Loading...
HomeMy WebLinkAbout001187 Original Contract City of Port Angeles `���.,A"14% fJ City of Port Angeles Record # 001187 �� Public Works&Utilities Dept. 1� Engineering Office 321 E.Fifth Street SMALL NVORKS ROSTER 9 Port Angeles WA 98362 Tel:360-4174541 Fax: 360-417-4709 ❑ Request for Bid ® Contract Contract Title: 2017 Pavement Repair, Various Locations Project Number: CON-2017-03 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND LAKESIDE INDUSTRIES, INC, WASHINGTON ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment"A"(Attachment"A"may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2.TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): ❑ All work under this Contract is to be completed by this date: ❑ All work under this Contract is to be completed 20 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. (See attachment A for specific schedule for work). ® The performance period under this Contract commences 10 calendar days after notice to proceed and ends (10 working days thereafter). 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract(check one): ❑ Force Account -Time and material, not to exceed: $ ❑ Force Account-Time and actual expenses incurred, not to exceed: $ ❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $ ® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $162,740.00 The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except those indicated to be furnished by the City of Port Angeles in Attachment A. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. (CON-2017-03) Page 1 Rev.6/17/16 E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Contractor, upon the occurrence of any one or more of the events hereafter specified. (CON-2017-03) Page 2 Rei. 6 17 16 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. INDEMNIFICATION / HOLD HARMLESS A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. (CON-2017-03) Page 3 RcN.6 17 16 11. INSURANCE, BONDS, & RETAINAGE A. The Contractor shall maintain insurance as set forth in Attachment B. B. If the total bid amount including tax exceeds $35,000, this project will be awarded as a small works roster contract and payment and performance bonds and retainage will apply in accordance with Washington State law. A retainage of 5% will then be applicable to this contract. The Contractor shall obtain payment and performance bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security Transmittal Form, Performance and Payment Bond form, and Escrow Agreement for Retained Percentage form are available from the Operations Office of Public Works & Utilities (Telephone 360-417-4541). Performance Bond and Retainage forms are provided in Attachment C. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the City, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it(them). 12. PREVAILING WAGE This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits and other requirements. Workers shall receive no less than the prevailing rate of wage. Contractor shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in Contractor's price adequate increases in such wages during the performance of this Contract. The Contractor is advised to consult the Washington State Department of Labor and Industries to determine the prevailing wages that must be paid. This public works project is being done in Clallam County. Washington State wage determinations for Clallam County Journeymen and Apprentices can be found at: https://fortress.wa.gov/1ni/`wagelookuplprvWagelookup.aspx httl2s•//fortress wa gov/Ini/wagelookup/ApprenticeWageLookup aspx The applicable wage determinations to use have an effective on the bid due date. A copy of the applicable wage rates is available for viewing at the Port Angeles Public Works and Utilities Contracts Office. In addition, this agency will mail a hard copy of the applicable wage rates upon request. For a contract award under $2,500, and in accordance with RCW 39.12.040(2), the Contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages &Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid (CON-2017-03) Page 4 Rev.&IT 16 containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: - At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; - Have a current state unified business identifier number; - If applicable, have: 1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; 2) An employment security department number as required in Tile 50 RCW; and 3) A state excise tax registration number as required in Tile 82 RCW; 4) An electrical contractor license, if required by Chapter 19.28 RCW; 5) An elevator contract license, if required by Chapter 70.87 RCW. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 20. COMPENSATION AND METHOD OF PAYMENT. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Contract. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. (CON-2017-03) Page 5 Re%.6 17 16 D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in this Contract. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in Attachment D to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. Final payment requests shall also include a Certification of Work Completion and Acceptance located in Attachment D). IN WITNESS WHEREOF, the parties have executed this Contract as of the last signature affixed below. LAKESIDE INDUSTRIES, INC. CITY OF PORT ANGELES By: n[j;k, y� By: Printed Name: mi4&. 1110mcS Printed Name: Title: '?r o JO'C't Men cA F1 Title: A-r� A LiAC-7, Date: 2. 9- 11 Date: ZI ► ( �1�1 Address: ?,o. ,Sax -72-Z City: ?ori A/ii!5cAi2 S APPROVED AS O FORM: r Tax ID #: 91. 0'1SIIo57 BY: Phone Number: (360) q9Z-7803 CITY ATTORNE ATTEST: BY:41r ITY LERK (CON-2017-03) Page 6 Rev.6/17/16 City of Port Angeles ATTACHMENT "A" Engineering Office WORK BY CONTRACTOR Public Works and Utilities Department 360-417-4541 The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. General Scope: Subgrade and asphalt pavement replacement for roadway repairs. Location: 2100 Block W. 16•" St., 500 Block E. Park Ave., 600-800 Block S. Liberty St, and 3800 Block McDougal St. Site Point of Contact: Jonathan Boehme at 360-417-4811. Work Hours and Schedule: The contractor will be allowed to work from 7:30 AM to 3:30 PM, Monday through Friday. Work outside of these hours may be requested from and is at the discretion of the City Engineer. Permits: None Required Work Requirements: 1.0 Project Description Existing asphalt pavement and subgrade material shall be removed and replaced in accordance with these specifications and the attached detail drawing at locations marked in the field by the Engineer. 2.0 Standard Specifications This contract incorporates the Washington State Department of Transportation's 2016 Standard Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard Specifications and the City ofPortAngeles Urban Services Standards and Guidelines(current edition). 2.1 Special Provisions 1-01.3 Definitions (.'March 8, 2013 APTVA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. A ward Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. ,'Votice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. (CON-2017-03) Page 7 ReN.6'17 l6 Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities,both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work,replacement of temporary substitute facilities,plant establishment periods,or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on v,I-.i c'i t'le Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications,Amendments, or WSDOT General Special Provisions, to the terms"State","Department of Transportation", "Washington State Transportation Commission","Commission","Secretary of Transportation", "Secretary","Headquarters", and "State Treasurer"shall be revised to read"Contracting Agency". All references to"State Materials Laboratory"shall be revised to read"Contracting Agency designated location". All references to"final contract voucher certification"shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement,award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items,identified separately in the Bid Proposal,which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. (CON-2017-03) Page 8 Rei.6'17A6 Contract Bond The definition in the Standard Specifications for"Contract Bond" applies to whatever bond form(s) are required by the Contract Documents. which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. All references to "Engineer" and "Project Engineer" are redefined to mean City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. Bid Items Not Included in the Proposal Section 1-04.1(2)is replaced with the following: "When the contract specifies Work that has no Bid item, and the Work is not specified as being included with or incidental to other Bid items, payment for the Work shall be included in an appropriate unit price or lump sum bid item in the Bid Form." 1-04.2 Coordination of Contract Documents, Plans,Special Provisions, Specifications,and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions. including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, (CON-2017-03) Page 9 Re%.6 17,1b 6. Current edition of the City of Port Angeles Urban Services Standards and Guidelines, 7. WSDOT Standard Specifications for Road. Bridge and Municipal Construction, and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes in Work Section 1-04.4, Changes, of the Standard Specifications shall be supplemented with the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the"REQUEST FOR INFORMATION (RFI)"form. A construction contract change order may be initiated by the Contractor, City Inspector, or Engineer by using the RFI form contained in Contract documents. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation. the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work. or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one(1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. (CON-2017-03) Page 10 Rev.61 16 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date, The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection.The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read.- Whenever ead:Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. (CON-2017-03) Page 11 Re,.WIT]6 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973(WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. (COI;-2017-03) Page 12 Rcv� 61"'''.6 1-07.2 State Taxes Section 1.07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1)apply. 1-07.18 Public Liability and Property Damage Insurance Section 1.07.18 is replaced with "Attachment B" Insurance. 