Loading...
HomeMy WebLinkAboutCP1925 #20-07 2020 Local Street Reconstruction & Preservation CITY OF AUBURN CONTRACT CHANCE ORDER AGREEMENT NO. 1 Contract No.: Contract 20-07 Project Name: CP1925,2020 Local Street Reconstruction&Preservation Contractor: Lakeside Industries,Inc 18808 SE 256th St. Covington .WA 98042 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials,measurements and unit bid prices for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1. REDUCE quantities for Pay Items 44,46,47,48,49,and 51 as shown below. The items are not needed for the revised plan of work. 2. ADD pay items CO1-1 and CO1-2,as shown below. These item shall conform to existing Contract Specifications. The added work is to accommodate a 2"HMA overlay at Mountain View Cemetery. Working days will be extended by 3 days to accommodate and schedule this work. 3. ADD pay item CO1-3,as shown below. This item shall conform to existing Contract Specifications,except will be measured and paid as a lump sum item to cover added mobilization to the Mountain View Cemetery. Working days will be extended by 1 day to accommodate and schedule this work. The Contract time is extended by 4 working days. Sec. Quantity Unit Price Total Price Item Sch. No. Item Description K.) ($)($) {+!-) 44 B 1-10 Traffic Control Labor(Min.Bid$46.10 per hour) -26 HR 72.00 $ (1.872.00) 46 B 4-04 Crushed Surfacing Base Course -400 TON 30.00 $ (12,000.00) 47 B 5-04 NMA Cl.3/8-inch PG 58H-22 -1200 TON 115.00 $(138,000.00) 48 B 5-04 HMA Cl.3/8-inch PG 58H-22 for Pavement Repair -250 TON 120.00 $ (30,000.00) 49 B 5-04 Pavement Repair Excavation.Including Haul -2000 SY 10.00 $ (20,000.00) 51 B 8-14 Cement Concrete Curb Ramp -1 EA 1,500.00 $ (1,500.00) CO1-1 B 5-04 Planing Bituminous Pavement 570 SY 15.00 $ 8,550.00 CO1-2 B 5-04 HMA Cl. 1/2-Inch PG 58H-22 2205 TON 108.00 $238,140.00 C01-3 B 8-14 Cement Conc.Sidewalk 1 LS 1,000.00 $ 1,000.00 r Subtotal Schedule B(taxable) $ 44,318.00 Washington State Sales Tax(10%)on applicable items $ 4,431.80 TOTAL $ 48,749.80 Base Amount Total incl.Tax 1. Total Cost this C/O $ 44,318.00 $ 48,749.80 2. Total Cost Previous C/O $ - $ - 3. Original Contract Amount $ 799,008.66 $822,387.97 4. Revised Contract Amount $ 843,326.66 $871,137.77 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensable. All other terms and conditions of the Contract remain unchanged. Counterparts: This agreement may be executed in multiple counterparts,each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. Contractor: c A L-VA ,... 