Loading...
HomeMy WebLinkAboutCP1516 #16-34 Runway 16-34 Extension * Cl1"YOF J\JJJ3IJ 1 Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov* 253-931-3000 October 9, 2019 CERTIFIED MAIL RETURN RECEIPT REQUESTED Justin Reynolds Pivetta Brothers Construction, Inc. 1812 Pease Avenue Sumner, WA 98390 RE: Award of Contract No. 19-15 Project No. CP1516, Runway 16-34 Extension Letter of Award Dear Mr. Reynolds: Bids for construction of the above-referenced project were opened by the City Clerk at Auburn City Hall on Thursday, August 1, 2019, at 11:00 AM. Eight(8) responsive bids were received and have been tabulated. Your firm submitted the lowest responsible bid. The total award amount including Washington State sales tax is $2,800,552.06. The City Council, at their meeting on October 7, 2019, approved award of the contract to your firm. This letter serves as your notification of award for the subject project and is a contract specification. Please execute and return the following contract documents and other required information to the attention of Amanda DeSilver, Contract Administration Supervisor, within seven (7) calendar days after receiving this letter of award: a) Contract, in duplicate. b) Contract Bond, in duplicate. c) Power of Attorney for your bonding company, in duplicate. d) Certificate(s) of insurance naming the City of Auburn as additional insured, in duplicate, for all required insurance coverages. Please include the Contract Number, Project Number and Project Name on the certificate(s). A pre-construction meeting will be scheduled in March 2020. The City requires that the Contractor have the appropriate personnel at the pre-construction meeting. This would include, at a minimum, the project manager and the on-site superintendent. The Contractor is encouraged to include any of their staff or sub-contractor staff they feel are critical to the project. As noted in the contract documents, a Notice to Proceed will be issued once the contract has been fully executed by the City and all insurance and licensing requirements have been met. Construction work on this project cannot begin until April 2020. After the Notice to Proceed is issued and the Contractor provides proof to the City that all long lead-time materials have been ordered the Contract will be put into suspension until April 2020. ENG-006,Revised 02/19 AUBURN * MORE THAN YOU IMAGINED "' Pivetta Brothers Construction, Inc. October 8, 2019 Page 2 of 2 Please contact me at 253-804-5034, or the Contract Administration Supervisor, Amanda DeSilver at 253-876-1980 with any contract administration related questions. Sincerely, T 4 Seth Wickstrom, P.E. Project Engineer Public Works Department SW/ad/as Enclosures cc: Shawn Campbell, City Clerk Tim Mensonides, Airport Manager Seth Loop, Construction Inspector File 13.11 (CP1516) ENG-006, Revised 02/19 PUBLIC WORKS CONTRACT Contract No. 19-15 THIS CONTRACT is entered into between the City of Auburn, a Washington Municipal Corporation ("City"), and Pivetta Brothers Construction, Inc ("Contractor"), whose mailing address is 1812 Pease Avenue, Sumner, WA 98390. RECITALS: 1. The City is in need of construction contracting services to complete the public work as described in this Contract. 2. Contractor is qualified to perform the construction contracting services described in the Scope of Work. 3. The City wishes to engage Contractor for the performances of these construction contracting services. AGREEMENT 1) CONTRACTOR SERVICES The Contractor shall do all work and furnish all tools, materials and equipment for the construction of Project No. CP1516 in accordance with this Contract form. Scope of work is as follows: The major items of work include extend both ends of the existing asphalt runway at the Auburn Municipal Airport by 441 feet including associated storm drainage and lighting improvements, and other work, all in accordance with the attached Contract Plans and these Contract Provisions. The complete Contract includes the following parts, which are by this reference incorporated herein and made a part hereof. Any inconsistency in the parts of the Contract shall be resolved by the order in which they are listed: A. Addenda B. Public Works Contract (this form) C. Proposal Form D. Contract Plans E. Appendix E FAA General Provisions F. Section II - Contract Conditions and General Special Provisions G. Section III — Technical Special Provisions H. Appendices to the Contract Provisions (Except Appendix E) I. Washington State Department of Labor & Industries Prevailing Wage Rates and Benefit Key Code effective the date the Contractor submitted the Construction Work Quote Form and Federal David Bacon Prevailing Wage Rates effective the date the Contractor submitted the Construction Work Quote Form J. On the Contract plans, working drawings, and standard plans, figured dimensions shall take precedence over scaled dimensions. K. In case of any ambiguity or dispute over interpreting the Contract, the City Engineer's decision will be final. 2) CITY OF AUBURN BUSINESS LICENSE The Contractor, subcontractors, and lower tier subcontractors, shall have an active City of Auburn business license. 3) NOTICE TO PROCEED A Notice to Proceed will be issued once the Contract has been fully executed by the Contractor and City, and all insurance and licensing requirements as set forth in the contract have been met. The Notice to Proceed Date shall be either the date the Contractor commenced contract work or the date the contract has been fully executed by the Contractor and City and all insurance and licensing requirements as set forth in the contract have been met, whichever occurs first. Construction work on this project cannot begin until April 2020. After the Notice to Proceed is issued and the Contractor provides proof to the City that all long lead-time materials have been ordered the Contract will be put into suspension until April 2020. Any costs associated with this suspension shall be included in the bid prices for the various items that may be impacted by the suspension. 4) TIME OF COMPLETION The Contractor shall complete the work within 79 calendar days from the Notice to Proceed Date. Working days will not be counted when the Contract is in suspension. 5) LIQUIDATED DAMAGES Liquidated damages shall apply to this contract as follows: If said work is not completed within the time specified, the Contractor agrees to pay liquidated damages to the City as follows: A. To pay (according to the following formula) liquidated damages for each calendar day beyond the number of calendar days established for physical completion, and B. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. C. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. Formula: Contract Price (without tax) x 0.15, divided by the original number of calendar days for completion. 6) HOURS OF WORK For work within Work Area 4, work hours are restricted from 5:00 p.m. to 10:00 a.m. beginning Sunday evenings and concluding Friday mornings for 60 consecutive calendar days. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 5 working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time, as allowed by the contract documents. 3. All Davis Bacon requirements must be met and recorded properly on certified payroll. 7) COMPENSATION The Contractor shall do all work and furnish all tools, materials, and equipment for the work and services contemplated in this Contract for compensation as follows: (Check One) ❑ Lump Sum Amount ® Unit Bid Prices as listed in the Construction Work Quote Form The Total Unit Bid Price as specified above is two million, five hundred forty-five thousand, nine hundred fifty-six dollars and forty-two cents ($2,545,956.42), with Washington State Sales Tax of two hundred fifty-four thousand, five hundred ninety-five dollars and sixty-four cents ($254,595.64) for a total of two million, eight hundred thousand, five hundred fifty-two dollars and six cents ($2,800,552.06.) The City's sales tax area is 1702 for work within King County. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every Subcontractor, has been approved by the State Department of Labor & Industries, and is received by the City. A. Performance Bond The Contractor shall furnish the City with an executed performance bond for the full Contract amount. B. Retainage Not applicable per RCW 60.28.011 1(b). C. Defective or Unauthorized Work The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Contract; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any additional costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims The submittal of the Final Invoice by the Contractor shall constitute a waiver of claims, except those previously and properly made and identified by the Contractor as unsettled at the time Final Invoice is submitted by the Contractor. 8) INDEPENDENT CONTRACTOR The parties intend that an Independent Contractor- Employer Relationship will be created by this Contract, the City being interested only in the results obtained under this Contract. 9) SUBCONTRACTING Work done by the Contractor's own organization shall account for at least 30 percent of the awarded Contract price. Before computing this percentage however, the Contractor may subtract (from the awarded Contract price) the costs of any subcontracted work on items the Contract designates as specialty items. The Contractor shall not subcontract work unless the City approves in writing. Each request to subcontract shall be on the form the City provides. If the City requests, the Contractor shall provide proof that the subcontractor has the experience, ability, and equipment the work requires. The Contractor shall require each subcontractor to comply with RCW 39.12 (Prevailing Wages on Public Works) and to furnish all certificates and statements required by the Contract. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every subcontractor, has been approved by the State Department of Labor & Industries, and is received by the City. Along with the request to sublet, the Contractor shall submit the names of any contracting firms the subcontractor proposes to use as lower tier subcontractors. Collectively, these lower tier subcontractors shall not do work that exceeds 25 percent of the total amount subcontracted to a subcontractor. When a subcontractor is responsible for construction of a specific structure or structures, the following work may be performed by lower tier subcontractors without being subject to the 25 percent limitation: A. Furnishing and driving of piling, or B. Furnishing and installing concrete reinforcing and post-tensioning steel. Except for the 25 percent limit, lower tier subcontractors shall meet the same requirements as subcontractors. The City will approve the request only if satisfied with the proposed subcontractor's record, equipment, experience and ability. Approval to subcontract shall not: 1. Relieve the Contractor of any responsibility to carry out the Contract. 2. Relieve the Contractor of any obligations or liability under the Contract and the Contractor's bond. 3. Create any contract between the City and the subcontractor, or 4. Convey to the subcontractor any rights against the City. The City will not consider as subcontracting: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete aggregates, ready mix concrete, off-site fabricated structural steel, other off-site fabricated items, and any other materials supplied by established and recognized commercial plants; or (2) delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies. However, the Washington State Department of Labor and Industries may determine that RCW 39.12 applies to the employees of such firms identified in A and B above in accordance with WAC 296-127. If dissatisfied with any part of the subcontracted work, the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the Contract. This section does not create a contractual relationship between the City and any subcontractor. Also, it is not intended to bestow upon any subcontractor, the status of a third-party beneficiary to the Contract between the City and the Contractor. 10)TERMINATION The City may terminate this Contract for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly-skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Contract. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. After all the work contemplated by the Contract has been completed either by the Surety or the City, the City will calculate the total expenses and damages for the completed work. If the total expenses and damages are less than any unpaid balance due the Contractor, the excess will be paid by the City to the Contractor. If the total expenses and damages exceed the unpaid balance, the Contractor and the Surety shall be jointly and severally liable to, and shall pay the difference to, the City on demand. 11)PREVAILING WAGES Contractor shall file a "Statement of Intent to Pay Prevailing Wages" with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay the higher of Washington Department of Labor & Industries prevailing wages and Federal Davis Bacon wage rates and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The prevailing wage rate revision in effect on the date the Contractor submitted the Construction Work Quote Form is attached and by this reference incorporated herein and made a part hereof. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every subcontractor, has been approved by the State Department of Labor & Industries, and is received by the City. Retainage, if applicable, shall not be released until an Affidavit of Wages Paid form for the Contractor and each and every subcontractor, has been approved by the State Department of Labor & Industries, and is received by the City. 12)CHANGES The City may issue a written change order for any change in the Contract work during the performance of this Contract. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to an authorized agent of the City within 10 calendar days of the date the facts and events giving rise to the requested change occurred. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City. If the Contractor fails to request a change order within the time allowed, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the Contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided below: A. Procedure and Protest by the Contractor If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor shall: 1. Within 2 days of receiving a written change order or oral order that the Contractor desires to protest, the Contactor shall give a signed written notice of protest to the City; and 2. Supplement the written protest within 14 calendar days with a written statement that provides the following information: a. The date of the Contractor's protest. b. The nature and circumstances that caused the protest. c. The provisions in this Contract that support the protest. d. The estimated dollar cost, if any, of the protested work and how that estimate was determined. e. