Loading...
HomeMy WebLinkAboutCP1929 #20-08 Lea Hill AC Water Main Replacement Project CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 DATE: June 19, 2020 Project Number CP1929, Contract No. 20-08 Lea Hill AC Watermain Reconstruction Project Bid Opening Date: June 23, 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: 1. REPLACE the Bid Proposal Package. Bid item #10 had an incorrect quantity on page 2 of 6 of the Proposal Form. PART 1: GENERAL SPECIAL PROVISIONS: 1. REVISE the entire Section 1-02.9 (Delivery of Proposal) to read: (May 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 CP1929, Lea Hill AC Watermain Reconstruction Project. 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 CP1929, Lea Hill AC Watermain Reconstruction Project; opening 11:00 AM PT on June 23, 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. 3. REVISE the entire Section 1-02.12 (Public Opening of Proposals) to read: (May 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/i/98114049633 Or join by Telephone by dialing: 253 215 8782 or 877 853 5257 (Toll Free) Webinar ID: 981 1404 9633 International numbers available: https://zoom.us/u/aJ9Xn6000 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: .� icarter 06/19/20206/19/2020 06/19/2020 Project Manager Date Engineer of Record Date Approved By: qM e�;. 06/22/2020 Jacob Sweeting, P.E. Date City Engineer/Asst. Director of Engineering Services Memorandum CITY OF A . � ' WASHINGTON To: City Council, Mayor • 07/06/2020 From: Ingrid Gaub, Public Works Director - A Signed Date CC: Ryan Vondrak, Capital & Construction Engineering Manager Jacob Sweeting, City Engineer/Assistant Director Engineering Services Re: Award of Public Works Contract 20-08, CP1929, Lea Hill AC Water Main Replacement As delegated by the Mayor to award public works contracts within the authorization limits of Auburn City Code 3.10.010, I hereby approve and award Contract No. 20-08 to the lowest responsible bidder, Rodarte Construction, Inc., on their total low bid of $1,552,167.92, including sales tax, for Project No. CP1929, Lea Hill AC Water Main Replacement The City received 12 responsive bids and the low bid was approximately 28% below the engineer's estimate. Staff performed reference checks and other verifications to determine that Rodarte Construction, Inc. meets the responsible bidding criteria. The total estimated project costs are within the total project budget. The Lea Hill AC Watermain Replacement Project, CP1929, will include abandonment and replacement of approximately 5,685 linear feet (LF) existing asbestos cement (AC) water mains with 8-inch and 12-inch diameter ductile iron pipe (DIP) water mains and associated gate valves, fire hydrants, water meters, service lines and other appurtenances, as well as roadway restoration in the City's Lea Hill Service Area. Staff will provide construction updates on the monthly Capital Project Status Report. Enclosure(s): Bid Tab Summary Sheet, Vicinity Map ENG-003, Revised 5/20 CITY 01 i\i...J BURN Nancy Backus,Mayor WASH I N G TO N 25 West Main Street * Auburn WA 98001-4998 * wwwauburnwa.gov * 253-931-3000 August 4, 2020 CERTIFIED MAIL RETURN RECEIPT REQUESTED Kevin Lawson Rodarte Construction, Inc. 17 East Valley Hwy E Auburn, WA 98092 NOTICE TO PROCEED RE: CP1929, Lea Hill AC Water Main Replacement, Contract#20-08 You are hereby notified to proceed as of August 7, 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 August 