Loading...
HomeMy WebLinkAboutCP1902 #20-06 2020 Pedestrian Safety Sidewalk & ADA Improvements Memorandum CITY OF AUBURN WAS H I NGTON To: City Council, Mayor 07/31/2020 From: Ingrid Gaub, Public Works Director Signed Date CC: Ryan Vondrak, Capital & Construction Engineering Manager Jacob Sweeting, City Engineer/Assistant Director Engineering Services Re: Award of Public Works Contract 20-06, CP1902 2020 Pedestrian Safety Sidewalk and ADA Improvements 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. 20-06 to the lowest responsible bidder, RW Scott Construction, on their total low bid of $459,552.50, for Project No. CP1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements. The project award includes the base bid and two additive schedules as follows: Base Bid Work—This work includes replacing, installing or rebuilding curb ramps to meet ADA requirements, and constructing new sidewalk segments to fill in gaps in the pedestrian network at 16 different sites across the City, including installing 1 Rapid Rectangular Flashing Beacon (RRFB). Additive Work—The additive work includes 2 additional sites. The first site includes installing a RRFB, street channelization and sidewalk improvements at 124th Ave SE and SE 316th St. The second site includes installing a RRFB at the intersection of 37th St SE and D St SE, including upgrading curb ramps and street channelization. The City received 13 responsive bids and the low bid was approximately 5% over the engineer's estimate. Staff performed reference checks and other verifications to determine that RW Scott Construction meets the responsible bidding criteria. The total estimated project costs are within the total project budget and is partially funded by Community Development Block Grant Funds and King County Metro Funds. The 2020 Pedestrian Safety Sidewalk and ADA Improvements project will repair damaged sidewalk by replacing, installing or rebuilding curb ramps to meet ADA requirements, construct new sidewalk segments to fill in gaps in the pedestrian network and install RRFB's. Staff will provide construction status updates on the monthly Capital Project Status Report. Enclosure(s): Bid Tab Summary Sheet, Vicinity Map ENG-003, Revised 5/20 A L of N a O it CO v A a a o a I- 3 0 m .c a a 3 T a L N O 00 a w °1 111 CO m a I!.' Ce N O. VI C In Q N O 0 W w V ID m A -a O O I- 3 v a a 1 v .c O 3 O r C • o y O N • cn L CD Etg v O E °' E. O c+ w m w o T A N CPI r c No ti fp a-+ V o O 73 C L CO G co O a I O yNj "L E in , C a of Ft! ki o ° y m w u 9 03 a 3 m O a f6 0 v m -0 E >' m 0 O m 0 a rsi a C C a E a a > a e• c 0 E CIo� 8 S o o S o 8 S o S o 8 = < 03L. T V1 N N r O M O, t� c0 O Q ut O W IA in un u1 O N n O N CO co O, 7 a co p Oi O O i= N .. cc CO T N C ,0N O > VI W w V1 V/ V1 Vi Vf Vf w VI 4 V4 Y V C O . m v c v 4 + v° a E a o O G V L > 0 ae V A a N y C a ea c ,,;en v d d c = co y u, _ `Y2s s N E N O 3-5 E C O C C C C 2 v d W ,- v °' - - c V a- — 0 '"" 3 a J Z E > >, O -I a N H C = O N a o 1 0 C O. C ` C C ~ 0 YO O u O O O O O 0 0 C 4 - O A V N T M N Q u EO ..c rIl C V a u CO 'C C a`-. 0 V- ~ N W 0 I N U O -a0 2 d a O C a p0, U > y W a ea O V > 3 a V O O > o v v " z a m v 3 a u o 5 o u E o a (owl .a a 8 V' w o a n' H a 0 Y Z F- J U V 'CA Vf H a Z a a m Z < '^ N r+i v v, 4o r� m o, 0 I` Pnnted Date: 7/27/2020 eGIS C DPW Map Created by City of Auburn eGIS Imagery Date:May 2015 M i4 3 tib t NW 3 TIE 87 NE th 9ii SITE > > 4 • L i ‘ as NI it IN Z .3�Ax Z > z t , CC € 1„:i-rS1 Z :I ad I , sfY A, 4TH S► N ,42 u 5 • w SE 312!N ST ' Z Z io. A' > nill vs x 1,' SE 320TH $7 » 86M ST NE -` `, u SITE 3•SITE 4 / A_ II r G TV WAIN `�t E MaA`Pi S ,Z. To } SITE 6 SITE 8 .4 Q- SITE 7 2 t fes , 4'M *.r`1 '.',F v7----:.4.4—-i--i-------. , v } 1 I 2 it 71-t 9T SW SITE 12 