Loading...
HomeMy WebLinkAboutPK16-357 - Original - Springwood Trail Replacement - Contract - 9-30-2016 U �(R(�p'yh i. � 1 Records Ma"'t rule Document W As HiHarox �..CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Roads Paving Washington, LLC Vendor Number: 1356524 JD Edwards Number Contract Number: PIL69- �1 1 This is assigned by City Clerk's Office Project Name: Springwood Trail Replacement Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment X Contract ❑ Other: Contract Effective Date: Sept. 30, 2016 Termination Date: Dec. 30, 2016 Contract Renewal Notice (Days): 7 Days Number of days required notice for trrenewal or amendment Contract Manager: Andrew Sheridan Department: PARK OPERATIONS-EAST Contract Amount: $ 16 835.62 TAX INCLUDED Approval Authority: ❑ Department Director X Mayor ❑ City Council Detail: (i.e. address, location, parcel number, tax id, etc.): To-furnish-all--rnateria ls-and-neeessar-y-equlpmen�and--pe44RTa-all-laber--necessary--to--- complete the work as described in Exhibit A attached, at Springwood Park, located at 12700—S€ 2=,^tr,tint-. 4VA 98030. As of: 08/27/14 KEAIT PUBLIC WORKS AGREEMENT between City of Kent and Roads Paving Washington, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Roads Paving Washington, LLC organized under the laws of the State of Washington, located and doing business at 12514 SE 270`h St, Kent, WA 98030 P: 253-630-5589, Fax: 253-545-0642 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: To furnish all materials and necessary equipment, and perform all labor necessary to complete the work as described in Exhibit A attached, at Springwood Park, located at 12700 SE 274", Kent, WA 98030.. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region In effect at the time such services are performed. i II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I within 90 days from the date of contract III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed SIXTEEN THOUSAND EIGHT HUNDRED THIRTY FIVE DOLLARS AND 62 CENTS. ($16,835.62), including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is $35,000 or less, and pursuant to Chapter 39.08 RCW, the Contractor, in Ileu ` of providing the City a payment and performance bond, has elected to have the City retain the final fifty percent (50%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and j PUBLIC WORKS AGREEMENT - 1 ($20K or Less and No Performance Bond) the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Defective or Unauthorized Work. The City reserves its right to withhold payment from 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 Agreement; and extra work and materials furnished without the City's written approval. If 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 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. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL- PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties Intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of Its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and Independent business that is eligible for a business deduction for federal Income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, Including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered Its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement 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. PUBLIC WORKS AGREEMENT - 2 ($20K or Less and No Performance Bond) B. The Contractor's failure to complete the work within the time specified in this Agreement. 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. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which _ may be used by the City without restriction. VI. 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. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision Issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may Issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. 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 before actually receiving the written change order. If the Contractor falls to require a change order within the time specified in this paragraph, 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 in subsections A through E of Section VIII, Claims, below. 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 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. VIII. CLAIMS. 