5-04 Hot Mix Asphalt Description Section 5-04.1 is replaced with the following.- This ollowing:This work shall consist of removing and replacing asphalt concrete pavement, road subgrade and other associated work at locations indicated by the Engineer, in accordance with these specifications and as shown in the project details. Acceptance Sampling and Testing-HMA Mixture (January 5, 2004) Section 5-04.3(8)A is supplemented with the following: Commercial HMA Evaluation The following HMA will be accepted by commercial HMA evaluation: "HMA for Pavement Repair CI.—PG—" Control Section 5-04.3(10)B is deleted. Joints Section 5-04.3(12) is supplemented with the following: HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. All cold joints, whether they are butt or lap joints, shall be sealed on the surface at the joint with AR- 4000. Surface Smoothness (January 5, 2004) The second sentence of Section 5-04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 114 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to centerline. Section 5-04 shall be supplemented with the following. HMA shall be Class Yz° PG 64-22 shall be placed to the depth indicated, 2" on Access Streets, and 4" on Arterial Streets. 161''Street, McDougal Street, and Liberty Street are classified as Access Streets, Park Street is classified as an Arterial Street. Surface smoothness shall be per section 5-04.3(13). Unacceptable paving patches shall be corrected by removal and repaving of the patch. Measurement Section 5-04.4 is supplemented with the following: "HMA for Pavement Repair CI._PG_" will be measured by the square foot. (CON-2017-03) Page 13 Rei.h.17'16 bI (£0-LIOZ-NOD) •paau16u3 aql Aq plall agl ui paVew aq 1pm sllwll lenloy •pledap luawaned ;o uolle3ol pue azis alewlxopdde aql molts of Aluo sasodpnd buippiq po; papinad ape S g6nopgl Z sarn61,I uolIDas pledab luawaned leoldA_L-9 ambi j • eapy gled alewixopddy laaalS lebnod:)W - S apn6lj • eapy Pled alewlxopddy laaalS Alp !j - b apn6ld eaay pled alewlxopddy laaalS Need - £ apn5i I • eapy q:)led alewlxopddy lawls 4:91 - Z apn51 I • deW AIlulolA- 1 apn6l-4 :loeiluo:) sigl jo aped aie s6ulMepp palsl! 6uimo1lo;aql :s6u1meaa 0'£ -uollnllod paleM pue uolsopa lopluoo 01 Ajessaoau luawipas;o lesodslp pue Ienowap bulpnlow saolnap loiluoo uopnllod palem pue uolsopa;o lenowap pue 'aoueualulew 'uollellelsuw apnloul !legs 'wnS dwnj '„lopluoo uollnpod paleAA/uolsop3„ :snnollo;se paslnap sl g'to-g uogoaS luawAed wnS dwnj '„laluoZ)uollnllod p81eA/Vuo1sop3„ of Aldde llegs apnseaw;o llun oUpods ON :6uiMollo;agl qpm paluawalddns sl t7-LO-9uogoaS luawainseaw joiluoo uoilnllod paleM pue 1oAuo3 u01soJ3 60-8 uo lezil!gow pue 'sluiof luawaned ;0 6ulleas `Ilegdse xlw log;o uopoedwoo pue 'luawaoeld 'lneq 'aspnoo aseq 6u!oe}pns gsnpo;o uolloedwoo pue 'luawaoeld 'lneg 'uollezll!gels !!os pol alllxaloa6;o uollellelsul pue uolslnoid 'leualew apep6gns 6wlslxa ;o lesodslp pue 'lneq 'uolleneoxa 'luawaned llegdse 6wlslxa;o lesodslp pue 'lneq 'lenowap '6U1Mes luawaned '01 pallwll lou lnq '6ulpnlouw loeiluoo slgl pue to-g uolloaS;o sluawapinbap aql Ino fujeo of pappnoul slsoo Ile po; uollesuadwoo lln;aq !legs„—Jd '10 pledaa luawaned po;VAH.pol loo;apenbs pad eaud loepluo(]pun aql :buimollo;agl gllM ooeldap pue 9.170-g uolloas;o gde16eied puooes aql 91919(] luawAed an—W4V-lb�Mvl..w a—* —jb A. N ODZ'C s&................. 11VO01 103rou 'ISIBOnOCIONVOISOOK I 1SAVOCII-l'SX3018009-009 I 'GAV)PBd'3 N00113 009 1 1S 4191. **IS DO LZ dV—YYAiIN101A 1 POPJ-d J!BdGU IUOWOALd L-L—O'Z*-- einaW suwrl 6ui431ed POW ,.�„�-....u.-..., sPuno9 pafad ..wWl�w.��.Y 1y'�w.i/I.Y.4 YNYrMier�A o pueSal or w' bs xojdde ear e ' 0092=�' ) d LPIed Lle4dsd d r . i 9LLZ � .• ' ►ZLZ £OLZ =�r BUZ ME r 4b�9�M�s 8ELZ SLLZ fZLZ Mz 62 4 l l l BILI , - ` "► yGJ hNa 'IS le6nod3y4 rl3ol8 009£ I '3S A.WeU!l'S Wpol9 009-009 I 'OAV)Ped'3 M:)019 009 I 'LS 419E 'M Hoo19 002 lc)a.ad jie a8 JU9W9ned L l4Z .z ain61j — 9lw!1 6u143led 11e4dsv AK wwy r.„er�.�.,rw+3ro -.,�.nr..ev.••.r...�v.+n,y..ry�,. S Un 3a(W N P 093 d .w..�........rYr+rwbr•1VMT.�....�,.... rPV— -r,r•..•h .. ..Q,.. ..n-.-.. rte..,09 xoidde ea1y 4oled ile4dsb r� : ._.. ....�L! 009 1 O►S.-.. J 009 ^- OLS r ElPly } diO -r, 90s 0 ar+s a�f * �z 619 119 109 ES 69S ccs t' SZS 619 a 11S y r ' 0 V19: 909 .a s• OEs { • t SIS —j+r►- 9Es 4 a� vos � a At.. 0 *ig _ aAV UogSeA L19 � 909 „` 1SS ►° , rY Y OSS EES LOS SOS 1S 1e6no(oy4 Mool9 008£ I '1S hvaq!l-S pole 009-009 I 'aAH NJed'3)1019 009-009 I -IS 4191 M X13019 00I 199.oad pie ea 1uGw9Aed L[OZ -£ain6!d - stilwl-1 6uKsled lleydsv �,.11 n...�. IWIay.\.+wll/M'.WI .4)+pp u4MM1�Iw'MMw spunog pafoJd an•+•�•.+rwr�rWr a i PPS LM 'Y i * 'bs OOLb=('xoxide)easy 4aled lle4dsV PA/a Ug 1 . oEE �- o ZZE l902 ` 1 !�` toe Is' r r eVZL SEE CZE I, ££L �r ZZEI ti -"�_, n. � LLL � �l «,; �•� 9 � COL LL ter' g r~I 909 Y' 91.9 ` f 01.9 f OL9 LZS4ia 09 l '1S le6nodolry Hoole 009£ I '1S Ava4!l S NoolS 009-009 I 'OAV MMd'3 N3019 009 I '1S 4191 'M WoolB OOLZ 109,oad pie as Iuawaned 1602 - sl!wt'1 6wyoled)le4dsv Ja1�a�t- ,a.�n�--+nw..a.r ��ww w.•r+.^�....�.v..�r a..�.r.ww...•►.w n o„�-•..+n w�� SPUn09 133f W d ,..-err•....�.w.W.4�'uW n v.•tir.,r.ow.d.,a�...y,..� o pu-6a al o0 1 i 2 •14'bs 000£_( xoidde) eajy L4 lieydsy tD 7S yoiny� v. ;!Rt 6Z6 trim ♦ �r;! tZ6 t + •J iBC Z£6 ` ry k f f _ AID xoojqualE) Y yg N C' tE6 a • Ste Ste y a. '1S le6nopoW m:)o18 008£ I 7S Fuaq!l'S Moo18 008-009 I '9AV MNEd'3 X3018 009-009 I '1S 4191 •M N3018 ONZ 139•ad pie a�1 Juawaned L WZ Figure 6. 2017 Pavement Repair Proiect I PROJECT DETAILS 2100 Block W. 16"St. 1 500 Block E.Park Ave. 1 600-800 Block S.Liberty St. 3800 Block McDougal St. DETAIL 1: PAVEMENT REPAIR SECTION VAR. - 6' Ml N. - 17' MAX. 1AR11"S ��- VARIES 2"MIN. COMPACTED DEPTH HMA ACCESS ST s" MIN. COMPACTEC DEPTF! HMA AP7PAL ST 8" MIN. COMPACTED DEPTH CSBC CONSTRUCTION GEOTEXTiL£ FOR SOrL STABILIZA77ON NO TES: 1. INSTALL GEOTEX77LE FOR SOIL STABILIZATION PRIOR TO PLACING BASE COURSE DETAIL 2: STORM DRAIN INLET PROTECTION DR A;E�ATT_\ I ,E� fi ETFIEVM.Sysmw(TW) SE:iwEHr AND cuva;� _ � �- � DKxF(.o11 ew+zs D 'E 8E1DW NPT(RATE DE WE A \� a BELM NLFT WATE DEra OYD LCW S ASs(Tn. WA A F 1` J �Ap Wt THE tifiOW WLLT—M DEVICE(B.'D)FOR TIE ST MATER STRUCTURE IT ase7m vLrsv t TME 81.0 SHA4 M<r(♦91,ILTyr.Nip4-FLSTF REl1F S1?lE1/(LIEF.i]W f1YPA55). NOT TO SOALE ] ME RE MINAL C1 1E9 WJST ALYOW RDJ:-L X ME 912 r11110UT S"L11WC TIE CCLEECTEE WATID-L 4 PERFCRW 11AIATV4"CE M ACCMAN-E*"STANyA D SPECFKATIOW 8-01 3(15). 4.0 Description of Work Pavement Repair The Contractor shall remove the existing asphalt pavement at locations to be marked by the Engineer. Edges of pavement to be removed shall first be saw cut. The existing subgrade shall be removed and disposed of to the depth indicated. Geotextile shall be installed and subgrade material and hot mix asphalt placed and compacted to the depths indicated. All pavement joints shall be sealed. The City shall provide the Contractor traffic control, on up to one active work zone at a given time. If the Contractor desires to actively perform work at more than one location, any additional traffic control will be at the Contractors expense and shall be considered incidental to the work. Work on McDougal Street must be performed with one lane open to traffic. At Park, Liberty, and 16111 project sites the street may be closed to traffic during active work hours. At the end of each work day the Contractor shall be responsible for restoring street to allow local access through work zone. (COIN-2017-03) Page 15 Rei. 6,;7 16 City of Port Angeles ATTACHMENT "B" Engineering Office Public Works and Utilities Department INSURANCE 360-417-4541 INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or (COI`-2017-03) Page 16 Rev.6./17/16 insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. (COI\-2017-03) Page 17 Rn. 6 17,'16 A� CERTIFICATE OF LIABILITY INSURANCE DATE'03'2o YYI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. H SUBROGATION IS WAIVED,subject to the terns and conditions of the policy,certain policies may require 3n endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Parker,Smith&Feek,Inc. PHONE 425-709-3600 I{ rpN,425-709-7460 2233 112th Avenue NE EMAIL Bellevue,WA 98004 ADDRESS: I NSURER(S)AFFORDING COVERAGE NAIC s _. INSURER A: Zurich AmerCan Insurance Co. INSUREDINsuRER s: Amencan Guarantee&Liabi'ity Ins. Lakeside Industries.Inc. � — - P.O.Box 7016 INSURER C: Issaquah,WA 98027 INSURER D: IKSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER. THIS IS TO CERTIFY THAT THE POLICIES Or INSURANCE LISTED BELCIA HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVVITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT W17 RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AF�-OP.DED 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. !NSR TYPE OF INSURANCE ADSL U Q; POLICY NUMBER MMIDDPOLICY/YYYY MY1DDrYYYY L1YR5 EFF POLICY EXP LTR A t GENERAL LIABILITY GLA399263012 6,'1,'2016 6/1/2017 EACH OCCURRENCE s ',000,000 IIA MA E RENTED 300.1300 X COMMERCIAL GENERAL LIABILITY X X M ES(E o rence�,; _ c-A,,S-MADE r OCCUR IED EXP'Any e Person g 10.000 �. PERSONAL&ADV IN.L:RY 5 1,000,0013' GENERAL AGGREGATE $ 2,C00,000 _GEN'L AGGREGATE L'MR APPLIES PER: PRODUCTS-COMP O-AGG s._2,000,OOC POLICY X ! PCC- X LOC _ ,.5 A AUTOMOBILE LIABILITY GLA399263012 6/1/2016 61�"L017 COMBIN_D SINGE-E l 3,000.000 ANY AJTC O X X BODILY NJURY_Per person;, 5 X �, ALL OWNED SCHEDULED ! BODILY INJURY.Per acsJe❑t) AUTOS —NUONOWNED PROPER 7Y DAMAGE $ HIRED AUTOS AUTOS �tPer acdden0___ L i s 3 UMBRELLA LIAR X OCC SXS937923712 6/1!2016 6/1!2017 EACH OCCURRENCE 2,0013,000 i X I EXCESS LAB ��.AItJS-MACE X IX AGGREGATE $ 2.000.0,00 , DED X RE=-N-ION So _ _ _ $ _. A WORKERS COMPENSATION GLA399263012 TORSiA'�c X ca AND - AND EMPLOYERS'LIABJLrTY Y i N 6/1/2016 '�6/1/2017 ANY PROPRIETC"AR-NER`EXECU'R`E ~Washington Stop Gap E.L.EACH ACCIDENT 5 i.000,000 OPFICER'MEMBEREXCLUDED^ N.A - (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$ 1 000,000 H desa de under1.000,000 DESCRIPTION OF OPERATIONS:;%c- DESCRIPTION DISEASE-POLICY LIMIT s I � I DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES (Attach ACORD 101,Additional Remarks Schedule,M more space Is relil LI Job No.047030-CON-2017-03-2017 Pavement Repair Various Sites. The City of Port Angeles is included as Additional Insured and coverage is primary and non-contributory on the General Lability.Automobile and Excess Liability policies per the attached endorsements/forms. A Waiver of Subrogation applies o the Genera'Liability.Automobile and Excess Liability Doli cies per the attached endors--mentstforms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, City of Port Angeles PO Box 1150 AUTHORIZED REPRESENTATIVE Port Angeles,WA 98362 ©1988-2010 ACORD CORPORATION. All rights reserved ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD 1.