Loading...
HomeMy WebLinkAboutCP1120 Archer Construction Contract 13-07 CONTRACT Contract No. 13-07 THIS AGREEMENT AND CONTRACT, made and entered into, in triplicate, at Auburn, Washington, this .5 /4­1 day of 2013, by and between the CITY OF AUBURN, WASHINGTON, a murffcipal Vorporation, and Archer Construction, Inc., 7855 South 206°i Street, Kent, WA 98032, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP1120, Lea Hill Safe Route to School," which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: 1. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project CP1120, Lea Hill Safe Route to School —the construction of approximatly 1,100 feet of sidewalk, 5,700 feet of bike lane, ADA pedestrian improvements to an existing signal system, and new ADA curb ramps/crosswalks for a total contract value of two hundred fifty- five thousand three hundred sixty-eight dollars and fifty cents ($255,368.50) in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City within 7 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 5 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 45 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages) of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN. 11. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. 111. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV.It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. By 77F-kN, WASHINGTON Peter B. Lewis,Mayor Countersigned: this 31 A day of 12013 ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: D B. 'd,City orne ARCHER CONSTRUCTION, INC. By Aut rued Official Signature U,p * CITY Or A� � Peter B. Lewis, Mayot WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-300( August 6, 2013 CERTIFIED MAIL RETURN RECEIPT REQUESTED Archer Construction, Inc. 7855 South 206th Street Kent, WA 98032 NOTICE TO PROCEED RE: Project #CP1120, Lea Hill Safe Route to Schools Improvements, Contract#13-07 You are hereby notified to proceed as of August 12, 2013 with the work on the above-referenced project, within the time period specified, in accordance with the provisions of the contract documents, copy enclosed. This project has 45 working days for completion. If you have any questions, please contact the City Inspector for the project, Mike Kamenzind at 253-804-5083 or the Contract Administration Specialist JoAnne Andersen at 253-931-3012. Sincerely, Dennis Selle, P.E. City Engineer/Assistant PW Director Department of Public Works DS/ja/mh Enclosure cc. Dani Daskam, City Clerk Kim Truong, Project Engineer Mike Kamenzind, Sr. Construction Coordinator File 13.11 (CP1120) AUBURN* MORLTHAN YOU IMAGINI:E GI I I ut— AUBURN CITY OF AUBURN (,1I7V 01 r:RKq (jFFICECONTRACT CHANGE ORDER AGREEMENT NO. 3 MAR ti 1 Con 9pus "tract No., Project No. and Project Title: Contract 413 -07, Project CP1 120 Len Hill Safe Routes to School Improvements Contractor Name and Address: At Construction, Inc. 7855 South 206th Street Kent. WA 98032 'I'hc Contractor is hereby directed to make the changes t o t he Contract as described herein. This document and all attachments arc I supplement to the contract. All work, materials and measurements for the type of construction involved shall he in accordance with the contract documents urthe above named project unless staled otherwise in this change order. Summary or Proposed Changes: I . The Contractor shall adjust the pedestrian poles' orientation at the intersection of SE 312th St. and 124th Ave SE. Work shall conform to the applicable sections of Section 8 -20 (Illumination, Traffic Signal Systems, and Electrical) of the contract documents. This will be tracked as force account work. 2. Under the Fducation and Encouragement element of the federal grant, the School District (SD) shall install additional bike racks at the 3 schools. For cost saving purposes, the SD is using the City's Contractor to perform the work. The Contractor shall install I I bike racks and associated concrete pad at the 3 schools. Work shall conform to the applicable sections or Section 5 -05 (Cement Concrete pavement) of the contract documents and per the manufacturer's recommendation. This will be paid at the negotiated lump sum rate shown. The Contract time is extended by days. Item Sch. Sec. No. Item Description Quantity ( + / -) Units UnitPrice (S) Total Price ( + / -) CO3 -1 N/A 1 8 -20 Pedestrian poles Orientation Adjustment I Est. 1279.75 $ 1,279.75 CO3 -2 N/A 5 -05 Bike Rack Installation, Complete 1 LS 14298.66 $ 14,298.66 Subtotal Washington Slate Sales Tax (9.5 %) on applicable items TOTAL $ 15.578.41 $ - $ 15,578.41 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- compensible. All other terms and conditions of the contract remain unchanged. K \Forms \FCO25.xls (Revised 05/2012) Contractor: Inspector: Project Manager: ; City Engineer: Approved by: _ ,Rq � D.tc Base Amount Total incl. Tax I. Total Cost this C/O $ 15,578.41 $ 15,578.41 2. Total Cost All previous C/O $ 35,296.65 $ 35,296.65 3. Original Contract Amount $ 255,368.50 $ 255,368.50 4. Revised Contract Amount $ 306,243.56 $ 306,243.56 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- compensible. All other terms and conditions of the contract remain unchanged. K \Forms \FCO25.xls (Revised 05/2012) Contractor: Inspector: Project Manager: ; City Engineer: Approved by: _ ,Rq � D.tc CITY OF AUBURN CITY OF AUBURN %ITY CI FRKG OFFICE CONTRACT CHANGE ORDER AGREEMENT NO. _2_ FEB 21 iContract No., Project No. and Project Title: Contract #13 -07, Project #1120 Contractor Name and Address: Lea Hill Safe Routes to School Improvements Archer Construction, Inc. 7855 South 206th Street Kent, WA 98032 o q- r� I 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 and measurements for the type of construction involved shall be in accordance kith the contract documents of the above named project unless staled otherwise in this change order_ Summary of Proposed Changes: I. Added quantity to Bid Item 18 up to 125 %v of plan quantity. 2. Added quantity to Bid Item 18 for that portion of the Commercial HMA installed in excess of 125 % planned quantity at -_ _ the negotiated rate. shown. The Contractor shall hand place asphalt concrete along SF-3 12th St-funm, approximate station 100 +00 to 107 +67 as shown on the plans due to there not being enough room for the Contractor to install the new pavement with a paving machine. Work shall conform to the applicable sections of Section 5 -04 (1 lot Mix Asphalt) of • the contract documents_ 3. The Contractor shall replace the existing traffic loops at the intersection of SE 312th St. and 124th Ave SE that were impacted during construction activities. Work shall conform to the applicable sections of Section 8 -20 (Illumination, Traffic Signal Systems, and Electrical) of the contract documents. This will be tracked as force account work. The Contract time is extended by 2 days. Item Sch. Sec. No. Item Description Quantity ( + /-) Units Unit Price ($) Total Price ( + /-) 18 N/A 5 -04 Commerciil,HMA 201.50 SF 12.00 $_ 2,418.00 18 N/A 5-04 Commercial HMA 3282.78 SF 8.66 $ 28,428.87 02 -1 N/A 8 -20 Traffic Loops Replacement, Complete I Eq. Adj. 4922.89 $ 4,922.89 Subtotal Washington Stale Sales Tax (9.5 %) on applicable items TOTAL $ 35,769.76 $ $ 35,769.76 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. Contractor: Inspector: Project Manager: City Engineer: Approved by: H: \Forms \FCO25.x1s (Revised 05/2012) Base Amount Totals incl.Tax L Total Cost this C/O $ 35,769.76 $ 35,769.76 2_ Total Cost Previous C/O $ (473.11) $ 473.11) 3. Original Contract Amount $ 255,368.50 $ 255,368.50 4. Revised Contract Amount $ 290,665.15 $ 290,665.15 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. Contractor: Inspector: Project Manager: City Engineer: Approved by: H: \Forms \FCO25.x1s (Revised 05/2012) 0-P► I a-o CITY OF AUBURN LI) CONTRACT CHANGE ORDER AGREEMENT NO. 1 Contract No., Project No. and Project Title: Contract #13 -07, Project #1120 Lea Hill Safe Routes to School Improvements Contractor Name and Address: Archer Construction, Inc. 7855 South 206th Street Kent, WA 98032 The Contractor is hereby directed to make the ehanaes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work, matenals,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: Lump sum credit for deleting 9 traffic signs ( "Tow Away Zone Symbol "). Traffic Section determined that those signs (with symbol) were not needed, since "No Standing Anytime" signs are adequate. Added compensation for Contractor's loss of time for breakdown and setup of work for connecting exsitng stone pipe to new PVC storm pipe, where an existing catch basin was removed. Plan call out existing storm pipe as CMP, but during operation it was discovered that existing storm pipe is CPEP, which required a different fitting. The Contract time is extended by 0 days. Subtotal $ (473.11) Washington State Sales Tax (9.5 %) on applicable items $ TOTAL $ (473.11) Base Amount Total incl. Tax I. Total Cost this C/O $ 473.11) $ Sales Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax 255,368.50 4. Revised Contract Amount $ 254,895.39 ( + /-) 254,895.39 (S) ( + /-) (Y /N) 41 N/A 8 -21 Permanent Signing 1 LS (1,368.81) $ (1,368.81) N C0#1 NIA N/A Loss Time for Pipe Connection 1 LS 895.70 $ 895.70 N Subtotal $ (473.11) Washington State Sales Tax (9.5 %) on applicable items $ TOTAL $ (473.11) 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- compensible. All other terms and conditions of the contract remain unchanged. Contractor: Inspector: Project Manager: City Engineer: Approved by: H: \Forms \FCO25.xis (Revised 05/2012) Base Amount Total incl. Tax I. Total Cost this C/O $ 473.11) $ (473.11) 2. 