020 SEWER MA|N REHAB #2020-0103-12-202008-12-2020District1 072 Tico RoadVenturaOjai CA 93023+1 805 6465548JC$413,476$398,876r, tea7,0755,44512,520:7,0755,M5o 12,520Bid DateClose DateManagerSRTotalTotalCustomerOwner @,tm,gturm63/1 0lLast Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject Description202212PrimeGann, RichardI City of Seattle,WA-.Main700 sth Avenue, Suite 1800King, Seattle WA 98124: +1 206 6847753SEATTLE, WA -2013 -REBID I RELINING CNT.#1, PW2014-03312-17-20140 1 -09-201 6City of Seaftle,WA-*Main700 sth Avenue, Suite 1 800KingSeattle WA 98124r +1 206 6847753JC3,898$373,994$401,609K3053,898305151a1765,317765401955,520401951,317: 4,203Project Close DateBid DateTotalTotalOwnetCustomerPro.jectStatusFinal ContractAmountContract ValueJDE Job NumberPro.iect DescriplionRole202213SubRichardCity of Portland,OR-Bureau ofEnvironmental Svcs (BES)1 120 SW 5th AvenueRoom 1000MultnomahPortland OR 97204+1 503 8235752MOORE EXCAVATING,MEI J#437 1-OC I SW VENT&CAPACITY IMPR,P#E1 01 2101-08-201 6260la07City of Portland,OR-Bureau ofEnvironmental Svcs(BES)1 120 SW sth AvenueRoom 1000MultnomahPortland OR 97204+1 503 8235752JCs181,274$ 103,8340E3i137260397Prolect Close DateBid Date137SRTotalTotalOwnerCustomer @t""t'*"*-641101Last Refresh Date: 06-02-2021ProjectStatusContract Value :Final ContractAmountJDE Job NumberProject DescriptionRole202221PrimeRizo, Roberto JCity of Renton, WA1055 South Grady WayKingRenton WA 98055-2132+1 425 4307223RENTON - WA- CAG-15-149 | CASCADE TNTERCEPTOR-PHASE il08:04-2015-25-2017City of Renton, WA1055 South Grady WayKingRenton WA 98055-2132+1 425 4307223JC$687,584$695,548H7001879922,5354,414,7001879922,535004,414Close DateBid DateSR TotalTotalCustomerOwnerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole202222SubRizo, Roberto JCity of Bellevue, Wa450 1 1Oth Avenue NEKingBellevue WA 98009+1 425 4514494MID MOUNTAIN CONTRACTORS,INC. I WILBURTON SWR IMPVMNTSi05-20-201505-25-2016City of Bellevue, WA450 1 10th Avenue NEP.O. Box 90012KingBellevue WA 98004+1 425 4526997JC$70.000$70,000r, o'215215215215Project Close DateProject N,4anagerBid DateAIS I TotatTotalOwnerCustomer @)*#{"*-65/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueJDE Job Number RoleDescription202226Prime, Rizo, Roberto JCity ol Eugene, OR244 E BroadwayLaneEugene OR 97401-2727+1 541 6825241EUGENE, OR-#4970 | 2015WWREHAB.#2016-0000809-22-201503-1 8-201 6City of Eugene, OR2M EBroadwayLaneEugene OR97401-2727+1 541 6825241$691,072JC$657,880E20202651614361:0882023551718,363Prolect Close DateBid DateProjectTotalTotalOwnerCustomerProlectStatusFinal ContractAmountContract ValueJDE Job Number RoleProject Description202227PrimeRizo, Roberto JSilver Lake Water and Sewer District2210 132nd SESnohomishEverett WA 98208+1 206 337364SILVER LAKE W&S DIST.SNOHOMISH I 2015 SANITARY SWR REHAB10-1 5-201 505-20-201 6Silver Lake Water and Sewer District2210 132nd SESnohomishEvereft WA 98208i +1 206 337364JC$532,248$513,803r:12003203203,147Project Close DateBid DateProject l\,4anager3,1473,467OwnerCustomer @.ffi66/1 01Last Refresh Date: 06-02-2021ProjectStatusF'nal ContractAmountContract ValueJDE Job NumberRoleProject Description202228SubRizo, Roberto JSeattle Public Utilities-Seattle,WA700 Fifth AvenueSuite 4900KingSeattle WA 98124+1 206 386183406-1 0-201 505-26-201 6Seattle Public Utilities-Seattle,WA700 Fifth AvenueSuite 4900KingSeattle WA 98124+1 206 3861834JCMrD MOUNTATN CONTRACTORS,TNC. I LESCHT CSO RETROFTT pHS.2$301,775$436,781E700001,578',1,330z,gos .,5781,3302,926Close DateBid Datel\4anagerTotalTotalCustomerOwnerProlectStatusFinal ContractAmountContract ValueDescriptionJDE Job NumberRole202229SubRizo, Roberto JLandis & Landis Construction, lncCity of Tillamook, ORtANDtS & LANDTS CONS.TTLLAMOOK | 2015 SEWER REHAB, PROJECT#1o9-29-2015JC$ 1 56,314$155,33606-03-201 60 1,6610 1,6611166:! lI,OOIrr3POBox50ClackamasMarylhurst OR 97036+1 503 46690432'10 Laurel AvenueTillamookTillamook OR 97 141-2312, +1 503 8422472Bid DateProject CIose DateProject MaTotalOwnerCustomer @**gror-67t101Last Refresh Date; 06-02-2021Pro.iectStatusFinal ContractAmountContract ValueJDE Job NUmbeTRoleProject202230SubRizo, Roberto JCity of Bainbridge lsland,WA280 Madison Ave. NKitsapBainbridge lsland WA 98'1 10+1 206 8422016SETON CONSTRUCTION,BAINBRIDGE I WING POINTWAY,C#STPUS-670200110-20-201503-08-201 62,223City oJ Bainbridge lsland,WA280 Madison Ave. NKitsapBainbridge lsland WA 98110+1 2OO 9422016JC$117,210$116,594Hz6ProJect Close DateBid DateManagerOwnerCustomerTotalProjectStatusFinal ContractAmounlContract ValueJDE Job NumberRole202231PrimeJefflgyMofOR451 Winchester AvenueDouglasoR 97467-1521+1 541 2713603REEDSPORT OR,2015 PROJECT I 2015 SEWER REHAB PROJECT10-28-201503-01 -201 6City of Reedsport, OR451 Winchesier AvenueDouglasReedsport OR 97467 -1 521JC$74,865$74,865H14t1,2215761,7971,221 :05760 1r7::s7.+1 541 2713603Close DaleBid DateManagerOwnerCuslomerTotal @hqrqr*-68/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole202232Prime$41 3,953$361,082SHORELINE, WA - BID No. 8346 | CIPP STORMWATER REPATR PROJECT02-04-201610-21-20161,9047772,681City of Shoreline, WA1519 NE 177 StreetKingShoreline WA 98155+1 206 3628100JCr7)Rizo, Roberto JCity o-f Shoreline, WA1519 NE 177 StreetKingShoreline WA 98155+1 206 36281001,9047772,681Close DateBid DateSRTotalTotalCustomerOwnerProj3ctStatusFinal ContractAmountContract ValueJDE Job NumberRole202233PrimeRizo, Roberto JCity of Renton, WA1055 South Grady WayKingRenton WA 98055-2132+1 425 4307223ROAD CONST- NORTHWEST, tNC. I CONT.#CAG-15-118 RELINE/UPS|ZE06-09-201 508-26-201 6City of Renton, WA1055 South crady WayKingRenton WA 98055-2132+1 425 4307223JC$90,589$89,5140659Ei 2:6590659659Bid DateProject Close DateProject ll,lanagerTotalAIS SRTotalOwnerCustomer @rr*'t"**69/101Last Refresh Date: 06-02-2021Final ContractAmountContract ValueStatusProjectProject DescriptionJDE Job Number Role202234Prime$982,612$934,427WEST LINN, OR (2016) I SANITARY SWR REHAB.-PW-15-0609-1 8-201 6City of West Linn, OR: 2042 8th Ave2042 8th AvenueClackamasWest Linn OR 97068+1 503 6566081JCr247Roberto JCity of West Linn, OR2042 8th Ave2042 8th AvenueClackamasWest Linn OR 97068503 656608111,7367,9482,64636022,690:1 1:7367,9482,64622,69000000360Project Close DateBid DateProjecl lvlanagerTotalTotalOwnerCuslomerProjectStatusFinal ContractAmountJDE Job NumberRoleProject202235SubRizo, Roberto JSewer District3030 S.240th StreetKingKent WA 98089+1 206 8244960LASER UNDERGROUND & EARTHWORKS I MIDWAY SWR DIST-DES MOINES, WA01-21-201605-26-201 6Midway Sewer District3030 S. 240th StreetKingKent WA 98089+1 206 824496QJC$123,142$123,385r567892,0642,853Bid DateClose DateProlect Manager7892,8532,OUOwnerCustomer @-!{'qf!!tf""*701101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleDescri202236PrimeRizo, Roberto JClark Regional Wastewater District-Vancouver,WA8000 NE 52nd CourtP.O. Box 8979ClarkVancouver WA 98665+1 360 7505876CLARK REGTONAL WASTEWATER I UppER SALMON CRK#93-2016-001703-03-201 612-29-2016Clark Regional Wastewater District-Vancouver,WA8000 NE 52nd CourtP.O. Box 8979ClarkVancouver WA 98665+1 360 7505876JC$484,684$499,126Hi 5:000Close DateBid DateCustomerOwnerProjectStatus] Contract ValueFinal ContractAmountProjectJDE Job NumberRole202237121 SthAve N'121 5th Avenue NSnohomishEdmonds WA 98020+1 425 7710220PrimeEDMONDS, WA - 2015 (E4GB/C456) I CITYWIDE CIPP SEWER REHAB PRJTi| 10-28-20165,3265,772121 5th Ave N121 sth Avenue NSnohomish'EdmondsWA98020+1 425 7710220JC$917,538$644,6225,326E) zl ,Rizo, Roberto J03-22-2016pltv- 9r- !a1ga_s, YVA. Ciiy of Edmonds, WAProject Close DateBid Datel\4anagerOwnerCustomer @t*t"*-711101Last Refresh Date: 05-02-2021Final ContractAmountContract ValueStatusProjectJDE Job NumberRoleProject202238PrimeRizo, Roberto JSeaftle Public Utilities-Seattle,WA700 Fifth AvenueSuite 4900KingSeattle WA 98124+1 206 3861834SEATTLE, WA -2014 -REBTD I RELTNING CNT.#3, PW201s-06105-04-201603-05-2017Seattle Public Utilities-Seattle,WA700 Fifth AvenueSuite 4900KingSeaftle WA 98124+1 206 3861834JC$907,773$797,16100r169255143 I05,686Close DateBid DateTotalrLS I snTotalOwnerCustomerProjectStatUSFinal ContractAmountContract ValueJDE Job Number Role202235PrimeRoberto JCity of Tacoma, WA-"Main Location2201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409+1 253 5915588TACOMA WA,201 6A,P#ENV.0401 4-1 0 | WW SEWER REH.SPEC#ES16-0058F02-21-2017190837175of Tacoma, WA-*Main Location'1162201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409713JC8,01$626,039$571,006,828E222o77500837 :,0001167132,93170; +1 -253 5915588Close DaleProject l\4anagerI ero D"t"OwnerCustomerTotal @try'1ga**72,101Last Refresh Date: 06-02-2021ProlectFinal ContractAmounlContract ValueJDE Job Number ,RoleProJect DescriptionStatus202240PrimeRizo, Roberto JCity of Federal Way, WA33325 8th Avenue SKingFederal Way WA 98063-5006+1 253 835270007-07-2016o1-26-2017City of Federal {ay, WA33325 8th Avenue SKingFederal Way WA 98063-5006+1 253 8352700JCFEDERAL WAY,WA ( RFB#16-007) | SW 320th & S. MARTNE HTLLS WAy$60,s35$63,085El 2',00233233Close DateBid DateProject ManagerCustomerOwnerRoleProjectFinal ContractAmountProlect DescriptionContract ValueJDE Job NumberStatus202241SubRizo, Roberto JPort of Seattle, WA2711 Alaska WayGeneral Offices - Pier 69KingSeattle WA 98121-1107+1 206 9885530PORT OF SEATTLE, WA -U00050 I T-46 Ctpp STORM -SW-031871708-1 8-201 6o8-o1-2017Port of Seattle, WA2711 AlaskaWayGeneral Offices - Pier 69KingSeattle WA 98121-1107+1 206 9885530JC$228,750$228,75086Ell0l87.173 iProlect Close DateBid DateAISTotalTotalOwnerCustomer @*r"*-731101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueProject DescriptionJDE Job NumberRole202243PrimeRizo, Roberto JCity of Newport, OR169 SW Coast HighwayLincolnNewport OR 97365+1 541 5743376NEWPORT, OR - 2016 REPAIRS I CITY OF NEWPORT 2016 CIPP SWR08-31-201610-06-2017City of Newport, OR169 SW Coasl HighwayLincolnNewport OR 97365+1 541 5743376JC$31 1,499$200,000Ec421725Close DateBid DateOwnerCustomerProjectStatusFinal ContractAmountContract ValueDescriptionJDE Job NumberRole202244Prime$265,221$274,145KING COUNTY, WA#C01096C16 | KENT UTlLlry LOCAL IMPRVMNTJCJrl o'County of King, WAKSC-NR-0503 201 south Jackson StreetKsc-nr-0503 201 South Jackson StreetKingSeattle WA 98104+1 206 68412801 0-06-201 602-22-2017of King, WAKSC-NR-0503 20'1 South Jackson StreetKsc-nr-0503 201 South Jackson StreetKingSeattle WA 98104+1 206 6841280- 422: 423f@ 423 4z:3Bid DateClose DateManagerOwnerCustomer @r*r,*-74t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject Description202245PrimeRizo, Roberto JCity glvancouvel WA4500 SE Golumbia WayClarkVancouver WA 98668+1 360 6968008VANCOUVER, WA (Bid #16-24) | NW 20TH ST./S|MPSON SWR10-04-201604-19-2017Crty oJVancouvgrl WA4500 SE Columbia WayClarkVancouver WA 98668+1 360 6968008JC$288,679$255,560r^- aJJi1,6664281,6662160000zto2,3102,310Close DateBid DatesR lotalTotalCustomerOwnerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole202246PrimeRizo, Roberto JCity of Medford, OR411 West 8th StreetJacksonMedford OR 97501-1766+1 541 7742100MEDFORD OR, 2017 PROJECT I 2017 WW COLL. SYSTEM REHABtz-tJ-zv too5-12-2017City of Medford, OR411 West 8th StreetJacksonMedford OR 97501-1766+'t 541 7742100JC$492,218$600,38703,504E, 316i5924253993,5048,671012,1750018,671592,606U0019042539913,7-8-1 'Bid DateProject CIose DateProject NlanagerOwnerCustomerTotal @r*r"*-751101Last Refresh Date: 06-02-2021ProjectStatusFinal ContraclAmounlContract ValueJDE Job Number iRole202247SubRizo, Roberto JCity of Portland,OR-Bureau ofEnvironmental Svcs (BES)1 1 20 SW Sth AvenueRoom 1000MultnomahPortland OR 97204+1 503 8235752MOORE EXCAV.(MEI),PORTLAND OR I HUMBOLDT SWR REHAB. #4437-OC08-25-201 606-12-2018I320 ,3,672I284:City of Portland,OR-Bureau ofEnvironmental Svcs (BES)'1 120 SW sth AvenueRoom 1000MultnomahPortland OR 97204+1 503 8235752JC$569,441$468,053r3511:1557136,1443,9920003,9920l00:o4,3123:6722U1,15571310,136Project Close DateBid DateProject ManagerTotalTotalOwnerCustomerProjectStatusFinal ContractAmountProject DescriptionContract ValueJDE Job NumberRole202244Rizo, Roberto Jof Duvall. WA14525 Main St. NEP.O. Box 1300KingDuvall WA 98019+1 425 7880257SubTNTERWEST CONST. lNC. I JOB#1116 - SR203 SAFEFTY IMPVM02-23-2014City of Duvall, WA14525 Main St. NEP.O. Box 1300KingDuvall WA 98019+1 4257880257JC$134,000$1 19,2782651,913@:71,64802651 ,913Close DateBid DateManager1,648STD I TotatTotalOwnerCustomer @*tr'gtr-76t101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountContract ValueJDE Job NumberRoleProject DescriptionStatus202249PrimeRizo, Roberto JCity 9f Renton, WA1055 South Grady WayKingRenton WA 98055-2132+1 425 4307223RENTON WA,RENTON HIGHLANDS pHl I SEW.&MH REHAB pH1,p#WWp2703887$1.1 59.291$1,129,33807-12-2017E72501-10-2017Crty oJ Renton: WA1055 South Grady WayKingRenton WA 98055-2132+1 425 4307223690,9130:0'00g69025,7341,34533728,1 0622,603Pro.iect Close DateBid DateTotalILS SRTotalCustomerOwnerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleDescription202250Sub$51,880$50,688ADVANCED EXCAVATTNGLONGVTEW WA I 12" EMERG.SEWER REHAB, FtR ST01-26-2017o2-13-2017320320City of Longview, WA1525 BroadwayCowliELongview WA 98632+1 360 4425215JCrq0iRizo, Roberto JCity of Longview, WA1525 BroadwayCowlitzLongview WA 98632+1 360 4425215320320Bid DateProject Close DateProject ManagerTotalSTDTotalOwnerCustomer @try31r1*-771101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueProject DescriptionRoleJDE Job Number202252SubRizo, Roberto JCity of Evereft,WA-Everett PublicWorks3200 Cedar StreetSnohomishEverett WA 98201+1 4252577210o2-15-201707-07-2017City of Everett,WA-Everett PublicWorks: 3200 Cedar StreetI Snohomish' Everett WA 98201r@H-,GiFORMA CONST. CO., EVERETT, WA I CIPP SWR PIPE LININGJC$143,700$65,540,*1425 2577210Project Close DateBid DateOwnerCustomerProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job Number Role202253PrimeRizo, Roberto JI City of Federal Way, WA33325 8th Avenue SwA 98063-5006+1 253 8352700FEDERAL WAY,WA ( RFB#16-011) I MARINE HILLS STORMWATER RPAIR01-17-201702-23-201413,4181,339 i1,596Gity of Federal Way, WA16,35333325 8th Avenue SKingFederalwA 98063-5006+1 253 8352700JC$864,590$788,673H50 13,4180 1,3391,5960 16,353 IBid DateProject Close DatetoTotalOwnerCustomer @)"*Hf,{flp-78t101Last Refresh Date: 05-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job Number Role202254Prime$1,253,498$1,080,243WEST L|NN OR,20'17,pW-16-06 I SAN|TARY SWR REHAB.-PW-16-0602-o1-201710-23-2017City of West Linn, OR2042 8th Ave2M2 8th AvenueClackamasWest Linn OR 97068+1 503 6566081JCE454:Rizo, Roberto JCity of West Linn,OR2o428th Ave2042 8th AvenueClackamasWesi Linn OR 97068+1 503 6566081q,go+'1945,09824,4660024,466i00o024t46!4,90419429,564Pro.iect Close DateBid DateTotalILS SRTotalCustomerOwnerProjectFinal ContractAmountContract ValueDescriStatusJDE Job NumberRole202255PrimeRizo, Roberto JCity of Gresham, OR1333 NW Eastrnan ParkwayMultnomahGresham OR 97030-3825+1 503 61 82633GRESHAM, OR-2017 | 2017 REHAB. Ctp#3177OO03-21-201707-10-2017City of Gresham, OR1333 NW Eastman ParkwayMultnomahGresham OR 97030-3825, +1 503 6182633JC$356,554$316,1580 5,087r, '109,5,0871:0856,17201,085o172Project Close DateBid DateProjectOwnerCustomerTotal @*,t"*-791101Last Refresh Date: 06-02-2021ProlectStatusFinal ContractAmounlContracl ValueDescriptionJDE Job NumberRoleJCREEDSPORT OR,201612017 PROJECT | 201612017 SANITARY SEWER PROJ.$1 00,500$86,660202256PrimeRoberto JCity oJ Reedsport, OR451 Winchester AvenueDouglasReedsport OR 97467 -1 521+1 54'l 27136031 0-08-201 8roiJ31360000360355846City of Reedsport, OR451 Winchester AvenueDouglasReedsport OR 97 467 -1 521+1 541 2713603Close DateBid DateProlect l\,4anagerTotalTotalOwnerCustomerProjectStatusFinal ContractAmounlContract ValueJDE Job Number Role202257Prime$1 58,587$142,827LONGVTEW, WA- 2017 EMERGENCY I HEMLOCI(16TH, 17TH & 18TH AVE06-29-2017City ofWA1525 BroadwayCowlitzLongview WA 98632JCrI orRoberto Jof Longview, WA845845845845'1525 BroadwayCowlitzwA 98632+1 360 4425215I +1 3604425215Project Close DateBid DateProject ManagerTotalTotalOwnerCustomer @),r,''I"*-80/1 01Last Refresh Date: 06-02-2021ProlectStatusFinal ContractAmountContract ValueDescriptionJDE Job NumberRole202258SubRizo, Roberto JCity of Tillamook, OR2'10 Laurel AvenueTillamookTillamook OR 97141-2312LANDTS & LANDTS CONS.TTLLAMOOK I STILLWELL & MA|N SEWER REHAB08-1 6-201 605-18-201700City of Tillamook, OR210 Laurel AvenueTillamookTillamook OR 97 1 41 -231 2+1 503 8422472JC$41,937$38,61 5r10751751 :Close DateBid DateCustomerOwnerProjectStatusFinal ContractAmountContract ValueDescriJDE Job NumberRole202259Rizo, Roberto JPrimeELLENSBURG, WA #2017-040 | Ctpp LINE- BtD CALL#2014-O4O03-28-2017o8-12-2017JC$129,078$135,2U2,4044462,850 j4462,850o 2:404City of Ellensburg, WACity of Ellensburg, WA, 501 N Anderson Street 501 N Anderson StreetKittitas , Kttitas+1 5099627230 +1 5099627230Project Close DateBid DateProject Manager48SR'sOwnerCustomerTotal @*r't"*-81/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueProject DescriptionJDE Job NumberRole202260PrimelMiller, Daren ACity oJ Tacoma, WArMain Location2201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409+1 253 5915588-201704-02-2018City of Tacoma, WA-"Main Location2201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409+1 253 5915588TACOMA,WA 2017 G, I WW SEWER REH.SPEC#ESI 7-0002FJC$1,016,724$934,146r1618?421,0564,08462159014,5938,2421,0564,08462159014,593Close DateBid DateProjeclSRTotalTotalOwnerCustomerProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole202261Sub:Miller, Daren ACity of Portland,OR-Bureau ofEnvironmental Svcs1 120 SW Sth AvenueRoom 1000MultnomahPortland OR 97204+1 503 8235752MOORE EXCAV.