Loading...
HomeMy WebLinkAboutCP1926 #20-02 2020 Arterial Street Preservation (15th St. NW) CITY OF 1\I1.J B U J 1 4 Nancy Backus,Mayor WASH I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253 931 3000 June 3, 2020 CERTIFIED MAIL RETURN RECEIPT REQUESTED Emilee Muir Road Construction Northwest, Inc. PO Box 2228 Renton, WA 98056 RE: Award of Contract No. 20-02 Project No. CP1926, 2020 Arterial Street Preservation (15th St. NW) Letter of Award Dear Emilee Muir: Bids for construction of the above-referenced project were opened by the City Clerk at Auburn City Hall on Tuesday, May 5, 2020, at 11:00 a.m. Nine (9) responsive bids were received and have been tabulated. Your firm submitted the lowest responsible bid. The total award amount of base bid including additive schedule amount and Washington State sales tax is $1,167,031.80. On May 20, 2020, the Public Works Director awarded this project to your firm. This letter serves as your notification of award for the subject project and is a contract specification. Please execute and return the following contract documents and other required information to the attention of Jenny Sebero, Contract Administration Specialist, within seven (7) calendar days after receiving this letter of award: a) Contract, in duplicate. b) Contract Bond, in duplicate. c) Power of Attorney for your bonding company, in duplicate. d) Certificate(s) of insurance naming the City of Auburn as additional insured, in duplicate, for all required insurance coverages. Please include the Contract Number, Project Number and Project Name on the certificate(s). e) Escrow Agreement, in triplicate; OR Bond In Lieu of Retainage, in duplicate; OR Escrow Agreement for Retainage Declined, in duplicate. A pre-construction conference (pre-con) has been scheduled virtually on MS Teams for 10:00 a.m., Thursday, June 11, 2020. A link to join the meeting will be provided to you via email. The City requires that the Contractor have the appropriate personnel attend the pre- construction meeting. This would include, at a minimum, the project manager and the on- site superintendent. The Contractor is encouraged to include any of their staff or sub- contractor staff they feel are critical to the project. ENG-006-ELH, Revised 02/19 AUBURN * MORE THAN YOU IMAGINED Road Construction Northwest, Inc. June 1, 2020 Page 2 of 2 The Contractor shall prepare and submit electronically 1 working day prior to the preconstruction conference, the following, per Section 9-38 (Submittal Approval): a) Preliminary Progress Schedule. b) Breakdown of lump sum items except for Traffic Control Supervisor, Mobilization and Record Drawings, SPCC Plan, and COVID-19 Health and Safety Plan. In addition, the Contractor shall prepare and submit electronically 1 working day prior to the preconstruction conference: a) Requests to Sublet for all remaining subcontractors not included in the bid submittal which must be approved prior to payment. b) Emergency call list. c) A schedule of equipment and labor rates, as outlined in Section 1-09.6 (Force Account)to be utilized in the event of any Force Account activities. As noted in the contract documents, a Notice to Proceed will be issued within five (5) working days of the contract execution date, which is the date the contract has been fully executed by the City. If you do not have a current Business License to work in the City of Auburn, you can submit your application electronically via email. Business License applications can be found on the City's website by hovering over the 'Businesses' tab on the homepage and selecting 'Permits and Licenses'. All subcontractors and lower tier subcontractors working on the project must also have a City of Auburn Business License. Please contact me at 253-804-5034, or the Contracts Administration Specialist, Jenny Sebero at 253-931-3012 with any contract administration related questions. Sincerely, Seth Wickstrom, P.E. Project Engineer Public Works Department SW/js/as Enclosures cc: Shawn Campbell, City Clerk Jamie Roberts, Project Inspector File 13.11 (CP1926) Electronic Distribution Only ENG-006-ELH, Revised 02/19 AUBURN * MORE THAN YOU IMAGINED CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 DATE: April 28, 2020 Project Number CP1926, Contract No. 20-02 2020 Arterial Street Preservation (15th St NW) Bid Opening Date: May 5, 2020 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: BID PROPOSAL PACKAGE: REPLACE the Proposal Form in the original Bid Proposal Package with the attached Revised Proposal Form. The following is a summary of changes to the Original Proposal Form: 1. Bid Item No. 78 (Tapping Sleeve and Valve Assembly 16 x 24 In.) on page 6 of the Proposal Form is deleted and the subsequent Bid Item numbers have been revised. 2. The quantities have been revised on pages 5 through 7 of the Proposal Form for the following Bid Items: Bid Description Original Revised Unit Item Quantity Quantity 66 HMA Cl. 1/2-inch PG 58H-22 450 420 TON 67 Planing Bituminous Pavement 490 160 SY 69 Pipe Zone Bedding 641 600 TON 70 Select Pipe Trench Backfill 379 360 TON 71 Imported Pipe Trench Backfill 632 575 TON 72 Shoring or Extra Excavation Class B 6,105 5,700 SF 73 Connect to Existing Water Main 5 6 EA 77 Special Class 52 Ductile Iron Pipe for 1,200 1,110 LF Water Main, 16 In. Diam. 81 Butterfly Valve, 16 In. Diam. 7 8 EA 99 HMA Cl. 1/2-inch PG 58H-22 560 590 TON 100 Planing Bituminous Pavement 4,670 5000 SY PART 1: GENERAL SPECIAL PROVISIONS: 1. REVISE Section 1-02.9 (Delivery of Proposal) to read: (April 2020 City of Auburn GSP) Delete this section and replace it with the following: The City will not consider proposals it receives after the time fixed for opening bids as specified in Section 1-02.12 (Public Opening of Proposals). Executed "Bid Proposal Package" documents shall be submitted in a sealed envelope provided by the Bidder and hand delivered to the City's Drop Box located outside of the main entrance of City Hall at the following address: City of Auburn — Office of the City Clerk 25 West Main Street Auburn, WA 98001-4998 The Drop Box hours for Bid Proposal Submittals will be available from 8:00 am to 11:00 am the day of the bid opening. Bid proposals placed in the Drop Box after 11 :00 am on the bid opening will be deemed non-responsive and will not be opened or considered. Any supplemental items identified in Section 1-02.9 (Delivery of Proposal) that may be submitted within 48 hours after delivery of the Bid Proposal will be collected at 11:00 am, two (2) working days following the bid opening. The Drop Box will have a sign on the top and front that is marked "CP1926 2020 Arterial Street Preservation (15th St NW)". The sealed Bid Proposal Package envelope shall be plainly marked with the Bidder's firm name, return address and telephone number, and in the lower left hand corner marked with "Sealed Bid for Project CP1926, 2020 Arterial Street Preservation (15th St NW); opening 11 :00 AM PT on May 5, 2020". Proposals may also be sent by mail. Mailed proposals shall be sealed in a second envelope, also addressed and marked as stated above. If the mail option is chosen, it is the Contractor's sole responsibility to ensure that the City receives the Proposal prior to the specified Bid Opening date and time. Proposals received after the specified Bid Opening date and time will be deemed non-responsive and will not be opened or considered. 2. REVISE Section 1-02.12 (Public Opening of Proposals) to read: (April 2020 City of Auburn GSP) Supplement the Section with the following: Per the Governor's Emergency Proclamation 20-28, the City of Auburn is prohibited from holding in-person meetings at this time. City of Auburn Bid Openings will be held virtually and telephonically. To attend the Bid Opening virtually, please click the link or enter the Webinar ID into the Zoom app or call into the meeting at the phone number listed below. The link to the Virtual Meeting or phone number to listen to the Bid Opening for this project is: Please click the link below to join the webinar: https://zoom.us/j/94724100459 Or join by Telephone by dialing: 253 215 8782 or 888 475 4499 (Toll Free) Webinar ID: 947 2410 0459 International numbers available: https://zoom.us/u/adXOiSAFHf 3. REVISE the first paragraph of Section 1-07.4(2) (Health Hazards) to read: COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific comprehensive COVID-19 exposure control, mitigation, and recovery plan in accordance with the Phase 1 Construction Restart COVID-19 Job Site Requirements available at: https://www.governor.wa.gov/sites/default/files/proclamations/20- 25%20Addendum%201mplementation%20of%20Phase%201%20Construction%20Rest art%20Proclamation.pdf. The plan shall be prepared and submitted to the Engineer per Section 9-38 (Submittal Approval) prior to beginning physical Work. The plan submittal shall include the COVID-19 Exposure Control, Mitigation, and Recovery Plan Submittal Form available at: https://www.auburnwa.qov/UserFiles/Servers/Server 11470554/File/City%20HalI/Docu