Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
21-086 - Miles Resources, LLC - 2021 Overlay and Repair Program
Sheet 1 of 1 21-086(a) CITYCouncil Approval N/A OF lFU U����UU �� "�°"~�°"��� CONTRACT CHANGE ORDER NO. 001 DATE: 6/24/2021 BUDGET NO.: 104.88.542.300.48.00 PROJECT NO.:92110401 CONTRACT NO.: 21'086 PROJECT NAME: 2021 Overlay & Repair Project - Construction Bradley Grff1th, Vice President Miles Resources, LLC TO: 400Valley Ave NE Puyallup, WA 98372 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract; NOTE: This change order is not effeciwe until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thanuby, are subjecto all contract stipulations and covenants; B. The rights ofthe ^Owner"are not prejudiced; C. All cPaims against the "Owne' which are incidental to or as a consequence of this change are waived; and D. The Contractor & City agree that all Field Overhead and Home Office Overhead expenses have been included in this change order CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we wif provide all equipment, furnish all matmria|o, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: D By Original CoritraCt (wit out tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT DV/ W2-1Contractor u�'��� o4.,. ^ -'—--- ~��� �=����1�— |No �|"~ 7K�'^|C4�v�^ $ 1.037.358.40 $O $ 51.827.40 $ 1.089.185.80 Original ContracTime: Additional Contract Time for this Change Order: Updated Contract Time: APPROVED BYrIFIECITY OF TUKWILA Date By Allan Ekberg D -2O-21 City Engineer Mayor eSigned via Seamlessrsscs.com ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW ProjecFinance File HP cc:Finance Department (w/encumbrance) Project Management File a,11 MEM KNIMMURVOMMENIMEMERIMMUNIUMMORM nu91�19Vib1�lY4���1110b\X190'VIuNA01N1PNIYII1Y�i'IIIR1�hYH ai Change Order # 01 Change Order Checklist L77 Change Order [.� WSDOT LAG Change Order Checklist -N/A E Originating Documents (Verbal Approval, i.e. CCD, email, memo to file) • Independent Cost Estimate (ICE) -N/A U Contractor's Proposal/Cost Estimate (RFP — Request for Proposal) O Time Impact Analysis (TIA) -N/A Cil Back Up Date Sent to Contractor: 6/23/2021 Date Signed / Acknowledged by Contractor: Date Approved by Agency: Date Fully Executed Copy Sent to Contractor: NEMBEEMENBERNEMBEEMEMENEENNNNNMNNNNNNNNNNNNNnvIYIYII NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNVNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNi mNIuNNNNNNmNNNNNNo f1 i NNNNNNNNNNNNNNNNNNNNNNNNNNaoNNNNNNNNNN ENNVGdIENE EXHBIT A CITY OF TUKWILA CHANGE ORDER #1 DEDNERINEMINESONNUMUNI Change Order er Page 1 of 3 Project Number: 9E+07 Project Owner: City ofTukwila Project Name: 2021 Tukwila Overlay Change Order Number: 001 Prime Contractor: Miles Resource Subcontractor: N/A rd Ordered by the Engineer under the terms of section 1-04.4 of the Standard Specification Change proposed by Contractor Surety Consent (if required) Attorney in Fact Date Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change $1'037'358.40 $1'037'358.48 $51,827.40 $1'089'185.80 Original Contract Duration Current Contract Duration Additional Days This Order Proposed Contract Duration 50 Working Days 50 Working Days 0 Working Days 50 Working Days Approval �Approved i�� -X....?` (..r....< ` Kelly Clark signed for Matt North c�" �� ",p | ended 11 Approved Project Engineer - Matt North, KPG 6/Z4/2O2l Contractor Cr, ~— Mi s ResourceS,LLC- ara f 'Lwiff-ail Date Date A^gLAct Ne/ 2-024 L Approval Recommended 3-Gett gaud. E]Approved Lil Other Approval When Required Project Owner Scott Bates, City pfTukwila 8/9/2021 Signature Date Date Representing umr1111nnnnnnn1!r1111n Change Order 1 Page 2 of 3 You are ordered to perfor.n the following descrihed work upon receipt of an approved copy of this change order: Background: The work to widen 53rd Ave S to two 10' lanes due to Seattle City Light relocating a pole on 53rd and subsequent vault at the base. From STA 30+2].6VZ2J5[rtoSTA 33+15,38 12.78 LT, widen by 10' with new HMAWork to include pcing additional CSTCplacing of HMA with an additional 150 tons, placing additional 370 LF of thickened edge, adjust 5 additional water vaives at the foliowing approximate Iocations: STA 32+10 R, STA 32+12 R, STA 32+15 R, STA 33+50 R, STA 24+22 R, Adjust one additional manhoe at STA 31+90 15'L, place additional 4 plastic bike symbols, 12 LF of additional plastic stop hne, additional 875 LF of 4" plastic ine, additional 140 LF of 4" paint line, one additional adjustment of gas valve at STA 32+60 L and additional property restoration. Additional property restoration will be tracked and paid via force account. Reason/Justification for Change: The City has requested to widen 53rd Ave S to two 10' lanes. The work will add two bid items Roadway Excavation incl. Haul and Sawcutting. The remainder of work will add additional quantities to existing bid items. Description of Chanqe: Contract Items Added/Deducted: Increase Bid item 15 - Crushed Surfacing Top Course: Increase Bid Item 17 HMA Cl. 1/2" PG 58H-22: increase Bid Item 20 Thickened Edge: Increase Bid item 21 PIaning Bituminous Pavement: Increase Bid Item 22 - Adjust Water Valve: Increase Bid Item 42 - Adjust Manhole: Increase Bid Item 47 Plastic Bike Svmbol: Increase Bid Item 50 Piastic Stop Line: Increase Bid Item 53 - Plastic Line, 4 Inch: Add 21 TON Add 150 TON Add 370 LF Add 900 SY Add 5 EA Add 1 EA Add 4 EA Add 12 LF Add 875 LF Increase Bid Item 55 - Paint Line, 4 Inch: Add 140 LF Increase Bid Item 57 Property Restoration (Wall, Light, Add 1 FA Increase Bid Item 62 Adjust Gas Valve: Add 1 EA New Items Added: Add new item: [01~01'Roadway Excavation Incl. Haul: Add 1OD[Y Zero (0) additional working days are added to the contract time. 11111111111111111111111111111111111111111111 110110111 000000000000000100000000000000001V000000001111010011111111001101010000000000000000000000000000000000000010100010000000000000000000000000000000000000000000000000101010001010101010101010111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111010101010101011111011111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111110101010011010000000000000000000000000001000010000000000000000000000000000000000000000000000000000000m000000000000.00000 Change Order er Page 3 of 3 Measurement: Measurement for New Item #C01-01 will be per CY Measurement for New Item #C01-02 will be per LS. Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above-described tasks SUMMARY OF QUANTITIES Exis ng Bid Item Item No. Description ' Un* Qty. Unit Pr ce Ammnum* 15 Crushed Surfacing Top Course TON 21 7220 1,516.20 17 HMA Cl. I/Z" PG 58H'22 TON I50 99.50 14'925.00 20 Thickened Edge LF 370 130 481.00 21 PIaring Bituminous Pavement SY 900 4,90 4\410.00 22 Adjust Water Vaive EA 784.00 3,920,00 42 xdjustxxanhn|e EA I $ 1'010.00 1,010.00 47 Plastic Bike Symbol EA 4 $ 245.50 986.00 50 Plastic Stop Line LF 12 8.40 100.80 53 Plastic Line, 4 Inch LF 875 1.80 $ 1'575.00 55PaintUne�4|nch LF 140 � 0.56 $ 78.40 57 Property Restoration (Wall, Light, Signs, Driveways) FA —, l $10,000.00 10,000.00 62 Adjust Gas Vaive EA 650.00 650.00 Subtotal Existing Items: s39,652.40 Change Order e Item No. Description ��'' Unit Qty. Unit Price Amount [01-0I Roadway Excavation mci. Haul CY 100 $ I14Z5 11,425.00 [01'02 Sawcutting LS 750.00 750.00 Subtotal Change Order Items: $12'175.00 SUBTOTAL CHANGE ORDER AMOUNT: $51,827.40 WSST (%): TOTAL CHANGE ORDER AMOUNT: $51,827.40 wassimutmmumnoomonomumminanylawan on ow IINUEUIEUOIEM11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111101010101010101010M01010111111111111111111111111111111M11111111111111111111111111111111E1111111E111111E11111EUIIIIIIIMMEM100000000EMEMMENIMERVERSemommeam[unomminamminswommilmENELumullausumuzems TIME IMPACT ANALYSIS III IIIIIIIIIIIIIIIIIIIII0000h I IIIIIIIIIIIIIIIIII•IIIIIIIl0110110101011111111111111111111111111111111111111111111111111111111111111111111111111111111111111011011111111101101101111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 100000uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuluuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuul1uuuuuuulouuouuouuouolououuuuuuuuuuuuuuuuuuunuuumumuuuuuuuumuuuuuuuuuumuuuuuuimimuuuuu imuuimmuuuuuuuuumuuumuumioioioireioiomouuuuuuuuuuuuuuuuuuuuumouuuuuuu uuuu uu uuuuuuuuuuuuuuuuuuuuuuuuuuuumimimuououmouuuummm unnumm CPM Time Impact Analysis Contract: City of Tukwila - 2021 Tukwila Overlay Contract #: e2110401 Contractor: Miles ResourceCM Reviewer: Matt North Change Order: CO1 Date: 06/23/21 Reques or o Change: ity of Tukwila Iriitiator of Change.: City ofTuk*il Detailed Description of Change: The work to widen 53rd Ave S to two 10' lanes due to Seattle City Light relocating a pole on 53rd and subsequent vault at the base. Change: From STA 3O+23.6U2275LTtoSTA 33+15.381278LT, widen by1n'with new HMA. Work to include placing additional CSTC, placing of HMA with an addtionaI 150 tons, placing additional 370 LF of thickened edge, adjust 5 additional water valves atthe following approximate locations: STA 52+10n.STA 32+12R.STA 5o+1oR.STA 33+SOn.STA a1+zaR. Adjust one additional manhole at STA 31+90 15'L, place additional 4 plastic bike symbols, 12 LF of additional plastic stop line, additional V75LFof4^plastic line, additional 14OLFof4^paint line, one additional adjustment of gas vaive at STA 32+60 L and additional property restoration, Additional property restoration wit be tracked and paid via force account. Reference Drawings: N/A Reason for Change: The City has requested to widen 53rd Ave S to two 10' lanes. The work will add two bid items Roadway Excavation incl. Haul and Sawcutting. The remainder of work will add additional quantities to existing bid items. Attached Supporting Documentation: N/A Impacts of this Change ori Related Work: No additional days are added to the contract as a result of this work. Other Information: ADDITIONAL BACKUP d��V��VPW�uwUgU�)��uopV�oBu�u�lNP�uu���Vouuu9ouuuuuul;,14!!iiiiiio111.„,mu�u�o�Wuu1 111111111111111111111111111 0010lllll1u11,v1,;;;iiiiull IWruo 111 0,0uu111pnuuuuuuuuuuuuuuuuuuuIuiimm(1111111111111olQQW00000u0000u0000uuuu000uouuuuuuuuuvIouuuouuuuuuo1.1),.umm11111mmm.., .nfluuuum1111fillifillffifriN1111,;:!!!;;!ill111)1,".m�uVuAouuuu11d1tl!.1',IIIIVOIm��'liii,II!,'"��V11,R IlePN NI} , -Klun,rwar,A5.1,vram\ 1111111111111111111111 1 11111111111111111 VII 111110.1111)));...: 4-; P. & a Q u. vs ¥ u lllllllll 111111111111111111111111111111111111111111111111 Ik today with SCL. 0 E E • ,EMENNIEMMISENSIIN \ Ea § / \ \ c b / 2 E E \ t § m 2 t _0 / ° a \ E / 0 73 S m = ) a k C E cs - >- / 0 7 2 . 120 \ =\ ••ƒ E _0 » ® • \ k < 0 [ 2 / _ E -5 ® \ -0 f E L.1 # z ®E ° * G , k k c ) Q ■ # 7 / = E * 7 _ / $ b 7 o J 0 % \ > CID -0/ 7377 73>. u m 2 = < § < zƒ) �f3�1 V a ] -0 u & E £ § ° % } ® $ % a + / \ 3 0 2 2 'E = _ J $ % 2 4 2 [ a) \ £ > a a w n 2 x ° -5-'-' u To / 7 % 2 — c 7 •e & c \ v, \ / -c) \ © E E 7 / / ) 2 e & 4-, 7 = 4 ± \ > ) ® ~/ ® 3 ° c / 0) -C 5 E / / .c _ § E 0_ _ / \ 7 % = ; tv $ 7 \�/j\\\� 3 t_.) cu f » ± = k ction will be 4 \ / ro 0 E E 0 0 / us know if you have any questions. \ 2 4 Others can add to this INEMESUMENNEMENNEEMENMENEMMEMEMEMEIMENEMEMEMEMEMBEEMENEMENNININEMINEEMEMEMEMMEME 21-086 Council Approval 6/7/21 C-1 AGREEMENT FORM CONTRACT NO. 21-086 THIS AGREEMENT is made and entered into on this 9th day of June , 20 21 , by and between the City of Tukwila, Washington ("Owner") and Miles Resource, LLC ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled 2021 OVERLAY PROGRAM, Project No. 92110401 including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) etl via,eam, oc=co CLaf/e S,(/!wick By: Mayor 06/09/2021 Attest: This 9th day of June , 2021 eh r9 Ot'r-CaheAtTg City Clerk Approved as to Form: o 9a City Attorney Address for giving notices: 6200 Southcenter Boulevard Tukwila, WA 98188 2021 OVERLAY PROGRAM Miles Resources, (Contractor) By: Brad Title: Vice Attest: This 24t LLC day of MaY , 2021 Contractor's License No. MILESRL897RK Address for giving notices: 400 Valley Rd. NE Puyallup, WA 98372 MAY 2021 P-1 PROPOSAL (unit price) Contractor's Name Miles Resources, LLC Contractor's State License No. MILESRL897RK City of Tukwila Project No. 92110401 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled 2021 OVERLAY PROGRAM, which project includes but is not limited to Hot Mix Asphalt (HMA) overlay of up to SEVEN (7) sites, planing bituminous pavement, removing pavement and pavement repairs, installation of concrete curbs, sidewalks, driveways and ramps, installation of traffic loops and junction boxes, signal modifications, installation of RRFB at crosswalk, adjusting surface utilities to grade, installing new channelization and signage, providing all necessary traffic control labor and devices, providing temporary erosion/water pollution control and other items necessary to complete the Work as shown on the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) 0 bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within FIFTY (50) working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. 