10, 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, Jai Carter at 253-561-1937 or the Contract Administration Specialist, Cindy West at cwest@auburnwa.gov. Sinc hely, Jai H. K. Carter, P.E. Project Engineer Public Works Department JC/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 CP1929 ENG-017-ELH, Revised 12/18 AUBURN * MORE THAN YOU IMAGINED CONTRACT Contract No. 20-08 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this .Y4f-- day of . ( 4'�i,l , 20_, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and RODARTE CONSTRUCTION, INC., 17 East Valley Hwy E, Auburn, WA 98092, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP1929, LEA HILL AC WATER MAIN REPLACEMENT 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 labor, tools, materials and equipment and fees for Project CP1929, LEA HILL AC WATER MAIN REPLACEMENT PROJECT— for a unit bid price of one million, four hundred eleven thousand, sixty-one dollars and seventy-five cents ($1,411,061.75) and Washington State Sales Tax of one hundred forty-one thousand, one hundred six dollars and eighteen cents ($141,106.18) for a total contract value of one million, five hundred fifty-two thousand, one hundred sixty-seven dollars and ninety-three cents ($1,552,167.93) 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 By )1."-% cy Backus, Mayor Countersigned: this.3day of A-tin , 2020 APPROVED AS TO FORM: „v.._ Kendra Comeau, City Attorney RODARTE CONSTRUCTION, INC. By -4-1 �Z S Authorized Official Signature CONTRACT BOND CONTRACT NO. 20-08 BOND NO. 30106415 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Rodarte Construction, Inc., 17 East Valley Hwy E, Auburn, WA 98092, as principal, and Western Surety Company , a corporation, organized and existing under the laws of the State of SD 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, five hundred fifty-two thousand, one hundred sixty-seven dollars and ninety-three cents ($1,552,167.93) dollars, 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 day of 4A `,l 0--- , 20 Nevertheless, the conditions of the above obligation are such-that: WHEREAS, the City of Auburn on the +" ' day of it� 2044u , let to the above bounden principal a certain Contract. The said Cohtract being numbered 20-08, and providing for the construction of Project CP1929, LEA HILL AC WATER MAIN REPLACEMENT PROJECT (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 16th day of July , 20 20 RODARTE CONSTRUCTION, INC. Western Surety Company Surety By CA LIrM`11 tet t, t ll Lori McKimmy Attorney in Fact Kenneth J. Frick 112 South Fourth Street Yakima, WA 98901 509-248-3515 Resident Agent's Address&Phone Number Western Surety Company , " POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Donna S Martinez, Rod Lewis, Kenneth J Frick, Lori McKimmy, Individually of Yakima,WA,its true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 17th day of January,2020. ,,,1..••••x•x WESTERN SURETY COMPANY 4+--""/moo• ,sWl�o�pop44) 1 z %amm.. aul T.Bruflat,Vice President State of South Dakota ) J? ss County of Minnehaha On this 17th day of January,2020,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J.MOHR June 23,2021 .SeairHwawrA�a (::;)--7r7A_hA_.._) J.Mohr,Notary Public CERTIFICATE I, L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 1 6th day of July , 202 0 . S°REr'c WESTERN SURETY COMPANY x"g�ap�gA'j�i4e 9hr,�tti ve ^'xxmnnxa^ q. L.Nelson,Assistant Secretary Form F4280-7-2012 Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary,Treasurer, or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. BOND IN LIEU OF RETAINAGE (Retainage Bond -RCW 60.28) Bond No. 30106416 KNOW ALL PERSONS BY THESE PRESENTS, THAT Rodarte Construction, Inc., 17 East Valley Hwy E, Auburn, WA 98092 a corporation organized under the laws of the State of WA and registered to do business in the State of Washington as a contractor, as Principal, and Western Surety Company a corporation organized under the laws of the State of SD 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.... —_ day of t'tQc,SUSt , 2020, the Principal executed Contract No. 20-08 with the CITY for Project Number CP1929, Lea Hill AC Water Main Replacement; 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 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 16th day of July , 2020 PRINCIPAL: Rodarte Construction, Inc. 17 East Valley Hwy E Auburn, WA, 98092 By: , Z (Signature of Authorized Representative) '(\tcet k CZ ck C Print/Type Name Retainage Bond Page 2 of 3 ENG-050, Revised 9/18 SURETY: Western Surety Company By: 4iitt (Signature of Attorney in-Fact or Surety*) Lori McKimmy, Attorney-in-Fact (Typed Name of Attorney-in-Fact) Dated July 16, 2020 Local Agent Name, Phone, & Address Kenneth J. Frick 112 South Fourth Street Yakima, WA 98901 509-248-3515 CITY OF AUBURN: Accepted By: .//:,,z'am Jacob Sweeting, A§ Director of Engineering/City Engineer Dated: 7/2 //y Approved as to form: 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 Western Surety Company , .. POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Donna S Martinez,Rod Lewis,Kenneth J Frick,Lori McKimmy,Individually of Yakima,WA,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 17th day of January,2020. WESTERN SURETY COMPANY kQ�oa5uA�q���"cAy.P MoN aul T.Bruflat,Vice President State of South Dakota 1 ss County of Minnehaha On this 17th day of January,2020,before me personally carne Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires J,MOHR June 23,2021 mormypuuto.;-;;- (;)-77 �� 1NDAKMAWV J.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 1 6th day of July , 2020 . ,des'vie?,+ WESTERN SURETY COMPANY cç1mi* " • L.Nelson,Assistant Secretary Form F4280-7-2012 Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings,Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary, and Assistant Secretary,Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. * CITY OF - -_ :='" * T* J Nancy Backus, Mayor - WASHINGTON 25 West Main Street * Auburn WA 98001-4998 www.auburnwa.gov * 253-931=3000 August 16, 2021 Kevin Lawson Rodarte Construction, Inc. 17 East Valley Hwy E Auburn, WA 98092 Re: Contract No. 20-08 _ ,;.:;Project No. CP1929, Lea Hill AC Water Main Replacement Final Pay Estimate Letter Dear Mr. Lawson: Enclosed lisyour: Final-Payment in the amount of$550.50. The total contract amount for ' .this project as shown on your Final Pay Estimate is $1,439,252.09. ' . . Please.be.aware.,that'contract_completion and final acceptance will not be granted prior to receipt-of AffidavitscofWages:Paid for your firm and all Subcontractors, and that incorrect inforrnationsupplied_tb:L Al may delay clearance of your bond until payment of industrial insurance:by:all:Subcontra'ctors is verified. If you have any questions, please contact Cindy West, Contract Administration Specialist, at 253-931-3002. This notificationdoesnot constitute contract completion/final acceptance. Sincerely, Jai