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 may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement 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 Agreement. PUBLIC WORKS AGREEMENT - 3 ($20K or Less and No Performance Bond) At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. 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. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or_ disruption if the Contractor is asserting a schedule change or disruption. B. Records, The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. 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 falling 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). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED, THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect, In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (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 as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. PUBLIC WORKS AGREEMENT - 4 ($20K or Less and No Performance Bond) XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, 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. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the Contract work, file the attached Compliance Statement. XII. 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 Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION, THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement, XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and 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. i XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this PUBLIC WORKS AGREEMENT - 5 ($20K or Less and No Performance Bond) Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and-effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing In this paragraph shall be construed to limit the City's right to Indemnification under Section XII of this Agreement. D. Written Notice, All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business 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 Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue In full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City Is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute PUBLIC WORKS AGREEMENT - 6 ($20K or Less and No Performance Bond) I this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as If the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: 4b, x-1) rc (s�ignature) (signature) Print Na Print Name: Garin Lee Its Gam/�d T Its: Interim Co-Direct tit/e) DATE: r- / Ga DATE: `D . • /Io NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Norman Boulanger Andrew Sheridan Roads Paving Washington, LLC Mtc Worker III - East Operations 12514 SE 2701" St. City of Kent Kent, WA 98030 220 Fourth Avenue South Kent, WA 98032 253-630-5589 (telephone) 206-396-8339 (mobile) (253) 561-1850 (telephone) 253-545-0642 (facsimile) (253) 630-0670 (facsimile) �I PUBLIC WORKS AGREEMENT - 7 ($20K or Less and No Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole - determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. i 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to,.fulfifl'fhe five requirements referenced above. By* � - r` r For: Title: G� Date: i EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 �I SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. i EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of _ Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT R PropiNo. 06137 CONTRACTIPROPOSAL License# ROADSPW883M6 12514 SE 270th St, Kent, WA 98030 Office (253)630-5589 1 Fax(253)545-0642 Al nfona.RoadsPavingWA.com :NP.PP7�i�T�-+T �r 7 vwwv.RoadsPavingWA.com WASHING 1 ®1� ,LLC. CONSACTINFORMATION PROJECTfNFORMATION Company Project Name N/A S rin wood Park First Name Date Andy 09/15/2016 Last Name Project street Address Sheridan SE 276th PL Phone City 253-561-1850 Kent Emall Address Slate sherldan kentwa. ov A Estlmator Ip Code Norman Boulanger- 206 396-8339 NORM ROADSPAVINGWA.COM 198030 -HEREBYPROPOSE fo furnis"h all materials and.necessaryregwpf_n _and perfomt;all labor necessary to cdmpiete the following work ' De'scnbe Lab'o _Materiai"and E ui went to be furnished : z Descri'tlon Of Pr0"OSed Work 1.Saw out and remove 345 FT.X 10 FT of asphalt/tree roots/and 2"to 3"of sub-base material haul-away debris 2.Regrade pathway with 2"to 3"of 518 minus rock fine grade for 2%and proper water flow compact and roll gravel.Apply weed killer to gravel area. 3.Repave sidewalk back with 3"of HMA.compact&roll asphalt and A.R Joints with A.R 4000 Equipment to be used on site 3 bob cats/1 water tank 