Loading...
HomeMy WebLinkAboutCP1207 Jennings Northwest LLC Contract 13-10 ,�. . * �,. c�nroF *�i`��;y� . ��a�T Ts� � Peter B. Lewis, Mayor �v /� -� WASHINGTON �S WBSf Main Street* Auburn WA 98U01-4998 * www.aubumwa.goV * 253-931-3000 September 26, 2013 CERTIFIED MAIL RETURN RECEIPT REQUESTED Jennings Northwest, LLC 1105 140"' Avenue Court East Sumner, WA 98390 NOTICE.TO PROCEED RE: Project#CP1207,.D S4reet Utility Improve_ments, Contract#13-10 You are hereby not�ed to proceed as of September 27, 2013 with the work on the above-referenced project, within the time period specified, in accordance with the provisions of the coMract documents, copy enclosed. This project has 90 working days for completion. If you have any questions, please contact the City Inspector for the project, Dave Roselle at 253-8045085 or the Contract Administration Specialist JoAnne Andersen at 253-931-3012. Sincerely, l.�.�� S� Dennis Selle, P.E. CityEngineedAssistant PW Director Department of Public Works DS/mh Enclosure cc: ar�r,-City-Ele�i KimTruong, Project Engineer Dave Roselle, Project Inspector File 13.11 (CP1207) AUBURN * MOE�E THAN YOU IMAGINED CONTRACT Contract No. 13-10 THIS AGREEMENT AND CONTRACT, made and entered into, in triplicate, at Auburn, Washington, tliis ��h day of 2013, by and between the CITY OF AUBURN, WASHINGTON, a munic al corporation, and Jennings Northwest, LLC, 1105 140`�Avenue Court East, Sumner, WA 98390,hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entided "CP1207; `D' Street Utility Improvements;" which are by this reference incorporated herein and made a part of this Contract,the parties fiereto covenant and agree as follows: I. The CONTRACTOR shall do all work and fiamish all tools, materials and equipment for Project CP1207, `D' Street Utility Improvements—the construcrion of'770 LF of waterlines, 1530 LF of storm drainage lines, 1865 LF of sanitary sewer main, decommissioning of a sanitary sewer pump station, associated pavement restoration, and appurtenances for a unit bid price of one million two hundred six thousand nine hundred fifteen dollars and thirty-five cents ($1,206,91535) and Washington State Sales Tax of one hundred fourteen thousand six hundred fifty-six dollars and ninety-six cents ($114,656.96) for a total contract value of one million three hundred twenty-one thousand five hundred seventy-two dollars and thirty-one cents ($1,321;572,31) in accordance with and as described in the Contract Documents which aze by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under thisContract and every part thereof. This Contract shall be executed by the Contractor and retiuned to the City within 7 calendar days after the receipt of the dated nofificadon of awazd 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 90 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 Secrion 1-08.9 (I;iquidated Dainages)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 requiied for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as aze mentioned in the Contract Documents to be fiunished by the CITY OF AUBURN. II. 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 capse to be done the above described work and to complete and 5nisfl 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 Conh�act Documents and the aforesaid proposal hereto attached, at the rime and in the manner and upon the conditions provided for in tlris Contract. , . III. The CONTRACTOR for himself, and for tris heirs, executors, administrators, successors, and assigns, does hereby agree to the fiill performance of all the covenants herein contained upon by part of the CONTRACTOR. N.It is further provided that no liability