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. The Contractor shall keep complete records of extra costs and time incurred as a result of the protested work. The City shall have access to any of the Contractor's records needed for evaluating the protest. 3. The City will evaluate all protests, provided the procedures in this section are followed. If the City determines that a protest is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. B. Contractor's Duty to Complete Protested Work In spite of any protest, the Contractor shall proceed promptly with the work as the City has ordered. C. Contractor's Acceptance of Changes The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for Contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. D. Failure to Protest Constitutes Waiver By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). 13)CLAIMS The Contractor waives right to a claim if they have not followed the protest procedures outlined in this Contract. If resolution of a protest cannot be reached, and the Contractor wishes to pursue a claim, the Contractor shall give written notice of claim to the City within 15 calendar days of the City's notice of its final decision on the Contractor's protest. Any claim for damages, additional payment for any reason, or extension of time, whether under this Contract or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Contract. At a minimum, a Contractor's written claim must include the information set forth regarding protests in this Contract. Failure to provide a complete, written notification of claim within the time allowed shall be an absolute waiver of any claims arising in any way from the facts or events surrounding that claim or caused by that delay. The Contractor must, in any event, file any claim or bring any suit arising from or connected with this Contract prior to signing the Final Payment Form. 14)WARRANTY All defects in workmanship and materials that occur within one year of the Contract Completion date shall be corrected by the Contractor. When defects are corrected, the warranty for that portion of the work shall extend for one year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within 7 calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. 15)INDEMNIFICATION Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole.negligence of the City. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that this indemnification constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. The parties acknowledge that they have mutually negotiated this waiver. The provisions of this section shall survive the expiration or termination of this Contract. 16)INSURANCE General Requirements A. The Contractor shall procure and maintain the insurance described in this section from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims- made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency 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 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. In addition to the amount RCW 60.28 requires to be withheld from the progress or retained percentage payments to the Contractor, the City of Auburn may, at its sole discretion, withhold amounts sufficient to pay any property damage claim of which the City may have knowledge and regardless of the informalities of notice of such claim, arising out of the performance of this Contract, provided that the total amounts withheld for such purposes shall not exceed 3% of the Contract price. The term "property damage claim" shall not f RF include any claim for personal injuries or any claim by persons furnishing supplies or materials or performing labor for the Contractor. The amount withheld will not be paid to the claimant by the City but will be held until either the Contractor secures a written release YRu from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment in favor of the claimant on such claim. Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed above ; `: in "Additionally Insured" as additional insureds, and provide proof of such on the policies as required by that section as detailed using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting T. Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required below in "Verification of Coverage." Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. �q. Verification of coverage shall include: S yF. 't ' 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. 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 Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers' Liability each accident Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 -at; 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Excess or Umbrella Liability The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $1 million each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance '?5 All entities listed above in "Additional Insured" shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 17)CORRESPONDENCE Submittals and Requests for Information (RFI) shall be as follows: A. Requests for Information (RFI's). RFI's shall be made electronically and shall be transmitted via e-mail to PWSubmittals@auburnwa.gov. The e-mail subject line of electronic RFI's shall include the following: Contract Number and Project Name/Number as applicable — RFI Title/Subject. Each e-mail shall be limited to 7 MB's in size. All RFI's shall accompany the City of Auburn "CIP Construction Request for Information" (RFI) form as a cover letter with enough information provided for the Engineer to respond accordingly. The time required to evaluate and review RFI's is not the same for all RFI's. The Contractor shall allow a minimum of 10 calendar days, unless otherwise noted, for the Engineer to respond. B. Submittals. All submittals shall be made electronically and shall be transmitted via e- mail to PWSubmittalsauburnwa.qov. The e-mail subject line of electronic submittals shall include the following: <<<Project Number>>>, <<<Project Name>>> - "Submittal Title". Each electronic email shall be limited to 7 MB's in size. All electronic submittals shall be clear, sharp high contrast electronic files in Word 2007, Excel 2007 or PDF formats. All submittals shall accompany the City of Auburn "Request for Submittal Approval" (RSA) form. Any submittals made without the RSA form or without all of the required information on the form filled out by the Contractor shall be rejected without review. No additional compensation or time extension shall be granted for a Contractor not supplying this form as a cover letter for their submittals or for an improperly filled out form. The RSA form shall be completed by the Contractor as follows: • For any item being submitted to the City for review and approval for the first time, check the "New Submittal" box. The City will assign the item a submittal number. For items that have been previously submitted and require a re- submittal, check the "Re-submittal of No. " box and fill in the submittal number that was assigned by the City to the original submittal. For submittals that are providing Material Acceptance Documentation for a submittal that has been previously made, the Contractor shall check the "Material Acceptance Documentation for Submittal No. " box and fill in the submittal number that was assigned by the City for which the Contractor is supplying the acceptance documentation for. • Fill in the Contract Number (I.E. NI - lilt) and Contract/Project Name; • Fill in the Project Identifying Number (I.E. CP####); • Fill in the Date the Submittal was transmitted to the City; • Provide the Contractor's name and, if applicable, the name of Subcontractor or supplier who prepared the submittal; • The Contractor is strongly encouraged to submit only one material or item per RSA form, however if more than one material or item is listed on the form then provide a General Submittal Title that is applicable to the group. Do not group non-like materials or items on the same form; • When applicable, provide the Bid Item number the submittal is referencing; • Provide a submittal description (be specific). For material submittals, provide the Type of Material, the Manufacturer's Product/Type, or the trade name of the product; • When applicable, provide the Name and the Location of the Fabricator or the Manufacturer's name or the Pit Number. This should be the actual manufacturer, not the supplier or distributor, • Provide the Contract Specification section number(s) or the page number the submittal material is referencing, or you can list the Plan Sheet number; and • For material submittals, indicate whether the submittal is requesting use of the WSDOT Qualified Product List (QPL) or if the submittal is a Request for Approval of Material (RAM) that is not in the QPL, by checking the appropriate box. For non-material submittals and for material acceptance documentation these boxes shall be left blank. If the Contractor elects to use a product listed in the QPL, the submittal documentation shall be prepared in accordance with the instructions in the WSDOT QPL program and shall be the most current list available at the time the product is proposed to be used. 18)MISCELLANEOUS A. Nondiscrimination. In the hiring of employees for the performance of work under this Contract, the Contractor, its subcontractors, or any person acting on behalf of Contractor shall not, by reason of race, religion, color, sex, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. B. Compliance with Laws. The Contractor shall comply with all federal, state and local laws, rules and regulations throughout every aspect in the performance of this Contract. C. Qualifications of Bidder. Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. D. Work Performed at Contractor's Risk. The Contractor shall take all precautions necessary and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of this Contract. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. E. Nonwaiver of Breach. The failure of the City to insist upon strict performance of any of the terms and rights contained herein, or to exercise any option herein conferred in one or more instances, shall not be construed to be a waiver or relinquishment of those terms and rights and they shall remain in full force and effect. F. Governing Law. This Contract shall be governed and construed in accordance with the laws of the State of Washington. If any dispute arises between the City and the Contractor under any of the provisions of this Contract, resolution of that dispute shall be available only through the jurisdiction, venue and rules of the King County Superior Court, King County, Washington. G. Attorney's Fees. To the extent not inconsistent with RCW 39.04.240, in any claim or lawsuit for damages arising from the parties' performance of this Contract, each party shall be responsible for payment of its own legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit; however, nothing in this subsection shall limit the City's right to indemnification under Section 10 of this Contract. H. Written Notice. All communications regarding this Contract shall be sent to the parties at the addresses listed on the signature page of this Contract, unless otherwise notified. Any written notice shall become effective upon delivery, but in any event 3 calendar days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Contract. I. Assignment. Any assignment of this Contract by the Contractor without the written consent of the City shall be void. J. Modification. No waiver, alteration, or modification of any of the provisions of this Contract shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. K. Severability. If any one or more sections, sub-sections, or sentences of this Contract are held to be unconstitutional or invalid, that decision shall not affect the validity of the remaining portion of this Contract and the remainder shall remain in full force and effect. L. Entire Contract. The written provisions and terms of this Contract, together with any referenced documents and attached Exhibits , supersede all prior verbal statements by any representative of the City, and those statements shall not be construed as forming a part of or altering in any manner this Contract. This Contract, referenced documents, and any attached Exhibits contain the entire Contract between the parties. Should any language in any referenced documents or Exhibits to this Contract conflict with any language contained in this Contract, the terms of this Contract shall prevail. IN WITNESS WHEREOF, the parties below have executed this Contract. PIVETTA BROTHER CON T' ' ION THE CITY OF AUBURN ow, (Signature) (Signature)` By iii&//e 2/417/4, By Nancy Backus (Print name here). Its 'PC-GS/din74 Its Mayor (Authorized representative) DATE: /ll'/4. --26/`1 DATE: 1 2Q ' ' • Contractor's State License No. PIVETBC063B9 State Tax Registration (UBI) No. 600-552-209 Federal Tax ID # 91-1232261 APPRok ri S TO FORM: Alt*PAIN Steve Gross, City Attorney Notices to be sent to: Notices to be sent to: PIVETTA BROTHERS CONSTRUCTION CITY OF AUBURN Attn: Justin Reynolds Attn: Seth Wickstrom 1812 Pease Avenue 25 West Main Street Sumner, WA 98390 Auburn, WA 98001 Phone: 253-753-0757 Phone: 253.804.5034 E-mail: justin@pivetta.com E-mail: swicktrom@auburnwa.gov CONTRACT BOND CONTRACT NO. 19-15 BOND NO. 2285416 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Pivetta Brothers Construction, 1812 Pease Avenue, Sumner, WA 98390, as principal, and North American Specialty Insurance Company , a corporation, organized and existing under the laws of the State of New Hampshire as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Auburn, Washington, in the penal sum of two million, eight hundred thousand, five hundred fifty-two dollars and six cents ($2,800,552.06,) for the payment of which sum we jointly and severally bind ourselves and our successors, heirs, administrators or personal representatives as the case may be. This obligation is entered into in pursuance of the Statutes of the State of Washington and the Ordinances of the City of Auburn, Washington. Dated at Auburn, Washington, this day of , 20 . Nevertheless, the conditions of the above obligation are such that: WHEREAS, the City of Auburn on the 