-l s1,«HM•xq•x j4p s nv„ag a;ue,rMj Jo teu.lew Pa140 ktdoo sepipiu 9P t alkd (vt-e0; i11oM Uiojl j10 awl),.-asneOaq dep ppgg of do s6u!ulea jo ssol ier.pe 6uipn!oui -)sanbai lno le,painsui.,ayl dq pannoui sasuadxa a,geuos W pV (jr) -spuoq asa4l 4situnj 01 aneq jou op aNt -Janoo aM„juap,Oae„ ua jo asneoaq pairnba, (suoge!o!n Mel 3WOq palelaj joj spuoq 6u!pnpu} spuoq l!eq to lsoo"jo; 000,95 0' do (z) .6uw,o!q a,4 Aq peoeida, a,e aBPJeAOO dlp19ei l sojnd palano: - 11 uor>oag ui uois!nold suo!suajx3 36PJOAOO at', ;o (tTe pue (Z) a syde;6a,ed s}uawded,UeluauaalddnS-luawpuewy •g •wlod a6elanoC)a4j to suoa!puoa pue swral a44 puoAaq puajxa a6e1aAO0 s!uj!!!M 1UOAa ou u! 'lanamo}4 'slseq ssaoxa ue uo dldde 1pm�palnsu!„ !gt:Oepppe a4j dq pau!Elwew GouEmsui Aue pue s!seq diolnquW03-uou pue d,ewud a uc F,dds l!!m',juapiOOe„due of loud painOaxa nod t,'m juawaa:6e uajj!:m Jo pe4uoO ual)um dq pa imbai a1a4m'(s)uo!,ez!ue6jo Jo (s)uosled Aue jol a6elanoO :w;o3 a6ejanoo 1au1eo 1o,4yy a4l ui uoil!puOo sua!s!nola aOuelnsul ss83x3 pue diewud-aOuwnsul 1a4jp a4j pue w1C:� 96eJ9noO ojnV ssau!sre ail ut uo!l!puoo eouwnsul ja4jo aqj of pappe s; 6u.r,•.o Z ml s!1aAall3l"m'suogelejoaG aql u!!''moqs ac-t,?!nsu; to s1!wrayl 10`jUa.Uaake uailp-A ,o;C2'Jjuo�uBP;"•: a4j ur pannb;j sl.!u1ll a4l o) do dluo pue juawasiBe x ^_•P,11O^ 1,�ans A n 2nC5 sun+je.adc jo Inc ,luaprroe„ atl; pap!noid 'nod qpm pawaal6e uag!im io pequoo uail!jm Bons o) )uenslnd �pcckm mad 6u4•?e r (s)uo!jez!ue6,o 10(s)uoslad asoLg 6u!pnjw ',juapipoe, due of loud polmaxa nod 4N.m juaw9ai6e uallW 10 )os4uoo uaupm dq pa1!nbai aia4m(s)uogez!ue610 m(s)uoslad due'mel dq pewuuad jualxa a4)of pue a1a4M •p -)uawaslopua s!4l u!•q•j.•V pue e V sLide16e1ed ui peouaialal yolne„ue sags,ulnj o4m asla auodUV •a -ssau!snq mod of fiessaOau sa!yn!lOe U!suoslad 1a4)c 10 sjuaip,nod Vodsuejl of Mo.1oq 10 8114 'Umo l,uop nod wojne. palanoO a 6u!sn ai!4M _pamsu!, ue si nod of saOanias 5uue0junlon auoRub •q -ssaulsnq mod jo jorpuoo aLa of palelal sagnp 6uiuuol ae at!t#A'uo!ss!uuad lnod 4j!m 'aweu ,s,aaAoldwa. ue u! )uawaajbe jo loeljuoo a iapun paluai 10 pa.!y �o;ne, ue 6u4eJado a!14m _painsui, ue osle si smoA to .aaAofdwa, AuV -nod dq juawdoldwe jo adws a4j u!ulyn pawipped sloe Joj matoq 10 airy 'umo ),uop nod �o)ne,, palanoo a Buisn al!4m „painsui. ue si shod jo.904oldwa„Auy 'e :,spalnsu!, Osie ale 6u,molp}a41 :a6elaAo3 A>!1!ger-1 sojny pelaAo3-p uogaaS ui uo!s!no:d palnsul uV sl o4M atp of pappe s!Bumodoj aLU { pain"UV sl 04M PaPUOwV 'V uuoj 36el8noO JOWU ,1o)oy„ uuod e8emoo ojnV ssaulsng :aul Japun papinold aouelnsu!saiow)uawaslepua sry �r'1332f�'3 U GY32f 3SV3 ld 'Aon0d 3Hl S30NVHG 1N3W3SbOGN3 Sidi LIOZ/20/90 ?iGL/20/4^. ZI-OE9Z56Ett'IJ f u,asd i r.;a3 wad .PPS ah!=rtPold "Pu3 jo as'113 tad is ate-,i •dx3 •'Od ;o ate(7 -113 a'V A0110d HDIsnZ 4u3waSJOPU3 uatsuaIX3 a.. eUaAOD uoi5stwuad sii 4UM'cul e3ig()sa:rma�;:rnexis;u;n dei iajew pa14EuSdrn s2pnGvi (4l-?pJ 9h��•ti;�r�-f� Aq pasneo;i sasuadxa asn to ssoi Jol Fed pinn am luawaaJ6e leluaJ uallu.m Jo loenuco IeI,JaJ uallpm a Japun JanlJp a lnoLn!m paJly Jo paluaJ apluaA a 10 asn 10 ssoi Jot Aed cl alglsuodsaj 41fe6al sawooaq„painsui,ue yolym lot sasuadxa/ped igm am 'a6ezueo leols,4d oin v paJlH Jod sasuadx3 asn to ssoq .6uwnallol ay;Aq paoeldaJ s-, lo uo ag a6eJaaoC)a6w eeo Ieors�(4d ayl ui sasuadx3 esll;o ssoq 3 Jol uolsualx3 a6eJOA0ayi sasuadx3 asn;o sso-1 pasmoul—a6eweo Ieo►sAqd olny paJlH •H *paoeldaJ ueyl JayleJ paJledaJ sse15 ayl 6ulney ;o ualldo ayl 8ne4 no k panlem aq IIA algnonpap ayi 'paoeldaJ ueyl Ja42eJ paJ,edai Ailenloe sl pue paJledej aq ueo sse15 p 'JanannOH Aldde!RJ'^suolleJeloafl ayi ul umogs alq npap ayl 'paoeldaJ aq lsnw sse}6;l uogoag 06MA00 86eweQ Ie31sA4d ayl A 'e'£'y ydeJ6eJed 01 pappe s! 6u mO11O1 ayl 96eJ6noo sseig papuaix3 •g luauJalgeslp;o aoeld ayi le pauJJoiiad aq lsnLu JoGel a4l'JanannoH palges'p sI adAi Ja6uassed aleAlJd ayi 10„clne„paanoc a auJll yoea pa:Jnoul sisoo Jogel pue 6uimol Jo;qLS of do fed IPM aRq :6ui olio;ay1 Aq paoeldaJ sl uolloag s6eJaAoo 86ewea leolsk4d ayi;o•Z•y ydeJ6exd JOgOq pue 6uuwo1 j -sueol Jo saseal snolnad woJ;saoueleq Jano-/JJeo (g) pue'aseal Jo ue0l a41 gjlm paseyoJnd aoueJnsui Allllgeslp Jo luappoe `ulleay 'aoueJnsul al!!llpan'sa luenem papualxa Jot slsoo (p) 'Jossal ayl Aq pauJnlaJ lou susodap Alinas (£) 96ea pw 46iy Jc Jeal pue JeaK lewJcuge 'asn OAlssaoxa Ja;Mai a Japun pasodu sarlleuad lw:)ueuid (Z) '„ssol„ay;;0 auJq ay112 sluawAed ueol Jo aseal anpJano (l,) :duy •q pue'wJod a6eJanoo ayl;c uorloaS OBeJanoa e6eweo leafs t4d a4l Japun p!ed lunowe Auy •e :ssal`„olne„ paJanoo a Jo;ue0;Jo aseal a4l uo anp lunowe pledun Aue Aed g-A am`„01ne„paaAoo a ol,,mi,,lelol a to Juana ayl ul 968JOA03 deE)ueo-1 Jo asee-1 :uolloas 86eJ8n00 a6euJeo IeolsA4d ayl;o uolslAOJd OftJanao aJ101 pappes! BU 01101 ayl aftanoa deg ueo-1 Jo asee-1 •3 -suolle.4suowap A;i.Il6e doral Jo olne Jaylo pue soapoJ MonJl Jo olne 'ol papunl lou lnq 'se yons 'Juana weJ6oid/la;es Jan3Jp a ul 6tuledp!lJed ,solne„ paJanoa of AIdde lou sacp u01sn{oxa slyl :uJJod a6eJOA00 Jaweo Jolopy 94l;o a6eJaAao a6ewea lealsALId — Al uopaas ;o suolsnpx3 ayl uI 'q-Z ydeiftgd pus u.uod a6eJ9noo olny ssaulsng a41;o 06eJ8na3 06ewea Ivo!sA4d — III uO!loaS to suoisnl3x3 04; ul -Z 4deJ6eJed of pappe sl 6uM0110;841 •Z -suolWjMowap 4.p5e M:)n4 Jo olne Ja4lo pue soapoJ MonJl Jo olne 'ol palwJil lou lnq `se yons'Juana weJ6oid Ala;es joApp a ul 6uged ped �so)ne. paJanoa of Aldde lou scop uolsnloxa s±4J_ :96eJanoo AV11ge1 i soinV pesanoo—Il uo!4oa5 u!uolsnpx3 Cwloe?!ayl of pappe s!6uw+0llo;941 1 oBeJaAoa a6ewea Ieolsl4d pue f4Iilgen tueJ6aJd A)ajeg JaApo •a •Aldde lou scop a6eJanoo klll!gerl solny paJaAoo—ll u01128S ul pau:eluoo uolsnloxa aaAoldw3 mollad a41 a6ereAoo Woldurd mollej •a uC4SS!;uad sa LJJIM'_1Uy M1111C)tixnnRS 2JUPIXIy;t!1O!POR1P1.0 r'a'116IM03 SOMPul trl rol vu trz>�-�-n .,ssoi„4ons of drdde lou saop uo+slnoJd arggonpati a6eJen03 a6eweQ lezISALld 941 0045 si sao!Aap ,epwrs Jay}o Jo sosip 'spJooaJ 'sadel of ,escl,, 4ons Jo; Aed *m oM lsow 941 „ssol„;o awrl a41 le„olne„paJanoO a ut aJy (q) pue:,paJnsur„ue;o ApadoJd a4i aJy (e) :saclnap oluo.4oala elep Jo lenslA'o+pne Jelrwls Ja43o Jo soslp'spaooei'sedel aUi 1,dluo dad IIrM aAy ;uawdinba Clu0404ala elep Jo IensrA 'orpne yjrA pasn sacrnap Jei!w!s uauto Jo sosip 'spJc:;P.s 'sadel cl ssol, Jo; Aed lilti' aA, r:�aS 06e.10no3 oBeuJea teo skid 941 ;c uorslnOld 96eJanoC> a43 Japun 06euaAO0 0nrsu84a§dw0C) •e•1 4deJ6eJad 01 pappe Si. 6uw01o; a41 'Z 'Aidde lou saop LWO- a5UJGAOO Jawe3 Joloiro a41 ul e6eMAoa 86eweQ leo,s/t4d —Al uor;oaS ;o •3713 4a�5eJed ul uorsntcx2 au, pue _ljJo j arJ.eJaAOO o;ny ssaursng ayi ur 86eJaAO3 a6eweQ leolsAt4d—III uolloeS 10 •e'v'S 4deJ6eJed ur uc sn;.-xq ay1 a6etan03 sosrQ pue spJooeb`sodel r 'wssol„awes a43 Jo;algellene a6eJanoo aoueJnsur Jay10 AUe Janc ssaoxa sr uolsracJd snp dq papnaJd aBPJaAcc duty 'luawdrnba oruoJloala elep Jo lenstA 'orpne 41M pasn saornap Jellwls Jaylo Jo sosip 'spJooa.,'sadel (g) •ap”Jo uolwjiodsueij feba!!r;o asJnoo a41 ui 4wado;d Jo puegeJluoQ (lV) '1:e;o sxjom Ja43o pue Ajergels 's6urlu1ed (£) 'sauols snoruaJd-rwas Jo snoloaJd sa4o3eM `titaf 'sluawJe6 Jn; Jo SJn; 's}elaw JO sdolle snorcaJd Ja43o ;o 'wnugeld 'Janus `ppb 'uoyln$ (Z) -anreA;o sluawnoop Ja4;o Je Jaded lemawwoo Jo 'salpmas 'sa;cu 'dauow 'igap;o souapna 'speap 'douauJno 'slli4 'slun000V {�) :6u!H0110;a43 ;o Aue;o slog e teucsJad o;.ssol„J0;Aed lou lid aM 'JaA@mOH -a6eJanoo sryl of sarldde alggonpap ON cane„ paJanoo a ;oa4; lelo; a;o Juana ay; ur sarldde dltJo 'anoge q pue a s4deJ6eJed ur paprnaJd a6eJ9noo 841 s •anlen 4sea lenge a41 (Z) Jo'aoeldaJ of ism algeuoseaJ 241 {l,) ;c Jassal a43 uc paseg aq flim sloega leuosJad c;,ssol„Jo;pled aq o,;ur?owu a43'anege•e 4deJ6eJed of laa!VS •q ',o;ne.paJanoa a uo Jo ul (Z) pue:.paunsul„ue dq paumo d;Jadad leuosJad {l.) aJe yolynt,s;oa#a leuosJad o;„ssoi„Jo;OSLS of do Aed jjim aM e e6eJGA03 5Pa;13 IeuosJad :uolloaS aBeJanoQ 86eweQ feorsdW a43;o uarsrnoJd 06eJan03 ayl of pappe sl 6uw011ol ayi a6eJaAo:D s;3943 IsuasJad •r •0Q0SS jo wnunxew a of'dep Jad 00 LS sr asn;o ssol JQ;sasuadxa Aus Jo;Aed igm aM#sow a43`JanaaroH '„owe,pauanco Aue JR;pap!hoJd sr a6eJanoo uop loo leU3 aleorpur suopieloaQ an p fluor uorsrilo� (£) Jo',olne„paJanoo due Jo; paprno,d sr a6eJano0 sso-1;p sasneo palpcads 1e41 aleotpur suogeJeloao a43;!dluo sso-1;0 sasneo par,;p edg (Z) ',olne„ pasanoo due Jo; paptAOA sl a6eJan00 8nrsu84a;dwo3 ;e41 aleorpur suorleJeloaQ a4;p. dluo uofsgloo ue4l Ja40 (�) uO;SSIMIad qt:Utiati �;;t :1I.�s��i•.�g xUel�su!}c!e�ralew Qef4Etz�dm saPr�f=u� (h4 w Ako A nt.vo it due to aJn!!el a4l (uo,e.odJoo e 2J2 no.d ll' Ja.eu2tu aOueJnsu! Jo J93�10 anllnoaxa ue so 'Xu2dwoo rjlj}qej pal!iug a aJe nor(i!)Jsqu:aLu e 'fcius gu:' ed e aJe nab c,) Jau:,`ed 2 '(enolnipui ue aJe Ho t i!) rOr: c)tiMOua sl ssoi„ Jo ,;!ns,, w!elo '„luap!ooe„ dde nlLo sa irp @say; 'Jart3MO { ,SSOI,, JO �J!ns•, 'W!Li3 „lUaplJJe, a4110 aogou idwoJd eAgeluosaJdaJ paz:loy;re inc.o sn 2-A,6 snw nod ,ssol„Jo„3!ns„ 'wlelo '„a�ap:ooe„to Juana a4) ul 'e :6uwsol!o1 a4I dq paoelda; s, uo.;l!rue- ssO-I Jp l!ns'w!elD'luap!ooV to luanII ayl ui sagno a4i to'e 4deJ6eJed sso-i Jo pne'wlei 0'luap!aoV 10luaA3 941 ul sa!ln❑ papuawV •o .saoeldaJ l!„olne„ paJanoo a4l Jot a!q!lonpaP a4l se aures a4l a`q 11.p aolne„ aim4sgns AjeJodwal a41 Jol alq+lonpap ay_ d�ed Ja4lo due)su!e6e s146u s JaumO a4l u!elgo!I!m am 'Jaunao 84101 luauJ.ded due ajew am 11 ')Jed Jnod uo suotssi= Jo Sloe lualnpne4 wO.4 s4rsOJ sso{„94)ssatun Colne,ainl!isgns kejodwa;ay)of„ssol„ Jo}Jaumo a4)ded ll!fi'+am 96eweo l!ao!sALId—solnV alnIpsgnS AjeJodwal uo!loas aBelanoo a6ewea!e3!sd4d a4)10 uois!nOJd a6eJBAOO•V gdeJ6eJed 814101 P@PPe s!15U-W"ol 841 7 uo!lonJlsap •g Jo '„sso-iu 'q 'Su!O!Alas •Z 'J!edaa •Z 'umopNeaJB •1 :sl!to asneoaq aowas to ino si inq umo op nod„o)ne., paJanoo a Jol alnigsgns rGeJodwal a se Jaumo sir to uo!ss!uuad a4l 4pm pas uagm unno lou op nod Colne„ duy :a8eJanoo a6ewep leolsd4d JOl„salve„paJanoo Osie WE S91014an to saddl 6u!moilol atp ',some, PaJanOO pawmo Jno/ uo w:od a6eJaAOo sr41 dq pap!noJd si a6eJaAoo aBeweQ leo!s1,4d A a6eweo leDlsltyd—solnV arg4sgng 1Velodwa1 'solnV l3Wenoo—l uo!losS of pappe s!Buwwllol a41 'b a6ewoo leo!s114d—solnV stmilsq^S/GeJodwal •N •JaleSZ 91 JOAW1014++'+ suogeJeloao aq ui unnays algnw , ol a0Jaoo an!suayaJduaoaf . 