shall attach to the CITY OE AUBURN, WASHINGTON by reason of enteriag into this Conuact, except as expressly provided herein. IN WIT'NESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. CIT W HINGTON � � By Peter B:Lewis,Mayor Countersigneii: ttris�day of�Qf'2013 ATTEST: �3._ - ��, � � 0` Danielle E.Daskam,City Clerk -�� APP ED S TO FO Danie(B.Heid, iry Attome INGS NORTHWEST, LLC By rized Official'Signature CONTRACTBOND ; i s CONTRACT NO. 13-10 � r e BOND NO. 528CSFV9761 ; BOND TO CITY UF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned,Jennings Northwest,LLC, 1105 140m Avenue Court East,Sumner,WA 98390,as principal,and Hartford Casualty Insurance Company a corpora$on, � organized and existing under the laws of the Stabe of Indiana as a smety corporation, and qualified under the laws of tkie State of Washington to become stuety upon bonds of conhactors with mumcipal corporations, as surety, are jointly and severally held and firmly bound to the City of Aubum, Washington, in the pena! sum of one aullion thnee hundred twenty-one thousand five liundred seventy-two dollars aad thirty-one cents ($1,321,572:31) for the payment of which sum we jointly and severally bind ouiselves and our s�ccessw�s, heirs, . administrators or personai representatives as the case may be. This obGgation is entered into in puisuance of the Statutes of the State of Washington and tl�e Ordinances of the City of Aubum, Washington. Dated at Auburn, V✓ashington, tlris � day of September , 2013. Nevertheless, the condirions of the above obligarion are such that: WI�REAS, the City of Aubum on the 9th day of September, 2013, let to the above bounden principal a certain Contract. The said Contrapt being nwnberecl 13-10, and providing for the wns�uction of Project CP1207, `D' Street Uulity Improvements -770 LF of waterlines, 1530 LF of etorm diainage lines, 1865 LF of sanitary sewer main, decommissioning of a sanitary sewer pump station,associated pavement restoration,and appurtenances (which Contract is ref•erred to herein and is made a part hereof as though attached hereto),and WHERF.AS, the said principal has accepud, oris about to accept, the said Contract, end undertake to perform the work therein provided for in the manner and within the time set forth: NOW,THEREFORE, if the above bounden principal shall faithfully and truly observed and compIy with the terms,conditions,and provisions of said Contract in all respects and shall well and lraiy and fully do and perform all matters and things by them undertaken to be performed under said Contract, upon the tern�s proposed therein,and any and all duly suthorized modifications ofsaid Contract tl�at may hereafter by made, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractois and material men,and all persons who sha11 supply principal or subcontractors with pmvisions and supplies for the carrying on of said work and stisll hold said City of Auburn, Washington,harmless from any loss or daruage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subconh�actor in the performance of said work, and sl�all in all respecu faithfiilly perfocro said Contract according to law, and shall indemnify and hold the Ciry of Aubum, Washington,harmless from any damage or expense by reason of failure of performaace,as specified in said Con4act,and The undersigned principal and ihe undersigned surety present this conuact bond related to the Contract,PROVIDED that tfiis document shall not be enfomxable unless and until the City of - € , '` � J . � "Fhe undersigned principal and the undeisigned surety present tius conuacY bond related to Uie r Contract, PROVID�D ttwt this document shall not be enforceable