'Total Cost Previous C/O $ - $ - 3. Original Contract AMOUnt $ 255,368.50 $ 255,368.50 4. Revised Contract Amount $ 254,895.39 $ 254,895.39 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- compensible. All other terms and conditions of the contract remain unchanged. Contractor: Inspector: Project Manager: City Engineer: Approved by: H: \Forms \FCO25.xis (Revised 05/2012) CHEW71 Change Order Proposal CON 6 R O C }ION Project: Lea Hill Safe Route to School CP 1120 Project No: 13 -40 Customer: City of Auburn COP Reference: 0 Date: Monday, August 26, 2013 1. Description of Propeeed Change: Bid item 41 lump sum credit for deleting 9 EA "Tow Away Zone Symbol ". Reason For Proposed Change: Working Days Requested: Origin and Originator of Proposed Change: Kim Truong, PE srlt RC r WS CONSTRUCTION Project Name: Lea Hill Safe Route to School CP 1120 Project #: 13-40 Customer: - City of Auburn COP Reference: Date: Monday, August 26, 2013 .;iirss.,,,,; LABQR� Labor Subtotal $ 29 %Mark -Up $ Labor Total: $ 4 „ra h't EQUIPMENT tt>r Pnce /Unit'> Y r, ;Extenstonai,.: zt NW Traffic -9.00 EA ” �° 3,Rate(Ftour , �^ -' R.,�¢� ieitension,a.,.,�; $ (1,368.81) $ $ Labor Subtotal $ 29 %Mark -Up $ Labor Total: $ 4 „ra h't EQUIPMENT tt>r Pnce /Unit'> Y r, ;Extenstonai,.: zt NW Traffic -9.00 EA ” �° 3,Rate(Ftour , �^ -' R.,�¢� ieitension,a.,.,�; $ (1,368.81) $ $ Equipment Subtotal $ - 21 %Mark -Up $ Equipment Total: $ Material Subtotal $ - 21 %Mark -Up $ Material Total: $ `sat`544BCQN7R;4CTOR -_ `r, Umts <.yie-J, tt>r Pnce /Unit'> Y r, ;Extenstonai,.: zt NW Traffic -9.00 EA 152.09 $ (1,368.81) $ (1,368.81) $ Subcontractor Subtotal $ (1,368.61) 0% Mark-up $ Subcontractor Total: $ (1,368.81) $ Unit Price Total $ WORKSHEETTOTAL $ (1,368.81) $ Unit Price Total $ WORKSHEETTOTAL $ (1,368.81) Nor thwesf 4 Tr°aaff c, Inc. Road 3ignpgRontradors Customer Name: ALL BIDDERS Project Name & Location: LEA HILL SAFE RT. TO SCHOOLS Deductive Change Contact # Salesmen Terms 206 499 9866 MARK AMER NET 30 Estimate 7 -11 -13 ITEM # QUANTITY UNIT PRICE TOTAL cost Deleted .signs 9 en Bag past mix $ 3.75 ea $ 33.75 9 ea Tow a way zone sign Lump Sum $ 53.73 9 ea Post and buses $ 39.95 $ 359.55 9 hrs Labor 41.53 hr 5373.77 Mark up and overhead $526.00 Corner bolls and rivets $ 22.00 Credit of 8152.09 per sign ALL INCLUSIVF. BID EXCL UDES ITEMS NOT LISTED Lump Burn $- 1368.80 ""'Tax Total - $1368.80 PO BOX 1915 MILTON, WA. 93354 253 862 4102 FX 253- 863 -1333 Doug Early From: Kim Truong <kbtruong @auburnwa.gov> Sent: Tuesday, August 06, 2013 6:23 PM To: 'Doug Early' Cc: Mike Kamenzind; JoAnne Andersen Subject: Lea Safe Route To School - Permanent Sign Changes Follow Up Flag: Follow up Flag Status: Flagged Doug, As mentioned in the previous email, the 117 -201p (Tow Away Zone symbol) signs (9 total) have been omitted from the project. Also, the R9 -3a ( "No Pedestrian Crossing') signs are now changed to R9 -3 (No Ped Crossing Symbol) sign. Please submit a revised lump sum bid price for Permanent Signing with supporting documentation to reflect these changes. Thanks. dim 7ruong Project Engineer City of Auburn - Public Works (253) 804 -5059 direct (253) 261 -3075 cell (253) 804 -3114 fax kbtruong@aubumwa.gov gov The information contained in this electronic communication is personal, privileged and/or confidential information intended only for the use of the individual(s) or eatity(ics) to which it has been addressed. If you read this communication and are not the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication, other than delivery to the intended recipient is strictly prohibited. If you have received this communication in error, please immediately notify the sender by reply e -mail. Thank you. ARCHEIMI Change Order Proposal: ,3` 2 C O N S T Y Y C T I ON Project:. Lea Hill Safe Route to School CP 1120 Project No: 13.40 Customer: City of Auburn COP Reference: 0 Date: 8/26 & 9 -11 Description of Proposed Change: 2. Reason For Proposed Change: Working Days Requested: STA 104 +20 Loss of time for breakdown and setup of work. Civil plan sheet 7 called out that existing storm pipe to be tied into is CMP pipe. During operations it was discovered that existing pipe is CPEP, which required a different fitting (Marmac), which had to be reviewed by Project Engineer for acceptance. 