6 of pa!ldde aq ll!m le4i aiggonpap wnw!xew a4l'ualois Jo pa6ewep„some„paJanoo SO Jagwnu a41 to mgue6atl :uo!loeS 96elenoo 96ewe(3 leo►sJ Lld a4310 uO!s!AOJd algllonpeo a43 of pappe s!Buw+01101841 alggonpao—96ejaAoo anlsua4aadwoo—eBeweo 1e304d A alggonpap(isallews Jo)Jailews a4l to)unowe a4i dq paonpoi aq 11!K+)! 'oplonpap (isallews Jo)Jallea= -;; ,:,;: s. u;Jod a6elanoo Jo AD!lod s!tq uo alq!lonFaP 841 li t Jo'paA!ern aq IILM 3!'alggonpop(lsallews J0): esus a4i s!uuod a6eJaAoo Jo do!lod s!4l uo alggwpap w 1l '1 :s!seq Jad a uo„olne„pWanOo 4oea Jol sa!ldde 6u'vAollol ay) sn dq nod of panssi wloj a6eJahCO Jo do!lod Ja4)oue dq pue uJJo� a6eJaAoo Jo do!lod s!4i Aq 4)oq paJanoo SI luap!oo2 ue it :uoq:)as o6e.JanoC)aBeareo leo!sd4d a44 10 uals!AOJd afgnonpaa 943 0l pappe s!BUVAOIiol aq.L selgganpoo a oW Jo oMl .1 -Becp!e ue to a6Jegos!p lquap!ooe a4l of d4dds lou saOp wJO3 a6wOACIO JOIJJeO JolO4j a4)u! 96MACID oBewep lea!sR4d —Al uo!laaS 10 'E•y'9 4deJ6eJed ul uolsnlox.; a4l pue wJod a6eJaetoo o)nV ssau!sn6 041 u!aBeaaAoo aBeweo!eo!sA'4d—ill uogoaS fo'e'£'43 4dwBeJsd ul uasr!ox2 84i 95MAoo 6egJ!V '}l ,�:ii5`7trt2rf Sll L4vm :>,,f a-vUO l- Pal46u.iJW sapr PtJ! aseaslp jo ssau{pleuollowa j0 eluaw jo adAl �ue sueaw gslr.6ue le)uGl% 'aw(,Aue le asagl jo Aue wojj 6uq{nsaj 'ysinBue {eluaw ,o 14leap 5ulpn{oul uosaad a Aq pauielsns 'aseasip jo ssau�ols knlul Allpoq sueow ,AJnfut Agpog„ 6umo{loj aul Aq paoeldai si uolioaS suollluyap aul u!„Ajnful Appoq„jo uogluljap auk pouLlapaaj Ajnful AppoS -1 `ssaj jo sAep pg jo pouad a joj paMouoq x palueJ pajly 'paseal sl„olne�pajanoo a 11 puoM aLa ul ajayMAUV (S) -Sulnno{{oj aUl Aq paoeldaj sl uo!ilpuoo AJoluJat 96ejan00 `polJad Ao!lod ay)jo(S)-el udekejed 06elano:)epM plioM-olnd PaJIH 'S -Aollod si14l jo aoueldaooe ayl o1 joud sn w paPlnojd lou Senn )e41 uolleujjojul aat;lo Aue Jo spjezeq Aue jo AjanooslP 9141 Ja4e alglssod se uoos se sn Ajllou lsnw noA uo!lewjoju jo)uawalelssiw jagao.o„soire.jo uordimap ladwdwl'uolssiwo-jojja ue ai qe (Z) jo 'wjoE aaejaheo ship jo aleP uolldaoui ayi le 6ugslxa spjezeu Aue asolos!p o1�le:� (�) .Alleuo!lualulun noA p wjo,A aftan o sial japun -3ejaAoo Auap lou JIM aM'j9A9mOH uoglpua3 pnej j jo uol;eluasajdajslW'luatuleeouoo aqj of pappe sl 5ulMolloj out spjezeH asops:d of ajnlled leuoquolulul} .a „olne„paJeACO a lou sl jaNIP e qPA\paMojuoq jo paluaj 'pajiq 'paseal sl)e14l„o)ne„Aug janamOH noA of suol)e6llgo jlayj,:,ads@j se satinp s jepgo palulodde jo paloa{a 1e41 jo noA Aq luawAoldwa„s,aaAoldwa„ leul jo adoos pue as:noo aw uggm palejado 6ulaq allyM uolssiwjad noA yllM 1eio!Ao palulodde jo paloala jo„aaAolduja„ue Aq olid pajalua wawaaAe uORI-I +jo loejluca uaUlJm a JaPun Pawa>jo paiq ,clne,pejaAc*Auy (Z) Pug :nnojjoq jo luaj 'aj y`aseal noA ,olne,,PaJanoa Aub+ (�) :uxYo noA„so)ne„pajaAoo aq al Pawaap aje 5ulnn4401 ayl'06eJano3 96eweo ieols4d o)ny PanH jo-A :6ulMopoj ay1 Aq Paoeldaj WE wjod a6eJ9n0o jaujeO JOIOW Q41 ul uorypuoC) suolslnojd aamnsul ssaox3 pue Ajewud-aouainsul jaylo ayl jo•1 ydej6gjgd pue wjc j aftanoo olnd ssauisne aui ul uavpuco oomnsul lay;o ay1 jo •q 4dei6sied a6ewep lgslsAyd-soled panH asAoldu.rd •p -loejluoo an ul paleu61sop uogeziue6jo jo uosjad ayl of saildde �,uo janle.,A sly.1 -peg=yens Aq paleldwalum suoneiedo jo In sasue�ssol„jo„luapr_ae„at4 peyp PaP!Aojd `„ssoL. jo„luaplooe„ Aue of joud palnoexa 'pe.4uoo unpin a Aq noA jo paipbei)uaixa a41 of Aldde lou soap uoi.ppuoo s!yt uollspuoO Sn of SJ8410 ISUMSb AJ8nooa8 Jo slyBl�l 10 JBjsuejt ay1 al Pappe sl 6ulr+noiloj ayl sn of sJey1O lsweBd AJaAooaN j0 siyBIJI}o JslsueJ j,}o JenleM a noA o)umouN sawooaq Aelap ay;jo loej eqj je4e apeopejd se uoos se aagou sn anl6 noA papinojd sallnP Papuawe asayl jo uol}glolA a se usas aq lou ILS++sn of l,odaj of aJnllej jnoA `sn of popodaj aney Plnoys noA uaynn jajnsul jaypoue of„ssol„jo�31ns. 'wlep '„luap me„ ue Wdaj noA jl -sessaullm pue suosjad painful Aue jo sessajppe pue saweu ayl'alglssod lualxa ayl of (£) pue'sswppe pue aweu„s,pojnsul„ayt (z) , line jo wlelo yons jo spelap pue alep ayl:ol pa�iw!l lou inq'6ulpnpul„llns„jo wlep ayltO aollott ua)lpm 'lg5nojq sl �llns„ jo apeuw sl wlep a p pue pajjncao „sso{„ jo ,juappoe„ aul ajayon pug uayM 'Mold (l) :algeolloejd se uoos se'apnioul -Aollod slyl Aq papjojje aouemsui mg alepllenul lou lleys„ssol„jo„pins„ 'wlep '„luapine,Aug jo sn 4jou of„pajnsul„aya jo oaAoidwa jo luenjas'lua6g U. Expected Or Intended Injury The Expected Or Intended injury Exclusion in Paragraph B. Exclusions under Section Il-Covered Auto Uability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or"property damage" expected or intended from the standpoint of the insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage-Additional Temporary Transportation Expense Coverage Paragraph AA.a.of Section III-Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to$50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the tota' theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration. when the covered "auto" is returned to use or we pay for its 1.l ass". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: !n the event of a total "loss"to a covered "auto"of the private passenger type that is replaced wth a hybrid "auto"or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the repiacement "auto", excluding tax, title, license, other fees and any aftermarket vehic;e upgrades. up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto"powered by an alternative fuel source within 60 calendar days of the payment of the "loss"and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the"auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "aLrV' must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoilne or diesel fuel or any blend thereof is not an"auto"powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered. we will pay the cost of transport to return the "auto"to you. We will pay only for those covered'autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage All other terms. cond tions, provisions and exclusions of this policy remain the same. CA.-ata-F C�'J(Ga fa) Payc 6 of 6 t*ck,ces co;fN 7.ed ,atonal of iosuwice Services Office.Inc. win is permssien POLICY NUMBER: CLA3992630-12 COMMERCIAL GENERAL LIABILITY CG 2012 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITYCOVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: I Any state or governmental agency or subdivision or poiiticai subdivision to whom or to which you are I required to provide additional insured status for a permit executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. This insurance does not apply to: include as an additional insured any state or a. "Bodily injury', "property damage" or governmental agency or subdivision or political "nor a„ �i r.l' t subdivision shown in the Schedule, subject to the pe sonal and advertising inju., arising of subdivision provisions:i of operations performed for the federal following p government, state or municipality;or 1. This insurance applies only with respect to b. "Bodily injury' or "property damage" operations performed by you or on your behalf included within the "products-completed for which the state or governmental agency or operations hazard". subdivision or political subdivision has issued a permit or authorization. B. With respect to the insurance afforded to these additional insureds, the following is added to However: Section ill—Limits Of Insurance: a. The insurance afforded to such additional If coverage provided to the additional insured is insured only applies to the extent permitted required by a contract or agreement the most we by law;and will pay on behalf of the additional insured is the b. If coverage provided to the additional amount of insurance: insured is required by a contract or 1. Required by the contract or agreement;or agreement, the insurance afforded to such additional insured will not be broader than 2• Available under the applicable Limits of that which you are required by the contract Insurance shown in the Declarations; or agreement to provide for such additional whichever is less. insured. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 12 0413 C Insurance Services Office, Inc., 2012 Page 1 of 1 Wolters Kluwer Financial Services Uniform FornsT" ! I 'lsaaatut jznpp.jjun.)nu seq pa.,nsui ,yj liofgtt uj;Unrieaado laglu duB of Indsa3 gj4-A samLLYL e aq o: panj;suoz ay jou jjrgs stgau jo .;rql '.C»A=llJO Ssu113 Snn ?AiRM W 3a13e an'siaq;o juLuJ.{Sa:u�a3}.�Stq LJ IMLs AAULIIt M,'s:;oi r. AlOpq paln:)axa st Tjnrr;n -;tt3luo3j3e x ;,e_lc+1a w4nzjAi a iq paainha3 arta n:kf.Ii na>;j{tua� c-1 of stagtn is,lieov:ita.taaay Jo 51421 J()aapitti.l. aui 01 p=ppc St fuLik11n.; 'gl uK,{ a3Paatn�.ilT;t�ttr7 M;auaJ jr.riautusaa i,pun ppp%old anu jr,,;w sa:jtpow ;u;,Lu;) ioptja ssgl c1rrl.414HYD.tl(TVIN 'M311d 'Aii'lod 3ILL Sa!).N H:)IN31ti IS—do (t v3 9H.1 j S LTOZ. j STOZ/TO/90 ZT-0£5C66E'= mud iunlaH �d LPrb �•»npa� •pu11oa1a0:1t7 '1d� 1n ZIZ(] dr_ -fad 10 a1s� 1J� �= o 'Nt ! d juatuas.lopug (431unig) uoiju2o.rgnSjU aa.quA 9 Straight Excess Liability Policy ZURICH There are provisions in this policy that 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, and any other person or organization qualifying as such in underlying insurance. The words "we", "us" and "our" refer to the company providing this insurance. The word "insured(s)" means any person or organization qualifying as such in underlying insurance but oniy to the ekteiii and wiiien the scope for which such`insured(.$)" quality for coverage in underlying insurance. Words and phrases that are printed in bold-face type are defined in this policy..71hese:cdefinitions are found in SECTION VI. DEFINITIONS of this policy or in the specific policy provision where they appeal. In �nnciryieratiynn of fhe na.mnnt of tFe r�" ;:"^ ,n.-he �t�t �:: H. n : F' a .. - r.^.