unless and until the City of � Aubum awards and executes the Contract to ihe undersigned principal. No obligations under this bond, for the performance of the above-referenced contract, shall be enforceable utttil the City of � Auburn has executed the crontract to the undersigned principal. �. The Surety, hereby agrees that modifications and ckianges may be made in the terms and provisioiu i of the afozesaid Contract without notice to Surety,and any such modifications or changes increasin� i the total amouni to be paid the Principal shall automatically increase the obligation of the Surety on I this Contract Bond in a like amourtt, such increase; however, not to exceed twenty — five pereent (25%)of the original amount of this bond without the consent of the Surety. i PROVIDED,however,that after the acceptance of Uus Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this bond, shall be reduced to either ten percent (l0%) of the value of the improvements to the City or two thousand doltars ($2,000), whichever is greater, to warranty against defects appearing or developing in the material or workmansl�ip pmvided or performed under this Contract within a period oF one (1) year after acceptance. Not withstanding the reduction of this bond,theprincipal and surety shall hold the City of Aubum harmless from all defects appearing ar developing in the materiai or workmanship providerl or pzrFornred under this Contract within a period of one (1) year aRer acceptance, THEN and in that event this obligation shall be void; but otherwise it shal] be and remairt in full force and effect. It is hereby express)y agreed that if any legal action is necessazy to be brought under the conditions of this bond,that the decisions of the Courts of the State of Washington shall be binding. IN WTTNESS WHEREOF,the above-bounden parties have executed this instrument this 16th day of September 20 3. � ^ J orthwest,LLC,Principat : Hartford Casualry Insurance Company ' � Surety By Peggy A. Firth Attomey in Fact Propel Insurance 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 (253) 759-2200 Residuit AgeM's Address&Phone Number , �. , Direct lnquiries/Claims to: �'OWER OF ATTORNEY TH����R�PO�RD � Hartiord,Connecticut06755 calC 888-2663488 orfax:860-757-5H35 KNOW ALL.PERSONSBY THESE PRESENTS THAT: Agency Code: 52-817693 � �.X� HeAford Fire Insurance Company,a coryoration duly org�ized�mder tlie laws of the State of Connecticut X� Nartford Casualty Insurence Company,a corporation duly organized under the laws of[he Sta[e of Indiana �XQ HaAford AccideM and Indemnity Company,a co�pmation duly organized�uuder the laws of the State of Connecticut � Hartfortl Undervv�lte�'s I�urence Company,a corporatlon duly organized under the laws of the State of Connectiwt ��Twin Ciry Fire Insurance Company,a corporation duly orgavized under[he laws of the State of[ndiana � Harlford Insurance Comparry of IIIlnols,a coryoration duly organ;zed imder the laws of t6eStau of Illinois �. HarUord I�urance Company of the.Midwest,a corporation dWy organized under the�laws ofthe Stare of Indiana � HartFOrd Insurance Company of the Southeast,a corporacion duly organ;ud under the laws of theS[a[e of Florida having their home office in HartFOrd,.Connecticut, (hereinafter collecdvely referced to as the"Companies")do hereby make, constitute and appoint, up to the amouiK of.unlimifed: Karen Swanson, Enc A..Lmmerman,James 8. Binder, Peter J. Comfort,Anne E. SMeby, Lisa Kerstetter, Kris6ne Lawrence, Kellie Hogan, Jennifer L. Snyder, Barbara A. Johnson, Julie R. Truitt, Peggy A. Firth, Chnstopher Kinyon,Jamie Diemer of Tacoma, WA their true and lawful Attomey(s}in-Fact, each.in