7th day of October, 2019, let to the above bounden principal a certain Contract. The said Contract being numbered 19-15, and providing for the construction of Project CP1516, Runway 16-34 Extension - extend both ends of the existing asphalt runway at the Auburn Municipal Airport by 441 feet including associated storm drainage and lighting improvements (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, if the above bounden principal shall faithfully and truly observed and comply with the terms, conditions, and provisions of said Contract in all respects and shall well and truly and fully do and perform all matters and things by them undertaken to be performed under said Contract, upon the terms proposed therein, and any and all duly authorized modifications of said Contract that may hereafter by made, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the carrying on of said work and shall hold said City of Auburn, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall in all respects faithfully perform said Contract according to law, and shall indemnify and hold the City of Auburn, Washington, harmless from any damage or expense by reason of failure of performance, as specified in said Contract, and The undersigned principal and the undersigned surety present this contract bond related to the Contract, PROVIDED that this document shall not be enforceable unless and until the City of Auburn awards and executes the Contract to the undersigned principal. No obligations under this bond, for the performance of the above-referenced contract, shall be enforceable until the City of Auburn has executed the contract to the undersigned principal. The Surety, hereby agrees that modifications and changes may be made in the terms and provisions of the aforesaid Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Contract Bond in a like amount, such increase; however, not to exceed twenty—five percent(25%)of the original amount of this bond without the consent of the Surety. PROVIDED, however, that after the completion of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this bond, shall be reduced to either ten percent (10%) of the value of the improvements to the City or two thousand dollars ($2,000), whichever is greater, to warranty against defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after Contract Completion. Notwithstanding the reduction of this bond, the principal and surety shall hold the City of Auburn harmless from all defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after Contract Completion, THEN and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions of this bond, that the decisions of the Courts of the State of Washington shall be binding. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this /(p day of O 4JJ&x - , 20 . Pivetta Brot e fie nst•. ion, Inc. )' Principal North American Specialty Insurance Company Surety By — L �— Attorney in Fact Patti ite PO Box 3018 Bothell,WA 98041-3018 425-489-4500 Resident Agent's Address&Phone Number SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Kansas City,Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City,Missouri,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri does hereby make,constitute and appoint: • THERESA A. LAMB,JIM W. DOYLE,CHAD M. EPPLE,JULIE M.GLOVER,JIM S. KUICH,MICHAEL A. MURPHY, ANDY D.PRILL,STEVE WAGNER,AND PATTI WHITE JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." \\\G\AUTY j#,i// o�'?+a\yptlONq(!j" • er ,r�,00..,,!YG B is'��,,p�•...• �rF'•• Steven P.Anderson,Senior Vice President of Washington International Insurance Company = �pwr��p�q�" SEAL .`� �'�"� �. SEAL = O. ,n &Senior Vice President of North American Specialty Insurance Company t SEAL :g ti W 2 1973 [p m -� &Senior Vice President of Westport Insurance Corporation ! 4%11111 Naafi\ f* ath Mike A.Ito,Senior Vice President of Washington International Insurance Company ...44180‘617J- & 6 &Senior Vice President of North American Specialty Insurance Company &Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this this 12TH day of FEBRUARY ,20 19 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this I2THday of FEBRUARY ,20 19,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. — —--4 OFFICIAL SEAL M.KENNY .......a4 1 �- 5i'� { '..,, Notaty Potdtc_Statti of Illinnis b • MyCommission 12ooip"" a2i M. Kenny,Notary Public \) o_o v.v I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington International Insurance Company and Westport-Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation which is still in fuil,force;and eIFect. IN WITNESS WHEREOF,I have set MY hand and affixed the seals of the Companies this 1 10 day of Oadht/ ,20 14. Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company& North American Specialty Insurance Company&Vice President&Assistant Secretary of Westport Insurance Corporation 10/22/2019 https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=965 Consumer tools Agent and Company Lookup Orders Independent Review Decisions NORTH AMERICAN SPECIALTY INSURANCE COMPANY Change History I Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings Back to Search) General information Contact information Name: NORTH AMERICAN SPECIALTY INSURANCE Registered address Mailing address COMPANY 650 ELM ST Corporate familySWISS RE GRP 0 MANCHESTER,NH 03101- 1200 MAIN ST STE 800 p group:p'---- -- -- - KANSAS CITY,MO 64105 Organization type: PROPERTY 2524 Doing Business As(DBA): Unavailable Telephone Telephone WAOIC: 965 603-644-6600 816-235-3700 NAIC: 29874 Status:ACTIVE Admitted date: 03/08/1985 Ownership type: STOCK back_'o Company change history o View changes Via_-s Types of coverage authorized to sell o Insurance types Casualty Disability ---_- __--------_-_-_-_ Marine Ocean Marine Property Surety Vehicle Agents and agencies that represent this company (Appointments) o [View agents View agencies] bark_o mp, Company complaint history o View complaints Orders issued since 2010 0 No orders are found ?back torp Premium tax filings by tax year o 2018 2017 2016 2015 2014 bock to;oc National information on insurance companies Want more information about this company?The NAIC's Consumer Information(CIS)page allows you to retrieve national financial and complaint information on insurance companies,plus has information and tips to help you understand current insurance issues. 52S1,1°19.2 Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability.Some of these companies charge for their services. A.M.Best yuan. '--'- Weiss Gro. Ratings https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=965 1/2 10/22/2019 https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=965 Standard and Poor's Cori Moody's Investors Service Fitch IBCA,Duff and Phelps Ratings Disclaimer:Links to external or third-party websites are provided solely for visitors'convenience.Links you take to other sites are done so at your own risk and our office accepts no liability for any external linked sites or their content.Be aware that not all financial rating companies use the same rating processes. ^ua_,o op https://fortress.wa.gov/oic/consumertoolkiUCompany/CompanyProfile.aspx?WAOIC=965 2/2 10/22/2019 consumers.ambest.com/CompanyProfile.aspx?BL=36&ambnum=001866&PPP= 11 a c" Life 8 Retirement Home 8 Auto Health 8 Disability Other Life Events • ' 118 Snares North American Specialty Insurance Co Follow Igl Print this urn, (a member of Swiss Reinsurance Group) AM Best 8:001866 NAIC e:29874 FEIN B:02-0311919 Address: 1200 Main Street Phone: 816-235-3700 Suite 800 Fan: 816-235-3738 Kansas City,MO 64105 Web: www.swissre.com UNITED STATES Best's Credit Ratings _ Financial Strength Rating View Definition Long-Term Issuer Credit Rating View Definition Rating: A.(Superior) Long-Term: aa • Affiliation Code: Grou 9(Group) Outlook: Stable Financial Size Category: XV($2 Billion or greater) Action: Affirmed Outlook: Stable Effective Date: December 13,2018 Action: Affirmed Initial Rating Date: August 23,2006 Effective Date: December 13,2018 Initial Rating Date: June 30,1984 u Denotes Under Review Best's Rating Licensing: (Current since 05/21/2012).The company is licensed in the District of Columbia,Puerto Rico and all states. Total Assets DPW-Top Lines of Business i I $600,000,000 i;,1 $580,000,000 I i i. j , {' .7.105 $560 000 000 - $ 1 Y"t c4 4=-41 -j 4 1,8_,A :h 35.39 K 8540,000,000 1 ---;"-t $520,000 000 -▪ - I J i -/ f§ T_ u i r - �' r � 1 - $500,000,000- 1_7 t -j 96 AS% t t 1 L 8 22% $480,000,000• m i - W I -i.- ,'�-- $440,000,000 7 A i —Surety—Inland Marine 2018 201] 2016 2015 2014 Other Liability(Claims-made) —Other Liability(Occurrence) Data Years —Ocean Marine � I Company Attributes Industry: Insurance Business: Property/Casualty Business Status: In Business Entity: Operating Company Consolidated Type: Affiliated Single Company Organization Type: Stock Statement Type: NAIC PC Last Statement: 2nd Quarter 2019 I ! I I . consumers.ambest.com/CompanyProfile.aspx?BL=36&ambnum=001866&PPP= 1/5 10/22/2019 consumers.ambest.com/CompanyProfile.aspx?BL=36&ambnum=001866&PPP= Top Line(s)of Business (based upon Direct Premiums Written) Top State(s)of Business (based upon Direct Premiums Wnnen) 1.Surety(View Definition) 1.New York 2.Inland Marine(View Definition) 2.Califomia 3.Other Liability(Claims-made)(View Definition) 3.Texas • 4.Other Liability(Occurrence)(View Definition) 4.Connecticut a*` 5.Ocean Marine(View Definition) 5.Florida • • • � f T_r � ( I 7 I j ' I consumers.ambest.com/CompanyProfile.aspx?BL=36&ambnum=001866&PPP= 2/5 PIVEBRO-01 LMORELOS ACORN' DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 10/15/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hub International Northwest LLC PHONE 425 489-4500 FAx 425 485-8489 P.O.Box 3018 (A/c,No,Ext):( ) (A/c,No):( ) Bothell,WA 98041 ADDRESS:now.info@hubinternational.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:BITCO General Insurance Corporation 20095 INSURED INSURER B: Pivetta Brothers Construction,Inc. INSURER C: 1812 Pease Avenue INSURER D: Sumner,WA 98390 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRINSR POLICY EXP I TYPE OF INSURANCE NSD ADDLISUBRIWD POLICY NUMBER I IMMIDD/YPOLICY EYYYI FF I IMMIDD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X X CLP3679118 3/1/2019 3/1/2020 PREMISES ERa Eoccur ence) $ 300,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X e LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: STOP GAP $ 1,000,000 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) X ANY AUTO X X CAP3679120 3/1/2019 3/1/2020 BODILY INJURY(Per person) $ OWNED SCHEDULED _ AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X AUTOS ONLY X NON-OWNED ONLYY (Peri accidentDAMAGE A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE CUP2815808 3/1/2019 3/1/2020 AGGREGATE $ 1,000,000 DED X RETENTION$ 10,000 $ A WORKERS COMPENSATION PER X OTH- AND EMPLOYERS'LIABILITY I STATUTE I ER Y/N CLP3679118 3/1/2019 3/1/2020 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT ,$ OFFICER/M In BER NHEXCLUDED? N/A1,000,000 E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:Project No.CP1516,Runway 16-34 Extension City of Auburn,its officers,elected officials,employees,agent and volunteers are included as an Additional Insured,coverage is primary and non-contributory and waiver of subrogation applies per the attached forms/endorsements CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Auburn THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 25 West Main St Auburn,WA 98001 AUTHORIZED REPRESENTATIVE J elJ ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD YOiCy 1fl LY3b/ 11125 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - ONGOING OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section II — Who is An Insured is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for"bodily injury" or"property damage" caused, in whole or in part, by"your work" at the project designated in the contract, performed for an additional insured and which occurred during your ongoing operations for that additional insured. If the written contract or an additional insured endorsement required by the written contract requires that the additional insured be provided with coverage for "bodily injury" or "property damage" caused solely by their own negligence, then Section II —Who is An Insured cited immediately above does not apply and is replaced by: Section ll — Who is An Insured is amended to include as an additional insured any person or organization required by the written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury" or "property damage" arising out of "your work" at the project designated in the contract, performed for an additional insured and which occurred during your ongoing operations for that additional insured. Regardless of which of the aforementioned Section II —Who is An Insured amendments is applicable to the additional insured, the insurance afforded to the additional insured: 1. will only apply if the written contract requiring additional insured coverage was signed into effect by you and an additional insured prior to any"bodily injury" or "property damage" occurring for which this coverage is sought; and 2. will only apply to the extent not prohibited by the law governing the project; and 3. will not apply to "bodily injury"or"property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the "bodily injury" or "property damage" arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. The Limits of Insurance applicable to the additional insured under this endorsement are the minimum limits specified in the written contract requiring this coverage, or as stated in Section III — Limits of Insurance of the Commercial General Liability Coverage Form, whichever is less. These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance described in Section III of that form. This insurance is excess of all other insurance available to the additional insured, whether excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s)which designates the additional insured as a Named Insured and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance which the additional insured qualifies as an insured or additional insured, this insurance will be excess. Includes copyrighted material of Insurance Services Office, Inc. with its permission GL-5058 (10/16) Policy#CLP3679118 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section II — Who is An Insured is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for"bodily injury" or "property damage" caused, in whole or in part, by"your work" at the project designated in the contract, performed for an additional insured and