(MEI),PORTLAND OR I WOODLAWN.KING ST. SEWER REHABo5-10-201709-05-201 8Iz,s9]:2,001City of Portland,OR-Bureau of6,1 51Environmental Svcs1 120 SW Sth AvenueRoom 1000MultnomahPortland OR 97204'+1 503 8235752JC$280,51 2$280,709H?25,1,5996,1 51Close DateProject ManagerBid DateOwnerCustomer @raq''f"A*-82t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject Descriptjon202262PrimeMiller, Daren ACity of Portland,OR-Bureau ofEnvironmental Svcs (BES)1 1 20 SW 5th AvenueRoom 1000MultnomahPortland OR 97204+1 503823575202-28-201701-23-2018City of Poriland,OR-Bureau of1 120 SW 5th AvenueRoom 1000Multnomahi Portland OR 97204JLMOORE EXCAV.(ME|),PORTLAND OR | 2017 MT. SCOTT - #4465-OC$1 74,604$153,948r, 77'00001,1462603612612,028Close DateBid DateTotalTotalCustomerOwnerProjectFinal ContractAmountProject DescriptionContract ValueStatrsJDE Job NumberRole202263PrimeMiller, Daren Aof Sedro-Woolley, WA720 Murdock SaeetSkagitSedro WA 98284-1426+1 360 856't 100SEDRO-WOOLLEY, WA 2017-pW-16 I 2017 SAN|TARY SWR Ctpp PROJECToa-a7-2017o1-26,20181,3979,261297of720 Murdock StreetSkagitSedro WA 98284-142610,955i +J 3608561 1 00JC$322,721$409,510r216,001,3579,261297000 10,955Close DateBid DateAISSR TotalTotalCustomerOwner @"tffiro.*83/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueJDE Job NumberRole202264Prime, Daren ACity of Tigard, OR13125 SW Hall BlvdWashingtonTigard OR97223-8144+1 503 6394171TIGARD, OR - PACIFIC HWY I PACIFIC HIGHWAY SS LINE08-14-201703-24-2018City of Tigard, OR13125 SW Hall BlvdWashingtonfigatd OR97223-8144+1 503 6394171JC$134,016$130,543e 4203,539r'16Close DateManagerTotalTotalOwnerCustomerProlectStatusFinal ContractAmountContract ValueJob NumberRole202265SubMorris, James Michaelof Beaverton, OR12725 SW Millikan WayWashingtonBeaverton OR 970764755+1 503 5262223City of Beaverton, OR12725 SW Millikan WayWashingtonBeaverton OR 97076-4755+1 503 5262223TRENCH LINE EXCAVATING I SETTLER WAY SWR- BEAVERTON, OR'lo-18-201702-27-2018JC$288,856$302,8271,415E:, 571,4192,0117695953767511,4190U002,011769595037605,170Close DateBid DateOwnerCustomerTotal @m,*rorm84t101Last Refresh Date: 05-02-2021ProjectFinal ContractAmountContract ValueStatusJDE Job NumberRole202266PrimeMorris, James MichaelSeattle Public Utilities-Seattle,WA700 Fifth AvenueSuite 4900KingSeattle WA 98124+1 206 3861834SEATTLE, WA -2016-116 I 2016 SWR LINTNG CONT. #110-04-201706-21-2019Seattle Public Utilities-Seattle,WA700 Fifth AvenueSuite 4900KingSeattle WA 98124+1 206 3861834JC$2,831,412$3,012,4730r9568758,348J,I ZZ0l4..77 |o27,7100o00Ol8754,0594775533s53,8530019,2220055335555233,Close DateBid DatePro.ieci ManagerTotalILSAISPPLTotalCustomerOwnerPrc.jectStatusFinal ContractAmountJDE Job NumberProlect DescriptionContract ValueRole202267PrimeMiller, Daren ABP-Blaine,WA-Cherry Point Refi nery4519 Grandview RoadWhatcomBlaine WA 98230+1 360 3711258BP WEST COAST PROOUCTS, LLC I OWS L|NE FROM 40-69-pO C26698511-07-201712-22-2017130r BP-Blaine,WA-Cherry Point Refinery4519 Grandview RoadWhatcomBlaine WA 98230+1 360 3711258JC$1 95,000$195,000130130ri ojClose DateBid DateTotalArsTotalCustomerOwner @r*.r'f"ror-85/1 01Last Refresh Date: 06-02-2021Final ContractAmouniContract ValueDescriptionStatusProjectJDE Job NumberRole202269SubMorris, James MichaelTapani Underground, lnc.-BattleGround, WA1904 SE 6th PlaceBattle Ground WA 98604+1 3606871148TAPANI INC, WINLOCK WA I WINLOCK INFLOW & INFILTRATION11-15-20171 0-1 0-2018City of Wnlock, WA323 NE 1st St.LewisWinlock WA 98596+1 360 5505289JC$226,097$251 ,813E322,4825,442Project Close DateBid DateProjeclOwnerCustomerProlectFinal ContractAmountConlract ValueStatusJDE Job NumberRole202270PrimeMonis, James MichaelRogue Valley Sewer Services-CentralPoint,OR138 West Vilas RoadJacksonCentral Point OR 97502+1 541 6646300ROGUE VALLEY SEWER SVCS,FY2018 I FY201 I CIPP PROJECTS-J278o2-16-201804-20-20181,6311,3191,768Rogue Valley Sewer Services-CentralPoint,OR718138 West Vilas RoadJacksonCentral Point OR 97502+1 g1 6646300JC$347,946$326,221E46!01,6311,3191,7680718Close DateBid DateManager12TotalOwnerCuslomer @)r{'-'r"*-86/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRole202272Primel\4onis, James MichaelCity of Bellingham, WA-Lottie St210 Lottie St210 Lottie StreetWhatcomBellingham WA 98225+1 360 676696101-09-201 806-28-201 8City oJ Bellingham, WA-Lottie St210 Lottie St210 Lottie StreetWhatcomBellingham WA 98225+1 360 6766961JCFABER CONSTRUCTTON, BELLTNGHAM I COLUMBTA NETGHBORHOOD WATER$143,521$84,862H124i61894248590246189424859Project l\,4anagerBid DateProject Close DateTotalAIS SRTotalOwnerCusiomerProjectFinal ContractAmountContract ValueJDE Job Number RoleStatus202273PrimeMonis, James MichaelCity of Newberg, OR414 E 1st StYamhillNewberg OR 97132-2993+1 503 5371240NEWBERG, OR #706301 | WW LtNtNG & LATERAL GROUTTNG02-15-201806-1 3-201 8City of Newberq, OR414 E 1st StYamhillNewberg OR 97132-2993+1 503 5371240JC$244,393$211,6920E96:4,3684,368315315 ,4,368J tc4,683Bid DatePoect Close DateProject ManagerOwnerCustomerTotal @*r,"*-871101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContracl ValueJDE Job Number Role202274SubMorris, James MichaelPIVETTA BROTHERS CONS..SHELTON I BASIN 3 SEW.REHAB PJ.,2018-00603-01 -201 805-06-201 902,600City of Shelton, WA1000 W Pine StreetMasoni Shelton WA 98584-0900+1 360 426644JC$224,61061$234,383r2,8262,6005,426Close DateBld Datel\4anagerOwnerCustomerFinal ContractAmountContract ValueProject DescriptionStatusProjectJDE Job NumberRole202275Prime$385,592$422,181EUGENE, OR- #s0s0 | 2017WWREHAB. #2018-0001611-01-2018City of Eugene, OR2MEBrcadwayLaneoR97401-2727+1 541 6825241JC7,718E81 lJames Michael244 E BroadwayLaneoR97401-2727+1 541 6425241287384 :602008,0053840ouzOR08,991Project Close DateBid DateTotalSRAIS ILSTotalt3OwnerCustomer @)ft",-s*-88/1 01Last Refresh Date: 05-02-2021ProjectStatusContract ValueFinal ContractAmountJDE Job NumberProject DescriptionRole202276Prime$777,2s6$796,855JCBREMERTON WA, 201 8 REHAB | 201 8 SEW.REHAB EAGLE & SPRUCE10-07-2018r208'Monis, James MichaelCityof Bremerton,WA3027 Olympus DriveKitsapBremerton WA 98310+1 360 473235405-1 0-201 8City of Bremerton,WA3027 Olympus DriveKitsapBremerton WA 98310+1 360 4732354724n7248,533222663bbJ0,08100l0:000lO,Close DateBid DateProject l\4anagerTotalcoMTotalCustomerOwnerProjectFinal ContractAmountContract ValueStatusProject DescriptionJDE Job NumberRole202277Prime$292,990$294,270TSSAQUAH WA,PROJ#SEWR18001 | 20.18 SEWER MA|N REHAB05-01 -201 808-17-2018City of lssaquah, WA1775 12th Avenue NWKinglssaquah WA 98027+1 425 837UOOJCO 7,772Et tttiMonis, James Michaelof1775 12th Avenue NWKinglssaquah WA 98027+1 425 8373/'007,7727.7727,772Close DateBid DateProject ManagerTotalAIS SRTotalCustomerOwner @rm,rurorm89/1 0 1Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject202278Prime$5,502,663$5,961,970BEND, OR#1SPIR I PLANT INTERCEPTORREHAB05-07-201 8o2-15-2019City of Bend,OR*Main709 NW Wall St.DeschutesBend OR 97701+1 541 3173000JCMorris, James MichaelCity of Bend,OR-Main709 NW Wall St.DeschutesBend OR 97701+1 541 31730001,O471,0475,9885,21612,2512,Projeet Close DateBid DatelvlanagerTotalTotalOwnerCustomerFinal ContractAmountContract ValueStatusProjectJDE Job Number RoleProject Description202279PrimeJames MichaelPort of Seattle, WA2711 Alaska WayGeneral Offices - Pier 69KingSeattle WA 98121-1107+1 206 9885530Port of Seattle, WA2711 Alaska WayGeneral Offices - Pier 69KingSeattle WA 98121-1107+1 206 9885530PORT OF SEATTLE,WA-T18 PHASE 1 I T-18 STORM OUTFALL PHASE 109-14-2018JC$220,000$224,5869442r1j9442136,1360Project Close DateBid DateProject ManagerAISSR TotalTotalOwnerCustomer @'o*i*tfl"*90i101Last Refresh Date: 06-02-2021ProjectFinal ContractAmountContract ValueStatusProject DescriptionJDE Job NumberRole202281PrimeMorris, James MichaelCity of Mount Vernon, WA1024 ClevelandSkagitMount Vernon WA 98273+1 360 3366204City of Mount Vemon, WA1024 ClevelandSkagitMount Vemon WA 98273+1 360 3366204MOUNT VERNON WA,PJ.SS-2O1 8-003 | 201 8 SAN|T.&STORM p#SS201 8-00307-24-201801-15-201 I7,262.2,151 '.JC$547,8s0$563,589r' 203:38572715010,6750007 1622J513857271500,675Proiect Close DateBid DateProject ManagerArsSR TotalTotalOwnerCustomerProjectStatusFinal ContractAmountJDE Job Number RoleDescriptionContract Value202282PrimeJames MichaelCity of Yakima, WA2301 Fruitvale BoulevardYakimaYakima WA 98902+1 509 5756020YAKIMA,WA No.2470 I WwCOLLSYS IMPRVMNTS#247008-31-201 8o4-u-2019City of Yakima, WA2301 Fruitvale BoulevardYakimaYakima WA 98902+1 509 5756020JC$425,604$403,836Hi 186j7,5767,5767,576 ;7F76:00Close DateOwnerCustomer @mfgrorm91/1 01Last Refresh Date: 06-02-2021JDE Job Number :RoleFinal ContractAmountContract ValueProject DescriptionStatusProject202243PrimeMorris, James MichaelCity of Reedsport, oR451 Winchester AvenueDouglasReedsport OR 97467 -1 521+1 541 2713603REEDSPORT, OR 2018/2019 FY I SWR RELTNING 201812019 FY05-09-201 8'10-31-2018City of Reedsport, OR451 Winchesler AvenueDouglasReedsport OR 97467 -1 521+1 541 2713603JC$1 35,508$140,072r27110 rgg+ ,Project Close DateBid DateProjeclOwnerCustomerProlectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject Description202284Prime$2J09,742$2,033,496TACOMA,WA 20188 #ES18-0121F I WW & STORMWATER REHAB CIPP09-1 1-201805-1 0-201913,2539,6071,463LocaiionCity of Tacoma, WA-*Main Location1,654JCMonis, James MichaelTacoma WA 98409+1 253 59155882201 Portland Ave2201 Portland AvenuePierceTacoma WA 98409000013,253575+1 253 59155883381,439625009,6071,4631,6541,5023381,43962929,885Prolect Close DateBid DateProject l\4anager1,502OwnerCustomer @)r'-'r"*-92t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountJDE Job NumberRoleProject DescriptionContract Value202285PrimeMonis, James MichaelCity of Olympia, WA520 Pear Street SEThurstonOlympia WA 98507-1967+1 360 7538768JCoLYMPTA, WA, PROJ #'1689Q I 2017 PRr SWR REPATRS PRO#1689Q$489,311$501,399os-27-201804-18-2019E168 ;000000002,8983,2563231,211lo1907,894City of Olympia, WA520 Pear Street SEThurstonOlympia WA 98507-1967+1 360 7538768704700190190Close DateBid DateProject ManagerTotalSR STDTotalCustomerOwnerProjectFinal ContractAmountProject DescriptionContract ValueStatusJDE Job NumberRole202286PrimeMonis, James MichaelCity of Medford, OR411 West 8th StreetJacksonMedford OR 97501-1766+1 541 7742100City oJ Medford, OR411 West 8th Street. JacksonMedford OR 97501-1766+1 541 7742100MEDFORD OR, 2019 PROJECT | 2019 WW COLLECTTON SYSTEM REHAt12-1s-201806-21-201910,01 3JC$81 9,288$983,7580Hi zg2',3,47810,49902,4071,5237983254863253251365ZJ0't4100214071,598798000003,47832519,755Project Close DateProject ManagerBid Date3,4780STDTotalTotalCustomerOwner @rr*r't"*-93/101Last Refresh Date: 06-02-2021ProlectStatusFinal ContractAmounlContract ValueJDE Job NumberRole202287PrimeJames MichaelCity oj Eugener OR244 EBrcadwayLaneEugene OR974O1-2727+1 541 6825241EUGENE, OR - JOB #6015 | ROOSEVELT/HWYgg - #2019-0000612,04-201809-17-2020City of Eugene, OR244 EwoadwayLaneEugene OR 97401-2727+1 541 6825241JC$521,177$51 7,989E184.6,0221,261001,261000007,6142,132Close DateBid DateManagerTotalSTDTotalOwnerCustomerJDE Job Number RoleProjectStatusFinal ContractAmountContract ValueProject Description202288SubMonis, James Michaellnc-Vancouver. WA: 9210 NE 62nd Avenue: ClarkVancouver WA 98665+1 360 3343100ROTSCHY INC. . KENNEWICK, WA I UPRR INTERCEPTOR SWR REHAB PRO1 1-08-201 804-05-201 I3,1 61City of Kennewick,WA: 210 W. 6th AvenueP.O. Box 6108BentonKennewick WA 99336-0108+1 509 5854200JC$456,594$483,3600 3,161r^ibl3,1 61Bid DateProject Close Date3,161TotalOwnerCustomer @),*Hl*{r'-94t101Last Refresh Date: 0G02-2021ProjectStatusFinal ContractAmountContract Value lJDE Job NumberRoleProiect Description202289PrimeMoris, James MichaelRogue Valley Sewer Services-CentralPoint,OR138 West Vilas RoadJacksonCentral Point OR 97502+1 541 664630012-11-2018I os-gt-zotgRogue Valley Sewer Services-CentralPointlOR138 West Vilas RoadJacksonCentral Point OR 97502+1 541 6646300JCROGUE VALLEY SEWER SVCS,FY2O1q I Fy2O19 Ctpp PROJECTS-J299$470,981$452,91 3E5b3,0831,6582464,9872973,3800 : 1,6580: 246297', 5,284Close DateBid DateProject Manager] OwnerCustomerTotaIProjectFinal ContractAmountContract ValueStatusProiect DescriptionJDE Job NumberRole202290Prime$892,699$896,55sKENT WA, 2019 PROJ,#18-3012 | 2019 SAN|.SEW.L|N|N3p#18-301203-21-201908-29-2019City of Kent, WA400 W GoweKingKent WA 98032-5838+1 253 8593380JC0EI 193Moris, James MichaelCity of Kent, WA400 W GoweKingKent WA 98032-5838+1 253 8593380o , 1ot4g710,497 10,49710,497Bid DateClose DateTotalCustomerOwner @rr*'t"*-95/1 01Last Refresh Date: 06-02-2021JDE Job Number RoleFinal ContractAmountStatusProjectProject202291PrimeJames MichaelCity oJ The Dalles, OR1215 West 1st StreetWascoThe Dalles OR 97058-3500+1 541 2965401DALLES, OR-#2019-002 | 2019SS CIPPLINING03-05-201 I06-21-2019City of The Dalles, OR1215 West 1st StreetWascoThe Dalles OR 97058-3500+1 541 2965401JC$59s,512$525,784rrcl:1,O219.147293 |to,+et1,0219,14729310,461CIose DateBid DateProject ManagerTotalSRTotalOwnerCustomerProlectStatusFinal ContractAmounlContract ValueJDE Job Number RoleProject Descri202292PrimeJames Michaelof Roseburg, OR900 SE Douglas AvenueDouglasoR 97470-3333+1 g1 6727701ROSEBURG, OR-2019 | 2019STORMCIPP-19PW091 6-201 I10-04-2019City of Roseburg, OR900 SE Douglas AvenueDouglasRoseburg OR 97470-3333+1 541 6727701JC$888,566$958,686E, 14:1,7913,6493,649Project Close DateBid DateOwnerCustomer @)t{stt.-,rf!'-96/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountJDE Job Number RoleContract Value202293PrimeMorris, James MichaelCity of Poulsbol WA19050 Jensen Way NEKitsapPoulsbo WA 98370-0962+1 360 7795111POULSBO,WA CN2019-03 I RAABPARK,SWANSONWAyREHAB08-01-20'191 0-04-201 9City of Poulsbo, WA19050 Jensen Way NEKitsapPoulsbo WA 98370-0962+1 3607795111JC$161 ,701$1 60,656H' tb1,6681,6681,6681,668 ,Close DateBid DateProiect ManagerOwnerCustomerProjectFinal ContractAmountContract ValueJDE Job NumberRoleProlect DescriptionStatus202294PrimeMonis, James MichaelCitV o-f Mo9$Vemo1,WA1024 ClevelandSkagitMount Vernon WA 98273+1 360 3366204MOUNTVERNON, WA#55-2019-07 | 2019SAN| & STORM#SS2019-00707-30-201904-29-20201,373,City of Mount Vemon, WAoli1,316:1,3161024 ClevelandSkagitMount Vemon WA 98273909+1 360 33662045,056JC$651,709$693,13803301,373330H' ,rg0l01:316:1,316:0 1420 9090330 5,386Close DateBid DateProject Manager142TotalSRSTDTotalCustomerOwner @*''g"**971101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlConlract ValueDescriptionJDE Job NumberRole202296SubMorris, James MichaelBrinderson Engineers & Constructors-Bakersfield, CA4550 California AvenueSuite 700Kem+1 661 3770343BRINDERSON, LLC . SHELL OIL I ANACORTES SHELL 21' REFINERY09-03-201 I11-O1-2019Shell Oil Products Company, LLC -Division - Puget Sound RefineryPuget Sound Refinery 8505 S. Texas RdSkagitAnacortes WA 98211JC$240,050$240,050175Hio175175+1 3602931723Project Close DateBid DateTotalTotal)4OwnerCustomerProjectStatusFinal ContractAmountContract ValueProjectJDE Job NumberRole202300PrimeMorris, James Michaelof Medford, OR411 West 8th StreetJacksonMedford OR 97501-1766+1 541 7742100MEDFORD OR,2020 PROJECT | 2020 WW COLLECTION SYSTEM REHA12-10-201906-05-20201,70712,2012,106City of Medford, OR2,373JC$1,1 97,552$1,212,250H290000002,3735412,444411 West 8th StreetJacksonMedford OR 9750 1-1766+1 541 77421001,903' " __l01,521 :1,521541Close DateBid DateOwnerCustomer21,8112,'to612,2011,707Total @t*s*-98/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job Number Role202301PrimeMonis, James MichaelCity of Portland,OR-Bureau ofEnvironmental Svas (BES)1 1 20 SW sth AvenueRoom 1000MultnomahPortland OR 97204+1 503 8235752City of Portland,OR-Bureau ofEnvironmental Svcs (BES)1 1 20 SW 5th AvenueRoom 1000MultnomahPortland OR 97204+1 503 8235752LANDIS & LANDIS, PORTLAND, OR I HILLSDALE SOUTH SWR REHAB07-25-201908-09-2020JC$239,855$234,087O 4,657HMg:,4,6576525555,864 i00o6525555,864Proiect Close DateBid DateProjectcoTotalTotalCustomerOwnerProject DescriptionProjectStatusFinal ContractAmountJDE Job NumberRoleContract Value202303PrimeEUGENE, OR- JOB#900107 | TRATNSONGS.WWREHAB-BtD#27Morris, James Michael01-16-2020o2-13-2021City of Eugene, OR-Public WorksCity of Eugene, OR-Public WorksJC$376,212$360,676g 4,733E, 81 j4,7338233,544 ) 03,54482391100.0099 East Broadway Suite 400LaneEugene OR 97401+1 541 682529199 East Broadway Suite 400LaneEugene OR 97401+1 541 6825291Close DateBid Date9,1 00AISSR TotalTotalCustomerOwner. @tr*r1"*-99/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmounlContract ValueProject DescriJDE Job Number Role202304PrimeJames MichaelCitV of Fedgral Wayl WA33325 8th Avenue SKingFederal Way WA 98063-5006+1 253 8352700FEDERALWAY,WA( RFB#19-O1O) I 2019 STORM PIPE-PHASE212-O1-201507-31-2020City of FederalWay, WA33325 8th Avenue SKingFederal Way WA 98063-5006+1 253 8352700JC$130,1 56$137,426r0739230,739230969Close DateBid DateOwnerCustomerProjectStatusFinal ContractAmounlContract ValueDescriptionJDE Job NumberRole202307PrimeMorris, James MichaelCity of lssaquah, WA1775 12th Avenue NWKinglssaquah WA 980271 425 8373400rssAQUAH, WA - #SEWR 20002 | 2O2O SEWER MAIN REHAB01-30-202009-04-2020oflssaquah, WA'1775 12th Avenue NWKingwA 98027+1 425 8373/rOOJC$s01,384$494,797E1 3,3901 3,6540 13,390 '177:*Project Close DateBid DateProjectOwnerCustomer @ffi',g1.o,-1 00/1 01Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueProject DescriptionJDE Job NumberRole202308PrimeMorris, James MichaelSouth Suburban Sanitary District-Klamath Falls,OR2201 lavemeKlamathKlamath Falls OR 97603-4886+1 g1 8924506SOUTH SUBURBAN SANI DIST. I KLAMATH FALLS, OR - PHASE 2o3-11-202007-10-2020South Suburban Sanitary District-Klamath Falls,OR2201 LaverneKlamathKlamath Falls OR 976034886+1 541 8924506JC1,690$226,U6$222,076r+o;1,690335862,111 ;343 ;0343ozaao2,454Close DateBid DateManagerOwnerCustomerTotalProjectStatusFinal ContractAmountContract ValueProlect DescriptionJDE Job NumberRole2Q2309PrimeMorris, James MichaelCity of Albany, OR333 Broadalbin Street SWLinnAlbany OR 97321-0144+1 541 9177676ALBANY, OR - SS-19-0s A I RTVERFRONT WET WEATHR L|FT STA04-02-202010-28-2020JC$1,625,647$1,617,877Ei 1j80:2,086:2,9401,4U6,5700 2,086:6 2,9408001,4640City of Albany, OR333 Broadalbin Street SWLinnAlbany OR 97321-0144+1 541 9177676Bid DateProject Close Datel\4anagerTotalSRTotalOwnerCustomer @rr-rt"*-101t101Last Refresh Date: 06-02-2021ProjectStatusFinal ContractAmountContract ValueJDE Job NumberRoleProject Descriptjon202319PrimeDANIELS REAL ESTATE,KENMORE WA I THE LODGE AT ST. EDWARDJC$73,3s9$103,575Monis, James MichaelCity oJ Kenmore,WA18120 68th ave nepo box 82607Kingkenmore WA 82607+1 425 3988900-06-2020City of Kenmore,WA18120 68th ave nepo box 82607Kingkenmore WA 82607: +1 425 3988900118458458450Project Close DateBid DatePro.iectSR Total8TotalOwnerCustomer @k*i*fe'-1/6Last Refresh Date: 06-02-2021ji'.:r.