their separate capacity 'rf�more ttian one is named above, to sign its name as surery(ies) only as delineated above by �, and to�execute, seal and adcnowladge any and all�bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaraMeeing the fidelity of persons, guaranteeing the perfortnance of coMreds and executing�or guaranteeing bonds and undertakings required or permitted in eny�aGions or proceedings allowed by law. In WFtness Whereof, and as authorized by a Resolutian of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Assistant�ce President and its corporate seals to be hereto affixed,duty attested by its�AssistanY Secretary. Further, pursuant to Resolution-of the Board of Directors of the Companies,�the Companies hereby unambiguously affircn that they are and will be bound by any mechanically applied signatures applied to thisPower of Attomey. ��'�ur^` . �4 r^� . e ::..�..�..;J,G ►aar O"bc �j,r-°w.`- s r.r ;, I��z � • a 2i �R .3 • ���. ��`a,...aaJ. i..riM .�ry`tY79 ^ y1r� j� i r971 �.:_;••y �� �i �:._ • ...�•>�l �q'kNOf WwH �.,,��. �� �,�- Wesley W.Cowling,Assistant Seuetary M.Ross Fisher,Assisfant Vice President STATE OF CONNECTICUT � sS Hartford COLIHiY OF HARTFORD On this 12'" day of�July, 2012, before me personally came M. Ross�Fisher, to me known, who being by me duly sworn, did depose and szy: that he reside§ in the County of HartforC, State of ConnecticuY, ttiaf he is the.Assistant Vice President of the Companies, the coryorations describad'�in and which executed.the above instrument; that he knows the seals of the said corporations; that the seals afPoced to the said ��instrument are suoh�corporete seals; that they were so affixed by authority of the Boards of Diredors of said wrporations and that he signed his name thereto by like authority. � �.,cA.2�v..T ht,�d � �wi«�r.r.�r�a No�ary Pobiic CH1TQiCAh My Cammi.cvion E�cp'ves JuIY 31:2016 I,the undersigned,Assistant Vice President of the Companies,.DO HEREBY CER7IFY that the above and foregoing is a true and carrect copy of the Power of Atromey executed by said Companies,which is stilf in full force efiective as of S ��1�.� 1� t�1 � Signed antl sealed at the City of Hartford. � � �v ` ��a��M1, . `.e� "'"'aa .�� =��W�nw4:� �O�S ��C ��4L $ ... . i��z . . . �-'�.� a i. ,�� .�`anrmH�.'' h�ItlM `'.tY79 � gr7TO a �L IOT1 ��,^.. l�i� • r:�„� ti A` �won a..n ��Q'�_. _ L �� � _'__.. �__ � Gary W.Stumper,AssistaM Vice Prasident Best's Credit Rating Center-Company Information for Hartford Casualty Insurance Company Page 1 of 2 . � Hartford Casualty Insurance Company �'"""""°�°° � AM.BWIkW773Y NWClk3M1{ FEINkOW1V�lY! AAtl�ess:.One HeNUtl Ptaze Auipned to �� HaMOM,CT 08155-0001 wmpanles a�r Unttetl Stelee � Mffi heve.In�' ' A� .'� Webi� ���� oW opinbn, p��s.e80,yq� en m¢ellent ehlltty N meet Melr Pax:�.866723-4788 ongolnp Naurence oClipallons. Baeetl on A:M.604Y8 anetyela,058707-HertfaM Flnencial Sarvicee Gmun Inc b M6 AMB UltlmBte Parerrt enE ItlentHlee the 'iCpmeet erlUly ef iNe�wryWete etrucWro.Vlew e Ilat W ooeraHna Ineurance eMXlea In Nb etruUUro. � eeara croan tunn a Vlew aA olt�e eumoanlen esslynetl ihb wlhlg ee e part W an AMB Retlna L1nIL BMS CiWlt Ratln Antl � Flne�lel Sbe Retln Olfleo:A.M.Beet ComOeny,OlEwkk NJ � �RaUng: A(ECCellenQ � Senlo}Flna�rcial Analyst:GoNOn McLeen . 