Loading...
HomeMy WebLinkAboutCP1320 14-11 SCI Infrastructure LLCC AUBURN Nancy Backus, Mayor WASH II NGGTTON 25 West Main Street *;Auburn WA 98001 -4998 * www.auburnwa.gov * 253- 931 -3000 February 12, 2015 CERTIFIED MAIL RETURN RECEIPT REQUESTED SCI Infrastructure, LLC 2825 South 154th Street Seattle, WA 98188 NOTICE TO PROCEED RE: Project #CP1320, M & O Storm Drainage Improvements Project, Contract #14 -11 You are hereby notified to proceed as of February 13, 2015 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 154 working days for completion. If you have any questions, please contact the City Inspector for the project, Seth Loop at 253 - 804 -5082 or the Contract Administration Specialist JoAnne Andersen at 253 - 931 -3012. Sincerely, Jrid .E. Asst. Director of Engineering Services & City Engineer Community Development & Public Works Department /cw /mt Enclosure cc: Dani Daskam, City Clerk Seth Wickstrom, Project Engineer Seth Loop, Project Inspector File 13.11 (CP1320) OO AUBURN* MOKE THAN YOU IMAGINED CONTRACT Contract No. 14 -11 THIS AGREEMENT AND CONTRACT, made and entered into, in triplicate, at Auburn, Washington, this r`day of ta4a , 2015, by and between the CITY OF AUBURN, WASHINGTON, a municipal core ration, and SCI INFRASTRUCTURE, LLC, 2825 154`h Street, Seattle, WA 98188, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled °CP1320, M &O STORM DRAINAGE IMPROVEMENT PROJECT," which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project CP1320, M &O STORM DRAINAGE IMPROVEMENT PROJECT — the construction of stormwater facilities and associated conveyance piping, site paving, a new street waste decant building, and minor modifications to the existing decant building at the M &O site for a unit, or lump sum, bid price of one million five hundred seventy -eight thousand eight hundred twenty -three dollars ($1,578,823.00) and Washington State Sales Tax of one hundred forty -nine thousand nine hundred eighty -eight dollars and nineteen cents ($149,988.19) for a total contract value of one million seven hundred twenty -eight thousand eight hundred eleven dollars and nineteen cents ($1,728,811.19) 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 154 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. 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 cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terns 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. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the fidl 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. V. Third -Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby, named as an express third -party beneficiary of this contract, with full rights as such. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. Countersigned: this 11�-day (�7,�bgqkiej 2015 ATTEST: y._D_aaielle E. Daskam, I Clerk APPR VIED AS FORM: Danie )t.I JD, 't Attorney CITY OF AUBURN, WASHINGTON By NJ Badlots, Mayor SCI INFRASTRUCTURE, LLC By Authorized Official Sig ature CONTRACTBOND CONTRACT NO. 14 -11 BOND NO. 2193761 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, SCI Infrastructure. LLC, 2825 South 154Th Street, Seattle, WA 98188 as principal, and North American Specialty Insurance Company a corporation, organized and existing under the laws of the State of New Hampshire as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Auburn, Washington, in the penal sum of one million seven hundred twenty -eight thousand eight hundred eleven dollars and nineteen cents ($1,728,811.19), for the payment of which sum we jointly and severally bind ourselves and our successors, heirs, administrators or personal representatives as the case may be. This obligation is entered into in pursuance of the Statutes of the State of Washington and the Ordinances of the City of Auburn, Washington. r Dated at Auburn, Washington, this __Iwday of _ YJ" l2UCt 2015. Nevertheless, the conditions of the above obligation are such that: WHEREAS, the City of Auburn on the 20th day of January, 2015, let to the above bounden principal a certain Contract. The said Contract being numbered 14-11, and providing for the construction of Project CP1320, M &O STORM DRAINAGE IMPROVEMENT PROJECT - construction of stor iwater facilities and associated conveyance piping, site paving, it new street waste decant building, and minor modifications to the existing decant building at the M &O site (which Contract is referred to herein and is made a pmt hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, if the above bounden principal shall faithfully and truly observed and comply with the terns, conditions, and provisions of said Contract in all respects and shall well and truly and filly do and perform all matters and things by them undertaken to be performed under said Contract, upon the terns proposed therein, and any and all duly authorized modifications of said Contract that may hereafter by made; and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the carrying on of said work and shall hold said City of Auburn, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall in all respects faithfully perform said Contract according to law, and shall indemnify and hold the City of Auburn, Washington, harmless from any damage or expense by reason of failure of performance, as specified in said Contract, and The undersigned principal and the undersigned surety present this contract bond related to the Contract, PROVIDED that this document shall not be enforceable unless and until the City of Auburn awards and executes the Contract to the undersigned principal. No obligations under this bond, for the performance of the above- referenced contract, shall be enforceable until the City of Auburn has executed the contract to the undersigned principal. The Surety, hereby agrees that modifications and changes may be made in the tenors and provisions of the aforesaid Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surely on this Contract Bond in a like amount, such increase; however, not to exceed twenty — five percent (25 %) of the original amount of this bond without the consent of the Surety. PROVIDED, however, that after the acceptance of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this bond, shall be reduced to either ten percent (10 %) of the value of the improvements to the City or two thousand dollars ($2,000), whichever is greater, to warranty against defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after acceptance. Not withstanding the reduction of this bond, the principal and surety shall hold the City of Auburn harmless from all defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after 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 tinder the conditions of this bond, that the decisions of the Courts of the State of Washington shall be binding. IN WITNESS WHEREOF, the above- bounden parties have executed this instrument this 28th day of January. , 2015. BT_ � B SCI Infrastructure, LLC, Principal North American Specialty Insurance Company Surety By -r €,�_ _Ka n J. Smith Attorney in Fact ' Hentschell & Associates, Inc. 621 Pacific Ave. #400 Tacoma, WA 98402 (253) 272 -1151 Resident Agent's Address S Plione Number NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the Slate ol'New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the Imes of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: THOMAS P. HE-NTSCHELL, BRADLEY A. ROBERTS, JULIE A. CRAKER, KAREN A. INGRAM, KAREN J. SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, fin and on its behalf and as its act and decd, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law. regulation, contract or otherwise, provided that nn 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 Presidents, any' Managing Director, any Senior Vice ['resident, any Vice President, any Assistant Vice President. the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: and it is FURTIIER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate hearing such facsimile signatures or facsimile seal shall be binding upon the Company when so aflixed and in the future with regard to any bond, undertaking or contract Of surety to which it is attached." a�JQP61Atlrry -irk 1, �p(ION 6sIPONC, 33 p..Ye By r�4.: Wo0. Og9tJ'G ; SEAL .nE secear.Ander..nn.Seniu.vl.e Predaem of Washington International Company r' SEAL mc?pz 1Wi, 1973 QW!n` & Senior Vice Praldenl of 6unh American Spmlaay InsuranceCompany of pro„ �y �� fir. O d.....¢... 13y *� ue.ID af. Ls ho n, vice Presidrnr orwasnineron rmmouiin,ui u,mnnce company &Vice tme dent ofxmdh American Speeiaay insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto aflixed, and these presents to be signed by their authorized officers 1his20th dayof June 2012 North American Specialty Insurance Company Washington International Insurance Company Slate of Illinois County of Cook ss: On this 20th day of June , 2012 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice ['resident of North American Specialty Insurance Company and David M. Layman . Vice President of Washington International Insurance Company and Vice President ol'North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and decd of their respective companies. "OFFICW. SEAL" DONNA D. SKLENS Notary Public, State of Illinois Donna D. Skiers, Notary Public My Commission Expires IO/WW l5 1, Jeffrev Goldberg ,the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company. which is still in )full force and effect. IN WI "I'NFSS WHEREOF, I have set my hand and aflixed the seals of the Companies the l'fa� of jam/ 20(j V :¢hington In ¢Gmoaldtiboenragi . lVnsim m aPce Coil p&mry As&sin Noah t Ameriicmon f Spttialry insuroncc Company Page I of 2 A Search > NORTH AMERICAN SPECIALTY INSURANCE COMPANY NORTH AMERICAN SPECIALTY INSURANCE COMPANY General I Contact I Licensing I Appointments I Complaints I Orders I Nanonal info I Ratings I Tax, Filings ��- -� -� -- Back to Search " �-_____ General information Contact information Name: NORTH AMERICAN SPECIALTY INSURANCE Registered address Mailing address COMPANY 650 ELM ST 650 ELM ST Corporate family group: SWISS RE,GRP Whxes MANCHESTER, NH 03101- MANCHESTER, NH 03101 - Nit? _ 2524 2524 Organization type: PROPERTY WAOIC: 965 NAIC: 29874 Status: ACTIVE Admitted date: 03/08/1985 Ownership type: STOCK ^. back to top Telephone Telephone 603 - 644 -6600 603 - 644 -6600 Types of coverage authorized to sell wba,, qt Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle ? back to top. Agents and agencies that represent this company (Appointments) WhatsthiP View agents View agencies ^ back-to top Company complaint history W_hat.s_tms?. View complaints ° back to.top Disciplinary orders 2008 -2015 what is_thii' 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 Molnes at 360 - 725 -7047 or http: / /www. insurance .wa.a,ovlconsumertoolkit /CompanyIConipanyProfile.aspx? W AOIC =... 1/30/2015 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. ? back to toe Premium tax filings by tax year what g.th,' 2013 2012 2011 2010 °: back to we National information on insurance companies Want more information about this company? The NAIC 5 Consumer Informatlon,(CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ^ Eack to cop 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 Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings back to, top http: / /www.insurance.wa. gov /consumer-toolki t /Company /Companyllrol i le.aspx? WAOIC =... 