SITE 13SITE14 SITE 15 SITE 16• SITE 17 , 00 I— y r a) yE AUBURN WAY S u v Q q SITE 18 • •SITE 19 cn Z'' w g 29 se RDD* •SITE 20 r J.. , j Illa UNGSON RD SW 4,4 f a3 6,018.7 0 3,009.3 6,018.7 Feet Information shown is for general reference I I I purposes a d does c necessarily represent exact geographic or cartographic NAD_1983 StatePlane Washington_North FIPS_4601 Feet data as mapped.The City of Auburn makes el no warranty as to its accuracy. CITY OF r AUBURN Nancy Backus,Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www_auburnwa.gov* 253-931-3000 August 6, 2020 Ryan Burks R.W. Scott Construction 4005 West Valley Highway Auburn, WA 98001 RE: Award of Contract No. 20-06 Project No. CP1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements Letter of Award Dear Mr. Burks: Bids for construction of the above-referenced project were opened by the City Clerk at Auburn City Hall on Thursday, July 23, 2020, at 11:00 AM. Thirteen (13) responsive bids were received and have been tabulated. Your firm submitted the lowest responsible bid. The total award amount, which includes the base bid and additive schedules is $459,522.50. On July 31, 2020, the Public Works Director awarded the 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 Amanda DeSilver, Contract Administration Supervisor, within twenty (20) 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) Escrow Agreement, in triplicate. e) Certificate of insurance naming the City of Auburn as additional insured for all required insurance coverages. Please include the Contract Number, Project Number and Project Name on the certificate. A pre-construction meeting has been scheduled virtually on MS Teams for 10:00am on Tuesday, August 18, 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 R.W. Scott August 6, 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. c) SPCC Plan per Section 1-07.15(1) of the Contract Documents. 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 ten (10) 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 253-804-5063, or the Contracts Administration Supervisor, Amanda DeSilver at 253-876-1980 with any contract administration related questions. Sincerely, Jeffery Bender, PE Project Engineer Public Works Department JB/ad/mm Enclosures cc: Shawn Campbell, City Clerk Debra Alvarez, Project Inspector File 13.11 (CP1902) Electronic Distribution Only ENG-006-ELH, Revised 02/19 AUBURN * MORE THAN YOU IMAGINED CITY OF l J Nancy Backus,Mayor WAS H I NGTO N 25 West Main Street * Auburn WA 9'8001-4998* www.auburnwa.gov *253-931-3000 August 28,2020 CERTIFIED MAIL RETURN RECEIPT REQUESTED Ryan Burks R.W. Scott Construction 4005 West Valley Highway Auburn,WA 98001 NOTICE TO PROCEED RE: Project No.CP1902,2020,Pedestrian Safety Sidewalk and ADA Improvements,Contract #20-06 You are hereby notified to proceed as of August 28, 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 31., 2020.This project has 50 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, Debra Alvarez at 253-876- 1922 or the Contract Administration Supervisor,Amanda DeSilver at 253-876-1980. Sincerely, .;-<./ For: Jeffery Bender, PE Project Engineer Public Works Department JB/ad/as Enclosure cc: Shawn Campbell, City Clerk Jacob Sweeting,Assistant Director of Engineering/City Engineer Debra Alvarez, Project Inspector File 13.11 (CP1902) ENG-017-ELH, Revised 12/18 AUBURN * MORE THAN YOU IMAGINED CONTRACT Contract No. 20-06 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this 2.1 Si-day of u, 4-, 2020, by and between the CITY OF AUBURN, WASHINGTON, a municipal co oration, and R.W. Scott Construction, 4005 West Valley Highway North, Auburn, WA 98001, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements," 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 