included in the "products-completed operations hazard". If the written contract or an additional insured endorsement required by the written contract requires that the additional insured be provided with coverage for "bodily injury" or "property damage" caused solely by their own negligence, then Section II —Who is An Insured cited immediately above does not apply and is replaced by: Section II — Who is An Insured is amended to include as an additional insured any person or organization required by the written contract to be an additional insured on your policy for completed operations, but only with respect to liability for "bodily injury" or "property damage" arising out of"your work" at the project designated in the contract, performed for an additional insured and included in the "products-completed operations hazard". Regardless of which of the aforementioned Section II —Who is An Insured amendments is applicable to the additional insured, the insurance afforded to the additional insured: 1. will only apply if the written contract requiring additional insured coverage was signed into effect by you and an additional insured prior to any"bodily injury" or "property damage" occurring for which this coverage is sought; and 2. will only apply to the extent not prohibited by the law governing the project; and 3. will not apply to "property damage" in connection with a project where "your work" on the project was completed and where the duration of the additional insured coverage requirement in the written contract governing "your work" on that project had expired by the time that "property damage"first occurred; and 4. will not apply to "property damage" in connection with a project where "your work" on the project was completed and where the "property damage" occurred after the minimum time required for completed operations coverage in the written contract, if any, has expired. The Limits of Insurance applicable to the additional insured under this endorsement are the minimum limits specified in the written contract requiring this coverage, or as stated in Section III — Limits of Insurance of the Commercial General Liability Coverage Form, whichever is less. These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance described in Section III of that form. This insurance is excess of all other insurance available to the additional insured, whether excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designates the additional insured as a Named Insured and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance which the additional insured qualifies as an insured or additional insured, this insurance will be excess. Includes copyrighted material of Insurance Services Office, Inc. with its permission GL-5057 (10/16) Policy#CLP3679118 insurance is available to you for 'your work" in connection with your interest in such partnership or joint venture. B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—ONGOING OPERATIONS SECTION II —WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury' caused, in whole or in part, by. 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exdusions apply: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed;or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. C. AUTOMATIC WAIVER OF SUBROGATION: Item 8. of SECTION IV-COMMERCIAL GENERAL UABILITY CONDITIONS, is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of"your work"for that person or organization. D. EXTENDED NOTICE OF CANCELLATION NONRENEWAL Item A.2.b. of the COMMON POLICY CONDITIONS , is deleted and replaced with the following: A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason. GL-3085(09/11) -2- rouLy ft' Lr JO/Y110 M CONSTRUCTION PROJECT GENERAL AGGREGATE UMTS: This modifies SECTION III-UNITS OF INSURANCE . A. For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an"occurrence"under SECTION I -COVERAGE A and for all medical expenses caused by accidents under SECTION -COVERAGE C: 1. A separate Construction Project General Aggregate Unit applies to each construction project, and that lint is equal to the amount of the General Aggregate Lint shown in the Dedarations. 2 The Construction Project General Aggregate Unit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a Insureds; b. Claims made or"suits"brought;or c. Persons or organizations making claims or bringing"suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Unit for that construction project. Such payments shall not reduce the General Aggregate Unit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Unit for any other construction project. 4. The lints shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Unit shown in the Declarations, such lints will be subject to the applicable Construction Project General Aggregate Unit. R For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A and for all medical expenses caused by accidents under SECTION I-COVERAGE C : 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Unit or the Products-Completed Operations Aggregate Unit,whichever is applicable; and 2 Such payments shall not reduce any Construction Project General Aggregate Unit. C. Payments for damages because of "bodily injury" or"property damage" included in the"products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Unit, and not reduce the General Aggregate Unit nor the Construction Project General Aggregate Unit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E The provisions of SECTION III - UNITS OF INSURANCE not otherwise modified by this endorsement shall continue to be applicable. N. FELLOW EMPLOYEE COVERAGE GL-3085(09/11) -6- BITCO GENERAL INSURANCE CORPORATION BITCO NATIONAL INSURANCE COMPANY TI-IIS ENDORSEIVVENT CHANGES THE POLJCY. PLEASE READ IT CAREFULLY. BROADENED COVERAGE-AUTOMOBILES The following modifies insurance provided under: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by this endorsement. 1 - Broad Form Named Insured 11 - Bodily Injury Extension 2- Automatic Waiver of Subrogation 12- Bred Auto Physical Damage 3- Automatic Additional Insured 13- Enhanced Supplementary Payments 4- Primary and Noncontributory-Other Insurance 14- Fellow Employee Coverage for Designated Condition Positions 5- Unintentional Failure to Disclose Hazards 15- Physical Damage—Transportation Expenses 6- Extended Notice of Cancellation, Non-Renewal 16- Rental Reimbursement Coverage 7- Wien We Do Not Renew 17- Loan/Lease Gap Coverage 8- Notice of Knowledge of Accident or Loss 18- Accidental Air Bag Discharge Coverage 9- Employees as Insured 19- Glass Repair—Waiver of Deductible 10- Employee Hired Autos 1. BROAD FORM NAKED INSURED SECTION II.A 1.-WHO IS AN INSURED -Paragraph d. is added: d Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51%or more)or for which you have assumed the active management, will qualify as a Named Insured if there is no other similar insurance available to that organization. However, coverage under this provision is only afforded until the end of the policy period or the 12-month anniversary of the policy inception date,whichever is earlier. 2. AUTOMATIC WAIVER OF SUBROGATION Section IV— Business Auto Conditions, Paragraph A5., Transfer of Rights of Recovery Against Others to Us, is deleted and replaced with the following: a If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for damages under this coverage form AP-0401 (10/17) -1- 3. AUTOMATIC ADDITIONAL INSURED SECTION II — WIO IS AN INSURED, Paragraph A1, is amended to include as an "insured" any person or organization who is required by written contract or agreement to be an additional insured on your policy, but only with respect to liability arising out of operations performed by you or on your behalf for the additional insured. 4. PRIMARY AND NONCONTRIBUTORY-OTHER INSURANCE CONDITION The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance - Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an"insured"under your policy provided that: 1. Such"insured"is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such"insured". 5. UNNTEN7IONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 6. EXTENDED NOTICE OF CANCELLATION,NON-RENEWAL The CONMVION POLICY CONDITIONS , Item Alb. is deleted and replaced with the following: Alb. 60 days before the effective date of the cancellation if we cancel for any other reason. 7. WHEN WE DO NOT RENEW SECTION IV—BUSINESS AUTO CONDITIONS , is amended to add Item B.9.: a If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in the Dedarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a above, it is agreed that you may extend the period of this policy for a maximum additional sixty (60) days from its scheduled expiration date. Where not otherwise prohibited by law, the existing terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one-time sixty-day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a above. a NOTICE OF KNOWLEDGE OF ACCIDENT OR LOSS SECTION IV-BUSINESS AUTO CONDITIONS , Item AZa is deleted and replaced with the following: 2. Duties in the Event of Accident,Claim Suit or Loss: a You must see to it that we are notified of an "accident", "claim", "suit" or "loss" which may result in a claim as soon as practicable after the "occurrence" has been reported to you, a partner, a member, an officer, or an employee designated to give notice to us. Notice should indude: (1) How,when and where the"accident"or"loss"occurred; AP-0401 (10/17) -2- (2) The"insured's"name and address; and (3) To the extent possible, the names and address. of any injured persons and witnesses. 9. EMPLOYEES AS INSURED The following is added to the Section II - Covered Autos Liability Coverage, Paragraph Al. Who Is An Insured provision: Any"employee"of yours is an"insured"while using a covered"auto"you don't own, hire or borrow in your business or your personal affairs. 10. EMPLOYEE HIRED AUTOS A Changes In Covered Autos Liability Coverage The following is added to the Who Is An Insured Provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. B. Changes In General Conditions Paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph 5.f. of the Other Insurance-Primary And Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Fired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: 1. Any covered"auto"you lease, hire, rent or borrow,and 2. Any covered "auto" hired or rented by your "employee" under a contract in an"employee's" name, with your permission, while performing duties related to the conduct of your business. However,any"auto"that is leased, hired, rented or borrowed with a driver is not a covered"auto". 11. BODILY INJURY EXtENSION SECTION V-DEFINRIONS , Paragraph C. is deleted and replaced by the following: C. "Bodily injury' means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these, at any time. Mental anguish means any type of mental or emotional illness or disease. 12. HIRED AUTO PHYSICAL DAMAGE SECTION III.A4.- Coverage Extensions -Paragraph c. is added: c. Fired Auto Physical Damage If Comprehensive, Specified Cau:cs of Loss or Collision coverage is provided under this policy, then Hired Auto Physical Damage is provided for that coverage part subject to the following: (1) The most we will pay for any one "accident" or "loss" under this Fired Auto Physical Damage Coverage is the lesser of: (a) The any one"Accident"or"Loss"amount of$100,000; (b) The actual cash value; or AP-0401 (10/17) -3- (c) Cost of repair. Our obligation to pay for a loss in c.(1) above will be reduced by a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. The deductible will be waived for"loss"caused by fire or lightning. (2) Subject to paragraph c.(1). above, we will provide coverage equal to the broadest physical damage coverage applicable to any covered"auto"shown in the declarations. (3) Wien you are required by written contract to indermify a lessor for actual financial loss because of loss of use of a hired"auto"resulting from a covered"acddent"or"loss", we will cover that financial loss subject to the lint specified in paragraph c.(1). 13. ENHANCED SUPPLE]VEMARY PAYMENTS SECTION 11.A2.a COVERAGE EXTENSIONS, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to$2,500 for the cost of bail bonds (induding bonds for related traffic laws violations) required because of an"acddent"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to$350 a day because of time off from work 14. FELLOW EMPLOYEE COVERAGE FOR DESIGNATED POSITIONS The Fellow Employee Exclusion contained in Section 112.5. does not apply to the following positions or job titles: foreman,supervisor, manager, officer, partner or other senior level"employee". Coverage is excess over all other collectible insurance. 15. PHYSICAL DAMAGE-TRANSPORTATION EXPENSES SECI1ON III.A4.a Transportation Expenses is replaced by the following: a Transportation Expenses We will pay up to$50 per day to a maximum of$1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto". We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause 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 expirations,when the covered"auto"is returned to use or we pay for its"loss". For autos provided with temporary transportation expense, the following physical damage coverage will apply: (1) The most we will pay for any one"accident"or"loss"under the temporary transportation expense physical damage coverage is the lessor of: (a) The any one"Acddent"or"Loss"amount of$100,000; (b) The actual cash value; or (c) Cost of repair. Our obligation to pay for a loss in a(1) above will be reduced by a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. The deductible will be waived for"loss"caused by fire or lightning. AP-0401 (10/17) -4- (2) Subject to paragraph a(1). above, we will provide coverage equal to the broadest physical damage coverage applicable to any covered"auto"shown in the declarations. (3) Wien you are required by written contract to indemnify a lessor for actual financial loss because of loss of use of a hired "auto" resulting from a covered "accident" or "loss", we will cover that financial loss subject to the limit specified in paragraph a(1). 16. RENTAL RONBURSENENT COVERAGE SECTION III.A4.-Coverage Extensions - Paragraph d is added. d If you carry Comprehensive, Specified Causes of Loss or Collision coverage for the damaged covered "auto" as provided under this policy, then Rental Reimbursement Coverage is provided for that coverage part subject to the following: 1. We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" other than theft, to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". Nb deductibles apply to this coverage. 