-ir'!1't,rfar,,i', ,:'.::\..i::i'.!fl'.tilji,.) j;i,:.'.!:ra:,,1.:j':,:):i.i::it.jj'rlContract Qualification Glosed Projects ( 2013 - Present ) - Detail Gontract Value190772021907941 90796I 907971907981 907991 908001908011908021 908031908041908051908061 9080719081019081 11908131908141 9081 51908161908171 9081 81908191908201908221908231908241908251908261908271908281 908291908311 90833$271,524.30$251,798.50$1 ,789,468.00 $1,759,239.80$1,3M,800.80 $1,257,835.80$21',t,470.00$217,308.00$104,995.60$88,880.00$427,321.00$401759.33.00$468,329.00$447,934.00$466,942.00$1,618,265.00 $1,003,204.00$1,088,300.00 $1,231 ,065.93$5,541,630.00 $5,482,862.50$2,792,000.00 $2,777,M3.98$409,486.00$402,772.88$1,702,029.00$1,756,724.61$66,450.00$g,s2s.0s$116,880.00 $120,192.00$344,002.00$348,2148.00$221,805.00$242,U3.45$1,127,963.00 $1,183,591.49$1,612,5s8.00 $1,632,0s6.25$433,855.00$334,232.00$198,902.00$1 98,902.00$320,300.00$31 6,951.79$134,794.00$134,320.00$1,317,258.00 $1,509,629.31$1 62,078.00$162,078.00$316,644.00$329,888.00$138,060.00$143,731.93$916,911.00$885,560.97$155,260.00$1 55,260.00$217,948.00$246,448.00$1s0,664.00$150,664.00$170,140.00$1 82,161.99$697,554.00$697,554.00Project JDEJob Number Contract ValueFinal ContractAmount200268$1,588,971.00 $2,704,367.69 @!,F"r"*""200273$1 8,000.00$52,818.13200274$503,000"00$510,008.00200278$497,983.00$507,252.11200279 $248,525.00$251,243.00200280$30,040.00$30,040.00200281$7s,560.00$84,670.00200282$148,185.00$174,735.00200283128.30$877,340.302002u$218,458.00 $247,829.00200285$683,549.03$689,023.33200286$0.00$171,989.50200247$748,460.00$741,290.76200288$139,922.00$146,516.46200289 $2,066,379.00 $2,126,650.48200290$44,810.00$47,2t49.00200291$95,938.00$153,214.00200292$624,622.00$716,621.72200293$251,500.00s224,283.40200294$2,383,498.00 $2,204,559.70200295$348,160.00$389,423.00200296$57750.00$57750.00200297$99,800.00$99,800.00200298$172,602.00$167,1 52.00200299$252,638.00$267,952.46200300$70,430.00$78,451.8020031 0$237,530.30$268,286.3020031 1$133,085.00 $135,081.28200312$3,504,400.00 $5,446,63s.40200314$360,910.00$360,910.0020031 5$352,821.00$333,467.00200316$84,387.00$84,367.00200317$31,500.00 $31,500.0020031 8$75,161.00$72,008.00200319$115.571.00 $107,944.00200320$190,482.00$217,807.00200321$647,211.00$642,474.40200322$90,67s.00$90,675.00z6Last Refresh Date: 06-02-2021Contract ValueProject JDEJob NumberFinal ContractAmount200323$40,573.00$41,773.00 @**"t"*-200324$624,619.03 $630,827.00200325 $491,345.00 $491,345.00200326$491,854.00$536,951.00200327$606,471.00$563,802.67200328$233,1 14.50s2s2,057.06200329$355,000.00$3s5,000.00200330$146,977.50$146,857.00200331$268,435.00 $276,329.00200333796.50 $1,326,421.70200334$296,1 54.00$303,576.00200335$166,1 10.90$168,594.00200336$1,955,378.93 $2,013,297.27200337$737,400.00$682,476-67200338$412,886.00$452,951.64200339 $53,721.00 $54,129.00200yo$268,199.00$268,199.002003/.1$2,296,468.00$2,263,750.00200342$1,787,045.00$2,291,98s.74200343$259,415.00$1 69,1 58.36200344$303.600.00 $303,600.002003/.5$274,255.00$259,907.402003r'l6$237,784.00$259,773.002003/.7$1,758,717.70 $1,735,217.76200348$779,600.00$803,331.00200349 $1,345,878.00 $1,351,675.00200350$103,040.00$91,569.60200351$258,977.00$299,459.57200352$4,950.00$1 I 0,937.00200353$69,994.00$67,581.67200354$1,167,392.91 $1,164,352.00200355$374,458.00$418,591.10200356$681,738.98$720,325.24200357$189,000.00$189,000.00200359$45,280.00$55,23s.00200360$333,921.00$360,320.15200362$141195.00$142,975.50200363$720,456.16$812,431 _063/6Last Refresh Date: 06-02-2021Project JDEJob Number Contract ValueFinal ContractAmount20036/.$636,436.00$639,986.80 @)*.it"f"r-200365$184,880.00 $106,454.00200366$329,719.00 $404,058.87200368$186,506.50$186,476.99200369$30,380.00$29,500.00200371$94,785.00$142,382.17200372$90,141.63$90,175.65200373$247,037.00$257,291.31200376$91,609.00$160,345.21200377$108,432.00$1 09,630.36200379$63$609,287.00200381$328,702.50 $327,326.00200382$70,383.00 $71,075.00200386$413,476.00$398,875-94202212$373,993.80$401,608.68202213$181,274.00$103,834.00202221$687,583.85$695,s47.59202222 $70,000.00 $70,000.00202226 $691,072.00 $657,879.96202227$532,248.00$51 3,803.19202228$301,775.00$436,781.25202229$156,314.00$ 1 55,336.00202230$1 17,210.00$1 16,594.30202231$74,865.00$74,865.00202232$413,953.00$361,082.08202233 $90,588.50$89,613.7620223/.$982.612.40 $934,427.42202235$123,142.00$123,385.00202236$484,684.20 $499,125.59202237$917,538.00$6,44,621.87202238$907,773.00$797,161.23202239$626,039.00$571,005.71202240$60,535.00$63,084.64202241$228,750.00$228,750.00202243$31 1,498.60$200,000.00202244$265,221.00$274,145.00202245$288,679.00 $255,s60.00202246$492,218.00$600,386.76416Last Refresh Date: 06-02-2021Project JDEJob Number Contract ValueFinal ContraetAmount202247$569,441.00$468,053.14 @)*.'"r"*-202248$134,000.00$1.58202249$1159,290.80 $1,129,338.00202250$51,880.00$50,688.00202252$143,700.00$65,539.85202253$864,589.50$788,673.4020225r''$1,253,497.50 $1,080,243.30202255$356.554.00$31 6,1 57.98202256$100,500.00$86,660.00202257$1 58,587.00$142,827.00202258$41,937.00$38,61 5.00202259$129,078.00$1 35,234.00202260$1,016,724.00$934,145.85202261$280,512.00$280,709.20202262$174,604.00$153,948.00202263 $322,721.00 $409,509.6420226/. $134,016.00 $130,543.00202265$288,855.69$302,827.16202266s2,831,412.16$3,012,472.53202267$195,000.00$195,000.00202269 $226,096.90 $251,813.30202270$347,946.00$326,220.86202272$143,521.00$84,862.00202273$244392.68$21 1,691.58202274$224,610.00$234,383.29202275$385,592.00$422,180.50202276$777,256.00 $796,855.00202277$292,990.00$294,270.00202278$5,502,663.00 $5,961,969.71202279$220,000.00$224,s86.27202281$547,849.90$563,s89.012022a2$425,6M-42 $403,835.73202283$135,s08.00$140,072.00202284$2J09,742.00 $2,033,495.64202285$489,311.00$501,398.88202286$819,288.00$983,758.1 7202287$521,176.50$517,988.95202288$456,594.00 $483,360.00516Last Refresh Date: 06-02-2021Project JDEJob Number Contract ValueFinal ContractAmount202289$470,980.50$452,91 3.00 @t"*'1"*trt2022902022912022922022932022942022962023002023012023032023M202307202308202309202319Total$892,699.00$896,s52.8s$593,512.00$525,784-00$888,566.00$958,686.00$161,701.00$160,656.00$6s1,709.00$693,1 38.00$240,050.00$240,050.00$1,197,552.00 $1,212,250.09$239,855.00$234,087.00$376,212.00$360,675.98$130,156.00$137,426.00$501,383.s0$494,797.25$226,346.00$222,O76.00$1 ,625,647.00 $ 1,617,877.00$73,359.00$103,574.70$111,257,728.47$1 1 5,543,1 55.666/6Last Refresh Date: 06-02-2021Contract ValueProject JDEJob NumberFinal GontractAmount PAYMENT AND PERFORMANCE BOND TO CITY OF KENT Bond No. 107459151 KENT KNOW ALL MEN BY THESE PRESENTS: Insitufom Technologies, LLC, 17988 Edison Avenue, Chesterfield, !P That we, the undersigned,6300s aS Pfincipal, and Travelers casualtv and Suretv ComPanv of Amelica a corporation orgunirec ano e*Gting under the laws.of tl" stateof tmfifflgF€tft' as a Surety Corporati6n, 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 severatty rreto and firmly bound to the clTY oF KENT in the penal sum of Soze,soa.rs * - together with any aqjustments, up or down, jn jl..total contract pffing6sinthecontractwork,forthepaymentofwhichSUmon demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be' * six Hundled seventy Four Thousand Thlee Hundred Four and 15/100's This obligation iJentered into in pursuange oi tle statutes of the State of Washington, utiO 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 Counly, Washington, the Mayor of the C'ity of t<eirt nas let or is about to let to thJabove bounden Principal, a certain contract, the said contract providing for construction of 20.21Storm Sewer CIPP Lining,/Project Number: 21-go22.2 (which contract is referred to herein and is made-a parihereof 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 prqiects 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 suppty the Principal or su.bcontractors with provisions and supplies for the carrying bn of said work and shall indemnify and hold the CITY OF KENT harmless from an! damage or expense by reason of failure of performance as specified in said contracl or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shail be void; but otherwise it shall be and remain in full force and effect' lN WITNESS WHEREOF. the above lrounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixecl ancl duly signed by its undersigned representatives pursuant to authority of its governing body' 2021 Storrrr Sewer CIPP Lining/Leyrer Prq.iect Numtler: 21 -3022.2 25 May 24. 2421 7# Insitufom T€chnologies, LLCTWO WITNESSES I]ATE PRINT NAME DATE CORPORATE SEAL , 9litness I hereby certifY that Principal in the within Bond Who signed the said bond on beh of the said Corporation; that I kn Bond was duly signed, sealed, an authority of its governing bodY. 2o21 Storm Sewer CIPP Lining/Leyrer PrQject Number: 71 -3022'2 PRINCIPAL (enter principal's name atlove) TITLE whittney Schulte, 6f€i ^ar & Attesting DATE CORPORATE SEAL Tlavelers casualty and sulety company of Amelica SURETY BY DATE TITLE Andrey P. ltrone, Altolney-in-Fact ADDRESS one Towe! squale, Hartford, CI 05L83 CERTIFICATE AS TO CORPORATE SEAL alf of the Principal ow his signature thereto is genuine, an that said d attested for and in behalf of said Cor poration by am the (Assistantl"nl,fitfs.r'fitJ or the ?fr1flflia}lfi8ffitr&s, LLcth8t contractino & Attestins Officer BY Co Ts'Yffi' 26 May 24,7021 State of !{!ssour:j County of St. Louis On 612212021before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attomey-in-Fact of Tru,vnLERS C^q.sualTy Ano Sunnrv Covrpnwv 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 above. Andrea Public My Commission Expires ANDRE/\MCCAR-IHY I.,IOTARY PIJ BLIC OTARY SEAL ST ()F rOURI coM MISS lo li 0 LOUIS co UNTY M OM MISi,N Lil {-:S JUL .tu,2023 IJ 1 56iJ6i;1 B *- TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company 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 lnsurance Company are co.poEtions duly organized under the laws of lhe Stale of Connecticul (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoinl Andrew P. Thome, of Chestertield, Missouri, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional underlakings and other writings obligatory in the nature lhereof on behalf of the Companies in their business of guaranteeing the lidelily of persons, guaranteeing the performance ofconlracts and execuling or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. lN WITNESS WHEREOF, the Cornpanies have causedlhis instrument lo be signed, and lheircorporate seals to be hereto aflixed, this 3rd day of February, 2017. State of Connecticut City of Hartford ss.L. Raney, On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be lhe Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casually and Surely Company, and St. Paul Fire and Marine lnsurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes lherein contained by signing on behalf of the corporations by himself as a duly authorized officer. ln Witness Whereof, I hereunlo sel my hand and official seal. My Commission expires the 30th day of June, 2021 By: @ nno^,-r- C $nraur* Marib C. Tetreault, Notary Public This Power of Attorney is granted under and by the aulhority of lhe following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Trav€lers Casually and Surely Company, and St. Paul Fire and Marine lnsurance Company, which resolutions are now in full force and etfect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice Ptesidenl, 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 Altorneys-an-Fact and Agents to act for and on behalf of the Company and may give such appointee such authorily as his or her certificate of authority may prescribe to sign with the Company's name and seal with lhe Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the natur€ of a bond, recognizance, or conditional underlaking, and any of said of{icers 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 Execulive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more ofticers or employees of lhis Company, provided that each such delegation is in writing and a copy lhereof is flled in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, remgnizance, conlract of indemnity, or wiling obligatory in the nalure of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the Presidenl, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, lhe 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 Agenls pursuant to the power prescribed in his or her ceriificate or their certificates of authority or by one or more Company oflicers 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 Assistanl Secretary, and the seal of the Conrpany may be affixed by facsimile lo any Power of Attorney or to any certilicale relating lhereto appoinling Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of execuling and atlesling bonds and undertakings and other writings obligatory in the nature thereol and any such Power of Attorney or certilicate bearing such facsimile signature or tacsimile seal shall be valid and binding upon the Company and any such power so executed and certitied by such facsimile signature and facsimile seal shall be valid and binding on the Company in the futu.e with respecl lo any bond or understanding lo which it is atlached. l, Kevin E. Hughes, lhe undersigned, Assislant Secrelary of Travslers Casualty and Surety Company of Amedca, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, lvhich remains in full force and effect. Dated this 22 day of June , 2O2t Zo- f /Lah-/ Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attomeh please call us at I-8OO-427-388O. Please refer to the above-named Altornef 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 6g Delaware , located and doing 1 business at 17988 Edison Avenue.MO 6i00s ("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: The Contractor shall do all work and furnish all tools, materials, and equipment for: 2O2L Storm Sewer CIPP Lining/Project Number: 2L'3O22.2in 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 2021 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 202L 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 afterthe City issues its Notice to Proceed and work shall be physically completed within forty-five (45) working days. The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $674,304.L5. 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. 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. 2 3 2021 Storm sewer CIPP Lining/Leyrer Project Nurnber: 2L-3022.2 27 lune 9, 2021 4 5 It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Contractor shall defend, indemnify, and hold the City, its officers, officials. employees, agents, volunteers and assigns harmless from any and all claims, iqjuries, 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 iqjuries 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 iqjury 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. 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, 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. Contractor is responsible for locating any underground utilities affected by the work and is deemed t0 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. 6 7 B 2O21 Storm Sewer CIPP Lining/Leyrer Project Number: 21 -3022.2 2A May 24, ?Q21 CITY OF KENT BY DANA RALPH, MAYOR DATE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY PRINT NAME TlTLE: DATE:a<04J innfrar*inn R' Afl"acfi Officer 2021 Storm Sewer CIPP Lining/Leyrer Project Number: 21 -3022.2 29 May 24,2021 07/08/2021 2021 Storm Sewer CIPP Lining/Leyrer 30 May 24, 2021 Project Number: 21-3022.2 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1.Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor’s Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2.Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3.Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1.Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2021 Storm Sewer CIPP Lining/Leyrer 31 May 24, 2021 Project Number: 21-3022.2 EXHIBIT A (Continued) 2.Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1.The Contractor’s insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2.The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3.The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Contractor’s Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2021 Storm Sewer CIPP Lining/Leyrer 32 May 24, 2021 Project Number: 21-3022.2 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. DATE (MM/DD/YYYY) 6/2312021 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: lf the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. lf SUBROGATION lS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRoDUCER Lockton Companies Three City Place Drive, Suite 900 St, Louis M0 63141-7081 (314) 432-0500 rflUNElAl(: No Erfl: IiICI IDFD/QI AEEAPNI\IG NNVFPANF NAIN { rNsilRFR a , YT. Tnqrrrance America Tnc )4554 rNsuRED lnsituformTechnologies,LLC 134j996 17988 Edison Avenue Chesterfield M0 63005 rNsilRFR n, ACF. American Tnqrrrance Comnanv ))667 rNsl|RFR c, Indemnitv Insurance Co of North America 47515 rNsuRFR n, Stan Indemnifu & Liabili8 Company ?R?IR INSIIRFR F: INSI IRFR F : --CORD'CERTIFICATE OF LIABILITY INSURANCE CANCELLATION SeeAttachments @1 7 /1/2022 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 CONTMCT 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. TYPE OF INSURANCE POLICY NUMBER LIMITS =ACH OCCI.JRRENCE q 2.000.000 q 1.000.000 MED EXP fAnv one oerson)q 10.000 PERSONAL & ADV INJIJRY s 2.000.000 GENERAL AGGREGATF s 4.000.000 PRODUCTS - COMP/OP AGG s 4.000.000 cGD300084906 BROAD FORM PD/CONTRAC: 7lr/2021 UAL 7 /t/2022 $ A A COMMERCIAL GENERAL LIABILIry cLATMS-MADE lll occuR cYlx ItFcof lT] Lo. Indenendt LIMIT APPLIES PER: OTHER: POLI Y Y s 5.000.000 BODILY INJURY (Per person)$ XXXXXXX BODILY INJURY (Per accidenl $ XXXXXXX $ XXXXXXX 7 /1/2022 $ XXXXXXX B AUTOMOBILE LIABILIry ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON-OWNED AUTOS ONLY X Y Y wIS H25548674 7 lt/2021 EACH OCCURRENCE $ 10-000-000X AGGREGATE $ l0-000.000X UMBRELLA LIAB EXCESS LIAB 7lt/2022 $ XXXXXXX D DED RETENTION $ Y Y 100009515421 I 7/112021 X PIR STATI ITtr o tH.trP E L. EACH ACCIDENT s 1.000.000 E,L. DISEASE. EA EMPLOYEE e 1.000.000 WLRC67822389 (CA/MA) WLRC67822341 (AOS) (EXCLUDING MONOPOLISTI( 7/t/2021 7 lt/202r 7/r/2022 7/1/2022 .t ntsFAsF-pnl lavl lirlT . 1.000.000 B C C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NHI lf yes, describe under DESCRIPTION OF OPEMTIONS below N N/A Y DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD l0l, Additional Remarks Schedule, may be attached if more space is required) RE: InsituformJobNo.202345: 202lStonnSewerLining;ProlectNo.21-3022.2.CityofKentisadditionalinsuredrurderGeneralLrability,AutomobileLiability,md Insured's operitions. Waivei of Subrogation applies mder General Liabiliiy, Automobile Liability, Wbrkers' Conipensatioir. and Exbess Liability if required by written contract, execuled prior to loss, and where pennissible by law. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 176s2667 City of Kent 220 4th Street South Kent WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25 (20161031 The ACORD name and logo are registered marks of ACORD All rights reserved Attachment Code : D592023 Master ID: 1347996, Certificate ID: 17652667 City of Kent 220 4lh Street South Kent WA 98032 IMPORTANT NOTICE To whom it may concern: ln our continued effort to provide timely certificate delivery, Lockton Companies is transitioning to paperless delivery of Certificates of lnsurance going forward. To ensure future renewals of this certificate, we need your email address. Please contact us via one of the methods below, referencing Certificate lD 17652667 Emai l: stl- ede live ry@ lockto n.co m Phone: (866) 728-5657 (toll-free) lf we do not receive your email address via one of the above methods prior to the client's next renewal, we will assume you no longer need the certificate. lf you received this certificate through an internet link where the current certificate is viewable, we have your email and no further action is needed, The obove inbox is for collecting emoil addresses for renewal electronic certificate delivery ONLY. You will not receive a response from this inbox. Thank you for your cooperation. Lockton Companies Lockton Companies 'Iliree CityPlace Dr, Suite 900 / St. Louis, l\4O 63141-7088 3 |4-432-0500 / lockton.com @rooffoN Attachment Code : D544456 Certificate ID : 17652667 ENDORSEMENT # This endorsement, effective 12:01 a.m.,71112021, forms a part of Policy No. CGD300084906 issued to AEGION CORPORATION By XL lnsurance America, lnc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CANC ELLATION NOTI FICATION TO OTH ERS EN DORSEM ENT ln 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 All other terms and conditions of the Policy remain unchanged @ 2010 X.L. America, lnc. All Rights Reserved. Name of Person(s) or Entity(ies)Mailing Address Number of Days Advanced Notice of Cancellation: AS PER SCHEDULE ON FILE WITH THE COMPANY. 30 txt405 0910 Named lnsured Aegion Corporation Policy Symbol ISA Policy Number WIS H2554867A Policy Period 71112021ro71112022 Effective Date of Endorsement lssued By (Name of lnsurance Company) ACE American lnsurance Company Attachment Code : D543763 Certificate ID : 17652667 NOTICE TO OTHERS ENDORSEMENT SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE policy is to be compleied only when this endorsement ls issued subsequent to the preparaiion of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. lf we cancel this Policy prior to its expiration dale by notice to you or the first Named lnsured 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 lnsured, 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 ln 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 ln the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged Authorized Representative ALL-32686 (01 /1 1 )Page 1 of 1 7 57 Certifrcate lD : 17 652667 Starr lndemnity & Liability Company Dallas, TX 1-866-51 9-2522 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Notice of Cancellation or Nonrenewal to Designated Additional lnsured Policy Number: 1000095154211 Effective Date: 71112021 at 12:01 A.M Named lnsured: Aegion Corporation This endorsement modifies insurance provided under the following: EXCESS LIABILITY POLICY FORM ADDITIONAL ENTITY RECEIVING NOTICE OF CANCELLATION OR NONRENEWAL NAME:Where Required By Written Contract ADDRESS Where Required By Written Contract CANCELLATION Number of Days Notice: 30 WHEN WE DO NOT RENEW (Nonrenewal)Number of Days Notice: 30 The following is added to the Cancellation Condition, When We Do Not Renew Condition or as amended by an applicable state cancellation/nonrenewal endorsement: lf we cancel or do not renew the Named lnsured's policy for any statutorily permitted reason, other than nonpayment of premium, we will mail written notice of such cancellation or nonrenewal to the additional person or organization designated in the Schedule above. The Number of Days Notice indicated in the Schedule above is the minimum number of days we will mail notice to the person or organization designated above before the effective date of such cancellation or nonrenewal All other terms and conditions of this Policy remain unchanged Signed for the Company as of the Effective Date above: JI*"**6d-\* , President JSteve Blakey - j ,/H'{**J € fuin*&n -ru"n"ri"n i Cinrorrg, 6"."rlr drnr"'i- Copyright @ C. V. Starr & Company and Starr lndemnity & Liability Company. All rights reserued lncludes copvrighted material of ISO Properties, lnc., used with its permission, xs 106 (04/11)Page 1 of 1 Attachment Code : D544740 Certificate ID : 17 652667 Workers' Compensation and Employers' Liability Policy EndorsementNumberNamed lnsured AEGION CORPORATION ,17988 EDISON AVENUE CHESTERFIELD MO 63005 Policy Number Symboli WLR ltumuer: W1RC67822341 (AOS) PolicyPeriod 7t1t2021TO 71112022 Effective Date of Endorsement 71112021 nsert to on lssuedBy (Name of lnsuranceCompany) lnsurance Co of N rth Am NOTICE TO OTHERS ENDORSEMENT - SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. lf 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 lnsured, 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 M, FL,lD, ME, NC, NJ, NM, TX and Wl Authorized Representative wc 99 03 69 (01/11)Page 1 of 1 Attachment Code:D544786 Certificate ID : 17652667 A. Section ll - Who ls An lnsured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. lf 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. COMM ERCIAL GENERAL LIABILITY cG 20 101219 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed;or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. POLICY NUMBER: CGD300084906 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 lnsured Person(s) Or Oroanization(s)Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED IN 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. VARIOUS AS REQUIRED PER WRITTEN CONTRACT lnformation reouired to comolete this Schedule. if not shown above. will be shown in the cG 20 10 1219 @ lnsurance Services Office, lnc., 2018 Page 1 of 2 Attachment Code:D544786 Certificate lD : 17652667 C. With respect to the insurance afforded to these additional insureds, the following is added to Section lll- Limits Of lnsurance: lf coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 @ lnsurance Services Office, lnc., 2018 cG 20 10 1219 Attachment Code : D544786 Certificate ID : 17652667 POLICY NUMBER: CGD300084906 A. Section ll - Who ls An lnsured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazatd". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. lf 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. COMMERCIAL GENERAL LIABILITY cG 20 37 12 19 B. With respect to the insurance afforded to these additional insureds, the following is added to Section lll - Limits Of lnsurance: lf coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. 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/COM PLETED OPERATI ONS L IAB I LITY COVERAG E PART SCHEDULE Name Of Additional Insured Person(s) Or Oroanization(s)Location And Descriotion Of Comoleted Ooerations ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED IN A ,VRITTEN CONTRACT OR WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR.PROPERry DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT ORWRITTEN qGREEMENT, INCLUDING INDEMNIFICATION AGREEMENTS. VARIOUS AS REQUIRED PER THE WRITTEN CONTRACT lnformation reouired to complete this Schedule. if not shown above. will be shown in the cG 20 37 12 19 @ lnsurance Services Office, lnc., 2018 Page 1 of 1 Attachment Code : D544796 Certificate ID : 77652667 ENDORSEMENT # This endorsement, effective 12:01 a.m.,71112021, forms a part of Policy No. CGD300084906 issued to AEGION CORPORATION By XL lnsurance America, lnc THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY PRIMARY INSURANGE CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATI ONS COVERAGE PART It is agreed that to the extent that insurance is afforded to any Additional lnsured under this policy, this insurance shall apply as primary and not contributing with any insurance carried by such Additional lnsured, as required by written contract. All other terms and conditions of this policy remain unchanged xtL 424 0605 @, 2005, XL America, lnc. Attachment Code : D544797 Certif,rcate ID : 17652667 AUTOMATIC ADDITIONAL INSURED ENDORSEMENT lnsert the policy number. The remainder ls to 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 ll - LIABILITY COVERAGE, WHO lS 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 lnsured 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" or2. 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 lnsurance provided forthe Additional insured shall not be greaterthan those required by contract and, ln no event, shall the policy Limits of lnsurance 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 lnsured, 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 lnsured (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. 2 Named insured Aegion Corporation Policy Symbol ISA Policy Number wts H2554867A lPolicy Period ltntzozt ro7t1t2o22 Effective Date of Endorsement 71112021 lssued By (Name of lnsurance Company) ACE American lnsurance Company Endorsement Number 57 Named lnsured Aegion Corporation Policy Period 71112021ro71112022 Effective Date of Endorsement 7t1t2021 Policy Symbol ISA Policy Number WIS H2554867A issued By (Name of lnsurance Company) ACE American lnsurance Company Attachment Code : D544797 Certificate ID : 17652667 NON.CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS lnsert the policy number. The remainder of the lnformation is to be completed only when this endorsement is issued subsequent to THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM Schedule Organization 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. Additional lnsured Endorsement (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 lnsured" in the title) For organizations that are listed in the Schedule above that are also an Additional lnsured under an endorsement attached to this policy, the following is added to the Other lnsurance Condition under General Conditions: lf other insurance is available to an insured we cover under any of the endorsements listed or described above (the "Additional lnsured") 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 lnsured. DA-21886b (06/14)Page 1 of 1 Attachment Code : D544792 Certificate ID : 17652667 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS lnsert the to 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-131'15a (06i14)Page 1 of 1 2 Named lnsured Aegion Corporation Policy Symbol ISA Policy Number WIS H25548674 lPolicy Period ltnnozro7t1t2o22 Effective Date of Endorsement 71112021 lssued By (Name of lnsurance Company) ACE American lnsurance Company 755 Certificate ID : 17 652667 Starr lndemnity & Liability Company EXCESS LIABILITY xs 233 (0221) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Waiver of Subrogation Endorsement Policy Number: 10000951 54211 Effective Date: 71112021 at 12:01 A'M' Named lnsured: Aegion Corporation This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the declarations page. Please read the endorsement and respective policy(ies)carefully EXCESS LIABILITY POLICY It is hereby agreed that SECTION lV. CONDITIONS, K. Transfer of Rights of Recovery Against Others to Us is amended to include the following: SCHEDULE Name Of Person(s) Or Organization(s): Where required by written contract. lnformation required to complete this Schedule, if not shown above, will be shown in the Declarations. We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Policy. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. All other terms and conditions of this Policy remain unchanged Copyright @ Statr lndemnity & Liability Company. All rights reserved. lncludes copyrighted material of lnsurance Seruices Office, lnc., with its permission. xs 233 (0221)Page 1 of 1 Attachment Code : D544819 Certificate ID : 17652667 POLICY N U MBER:CGD300084906 COMM ERCIAL GENERAL LIABI LITY cG 24 0412'19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGATNST OTHERS TO US (WATVER OF SUBROGATION) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COM P LETED OPERATI ONS LIAB I LITY COVERAG E PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Where required by written contract or agreement executed prior to loss (except where not permitted by law) lnformation 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 lV - Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. cG 24 04 12',19 @ lnsurance Services Office, lnc., 2018 Page 1 of 1 Attachment Code : D544826 CertificateID :17652667 Workers'Gom and E Liab Pol 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 ORGANTZAT]ON AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROV]DED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the sfafes 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 Gonstruction Contract Act(KS.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. AuftorizedAqent AEGION CORPORATION 17988 EDISON AVENUE CHESTERFIELD MO 63005 Number. WLRC67822341 U Number WLR Policy Period 71112021TO 7t1t2022 Effective Date of Endorsement trrzozt lssued By (Name of lnsurance Company) INDEMNITY INS. CO. OF NORTH AMERICA tnsen tne polrcy numDer. tne remarnoer or me rnrormaton rs to De compreleo only wnen Inr enoorsemenr rs rssueo suosequenr ro rne preparauon oT rne poilcy. vv\,UUuJ lJ(llluc,,uu uopyngnr 1v65-zu1 / r\auonar I on Uompensator' lnsurance, lnc. Al l-{rgnts 2021 Storm Sewer CIPP Lining/Leyrer May 24, 2021 Project Number: 21-3022.2 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1-1 1-02 Bid Procedures and Conditions .......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-7 1-06 Control of Material .......................................................... 1-11 1-07 Legal Relations and Responsibilities to the Public ................. 1-14 1-08 Prosecution and Progress ................................................. 1-20 1-09 Measurement and Payment .............................................. 1-24 1-10 Temporary Traffic Control ................................................ 1-25 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS .............. 7-1 7-04 Storm Sewers ................................................................ 7-1 7-17 Sanitary Sewers ............................................................. 7-1 7-23 Cured in Place Pipe Lining ................................................ 7-6 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration ....................................................... 8-8 DIVISION 9 MATERIALS ............................................................ 9-1 9-05 Drainage Structures and Culverts ...................................... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-4 TRAFFIC CONTROL PLANS .............................................................. A-1 PREVAILING WAGE RATES .............................................................. A-2 2021 CIPP Lining/Leyrer 1 - 1 May 24, 2021 Project Number: 21-3022.2 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2021 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“WSDOT Standard Specifications”). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 – GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a “Section,” for example, “in accordance with Section 1-01,” the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, “CONTRACT” DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and 2021 CIPP Lining/Leyrer 1 - 2 May 24, 2021 Project Number: 21-3022.2 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder’s completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the “National Electrical Code.” Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, “DEFINITIONS” IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms “incidental to the project,” “incidental to the involved bid item(s),” etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City’s review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 2021 CIPP Lining/Leyrer 1 - 3 May 24, 2021 Project Number: 21-3022.2 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the “lowest responsive and responsible bidder”). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City 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 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. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder’s sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier’s check, or a proposal bond (Surety bond). Any proposal bond shall be on the City’s bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 2021 CIPP Lining/Leyrer 1 - 4 May 24, 2021 Project Number: 21-3022.2 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the “Invitation to Bid.” Bids must be received at the City Clerk’s office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 2021 CIPP Lining/Leyrer 1 - 5 May 24, 2021 Project Number: 21-3022.2 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 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 2021 CIPP Lining/Leyrer 1 - 6 May 24, 2021 Project Number: 21-3022.2 perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, “KENT SPECIAL PROVISIONS, KENT STANDARD PLANS” FOLLOWING THE WORDS, “CONTRACT PROVISIONS” IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities 2021 CIPP Lining/Leyrer 1 - 7 May 24, 2021 Project Number: 21-3022.2 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 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 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. 1-05 CONTROL OF WORK SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of Defective and Unauthorized Work 2021 CIPP Lining/Leyrer 1 - 8 May 24, 2021 Project Number: 21-3022.2 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: 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 2021 CIPP Lining/Leyrer 1 - 9 May 24, 2021 Project Number: 21-3022.2 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: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties’ contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer’s effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2021 WSDOT STANDARD SPECIFICATIONS): 2021 CIPP Lining/Leyrer 1 - 10 May 24, 2021 Project Number: 21-3022.2 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: The Contractor shall coordinate with City’s contractor for the 2021 Asphalt Overlays project. 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 City of Kent owned hydrants. The exact hydrants to be used will be determined by the City at the pre-construction meeting. 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. 2021 CIPP Lining/Leyrer 1 - 11 May 24, 2021 Project Number: 21-3022.2 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 MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor’s name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 2021 CIPP Lining/Leyrer 1 - 12 May 24, 2021 Project Number: 21-3022.2 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer’s review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer’s review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer’s full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 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. 2021 CIPP Lining/Leyrer 1 - 13 May 24, 2021 Project Number: 21-3022.2 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor’s letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. “APPROVED AS SUBMITTED” – Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. “APPROVED AS NOTED” – Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. “AMEND AND RESUBMIT” – Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 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. 2021 CIPP Lining/Leyrer 1 - 14 May 24, 2021 Project Number: 21-3022.2 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.4(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. 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 2021 CIPP Lining/Leyrer 1 - 15 May 24, 2021 Project Number: 21-3022.2 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(3) COVID-19 Job Site Requirements Before commencing any work on the Project site, the Contractor shall develop and post at each job site a comprehensive COVID-19 exposure control, mitigation, and recovery plan that complies with the Phase 1 Construction Restart COVID-19 Job Site Requirements issued by the Governor, or subsequent modifications or phase amendments as the Governor may issue. Contractor must further meet and maintain all requirements of the plan, including providing materials, schedules, and equipment required to comply with those job site requirements or any future adjustments that may be made to job site requirements by the Governor or any applicable federal or state agency during the COVID- 19 emergency. A copy of the COVID-19 job site safety plan, along with the identification and contact information for the COVID-19 Supervisor, shall be provided to the Engineer. 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. 2021 CIPP Lining/Leyrer 1 - 16 May 24, 2021 Project Number: 21-3022.2 The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1. Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Plan The Contractor shall submit an “Apprentice Utilization Plan” within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The 2021 CIPP Lining/Leyrer 1 - 17 May 24, 2021 Project Number: 21-3022.2 intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a “Monthly Apprentice Reporting Form” on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor’s request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01.030(E). Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1. Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s). 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 2021 CIPP Lining/Leyrer 1 - 18 May 24, 2021 Project Number: 21-3022.2 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 1-07.13 Contractor’s Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan The lump sum payment item for the “SPCC Plan” is for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. 2021 CIPP Lining/Leyrer 1 - 19 May 24, 2021 Project Number: 21-3022.2 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. CenturyLink Gabrielle Skorupa 206-305-4395 Comcast Aaron Cantrel 206-510-4222 (cell) Aaron_Cantrel@comcast.com 2021 CIPP Lining/Leyrer 1 - 20 May 24, 2021 Project Number: 21-3022.2 Puget Sound Energy Gas & Power Patty Miller 206-305-7950 (cell) patty.miller@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED 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. 2021 CIPP Lining/Leyrer 1 - 21 May 24, 2021 Project Number: 21-3022.2 After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in 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 2021 CIPP Lining/Leyrer 1 - 22 May 24, 2021 Project Number: 21-3022.2 one-hour lunch break in each working day. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City’s noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 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. 2021 CIPP Lining/Leyrer 1 - 23 May 24, 2021 Project Number: 21-3022.2 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: 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. 2021 CIPP Lining/Leyrer 1 - 24 May 24, 2021 Project Number: 21-3022.2 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: 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. 2021 CIPP Lining/Leyrer 1 - 25 May 24, 2021 Project Number: 21-3022.2 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. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor’s right to seek an appeal of the City’s decision. The City’s decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor’s right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: 2021 CIPP Lining/Leyrer 1 - 26 May 24, 2021 Project Number: 21-3022.2 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for “Temporary Traffic Control Devices,” the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item “Temporary Traffic Control Devices” includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for “Traffic Control Labor” per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for “Traffic Control Labor” shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor’s TCM, and verified by the City Inspector’s records, and the Contractor’s 2021 CIPP Lining/Leyrer 1 - 27 May 24, 2021 Project Number: 21-3022.2 Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for “Traffic Control Supervisor” per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for “Traffic Control Labor.” The lump sum contract price for “Temporary Traffic Control Devices” shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payments for the lump sum item “Temporary Traffic Control Devices” will be made on a prorated basis in accordance with the total job progress. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 1 May 24, 2021 Project Number: 21-3022.2 DIVISION 7 – DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-04 STORM SEWERS 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm sewer pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to ensure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. All CIPP lined storm sewer pipes shall be air pressure tested for leakage in accordance with Section 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air Permeable Materials. 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 bypass system through the project for the duration of the sewer lining work. 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 newly lined sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the newly lined piping has been cleaned 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. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 2 May 24, 2021 Project Number: 21-3022.2 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 sewer mains. The rate of flushing shall be such that the flow will not overload the downstream pipes. The flushing of a sewer main tributary to a pump 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. For non-Kent water, the Contractor shall follow the requirements of the private water purveyor. 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 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. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 3 May 24, 2021 Project Number: 21-3022.2 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. 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 PIPE (FEET) LENGTH OF 8 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 0 0 40 80 118 158 198 238 278 316 50 70 110 150 190 228 268 308 348 356 100 140 180 220 260 300 338 374 372 368 150 212 250 290 330 370 390 386 382 378 200 282 322 360 400 404 398 394 390 386 250 352 392 428 418 410 404 400 396 392 300 422 440 430 422 416 410 404 400 396 350 454 442 434 426 420 414 410 404 402 400 454 444 436 428 422 418 412 408 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 10 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 0 0 40 80 118 158 198 238 278 316 50 110 150 190 228 268 308 348 384 380 100 220 260 300 338 378 418 420 414 406 150 330 370 410 448 466 454 444 434 428 200 440 480 514 496 482 470 460 450 444 250 550 542 522 506 494 482 472 464 456 300 566 544 528 514 502 492 482 474 466 350 566 548 534 520 508 494 490 482 474 400 566 550 538 526 514 504 496 488 482 Time in seconds required for decompression from 3.5 psig to 3.0 psig. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 4 May 24, 2021 Project Number: 21-3022.2 LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 12 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 0 0 40 80 118 158 198 238 278 316 50 158 198 238 278 316 356 396 416 408 100 316 356 396 436 476 492 476 464 454 150 476 514 554 566 544 526 510 496 486 200 634 642 612 584 566 550 534 522 510 250 680 650 624 602 582 566 552 540 528 300 680 654 632 612 596 580 566 554 544 350 680 658 638 620 604 590 578 566 556 400 680 660 642 626 612 600 588 576 566 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 15 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 0 0 40 80 118 158 198 238 278 316 50 248 288 326 376 406 446 486 476 462 100 496 534 574 614 624 596 572 552 530 150 742 782 742 704 672 646 624 604 586 200 850 804 766 732 704 680 658 640 624 250 850 812 780 752 726 704 684 666 652 300 850 818 790 766 742 722 704 688 672 350 850 822 798 776 756 736 720 704 690 400 850 826 804 784 766 748 732 718 704 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 18 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 0 0 40 80 118 158 198 238 278 316 50 356 396 436 476 314 554 566 544 526 100 712 752 792 794 748 710 680 654 632 150 1020 952 896 850 810 778 748 722 700 200 1020 968 922 884 850 820 794 770 748 250 1020 978 940 906 876 850 826 804 784 300 1020 984 952 922 896 872 850 830 810 350 1020 990 960 916 912 890 868 850 832 400 1020 992 968 944 922 902 884 866 850 Time in seconds required for decompression from 3.5 psig to 3.0 psig. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 5 May 24, 2021 Project Number: 21-3022.2 LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 24 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 0 0 40 80 118 158 198 238 278 316 50 634 674 712 752 792 794 748 710 680 100 1268 1246 1156 1082 1020 968 922 884 850 150 1360 1282 1214 1156 1106 1060 1020 984 952 200 1360 1300 1246 1200 1156 1118 1082 1050 1020 250 1360 1312 1268 1228 1190 1156 1124 1096 1068 300 1360 1320 1282 1246 1214 1184 1156 1130 1106 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 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. 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 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 a USB 3.0 Flash Drive and a written pipe inspection report. The Contractor shall verify and certify that the 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 a USB 3.0 Flash Drive and a written pipe inspection report. CCTV inspections and reports shall be per NASSCO reporting standards. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 6 May 24, 2021 Project Number: 21-3022.2 DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-23 CURED IN PLACE PIPE LINING 7-23.1 Description This 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 Plastics ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D792 Standard Test Methods for Density and Specific Gravity (Relative Density) 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 Piping Systems 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. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 7 May 24, 2021 Project Number: 21-3022.2 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. 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 CIPP 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 2021 Storm Sewer CIPP Lining/Leyrer 7 - 8 May 24, 2021 Project Number: 21-3022.2 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 or catch basins, 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 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. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 9 May 24, 2021 Project Number: 21-3022.2 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 or catch basins, and shall be free from visual defects such as foreign inclusions, dry spots, lift spots, pinholes, delaminating, and tears. 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 2021 Storm Sewer CIPP Lining/Leyrer 7 - 10 May 24, 2021 Project Number: 21-3022.2 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. 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 CIPP Installation 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(10)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 2021 Storm Sewer CIPP Lining/Leyrer 7 - 11 May 24, 2021 Project Number: 21-3022.2 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 or waters of the state. 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 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 ¼” and not more than 1-½” into each manhole or catch basin. 7-23.3(10)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 or catch basins. The seals shall be watertight. Seals shall be installed within 2 feet of the manhole or catch basin entrance or exit points to be lined. See Section 9- 05.30(1)B. 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 Section 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 2021 Storm Sewer CIPP Lining/Leyrer 7 - 12 May 24, 2021 Project Number: 21-3022.2 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 or catch basin to catch basin CIPP liner installations. 