CP1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements — repairing damaged sidewalk by replacing, installing or rebuilding curb ramps to meet ADA requirements, constructing new sidewalk segments to fill in gaps in the pedestrian network and install rectangular rapid flashing beacons (RRFB) for a total contract value of four hundred fifty-nine thousand, five hundred twenty-two dollars and fifty cents $459,522.50 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 20 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 10 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 50 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 hs 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, VVASHINGTON 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 Byj\C 0.140\ .7 Na ttitk ackus, Mayor Countersigned: this 9- day of 6.M. ,161/1.4 2020 APPROVED AS TO FORM: Kendra Comeau, City Attorney CONTRACTOR By � "/,'" - r ,,l�'-,ma ' , - Authorized Official Signature CONTRACT BOND CONTRACT NO. 20-06 BOND NO. 9354862 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, R.W. Scott Construction, 4005 West Valley Highway North, Auburn, WA 98001, as principal, and Fidelity and Deposit Company of Maryland , a corporation, organized and existing under the laws of the State of Illinois 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 four hundred fifty-nine thousand, five hundred twenty-two dollars and fifty cents ($459,522.50)do, 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 18th day of August , 2020. Nevertheless, the conditions of the above obligation are such that: WHEREAS, the City of Auburn on the 9-4' day of tAtAil ' D'/ , 2020, let to the above bounden principal a certain Contract. The said Contra t being numbered 20-06, and providing for the construction of Project CP1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements - repairing damaged sidewalk by replacing, installing or rebuilding curb ramps to meet ADA requirements, constructing new sidewalk segments to fill in gaps in the pedestrian network and install rectangular rapid flashing beacons (RRFB) (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 18th day of August , 2020. R.W. Scott Construction Co. Principal Fideli and Deposit Company of Maryland / Surety By \ _,1 iCQUJW-4J Holli Albers Attorney in Fact 800 Fifth Avenue, Suite 3800 Seattle WA 98104 206-622-1101 Resident Agent's Address & Phone Number V • • ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint Karen C. SWANSON, Erica E. MOSLEY, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON,Brent E.HEILESEN,Annelies M.RICHIE,Heather L.ALLEN and Kyle Joseph HOWAT,all of Tacoma, Washington, its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITYgAND DEPOSIT COMPANY OF MARYLAND,this 20th day of November,A.D.2019. �i �O+;ift} 1 � ww )21 SEAL am........ c, .r ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ISG=-I By: Robert D.Murray Vice President Cavi. 4 (4,46y..0-\.._—, By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 20th day of November, A.D.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. O i31.1-;•4 tj�:\Y 5 Constance A.Dunn,NotaryPublic t;s'••,r'tt'�'a�; My Commission Expires:July 9,2023 lj!ll11Ul++� r � EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact, The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By- Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 18th day of August , 2020. ♦���°t� a�"�t•3c�'b�mi w„ io1 SEAL 708, By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfclaims@zurichna.com 800-626-4577 0 .pp a • -Ff a � EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact, The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seat, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V,Section 8,of the By- Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 18th day of August , 2020. tNa4,ti, r.