--_... ... r€: urs . c:r:c.. S��i� uro ..a..:o�a:iv„� c..., in accordance with the provisions of this policy, we agree with you to provide couerage:as follows ::::. Insuring Agreements SECTION I. COVERAGE A. We will pay on behalf of the insured those damages covered by this insurance in'eXC85.5 of the total Applicable Limits of underlying insurance. This policy includes: 1. The terms and conditions of underlying insurance to the extent such terms and conditions are not inconsistent or do not conflict with the terms and conditions referred toxin Paragraph 2: below: and 2. The terms and conditions that apply to this policy..;;::: El. Notwithstanding anything to the contrary contained in:Paragraph A:above,if underlying insurance does not apply to damages for reasons other than exhaustion of total applicable [units ofinsurance by payment of loss. then this policy .. _. does not apply to such damages. C. The amountwe will pay under thjs#ojicy:is1kted as 4a cfibed in SECTION II. LIMITS OF INSURANCE. D. We .have no obligation uncrtfiis policy witti:respect to any settlement made without cur consent. E. The insurance afforded under this policy appliEsao bodily injury or property damage only if prior to the Policy Period, neither you nor any.:authorized person knewthat the bodily injury or property damage had occurred, in whole or in part. If you or any eufhQrized person knew. piior to the Policy Period, that the bodily injury or property damage occurred, then any co66iivabon, change or resumption of such bodily injury or property damage during or after the Policy Period will be deemed to.have been known prior to the Policy Period. Bodily injuryor property damage Which occurs during the Policy Period and was not. prior to the Poficy Period, known to have occurs by nu cr authorized l n r � clu: es nt'nu: tion change ti... f that bodill.. ed y ar,yl.tl:4 i2Ed ,.e $ r: !r d any c... 3 we nC,c vi ic$iliT:puvn v: uie: vwny injury or property damage after the Paticy Period: and Bodily injury or property damage will be deemed to have been known to have occurred at the earliest time when you or any authorized person: 1. Reports all or any part of, the bodily injury or property damage to us or any other insurer; 2. Receives a written or verbal demand or claim for damages because of the bodily injury or property damage; or 3. Becomes aware by any other means that bodily injury or property damage has occurred or has begun to occur. usxs-loo-A cw(09/11) Limited Other Insurance Condition Amendment 0 ZURICH Pclioy Ne. Efr.Cate of POV Date of poi. Eff.Date of End producer Acd''P em. Retur-Pref:. Q3„ i I Named Insured and Mailing Address: Producer: PARKER, SMITH & FEEK, INC. 2233 112TH AVE NE BELLEVUE.WA 98004-2936 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Cond tion G. Other Insurance of SECTION V. CONDITIONS, paragraph G., Other Insurance is deleted and replaced with the following: G. Other Insurance If other insurance applies to damages that are also covered by this policy, this pol.'cy will apply excess of the other insurance. However, this provision will not apply: 1. if the other insurance is written to be excess of this policy: or 2. If you have agreed ir a written contract to carry insurance to apply prior to and be non-contributory with gnat of another person or organizatior's insurance. but only as respects damages arising out of insured operations or work on your behalf performed under such written contract. However, the Emits available to the other person or organization Wil be the lesser of our policy Limits of Insurance or the limits required by such written contract. In that case, other insurance of that person or organization will apply as excess and not contribute prior to the insurance afforded by this policy. Nothing herein will be construed to make this policy subject to the terms, conditions and limitations of such other insurance. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. v'-EXS-420-A CW P312i Paqe 1 of 1 I. Transfer of Rights of Recovery Against Others to Us 1. If the insured has rights to recover all or part of any payment we have made under this insurance,those rights are transferred to us. The insured must do nothing after the loss to impair them.At our request,the insured will bring suit or transfer those rights to us and help us enforce them. However, if any insured is required to waive their rights of recovery from others by a written contract or agreement executed before a loss, we agree to waive our rights of recovery to the extent required by the written contract or agreement. This waiver of rights will not be construed to be a waiver with respect to any other operations for which the insured has not waived their rights of recovery by contract. 2. Any amount recovered will be apportioned in the inverse order OT payment of loss to the extent of actual payment.The expenses of all such recovery proceedings will be apportioned in the ratio of respective recoveries. J. Unintentional Errors and Omissions Any!unintentional error or omission in the description of, or failure to describe completely, any premises or operations i tan � . 1- ' s atena r , h ih�seMM --` ' � :a2 Via Juivac Operasuv_ ns yr preiniscas. However, the insured must report such error or omission to the company as soon as practicable after its discovery. K. When Loss is Payable Coverage under this policy will not apply unless and until the insured or he insured'S' i Arl yincl in-j h;3-q nair±or is legally obligated to pay the full amount of the total Applicable Limits of uhderlying:insurance. When the amount of loss is determined by an agreed settlement or a finaljjudginent against'dh3—nsuted obtained after an actual trial, we will promptly pay on behalf of the insured the amount of.1055covered under the terms of this policy. L. Audit of Books and Records We may audit and examine your books and records as they relate.to this policy at aii;i:frme during the period of this policy and for up to three (3)years after the expiration or termination:of:#his policy. M. Changes Notice to any agent or knowledge possessed by any agent or-any other per-o(jvdi(I not effect a waiver or a change in any part of this policy. This poicy can only be changedbjy a written:endorserrient that becomes a part of this policy. N. First Named Insured The person or organization first named in ltem:l cif the Declarations is responsible for the payment of all premiums. The first Named Insured will act on:bhaaf of all other ioszfreds for the giving and receiving of notice of cancellation or any other notice required underttiis poky or6y statute ar regulation, for the receipt and acceptance of this policy and any endorsements formining�a'part of this p6lioy;.and for th6J-6ceiving of any return premiums that become payable under this policy. 0. Inspection We have the right. but'are'not obligated to inspett'the insured's premises and operations at any time. Our inspections are not safety inspections: They relate only to1he insurability of the premises and operations and the premium to be charged. We may provide rep.i i.ts:on the condi8ons we find. We may also recommend changes.While these reports may help reduce losses. we do not undertake to perform the duty of any person or organization to provide for the health or safety of work=ers or tne:pubiic.We do not warrant that the premises or operations are safe or healthful, or that they comply with laws, regulations, codes or standards. P_ Legal Action Against Us . There will be no right of action against us under this insurance unless: 1. You have complied with all the terms of this policy;and 2. The amount you owe has been determined by settlement with our consent or by actual trial and final Judgment. This insurance does not give anyone the right to add us as a party in an action against you to determine your liability- u-sxs-1 oo-A cw(09/11) City of Port Angeles ATTACHMENT "C" Engineering Office Public Works and Utilities Department PERFORMANCE BOND 360-417-4541 & RETAINAGE PERFORMANCE BOND to City of Port Angeles,WA Bond No. 106624514 The[City of Port Angeles],Washington,has awarded to Lakeside Industries,Inc. (Principal),a contract for the construction of the project designated as 2017 Pavement Repair,Various Sites,Project No.CON-2017-03,in Port Angeles,Washington,and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principal,and Travelers* (Surety),a corporation,organized under the laws of the State of Connecticut and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmly bound to the City of Port Angeles in the sum of One Hundred**US Dollars(S 162,740.00 )Total Contract Amount,subject to the provisions herein. *Casualty and Surety Company of America "Sixty-Two Thousand Seven Hundred Fort) &00/100 This statutory performance bond shall become null and void,if and when the Principal,its heirs,executors, administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made,at the time and in the manner therein specified;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the parties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. Lakeside Industries,Inc. Travelers Casualty and Surety Company of America PRINCIPAL SURETY \7( A-.41- e--,' 2 I 1�,2ot1 Principal Date Surety Signature Date Ax WoK-5'►�� Jill A.Boyle ----- _._ Printed Name Printed Name Gw�'rllC�S�KC-ti/SC-ue f-rf.�X Attomey-in-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: Parker,Smith&Feek, Inc. 2233 112th Avenue N.E., Bellevue,WA 98004 (425)709-3600 (CON-2017-03) Page 18 Rev,6!17/16 83(180e 038 3Hi TnOH11M O11VANl SI A3NHO11V d0 83MOd SIHl:JNIN)JVM •payaeue st ia.Mod ay1 yat4.%o1 puoq atp jo spupp aqt pue s[etlp!Atpm patueu-a.kogr aqt'iagwnu Im-4-ul-,Cau1o11V OM 01 Ja3a1 asrald-woa-puogsia(a,srn-.n,rm to sn mmoa io 088£-IZt-008-1 Ilra riawOUV;o Jamod s!41;o)Cuapuatpne a p of t1tY 11th 'hv �� M•�...�...?r Mr'S7 >>nrY �' YAIDlWNi i. +. �J'�1��,a^ �J���oa• � ��� Q:lYbp �6{ 6 fc 8 6 1 i Q 4 9i • yam. .�� b'•., 02 � � ,f � O Al ir1 ,aS tttetslssV•sagSnH-g tnnaN I OZ'- h j ;o.irp � sup sa!uedwoZ)p!rs 10 s(eas ayt paxWe pur puey,{w tas olunaiaq anry I'303RI3Hm ANOWI.LS33.L NI payo.sal uaaq lou sey pur ta:tI'pur ago;Illy ul S1 ga!ym'sa!urdwoO p!rs,Cq patnaaxa nawo»V jo ja,mod ayl;o,Cdoa 1aa>.ton pur azul a s! 3w08ato;pur anogr.ay1 teyl.i•1!uaa.igalay op.iurdw0 turtrnO pur 1(ltlapt j samS pa1!u[I pur•eauawV;o.tuedwoO AGamS pur,.4lrnsr,3 sla[aAril•.Curdwo3.C1a1nS pup,C1[ense0 stalasr-jy•.Cuedtuo,3 aauransul,C1nuajN Ined IS-.Curdwo0 aaurtnsul urtpmn0 Inrd tS':Cuedwo,aouelnsul auuelq pur an.e Ined-IS--ml•uatumlapun aaueinsul,(mr.mnO pur,C1llap!A•,Cuedwo3 aauwnsul.ituemnO pur.Culap!j%,uedwoO,(dense,uo13u!wur3.lo'Ajpl-u3aS tuplstssd'pau„['].'Pun aq1 sagSnH'3 wnaN.l pagaellr s,a ya!ym w autpurtslapun 10 puoq:Cur of taodsaj gu.n alum aq]ul.CurdwoO alp uo 3utputq pue p![rA aq I[egs lras alnm,smj pur alnteu3ts a[?cu!sacl gans,Cq pag!uaa ptm palnaoxa os 1a:Hod vans.iue pue.WedwoJ ay1 uodn 3wpmq pue ptleA aq 1plys [ras altwtsar.;10 alnlrunts alttw,;mj gans 3utmaq atr,,!;!uaa to Cawo11V to la„od yaps:Cur pue•-loalagl amtru aq1 w Wir.fggo s3uruJ.