'AffllleLon Cotlo: p(POObd) - pssleunt Vice ProalEent:JenNfer Mere�all,CPCU, .Plnan[lal Slza CateBOry: XV(E2 Billlon or preeter) ARM � . �Outlook: Stahle � Aetlon:. Allimietl � ERective Date: Maah O7,2013 Initlal RaLnp Cate: June 30.7930 - u OmMeayppp�$�9p�p$�p Lan Serm Iwwr Cmtlk Ratln Ldnp-Term: B+ ' OWook: Smble Aetlon: Ammmd E}fective Dele: Me�ch Ot,2013 MPoaI RWnB�:' July 74.2005 Re rts and Nawa Vlsit BesCe Newe enE Melyals atte fo�Ne lateat newa end aiess releeeea forthb company entl Ib A.M:Ben Group. (�,_� AIAB Cretllt Reoort-Ineunnee Profeeebnel -inclutlee BeaCa Financiel Strenplh Retlip entl�ratianale elonp wIM campre�ensNe analylicel cammeMery, Y� tlelepeE bualneae overvbw eM key ManUel tlem. Repml Revlsiw�Oete:7/tY12013(repreaems Me lateat slpniticeM diange). HIStOlkel RBp01le efB OveIWb10 III AM9 CreEH Reoort-Insurenee Proteaelonel Archlve. �� . . .BesYa Exoeutive 3ummary Raporte(Flnanclal Overview)-evalla6le In threa venlona,Nese presentation atyla rcparts}eatuie belanrs eheet,Incoma " stetement,kay flnanUal pertoimence testa InUUtling prMltablltty;Ilqul0lty anE reeerve anetyels. Data Statue:2013 BesCS Slatemarrt Flb-PlC,US CoMalna tlate complk0 as o!9/10/20/3�ueltty(]wsqisdce0. • Slnale Cemonnv-11ve yearo otMenelel dafe apecificelty an Mfe company. • CemoaAeon -eltle-Ey-altle finenciel anetysB o}Mis wmpany with a peer 9�+P of up to tive other comD��ea you ealect. • Comeoelte � �-evelueta lhle company's flnanclels epalnat e peer group wmpostte.Reporl dlaplays both the evere8e antl tolel compoatte of your aalectetl peer group.� '��BewTn Kev Ratlno Oultle Pnaenhrtion Reoart-NUudes BesPe Flnencial Strenylh Ratlnp end Manrlel date as provlded in fha moat ryrrent adNlon of. e. �.6esCa,KeyRatlnpGuNeproduW.(OuaubCrmaGMake�. FlnanelelantlAnal ulProduetn BesCS Inaurance Reoorls•OnIMe-PlC.11S 8 CanaEa 6eafe Kev Ratlno GuMe-P/C.US 8 CaneEa 9esYe StaMmeM Flie-P/C L1S BeeCe Exea�tlue Summarv Reodt-COmoarlean-ProoertvlCaeuellv 6e�Pa SletemeM Flle-Oiobel 9es1'e State Line-P!C_t1S @eaYe Reculetorv Ceriler Meiket Shara Recorta ' Besl'e Corocrate C�enaes antl Retiromente-PlC.US/CN � Beefe Ineu'enee Exoenee Exhlbk(IEEI-P/C.11S . 'BeeYe Sdfetlub P(Leee ReeeNeal-P/C:115 . 6esYa Reauleron CeMer. HesYS SUeEUie D fCamorete Bontlal•US Be9l's Sdredule D(COmmon Stocksl-US 6aeCe SMeEUk D(MUnitloel BonAe)-US http://www3.ambest.wm/ratings/enfities/SearchResults.aspx7AltSrc=9 9/18/2013 Best's Ciedit Rating Center-Company Information for Hartford Casualty Insurance Company Page 2 of 2 , . , � i BeeCS SeheEUle F lRelneuran�)-P/C.113 � Hn�E Schedule D-Hv�rM-P/C 8 L/H_119' � BeaPa Schedule BA fON�er Lono Term Inveefinenlal'-7/C&IJN-L15 Eumw�uMen o�m�mures � � A.M.Besl Comperry entl Ns euEeMieries sre not repbtero0 aa Entemal Cretlh Aswsemant InniNtions(ECAq in Iha Eumpeen Union(EU).Cretlll raWps ueuetl Ey AM.Besl Compeny aM Ge aWeWlarlea ian nU Oe uee0}a mpulalory puRwsae h Ns EU es pm Dlredlva 2008l4&EG -- ��� � Australisn Dladowrae AM.Beat Cretltt Rathps nre stalemants of opinlan enU not etelamants W faG.They ara not rewmmmtletians ro Euy,Iw1E or eell mry eecWtim w any oUwr larm ot Merciel produd,irrcWtlinp Inwrerce politlo anE are ml e rammmmEetlon lo be upE to make InveaMeMlpurchealn0 tleGalom.AM.Bo¢I Asla-PaeMM LW b repiateretl ea a C�k Retlnp Apancy In Ausirelis enG Ia109 8 FWxiol SarWcm Lkaxe mnnbrd�1055 untla Me Caipowtbns Act d 2001. . . AM.Best Asie-0ecifro Ltd datlil mtinpa aM mry oUror rNaled reammh ara rot MlmEad tor end mual rot bs QaV@uled M mry ponon in AuWalla oNer Ihan e wlplqele UIeN,as tlefnotl In Ihe Capo�atbris Acl W 2007,Chapter 7.Tlie AM.Besl webSHes ara nat Iirtentle0 fM usa by Ausvalimi usen who are not tlaMeE as wlwbeab wxa. Impeetant Notice:BaaCS RN�rye rellea aur intlapendaril opqtlan,bnead on a wmprehmelve quantkelhro entl qualitethre aveluetlon of u wmpenye Ealence eheot elrenpin,apwallnB Pe��eMa end buslmss qafib.Thma rellnps ero rreltha�e werteMy of e comparya Menclel etron0��r Ib eblliy to meat Ib Mnnclel aEIlBmlone,Inclu0lnp ihosa lo policyholtlera.Vlaw our