•34 y r ix; o' SEAL iw t ": 15)41, 710-1716"-- By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 800-626-4577 Escrow No. 479683041756 Agency City of Auburn 25 W. Main,Auburn WA 98001-4998 Contract No. 20-06 ESCROW AGREEMENT TO: (Bank Name,Address,Phone) KEY BANK 1 EAST MAIN STREE AUBURN, WASHINGT•N 98001 The Undersigned, herein r:ferred to as the Contractor, has directed the City of Auburn, hereinafter referred to as t e Agency, to deliver to you its warrants which shall be payable to you and the Co tractor jointly. Such warrants are to be held and disposed of by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth. • INSTRUCTIONS 1. Warrants or checks ade payable to you and the Contractor jointly upon delivery to you shall be endorsed b you and forwarded for collection. The moneys will then be used by you to purchase, a- directed by the Contractor, bonds or other securities chosen by the Contractor a d approved by the Agency. Attached is a list of such bonds, or other securities a,•proved by the Agency. Other bonds or securities, except stocks may be selected by he Contractor, subject to express written approval of the Agency. Purchase of such bonds or other securities shall be in a form which shall allow you alone to reconvert suc bonds or other securities into money if you are required to do so by the Agency as pr. ided in paragraph 4 of this Escrow Agreement. 2. When and as intere t on the securities held by you pursuant to this agreement accrues and is paid, you sIT:II collect such interest and forward it to the Contractor at its address designated in the f rst paragraph unless otherwise directed by the Contractor. 3. You are not authoriz-d to deliver to the Contractor all or any part of the securities held by you pursuant to thi- agreement(or moneys derived from the sale of such securities, or the negotiatio of the Agency's warrants) except in accordance with written instructions from th=Agency. Compliance with such instructions shall relieve you of any further liability r-lated thereto. The estimated completion date on the contract underlying this Escrow Agreement is 4. In the event the Agency orders you to do so in writing, you shall, within thirty-five (35) days of receipt of suc order, reconvert into money the securities held by you pursuant to this agreement and return such money together with any other moneys held by you hereunder, to the Agency. 5. The Contractor agre-s to pay you as compensation for your services hereunder as follows: Payment of all fees shall b: the sole responsibility of the Contractor and shall not be deducted from any,propert placed with you pursuant to this agreement until and unless the Agency directs the rele:se to the Contractor of the securities and moneys held hereunder whereupon you -hall be granted a first lien upon such property released and shall be entitled to reimbur•e yourself from such property for the entire amount of your fees as provided for herein above. On the event that you are made a party to any litigation with respect to the property held by you hereunder, or in the event that the conditions of this escrow ar- not promptly fulfilled or that you are required to render any service not provided for in t ese instructions, or that there is any assignment of the interests of this escrow or -ny modification hereof, you shall be entitled to reasonable compensation for such extr:ordinary services from the Contractor and reimbursement from the Contractor for all casts and expenses, including attorney fees occasioned by such default, delay, contro ersy or litigation. 