1 /30/2015 A.M. Best's Consumer Insurance Information Center Page 1 of 1 A.M. Best's tril V 'Mplinp-0 U aW 94 Member Center Need Coverage? How Does Your Insurer Rate? State Insurance Information Find Insurers by state or coverage type M1 1 a0bq n Stale Consumer Ho IM-1 Terms a Know I Wily a Bests Rating is Important I Cur l US Life & Retirement O Health 8 Disability Q Car & Home O Other Life Events North American Specialty Insurance Co 8 Print this pope A meneer M qe W I 14. .11. 1Y 018E6 19% N4CI FJ9), GEINf 02d3I1919 Address: 650 Elm Street Phi 6036446600 Manchester, NH 031 01 -25 24 Fax 603$446613 UNITED STATES web www swissie com Best's Ratings view Definition Need More information? Financial Strength Rating'. Ar P r�r chase an Insurer recall complete with Outlook: Stable rating history, market share and a list of Effective Date. November 06, 2016 (Affirmed) competitive insurers for S 995. Financial Size Category: XV (ET Billion or greater) View Sample Rem Licensing: The company is licensed in the District of Columbia, Puedo Rico and all states. Top Lines) of Businasa Ilwxa coon D..a F.en:�� wm..l 1. SUMIYOriewoennnenl 2. Other Liability (Occurrence) Mew Dengin e 1 3. Inland Marine Miew oeana n 1 4. Other Liability (Claims -made) rxe peem.,o ) 5. Aircraft Mew Derinemnt Top States) of Business Iwiea., Dvint P,.-- cone..) 1. Connecticut 2. Texas 3. New York 4. California 5. Florida Visit our NawsRoom for the latest News and Press Releases four this company and its A M. Best Group. Terms of Use All information provided on the A.M. Best website, including but not limited to text, data, ratings, reports, images, photos, graphics, and charts is owned by or licensed to A.M. Best Company and is protected by United States copyright laws and international treaty provisions. A.M. Best and Its licensors retain all copyright and other proprietary rights to the website content. Best's Credit Ratings, obtained through any source, may not be reproduced, distributed to Thad Parties, or stored in a database or retrieval system in any fora for commercial purposes without the prior wmten permission of the A.M. Best Company. All unauthorized use of Best's Credit Ratings or other published information is strictly prohibited. By bgging into Best's Member Center or accessing this site, you accept and agree to be bound by our complete Terms of Ilse. Customer Service I Product Suede I Member Center I Contact Info I Careers About A M 2.911 Sit, Man I Privacy Polio I iSeSO_(ri Y I Telnls of Ilse I Legal 8 Licensing Copyright O 2015 A M. Best Company, Inc. ALL RIGHTS RESERVED. A.M. Best Vve ldwide Headquarters, Arriel Rome OldMCk, New Jersey, (mass, USA. http: / /www3.ambest.com/ Consumers /Company Profile.aspa ?B L= 36 &ambnt1111= 001866 &P... 1/330/2015 Page I of 2 }t Search > WASHINGTON INTERNATIONAL INS COMPANY WASHINGTON INTERNATIONAL INS COMPANY General I Contact I Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings Back [o Search General information Contact information Name: WASHINGTON INTERNATIONAL INS COMPANY Registered address Mailing address Corporate family group: SWISS RE GRP Wh.&istms> 650 Elm St 475 N Martingale Rd Organization type: PROPERTY Manchester, NH 03101 Schaumburg, IL 60173 WAOIC: 1422 NAIC: 32778 Status: ACTIVE Admitted date: 1013011980 Ownership type: STOCK back to top Telephone Telephone 603 - 644 -6600 603 - 644 -6600 Types of coverage authorized to sell ,3t1;t.o1 Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle ? back to top Agents and agencies that represent this company (Appointments) ,vbatsthtl> View agents View agencies bacv to top Company complaint history ,,,,. t,,> View complaints °. back totop Disciplinary orders 2008 -2015 whats1h,=, No disUplinary 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 Molnes at 360 -725 -7047 or 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. back to.lop http: / /www. insurance .wa.gov /coiisunicrtoolki t /Company /CompaiiyPro1 i le.aspx? WAOIC =... 1/30/2015 Paae 2 of 2 Premium tax filings by tax year wh.tstns? 2013 2012 2011 2010 back tom National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS)_page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ^: back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best _ Weiss Group Ratings Standard and Poor's Corp Mood 's Investors Service Fitch IBCA, Duff and Phelps Ratings back to top http: /hNww. insurance. wa.,,o�'/ consumertoolkit ICompanyIConipanyProi i le.aspx? W AOIC =... 1/30/2015 A.M. Best's Consumer Insurance Information Center Page 1 of 1 AN. QA=W QBest's �j (� {/��Q�,,`ry —�+{/ C- 1$l con I 9L `S`C9'.'ty go Member Center L�qq I_B I Sign U Need Coverage? How DOGS Your Insuaarsseg�srrr State Insurance Information ���R��ate? Find insure.. bystate or coverage type. Emera Cgm(any name l seleaasmfe Consumer Home Terms to Know I why a Bests Rating is Important I Contact Us Q Lite & Rotifement O Health Disability Q Car& Home O Other Life Events Washington International Insurance Co 8 print this edge P game.. .1 5— a. Let AM sari. press w....". rem. ao-xesoerz Address: 475 North Martingale Road Prone: 6036446600 Schaumburg, IL 60173 Fax 603 - 6446613 UNITED STATES Web'. Best's Ratings View Definition Need More information? Financial Strength Rating: A. P_ itched an insurer report, complete with Outlook'. Stable rating history, market share and a list of Effective Date: November 06, 2014 (Affirmed I competitive insurers for 8 9 95. View Sample Report Financial Size Category: %V (92 Billion ar greater) Licensing: The company is licensed in the District of Columbia, Puerto Rico and all states. Top Line(s) of Business ta...e,aa, o..a w.m.m<una.p 1. Surety p/ oesmio ) Top States) of Business el seen ouw cremum. vmvml L Texas 2. Illinois 3. California 4 New York 5. Florida Visit our NewsRoom for the latest News and Press Releases for this company antl Its A.M. Best Group. Terms of Use All information provided on the A M. Best website, including but not limited to text data, ratings, reports, images, photos, graphics, and charts is owned by or licensed to A . Best Company and is protected by United States copyright laws and international treaty provisions. A . Best and Its licensors retain all copyright and other proprietary rights to thowebate content. Best's Credit Ratings, obtained through any source, may not be reproduced, distributed to Third Parties, w stated in a database or rea l system in any farm far commercial purposes without the prior written permission of the A.M. Best Company. All unauthorized use of Bost s Credit Ratings or other published information is strictly prohibited. By logging into Best's Member Center or accessing this site, you accept and agree to be bound by our complete Terms of Use. Customer Service I Product Supso I Member Carter I Contact Into I Careers About A M. Best I Ste Map I Pnvacv Policy I Secun I Terms of Use I Legal & Licensing Copyright 0 2015 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A . Best worldwide Headquarters, Ambest Road, Oldwick. New Jersey, Lease, U.S.A. http: / /www3.ambest. cog/ Consutners /CompanyProfile.aspx ?B1. 36 &ambnLlin= 002695 &P... 1/30/2015 r Escrow No. qR I qD g Agency City of Auburn 25 W. Main, Auburn WA 98001 -4998 Contract No. 14 -11 ESCROW AGREEMENT TO: PANEL -(-NACKi 1IL (Bank Name , Address, Phone) DPOS BANK tyni 4 y AVE SFATf LE, WA_ 9 S M I '-t2S -`I 1.- (I(Z The Undersigned, SCI Infrastructure, LLC, 2825 South 154`h Street, Seattle, WA 98188, herein referred to as the Contractor, has directed the City of Auburn, hereinafter referred to as the Agency, to deliver to you its warrants which shall be payable to you and the Contractor jointly. Such warrants are to be held and disposed of by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth. INSTRUCTIONS 1. Warrants or checks made payable to you and the Contractor jointly upon delivery to you shall be endorsed by you and forwarded for collection. The moneys will then be used by you to purchase, as directed by the Contractor, bonds or other securities chosen by the Contractor and approved by the Agency. Attached is a list of such bonds, or other securities approved by the Agency. Other bonds or securities, except stocks may be selected by the Contractor, subject to express written approval of the Agency. Purchase of such bonds or other securities shall be in a form which shall allow you alone to reconvert such bonds or other securities into money if you are required to do so by the Agency as provided in paragraph 4 of this Escrow Agreement. 2. When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect such interest and forward it to the Contractor at its address designated in the first paragraph unless otherwise directed by the Contractor. 3. You are not authorized to deliver to the Contractor all or any part of the securities held by you pursuant to this agreement (or moneys derived from the sale of such securities, or the negotiation of the Agency's warrants) except in accordance with written instructions from the Agency. Compliance with such instructions shall relieve you of any further liability related thereto. The estimated completion date on the contract underlying this Escrow Agreement is October 5, 2015. 4. In the event the Agency orders you to do so in writing, you shall, within thirty -five (35) days of receipt of such order, reconvert into money the securities held by you pursuant to this agreement and return such money together with any other moneys held by you hereunder, to the Agency. 5. The Contractor agrees to pay you as compensation for your services hereunder as follows: Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any property placed with you pursuant to this agreement until and unless the Agency directs the release to the Contractor of the securities and moneys held hereunder whereupon you shall be granted a first lien upon such property released and shall be entitled to reimburse yourself from such property for the entire amount of your fees as provided for herein above. On the event that you are made a party to any litigation with respect to the property held by you hereunder, or in the event that the conditions of this escrow are not promptly fulfilled or that you are required to render any service not provided for in these instructions, or that there is any assignment of the interests of this escrow or any modification hereof, you shall be entitled to reasonable compensation for such extraordinary services from the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees occasioned by such default, delay, controversy or litigation. 6. This agreement shall not be binding until executed by the Contractor and the Agency and accepted by you. 7. This instrument contains the entire agreement between you, the Contractor and the Agency with respect to this escrow and you are not a party to nor bound by any instrument or agreement other than this; you shall not be required to take notice of any default or any other matter nor be bound by nor required to give notice or demand, nor required to take. any action whatever except as herein expressly provided; you shall not be liable for any loss or damage not caused by your own negligence or willful misconduct. 