07.6q,7„..0-2,...0 Date Project Manager: .,-0- ---- 7/9/2020 7/9/2020 47 /07/09/2020 Date City Engineer: " 407/10/2020 Date Approved by: • 4 yor, ity uburn Date Approved as to form: L.445 2 7/ t 5 I-1..bb ay Attorney Date ENG-028,Revised 01/19 Page 1 of 1 BUDGET STATUS SHEET 2020 Local Street Reconstruction and Preservation Project No: CP1925 Project Title: Peasley Ridge/Thermosplastic Project Manager: Kim Truong/Jai Carter Updated: June 9,2020 U • Change Initiation Order 0 60%PS&E Review 0 Final Acceptance Project Initiation Date: October 24,2019 0 90%PS&E Review 0 Consultant Fee Advertisement Date: April 23,2020 0 Advertisement 0 Monthly Update Award Date: May 22,2020 0 Award Funds Budgeted Funding 2019 2020 2021 Future Years Total 001 Fund-General" $ 197.71 $ 139,802.29 $ - $ - $ 140,000.00 103 Fund-SOS"" $ 22,114.94 $ 1,562,885.00 $ - $ - $ 1,584,999.94 461 Fund-Sewer $ - $ 20,000.00 $ - $ - $ 20,000.00 462 Fund-Storm $ - $ 10,000.00 $ - $ - $ 10,000.00 466 Fund-Cemetery $ - $ 355,000.00 $ - $ - $ 355,000.00 Total $ 22,312.65 $ 2,637,687.29 $ - $ - $ 2,659,999.94 "General Fund includes General Engineering for Cemetery work combined with Funding for Schedule C Work. ""2020 Budget(103 Fund)assumes$1.2M from Local Street Program funds and$362,885 carried forward from 2019 budget. Estimated Costs Activity 2019 I 2020 2021 Future Years Total Design Engineering-City Costs $ 22,312.65 $ 41,502.29 $ - $ - $ 63,814.94 Design Engineering-Consultant Costs $ - $ 122,500.00 $ - $ - $ 122,500.00 Permitting/Other $ - $ 570.00 $ - $ - $ 570.00 Construction Engineering-City Costs $ - $ 103,000.00 $ - $ - $ 103,000.00 Construction Engineering-Consultant Costs $ - $ 5,000.00 $ - $ - $ 5,000.00 Materials Testing $ - $ 8,000.00 $ - $ - $ 8,000.00 Construction Contract $ - $ 821,387.97 $ - $ - $ 821,387.97 Authorized Construction Contingency Remaining $ - $ 33,389.00 $ - $ - $ 33,389.00 Change Order No.#1 $ - $ 48,749.80 $ - $ - $ 48,749.80 Cemetery grass removal service $ - $ 6,500.00 $ - $ - $ 6,500.00 Line Item Changes $ - ' $ - $ - $ - $ - Total $ 22,312.65 $ 1,190,599.06 $ - $ - $ 1,212,911.71 001 General Budget Status 2019 2020 2021 Future Years Total 001 Funds Budgeted $ 197.71 $ 139,802.29 $ - $ - $ 140,000.00 001 Funds Estimated $ 197.71 $ 89,315.28 $ - $ - $ 89,512.99 001 Funds Actual $ - $ 3,448.10 $ - $ - $ 3,448.10 Percent Complete(Actual/Estimated) 0% 4% 0% 0% 4% 001 Fund Contingency(Budgeted-Estimated) $ - $ 50,487.01 $ - $ - $ 50,487.01 001 Funds Remaining to Date(Budgeted-Actual) $ 197.71 $ 136,354.19 $ - $ - $ 136,551.90 BUDGET STATUS SHEET 2020 Local Street Reconstruction and Preservation Project No: CP1925 Project Title: Peasley Ridge/Thermosplastic Project Manager: Kim Truong/Jai Carter 103 Local Streets Budget Status 2019 2020 2021 Future Years Total 1 103 Funds Budgeted $ 22,114.94 _ $ 1,562,885.00 $ - $ - $ 1,584,999.94 103 Funds Estimated $ 22,114.94 _ $ 762,461.54 $ - _ $ - _ $ 784,576.48 103 Funds Actual $ 22,114.94 $ 115,542.66 $ - $ - $ 137,657.60 Percent Complete(Actual/Estimated) 