3. Origin and Originator of Proposed Change: AARCHEW13 Change Order Proposal: 3 Project Name: Lea Hill Safe Route to School CP 1120 Project #: 13-40 Customer: City of Auburn COP Reference: Date: 8126 & 9-11 :v ,ftE, EA, BQ R Credit: 12" Clay xGI Coupling -1.00 EA EA Foreman Brad Duboc, 2.0 63.50 EA 10.91 $ 127.00 Equipment Operator Joby Fink 1.0 61.22 9.61 12" HanGor Marmac Repair Coupler $ 61.22 Equipment Operator Steve Sutcliffe 1.0 61.22 $ 61.22 Grade Engineer Terry Mink 1.0 61.22 $ 6122 Pipelayer Brent Gregersen 1.0 49.28 $ 49.28 Laborer Jeff Rogers 2.0 48.40 $ 96.80 Labor Subtotal $ 456.74 29%Mark-Up $ 132.45 Labor Total; $ 589.19 RII 1�1EQUI�MEWT-JfAl' Credit: 12" Clay xGI Coupling -1.00 EA EA Track Excavator JD 50 2.0 -1.00 EA 10.91 50.78 R T BackhDe JD 410 20 42.89 9.61 12" HanGor Marmac Repair Coupler $ 85.78 First Aid & Tool Truck F450 2.0 37.79 $ 75.58 $ Equipment Subtotal $ 212.14 21% Mark-Up $ 44.55 Equipment Total: $ 256.69 Material subtotal $ 41.17 21% Mark-Up $ 8.65 Material Total: $ 49.82 Subcontractor Subtotal $ 12%Mark-Up $ Subcontractor Total: Unit Price Total $ WORKSHEET TOTAL $ 895.70 Credit: 12" Clay xGI Coupling -1.00 EA EA 27.53 (27.53) Credit: 12" Culvert Gasket -1.00 EA 10.91 (10.91) Less Restocking Fee for Coupling and Gasket 1.00 EA 9.61 9.61 12" HanGor Marmac Repair Coupler 'I.00 70.00 $ 70.00 1 $ Material subtotal $ 41.17 21% Mark-Up $ 8.65 Material Total: $ 49.82 Subcontractor Subtotal $ 12%Mark-Up $ Subcontractor Total: Unit Price Total $ WORKSHEET TOTAL $ 895.70 ARCHERI, c N i T K U L ir I O N, I N Daily Report of Force Account Worked Contract Number //JJ Dale ' �J (tern Number Ilem Name , Prime ntractor ti 3'4 -.%/ Subcontractor Lower Tier Subcontractor Line / Station l64 4 Group Basis of Material Acceptance RAMS Number _ De2cdp0on of Work Pedonned Time Worked Record Workers and /or Equipment Working - Occupation of Workers or - Equipment Size Hours Worked Reg. Rate O.T. Beta Amount Reg. O.T. / 4` 2 - �b niti 5 / /L 7 e 9 10 ,2 ,3 14 75 s 17 1b 10 20 Calculated By Date Checked By Data Total CAPS Entry Number Entered By I Dale Entry Verified Date Inspector �JJ /i !. V Contract 4NS A' " KOK H E R N CO HST R U CT I ON, INC Daily Report of Force Account Worked Contract Number (( �J - Date Item Number Ilem Name Prime Contractor QT+ 514 r' —L, U.+ Subcontractor / Lower Tier Subcontractor Line /Station to K '+-2'D Group Basls of Material Acceptance RAMS Number DescAptlon of Work Performed Time Worked Record Workers andfor Equlpment Working - Occupation of Workers or E ulpment Size Hours Worked Reg. Rae O.T. Rate Amount Reg. O.T. 2. 3 5 SO Sb tXt�••ir/...- / 6 s /b 8 g t6 12 « IhIA 11 12 13 14 15 16 17 18 19 20 Calculated By Date Checked By Data Total CAPS Entry Number Entered By Date Entry Vedfled Dale Inspector V/, k/.q �� �- Cc live Title. TO 1 .D. FOWLER COMPANY OH ,B(1!Bellevue, WA 98009 -0160 Invoi Number 13458061 PAWH # 015500 Corporate Offices 13440 SE 30th 54., Bellevue, WA 98005 PO Box 160, Bellevue, WA 98009 -0160 Phone 425- 746 -8400 • Fax 425 -641 -8885 Pacific Brancp - 1417 Thornton Avenue SW Pacific, WA 98047 (253) 863.8600 FOR t253) 863 -8681 Ship to: HDFLwwoompany- Pacific r 1111, 1- h1111 - 1111111r 111 vu1111rr ^ru11 1111 Ill ARCHER CONSTRUCTION INC 7855 S 206th St Order# Inv Date: Order Writer: Kent WA 98032 -1354 04307735 08!26(13 Michael Ow Terms: 10P +30 I Due: 10/10/13 I PO /doB: 13- 40JB06 _FOB H D Fr11A11 FR Ship. Via. 1Nll i CAI I Qty pry Part # Unit 1 1 0 EA FE10021212 12" CLAY X GI COUPLING FERNCO 27.530 #10021212 �0 l� 2 1 EA KFG512" CULVERT GASKET,12" WIDE FOR CMP 10,910 3 1 0 EA MCPVC55PSM 12" PSM PVC MANHOLE COUPLING 11 80.470 & GASKET FOR PVC SEWER PIPE Sub total Freight Tax Serving the Pacific Northwest since 1911 Grand Total 1(4 Extended T o.i,-e vv 27.53 10.91 80.47 118.91 0.00 0.00 118.91 ERGUSO OW Waterworks FEI - WOODINVILLE WW 41539 24025 SNOHOMISH- WOODINVILLE RD WOODINVILLE, WA 98072 -8787 Please Contact With Questions: 425486 -9600 EMAIL INVOICE Deliver To: From: H 19576 Comments: Invoice Number Customer Page 0393590 36214 1 Please refer to Invoice Number when