6. This agreement shal not be binding until executed by the Contractor and the Agency and accepted by y u. 7. This instrument cont ins the entire agreement between you, the Contractor and the Agency with respect to his escrow and you are not a party to nor bound by any instrument or agreement of er than this; you shall not be required to take notice of any default or any other matter or be bound by nor required to give notice or demand, nor required to take any action hatever except as herein expressly provided; you shall not be liable for any loss or da age not caused by your own negligence or willful misconduct. 8. The forgoing provisi•ns shall be binding upon the assigns, successors, personal representatives and heirs o the parties hereto. The undersigned ha e read and hereby approve the instructions as given above governing the administratio of this escrow and do hereby execute this agreement on this 26 day of AU UST , 2020. -,, RW SCOTT CONSTRUC ION City of Auburn (Contractor) (Agency) By ( ignature) "E(Finance Direct(Sr, ,4 �, ) JEFF SCOTT PRESIDENT ��V� '�� (Name) (Title) The above escrow instructions received and accepted this 26 day of AUGUST , 2020. By ''' the (Authorized Ban' Officer) Kevin Brown VP Bus ness Banking RM (Name) (Title) Securities Authorized by Agency: 1) Bills, certificates, not:s or bonds of the United States; 2) Other obligations oft e United States or its agencies; 3) Obligation of any co 'oration wholly-owned by the government of the United States; 4) Indebtedness of the 'ederal National Mortgage Association; 5) Time deposits in co ercial banks; and 6) Savings deposits in c•mmercial banks. REF. ENG-093, Revised 11/17 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. t Contract No.: Contract 20-06 Project Name: CP1902,2020 Pedestrian Safety Sidewalk and ADA Improvements Contractor: R.W. Scott Construction 4005 West Valley Highway North Auburn,WA 98001 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. ADD taxable schedule to include pay item CO1-1 listed in the table below.All work shall conform to section 7-05 of the Contract Specifications.This item is a lump sum cost for all labor, material and equipment to remove and replace two catch basins at Site 3(4th St NE and 0 St NE).Work includes removal and disposal of the two existing deteriorating catch basins, setting the two new catch basins to the appropriate elevation, and connecting the new catch basins to the existing stormwater pipe.Restoration of asphalt and ressetting the framw and grate will be paid under contract bid items. The Contract time is extended by 0 working days. Sec. Quantity Unit Price Total Price Item Sch. No. Item Description (+I) Units ($) (+/_) CO1-1 E 7-05 Site 3 Catch Basin Installation 1 LS 3,579.09 $ 3,579.09 • Subtotal $ 3,579.09 Washington State Sales Tax(10%)on applicable items $ 357.91 TOTAL $ 3,937.00 Base Amount Total incl.Tax 1. Total Cost this C/O $ 3,579.09 $ 3,937.00 2. Total Cost Previous CIO $ - $ - 3. Original Contract Amount $ 459,522.50 $459,522.50 4. Revised Contract Amount $ 463,101.59 $ 463,459.50 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 t9 the other party. Contractor: /*%9// 2aZ2) , /7 Date Project Manager: - ) `�J 10/20/2020 Date City Engineer: ""'l « 7 10/22/2020 Date Approved by: A.. ► ,o' May•. + ofAuburn Dafe Approved as to form: it City Attorney Date ENG-028, Revised 01/19 Page 1 of 1 * r CITY OF AUBURN _ Nancy Backus,Mayor WASH I NGTO N 25 West Main Street*Auburn WA 98001-4998* www.auburnwa.gov*253-931-3000 May 6, 2021 Ryan Burks R.W. Scott Construction 4005 West Valley Highway Auburn, WA 98001 Re: Contract No. 20-06 Project No. CP1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements Final Pay Estimate Letter Dear Mr. Burks: Enclosed is your Final Payment in the amount of$0.00. The total contract amount