3. Liner Installation: Liner installation shall conform to the following requirements: a. Inversion Method i. The product shall be inserted through an existing manhole, catch basin, 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, catch basin, 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 County Industrial Waste discharge regulations, is acceptable for discharge into City and Metro sewers and waters of the state, 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 2021 Storm Sewer CIPP Lining/Leyrer 7 - 13 May 24, 2021 Project Number: 21-3022.2 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. e. The Contractor shall use ADA compliant hose covers where hoses and cables are laid out within a pedestrian access route, and hose covers suitable for vehicular traffic where hoses and cables are laid out within the roadway. 5. Cool Down 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. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 14 May 24, 2021 Project Number: 21-3022.2 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 D638, D790, 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. 7-23.3(12) Reinstatement of Laterals and Post-Installation 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. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 15 May 24, 2021 Project Number: 21-3022.2 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 or catch basins to provide visual on the hydrophilic end seals. Each CCTV inspection shall include a close 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. 2021 Storm Sewer CIPP Lining/Leyrer 7 - 16 May 24, 2021 Project Number: 21-3022.2 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 or catch basin 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 7-23.3(15) 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 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. The completed CIPP liner shall be 2021 Storm Sewer CIPP Lining/Leyrer 7 - 17 May 24, 2021 Project Number: 21-3022.2 measured from the upstream pipe end at the manhole or catch basin protrusion to the downstream pipe end at the manhole or catch basin protrusion. “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, 12, 15, and 18 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 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. 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. 2021 Storm Sewer CIPP Lining/Leyrer 8 - 1 May 24, 2021 Project Number: 21-3022.2 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city’s municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed .................................... 9-14.3 Fertilizer ............................... 9-14.4 Mulch and Amendments .......... 9-14.5 Tackifier ............................... 9-14.5(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING 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. 2021 Storm Sewer CIPP Lining/Leyrer 8 - 2 May 24, 2021 Project Number: 21-3022.2 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 2021 Storm Sewer CIPP Lining/Leyrer 8 - 3 May 24, 2021 Project Number: 21-3022.2 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. 2021 Storm Sewer CIPP Lining/Leyrer 8 - 4 May 24, 2021 Project Number: 21-3022.2 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. 2021 Storm Sewer CIPP Lining/Leyrer 8 - 5 May 24, 2021 Project Number: 21-3022.2 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 lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80 lbs/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 2021 Storm Sewer CIPP Lining/Leyrer 8 - 6 May 24, 2021 Project Number: 21-3022.2 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 BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets 2021 Storm Sewer CIPP Lining/Leyrer 8 - 7 May 24, 2021 Project Number: 21-3022.2 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 Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. 2021 Storm Sewer CIPP Lining/Leyrer 8 - 8 May 24, 2021 Project Number: 21-3022.2 SECTION 8-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.4 Measurement “Surface Restoration” shall be measured by Force Account. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment Payment for “Surface Restoration” shall be by Force Account 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 ROADSIDE RESTORATION SECTION 8-02.1 IS 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. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 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. 2021 Storm Sewer CIPP Lining/Leyrer 8 - 9 May 24, 2021 Project Number: 21-3022.2 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. 2021 Storm Sewer CIPP Lining/Leyrer 8 - 10 May 24, 2021 Project Number: 21-3022.2 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(11) 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(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment 2021 Storm Sewer CIPP Lining/Leyrer 8 - 11 May 24, 2021 Project Number: 21-3022.2 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 BY ADDING THE FOLLOWING: 8-02.5 Payment All costs for roadside restoration work shall be included in the Force Account Bid Item for “Surface Restoration” (see Section 8-01.5). 2021 Storm Sewer CIPP Lining/Leyrer 9 - 1 May 24, 2021 Project Number: 21-3022.2 DIVISION 9 – MATERIALS 9-05 DRAINAGE STRUCTURES AND CULVERTS DIVISION 9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-05.30 Cured-In-Place Pipe 9-05.30(1)A Cured-In-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 III, 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 (Short Term) See Section below based on 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 III at 90% compaction Groundwater Depth At ground surface Soil Depth As specified 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 or catch basin to catch basin. 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 2021 Storm Sewer CIPP Lining/Leyrer 9 - 2 May 24, 2021 Project Number: 21-3022.2 CIPP initial structural properties indicated in ASTM F1216, the 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 III, 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. 2021 Storm Sewer CIPP Lining/Leyrer 9 - 3 May 24, 2021 Project Number: 21-3022.2 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. h. 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 III, 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 D638) 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. 2021 Storm Sewer CIPP Lining/Leyrer 9 - 4 May 24, 2021 Project Number: 21-3022.2 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 CIPP 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 9-14.2 Topsoil SECTION 9-14.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2(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 2021 Storm Sewer CIPP Lining/Leyrer 9 - 5 May 24, 2021 Project Number: 21-3022.2 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 Size * Percent 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 9-14.5(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. 2021 Storm Sewer CIPP Lining/Leyrer 9 - 6 May 24, 2021 Project Number: 21-3022.2 SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.2(4) 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 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 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 Proportion Seed Mix “B” Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewings Fescue 95% 90% 0.5% 40% Perennial Ryegrass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual Ryegrass 95% 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 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). 2021 Storm Sewer CIPP Lining/Leyrer 9 - 7 May 24, 2021 Project Number: 21-3022.2 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: 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. 9-14.5 Mulch and Amendments SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(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 9-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.5(10) 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. 2021 Storm Sewer CIPP Lining/Leyrer 9 - 8 May 24, 2021 Project Number: 21-3022.2 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 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. 2021 Storm Sewer CIPP Lining/Leyrer A - 1 May 24, 2021 Project Number: 21-3022.2 TRAFFIC CONTROL PLANS RIGHT LANE CLOSED AHEAD W20-5R ROAD WORK AHEAD W20-1 W4-2L ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. ROAD WORK AHEAD W20-1 RIGHT LANE CLOSED AHEAD W20-5RW4-2L CONE TAPER = L CONE TAPER = L TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 5/11/21 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net CIPP.1 2021 Storm CIPP JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALERT KING COUNTY METRO CONSTRUCTION 5 BUSINESS DAYS IN ADVANCE OF ROAD WORK: 206-477-1140 5. PROTECTIVE VEHICLE OPTIONAL-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: PEDESTRIAN ESCORT: Stop work, secure passable ADA compliant pedestrian access on existing sidewalk (4’ min.). Clear zone must be free of overhead hazards when pedestrians are moving through work area. MANDATORY ESCORT 28” REFL. CONESPEED LIMIT 40 POSTED SPEED LIMIT RESIDENCE 10020 SE 208th St Kent, WA 98031 101 AVE SESE 208 ST MANDATORY DURING NON-WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH. SIDEWALKS AND CROSSWALKS SHALL BE MAINTAINED-ESCORT PRESENT ROAD WORK AHEAD W20-1 ESCORT 102 PL SEROAD WORK AHEAD W20-1 ESCORT LEGEND WORK AREA 28” REFL. CONE SIGN LOCATION EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD DURING HOURS OF DARKNESS, FLAGGER STATIONS SHALL BE ILLUMINATED WITHOUT CAUSING GLARE TO THE TRAVELING PUBLIC USING PORTABLE LIGHT TOWER OR APPROVED ALTERNATIVE. WAC 296-155-305 SECTION 9(C) W ORK HOURS: 9 AM - 3 PM TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 5/11/21 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net CIPP.2 2021 Storm CIPP JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 RIGHT LANE CLOSED AHEAD W20-5R ROAD WORK AHEAD W20-1 W4-2L 28” REFL. CONE 100 AVE SESPEED LIMIT 40 POSTED SPEED LIMIT ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. CONE TAPER = L METRO STOP UNAFFECTED RESIDENCE 10020 SE 208th St Kent, WA 98031 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALERT KING COUNTY METRO CONSTRUCTION 5 BUSINESS DAYS IN ADVANCE OF ROAD WORK: 206-477-1140 5. PROTECTIVE VEHICLE OPTIONAL-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES:101 AVE SESE 208 ST DRIVEWAY(MAINTAINED)ROAD WORK AHEAD W20-1 RIGHT LANE CLOSED AHEAD W20-5RW4-2LCONE TAPER = L MANDATORY DURING NON-WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH. SIDEWALKS AND CROSSWALKS SHALL BE MAINTAINED-ESCORT PRESENT ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ESCORT ESCORT PEDESTRIAN ESCORT: Stop work, secure passable ADA compliant pedestrian access on existing sidewalk (4’ min.). Clear zone must be free of overhead hazards when pedestrians are moving through work area. MANDATORY ESCORT KEEP LEFT R4-7 18” x 24” LEGEND WORK AREA 28” REFL. CONE SIGN LOCATION EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD DURING HOURS OF DARKNESS, FLAGGER STATIONS SHALL BE ILLUMINATED WITHOUT CAUSING GLARE TO THE TRAVELING PUBLIC USING PORTABLE LIGHT TOWER OR APPROVED ALTERNATIVE. WAC 296-155-305 SECTION 9(C) W ORK HOURS: 9 AM - 3 PM TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 5/11/21 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net CIPP.3 2021 Storm CIPP JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 LEGEND WORK AREA 28” REFL. CONE SIGN LOCATION FLAGGING STATION PEDESTRIAN ESCORT: Stop work, secure passable ADA compliant pedestrian access on existing sidewalk (4’ min.). Clear zone must be free of overhead hazards when pedestrians are moving through work area. MANDATORY ESCORT MANDATORY DURING NON-WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH. SIDEWALKS AND CROSSWALKS SHALL BE MAINTAINED-ESCORT PRESENT 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. PROTECTIVE VEHICLE OPTIONAL-MAY BE A WORK TRUCK. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: ROAD WORK AHEAD W20-1 28” REFL. CONE SPEED LIMIT 35 POSTED SPEED LIMIT ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. Kent United Methodist Church 11010 SE 248th St Kent, WA 98030 110 AVE SESE 248 ST ROAD WORK AHEAD W20-1 ESCORT STOP STOP . . # , STOP W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 ONE LANE ROAD AHEAD W20-4W20-7a DRIVEWAY(MAINTAINED)DRIVEWAY(MAINTAINED)STOP 110 CT SEROAD WORK AHEAD W20-1 SHALL MAINTAIN 11’ MIN. LANE WIDTH DURING HOURS OF DARKNESS, FLAGGER STATIONS SHALL BE ILLUMINATED WITHOUT CAUSING GLARE TO THE TRAVELING PUBLIC USING PORTABLE LIGHT TOWER OR APPROVED ALTERNATIVE. WAC 296-155-305 SECTION 9(C) Puget Sound FS #74 24611 116th Ave SE Kent, WA 98030 In vicinity of work area. Shall have priority access. UNAFFECTED BY CLOSURE SHOULDER SIDEWALK NOT PRESENT ON THIS SIDE OF STREET W ORK HOURS: 9 AM - 3 PM vv vvBUMPBUMP vv vvBUMPBUMPvvvvBUMPBUMP TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. PROTECTIVE VEHICLE OPTIONAL-MAY BE A WORK TRUCK. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: SUPERVISOR PHONE NUMBER (office) 5/11/21 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net CIPP.4 2021 Storm CIPP JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 PEDESTRIAN ESCORT: Stop work, secure passable ADA compliant pedestrian access on existing sidewalk (4’ min.). Clear zone must be free of overhead hazards when pedestrians are moving through work area. MANDATORY ESCORT MANDATORY DURING NON-WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH. SIDEWALKS AND CROSSWALKS SHALL BE MAINTAINED-ESCORT PRESENT 28” REFL. CONE SPEED LIMIT 25 POSTED SPEED LIMIT 42 AVE SESCORT STOP . . # , ONE LANE ROAD AHEAD W20-4 W20-7a LEGEND WORK AREA 28” REFL. CONE SIGN LOCATION FLAGGING STATION STOP SHALL MAINTAIN 11’ MIN. LANE WIDTH DURING HOURS OF DARKNESS, FLAGGER STATIONS SHALL BE ILLUMINATED WITHOUT CAUSING GLARE TO THE TRAVELING PUBLIC USING PORTABLE LIGHT TOWER OR APPROVED ALTERNATIVE. WAC 296-155-305 SECTION 9(C)SIDEWALK NOT PRESENTON THIS SIDE OF STREETS 252 PL ROAD WORK AHEAD W20-1 S 253 ST ROAD WORK AHEAD W20-1 ONE LANE ROAD AHEAD W20-4 W20-7a ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. W20-7a WORK AREA LOCATED BETWEEN S 253rd ST & S 252nd ST. WORK ZONE SHALL MOVE NORTH AS PHASES ARE COMPLETED USING SAME SIGNS & SPACING STOP THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 5/11/21 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net CIPP.5 2021 Storm CIPP JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 MANDATORY DURING NON-WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH. 28” REFL. CONE SPEED LIMIT 35 POSTED SPEED LIMIT . . # , LEGEND WORK AREA 28” REFL. CONE SIGN LOCATION FLAGGING STATION STOP SHALL MAINTAIN 11’ MIN. LANE WIDTH DURING HOURS OF DARKNESS, FLAGGER STATIONS SHALL BE ILLUMINATED WITHOUT CAUSING GLARE TO THE TRAVELING PUBLIC USING PORTABLE LIGHT TOWER OR APPROVED ALTERNATIVE. WAC 296-155-305 SECTION 9(C)SIDEWALK NOT PRESENTON THIS SIDE OF STREETSE 276 ST W20-7a ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. W20-7a DEAD END 132 AVE SESIDEWALKSHOULDERSTOP STOP STOP ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 BE PREPARED TO STOP W20-7b ROAD WORK AHEAD W20-1 BE PREPARED TO STOP W20-7b BE PREPARED TO STOP W20-7b ROAD WORK AHEAD W20-1 SIDEWALK ENDS 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALERT KING COUNTY METRO CONSTRUCTION 5 BUSINESS DAYS IN ADVANCE OF ROAD WORK: 206-477-1140 5. PROTECTIVE VEHICLE OPTIONAL-MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL W ORK HOURS: 9 AM - 3 PM (W hen the re a re i m pa cts to 1 3 2 nd Ave SE) LEGEND FLAGGING STATION TEMPORARY SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE SEQUENTIAL ARROW SIGN TRAFFIC DIRECTION SIGN SPACING = X ROAD TYPE SIGN SPACING (X) URBAN 25 / 30 MPH 200 FT* *SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND DRIVEWAYS WORK AREA GENERAL NOTES: 1 ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES 3 SIDEWALKS SHALL REMAIN OPEN AND PASSABLE TO PEDESTRIANS AT ALL TIMES UNLESS SIDEWALK CLOSURE TRAFFIC CONTROL PLAN IS IMPLEMENTED OR TEMPORARY WALKWAY CONSTRUCTED 4 "NO PARKING - TOW AWAY ZONE" SIGNS SHALL BE IN PLACE ON TYPE 2 BARRICADES, THREE (3) CALENDAR DAYS IN ADVANCE OF START OF WORK 5 PROTECTIVE VEHICLE RECOMMENDED - MAY BE A WORK VEHICLE 6 DEVICES SHALL NOT ENCROACH INTO ADJACENT LANE OR PATH 7 ALL SIGNS SHALL BE 48"X48", BLACK LEGENDS WITH ORANGE BACKGROUND, UNLESS OTHERWISE SPECIFIED 8 CHANNELIZING DEVICES SHALL BE TRAFFIC CONES 28" IN HEIGHT OR TRAFFIC DRUMS WITH WEIGHTED BASE 9 NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS. SEE THE PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS 10 SEE PROJECT SPECIFICATIONS FOR WORK HOUR RESTRICTIONS 11 CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK 12 CONTRACTOR SHALL ALERT THE SCHOOL DISTRICTS IN THE AREA SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK: * KENT SCHOOL DISTRICT AT (253) 373-7442 * FEDERAL WAY SCHOOL DISTRICT AT (253) 945-5960 13 CONTRACTOR SHALL ALERT METRO TRANSIT SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK AT construction.coord@kingcounty.gov OR BY PHONE AT 206-447-1140, ON PROJECT LIMITS SERVICED BY TRANSIT PCMS NOTES: 1 INSTALL PCMS SEVEN (7) CALENDAR DAYS PRIOR TO START OF WORK 2 NOTIFY CITY OF KENT PROJECT INSPECTOR THREE (3) CALENDAR DAYS IN ADVANCE OF INSTALLING PCMS *CHANNELIZING DEVICES ARE NOT REQUIRED DURING PAVING OPERATIONS ADDITIONAL REQUIRED SIGNS: THE FOLLOWING WARNING SIGNS MUST ALSO BE ADDED TO WARN OF ACTUAL ROADWAY CONDITIONS *W21-801 "ABRUPT LANE EDGE" *W8-2001 "GROOVED PAVEMENT" *W8-1 "BUMP" ACCORDING TO RCW 47.36.200, ROAD PROJECTS WHERE GROOVED PAVEMENT, ABRUPT LANE EDGES, STEEL PLATES, AND/OR GRAVEL OR EARTH ROADWAY SURFACE ARE PRESENT, W21-1701 SIGN SHALL BE INSTALLED WARNING MOTORISTS FROM ALL DIRECTION OF TRAFFIC. City of Kent Public Works Department Engineering Division G:\Operations\Traffic Control Plans\TRAFFIC