++ Layla pur S3 I uapun pur spuoq-:unsalle pur nunnaaxa jo.yuo sasodind 101 larq-w-s OLUoliv w salmlaiaaS welstssV waptsam Sluaptsajd aatA luap!Sl-d Gunutoddr otajagt 3unelai ateaywaa Cue 01 10.Cawood JO lamod .Cue of a(ttutsael :Cq paxylr. aq riew,(urdwoa atp 3o leas aq1 pue•A:jelaiaaS 1ue1slssV:Cue'nmlaia.)S ,Cur'tuap!sald aatA 1ur1s!ssV:<ur 'luap!SOM aatA:Cur•luaptsa.Id aatA.10MOS,Cue•luap!swd aa!A a.xttnaaxg,Cur•tuap!said:slaatUJo 3ulm0Ilo3 ag1 to gara to 13gru8ls aq)tryl'Q3.A7OM W3H.LHfM s! t! pur 'Xtuoglnr to uonr,3alap uanum a of ltmnsind slaa!yo (urdtuoD alow jo auo .Cq io .Ctuotttm jo sairag!uaa rayl 10 alray!ua)jay io s!q u! paquasald lamod ay1 of turnslnd siva3V pue Lard-u!-s.(awoud slow 10 mo Cq(pannbai j!•[ras tapun)patnaaxa.Clnp(q)JO-. mtalaaS 1ur1s!s5V 10:ilrlaiaaS a.iq lras s,,tuedwo3 aqt g1t,n palms pur-palsatlr nlnp pur-.CmlaiaaS tumslssV,Cur io,imtaiaaS mraodioJ agt•.tamswul luelsessV Aue'lajnseali ayt'tuap!satd aa'A puoaaS,Cue'tuaplsald aa!A,Cue Jo waptsa.td aaA JotuaS,Cur.•tuaptsald aatA aA!tnaax3,Cue•uruutrgD aa!A Xtm•tuap!sajd ay1.Cq pau3ts lel uaym,Cuedwo•3 aq1 uodn 3tnpu!q ptm p![en ay prys 3unleuapun lruontpuoa io aaurzw30aa1 puoq r.10 aumru ay1 u!.ijo1e3!lgo Supum jo•.ilwwapw;o laenuoa•aaurz!uioaaj'puoq,Cue tryl'Q3;4--IOS3H r!13HINCH K!1t pur:,Cm1ajaaS aq1 ao a"WO ayt w papa st;oalagi Moo a pue 8witim In si uo!leaa[ap gans gaea Imp pap!.sad•,Cmdwoj s!tp,lo saaboldwa.10 S.-lim to avow io auo 01 Ctuoylnr 3u!o3a�01 ay1 to urd:Cur�o lie ale3alap it”1u3p!s2ld aa!A,Cue Jo tuaprsald aa!A'OluaS,Cue'tuaptsald aa!A aA!maaxg gur.•uewimU aa!A:Cur•1uaptsaid aqt'urwnrgD 3q1 IP41-(L -gs N3H•L2It13 s!it pur.:ja4 jo w!y uam'.iamod ayt agonal pur aatutodde flans.Cue OAOwai,irw awq.Cur 1e slolaQw jo p 0 ayt 10 siaaylo p!es to Cue pur 3u!yruapun[euonrpuoajo'aaueztu3oaat'puoq r jo amteu aq1 u!.iiolrSggo s3unum�ag10 pur•:Clwwapu!to starnuoa saatlez!u3oaat•spuoq leas s.,Ctmdwo0 ayl gttm lras pup amu s_.WrdwoO aqt ql!.%%w3!s o1 aquasaid:Crw .Cluoyme to atray!uaa 1aq to stq se.Cluoyme gans aalmodde Ilan s an!3.Cew pur..Cuedwoj aTjo ;(egaq no pur JOj Pe 01 S1uagV pur 1ar:j-w-s.lawoltV iwodde:Crw,iMJ OOS turlstssV:Cue Jo kM31aaS mr..1od1oa aq1'jalnseall wrtsissv.iur•jainsrail 341'luap!sald aa!A puoaaS,Ctrs•luap!swd aa!A,Cue'luaptsaid -','!A 10waS.Cur'Iuap!SaJd.1,)!Aan!tn3axg ALM'urwnrgj a,!A nur•luapesald ayt'ueuu!eyJ ay1 teyt'43A70S31I :smollo;se 3u!pral'taalla pue auo;[Inl u!mou am suooniosai gatq,-A•.Curdwo0 ilurlenO pur.Killip!j sams pat!ul-I pur•rauawV)o,CuedwoJ AiamS pup,CllenseO SJO12Ar]l-XurdwoJ C1aanS pur ,C1[ensr,SJalane1l•Aurduto7 a.,ue.lnsul inlatalV Ined •IS',CurdwoJ amrmsul ur,!pmnO Ined•tS-Suedwo0 aaaemsul auurW pur ani Inrd -IS•'aul �.ta1u.>vapun aaurinsul r iurmn0 pue ,Culap!j .CuedwoJ aaurmsu[ C1tlelen0 pur nlgapt j•.Curdwo,3 QlrnseO uot3utwm j;o slotaanQ 3o spmog aqt,Cq paldope suonnlosu 3u!molloj 1q1•lo,iluoginr ayt.%q pup japun pawri3 s!:iawotlV;o iamod s!ql t "' 83UUOS(138 3H11.nOH1IM QIIVANI SI A3NUOLLV d0 H3MOd SIHl:9NINHVM WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .MIN,, POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Tra-.eters Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fad No. 230773 Certificate No.006905359 KNOW ALL MIEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company.St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company.Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make,constitute and appoint Deanna M.French.Jill A.Boyle.Susan B.Larson,Scott Fisher,Elizabeth R.Hahn,Jana M.Roy,Scott McGilvray.Mindee L.Rankin.Ronald J. Lange.John Claeys,Roger Kaltenbach.and Guy P.Arinfield of the City of Bellevue .State of Washitlglotl their true and lawful Attornev(s)-in-Fart. each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances.conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed.this 22nd day of July 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GI.SV,��, �\RE 6 1 20\'4rRSL➢ 4gpY 4•: ORRr #" c+ MC49PORtTFD z �: `n u: o t s o 1977 i 1 Z o! wwrram, � z tags ZOt '� 19$1 ''.�11 o: �'.SSJLL,r_ WO r sa ': �- State of Connecticut Bv: City of Hartford ss. Ruben L.Ranee.Senior Vice President On this the 22nd day of July' 2016 before me personally appeared Robert L.Raney.w ho acknow ledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc..St.Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company.Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such.being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as it duly authorized officer. GTS In Witness Whereof,I hereunto set my hand and official teal. * My Commission expires the 30th day of June,202 1. * �gkt,G * ''1,L]IC Tetreault.Votary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER PAYMENT BOND to City of Port Angeles,WA Bond No, 106624514 The City of Port Angeles, Washington,has awarded to Lakeside Industries Inc.(Principal),a contract for the construction of the project designated as 2017 Pavement Repair,Various Sites,Project No.CON-2017-03 in Port Angeles,Washington, and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington(RCW)and(where applicable)60.28 RCW. The Principal,and Travelers* (Surety),a corporation,organized under the laws of the State of Connecticut and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmly bound to the City of Port Angeles in the sum of One Hundred** US Dollars(S 162,740.00 )Total Contract Amount,subject to the provisions herein. *Casualty and Surety Company of America **Sixty-Two Thousand Seven Hundred Forty&00/100 This statutory payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators, j successors,or assigns shall pay all persons in accordance with Titles 60.28,39.08,and 39.12 RCW including all workers, laborers,mechanics,subcontractors,and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work,and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW;and if such payment obligations have not been fulfilled,this bond shall remain in force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the parties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. Lakeside Industries,Inc. Travelers Casualty and Surety Company of America PRINCIPAL SI RETY Principal tg to Date Surety Signature Do, �pv 4 5`fo� Jill A.Boyle Printed Name Printed Name Attorney-in-Fact Tate rtk Name,address,and telephone of local office/agent of Surety Company is: Parker,Smith& Feek, Inc. 2233 112th Avenue N.E., Bellevue,WA 98004 (425)709-3600 (CON-2017-03) Page 19 Rev.6/17/16 RETAINAGE BOND Bond No. 106624515 KNOW ALL MEN BY THESE PRESENTS, that LAKESIDE INDUSTRIES, INC. as Principal authorized to do business in the State of Washington and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as Surety, a corporation organized and existing under the laws of the State of CONNECTICUT and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto CITY OF PORT ANGELES as Obligee in the penal sum of EIGHT THOUSAND ONE HUNDRED THIRTY-SEVEN AND NO/100THS Dollars ($ 8,137.00 ),which is 5% of the Principal's bid. WHEREAS, on the 5 day of �60 r V.L Y a0 L-1 the said Principal, herein, executed a contract with the Obligee, for 2017 Pav6tnent Repair, Various Sites, Project No. CON-2017-03 WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5%u from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5%of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. PROVIDED HOWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5%of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this I15*tA day of 20 11 Travelers Casualty and Surety Company of LAKESIDE INDUSTRIES, INC. America Su 7 �,c '� Ct C L By: Jill-A. Boyle, Attorney-in-Fact uK-rt,�1 Parker, Smith & Feek, Inc. G C<j 2233112 th Ave NE, Bellevue, WA 98004 Name and Address of Local Agent Principal 830809 438 3H11nOH11M QIlVANI SI AANHOl1V 30 H3M0d SIHl:ONINHVM 'v's,n ul Paw!ld 9[-9-0t,1789 �3kA' � u oggn,{ urloN*gneawal.,aWW f O���Id M 1 i0i'aunt;o.Cep qW a p sandxa uoissiumma BCW .iras[r!at3Jo pue purq,Cw Ias ownaiaq I`JoajagM ssxMM al 11'9 1a1rpo pazuoglne:Clnp a se;[aswiq,Cq suo!Iriodloa agl Jo Jlrgaq uo'u!u'!s.Cq pau!etuo:)walagl sasodmd atp joj luawn.wm 'wut;ajo[aqt pauixa»-op of os pazuogtnr.'u!aq•gams sr•aq tegl pue`Xurdwo3 fj marnO pure,C4gap!3 smmS paltufl pup.'rmuawd Jo.Cupdwo0,Clams pur igvi r.J saalanril-�urdwo,-) GamS pue,CltensrJ siala.srjl•Curdwo,)aaupmsul,CinajaW lned•IS'Curdwo0 aaurmsul ur.!p.mnD inrd•lS',Cuedwo3 aaurmsul auurl`pur ani fined 1S"aul'stalunvapq-j aauemsul.ClurmnJ pur. p![apt 'CuedwoJ aauelnsul C4uemn0 pur.Sltiapi3 •.Curdwo,,CI[ensrJ uoI'wum Jo wap!sa�d aa�io!uas aqt aq oI J[aswig paa'palmoul[ir,ogA%,Courg'-I l.lagob p.ueadde,C[pnuos.Tad aw ajoJaq' 9102 Cin[ Jo'Cep Pull aql sigl u0 luaptswd 4MA 10toaS �aueb.�U-NON 'ss piop-H J°43 IT13133MU03 JO amen$ 9681 �� tlr'wK» l� �110a io.TYSS`:,r. c0(7$35':� iupdwoa aaurmsul usip.IenO[ned-is iusdwo0 Claelen0 pure.iI.pp!3 saleiS pal!u.1 iuudtuoa ameansul aupelq pus a.n3[ned-IS papawV to Cuedwo.).flajnS pup,iIjens 3 s.Talaee.TJ. •aul`saalpm.Iapun aautunsul.Cluejen0 pus.0![ap!3 .iuedwo0 iwanS pue.il[ensej s.1alaAR.11 SuRdwo0 aausinsul 4usurn0 pup 0!lap!3 Wedwo7 aaurjnsul.i.ma.Ial�;Ined-IS iuedwo0 i4jense7 ao0uiwje3 9102 A(nf J°ARP Pu' sigt•paNWr.ovuiq N of s[ras mejcxboa nays pue pau'ts aq of wturutsm s!ql pasnea aneq sotuedwo0 ag1'3032I3HM SS3NLI.IM NII c.Z mel.Cq pa.nope s'wpa;aoid w suotlae.Cur,w palltnuad so pannbv sautyeuapun pup spuoq'upmurimil.w'unnaaxa pue slaelluoa Jo aaurrwoitad agt'u!aalurlrn'-suosiad Jo ril!lapU agl'utaalurten'Jo ssauTsnq natp u! sa!uedwo0 aqt jo J[eq.-q uo Joalagl amlru aql u! (Jole'ijgo s'unum iaglo pup s'u!yeluapun leuotupuoa•saaurz!u3oaat`spuoq pe pur:Cue a'palmoulae pue teas`alnaaxa'unis ol'a.+ogr poweu st auo urge ajow J!nl!aedea mp.Trdas magi w gaea l3e3-w-1sl.Cawout+[nJme[pur, alum ltagl uol utgseM Jo alms ann31138 Jo MID aql Jo Playuud•d Ano pue'g3vqualle}I_iaSog s,Cae13 uqof-aSuuq 'f Pleuro-1'UljUUH'7 aapuiW'XRJAI!`JaW UoaS•A018'W euef'ugpH.-d glagezt13'jagsi,g non`uosirl•S ussnS'alAog'd pi f'gauajj'W euuea4 twaddr pur mnulsuoa'ayrw.Cganq op sarurdwoj aqt tegl pur.'(,saturdwoJ„xp pa[lea,+!a^!laa[i°'upnq)u!suoas!M Jo amens aql Jo smrl aql aapun paziur'w,C[np uo!triodloa r s!••aut's.talutuapun aauemsul.C1uumnq pue,Culap!3 legl pur'nmol Jo amens aqI Jo smel aqI spun panue'lo,Clnp uouelodjoa e si AuedwoJ aaurinsul .Cluamn0 pur eulapt3 lrgl 'mauaauuo,l to amS atp Jo smel aqt 1apun panue'io ,C[np suonrlodToa alr .Wvdwo0 (luwenf) pur .Clt!ap!3 SO)%M!u;1 put,•rau=V Jo Curdwo,,duns pue .CgrnscD sialaseil•:Cuedwo,,C1amS pue.,41unsrD sla[a.%wj.