100% 15% 0% _ 0% 18% 103 Fund Contingency(Budgeted-Estimated) $ - $ 800,423.46 $ - $ - _ $ 800,423.46 103 Funds Remaining to Date(Budgeted-Actual) $ - $ 1,447,342.34 $ - $ - $ 1,447,342.34 461 Sewer Budget Status 2019 2020 2021 Future Years Total 461 Funds Budgeted $ - $ 20,000.00 $ - $ - $ 20,000.00 461 Funds Estimated $ - _ $ 18,325.00 $ - _ $ - $ 18,325.00 461 Funds Actual $ - $ 1,962.77 $ - $ - $ 1,962.77 Percent Complete(Actual/Estimated) 0% 11% 0% 0% 11% 461 Fund Contingency(Budgeted-Estimated) $ - $ 1,675.00 $ - $ - $ 1,675.00 461 Funds Remaining to Date(Budgeted-Actual) $ - $ 18,037.23 $ - $ - $ 18,037.23 462 Storm Budget Status 2019 2020 2021 Future Years Total 462 Funds Budgeted $ - $ 10,000.00 $ - $ - $ 10,000.00 462 Funds Estimated $ - $ 8,075.00 $ - $ - _ $ 8,075.00 462 Funds Actual $ - $ 1,509.34 $ - $ - $ 1,509.34 Percent Complete(Actual/Estimated) 0% 19% 0% _ 0% 19% 462 Fund Contingency(Budgeted-Estimated) $ - $ 1,925.00 $ - $ - $ 1,925.00 462 Funds Remaining to Date(Budgeted-Actual) $ - $ 8,490.66 $ - $ - $ 8,490.66 466 Cemetery Budget Status 2019 2020 2021 Future Years Total 466 Funds Budgeted $ - $ 355,000.00 $ - $ - $ 355,000.00 466 Funds Estimated $ - $ 312,422.23 $ - $ - $ 312,422.23 466 Funds Actual $ - $ - $ - $ - $ - Percent Complete(Actual/Estimated) 0% 0% 0% 0% 0% • DocuSign Envelope ID:D037089C-E8DF-4934-B432-D5CCBD845ACE • CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO, 2 Contract No.: Contract 20-02 Project Name: CP1925,2020 Local Sh eet Reconstruction&Preservation Contractor: Lakeside Industries.In@ 18808 SE 256th St. Covington.WA 96042 • The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract All work,materials,measurements and unit bid prices for the type of construction involved shall be In accordance with the contract documents of the above named project unless stated otherwise In this change order. Summary of Proposed Changes: 1.DECREASE the quantity on Pay Item no.18 by the amount shown In the table below, The amount of HMA CL 1-inch PG681-1-22 was not needed on the project. 2.ADD Pay Item no.CO2-1,and 002.2 to Schedule A as shown In the table below. The unit price for this work has been negotiated es shown.A total of two(2)working days are added to the contract time for this work. • 3.INCREASE the quantity on Pay items no.62,63,84,and 68 by the amounts shown in the table below. These Item quantities are increased to accommodate additional sites for Improving lane markings and safety.See attached Illustrations for locations that are added to the project. 