8. The forgoing provisions shall be binding upon the assigns, successors, personal representatives and heirs of the parties hereto. The undersigned have read and hereby approve the instructions as given above governing the administration of this escrow and do hereby execute this agreement on this ?6-7N day of ,ZU5QN O-A fL`/ 2015. SCI Infrastructure, LLC (Contractor) (Signature) MAJ?,K Sc OCCOLO P/6s1DEPF (Name) (Title) The above escrow instructions �amua4�= , 2015. (Authorized Bank Officer) City of Auburn (Agency) By� (Finance Di ector, Shelley Coleman) received and accepted this Zy day of RAct4FL _rNA c��t� D12ECTorz� Ujayr Ht; PA &E , (Name) (Title) Securities Authorized by Agency 1) Bills, certificates, notes or bonds of the United States; 2) Other obligations of the United States or its agencies; 3) Obligation of any corporation wholly -owned by the government of the United States; 4) Indebtedness of the Federal National Mortgage Association; 5) Time deposits in commercial banks; and 6) Savings deposits in commercial banks. AI °® CERTIFICATE OF LIABILITY INSURANCE DATE DI15 02/02/2015 I TYPE OF INSURANCE NqR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Parker, Smith 8 Feek, Inc. PHON AEI _425- 709 -3600 Fnlc No 425- 709 -7460 2233 1121h Avenue NE EAIA1L Bellevue, WA 98004 ADDRESS: INSURERS AFFORDING COVERAGE NAICk S 15.000 INSURER A: Valley Forge Insurance Company 5 1.000,000 INSURED SCI Infrastructure, LLC INSURER B: National Fife Ins. Hanford S 2.000,000 INSURER C : Liberty Insurance Corporation LIMIT APPLIES PER: X PRO- X LOC FCT 2825 South 154th Street INSURER D: Seattle, WA 98188 NSURER E : AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -DWNEO HIRED AUTOS gUT05 .SURER F' 04016281$16 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE NqR SUER POLICY NUMBER MMIDDIYYVV MMIODDY EXP LIMITS A GENERAL LIABILITY x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X C4016281533 4/1/2014 4/112015 EACH OCCURRENCE S 1,000,000 PREMI NI ED PREMI SES DAMAGE TO F. oneum nce $ 500,000 MED EXP (An one Person) S 15.000 PERSONAL B ADV INJURY 5 1.000,000 GENERAL AGGREGATE S 2.000,000 GEN'L AGGREGATE POLICY LIMIT APPLIES PER: X PRO- X LOC FCT PRODUCTS - COMPIOP AGO s 2.000,000 5 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -DWNEO HIRED AUTOS gUT05 X 04016281$16 4/1/2014 41112015 Ea acccidenISINGLE LIMIT S 1,000,000 %t ILY INJURY (Par Fencer) 5 ILY INJURY (Per acmann S rPROPERr acrid. 5 C X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE X TH7661066322014 4/1/2014 4/112015 EACH OCCURRENCE 5 1,000.000 AGGREGATE 5 1,000,000 DED I x I RETENTIONS 10,000 1 S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOWPARTNEWEXECUTNE OFFICERIMEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 04 01 628 1 53 3 Washington Stop Gap 41112014 411/2015 WC STATW X DTH- E.L. EACH ACCIDENT 5 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,008,000 EL .DISEASE - POLICY LIMIT 1,000.000 $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) SCI Job No. 1501. Job No. CP1320, M & O Storm Drainage Improvement Project. City of Auburn and its officers, elected officials, employees, agents, and volunteers are included as additional insured and coverage is primary noncontributory per endorsements G- 140331 -D 01 -13 (GL), CA 20 48 10 13 and CNA71527XX 10 12 (Auto) and LC00001 1110 and LCU 29 O8 11 -10 (Excess), attached. City of Auburn Alin: Seth Wickstrom 25 West Main Auburn, WA 98001 ACORD 25 (2010/05) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (9 1986 -2U1U AOUKU OUKI'UKAI IUN. All rngn(s ieserveo. The ACORD name and logo are registered marks of ACORD 1 CIS SCIINFRA tTLJ01) POLICY NUMBER: C4016281516 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: SCI Infrastructure, LLC Endorsement Effective Date: 04/01/2014 461:1401114 Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR AGTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. I Information recuired to cumulate this Schedule. if not shown above. will be shown in the Declarations. I Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 2 of 8 SCIINFRA (TI .101) CNA71527XX (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON - CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization, but only if you are required by written contract or written agreement to make that person or organization an additional insured under this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non - contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: SCI Infrastructure. LLC Copyright CNA All Rights Reserved. Policy No: C4016281516 Endorsement No: Effective Date: 04/01/2014 q nr q 171 inn CN G1- Pi (Ed. Ed. 01 01/13) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the 'written contract," provided the location is within the "coverage territory' of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products- completed operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract' specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10101 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1, above, the words 'caused in whole or in part by' are replaced by the words 'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract ", c. That described in B.1. above; or d. That afforded to you under this policy, whichever is less. G- 140331 -D (Ed. 01113) Page 1 of 2 Copyright, CNA All Rights Reserved G- 140331 -D (Ed. 01113) 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But if required by the "written contract" to be primary and non - contributory, this insurance will be primary and non- contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury; "property damage,' or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit' under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph 6.4, of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit` and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract' requires this insurance to be primary and non - contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until vie receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by Uiis endorsement, SECTION V — DEFINITIONS is amended to add the following definition: 'Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury" or "property damage or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. G- 140331 -D (Ed. 01/13) Page 2 of 2 Material used with permission of ISO Properties, Inc. Copyright, CNA All Rights Reserved. (ii) Conduct and control the defense of the indemnitee in such "suit ". So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of SECTION I — COVERAGES, such payments will not be deemed to be damages for "bodily injury' and "property damage" and will not reduce the limits of insurance. Our obligation to defend an insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when we have used up the applicable limit of insurance in the payment of judgments, or settlements, or the conditions set forth above, or the terms of the agreement described in Paragraph (6) above, are no longer met. SECTION II — WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture, or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the following is also an insured: a. Your "volunteer workers" but only while performing duties related to the conduct of your business, your "employees ", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (1) "Bodily injury" or "personal and advertising injury ": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co- "employee" in the course of his or her employment or performing duties related to the conduct of your business or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co- "employee" or "volunteer worker" LCU 00 01 11 10 © 2010 Liberty Mutual Group of Companies. All rights Page 15 of 30 reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (b) above; (d) Arising out of his or her providing or failing to provide professional health care services; or (e) Arising out of practicing for, or participating in, any sports or athletic contest or exhibition that you sponsor, unless the "employee' or 'volunteer worker' is an insured for the "bodily injury" or "personal and advertising injury' on "underlying insurance'. (2) 'Property damage' to property: (a) Owned, occupied, used by, (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees', "volunteer workers ", any partner or member (if you are a partnership orjoint venture), or any member (if you are a limited liability company). (3) 'Bodily injury ", "property damage" or "personal and advertising injury' arising out of the ownership, maintenance or use of an "auto', except as provided in Paragraph f. below. b. Any person (other than your "employee') or any organization while acting as your real estate manager, but this does not apply with respect to the use of any vehicle owned by such person or organization. c. Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that properly; and (2) Until your legal representative has been appointed. d. Your legal representative, if you die, but only with respect to duties as such. That representative will have all your rights and duties under this policy. e. Any person or organization included as an additional insured under "underlying insurance', but not for broader coverage than is provided by the "underlying insurance'. When coverage provided to an additional insured is required by a contract or agreement, the most we will pay on behalf of that additional insured is the minimum amount of insurance required by the contract or agreement, less any amounts payable by any "underlying insurance' or otherwise retained. f. Any person while using with your permission a "covered auto" for which insurance is provided to you under this policy and any person or organization legally responsible for its use, but only if that person is an insured with respect to liability arising out of the ownership, maintenance, use or entrustment to others of "covered autos" on "underlying insurance'. 3. Any organization you newly acquire or form, other than a partnership, joint venture, or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured under this policy if there is no other similar insurance available to that organization and that organization is a Named Insured under "underlying insurance ". However: LGU 00 01 11 10 © 2010 Liberty Mutual Group of Companies. All rights Page 16 of 30 reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number: TH7661066322014 Endorsement #.: Issued by: LIBERTY INSURANCE CORPORATION End. Eff. Date: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE REDEFINED This endorsement modifies insurance provided under the following: CONIMIERCIAL LIABILITY— UMBRELLA COVERAGE FORM Definition 16. of SECTION V — DEFINITIONS is replaced by the following:. 16. "Other Insurance" means: a. Any valid and collectible insurance (except "underlying insurance') that insures any Insured, even if the coverage Is unavailable or uncollectible as a consequence of a breach, by any insured under this policy, of terms or conditions of that insurance. This Includes any insurance whether primary, excess, umbrella, contingent or on any other basis, available to the insured covering liability for damages arising out of the premises or operations, or the products and completed operations, for which the insured has been added as an additional insured to any pollcy, and any other Insurance for that portion of any loss for which the insured has other valid and collectible insurance as an additional insured on a liability insurance policy Issued to a subcontractor of the insured; plus b. Any amount retained under an established self - Insurance program that is not "undedying Insurance ". "Other insurance' does not include; a. Any Insurance specifically written as excess over this policy; and b. Insurance issued to or on behalf of an additional insured on this policy if you have agreed in writing that your umbrella or excess liability Insurance will respond before any liability insurance policy issued to or on behalf of that additional insured, and we will not seek contribution from that insurance. LCU 29 08 11 10 © 2010 Liberty Mutual Group of Companies. All rights Page 1 of 1 reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page I of 2 p Search > VALLEY FORGE INSURANCE COMPANY VALLEY FORGE INSURANCE COMPANY General I Contact I Licensing I Appointments I Complaints I Older, I _National Info I Ratings I iaz Filings Back to Search General information Contact information Name: VALLEY FORGE INSURANCE COMPANY Registered address Corporate family group: CNA INS GRP wnr._� :5_, 100 MATSONFORD RD STE Mailing address 333 5 WABASH Organization type: PROPERTY RADNOR, PA 19087 CHICAGO, IL 60604 WAOIC: 1401 Telephone Telephone NAIC: 20508 312- 822 -5000 312- 822 -5000 Status: ACTIVE Admitted date: 08/22/1944 Ownership type: STOCK ° back to tip Types of coverage authorized to sell Whotis this? Insurance types_ Casualty Disability Marine Ocean Marine Property I VehicSurety le tnc'+ to top Agents and agencies that represent this company (Appointments) ,Y;,a.tn;l Yiew agents I View agencies back tu_tcp Company complaint history View complaints track to top Disciplinary orders 2008 -2015 n.,., 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 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. - tact t, 'g httnJ/vwvw_ insurance. wa_ eov/ consumertooIkit/ Coinnanv /COmDanVProfiIe.asDx ?WA01C =... 