12 rollers And compacted plate Pricing Valid for 30 days from date of quotation.All pricing is based upon the current costs of materials and straight-tlme labor rates.In the event of an increase on asphalt or labor rates prior to the order being placed andloracceptance by both parties,these prices will be adjusted. -- IPAYMENT-TERMS: _  = sub-total TIME FOR COMPLETION:The work to be performed pursuant to this agreement shall be completed within(1) $15,375.00 day(s)or approximately on: Tax 09/15/201E $1,460.62 INTEREST:Overdue payment will bear interest at the rate of 1.5%per month. Total PAYMENT:Owner agrees to pay Contractor a total price of: $16,835.62 $16,835.6 Down Payment(if any): Deposit $0.0 with payments to be made as follows: Balance $16 835.62 PAYMENT DUE IN FULL UPON COMPLETION OF PROJECT. _ $16,835.62 2.6%fee for all Credit Card transactions Contractor/Seller Signature Date Data 09115/2016 09/15/2016 ALL WORK GUARANTEED FOR ONE YEAR Roads Paving Washington LLC,guarantees work at`red above against cracking,satding,or defective materials.Roads Paving Washington I.I.C.cannot be held responsible for weed growth,tire marks,dams a Irom aM1a m objects,Flowing,or oil spills.Guarantee dads not apply to gravel driveway.. I PoweRuu BY ;` - CatP:aS �nnrtr._ocanvas.cont 2441j 113 F.; 3, r 7...9, 6':;28 pmp.N.. 06137 CONTRACT/PROPOSAL License#ROADSPW883M6 12514 SE 270th St, Kent, WA 98030 Office (253)630-5589 1 Fax (253) 545-0642 PAVING IN i .RoadsPavingWA.com wAvwUnN.RoadsPavingWA.com NVASHINGTON,LLC. �;r r i j POWLREDU" t' CanWS www,,g7C.anyas.cam 2=I<I i,-;r5. Prop+No. 06137 CONTRACT/PROPOSAL License# ROADSPW883M6 12514 SE 270th St, Kent, WA 98030 Office (253)630-5589 1 Fax (253) 545-0642 nfoi5,RoadsPavi na WA.com WPAVING www.RoadsPavingWA.com `]� )AC iN T i i T TERMS AND CONDITIONS I.CHANGES IN THE WORK.Should the owner,construction lender,or any public body or inspector direct any modification or addition to the work covered ', by this contract,the contract price shall be adjusted accordingly.Modification or addition to the work shall be executed only when both the Owner and the Contractor have signed a contract Change Order.The change in the contract price caused by such contract Change Order shall be as agreed to in writing, or if the parties are not In agreement as to the change In contract price,the Contractor's actual cost of all labor,equipment,subcontracts and materials, plus a Contractor's fee of_%shall be the change in contract price.The Change Order may also increase the time within which the contract is to be completed. Contractor shall promptly notify the Owner of(a)latent physical conditions at the site differing materially from those indicated in the contract,or(b)unknown physical conditions differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this contract. Owner as added work shall pay for any expenses Incurred due to such conditions. II.OWNER'S RESPONSIBILITIES.Owner agrees to allow and provide Contractor and equipment access to the property. III.DELAYS.Contractor agrees to start and diligently pursue work through to completion,but shall not be responsible for delays for any of the following reasons:failure of the issuance of all necessary building permits within a reasonable length of time,funding of loans,disbursement of funds into funding control or escrow, acts of neglect or omission of Owner or Owner's employees or Owner's agent,acts of God,stormy or inclement weather,strikes, lockouts, boycotts,or other labor union activities,extra work ordered by Owner,acts of public enemy, riots or civil commotion,Inability to secure material through regular recognized channels,imposition of Government priority or allocation of materials,failure of Owner to make payments when due, or delays caused by Inspection or changes ordered by the inspectors of authorized governmental bodies,or for acts of independent contractors,or holidays,or other causes beyond Contractor's reasonable control. IV.SUBCONTRACTS.The Contractor may subcontract portions of this work to properly licensed and qualified subcontractors. V.TAXES AND ASSESSMENTS.Owner will pay for taxes and assessments of all descriptions. VI.INSURANCE AND DEPOSITS.Contractor shall carry Workers Compensation Insurance for the protection of Contractors employees during the progress of the work.Contractor shall carry liability insurance to cover any damages to Owners property resulting out of the acts of Contractor.Owner shall obtain