H. K. Carter, PE Project Engineer Public Works Department JC/cw/mm Enclosure cc: Shawn Campbell, City Clerk James Roberts, Project Inspector Electronic Distribution Only ENG-142-ELH,Revised 02/19 AUBURN * MORE THAN YOU IMAGINED CITYOF * Construction Contract Final Payment `.,U1301 No. 8, Cover Sheet WASHINGTON Project Name: Lea Hill AC Water Main Replacement Project Number: CP1929 Contractor: Rodarte Construction,Inc. Pay Period: 4/21/21 -6/25/21 Retainage Option: Bond in Ileu of retainage Retainage%(R): 0.000% Final Payment Summary Original Contract Value(A): $1,552,167,93 Contract Change Orders(B): $0.00 Current Contract Value(A+B): $1,552,167.93 Amount Earned to Date Including Tax and Retainage(C): $1,439,252.09 Amount Previously Invoiced Including Tax and Retainage(D): $1,438,701.59 Amount Earned this Period Including Tax and Retainage(E=C-D): $550.50 Previous Sales Tax(X): . $131,042.51 Current Period Sales Tax(Y): $50.50 Total Sales Tax(X+Y): $131,093.01 Previous Retainage Amount Held(PR): $0.00 CurrentPeriod Retainage Amount(CR=R*'IE*(1-T))): $0,00 Total Retainage Held(PR+CR): $0.00 Total Payment Amount Less Retainage(E-CR): $550.50 Total Contract Amount Spent Percentage 92.71% By signing below,the Contractor agrees and affirms to the following:"I have reviewed and approved this final pay estimate.I agree that it is a true and correct statement showing all monies due me from the City of Auburn under this contract that I have carefully 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: By: VrW 04,A,4/13 By:James Roberts By: Jal Carter By: Jacob Sweeting se ned: I_p _..1 Signed Si e•• Si neV "f441'' Date: 1 Date:8-5-2021 ate' Date: 8/5/2021 08/11/2021 7128/2021 Page 1/4 CITY OF Z> s- ru * Construction Contract Final Payment Axi= �` hpN:, ' No. 8, Schedule A - Water Improvements r ' >: ry WASHINGTON Project Name: Lea Hill AC Water Main Replacement Project Number: CP1929 Contractor: Rodarte Construction,Inc. Pay Period: 4/21/21 -6/25/21 Retainage Option: Bond in lieu of retainage Retainage%(R): 0.000% Schedule Sales Tax Rate%(T): 10.100% Summary Original Contract Value(A): • $1,552,167.93 Contract Change.Orders(B): - $0.00 Current Contract Value(A+B): $1,552,167.93 Amount Earned to Date(C): $1,439,252.09 Amount Previously Invoiced Including Retainage(D): • --� — $1,438,701.59 Amount Earned this Period Including Retainage(E=C-D): $550.50 Previous Sales Tax(X): $131,042.51 Current Period Sales Tax(Y=E*T): $50.50 Total Sales Tax(X+Y): $131,093.01 Previous Retainage Amount Held(PR): $0.00 Current Period Retainage Amount(CR=R*[E*(1-1)]): $0.00 Total Retainage Held(PR+CR): $0.00 Schedule Payment Amount Less Retainage(E-CR): $550.50 • 7/28/2021 Page 2/4 City of Auburn-Construction Contract Payment * �k �;; Project No.CP1929,Project Name:Lea Hill AC Water Main Replacement,Contract No.20- CITY OF ..tea, ,>•-•`''''' * 08 PA -. Schedule:A-Water Improvements Payment No.8-Final ` `4 4,- r`- i %.,,,,, Sales Tax Rate:10.100% Period Dates:Begin 4/21/21,End 6/25/21 * -,. .-,. '. WASHINGTON Previous Current Contract M Periods Period -..�r.^TTotall NSI„A`x-Y ISTD- %Contract Item-ff. or SP Sec'#„^Description y'v��I:- _:...