for this project as shown on your Final Pay Estimate is $482,319.45. Please be aware that contract completion and final acceptance will not be granted prior to receipt of Affidavits of Wages Paid for your firm and all Subcontractors, and that incorrect information supplied to L & I may delay release of retainage until payment of industrial insurance by all Subcontractors is verified. If you have any questions, please contact Amanda DeSilver, Contract Administration Supervisor, at 253-876-1980. This notification does not constitute contract completion/final acceptance. Sincerely, Jeffrey Bender, P.E. Project Engineer Public Works Department JB/ad/ Enclosure cc: Shawn Campbell, City Clerk Debra Alvarez, Project Inspector Electronic Distribution Only ENG-142-ELH, Revised 02/19 AUBURN * MORE THAN YOU IMAGINED CITY OF - * Construction Contract Final Payment . No. 5, Cover Sheet ` WASHINGTON 2020 Pedestrian Safety Sidewalk and ADA Project Number: CP1902 Project Name: Improvements Pay Period: 3/21/21 -4/2/21 Contractor: R.W.Scott Construction Retainage Option: Escrow account Retainage%(R): 5.000% Final Payment Summary Original Contract Value(A): $459,55250 Contract Change Orders(8): $14,11356 Current Contract Value(A+B): $473,666.06 Amount Earned to Date Including Tax and Retainage(C): $482,319.45 Amount Previously Invoiced Including Tax and Retainage(D): $482,31945 Amount Earned this Period including Tax and Retainage(E=C-D): $0.00 Previous Sales Tax(X): $357.91 Current Period Sales Tax(Y): $0.00 Total Sales Tax(X+Y): $357.91 Previous Retainage Amount Held(PR): $24,098.08 Current Period Retainage Amount(CR=R*[E*(1-T)]): $0.00 Total Retalnage Held(PR+CR): $24,098.08 • Total Payment Amount Less Retainage(E-CR): $0.00 Total Contract Amount Spent Percentage 101.83% 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: Debra Alvarez By: Jeffrey Bender By: Jacob Sweeting �gned Signed: Signed: �?+.t... Signed:CNJ"" s>� /fr t. Date: Date: Date: Date: 1 2. 7 a /-AS 4/29/2021 4/29/2021 05/05/2021 4/15/2021 Page 1/12 „...,,,- CITY Of l ,„ ;* Construction Contract Final Payment BNo. 5, Schedule A - Street Improvements, Sites 1, * WASx ATO 3, 4, 7, 18, 19, 20 2020 Pedestrian Safety Sidewalk and ADA Project Number: CP1902 Project Name: Improvements Pay Period: 3/21/21 -4/2/21 Contractor: R.W.Scott Construction Retainage Option: Escrow account Retainage%(R): 5.000% Schedule Sales Tax Rate%(T): 0.000% Summary Original Contract Value(A): $161,664.05 Contract Change Orders(B): $0.00 Current Contract Value(A+B): $161,664.05 Amount Earned to Date(C): $161,029.17 Amount Previously Invoiced Including Retainage(D): $161,029.17 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): $8,051.46 Current Period Retainage Amount(CR=R*(E*(1-T)]): $0.00 Total Retainage Held(PR+CR): $8,051A6 Schedule Payment Amount Less Retainage(E-CR): $0.00 41152021 Page 2112 r In F. d� NI ii Z © 3 a' 3 8 8 8 $ 80. a g mco S S 8 0. 8 8 F S 8 8 § § o g yip 4. S\\*'''\'' t Z li lvv4 • = a q8 8 `8 8 $ g8 n a0 S n 8x 88 8 8 $ ° 8 8 0 8 8 8 m 8 SY c Ti 'c ~ "�� M N p w „ M tis a4 q «� 8 w .mw « N w `4 $ 4 `M $ Q 8 3 � , ' a S 8 8 8 8 8 8 N 8 8 8 0 8.all Ai8 8 8 8 8 8 8 e 8 8 8 8 8 8 IF O r 7 c 8 • N °° d m rn h n1 N N N wi g 3 N N V m m ✓ E _ _ __ _J 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 t`i8 .�,: 4 W W M M M W M M N M W M M N N M M M w M w M M w N N M h W K t M C 12 8 8 p 0 O 0 8 8 8 8 S 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 ; 9 a a a'^ d 8 d d d 8 d d d d d d d d d d d d d d o d d6 d d d d d d o d • r , a E a 8 8 8 -8 8...8 _ N 3 $ P 8 8 8 8 8 0 8 8 8 8 8 8 2 8 8 8 8 ti `" -p-+ .n 0 d 0 r; o o m d .A vi 0 r .g el ry g r r w n m w m a r w `n g $ rt1 S�Sj ro m 2�5j aj a0 r .ry4I tv1 r Yv, .A r- o°4 rn m r y�y� . m� N w w Nw VI H a a " « w w » r. w N „i. :. M w ; m M i W "a w •? 