2021 OVERLAY PROGRAM MAY 2021 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ADDENDUM NO. 1 City of Tukw|e. Washington 2021 Overlay Program Project No: 92110401 DATE OFADDENDUM ISSUE: DATE OF BID OPENING:May 18, 2021 May 6, 2021 NOTE TO ALL PU A0HOU DERS: This Addendum No. 1, containing the following revisiona, additions, deletkona, and/or clarifications, is hereby made a pe�ofthe Plans and Contract Provisions (Contract Documents) for above-named project. Bidders shall take this Addendum into consideration when preparing an'submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum vvith the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. CONTRACT PROVISIONS 1. Proposal Pages: DELETE Proposal Pages P2- P4 and REPLACE with the Attached Proposal Pages P2 -P4. ALL OTHER REQUREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the apaoe,-'ided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure ioprovide this written acknowledge mna/result in disqualificationsubmittal. ' Sincerely, Scott Bates Project Manager City of Tukwila Receipt acknowledged, and conditions agreed to this 6111 day of may , 2021 Bidder ignat re Brad Griffith, Vice President 2021 Overlay Program Addendum No.1 Page 1 of 4 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal 2021 Overlay Program Project No. 92110401 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. P-2 SCHEDULE A - Overlay Program Item No. Spec Item Description Qty Unit Unit Price Amount ROADWAY 1 1-04 Unexpected Site Changes 1 FA $ 6,750.00 $ 6,750.00 2 1-05 ADA Features Surveying 1 LS $ 10,440.00 $ 10,440.00 3 1-07 Resolution of Utility Conflicts 1 FA $ 2,000.00 $ 2,000.00 4 1-07 SPCC Plan 1 LS $ 255.00 $ 255.00 5 1-09 Mobilization 1 LS $ 50,535.00 $ 50,535.00 6 1-10 Project Temporary Traffic Control 1 LS $ 73,162.00 $ 73,162.00 7 1-10 Off -Duty Uniformed Police Officer 60 HR $ 123.00 $ 7,380.00 8 2-02 Asphalt Pavement Removal 540 SY $ 20.00 $ 10,800.00 9 2-02 Cement Conc. Sidewalk Removal Incl. Haul 160 SY $ 92.00 $ 14,720.00 10 2-02 Cement Conc. Curb Removal Incl. Haul 490 LF $ 22.00 $ 10,780.00 11 2-02 Removal of Structure and Obstruction 1 LS $ 1,300.00 $ 1,300.00 12 2-02 Roadway Excavation Incl. Haul 1 LS $ 11,425.00 $ 11,425.00 13 2-03 Unsuitable Foundation Excavation Incl. Haul 33 CY $ 61.00 $ 2,013.00 14 2-03 Gravel Borrow Incl. Haul 205 TON $ 50.00 $ 10,250.00 15 4-04 Crushed Surfacing Top Course 645 TON $ 72.20 $ 46,569.00 16 5-04 Pavement Repair Excavation Incl. Haul 110 CY $ 42.00 $ 4,620.00 17 5-04 HMA Cl. 1/2" PG 58H-22 3370 TON $ 99.50 $ 335,315.00 18 5-04 HMA for Pavement Repair Cl. 1/2" PG 58H-22 205 TON $ 166.00 $ 34,030.00 19 5-04 Temporary Pavement 55 TON $ 215.00 $ 11,825.00 20 5-04 Thickened Edge 2155 LF $ 1.30 $ 2,801.50 21 5-04 Planing Bituminous Pavement 18070 SY $ 4.90 $ 88,543.00 ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal 2021 Overlay Program Project No. 92110401 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20.171. P-3 Item No. Spec Item Description Qty Unit Unit Price Amount 22 7-12 Adjust Water Valve 10 EA $ 784.00 $ 7,840.00 23 8-01 Erosion/Water Pollution Control 1 FA $ 4,250.00 $ 4,250.00 24 8-01 Inlet Protection 39 EA $ 101.00 $ 3,939.00 25 8-04 Cement Conc. Rolled Curb and Gutter 55 LF $ 30.00 $ 1,650.00 26 8-04 Cement Conc. Curb and Gutter 830 LF $ 27.00 $ 22,410.00 27 8-06 Cement Conc. Driveway Entrance 90 SY $ 84.75 $ 7,627.50 28 8-13 Adjust Monument Case and Cover 2 EA $ 504.00 $ 1,008.00 TRAFFIC SIGNALS 29 8-20 Traffic Signal Modifications (S 200th St & Southcenter Pkwy - WB Approach) 1 LS $ 28,493.00 $ 28,493.00 30 8-20 Traffic Signal Modifications (Minkler Blvd & Andover Park E) 1 LS $ 26,700.00 $ 26,700.00 31 8-20 RRFB and Luminaire System (S 150th St & 46th Ave S), Complete 1 LS $ 43,800.00 $ 43,800.00 SIDEWALK 32 8-14 Cement Conc. Sidewalk 265 SY $ 68.15 $ 18,059.75 33 8-14 Cement Conc. Curb Ramp 11 EA $ 2,035.00 $ 22,385.00 34 8-14 Cement Conc. Pedestrian Curb 85 LF $ 27.00 $ 2,295.00 35 8-26 Non -Skid Surface Treatment 60 SF $ 65.00 $ 3,900.00 STORM SEWER 36 7-04 Ductile Iron Storm Sewer Pipe, 8 In. Diam. 20 LF $ 109.50 $ 2,190.00 37 7-04 Ductile Iron Storm Sewer Pipe, 12 In. Diam 30 LF $ 168.00 $ 5,040.00 38 7-05 Adjust Catch Basin 24 EA $ 1,065.00 $ 25,560.00 39 7-05 Storm Drain Marker 24 EA $ 168.00 $ 4,032.00 40 7-05 Combination Inlet 1 EA $ 1,750.00 $ 1,750.00 41 7-05 Concrete Inlet 2 EA $ 1,670.00 $ 3,340.00 SANITARY SEWER 42 7-05 Adjust Manhole 8 EA $ 1,010.00 $ 8,080.00 Provided to Euilders Exchange of WA, Inc. For usage Conditions Agreement sec www.biwa.com - Always Verify Scale Proposal 2021 Overlay Program Project No. 92110401 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. P-4 Item No. Spec Item Description Qty Unit Unit Price Amount TRAFFIC CONTROL DEVICES 43 8-05 Speed Cushion 1 EA $ 1,960.00 $ 1,960.00 44 8-09 Raised Pavement Marker Type 1 505 EA $ 4.25 $ 2,146.25 45 8-09 Raised Pavement Marker Type 2 300 EA $ 6.16 $ 1,848.00 46 8-21 Permanent Signing 1 LS $ 5,152.00 $ 5,152.00 47 8-22 Plastic Bike Symbol 2 EA $ 246.50 $ 493.00 48 8-22 Plastic Traffic Letters 6 EA $ 95.00 $ 570.00 49 8-22 Plastic Traffic Arrow 9 EA $ 168.00 $ 1,512.00 50 8-22 Plastic Stop Line 250 LF $ 8.40 $ 2,100.00 51 8-22 Plastic Crosswalk Line 200 SF $ 8.40 $ 1,680.00 52 8-22 Plastic Line, 12 Inch 10 LF $ 8.40 $ 84.00 53 8-22 Plastic Line, 4 Inch 11390 LF $ 1.80 $ 20,502.00 54 8-22 Paint Line, 6 Inch 325 LF $ .56 $ 182.00 55 8-22 Paint Line, 4 Inch 2690 LF $ .56 $ 1,506.40 56 8-23 Temporary Pavement Markings 8100 LF $ .07 $ 567.00 ROADSIDE DEVELOPMENT 57 8-02 Property Restoration 1 FA $ 8,500.00 $ 8,500.00 58 8-02 Topsoil Type A 15 CY $ 125.00 $ 1,875.00 59 8-15 Quarry Spall 10 CY $ 133.00 $ 1,330.00 60 8-18 Mailbox Relocation 2 EA $ 1,120.00 $ 2,240.00 FRANCHISE UTILITY ITEMS 61 8-19 Adjust Franchise Utility Manhole/Vault 1 EA $ 2,464.00 $ 2,464.00 62 8-19 Adjust Gas Valve 1 EA $ 784.00 $ 784.00 TOTAL BID $ $ 1,037,358.40 ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal P-5 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard- copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: N/A Title: N/A Date: N/A 2021 OVERLAY PROGRAM MAY 2021 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-6 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. 1 05/06/2021 3 2 05/07/2021 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The below signed bidder acknowledges that bids must be complete and submitted for the entire Bid Schedule. Partial or incomplete bids will not be considered. It is understood that Owner may accept or reject all bids. The basis for determination of the low bidder shall be based solely on the `Total Bid'. The Owner reserves the right to accept any, all, or no Additive Items at time of Award, or any time thereafter. The Surety Company which will furnish the required Payment and Performance Bond is Liberty Mutual Insurance Company of 1001 4th Avenue, Suite 3700 Seattle, WA 98154 (Name) (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: Miles Resources, L Brad Griffith, Vice resid (LLC / S -Corp) Circ/e One: Individuals artnershipD Joint Venture / Corporation Phone No.: (253) 383-3585 400 Valley Ave NE Puyallup, WA 98372 State of Incorporation: N/A Date: 05/18/2021 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is 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). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. 2021 OVERLAY PROGRAM MAY 2021 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scat P-7 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). -- OR -- Bid Bond: The undersigned, Miles Resources, LLC (Principal), and Liberty Mutual Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Bid Amount dollars ($ 5% of Bid Amount ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for 2021 OVERLAY PROGRAM, Project No. 92110401, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 18th day of May Miles Resources, LLC r n • ipal S.natur-of uthori d Official Title Name Name and address of local office of agent and/or Surety Company: , 20 21 Liberty Mutual Insurance Company Surety By Attorney in Fact (Attach Power of Attorney) Aliceon A. Keltner Liberty Mutual Insurance Company 1001 4th Avenue, Suite 3700 Seattle, WA 98154 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 2021 OVERLAY PROGRAM MAY 2021 Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duty •__ v: nized under the laws of the State of Indiana (herein collectively called the' Companies), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aliceon A. Keltner, Alyssa J. Lopez, Amelia G. Burrill, Annelies M. Richie, Brandon K. Bush, Brent E. Heilesen, Carley Espiritu, Christopher Kinyon, Cynthia L. Jay, Diane M. Harding, Edward Sims, Enc A. Zimmerman, Erica E. Mosley, Heather L. Allen, Holli Albers, Jacob T. Haddock, James B. Binder Jamie L. Marques, Katharine J. Snider, Kyle Joseph Howat, Terrie Conard Certificate No: 8205061-023049 all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attomeyan-fact to make, execute, seal, aclmowledge and deliver, for and on its behalf as surety and es its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or ofidal of the Companies and the corporate seals of the Compare have been affixed thereto this 19th day of March , 2021 . State of PENNSYLVANIA County of MONTGOMERY ss On this 19th day of March , 2021 before me personalty appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and W American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Liberty Mutual Insurance Company The Ohlo Casualty Insurance Company West American Insurance Company 7/9 By:�'/ David M. Carey, Assistant Secretary Commonwealth of Pennsylvania . Notary Seal Teresa Pastella, Notary Public Montgomery County My commission expires March 28. 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: 7p244() Ltz areae Pselale Public erase Pastella, Notary Public This Pcwer of Attorney Is made and executed pursuant to and by authority of the foilowtng By-laws and Authorizations of The Ohio Casualty Insurance Com,=ny, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -In -fad, as may be necessary to ad in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognlzances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Carporatton by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as If signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE )011— Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, end subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to ad in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respedive powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -In - fad as may be necessary to act on behalf of the Company to crake, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorfzadon — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connedion with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. LJeweltyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Com. ny, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 18th day of May , 2021 . LMS -12873 LMIC OCIC WAIC Multi Co 02/21 By: r .. Renee C. Llewellyn, Assistant Secretary m$ cE we t 0 x0 N 0 co coco N N W. 2gi W u_ P-8 NON -COLLUSION DECLARATION STATE OF1NAGH|NGT]N ) ) ss. COUNTY (]FKING ) The undersigned, being first duly svvorn, on oath states that the pmrson, firnl, ossuoiation, peMnenahip, jointventuve. or corporation named in the Bid Proposal has (have) not, e�herd|mdirectly or indinaot|y, entered into any agreement, participated in any collusion, or otherwise ise takon any action in restraint of free competitive bidding in connection with the City of Tukwila project named 2021 OVERLAY PROGRAM, Project No. 92110401. Miles Ko;ouzmes.L.1,,,c Name of Firm Vice 'President Title Signed and sworn to before me on this 18d` day of May . 20 21 Signature of Notary Public in and for the State of Washington, residing at Puyallup My a \/ efilill. iNfirch 27, ?023 SEAL To report bid riggliffididefi\\/ities call: NOTICE TO ALL BIDDERS 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid ' ri8ging, bidder oo||umion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 2021 OVERLAY PROGRAM MAY 2021 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-9 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Miles Resources, LLC Address of Bidder: 400 Valley Ave NE Puyallup WA 98372 City State Zip Code Contractor's License No. MILESRL897RK WA State UBI No. 602-870-349 License Bond Registration No. 023026607 Dept. of L&I Worker's Comp. Acct. No. 183,696-00 (LLC / S -Corp) Bidder is a(n): ❑ Individual CI Partnership ❑ Joint Venture ❑ Incorporated in the state of If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES ❑ NO N/A List business names used by Bidder during the past 10 years if different than above: 2009, (90+ Years Formerly Woodworth and Co., Inc.) Bank Reference Wells Fargo Bank Bank No. of regular full-time employees: 250 Year Erik Hynes Account Officer (253) 593-5974 Officer's Phone Number of projects in the past 10 years completed:1,200 ahead of schedule 1,700 on schedule 0 behind schedule Total value of contracts in hand (gross): $ 116 Million Bidder has been in business continuously from 2009, (90+ Years Formerly Woodworth and Co., Inc.) Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 12 years. As a subcontractor for 12 years. Describe the general character of work performed by your company: General Contractor specializing in all phases of heavy construction including earth moving, underground utilities, roadway grading and asphalt paving. List major equipment anticipated for this project; state whether Contractor -owned, or if it will be rented or leased from others. See Attached - All Owned 2021 OVERLAY PROGRAM MAY 2021 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-10 List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder Brett Schultz Joe Harrison Ryan Palmer Ludvig Yefimov Project Manager 5 Years General Superintendent 9 Years Superintendent 5 Years Foreman 12 Years Name the Surveyor to be used on this Project who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? © Yes ❑ No Surveyor's Name: Mr. Kowatsch - O'Bunco Engineering List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous experience working with these firms, if any. Subcontractor Scope of Work No of Previous Contracts Worked with Bidder See attached List all those projects of similar nature and size completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years' experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner/Reference Name and Phone See Attached 2021 OVERLAY PROGRAM MAY 2021 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Forrn P-11 List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project Summerwood Park Holdings, Inc. Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims 8,017,097.36 Arbitrated 3,964,214.00 Has Bidder, or any representative or partner thereof, ever failed to complete a contract? ® No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? ❑ No I] Yes If yes, give details: Poor Subcontractor Performance Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any offense that has resulted in your firm being barred from bidding or performing work for any State, Local or Federal agency? 0 No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any illegal restraints of trade, including collusive bidding? 0 No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? 0 No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? 0 No 0 Yes If yes, give details: 2021 OVERLAY PROGRAM MAY 2021 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-12 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? 0 No 0 Yes If yes, give details: Does the Bidder owe any deiinquent taxes to the Washington State Department of Revenue? ElNnOYes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? 