4.ADD Pay Items no.CO2-3,CO2-4,CO2-5,CO2-6,CO2-7,CO2-8,CO2-9 and CO2-10 to Schedule Cas shown In the table below. These items are added to the project to accommodate additional sites for Improving lane markingsand safety. See attached Illustrations for locations that are added to the project. Unit prices have been negotiated as shown below. A total of two(2)working days are added to the contract time for this work. The Contract time Is extended by 4 working days. See: Quantaty Unit Price Total Price ` Item Sch. No hemDescrlption +:: Units +- . 6.1. 'r•.. c e -3s.• S ..0r i;301,1 CO2-1 A 5-04 .aning..Bituininous lavemenf 2938 , SY $ 11.00 .$ 32,296.00 CO2-2 A 8-22 Plastic Stop Line 18 LF $ 7.00 $ 126.00 62 .0 8-22 Plastic Crosswalk Line 1380 . SF .$ 3.67 $ 4,855.20 63 C 8.22 Plastic Traffic Letter 68 EA $ 114,00 $ 6,384.00 .64 C 8-22:Plastic Stop Line. • 333 ' LF $ 7.00 $ 2,331..00 66 ..C 8-22 Remov ng lestio Ine27 r LF $ • 2.75 $ '• 74.25 CO2-3 C 1-09 Mobilization 1 LS $1,345.00 $ 1,345.00 . 002.4' C 1-10 Traffic Control Supervisor 1 LS $1,900.00 $ 1,900.00 CO2-5 C 6-09 Raised Pavement Marker,Type 2 , 25 EA $ 14,00 $ 350.00 002.6 C• 8-22 Plastic Traffic Arrow 14 EA $ 75.00 $ 1,050.00 CO2-7 C 8-22 Plastic Lane Line 596 .. .LF $ 6.75• $ 4,023.00 CO2-8 C 8-22 Paint Line • 436.5 LF 0.95.'$'. 414:66 ` CO2-9 C"':'8=22 Remove Paint Line• ".;�- � �' • ••""" • '""1'i 60 iF :$" 3.25 :$ :487.50 002-1t• 'C 8-22 Surface Mounted Flexible Guldepost . 9 EA.. $ 215.00 $ 1,935.00. . , Subtotal $ 21,271..83 Washington State Sales Tax(10%)on applloable items .$ TOTAL X1,271 r ease-Amount 'Total Incl Tax ata os Is . 21., 7 .6 '1,27 .6'• 2. Totel Cost Previous C/O $.... 44 318.00. .$ 48749.80 3. Original Contract Amount 799,008.66 :$822,387.97. .4. Revised bontraot.Amount • $ 864,598.29 '$802,409.40 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all Indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensable. All other terms and conditions of the Contract remain unchanged. Counterparts: This agreement may be executed in multiple counterparts,each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party.RR �$ Contractor. ..&%J i V1•°'8' •14 2-0 Date Project Manager: . .. ..... . . 9 28 20 ---- — — — City-Engineer: ' . . I fel7/2020 Approved by: felt r7/2020 Date 144, 10/7/2020 Approved as to form: ..... .:.:......:.....:.:............Date' ENG-028,Revised 01/19 Page 1 of 1 '; ♦: . f r h a11e1 4 R~F f0 1°3F 1 i,44 ',..r';',!,,,..,1 h„^,•.. ,,,!•'p Y e[; Nj},s * t•t't�+,r 2V, y� !ifZ,,h.4. ' �evi:.•�k `e7+ ',A.t i i qx¢. ) k•"1- f"'f4` sj•r � d��� (t y b�rd��'Y' 4 1♦ i°� '`�1T�£ "..tt• ,ttf _'fir r" tl .t •t , y�P� �ytp q> i '�}a4ii++.,�, ` 73'{ ll �' ° Lei t Z 1 �` t (Y( y Yt.G. t v{"'."i ! s r;f f `• itA ,.,-,.:4,,,. . ii .,,t v Cf- • tF41 Ay:/-!,>.,,,41.4.:0-At f:i 1. r � t +a = 5 !-ry ' .-4r•-:.1.:-,;',41,,,. + T L t t } .. . i 'b } Y « _" t,• a 1,1 , 1• ,...A..),;,.......:.•,..,,," tS' ir. k Y�.^�y . { ) �y +,1fry •- a '' ft • STS•' ys ' r- xS�"� „t5��`i.. � •�{'1 i.'