2 C v a sa. '` 8 `8 8 8 8 8 8 2 2 8 8 8 8 8 8 8 8 8 8 8 8 4, 8 8 8 8 8 8 �( a 4 r O ra m n1 of ni ea •d r ni Y el r .- m ni e.1 4 m rn Q Lu 0 g r- . N P, m r _ G a VI co "ii _ 8 S $ 8 $ $ ry N 8 8 8 8 8 8 St 8 8 8 8 S a `i S o S $ a o C 8 n w w w o N •n .n ai a'o n .�(( �f o 0 0 To" f�1 6 w N r •A M N H a0 co M a0 t� O N 8 V C C :^. ,n m m .r. w H .+ w m m m an M CC � ♦N 13.- `« j tt. O al I.L ? a w N N N N M M N Io ZR 1 1 M in co O w Z ° Q c C J O Q 6 J J l aa W 1/ N W ; W N ro G Q S $ 0 8 8 S Q $ $ 8 8 g o 8 S o b $ 00 a s 888 . 888 gON, 8 � 8 mN r • m t ,- N N 4 Npp $ N O M m M 6 11. 0 m C +. G •- a a a a a a u . V O v+ w `o LL g E E E a E as E *c Y m 2 N - ? 0 V o 0 a s Q a9 a r C V V1 r a v w u r c v Q { q o e o rn > > . V ro 0 .�! 0 - 2 c c E c u m c C - u Q a v - V r Ei J '° r€o y E 3 A c c Z N N °0I a Q d •0 U U w U = r ° a c e e c e c c c ` 'i c W E % s a V 0 C 0 > A .v.. 5U v O 0 0 a 0 0 0 d 0 ?l 0 - 0 C O �. 0 o . c c E 0 0 ( o o m o u ¢ _ rn Y U V c 0 A a Vt u .o o U a„`i V U ` V U C U 01 V E d V r- O+ a s e v V Z > .D. V a 4 ~ V 1, rn A -0 . V o v_ a a [`A E U D 4 a « q v > d �. r+ o u c > > > > a, v E % a a`I l • v `a w m` u 9 v p '° • u o O VE O 0. v w v r o c� o L o ., a C v .D.' v v m «d. m I 2 i `• e V o w E a E a E p E y E o E e E € E. a £ a E E a E m E Q a s r. E C E Ian 2 a coU I- a U a m a s s 3 0 U U Q 5 z0 V o U U U U - U I- u l- U l- 0 U Cr a 1- of vl 0- K V O N O r . 0�f 8 y �{ ,• Q1 ° N 0 V O O O .5 C O 8 O O O O O ..:- -:- •,1- '�' N N N N N N Z .-. Q N r- N N N N N v V, r W 07 . W 01 aD m 00 op of m 0, a, m m .6 au a 0 1 a �, 0 ,n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z r r r r r a r a. a c a r a r r a I- r- r r- r r r r a a a a a h- tl. - Q) �C 41 O N VI VI VI VI VI to N 0 ./1 ,n VI VI VI V, VI N VI .n VI ./1 V1 VI N V, VI V, V1 VI I/, An— •r G EaU • IC • p� ^ .10 W OI O *-- N -# .O r a) 0, O f r d V) n VS '• N m Ul .O r al C �' •- N N N N N N N N N N M Z IZOZ i.iv 001)S 1E101 I LV6Z0.1.9 lelol 150't99't9L$ leiol OMOS ABI 100'0$ xel IOO'OS Xel CITY OF * •.: 'k Contract Final Payment A , ,,,, t, , 0 1.4 , . in fkli No. 5, Schedule B - Street Improvements, Sites 6, * ° WASHINGTON 8, 12, 13, 14, 15, 16, 17 (HUD Funds) 2020 Pedestrian Safety Sidewalk and ADA Project Number: CP1902 Project Name: Improvements Pay Period: 3/21/21 -4/2/21 Contractor: R.W.Scott Construction Retainage Option: Escrow account Retainage%(R): 5.000% Schedule Sales Tax Rate%(1): 0.000% Summary Original Contract Value(A): $148,279.75 Contract Change Orders(B): $0.00 Current Contract Value(A+B): $148,279.75 Amount Earned to Date(C): $157,78730 Amount Previously Invoiced Including Retainage(D): $157,78730 Amount Eamed 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): $7,889.37 Current Period Retainage Amount(CR=R`[E"(1-T))): $0.00 Total Retainage Held(PR+CR): $7.889.37 Schedule Payment Amount Less Retainage(E-CR): $0.00 4/15/2021 Page 512 City of Auburn-Construction Contract Payment *.._ ' . Project No.CP1902,Project Name:2020 Pedestrian Safety Sidewalk and ADA CITY OF -- < Improvements,Contract No.20-06 4 0 -. PIO Schedule:B-Street Improvements,Sites 6,8,12,Payment No.5-Final .., W10 ." 