2. We will only pay for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered"auto"; or, (b) 30 days. (c) Our payment is limited to the lesser of the following amounts: (1) Necessary and actual expenses incurred;or (2) $50 per day. 17. LOAN/LEASE GAP COVERAGE Physical Damage Coverage is amended by the addition of the following: In the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between the actual cash value of the "auto" at the time of the loss and the "outstanding balance"of the loan/lease, not to exceed$2,500 for any one vehide or$25,000 annually in aggregate. For the purposes of this endorsement, "outstanding balance" means the amount you owe on the loan/lease at the time of loss less any amounts representing taxes, overdue payments, penalties, interest or charges resulting from overdue payments, additional mileage charges, excess wear and tear charges or lease termination fees, costs for extended warranties, credit Life Insurance; Health, Accident or Disability Insurance purchased with the loan or lease;and carry-over balances from previous loans or leases. 1a ACCIDENTAL AIR BAG DISCHARGE COVERAGE SECTION III.6.3.a-Exclusions .This exdusion does not apply to the accidental discharge of an air bag. 19. GLASS REPAIR-WAIVER OF DEDUCTIBLE SECTION IIID-Deductible is replaced with the following: For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Dedarations. Any Comprehensive Coverage deductible shown in the Dedarations does not apply to"loss" caused by fire or lightning. The deductible does not apply to glass damage if the glass is repaired rather than replaced. AP-0401 (10/17) -5- 10/16/2019 https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=200 Consumer tools Agent and Company Lookup Orders Independent Review Decisions BITCO GENERAL INSURANCE CORPORATION Change History I Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings Back to Search General information Contact information Name: BITCO GENERAL INSURANCE CORPORATION Registered address Mailing address Corporate family group: OLD REPUBLIC GRP O 3700 MARKET SQUARE CIR 307 N MICHIGAN AVE DAVENPORT, IA 52807 Organization type: PROPERTY CHICAGO, IL 60601 Doing Business As (DBA): Unavailable 2309 Telephone Telephone WAOIC: 200 800-621-0365 NAIC: 20095 800-475-4477 Status: ACTIVE Admitted date: 07/23/1963 Ownership type: STOCK back to top ............................. Company change history o View changes back to top. ........................ Types of coverage authorized to sell o Insurance types Casualty Marine Property Surety Vehicle back to top .......................... Agents and agencies that represent this company (Appointments) p View agents View agencies] back to top ............................. Company complaint history o View complaints 0 back to top. ........................ https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=200 1/2 10/16/2019 https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=200 Orders issued since 2010 o View orders • back to top ............................. Premium tax filings by tax year o 2018 2017 2016 2015 2014 back to top .......................... National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. • back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best ...................................... Weiss Group.Ratings Standard and Poor's Corp .................................................................................................. Moody's Investors Service ................... Fitch IBCA, Duff and.Phelps Ratings Disclaimer: Links to external or third-party websites are provided solely for visitors'convenience. Links you take to other sites are done so at your own risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating processes. • back to top ............................. https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=200 2/2 10/16/2019 consumers.ambest.com/CompanyProfile.aspx?BL=36&ambnum=002075&PPP= Lite 8 Retirement Home 8 Auto Health 8 Disability Other Lite Events 117 Shares BITCO General Insurance Corp Follow a Print thispage (a member of Old Republic Insurance Group) AM Best II:002075 NAIC N:20095 FEIN 8:36-0810360 Address: 3700 Market Square Circle Phone: 800-475-4477 Davenport,IA 50807-2309 Fax 844-233-7299 UNITED STATES Web: www.bitco.com Best's Credit Ratings Financial Strength Rating View Definition i Long-Term Issuer Credit Rating View Definition Rating: A+(Superior) Long-Term: aa- Affiliation Code: g(Group) Outlook: Stable Financial Size Category: XV($2 Billion or greater) Action: Affirmed Outlook: Stable l Effective Date: May 17,2019 Action: Affirmed Initial Rating Date: June 20,2005 Effective Date: May 17,2019 Initial Rating Date: June 30,1922 u Denotes Under Review Best's Rating Licensing: Licensed Territory:(Current since 10/23/2001).The company is licensed in the District of Columbia,AL,AK,AZ.AR.CA,CO,CT, DE,FL,GA,ID,IL,IN,IA,KS,KY,LA,ME,MD,MA,MI,MN,MS,MO,MT,NE,NV,NJ,NM,NY,NC,ND,OH,OK,OR,PA,RI,SC,SD,TN,TX, UT,VT,VA,WA,WV,WI and WY. Total Assets DPW-Top Lines of Business :1,000,000,000 4- 5950.000,000— 11iif • 35.3 5900,000,000 '. I 1 5850,000,000 • 5800,000.000— 70.71 _ w 5750,000,000— ^ Z —Workers'Compensalwn 5700,000,000 - —Auto(Commercial) sore 2017 2016 2015 sore —Commercial Mu'dple Pen' —Other Liability(Occurrence) —Data Years —Inland Marine Company Attributes Industry: Insurance Business: Property/Casualty Business Status: In Business Entity: Operating Company Consolidated Type: Affiliated Single Company Organization Type: Stock Statement Type: NAIC PC • Last Statement: 2nd Quarter 2019 • consumers.ambest.com/CompanyProfile.aspx?BL=36&ambnum=002075&PPP= 1/5 10/16/2019 consumers.ambest.com/CompanyProfile.aspx?BL=36&ambnum=002075&PPP= Top Line(s)of Business (based upon Direct Premiums Written) Top State(s)of Business (based upon Direct Premiums Written) 1.Workers'Compensation(View Definition) 1.Texas 2.Auto(Commercial)(View Definition) 2.Oklahoma 3.Commercial Multiple Peril(View Definition) 3.Georgia 4.Other Liability(Occurrence)(View Definition) 4.Illinois 5.Inland Marine(View Definition) 5.Arkansas • • I I consumers.ambest.com/CompanyProfile.aspx?BL=36&ambnum=002075&PPP= 2/5 THE CITY OF AUBURN AND CENTURY WEST ENGINEERING CORPORATION AMENDMENT TO AGREEMENT FOR SERVICES AG-C-503 RELATING TO PROJECT NO. CP1516, AUBURN AIRPORT RUNWAY EXTENSION Q THIS AMENDMENT TO THE AGREEMENT is made and entered into this �D day of , 2020, by and between the CITY OF AUBURN, a municipal corporation of the State o ashington (hereinafter referred to as the "CITY"), and Century West Engineering Corporation (hereinafter referred to as the "PROVIDER"). The City and Provider agree to amend the Agreement AG-C-503 executed on the 16th day of November 2018. The changes to the Agreement are described as follows: 1. SCOPE OF SERVICES: The scope of work is amended to include the following tasks that will be performed in a good and professional manner: See Amended Exhibit A, which is attached hereto and by this reference made part of this Amendment. The Provider shall perform the services as an independent contractor and shall not be deemed, by virtue of this Agreement and the performance thereof, to have entered into any partnership, joint venture, employment or other relationship with the City. 2. COMPENSATION: The amount of this amendment is $2,500.00. As total compensation for the Provider's performance of the services provided based on this Amended Agreement, the City shall pay the Provider fees and costs not-to-exceed $657,369.90. REMAINING TERMS UNCHANGED: All other provisions of the Agreement between the parties for AG-C- executed on the 16th day of November 2018 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. CENTURY WEST ENGINEERING CORPORATION CITY OF AUBURN Date: 2020.05.11 13:23:05-07'00' Authorized signature ancy Bac By: Mayor Approved as to form (Optional): Approved as to form: (.4N5 14tis Attorney for(Other Party) ._ , ra Comeau, City Attorney Amendment No. 2 for Agreement No. AG-C-503 CENTURY WEST ENGINEERING CORPORATION ENG-182, Revised 10/18 Page 1 of 1 AMENDED EXHIBIT A Scope of Services: In conjunction with the runway extensions being implemented as part of Project No. AG-C-503, the City is updating the City overlay area zoning. The Airport influence area and WSDOT Safety Zone areas are being considered by the City in the zoning updates. Century West will analyze and develop an Airport influence area map and applicable WSDOT Safety Area Zones relevant to the current runway extensions; and additionally the buildout of the future extension to the north. Influence area and safety zones will be developed per current WSDOT Aviation's "Airports and Compatible Land Use Guidebook." As indicated by the City, Part 77 surfaces relative to height hazard restrictions have already been modeled by the City. The City modeled Part 77 surfaces will be verified and utilized for defining the Airport influence area. Century West has previously generated mapping data for Airport traffic patterns and noise contours which will be utilized and depicted in the influence area mapping. The WSDOT Aviation guidelines describe the use of generic accident distribution data (citing the CalTrans study), so there is no indication that local historical accident locations needs to be mapped. The analysis of generic accident data points near runways is used to justify applying more restrictive density and land use controls for areas with high accident frequencies within the various airport safety zones. Since that is already reflected in the WSDOT Safety Zone recommendations,there will be no accident analysis within the Auburn Airport influence area. Deliverables will include electronic mapping files (CAD and GIS Shape files) of the Airport influence area and safety zones as applicable. Files will include distinctive layers for map elements. A short memorandum will be developed documenting the analysis,considerations, and factors utilized to define the influence area and safety zones. GCB 3383 IftshElston State Deparlmad of Wansportatkm Public Entity and Address Grant Agreement City of Auburn 25 West Main Street Washington Airport Aid Program Auburn, Washington 98001-4916 Airport Name Auburn Municipal Maximum State Grant Obligation $ $52,000.00 THIS AGREEMENT, made and entered into this 4th day of August 2020 , between the STATE OF WASHINGTON,acting by and through the Aviation Division, Department of Transportation, (hereinafter the"STATE")and the above named Public Entity, (hereinafter the"PUBLIC ENTITY"). WHEREAS,the Public Entity has submitted to the State for Subvention of the Washington Airport Aid Program for (acquisition and/or development)of the Auburn Municipal Airport together with the plans and specifications for such project,which project application has been approved by the State and is hereby incorporated herein and made a part hereof; WHEREAS,the State has approved a project for development of the airport consisting of the following described airport development: Project Number Detailed Breakdown By Items AUB-01-20 $52,000.00 - Runway 16/34 Extension(Construction), including eligible items as of May 1,2020. NOW,THEREFORE, pursuant to and for the purpose of carrying out the provisions of the State Act, and in consideration of the(a)Public Entity's adoption and ratification of the representations and assurances contained in said project application, and its acceptance of this offer as hereinafter provided, and(b)the benefits to accrue to the State of Washington and the public from the accomplishment of the project and the operation and maintenance of the airport as herein provided,the State hereby agrees to pay as its allowable costs incurred in accomplishing the project. The terms and conditions of this grant agreement are as follows: The maximum obligation of the State payable under this grant shall be 52,000 The Public Entity shall: 1. Deposit in an Aviation Fund for said airport, at least$ 52,000 to match the State's participation in said project. 2. Carry out and complete the project in accordance with the plans and specifications and property map, incorporated herein, as they may be revised or modified with the approval of the state. 3. In connection with the acquisition of real property for the project,the Public Entity shall secure at least two written appraisals by competent,experienced appraisers who are members of a recognized professional appraisal organization and shall not pay in excess of the highest appraisal without the written consent of the state except as otherwise directed by a court of competent jurisdiction after contested trial and judgment not resulting from an agreement between the parties. DOT Form 900-078 EF Revised 5/98 Page 1 of 3 GCB 3383 4. No state funds will be paid to the Public Entity in any case until it certifies in writing that it has Aviation Funds for said airport in an amount equal to the state's participation, or the amount designated in paragraph(1)above,which deposited amount will be used solely for the purpose in question. 5. The Public Entity agrees to hold said airport open to the flying public during the useful life of the facilities developed under this project;that no exclusive operating or use agreements shall be granted to any person, company, or corporation;that failure to abide by such agreement shall automatically obligate the immediate and full return of all State of Washington money expended in behalf of the project to the State of Washington with reasonable interest. Further,the Public Entity agrees to keep the facility open during the useful life of the project or for a stated term of years,whichever is longer, as determined by the Aviation Division. 6. The Public Entity will make no charge to the State or its agencies for a limited, but reasonable, amount of state agency use or for state activity in search and rescue. And, further, RCW 47.68 is followed to best serve the public. The allowable cost of the project shall not include any cost determined by the State to be ineligible for consideration as to allowability. The State reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Public Entity. This offer shall expire and the State shall not be obligated to pay any part of the costs of the project unless this agreement has been accepted by the Public Entity on such subsequent date as are prescribed in writing by the State, in the approval letter for each project. Except for those projects receiving both state and federal aid,the following inspection scheduled, and reporting system will be required: A. Inspection Schedule and Reporting system will vary for each project. Basically,the inspection schedule will be placed on a quarterly basis. On project taking less than three(3)months,the Public Entity will be required to make reports and be inspected on the following schedule: 1. Public Entity project commencement date. 2. Public Entity report project completion date and request final inspection. 