CONTROL PLANS - CITY OF KENT.dwg, TCP (R1), 12/1/2017 6:30:59 AM, ANSI full bleed B (17.00 x 11.00 Inches), 1:1 WORK AREA *CHANNELIZING DEVICES ARE NOT REQUIRED DURING PAVING OPERATIONS SIGN SPACING = X ROAD TYPE SIGN SPACING (X) URBAN 25 / 30 MPH 200 FT* *SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND DRIVEWAYS FLAGGING STATION TEMPORARY SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE SEQUENTIAL ARROW SIGN TRAFFIC DIRECTION ACCORDING TO RCW 47.36.200, ROAD PROJECTS WHERE GROOVED PAVEMENT, ABRUPT LANE EDGES, STEEL PLATES, AND/OR GRAVEL OR EARTH ROADWAY SURFACE ARE PRESENT, W21-1701 SIGN SHALL BE INSTALLED WARNING MOTORISTS FROM ALL DIRECTION OF TRAFFIC. PCMS NOTES: 1 INSTALL PCMS SEVEN (7) CALENDAR DAYS PRIOR TO START OF WORK 2 NOTIFY CITY OF KENT PROJECT INSPECTOR THREE (3) CALENDAR DAYS IN ADVANCE OF INSTALLING PCMS ADDITIONAL REQUIRED SIGNS: THE FOLLOWING WARNING SIGNS MUST ALSO BE ADDED TO WARN OF ACTUAL ROADWAY CONDITIONS *W21-801 "ABRUPT LANE EDGE" *W8-2001 "GROOVED PAVEMENT" *W8-1 "BUMP" LEGEND GENERAL NOTES: 1 ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES 3 SIDEWALKS SHALL REMAIN OPEN AND PASSABLE TO PEDESTRIANS AT ALL TIMES UNLESS SIDEWALK CLOSURE TRAFFIC CONTROL PLAN IS IMPLEMENTED OR TEMPORARY WALKWAY CONSTRUCTED 4 "NO PARKING - TOW AWAY ZONE" SIGNS SHALL BE IN PLACE ON TYPE 2 BARRICADES, THREE (3) CALENDAR DAYS IN ADVANCE OF START OF WORK 5 PROTECTIVE VEHICLE RECOMMENDED - MAY BE A WORK VEHICLE 6 DEVICES SHALL NOT ENCROACH INTO ADJACENT LANE OR PATH 7 ALL SIGNS SHALL BE 48"X48", BLACK LEGENDS WITH ORANGE BACKGROUND, UNLESS OTHERWISE SPECIFIED 8 CHANNELIZING DEVICES SHALL BE TRAFFIC CONES 28" IN HEIGHT OR TRAFFIC DRUMS WITH WEIGHTED BASE 9 NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS. SEE THE PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS 10 SEE PROJECT SPECIFICATIONS FOR WORK HOUR RESTRICTIONS 11 CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK 12 CONTRACTOR SHALL ALERT THE SCHOOL DISTRICTS IN THE AREA SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK: * KENT SCHOOL DISTRICT AT (253) 373-7442 * FEDERAL WAY SCHOOL DISTRICT AT (253) 945-5960 13 CONTRACTOR SHALL ALERT METRO TRANSIT SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK AT construction.coord@kingcounty.gov OR BY PHONE AT 206-447-1140, ON PROJECT LIMITS SERVICED BY TRANSIT City of Kent Public Works Department Engineering Division G:\Operations\Traffic Control Plans\TRAFFIC CONTROL PLANS - CITY OF KENT.dwg, TCP (R2), 12/1/2017 6:31:05 AM, ANSI full bleed B (17.00 x 11.00 Inches), 1:1 WORK AREA SIGN SPACING = X ROAD TYPE SIGN SPACING (X) URBAN 25 / 30 MPH 200 FT* *SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND DRIVEWAYS FLAGGING STATION TEMPORARY SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE SEQUENTIAL ARROW SIGN TRAFFIC DIRECTION ACCORDING TO RCW 47.36.200, ROAD PROJECTS WHERE GROOVED PAVEMENT, ABRUPT LANE EDGES, STEEL PLATES, AND/OR GRAVEL OR EARTH ROADWAY SURFACE ARE PRESENT, W21-1701 SIGN SHALL BE INSTALLED WARNING MOTORISTS FROM ALL DIRECTION OF TRAFFIC. PCMS NOTES: 1 INSTALL PCMS SEVEN (7) CALENDAR DAYS PRIOR TO START OF WORK 2 NOTIFY CITY OF KENT PROJECT INSPECTOR THREE (3) CALENDAR DAYS IN ADVANCE OF INSTALLING PCMS ADDITIONAL REQUIRED SIGNS: THE FOLLOWING WARNING SIGNS MUST ALSO BE ADDED TO WARN OF ACTUAL ROADWAY CONDITIONS *W21-801 "ABRUPT LANE EDGE" *W8-2001 "GROOVED PAVEMENT" *W8-1 "BUMP" LEGEND GENERAL NOTES: 1 ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES 3 SIDEWALKS SHALL REMAIN OPEN AND PASSABLE TO PEDESTRIANS AT ALL TIMES UNLESS SIDEWALK CLOSURE TRAFFIC CONTROL PLAN IS IMPLEMENTED OR TEMPORARY WALKWAY CONSTRUCTED 4 "NO PARKING - TOW AWAY ZONE" SIGNS SHALL BE IN PLACE ON TYPE 2 BARRICADES, THREE (3) CALENDAR DAYS IN ADVANCE OF START OF WORK 5 PROTECTIVE VEHICLE RECOMMENDED - MAY BE A WORK VEHICLE 6 DEVICES SHALL NOT ENCROACH INTO ADJACENT LANE OR PATH 7 ALL SIGNS SHALL BE 48"X48", BLACK LEGENDS WITH ORANGE BACKGROUND, UNLESS OTHERWISE SPECIFIED 8 CHANNELIZING DEVICES SHALL BE TRAFFIC CONES 28" IN HEIGHT OR TRAFFIC DRUMS WITH WEIGHTED BASE 9 NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS. SEE THE PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS 10 SEE PROJECT SPECIFICATIONS FOR WORK HOUR RESTRICTIONS 11 CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK 12 CONTRACTOR SHALL ALERT THE SCHOOL DISTRICTS IN THE AREA SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK: * KENT SCHOOL DISTRICT AT (253) 373-7442 * FEDERAL WAY SCHOOL DISTRICT AT (253) 945-5960 13 CONTRACTOR SHALL ALERT METRO TRANSIT SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK AT construction.coord@kingcounty.gov OR BY PHONE AT 206-447-1140, ON PROJECT LIMITS SERVICED BY TRANSIT City of Kent Public Works Department Engineering Division G:\Operations\Traffic Control Plans\TRAFFIC CONTROL PLANS - CITY OF KENT.dwg, TCP (R3), 12/1/2017 6:31:10 AM, ANSI full bleed B (17.00 x 11.00 Inches), 1:1 SIDEWALK BARRICADE TEMPORARY WALKWAY FLAGGING STATION TEMPORARY SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE SEQUENTIAL ARROW SIGN TRAFFIC DIRECTION ACCORDING TO RCW 47.36.200, ROAD PROJECTS WHERE GROOVED PAVEMENT, ABRUPT LANE EDGES, STEEL PLATES, AND/OR GRAVEL OR EARTH ROADWAY SURFACE ARE PRESENT, W21-1701 SIGN SHALL BE INSTALLED WARNING MOTORISTS FROM ALL DIRECTION OF TRAFFIC. PCMS NOTES: 1 INSTALL PCMS SEVEN (7) CALENDAR DAYS PRIOR TO START OF WORK 2 NOTIFY CITY OF KENT PROJECT INSPECTOR THREE (3) CALENDAR DAYS IN ADVANCE OF INSTALLING PCMS ADDITIONAL REQUIRED SIGNS: THE FOLLOWING WARNING SIGNS MUST ALSO BE ADDED TO WARN OF ACTUAL ROADWAY CONDITIONS *W21-801 "ABRUPT LANE EDGE" *W8-2001 "GROOVED PAVEMENT" *W8-1 "BUMP" LEGEND GENERAL NOTES: 1 ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES 3 SIDEWALKS SHALL REMAIN OPEN AND PASSABLE TO PEDESTRIANS AT ALL TIMES UNLESS SIDEWALK CLOSURE TRAFFIC CONTROL PLAN IS IMPLEMENTED OR TEMPORARY WALKWAY CONSTRUCTED 4 "NO PARKING - TOW AWAY ZONE" SIGNS SHALL BE IN PLACE ON TYPE 2 BARRICADES, THREE (3) CALENDAR DAYS IN ADVANCE OF START OF WORK 5 PROTECTIVE VEHICLE RECOMMENDED - MAY BE A WORK VEHICLE 6 DEVICES SHALL NOT ENCROACH INTO ADJACENT LANE OR PATH 7 ALL SIGNS SHALL BE 48"X48", BLACK LEGENDS WITH ORANGE BACKGROUND, UNLESS OTHERWISE SPECIFIED 8 CHANNELIZING DEVICES SHALL BE TRAFFIC CONES 28" IN HEIGHT OR TRAFFIC DRUMS WITH WEIGHTED BASE 9 NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS. SEE THE PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS 10 SEE PROJECT SPECIFICATIONS FOR WORK HOUR RESTRICTIONS 11 CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK 12 CONTRACTOR SHALL ALERT THE SCHOOL DISTRICTS IN THE AREA SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK: * KENT SCHOOL DISTRICT AT (253) 373-7442 * FEDERAL WAY SCHOOL DISTRICT AT (253) 945-5960 13 CONTRACTOR SHALL ALERT METRO TRANSIT SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK AT construction.coord@kingcounty.gov OR BY PHONE AT 206-447-1140, ON PROJECT LIMITS SERVICED BY TRANSIT City of Kent Public Works Department Engineering Division G:\Operations\Traffic Control Plans\TRAFFIC CONTROL PLANS - CITY OF KENT.dwg, TCP (SW1), 12/1/2017 6:31:15 AM, ANSI full bleed B (17.00 x 11.00 Inches), 1:1 SIDEWALK BARRICADE SIDEWALK CLOSEDAHEADCROSS HERESIDEWALK CLOSED AHEAD CROSS HERE SIDEWALK CLOSEDUSE OTHER SIDESIDEWALK CLOSEDUSE OTHER SIDEFLAGGING STATION TEMPORARY SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE SEQUENTIAL ARROW SIGN TRAFFIC DIRECTION ACCORDING TO RCW 47.36.200, ROAD PROJECTS WHERE GROOVED PAVEMENT, ABRUPT LANE EDGES, STEEL PLATES, AND/OR GRAVEL OR EARTH ROADWAY SURFACE ARE PRESENT, W21-1701 SIGN SHALL BE INSTALLED WARNING MOTORISTS FROM ALL DIRECTION OF TRAFFIC. PCMS NOTES: 1 INSTALL PCMS SEVEN (7) CALENDAR DAYS PRIOR TO START OF WORK 2 NOTIFY CITY OF KENT PROJECT INSPECTOR THREE (3) CALENDAR DAYS IN ADVANCE OF INSTALLING PCMS ADDITIONAL REQUIRED SIGNS: THE FOLLOWING WARNING SIGNS MUST ALSO BE ADDED TO WARN OF ACTUAL ROADWAY CONDITIONS *W21-801 "ABRUPT LANE EDGE" *W8-2001 "GROOVED PAVEMENT" *W8-1 "BUMP" LEGEND GENERAL NOTES: 1 ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES 3 SIDEWALKS SHALL REMAIN OPEN AND PASSABLE TO PEDESTRIANS AT ALL TIMES UNLESS SIDEWALK CLOSURE TRAFFIC CONTROL PLAN IS IMPLEMENTED OR TEMPORARY WALKWAY CONSTRUCTED 4 "NO PARKING - TOW AWAY ZONE" SIGNS SHALL BE IN PLACE ON TYPE 2 BARRICADES, THREE (3) CALENDAR DAYS IN ADVANCE OF START OF WORK 5 PROTECTIVE VEHICLE RECOMMENDED - MAY BE A WORK VEHICLE 6 DEVICES SHALL NOT ENCROACH INTO ADJACENT LANE OR PATH 7 ALL SIGNS SHALL BE 48"X48", BLACK LEGENDS WITH ORANGE BACKGROUND, UNLESS OTHERWISE SPECIFIED 8 CHANNELIZING DEVICES SHALL BE TRAFFIC CONES 28" IN HEIGHT OR TRAFFIC DRUMS WITH WEIGHTED BASE 9 NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS. SEE THE PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS 10 SEE PROJECT SPECIFICATIONS FOR WORK HOUR RESTRICTIONS 11 CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK 12 CONTRACTOR SHALL ALERT THE SCHOOL DISTRICTS IN THE AREA SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK: * KENT SCHOOL DISTRICT AT (253) 373-7442 * FEDERAL WAY SCHOOL DISTRICT AT (253) 945-5960 13 CONTRACTOR SHALL ALERT METRO TRANSIT SEVEN (7) CALENDAR DAYS IN ADVANCE OF START OF WORK AT construction.coord@kingcounty.gov OR BY PHONE AT 206-447-1140, ON PROJECT LIMITS SERVICED BY TRANSIT City of Kent Public Works Department Engineering Division G:\Operations\Traffic Control Plans\TRAFFIC CONTROL PLANS - CITY OF KENT.dwg, TCP (SW2), 12/1/2017 6:31:19 AM, ANSI full bleed B (17.00 x 11.00 Inches), 1:1 2021 Storm Sewer CIPP Lining/Leyrer A - 2 May 24, 2021 Project Number: 21-3022.2 PREVAILING WAGE RATES 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: 06/08/2021 County_ King King King King King King King King King King King King King King King King King Trade Asbestos Abatement Workers Boilermakers Brick Mason Brick Mason Building Service Employees Building Service Employees Building Service Employees Building Service Employees Cabinet Makers (In Shop). Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Cement Masons King Cement Masons King Cement Masons King Cement Masons King King King King King King King Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Job Classification Journey Level Journey Level Journey Level Pointer -Caulker -Cleaner Janitor Traveling Waxer/Shampooer Window Cleaner (Non -Scaffold) Window Cleaner (Scaffold) Journey Level Acoustical Worker Carpenter Carpenters on Stationary Tools Creosoted Material Floor Finisher Floor Layer Scaffold Erector Application of all Composition Mastic Application of all Epoxy Material Application of all Plastic Material Application of Sealing Compound Application of Underlayment Building General Composition or Kalman Floors Concrete Paving Curb Et Gutter Machine Curb Et Gutter, Sidewalks Curing Concrete Wage Holiday Overtime Note $52.39 $70.79 $60.57 $60.57 $26.28 $26.63 $29.98 $30.98 $22.74 $64.94 $64.94 $65.07 $65.07 $64.94 $64.94 $64.94 $64.84 5D 5N 7E 7E 5S 5S 5S 5S 7A 7A 7A 7A 7A 7A 7A 7A $64.34 7A $64.84 7A $64.34 7A 1H 1C 1N 1N 2F 2F 2F 2F 1 4C 4C 4C 4C 4C 4C 4C 4U *Risk Class View View View View View View View View View View View View View View View View View 4U View 4U View 4U View $64.84 7A 41J View $64.34 7A 41J View $64.84 7A 41J View $64.34 7A 41J View $64.84 7A 41J View $64.34 7A 41J View $64.34 7A 41J View King King King King King King King King King King King King King Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons King Cement Masons King Cement Masons King Cement Masons King Cement Masons King King King King King King King King King King King King King King King King King King King King King King King Cement Masons Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Drywall Applicator Drywall Tapers Electrical Fixture Maintenance Workers Electricians - Inside Electricians - Inside Electricians - Inside Finish Colored Concrete Floor Grinding Floor Grinding/Polisher Green Concrete Saw, self - powered Grouting of all Plates Grouting of all Tilt -up Panels Gunite Nozzleman Hand Powered Grinder Journey Level Patching Concrete Pneumatic Power Tools Power Chipping Et Brushing Sand Blasting Architectural Finish Screed Et Rodding Machine Spackling or Skim Coat Concrete Troweling Machine Operator Troweling Machine Operator on Colored Slabs Tunnel Workers Bell/Vehicle or Submersible Operator (Not Under Pressure) Dive Supervisor/Master Diver Diver On Standby Diver Tender Manifold Operator Manifold Operator Mixed Gas Remote Operated Vehicle Operator/Technician Remote Operated Vehicle Tender Assistant Engineer Assistant Mate (Deckhand) Boatmen Engineer Welder Leverman, Hydraulic Mates Oiler Journey Level Journey Level Journey Level $64.84 7A 4U View $64.84 7A 4U View $64.34 7A 4U View $64.84 7A 4U View $64.34 7A 4U View $64.34 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.34 7A 4U View $64.34 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.34 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $118.80 7A 4C View $81.98 7A 4C View $118.80 7A 4C 8V View $76.98 7A 4C View $69.91 7A 4C View $69.91 7A 4C View $74.91 7A 4C View $69.91 7A 4C View $65.19 7A 4C View $70.62 5D 3F View $70.07 5D 3F View $70.62 5D 3F View $71.97 5D 3F View $73.41 5D 3F View $70.62 5D 3F View $70.07 5D 3F View $64.94 5D 1 H View $65.31 5P 1 E View $31.99 5L 1 E View Cable Splicer $92.57 7C 4E View Cable Splicer (tunnel) $99.46 7C 4E View Certified Welder $89.44 7C 4E View King Electricians - Inside Certified Welder (tunnel) $96.02 7C 4E View King Electricians - Inside Construction Stock Person $44.78 7C 4E View King Electricians - Inside Journey Level $86.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $92.57 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1 B View King Electricians - Powerline Cable Splicer $82.39 5A 4D View Construction King Electricians - Powerline Certified Line Welder $75.64 5A 4D View Construction King Electricians - Powerline Groundperson $49.17 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $75.64 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $75.64 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $64.54 5A 4D View Construction King Electricians - Powerline Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $53.57 7E 1 E View King Elevator Constructors Mechanic $100.51 7D 4A View King Elevator Constructors Mechanic In Charge $108.53 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $18.25 5B 1 R View Products Work Only King Fence Erectors Fence Erector $44.40 7A 4V 8Y View King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View King Flaggers Journey Level $44.40 7A 4V 8Y View King Glaziers Journey Level $69.26 7L 1Y View King Heat Et Frost Insulators And Journeyman $79.43 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $89.61 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $54.01 7A 4V 8Y View King Industrial Power Vacuum Journey Level $13.69 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $13.69 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $64.94 7A 4C T View King Ironworkers Journeyman $76.78 7N 10 View King Laborers Air, Gas Or Electric Vibrating $52.39 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View King Laborers Batch Weighman $44.40 7A 4V 8Y View King Laborers Brick Pavers $52.39 7A 4V 8Y View King Laborers Brush Cutter $52.39 7A 4V 8Y View King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View King Laborers Burner $52.39 7A 4V 8Y View King Laborers Caisson Worker $54.01 7A 4V 8Y View King Laborers Carpenter Tender $52.39 7A 4V 8Y View King Laborers Cement Dumper -paving $53.35 7A 4V 8Y View King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $53.35 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $52.39 7A 4V 8Y View King Laborers Choker Setter $52.39 7A 4V 8Y View King Laborers Chuck Tender $52.39 7A 4V 8Y View King Laborers Clary Power Spreader $53.35 7A 4V 8Y View King Laborers Clean-up Laborer $52.39 7A 4V 8Y View King Laborers Concrete Dumper/Chute $53.35 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $53.35 7A 4V 8Y View Driller King Laborers Crusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.39 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving $52.39 7A 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $53.35 7A 4V 8Y View Diamond) King Laborers Dry Stack Walls $52.39 7A 4V 8Y View King Laborers Dump Person $52.39 7A 4V 8Y View King Laborers Epoxy Technician $52.39 7A 4V 8Y View King Laborers Erosion Control Worker $52.39 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $53.35 7A 4V 8Y View King Laborers Fine Graders $52.39 7A 4V 8Y View King Laborers Firewatch $44.40 7A 4V 8Y View King Laborers Form Setter $52.39 7A 4V 8Y View King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View King Laborers General Laborer $52.39 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $54.01 7A 4V 8Y View King Laborers Grinders $52.39 7A 4V 8Y View King Laborers Grout Machine Tender $52.39 7A 4V 8Y View King Laborers Groutmen (Pressure) Including $53.35 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $54.01 7A 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $53.35 7A 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $52.39 7A 4V 8Y View C) King Laborers High Scaler $54.01 7A 4V 8Y View King Laborers Jackhammer $53.35 7A 4V 8Y View King Laborers Laserbeam Operator $53.35 7A 4V 8Y View King Laborers Maintenance Person $52.39 7A 4V 8Y View King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View King Laborers Material Yard Person $52.39 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $53.35 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, $53.35 7A 4V 8Y View Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers Pavement Breaker $53.35 7A 4V 8Y View King Laborers Pilot Car $44.40 7A 4V 8Y View King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View King Laborers Pipe Reliner $53.35 7A 4V 8Y View King Laborers Pipe Wrapper $53.35 7A 4V 8Y View King Laborers Pot Tender $52.39 7A 4V 8Y View King Laborers Powderman $54.01 7A 4V 8Y View King Laborers Powderman's Helper $52.39 7A 4V 8Y View King Laborers Power Jacks $53.35 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View King Laborers Raker - Asphalt $54.01 7A 4V 8Y View King Laborers Re-timberman $54.01 7A 4V 8Y View King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View King Laborers Rip Rap Person $52.39 7A 4V 8Y View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 7A 4V 8Y View King Laborers Scaffold Erector $52.39 7A 4V 8Y View King Laborers Scale Person $52.39 7A 4V 8Y View King Laborers Sloper (Over 20") $53.35 7A 4V 8Y View King Laborers Sloper Sprayer $52.39 7A 4V 8Y View King Laborers Spreader (Concrete) $53.35 7A 4V 8Y View King Laborers Stake Hopper $52.39 7A 4V 8Y View King Laborers Stock Piler $52.39 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $44.40 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $53.35 7A 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $53.35 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $53.35 7A 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View King Laborers Topper $52.39 7A 4V 8Y View King Laborers Track Laborer $52.39 7A 4V 8Y View King Laborers Track Liner (Power) $53.35 7A 4V 8Y View King Laborers Traffic Control Laborer $47.48 7A 4V 9C View King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air $129.67 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $134.70 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $138.38 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $144.08 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $146.20 7A 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $151.30 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $153.20 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $155.20 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $157.20 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $54.11 7A 4V 8Y View Tender King Laborers Tunnel Work -Miner $54.11 7A 4V 8Y View King Laborers Vibrator $53.35 7A 4V 8Y View King Laborers Vinyl Seamer $52.39 7A 4V 8Y View King Laborers Watchman $40.36 7A 4V 8Y View King Laborers Welder $53.35 7A 4V 8Y View King Laborers Well Point Laborer $53.35 7A 4V 8Y View King Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $52.39 7A 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $53.35 7A 4V 8Y View Et Water King Landscape Construction Landscape $40.36 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $64.94 5D 1 H View King Marble Setters Journey Level $60.57 7E 1 N View King Metal Fabrication (In Shop). Journey Level $41.70 15F 11A View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.69 1 View King Modular Buildings Electrician $13.69 1 View King Modular Buildings Equipment Maintenance $13.69 1 View King Modular Buildings Plumber $13.69 1 View King Modular Buildings Production Worker $13.69 1 View King Modular Buildings Tool Maintenance $13.69 1 View King Modular Buildings Utility Person $13.69 1 View King Modular Buildings Welder $13.69 1 View King Painters Journey Level $45.40 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - $80.76 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $85.76 7A 4C View Compressed Air Worker 30.01 44.00 PSI King Pile Driver Hyperbaric Worker - $89.76 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $94.76 7A 4C View Compressed Air Worker 54.01 60.00 PSI King Pile Driver Hyperbaric Worker - $97.26 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $102.26 7A 4C View Compressed Air Worker 64.01 68.00 PSI King Pile Driver Hyperbaric Worker - $104.26 7A 4C View Compressed Air Worker 68.01 70.00 PSI King Pile Driver Hyperbaric Worker - $106.26 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $108.26 7A 4C View Compressed Air Worker 72.01 74.00 PSI King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 M 1 R View King Playground Et Park Equipment Journey Level $13.69 1 View Installers King Plumbers & Pipefitters Journey Level $92.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $69.12 7A 3K 8X View Equipment King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - $69.12 7A 3K 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $72.28 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $73.49 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $72.84 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and $75.72 7A 3K 8X View over King Power Equipment Operators Cranes: 100 tons through 199 $74.22 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $72.84 7A 3K 8X View Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $74.99 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $75.72 7A 3K 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $73.49 7A 3K 8X View Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And $69.12 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $74.99 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $72.28 7A 3K 8X View attachments, A -frame over 10 tons King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $72.84 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 Ft Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $72.28 7A 3K 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: $69.12 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $72.84 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $72.28 7A 3K 8X View With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $69.12 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $72.84 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump $73.49 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. &t Over King Power Equipment Operators Hard Tail End Dump $72.84 7A 3K 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $72.28 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $72.84 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $72.28 7A 3K 8X View 10 Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $69.12 7A 3K 8X View Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Ft $74.22 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $73.49 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $72.84 7A 3K 8X View Yards King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $74.22 7A 3K 8X View $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $73.49 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $69.12 7A 3K 8X View Distribution E. Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $72.28 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: $72.84 7A 3K 8X View 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $74.22 7A 3K 8X View Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $72.84 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under $69.12 7A 3K 8X View 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $73.49 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman $72.28 7A 3K 8X View (Certified) King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $72.28 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under $72.84 7A 3K 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $73.49 7A 3K 8X View Yards And Over King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $72.28 7A 3K 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $73.49 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $72.84 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $74.22 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $74.99 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et $73.49 7A 3K 8X View Screedman King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In $74.22 7A 3K 8X View Height Base To Boom King Power Equipment Operators Tower Crane: over 175' through $74.99 7A 3K 8X View 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $75.72 7A 3K 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $73.49 7A 3K 8X View Type King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $72.84 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $72.28 7A 3K 8X View 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farman Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $69.12 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $69.12 7A 3K 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $72.28 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $73.49 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $72.84 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and $75.72 7A 3K 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes: 100 tons through 199 $74.22 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $72.84 7A 3K 8X View Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $74.99 7A 3K 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $75.72 7A 3K 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $73.49 7A 3K 8X I View Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A -frame - 10 Tons And $69.12 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $74.99 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $72.28 7A 3K 8X View Underground Sewer Et Water attachments, A -frame over 10 I tons King Power Equipment Operators- Crusher $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $72.84 7A 3K 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $72.28 7A 3K 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $74.22 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man -lift: $69.12 7A 3K 8X View Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $72.84 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $72.28 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $69.12 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $72.84 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $73.49 7A 3K 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $72.84 7A 3K 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $72.28 7A 3K 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $72.84 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over $72.28 7A 3K 8X View Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 $69.12 7A 3K 8X View Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $74.22 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $73.49 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $72.84 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $74.22 7A 3K 8X View Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $73.49 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $69.12 7A 3K 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $72.28 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: $72.84 7A 3K 8X View Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $74.22 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $72.84 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $69.12 7A 3K 8X View Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $73.49 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $72.28 7A 3K 8X View Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $72.28 7A 3K 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $72.84 7A 3K 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $73.49 7A 3K 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $72.28 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $73.49 7A 3K 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $72.84 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $74.22 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $74.99 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $73.49 7A 3K 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $74.22 7A 3K 8X View Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175through $74.99 7A 3K 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $75.72 7A 3K 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $73.49 7A 3K 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $72.84 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $72.28 7A 3K 8X View Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $72.84 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $55.03 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $52.24 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $55.03 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $49.21 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $37.47 5A 4A View Trimmers King Refrigeration Et Air Journey Level $87.01 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $60.57 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $92.19 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $87.01 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $89.61 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters Journey Level $53.04 5C 2R View .(Fire Protection), King Residential Stone Masons Journey Level $60.57 7E 1 N View King Residential Terrazzo Workers Journey Level $55.71 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $57.30 5A 3H View King Roofers Using Irritable Bituminous $60.30 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $38.54 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $79.43 5.1 4H View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $38.54 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction $38.54 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $38.54 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $79.43 5J 4H View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $51.56 0 1 View _(Electrical) King Sign Makers Et Installers (Non- Journey Level $33.20 0 1 View Electrical). King Soft Floor Layers Journey Level $51.91 5A 3J View King Solar Controls For Windows Journey Level $13.69 1 View King Sprinkler Fitters (Fire Journey Level $85.89 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $13.69 1 View Structural), King Stone Masons Journey Level $60.57 7E 1N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $72.28 7A 3K 8X View Surveyor King Surveyors Chainman $69.12 7A 3K 8X View King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1 E View King Telephone Line Construction - Cable Splicer $37.40 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $25.04 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $31.22 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $35.34 5A 2B View Outside King Terrazzo Workers Journey Level $55.71 7E 1N View King Tile Setters Journey Level $55.71 7E 1N View King Tile, Marble Et Terrazzo Finisher $46.54 7E 1N View Finishers King Traffic Control Stripers Journey Level $49.13 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $64.55 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $63.71 5D 4Y 8L View King Truck Drivers Dump Truck $63.71 5D 4Y 8L View King Truck Drivers Dump Truck Et Trailer $64.55 5D 4Y 8L View King Truck Drivers Other Trucks $64.55 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $64.55 5D 4Y 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $13.69 1 View King Installers Well Drillers it Irrigation Pump Installers Well Driller $18.00 i View Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 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. 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. 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. 1of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. 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. 3of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one and one half (1'h) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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. 4of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. 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. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ''/2) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 5of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Y. 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. 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. 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. Z. 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. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. 11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. The first ten (10) hours worked on Saturday and all hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 6of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). 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). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). 7of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued 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. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 8of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 9of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 10 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued 7. 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. 15. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (8). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. S. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 11 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued 8. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 10l' to 150' - $3.00 per foot for each foot over 101 feet. Over 15l' to 220' - $4.00 per foot for each foot over 220 feet. Over 22 F - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 12 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued 8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) — 130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. 13 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. 14 of 14