-AmdwoJ aaupjnsul km:)jzW Ined•lS-,Wrdwo3 aaue.tnsu[ ue!plrnJ Ined •i$ '.Cuedwoa aaurmsul auurIN pur aj!3 [nrd '1S'AuLdtuoj ,CllensrJ um3uiuue3 Ieg,l, -SJN3S3IId 3S3M.fig INCHN -VfV MON31 L J C J O O J O O °N ale3U!1la7 £LLO£Z ON 1ae3 ul-.CawoliV iupdwo0 aauemsul ueipaen0!ned'1S .iurdwo3 Sluimen J pur.CI!lap!3 saletS pal!ull Curdwo3 aaurmsul auusW pue al!3 Ined-IS pxiawV Jo Wedmo3.ilainS pue.iIjensp:)sjalaAeU 'aul sjalp.wapul aauemsal Sluelen0 pas.il!lap!3 iuedwoj.ilamS pue Silense�)s.Ta!a UJJL iuttdtuo0 aauemsul Sluplpn0 pae.ii!tap!3 iaedwo I aauemsul.i inmal�;Ined-IS iuvdtuoj.illensv3 uolNuitu m j f S0 313/I V81 A3NM0,UV 30 HaMOd 830809 438 3Hl 1nOHIIM C)IiVANI SI Al INHOl1V 30 83MOd SIHl:0NINHVM H30H09 03H 3Hl IFOH11M 011VANl SI A3N8OliV d0 83MOd SIHl:JNINHVM •pagaeue st jamod agl yaiy"of puuq.yl jo slnnip oyl pup. ;Irnptntpui pawru-anoge mp jagwnu lard-uj-AawouV+oLp of ja;al asrald-woa•puogslalanrn'm.,..%%Ir sn lmmluoa jo 088£-iZt–OOR-I Ilrl'\aulouV J0 1.,,od siyl;0 Cuauuaglnr aql A;uaA o,£ IYSS'', N+..-......d>.. Q!"��sfp ,�vv,�� i� dy.�•F7 i' � Fc�"1 V 3S-`ice S6� z>DemfcSr -. 5y 'ew.un+Jt p �Oa iu 'nI A)�Q'1 J*�RrK Yea 7p Oyr�l,+Ci 1`bASN�tdCf b�Syj�MY�O 19 3Yt�^ �� Y'r//5�� .C1r1 aaS IurlstssV-•s;,OnH.3 utna}l It —;o Arp siyl sawrdwoJ ptrs,lo spas aql paxWr pup puey Aw las olunalay aneq I.303MHAI ANOWU93.L to -pallonW uaaq lou sry pur lama pue amjol lla;ut st gmtq,h•satuedwoJ ptps Aq palnaaxa AawouV;o lamod agl;o Adoa Iaa>loo pup arra r.st 3uw3a1o;pur,aAuye ayl lryl.�;tuaa,(galay op,<urdwa3.�lupirnrJ put Algapt3 salels paltun pue•pauaurV jo Aurdwo0 AIamS pup Qlrnsuj slaianelZ•Aurdwo0 AlamS pup.CilensrJ sjalanelZ'AurdwoJ aaurmsul,Cln-ujN Ined'1S•AurdwoJ aaumnsul umipjrn0 Ined-IS-AurdwoJ amarjnsul auurl�pur ani lnrd-IS--aul•slalunvapun amuemsul Aivawnn pue.Culapt3'Auedwo3 aaurmsul:C1urmnJ pup Aulaptd'AurdwoJ AllenseJ uol3tmnred;o•AmalaaS Iur.lsis.V•pmgtslapun agl'sagSnH.3 atna}I.1 -paympue si It gatgm o1$utpurlslapun jo puoq Aue o1 laadsal gtim ajnln;agl ut AurdwoJ lqj uo 3uipwq pup pyr.s aq llegs leas apwisael pup almrON apwtsmm;ymns Aq pat_ltllam pue painaaxa os nAxod qans:Cur pup Auedwo0 agl uodn 3utputq pue ptp:A aq[let's 1pas altwtsae;1c,.anleuots alnutsar.-1 yansaur.q alrii3l11aa 10 �awoUV;o 1a:rod gins Aue pup ;oalagl alnlru aql ui,uole3r(go sfuuu.H laylo pup stutypllapun pup spuoq 8unsanr pup zailnaaxa jo �luo sasodlnd 10l lard-w-s.Cawouv 10 sauplalaos luplstssd waplsag'swapisald a,!n luaprsa-]8unwoddr maimp 8uneial marpllaa Am of 10 Aawoub;o jamod Aue of apwisorj .Cq paxt�r aq Crw AurdwoJ alp jo leas agl pup-.ClplajmaS lurlstssV Amp-.CjrlajaaS Aue'luaptsaM aaIA IumstssV Aur 'Iuaptsald aatA Aue'IuaMNd am!A lotuaS:Cur'luaptsald a--)!A aAnnaax3 Aur•Iuapisald:shay;o zlutmollo;aql;o gaga;o amlru8is aql 1pgl`QgA-jOS3W g3 H Ljjf-H st 11 pup ::Cluoglne;o uanr3alap uanu.0 r. of lurnund sja*Wo AurdwoJ clow jo mo :Cq 10 Aluotpne;o salrmytllam mays to mrmynlam jaq to stq w paqumsajd Jamod aql of lurnslnd slua3V pup Iar3-w-s,CoulollV ajow jo auo Aq(pagnbaj;t-leas japun)palnmaxa Alnp(q)to:AjplalmaS lumstssV 10,velalaaS a,Cq leas s.AurdwoJ aqI gltm palpas pup palsaur.Alnp pup AjrlajmaS IurlstssV Aur.10 Awia1aaS alelodloJ aql`lamsp;uL luplstssV Aum•lajnspaj agI'luaptsald aatA puoaaS Aup•luaMsald am[A Aue jo luapisajd amtA 10tuaS Aur'luaptsald aatA antlnaax3 Aur UruuttgD aazn Aup•luapisajd aql Aq pau8ts(e)uay.>A AurdwoJ ag1 uodn Sutputq pup pilrn aq Ilrgs Sui-T spun Iruouipuo,lo'a:immuJoaal'puoq r. to ajweu ayl w.C1olriggo 3ullum JO Allutuapw;o 1mnuom•a3uezw3omal•puuq Aur Iegl'QgAjOS3AH 2IgM-df" S!11 pup:An]ajaaS ayl;o aatl;o aql ut paly s!;oalagl ,Cdom a pup 3w111.11 at st uogp3alap Bans yarn)r-yl papi.,old•CurdwoJ sigl;o saaAoldwa jo slamtjjo alow 10 mo oI Aluoglnr.uiu3alo;mpjo urd Aur jo Ile alr3alap Aew luaptsaM aat-A Aug 10 luaptsatd aatA joiu.S.Cur'luaptsald amid a.+nnmax3 .Cue.•urtwiugD amtA:Cur'luaptsald ayl'uruurrgJ agl IMP'agA-lOS3N 2I3mmfjA st n pur.:laq jo wtg uaAt3 la,rod ayl ailonaj pmr aalutodde ymns Aue aAowal Aew awil Aue lr slolaallU JO plrog ag110 slaaWO ptps;o Aup put!•'u'uplrwpun Iraonlpwo jo•,llurztu30.)w-puoq r jo alnlru agi ul A1olr3'llgo s3uiiu.%laglo pup•Aituwaput;o slmrlluoo'samuezwSomaj'spuoy Iris$AurdwoJ aql gum leas pup aujeu s•.CurdwoJ aqI yltm Oi.s of ayumsald.Aew.4uoglne;o amnypill jay to sty sr. .CU1041nu ymns aaltttodde Bans anti Am pup AurdwoJ ayl;o 3Tegaq uo pue jo;or oI swa3V pur.Iar..l-u!-s.CawonV•lutoddr:1rw,vrlalmaS Iurlsi"V Cur jo hmwaaS almlodloJ Ni•jamspail lur]stssV Aur•lainsewl agI'luaprsald 90!A puoaaS AM'Iuaptsald aatA:Cur'luapesald XM lotuaS ,Cup luaMsald amtA antu13ax3 Aur'UM=uyJ amtA Aup'luapisald aql'uruutrgD aqI Imp-([3A'IOSgH :smollot,m suipraj'la,?pa pup aajo;M ut mou ale suotlnlosal gmtym .AuedwoD AlmenO pup Alflopt3 smS paltun pup-patlowV;o Aumdwo,Ala1nS pup .Cllensr:)sjalasr{l-'CurdujoJ AlalnS pur Allrnno Slllanrll••AurdwoJ .aummsul AlnajaW Ined -IS'Xuudwoj amurinsul uetplrng Ined-IS'AugdwoD aamnsul )uttuW put,, ami Ined iS --ml-slalumlapun amuelnsul Alueleng put, -iiipyi_l •AupdwoJ aaumnsul Alumng ptm A1111MA :CurdtuoD,Ci[pnseJ uolSumurd to slolmajt(l to splrog aql Aq paldopr suognlosaj Jutmollo;aqI;o,4uoglnr aye:. pur lapun paluel3 st.AawonV;o jamod styL 830800 038 3HI InOHlIM OIIVANI SI A3NUOl1V 30 83MOd SIHl:`JNIN8VM ESCROW AGREEMENT for RETAINED PERCENTAGE 2017 Pavement Repair, Various Sites Escrow No.: City of Port Angeles Contract No. COIF-2017-03 Completion Date: TO: 6. In the event the City orders you.in writing,to reconvert the investments and return all morins,you shall do so within thirty (30)days of receipt of the order. 7. The Contractor agrees to compensate you for your services in accordance with%,,ur current published schedule of applicable scrow feLs. F-%Tncnt of all fm shall be the sole responsibility THIS ESCROW AGREEMENT is for the investment of the retained t the end s a::�t,t'rc deducted from any monies percentage of the above contract,in accordance with chapter 60.28 of Placed with you pur,uant to this apree:nent until and unless the the Revised Code of Washington. It is limited to FDIC insured City directs the relea,e to the Comra :c r c f the investment%and Washington State Chartered Banks who are covered by the State of monies held hereunccr,whereupon you shall be entitled to Washington Public Deposit Protection Act. reimburse yourself fr+,m such monies for the entire amount of your fee. The undersigned. (as"Contractor"),has 8. This agreement shall not be binding until signed by both parties directed the CITY OF PORT ANGELES(as'City"),to deliver to and accepted by you. you its warrants which shall be payable to you and/or the contractor. 9. This document contains the entire agreement between you,the The warrants are to be held and disposed of by you in accordance Contractor,and the City,with respect to this Escrow,and you with the following instruction: are not a party to,nor bound by any instrument or agreement other than this. You shall not be required to take notice of airy INSTRUCTIONS default or any other matter,nor be bound by nor required to give notice or demand,nor required to take any action whatever 1. Upon delivery the warrants shell be endor.rd h, a and kept as herein expressly provided. You shall not be liable for forwarded to the City for collet,wn. You sl r:::.se the monies any loss or damage not caused by your own negligence or to purchase investments selected by the Cent'le"or rand willful misconduct. approved by the City. You may follow the las: .1 ritten CONTRACTOR received by you from the Contm�tor,for each purchase.pr•:,�'Jed the direction otherwise conforms with this agreement. Acceptable investments are: Federal Tax I.D.No. A. Bills, certificates, notes or bonds of the United States; By. B. Other obligations of the United States Title: or its agencies; Address: C. Obligations of any corporation wholly owned by the Govemment of the United States; D. Indebtedness of the Federal National DATE: _ Mortgage Association; CITY OF PORT ANGELES E. Time deposits in commercial banks; F. Other investments, except stocks, By: selected by the Contractor, subject to Title: express prior written consent of the City. DATE: 2 The investments shall be in a form which allows you alone to THE ABOVE ESCROW AGREEMENT RECEIVED AND reconvert them into money if you are required to do so by the ACCEPTED on the_day of 20_ City. 3. The investments must mature on or prior to the date set for the BANK completion of the contract,including extension there of or thirty(30)days following the final acceptance of the work. By: 4. When interest on the investments accrues and is paid, you Title: shall collect the interest and forward it Address: to the Contractor unless otherwise directed by the Contractor. i. You are not authorized to deliver to the Contractor all or any DISTRIBUTION: pan f the ire csunents held by you pursuant to this agreement City Clerk Contractor (,,i a•i} m:-)niex denNed from the sale of such investmems,or Financial Institution File Copy the negotiation ofthe erg's wkarrantsl except in accordance with the written instructions from the City. Compliance with suchinstrua'.,m .Fall relic%%)ou .tamfwlherliability related thereto. (CON-2017-03) Page 20 Rev.6/17/16 City of Port Angeles ATTACHMENT "D" Engineering Office Public Works and Utilities Department FORMS 360-417-4541 REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: - OwneT Cow&for ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION REQUEST: DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: YES NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI Number: (CON2017-03) Page 21 Rev.S;'30,2011 City of Port Angeles Public Works Department 321 East 5`h Street Port Angeles, WA 98362 Contract No.&Title Project Manager: Date Change Prc ared Order No. Prime' Change Title: Change Scope/Justification: CONTRACT AMOUN"rSC"EDULE Original Contract Original Substantial Cone anon Previous Change Orders Previous Time Exten*o:.by Change Order(days) This Change Order Amount(including Suspension of Work(days) -applicable taxes) Chante Ordcr`1 Timc �;ew�Contract Amount Extension(days) Nc%k Substantial Completion CONTRACTOR: CITY OF PORT ANGELES Signature Signature Name&Title Name&Title Date: Date: TF�s Change Proposal shah represent full and complete compensation and final settlement of all Claims for all(1)time;(2)direct,indirect, and overhead costs:(3, o ofit:and(4)costs or damages associated with delay,inconvenience,disruption of schedule,impact,ripple E�e`. cs<_of er :ivity,acceleration of work,lest:)roflts,and/or any other costs or damages related to any work either of affected oy the Change Proposal,or related to the events g ng rise to the Change Proposal. ICON-101?