en�lie no�ke frn �completetletells. � � � - CueWemr Seniee�Produd Supporl�Mem6m Canbr�CoMa21MO I Caraan . AEOUt AM.Bavt�Slte Mep I PrNeq Paliry�Sea+rfly�Terma o!Use I Lapal 8 Lkeminp . Copyriphl02U73 AM.Basl Canparry,Ine ALL RIGHTS HESERVED:� AM.BoH WukFwala HeaOquaRere,nmbest Roeq 01tlwkN,New Jeney;08858,U.S.A http://vwvw3.ambest.com/ratinAS/entities/SeazchResults.aspx?A1tSrc=9 9/18/2013� . Page 1 of 2 {t Search :> HARTFORD CASUALTY INSURANCE 60MPANY HARTFORD CASUALTY INSURANCE COMPANY Generel.l Contact I �Licensing � .Aepointments I Comelalnts I Orders�l Natlona�Info � Ratln.gs � 8ack to Seareh�. . General information Contact information Name: HARTFORD CASUALTY INSURANCE COMPANY ReglStel'2d Bddl'C55 CO�p01'atC faltllly grOUp: HARTFORD_FIRE_&CAS, 501 Pennsylvania Mailing address GRP wnee�sm�:r Parkway Ste 400 One Hartford Plaza _..__ ....._._..�.__._._. Organization type: PROPERTY INDIANAPOLIS, IN 46280 HARTFORD, CT 06155 -0014 WAOIC: s�s Telephone NAICe 29a2a Telephone 860-sa7-5oo0 860-547-5000 St2tu5: ACTIVE. Admitted date: 03/07/1930 Ownership type: sroCK ^eacg iaroeop Types of coverage authorized to sell Whatls,th157 Insurance types . CasualEy Marine Property Surety Vehicle - T Uack,Wtop Agents and agencies that represent this company (Appointments) W�at�=��=, Vlew agents Vfew�agencies T back,m cop Company complaint history w�a�,s�h,=, Vlew complaints T Cack,m top . DiSciplinary orders 2008-2013 Wh��=.��s, Year OrderNumber 2013 13-0221 http://www.insurance.wa.gov/consumertoollddCompany/CompanyProfile.aspx?WAOIC=578 9/18/2013 Page 2 of2.. Looking for other orders?Our online_.orders_search aliows you to search a ten year history of all orders, including • enforcement,orders, administrative orclers, and general orders. ' T Eack Co top - National information on insurance companies Want more Information about this company?The_NAIC's.Consumer I.nformation,_�CIS�pa;ge, allows you to retrieve national financial and complaint information on"insurance companies, plus has informatlon and tfps to help you . _ underetand current insurence issues. Rbackto,fpp ' - . � , ' � � Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M..Best Weiss Grou Ratin s Standard and Poor's Cor Mood 's Indestors Seni(ce Fitch IBCA Duff and Phel s Ratin s 4 back[o Cop ' fittp://www.insurance.wagov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=578 9/18/2013 * . ��F �- * Escrow Agreement For * WASHINGTON Retainage Declined Jennings Northwest, LLC, 1105 140th Ave Court East, Sumner, WA 98390 (CONTRACTOR)acknowledges that they have been offered the option of setting up an escrow agreement for`their retainage on Contract No. 13-10, Project Na CP1207: The CONTRACTOR declines to set up an escrow agreement and understands that the City will hold the 5% retainage with no interest until the project is complete, accepted by the City, and all releases and liens have been satisfied. � Autho 'zeii ' ature k1iNDY Durz2 Print orType Name ��1cT MA►�A�ER Tifle 9� � 8 /Zo►3 Date File: 13.11 (CP1207) A[j$ijRN�k MORE THAN YOU IMAGINED CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. I Contract No., Project No. and Project Title: Contract No. 13 -10, Project No. CP1207 D' Street Utility Improvements Item Sch. Sec. No. Item Description Quantity ( + /-) Units Unit Price ($) Total Price ( + /-) 36 B 2 -03 Unsuitable Foundation Excavation 571 CY 39.00 $ 22,269.00 49 B 7 -08 Quarry Spalls 710 TON 19.00 $ 13,490.00 81 D 2-03 Unsuitable Foundation Excavation 197 CY 40.00 $ 7,880.00 104 D 7 -08 Quarry Spalls 1249 32.00 $ 39,968.00 CO#1 -1 B —&D 2 -12 Foundation Fabric Wrap 1546 21.94 $ 33,919.24 CO#1 -2 B 6 -02 Concrete Sled 629 89.20 $ 56,10680 7 -17 12 -inch Protecto 401 Ductile Iron Sewer Pipe 663 LLF 96.45 $ 63,946.35 7 -17 Solid Wall Polyvinyl Chloride (PVC) Sewer Pipe, SDR -35, 12 -inch Diam. -663 40.00 $ (26,520.00) Subtotal Washington State Sales Tax (9.5%) on applicable iternsi TOTAL $ 211,05939 $ 20,050,64 $ 231,110.03 This change order constitutes full and complete compensation for all labor indirect costs. and time adjusunent to perfume the above described change Contractor: Inspector: Project Manager: City Engineer: Approved by: H: \Forms \FCO25.xls materials, overhead, profit, any and all costs are non- compensible. ojAuburn 14 y Base Amount ? ; Total Incl. Tax._'. is To aliCost this C/O-' $ ' 211,059.39- 1— 231,110=03x. 2. Total Cost Previous C/O $ $ 3. IOri`inal Contract Amount'; $ 1;206,915'!35; $-1.321,57Z31 Revised Contract Amount,,,, ` $- 1,417,974;74; .$ 1,552,682.34,1 This change order constitutes full and complete compensation for all labor indirect costs. and time adjusunent to perfume the above described change Contractor: Inspector: Project Manager: City Engineer: Approved by: H: \Forms \FCO25.xls materials, overhead, profit, any and all costs are non- compensible. ojAuburn 14 y CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 1 Contract No., Project No. and Project Title: Contractor Name and Address: Contract No. 13 -10, Project No. CP1207 D' Street Utility Improvements Jennings Northwest LLC 1105 140th Ave Ct E Sumner, WA 98390 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work, materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1. Added quantity to Bid Item 36 and 81, "Unsuitable Foundation Excavation ". Additional quantity of over excavation required due to unstable soils. 5 days are added to the contract for this work. 2. Added quantity to Bid Item 49 and 104, "Quarry Spalls ". Added quantity as backfll material for the additonal over excavation areas. 5 days are added to the contract for this work. 3. New Bid Item CO#1 -1, "Foundation Fabric Wrap ". The Contractor shall install Foundation Frabric Wrap for soil stabilization around the quarry spalls /foundation material due to liquefiable soils. Work shall conform to Section 2 -12 (Construction Geosynthetic) of the WSDOT Standard Specifications. 7 days are added to the contract for this work. 4. New Bid Item CO #1 -2, "Concrete Sled ". The Contractor shall install Concrete Sleds for soil stablization to aide in avoiding pipe movement and settlement due to liquefiable soils. Work shall conform to Section 6 -02 (Concrete Structures) of the WSDOT Standard Specifications. 4 days are added to the contract for this work. 5. New Bid Item CO#1 -3, "12 -inch Protecto 401 Ductile Iron Sewer Pipe ". The Contractor shall install 12 -inch Protecto 401 Ductile Iron Sewer Pipe in lieu of Solid Wall Polyvinyl Chloride Sewer Pipe, SDR -35 to use with the Concrete Sleds (CO #1 -2) to aide in avoiding pipe settlement and movement due to liquefiable soil. Work shall conform to the applicable sections of Section 7 -17 (Sanitary Sewers) of the contract documents. 6. Quantity reduction to Bid Item 52, "Solid Wall Polyvinyl Chloride (PVC) Sewer Pipe, SDR -35, 12- inch Diam." Change was initiated for switching to using 12 -inch Protecto 401 Ductile Iron Sewer Pipe. The Contract time is extended by 21 days. H: \Forms \FCO25.x1s CITY OF AUBURN CONTRACT CHANCE ORDER AGREEMENT NO. 2 Contract No., Project No. and Project Title: Contract No. 13 -10, Project No, CP1207 Contractor Name and Address: Jennings Northwest LLC 1 105 140th Ave Ct E Sumner, WA 98390 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work, materials and measurements for the type of constnm(ion involved shall be in