ments/Forms/Health%20Safety%20PIan%20Submittal%20Form.pdf completed and signed by the Contractor. CONTRACT PLANS: REPLACE Plan Sheet Nos. 8, 11 , 13, 15, and 16 with the attached Plan Sheets. The following is a summary of changes to the original Plan Sheets: 1. Sheet number 8 (SITE PREPARATION AND TESC PLAN): a. REVISE limits of the full depth saw cut and pavement removal at the intersection 15th St NW and West Valley Hwy. b. REVISE limits of the area of additive Bid Schedule C work at the intersection 15th St NW and West Valley Hwy. 2. Sheet number 11 (WATER PLAN AND PROVILE): a. REVISE the connection to existing 24" water main at the intersection of 15th St NW and West Valley Hwy. 3. Sheet number 13 (PAVING PLAN): a. REVISE limits of the full depth HMA pavement section at the intersection 15th St NW and West Valley Hwy. b. REVISE limits of the area of additive Bid Schedule C work at the intersection 15th St NW and West Valley Hwy. 4. Sheet number 15 (CHANNELIZATION PLAN): a. REVISE limits of the area of additive Bid Schedule C work at the intersection 15th St NW and West Valley Hwy. 5. Sheet number 16 (ROADWAY SECTIONS AND COMMERCIAL RAMP DETAILS): a. REVISE callout for Roadway Section (STA 2+34.00 TO 3+07.84) to 11" Cement Treated Base 4" CSBC. By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. _1 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Reviewed By: A.,4tivom — • 4/28/20 .10 04/28/2020 Project Manager Date Engineer of Record Date Approved By: 47',..r/Ctrt," 04/28/2020 Jacob Sweeting, P.E. Date City Engineer/Asst. Director of Engineering Services PROPOSAL FORM Page2of9 2020 Arterial Street Preservation (15th St NW) Contract No. 20-02 Project No. CP1926 Schedule A: Street Improvements (Base Bid) Bid Soo Sec. Description Quantity Unit Unit Total Price Item SP No. Price 1 Std 1-04 Minor Changes 20,000 EST $1.00 $20,000.00 2 SP 1-05 Construction Record Drawings (Minimum 1 LS $ $ Bid $500) 3 Std 1-07 SPCC Plan 1 LS $ $ 4 SP 1-07 COVID-19 Health and Safety Plan 1 LS $ $ 5 Std 1-09 Mobilization 1 LS $ $ 6 SP 1-10 Construction Site Sign(s) 1 EA $ $ 7 SP 1-10 Traffic Control Supervisor 1 LS $ $ 8 SP 1-10 Traffic Control Labor(Min. Bid $46.10 per 700 HR $ $ hour) 9 SP 1-10 Portable Changeable Message Sign 14 DAY $ $ 10 SP 1-10 Sequential Arrow Sign 10 DAY $ $ 11 Std 2-01 Clearing and Grubbing 1 LS $ $ 12 SP 2-02 Removal of Asphalt Pavement 80 SY $ $ 13 SP 2-02 Removal of Cement Concrete Flatwork 445 SY $ $ 14 SP 2-02 Removal of Curb and Gutter 870 LF $ $ 15 Std 2-03 Roadway Excavation Including Haul 1,730 CY $ $ 16 Std 4-04 Crushed Surfacing Top Course 30 TON $ $ 17 Std 4-04 Crushed Surfacing Base Course 980 TON $ $ 18 Std 5-04 HMA Cl. 1/2-inch PG 58H-22 1,830 TON $ $ 19 Std 5-04 Planing Bituminous Pavement 30 SY $ $ 20 Std 5-04 Commercial HMA 10 TON $ $ 21 SP 7-05 Manhole Ring and Solid Cover 3 EA $ $ FIRM NAME PROPOSAL FORM Page3of9 2020 Arterial Street Preservation (15th St NW) Contract No. 20-02 Project No. CP1926 Schedule A: Street Improvements (Base Bid) Bid Sotd Sec. Description Quantity Unit Unit Total Price Item SP No. Price 22 Std 7-05 Adjust Manhole 3 EA $ $ 23 Std 7-05 Adjust Catch Basin 2 EA $ $ 24 SP 7-12 Adjust Valve Box 2 EA $ $ 25 Std 8-01 Erosion/Water Pollution Control 10,000 FA $1.00 $10,000.00 26 Std 8-01 ESC Lead 20 DAY $ $ 27 SP 8-01 TESC Plan 1 LS $ $ 28 SP 8-01 General Permit Documentation 1 LS $ $ Compliance 29 Std 8-01 Inlet Protection 11 EA $ $ 30 Std 8-01 Stabilized Construction Entrance 1 SY $ $ 31 SP 8-02 Topsoil Type A 40 CY $ $ 32 Std 8-02 Sod Installation 190 SY $ $ 33 Std 8-04 Cement Conc. Traffic Curb and Gutter 850 LF $ $ 34 Std 8-04 Cement Conc. Pedestrian Curb 120 LF $ $ 35 Std 8-04 Dual-Faced Cement Conc. Traffic Curb 60 LF $ $ and Gutter 36 Std 8-06 Cement Conc. Driveway Entrance Type 2 140 SY $ $ 37 SP 8-09 Raised Pavement Marker Type 2 55 EA $ $ 38 SP 8-13 Monument Type A(Modified) 2 EA $ $ 39 SP 8-14 Cement Conc. Sidewalk 390 SY $ $ Cemen40 Std 8-14 Type At Conc, Curb Ramp Type Parallel 4 EA $ $ 41 SP 8-18 Relocate Type IV N.D.C.B.U. (mailboxes) 1 EA $ $ 42 SP 8-20 Induction Loop Vehicle Detector 26 EA $ $ FIRM NAME PROPOSAL FORM Page4of9 2020 Arterial Street Preservation (15th St NW) Contract No. 20-02 Project No. CP1926 Schedule A: Street Improvements (Base Bid) Bid Sotd Sec. Description Quantity Unit Unit Total Price Item SP No. Price 43 SP 8-20 Temporary Video Detection System 1 LS $ $ Complete 44 SP 8-20 Adjust Existing Junction Box 1 EA $ $ 45 SP 8-21 Relocate Permanent Traffic Sign and Post 1 EA $ $ 46 Std 8-22 Paint Line 1,920 LF $ $ 47 Std 8-22 Painted Wide Lane Line 2,230 LF $ $ 48 Std 8-22 Plastic Crosswalk Line 450 SF $ $ 49 Std 8-22 Plastic Traffic Arrow 9 EA $ $ 50 Std 8-22 Plastic Stop Line 70 LF $ $ 51 Std 8-23 Temporary Pavement Marking -Short 1,000 LF $ $ Duration Subtotal Schedule A $ FIRM NAME PROPOSAL FORM Page5of9 2020 Arterial Street Preservation (15th St NW) Contract No. 20-02 Project No. CP1926 Schedule B: Water Improvements (Base Bid) Bid od r Sec. Description Quantity Unit Unit Total Price Item SP No. Price 52 Std 1-04 Minor Changes 10,000 EST $1.00 $10,000.00 53 SP 1-05 Construction Record Drawings 1 LS $ $ (Minimum Bid $500) 54 SP 1-07 Utility Potholing 5 EA $ $ 55 Std 1-09 Mobilization 1 LS $ $ 56 SP 1-10 Traffic Control Supervisor 1 LS $ $ 57 SP 1-10 Traffic Control Labor(Min. Bid $46.10 750 HR $ $ per hour) 58 SP 1-10 Sequential Arrow Sign 10 DAY $ $ 59 SP 1-10 Portable Changeable Message Sign 10 DAY $ $ 60 SP 1-10 Outside Agency Uniformed Police 2,000 EST $1.00 $2,000.00 Flagging Labor 61 Std 2-02 Removal of Structures and Obstructions 1 LS $ $ 62 SP 2-02 Removal of Cement Concrete Flatwork 30 SY $ $ 63 SP 2-02 Removal of Curb and Gutter 60 LF $ $ 64 Std 2-03 Roadway Excavation Including Haul 40 CY $ $ 65 Std 4-04 Crushed Surfacing Base Course 240 TON $ $ 66 Std 5-04 HMA Cl. 1/2-inch PG 58H-22 420 TON $ $ 67 Std 5-04 Planing Bituminous Pavement 160 SY $ $ 68 SP 7-08 Pipe Foundation Material 30 TON $ $ 69 SP 7-08 Pipe Zone Bedding 600 TON $ $ 70 SP 7-08 Select Pipe Trench Backfill 360 TON $ $ 71 SP 7-08 Imported Pipe Trench Backfill 575 TON $ $ 72 SP 7-08 Shoring or Extra Excavation Class B 5,700 SF $ $ FIRM NAME ADDENDUM NO. 1 PROPOSAL FORM Page6of9 2020 Arterial Street Preservation (15th St NW) Contract No. 20-02 Project No. CP1926 Schedule B: Water Improvements (Base Bid) Bid od rr Sec. Description Quantity Unit Unit Total Price ItemSP No. Price 73 SP 7-09 Connect to Existing Water Main 6 EA $ $ 74 SP 7-09 Special Class 52 Ductile Iron Pipe for 22 LF $ $ Water Main, 6 In. Diam. 75 SP 7-09 Special Class 52 Ductile Iron Pipe for 30 LF $ $ Water Main, 8 In. Diam. 76 SP 7-09 Special Class 52 Ductile Iron Pipe for 125 LF $ $ Water Main, 12 In. Diam. 77 SP 7-09 Special Class 52 Ductile Iron Pipe for 1,110 LF $ $ Water Main, 16 In. Diam. 78 Std 7-12 Gate Valve, 6 in. Diam. 1 EA $ $ 79 Std 7-12 Gate Valve, 8 in. Diam. 1 EA $ $ 80 Std 7-12 Gate Valve, 12 in. Diam. 2 EA $ $ 81 Std 7-12 Butterfly Valve, 16 In. Diam. 8 EA $ $ 82 SP 7-14 Hydrant Assembly 4 EA $ $ 83 SP 7-15 Water Service Connection 3/4 In. Meter 1 EA $ $ with 1 In. Diam. Service Line 84 SP 7-15 Water Service Connection, 1 In. Diam. 7 EA $ $ 85 SP 7-15 Water Service Connection, 1/z In. Diam. 2 EA $ $ 86 Std 8-01 Erosion/Water Pollution Control 5,000 FA $1.00 $5,000.00 87 Std 8-01 ESC Lead 5 DAY $ $ 88 SP 8-02 Topsoil Type A 10 CY $ $ 89 Std 8-02 Sod Installation 20 SY $ $ 90 SP 8-02 Bark Mulch 1 CY $ $ 91 Std 8-04 Cement Conc. Traffic Curb and Gutter 60 LF $ $ 92 SP 8-14 Cement Conc. Sidewalk 30 SY $ $ Subtotal Schedule B $ FIRM NAME ADDENDUM NO. 1 PROPOSAL FORM Page7of9 2020 Arterial Street Preservation (15th St NW) Contract No. 20-02 Project No. CP1926 Schedule C: Street Improvements (Additive Bid) Bid Stdrr Sec. Description Quantity Unit Unit Total Price Item SP No. Price 93 Std 1-09 Mobilization 1 LS $ $ 94 SP 1-10 Traffic Control Supervisor 1 LS $ $ 95 SP 1-10 Traffic Control Labor(Min. Bid $46.10 540 HR $ $ per hour) 96 SP 1-10 Sequential Arrow Sign 5 DAY $ $ 97 SP 1-10 Portable Changeable Message Sign 10 DAY $ $ 98 SP 1-10 Outside Agency Uniformed Police 5000 EST $1.00 $5,000.00 Flagging Labor 99 Std 5-04 HMA Cl. 1/2-inch PG 58H-22 590 TON $ $ 100 Std 5-04 Planing Bituminous Pavement 5000 SY $ $ 101 SP 7-05 Manhole Ring and Solid Cover 2 EA $ $ 102 Std 7-05 Adjust Manhole 2 EA $ $ 103 Std 7-12 Adjust Valve Box 5 EA $ $ 104 Std 8-01 Inlet Protection 4 EA $ $ 105 SP 8-09 Raised Pavement Marker Type 2 100 EA $ $ 106 SP 8-20 Induction Loop Vehicle Detector 17 EA $ $ 107 Std 8-22 Paint Line 3830 LF $ $ 108 Std 8-22 Painted Wide Lane Line 670 LF $ $ 109 Std 8-22 Plastic Crosswalk Line 260 SF $ $ 110 Std 8-22 Plastic Traffic Arrow 6 EA $ $ 111 Std 8-22 Plastic Traffic Letter 8 EA $ $ 112 Std 8-22 Plastic Stop Line 35 LF $ $ 113 Std 8-23 Temporary Pavement Marking -Short 3150 LF $ $ Duration Subtotal Schedule C $ FIRM NAME ADDENDUM NO. 1 PROPOSAL FORM Page8of9 2020 Arterial Street Preservation (15th St NW) Contract No. 20-02 Project No. CP1926 