making payment and remit to: FEI - SEATTLE W W #1539 PO BOX 847411 DALLAS, TX 75284 -7411 Sold To: ARCHER CONSTRUCTION INC 7855 S 206TH ST KENT, WA 98032 -1354 TOTAL DUE ... > 70.00 Ship To: ARCHER CONSTRUCTION INC 7855 S 206TH ST KENT, WA 98032 -1354 Ship Whse Sell Whse Tax Code Customer Order Number Sales Person Job Name Invoice Date Bateh 3156 3156 WAE 12" MARMAC COUP AJ 12' MARMAC COUP 09117/2013 45737 Ordered Shipped Item Number Description Unit Price UM Amount 1 1 SP- 1­172MARMACCOU 12 HANCOR MARMAC REPAIR COUP 70.000 EA 70.00 PN 1267RC Invoice Je0-1 olar 7 o.uo Tax 0.00 Total Amt 70.00 TOTAL DUE - -> 70.00 AND CITY OF -- #..:.: U,UT WASHINGTON Request for Submittal Approval R New S.bmitt.l ❑ Re- submlttzlol No. Additlonal lnfof.r5ubmittal No. F Contract /Project tea NIll Sale Route to School Protect Project No, CP1120 Nate; September 3, 2013 Name: Contractor: Archer Constmctlon,lnc. Sub Contractor: General Submittal Tlrie: Smrm Tie In For Matulal -'1'I 1= gfl:ltys °J iu YI's'Tlk For assistance In completing this form, pleaze refer to section 1-06.1 of the 5perial Providers Submluals ier�s f OniY <F s'f ,"Il Request Nan Material Material Vld Submntai Description Name and location of Request Approval Submittal Submittal Acceptance Item Materials .(Manufacture's Fabricator, Manufxdurer.r Pit Spe lfiwdon Reference use of of No, Approval Criteria Nu, Product/fype Number QPL Material Action Code (RAM) Code 19 Mar Mae Polyan, Repair Coupler Rancor, Inc. 7.05 ❑ ® 67 ❑ ❑ ❑ ❑ fl ❑ El ❑ ❑ Nan -Matodal Submittal Approval All run Cad for use by Material Acceptance Code for use by Engineer. "rest of materials to be rnmrionewdinto Engineer: 1, Acceptance based upon'Sapefacturp Report for samples NET No EkceptlonsTaken MCN Make Corrections Noted (No re- submisslon umuludl project. 2. Mfg. Cerl of Compliance for 'Acceptorce" prior to use of material, AR Amend and Re- submlt 3. Catafgg Cuts to, "ACceptapcespriorto useofmatedal.❑ Yes ❑ No RR Rejected- Resubmit 4. Submit Shop Dfawingsfur' Approval "prlortofabricationofmatetial. NR Not Reviewed 5. Only'Approved for Shipments -WSNOT Inspected; or"Fabdmticn Approval decal "matedal shall be used.(FederalYro)ens Only) h. SuhmR Cedllicate of Maleslals Orl91n. (feder.7PmJedsOnN1 7, N/A e. Source Appmved: 9, Approval Withhold: submit Samples for preliminary evaluation. 10. Approval Withheld. 11. ,Q11ssScellnnrpusf pla� �dter�_� 91 tt ❑ M(g. Cert. ofComp.0 NiVal lntpecRon r7u'[O 12. LAG -Approved Catalog fur Dncumen[ed with: City nernarks: Engineer Signature: Date: /3 WARRANTYBOND CONTRACT NO. 13 -07 BOND NO. SUR2167033M BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENT'S: That we, the undersigned, Archer Construction, Inc., 7855 South 206'h Street, Kent, WA 98032, as Principal (hereinafter called the "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, (hereinafter called the "Surety "), and qualified under the laws of the State of Washington to become Surety upon bonds of contactors with municipal corporations, as Surety, are jointly and severally held and firmly bound to the City of Auburn, Washington, in the penal sum of thirty -one thousand five hundred ninety six dollars ($31,596.00) for the payment of which sum we jointly and severally bind ourselves and out- 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 1st day of August 2014. Nevertheless, the conditions of the above obligation are such that: WHEREAS, the Principal entered into a certain Contract with the City of Auburn, dated Judy 31, 2013 for Contract numbered 13 -07, and providing for the construction of Project CPI 120, Lea Hill Safe Route to School - approximately 1,100 feet of sidewalk, 5700 feet of bike lane, ADA pedestrian improvements to an existing signal system, and new ADA curb ramps /crosswalks , in accordance with the terms and conditions of said Contract, which is hereby referred to and made a part hereof as it is fully set forth herein, and WHEREAS, the said Principal is required to guarantee all the construction of the Work installed under the said Contract, against defects in Deliverables under the Warranty provisions set forth in Section 1- 05.10, Guarantees, under the Contract, which may develop during the One Year period following the Final Acceptance of the Contract by the Auburn City Council as defined in said Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION 1S SUCH, that the Surety's obligation hereunder shall only arise upon Surety's receipt of a copy of City of Auburn's written notice to Principal