� .f' 3 � • ,i'',1••••,-..i,' t i0 is y.la w ti • — 1 tow tt" U" -- to}q. 1fi .4"t .: -., •A'''.1`,` > rA s- /g.u..- .4 1 . 9 )] p {aye.D 9• tit .7 q tdnc...;:> 1. „...;*;,•!.,0tart. MP 4 '4!i.41.111 i, 1. d A fN:;!,,,..4,--! Y r : J '� !M t irpsyit t} 3 (, 41/ ( I �xlpg t' ` jCA F •L I. ca..� t "# • �1. ! t 4 f t ' * 7'> s -,•,,,J.!' +m 0j {; . Y y 4,0,4,,,,, ,,,.,i„:b„ .. ! 4.2. ,{� k L!'.”,. 1:" a a 7' d (20. ♦ 2}-. �ia t f.t _YS�{i3 r{s v Cyt ( fh. ♦p � !( yr 1 '• .'4..lf 0,17 .ikt*'+a t L,t't f. 1: i.�k� i : "i i •, -,, -,4-..v.:1..''. J g o t } �'� s- 1f�+ t+.ir t5feC r 'l. ,•!1S .. ' ltsgrtf«,� •t 1;' M 4, y,� 1I,1 ' i'iiri`�'..*I'',1'-'..- i t i .i E.` hG9 • ,Qt: yt�t �$'f.. 0 ,,Gl2 f:t!. �f si is 4�!n ,� ! ' fi�F i� ""..'",";',:t.'4'''..- 11��•-.-'fj{�� {� -�.Z Sr. . Y .. t ..4 ffvt o ! y �' ,1l+. •,}7� v t• . 4 ''iRy�f Fryt,Fe n lrR 7 Y t ( '." '` , Aly 1-,I : • `N {•, N ... j t • -41% ° s 7r,�t 1yf•R,,'aL•,#i•• .i4fG'7",..,- f °'`y f'#t ' 1�". 44'34' '..�'! t YisTif r';iv ',11 \"'�? '' t 2 ts�} 'r+�t,; .iYr�4 `+ _ • '�.e 4"�j yj r.. 1 x .eif 4.-11i' - s.'. r.f w y 'tai 1 yr'^i �. 4*' ,r u Sta'�'+' + �Jt 41;r:.i ...,, ti .• ��t l� Y G: R ^!`� } P +i r.n;4 1 141:' . '-t4 iK ♦! X• i, + F♦;t tao*w Y iV/`it:a„.....14-.-v��^!`r�%+'..-r. _-1, j 1y --, ' ,is .1 #� t ' r pry t`� 7 �_ i ..i...,....:AI - ,'EssitA4,4t?'-t'e. i': , , ,1„,.,.. ,„, ...., . . : >6 <'. r4,�;t fxy Ayr '' m . art is i °Is , :n ' d ":1, . , I Z !ice ,'i `, •,rr t + ' i i.. ^, --',•1 ji sof f 1 , „' 4v v • 4 Yf +{. a�rtrt- ._f 1\ i t t r• k -ta�' ti, ID' "l.+ f�f 6\ f + t °rid{ri,: 7.Y s • e t 6. F' 30V9178480054-Z£178-17£64-3083-0680L£Oa:al adoIanu3 u6iSnooa � :� •7 q � Ft V . e ' i.'. ■�., Y t M�,e ai.�MZ I;'-'�t V �� ,; ;,..0 "r n.r�� , • Co moi• j, Immi• Tp _a ` W *Or 0 x a ?... era + �4. �, �� • a —o t � o- .�'. rn �-, ' .... _ sT ;12,1 r M '�Ifi cli f _+ �� • �, ttS \.I. a. •�,� t+r:'e.'''"° fan..,I►r � ,'-,� S � f�_ i � f ' ��'��vY���� �: �..�� ... co _ `` • py;',..:,:-,;:,_:,441‘, -'- rte, t _ R: ar " 4,•I'•:•..01,i'1♦♦�4� ,a.. 5 '.' Nr yiy;.r.aul .:..•'_` ice+"^:✓ ,...„,..-----7— ';, ` f.. . I r .",. C2i } t { Cp m at ...I- bt (I; ( 01 , l 3{"°c c = ' +r4. to d;N:, } —� ir' 1, {:',''..: t"" ai4st fi "��t • 'iv1.. 1 J $$ snli,e t { I T •A i i '` • t �It • I ?,C g. y '''''..."1: :"' i i ; 4� dj ,t u I 3Ob'948080090-Z£48-4£64-J083-O680L£0O:01 adoIanu3 u6ignooa • <.r 41 v„''' ''.' -' ' .'-, ''' . '''fr ♦ � 1 N jdM1. '..y f ) ®,. M� ,. .1 %5' tt �.�y� "k w"`.., /_1 it CCS • ro, • F '�,„..: N I ' ' N " ' ti ii' /, i .r ' 93 d °. li" r rPt. ii • rr� - p w .....0..�+ N•{?• w bL ..4.•, , t •At ,Z aA » .p ` kyrij. ''y., t iR1 r k sti. CD _ wij I. �Yr ''�•,{ ��, " ' `3f�y^ Yw +t { et r •t J.ar t' • H j . 14 �3 �74 %tx „y t • 'fir ' 1 P w '{ '9 '.