Bid Summary: Subtotal Schedule A: Street Improvements (Base Bid) $ Subtotal Schedule B: Water Improvements (Base Bid) $ WA State Sales Tax Schedule B (10.0%) $ Subtotal Schedule C: Street Improvements (Additive Bid) $ Total Gross Bid $ (Subtotal Schedule A+ Subtotal Schedule B + Sales Tax Schedule B) Total Gross Bid with Additive Bid $ (Total Gross Bid + Subtotal Schedule C) If sales tax is shown for a schedule above sales tax should not be included in bid item prices for that schedule (Rule 170). If sales tax is not identified above Contractor shall include appropriate sales tax in each bid item price as applicable (Rule 171). RECEIPT OF ADDENDA. I certify and acknowledge receipt of the following Addenda to the Bid Documents and that due consideration thereof has been used in preparing and submitting this Bid Proposal. Addendum Date of Receipt Signed No. of Addendum Acknowledgment 1 2 3 4 (NOTE: Failure to herein acknowledge receipt of the addenda may be considered an irregularity in this proposal.) FIRM NAME PROPOSAL FORM Page9of9 2020 Arterial Street Preservation (15th St NW) Contract No. 20-02 Project No. CP1926 Submitted by: I certify under penalty of perjury under the laws of the State of Washington that I am the official authorized to submit this Bid Proposal on behalf of: FIRM NAME: Address: Phone #: Email: Authorized Official: Title: (Please print name) Date: (Signature) Authorized Official: Title: (Please print name) Date: (Signature) Place of Execution: City and State NOTE: 1 . Bidder is a(n): [ ] Corporation [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Other 2. If the bidder is a corporation, its duly authorized officials must execute this proposal. Incorporated in the State of State Contractor State Contractor License #: License Expiration Date: State Unified Business Employment Security Identifier (UBI) #: Department#: State Excise Tax Registration #: Federal Tax ID #: Construction Contractors: Please use the following City of Auburn Tax Code Numbers on retail sales where the labor and services are primarily performed in Auburn; 1. Number 1702 when the work is performed in King County 2. Number 2724 when the work is performed in Pierce County Submit Bid Proposal to: Office of City Clerk City of Auburn 25 West Main Street Auburn, WA. 98001-4998 CONSTRUCTION NOTES'. __— Kaa.MaT IRAYOYKW W @ W1 - - lvrRu®.MULL.A.uuYr 2 _- 1.5•39.71 MAY u f ® 6f AR a.KL� a„L~ J, �b QTr ..,a,w...FnMO 11wTn aaa+a v.iui.aax a s.w.T.1w u L�w tg 151H n 1111 T>ur u ..A Q. .EEM.,a.M MAI. �e MORAL.g• 1sn1 n NW s X.f 1Nra Y MT �1��-�--�_ r 1 To �rrrrrrrr. __ i ax,a* ,a*.>XiIL 4 1E0111 MDR W MOLT.W' ter a.m.. za PLAN LEGEND'.la 0 20 ,0 ScALE IN FEET MN. WOW arwM.o MAI 1-30.10-021. uta 1 1 ,nrr..m.r=t T / 00100 COMMA ROM.10 .. TOKREL MOW.MOT M`Ku m w Mmmom.Or r. OW.COMM 1 WWII.TO POURG. IN W 13111 n NM ® GL o.o�"'d*r L"'ia g MD Of MIME WI IMO.C WMI _-- KEY now e I 21/ 40 PLAN181 RSuNED Mrs.SORES A.Mu SCALE IN FEETK Ywm sc.0=:1.arWORE ". �•'• -^°^ °an1i4 B+' 9M REVIEWED 9Y 2020 ARTERIAL STREET PRESERVATION CPez9 51 /\ .mm ruL ownt wawa u.s wo r.v mow[v a vFo.ECT ruruaER. adeno E ,/ s J., � �... 15TH ST NW 1win.a /�, LV1�L�17 sy.wi.. ow SITE PREPARATION AND TESC PLAN xr 4� - i�� w1mR1011 STA 11+50 TO STA 22+00 onoz s.w W.W.I,vmpa...OW ...,,..�..��� MEET e 0//191020 ar ie m11Mi ,11.7v * \______ WATER METER TABLE CONSTRUCTION NOTES. YEIER M1 MEM O.ICIER S COMM p,]wl.l aq..l ) 1, j aura Mt.sm..moan 1[10.WM.RR aa. C......1............. r MT Mn I n as M..y.Mem Mt.6Ma, a HcaT1na . ErSee rnLL a. (Oft 15-1A1 A.0-13.2 PSCOMOICT TO ,a... p v II caw r 4.2x6 Mn a..¢4.0.11 112../001001.>a� RA"WV a1u1 as 1001 1180. rony or yam=moo s _ - _'I�,,.1u..,ur v p p ,a.m,t„<v p,- 02. 10 wINDI PUS/LLry,aaM 1w1� OMNI ° ,.M.., lam No kW. _,.41. W - 1511 57 111 . no 1501 ST NW 1 Or ,.1.. 'POOL 0 MOW o....... S 0,..0.11.„n•a O. .4%1 v r� m ©.00 mayor Mo cRM y coma 101112 10 CM G I ` BBy� bs �O ` ®WorasOd....S. 'Yawn ,a...m 0021011 a1,r ?WC.aax M,m n 1 M L! it 101WE LAS PM CT OO ,4 eOr A.1R r M. uo. maga Tow am am or mama an. OR VAL.1100041.0.111 WM. m a.Y H -Ra.R,W . A srr uMarmy, I y,m(1 4 20 Ec.tF 1'-a.0' .0 yo WALE IN FEET .c R ST NW WATER PROFILE ®mow ROM= •. n' ® �' .ntr.m ,_v.man.WAS Py wi ,o „ , , ..., , ,, 7.,jis:'r jj = eRaE, IN k / i m 4.1..,...„.„.... • NT d 'c',w Mw,rJ al,-1:—/ mann3M. '° °c'fw�uR i i G s. I ,za. 11« I-0 II— 1wm '+0 ,ww aw aw wn nw PIKE ST NW WATER PROFILE �1er NAP ROADWAY PROFILE �"� m Tau .wcw # SCALE r. C.W`MVOLI0 ^ pu: B«.o0 c00s1.1ed er: REVIEWED ev CP1B28 1 /'\ w/.Emma�s a mord gr n 04.0a.020 ..� MALT x.11.811 2020 ARTERIAL STREET PRESERVATION 1 M _ _�l.• -,,wl.z - aATETO 15TH ST NW wo1.14 nSCALE sy,.,,1. WA7ER PLAN AND PROFILE r .RWMB wu1UNGTCN STA 12+00 TO STA 14+00 /IN/103 C[ 1..,,,.fvmlvm ick.MmP . wMa MW6.,r 1 Y� A........00.0 06/1812020 SRN W0, 18 • I Iii `�----- CONSTRUCTION NOTES'0 mom,Demo to� III 01314/110.01100. t.w4A 25.13.LT " .. trra.I,us'LI ________—__—_13441.41.41, 0War .11a 13141/1,WA( 14 0 __ � O, v—-—IND.A DS'v u' T IMMO.iD'u Om—T I�Io-a Mo WT.a 41124 draft.ma'LT rt am we Ort IVMM PI , IMD.11 Ira'a VTR Il Ste_ P NW COW?mew wmona 51 151H ST IIN �MraAAtY O ' > ly 0-`a O1.7 � 1a.nn1 nwr w '(--- saw. O - �_ 1511 Sr MN N$ O 0.T ALL 111.01-4.33 COO/coomerE /WM IOW eN IWI O`. �T) U 11 O .101vv —'I—.—___ „� _.A__-.�_-_; °awn v'.. I _(yam — Q II - �,+,� Mrle m 01 011.•0 �....... _ .—.. raz. .i... o� 13443..31.1111f NM”aI R 1.44301 00/W Of �•-_ Mel Aa Y I.I. me 1}1.111/1.6143 of 14400.•Ma'R i_.__.._.:�'1r 0 0000 r---I r - 1 1101•11F11411 FAL I.I. • 4'7: 1'. r LW.011/11 WO�o•wI.Y SCALE IN FEET e 4•00 eV mconnt n0• .ow 1.01 11.1.1_1.,Hnrrs 1.,14,4W 4143•101101 01.411001 1/0 43 F•100 1140.01 WI LT 4/ I4440.4 wr u-/. a-urDa ..r ..u1/.mar v- >�.x0111 v 1 WO1 WW1 MO,.o FP W. MT.aa 1.I..I,T 8-- 1 + 1571.1 ST NW a ,..A..I...011 Di, g /1.304 MT 2140.0.1., D 111.01 as D , NT 1 Oa 110 IOW 00 WS MI 1 i --.._ _-1111_ , — r . _ PI i1 $ --• KEY MAP 20 10 0 20 40 5--,:g1:4-480 LA m 0111100111.011R9.4E44 FEET uu ow,K ,c�03 AM. Rsvlsv�o er 2020 ARTERIAL STREET PRESERVATION p .147/as 4111—III I.I....v.o I1/.o am.<.o. . ...DATE, \ v .�cr N.N.aea 15TH ST NW cP19ze 4 1111 m �s,�'��` a_l �,+�1.11 011.00101 ^1 —,. 1,1. 370 so Manage, PAVING PLAN --a, a .Ie1.1�...®a.a., 7 77��� p�KM�p1 SRA W Vom,Pessocit STA 11+50 TO STA 22+000.104T 13 cvloz 1111....�.a.o 04/20/2020 o I8 tia%1.4 .�� 1 GHANNEL17ATION NOTES. V • \ »ia, 1 = 0moo um I-M wow a..w. --—resew wM tFitFi./wOOO w l,t. i i I.1M PLO.►ii•1 //.�\\.. 0 OM,YM�RIM Y M,YW 001, v ,s.,.,�Li p,• /W, «R tl ..,ems f«lT O warn MOWNTR re 17,1. mum MINIM v p p p IIIc. oV C�� a ar u- O NM OCTAL RMwnalo R,I, -� 00100110111111r. p'ppp•646.3.a ,»,�.sew LIo »,>x v _ ^w — — — 1 a.�v ts�=tea y o,,....�v o MONO WO K,.� W � O ,•6•117. , =7 C7 GQ mew .MR MR,.re..a 9 Ei�� �- wear + ,..a'+"`ao _ =C:. ti 1.40.4...t.r'.00 0 © MK Rte',-^ Mnw"'. ....“_ 0 0 ��� 6.7, o v,� -sty �u��, O ^� .,'uI",Iwl' i w e a l�7�� o ..., a1. �— - mo.x,a woo or.M.,. _______ - ' oB _ _ »aa R \ 0 SIGNALIZATION NOTES: tw•1t4 I .IM p�S • (DOW.�1 1P Miff , r 1 �uup o»ir.,..R ppp0 ..�___ --- . -,.� No MONO w,...,_~._ 1 wt,}t,sx R X5:7 »i•1�ns `v LECENG ta..a.p,..:, r `--- ------------------- II MOM -OMNI C WOO CJ rQ t senP�p. sus v SCALE IN FEET LOOP LOCATION TABLE LOOP LOCATION TABLE yy ._ 91.LT we WO 1:31=111711113MRs . M --._ "C) MC,WM. COI 1=I=ICMECIM y% ,u.1.100.46 W ©®®©■ RMI OSI ©■ 1=mpg 1-C i r.•t, Lirrx LT ::mewer :: mmmio — — — R. .� o®mom© R.,a•1,�,.,.' `�w,Itg,wrV n+*R t...v Rye'�. WA(We ©�mN© 1sK ST- Itt R I I r,wu I �A'IMS,. we S WI.NAV INT MO a 1,» 8. w r - i0 A - ,,as•e yam+..me. s maw u MU rad 1111 atm frt r,NT i� IQ't«ae.ase ` Lir.ur-w , 17..a iIr or • .. �M--III- e w w KEY MAP PSAPLEASE C.WORE YOu CIO SCALE IN FEET d "Q Date �AMA 01��a1 co„.„,;,;;;I0' �Y DATE _ * EVIE MANAGER-PROJECT 2020 ARTERIAL STREET PRESERVATION CP,929 r .,.. tmt:.f� �, - zu%o 15TH ST NW Mise sq CHANNELIZATION PLAN - u ova,. t �. .MAOaGIaK STA 12+00 TO STA 22+00 CM102 p.,rE.,vm.• I 3 k¢om.PmMe1M ne 15 Cr., 3.3.3..3., Od12812020 a 13 _5}v f---.r H ' �'Y w Y fThSTNW e 10.0141 sdi P 1 �1 uu n 61•1100•44 14.1.1 •1 S110.00011T.NI I `�I MOD." � arArrr .cwv ~ per° �ir�u[ _ �__—_I�= — _f�O bN--- w�14�MU 1. �s OP 1A11111% w.u.a j e0.UA6 .�= �M ROADWAY SECTION(STA 2+34.00 TO 3+07.84) Om NTS ®COMMERCIAL/INDUSTRIAL DRIVEWAY 1 IOU At PM SCALE I 5 C15.0 Elf w w sr t arwwp I LAM u•� tes i ma 15TH ST NW ,wl `,may to ti. \ ti n.a .,.� N 7-AMR OA i MAO ° .�.. ,s. A DM ILD. �.: led MOM DAL Lo mac•KA DAMN ALM IJ�Jan rwr.A.MI 'b / .�" •011.410.1 CI M,,,,,._-.1, va.aMa M J �.�. oaL J�a�. ` a S *1,..� 1 ... .T.m ,ami ------- - - ROADWAY SECTION(STA 3+07.84 TO 13+37.73) O w5 pay a a mna ' 'I Oa WO Wag ewW) EL REM ,\ MS iLS 15Th ST NW ©COMMERCIAL I INDUSTRIAL DRIVEWAY() ,woo main - s a Ifusaa r ()COMMERCIAL ,-•S O,ae• ) ti• Ell .t i / u a ,.a ra s _ 4r • • a . _ a 1100.1.111-7 1_•.., Mt LEIS kla 61.4 L 1.04•61 Ma,M4ODLOU)EL ®COMMERCIAL/INDUSTRIAL DRIVEWAY 3 'rw�_i•s .uN ww SE I NeA 0*. - +ro.