---Qty__ Unit��"` Unit Price Qty Amt,. „'ry Qty Amt N„ss Qty Amt ,..,Quantity 1 STD 1-04 Minor Changes 22000.00 EST $1.00 2,037.27 $2,037.27 0.00 $0.00 2,037.27 $2,037.27 9.26% 2 SP 1-05 'Record Drawings 1.00 IS $500.00 -~0.00 $0.00 1.00 $500.00 1.00 $500.00 100.00% (Minimum Bld$500.00) 3 - STD 1-07 SPCC Plan-�~ M-� 1.00 LS $250,00 1.00 $250.00 0.00 $0.00 1.00 $250.00 100,00% _ 4 SP 1-07 Utility Potholing 42.00 EA $525.00 31.00 $16,275.00 0.00 $0.00 31.00 $16275.00 73,81% 5 STD 1-09 Mobilization 1.00_ LS $81,500.00 1:00_ $81,500.00 0.00 $0.00 1.00 $81,500.00 ^100.00% 6 STD 1=10 Project Text porary Traffic 1.00 LS $65,000.00 1.00 $65,000.00$65,000.00 0.00 $0.00 1.00 $65,000.00 100.00% Control 7 SP 1-10 Traffic Control Supervisor 1.00 LS $5,000.00 --- 1.00 $5,000.00 0.00 $0.00 1.00 $5,000.00 100.00% B .SP 1-10 Portable Changeable 15.00 DAY $110.00 18.00 $1,980.00 0.00 $0.00 18.00 $1,980.00120.00% • .. Message Sign ; 9 STD 2-01 Roadside Cleanup 15000.00 EST ' $1.00 0,00 $0.00 0.00 $0.00 0.00 $0.00 0,00% __ 10 SP 2-02 Removal and Resetting of 1.00 LS $20,000.00 1.00 $20,000.00 0.00 $0.00 1.00 $20,000.00 100,00% Miscellaneous Items ' 11 • .SP 2-02 Remove Cement Concrete .18.00 _SY.. _ $30.00 18.00 $540.00 0.00 $0.00 18.00 $540.00 100.00% Flat Work 12 SP 2-02 Remove Trees ' 4.00 EA $1,000.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% 13 SP 2-02 Stump Grinding 4.00 EA _ - $275.00 0:00 $0.00 0.00 $0.00 0.00 $0.00 0.00% 14 SP 2-02 Remove Hydrant 9.00 EA $250.00 9.00 $2,250.00 0.00 $0.00 9.00 $2,250.00 100.00% 15 SP 2-02 Remove Water Meter 67.00 EA $180.00 67.00 $12,060.00 0.00 $0.00 67.00 $12,060.00 100.00% Assembly 16 SP 2-02 Remove Blow-off Valve 3.00 EA $185.00 3.00 $555.00 0.00 $0.00 3.00 $555.00 100.00% Assembly 17 SP 2-02 Remove Valve Box 21.00 EA $250.00 21.00 $5,250.00 0,00 $0.00 21.00 $5,250.00 100.00% Assembly 18 SP 2-02 Remove Sample Station 1.00 EA $180.00 1,00 $180.00 0.00 $0.00 1.00 $180.00 100.00% ' Assembly 19 STD 4-04 Crushed Surfacing Top 209.00 TN $36.00 339.23 $12,212.28 0.00 $0.00 339.23 $12,212.28 162.31% Course(CSTC) 20 STD 4-04 Crushed Surfacing Base 558.00 TN $36.00 342.32 $12,323.52 0.00 $0.00 342.32 $12,323.52 61.35% Course(CSBC) 21 SP 5-04 H MA CL 1/2 Inch PG 58H- 918.00 TN $135.00 1,367.84 $184,658,40 0.00 $0.00 1,367.84 $184,658.40 149.00% 22 22 SP 5-04 HMA CI.3/8-inch PG 5811- 819.00 TN $100.00 1,171.13 $117,113.00 0.00 $0.00 1,171.13 $117,113.00 143.00% 22 23 SP 5-04 Planing Bituminous 1222,00 SY $8.25 1,122.00 $9,256.50 0.00 $0.00 1,122.00 $9,256.50 91.82% Pavement 24 SP 5-04 Pavement Repair 1554.00 SY $9.00 1,668.39 $15,015.51 0.00 $0,00 1,668.39 $15,015.51 107.36% Excavation Incl.Haul - - 25 STD 7-08 Shoring or Extra Excavation 41055.00 SF H- $0.05 8,060.00 $403.00 0.00 $0.00 8,060.00 $403.00 _ - 19.63% Class B 26 SP 7-08 Pipe Zone Bedding 2819.00 TON $26.00 1,855.85 $48,252.10 0.00 $0.00 1,855.85 $48,252.10 65.83% 27 SP 7-08 Select Pipe Trench Backfill 555.00 TON -v- $26.00 0,00 $0.00 0.00 $0.00- 0.00--- $0,00 - 0.00% 28 SP 7-08 Imported Pipe Trench 3496,00 TON $26,00 1,270,33 $33,028.58 0.00 $0.00 1,270.33 $33,028.58 36.34% Backfill 29 SP 7-08 Controlled Density Fill 27.00 CY $165.00 0.00 $0.00 0.00 $0.00 0.00 $0,00 0.00% (CDF)for Trench Backfill 7/28/2021..------__..._-.____--_.-__.