and pay for insurance against injury to his own employees and persons under persons on the job site at Owners Invitation.Owner shall also procure at awn expense and before the commencement of work hereunder"all-risk"Insurance with course of construction,theft,vandalism and malicious mischief endorsements attached,the insurance to be in a sum at least equal to the contract price.The insurance shall name the Contractor and any subcontractors as additional Insureds, and will be written to protect owner,Contractor and subcontractors as their interests may appear.Should Owner fail to procure such insurance,Contractor may do so at the expense of Owner, but Is not required to do so.Owner and Contractor waive rights of subrogation against each other to the extent that any loss is covered by valid and collectible Insurance. If the project is destroyed or damaged by accident,disaster,or calamity such as fire, storm,flood,landslide,subsidence or earthquake,owner as extra work shall pay for work done by Contractor In rebuilding or restoring the project. VII.RIGHT TO STOP WORK.Contractor shall have the right to slop work if any payment shall not be made,when due,to Contractor under this Agreement: Contractor may keep the job idle until all payments due are received.Failure to make payment,within five(5)days of the due date,is a material breach of this Agreement and shall entitle contractor to cease any further work VIII.CLEAN UP.Contractor will remove from Owners property debris and surplus material created by the operation and leave it in a neat and broom clean condition. IX.ARBITRATION,VALIDITY AND DAMAGES.Any controversy or claim arising out of or related to this contract,or the breach thereof, shall be settled by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association,and judgment upon the award rendered by the Arbitrator(s)may be entered in any court having jurisdiction thereof. X.ASBESTOS AND HAZARDOUS WASTE.Unless the contract specifically calls for the removal,disturbance,or transportation of asbestos or other hazardous substances,the parties acknowledge that such work requires special procedures,precautions,and/or licenses.Therefore,unless the contract specifically calls for same, if Contractor encounters such substances,Contractor shall immediately stop work and allow the Owner to obtain a duly qualified asbestos and/or hazardous material contractor to perform the work or do the work at contractors option.Said work shall be treated as an extra under the contract. 101800,ppHALT I POWERED 3v j: -CBrW"d6 Www.aoc@nyas.com 2,14F)l Parks, Recreation and Community Services Garin Lee, Director Phone:253-856-5120 ®U T Fax: 253.856-6120 ■® • Address: 220 Fourth Avenue S. WASHINGTON Kent,WA.98032-5895 SpringWood Trail 1181112COMORI DATE: September 1st, 2016 TO: Roads Paving Washington, LLC. FROM: Andrew Sheridan, Project Manager RE: Removal and Replacement of Trail Location: Springwood Park SE 276th PL. Kent, WA 98030 Scope of Work: The Contractor is to remove and re-pave 345 feet by 10 feet wide of trail matching the existing grade. Contractor is to use Exhibit A as site drawings and specifications for replacement of trail. Exact size specifications to be confirmed by City of Kent project manager on site with contractor. Contractor is to follow Section 02050 of demolition, j Section 02230 Base course, and Section 02612 Asphalt Concrete Pavement as attached in Exhibit B. Contractor shall cleanup, remove and properly dispose any and all related materials and debris from job site. All damage that is done by contractor must be repaired and brought back to existing conditions. All repairs must be approved by project manager. Work may only be performed between 7 am to 4 pm, Tuesday-Friday. Work must be coordinated with Park Staff. Bids must include prevailing wage and be returned no later than Noon on September 16th 2016, Insurance certificate and City of Kent business License will be required if awarded the contract. I i Memorandum: September 16,2016 Page: 2 Bids Due: September 16th 2016 City of Kent Parks Maintenance Building Attn: Andrew Sheridan 12607 SE 248th St Kent WA 98030 Or Email to ASheridan(cDKentWa.gov • No bids accepted after 12:00 noon September 16th 2016 Project Manager: Andrew Sheridan 253-561-1850 ASheridan@KentWa.gov EXHIBIT INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liabilitv insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liabilitv insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 per accident. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. li Client#: 134570 ROADPAVI DATE(MWDO AC®RD. CERTIFICATE OF LIABILITY INSURANCE 9 12812016 Y) 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 INS URER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must 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 NAME:CONTACT Sandy Kulseth Propel Insurance PHONE 800 499-0933 866.577.1126 A!C No Ext: A/C,No: Tacoma Commercial Insurance E-MAIL Sand Kulseth@l elinsurance.com ADDRESS: y @Pro P 1201 Pacific Ave,Suite 1000 INSURERS AFFORDING COVERAGE NAIC it Tacoma,WA 98402 INSURERA:Developers Surety&Indemnity 12718 INSURED INSURERS:Ohio Security Insurance Company 24082 Roads Paving Washington LLC INSURER c:Great American E&S 37532 12514 SE 270th Street INSURER D; Kent,WA 98030 INSURERS: 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 CONTRACTOR 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, I EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MR TYPE OF INSURANCE ADDLSUBR NSR MD POLICY NUMBER POLICY EFF MMID�YYYY LIMITS A GENERAL LIABILITY Y Y BISOOO1823202 2/24/2016 02/2412017 pEAACHH OCCURRENCE $2,000 000 X COMMERCIAL GENERAL LIABILITY PREMISES Eaoccurtence a100000 CLAIMS-MADE OCCUR MED EXP(Any one person) $5,000 X PD Ded:2000 PERSONAL&ADV INJURY $2,000,000 GENERALAGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $4,000,000 POLICY X PE� LOG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT B 8AS56400770 10I29/201510129/201 Ea actile,11 $1,000,000 X ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PeOaccitlenl AMAGE $ AUTOS 5 O UMBRELLA LIAR X OCCUR APP162814114 9/281201609128/201 EACH OCCURRENCE $1000000 X EXCESS LIAB CLAWS.MAOE AGGREGATE $1 00O 000 DED RETENTION$ $ WORKERS COMPENSATION WA STATE FUND NA NA X WCSTATU- OTH- TORYLIMITS ER AND EMPLOYERS'LIABILITY A ANY PROPRIETORIPARTNERflEXECUTIVEN BIS0001823202 2/241201602124/201 E.L.EACH ACCIDENT $1000000 OFFICERIMEMSER EXCLUDE09 N NIA (Mandatory In NH) WA Stop Gap E.L.DISEASE-EA EMPLOYEE $1 000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1 000 000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space la required) RE:Operations Performed by the Named Insured City of Kent and their elected officials,officers,agents,employees and volunteers are included as '.. additional insured as required by written contract and per attached endorsements. i� CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE � Iry I 7 aU kJ_, LR Lt R7 ©1988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2392603/M2176307 MGH00 l BISOOO1823202 ' ID 00 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to Include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused by and to the extent of your negligence in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional Insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This Insurance does not apply to: 1. "Bodily injury", "property damage"or"personal and advertising Injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 2. "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 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. 3. "Bodily injury', "property damage" or"personal and advertising injury' involving or related to or in connection with any additional insured or any location covered by a scheduled or blanket additional insured endorsement that Is a part of the policy. C. Primary and Non-contributory Insurance -We will consider this Insurance to be primary and non- contributory to other insurance issued directly to additional Insured person(s) or organization(s) to which this endorsement applies if each such additional insured is a named insured in such other insurance and a written contract between you and such person(s) or organization(s) specifically requires that we consider this insurance to be primary and non-contrlbutory,. D. Waiver of Subrogation—We waive any right of recovery we may have against the additional insured person(s) or organization(s) to which this endorsement applies if each such additional insured is a named insured in such other insurance and a written contract between you and such person($) or organization(s) specifically requires that we waive subrogation of payments we make for injury or damage arising out of "your work" done under a contract with such person(s) or organization(s) to which this endorsement applies. i ID 00 37 04 13 Page 1 of 1 i ID 00 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to