•J B... p (�room MM.m,WARD WM 9Th MELNM. ` REVIEWEw° AROACT BE 2020 ARTERIAL STREET PRESERVATION MIT la cnofCi MAruoEn G� ,i 926 a "'••.. 0.,... '� - 1<m Ai *Wlw-- ._ 15TH ST NW UMW sc. ,AURN ROADWAY SECTIONS AND COMMERCIAL RAMP DETAILS AND DETAILS CR"' MAW ia. `�__ Self oW 4, p �/. WAiNINGION c..°p°.Vm1.q MEW. i. - .o..•....®mn 04l28I2020 e v 1e CITY OF kAUBNancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 July 6, 2020 CERTIFIED MAIL RETURN RECEIPT REQUESTED Emilee Muir Road Construction Northwest, Inc. PO Box 2228 Renton, WA 98056 NOTICE TO PROCEED RE: CP1926, 2020 Arterial Street Preservation (15th St NW), Contract#20-02 You are hereby notified to proceed as of July 10, 2020 with the work on the above- referenced project, within the time period specified, in accordance with the provisions of the contract documents, copy enclosed. Your first working day will be July 13, 2020.This project has 65 working days for completion. This Notice to Proceed does not authorize any construction or other activity in violation of any law, expressly including the Governor's Emergency Proclamations and related Guidance Memoranda. Active construction activities shall be in accordance with all current criteria and requirements related to Proclamation 20-25. If you have any questions, please contact the inspector for the project, Jamie Roberts at 253-259-6874 or the Contract Administration Specialist, Jenny Sebero at 253-931-3012. Sincerely, Seth Wickstrom, P.E. Project Engineer Public Works Department SW/cw/as Enclosure cc: Shawn Campbell, City Clerk Jacob Sweeting, Assistant Director of Engineering/City Engineer Jamie Roberts, Project Inspector Amanda DeSilver, Contract Admin Supervisor File 13.11 CP1926 ENG-017-ELH, Revised 12/18 AUBURN * MORE THAN YOU IMAGINED CONTRACT Contract No. 20-02 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this day of , 20by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and ROAD CONSTRUCTION NORTHWEST, INC., hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP1926, 2020 Arterial Street Preservation (15th St NW)," 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 CP1926, 2020 Arterial Street Preservation (15th St NW) — installing 1,110 feet of 16-inch diameter water main, rebuilding 1,110 feet of an arterial street and a grind and overlay on 700 feet of an arterial street for a unit, bid price of $1,120,993.00 (one million one hundred twenty thousand nine hundred and ninety-three dollars) and Washington State Sales Tax of $46,038.80 (forty-six thousand thirty-eight dollars and eighty cents) for a total contract value of $1 ,167,031 .80 (one million one hundred sixty-seven thousand thirty-one dollars and eighty cents) 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 65 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 terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. CITY OF AUBURN, WASHINGTON ByPi, `� ., i ncy Backus, Mayor Countersigned: this ' day of..N.,.,,,_a , 24 APPROVED AS TO FORM: ----D04(...,, P 0-...a4r ,, .- Kendra Comeau, City Attorney CONTRACTOR 104 .,rte- et t ftyc r By Y /1:7 President (}tat; ar7''-d Official Signature CONTRACT BOND CONTRACT NO. 20-02 BOND NO. S014813 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, ROAD CONSTRUCTION NORTHWEST, INC., as principal, and Employers Mutual Casualty Company , a corporation, organized and existing under the laws of the State of Iowa 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 $1,167,031.80 (one million, one hundred sixty-seven thousand, thirty-one dollars and eighty cents), for the payment of which sum we jointly and severally bind ourselves and our successors, heirs, administrators or personal representatives as the case may be. This obligation is entered into in pursuance of the Statutes of the State of Washington and the Ordinances of the City of Auburn, Washington. \\ Dated at Auburn, Washington, this'�,i�� Vday of Uvea , 20 V) . Nevertheless, the conditions of the above obligation are such that: WHEREAS, the City of Auburn on the 20th day of May, 2020, let to the above bounden principal a certain Contract. The said Contract being numbered 20-02, and providing for the construction of Project CP1926, 2020 Arterial Street Preservation (15th St NW) - installing 1,110 feet of 16-inch diameter water main, rebuilding 1,110 feet of an arterial street and a grind and overlay on 700 feet of an arterial street (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, if the above bounden principal shall faithfully and truly observed and comply with the terms, conditions, and provisions of said Contract in all respects and shall well and truly and fully do and perform all matters and things by them undertaken to be performed under said Contract, upon the terms proposed therein, and any and all duly authorized modifications of said Contract that may hereafter by made, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the carrying on of said work and shall hold said City of Auburn, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall in all respects faithfully perform said Contract according to law, and shall indemnify and hold the City of Auburn, Washington, harmless from any damage or expense by reason of failure of performance, as specified in said Contract, and The undersigned principal and the undersigned surety present this contract bond related to the Contract, PROVIDED that this document shall not be enforceable unless and until the City of Auburn awards and executes the Contract to the undersigned principal. No obligations under this bond, for the performance of the above-referenced contract, shall be enforceable until the City of Auburn has executed the contract to the undersigned principal. The Surety, hereby agrees that modifications and changes may be made in the terms and provisions of the aforesaid Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Contract Bond in a like amount, such increase; however, not to exceed twenty — five percent (25%) of the original amount of this bond without the consent of the Surety. PROVIDED, however, that after the completion of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this bond, shall be reduced to either ten percent (10%) of the value of the improvements to the City or two thousand dollars ($2,000), whichever is greater, to warranty against defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after Contract Completion. Notwithstanding the reduction of this bond, the principal and surety shall hold the City of Auburn harmless from all defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after Contract Completion, THEN and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions of this bond, that the decisions of the Courts of the State of Washington shall be binding. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this 8th day of June , 20 20 Road Constru, tijon,NT,West, Inc. N. Jetil t!y kattrov c 14rz,,;4‘.1ele. ction Nop ...... (_ Employers Mutual Casualty Company 0116° : Surety SEAL :: cc • c• • . • a. • •• • */•• - %•• • 200 Attorney in Fa Heather L. Allen 47,2;........ H too liestO Propel Insurance PO Box 2940 Tacoma, WA 98401-2940 (253) 759-2200 Resident Agent's Address & Phone Number /EMC P.O. Box 712•Des Moines,Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company,an Iowa Corporation 4. Illinois EMCASCO Insurance Company,an Iowa Corporation 2. EMCASCO Insurance Company,an Iowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation 3. Union Insurance Company of Providence,an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint: HEATHER L. ALLEN its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute the Surety Bond: Any and All Bonds and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1st 2021 ,unless sooner revoked, AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to(1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof;and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her,Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them,to execute and deliver on behalf of the Company.and to attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company.Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company.The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents to be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 1st day of July , 2018 . 