0 N O\es Has any adverse legal judgment been rendered against Bidder in the past 5 years? No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? No 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim Attach additionalsheets as needed. The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undensi""'d authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Brad Griffith Title: Vice President 0 /18/2021 --- 2021 OVERLAY PROGRAM MAY 2021 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-13 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT See Attached - All Owned Labor to be used: ) CLC - A V 1-ez,r)+1 -11112- 611(1 CL, In ,R)u-24e--K ) CCvn ti C1/1 Miles Resources, LLC Sign f Bidde of uthoriz d Official Vice President Title 2021 OVERLAY PROGRAM MAY 2021 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-14 PROPOSED SUBCONTRACTORS Name of Bidder Miles Resources, LLC In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder 73.36 Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Highmark Ground Up Road Construction Specialized Pavement Marking Transportation Systems Middling Construction 25-27, 32-34 6.41 % 16, 21 44, 45, 48-56 29-31 22, 29, 38, 39, 42, 61, 62 2.51 % 2.45 8.81 % 4.52 2021 OVERLAY PROGRAM MAY 2021 provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ADDENDUM NO. 2 City of Tukwila, Washington 2021 Overlay Program Project No: 92110401 DATE OF ADDENDUM ISSUE: May 7, 2021 DATE OF BID OPENING: May 18, 2021 NOTE TO ALL PLANHOLDERS: This Addendum No. 2, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. CONTRACT PROVISIONS 1. Division 10: Bid Item 12: REVISE BID ITEM NO. 12 — ROADWAY EXCAVATION INCL. HAUL TO READ THE FOLLOWING: Bid Item No. 12—Roadway Excavation Incl. Haul (2-03) No separate measurement for payment will be made for compaction. All costs associated with compaction shall be included with the other various unit Bid prices in the Proposal. No separate measurement for payment will be made for disposal of surplus materials. All costs associated with this work shall be included with the other various Bid items in the Proposal. No specific unit of measurement shall apply to the lump sum bid item "Roadway Excavation Incl. haul". The quantity is estimated to be 140 cubic yards as measured in place prior to excavation. No shrinkage or swell factors have been included and no deduction for pavement removal is included. Should the Owner direct the Contractor to perform additional excavation beyond that shown on the Contract Plans, the additional roadway excavation will be measured and paid for at a unit cost determined by dividing the lump sum bid amount by the applicable volume specified above. Should the Contractor disagree with the estimated quantities shown for "Roadway Excavation Incl. Haul" it shall be the Contractor's responsibility to perform a survey of the existing grade and of the bottom of subgrade after excavation and present this information to the Owner. Should it be determined that the quantities are in error, the lump sum Bid amount will be adjusted by a unit price calculated as described above. All costs required to survey the site and develop the terrain models shall be borne by the Contractor. Payment for "Roadway Excavation Incl. Haul" shall be per lump sum. The lump sum Bid price for "Roadway Excavation Incl. Haul", shall be full compensation for the cost of all labor, tools, equipment, and materials necessary or incidental for excavating; hauling; stockpiling; constructing and compacting embanlunents with native material; placing, grading, and 2021 Overlay Program Addendum No.2 Page 1 of 2 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale compacting native material at other locations as specified on the Plans; and disposing of excavated materials and/or excess/surplus native materials. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. Sincerely, Scott Bates Project Manager City of Tukwila Receipt acknowledged, and conditions agreed to this 7th day of May , 2021 Bidder Signature ,•rad Griffith, Vice President 2021 Overlay Program Addendum No.2 Page 2 of 2 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 411111\ V71 Washingtonpartmof Transportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: By. Miles Resources, LLC e f Contractor/Bidder - Print full legal entity name of firm Signature aut .riz-. person Title: Vice President Brad Griffith Print Name of person making certifications for firm Place: Puyallup, WA Title of person signing certificate Print city and state where signed Date: 05/18/2021 Form 272-009 08/2017 Subcontractor for 2021 Overlay Program Subcontractor Scope of Work No. of Previous Contracts Worked with Bidder Highmark Concrete Concrete 100 Ground Up Road Construction Grinding 100 Specialized Pavement Marking Striping 20 Transportation System Electrical 20 Middling Construction Adjust Hardware 40 INTERNATIONAL 'Bunco gineering Offering Civil/Environmental Engineering, Surveying & Construction Management Service EDUCATION BCIT Burnaby British Columbia, Canada CERTIFICATIONS / TRAINING Professional Land Surveyor, State of Washington PROFESSIONAL EXPERIENCE: Mr. Kowatsch is the survey department manager for O'Bunco Engineering International Inc. He is a licensed surveyor in Washington State with over 35 years' experience with private and public clients. Itu He currently managers up to three surveys with support from two other professional land surveyors. He is experienced in private development consists of taking plans from conception to the final plat, for subdivisions ranging from a couple of lots to Master Planned subdivisions of 600 lots. These tasks include working with public agencies in the planning stage to addressing the agency comments for filing of the plat. Mr. Kowatsch supervised a large Wind Farm project in Oregon, the original survey consisted of approximately 30,000 Acres before being reduced to approximately 20,000 Acres. For public sector roads, he is the surveyor of record for both Locust Grove and Sonova Roads in Benton County, WA which involved the topographic survey and right of way map, preparation of the new right of way deeds, along with the construction staking of alignment. He has supervised a 26 -mile power transmission line expansion project for Grant County PUD which consisted of finding boundary control and catenary survey control on crossings along with setting up the base map and writing all the legal descriptions for the new alignment for the consultant Engineer. Additionally, Mr. Kowatsch is proficient with the following equipment and programs; Carlson Survey 2010, AutoCAD LDD, Topcon Hyper GPS, Trimble R8, Trimble S6, Trimble 5600, Ranger Data Collector, Trimble Data Collector, Word & Excel. SELECT PROJECT EXPERIENCE 2018: City of Carnation, Professional Land Surveyor Services for Plat Reviews, HW Lochner for City of Carnation, WA. As a Professional Land Surveyor, Mr. Kowatsch is performing review of short plats, subdivisions, records of surveys, and easements submitted by land developers and/or owners to the the City of Carnation. Mr. Kowatsh performs research of surveys, easements, and verifies the information prepared by the Owner's or Land Developer's surveyor. Additionally, he checks the submitted plats for compliance with City of Carnation codes and requirements 2018: Post Street Bridge: High Definition Scanning, and Topographic Survey, City of Spokane, Spokane County As Project Manager, Mr. Kowatsch managed the high definition scanning and modeling of this 100 -year- old concrete arch bridge. Three-dimensional (3D) modelling of the structural components are being completed to assist the structural engineers for a future design the maintains the existing arches and bents but replaces the deck. Also, a topographic survey of the Post Street approaches on both ends that include the location of all above and underground utilities, road geometry, parking areas, guardrail, and curb & gutter 2018: WSDOT Tri -City Paving, ADA Replacement on SR 240, 1-182, Richland/Kennewick WA., Benton County As Survey Manager, Mr. Kowatsch established the location of the control network and field supervised the 3D scanning of the project for repaving of the project and replacement of the stripping in the original location. The project sites include portions of 1-182, SR 240, and George Washington Way ramps 2018: College Place New Well and Water Line Surveying Services, College Place, Walla Walla County As Survey Manager, Mr. Kowatsch supervised topographic mapping, boundary surveys, rights of ways, easements, and underground utility locating for 4500 If of 12" water main and new well. The water main extension alignment is along 5 College Place Ave, Peppers Bridge Road, and McMinn Road, SR 125 intersection and the 1 acre well site. 2018: 5R526 Aerial Mapping Survey and Base map, HW Lochner for WSDOT, Everett, WA. As Survey Manager, Mr. Kowatsch is establishing survey control and aerial mapping to support documentation of existing channelization, and its location relative to the roadway on the SR526 highway from 1-5 to the Boeing plant. To collect these data at the required accuracy, aerial imagery is acquired with a nominal ground sample distance (resolution) of 3cm (0.1) using a Microsoft UltraCam Falcon aerial imaging sensor. For the overview orthoimage, additional higher altitude imagery is acquired at a nominal resolution of 0.45 -foot. 2018: North Levee Road Overlay Design Surveys, HW Lochner for City of Puyallup. As Survey Manager, Mr. Kowatsch is establishing survey control to support a Terrestrial LiDAR Scanning of the 5,500' alignment for North Levee Road. Post Processed Kinematic processing was used to determine horizontal positions for the Global Positioning System survey for not less than 26 locations along the alignment. The survey corridor will length extends from intersection and ramps on SR 167 then westerly to approximately 1 mile. Survey corridor width will be sidewalk to edge of pavement to survey all hard surfaces. A highly accurate three-dimensional model will be processed from the scans and reviewed for QA/QC purposes. A traditional AutoCAD Civil 3D file will be produced depicting the surface of the roadway in the form of cross sections and a surface digital terrain model. 2018: SPU North Transfer Station Carr Park Grade Design, Lydig Construciton for Seattle Public Utilities, Seattle,WA As a Professional Land Surveyor, Mr. Kowatsch is providing surveying for ADA design of Carr Park's sidewalks, basketball court, and other park amenities. The park has extreme grades and currenity doesn't conform to ADA requirements. Mr. Staehr had designed grades that are no greater than 2% throughout the sidewalks and paving areas to conform to ADA requirements. 2018: Valley Mall Boulevard, Hubregse Louman Associates for City of Union Gap, Union Gap, WA As a Professional Land Surveyor, Mr. Kowatsch is providing for topographic surveying of Valley Mall Blvd in Union Gap, WA. This project is for a resurfacing (grind and overlay) of Valley Mall Boulevard from South 3rd Avenue to 4th Street including. Topographic surveying is required to determine geometrics of the road profile and traffic controls. Asphalt coring is required to determine depth and configuration of roadbed. Traffic Control will be provided for topographic surveying and asphalt coring. SII AUTHORIZATION TO ACT ON BEHALF OF MILES RESOURCES, LLC A WASHINGTON LIMITED LIABILITY COMPANY WHEREAS, Miles Resources, LLC (the "Company") is a Washington limited liability company organized for purposes of (among other things) managing and operating business assets used in connection with the Company's construction, paving and related activities; WHEREAS, all authority to operate the business and affairs of the Company is vested in one or more mangers, and the managers of the company are Walt Miles, Lisa Kittilsby, and Tim Kittilsby (hereinafter the "Managers"); WHEREAS, the Mangers of the company intend to delegate certain authority relating to the day- to-day operations of the company to the individuals identified below; NOW THEREFORE, be it resolved as follows: RESOLVED, that the Managers hereby delegate a portion of their authority to the "Operations Managers: of the Company named below; RESOLVED, that each of the Operations Managers, acting individually, shall have the power and authority to manage the day-to-day business of the company. Without limiting the generality of the foregoing, the Operations Managers shall have the power and authority to negotiate and enter into contracts on behalf of the Company, sign documents relating to such contracts, and to engage in any other acts related to the Company's day-to-day operations; RESOLVED, that Angela Reis is hereby removed as Operations Mangers of the company. For the purpose of execution of the Authorization, a facsimile or electronically scanned signature shall have the same force and effect as an original signature. This Agreement may be executed in one or more counterparts, all of which shall be considered one and the same Agreement. SIGNED and EFFECTIVE this MILES RESOURCES, LLC st By: Walt Miles Its: Manager and Member By: Lisa Kittilsby Its: Manager and Member By: Tim Kittilsby Its: Manager day of August, 2018 OPERATIONS MANAGERS Bre lev . i ffi h General Mary ger/0 ions Manager erat Krystal Anios Controller/Operations Manager ll111111111111 1111111 11111111100000000m,,tro1,111111111lllllloollllillllovulill111,1111,modio 11111111111111111111111111 1001110,1110111011 11111111111 00101,1„11111111111111111111 1111.0 „loll, 01,81orloull1111111100 1111111111111111111111111111111111111111 1.1.01,111.. 