accordance with the contract documents of the above named project unless staled otherwise in this change order. Summary of Proposed Changes: Working days added for the following reasons: a) extensive potholing effort to find the existing sewer stub on S. 277th Street. b) installing an additional sewer manhole to avoid impacting the existing ditch along D St. NE. c) removing and installing a temporary culvert to replace a portion of an existing broken storm culvert. This is a time extension only; compensation for the work will be tracked under the appropriate bid items. The Contract time is extended by 11 days. Z) q1i Item Sch. See. No. Item Description Quantity Units Unit Price Total Price N/A 3. Original Contract Amount $ 1,206,915.35 $ 1;32l 572 3 V 4. Revised Contract Amount S 1,417,974.74 $1,552,682.34 Subtotal Washington State Sales Tax (9.0 %) on applicable items TOTAL $ $ - $ This change order constitutes full and complete compensation for all indirect costs, and time adjustment to perform the above described of Contractor: Inspector: Project Manager: City Engineer: Approved by: H:1Form slChangeOrder.xls materials. overhead, profit, any and all >osts are non- compensible. 00/W n w1 `1 Date Base Amount I Totals ineLTax 1. Total Cost this CIO $ - $ - 2. Total Cost Previous C/O $ 211,059.39 $ 231,110.03 3. Original Contract Amount $ 1,206,915.35 $ 1;32l 572 3 V 4. Revised Contract Amount S 1,417,974.74 $1,552,682.34 This change order constitutes full and complete compensation for all indirect costs, and time adjustment to perform the above described of Contractor: Inspector: Project Manager: City Engineer: Approved by: H:1Form slChangeOrder.xls materials. overhead, profit, any and all >osts are non- compensible. 00/W n w1 `1 Date CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 3 Contract No., Project No. and Project Title: Contractor Name and Address: Contract No. 13 -10, Project No. CP1207 D' Street Utility Improvements Jennings Northwest LLC 1105 140th Ave Ct E WA 98390 The Contractor is hereby directed to make the changes to the Contract as described herein. Tltis 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 with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1, Working days added for the following reasons: a) remove and dispose of 14 existing storm connections into the City's existing stone line and install a new french drain connection system. b) pavement removal and replacement of existing east half of D St. NE between 49th St. NE and S. 277th St. This is a time extension only; compensation for the work will be tracked under the appropriate bid items. The Contract time is extended by days. Subtotal $ Washington State Sales Tax (9.5' %u) on applicable items $ TOTAL $ Base Amount-, Total inel. Tax' 1. Total Cost this C/O $_ $ 2. _'Total Cost Previous C/O $ 211,059.39 Sales Item Sch. Sec No. Item Description Quantity Units Unit Price Total Price Tax ( + / -) ($) (+ /-) MIND I Contract Time Extension Only I I I $ Subtotal $ Washington State Sales Tax (9.5' %u) on applicable items $ TOTAL $ This change order constitutes till 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. Contractor Inspector Project Manager City Engineer Approved bi H:\Forms\ChangeOrder.x1s IK—_ Base Amount-, Total inel. Tax' 1. Total Cost this C/O $_ $ 2. _'Total Cost Previous C/O $ 211,059.39 $ 231,110.03`' 3. OriginalContractAmounf 1,206,915.35 $ 1,321,572.31; 4. Revised Contract Amount,,, _ _ __ $ 1,417,974.74 - $1,552,682.34 This change order constitutes till 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. Contractor Inspector Project Manager City Engineer Approved bi H:\Forms\ChangeOrder.x1s IK—_