44.4/ �f ()( -414.7 Seals Bruce G.Kelle , .''an of Todd Strother ,„,,;rtP^ ;•`tY'8' - Companies 2,3,4,5&6;President Vice President • 'C�'- '2(; j =q�� ; BOND IN LIEU OF RETAINAGE (Retainage Bond -RCW 60.28) Bond No. S014814 KNOW ALL PERSONS BY THESE PRESENTS, THAT Road Construction Northwest, Inc. PO. Box 2228 Renton WA 98056 a corporation organized under the laws of the State of Washington and registered to do business in the State of Washington as a contractor, as Principal, and Employers Mutual Casualty Company a corporation organized under the laws of the State of Iowa and registered to transact business in the State of Washington as surety, as Surety, their heirs, executors, administrators, successors and assigns, are jointly and severally held and bound to the City of Auburn, Washington, hereinafter called CITY, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28, in the sum of five percent (5%) of all amounts earned by the Principal on the contract described below. * THE CONDITIONS OF THIS BOND OBLIGATION ARE THAT: WHEREAS, on the, 9 day of A It tAc. , 2020, the Principal executed Contract No. 20-02 with the CITY for Project Number CP1926, 2020 Arterial Street Preservation (15th St. NW); and WHEREAS, said contract and RCW 60.28 require the CITY to withhold from the Principal the sum of five percent (5%) from monies earned by the Principal on estimates during the progress of the construction, hereinafter referred to as earned retained funds; and *Fifty Six Thousand Forty Nine and 65/100THS ($56,049.65) WHEREAS, the Principal has requested that the CITY not retain any earned retained funds as allowed under RCW 60.28; NOW, THEREFORE, the condition of this obligation is such that the surety is held and bound to the CITY and to the beneficiaries of the trust fund created by RCW 60.28 in the sum of five percent (5%) of the final contract cost which shall include any increases due to change orders, increases in quantities of work, addition of new items of work, or otherwise, hereafter referred to as the final contract cost. If all purposes of RCW 60.28 and all contract obligations are fulfilled, then this obligation shall be null and void; otherwise, it shall remain in full force and effect until release is authorized in writing by the CITY. IT IS FURTHER EXPRESSLY AGREED THAT: 1. The liability of the Surety under this bond shall not exceed five percent (5%) of the final contract cost, if no monies are retained by the CITY pursuant to RCW 60.28 on estimates during the progress of construction. Retainage Bond Page 1 of 3 ENG-050, Revised 9/18 2. In the event this bond ceases to comply with CITY standards, the CITY reserves the right to resume the actual withholding of earned retained funds according to the contractor's designated option for management of retainage under RCW 60.28.011(4). In the event the CITY resumes withholding of earned retained funds, the liability of the Surety under this bond shall not exceed the actual amount of the earned retained funds which were covered by this bond and released by the CITY prior to resumption of actual withholding. 3. The Surety hereby consents to and waives notice of any extension in the time for performance of the contract, assignment of obligations under the contract, or contract alteration, amendment, or change order. 4. Any suit under this bond must be instituted within the time period provided by applicable law with venue in King County, Washington. This bond and any proceeds therefrom shall be subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. 5. Until written release of this obligation by the CITY, this bond may not be terminated or canceled by the Principal or the Surety for any reason. Any extension of time for the Principal's performance on the contract, assignments of obligations under the contract, or any amendment to the contract or change orders of any kind shall not release the Surety from its obligation under this bond. 6. The contractor shall comply with all applicable requirements of RCW 60.28. 7. RCW 60.28 requires the CITY to accept a retainage bond in lieu of withholding earned retained funds and the Surety hereby waives any defense that this bond or bond form is void or otherwise not authorized by law. 8. Any claim or suit against the CITY to foreclose the liens provided for by RCW 60.28 shall be effective against the Principal and Surety and any judgment under 60.28 against the CITY shall be conclusive against the Principal and Surety. WITNESS our hands this 8th day of June , 2020 PRINCIPAL: 001S 15$/ prof %0‘1 i it 0 n °lie % '$03d... ... egAk. Road Construction Northwest, Inc. ("s....0,00/4' lPO Box 2228 to e et S Renton, WA,li056 SEAL : By: . ItiNt • e (Sig naturefof/60 tidd -e•resentative) 11. tcy?,/ Ayer Hi N 1401//11111110- Print/Type Name Retainage Bond Page 2 of 3 ENG-050, Revised 9/18 SURETY: Employers Mutual Casualty Company (Signature of Attorney in-Fa or Surety*) Heather L. Allen (Typed Name of Attorney-in-Fact) Dated 6/8/2020 Local Agent Name, Phone, & Address Propel Insurance PO Box 2940 Tacoma, WA 98401-2940 (253) 759-2200 CITY OF AUBURN: Accepted By: e Jacob S eeting, sistant Dirktor of Engineering/City Engineer Dated: ‘Ag/ZaZ Approved as to form: 7:17)ckko...4,4 P akk Kendra Comeau, City Attorney *This bond must be accompanied by a fully executed Power of Attorney appointing the Attorney-in-Fact before it becomes effective. Retainage Bond Page 3 of 3 ENG-050, Revised 9/18 /EMC P.O. Box 712•Des Moines,Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company,an Iowa Corporation 4. Illinois EMCASCO Insurance Company,an Iowa Corporation 2. EMCASCO Insurance Company,an Iowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation 3. Union Insurance Company of Providence.an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies',each does,by these presents,make,constitute and appoint: HEATHER L. ALLEN its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute the Surety Bond: Any and All Bonds and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1st 2021 ,unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to(1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof;and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her,Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them,to execute and deliver on behalf of the Company,and to attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of Indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company.Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company.The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents to be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 1st day of July , 2018 , g- •d Seal sBruce G.Kelley, t 0,Chc an of Todd Strother ,,, ',,,,,, ;„ ,,,,;,,;„.,, , ,,,,,,',,•., Companies 2,3,4,5&6;President Vice President t+i of Companies 1,2&6;Treasurer of Companies 1,2,3,4&6 SEAL !1.7 ^c 1863 1953 ' IOWA • ''` ?•,,,, ,. " '• On this 1st day of July 2018 before me a Notary Public in and for the • ` `” ' `',, • ' ' ' State of Iowa,personally appeared Bruce G.Kelley and Todd Strother,who,being by me duly sworn,did say that they are,and are known to me to be the CEO,Chairman,President • ¢�,,,,,, ; and Treasurer,anct'or Vice President,.respectively,of each of the Companies above;that ;°'' ` : F{°",'' . w" ^" the seals affixed to this instrument are the seals of said corporations;that said instrument SEAL = �_ SEAL _ was signed and sealed on behalf of each of the Companies by authority of their respective =; Boards of Directors;and that the said Bruce G,Kelley and Todd Strother,as such officers, • ;'••,.,•'; ;•• •H D• "- ;•••••'';;�':' acknowledged the execution of said instrument to be their voluntary act and deed,and the • tow. %0' , "lnIn1ES voluntary act and deed of each of the Companies. My Commission Expires October 10,2022. +p,. ommist111Y OVOVERIDQ 69 • My Canm Tires69 pires October 10,2022Notary and for the State.,'Iowa CERTIFICATE I,James D.Clough,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies,and this Power of Attorney issued pursuant thereto on 1st day of July , 2018 ,are true and correct a ire still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this tT�day of ir Vice President 'qtr/r' 1)„,0 A 4� 7838(9-19) 0000000 W6340 000 SSE 000000-00 "For verification of the authenticity of the Power of Attorney you may call(515)345-2689." CITY.OF ,- ANancy Backus,Mayor U WASHINGTON 25 West Main Street'k:Auburn:WA:98001-4998*:w:ww.auburnwa.gav*253-931-3000 September 16, 2021 CERTIFIED MAIL RETURN RECEIPT REQUESTED George Tucker Road Construction Northwest, Inc. PO Box 2228 Renton, WA 98056 RE: Contract No. 20-02 Project No. CPI926, 2020 Arterial Street Preservation (15th St. NW) Final Pay Estimate Letter Dear George Tucker: Enclosed is your Final Payment in the amount of $0.00. This Final Payment was unilaterally sign on September 16, 2021 in accordance with 1-09.9 (Payments). The total contract amount for this project as shown on your Final Pay Estimate is$1,390,596.92. As stated in the City's letter with the subject"Response to Serial Letter 031 — Response to City of Auburn Unilateral Final Acceptance and Pay Estimate" dated August 24, 2021 and per Section 1-09.11(3) (Time Limitation and Jurisdiction) you have 180 calendar days, from the date the City signed this Final Payment, to submit any claims. Sincerely, ''') ; , --- Seth Wickstrom, P.E. Project Engineer Public Works Department SW/as Enclosure cc: Ryan Vondrak, Capital and Construction Engineering Manager Shawn Campbell, City Clerk Jamie Roberts, Project Inspector File 13.11 (CPI926) • ENG-142-ELH, Revised 02/19, AUBURN* MORE THAN YOU IMAGINED 09/16/2021 ...... . .. . . .. . .Acrn or_ � Construction Contract Final Payment No. 9, Cover Sheet � e /fir ." Wh�SHIN F'ON , Projeo Name:. 