1/30/2015 Page 2 of 2 Premium tax filings by tax year 2013 2012 2011 2010 ° back to top National information on insurance companies Want more information about this company? The NAIC's_ Consumer Information _ {CIS)_page allows you to retrieve national financial and complaint information on insurance - companies, plus has information and tips to help you understand current insurance issues. T back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Mood 's Investors Service Fitch IBCA, Duff and Phelps Ratings back m top http:/hvww. insurance .wa.gov /consturtertoolkit/ Company /ConlpanyProfile.aspx ?WAOIC =... 1/30/201 A.M. Best's Consumer Insurance Information Center Pave 1 of 1 A.M. Best's FY�� E}/k(�Q �r�. �% "— Omwmm 1.11 r.�ursaaces -enfty Member Center. LOS In I Sian Uo Need Coverage? How Does Your Insurer Rate? State Insurance Information Find Insurers by state or coverage type. Enter a Company Name 11 � el selea a ware m Consuer�HOme I Terms to Knory I 'Why a Best's Rating is Imronant I Contact Us Q Life 8 Retlrement 0 Health 8 Disability 0 Car& Home Q Other Llfo Events Valley Forge Insurance Company 6! Print this page ' weaeWCNA'dedoneeeNrP.wn AM. Edo. ptod ..to. cases FEIN 231620527 Address: 333 South Wabash Avenue Phone: 312.822 -5000 Flow 22 Fax. 312-822-6419 Chicago, IL Sol Wee '. wmv cna ccm UNITED STATES Best's Ratings View Dern.rmn L Need More information? Financial Strength Rating A fur an insurer regain, complete with '. y rating history, market shows and a list of Oetlook: Stable competitive insurerafor$ 9.95. Effective Date: December 16, 2014 (Affirmed) view Sample Repo Financial Size Category: XV ($2 Billion or greater) Licensing: The company is licensed In the District of Columbia, AL AK, AZ, AR, CA, CO, CT, DE. FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MO, MA, Mi, MN, MS, MO, MT, NE, Ni NH, NJ, NM, NY. NC, ND, OH, OK, OR PA, RI, SC, SO, TN, TX, UT, VT, VA, WA, WV, VA and WY. Top Llne(s) of Business (ss.n.pnnoa.er- eve.vea„,l 1. Commercial Multiple Peril Mewpnrinm0n) 2. Workers Compensalionnlew Dearnllnnl 3, Auto(Commereial)(Aiewoennaonl 4. Other Liability (Occurrence) renew pennon ) 5. Products Liability (irwoer imn7 Top States) of Business te...a., oa.a w.m.m.w.a.p 1. California 2. Texas 3 New York 4, Now Jersey 5 Florida Visit our NewaRoom for the latest News and Press Releases for this company and its A M. Best Group. Terms of Use All information provided on the A.M. Best website, including but not limited to text, data, ratings, opens, images, photos, graphics, and charts Is owned by or licensed to A.M. Best Company and is protected by United States copyright laws are international treaty provisions. A.M. Best and its licensors retain all copyright and other proprietary rights to the website content. Bost 9 Credit Ratings, obtained through any source, may not be reproduced, distributed to Third Parties, or stored in a database w retrieval system in any form for commercial purposes without the prior written permission of the A.M. Best Company. All unauthorized use of Best's Credit Ratings or other published information is strictly prohibited. By logging Into Bests Member Center or accessing this site, you accept and agree to be bound by our complete Terms of Use Customer Servc¢ I Product Summon I Member Center I GPNIAC In fg I Careers About A.M. Best I Site Mao l Pri Poll I semf,ry I reams at use I Lenal a la ensm Copyright 0 2015 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A.M. Best Worldwide Headoudders, Ambest Road, Olderalk New Jersey, (al U.S A. httn: / /www3.ambest.COm /Consumers /ComnanvProfile .asps ?BL= 36 &ambnum= 002132 &P... 1/10/2015 }r Search > NATIONAL FIRE INSURANCE COMPANY OF HARTFORD NATIONAL FIRE INSURANCE COMPANY OF HARTFORD general I [ontec.[ I Licensing I Appointments I Complaints I Orders I NxIonal Info I Facings I Ta. Filings Back [o Search General information Name: NATIONAL FIRE INSURANCE COMPANY OF HARTFORD Corporate family group: CNA INS GRP Vihaliothisl, Organization type: PROPERTY W A OIC: 892 N AI C: 20478 Status: ACTIVE Admitted date: 06/26/1890 Ownership type: STOCK T back co top Contact information Registered address 333 S WABASH CHICAGO, IL 60604 Telephone 312 - 822 -5000 Types of coverage authorized to sell What,,th,> Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle back to p Agents and agencies that represent this company (Appointments) View agents View agenpic5 ^ Cacti !912p Company complaint history View complaints P back to cop Disciplinary orders 2008 -2015 No disciplinary orders are found Page I of 2 Mailing address 333 S WABASH CHICAGO, IL 60604 Telephone 312- 822 -5000 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 Molnes at 360 - 725 -7047 or 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. back to too Page 2 of 2 Premium tax filings by tax year 2013 2012 2011. 2010 ba,kjot.p National information on insurance companies Want more information about this company? The NAIC's Consumer _Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. T back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Stand Poor's Corp Mood 's Investors Service Fitch ISCA, Duff and Phelps Ratings back . to tap http: //www. insurance. wa. gov /consumertooIkit/ Company /Company1) rofile.aspx ?WAOIC =... 1/30/2015 A.M. Best's Consumer Insurance Information Center Page 1 of 1 A.M.Best''s Cl .akan.r j ta tjv gipe o 4( eH p r 10 Member Camar.L3L1 I 3SIP Need Coverage? How Does Your Insurer Rate? Slate Insurance Information Fiod iosurer5 by State Or [Hera.. type. En1e, d Company Name =1 Selatl p Smte Consumer Home Terms m Know I Vshy a Bests Ratng is Important I Contact Us Life & Retirement Q Health & Disability Car 8 Home © Other Life Events National Fire Insurance Cc of Hartford A Print this Pooe to rui.1 pxA In--. Camp..... Y IM0A 02139 Mur. avaA Itax r NA080510 Address: 333 South Wabash Avenue Phone. 312 -822 -5000 Floor 22 Fax 3128226419 Chicago, IL 60604 Web . wow ch. con, UNITED STATES Best's Ratings View Definition xFk Need More information? Financial Strength Rating: A Pu¢hase an insurer report, complete with Outlook: Stable rating history, market share and a list of Effective Date. December 16, 2014 (Affirmed } *} a competitive insurers for S 995. view Sample Report Financial Size Category: XV ($2 Billion or greater) Licensing: The company is licensed in the District of Columbia, Puerto Rico and all states. Top Lines) of Business Ilw..a.a.. or.n a.... —w,..N 1. Commercial Multiple Peril UP,, Denmonnl 2. Workers' Compensation mew Dern -.n 1 3. Other Liability (OCCUrrenob) Mew oermaa. ) 4, Auto(COmmercial)mewoeence, I 5. Products Liability mew0eenei..) Top States) 1. California 2. Texas 3 New York 4. Pennsylvania 5. New Jersey Visit Our NewsRoom for Ina latest News and Press Releases for his cam pan, and its A.M. Best Group. Terms of Use All information provided on the A M. Best websid, including but not limited to text, data, ratings, rapers, images, photos, graphics. and charts is owned by or licensed to A M. Best Company and is protected by United States copyright laws and international treaty provisions. AM. Best and its licensors retain an copyright and other proprietary rights to the welesite content. Best's Credit Ratings, obtained through any source, may not be reproduced, distributed to Third Parties, or stared in a database or retrieval system in any forth for commercial purposes without the prior written Permission of the A M. Best Company. All unauthorized use of Best's Credit Ratings or other published information Is strictly prohibited By fagging into Best's Member Center or amessi g this site, you accept and agree to be bound by our complete Terms of Use Customer SPNKe I Product Suppon I Member Center I Contact I.10 Careens About A.M. Best Slta Map Pnvacv Policv IS-curt,r Terms pf Use I Leoal B Licensing Coom,l l ® 2015 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A Al . Best wbr dwMe Headquarters, Ambest Road, OWaick, New Jersey, D8858, U 5 A. httn://www3.ambest.com /Consumers /CompanyProfi le.asus ?B L= 36 &ambnum= 002129 &P... 1/30/2015 {t Search > LIBERTY INSURANCE CORPORATION LIBERTY INSURANCE CORPORATION General I Contact I Licensing ApPoin tments I Complaints I Orders I National Into I Ratings I Ta z. Fi l in Back to Search General information Name: LIBERTY INSURANCE CORPORATION Corporate family group LIBERTY NUT GRP what scb > Organization type: PROPERTY WAOIC: 729 NAIC: 42404 StatUS: ACTIVE Admitted date: 11/28/1983 Ownership type: STOCK 4 back to top Page I of 2 Contact information Registered address Mailing address 2815 Forbs Ave Room 175 BERKELEY ST 200 BOSTON, MA 02117 Hoffman Estates, IL 60192 Telephone Telephone 617- 357 -9500 617 - 357 -9500 Types of coverage authorized to sell Pha1;,th,? Insurance types _ Casualty Marine Ocean Marine Property Surety Vehicle back t0 top Agents and agencies that represent this company (Appointments) What ,ath.0 View agents View agencies Company complaint history .,.3:i=Lhi'� Vicw complaints back to top Disciplinary orders 2008 -2015 ,,hats -tpl 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 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. back to tcp Premium tax filings by tax year ,,h,,st „=1 Page 2 of 2 2013 2012 2011 2010 ^. a11 11 112 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ° back W Io0 Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group_Ratin_gs Standard and Poor's Corp Moody's. Investors Service Fitch IBCA, Duff and Phelps_Ratings ^ back ao coo http: / /cvww. insurance. wa. gov /consumertoolkit/ Company/ CornpanyProfile.asps ?%NAOIC =... 1/30/2015 A.M. Best's Consumer Insurance Information Center Page 1 of 1 A.M. Best'sr F` (� rr�1r� pp� [�p pe o 1 Cf1' rit4 ditleo lggiura 4 g Cen.ter9 Member Center Ls 91 Sign Need Coverage? How Does Your Insurer Rate? State Insurance Information Find insurers by state or rwerage area Enmra Company Name =I sebtlasule Consumer Home I Terms to Know I gory a Best's national is Important I Contact Us Life 8 Retirement O Health 8 Disahility 0 Car 8 Home 0 Other Lifo Events Liberty Insurance Corporation A Print this page I. m.mb.r m Dr.M M,mal ...bore. cereanuq AM. Bas C 01012 NAIC0 QIW FEIN M 01.0010878 Address) 175 Berkeley Street Phone: 617- 357 -9500 Boston, MA 02116 Fax. 617 - 5745955 UNITED STATES Web: www heanvmWUalor000 com Best's Ratings V,.Dd ition Need More information? punches an Insurer report, complete with Financial Strength Rating: A rating history, market share and a list of Outlook: Stable Effective Date. September 24, 2014 (Affirmed ) s-- View Sample insurers for g g.g5. Financial Size Category: XV ($2 Billion or greater) View Sample Report Licensing: The company is licensed in the District of Columbia, Guam, Northern Mariana Islands, Pueno Rico and all states. Top Lines) of Business on., ores P,.