�. }/ •t.' i•R _ �••- A`0. � 'is fir., , • ..;,- ;.•;-.4 a y. f ,. ,r 1 •', f a ro. '«°d' rR T / FiMyyMYIrtIY+Y r+iPY.. .4.n. ate. ..,.,.i•r.1I ... 5 54 :• _ i s 's • p ., —;:-`4" ,.1 v e xu4 i�.,,;9 ft''2:a�y -x.11 f r i;t p IY' ., fl 4 :' , ,„ 4 ' ., ,,,,,,,;-,..i.1.4--,41 A4.4',, ,, 0 •,,...,. ..... 4,?. 1.''. 1 f. a:. r °- J� Y'�. ` v 4 � tom. .. • • x •L ti xr. y <� is i yt ire 30t/948080090-Z£48"4£64-d083"0680L£00 at adoIanu3 u6ignooa ifr yI>a. 4114 0 14a +'r '' + Ill ✓T . f Y: t 0 kYY f }��?Yi �f �' R�' � 1. lig � aria rk '‘:010. ` ,'zg YY 1a ..... 3�� ,,'.44.,..1,,,- jj( 1 y j�` afi rf ;. 7 f .i4..{ 4 '�,`i i 3 _mow, y� _ +' �,03/.t•+ • i•ttob, IN) ,,. f«`' ,. I FSS 1 � —1 CDi t ),, v CD !"f. sv - 11 , is ,I.'„H"..,,..,-..-4„. J a 1 I :,,,,,...w .»a y... .� "CI F"v.,. L',:'..-1.k,`'fti 4 ' • :,,,:'‘.4.15,,,,,.. , t. P ' 9n•- 4.r. ..j"E bS. 0 a ^ r ;� 3 I.. ":i „ , �wAtt 114 w+wlntnP6v,,04:r.4.,,,+www..dwwr..vw,.44,,,wa`.':avharY a+, .* .Y. MM rdM .i{ e E1 I • .vatx* vs . —t111111111110 w a u.n tea• y+ "q4 4aP iMh ' ,,....--:,4, 1 . 1 S . NIWwF 1,,';,-,-. �' 1 1' in Y 111111111111dV,«11( a«- . .. 'i+"5•"""17.......411,.......",10 MVO .10►iv"« 1p` _ q . '1 , ; i 1 , p. a. �', ”co .' s � •i ` O ''., L 1) l m r" i e7 0:14.11;; �e * t f k gi. . ,., , : , . I'I i A H eta t,\,.4 1 y "'fIr f i , i p'• 30V96848099a-Z£b8-4£617-3O8 -0680L£OQ:al adoianu3 u6isnoop • I V��pdq i 4 t• a l 1 0,,. CD �, rf m „,� . . .. ,, ,r „. , t ,, 1,1.....,,,,..., . . . . , , . , -. - ,, r.,-. , li.1WiMlp 444 aGf4vax_:,n'4+ba=.lhMak�p'a+F'*Uae'G»x1F^' r •x:iqrzvw.t,XST'3 'ntmnmeAN+kYttwfl�i+�:.•. ti IIIIIIIIIIIIIIIIIIIIIIII • t{ ' ..,,r 11,' ., Tillit'*WWI ' ' '' ' ' • Fi R c; {: I �+ .. ' 0 �. 'i n. , \ , . ' , .. ' Cil, '. . . ., . t.t., . 1 1 1 ill .... I nr , „ i,,—.. 38b9178488890-Z£b8-4£6y-3a83-0680L£04:GI adolanu3 u618noo0 • it NeF .R &,,,,,..,r,.---.;,:,.-;!.1...,,,,,,,,:,• -f�i 7 ^� ; ... ,..';.1:4,1,',I),,,. ySt� a}}*. 1 1 1. a*a A S 1is - ' .3r let. A"`.yZ } .:›11.,,,....,:.. i j �} six .+ 4 l� JlWY r J.. �.. y : 4 *1.0.,/,',,'...4%,',:.11y, ' i`� < ,,,,7r-,••-. ,.,t rra rt,.3 # :7.-.''',''.'..•:.::.77,1.:'...-:'-',.1,} ! r a YP .lY. • {� .._ VV � ! ,)fL.`,'...4=t .,,,,,,l il. .'4 fir.,. ! '. • 1 , 1 ,y,r s J r ,;i/ i, ;a'• f ": -- 4c,'4";?.`. HrF 3 r., •',•!,'„,',' "�+3# 4 w tth): b.b yF . Y ( - v♦1f r I d'r' /,/ tf. f�'F` „ . rxdre,' f;'Y rf1(R lk te, ]' `0:„.;•...6 � ' 6 i -11 ['. f sl/ j. #t' r^`FznStf_- �,`'{e'je ikA�; • ... itp1 /'f /.:�/� k1."}'l ��.,."A.M'�,#ffv�f'4t `� ��/k 3 ( i r q,, ''44++ ./.s ,, ,V, .1 ;'Yr��.f01:':';'''"'''' 'k48lat'r}"_ ,7�{�' \ Y M 2 �•- fes` !1 1 . #' , ,.r. 5 A 4 k �. .f! fix, J t'' „e,1,,,,.,4,-. '' t ''itf,4.r 1: :. ' 'K, .::y ',3 ak 4. '/ /'..: rtitib V \ ye) /s 'jti rn D. Nrfl 'T 1 t • .l , �yy� 1 a a° '# i ` N`F SA,r� 1 <�� F Yq! J.l:: y .r i} ! ' „,,;i.