Include as an additional Insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional Insured on your policy. Such person or organization is an additional insured only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused by and to the extent of your negligence in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional Insured under this endorsement ends when your operations for that additional Insured are completed. B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or"personal and advertising Injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, Including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 2. "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 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. 3. "Bodily injury', "property damage" or"personal and advertising injury' involving or related to or in connection with any additional insured or any location covered by a scheduled or blanket additional insured endorsement that is a part of the policy. C. Primary and Non-contributory Insurance - We will consider this insurance to be primary and non- contributory to other insurance issued directly to additional insured person(s) or organization(s) to which this endorsement applies if each such additional insured is a named insured in such other insurance and a written contract between you and such person(s) or organization(s) specifically requires that we consider this insurance to be primary and non-contributory.. D. Waiver of Subrogation —We waive any right of recovery we may have against the additional insured person(s) or organization(s) to which this endorsement applies if each such additional Insured is a named Insured in such other insurance and a written contract between you and such person(s) or organization(s) specifically requires that we waive subrogation of payments we make for injury or damage arising out of "your work" done under a contract with such person(s) or organization(s) to which this endorsement applies. ID 00 37 04 13 Page 1 of 1 i I I t,`vrllranc¢EYtA 3�sa II y vdy of Kent Contractor License CA}r afXantftis:Micr;eriees . 720 Farad Aycncr 5,� Y�,nt,VIA W32-58SS .i;t53,1956-s210 Fix PS9]95642d0 PLEASETYPE OR PRESS FIRMLY—BLACK OR DARK BLUE INK ONLY Poe Must Acxom emy AnCfiwtlon 004MLIO July t or attw All lkmseseIreLl:carnhxr9l,Renevr,.11nvaices mailed in}arwiry, ra1 a Date-949-15 �,.F' 9 r' f 1, Name of Business: Roads PAvi Bu%lne5s Address: . 415 1^t Val(4Y�Igh�yav 5 r5„vlc a City. Fact#c _State: YL—ZiP _.9fl047 Phone:t253) t3Cd-55H9 Mall4ng Address: .7251:1_SF 3 TIa.Sj .:_._ City: 1�ent State WA_ZIP: Qfle�a� Z WAStataUHiN: 3; WAStatoTFINl3axRegturatIcnWrnber7; ..27-3d96�79_,�_ 4- UIndw. ❑ Partnership Id'LLC 0Corporation Provide ownership lnfarrisatfon;faro Ade SuPoknenfnl W ffneeded. Owner(s)Name{s)i Norrr,SRa Address: Cttr —K0lftt -„ State; „_.,)YA _ZIP;._95030 Phan-_1200 33fi — r X Q253)54�,d'nd9 5. Contact Person- fill Snjaa Phone(253) 92 55P9 6, DescrlpUan of Busnees:A�.pl�t Pavlr�R )yygjn{gganra __w 7, Is your Business subject to the State of Washington UO Tax(Chapter BI_C4 kt+lsed Code of Washingtool7 N(Yes f) 40 Is your Business subject to Otf of Kent MO Tax{pk;ase reference the list of exemptions noted on page 2 of the I3osircess Activities Questlonn�blre)? SIyAs C1 No Exemption Number,„_,.,, l hereby cnrn'ry rhot the statemerr3 wed/rlormodao h,rolshed by IV cvr this opplkarian are me and tq,npt'efe to the base obny knr Wedge. Ialsouot ru cdleOwt the statements iprlcrnatw JLrnislredbpmernrh�sat,` ktrtionn✓epuWk records and art!avoiiatbletcvpu&k nsp� lcvpursattttoSmtzalSivsfirrgtonRCNt7.t7�t7. furdersrpndthat,4suan�SP(thisdkenseis,n rdl6oredupertcorrrprOnceatoil times'Mth air crPlicob/ecnll;meet,regufgtrrnzandstaeuresdrht,Cry of Kent and the StvreofWashingtoraThri33uoncvofif thsiness jkevsr does not(nyrty cwnUplwvrJre°rrr`d t theZoning,tJnr{arm F,va and tivirdiny Cowes. Signature:_ `� lr 'Xi 1'irX17; _. ..._ Pr1MNeme:_JilLPculat?ge[.� Title:-. . ativs3Cperatinttrhtanager Date., o..tQ_16 i FOR t)pf)tE U5EONLY; NL(JCY ',!..L IG1, 7 .....___ Oate Pkt'ri.�_._.......