______� __�_-_ e 3/4 30 SP 7-08 Controlled Density Fill 109,00 CY $250.00 32.50 $8,125.00 0.00 $0.00 32.50 58,125.00 29.82% (CDF)for Filling Plpe 31 SP 7-09 Connection to Existing 5.00 EA 83,500.00 5.00 $17,500.00 0.00 $0.00 5.00 $17,500.00 100.00% Water Main 32 'SP 7-09 2-inch Permenant Blow-off 2.00 EA 42,200.00 2.00 $4,400.00 0.00 $0,00 2.00 $4,400.00 100,00% Assem bly 33 SP 7-09 Ductile Iron Water Pipe, 4670.00 LF $48.00 4,512.00 $216,576.00 0.00 $0.00 4,512.00 $216,576.00 96.62% Special Class 52,8-Inch Diam. 34 SP 7-09 Ductile Iron Water Pipe, 1185.00 LF $70.00 1,158.00 $81,060.00 0.00 $0.00 1,158.00 $81,060.00 97.72% Special Class 52,12-Inch Diem. - 35 STD 7-12 B-inch Gate Valve 27.00 EA $1,900.00 27.00 $51,300.00 0.00 $0.00 27.00 $51,300.00 100.00% 36 STD 7-12 12-inch Gate Valve 3.00 EA $3,000.00 5,00 $15,000.00 0.00 $0.00 5.00 $15,000.00 166.67% 37 ' SP 7-12 Combination Air - 4.00 EA $1,700.00 4.00 $6,800.00 0.00 $0.00 4.00 56,800.00 100.00% Release/Air Vacuum Valve Assembly,1 In. ,38 SP 7-12 Sampling Station Assembly • 1.00 ' EA $2,700.00 1.00 $2,700.00 0.00 $0.00 1.00 $2,700.00 100.00% 39 -SP 7-14 Fire Hydrant Assembly 12.00 EA $5,750.00 12.00 $69,000.00 0.00 $0.00 12.00 $69,000.00 100,00% - - - 40 •SP 7-15 Water Service Connection 88.00- -.EA •$1,800.00 88.00 $158,400.00 0.00 $0.00 88.00 $158,400.00 100.00% 3/4 In.Meter with 1 In. - Diam.Service Line 41 SP 8-01 Erosion/Water Pollution, 8000.00 EST ' $1.00 1,317.52 $1,317.52 0.00 $0.00 1,317.52 $1,317.52 16.47% Control 42 STD 8-01 - ESC Lead ' 16.00 DAY :$50:00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% • 43 SP 8-01 TESC Plan 1.00 LS $250.00 1.00 $250.00 0.00 $0.00 1.00 $250.00 100.00% -- 44 STD 8-01 Wattles 160.00 LF $4.50 44.00 $198.00 0.00 $0.00 44.00 $198.00 27.50% 45 STD 8-01 Inlet Protection 12.00 -EA $70.00 12.00 $840.00 0.00 $0.00 12.00 $840.00 100.00% 46 SP 8-02 Roadside Restoration 20000.00 EST $1.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% 47 STD 8-02 Topsoil Type A 43.00 CY $55.00 48.00 $2,640.00 0.00 $0.00 48.00 $2,640.00 111.63% 48 STD 8-02 Sod Installation 389.00 SY $17.00 200.00 $3,400.00 0.00 $0.00 200.00 $3,400.00 51.41% 49 STD 8-04 Cement Conc.Pedestrian 10.00 LF $40.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% Curb 50 STD 8-06 Cement Concrete Driveway 4.00 SY $140.00 64.54 $9,035.60 0.00 $0,00 64,54 $9,035.60 1,613.50% Entrance Type 1 51 SP 8-09 Remove Raised Pavement 112.00 EA $2.75 102.00 $280.50 0.00 $0.00 102.00 $280.50 91.07% Markers 52 SP 8-09 Raised Pavement Markers 112.00 EA $9.00 102.00 $918.00 0,00 $0.00 102.00 $918.00 91.07% Type 2 53 SP 8-13 MonumentTypeA 9.00 EA $450.00 9.00 $4,050.00 0.00 $0.00 9.00 $4,050.00 100.00% (Modified) 54 STD 8-14 Cement Concrete Sidewalk 18.00 SY $140.00 16,55 $2,317.00 0.00 $0.00 16.55 $2,317.00 91.94% 55 STD 8-18 Mailbox Support,Type 1 5.00 EA $350.00 5.00 $1,750.00 0.00 $0.00 5.00 $1,750.00 100.00% 56 STD 8-18 Mailbox Support,Type 2 2.00 EA $600.00 2.00 $1,200.00 0.00 $0.00 2.00 $1,200.00 100.00% 57 SP 8-21 Remove and Reinstall 2.00 EA $200.00 2,00 $400.00 0.00 $0.00 2.00 $400.00 100.00% Permanent Traffic Sign and Post 58 STD 8-22 Paint Line 2370.00 LF $1.10 2,433.00 $2,676.30 0.00 $0.00 2,433,00 $2,676.30 102.66% 59 STD 8-22 Painted Stop Line 35.00 LF $11.00 35.00 $385.00 0.00 $0.00 35.00 $385.00 100.00% 60 STD 8-23 Temporary Pavement 1185.00 LF 81.10 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00% Markings-Short Duration Subtotal $1,411,061.75 Subtotal $1,307,659.08 Subtotal $500.00 Total%complete 92.71% Tax $141,106.18 Tax $131,042.51 Tax $50.50 Total $1,552,167.93 Total $1,438,701.59 Total $550.50 7/28/2021Page 4/4 8/18/2021 Public Works for Awarding Agencies Washington State Department of Labor& Industries Public Works Projects Awarding Agency:AUBURN, CITY OF Project: Lea Hill AC Water Main Replacement • Affidavits Not Filed • View contractors who haven't filed their Affidavit for the project.Every