11111111111111111111111 1 Miles Resources, LLC - Completed & Constructi "PioJoufNurue';` ;, Mil Jobl0(o ' ProuctTy e ` � J yP Dam Co Irttti( �, , mpum� ntrawtib Ca,,,.!,i..0*n Cuntnal / PiwndNumBrrr= • o .. , ontrnctpmount:e SR167, SW of(,r dview Ave to W of 87th Ave E705-7569 17010 Road Improvement 08/71/2017 WSDOT Dori Hill 360- S 766.689.00 Alley Improvement LID 86611 / Streets Initiative: Stewart Middle School 171)21 Road Improvement P 07/10/2017 Cie of Y �� Chuck Blankenship p 253-591-50110 5 893.572.00 Lakewood Drive SW - 100th St SW to Sleilncanm Blvd. 17042 Road Improvement P 07/19/2017 Cit of Lakewood Y Eric Swastronr 253-983-7751 S 1,160,590.00 Lakeview An Sidewalk Improv menu; 17031 Road Improvement 08,02/2017 City ofLakewnod Troy Pokswimcki 253-509-2489 9 1,608.2_08.00 2018 Asphalt Overlay Program 18062 ROad Improvement 09/11/2018 Pierce County Susan Holdener 253-798-7172 S 2,283,800.00 Streets Initiative Pack9 18019 Road Improvement 09/20/2018 City of Tacoma Neal Sartain 253--200-3739 S 1,100,990.00 Canyon Road East - 192nd St E TO FrcdcricksonlndustrialPk 18046 Site/Road Improvement 4' 07/09/2019 Pierce Count Y' Susan Holdener 253-798-7172 5 2,598,723.82 2018 Countywide Pavement Preservation 18115 Road Improvement 12/18,2019 King County Paul Moore 206-423-1081 S 10,559.333.00 Bridgeport Way West 1St.WOverlay, Cirque Ur. W To 37m SL W 19015 Site/Road Improvement 06/14/2019 City of University Place Leslie Blaisdell 253-566-5656 5 992,765.09 21)19 Asphalt Overlay Project 191124 Road Improvement 11/111/2019 City of Federal Way Jel'ffluynh 253-835-2721 0 1,513.229.10 2019 Overlay - Des Moans Memorial Dr 5 19037 Site/Road Improvement 10/10/2019 City of SeaTac Pete Kong 200-973-4800 S 1,529,66994 9111 Ave SW; Silt St SW To S Meridian Utility Improvements 19068 Site'Road Improvement 10/15,2019 City of Puyallup Ted Mill 253-841-5463 S 1,248.495.96 2020 Overlay Program 20084 Road Improvement 11/30/2020 City of Tukwila Scott Bates 206-433-0179 S 299,449.09 MILES RESOURCES, LLC Equipment List "HEAVY DUTY EQUIPMENT" Blue Book Rates 1/28/2020 Updated 01/15/2020 UNIQUE ID MAKE / MODEL YEAR SERIAL ENGINE H.P. Axle CONF. OPERATING BODY CAPACITY NOTES RATE 01/01/20 RATE 01/01/19 27.400 Water Tower Trailer ZZ KPT120 2018 1K9TC40S9JT013950 1 Axle 12,000 5 2142 5 20.53 22.217 Skid Steer CAT 236B SERIES 3 2013 A9H03930 Diesel 71 2Axle 7,007 Ib 0.52 yd $ 34.75 $ 35.39 33.219 Skid Steer CAT 236 2004 4YZ07056 Diesel 71 2 Axle 7,007 Ib 0.52 yd $ 30.25 S 30.05 38.216 Bobcat 5160 2010 A3L336015 Diesel 61 2 Axle 1,600 Ib 0.52 yd $ 29.40 $ 29.23 30.1024 Wheel Loader Cal 982M 2018 MK610154 Diesel 386 2 Axle 75,66316 9 cu yd S 159.05 $ - 30.302 Wheel Loader John Deere 824J 2007 DW824JX608920 Diesel 275 2Axle 42,916 Ib 6 cu yd $ 112.32 $ 113.44 30.304 Wheel Loader Cal 980H 2008 JMSO4061 Diesel 315 2 Axle 47,700 Ib 7.5 cu yd 5 127.77 $ 127.21 30.305 Wheel Loader Cat 980G1I 2003 0AWH00973 Diesel 311 2 Axle 65.638 Ib 7.5 cu yd 5 120.55 $ 119.53 30.308 Wheel Loader Cal 980K 2012 W7K01199 Diesel 369 2Axle 53,548 Ib 7 cu yd $ 114.11 5 149.88 30.311 Wheel Loader John Deere 644J 2005 DW644JX596471 Diesel 180 2 Axle 40,082 Ib 4 yd S 68.30 $ 70.15 30.316 Wheel Loader John Deere 644K 2010 1DW644KZKA0630045 Diesel 198 2 Axle 40.955 Ib 4.25 yd $ 80.32 $ 67.90 30.317 Wheel Loader John Deere 644K 2013 1DW644KZJDE650935 Diesel 232 2 Axle 40.405 Ib 4.5 yd 5 81.63 $ 69.11 30.318 Wheel Loader John Deere 644K 2016 1 DW644KZPGF674728 Diesel 232 2 Axle 44,685 Ib 4.25 yd S 84.31 5 71.27 30.319 Wheel Loader John Deere 644K 2016 1DW644KZHGF674853 Diesel 232 2 Axle 44,605 Ib 4.25 yd $ 82.82 $ 69.80 30.320 Wheel Loader John Deere 644K 2018 17924937 Diesel 232 2 Axle 44,685 Ib 4.2 cu yd S 83.73 $ 69.80 30.321 Track Loader CAT 299D3 2019 DY900637 Diesel 98 Track 11,464 Ib 0.78 cu yd 5 41.20 $ - 30.322 Track Loader CAT 299D3 2019 DY900856 Diesel 98 Track 11.464 Ib 0.78 cu yd $ 41.20 5 - 30.323 Wheel Loader John Deere 644K 2019 KF694654 Diesel 232 2 Axle 44,68516 4.2 cu yd S 83.19 S - 22.994 2008 GENIE BOOMLIFT 085 2008 08008-6530 Diesel 78 2 Axle 22,000 Ib 500 Ib $ 67.42 5 55.63 33.918 Genie Boomlift 0.65' SBOOM4X 2004 7531 Diesel 75 2 Axle 22,000 Ib 500 Ib 5 48.33 5 55.63 40.202 Backhoe John Deere 510D 1992 T0510DB781432 Diesel 90 2 Axle 16,31518 1.3 yd 5 42.60 $ 43.85 40.206 Backhoe John Deere 410E 1997 T0410EX832401 Diesel 98 2 Axle 12,800 Ib 1.3 yd 5 39.40 $ 41.54 40.207 Backhoe John Deere 410L 2016 1T0410LXEGF295642 Diesel 113 2 Axle 18,028 Ib 1.3 yd $ 39.27 $ 42.85 40.208 Backhoe John Deere 410L 2016 1T0410LXKGF295646 Diesel 113 2 Axle 18,02816 1.3 yd $ 39.27 $ 42.85 40.209 Backhoe John Deere 410E 1997 T0410EX831988 Diesel 98 2 Axle 12,800 Ib 1.3 yd $ 39.40 0 41.54 40.210 Backhoe John Deere 410E 1997 T0410EX832724 Diesel 98 2 Axle 12,800 Ib 1.3 yd $ 39.40 $ 41.54 40.211 Backhoe John Deere 410G 2006 T0410GX961235 Diesel 96 2 Axle 12,800 Ib 1.5 yd 5 40.84 $ 44.00 40.212 Backhoe John Deere 410G 2006 T0410GX961241 Diesel 96 2 Axle 12.800 Ib 1.5 yd S 4084 S 44.00 40.215 Landscape Loader John Deere 210K 2012 1T8210KXKC0891164 Diesel 88 2 Axle 14,616 lb 1.18 yd 88" Box Blade 5 40.06 5 47.46 40.216 Landscape Loader John Deere 210L 2015 1T8210LXHFF892761 Diesel 84 2 Axle 11,326 Ib 1.12 yd 88" Box Blade 9 45.22 $ 47.46 50.550 Dozer CATD6N 2007 DJA00273 Diesel 145 Track 36,497 lb 4.16 yd 0 109.47 5 112.27 50.551 Dozer John Deere 750K LGP 2013 1T0750KXKDE239615 Diesel 165 Track 37,595 Ib 13 yd $ 115.81 $ 112.24 50.553 Dozer CAT D8N 1992 9TC05982 Diesel 285 Track 83.580 Ib 11.4 yd $ 158.11 $ 161.34 50.554 Dozer CAT D8N 1995 5TJ02658 Diesel 285 Track 83,58016 11.4 yd $ 160.99 5 164.22 50.563 Dozer John Deere 650J-XLT 2005 T0650JX101639 Diesel 99 Track 19,000 Ib 2.6 yd 5 63.95 S 68.34 50.564 Dozer John Deere 650J-XLT 2005 T0650JX101710 Diesel 99 Track 19,000 Ib 2.6 yd 5 63.95 5 68.34 50.565 Dozer John Deere 850K 2018 1T0850KXEJF329769 Diesel 168 Track 50,250 Ib 4.2 yd $ 123.75 5 - 56.502 Blade CAT 143H 2004 APN00344 Diesel 205 3 Axle 33,670 lb 14 fl Moldboard 5 86.66 $ 88.22 56.503 Blade CAT 143H 2006 APN00804 Diesel 205 3 Axle 33,670 Ib 14 fl Moldboard 5 87.49 5 8922 56.504 Blade CAT 140M 2011 D9G01124 Diesel 213 3 Axle 43,834 Ib 12 fl Moldboard 5 83.30 $ 96.43 56.506 Blade CAT 140H 1997 2ZK01930 Diesel 185 3 Axle 29,80018 14 ft Moldboard S 56.82 5 78.19 57.583 Scraper CAT 623E 1989 06C800844 Diesel 330 2 Axle 73,450 Ib 22 yd S 235.71 5 227.79 57.584 Scraper CAT 6278 1979 15S 01204 Diesel 225/225 2 Axle 76,300 Ib 15.3 yd No Data Available S - $ 57.586 Scraper CAT 627E 1989 6G500736 Diesel 225/225 2 Axle 79,655 Ib 14/20 yd 5 165.69 $ 217.57 57.587 Scraper CAT 627E 1989 6GB00724 Diesel 225/225 2 Axle 79,655 Ib 14/20 yd 5 165.69 $ 217.57 58.595 Off -Road Truck John Deere 300D 2005 BE300DT201531 Diesel 288 3 Axle 40,124 Ib 21.6 yd 5 103.11 9 105.84 58.596 Off -Road Truck John Deere 300D 2005 BE300DT201537 Diesel 288 3 Axle 40,124 Ib 21.6 yd $ 103.11 S 105.84 58.597 Off -Road Truck Volvo A30G 2016 A30GP00030132 Diesel 355 3 Axle 51,368 Ib 23.3 yd S 190.86 5 145.74 58.598 Off -Road Truck Volvo A3OG 2016 A30GJ00740212 Diesel 355 3 Axle 51,368 lb 23.3 yd $ 190.86 S 145.74 60.701 Paver IR/BK PF5510 1999 551025-45 Diesel 184 Track 34,530 Ib 13 l Hopper Wilh 10 fl Screed S 271.79 $ 288.79 60.704 Paver CAT AP1055D 2010 FAC00943 Diesel 224 Track 46,000 Ib 6.7 I Hopper With 10 ft Screed $ 298.50 5 302.79 60.705 Paver CAT AP555E 2012 0A5D00272 Diesel 142 Track 39,044 Ib 219 CFT Hopper With 8 fl Screed 5 325.17 5 255,30 60.706 Paver CAT AP1055F 2016 OTJ500428 Diesel 225 Track 45.09018 10 FT. Screed With 10 ft Screed $ 295.11 $ 284.83 60.708 Paver CAT AP1055F 2018 0TJ500857 Diesel 225 Track 45,09015 10 FT. Screed Wilh 10 ft Screed $ 296.51 $ 284.83 60.710 Paver CATAP1O55F 2015 TJ500141 Diesel 210 Track 45,130 8FT Screed Wilh 10 ft Screed $ 296.51 $ 284.83 60.711 Paver IR/BK PF5510 2002 551031-27 Diesel 188 Track 38.000 Ib 13.61 Hopper Wilh 10 fl Screed 5 273.85 $ 290.20 60.712 Paver CAT AP555F 2019 CATAP555CAP500309 Diesel 174 Track 39,100 Ib 219 CFT Hopper With 8 ft Screed $ 331.13 $ - 61.300 !Asphalt Zipper AZ300B-99 2013 30000296 No Data Available I $ - ] $ - 61.715 MTV Roadlec SB -25006 2001 557 Diesel 275 2 Axle 78,000 Ib 25 t 5 257.85 $ 269.15 61.717 MTV Roadlec 1000D 2011 158 Diesel 300 2 Axle 52,000 Ib 6001s per hour Data from 61.717e $ 332.18 $ 217.71 61.718 MTV WEILER e2850 2018 E2850 -1238-00-17W01075 Diesel No Data Available - 61.726 Road Widener Midland WA 1995 239 Diesel 40 8 FT Spread Width Mounts on Loader 5 108.49 $ 105.72 61.727 Road Widener Midland SPD -10 2008 1039 Diesel 100 2 Axle 25,500 Ib 10 FT Spread Widlh $ 46.33 5 115.09 62.820 Roller HAMM HD+ 120 VO 2012 H1840607 Diesel 136 2 Axle 26.4891b 78" Rolling Width $ 91.68 $ 92.74 62.821 Roller HAMM HD+ 120 VO 2011 41940398 Diesel 136 2 Axle 26,489 Ib 7B" Rolling Width $ 9145 S 92.41 62.822 Roller Sakai GW750 Rubber Vib. 2004 50131 Diesel 109 2 Axle 20.580 lb 77" Rolling Width $ 58.56 $ 59.06 62.823 Roller Sakai GW750 Rubber Vib. 2004 50134 Diesel 109 2 Axle 20,58018 77" Rolling Width $ 58.56 $ 59.06 62.831 Roller I/R DD70 2016 276430 Diesel BO 2 Axle 15,00018 57" Rolling Width 5 66.90 S 66.65 62.832 Roller I/R DD70 2015 276416 Diesel 80 2 Axle 15.000 Ib 57" Rolling Width $ 66.90 S 66.65 62.841 Roller 1/R DD28HF 2003 171023 Diesel 42 2 Axle 6,651 Ib 52" Rolling Width 5 32.94 $ 33.01 62,842 Roller I/O DD28HF 2004 177415 Diesel 42 2 Axle 6,651 Ib 52" Rolling Width $ 33.00 $ 33.07 62.844 Roller I/R DD28HF 2007 187444 Diesel 44 2 Axle 6,750 Ib 52" Rolling Width $ 33.15 $ 33.32 62.845 Roller I/R DD31HF 2007 194382 Diesel 44 2 Axle 6,8401b 49" Rolling Width $ 46.33 $ 41.68 62.846 Roller Volvo 00145 2010 DD145153929 Diesel 16 2 Axle 3,172 1b 35" Rolling Width $ 17.37 S 17.80 62.847 Roller HAMM HD 12 VV 2012 H2001381 Diesel 31 2 Axle 5,964 Ib 47" Rolling Width $ 26.38 $ 26.79 62,848 Roller Volvo 001200 2014 E120BV0S287054 Diesel 148 2 Axle 28,008 Ib 79" Rolling Width $ 84.80 5 88.00 62.849 Roller Volvo DD1208 2015 BHOS287074 Diesel 148 2 Axle 28,008 Ib 79" Rolling Width $ 85.11 $ 88.37 62.850 Roller CATCB24B 2014 42000332 Diesel 31.8 2 Axle 5,952 Ib 47' Rolling Width $ 42.26 $ 40.22 62.851 Roller CAT C8246 2015 42000500 Diesel 31.8 2Axle 5,952 Ib 47' Rolling Width $ 42.26 $ 40.22 62.852 Roller CAT C624B 2014 42000416 Diesel 31.8 2 Axle 5,952 Ib 47' Rolling Width S 42.26 $ 40.22 62.853 Roller Volvo 001208 2015 E120BV0S287071 Diesel 148 2 Axle 20,008 Ib 79" Rolling Width $ 85.11 $ 88.37 62.854 Roller CAT C824B 2019 02X402091 Diesel 31.8 2Axle 5,952 Ib 47' Rolling Width $ 42,26 $ - 62.855 Roller CAT CB24B 2019 02X402028 Diesel 31.8 2 Axle 5,952 Ib 47' Rolling Width $ 42.26 $ - 62.856 Roller CAT C824B 2019 02X402108 Diesel 31.8 2 Axle 5,952 Ib 47' Rolling Width $ 42.26 $ - MILES RESOURCES, LLC Equipment List "HEAVY DUTY EQUIPMENT" Blue Book Rates 1/28/2020 UNIQUE ID MAKE / MODEL YEAR SERIAL ENGINE H.P. Axle CONF. OPERATING BODY CAPACITY NOTES RATE 01/01/20 RATE 01/01/19 63.801 Grade Roller 1/R 50116DX 2006 5726188875 Diesel 155 2 Axle 23,930 Ib 64" Rolling Width 5 63.99 $ 64.56 63.802 Grade Roller I/R SD122DX 2003 170986 Diesel 174 2 Axle 27,000 Ib 84" Rolling Width $ 68.78 $ 69.91 63.803 Grade Roller Dynapac CA3500 2013 10000146C0A011670 Diesel 160 2 Axle 26,200 Ib 64" Rolling Width 5 8423 $ 84.27 63.806 Grade Roller I/R SD116DX 2007 192196 Diesel 155 2 Axle 23,930 Ib 84" Rolling Width $ 64.38 5 65.55 63.807 Grade Roller Dynapac CA3500 2013 10000146H0A011674 Diesel 160 2 Axle 26,200 Ib 84" Rolling Widlh $ 84.24 $ 84.27 63.811 Grade Roller Dynapac CA3500 2014 10000146L0A011673 Diesel 160 2 Axle 26,200 Ib 84" Rolling Width S 8424 $ 84.27 70.222 Excavator CAT 308D CR SB 2009 OFYC00403 Diesel 56 Track 16,519 Ib 0.52 yd 0 50.29 $ 50.81 70.223 Excavator Hitachi ZX350-5 2013 1FFDDC70JDE930405 Diesel 271 Track 76,258 Ib 2.63 yd S 149.77 0 152.21 70.225 Excavator John Deere 470G LC 2017 1FF470GXJGF235035 Diesel 367 Track 112,916 Ib 3.06 yd $ 220.27 5 216.96 70.226 Excavator John Deere 450C LC 2005 FF450CX091585 Diesel 315 Track 97,900 Ib 2.36 yd S 177.46 $ 195.70 70.228 Excavator John Deere 470G LC 2012 1FF470GXCBE470101 Diesel 367 Track 108.952 Ib 2.36 yd $ 217.85 5 212.91 70.235 Excavator John Deere 225C LC 2007 FF225CX500768 Diesel 108 kW Track 53,440 Ib 1.3 yd $ 96.24 $ 96.61 70.237 Excavator CAT 321D LCR 2009 NA500399 Diesel 148 Track 53,308 Ib 1.3 yd 9 97.31 5 99.83 70.239 Excavator John Deere 210G LC 2014 1FF210GXAEE522049 Diesel 159 Track 50.463 Ib 1.3 yd 5 90.73 5 105.10 70.240 Excavator John Deere 210G LC 2014 1FF210GXLEE522506 Diesel 159 Track 50,463 Ib 1.3 yd $ 90,73 S 105.10 70.241 Excavator John Deere 85G 2013 1FF085GXPDJ017059 Diesel 57 Track 19.564 Ib 0.64 yd $ 54.27 5 55.65 70.242 Excavator John Deere 85G 2015 1FF085GXCFJ018129 Diesel 57 Track 19,564 Ib 0.64 yd 5 54.61 S 56.04 70.243 Excavator Hitachi ZX85-5 2015 HCMDEF60E00017490 Diesel 57 Track 19,564 Ib 0.64 yd $ 54.41 5 68.93 70.244 Excavator John Deere 210G LC 2017 1FF210GXEHF524807 Diesel 159 Track 51,940 Ib 1.19 yd $ 91.22 5 105.69 70.245 Excavator John Deere 85G 2018 HJ019025 Diesel 57 Track 19,244 Ib 0.64 yd 5 54.79 $ 56.23 70.246 JD 150G HYDRAULIC EXCAVATOR 2018 1FF160GXPJF056908 Diesel 121 Track 437391b 0.81 yd $ 84.39 $ 97.46 70.247 JD 245G EXCAVATOR - WF 2018 JF800776 Diesel 191 Track 554401b 1.36 yd $ 107.47 $ 115.27 70.248 Excavator Hitachi ZX85-5 2015 HCMDEF60K00017740 Diesel 57 Track 19,564 Ib 0.64 yd 5 54.41 S 68.93 70.249 Excavator JD 345G LC 2019 1FF345GXJJF020232 Diesel 249 Track 78,7101b 1.63 yd $ 146.04 3 169.61 MILES RESOURCES, LLC FLEET INFORMATION 1/202020 Updated 01/13/2020 09/056 ID 70.2 MAKE/MODEL KENWORTH YEAR SERIAL AXLE CONPIG DROP AXLES NUMBER TIRES CAB TYPE HORSE POWER POWER MODE BODY/TANK/TRUCK CAPACITY/RATING PAYLOAD DECK LENGTH GVW SOLO GVW WITH TRAILER RATE 01/01/20 RATE 07/01/19 RATE 01/01/15 10.20 TRACTOR LOWBOY KENWORTH T-600 2006 10/607970868133194 6X4 1 Day 550 Diesel Multiple Trailers' 56.000 105.500 5 71.01 10.21 BOOM TRUCK PETERBUILT 2006 3BKDL40X96F132B51 604 Day 450 Diesel 281 Crane 56,000 94,000 5 106.80 5 70.75 5 72,71 10.22 LUBE TRUCK FORD LUBE TRUCK 2018 1NPCL70%0J0459297 604 Day 450 Diesel N/A 54,000 0 68.51 106.30 5 108.04 10.23 KENWORTH 1994 1FDYW90T7RVA08655 6X4 Day 315 Diesel N/A 48,000 $ 68.19 $ 5$ 70.10 10.6 T-300 LUBE TRUCK PETERBILT 2004 2NKMH07034 M064545 402 Day 300 Diesel N/A 32,000 5 56.27 5 52,91 S 56.11 $ 57,71 10.7 TRACTOR LOWBOY PETERBILT 1995 10770600850394549 604 1 Day 470 Diesel Multiple Trailers 50.000 105,500 5 5273 $ 54.38 10.6 TRACTOR LOWBOY PETERBILT 2018 1XPXF40X0JD458380 6X4 1 Day 605 Diesel Multiple Trailers 56200 105,500 5 64.91 $ 68.51 8 64.72 5 66.77 11.01 TRACTOR LOWBOY PIU FORD 2020 10F0P4EX0LD679836 604 1 Day 605 Diesel Multiple Trailers 56.000 105,500 5 68.56 5 68.19 5 70.10 11,02 F150XLT 7/U FORD 2016 1FTFW1 EF8GFD20783 404 Crew 305 Gasoline 1/21 6,000 $ 68,24 $ 11.03 F150XLT4%4 Crew(SPARE) P/U FORD F150XLT 2016 1FTFW1EFXGF0207$4 404 Crew 385 Gasoline 1/2 t 0,000 $ 16.79 S 16.79 $ 16.22 5 17,12 11.04 404 Crew (McBride) P/U FORD 2016 1 FTFW1EF6GF020782 404 Crew 385 Gasoline 1/21 8,000 $ 16.79 5 16.22 $ 17.12 11.05 F150XLT 404 Crew (PALMER) P/U FORD 2016 1FTFW 1 EF4GFD20781 404 Crew 385 Gasoline 1/21 8,000 5 1622 $ 17.12 11.06 F150XLT 404 Crew (Block) P/U FORD 2016 1 FTFW1EF2GFD20760 404 Crow 385 Gasoline 1/21 0.000 $ 16.79 $ 16.79 5 16.22 5 17,12 11.07 F150XLT 4X4 Crew (DUNLAP) P/U FORD 2017 1FTEW1 EP7HKD10503 404 Crew 385 Gasoline 1/21 8,000 5 1622 $ 17.12 11.08 F350404 