3. State will make final inspection and sign-off project as completed. 4. State will arrange for audit of account in accordance with regularly scheduled audit program. B. Projects taking over three(3)months will be set up on a quarterly inspection and progress report system. The Public Entity will be required to make reports and be inspected on the following schedule: 1. Report project commencement date. 2. Public Entity will make a three(3)months progress report. This will be a letter report giving percentage of project completed,fund expenditures to date,and short narrative of the project progress, problems encountered and plans for project completion. 3. State will make quarterly project inspections and prepare the report of inspection. A copy of the report will be delivered to the Public Entity. 4. Public Entity will make report of completion of project and request final inspection. 5. State will make final inspection and sign-off as completed. 6. State will arrange for audit of account in accordance with regularly scheduled audit program. It should be made clear that a violation of any of the terms of the Grant Agreement will leave the State free to choose among one or more of the following remedies: A. The withholding of any future airport aid, and/or B. The return of grant funds awarded as an action for specific performance, and/or C. Enforcement of the commitment made by the applicant. Page 2 of 3 GCB 3383 The Public Entity's acceptance of this offer and ratification and adoption of the project application incorporated herein shall be evidenced by execution of this instrument by the Public Entity,as hereafter provided,and said offer and acceptance shall comprise allocation agreement,constituting the obligation and rights of the State and the Public Entity with respect to the accomplishment of the project and the operation and maintenance of the airport. Such allocation agreement shall become effective upon the Public Entity's acceptance of this offer and shall remain in full force and effect throughout the useful life of the facilities developed under the project but in any event not to exceed twenty(20)years from the date of acceptance. Aug 4 2020 8:25 AM By: cos ipn Director,Aviation Division The City of Auburn does hereby ratify and adopt all statements, representations,warranties,covenants, and agreements contained in the project application and incorporated materials referred to in the foregoing offer and does hereby accept said offer and by such acceptance agrees to all of the terms and conditions thereof. Executed this tr44o day of 2020 . Name of Public Entity: City of Auburn By: �� Title: Nbr �C. DOT Form 900-078 EF Page 3 of 3 Revised 5/98 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 2 Contract No.: Contract 19-15 Project Name: CP1516, Runway 16-34 Extension Contractor: Pivetta Brothers Construction, Inc. 1812 Pease Avenue Sumner,WA 98390 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work, materials, measurements and unit bid prices for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1. ADD pay items CO2-1 (Pavement Marking),CO2-2(Pavement Marking Removal),and CO2-3(Tie Down Anchor Installation)to the Contract,which shall include all costs for labor,tools, materials,and equipment necessary to complete additional pavement markings, pavement marking removal,and installation of new tie down anchors in accordance with the attached Plans sheets.All work shall conform to Section P-620 of the Contract Documents and the attached Section(CO2)P-101. Contract time will be extended by 8 calendar days for this work. 2. ADD pay items CO2-4(Crack Sealing)to the Contract,which shall include all costs for labor,tools,materials,and equipment necessary to complete additional cracksealing as directed by the Engineer in the Transient Apron area and T-Hangar Taxilanes south of the Airport Office.All work shall conform to Section(CO1)P-101 of the Contract Documents. Contract time will be extended by 2 calendar days for this work. 3. ADD pay item CO2-5(Pavement Marking(Stencil Areas))to the Contract,which shall include all costs for labor,tools,materials,and equipment necessary to complete pavement marking of the stencil areas(those with letters)as called out on the plans.All work shall conform to Section P-620 of the Contract Documents. Contract time will be extended by 1 calendar day for this work. 4. ADD pay item CO2-6 to the contract,which shall include all costs for labor,tools, materials,and equipment necessary to complete the additional seeding area on the North end of the grading limits.This area was disturbed by others(not the Contractor).All work shall conform to Section T-901 of the Contract Documents. Contract time will not be extended,as the work was completed coincident with the second pavement marking application. The Contract time is extended by 11 calendar days. Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price (+1-) ($) (+1-) CO2-1 A P-620 Pavement Marking _ 10,750 SF 1.40 $ 15,050.00 CO2-2 A P-620 Pavement Marking Removal 230 SF 1.04 $ 239.20 CO2-3 A (CO2)P-101 Tie Down Anchor Installation 9 EA 1,700.00 $ 15,300.00 CO2-4 A (CO1)P-101 Crack Sealing 10,000 LF 1.62 $ 16,200.00 CO2-5 A P-620 Pavement Marking(Stencil Areas) 1.00 LS 2,469.00 $ 2,469.00 CO2-6 A T-901 Seeding&Mulch 0.63 AC 11,975.00 $ 7,544.25 Subtotal $ 56,802.45 Washington State Sales Tax(10%)on applicable items $ 5,680.25 TOTAL $ 62,482.70 Base Amount Total incl.Tax 1. Total Cost this CIO $ 56,802.45 $ 62,482.70 2. Total Cost Previous C/O $ 20,480.80 $ 22,528.88 3. Original Contract Amount _ $ 2,545,956.42 $ 2,800,552.06 4. Revised Contract Amount $ 2,623,239.67 $ 2,885,563.64 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead, profit,any and all indirect costs, and time adjustment to perform the above described changes. All other costs are non-compensable. All other terms and conditions of the Contract remain unchanged. Counterparts: This agreement may be executed in multiple counterparts,each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered� to the other party. Jeff. e// Cla( toh 8/20/20 Date Project Manager: 8/21/20 , Z,...,54„/,,,, M1 f ./ Date City Engineer: r- 08/25/2020 Date Approved by: • 1{I i •II'ayor, ' •f •uburn Date Approved as to form: r-e-r•a.t",-- Co. .urv ,r,,. $ 2(v•7.02-0 City Attorney Date ENG-028, Revised 01/19 Page 1 of 1 Ci lI ti01 * * /\jJ B1jJ?J4 Nancy Backus, Mayor WASH I NGTON N.'•-t Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 October 12, 2020 CERTIFIED MAIL RETURN RECEIPT REQUESTED Justin Reynolds Pivetta Brothers Construction, Inc. 1812 Pease Avenue Sumner, WA 98390 RE: Contract No. 19-15 Project No. CP1516, Runway 16-34 Extension Final Pay Estimate Letter Dear Mr. Reynolds: Enclosed is your Final Payment in the amount of$9,556.42. The total contract amount for this project as shown on your Final Pay Estimate is $2,893,522.68. Please be aware that contract completion and final acceptance will not be granted prior to receipt of Affidavits of Wages Paid for your firm and all Subcontractors, and that incorrect information supplied to L & I may delay clearance of your bond until payment of industrial insurance by all Subcontractors is verified. If you have any questions, please contact Amanda DeSilver, Contract Administration Supervisor, at 253-876-1980. This notification does not constitute contract completion/final acceptance. Sincerely, �A VVIT� Seth Wickstrom, P.E. Project Engineer Public Works Department SW/ad/as Enclosure cc: Shawn Campbell, City Clerk Tim Mensonides, Airport Manager Seth Loop, Construction Inspector File 13.11 (CP1516) ENG-142-ELH,Revised 02/19 AUBURN * MORE THAN YOU IMAGINED 10/12/2020 Public Works for Awarding Agencies 011) Washington State Department of Labor & Industries Public Works Projects Awarding Agency:AUBURN,CITY OF Project: C01516, Runway 16-34 Extenson Affidavits Not Filed View contractors who haven't filed their Affidavit for the project.Every contractor that files an Intent is expected to file an Affidavit for that Intent. Note:If a contractor files two Intents for the project,but only one Affidavit,they will show on this list as having an Affidavit not filed.Contractors may request incorrect forms be deleted from the system. Shoso 15 v rows Showing records 1 to 8 of 8 4 Previous Next► Contractor Intent ID WA UBI No. License ID L&I Account ID ASPHALT PATCH SYSTEMS 1067093 601290396 ASPHAP50996P 48105401 Cobun LLC 1053163 604193204 65938600 JANKE TRUCKING INC 1054639 602862253 JANKET19260N 21313100 JANKE TRUCKING INC 1067144 602862253 JANKETI926ON 2131 3100 LAKERIDGE PAVING CO L L C 1052777 601 592135 LAKERPC050JM 28825603 MILES RESOURCES LLC 1038973 602870349 MILESRL897RK 18369600 O'Bunco Engineering Intl.Inc. 1051063 602045762 96806001 Tiger Mountain Rental,LLC 1052775 601720071 AAccess m Washington 4: Washington State Dept.of Labor&Industries.Use of ths sae is subject to the laws of the state o1 Nlashmglon. https://secure.lni.wa.gov/pwiaa/#pu blic-works/900857/affidavits-not-filed/ 1/1 CITY OF AUBURN,STATE OF WASHINGTON 98001 ACCOUNTS•PAYABLE CHECK ' NO, 461129 fiilfiiiiiMinTRUMBERWIPM IMISKTDAISMILW4P;O.',NUmBERICI471W''•. ;t "p OEScFURTrON Ir brs'DbC KT lAT)tTR 19-02/#12 10/11/2020 20-000375 W Street SE Preservation - 0.00 3,096.00 19-15/#6 10/14/2020 20-001030 AUBURN AIRPORT RUNWAY 16-34 EXTENSIO 0.00 9,556.42 t� ,.- V,,,Iii'-. 4 '.:;EOCC;',4 ..4.1'' • ,..5k6,.):r.. .4.,.,};-, IT=, ,,,,,,a..*:: •,,,v, P. .r Q, 0- ;4 AL 41. F 'r- J.. e stir, =y-. 440 g .010..X..._.... 1 rR °.s F4?lNt� II ttir `t E s�1?4�11�01� it it ::ikSt� n1 eve ,"" pilo a ri �' IC ' fry " ' 1 I, v 5 i'. t ,! IL d;;_'. 1/4.2.:!-' :x. J p' lT' Postage $ - F�. D 0 n.�:Rhlt_�d 1 3111661168616716311666111 S ' - Certified Fee ' 1� .e.X. Cl 0 Return Receipt FOS �_ Postmark 3':11 P +�i ® 0 0 (Endorsement Required) Hera AO? i .mp RA Cj CO 0 l ���® D D Restricted Delivery Fee 'tr' Awi (Endorsement Required) r „;;;I 0 D Total Postage&Foes #.; o' 011.eiramp.M1911016.. 0 0 1411 ru ru Sant To " r r- -- r� r-3Justin Reynolds ;J" fi r, r, utreot,Apt.No. ; Pivetta Brothers Construction,Inc. $. 1'"s P- D ox or PO BNo. N =x' ""� N City,Stale,ZIP+4 1812 Pease Avenue ; Sumner,WA 98390 1 . e PLEASE DETACH BEFORE DEPOSITING -. WAR INGI.DO NOT ACCEPT THIS CHECK UNLESS THE P N LOCK&KEY ICONS FADE WHEN �� x - ,/ KeyBank National Association - 19-10 K f " & sai; ;1.g 1' VOID•8 MONTHS VA * Fs`•.'i/ Auburn,Washington 98001 CLAIMS CHECK AFTER CHECK DATE 1250 �> AGCOi1N'fS PAYABLE CITY OF ..i r,r 40 * 1-soo-kmvou CITY OF AUBURN e, a ,..0' Non°B°R4 I� atU+E"��fZ ?S . S` MAIN STREET L 1 006597 10/19/2020 461129 ******12,652.42 STATE OE WASHINGTON 98001 j WASHINGTON m 3 PAY Twelve Thousand Six Hundred Fifty Two Dollars and Forty Two Cents o TO THE PIVETTA BROTHERS CONSTRUCTION, INC ` 'Mara ORDER PO BOX 370 OF SUMNER, WA 98390 ® ` Finance Director i'0 h 6 L 1 291i' I: L 2 5000 5 ? l: 1 ? I 3 LOO 3 2 38n' h. ,. .Tar:, .;,..,.,.. �...•..... .,.,, .,..,.....n.. ...,..,.,,...,.,.,.. ..,.,....,........�.,.,,s, �.,��....,..,.3..,..,.y.,.,y,,..,n...•..��., D4.11.'0- Page 1 of 4 pages CONTRACT CHANGE ORDER NO. 1 or SUPPLEMENTAL AGREEMENT NO. AIRPORT Auburn Municipal Airport DATE 6/12/2020 LOCATION Auburn,WA AIP PROJECT NO. 3-53-0003-025-2019 CONTRACTOR Pivetta Brothers PROJECT NAME CP1516,Runway 16-34 Construction, Inc. Extention, 19-15 You are requested to perform the following described work upon receipt of an approved copy of this document or as directed by the engineer: Item Work Unit No. Schedule Description Unit Price Quantity Amount C01-1 A Mobilization LS $6,160 1 $6,160.00 C01-2 A Crack Sealing LF $1.62 4,000 $6,480.00 C'01-3 A Pavement Marking Removal(Scarifying) SF S1.04 10,260 $10,670.40 CO1-4 A P-608Fog Seal SY $6.47 1,760 $11,387.20 C01-5 A Surface Preparation LS $1,971.20 1 $1,971.20 ('01-6 A FOD Prevention Controls LS $6,384.00 1 $6,384.00 25 A Pavement Marking Removal SF $2.20 (10,260) $(22,572.00) This Change Order Sub Total $14,320.80 This Change Order Tax(10%) $1,432.08 This Change Order Total $15,752.88 Previous Change Order(s) Total $0 Revised Contract Total $2,816,304.94 The contract time for this work shall be changed from 79 calendar days to 80 calendar days. Recommended by: 9 �`7...th. - 6/10/2020 eer Date n Approved by: (e' ISI . 2,6 -- Q4--- Owner Date Accepted by: .teff C1 on 6/10/20 Contractor Date Concurred by: Not applicable. N/A State Aeronautics(if applicable) Date Approved by: Federal Aviation Administration Date t r � NOTE: Change Orders and Supplemental Agreements require FAA approval prior to construction, otherwise no Federal participation can be granted. State Aeronautics concurrence is required when state participation is anticipated. r AIP PROJECT NO. 3-53-0003-025-2019 CHANGE ORDER NO. 1 (Supplemental Agreement) AIRPORT Auburn Municipal Airport LOCATION Auburn, WA JUSTIFICATION FOR CHANGE I. Brief description of the proposed contract change(s) and location(s). The scope of this change order incorporates the following changes: a. Revised method of pavement marking removal to limit damage to underlying slurry seal. b. Included Fog Seal on top of removed pavement markings per FAA guidance. c. Includes crack sealing prior to fog seal. 2. Reason(s)for the change(s) (Continue on reverse if necessary) The Airport has recently noticed that the slurry seal placed in 2014 has begun to no longer adhere to the underlying asphalt,particularly in locations where there are pavement markings on the runway. The project includes pavement marking removal of the runway markings to be restriped. However, the method of removal identified in the bid documents resulted in significant damage to the underlying slurry seal. To address this condition prior to work occurring,this Change Order has been prepared to scarify the existing pavement marking which will limit damage to the pavement below. Crack sealing will be performed as necessary, and a fog seal will be placed prior to the first application of pavement markings. 3. Justifications for unit prices or total cost. The unit prices in the proposal are consistent with other pavement maintenance jobs the Engineer has seen in recent history. The Pavement Marking Removal unit price is half of what was originally proposed and is a benefit to the project. The crack sealing and fog seal unit prices are consistent with the quantity totals on recent jobs. The mobilization,surface preparation, and FOD prevention controls are consistent with other recent jobs of varying size. With signature of this change order, the Sponsor recommends that the FAA accepts the cost analyses described above as evidence of cost reasonableness. 