contractor that files an Intent is expected to file an Affidavit for that Intent. Note:If a contractor files two Intents for the project,but only one Affidavit,they will show on this list as having an Affidavit not filed.Contractors may request incorrect forms be deleted from the system. Show 15 ;rows Showing records 1 to 5 of 5 1 Previous Next . Contractor ' Intent ID WA UBI No. License ID L&I Account ID BECKER BLACKTOP LLC 1134127 603135627 BECKEBL895RZ 23255501 Bennett Custom transport 1147638 6031 14015 66743700 HUGHES GROUP LLC 1087475 601984540 HUGHEGLB51L3 89903601 RODARTE CONSTRUCTION INC 1076191 600264803 RODARI*225D9 38860100 WILSON CONCRETE CONST INC 1102086 602168956 WILSOCC991 R8 02469200 Ae A AWcceshssington' Olflewl Slab aewemnanl W<W W Washington State Dept.of Labor&Industries.Use of This site is subject to the laws of tho state of Washington. Help us improve https://secure.lni.wa.gov/pwlaa/?PD-REFERER=secureaccess.wa.gov&PD-ID=3Aedl PXvxctLANgOk42i 10UpWNCBz1 kuwolXU+j5IjiODBJTPrcmndL... 1/1 CITY OF AUBURN,STATE OF WASHINGTON 98001 ACCOUNTS PAYABLE CHECK NO. 464526 i INVOICE NUMBER I DATE ` P.O.NUMBER. DESCRIPTION DISCOUNT . AMOUNT• 1 20-08/#8 08/11/2021 21-000167 CPI929, Lea Hill AC Water Main 0.00 550.50 1 1 I ' I I , PLEASE DETACH BEFORE DEPOSITING 0 e < x / KeyBank National Association VOID-6 MONTHS 19-10 * �' AUbum,Washington 98001 CLAIMS CHECK AFTER CHECK DATE ACCOUNTS PAYABLE CITY OF_:—.. .‹.--___..— A, 1-aoo-kEvzvOu 1250 CITY OF AUBURN ATT VENDOR DATE CHECK a-CHECK'AMOUNT 25 WEST MAIN STREET 1�1^Vl -RN- % L �I 272630BER 08/16/2021 464526 *********550.50 STATE OF WASHINGTON 98001 • ,' WASHINGTON a E PAY Five Hundred Fifty Dollars and Fifty Cents A S TO THE RODARTE CONSTRUCTION INCA mayor ORDER 17 E.VALLEY HWY EAST AUBURN,WA 98092 0 OF Finance Olinda�_.1 I I u'04645 260 1: L 2 5000 5 7 41: 4 7 L 4 3 100 3 2 3130 "RUB•R.BREATHE,ON THE.PINK LOCK& EY ICONS—COLOR=.WILE FADE AND T.EN;EAPP ; .N AN GI4:IK+LCI 11¢'9IX.INKHaliN3-9iG1110.1 •I•l:hiLC4914 I CI`T'Y OF JjJ1LJPJ"4 Nancy 8aekus,Mayor ", . ,, , 25 West Main.Street*•Auburn WA98001-4998*w.ww.auburnwa.gov*253-931-3000 WASHINGTON October 13, 2021 Kevin Lawson Rodarte Construction, Inc. 17 East Valley Hwy E Auburn, WA 98092 RE: Contract No. 20-08 Project No. CP1929, Lea Hill AC Water Main Replacement Contract Completion and Acceptance Dear Mr. Lawson: In accordance with Section 1-05.12 of the Contract Specifications, the above referenced contract is considered complete and accepted as final. The one-year warranty period begins as of the date of this letter. Your Contract Bond must remain in full effect until the expiration of the lien period and there are no liens pending,then the penal sum of this bond, may be reduced to either ten percent (10%) of the value of the improvements to the City or two thousand dollars ($2,000.00), whichever is greater. Your Bond in Lieu of Retainage will be released within 60 days provided all necessary releases have been received and there are no outstanding claims against the retainage. If you have any questions, please contact Cindy West, Contract Administrative Specialist at 253-931-3002. Sincerely, Lf/i!JaiZioxtlb Seting, Pte' City Engineer/Assistant Director of Engineering Services Public Works Department JS/cw/as cc: Shawn Campbell, City Clerk Matt Larson, Senior Project Engineer Jai Carter, Project Engineer Electronic Distribution Only ENG-075-ELH, Revised 03/19 AUBURN* MORE THAN YOU IMAGINED