__ D�ir Rr0W4 41_7_17 WVW N,f'!e Lafwrp Appliants fiecalpk Cbpy Washhigton State Dep went of Labor & Industries Intent Details for Intent Id: 791428 Dounnonl R—ned Da.IMII016 Intent Id:701428 Affidavit Id; 541ue;Submlmod On 91231ROI6 Co.,..,Details ROADS PAVING WASHINGTON ULC URIC 603046149 12514 SE 2]0V ST Rega:ROAOSPA8831,16 'KENT,WA98030 E-mall;rozdspaving.ecims.a.rid I Z53-630-5599 - Industrial Insurance Account Id: 21225101 filed By 8oularger,]III Pane CamraRor Company Name ROADS PAVING WASHINGTON MC Conrnetor la"...an..No. ROAOSIMMM6 WA on Number W 3O46149 Poona...be, 253-630-Sung hej¢[t lnformaalna :!Awrding A9mw KENT.CIIT OFIRARYS 6 REG 320-43H AW 5 KFM,WA-9603E Awaading Agen[y Centa[t And—Sheridan Awardln,Agamy Ouanlhone Number 253-561-aso Canine Number 0613] Rrajert Name Springwaad Trail Replacement BIs due data 9JIM016 'Award OaU W191201's Pmjeet 5t.Address ar cuncu-a Sprlautood Park SF 276m Pt-Km5 WA.99030 Intent Grenada L. Does your company Intend to hire subcontractors to perform all work] No "i Does your company intend to hire any subcommagars? No Will your company have employees perform work on this pmlect? Y. Do you Intend to use any apprentices?Wpprealkes are considered No employe.,,) Will this project utilize American Recovery and Reinvestment Act YARA) No funds? 5ped0cally,still thisprajett u1111ze any obulmnimion or energy No eTcienry,upgrade funds 01RRA Or o lnuolse)? How marry ownerloperstors performing work on the project own 30%or 1 mpn ofthe company? Whatb the balmated contract amount?Or is this a time and materials $16.83S.62 otlmme? U,cted praj,,t start dale:IMM-DD-Y"q 1 0/1 212 01 6 In what county(or counties)will the project be done] Kin, '.. In what city(or nearest city)will the project be done? Kent J....b,Level Wages l I Co.." Trade -_-~ - O[rnparlee wage fringe Workers '?King .(a6erersGenvil laborer 14$.25 '1 Kllp lamer Fqulpmanl0gramu '.bb[il f55121 1 'l We bwf Nauman Oq irs Popeg Mae,MI Or Mulll-IlhMtdda 151.13 _ 'I King Uboraas ,Raker-Altaic 1a6.6fi 1 I qng Track Drivers Oump Track 6TNller 553.25 I O show'Hun Ealsling Notes No note aehu ' qDk ka 4HW%Y3trr]3csS I i-�yh11&MwIN�� A Access AasTi nrpfan '.. 0 Washington State Dept.of Labor&Industries.Use OM IS site Is subject to the laws 9f the state of Washington. Page 1 of 3 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to PayPrevailing a e Project Project Detail - Dashboard Document Received Intent ID: Affidavit ID: Status: Approved On Date: 9/23/2016 791428 9/27/2016 Company Details Company Name: ROADS PAVING WASHINGTON LLC Address: 12514 SE 270TH ST KENT, WA, 98030 Contractor Registration No. ROADSPW883M6 WA UBI Number 603046149 Phone Number 253-630-5589 Industrial Insurance Account ID 21225101 Email Address roadspaving@comcast.net Filed By Boulanger, Jilt Prime Contractor Company Name ROADS PAVING WASHINGTON LLC Contractor Registration No. ROADSPW883M6 WA UBI Number 603046149 Phone Number 253-630-5589 Project Information https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 10/4/2016 Page 2 of a Awarding Agency KENT, CITY CIF/PARKS Et REC 220 - 4TH AVE S KENT, WA - 98032 Awarding Agency Contact Andrew Sheridan Awarding Agency Contact Phone Number 253-561-1850 Contract Number 06137 Project Name Springwood Trail Replacement Contract Amount $16,835.62 Bid due date 9/16/2016 Award Date 9/19/2016 Project Site Address or Directions Springwood Park SE 276th PL. Kent, WA. 98030 Payment Details Check Number: Transaction Id: 105425508 Intent Details Expected project start date: (MM-DD- 10/12/2016 YYYY) In what county (or counties) will the work King be performed? In what city (or nearest city) will the Kent work be performed? What is the estimated contract amount? $16,835.62 OR is this a time and materials estimate? Will this project utilize American No Recovery and Reinvestment Act (ARRA) funds? Specifically, will this project utilize any No weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Does your company intend to hire ANY No subcontractors? https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 10/4/2016 Page 3of3 Does your company intend to hire No subcontractors to perform ALL work? Will your company have employees Yes perform work on this project? Do you intend to use any apprentices? No (Apprentices are considered employees.) How many owner/operators performing 1 work on the project own 30% or more of the company? Journey Level Wages County Trade Occupation Wage Fringe Workers sKing Laborers General Laborer $45.25 1 King Power Equipment Operators Bobcat $55.21 1 King Power Equipment Operators Roller, Plant Mix Or Multi- $57.72 1 Lift Materials King Laborers Raker - Asphalt $46.66 1 King Truck Drivers Dump Truck & Trailer $51.25 1 Public Notes o Show/Hide Existing Notes No note exists https://fortress.wa.gov/Ini/wagelookup/IntentDetaiIs.aspx 10/4/2016