4. The sponsor's share of this cost is available from: Owner funds allocated for the purpose of this AIP project. 5. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest wage rate decision? Yes ® No ❑ Not Applicable n. 6. Has consent of surety been obtained? Yes n Not Necessary Z. 7. Will this change affect the insurance coverage? Yes ❑ No ®. 8. If yes,will the policies be extended? Yes ❑ No Z. 9. Has this (Change Order) (Supplemental Agreement)been discussed with FAA officials? Yes ® No ❑ When November 20, 2019; April 27, 2020 With Whom Kevin Latschaw, Randal Anton. Comment Work appears to be required due to deterioration of'the slurry seal material. Proceed with the Change Order request. 10. Does this (Change Order) (Supplemental Agreement)adversely affect compliance with applicable AIP procurement requirements such as Buy American Preferences, Disadvantaged Business Enterprise participation, or Davis Bacon? Yes ❑ No Submit 4 copies to the FAA Item (CO1) P-101 Pavement Preparation Description 101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing slurry seal material, and other miscellaneous items.The work shall be accomplished in accordance with these specifications and the applicable drawings. Materials 101-2.1 Filler Material. The filler material for the item "crack sealing" shall be a free flowing, self- leveling hot applied asphalt based crack seal product meeting the requirements of ASTM D6690, Type II. The contractor shall submit a manufacturer's certification of compliance with this standard and the product's suitability for use in the pavement temperature ranges typical for the installation site. 101-2.2 Herbicide. Herbicide spray to kill the weeds prior to cleaning the cracks shall be round- up or approved equal. In those areas where weeds are removed, a liquid pre-emergent herbicide such as Surflan or approved equal, shall be applied to prevent the re-growth of weeds. Apply herbicides in strict compliance with state and federal laws. The contractor shall follow all manufacturers' instructions for mixing, handling and application and shall use all necessary personal protective equipment to reduce applicator exposure. Herbicide shall be considered incidental to crack sealing work. 101-2.3 Equipment. All methods employed in performing the work and all equipment, tools, and machinery used for handling the material and executing any part of the work shall be subject to the approval of the engineer before the work is started, and whenever unsatisfactory, they shall be changed or improved as required. All equipment, tools, machinery and containers must be kept clean and maintained in satisfactory condition. Construction 101-3.1 Preparation of cracks in flexible pavement. 101-3.1.1 Vegetation removal. If vegetation is present, treat the specific area with a concentrated solution of a water-based herbicide per section 101-2.2. Allow a waiting period for the herbicide to work in accordance with the manufacturers recommendations. Remove all vegetation, root material and debris from cracks. 101-3.1.2 Cracks to be routed. Existing cracks (either previously sealed or unsealed) identified by the engineer for routing shall be routed to a minimum depth of 3/8 inch and a maximum depth of 1/2 inch. Notify the engineer immediately if routing operations cause excessive raveling at the edge of the crack. 101-3.1.3 Existing cracks. Cracks that are to be resealed shall be prepared for sealing using a heat lance to liquefy the existing material to the satisfaction of the engineer and remove any loose sealant from the cracks. 101-3.1.4 Cleaning of cracks. Cleaning shall be accomplished using a heat lance, compressed air, or similar method to loosen and blow loose, foreign, or objectionable material from the crack. Backpack blowers or handheld blowers shall not be used for final cleaning of cracks. After the CENTURY WEST ENGINEERING CORPORATION (CO1)P-101 Surface Preparation-1 JUNE 2020 I #12446.007.02 RUNWAY 16-34 EXTENSION CHANGE ORDER#1 cracks are cleaned, the entire paved surface shall be cleaned of foreign material. Care shall be taken not to refill cracks with any foreign material. 101-3.1.5 Filling cracks. Flush fill all cracks with an approved crack sealing material. If any sinkage or settlement occurs in the rubberized asphalt sealant, the cracks shall be refilled until they are no lower than 1/8 inch below, or flush with, the surrounding surface. Any excess buildup of filler material will not be permitted. Use of applicator disks or any other method that results in over-banding such as "band-aiding" or capping of the crack to be sealed will not be permitted. Use of squeegees or other sealing shoes shall be required whenever any excess material is present along a sealed crack. Sealant drips shall be controlled by use of a drip stopper device at the tip of the sealant applicator wand. Any spillage or loose material shall be immediately removed from the pavement surface. When cracks in an area have been sealed and the area must be opened to traffic prior to full cooling of sealant materials, a barrier material may be used. A biodegradable water based liquid surface detackifier may be used to remove tackiness and prevent tracking of crack sealants subject to approval by the engineer. 101-3.2 Maintenance.The contractor shall perform all maintenance work and take all precautions necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the engineer. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. Existing pavement section layers must be protected from damage by construction operations. If cleaning is necessary or if the pavement becomes disturbed, any additional work or repairs necessary shall be performed at the contractor's expense. 101-3.3 Weather limitations. All crack filler materials may be installed when either the atmospheric or pavement surface temperature is 45 degrees f and rising. Application or installation of these materials shall be suspended when either atmospheric or pavement surface temperature is 45 degrees f and falling. When either atmospheric or pavement surface temperature is 55 degrees f or less at the time of placement/application, the contractor shall provide an acceptable temperature reference for review by the engineer. 101-3.4 Pavement Marking Removal. Pavement marking removal shall be accomplished via method to not cause major damage to the pavement, or to any structure or utility within or adjacent to the work area. Major damage is defined as changing the properties of the pavement, removal of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch (3 mm) deep. If it is deemed by the engineer that damage to the existing pavement is caused by operational error, such as permitting the application method to dwell in one location for too long, the contractor shall repair the damaged area without compensation and as directed by the engineer. Removal of foreign substances shall not proceed until approved by the engineer. No material shall be deposited on the pavement shoulders. All wastes shall be disposed of offsite at no additional cost to the owner. The Contractor shall be responsible for all foreign object debris (FOD) prevention and removal per Item P-100. Method of Measurement 101-4.1 Crack sealing. The unit of measurement for crack sealing shall be the linear feet of cracks cleaned, filled, and repaired as specified. CENTURY WEST ENGINEERING CORPORATION (CO1)P401 Surface Preparation—2 JUNE 2020 I #12446.007.02 RUNWAY 16.34 EXTENSION CHANGE ORDER#1 101-4.2 Pavement Marking Removal. The unit of measurement for pavement marking removal shall be the square feet of pavement markings removed as shown on the plans and accepted by the engineer. 101-4.3 FOD Prevention Controls. The unit of measurement for FOD Prevention Controls shall be lump sum to complete the work as specified in Item P-100. Basis of Payment 101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: 101-5.1a Crack Sealing — per linear foot (LF) 101-5.1b Pavement Marking Removal (Scarifying) — per square foot(SF) 101-5.1c FOD Prevention Controls—per lump sum (LS) CENTURY WEST ENGINEERING CORPORATION (CO1)P-101 Surface Preparation-3 JUNE 2020 I #12446.007.02 RUNWAY 16-34 EXTENSION CHANGE ORDER#1 Item (CO1) P-608 FOG SEAL Description 608-1.1 This item shall consist of the application of an emulsified asphalt surface treatment composed of an emulsion of natural and refined asphalt materials, water and a polymer additive, with the application of a suitable aggregate to maintain adequate surface friction. The emulsified asphalt surface treatment shall be applied in accordance with these specifications, and as shown on the plans or as directed by the Engineer. Materials 608-2.1 Fog Seal. The Gilsonite fog seal material shall consist of blended bituminous concentrate material, water, and polymer. The formula shall be one part bituminous emulsion concentrate to one part water, by volume with two percent polymer, by volume, added to the mix. If the polymer is added to the mix at the job site, polymer shall be added while the circulation pump is running, the mix is agitated for a minimum of 15 minutes, and the polymer is mixed to the satisfaction of the Engineer. The emulsion concentrates, in the undiluted state, shall have the following properties: Concentrated Asphalt Material Properties Properties Specification Limits Saybolt Furol Viscosity ASTM D244 20— 100 seconds at 77°F (25°C) Residue by Distillation ASTM D244 57% minimum or Evaporation Sieve Test ASTM D244 0.1% maximum 24-hour Stability ASTM D244 1% maximum 5-day Settlement Test ASTM D244 5.0% maximum Particle Charge 1 ASTM D244 Positive 6.5 maximum pH The Contractor shall furnish manufacturer's certification that the material is the type, grade, and quality specified for each load of bituminous material delivered. The certification shall show the shipment number, refinery, consignee, destination, contract number, and date of shipment. The test reports and certification shall be delivered to the Engineer before permission is granted to use the material. The furnishing of the vendor's certified test report for the asphalt material shall not be interpreted as a basis for final acceptance. The manufacturer's material test report certification may be subject to verification by testing the material delivered for use on the project. The bituminous base residue material shall contain not less than 20 percent Gilsonite and shall not contain any tall oil pitch or coal tar material. The emulsion concentrate, in the undiluted state, shall have a pH of 2 to 6.5 (cationic). It shall be compatible with asphalt concrete and have a curing time, under recommended application conditions, not to exceed 4 hours. Upon request, the Contractor shall submit two 1-gallon samples of diluted, ready-to-apply bituminous material for each load delivered. Samples shall be obtained in the presence of the Engineer. CENTURY WEST ENGINEERING CORPORATION (CO1)P-608 Fog Seal-1 JUNE 2020 I #12446.007.02 RUNWAY 16-34 EXTENSION CHANGE ORDER#1 608-2.2 Polymer Additive. The vinyl acrylic copolymer shall be approved for use by the manufacturer of the bituminous material for compatibility and shall have the following properties: Solid content, percent by weight: 54—57 percent Weight per gallon, lbs. Emulsion: 8.9 - 9.8 lbs. Resin Solids 9.8 lbs. PH: 4.0 —6.0 Particle charge: Nonionic/Anionic Free monomer, Percent by weight: 0.5 percent, maximum Mechanical stability: Excellent Minimum film forming Temperature, degrees C: +5 Tg degrees C 22 Max. Upon request, the Contractor shall submit manufacturer's specifications for vinyl acrylic copolymer for review and approval. 608-2.3 Aggregate Sanding Material. The sanding material shall consist of dry, clean, angular, durable particles or fragments of granular aggregates or dry, clean, dust free slag. Sanding material shall have a Mohs hardness value of 6.0 — 8.0. The Contractor shall submit manufacturer's technical data and a manufacturer's certification indicating that the specialty sand meets the requirements of the specification to the Engineer prior to start of construction. The material shall meet the following gradation analysis in accordance with ASTM C136 and ASTM C117: Aggregate Material Gradation Requirements Sieve Designation Percentage by Weight (square openings) Retained Sieves No. 8 0 No. 16 0-8 No. 20 0-28 No. 30 20-50 No. 40 10-55 No. 50 0-30 No. 70 0-5 No. 100 0-2 No. 200 0-2 The Contractor shall provide a certification showing particle size analysis and properties of the material delivered for use on the project. The Contractor's certification may be subject to verification by testing the material delivered for use on the project. CENTURY WEST ENGINEERING CORPORATION (C01)P-608 Fog Seal-2 JUNE 2020 I #12446.007.02 RUNWAY 16-34 EXTENSION CHANGE ORDER#1 Construction 608-3.1 Work Site Protection and Safety. Place barricades as shown on the plans. See Phasing and General Notes on the Plans. The seal coat product shall be handled with caution. The Contractor shall obtain a Material Safety Data Sheet (MSDS) for both the asphalt emulsion product and sand and require workmen to follow the manufacturer's recommended safety precautions. 608-3.2 Surface Preparation. Remove vegetation from areas within the fog seal limits. Vacuum all accessible pavement surfaces prior to applying the fog seal with a regenerative-air sweeper. The pavement shall be cleaned of grass, dust, dirt, sand, loose rocks, vegetation, moss, rubber, excessive oil and grease, or other material, to the satisfaction of the Engineer prior to fog seal application. Any crack sealing called for shall be completed and the surface cleaned prior to applying bituminous emulsion. If the fog seal gets on any light, sign, or marker shown to be preserved, clean immediately. The Contractor shall replace any light, sign or marker with equal equipment at no cost to the Owner if cleaning is not satisfactory to the Engineer. Cracks shall be sealed with filler material prior to applying the fog seal as specified in Specification (CO1) P-101 and as shown on the plans. Those cracks that are not indicated for sealing will be cleaned and prepared prior to fog seal application as described in the first paragraph of this section. 