°,,,,-.,'?, • Itiyi vl 44-aPr i a4 i i,�Sr'liAF ti. f'ti.. t \ v,” ,'•-r� / r '4i " r '' _ & • "k 'i r !� W` a T.. A �.' r t %1 A 4 t ft A([ ' '{`'. 4 h ;+ r, t; r<' T, r y' . tt. • fir" y} ;�M+:➢� ;._!'f'9.p, ,� " ': - '!Y'; . ..;.. • • .` \..0,itX.. .,V {'mak I a_. .. * 4 e N,w • x114- o-:", I z�• r f'' .r, : . . k:A 4, , • t. '. 't41 .„a ._.., . i.s7;,....!. ,..r.„,,.,,N. ,.... , . •,.,.,,,,:i,.... ifir. .1,,,,.,,...r... 1 • .. • .. , .,.. ..,,.,...,,., , ., .. ......,.,,.. • , }fix#'s �� z f #��r{fi K +'h y ,: c#i h 1 Y��`�A.r} t���*.b,� kl FiL^r . ��SX r f• }S • *• . { • .-,4..tte-,g:'.'...ti.;;;',,•,..--,:gv.-iNt.::,-i...1-,•:4 ,Atcr::.:',1,7:4t.‘•..,. ...t.,,,f!yty:i..•...,- ;:, . . : • ,f-•••' •• •,- .;. it':',':".; .. ' : ' --; ' .; •'•'•:.".;"'' : ,� • !• ! !, Y� iii{ i `+� s` G' tib • •.. / 1 yiy IJ i j \- % " '# #' J Ys � •r ,j' / /+i • s {e� �ti 1x r ,-.1,..... t• yo- 5 �'• r x�,ry� tecar i., ,/..,••••.:;r t Rl �w + t flr.r �: f f. .• i '�i�F r t •• ; ,r it /� y:,d', I t ! r/- • • •t' `° �` fi . �6 1(�,t*:r y J 47' 'ti''rr ! '' 1'11111tV� 4 ` 7, p . 30bi548a8J05a ZE48 trE64 d483-O680LE04 Al ado�anu3 u6ignooc I 1 1111 1y1 :-v° mzou,� _��_�, •, p �N [7z mz v�. N ' f+t J Cn? /s (hZ -I � Of*1 O� NN N �i N-- 'DO{ I!IZ m [:1z m (*, [?1 �Z N-`�� Nm V� �pppN Cf` - co >m ONON _'ZOO... JZ N-���N� Wco NNIT7 N�P _,N JO C * W JCI) NJ N(p N co OP1 PZto C) NN •bON 7� .. UN �N ca —� N -- - 7• * to'`Uip ��aa,- .J.5�11o�i�j.OJ-.J�N--�`���-b zl"UNi-�-� W Z-_: - ....:..:i We CO U1 fO •t`0n Col 01 CO--, 'IN. —I 1111111' 64TH AVE S Y En P3 rri z vp oo. 7 rnz T cO ._ U) .P u, B I* -. g.'.. O0 � 1 N N r-13D 2.'il ft'Z \I co iO Z a 0) -1 CO� z D {*1 z r.)1.4 ' 03 Cn 0 EC,NJ mo i N•" ��`" P JU :PW I A rr1 - - 1n 8 ?Az W r VI. El \ I z 0 _..... \ \ T O ,, p m g ONO'`.) \ 4 .. 1\�J iVLI Cal 'T` T ..) N,-,lJ 0 00 UI ` \ 1 p O ........s../$ n O C ..Nod c )�.,�o c��., D O m� u O mi 1-) r:r-4 y`2 \1. A n o A -nhioro -� o Z c°+psa. r0+1Z 1,-<I g/ 9> \ G`p P r., N 6 ° ° \ \ \ \ R Mil El4 \ \ \ , \ \ \ \ ) 4 ,s, C ri m X-- --,..." s a at 3Ot/54848005a-Z£48-4£64-3483-0680L£0a•al adolanu3 u6ignoo4 CONTRACT BOND CONTRACT NO. 20-07 BOND NO. 107261963 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Lakeside Industries, Inc, 18808 SE 256th Street, Covington, WA 98042, as principal, and Travelers Casualty and Surety Company of America , a corporation, organized and existing under the laws of the State of connecitcut 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 eight hundred twenty-two thousand, three hundred eighty-seven dollars and ninety-seven cents ($822,387.97), 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 1,77; day of au 0-4- , 2020. Nevertheless, the conditions of the above obligation are such that: WHEREAS, the