— vae.p 1. Homeowners Multiple Peril tviewoeambo,l 2. Workers' Compensation lv,ew Dennmon) 3. Auto( Personal)lumoerinilmnl 4. Other Liability (Occurrence) fview oeri ai,n) 5. Auto(CommerCial)rusewicea,aion) Top State(s) of Business tbaae, uaon o,en Premumawrmanl 1. Texas 2. New Jersey 3. New York 4, California 5. Pennsylvania Visit our NowaRpom for the latest News and Press Releases for Nis company and its A Best Group. Terms of Use All marpaabon provided on the A.M. Best website, including but not limited to text, data, ratings, reports, images, photos, graphics, and charts is owned by or licensed to A M. Best Company and is protected by United States copyright laws and IInternational treaty provisions. A . Best and Its licensors retain all copyright and other proprietary rights to the website content. Best's Credit Ratings, obtained through any source, may not be reproduced, distributed to Third Parties, or stored in a database or retrieval system in any forth for commercial purposes without the prior written permission of the A.M. Best Company. All unauthorized use of Best's Credit Ratings or other published information is strictly prohibited. By logging into Best's Member Center or accessing this site, you accept and agree to be bound by our complete Terms of Use Customer Service I Product Supper I Member Center I Contact Into I Careers AMutAlA8dstl$ilaMa Pnvacv Polly Se> curity I Terms of Use l Lopel 8 Licensing Copynght O 2015 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A M. Best wrnoume Headquarters, Ambest Road. Oldwick. New Jersey. 08858, USA. CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 1 Contract No., Project No. and Project Title: Contractor Name and Address: D .ti, S. ) 14 -11, CP1320, M &O Storm Drainage Improvements SCI Infrastructure 1508 Valentine Ave SE Pacific, WA 98047 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work, materials, measurements and unit bid prices for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1. The quantity for Pay Item 51 (ESC Lead) has been increased by 90 days to better reflect anticipated needs for the project. 2. New pay items C01 -1 (Silt Fence), C01 -2 (Plastic Covering), C01 -5 (High Visibility Fence), and C01 -6 (Wattle) created to pay for certain construction storm water Best Management Practices (BMPs) at unit prices instead of by equitable adjustment under existing Pay Item 49 (Temporary Water Pollution /Erosion Control). This work shall conform to Section 8 -01 (Erosion Control). 3. New Pay Item C01 -3 (Sand Bags) created. Payment for Sand Bags shall include all work, materials, and labor to furnish, install, maintain, and remove sand bags needed for construction storm water management. 4. New Pay Item C01 -4 (Straw Bales) created. Payment for Straw Bales shall include all work, materials, and labor to furnish, install, maintain, and remove straw bales needed for construction storm water management. The Contract time is extended by 0 days. Item Sch. Sec. No. Item Description Quantity ( +/-) Units Unit Price ($) "total Price ( + /-) 51 A 8 -01 ESC Lead 90 DAY 150.00 $ 13,500.00 C01 -1 A 8 -01 Silt Fence 1500 LF 5.25 $ 7,875.00 C01 -2 A 8 -01 Plastic Covering 500 SY 3.00 $ 1,500.00 C01 -3 A 8 -01 Sand Bags 150 EA 2.25 $ 337.50 C01 -4 A 8 -01 Straw Bales 25 EA 11.00 $ 275.00 C01 -5 A 8 -01 High Visibility Fence 2500 LF 3.55 $ 8,875.00 C01 -6 I A 1 8 -01 lWattle 1 500 1 LF 1 4.50 $ 2,250.00 Subtotal Washington State Sales Tax (9.5%) on applicable items TOTAL $ 34,612.50 $ 3,288.19 $ 37,900.69 H: \Forms \FCO25.xls (Revised 05/2012) Base Amount Total incl. Tax 1. Total Cost this C/O $ 34,612.50 $ 37,900.69 2. Total Cost Previous C/O $ $ - 3. Original Contract Amount $ 1,578,823.00 $ 1,728,811.19 4. Revised Contract Amount $ 1,613,435.50 $ 1,766,711.87 H: \Forms \FCO25.xls (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 1 Contract No., Project No. and Project Title: 14 -11, CP1320, M &O Storm Drainage Improvements 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. i Contracto Inspector: uam Project Manager: City Engineer: / _ c Approved by: , %lI •lo Mayor, City of Auburn H: \Forms \FCO25.xls (Revised 05/2012) BUDGET STATUS SHEET Project No: CP1320 Project Title: Maintenance & Operations Storm Drainage Improvements Project Manager: Seth Wickstrom Q Project Initiation I Grant Acceptance Initiation Date: February 18, 2014 O Permission to Advertise Date: March 5, 2015 Advertisement Date: December 17. 2014 Q Contract Award Award Date: January 20. 2015 @) Change Order Approval O Contract Final Acceptance The "Future Years' column indicates the projected amount to be requested in future budgets. Funds Budgeted Funds Available Funding Prior Years 2014 (Actual) 2015 Future Years Total 430 Water Fund 3,698 42,439 177,561 0 220,000 431 Sewer Fund 15,943 37,972 162,028 0 200,000 432 Storm Fund 19,641 91,578 680,151 0 791,370 432 Storm Fund - Dept. of Ecology Grant 0 190,383 809,017 1 0 1 999,400 550 Equipment Rental 270,000 270,000 Total 19,641 362,372 2,098,757 0 2,480,770 Estimated Cost (Funds Needed) Activity Prior Years 2014 (Actual) 2015 Future Years Total Design Engineering - City Costs 3,698 40,878 3,122 0 47,698 Design Engineering - Consultant Costs 15,943 372,867 21,987 0 410,797 Construction Contract Bid 0 0 1,728.811 0 1,728.811 Change Order No. 1 0 0 37,901 1 0 1 37,901 Authorized Contingency 62,099 62,099 Construction Engineering - City Costs 50,000 50,000 Construction Engineering - Consultant Costs 60.000 60.000 Total 19,641 413.745 1,963.920 0 2,397,306 430 Water Budget Status 431 Sewer Budget Status Prior Years 1 2014 (Actua0 1 2015 Future Years Total '430 Funds Budgeted () 0 1 (42,439) (177,561) 0 (220,000) 430 Funds Needed 0 42,439 1 165,613 0 208,052 '430 Fund Project Contingency () 0 0 (11,948) 0 (11,948) 430 Funds Required 0 0 0 1 0 1 1 0 431 Sewer Budget Status 432 Storm Budget Status Prior Years 1 2014 (Actual) 1 2015 Future Years Total '431 Funds Budgeted () 0 1 (37,972) (162,028) 0 (200,000) 431 Funds Needed 0 37.972 1 151,061 0 189,033 "431 Fund Project Contingency () 0 0 (10,967) 0 1 (10,967) 431 Funds Required 0 0 1 1 0 1 0 1 0 432 Storm Budget Status 550 E ui me Rental Budget Status Prior Years 1 2014 (Actual) 2015 Future Years Total '432 Funds Budgeted () (19,641 281,961) (1489,168) 0 (1,790,770) 432 Funds Needed 19,641 281,961 1.443,405 1 0 1,745,007 '432 Fund Project Contingency () 0 0 (45,763) 0 (45,763) 432 Funds Required 0 0 0 1 0 0 550 E ui me Rental Budget Status ( q ) in the Budget Status Sections indicates Money the City has available. H:IPROJ \CP1320 -M 8 0 Storm Improvements \3.00 Project Management\3.20 Budgel\CP1320 BSS.xls 1 Of 1 Prior Years 20`14 (A tuaiTT 2015 Future Years Total '550 Funds Budgeted () 0 0 (270,000) 0 (270,000) "550 Funtls Needed 0 51,373 203,840 0 255,214 '550 Funtl Project Contingency () 0 0 (66,160) 0 1 (14,786) 550 Funds Required 0 51,373 0 1 0 1 0 ( q ) in the Budget Status Sections indicates Money the City has available. H:IPROJ \CP1320 -M 8 0 Storm Improvements \3.00 Project Management\3.20 Budgel\CP1320 BSS.xls 1 Of 1 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. I D Lj . � . Contract No., Project No. and Project Title: 14 -11, CP1320, M&O Storm Drainage Improvements Contractor Name and Address: SCI Infrastructure 1508 Valentine Ave SE Pacific. WA 98047 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work, materials, measurements and unit bid prices for the type of construction involved shall be in accordance with the contract documents of the above named prgiect unless stated otherwise in this change order. Summary of Proposed Changes: 1. The quantity for Pay Item 51 (ESC Lead) has been increased by 90 days to better reflect I '!.anticipated needs for the project. 2. New pay items C01 -1 (Silt Fence), C01 -2 (Plastic Covering), C01 -5 (High Visibility Fence), and C01 -6 (Wattle) created to pay for certain construction storm water Best Management Practices (BMPs) at unit prices instead of by equitable adjustment under existing Pay Item 49 (Temporary Water Pollution /Erosion Control). This work shall conform to Section 8 -01 (Erosion Control). 3. New Pay Item C01 -3 (Sand Bags) created. Payment for Sand Bags shall include all work, materials, and labor to furnish, install, maintain, and remove sand bags needed for construction storm water management. 4. New Pay Item C01 -4 (Straw Bales) created. Payment for Straw Bales shall include all work, materials, and labor to furnish, install, maintain, and remove straw bales needed for construction storm water management. The Contract time is extended by 0 days. Item Sch. See. No. Item Description Quantity ( + /-) Units Unit Price (S) Total Price ( + /-) 51 A 8 -01 ESC Lead 90 DAY 150.00 $ 13,500.00 C01 -1 A 8 -01 Silt Fence 1500 LF 5.25 $ 7,875.00 CM -2 A 8 -01 Plastic Covering 500 SY 3.00 $ 1,500.00 C01 -3 A 8 -01 Sand Bags 150 EA 2.25 $ 337.50 C01 -4 A 8 -01 Straw Bales 25 EA 11.00 $ 275.00 C01 -5 A 8 -01 High Visibility Fence 2500 LF 3.55 $ 8,875.00 C01-61 A 1 8 -01 1 Wattle 500 1 LF 4.50 $ 2,250.00 Subtotal `vVashington State Sales Tax (9.5 %) on applicable items TOTAL $ 34,612.50 $ 2,445.06 $ 37,057.56 H: \Forms \FCO25.xls (Revised 05/2012) Base Amount Total incl. Tax 1. Total Cost this C/O $ 34,612.50 $ 37,057.56 2. Total Cost Previous C/O $ - $ - 3. Original Contract Amount $ 1,578,823.00 $ 1,728,811_19 4. Revised Contract Amount $ 1,613,435.50 $ 1,765,868.75 H: \Forms \FCO25.xls (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. I Contract No., Project No. and Project Title: 14 -11 CP1320, M &O Storm Drainage Improvements 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: r / Dace Inspector: Darr Project Manager: 3 /51 ISj City Engineer: Approved by: H: \Forms \FCO25.xls (Revised 05/2012) Mayor, Citk 4fArrbrrrn MAR 13 2015 Date ti v ` BUDGET STATUS SHEET Project No: CP1320 Project Title: Maintenance & Operations Storm Drainage Improvements Project Manager: Seth Wickstrom a Q Project Initiation I Grant Acceptance �ix tv'o Initiation Dale: February 18 2014 Q Permission to Advertise Date: March 5, 2015 ,ova r� Advertisement Date: December 17, 2014 Q Contract Award Lq.e Cort"1 �r' Award Date: January 20. 