608-3.3 Equipment. The emulsion may be applied with manufacturer approved computer rate controlled and heated bituminous distributor truck. The distributor equipment shall be in good working order and contain no contaminants or diluents in the tank. Spreader bar tips must be clean, free of burrs, and of a size to maintain an even distribution of the fog seal material. Any type of tip or pressure source is suitable that will maintain the specified application rate and constant pressure during the application process regardless of the speed of the equipment. Test the equipment under pressure for leaks and to ensure it is in good working order before use. The distributor equipment shall be equipped with a spreader bar with individual nozzle control capable of spreading a 12" wide application rate. The distributor equipment shall be capable of specific application rates in the range of 0.05 to 0.25 gallons per square yard. These rates shall be computer-controlled rather than mechanical. The distributor equipment shall have an easily accessible thermometer that constantly monitors the temperature of the emulsion, and have an operable mechanical tank gauge that can be used to cross-check the computer accuracy. The Contractor shall calibrate the equipment using either of the following procedures: 1. The Contractor shall furnish a State Calibration Certification for the emulsified asphalt distributor, from any state providing that service, or other acceptable agency certification approved by the Engineer, and the calibration date shall have been within six (6) months of the contract award, or up to 12 months if supporting documents substantiate continuous work using the same distributor. 2. The Contractor shall furnish all equipment, materials and labor necessary to calibrate the emulsified asphalt distributor and the aggregate spreader. Perform all calibrations with the approved job materials and prior to applying the specified coatings to the prepared CENTURY WEST ENGINEERING CORPORATION (CO1)P-608 Fag Seal-3 JUNE 2020 I #12446.007.02 RUNWAY 16-34 EXTENSION CHANGE ORDER#1 surface. Perform calibration of the emulsified asphalt distributor in accordance with ASTM D2995. Perform work to calibrate the tank and measuring devices of the distributor. Perform inspection and calibration at the beginning of the work and at least once a day during construction. Heating and mixing shall be done in accordance with the manufacturer's recommendations. Care shall be taken not to over-mix the material. Distributor and delivery trucks with a capacity of 1000 gallons or more shall also be equipped to effectively heat and mix the material in preparation for application. The distributor equipment shall be equipped to hand spray the fog seal around edge lights, centerline lights, pavement markings, or other areas identified by the Engineer. 608-3.4 Storage and Handling Instructions. The fog seal material may be stored and handled like any standard asphalt emulsion. Vertical storage tanks are recommended. The storage tank should be equipped with a slow revolution mechanical agitator. Positive displacement gear pumps should be used to transfer and apply fog seal materials. Storage and handling temperatures are 100°F to 160°F. Fog seal materials should be protected from freezing or whenever outside temperature drops below 40°F for prolonged time periods. Hot water heating coils, or electrical coils, or electrical heaters are required in colder climates to prevent the emulsion from freezing. 608-3.5 Weather Limitations. The fog seal shall be applied only when the pavement or air temperature is 55°F and rising. The atmospheric and pavement temperatures must remain above 55°F throughout the curing period. The emulsion shall not be applied to wet pavement surfaces, during rainy or damp weather, when dust or sand is blowing, or when rain is anticipated within 18 hours after application is completed. At least three hours of direct sunlight shall remain after completing application of the emulsion. The emulsion shall not be applied on days when the wind is in excess of 10mph. 608-3.6 Application. The fog seal material shall be applied upon the properly prepared surface at the rate and temperature specified using a pressure distributor to obtain uniform distribution at all points. To insure proper drainage, the strips shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. During application, account for wind drift. Cover existing buildings, structures, runway edge lights, taxiway edge lights, informational signs, retro-reflective marking and in-pavement duct markers as necessary to protect against overspray before applying the emulsion. Bituminous materials shall not be discharged into borrow pits or gutters or upon the airport area. Prior to full production, the Contractor must place a test section to determine drying time and proper application rate under the prevailing weather conditions at the time of application. The Contractor shall place a 300 ft. long by 12 ft. wide (minimum) test section at the specified application rate at a location designated by the Engineer. Apply the emulsion only when the existing surface is clean and dry. Apply at the maximum rate of 0.10 gallons per square yard using a broom or squeegee to eliminate puddles. Adjust application rate as directed by the Engineer after the test strip. The asphalt emulsion should be applied at a temperature between 130°F and 160°F or in accordance with the manufacturer's recommendation CENTURY WEST ENGINEERING CORPORATION (CO1)P-608 Fog Seal-4 JUNE 2020 I #12446.007.02 RUNWAY 16-34 EXTENSION CHANGE ORDER#1 Fog seal around existing pavement markings with overlaps to ensure proper coverage at marking edges unless directed otherwise by the Engineer. 608-3.7 Sanding. To facilitate sand placement, the asphalt distributor truck will be equipped with a sanding unit that is mounted directly on the distributor truck that can apply sand to the emulsion in a single pass operation without driving through wet emulsion. The sanding unit shall be equipped with a variable control system to ensure reasonably even distribution of the sand at varying application widths and speeds. The sanding unit must have the ability to apply sand to the sealant without driving through the wet sealant. The sanding unit must have variable control mechanisms to regulate sand distribution, and should have a minimum hopper capacity of at least 3,000 pounds of the sanding material. Manual type hand sanders may only be used around lights, signs, and other obstructions. Contractor shall perform sanding so the fog seal application and any needed hand sanding operations work as one cohesive unit. Sanding shall be performed in a manner so as to prevent any sand from going onto the pavement prior to the fog seal being applied or on to adjacent pavement not to be sealed. Sand immediately after application of the fog seal. The sand shall be applied before the fog seal begins to break. Apply sand at the rate of 0.50 pounds per square yard. Sprinkling of additional aggregate material, and spraying additional asphalt material over areas that show up having insufficient cover or bitumen, shall be done by hand whenever necessary. In areas where this hand work is necessitated, the sand shall be applied before the sealant begins to break. Sweep the entire sealed asphalt surface prior to re-opening the runway with a regenerative vacuum truck. Clean up excess or loose sand with brooms, blowers or a vacuum truck and dispose of off airport property. 608-3.8 Correction of Defects. Any defects, such as lack of uniformity or other imperfections caused by faulty workmanship, shall be corrected immediately to the satisfaction of the Engineer. All defective materials resulting from over-heating, improper dilution, or spray tip malfunction shall be remediated prior to opening to airport traffic. Should emulsion get on any light, marker, or fixture, promptly clean. If cleaning is not satisfactory to the Engineer, the Contractor shall replace any light, sign or marker with equivalent equipment at no cost to the Owner. Method of Measurement 608-4.1 P-608 Fog Seal. The unit of measurement for crack sealing shall be the number of square yards of pavement that have received the proper application of bituminous emulsion and sand if required, as accepted by the Engineer. Sanding will not be measured separately and is to be considered incidental to this item. 608-4.2 Surface Preparation. The unit of measurement for surface preparation shall be lump sum. The quantity to be paid shall be all areas identified for Fog Seal or designated by the Engineer. Basis of Payment CENTURY WEST ENGINEERING CORPORATION (CO1)P-608 Fog Seal—5 JUNE 2020 I #12446.007.02 RUNWAY 16-34 EXTENSION CHANGE ORDER#1 t 608-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment,tools, and incidentals necessary to complete this item. Payment will be made under: 608-5.1a P-608 Fog Seal — per square yard (SY) 608-5.1b Surface Preparation —per lump sum (LS) CENTURY WEST ENGINEERING CORPORATION (CO1)P-608 Fog Seal-6 JUNE 2020 I #12446.007.02 RUNWAY 16-34 EXTENSION CHANGE ORDER#1 GFNFRAL NOTES' 1. CQIIRADTOR SNNL SMESP ME woRK ARG AND REMONS AL CONSTRUCnQH DEBRIS moo TO OPWNC ME RUNWAY. _ APPLY SEAL OMT TD MM. ( I yyO�1 2.NL WA51E NAIpaAL SxALI BE p5WO5ED OF LEGALY OFT 911E. MAR ME VANN THE T IMO. AL UNITS ORLY MO ROLL _2447 —'�/ IMAM W0 Um RACK DROIAfiNQ —I®I w y L I L V 1 USE swami TO RM E Y ME MPA 4M�NARKING.1 00 001 DANA.VVO 050 4URRv I- �. ONEER �` • O S PAYELGIT YNRIXO APPIIGTM AM SUM"'MALL BE Pm WANING C-2n �i \ Y'' IED urE I� SCHEDULE AND WORK SEQUENCE: 1Q 1.5 N 1. MANGE-000AIDER/I Mae( 000 CWSIST OF 1K faLONN6 AA — /-PERKANZIACKilikPAVOOIT -PAwAENT NANQ.ROMA/MA SWIFTER 1 �� � ) Ark / w -rnAu sE�wXo -P.O.FDO SEAL 25,00 2 A CGlnNUGC a GIfNOM MY 00XWR)PERIOD MRL BE ALOMED FOR A RUNWAY CLOSURE tW°��I I I— To mwcTE Au a Txs aArN Mom p MDRX. __ ' [RuNfl347 MO.TAMMY LE/0 N l Pm CRY mACI SEALUC AF m PA EMENT YARgNC REMOVAL AHD PR ON ro OO SEAL x^w PAV£uE01i 4£PETAL snores(M) UNEM(IVP) .. APRKAMML SHONN FOR MATT 9 n R6 AQIM PAMLENT MMgNO APft1GnON AFnT ME C01PlFRON DF ME FOO SEK €$I! APPLY SAL COAT TO MORON.AREAS 0UTSDE IL ALL HONK FM 501054 ORDER AND THE ARVAPPl1CATON OPAYIMAMSPMENIMAMS SHALL OF PAVEMENT MMgNC .=ADM NMN 4 0.11.0.15CALMAR DAYS MS SLPENCEDES 1115 ca.. REMOVAL UNITS AS CONTXUOUS 3 CALENDAR MY(72 HOUR)RUNWAY CLOSURE FOR PAVEMENT IMAM REMOVAL aNmED BY 1111.NEER AIA THE ARST P VEMOR NARKINGn0 ON RUNWAY 1O-34(SEE SEQUENCING ARO RUNWAY 16 PLAN 1 PHAASINGG N E 1 tiID AORRAM°015)..OF 0014 N EEA M T FROM T"E a GDNnxuauS CALENDAR DAY OSUREMA SCALE.t.t00 Cott T. PUCE.DIREUTTEED SY THE ENQSURE mOSSES NEERME%CONTR.TOI MER RUNWAY NUMERALS TIE U..WAY ANG NN CLOSURES _1 F}6 1. 1! \ 'L. L_J -4 I.'; 1-1 1- OF 2 CLOSURE CROSSES a -'I {* M ` _ _ _ _ _ _ JED "'I I"� }'� F n v QTc i50 00 e050 050 WIEH 00 020 Noo 007,:,..",,,0101 oN THE 4.1 W- -H A. A. -A. - y, _ _ _ _ _�_ _ _ _ B. as (RUNWAY 16 AND RUNWAY 31 END) NOT BE AY U IN ME CONMACWI S M SE OW UEN iX _.P F._. A. - - - _ _ ._...... .. _ NSHE V.WINES MALL BE MOW MEN CONTRACTOR IS NOT AMINO/AO W 8 �r mom //�� 10.AM.ME WO.AREA MA ME EYm50 MIDDLE RCM GTE(SEE DRANNG 0-06)M M0 09 I Z�� Ank _r____—Th ' SIIUM GTE AS(REE diANNG O-0B} •' r I g1�DyAra")} MOM 2050 0000 N / NppIDulEleo MAR vM ROT it.NOTIFY ME ENGINEER A MAIM a 21 DAYS PRIOR ro BEGINNING NMR. RINE SFE NEW PAY NOT IL PLACE P-6061 FOG SX CIN OMEN LOCATORS WHERE SLURRY HAS OE-BGIDED AM ASPHAi a _ W� AS IDENTIFIED BY ME ENQNED IN T E REM. (Mr1 \ MOM FOR CWNY W a ID.o6 �� .NO Ax i — I ui T .... __-�� ----- RUNWAY 16-34------- ------- ------ -- ---- / -------_ ._. . RUBBER AND NM p J UNE J . 6: GNr"�NN. S -MOM TAXIWAY MO N <EIGE OF MSE gyp) • MOVE AL RUNWAY( _' FTS STORES APPLY SEAL COAT TO ADATONAL AREAS LEGEND SREMOVALEMIENTn NOS AS REMOVE RUNWAY NUMEWALROS P f EXAM EDGE Of PANIENT DENTIPED BY ENGINEER SEE DET ink F NOTES: 0051010 EENLT PROPOSED PAVEMENT I...• I RUNWAY 34 PLAN 0 C 1MI,CRACRACKSACIFOR ammo AH.MAO NM ENGINEER PAM TOMAMSCALE'''.IOC 2.Z mmPREMOSSLY SUM CRACKS OR CRAMS MTM E0CESS MBETATq 1.CLEAN CHALKS NM GE CrPROPOSED EDPA AMENT HEAT LAKE AM FILL 4910 MOM.ASPHALT CRACK SEALANT N WL OF TMT UFTS I PROPOSED STRIPE SLURRY REMOVAL CRACK L. 3. CRACK RPM N WTD TO AW 000 OF PAMPA NMC.REMOVAL ONCE Aj PLACEMENT f0O SGL t00 W AQ SCI CRACK REPAIR DETAIL 3 SCALE IN FEET SCALE NTS COtx .....•p M i 1.....1:751." 3-SU0n-025.2020 3 No. 0*. 05.500 BY PATE R EMED BµAO O ENTURY RUNWAY I6-34 EXTENSION PAM. m �� e� arra� WWEST AUBURN MUNICIPAL AIRPORT ••••••••,a„R. aa ,/'N, ,.o•.•R...o SCALE I ..'w?'". .‘"...“11110":4. ,N�� CHANGE ORDER•1 PLAN m+o-1 19-IS wrEic,..M.c run U MC WASHINGTON Waw Cohn SND Waaotrom,Propel Manager GEET sN..�i�.�...�.,,.. 1420x0 12.1.8102of 1 1 4 BUDGET STATUS SHEET Project No: CP1516 Project Title: Auburn Municipal Airport Runway 16/34 Extension Project Manager: Seth Wickstrom O Project Initiation Initiation Date: April 4,2016 O Permission to Advertise Updated:June 16,2020 Advertisement Date: July 2,2019 O Contract Award Award Date: October 7,2019 ® Change Order Approval 0 Contract Final Acceptance The"Future Years"column indicates the projected amount to be requested in future budgets. Funds Budgeted (Funds Available) Funding Past(Actual) 2018(actual) 2019(actual) 2020 Total 465 Fund-Airport Fund 13,287 5,384 17,614 215,327 251,613 WSDOT Grants 12,161 2,379 12,610 27,150 WSDOT Grant(Unsecured) 140,000 140,000 FAA Grants 229,016 62,128 271,146 2,841,989 3,404,279 FAA Grant Contingency(Unsecured) 428,751 428,751 Total 254,465 69,891 301,371 3,626,067 4,251,794 Estimated Cost(Funds Needed) Activity Past(Actual) 2018(actual) 2019(actual) i 2020 Total Design Engineering-City Costs** 860 98 958 Design Engineering-Consultant Costs 254,465 69,031 282,003 605,499 Design Engineering-Permitting 1,099 Construction Contract Bid 18,171 2,782,381 2,800,552 Change Order#1 15,753 15,753 Authorized Construction Contingency Remaining 124,275 124,275 Construction Engineering-Permitting 15,806 15,806 Construction Engineering-City Costs** 0 Construction Engineering-Consultant Costs 325,385 325,385 Total 254,465 69,891 301,371 3,263,599 3,888,227 **City staff salary and benefits will not be charged against the project budget and are not shown here. 465 Airport Fund Budget Status Past(Actual) 2018(actual) 2019(actual) 2020 Total ***465 Funds Budgeted () (254,465) (69,891) (301,371) (3,626,067) (4,251,794) 465 Funds Needed 254,465 69,891 301,371 3,263,599 3,889,326 ***465 Fund Project Contingency() 0 _ 0 0 (362,468) (362,468) 465 Funds Required 0 0 0 0 0 ***(#)in the Budget Status Sections indicates Money the City has available. H:\PROD\CP1516-Airport Runway Enhancement\3.00 Project Management\3.40 Cost Mgmt\BudgetStatusSheet.xls 1 of 1