2020 Arterial Street Preservation(15th St.NW) Project Number: CP1926 Contractor: RoadConstruction Notthwest,lnc. Pay Period: 7/21/21 -8/11/21 Retainage Option: Bond in lieu of retainage Retainage%(R): 0.000% Final Payment Summary Original Contract Value(A): $1,167,031.80 Contract Change Orders(B): $61,866A9 Current Contract Value(A+B): $1,228,898.29 , Amount Earned to Date Including Tax and Retainage(C): $1,390,596.92 Amount Previously Invoiced Including Tax and Retainage(D): $1,390,596.92 Amount Earned this Period Including Tax and Retainage(E=C-D): $0.00 Previous Sales Tax(X): $58,655.77 Current Period Sales Tax(Y): $0.00 ........................................................................................................................................................................................................................................................................................................................................................................................................ .............................................................................................................................................................. ..... Total Sales Tax(X+Y): $58,655.77 Previous Retainage Amount Held(PR): $0.00 Current Period Retainage Amount(CR=R*[E*(1-T)]): $0.00 Total Retainage Held(PR+CR) .�..�..�,.,....____....._,�._� �� $0.00 Total Payment Amount Less Retainage(E-CR): $0.00 Total Contract Amount Spent Percentage 113.01% By signing below,the Contractor agrees and affirms to the following:"I have reviewed and approved this final pay estimate.l agree that'it is a true and correct statement showing all monies due me from the City of Auburn under this contract;that I havecarefully examined the final pay estimate and understand it and that I hereby release the City of Auburn from any and all claims of whatsoever nature which I may have,arising out of this contract,which are not set forth in this estimate."This final payment does not constitute Final Contract Acceptance/Completion by the City. Contractor: Inspector: Project Manager: City Engineer: James Roberts B Jacob :Sweeting By: 13y: y: Seth Wickstrom i y: Signed: S- ned \ r Signed: ` Si9neelev.( ilUnilaterally Approved0r-' Date: Date. 9-1 bate; Date 5 20`21; 9/16/2021: 9/15%2.021 8/10/2021 Page 1/11 CI .OConstruction Contract Final Payment , No. 9, Schedule A - Street Improvements (Base WASIltiq TO Bid) Project Name: 2020 Arterial Street Preservation(15th St.NW) Project Number: CP1926 Contractor: Road Construction Northwest,Inc. Pay Period: 7/21/21 -8/11/21 Retainage Option: Bond in lieu of retainage Retainage%(R): 0.000% Schedule Sales Tax Rate%(T): 0.000% Summary Original Contract Value(A): $517,151.25 Contract Change Orders(B): $28,755.71 Current Contract Value(A+B): $545,906.96 Amount Earned to Date(C): $612,054.44 Amount Previously Invoiced Including Retainage(D): $612,054.44 ............................................................................................................................................. Amount Earned this Period Including Retainage(E=C-D): $0.00 Previous Sales Tax(X): $0.00 Current Period Sales Tax(Y=E*T): ww $0.00 Total Sales Tax(X+Y): $0.00 Previous Retainage Amount Held(PR): $0.00 Current Period Retainage Amount(CR=R*[E*(1-T)]): $0.00 ..............................................._..............................................................................................................................................................................................................:......................................................................................:.............................................................................................. .................... ............................................................................................... . Total Retainage Held(PR+CR): $0.00 Schedule Payment Amount Less Retainage(E-CR): $0.00 8/10/2021 Page 2/11 City of Auburn-Construction Contract Payment _ Project No.CP1926,Project Name:2020 Arterial Street Preservation'(15th St.NW), • CIT',t',OF * Contract No-2042 Schedule:A-Street Improvements(Base Bid) Payment No.9-Final Sales Tax Rate:0.000% Period Dates:Begin 7/21/21,End 8/11/21 WASHINGTON Previous Current Contract Periods Period Total STD - %Contract Item# or SP Sec# Description Qty Unit Unit Price 1 Qty Amt Qty Amt Qty Amt Quantity CO1-3 SP 8-20 Power Service Complete 1.00 EST $1639845 1.00 $16398451 0.00 $0.00 100 $16,398.45 100.00% C01-2 STD 8-20 Video Detection System 1.00 EST $26,107.26 1.00 $26,107.26 0.00 $0.00 1.00 $26,107.26 100.00% ' Complete ......................................................................................... C01-1 STD 8-03 Automatic Irrigation 1.00 EST $2,500.00 2.13 $5,325.00 0.00 $0.00 2.13 $5,325.00 213.00% System Complete 1 STD 1-04 Minor Changes 20000.00 EST $1.00 21,974.49 $21,974.49 0.00 $0.00 21,974.49 $21,974.49 109.87% 2 SP 1-05 Construction Record 1.00 LS $1,000.00 1.00 $1,000.00 0.00 $0.00 1.00 $1,000.00 100.00% Drawings(Minimum Bid $500) 3 STD 1-07 SPCC Plan 1.00 LS $1,500.00 1.00 $1,500.00 0.00 $0.00 1.00 $1,500.00 100.00% 4 SP 1-07 COVID-19 Health and 1.00 LS $550.00 1.00 $550.00 0.00 $0.00 1.00 $550.00 100.00% Safety Plan 5 STD 1-09 Mobilization 1.00 LS $49,100.00 1 1.00 $49,100.00 0.00 $0.00 1.00 $49,100.00 100.00% 6 SP 1-10 Construction Site Sign(s) 1.00 EA $900.00 1.00 $900.00 0.00 $0.00 1.00 $900.00 100.00% 7 SP 1-10 Traffic Control Supervisor 1.00 LS $5,500.00 1.00 $5,500.00 0.00 $0.00 1.00 $5,500.00 100.00% .................................................._............................................. 8 SP 1-10 Traffic Control Labor(Min. 700.00 HR $55.00 751.00 $41,305.00 0.00 $0.00 751.00 $41,305.00 107.29% Bid$46.10 per hour) 9 SP 1-10 Portable Changeable 14.00 DAY $130.001 10.00 $1,300.00 0.00 $0.00 10.00 $1,300.00 71.43% Message Sign 10 SP 1-10 Sequential Arrow Sign 10.00 DAY $70.00 47.00 $3,290.00 0.00 $0.00 47.00 $3,290.00 470.00% 11 STD 2-01 Clearing and Grubbing 1.00 LS $3,500.00 1.00 $3,500.00 0.00 $0.00 1.00 $3,500.00 100.00% ....................................._..................................... . 12 SP 2-02 Removal of Asphalt 80.00 SY $13.00 86.89 $1,129.57 0.00 $0.00 86.89 $1,129.57 108.61% Pavement 13 SP 2-02 Removal of Cement 445.00 SY $13.00 498.94 $6,486.22 0.00 $0.00 498.94 $6,486.22 Aqu rn 112.12% Concrete Flatwork ..................................................................................... 14 SP 2-02 Removal of Curb and 870.00 LF $6.25 964.50 $6,028.13 0.00 $0.00 964.50 $6,028.13 110.86% Gutter 15 STD 2-03 Roadway Excavation 1730.00 CY $44.00 1,772.00 $77,968.00 0.00 $0.00 1,772.00 $77,968.00 102.43% _Including Haul 1 .. .... 16 STD 4-04 Crushed Surfacing Top 30.00 TON $44.00 30.58 $1,345.52 0.00 $0.00 30.58 $1,345.52 101.93% Course 17 STD 4-04 Crushed Surfacing Base 980.00 TON $38.50 1,432.79 $55,162.42 0.00 $0.00 1,432.79 $55,162.42 146.20% Course f _18 STD5-04 HMA Cl.1/2-inch PG 58H- 1830.00~rvµ TON $79.00 2,202.97 $174,034.63 0.00 $0.00 2,202.97 $174,034.63 120.38% 22 19 STD 5-04 Planing Bituminous 30.00 SY $34.00 30.00 $1,020.00 0.00 $0.00 30.00 $1,020.00 100.00% Pavement ............................................................................................................ 20 STD 5-04 Commercial HMA 10.00 TON $210.00 16.08 $3,376.80 0.00 $0.00 16.08 $3,376.80 160.80% 21 SP 7-05 Manhole Ring and Solid 3.00 EA $475.00 3.00 $1,425.00 0.00 $0.00 3.00 $1,425.00 100.00% Cover 22 STD 7-05 Adjust Manhole 3.00 EA $700.00 3.00 $2,100.00 0.00 $0.00 3.00 $2,100.00 100.00% 23 STD 7-05 Adjust Catch Basin 2.00 EA $700.00 2.00 $1,400.00 0.00 $0.00 2.00 $1,400.00 100.00% ............ 24 SP 7-12 Adjust Valve Box 2.00 EA $550.00 2.00 $1,100.00 0.00 $0.00 2.00 $1,100.00 100.00% 25 STD 8-01 Erosion/Water Pollution 10000.00 FA $1.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% Control 26 STD 8-01 ESC Lead 20.00 DAY $50.00 I 42 00 $2,100.00 0.00 $0 00 42.00 $2,100.00 210.00% 8/10/2021 Page 3/11 27 SP 8-01 TESC Plan 1.00 LS $1,000.00 1.00 $1,000.00 0.00 $0.00 1.00 $1,000.00 100.00% 28 SP 8-01 General Permit 1.00 _ LS $1,700.00 1.00 $1,700.00 0.00 $0.00 1.00 $1,700.00 100.00% Documentation Compliance 29 STD 8-01 Inlet Protection 11.00 EA $85.00 11.00 $935.00 0.00 $0.00 VY 11.00 $935.00 100.00% 30 STD 8-01 Stabilized Construction 1.00 SY $50.00 321.08 $16,054.00 0.00 $0.00 321.08 $16,054.00 32,108.00% Entrance ..................................................._........................................................................... 31 STD 8-02 TopsoilTypeA 40.00 CY $55.00 19.00 $1,045.00 0.00 $0.00 19.00 $1,045.00 47.50% 32 STD 8-02 Sod Installation 190.00 SY $11.50 120.94 $1,390.81 0.00 $0.00 120.94 $1,390.81m 63.65% 33 STD 8-04 Cement Conc.Traffic Curb 850.00 LF $27.50 884.00 $24,310.00 0.00 $0.00 884.00 $24,310.00 104.00% and Gutter 34 STD 8-04 Cement Conc.Pedestrian 120.00 LF $27.50 139.50 $3,836.25 0.00 $0.00 139.50 $3,836.25 116.25% Curb 35 STD 8-04 Dual-Faced Cement Conc. 60.00 LF mm $50.00 44.50 $2,225.00 0.00 $0.00 44.50 $2,225.00 74.17% Traffic Curb and Gutter 36 STD 8-06 Cement Conc.Driveway 140.00 SY $56.00 96.42 $5,399.52 0.00 $0.00 96.42 $5,399.52 68.87% Entrance Type 2 37 SP 8-09 Raised Pavement Marker 55.00 EA $6.25 83.00 $518.75 0.00 $0.00 83.00 $518.75 150.91% Type 2 38 SP 8-13 Monument Type A 2.00 EA $2,200.00 2.00 $4,400.00 0.00 $0.00 2.00 $4,400.00 100.00% (Modified) ............................................................................ ......... . 39 SP 8-14 Cement Conc.Sidewalk 390.00 SY $44.00 391.45 $17,223.80 0.00 $0.00 391.45 $17,223.80 100.37% ........................................................................................................................................................................ 40 STD 8-14 Cement Conc,Curb Ramp 4.00 EA $1,400.00 4.00 $5,600.00 0.00 $0.00 4.00 $5,600.00 100.00% Type Parallel Type A 41 SP 8-18 Relocate Type IV N.D.C.B.U. 1.00 EA $1,325.00 1.00 $1,325.00 0.00 $0.00 1.00 $1,325.00 100.00% (mailboxes) 42 STD 8-20 Induction Loop Vehicle 0.00 EA $625.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 100.00% Detector 43 SP 8-20 Temporary Video Detection 1.00 LS $5,000.00 1.00 $5,000.00 0.00 $0.00 1.00 $5,000.00 100.00% System Complete 44 SP 8-20 Adjust Existing Junction 1.00 EA $525.001 1.00 $525.00 0.00 $0.00 1.00 $525.00 100.00% Box ..................:.................................................................................................................................................................................................................................................................................................................................................................................................................................... 45 SP 8-21 Relocate Permanent Traffic 1.00 EA $310.00 1.00 $310.00 0.00 $0.00 1.00 $310.00 100.00% Sign and Post 46 STD 8-22 Paint Line 1920.00 LF $0.40 2,240.00 $896.00 0.00 $0.00 2,240.00 $896.00 116.67% 47 STD 8-22 Painted Wide Lane Line 2230.00 LF $0.40 2,294.00 $917.60 0.00 $0.00 2,294.00 $917.60 102.87% 48 STD 8-22 Plastic Crosswalk Line 450.00 SF $5.25 412.00 $2,163.00 0.00 $0.00 412.00 $2,163.00 91.56% 49 STD 8-22 Plastic Traffic Arrow 9.00 EA $105.00 21.00 $2,205.00 0.00 $0.00 21.00 $2,205.00 233.33% .................................................................................................................. 50 STD 8-22 Plastic Stop Line 70.00 LF $5.25 66.50 $349.13 0.00 50.00 66.50 5349.13 95.00% 51 STD 8-23 Temporary Pavement 1000.00 LF $0.10 2,991.00 $299.10 0.00 $0.00 2,991.00 $299.10 299.10% Marking-Short Duration ..... Subtotal $545,906.96 Subtotal $612,054.45 Subtotal $0.00 Total%complete 112.12% Tax $0.00 Tax $0.00 Tax $0.00 Total $545,906.96 Total $612,054.44 Total $0.00 8/10/2021 Page 4/11 CITY;QF Construction Contract Final Payment 't.j" I.- '.= -T'-'0. g No. 9, Schedule B - Water Improvements (Base ,,,,b_ WASH INGTO Bid) Project Name: 2020 Arterial Street Preservation(15th St.NW) Project Number: CP1926 Contractor: Road Construction Northwest,Inc. Pay Period: 7/21/21 -8/11/21 Retainage Option: Bond in lieu of retainage Retainage%(R): 0.000% Schedule Sales Tax Rate%(T): 10.100% Summary Original Contract Value(A): $506,426.80 Contract Change Orders(B): $0.00 Current Contract Value(A+B): $506,426.80 Amount Earned to Date(C): $597,830.36 Amount Previously Invoiced Including Retainage(D): $597,830.36 ................................................................... Amount Earned this Period Including Retainage(E=C-D): $0.00 Previous Sales Tax(X): $54,395.99 Current Period Sales Tax(Y=E*T): $0.00 Total Sales Tax(X+Y): $54,395.99 Previous Retainage Amount Held(PR): $0.00 Current Period Retainage Amount(CR=R*[E*(1-T)]): $0.00 Total Retainage Held(PR+CR): $0.00 Schedule Payment Amount Less Retainage(E-CR): $0.00 8/10/2021 Page 5/11 City of Auburn-Construction Contract Payment Project No.CP1926,Project Name:2020 Arterial Street.Preservation(15th St NW), `CITY QF* Contract No.20-02 . ' Schedule:B-Water Improvements(Base Bid) Payment No.9-Final Sales Tax Rate:10.100% Period Dates:Begin 7/21/21,End 8/11/21 M'e ' Wj�SHi-N,017, N Contract 1 Previous Current Periods Period J Total STD %Contract Item# or SP Sec# Description Qty Unit Unit Price Qty Amt Qty Amt Qty Amt Quantity 52 STD 1-04 Minor Changes 10000.00 EST $1.001 56,603.92 $56,603.92 0.00 $0.00 56,603.92 $56,603.92 566.04% 53 SP 1-05 Construction Record 1.00 LS $1,700.00 1.00 $1,700.00 0.00 $0.00 1.00 $1,700.00 100.00% Drawings(Minimum Bid $500) 54 SP 1-07 Utility Potholing 5.00 EA $600.00 24.00 $14,400.00 0.00 $0.00 24.00 $14,400.00 480.00% 55 STD 1-09 Mobilization 1.00 LS $44,440.00 1.00 $44,440.00 0.00 $0.00 1.00 $44,440.00 100.00% 56 SP 1-10 Traffic Control Supervisor 1.00 LS $6,000.00 1.00 $6,000.00 0.00 $0.00 1.00 $6,000.00 100.00% 57 5P 1-10 Traffic Control Labor(Min. 750.00 HR $55.00 776.00 $42,680.00 0.00 $0.00 776.00 $42,680.00 103.47% Bid$46.10 per hour) 58 SP 1-10 Sequential Arrow Sign 10.00 DAY 570.00 63.00 $4,410.00 0.00 $0.00 63.00 $4,410.00 630.00% 59 SP 1-10 Portable Changeable 10.00 DAY $130.00 58.00 $7,540.00 0.00 $0.00 58.00 $7,540.00 580.00% Message Sign 60 SP 1-10 Outside Agency Uniformed 2000.00 EST $1.00 12,521.60 $12,521.60 0.00 $0.00 12,521.60 $12,521.60 626.08% Police Flagging Labor 61 STD 2-02 Removal of Structures and 1.00 LS $7,000.00 1.00 $7,000.00 0.00 $0.00 1.00 $7,000.00 100.00% Obstructions 62 SP 2-02 Removal of Cement 30.00 SY $14.00 30.00 $420.00 0.00 $0.00 30.00 $420.00 100.00% Concrete Flatwork IT 63 SP 2-02 Removal of Curb and Gutter 60.00 LF $6.25 60.00 $375.00 0.00 $0.00 60.00 $375.00 100.00% 64 STD 2-03 Roadway Excavation 40.00 CY $44.00 40.00 $1,760.00 0.00 $0.00 40.00 $1,760.00 100.00% Including Haul 65 STD 4-04 Crushed Surfacing Base 240.00 TON $38.50 266.30 $10,252.55 0.00 $0.00 266.30 $10,252.55 110.96% Course 66 STD 5-04 HMA Cl.1/2-inch PG 58H- 420.00 TON $75.00 430.02 $32,251.50 0.00 $0.00 430.02 $32,251.50 102.39% 22 67 STD 5-04 Planing Bituminous 160.00 SY $34.00 160.00 $5,440.00 0.00 $0.00 160.00 $5,440.00 100.00% Pavement ..... .............................................................................................................................................................................................................................................................................................................................................................................................................................................................. ................................................................................................ ..... 68 SP 7-08 Pipe Foundation Material 30.00 TON $70.00 16.48 $1,153.60 0.00 $0.00 16.48 $1,153.60 54.93% 69 SP 7-08 Pipe Zone Bedding 600.00 TON $10.00 536.68 $5,366.80 0.00 $0.00 536.68 $5,366.80 89.45% 70 mm SP 7-08 Select Pipe Trench Backfill 360.00 TON $10.00 359.47 $3,594.70 I 0.00 $0.00 359.47 $3,594.70 99.85% 71 SP 7.08 Imported Pipe Trench 575.00 TON $10.00 726.27 $7,262.70 000 $0.00 726.27 $7,262.70 126.31% Backfill 72 SP 7-08 Shoring or Extra Excavation 5700.00 SF $0.50 7,922.00 $3,961.001 0.00 $0.00 7,922.00 $3,961.00 138.98% _... -_._ Glasse _.._�. .. ..._ ----- 73 5P 7-09 Connect to Existing Water 6.00 EA $3,200.00 8.00 $25,600.00 0.00 $0.00 8.00 $25,600.00 133.33% Main ....................................................................................... 74 5P 7-09 Special Class 52 Ductile Iron 22.00 LF $124.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% Pipe for Water Main,6 In. Diam. 75 SP 7-09 Special Class 52 Ductile Iron 30.00 LF $127.00 56.00 $7,112.00 0.00 $0.00 56.00 $7,112.00 186.67% Pipe for Water Main,8 In. Diam. 76 SP 7-09 Special Class 52 Ductile Iron 125.00 LF $127.00 107.00 $13,589.00 0.00 $0.00 107.00 $13,589.00 85.60% Pipe for Water Main,12 In. Diam. _ 77 5P 7-09� Special Class 52 Ductile Iron 1110.00 LF $122.00 1,115.00 $136,030.00 1 0.00 $0.00 1,115.00 $136,030.00 100.45% Pipe for Water Main,16 In. Diam. 8/10/2021 Page 6/11 78 STD 7-12 Gate Valve,6 in.Diam. 1.00 EA $900.00 0.00....._......................._$0.00......._..._.......0.00......._$0.00.._....................._0.00.............._..._......._Moo ............................._0.00%• .. 79 STD 7-12 Gate Valve,8 in.Diam. 1.00 EA - $1,300.00 200 $2,600.00 0.00 $0.00 2.00 $2,600.00 200.00% 80 STD 7-12 Gate Valve,12 in.Diam. mm 2.00 EA $2,225.00I 2.00 $4,450.00 0.00 $0.00 2.00 $4,450.00 100.00% 81 STD 7-12 Butterfly Valve,16 In.Diam. 8.00 EA $3,775.00 8.00 $30,200.00 0.00 $0.00 8.00 $30,200.00 100.00% 82 SP 7-14 Hydrant Assembly 4.00 EA $6,100.00 4.00 $24,400.00 0.00 $0.00 4.00 $24,400.00 100.00% 83 SP 7-15 Water Service Connection 1/2 1.00 EA $2,150.00 1.00 $2,150.00 0.00 $0.00 1.00 $2,150.00 100.00% In.Meter with 1 In.Diam. Service Line - _ 84 SP 7-15 Water Service Connection,1 7.00 EA $2,150.00 7.00 $15,050.00 0.00 $0.00 7.00 $15,050.00 100.00% In.Diam. 85 SP 7-15 Water Service Connection, 2.00 EA $4,500.00 200 $9,000.00 0.00 $0.00 2.00 $9,000.00 100.00% 11/2 In.Diam. 86 STD 8-01 Erosion/Water Pollution 5000.00 FA $1.