2015 @ Change Order Approval Oy'¢ tia\a ACT Q Contract Final Acceptance � scat ek o Ca The "Future Years" column indicates the projected amount to be requested in future buts. e� G(6OI voJ oRR Funds Budgeted (Funds�Availablel Funding Prior Years 2014 (Actual) 2015 Future Years Total 430 Water Fund 3.698 42.439 177,561 0 220.000 431 Sewer Fund 15,943 37,972 162,028 1 0 200,000 432 Storm Fund 19,641 91,578 680,151 0 791,370 432 Storm Fund - Dept. of Ecology Grant 0 190.383 809.017 1 0 999,400 550 Equipment Rental 270,000 270,000 Total 19,641 362,372 2,098,757 0 2.480.770 Estimated Cost (Funds Needed\ Activity Prior Years 2014 (Actual) 2015 Future Years Total Design Engineering - City Costs 3.698 40,878 3,122 0 47,698 Design Engineering - Consultant Costs 15,943 372,867 21,987 1 0 410.797 Construction Contract Bid 0 0 1,728,811 0 1,728,811 Change Order No. 1 0 0 37,058 1 0 37,058 Authorized Contingency 62,942 62,942 Construction Engineering - City Costs 50,000 50,000 Construction Engineering - Consultant Costs 60,000 60,000 Total 19,641 413,745 1,963,920 0 2,397,306 430 Water Budaet Status 431 Sewer Budaet Status Prior Years 2014 (Actual) 1 2015 1 Future Years Total '430 Funds Budgeted () 0 (42,439) (177.561) 0 (220,000) 430 Funds Needed 0 42,439 1 165,613 1 0 208,052 •430 Fund Project Contingency () 0 0 (11,948) 0 (11,948) 430 Funds Required 0 0 0 1 0 1 1 0 431 Sewer Budaet Status 432 Storm Budget Status Prior Years 2014 (Actual) 1 2015 Future Years Total -431 Funds Budgeted () 0 (37,972) (162.028) 0 (200,000) 431 Funds Needed 0 37,972 151,061 1 0 189.033 '431 Fund Project Contingency () 0 0 (10,967) 0 (10,967) 431 Funds Required 0 0 0 0 0 432 Storm Budget Status SSO Eaumment Rental Sudaet Status Prior Years 2014 (Actual) 1 2015 Future Years Total '432 Funds Budgeted () (19.641) 1 (281,961) (1,489,168) 0 (1,790,770) 432 Funds Needed 19,641 1 281,961 1.443,405 0 1.745.007 '432 Fund Project Contingency () 0 0 1 (45,763) 0 1 (45,763) 432 Funtls Required 0 0 1 0 1 0 1 0 SSO Eaumment Rental Sudaet Status ( # ) in the Budget Status Sections indicates Money the City has available. H: \PROJ \CP1320 -M 8 0 Storm Improvements \3.00 Project Management \3.20 Budget \CP1320 BSS. %Is 1 of 1 Prior Years 2014 (Actual) 2015 Future Years Total 550 Funds Budgeted () 0 0 (270,000) 0 (270,000) "550 Funds Needed 0 51,373 1 203,840 1 0 255.214 '550 Fund Project Contingency () 0 0 (66,160) 0 (14,786) 550 Funds Required 0 51,373 0 1 0 0 ( # ) in the Budget Status Sections indicates Money the City has available. H: \PROJ \CP1320 -M 8 0 Storm Improvements \3.00 Project Management \3.20 Budget \CP1320 BSS. %Is 1 of 1 4 S, I co.l AGREEMENT FOR PROFESSIONAL SERVICES AG -C-450 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and Brown and Caldwell, Inc., whose address is 701 Pike St, Suite 1200, Seattle, WA 98101, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows. 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY All work under this Agreement shall be completed by June 30th, 2015 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the reasonable control of the CONSULTANT A prior supplemental Agreement issued by the CITY is required to extend the established completion time 3. COMPENSATION. The CONSULTANT shall be paid by the CITY for completed services rendered under the approved Scope of Work identified in Exhibit A. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, Agreement for Professional Services AG -C-450 March 20", 2014 Page 1 of 12 In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4 4. MANAGEMENT RESERVE FUND. The CITY has established a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $45,000 00 This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY No permission for subcontracting shall create, between the CITY and subcontractor, any contract or any other relationship Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3 All subcontracts shall contain all applicable provisions of this AGREEMENT Agreement for Professional Services AG -C -450 March 201h, 2014 Page 3 of 12 under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. INDEPENDENT CONTRACTOR /ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this 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 CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity below- CONSULTANT shall obtain insurance of the types and in the amounts described a. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing Agreement for Professional Services AG -C -450 March 20'h, 2014 Page 5 of 12 coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by regular mail. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A- VII The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that copies of all required insurance policies (with proprietary information redacted) be submitted to the CITY at any time The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 10. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared Agreement for Professional Services AG -C-450 March 20`", 2014 Page 7 of 12 (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification, and (d) Have not within a three -year period preceding this application /proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14 1 This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. Agreement for Professional Services AG -C -450 March 201", 2014 Page 9 of 12 14 9 This Agreement shall be administered by Joel Paulson on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses City of Auburn Attn. Seth Wickstrom 25 W Main Street Auburn WA 98001 Phone 253 931 -3010 Fax: 253 931 -3053 E -mail: sickstrom@auburnwa.gov Brown and Caldwell, Inc. Attn. Joel Paulson 701 Pike St, Suite 1200 Seattle, WA 98101 Phone 206 - 749 -2300 Fax: 206 - 749 -2200 E -mail: jpaulson @brwncald.com 14 10 Ali notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 14 9 or if to such other person designated by a party to receive such notice It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 14 11 This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party Agreement for Professional Services AG -C -450 March 201", 2014 Page 11 of 12 CITY OF AUBURN ancy Ba , Mayor Date MAR 81 2014 ATTEST /Z G �lJ�✓ anielle E. Daskam, City Clerk APPROVED AS TO FORM: M Caldwell, Inc. 1o1Z tl,8sr�tk-Tp— Federal Tax ID # + M(05LJ O Agreement for Professional Services AG -C-450 March 2d', 2014 Page 12 of 12 EXHIBIT A SCOPE OF WORK Exhibit A Agreement No. AG -C -450 EXHIBIT A SCOPE OF WORK During the term of this Agreement, the Consultant (Brown and Caldwell [BC]) will perform professional services for the City of Auburn (City) in connection with the following project: Project No. CP1320 Maintenance and Operations Storm Drainage Improvement Project 1305 C Street SW Auburn, WA 98001 Project Description The Scope of Work (SOW) consists of the Consultant developing detailed design documents at the 30 %, 60 %, 95 %, and 99% design levels for review; geotechnical site investigation; permit preparation support; preparation of bid documents including construction plans, specifications, and estimate (PS &E) of probable construction cost; bid support services; and services during construction for construction of the proposed storm drainage and decant facility improvements to the City's Maintenance and Operations (M &0) Facility The City previously developed a conceptual design of the proposed improvements, with help from the Consultant and others. The design and construction is funded through the Washington State Department of Ecology (Ecology) FY 2012 Stormwater Grant Program (Grant). This project will improve the City's stormwater quality by constructing new stormwater facilities to improve the water quality of site discharge through infiltration and detention, and to restore the site's natural hydrology to the extent possible. This project includes modifications to the existing site drainage infrastructure to direct as much site flow as possible through the new stormwater facilities. In general, stormwater will be conveyed through three facilities (1, 2, and 4; see Attachment A) to promote maximum infiltration. Runoff that is not infiltrated will be detained in facility 3 before being discharged into the offsite downstream system. In addition to the stormwater improvements, this project includes regrading and paving of the currently unpaved storage yard and design of a new decant building and minor modifications to the existing building. Paving the remaining unpaved portion of the site will reduce amount of sediment available for track -out and runoff The new building and modifications will provide the City with the additional capacity needed to improve the current decant operation. Project Tasks This project will consist of the following tasks: 1. Project Management 2. Meetings and Workshops 3. Quality Assurance /Quality Control 4. Geotechnical Services 5. Hydrologic and Hydraulic Modeling 6. Permitting 7 Detailed Design 8. 0 &M Plan and QAP 9. Bid Support Services (Optional) 10. Construction Support Services 3/20/2014 Page 1 of 19 Exhibit A. Scope of Services 14 City of Auburn standard details in electronic computer -aided design (CAD) format, as required. 15. Construction management and construction administration. Design Criteria Documents prepared as part of this SOW, to the extent feasible, will be developed in accordance with the latest edition and amendments to the documents listed below, as of the date this Agreement is signed. WSDOT Publications 1. Washington State Department of Transportation (WSDOT) /American Public Works Association (APWA), Standard Specifications for Road, Bridge, and Municipal Construction: 2014 edition 2. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction 3. WSDOT Design Manual City of Auburn Standards 1. Engineering Design and Construction Standards: current edition 2. CAD Standards 3. Surface Water Management Manual (SWMM): current edition 4 2014 City of Auburn Special Provisions (boilerplate) Other Standards and Publications 1. International Building Code (IBC), 2012 edition 2. Stormwater Management Manual for Western Washington (Ecology), 2005 edition 3. American Water Works Association (AWWA) 4 Low Impact Development Technical Guidance Manual for Puget Sound, December 2012 Task 1. Project Management The Consultant project manager will manage the staff, budget, and schedule during the course of the design. The Consultant project manager will ensure that quality control (QC) is performed throughout the project, including peer and senior review for technical and qualitative aspects of the project. The Consultant project manager will coordinate biweekly conference calls or project status updates with the City project manager during the design phase of the project. Project Schedule The project is scheduled for the design phase to be completed in late summer 2014, with construction commencing in fall 2014 and with construction and all project - related activities complete by June 30, 2015, to meet the Ecology Grant requirements. The Consultant will prepare and maintain a critical -path project schedule using MS Project to track progress of the project and deliverables. The project schedule will be based on the work plan and will identify major and support activities, and any significant work elements provided by the City The Consultant project manager will update the project schedule periodically to show progress and change. Monthly Progress Reports and Invoices An invoice and summary of work by task will be prepared monthly 3/20/2014 Page 3 of 19 Exhibit A. Scope of Services 1. Project kickoff meeting with City staff to explain project roles and responsibilities to team members and establish communication and buy -off protocols. The kick -off meeting will be attended by two Consultant staff (the Consultant project manager and one engineer) 2. Internal project kickoff meeting with the balance of the design team including subconsultants to explain project roles and responsibilities to team members and establish communication and buy-off protocols. 3. Conduct 1 -hour monthly team meetings to discuss current activities, track progress, and identify issues. A summary of key issues discussed, decisions made, action items, and required responses will be prepared and distributed. The Consultant will participate in design review workshops with the City at the 30 %, 60 %, and 95% stages of detailed design. The purpose of these workshops will be for the Consultant to present the design package and receive the City's review comments on the changes that have been made since the previous design. As part of the design review process the Consultant will create and maintain an Action Item List and Decision Log tracking critical decisions made during the design coordination meetings and workshops. The design review workshops will be conducted as follows: 1. Workshop to review the contents of the 30% Design package to the City The 30% Design workshop will be attended by two Consultant staff (the Consultant project manager and one engineer). 