Crew )Flegel) P/U CHEVROLET 2017 1 FT8WBT6HEC15517 4X4 Crew 440 Diesel 11 12.000 9 16,81 $ 16.fi2 $ 16.24 0 17.13 11.09 1500 (H0be0) P/U FORD 2017 1 GCUKREC3HF102126 404 Crew 355 Gasoline 7/21 8,000 25.26 5 1656 5 1].05 11.1266 F150XLT 404 Crew (Schultz) P/U CHEVY 2017 1FTFW1 EF3HFB11015 404 Crew 385 Gasoline 1/21 8,000 5 $ 24,41 0 2573 11.1267 250000 (Foreman) P/6 2016 1GC1KVE87GF254435 4X4 Crew 397 Diesel 3/4 t 18,000 0 16.81 $ 16.24 5 17.13 11.1279 CHEVY 2500HD (Foreman) P/U FORD F350 2016 10C1KVE890F255716 404 Crew 397 Diesel 3/41 18.000 S 24.58 24.52 5 23.69 $ 25.11 11.1280 (Foreman) P/U FORD 2016 1 FT8X3B75GE806D09 404 Cony 440 Diesel 11 20,000 5 $ 2263 0 25.06 11.1281 F350 (Foreman) P/U 2013 1 FT8X3BT9DEA983$1 4X4 Cony 440 Diesel 11 26,000 0 17,20 0 17.17 5 17.65 11.1282 FORD F350 (Foreman) 7/U FORD F350 2013 1 FT8X30T00EA98382 404 Cony 440 Diesel 11 12.000 S 22.49 $ 22.48 $ 23,32 11.1283 (Foreman) P/U FORD 2013 1FTB03BT4DEB35191 4X4 Cony 440 Diesel 1 I 12,000 $ 22.49 $ 2248 $ 23.32 11.1284 F350 (Foreman) P/U 2019 1FT0X3$T1KEE23059 404 Conv 350 Diesel 11 12,000 $ 22.49 5 22.48 5 23.32 11.1443 FORD F350 (Foreman) P/U FORD 2019 1F7803BT1KEE23860 404 Cony 350 Diesel 11 12.000 S 22.69 5 22.68 $ 23.51 11,1444 F150 Crew (Bailey/Pl Fosdick) P/U FORD 2013 IFTFWIEF1DF$76554 404 Crew 360 Gasoline 1/21 12000 5 22.69 $ 22,68 $ 23.51 11.1445 F-150 Crew (Roepenbuck) P/U 2013 1FTFW1EF6DFC20547 404 Crew 360 Gasoline 1/21 10.000 9 16.70 5 16.13 0 17.03 11.1447 Ford F150 4x4 Crew (FORD) P/0 2014 1 FTFW1EF2EFA17253 404 Crew 385 Gasoline 1/21 10200 5 16.70 5 16.13 0 17.03 11.1446 FORD F150 06 Crew (Newhouse) P/U FORD 2015 1 FTEWIEG9FFB13564 404 Crew 385 Gasoline 1/21 8,000 $ 16.73 $ 16,16 $ 17,05 11.1449 F1505E Crew (Harnson) P/U 2015 1 FTEW/EG1 F8060844 404 Crew 385 Gasoline 1/21 8,000 9 16.75 5 16.18 5 17.07 11.1450 FORD F1500LT Grew (Christopherson) PIU FORD 2015 1FTEWIEF8FFB48622 404 Crew 385 Gasoline 1/21 8.000 5 16.75 16.75 $ 16.18 $ 1727 11.1451 F150 Crew CAB 494 (Slurrock) P/U Ford 2018 1 FTFW IE53JKE02622 404 Crew 375 Gasoline 1/21 8,000 5 5 16.18 5 17.07 11.1452 F250494 Crew Cab (Colby Ghorley) 7/0 2018 1 FT7W2B67JEC25272 404 Crew 375 Gasoline 3/41 12,000 $ 16.02 $ 16.25 0 17.15 11.1453 Ford F200 404 Crew Cab (Arrendondo) P/U 2018 1FT7W2865JE025271 4X4 Crew 375 Gasoline 3/4 1 12,000 S 23.14 5 22.28 $ 23.62 11.1454 Ford F150404 Crew Cab (Mathews) P/U Ford 2018 1 FTFW1E55JKE02623 404 Crew 375 Gasoline 1/2l 8,000 5 23,14 5 2228 9 23,61 11.1455 F350 494 Crew Cab (Allen) P/U 2018 1FT8X38T6JEC25275 404 Cony 44D Diesel 3/41 12,000 0 16.82 5 16.25 9 17.15 11.1456 Ford F350 4x4 SRW )Waalk) 2018 IFT6X3071JEC62489 4X4 Cony 440 Diesel 3/4 I 127700 9 16.49 5 16.42 5 16.88 11.1457 P/U Ford F150494 Crew (Stir/arm) P/0 Ford 2018 1 FTFWIE56JKE31886 404 Crew 375 Gasoline 1/21 8,000 $ 16.49 5 1642 0 16.88 12.1203 F150 494 Crew (Griffith) P/U 2016 1FTFW1 EG1GFB99393 404 Grew 375 Gasoline 1/21 8,000 5 16.82 5 16.25 5 17.10 12.1284 FORD F350 (Foreman) 2013 1F08X3FT5DEB90216 404 Cony 440 Diesel 1 I 12.000 5 16.82 $ 1625 5 17.15 12.1308 P/U FORD F350 {Foreman) 7/0 Chev 2016 1FT8%17360GECB1286 404 Cony 375 Gasoline 1 1 10.000 $ 16.71 $ 16.24 5 16 71 12.1319 Crew 350000 2016 10046ZC84GF102359 4X4 Crew 397 Diesel 11 12000 5 2240 0 19.68 5 20.88 12.1320 SERVICEBOOY FORD F550 (Paving Crew) SERVICEBODY 2013 1FD005GT30EA92444 402 Cony 300 Diesel 21 26.000 5 16.83 25.37 5 16.77 5 17.22 12.31 FORD F550 (Paving Crew) SVC 2013 170005071DEA92443 402 Conv 300 Diesel 2l 26,000 0 5 2446 5 25.93 12.32 TRUCK FORD F450 (Foreman) SVC 2016 1FDUF4HT0GED27553 404 Cony 325 Diesel 1.5 t 26,000 5 25.37 5 24.46 5 25.93 1233 TRUCK FORD F450 (Foreman) SVC TRUCK 2016 1 FOUF4HT1GED27554 404 Cony 325 Diesel 1.51 26,000 5 22.19 5 22.16 0 22.93 12.34 FORD F450 (Foreman) SVC 2015 1 FDUF4GT8FEC18234 4X4 Cony 325 Diesel 1.51 26,000 5 22,19 $ 22.16 9 22.93 12.38 TRUCK FORD F450 01 (Foreman) FLATBED 2016 1FDTF4HT7GEA67298 402 Cony 325 Diesel 1.5 t 16000 5 22.12 $ 22.08 5 22.86 12.44 FORD F450 (7.0.0.) 2000 1 FD%F46F6YEC37358 402 Cony 230 Diesel 1.51 26,000 5 21.58 $ 21.56 $ 22.34 1250 SVC TRUCK FORD F550 (Foreman) SVC 2006 1FDAF56P46E020613 402 Cony 325 Diesel 21 26,000 $ 26,10 5 26,02 $ 26.88 12.60 FLATBED TRUCK FORD F450 (Foreman) 2007 1FOXF46P47E012771 402 Cony 325 Diesel 1.51 26000 S 25.05 5 24.16 $ 25.64 12.62 FLATBED FORD TILT CAB 2007 1 FOXF4$P/7EA62110 402 Cony 325 Diesel 1.5 t 26.000 $ 21.16 $ 21.14 8 21.92 12.63 FORD F450 (Pads) 2008 1FDXF46R58EA19180 4X2 Cony 325 Diesel 1.5 t 26000 $ 21.19 5 21.14 9 21'96 12.65 FLATBED FORD TILT GAB T.C.S.) 2007 3FRLL45Z87V46B749 452 Cony 200 Diesel 21 26,000 9 21.19 $ 21.18 21.96 12.66 FLATBED MITSUBISHI FUSO FE -125 (T. C,S.) 2008 JL6AAD1$38K010554 402 Cony 175 Diesel 1.51 16,000 5FLATBED 21,74 21.73 $ 2250 $ 12.71 FORD MITSUBISHI FUSO FE -125 (7.0.0.) 2008 JLBAAE1SX8K013036 402 Cony 175 Diesel 1.51 16,000 $ $ 21.19 $ $ 21.18 9 21.96 F450 Flatbed (Grade) 2017 IFDTF4HT4HED21387 404 Cony 300 Diesel 1.5 t 26,000 $ 21.19 $ 2221 $ 21.18 $ 22,18 $ 21.96 $ 22.95 MILES RESOURCES, LLC FLEET INFORMATION 1/28/2020 Updated 01/13/2020 UNIQUE ID 12.72 MAKE /MODEL SVC YEAR SERIAL AXLE CONFIG DROP AXLES NUMBER TIRES CAB TYPE HORSE POWER POWER MODE BODY/TANK/TRUCK CAPACITY/RATING PAYLOAD DECK LENGTH GVW SOLO GVW WITH TRAILER RATE 01/01/20 RATE 07/01/19 RATE 01/01/19 12.73 TRUCK FORD F450 Flatbed (Grade) SVC TRUCK FORD 2017 1FDTF4HT6HED25398 404 Conv 300 Diesel 1.51 26,000 12.74 F550 SERVICE (Pipe Forernan) SVC TRUCK FORD F550 2017 1FDUF5HTXHED13286 404 Conv 300 Diesel 2l 26,000 $ 22.21 5 22.18 $ 22.95 12.75 SERVICE (Pipe Foreman) SVC TRUCK FORD 2017 1FDUF5HT1HED13287 404 Conv 300 Diesel 21 26.000 5 22.87 5 22.82 5 23.60 12.76 F550 SERVICE (Pipe Foreman) SVC TRUCK FORD 2017 1 FDUF5HT3HED13288 404 Conv 300 Diesel 21 26,000 5 22.87 5 22,82 $ 23,60 12.76b F450 FLATBED (T.C.S.) Vehicle Arrowboard2018 2018 1FD9W4GY8JED02046 4X2 Crew 360 Gasoline 1.51 26,000 $ 22,87 5 22.92 5 23.60 12.77 -Mounted SVC TRUCK FORD 12 -Moll 5 28.87 $ 27,79 9 29.51 12.77b F450 FLATBED (T.C.S.) Vehicle 2018 1F09W4GY%JED02047 4X2 Crew 360 Gasoline 1.51 26,000 $ 2.94 $ 2.97 $ 3.03 12.78 -Mounted Arrowboard SVC TRUCK FORD 2018 12 -volt 9 28.87 3 27.79 $ 29.51 12.79 F4504X4 SD (Pave Crew) SVC TRUCK FORD 2018 1 F0904HT1JE002049 404 Crew 330 Diesel 1,51 26,000 $ 2.94 $ 2,97 $ 3.03 12,795 F450 FLATBED (T.C.S.) Vehicle Arrowboard 2019 1FDOW4GY8KEE23895 4X2 Crew 288 Gasoline 1.51 26,000 $ 22.24 $ 22.20 5 22.98 12.80 -Mounted SVC TRUCK 2018 12 -volt $ 25.86 5 24.96 $ 26.39 52,805 FORD F450 FLATBED )T,C.S.) Vehicle 2019 1FDOW4GY%KEE23896 4X2 Crew 290 Gasoline 1.51 26,000 $ 2.94 $ 2.9] $ 3.03 12.81 -Mounted Arrowboard FLATBED FORD 2019 12 volt 5 25.86 $ 24.96 $ 26.39 12.82 F450(P000) FLATBED FORD F450 2019 1 FDUF4GTOKDA14575 402 Conv 350 Diesel 1.51 26,000 $ 2 94 9 2 97 $ 3 03 12.83 SUPER CAB FLATBED FORD 2019 1FDOX4GTXKEE23897 402 Conv 350 Diesel 1.5 t 26,000 $ 25.57 $ 24.66 5 26.22 12.84 F450 SUPER CAB FLATBED FORD 2019 1FDOX4GT1KEE23898 4%2 Conv 350 Diesel 1,51 26,000 $ 21.65 9 21.63 • $ 13.1307 F450 SUPERCAR SVC BODY FORD 2019 1FD0X4GT3KEE23899 4%2 Conv 350 Diesel 1.51 26,000 5 21.65 0 21.63 5 13.1308 F -SD (Spare) SVC TRUCK FORD 1994 1FDLF47F2REA20355 4X2 Cony 250 Diesel 1.51 16,000 6 21.65 5 21.63 5 13.1316 F650 MECHANIC SVC TRUCK FORD F550 2001 3FDNF65A61MA72338 4%2 Conv 250 Diesel 2.51 26.000 $ 20.76 $ 20.77 $ 21.59 13.1319 LV CRUSHER SVC TRUCK FORD 2004 1FDAF56744E047890 4X2 Conv 325 Diesel 21 18.000 1 30.99 5 30.94 9 31.92 13.1320 F550 MECHANIC SVC FORD F550 2019 1FDUF5GT3KDA02491 402 Conv 330 010001 21 26,000 $ 21.55 S 21,54 9 22.33 13.1322 4X4 SVG TRUCK FORD F550 2019 IFDUFSHTOKEC51307 4X2 Cony 350 Diesel 21 26.000 5 22.26 0 22.25 5 23,02 13.1323 MECHANIC SVC TRUCK FORD 2014 1FDUF5GT1EEB60524 4X2 Conv 300 Diesel 21 26.000 $ 25.40 5 25.35 $ 13.1324 F550 MECHANIC SVC TRUCK FORD 2014 1FDUF5GT3EEB68525 402 Conv 300 Diesel 21 26,000 $ 22.09 $ 22.08 S 22.85 20,64 F750 MECHANIC PETERBILT 567 TRANSFER 2016 1FDNF7DC$GDA04894 4X2 Conv 300 010001 31 25000 9 22.09 6 22.08 5 22.85 20.65 PETERBILT 567 TRANSFER 2017 1 NPCL4EXOHD420408 604 2 525 Diesel 14 cu yd / 12 cu yd 17E1/1451 63.000 105,500 $ 32.21 $ 32.14 5 73.51 20.66 PETERBILT 567 2017 1NPCL4EX2HD420609 604 2 525 Diesel 14 cu yd / 12 cu yd 171/14.51 63,000 105,500 $ 92.21 S 91.88 $ 94.32 20.74 TRANSFER MACK GRANITE 2017 1NPCL4EX9H0420810 6X4 2 525 Diesel 14 cu yd / 12 cu yd .0 17.01 /14.51 63,000 8 92.21 5 91.88 $ 94.32 20.77 TRANSFER MACK GRANITE TRANSFER 2006 1M2AG10C97M059093 604 2 460 Diesel 14 cu yd / 12 cu yd 17.51 / 15.01 61.500 105,500 105,500 1 9221 5 91.88 9 94.32 20.78 MACK GRANITE TRANSFER 2006 1M2AG10C07M059094 6X4 2 460 Diesel 14 cu ytl / 12 cu yd 17.51/ 15.01 61,500 9 87.70 $ 87,80 $ 90.65 21.100 Pelerbuilt 567 SuperSolo 2006 1M2AG10C27M059095 604 2 460 Diesel 14 cu yd / 12 cu y0 17.51/ 15.01 61,500 105.500 105.500 $ 87.70 $ 87.80 5 90.65 21.101 Dum Dump Pelerbill 567 Super 2018 1NPCLPEX2JO462016 654 3 455 Diesel 25 cu yd 24.51 81,000 102,500 5 8770 $ 97.80 $ 90.65 21.102 Solo Pelerbill 567 2018 1NPCLPEX4JD462017 604 3 455 Diesel 25 cu yd 2451 01,000 5 92,34 9 92.01 5 94.45 21.103 Super Solo Pelerbill 567 2018 1NPCLPEX6DJ462018 604 3 455 Diesel 25 cu yd 24.51 81,000 102500 $ 92.34 $ 92.01 6 94.45 21.104 Super Solo Pelerbii1567Super 2018 1NPCLPEXBJ0462019 664 3 455 Diesel 25 cu yd 24.51 81.000 102.500 102500 S 92.34 5 92.01 $ 94.45 21.73 Solo PETERBILT 567 2019 1NPCLPEX3K06151/6 604 3 455 Diesel 25 co yd 24.51 81.000 102.000 $ 92.34 5 92.01 5 9445 21.74 DUMP TRUCK PETERBILT 2017 1NPCL4EXOHD420677 6X4 2 525 Diesel 14 cu yd / 12 cu yd 16.751/15.251 63,000 5 92,34 0 92.01 $ 94.45 21.75 567 DUMP TRUCK PETERBILT 567 DUMP 2017 1NPCL4EX0H0420879 604 2 525 Diesel 14 cu yd/ 12 cu yd 16.]51 / 15.251 63.000 105500 105,500 5 92.21 $ 91.88 5 94.32 21,76 TRUCK PETERBILT 567 2017 1 NPCL4EX0HD420979 604 2 525 Diesel 14 cu yd / 12 cu yd 16.751 / 15.251 63,000 105,500 $ 92.21 $ 91.88 $ 94.32 21.77 DUMP TRUCK PETERBILT 2017 1NPCL4E%0HD420680 6X4 2 525 Diesel 14 cu yd / 12 cu yd 16.75 1 / 15.251 63,000 $ 92.21 $ 91.88 $ 94.32 21.78 567 DUMP TRUCK PETERBILT 567 2017 1NPCL4E00H0420681 624 2 525 010001 14 cu yd / 12 cu yd 16.75 1 / 15.251 63.000 105,500 105.500 5 92.21 $ 91.88 5 94,32 21.79 DUMP TRUCK PETERBILT 2017 1 NPCL4E%OHR420662 604 2 525 Diesel 14 cu yd / 12 cu yd 16.75 1 / 15.251 63,000 105,500 5 92.21 $ 91.88 $ 94.72 21.80 557 DUMP TRUCK MACK GRANITE 2017 1NPCL4EXOH0420683 604 2 525 Diesel 14 cu yd / 12 cu yd 15.751 / 15.251 63,000 $ 92.21 S 91.98 $ 94.32 21.81 DUMP TRUCK MACK 2007 1M2AG10C67M059097 604 2 460 Diesel /4 cu yd / 12 cu yd 17.25 1 /15.51 61,500 105,500 $ 92.21 $ 91.88 $ 94.32 21.82 GRANITE DUMP TRUCK MACK GRANITE 2007 1M2AG10C47M059096 604 2 460 Diesel 14 cu yd / 12 cu yd 17.251/15.51 61.500 105,500 $ 88.72 $ 88.53 0 91.12 21.05 DUMP TRUCK KENWORTH 2007 1M2AG10087M059098 604 2 460 Diesel 14 cu yd / 12 cu yd 17.251/15.51 61,500 105.500 $ 88.72 5 88.53 $ 91.12 21.96 T-8008 SUPER SOLO DUMP TRK. KENWORTH T 2009 16 K080E6290239107 684 3 425 Diesel 25 cu yd 24.51 80.000 105.500 100,000 $ 60.72 $ 98,57 9 91.12 21.95 -BOOB SUPER SOLO DUMP TRK. PETERBILT 567 2009 1NK0%0E%49R239108 604 3 425 Diesel 25 cu yd 24.51 80.000 100000 9 89.71 $ 89.45 $ 91.98 21.96 SUPER SOLO PETERBILT 2018 1NPCLPEXOJD481048 604 3 455 Diesel 25 cu yd 24.51 81,000 $ 89.71 $ 89.45 $ 01.98 21.97 557 SUPER SOLO PETERBILT 567 2018 1NPCLPEX2JD481049 604 3 455 Diesel 25 cu y4 24.51 81,000 102.000 $ 92.34 $ 92,01 S 94,45 21,98 SUPER SOLO PETERBILT 2018 1NPCLPEX7JD481046 604 3 455 Diesel 25 cu yd 24.51 81,000 102,000 102,000 5 92.34 0 92.01 S 94.45 22.R/ 567 SUPER SOLO MACK DUMP 2018 1NPCLPEX9J0481047 604 3 455 Diesel 25 cu yd 24,51 81,000 5 92.34 $ 92.01 $ 94.45 23,14 (Lakeview Pit) UNLICENSED MACK 1984 1M1127157C6EM001796 6X4 300 Diesel 12 cu yd 48.000 102005 $ 92,34 $ 92,01 $ 94.45 23,15 2019 OIL015TR. ENTYRE 1988 VG6M112B5JB067150 402 580 Diesel 1.600 gal 32.000 $ - S 5 23.9 PETERBILT CENTENNIAL OIL DISTRIBUTOR 2019 2NP2HM709LM636211 4X2 280 Diesel 2000 gal 33.000 $ 34,72 $ 34,07 $ 33.81 23.183 CLEASBY OIL DISTR. 2008 2NPLHN7X68M750161 402 240 Diesel 2,000 gal 32.000 $ 58.52 $ 56,74 $ • 115 gal TAR POT 1999 1298682 1 0 115 gal $ 33.22 5 2.89 5 32.63 5 2,83 5 32.44 $ - MILES RESOURCES, LLC FLEET INFORMATION 1/28/2020 Updated 01/13/2020 UNIQUE IO MAKE/MODEL YEAR SERIAL AXLE CONFIG DROP AXLES NUMBER TIRES CAB TYPE HORSE POWER POWER MODE BODY/TANK/TRUCK CAPACITY/RATING PAYLOAD DECK LENGTH GVW SOLO GVW WITH TRAILER RATE 01/01/20 RATE 07/01/19 RATE 23.185 23.186 SLAW KNOX TACK TRAILER CLEASBY TACK 2003 SE1 F51019JC120252 1 16 250 gal 01/01/19 23.187 TRAILER DIAMOND 1991 10061 1 16 200 gal 5 17.35 16,93 9 16.913 23.192 TACK TRAILER BLT SPRAY LEEBOY 1991 109PM1139M1004305 1 16 230 gal 5 16.34 5 16.01 0 16.14 27.193 TACK TRAILER LEEBOY 2011 169AA111981309503 1 16 250 gal 0 16,34 $ 16.01 $ 16.14 23.194 TACK TRAILER ASE 150 2011 1B9AA111001309504 1 16 250 gal 5 18.14 $ 17.70 $ 17.73 23.195 9a I TAR POT LEEBOY TACK 2016 2A9TKF2FOGM056002 1 150 gal 0 18.14 $ 17.70 $ 17.73 23.195 TRAILER L250T LEEBOY 2019 159AA111361309027 1 250 gal $ $ 24.17 TACK TRAILER L250T PETERBILT 2019 189AA111461309019 1 250 gal 5 18.95 $ 18.50 $ 18.53 24,197 TANKER TRUCK (Hot O/) CLOUGH Tanker 1986 1XP6L29X1G0204353 604 1 400 Diesel 10,700 gal 56,000 105,500 8 18.95 7724 $ 18.50 9 18.53 24.19 Trailer - PERM TAB MACK VISION 1986 1C9AT3149G5125165 $ 5 69.35 $ 70,44 24.199 TANKER TRUCK I Hol Oil) ETNYRE 2007 1M2AK0]C27N017563 6X4 1 460 Diesel 10,700 gal 56.000 105,500 5 20'12 5 17'82 5 17'87 26.382 ASPHALT TRAILER T5458 - PERM TAB ROSCO Sweeper 2006 1E90545835E007282 5 73.69 $ 73.07 74.22 26.383 0848 ROSCO 2001 RB37674 452 85 Diesel 93" Broom 5.540 $ 18.91 5 18.48 $ 18,42 $ 26.386 Swee er R848 P TYMCORT 2001 RB37677 4X2 85 Diesel 93" Broom 5,540 $ 41.23 5 40.52 9 35.15 27,18 SWEEPER KENWORTH 2010 1HTJTSKN6AH2713139 422 170 Diesel VACUUM 30,000 5 91.23 5 40.52 9$ 35.15 27.26 T-800 WATER TRUCK KENWORTH 1990 1NKDL29X8L$537520 604 1 400 Diesel 4,000 gal 850 gem 94,000 S 90.70 3 100.43 $ 88.40 2729 0.600 WATER TRUCK FORD 1999 1XK006906XR799625 6X4 350 0i01.01 4.000 gal 850 qpm 48,000 5 57.11 5 5143 $ 52,57 27.30 WATER TRUCK KENWORTH 1972 U90TVN51257 644 318 Diesel 3,800 gal 850 qpm 48,000 $ 53,43 $ 53.20 6 54.37 27.32 T-800 WATER TRUCK PETERBILT 1989 2XKBD29X2KM529655 6X4 35D Diesel 3,800 gal 850 48.000 6 57.11 $ 51.43 $ 52.57 27.33 378 WATER TRUCK FORD 1995 1XPF069X75D376867 6X4 370 Diesel 3,900 gal qpm 850 qpm 48.000 0 49.32 S 49.02 