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% Control 87 STD 8-01 ESC Lead 5.00 DAY $50.00 5.00 mm $250.00 0.00 $0.00 5.00 $250.00 100.00% 88 STD 8-02 Topsoil Type A 10.00 CY $55.00 2.00 $110.00 0.00 $0.00 2.00 $110.00 20.00% . ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 89 STD 8-02 Sod Installation 20.00 SY $11.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% 90 SP 8-02 Bark Mulch . 1.00 CY $100.00 4.00 $400.001 0.00 $0.00 4.00 $400.00 400.00% 91 STD 8-04 Cement Conc.Traffic Curb 60.00 LF $34.00 60.00 $2,040.00 0.00 $0.00 60.00 $2,040.00 100.00% and Gutter 92 SP 8-14 Cement Conc.Sidewalk 30.00 SY $44.00 30.00 $1,320.00 0.00 $0.00 30.00 $1,320.00 100.00% .......................................................................................................................................................................................................... Subtotal $460,388.00 Subtotal $543,434.37 Subtotal $0.00 Total%complete 118.04% Tax $46,038.801 Tax $54,395.991 Tax $0.00 . Total $506,426.801 Total $597,830.361 Total $0.00 8/10/2021 Page 7/11 ctTY or ::,,,,-.4a(,, 441-,,,,;„5-,,„, Construction Contract Final Payment No. 9, Schedule C - Street Improvements 4eA ` ' Cv7AsktN ToN (Additive Bid) Project Name: 2020 Arterial Street Preservation(15th St.NW) Project Number: CP1926 Contractor: Road Construction Northwest,Inc. Pay Period: 7/21/21 -8/11/21 Retainage Option: Bond in lieu of retainage Retainage%(R): 0.000% Schedule Sales Tax Rate%(T): 0.000% Summary Original Contract Value(A): $143,453.75 Contract Change Orders(B): -$13,325.00 Current Contract Value(A+B): $130,128.75 Amount Earned to Date(C): $134,276.34 AmountPreviously Invoiced Including Retainage(D).............................................................................................................................................................................................................._................................................................................_134,276.34.... ......................................................................................................................................................................... Amount Earned this Period Including Retainage(E=C-D): $0.00 Previous Sales Tax(X): $0.00 Current Period Sales Tax(Y=E*T) � � �__. _.._ ._ $0.00 Total Sales Tax(X+Y): $0.00 Previous Retainage Amount Held(PR): $0.00 Current Period Retainage Amount(CR=R*[E*(1-T)]): $0.00 Total Retainage Held(PR+CR): $0.00 Schedule Payment Amount Less Retainage(E-CR): $0.00 8/10/2021 Page 8/11 City of Auburn-Construction Contract Payment Project No.CP1926,Project Name:2020 Arterial Street Preservation(15th St.NW), 'CITY O Contract No.20-02 Schedule:C-Street Improvements(Additive Bid)Payment No.9-Final - Sales Tax Rate:0.000% Period Dates:Begin 7/21/21,End 8/11/21 ».:= WASHINGTO Previous Current Contract Periods Period Total STD %Contract Item# or SP Sec# Description Qty Unit Unit Price Qty Amt Qty Amt Qty Amt Quantity 93 STD 1-09 Mobilization 1.00 LS $10,300.001 1.00 $10,300.001 0.00 $0.00 ,1.00 $10,300.00 100.00% 94 SP 1-10 Traffic Control Supervisor 1.00 LS $4,000.00 1.00 $4,000.00 0.00 $0.00 1.00 $4,000.00 100.00% 95 SP 1-10 Traffic Control Labor 540.00 HR $55.00 117.50 $6,462.50 0.00 $0.00 117.50 $6,462.50 21.76% (Min.Bid$46.10 per hour) '�"'y 96 SP 1-10 Sequential Arrow Sign 5.00 DAY $70.00 111.00 $770.00 0.00 $0.00 11.00 $770.00 220.00% 97 SP 1-10 Portable Changeable 10.00 DAY $130.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% Message Sign 98 SP 1-10 Outside Agency 5000.00 EST $1.00 34,035.12 $34,035.12 0.00 $0.00 34,035.12 $34,035.12 680.70% Uniformed Police ' Flagging Labor 99 -STD 5-04 HMA CL 1/2-inch PG 590.00 TON $79.00 518.93 $40,995.47 0.00 $0.00 518.93 $40,995.47 87.95% 58H-22 fl 100 STD 5-04 Planing Bituminous 5000.00 SY $3.60 5,061.00 $18,219.60 0.00 $0.00 5,061.00 $18,219.60 101.22% Pavement ........................................... .. 101 SP 7-05 Manhole Ring and Solid 2.00 EA $475.00 3.00 $1,425.00 0.00 $0.00 3.00 $1,425.00 150.00% Cover ................................................................................................................. 102 STD 7-05 Adjust Manhole 2.00 EA $700.00 5.00 $3,500.00 0.00 $0.00 5.00 $3,500.00 250.00% 103 STD 7-12 Adjust Valve Box 5.00 EA $550.001 5.00 $2,750.00]_ 0.00 $0.00 5.00 $2,750.00 100.00% 104 STD 8-01 Inlet Protection 4.00 EA $85.001 0.00 $0.00 0.00 $0.00] 0.00 $0.00 0.00% 105 SP 8-09 Raised Pavement Marker 100.00 EA $6.25 148.00 $925.00 0.00 $0.00 148.00 $925.00 148.00% Type 2 106 STD 8-20 Induction Loop Vehicle 4.00 EA mm .$1,025.00 4.00 $4,100.00 0.00 $0.00 4.00 $4,100.00 100.00% Detector 107 STD 8-22 Paint Line 3830.00 LF $0.40 3,857.00 $1,542.80 0.00 $0.00 3,857.00 $1,542.80 100.70% ...................................................................................................................... 108 STD 8-22 Painted Wide Lane Line 670.00 LF $0.40 1,064.00 $425.60 0.00 $0.00 1,064.00 $425.60 158.81% ................................................................................................. 109 STD 8-22 Plastic Crosswalk Line 260.00 SF $5.25 558.00 $2,929.50 0.00 $0.00 558.00 $2,929.50 214.62% 110 STD 8-22 Plastic Traffic Arrow 6.00 mm EA $100.00 I 6.00 $600.00 0.00 $0.00 6.00 $600.00 100.00% 111 STD 8-22 Plastic Traffic Letter 8.00 EA $55.00 8.00 $440.00 0.00 $0.00 8.00 $440.00 100.00% 112 STD 8-22 Plastic Stop Line 35.00 LF $5.25 103.00 $540.75 0.00 $0.00 103.00 $540.75 294.29% 113 STD 8-23 Temporary Pavement 3150.00 LF $0.10 3,150.00 $315.00 0.00 $0.00 3,150.00 $315.00 100.00% Marking-Short Duration ................................................................................................................................................................................................. Subtotal $130,128.75 Subtotal $134,276.34 Subtotal $0.00 Total%complete 103.19% . Tax $0.00 Tax $0.00 Tax $0.00 Total $130,128.75111[ Total $134,276.34 Total $0.00 • • 8/10/2021 Page 9/11 CI O w .#,,* Construction Contract Final Payment No. 9, Schedule B - Water Improvements CO2-1 . : NASHIMGTbt4 Project Name: 2020 Arterial Street Preservation(15th St.NW) Project Number: CP1926 Contractor: Road Construction Northwest,Inc. Pay Period: 7/21/21 -8/11/21 Retainage Option: Bond in lieu of retainage Retainage%(R): 0.000% Schedule Sales Tax Rate%(T): 10.100% Summary Original Contract Value(A): $0.00 Contract Change Orders(B): mm _ $46,435.78 Current Contract Value(A+B): $46,435.78 Amount Earned to Date(C): $46,435.78 Amount Previously Invoiced Including Retainage(D): $46,435.78 Amount Earned this Period Including Retainage(E=C-D): $0.00 Previous Sales Tax(X): $4,259.78 Current Period Sales Tax(Y=E*T): $0.00 Total Sales Tax(X+Y): ..._m $4,259.78 Previous Retainage Amount Held(PR): $0.00 Current Period Retainage Amount(CR=R*[E*(1-T)]): $0.00 ............................................................................... Total Retainage Held(PR+CR): $0.00 Schedule Payment Amount Less Retainage(E-CR): $0.00 8/10/2021 Page 10/11 City of Auburn-Construction Contract Payment ,-4/ Project No.CP1926,Project Name:2020 Arterial Street Preservation(15th St.NW), <CITY OF --_ Contract No.20-02 b ` al Schedule:B-Water Improvements CO2-1 Payment Na 9-Final - Y, Sales Tax Rate:10.100% Period Dates:Begin 7/21/21,End 8/11/21 'NASH1NG,TON Previous Current Contract Periods Period Total STD %Contract Item# or SP Sec# Description Qty Unit Unit Price Qty Amt IQty Amt Qty Amt Quantity gym.-.-.--., mo,,:- .._, ,-:,:,��.._..._.... .._..........._. I _..,..,.. ,.,..__._ .._ .,..— -, CO2-1 SP 7-09 West Valley Highway 1.00 L5 $42,176.00 1.00 $42,176.00 0.00 $0.00 1.00 $42,176.00 100.00% Watermain Connection Changes ................................................................................................................................................................................................... Subtotal $42,176.00 Subtotal $42,176.00 Subtotal $0.00 Total%complete 100.00% ................................................................................................................................................................................................................................................................................................................................................................:..................................................................... Tax $4,259.78 Tax $4,259.781 Tax $0.00 Total $46,435.78 Total $46,435.781 Total $0.00 L 8/10/2021 Page 11/11 --; •% , . „ . . . . . . _ • . . , ItTaT.11APirov-u„„4"r_i;stgaatlirktED,Willeit27'•#Tif: .... CITY OF - - a - , , , , • .,„, - ''''', •-•;.' '' '” °, ' A 0 ..,. a,. ,. . ,. TON WASHING ' . :...? 25. MAIN sr.,..AUSPON WA'989014998 ;+4.: 9489 0090 0027 61364 0156 7 -.. ,. r, y. . ... George Tucker ., Road Construction Northwest,Inc. . PO Box 2228 Renton,WA 98056 11'11111,1111,111,111,1111111.1111111111"I'll'ild'101141111' . # , '8 ;if• e:. . 04 . 4- ,. J.. . 4...-... ..,‘„ I., ft) _. _ .....„ ,• Li