2. Workshop to review the contents of the 60% Design package to the City The 60% Design workshop will be attended by two Consultant staff (the Consultant project manager and one engineer). 3. Workshop to review the contents of the 95% Design package to the City The 95% Design workshop will be attended by the Consultant project manager Assumptions Task 2 will be performed under the following assumptions: 1. N/A Deliverables The following deliverables /work products will be produced under Task 2: 1. Meeting notes for meetings attended by Consultant and City staff, in MS Word format 2. Action Item List and Decision Log, in MS Excel format 3. Written response to City review comments, in electronic PDF format Task 3. Quality Assurance /Quality Control Objective The PMP developed under Task 1 will establish quality assurance (QA) design procedures. Quality control (QC) reviews for this project include those listed below Activities /Approach Task 3 includes the following activities: 1. Design discipline review 2. Technical editor review 3. Subconsultant product review 4. Independent senior manager review 5. Independent calculation checks 6. Monthly office management reviews 3/20/2014 Page 5 of 19 Exhibit A Scope of Services 10. Provide seismic design criteria per 2012 IBC. 11. Review and comment on the geotechnical aspects of the construction specifications. 12. Refine groundwater mounding analysis based on gathered information for each stormwater facility Information Provided by City 1. The City will coordinate and /or perform utility locate in areas of the proposed borings and test pits. 2. The City will survey the locations of all test pits and borings upon completion of the geotechnical investigation. Assumptions Task 4 will be performed under the following assumptions: 1. The drilling subcontractor and other related subcontractor personnel will be selected, hired, and paid by the Geotechnical Subconsultant. 2. Drill cuttings are not contaminated and will be spread on -site near location of the boring or at an on -site location selected by the City 3. Soil sampling will be in accordance with American Society of Testing and Materials (ASTM) International D 1586 (Standard Penetration Test procedure). 4. Field exploration will be performed during normal business hours. 5. Soil samples will be disposed of 30 days after the date of the final report. Deliverables The following deliverables /work products will be produced under Task 4 1. Draft geotechnical report (2 hard copies) 2. Final geotechnical report sealed by a geotechnical engineer licensed in the State of Washington (1 original hard copy, 1 electronic PDF copy) 3. Drawing and specification review comment letter Task 5. Hydrologic and Hydraulic Modeling This task includes work necessary to refine and finalize the facility modeling. This work includes subbasin delineation, updating assumptions based on the project geotechnical investigations and survey mapping, and evaluation of the existing drainage system including the downstream system. The updated model will affect the following designs: sizing of stormwater facilities, drainage system modifications required to route site flows through the new facilities, and sizing of the new site discharge pipe. This task also includes responding to and incorporating comments received from Ecology on the predesign report. Assumptions Task 5 will be performed under the following assumptions 1. Subbasin delineation will be done in CAD using the survey information provided by the City 2. Evaluation of the existing drainage system will be based on the above - mentioned survey files along with any as -built drawings provided by the City. 3. Conveyance system design and sizing will be based on City of Auburn SWMM standards. Deliverables The following deliverables /work products will be produced under Task 5: 3/20/2014 Page 7 of 19 Exhibit A. Scope of Services 3. The 95% Design Plans will contain sufficient information for the building and grading permit applications. The Consultant will not be required to modify the design documents solely for the purpose of the permit application. 4 The City will lead SWPPP updates (if required), and figures will be,based on the 60% Design Plans. 5. The Predesign Report as submitted to Ecology will be used as the Engineering Report that is required by King County for the Wastewater Discharge permit application. 6. Any permitting fees will be paid by the City 7 This task does not include any revisions based on permitting agency comments following final submittals. Deliverables The following deliverables /work products will be produced under Task 6: 1. One draft submittal (PDF format) and one final submittal (PDF format) of the Stormwater Site Plan 2. One draft submittal (PDF format) and one final submittal (one hard copy and one PDF file) of the CSWPPP 3. Electronic (PDF or JPG) files of updated figures for the M &O Facility SWPPP 4 One draft submittal (PDF format) and one final submittal (three hard copies and one PDF file) of the Wastewater Discharge permit application and attachments Task 7. Detailed Design The Consultant will prepare design packages for the improvements described above in the Project Description and summarized here: • A new decant building (building) adjacent to the existing decant building • Minor modifications to the existing decant building • Up to four new stormwater facilities (facilities) to improve water quality • Modifications to the existing site drainage infrastructure • Paving currently unpaved yard areas on the west and north side of the site • Minor overflow modifications to the existing stormwater facility near the main site entrance Detailed design packages will include design plans, technical specifications, and estimate of probable construction costs. The building design will include associated site improvements (e.g., grading, paving restoration, utility relocation, etc.). Building design will also confirm decant building sizing based on anticipated weights /volumes of materials to be received and assumptions of holding time in the bins. The facility design will include evaluation of the existing drainage system, design of system modifications to redirect flows to the stormwater facilities, stormwater facility sizing, outlet control design, site grading and pavement design, temporary and permanent erosion control, and planting. The plans will include a cover sheet; an overall site plan showing the general layout and extent of the work; plan sheets showing layout and elevations of the piping, structures, and equipment for each component of the work; and applicable design details. The plans will show dimensions, materials of construction, and component sizing. Project technical specifications will be prepared using a combination of City, WSDOT Special Provisions, and Construction Specifications Institute (CSI) formats. 3/20/2014 Page 9 of 19 Exhibit A Scope of Services design with a pre- engineered building vendor The Architect will prepare two building elevations, one with a center column and one without, for review by the design team and City 2. The City will select its preferred building layout following 30% review 3. Prepare electrical one -line diagram for the decant building electrical service modifications. Site Design Prepare Civil drawings for each of the facilities including preliminary layout, sizing, and routing, for the site discharge alignment. The site discharge will be through a new line that will be installed north of the existing system and south of the adjacent properties' north property line. The new line alignment will require construction through the adjacent property A total of 23 drawings are anticipated to be included in the 30% Submittal as follows: General (2 Sheets): Cover Sheet, Vicinity Map and Sheet Index (1 Sheet) Legend, Abbreviations, Survey Datum, Horizontal Control and General Notes (1 Sheet) Civil (16 Sheets): Overall Site Plan (1 Sheet at 1" = 40') Drainage Facility Grading Plans (5 Sheets at 1" = 20') Drainage Profiles and Sections (6 sheets) Discharge Pipe Plan and Profile (1 Sheet) Yard Piping Plan (1 Sheet at 1" = 40') Paving Plan (2 Sheets at 1" = 20') Architectural (1 Sheet): Decant Building Elevations (1 Sheet) Structural (4 Sheets): Foundation Plan with Long Span Pre - Engineered Frame Option (1 Sheet) Foundation Plan with Added Column Option (1 Sheet) Roof Plan with Long Span Pre - Engineered Frame Option (1 Sheet) Roof Plan with Added Column Option (1 Sheet) Electrical (2 Sheets): Building Plan (1 Sheet) One -Line Diagram and Schedules (1 Sheet) Specifications, Bid Items, and Construction Costs 1. Prepare a list of proposed bid items, quantities, and estimate of probable construction costs based on WSDOT Standard Specifications and Auburn Special Provisions. Identify Special Provisions for bid items, if any QA /QC Perform QA /QC design review per Task 3. Information Provided by City The City will provide the following information: 3/2012014 Page 11 of 19 Exhibit A Scope of Services Decant Building Elevations (1 Sheet) Decant Building Sections and Details (1 sheet) Structural (6 Sheets): General Notes (1 Sheet) General Notes - Special Inspections (1 Sheet) Foundation Plan (1 Sheet) Roof Plan (1 Sheet) Foundation Sections and Details (1 Sheet) Steel Framing Sections and Details (1 Sheet) Electrical (7 Sheets): Standard Symbols (1 Sheet) Abbreviations and Legend (2 Sheets) Electrical Details (1 Sheet) Site Plan (1 Sheet) Building Plan (1 Sheet) One -Line Diagram and Schedules (1 Sheet) Specifications, Bid Items, and Construction Costs 1. Prepare 60% level Special Provisions in City standard format (Div 0 through 9 and Appendices) showing changes made to City standard format. 2. Calculate Bid Quantities for Proposal Bid Items 3. Prepare 60% level Estimate of Probable Construction Costs for Proposal Bid Items 4. Prepare 60% level Architectural, Structural, and Electrical CSI format specifications 5. Perform QA /QC design review per Task 3 Deliverables The following deliverables /work products will be produced under Subtask 7.2: 1. 'Eight half -size hard copies, one full size hard copy and electronic PDF copy of design plans 2. Six hard copies, electronic PDF and MS Word (with track changes) copy of the project specifications 3. Eight hard copies, electronic PDF and MS Excel copy of the construction cost estimate 4 Electronic copy of the AutoCAD files in DWF format Subtask 7.3. 95% Final Design The 95% submittal will include all items from the 60% Design submittal with all City review comments received at or following the 60% Design review workshop and all Ecology review comments resolved. All architectural, structural, electrical, and civil plans, specifications and estimates will be finalized. Decant Building Design 1. Prepare 95% level decant building Architectural elevations, sections, and details 2. Prepare 95% Structural drawings, including structural notes; decant building plans, sections, and details; and site retaining wall sections and details 3/20/2014 Page 13 of 19 Exhibit A Scope of Services 3. 99% Engineer's Estimate (electronic MS Excel format) Subtask 7.5. Final Bid Documents The Final Bid Documents submittal will include all items from the 99% submittal with all City review comments received at or following the 99% design review workshop addressed. 1. Prepare Final (Bid- ready) Construction Documents incorporating responses to 99% PS &E comments from City staff 2. Transmit Final (sealed /stamped and signed) Design Plans, Contract Documents, and Estimate of Probable Construction Cost to City for reproduction and bid advertisement. 