setting out City of Auburn's claim against Principal. City of Auburn's written notice should state intended amount to be claimed in the event Principal fails to commence action to cure such default within 30 business days from the date of the notice. A FURTHER CONDITION OF THIS OBLIGATION IS SUCH, that if Principal shall faithfully cant' out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in the said work and Deliverables which may develop during the One Year period following the Final Acceptance of the Contract by the Auburn City Council or shall pay over, make good and reimburse to the said City of Auburn all loss and damage which said City of Auburn may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void, otherwise shalt remain in full force and effect but not later than One Year following the Final Acceptance of the Contract by the City Council or the date Principal delivers a further Warranty Bond in the amount as stated above per the requirements of the Contract, whichever date is later. 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 Final Acceptance, 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- bounded parties have executed this instrument this 1 St day of August , 2014. By Arche i onstruction, Inc. Principal North American Specialty Insurance Company Surety By��L��`V2Z Attorney in Fact Holly E. Ulfers Kibble & Prentice, a USI Company 601 Union St., #1000, Seattle, WA 98101 206-441 -6300 Resident Agent's Address & Phone Number ,.W i"��r� :t�S.LY Y�f� i. �id• h,- 1..:' IW %(":- n4Y'.J�t�"1rvf>��iTlvDa�lit it=i s�{..`M4 'W/��aL 1N.�,�v �..�. :. V C <.F'A�'�'arA.r�'R'f.� %i.Y.'ll �C :4��JY��: NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WAS]IINGI'ON INTERNATIONAL. INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. THAT North American Specialty Insurance Company. it corporation duly organized and existing under laws of the State of New I- lampshire, and having its principal office in the City of Manchester, New 1- lampshire, and Washington International Insurance Company. a corporation organized and existing under the laws of the State of New I- lampshire and having its principal o0ice in the City of Schaumburg. Illinois. each does hereby make, constitute and appoint: ROXANA PALACIOS. SANDRA STEWART, MARY A. DOBBS. HOLLY E. ULFERS, STEVEN W. PALMER, I IFATHER L. ALLEN and NANCY N. HILL JOINTLY OR SEVERALLY Its true and lawful Attorney(s) -in -Pact, to make, execute, seal and deliver. for and on its behalf and as its act and decd, bonds or other writings obligatory in the nature of a bond on behall 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. FIFTY MILLION (550.000,000.00) 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 both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9'h of [May. 2012: "RESOLVED, that any two of the ['residents. any Managing Director. any Senior Vice President. any Vice President. any Assistant V ice President. the Secretary or anv Assistant Secretary be. and each or any offbeat hereby is authorized to execute a Power of Attomey 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 am of them hereby is authorized to attest to the execution of any such Powcr of Attorney and to attach therein the seal of the Company: and it is FUR'T'HER 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 certil icate 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." pluunuun \`� \xOUGVlI7Pj p/ /Gib p /h'S' SS 3 &P014, � JF':Y � Ry" awe TION.1[ pp "NS Wl:L g � ?: SEAL in an Stn en P.Ander ..Senior vice Prealdent of waNdagmn lnternuianal Insurance Canna, _ :GOP SEAL 0: 3W':& I977 y c i.y � C :p� senior Nice President o(Amth American s I Insurance Cam %'ciap pony n ra / / / / /��oIl t�P \�� !/gerJ���_�— �w..jy♦` III1n Rs David NJ. I.nman. vice President orwashinpun International Inmrance Company d: sire vretidem ur North American Speeidh hour.nee C.mm.. IN WITNESS WIIEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed. and these presents to be signed by their authorized officers this] 2th day of March 2013 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 12th day of March .20 13 . before me, it 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 David M. Layman . Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company. personally known to me. who being by me duty 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. (t� f OFFICLkLSEAL" =li' ONNA D, SKLENS otary Public, State of Illinois Donna D. Sklens, Notary' Public y Cuavnission Expires IOMN2015 I. Jeffirev Goldberg .the duly elected Assistant Secretan' of North American Specialty Insurance Company and kVirshington International Insurance Company. do hereby certify that the above and foregoing is a true and correct copy of aTower ofAttorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in Cull force and effect. IN WITNESS WIIEREOF, I have set my hand and affixed the seals orthe Companies this Ist day of - August , 20 14 . tervn- Cnld'uciy, \ice Praideni R' , \ssistam sxremn' of \vashinston I.e:. mod Insurance Company K Nonh American special. Inzurnnee Comlum Page 1 of 2 }► Search > NORTH AMERICAN SPECIALTY INSURANCE COMPANY NORTH AMERICAN SPECIALTY INSURANCE COMPANY General I Contact I licensing I Appointments I Complaints I prders I National Info I Ratings Back to Search General information Contact information Name: NORTH AMERICAN SPECIALTY INSURANCE Registered address Mailing address COMPANY 650 ELM ST 650 ELM ST Corporate family group: SWISS_RE,GRP wnac.ts. MANCHESTER, NH 03101- MANCHESTER, NH 03101 - this' 2524 Organization type: PROPERTY WAOIC: 965 NAIC: 29874 Status: ACTIVE Admitted date: 03/08/1985 Ownership type: STOCK 4 back to top Telephone Telephone 603 - 644 -6600 603 - 644 -6600 Types of coverage authorized to sell M.,s,ns> Insurance types Casualty Disability Marine ---- - -- - - - - -- ---- Ocean Marine Property Surety Vehicle ? bac_k to top Agents and agencies that represent this company (Appointments) What L this' _ View agents View agencies 4 back to top Company complaint history what is thi57 View complaints 4 back to top Disciplinary orders 2008 -2014 wheteth.s No disciplinary orders are found The orders posted here are unverified electronic duplicates of the official orders actually entered. To be certain you have the official version of the order as entered, request a hard copy from Renee Moines at 360 - 725 -7047 or http:// ww w .insurance.wa.gov /consunlertool kit / Company /CompaiiyProfile.aspx ?WAOIC =965 8/6/2014 Page 2 of 2 email legal @oic.wa.gov. Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. f back to top National information on insurance companies Want more information about this company? The NAIC's Consumer Information CCIS)_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. 't' back lomp 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. B23t _ Weiss Group „Ratings. Standard . and -Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings ? back to top http: /hvNN,N,. insurance .NN,a.gov /consumertoolkitI Company lConipan),Profile.aspx ?WAOIC =965 8/6/2014 Nortli American Specialty Insurance Company - Company Profile - Best's Credit Rating ... Page 1 of 2 Ratings& Criteria Center ,I welcome Back JoAnne Andersen MV Member Goner I Log Do 1 Regional Centers: Asla-Pacific I Canada I Europe, Middle East and Africa I Latin America I MENA & SCA Home I About Us I Contact Us I Sitemap Ratings & Criteria is Home . Credit Rating Releases . Methodology n Bests Credit Ratings n Roswell Strength Rating a Issuer Credit Raung » Debt Rating n Advanced Search > About Best's Credit Ratings+ . Get a Credit Rating+ . Best's Special Reports » Add Bests Credit Ratings Search to Your Site . BeslMark for Seco a -Rated Insurers w Contact an Analyst . Awards and Recognitions News &Analysis . Products & Services Industry Information is Corporate .a Regulatory Affairs e Support & Resources is Conferences and Events a FinJ a Ncsl'.r Collin !toting Enters Company Name o Advanced Search A.M. Best Rating Services Contact Inlarmabn . Yimr Rating D{ in ta,d, Select one... v New Search: Search » Advanced Search P Print this Page (7) North American Specialty Insurance Company A.M. Rest *:001866 NAIC 0: 29974 FEIN*: 030311919 Rating: Domiciliary Address Assigned to Rr�o�tlarah mm g 650 Elm Street com panies :essr Manchester, NH 0 3101 -2 524 ' have, in� A.,SUprdor that United States our opinion, Effective Date: a superior ability to meet their Web:. svissde cum 1 ongoing insurance obligations. Phone: 6016446600 Long -Tenn: Fax: 61 Outlook: Based on A M. Best's analysis, 058838 - Swiss Re Ltd is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Effective Date: Best's Credit Ratings Initial Rating Date: View all of the companies assigned this rating as a part of an AMB Rating Unit. Financial Strength Rating View Definition Rating: A+ Superior) Affiliation Code: g(Group) Financial Size Category: %V ($2 Billion or greater) Outlook: Stable Action: Affirmed Effective Date: January 31, 2014 Initial Rating Date: June 30, 1984 Long-Term