City of Auburn on the 22 day of May, 2020, let to the above bounden principal a certain Contract. The said Contract being numbered 20-07, and providing for the construction of Project CP1925, 2020 Local Street Reconstruction and Preservation - grind, repair, and overlay the roadway; upgrade curb ramps; replace manholes ring and cover; install speed bumps, thermoplastic pavement markings, and other work (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 WI�ESS WHEREOF, the above-bounden parties have executed this instrument this day of J l"AVIE , 2020. Lake 'de Ind tries L•..L /l figirr- pal revelers Casualty and Surety Company of America Surety By 15�t�(� Susan B. Larson, Attorney in Fact Parker, Smith&Feek, Inc. 2233 112th Ave NE Bellevue,WA 98004 (425)709-3600 Resident Agent's Address & Phone Number Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Susan B.Larson of BELLEVUE Washington , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. **0 sunk. oiveN 1:01-1 State of Connecticut / „I By: / , City of Hartford ss. Robert L.Rane , enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. `.v Jy` a IN WITNESS WHEREOF,I hereunto set my hand and official seal. t 's�" au ";:zez„ ,,6IAAY t My Commission expires the 30th day of June,2021 • e+• *i Anna P.Nowik,Notary Public co_c This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED,that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this day of fd f g gAS 08" care 004t / Kevin E.Hughes,Assi tant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which this Power of Attorney is attached. 341,1 CONTRACT Contract No. 20-07 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this t2' day of JO u , 2020, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Lakeside Industries, Inc, 18808 SE 256th Street, Covington, WA 98042, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP1925, 2020 Local Street Reconstruction and Preservation," 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 CP1925, 2020 Local Street Reconstruction and Preservation — grind, repair, and overlay the roadway; upgrade curb ramps; replace manholes ring and cover; install speed bumps, thermoplastic pavement markings, and other work for a bid price of seven hundred ninety-nine thousand, eight dollars and sixty- six cents ($799,008.66) and Washington State Sales Tax of twenty-three thousand, three hundred seventy-nine dollars and thirty-one cents ($23,379.31) for a total contract value of eight hundred twenty-two thousand, three hundred eighty-seven dollars and ninety-seven cents ($822,387.97) 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 )(I 100 N Vackus, May. Countersigned: this day of , 2020 APPROVED AS TO FORM: tak.V.AveIS Q r-- Kendra Comeau, City Attorney CONTRACTOR C Aut .7 !1:ficial Signature