3. The City will provide reproduction of Construction /Bid Documents, and will transmit one full - size and two half -size copies of plans to the Consultant. Assumptions Subtask 7.5 will be performed under the following assumptions: 1. There is no additional City review following this stage. 2. No additional comments will be generated at this stage. Comments are designed only to verify that responses to 99% final comments were incorporated as mutually agreed. 3. It is mutually agreed that any cost estimate provided by the Consultant will be on a basis of experience and judgment, but because the Consultant has no control over market conditions or bidding procedures, the Consultant cannot warrant that bids or ultimate construction cost will not vary from these cost estimates. Deliverables The following deliverables /work products will be produced under Subtask 7.5: 1. Final Plans (24 -by -36 -inch original on 4- mil'Mylar, sealed by a Professional Engineer licensed in Washington State, not photocopied, and electronically in AutoCAD 2012 format with all external references bound) 2. Final Contract Documents (one camera -ready original sealed by a Professional Engineer licensed in Washington State and electronic files in both PDF and Word formats) 3. Engineer's Estimate (one camera -ready original sealed by a Professional Engineer licensed in Washington State and electronically in both City standard Excel format and PDF) 4 Quantity takeoff sheet (electronically in Excel format) Task 8. 0 &M Plan and QAP The documents to be prepared under this task will assist the City in complying with requirements of the Ecology Grant. The documents include an 0 &M Plan and a Construction Quality Assurance Plan (QAP). This task does not include preparation of any other grant- related documents, such as the Project Completion Form or Completion Report. The Consultant will prepare an 0 &M Plan for the M &0 Facility, including a system description and operation procedures for the decant building and the site's stormwater management features. The 0 &M Plan will use the same format as the M &0 Facility's existing 0 &M Plan, incorporating new elements as needed. The Consultant will also prepare a detailed Construction QAP for submittal to Ecology prior to the start of construction, in compliance with Grant requirements. The selected contractor will update the final QAP to include their construction schedule and contact list of supervising staff 3/20/2014 Page 15 of 19 Exhibit A Scope of Services 1. The City will be the lead for all negotiations with utilities and adjoining property owners regarding construction. Deliverables The following deliverables /work products will be produced under Task 9: 1. Electronic (PDF) submittals for the addenda 2. Bid evaluation comments Task 10 Construction Support Services Objective Assist the City throughout the construction of the project. The City will determine how much involvement it would like the Consultant to have during the construction period. Services noted as Not Optional will be at the City's request to the extent that the proposed budget allows. Services noted as Optional are not included in the proposed budget. These services will not be conducted without written request from the City Additional budget will be authorized by the City to support these services utilizing the Management Reserve Fund if needed. Preconstruction Meeting (Not Optional) Attend Preconstruction Conference at the City of Auburn. Review meeting notes prepared by the City and provide comments, if any Construction Meetings (Optional) Attend up to one on -site construction meeting per month to review and provide input on the progress of the construction activities. Prepare and provide a site observation report documenting items discussed with City staff and observations on significant construction activity and any inconsistencies relative to the design documents. Submittal Review (Not Optional) Review submittals, as requested by the City This includes technical review only and assumes one resubmittal per discipline; submittals as part of Div 0 have not been included. This assumes the following: 1. Electrical will review a single Division 16000 submittal (i.e., multiple commodity item submittals will not be reviewed) and support for other submittals. 2. Architectural will review up to two submittals at 4 hours per submittal. 3. Structural will review up to 10 submittals consisting of concrete materials, miscellaneous metals, pre- engineered building, and testing reports at 4 hours per submittal. Requests for Information (RFIs) (Optional) Respond to RFIs as requested by the City during the course of construction. Transmit responses to the City in written and /or plan format. Change Orders (Optional) Review change proposals and develop required information for change orders (COs) involving the technical content of the design. If work under this task requires a design modification, the Consultant will prepare necessary drawings (stamped and signed) and supporting information. Deliverables include responses to COs, drawings, specifications, and cost estimates. 3/20/2014 Page 17 of 19 Exhibit A Scope of Services The following deliverables /work products will Optional tasks: 1. RFI responses 2. CO documents 3. Site visit observation reports be produced under Task 10 upon approval of 3/20/2014 Page 19 of 19 Exhibit A. Scope of Services EXHIBIT B BUDGET Exhibit B Agreement No. AG -C -450 010 Project Management 170 46 8 0 0 0 120 120 37,130 001 Project Management 164 40 8 0 0 0 120 120 35,406 002 PMP/ FWSP 6 6 - 0 0 0 0 0 1,724 020 Meetings and Workshops 26 8 - 0 0 0 250 260 15,168 030 QAIQC 22 18 - 0 0 0 0 0 15,763 040 Geotechnical Services - - - I 29,500 0 29,500 29,500 30,385 30,385 050 Hydrologic & Hydraulic Modeling 4 - - 0 0 0 0 0 8,014 060 Permitting 6 6 - 0 0 0 0 0 22,660 070 Detailed Design 52 18 - 1 0 16,500 16,500 16,500 16,995 239,944 001 Civil 48 16 - 0 0 0 0 0 124,445 002 Architectural- KPG - - - 0 16,500 16,500 16,500 16,995 16,995 003 Structural - - - 0 0 0 0 0 50,247 004 Electrical - - - 0 0 0 0 0 22,818 005 Cost Estimate 4 2 - 0 0 0 0 0 25,439 080 O &M Plan and OAP 4 - - 0 0 0 0 0 13,473 090 Bid Support Services (Optional) - - - 0 0 0 0 0 0 100 Construction Support 8 2 - 0 1,650 1,650 1,900 1,950 20,498 001 Pre - Construction Meeting 4 - - 0 0 0 250 250 962 002 Submittal Review - - - 0 600 600 600 618 7,104 003 Record Drawing - - - 0 1,050 1,050 1,050 1,082 10,974 004 Close Out 4 2 - 0 0 0 0 0 1,458 GRAND TOTAL 292 98 8 29,500 18,150 47,650 48,270 49,700 403,035 Hours and Dollars are rounded to nearest whole number EXHIBIT C FEE SCHEDULE ** Capped Rate Labor Rates Expense Rates Expense Category Billing Rate 2014 Raw Current IRS rate Outside Services or Subconsultants Billing Rate 2013 -2014 Name Title Rate Overhead Fee before APC Billing Rate with APC SEATTLE 180.08% 30.00% $6.72 Anderson, Gary Managing $6495 11696 1949 $20140 $208.12 En ineer Bergdolt, David Managing $6734 121 27 20.20 $20881 $215.53 Engineer Brittain, Bryan Supervising $4906 88.35 1472 $152.13 $158.85 Designer Gordon, Donald Supervising $5644 101 64 16.93 $17501 $181 73 Construction Engineer Lambert, Adam CAD Operator II $21 17 38.12 6.35 $65.64 $72.36 Lau, Chun Supervising $5997 10799 1799 $18595 $192.67 Engineer Mantz, Robert Principal Engineer $58.86 10600 1766 $182.51 $189.23 Matthews, James Vice President $6705 12074 2012 $20791 $214.63 Mazzotti, Gino Engineer III $3089 5563 9.27 $95.78 $102.50 Melton, Erin Project Analyst $3313 5966 994 $102.73 $10945 Manager I Neal, Amy Principal Engineer $4549 81 92 1365 $141 06 $14778 On , Hue Principal Designer $40.32 72.61 12.10 $12502 $131 74 Paulson, Joel Supervising $55.22 9944 1657 $171.23 $17795 Engineer Rundall, John ** Managing $8000 14406 2400 $18000 $18672 Engineer Saltanovitz, Katherine Senior Engineer $41 81 7529 12.54 $12964 $13636 Tanner, Steven Designer $32.09 5779 963 $9950 $106.22 Twenter, Justin Principal Engineer $48.30 8698 1449 1 $14977 $15649 ** Capped Rate Labor Rates Expense Rates Expense Category Billing Rate Mileage Current IRS rate Outside Services or Subconsultants Cost + 3% Transportation by Public Carrier Cost + 3% Exhibit C Agreement No AG -C -450 Page 1 of 1 City of Auburn 25 West Main Auburn WA 98001 Attn. Scott Nutter (Project Engineer) Agency Agreement # AG -C -010 SAMPLE INVOICE Invoice # 5222 Progress Payment # 2 Invoice Date. February 10, 2002 Project Name' Thomas Nelson Farm Project # PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 1 $ 12500 $ 12500 Carla Maker, Architect 5 $ 7200 $ 14400 Joe Smith, Word Processing 10 $ 48.00 $ 48000 Consultant Personnel_ Subtotal 10 $ $ 749.00 Expenses see attached documentation Charges Multi lier Amount Mike Jones, Principal in Charge 20 miles x1 1 $ 759 Carla Maker, Architect $ 30 00 x1 1 $ 3300 Joe Smith, Word Processing $ 29.00 x1 1 $ 31.90 Consultant Expenses Subtotal 10 $ $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc, Civil Engineer 10 $ 100.00 $ 1,000A0 Electrical Consulting, Electrical Engineer 5 $ 100.00 25% 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,00000 Moving Company, Moving Consultant 2 $ 50.00 $ 1,025.00 10000 Subconsultant Subtotal $ 19,793.51 $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE CONTRACT BREAKDOWN $ 821 49 $ 2,860,00 $ 3,681 49 Task Amount Authorized Prior Invoiced This Invoice Total invoiced To Date % Expend d % Completed Amount I Remaining Original Contract $ 22,000.00 $ 1,025 00 $ 2,681 49 $ 3,70649 20% 25% $ 18,293 51 MRF* 2,500.00 0.00 1,00000 1,0000 00 40% 45% 1,50000 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note. MRF= Management Reserve Fund * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Exhibit D Agreement No AG -C -450 Page 2 of 2 CITY OF * AUBURN Nancy Backus,Mayor. WASH I NGTTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov *253-931-3000 April 14, 2014 Joel Paulson Brown and Caldwell, Inc. 701 Pike Street, Suite 1200 Seattle, WA 98101 RE: Agreement No. AG-C-450 Project No. CP1320, Maintenance and Operation Storm Drainage Improvement Project Notice to Proceed Dear Mr. Paulson: Regarding Agreement No. AG-C-450, we received the certificate of insurance and this letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $448,035.00 and has a completion date of June 30, 2015. For the City's tracking and record keeping purposes, please reference AG-C-450 and Project No. CP1320 on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5034. Sincerely, Seth Wickstrom Project Engineer Community Development & Public Works Department SW/ja/mh cc: Dani Daskam, City Clerk AG-C-450 CP1320 (File 2.20) AUBURN * MORE TI-IAN YOU IMAGINED 0 L\ q 2, .Ilc GI AMENDMENT #1 TO AGREEMENT NO. AG-C-450 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL RELATING TO PROJECT NO. CP1320, M & 0 STORM DRAINAGE IMPROVEMENTS THIS AMENDMENT is made and entered into this \S'day of _„ z_ , 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and BROWN & CALDWELL (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-450 executed on the 31st day of March, 2014. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2015. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-450 executed on the 31st day of March, 2014 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. BROWN CALDWELL CITY OF AUBURN By: 6l Pt' Authorized signature N.ncy Backu ayor ATTEST (Optional): ATTEST: By: _ Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approved as to form: 1 Attorney for (Other Party) Daniel :. -'., Auburn City Attorney Amendment No. 1 for Agreement No. AG-C-450 Brown & Caldwell Page 1 of 1