Issuer Credit Rating View Definition Long -Tenn: do- Outlook: Stable Action: Affirmed Effective Date: January 31, 2014 Initial Rating Date: August 23, 2006 u Ixmma tnar aerie.. assts noon Best's Credit Rating Analyst Office: A.M. Best Company, Oldmck NJ Financial Analyst: Scott Mangan Assistant Vice President: Peter Dickey Disclosure Information View A.M. Best's Rating Disclosure Statement AM Best Affirms Ranas of Swiss .I Reinsurance Reinsurance Company Ltd and Its European Its European 1 Affiliates January 31, 2014 Reports and News _ I Visit Best's News and Analysis site for the latest news and press releases for this company and its A.M. Best Group. AMB Credit Report - includes Bests Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and key financial data. Report Revision Date: 6/2312014 (represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. Rest's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style reports feature balance sheet, income statement. key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2014 Best's Statement File- P /C. US Contains data compiled as of 8/5/2014 dually cross Chai Single Company - five years of financial data specifically on this company. • Comparison - side -by -side financial analysis of this company with a peer group of up to five other companies you select. Composite - evaluate this company's financials against a peer group composite. Report displays hoth the average and total composite of your selected peer group. 0sBest's Key Rating Guide Presenla[ on Report - includes Best's Financial Strength Ruling and financial data as provided ) in the most current edition of Best's Key Rating Guide products. (ouaoty Cross dhecAsh. I Financial and Analytical Products Best's Insurance Reports- Cline - P/C US & Canada Best's Key Rating Guide - P/C. US & Canada Best's Statement File - PIC. US Best's Executive Summary Report C '1 - P rty /G It Best's Executive Summary Report - Comparison - PropeartylCasualty Best's Statement File - Global Best's State Line - P /C. US Best's Regulatory Center Market Share Reports Best's Comorate Chances and Retirements - P/C US /CN Best's Insurance Expense Exhibit (IEE) - PIC US http: / /www').ambest.com /ratings /entities /CompaiiyProt i le.aspx ?ambnuni= 1866 &URatingld... 8/6/2014 North American Specialty Insurance Company - Company Profile - Best's Credit Rating ... Page 2 of 2 Best's Schedule P (Loss Reserves) - P(C US Best's Reoulatow Center Best's Schedule D (Corporate Bonds) - US Best's Schedule D (Common Stocks) - US Best's Schedule D (Municipal Bonds)- US Best's Schedule F (Reinsurance) - P /C. US Best's Schedule DA (Short Tenn Investments) - P/C 8 UK V European Union Disclosures A.M. Best - Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Compso , is an External Credit Assessment Institutions (ECAI) in the European Union (EU). Therefore, credit ratings issued by AMBERS may be used for regulatory purposes In the EU as per Dneci 2006149(EC. Australian Disclosures A M. Beet Cfedil Ratings Me statements Of OgfYM add Wt, statements Of fact They are not fafMlmertla(iM5 to buy, held Of sell any seeurtes m My O'aler form of financial product, including insurance policies and are not a recommendation to W used to make investmenVpurchasing decisions. A.M. Best Asia.Paciic Ltd is registered as a Credit Rating Agency in Australia and holds a Financial Services Licence number 411055 under the Corporations Act of 2001. A M. Best Asia -Pacific Ltd credit ratings and any char related research are Wt intended tar and must not be distributed to any person in Australia other than a wholesale died(, as claimed in the Corporations Act of 2001, Chapter 1. The A.M. Best websites are not intended for use by Australian users who are not optimal as wholesale users. Important Notice. Bests Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength operating pedor ance are business profile. These ratings are neither a warranty of a company's Financed strength der its Study to meat its financial obligations, including those to policyholders. View our entire notice fa compete details. Customer Service I product Support I Member Center I Contact Info I Careers About A . Best I Site Map I Pdvay, Policy I Security I Terms of Use I Legal & Licensing Copyright© 2014 A . Best Company, Inc. ALL RIGHTS RESERVED. A M. Best Worldwide Headquarters, Ambest Road, Oldwick, New Jersey, 08958, U. S.A hi(P://wNvN%,').ambest.com /ratings / entities /CompanvProfi le.aspa ?ambnum= 1866 &URatingld... 8/6/2014