-03) Page 22 Rev.8/30/2011 CONTRACTOR'S APPLICATION FOR PAYMENT PROJECT: 2017 Pavement Repair,Various Sites PROJECT NO. CON-2017-03 Page l of 2 TO: City of Port Angeles DATE: Public Works R Utilities Department 321 E. 5*'Street Port Angeles,WA 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to lend of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount(Excluding Sales Tax) 5 2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) S 3 Adjusted Contract Amount 1 1-2] S 4 Value of Work Completed to Date (per attached breakdown) S 5 Material Stored on Site(per attached breakdown and material receipts) S 6 Subtotal [4+5] 7 8.4°,o Sales Tax(at 8.41,b of Subtotal)_As Applicable S 8 Less Amount Retained(at 5`:o of subtotal) $ 9 Subtotal[6-7-8] S to Total Previously Paid S 11 AMOU-NT DUE THIS REQUEST 19-101 S WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases. up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the tertns of the contract (and all authorized changes)between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 (CON2017-03) Page 23 Rev. 8,3(Y2011 CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 1 also ccr'if% that all lower-tier payments,less applicable retention, have been made by the Applicant for the periods covered by previous payment(s)received by the Applicant to(1)all lower-tier subcontractors/suppliers, na(2) COr all materials,equipment and labor used or in connection with the performance of this contract. I l urther certify that I have complied with all federal,state and local tax laws,including Social Security laws and C nempIoyment Compensation laws and Workmen's Compensation laws,insofar as applicable to the performance f this ��ork, and have paid all such taxes,premiums and/or assessments ari sin, out of the performance of the work. I `.Un"Icr certify that,to the best of my knowledge,information and belie,. al'. \\,,)rh for«riich previous payment(s) }ha\e been received shall be free and clear of liens,claims, security interests and encumbrances in favor of the Coi',,tractor. subcontractors,material suppliers,or other persons or entities making a c_a:rn by reason of having prop idea labor,materials and equipment relating to the work. Within seven(7)days of receipt of the pad men'. rcL:.re�'CJ hLrein. all paN mer_ts, less applicable retention,will be made through the period covered by this pay request to all in\ loNk er-tier subcontractors suppliers and for all materials, equipment,labor,taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of .20 Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date (CON2017-03) Page 24 Rev.8/30/2011 �,oF voaT 4* 4���N CERTIFICATION OF �W�� `'two 47 WORK COMPLETION AND ACCEPTANCE PROJECT: PROJECT NO.: All work on the above referenced project has been completed in accordance with the contract documents and the final inspection and the warranty provision included therein or relating thereto. The final estimate in the amount of$ , including any applicable taxes, has been reviewed and is in agreement with our records. I further certify that the final estimate amount shown above is a true and correct statement showing all the monies due me from the City of Port Angeles for work performed and material furnished under this contract. City Council acceptance and final payment, including retained percentages, is hereby respectfully requested. _, Contractor, hereby releases the City of Port Angeles, Washington, from any and all liens arising out of this Contract or is, herewith, providing a bond covering all unpaid obligations for work, materials, equipment or any other liens outstanding on this Contract. CONTRACTOR: ADDRESS: AUTHORIZED OFFICIAL: DATE: I (CON2017-03) Page 25 Rev. S 10 20>> City of Port Angeles ATTACHMENT "E" Engineering Office Public Works and Utilities Department AWARDED BID 360-417-4541 (CON2017-0i) Page 26 Ro s ,u-'oi 1 BID FORM Project Title:2017 Pavement Repair, Various Locations Project Number: CON-2017-03 The bidder hereby bids the following amounts for all work(including labor, equipment, time and materials)required to perform the work in the Statement of Work and this package. Item Enter Enter Unit Extended No. Sec No. Descri tion of Item Quanti Units Price Amount 1 1-04 Minor Chane 1 EST. $ 10,000 $ 10,000 2 1-07 SPCC Plan 1 Lump $ S00.00 $ 500. 00 Sum 3 5-04 HMA for Pavement Repair Cl. 20,100 Square $ $ ''/2" PG 64-22 Foot 1.40 1`(�,740.00 4 8-01 Erosion/Water Pollution Control 1 Lump $3,Soo.oo $-3.SOO.oc Sum Total $ Ib 2,-740.00 JD Please show your estimated amount of Rule 171 sales tax included in all of the bid items above. Refer to Section 1-07.2 in the Special Provisions. $ ItSS7. IS If you believe Rule 170 tax applies to any portion of this project, please identify and show the calculated amount of tax. $ The bidder hereby acknowledges that it has received Addenda No(s). Ai/A (Enter"N/A" if none were issued)to this Request for Bid package. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: Contractor Information: 1. Company Name: Z^C.. 2.Address: P-o. Sax ?2Sc 3. City, State,Zip Code: �i ort AnAo.(o S w r4 . 4 t3 C L 4. Phone Number: 5. Contractor Registration Number: A K Ss 27 y Project: CON-2017-03 Page 3 Rev&17116 91IL1119 Aax b agL'd £O-L I OZ-NOD :hafoid L 1 Z ale(] SDWOLtv :aweN paluud 913!1 Aq pou61S -loeiluo:D slgl ui qvo;las sao!nuas aql uuopad of sa!1!l!gedeo tiessaoau aql pue loefoid s!ql uo p!q of s11!Ns lua!oyjns sessessod pue pay!lenb s!1!leql sluasaidai japp!q 941 (,hi 901 - 109 :jagwnN uollej;s!6aa xe1 eslox3 91e1S '6 -21Lh St t, :jagwnN Ida(] AlunoaS luawAoldw3 93e1S VAA-9 L.-2Z 1 001- :aagwnN lunooay eouejnsul le!ilsnpul WIS dM I 9 0 1 109 :jagwnN 18f1 '9 t�n PORT k NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Signature of Bidder/Contractor Subscribed and sworn to before me this _day of Q.,, 201-1—. v2n,JoiJ� k $41�OTAA/►s Nary ublic in 4fid for the �► • Mate of / WASN'\'.`"`'Residing atri My Comm. Exp.: J� l2 q Project: CON-2017-03 Page 5 Rev 6/17/16 BID SECURITY TRANSMITTAL FORM (Pages 1 of 2) Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of$ which amount is not less than five (5%) percent of the total bid. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: Travelers Casualty and Surety Company That we, Lakeside Industries,Inc. as Principal and of America as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent(5%)of the Total Amount Bid---- Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: Project Title: 2017 Pavement Repair, Various Locations Project Number: CON-2017-03 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 1st day of February 2017 Lakeside Industries,Inc. Principal T elers Casualty and Sure Company of Am rica ,I ':f3 Parker,Smith& Feek,Inc. Surety Susan B.Larson,A omey-in-Fact Agent 1501 4th Avenue,Suite 1650 2233 112th Ave NE Seattle,WA 98101 Bellevue,WA 98004 Surety address Agent Address Travis Belling (206)326-4284 John Claeys/Susan Larson (425)709-3600 Surety Contact and Phone Number Agent Contact and Phone Number Dated: Received return of deposit in the sum of$ Project: CON-2017-03 Page 6 Rev 6/17/16 BID SECURITY TRANSMITTAL FORM (Pages 2 of 2) Project Title: 2017 Pavement Repair, Various Locations Project Number: CON-2017-03 BIDDER: Lakeside Industries, Inc. The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud: and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: Travelers Casualtv and Surety Company of America Parker. Smith& Feek. Inc. Surety Agent 1501 4th Avenue. Suite 1650. Seattle. WA 98101 2233 112th Ave NE.Bellevue. «'A 98004 Surety address Agent Address Travis Belling (206)326-4284 John Claeys i Susan Larson (425)709-3600 Surety Contact and Phone Number Agent Contact and Phone Number Project: CON-2017-03 Page 7 Re. 6,17 16 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AW POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of.America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 230773 Certificate No.O O b 5 O 5 2 7 4 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint y Deanna M.French,Jill A.Boyle,Susan B.Larson,Scott Fisher,Elizabeth R.Hahn,Jana M.Roy,Scott McGilvray,Mindee L.Rankin,Ronald J. Lange,John Claeys,Roger Kaltenbach,and Guy P.Armfield of the City of Bellevue State of Washington their true and lawful Attomev(sl-in-Fact. each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd day of July 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty-and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company CPO �tl►F 64Gf �975J� =TZo1 1951 � vs`� N c °- State of Connecticut By: City of Hartford ss. Robert L-Raney.Senior Vice President On this the 22nd day of July 2016 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters.Inc..St.Paul Fire and Marine Insurance Company,St_Paul Guardian Insurance Company,St.Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company.and that he.as such.being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.Ter In Witness Whereof,I hereunto set my hand and official seal. TAR \r \©► My Commission expires the 30th day of June,2021. *� 'OUel�t' * Marie C Fetreault.Nucir\Public h7MEC'S�`� 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company.St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,trading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President.any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity.or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned.Assistant Secretary,of Farmington Casualty Compan%.Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies.which 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 day of__c 200 Kevin E.Hughes.Assistant Sec tart' GASU,�t, � y E10.i 6 4 �►M,.I M,rG P{_,M V'�I J�tr�, 11YSIbY ��r� O2y�yp�l t n19��tJr� EAL15 SEAL-15 fS.AM To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER N CON-2017-03, 2017 Pavement Repair —Various SUBJECT: Locations , ORGINATOR: Jonathan Boehme DATE: 2/13/17iN MM 0s� TO: ACTION REQUESTED: INITIAL: DATE: 1. Lucy Hanley Distribute o`? t 2. Craig Fulton Confirm for Signature i 3. Byron Olson Confirm Funding t1 4. Bill Bloor Sign Contract .i 2-1 tSl 1"1 5. Dan McKeen Sign Contract 6. Jennifer Veneklasen Sign Contract Z l 'Feb r VIQX� 1(.., 20 1-j . ON a C(QV th Cte(K of ter all dak-5 OfL_ lied (�. CITY COUNCIL Approved February 07, 2017 — memo attached BUDGET ACCOUNT 102-7230-542-4810 RETURN BY 2/14/17 - URGENT Return to Lucy Hanley for Processing