9 50.19 27.34 WATER TRUCK KENWORTH 1972 U90TVN51258 644 318 Diesel 3,800 gal 850 gent 48,000 $ 52.73 5 $ 52.59 5 53.86 27.35 T-800 WATER TRUCK MACK WATER 1994 1NKWL50X6RS622579 604 350 Diesel 3,1300 gal 850 46,000 49.32 9 45,05 5 46,25 27.36 TRUCK KENWORTH 2004 1M2AG02C74M001731 654 1 960 Diesel 4.000 gal qpm 850 gem 56.000 5 45.86 $ $ 45.70 5 47.03 27.37 WATER TRUCK KENWORTH 1999 1NKWL90X5WR776100 604 1 355 Diesel 4,000 gal 650 gpm 54,000 54.15 0 53.94 5 55.13 27.198 WATER TRUCK GALLION-JOHNS 1999 1NKWX9EX5%R820854 604 1 385 Diesel 4.000 gal 850 gpm 54.000 9 53.43 6 53.20 $ 54.37 27.400 WATER TRAILER 500 WYLIE 1968 0617768 1 525 gal 5 53.43 $ 53.20 5 54.37 27.401 gal WATER TRAILER 500E WYLIE 2006 1W9TW13296L342300 2 500 gal 27.404 gal WATER TANK WATKINS 2001 16398 2 500 gal 6 16.05 $ 15.54 $ 27405 WATER TRAILER KLEIN 12,000 1986 3148604 2 500 gal 0 16.05 5 $ 15.64 9 46.174 GAL WATER TOWER BEALL/TRUCKWELD 2018 1K9TC4059JT013950 12.000 gal 18,000 16.05 0 15,64 $ 46.177 TRANSER TRAILER BEALL/TRUCKWELD 2006 18N1P27375S004497 3 12 cu yd 15.01 43,000 0 21.42 5 19.66 $ 20.71 $ 46.178 TRANSER TRAILER BEALL/TRUCKWELD 2006 1BN1P273965004498 3 12 cu yd 15,01 43.000 $ 19.25 $ 19.15 46.64 TRANSER TRAILER COLUMBIA 2006 16N1P273065004499 3 12 cu yd 15.01 43,000 9 19.66 5 19.25 5 19.15 46.65 TRANSFER TRAILER COLUMBIA 2016 1890F173500003138 3 12 cu y9 14.51 43.000 5 19.66 5 19.25 5 19.15 46.66 TRANSFER TRAILER COLUMBIA TRANSFER 2016 1690F173700003139 3 12 cu yd 14.51 43,000 $ 20.89 $ 20.40 5 20.22 47.136 TRAILER OSW PUP 2016 1890F173330003140 3 12 n/ yd 14,51 43,000 5 20.89 $ 20.40 5 20.22 47.137 TRAILER 0$W PUP 2016 1Z9PS47300W143208 3 12 cu yd 15.251 43.00O 5 20.89 $ 20.40 $ 2022 47.138 TRAILER OSW PUP TRAILER 2016 1Z9PS4739GW 163202 3 12 cu yd 15.251 43,000 5 15.14 5 14.76 5 14.64 47.139 OSW PUP TRAILER 2016 1296547340Y/163205 3 12 cu yd 15.25) 43,000 5 15.14 0 14.76 5 14.64 47.140 05W PUP 2016 1Z9PS47370W163196 3 12cuyd 15.251 43,000 5 15.14 0 14.76 5 14.64 47,141 TRAILER OSW PUP TRAILER 2016 1Z9P547,17GW 167199 3 12 cuyd y 15.251 43,000 $ 15.14 5 14.76 5 14,64 47.142 057/ PUP TRAILER 2016 1Z9PS47360W163190 3 12 cu yd 15.25) 43,000 5 15,14 5 14.76 5 14.64 47.143 STURDVWELD 2016 129P54731GW163193 3 12 cu ytl 15.25( 43.000 5 15.14 14.76 5 14.4 47.144 PUP END DUMP TRAILER STURDYWELD 1994 1$90A5436PL189613 3 12 cu yd 15,01 43.000 5 15.14 $5 $ 14.76 $ 14.64 47.145 PUP END DUMP TRAILER STURDVWELD 1993 159CA54380L189502 3 12 011yd 15.0 t 43,000 5 13,98 0 13.63 3 13.51 47.146 PUP ENO DUMP TRAILER STURDVWELD 1991 1S9CA5438ML189310 3 12 cu yd 15,01 43,000 5 13.97 $ 13,62 0 13.51 47.147 PUP END DUMP TRAILER BEALL PONY 1991 1$9CA5432ML1$9304 3 12 cu yd 15,01 43.000 $ 1196 $ 13.61 $ 13.50 47.148 DUMP TRAILER BEALL PONY 1995 1BN1P15385K10429A 3 12 cu yel 15.01 43,000 $ 13.96 S 13.61 $ 13.50 47.152 DUMP TRAILER BEALL 1995 18N1 P153%SK104260 3 12 cu ytl 15.01 43.000 0 13.98 $ 13.67 5 13.50 47.180 TRUCKWELD PONY TRAILER 3 A%LE BEALL/TRUCKWELD 1994 1BN1 P153XRK101660 3 12cu yd 15,01 43,000 5 13.98 $ 13.67 5 13.60 47.181 BEALL/TRUCKWELD DUMP TRAILER 2006 1BN1P103555004503 3 12 cu yd 15.51 43,000 $ 13.98 $ 13.53 $ 13.51 47.182 BEALL/TRUCKWELD DUMP TRAILER 2006 1BN1P173865004504 3 12 cu yd 15.51 43.000 5 14.35 $ 14.03 $ 13.96 48.113 TRAIL DUMP TRAILER KING 2006 1BN1P173X6S004505 3 12 cu yd 15.51 43,000 $ 14.35 $ 14.03 $ 13.96 48.114 TRAIL LOWBOY TRAILER TKIOHT KING 2001 171(A045381M094519 3 701 3011 9 14.35 $ 14.03 5 13.98 48.115 LOWBOY TRAILER TK110-FG 554 2003 1TKJ055454M084420 3 1 501 4011 5 17.70 $ 17.24 3 2019 48.116 KAUFMAN 55 -TON LOWBOY TRAILER 2019 1K9FR4339K8367488 2 1 $ 24.13 $ 23.55 5 2019 FLIP AXLE FOR TRAILER 48.115 2019 1K9FR0515KB367489 1 5 25.78 5 - $ 25.15 5 $ - 5 MILES RESOURCES, LLC FLEET INFORMATION 1/28/2020 Updated 01/13/2020 UNIOUE ID MAKE / MODEL YEAR SERIAL AXLE CONFIG DROP AXLES NUMBER TIRES CAB TYPE HORSE POWER POWER MODE BODY/TANK/TRUCK CAPACITY/RATING PAYLOAD DECK LENGTH GVW SOLO GVW WITH TRAILER RATE 01/01/20 RATE 07/01/19 RATE 01/01/19 48.120 TRAIL KING TRAILER TK42LP DOVETAIL 2003 1TKCO29323M033383 3 17,51 25 fl 5 11.01 0 10.73 0 48.121 TRAIL KING TRAILER 18150-2800 1998 1TKCO2820WM070154 3 17.51 25 11 5 10.96 5 10.57 S 46.127 TRAIL KING TRAILER TK50RB 1997 ITKC03030VM028172 3 17.51 2511 5 10.96 $ 1069 $ 48.130 ASPEN TRI AXLE LOWBED 65TN 1998 2A9LB6532WS037222 3 1 651 24 11 5 23.65 0 23.01 5 48.131 ASPEN SINGLE AXLE DOLLY 111 1998 2A9TD1112W5037223 1 N/A N/A 48.132 TRAIL KING TRAILER TKT50 2003 1TKCO28393M033205 3 251 25 fl 8 11.01 5 10.73 $ 48.191 TRANSCRAFT STRETCH LOWBOY TRAILER 1975 TC7524 48.196 TRAIL KING SIDEDUMP TRAILER TK6055D 2004 1TKS048454M125462 4 NIA $ $ g 48.449 2 AXLE ASPEN JEEP 1990 2A9J74024LS037144 2 N/A N/A 5 - 5 - 0 90.100 WANCO VMS 3 -Line Message Sign 2019 571251611K1003011 1 Solar S 7.83 5 - 5 90.101 WANCO VMS 3 -Line Message Sign 2019 5F1251614K1003004 1 Solar 9 7.83 5 - $ 90.102 WANCO VMS 3 -Line Message Sign 2019 5F1251610K1003002 1 Solar 5 7.83 - $ - $ 90.103 WANCO VMS 3•Line Message Sign 2019 5F1251613K1003009 1 Solar 8 7,83 90.104 WANCO VMS 3 -Line Message Sign 2019 5F125161XK1003010 1 Solar 8 7.83 5 - 5 90417 Silent Sentinel Solar Arrow Board 2017 4GM1A091941528522 1 Solar $ 2.47 5 2.42 5 245 90.418 Solar Arrow Board 1997 0597528 1 504r $ 2,11 $ 2.07 5 2.10 90,419 Silent Sentinel Solar Arrow Board 2017 4GM1A0917H1528521 1 Solar 5 24.7 $ 2.42 $ 2.45 90423 VARIABLE MESS BOARD Trailer 2002 1A9H121072M157258 1 Solar $ 6.39 $ 641 5 6.36 90.424 AMER! VMS trailer 1998 1A9MS1512TA378102 1 Solar 9 6.19 $ 6.22 9 6.30 90.426 WANCO VMS Trailer 2001 5E125151911000681 1 Solar 5 6.34 5 6.37 5 6,45 90.427 WANCO VMS Trailer 2001 5F125151711000680 1 Solar 5 6.34 $ 6.37 S 6.45 90.428 ALLMA Seg A/row Trader 2000 00028437 1 Solar 9 6.29 5 5.31 0 6.39 90.429 ALLMA Seg Arrow Trailer 2000 0001/3452 1 Solar $ 6.29 $ 6.31 8 6.39 90.440 ADDCO VMS Trailer 2010 4SEPN1615AM4SE107 / 591107 1 Solar 5 7.04 $ 7.08 5 7.20 90.441 ADDCO VMS Trailer 2010 45EPN1617AM4SE108 / 591108 1 Solar 5 7.04 5 718 9 7.20 90442 ADDCO VMS Trailer 2010 4SEPN1619AM45E109 / 591109 1 Solar 5 7.04 S 7.08 5 7.20 90.443 ADDCO VMS Trailer 2010 4SEPN1615AM4SE110 / 591110 1 Solar $ 7.04 $ 7.08 $ 720 90.444 ADDCO VMS Trailer 2010 4SEPN161XAM4SE104 / 591104 1 Solar $ 7.04 5 7.08 $ 7.20 90,445 AMIGO VMS Trailer 2010 4SEPN1611AM4SE105 / 591105 1 Solar 5 7.04 $ 7.08 $ 7,20 90.446 WANCO VMS Trailer 25 LED Arrow Panel 2019 5F1151014K1003640 1 Solar 0 4.66 5 - 5 90.447 WANCO VMS Trailer 25 LED Arrow Panel 2019 5711S1018K1003639 1 Solar 5 4.66 5 - $ 90.448 WANCO VMS Trailer 25 LED Arrow Panel 2019 57110101651003638 1 Solar 5 4.66 90.449 WANCO VMS Trailer 25 LED Arrow Panel 2019 57115101251003636 1 Solar 6 4,66 $ - S 91.420 IR Light Tower 2003 32679DUAM789 1 Diesel $ 15.75 5 15.00 5 91,425 IR Light Tower 2004 4FVLSBDA74U344061 1 Diesel 5 15.75 $ 15.00 $ • 91,432 IR DOOSAN Light Tower 2006 4FVLSBDA56U365980 1 Diesel 5 15.75 5 15.00 $ 91.433 MULTIOUIP Light Tower Trailer 2006 4GNLT09145B903429 1 Diesel $ 1005 5 10.09 5 91,434 MULTIOUIP Light Tower Trailer 2006 4GNLT091258903820 1 Diesel 5 10.05 $ 10.09 $ 91.607 JOY Compressor 1982 169387 1 Diesel $ 11.89 $ 11.11 $ 91.609 JOY Compressor 1985 201863 1 Diesel 5 11,89 5 11.11 $ 91.611 LE ROI INTERNATIONAL Compressor 1995 32720783 1 Diesel 5 20.60 5 19.81 3 91.612 LE ROI INTERNATIONAL Compressor 1995 3272%784 1 Diesel 5 20.60 0 19.81 5 91.613 IR Compressor P185WIR 2003 4FVCABAA63U337771 1 Diesel 5 16.21 5 16.03 $ 91.614 IR Compressor P185WIR 2003 4FVCABAA13U337774 1 Diesel 5 16.21 5 1613 8 91.615 IR Compressor P185AWAR 2006 4FVCBBAA66U370755 1 Diesel 9 16,21 0 16.04 5 91.616 IR DOOSAN Compressor EM5000 SXKI 2008 4FVCABAA59U403770 1 Diesel 6 16.24 $ 16,08 8 92.627 MULTIOUIP Generator 25KW 2000 4GNFU101570004189 2 Diesel $ 29.69 5 29.87 $ - 92.635 Generator Mulliquip DCA -60551 2018 3567278 5 29.69 $ 29.03 0 92.652 Generator Mulliquip DCA40 199D 4AGDU12D6LC014043 $ 29.69 $ 29.83 $ 92.672 HOBART Welder 1989 89WS17768 2 Diesel 5 14.66 5 14.01 $ 93.912 GORMANRUPP 6" Diesel Trash Pump PA6D60-4045D 2006 /6MPF09231D030680 2 Diesel 5 38.09 5 37.48 $ - COMBINATIONS 20.74-46.174 with BEALL TRANSFER TRAILER 14 cu yd / 12 cu yd 105.500 5 107.36 $ 107.05 $ 109.60 20.74-47.145 with STURDYW ELD PONY DUMP TRAILER 14 cu yd / 12 mi yd 103.500 $ 101.66 5 10141 $ 104,15 MILES RESOURCES, LLC FLEET INFORMATION 1/28/2020 Updated 01/13/2020 UNIQUE ID MAKE/MODEL YEAR SERIAL AXLE CONFIG DROP AXLES NUMBER TIRES CAB TYPE HORSE POWER POWER MODE BODY/TANK/TRUCK CAPACITY/RATING PAYLOAD DECK LENGTH GW/ SOLO GVW WITH TRAILER RATE 01/01/20 RATE 07/01/19 RATE 01/01/19 20.77-06.177 with BEALL TRANSFER TRAILER 14 cu yd / 12 011 yd 105.500 $ 107.36 $ 107.05 20.77-47.144 with STURDYW ELD PONY DUMP TRAILER 14 cu yd / 12 cu yd 103.500 0 101.67 $ 101.42 $ 109.80 $ 104.16 20.78-46.178 with BEALL TRANSFER TRAILER 14 cu yd / 12 cu yd 105.500 S 107.36 $ 107.05 109.80 20.76.47.143 with STURDYWELD PONY DUMP TRAILER 14 cu yd / 12 cu yd 103.500 $ 101,60 $ 101.47 $ 104.16 21.80-47.180 with BEALL DUMP TRAILER 14 cu yd / 12 cu yd 105,500 $ 103.07 $ 102.56 $ S 105.08 21.81-47,181 with BEALL DUMP TRAILER 14 cu yd / 12 cu yd 105.500 0 103.07 0 102.56 105.08 21.52-47.182 with BEALL DUMP TRAILER 14 cu yd / 12 cu ye 105,500 5 103.07 $ 102.56 $ $ 105.06 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 023218191 We, Mlles Resources, LLC , and Liberty Mutual Insurance Company (Principal) (Surety) a Massachusetts corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of One Million Thirty-seven Thousand Three Hundred Fifty-elght and 00/100 Dollars ($ 1,037,358.00 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated June 9 , 2021, between Principal and Owner for a project entitled 2021 OVERLAY PROGRAM , Contract No. 21-086 ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. 2021 OVERLAY PROGRAM MAY 2021 Performance & Payment Bond C-3 This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 21st day of May 20 21 • Miles Resources, LLC Liberty Mutual Insurance Company ipal4 Surety Sign re f Aut orized Official \iite Title Signature of Authorized Official By Aliceon A. Keltner Attorney in Fact (Attach Power of Attorney) Name and address of local office of Liberty Mutual Insurance Company agent and/or Surety Company: 1001 4th Avenue, Suite 3700 Seattle, WA 98154 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 2021 OVERLAY PROGRAM MAY 2021 Liberty Mutual. SURETY This Power of Attorney limits the acts of named herein, and they have no authority to bind the Company except in the manner and to the extent heroin stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 6205061-023049 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aliceon A. Keltner, Alyssa J. Lopez, Amelia G. Burrill, Annelies M. Richie, Brandon K. Bush, Brent E. Heilesen, Carley Espiritu, Christopher Kinyon, Cynthia L. Jay, Disse DSL Harding, Edward Sims, Eric A. Zimmerman, Erica E. Mosley, Heather L. Allen, Holli Albers, Jacob T. Haddock, James B. Binder, Jamie L. Marques, Katharine J. Snider, Kyle Joseph Howat, Terrie Canard all of the city of Tacoma state of WA each Individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acmowiedge and deliver, for and on its behalf as surety and as its act and ,,>- any and all undertakings, bonds, recognaances and other surety obligations, in pursuance of thesepresents and shall be as binding upon the Com as if they have been duly signed by the president and it=n t=, by the secretary of the Companies in their own Proper persons. IN WITNESS WHEREOF, this Power of Attorney has '°: n subscribed by an authorized officer or offldal of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of March , 2021 . State of PENNSYLVANIA County of MONTGOMERY as On this 19th day of March , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secatary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at IGng of Prussia, Pennsylvania, on the day and year first above written. PF.1 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Commonwealth of Pennsylvania - Notary Seal Teresa Pastella, Notary Public Montgomery Courtly My commission expires March 28, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: istd& ereee Pte. Notary Public eresa Pastella, Public This Power of Attorney Is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. My officer or other official of the Corporation authorized for that purpose In writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-iniad, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, rec gnizances and other surety obligations. Such attorneys -In -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and : i,=, t:+ to by the Secretary. My power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE All — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescrbe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, ecbiowiedge and deliver as surety any and all undertakings, bonds, recognizanoes and other surety obligations. Such attorneys -in -fact subject to the (imitation set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of nation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any ' nt secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company hi connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 21St day of May , 2021 LMS -12873 LM IC OCIC WAIC Multi Co 02/21 By: Renee C. Llewellyn, Assistant Secretary Client#: 17793 MILESAND ACORDr. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 5/24/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 CONTACT NAME:TAShame/ Di Vona PHONE FAX (A/C, No, Ext): 800 499-0933 (A/c, No): 866 577-1326 -MAIL E sharnel.divona ro elinsurance.com ADDRESS: @p p INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Alaska National Insurance Company38733 COMMERCIAL GENERAL LIABILITY INSURED Miles Resources, LLC 400 Valley Ave NE Puyallup, WA 98372 INSURER B : Sirius International Insurance Corp 21DLS11734 INSURER c : Continental Casualty Company 20443 INSURER D INSURER E : INSURER F : CLAIMS -MADE • YII.)LR. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDDfYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 21DLS11734 04/01/2021 04/01/2022 EACHOCCURRENCE$1,000,000 CLAIMS -MADE X OCCUR PREMISES occurrrence) X BI/PD Ded: $1,000 (Ea MEDEXP(Anyoneperson) $100,000 $5,000 X WA Stop Gap PERSONAL & ADV INJURY $1,000,000 _GEN'L AGGREGATE LIMIT APPLIESIPER: GENERAL AGGREGATE $2,000,000 — POLICY - X JECOT I LOC PRODUCTS - COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 21DAT11734 04/01/2021 04/01/2022 Eaa acccdentSINGLE LIMIT $1,000,000 X ANY AUTO OWNED SCHEDULED BODILY INJURY (Per person) $ AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X AUTOS ONLY X AUTOS ONLYY PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB X OCCUR 21DLU11734 04/01/2021 04/01/2022 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE WORKERS AND DED EMPLOYERS' X COMPENSATION RETENTION $$10,000 LIABILITY_STATUTE Y / N WA Stop p Ga ONLY PER OTH- ER_ $5,000,000 $ A FEREXL?ECUTIVE OFFICER/MEMBER N/A 21DLS11734 04/01/2021 04/01/2022 E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) It yes, describe under E.L. DISEASE - EA EMPLOYEE $1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 B C C Pollution w/Mold Leased/Rented Eq Inst. Floater CPL00011322 6080724344 6080724344 04/01/2021 04/01/2021 04/01/2021 04/01/2022 04/01/2022 04/01/2022 $3,000,000 limt $800,000 (L/R Eq) $750,000 (I.F.) DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 2021 Overlay Program. Additional Insured Status applies per attached form(s). CANCELLATION City of Tukwila 6300 Southcenter Blvd, Ste 100 Tukwila, WA 98188 ACORD 25 (2016/03) 1 of 1 #S4627069/M4530472 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KTROO This page has been left blank intentionally. Alaska National INSURANCE COMPANY BLANKET ADDITIONAL INSURED — AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part; and b. Has not been added to this policy as an additional insured for the same project by the attachment of an endorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: c. Only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury"; and d. Only as described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "written contract requiring insurance" specifically requires you to provide additional insured coverage to that person for injury ordamage that arises out of "your work", that person or organization is an additional insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; Additional Premium: included (2) If the "written contract requiring insurance" specifically requires you to provide additional insured coverage to that person for injury or damage that is caused, in whole or in part, by the acts or omissions of you or your subcontractor, that person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by the acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies" or '(3) If neither Paragraph (1) nor (2) above applies that person or organization is only an additional insured if, and only to the extent that, the injury or damage is caused by negligent acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to injury or damage caused in whole or in part by independent negligent acts or omissions of such person or organization. ANIC GL 1218 05 18 Page 1 of 3 Alaska National INSURANCE COMPANY 2. If the "written contract requiring insurance" contains a specific requirement that you procure completed operations coverage or coverage within the "products -completed operations hazard" for the additional insured, then the insurance provided to the additional insured covers "bodily injury" or "property damage" that occurs within the "products - completed operations hazard" at the level specified in Paragraph 1.d.(1), 1.d.(2), or 1.d.(3), whichever applies. However, even if completed operations coverage or coverage within the "products - completed operations hazard" is required by the "written contract requiring insurance", such coverage is available to the additional insured only if the "bodily injury" or "property damage" occurs prior to the end of the time period during which you are required by the "written contract requiring insurance" to provide such coverage or the expiration date of the policy, whichever comes first. 3. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the insurance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written contract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written contract requiring insurance". This endorsement will not increase the limits of insurance described in Section III — Limits Of Insurance. b. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. 4. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 5. As a condition of coverage provided to the additional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. ANIC GL 121 8 05 1 8 Page2of3 Alaska National INSURANCE COMPANY b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d. The additional insured must tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which covers that person or organization as a named insured as described in Paragraph 3. above. 6. The following is added to the DEFINITIONS Section: "Written contract requiring insurance" means that part of any written contract or agreement for construction services under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs, and the "personal and advertising injury" is caused by an offense committed, during the policy period and: a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective 4-1-2020 Insured Miles Sand & Gravel Countersigned By Policy No. 20D LS 11734 Endorsement No. Includes copyrighted material of the Insurance Services Office, Inc., with its permission. ANIC GL 1218 05 18 Page 3 of 3 This page has been left blank intentionally. Alaska National INSURANCE COMPANY CONTRACTORS' GENERAL LIABILITY ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. SCHEDULE OF COVERAGES ARE SUMMARIZED BELOW 1. Miscellaneous Additional Insureds 8 additional insured extensions. Primary and Noncontributory Insurance 2. Damage To Premises Rented to You Limit increased to $500,000. 3. Medical Payments Limits increased to $15,000. Reporting period increased to three years from the date of accident. 4. Non -owned Watercraft Increased to 50 feet. 5. Supplementary Payments Cost of bail bonds increased to $10,000. Daily loss of earnings increased to $500. 6. Newly Formed Or Acquired Organizations Coverage extended to the end of the policy period or the next anniversary of this policy's effective date. 7. Liberalization Clause 8. Unintentional Failure To Disclose Hazards 9. Notice of Occurrence 10. Broad Knowledge of Occurrence 11. Bodily Injury - Extension of Coverage 12. Expected Or Intended Injury Reasonable force - bodily injury or property damage. 13. Blanket Waiver of Subrogation Waiver of subrogation where required by written contract or written agreement. 14. In Rem Actions 1. MISCELLANEOUS ADDITIONAL INSUREDS Section II Who Is An Insured is amended to include as an additional Insured any person or organization described in Paragraphs 2.a. through 2.h. below whom you are required to add as an additional insured on this policy under a written contract or written agreement. However, the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury", "property damage" or "personal injury and advertising injury", but Only the following persons or organizations are additional insureds under this endorsement and coverage provided to such additional insureds is limited as provided herein: a. State or Governmental Agency or Subdivision or Political Subdivi- sions Any state or governmental agency or subdivision or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required by any ordinance, law or building code to include as an additional insured on this coverage part is an additional insured, but only with respect to liability for "bodily injury", "property damage", "personal and advertising injury" arising out of such operations. ANIC GL 1187 07 16 Page 1 of 6 Alaska National INSURANCE COMPANY The insurance provided to such state or political subdivision does not apply to any "bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for that state or political subdivision. b. Controlling Interest Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: (1) Their financial control of you, or (2) Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construc- tion and demolition operations performed by or for such additional insured. c. Managers or Lessors of Premises A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises; or (2) Structural alterations, new con- struction or demolition operations performed by or on behalf of such additional insured. d. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by you. This insurance does not apply to structural alterations, new construc- tion or demolition operations performed by or for such additional insured. e. Owners or Other Interests From Whom Land Has Been Leased An owner or other interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to lease that land; or (2) Structural alterations, new con- struction or demolition operations performed by or on behalf of such additional insured. f. Co-owner of Insured Premises 9. A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co-owners liability as co-owner of such premises. Lessor of Equipment Any person or organization from whom you lease equipment. Such person or organization is an additional insured only with respect to their liability for "bodily injury", "property damage" or "personal and Advertising injury" caused, in whole or in part, by your maintenance, oper- ation or use of equipment leased to you by such person or organization. A person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such leased equipment ends. With respect to the insurance afforded these additional insureds, the following additional exclusions apply: This insurance does not apply: (1) To any "occurrence" which takes place after the equipment lease expires; or ANIC GL 1187 07 16 Page 2 of 6 Alaska National INSURANCE COMPANY (2) To "bodily injury", "property damage", or "personal and advertising injury" arising out of the sole negligence of such additional insured. h. Owners, Lessees or Contractors (1) Such person or organization is an additional insured for "bodily injury", "property damage" and "personal and advertising injury" if, and only to the extent that, the injury or damage is caused by negligent acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract applies. This person or organi- zation does not qualify as an additional insured with respect to injury or damage caused in whole or in part by independent negligent acts or omissions of such person or organization. (2) However, this insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: (3) i. the preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design or specifications; and ii. supervisory, inspection, or engineering services. The insurance provided to this additional insured, does not cover "bodily injury" or "property damage" caused by your negligent acts and omissions in the performance of "your work" that occurs within the "products - completed operations hazard", unless the written contract contains a specific requirement that you procure completed operations coverage or coverage within the "products -completed operations hazard" for the additional insured. However, even if coverage within the "products -completed operations hazard" is required by the written contract, such coverage is available to the additional insured only if the "bodily injury" or "property damage" occurs prior to the end of the time period during which you are required by the written contract to provide such coverage or the expiration date of the policy, whichever comes first. Any insurance provided to an additional insured designated under Paragraphs 2.a. through 2.g. above does not apply to "bodily injury" or "property damage" included within the products -completed operations hazard." Primary And Noncontributory Insurance The following is added to the Other Insurance Condition and supersedes any provision to the contrary: This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. Section III - Limits of Insurance, the following is added: With respect to the insurance afforded to the additional insureds described in Paragraphs a. through h. above, the most we will pay on behalf of such additional insured is the amount of insurance: (1) Required by the contract or agreement; or (2) Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. ANIC GL 1187 07 16 Page 3 of 6 Alaska National INSURANCE COMPANY This provision shall not increase the applicable Limits of Insurance shown in the Declaration. 2. Damage To Premises Rented to You SECTION III — LIMITS OF INSURANCE, Paragraph 6. is replaced by the following: 6. Subject to Paragraph 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you with permission of the owner. If a limit is shown for Damage to Premises Rented to You the most we will pay under Coverage A for damages because or "property damage" to any one premises is the Limit shown in the Declarations or $500,000, whichever is greater. 3. MEDICAL PAYMENTS A. Section III — Limits of Insurance, Paragraph 7. is replaced by the following: 7. Subject to Paragraph 5. above the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. If a limit is shown for Medical Expense in the Declarations the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person is the Limit shown in the Declarations or $15,000, whichever is greater. B. This provision 5. (Medical Payments) does not apply if Section I - Coverage C Medical Payments is excluded either by the provisions of the Coverage Part or by endorsement. C. Paragraph 1.a.(3)(b) of Section I - Coverage C - Medical Payments, is replaced by the following: (b) The expenses are incurred and reported to us within three years of the date of the accident; and 4. NON -OWNED WATERCRAFT A. If endorsement CG 21 09, CG 21 10, CG 24 50, or CG 24 51 is attached to the policy, Paragraph A. 2. g. (2) (b) is replaced by the following: (b) A watercraft that you do not own that is: (1) Less than 50 feet long: and (ii) Not being used to carry persons or property for a charge. B. If Paragraph A. does not apply, Paragraph g. (2) of 2. EXCLUSION under SECTION I — COVERAGES, COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: (2) A watercraft that you do not own that is: (a) Less than 50 feet long; and (b) Not being used to carry persons or property for a charge. SUPPLEMENTARY PAYMENTS A. Under Section I - Supplementary Payments - Coverage A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is replaced by $10,000; B. In Paragraph 1.d., the limit of $250 shown for daily loss of earnings is replaced by $500. 6. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Paragraph 3.a. of Section II - Who Is An Insured is deleted and replaced by the following: Coverage under this provision is afforded only until the end of the policy period or the next anniversary of this policy's effective date after you acquire or form the organization, whichever is earlier. ANIC GL 1187 07 16 Page 4 of 6 Alaska National INSURANCE COMPANY 7. LIBERALIZATION CLAUSE If we adopt a change in our forms or rules which would broaden coverage for contractors under this endorsement without an additional premium charge, your policy will automatically provide the additional coverages as of the date the revision is effective in your state. 8. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS — Paragraph 6. — Representations is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. The unintentional omission of, or unintentional error in, any information you provided to us which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable laws and regulations. 9. NOTICE OF OCCURRENCE The following is added to Paragraph 2. of Section IV - Commercial General Liability Conditions - Duties In The Event of Occurrence, Offense, Claim or Suit: Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an "occurrence", offense, claim or "suit" and that failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not covered under this Coverage Part. However, you shall give written notice of this "occurrence", offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such "occurrence", offense, claim or "suit." 10. BROAD KNOWLEDGE OF OCCURRENCE The following is added to Paragraph 2. of Section IV - Commercial General Liability Conditions - Duties in The Event of Occurrence, Offense, Claim or Suit: You must give us or our authorized representative notice of an "occurrence", offense, claim, or "suit" only when the "occurrence", offense, claim or "suit' is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or (4) A manager, if you are a limited liability company. 11. EXPANDED BODILY INJURY Section V - Definitions, the definition of "bodily injury" is changed to read: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the bodily injury, sickness or disease. 12. EXPECTED OR INTENDED INJURY Exclusion a. of Section I - Coverage A - Bodily Injury and Property Damage Liability is replaced by the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. ANIC GL 1187 07 16 Page 5 of 6 Alaska National INSURANCE COMPANY 13. BLANKET WAIVER OF SUBROGATION The Transfer Of Rights Of Recovery Against Others To Us Condition (Section IV - Commercial General Liability Conditions) is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products - completed operations hazard." However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. 14. IN REM ACTIONS Any action in rem against any vessel owned, operated by or for, or chartered by or for you will be treated in the same manner as though the action were in personam against you. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Insured Countersigned By Policy No. Endorsement No. Includes copyrighted material of Insurance Services Office, Inc., with its permission ANIC GL 1187 07 16 Page 6 of 6 Alaska National INSURANCE COMPANY MOTOR CARRIER COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: MOTOR CARRIER COVERAGE FORM (The entries required to complete this endorsement will be shown below or on the "schedule of coverages".) Various provisions in this endorsement restrict coverage. Read the entire policy carefully to determine rights, duties, and what is and is not covered. Throughout this policy, the words you and "your" refer to the Named Insured shown in the Declarations. The words "we", "us", and "our" refer to the company providing this insurance. Other words and phrases that appear in quotation marks have special meaning. Refer to SECTION VI — DEFINITIONS in the Motor Carrier Coverage Form. The coverages provided by this endorsemen apply per "accident" and, unless otherwis specified, are subject to all of the terms, conditions exclusions and deductible provisions of the policy to which it is attached. Below is a summary of the changes made by this endorsement to the MOTOR CARRIER COVERAGE FORM. This summary is for convenience only. Refer to the specific language for complete details. 1. EMPLOYEE AS INSURED (HIRED AUTO — LESS THAN 10,000 POUNDS GVW) 2. "BLANKET" ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT 3. COST OF BAIL BONDS — INCREASED TO $5,000 4. REASONABLE EXPENSES INCURRED BY THE INSURED — INCREASED TO $500 PER DAY 5. TOWING AND LABOR COSTS - $2,500 PER DISABLEMENT SUBJECT TO $5,000 ANNUAL AGGREGATE t e 6. TRANSPORTATION EXPENSES — INCREASED TO $200 PER DAY/MAXIMUM OF $1,500 7. LOSS OF USE EXPENSES (HIRED, RENTED OR BORROWED) INCREASED TO $200 PER DAY/MAXIMUM OF $1,500 8. AIRBAG COVERAGE 9. FUEL IN VEHICLE COVERAGE - $2,500 10. FIRE EXTINGUISHER RECHARGE COVERAGE 11. AUTO LOAN/LEASE GAP COVERAGE - $2,500 12. PERSONAL PROPERTY COVERAGE FOR DRIVER- $1,000 13. TELEMATICS EQUIPMENT COVERAGE - $2,500 14. "DOWNTIME LOSS" AND RENTAL REIMBURSEMENT COVERAGE - $150 PER DAY, 30 DAY MAXIMUM 15. SINGLE PHYSICAL DAMAGE DEDUCT- IBLE PER LOSS 16. DEDUCTIBLE ON GLASS BREAKAGE WAIVED IF GLASS REPAIRED RATHER THAN REPLACED 17. TRANSFER OF RIGHTS OF RECOVERY AGAINST US (WAIVER OF SUBROGA- TION) 18. UNINTENTIONAL FAILURE TO DIS- CLOSE HAZARDS 19. OTHER INSURANCE CHANGES 20. BODILY INJURY INCLUDES MENTAL ANGUISH ANIC CA 1220 01 19 Page 1 of 5 Alaska National INSURANCE COMPANY SECTION II — COVERED AUTO LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include: f. Any "employee" of yours while operating an "auto" with a gross vehicle weight of less than 10,000 pounds hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. Any person or organization for whom you have agreed in writing to provide insurance such as is afforded by this Coverage Form, but only with respect to liability arising out of the ownership, maintenance or use of "autos" covered by this policy. SECTION II — COVERED AUTO LIABILITY COVERAGE, Paragraph A.2.a. (2) — Supplementary Payments is replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. SECTION II — COVERED AUTO LIABILITY COVERAGE, Paragraph A.2.a. (4) — Supplementary Payments is replaced by the following: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. g. 2. Towing We will pay up to $2,500 for towing and labor costs each time a covered "auto" is disabled. However, the labor must be performed at the place of disablement. The most we will pay for towing and labor costs is $5,000 in any one policy year. SECTION II — COVERED AUTO LIABILITY COVERAGE, Exclusion B.5. is amended to add: This exclusion does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. Such coverage as is afforded by this provision is excess over any other collectible insurance. SECTION IV — PHYSICAL DAMAGE COVERAGE, Paragraph A.4.a. — Transportation Expenses is deleted and replaced by the following: a. Transportation Expenses We will pay up to $200 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" that is 20,000 lbs. of Gross Vehicle Weight. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". SECTION IV — PHYSICAL DAMAGE COVERAGE, Paragraph A.4.b. — Loss of Use Expenses is replaced by the following: b. Loss of Use Expenses — Hired, Rented, or Borrowed Automobiles We will pay expenses for which an "insured" becomes legally responsible for loss of use of a vehicle hired, rented or borrowed without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than Collision, only if the Declarations indicate that Compre- hensive Coverage is provided for the vehicle withdrawn from service. (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for the vehicle withdrawn from service. Collision only if the Declarations indicate that Collision Coverage is provided for the vehicle withdrawn from service. However, the most we will pay for any expenses for loss of use is $200 per day, to a maximum of $1,500. (3) ANIC CA 1220 01 19 Page 2 of 5 Alaska National INSURANCE COMPANY Section IV — PHYSICAL DAMAGE COVERAGE The following are added to A. Coverage: 5. Airbag Coverage We will pay the cost to repair, replace, or reset an airbag that inflates for any reason other than as a result of a collision if the Declarations indicate that the covered "auto" has Comprehensive Coverage or Specified Causes of Loss Coverage. 6. Fuel in Vehicle We will pay up to $2,500 for the actual loss sustained as a result of Toss of fuel in a covered "auto", used to operate the "auto", caused by a covered loss to the covered "auto." No deductible applies to this coverage. 7. Fire Extinguisher Recharge We will pay the cost to recharge or replace, whichever is less, fire extinguishers kept in your covered "autos" that are intentionally discharged in an attempt to extinguish a fire. No deductible applies to this coverage. 8. Auto Loan/Lease Gap Coverage In the event of a total "loss" to a covered "auto" for which we pay under the policy's Physical Damage Coverage, we will pay any unpaid amount due on the lease or loan for that "auto," less: a. The amount paid under the policy's Physical Damage Coverage and any: (1) Overdue lease/loan pay- ments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; Security deposits not returned by the lessor; (4) Costs for extended war- ranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and Carry-over balances from previous loans or leases. The most we will pay as a result of any one "loss" is $2,500. (3) (5) 9. Driver's Personal Property We will pay up to $1,000 for loss or damage to personal property or effects of any driver of a covered "auto" while contained in that "auto" and caused by: a. Fire, lightning or explosion; b. Windstorm, hail or earthquake; c. Flood; d. Mischief or vandalism; e. The sinking, burning, collision or derailment of any conveyance transporting the covered "auto"; f. The covered "auto's" collision with another object; or The covered "auto's" overturn. g. We will not pay for loss or damage to coins, currency, securities or contraband. Exclusions 2.c., 2.e. and 2.f. of Section IV, B., Physical Damage Coverage do not apply to this coverage. This coverage is excess over any other collectible insurance. No deductible applies to this coverage. 10. Telematics Equipment Coverage We will pay up to $2,500 for loss or damage to "telematics" equipment in a covered "auto" caused by a covered cause of "loss". This coverage applies whether or not the equipment is permanently installed in, or mounted on, the covered "auto." Exclusions 2.c., 2.e. and 2.f. of Section IV, B., Physical Damage Coverage do not apply to this coverage. No deductible applies to this coverage. 11. Downtime Loss and Rental Reimburse- ment Coverage We will pay any resulting "downtime loss" and rental reimbursement expense you sustain as a result of a covered physical damage "loss" to a covered "auto" up to a maximum of $150 per day for a maximum of 30 days for the same physical damage loss, subject to the following limitations: ANIC CA 1220 01 19 Page 3 of 5 Alaska National INSURANCE COMPANY a. We will cover "downtime loss" and rental reimbursement expenses beginning the sixth day after: (1) We have given you our agreement to pay for repairs to a covered "auto" and you have given the repair facility your authorization to make the repairs; or (2) The date you first reported the "loss" to us if we have declared your auto a total "loss"; and b. Coverage for "downtime loss" and rental reimbursement will end when any of the following occur: (1) You have a spare or reserve "auto" available to you to continue your operations. (2) You purchase a replacement "auto." (3) Repairs to your covered "auto" have been completed by the repair facility and the "auto" has been determined to be road -worthy. (4) You reach the 30 days of maximum coverage. Coverage for "downtime loss" and rental reimbursement is excess over any other insurance coverage available. SECTION IV — PHYSICAL DAMAGE COVERAGE D. Deductible is replaced by the following: For each covered "auto", our obligation to pay for, repair, or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. However, if more than one covered "auto" is involved in the same loss, only one deductible will apply to the loss. If the deductible amounts vary, the largest deductible will apply. No deductible applies to glass breakage if the glass is repaired rather than replaced. SECTION V — MOTOR CARRIER CONDITIONS, Paragraph A. 5. — Transfer of Rights of Recovery Against Others To Us is amended to include: 5. Transfer of Rights of Recovery Against Others to Us This condition does not apply to any person(s) or organization(s) to the extent that subrogation against that person or organization is waived prior to the "accident" or the "loss" under a contract with that person or organization. SECTION V — MOTOR CARRIER CONDITIONS — Paragraph B.2. — Concealment, Misrepresentation Or Fraud is amended by adding Unintentional Failure to Disclose Hazards at the end of Paragraph B.2. as follows: Unintentional Failure to Disclose Hazards If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. SECTION V — MOTOR CARRIER CONDITIONS — B. General Conditions, 5. Other Insurance — Primary and Excess Insurance Provisions — f. is replaced by the following: f. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent, or borrow; and (2) Any covered "auto"" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". SECTION VI — DEFINITIONS — Paragraph C. — "Bodily injury" is replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including death or mental anguish resulting from any of these. Mental anguish means any type of mental or emotional illness or disease. ANIC CA 1220 01 19 Page 4 of 5 Alaska National INSURANCE COMPANY SECTION VI — DEFINITIONS — the following are added: S. "Downtime Loss" means actual loss of "business income" for the period of time that a covered "auto": 1. is out of service for repair or replacement as a result of a covered physical damage loss; and 2. is in the custody of a repair facility if not a total "loss." T. "Business Income" means: 1. Net Income (net profit or loss before income taxes) that would have been earned or incurred; and 2. Continuing normal operating expenses, including payroll. U. "Telematics equipment" means: Equipment, devices, or software, used in vehicle telematics systems. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Insured Countersigned By Policy No. Endorsement No. Includes copyrighted material of the Insurance Services Office, Inc., with its permission. ANIC CA 1220 01 19 Page 5 of 5 This page has been left blank intentionally.