13,14,15,16,17(HUD Funds) Period Dates:Begin 3/21/21,End 4/2/21 " ` ' WASHINGTON Sales Tax Rate:0.000% Contract Prevbw I Current Total Periods Period ract Item ft m Sp Seca Description Qty Unit Unit Prke I Qty Amt1 Qty Amt I Qty Amt % Quantity 31 510 1-04 MinorChanges 24.00.00 EST $1.001 8.131.94 18,131.941 0.00 10.001 8,131.94 58,131,94 348.83% 32 510 1-07 SPCC Plan 1.00 15 1125.001 1.00 $125.001 0.00 $0001 1.00 $125.00 100.00% 33 STD 1-09 Mobilization 1.00 15 $17,500.001 1.00 117,500.001 0.00 $0.001 1.00 $17,500.00 100.00% 34 STD 1-10 Project Temporary Traffic 1.00 LS $22,875.00 1.00 $22875.00 0.00 $0.00 100 $22,875 00 100.00% Control 35 SP 1-10 Traffic Control Supervisor 1.00 L5 $5,375.00 1.00 $5,375.00 0,00 $0.001 1.00 $5,375.00 100.00% 36 STD 2-01 Roadside Cleanup 1200.00 EST $1.001 0.00 $0.001 0.00 10.00 0.00 $0.00 0.00% 37 SP 2-01 Clearing and Grubbing 1.00 L5 $2,500.00 1.00 $2,50000 0.00 $0.00 1.00 $2,500.00 10000% 38 SP 2-02 Remove and Reset Fence 18.00 LP $50.00 1&00 $900.00 0.00 1000 18.00 $900.00 100.00% 39 SP 2-02 Removal of Concrete Curb 51600 LF $6.25 591.00 $3,693.75 0.00 10.00 591.00 $3,693.75 114.53% and Gutter 40 SP 2-02 Removal of Concrete or 127-00 SY $6.25 151.66 $947.88 0.00 $0.00 151.66 $947.88 119.42% Asphalt Pavement Remo41 SP 2-02 vol of Concrete Flat 341.00 SY $10.50 355.00 $3,727.50 0.00 $000 355.00 $3,727.50 104.11% 42 STD 4-04 Crushed 5urtacingTop 128.00 TON $25.00 74.17 11,854.251 0.00 $0.00 74.17 $1,854.25 5795% Course 43 SP 5-04 Commercial HMA 31.00 TON 5150.00 3668 $5,502.00 0.00 $0001 36.68 $5,502.00 118.32% 44 STD 7-05 Adjust Catch Basin 10.00 EA $475.001 1000 $4,750.00 0.00 $0.001 10.00 $4,750.00 100.00% 45 STO 8-01 Inlet Protection 11.00 EA $65.001 12.00 $78000 0,00 $0.001 12.00 $780.00 109.09% 46 SP 8-02 Roadside Restoration 4800.00 EST $1.00 3,087.43 53,087.43 0.00 $0.001 3,087.43 $3,087.43 64.32% 47 SP 8-02 Topsoil Type A 5.00 CY $118.00 11.00 $1,298.00 0.00 $0.001 11.00 $1,298.00 220.00% 48 STD 8-02 Sod Installation 44.00 SY $14.501 165.94 $2,405.14 0.00 $0.00 165.94 $2,406.14 377.14% Cement Conc.Traffic Curb 49 STD 8-04 516.00 LF $28.25 551.00 515,565.75 0.00 $0.00 551.00 $15,565.75 106.78% and Gutter 50 STD 8-04 Cement�eConc.Pedestrian 548.00 15 $19.25 589.00 $11,338.25 0.00 $0.00 589.00 $11,338.25 107.48% Cement Cone,Curb Ramp 51 STD 8-14 3.00 FA $1,985.00 3.00 15,955.00 0.00 1000 3.00 $5,955.00 100.00% Type Parallel A 52 STD 8-14 Cement Cone,Curb Ramp 1.00 FA 11,985.00. 1.00 $1,985.00 0,00 $0.00 1.00 $1,985.00 100.00% Type PerpendicularA 53 STD 8-14 Cement Cont,Curb Ramp 2.00 EA $1,985.00 2.00 $3,970.00 0.00 $0.00 2.00 $3,970.00 100.00% Type Single Directional A 54 STD 8-14 Cement Conc,Curb Ramp 7.00 EA 51,985.00 7.00 513,895.00 0.00 $000 7.00 $13,895.00 100.00% Type Single Directional B 55 STD 8-14 Cement Cone,Curb Ramp 3.00 EA $1,985.00 3.00 $5,955.00 0.00 $000 3.00 $5,955.00 100.00% Type Combination 56 SP 8-14 Cement Conc.Sidewalk 131.00 SY $66.50 159.54 $10,602411 0.00 $0-00 159.54 $10,609.41 121.79% 57 SP 8-18 Relocate Type IV N.D.C.B.U. 1.00 EA $1,500.00 1.00 $1,500.00 0.00 $0.00 1.00 $1,500.00 100.00% Mail Box Relocate Permanent Traffic 58 510 8-21 7.00 FA $195.00 8.00 51,560.00 0.00 50001 8.00 11,560.00 114,29% SIgn and Post 11 Subtotal 5148279.751 Subtotal $157,787.301 Subtotal $000 Total%corn lete 106.41% Tax $0.001 Tax $0,001 Tax $0.001 Total $148279.751 Total $157,787.301 Total $0001 4/15/2021 Facie 6112 CITY OF * Construction Contract Final Payment A toi • tiNo. 5, Schedule C - Street Improvements, Site 2 WASHINGTON (Additive 1) 2020 Pedestrian Safety Sidewalk and ADA Project Number: CP1902 Project Name: Improvements Pay Period: 3/21/21 -4/2/21 Contractor: R.W.Scott Construction Retainage Option: Escrow account Retainage%(R): 5.000% Schedule Sales Tax Rate%(T): 0.000% Summary Original Contract Value(A): $77,430.70 Contract Change Orders(B): $10,17656 Current Contract Value(A+9): $87,60726 Amount Earned to Date(C): $87,999A6 Amount Previously Invoiced Including Retainage(D): $87,999.46 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): $4,399.97 Current Period Retainage Amount(CR=R*[E*(14)]): $0.00 Total Retainage Held(PR+CR): $4,399.97 Schedule Payment Amount Less Retainage(E-CR): $0.00 4/15/2021 Page 7112 Co bP Co COm v A W N O Cr. CO Co V m ,gn A W N a' 8 8 2C W D n(Tr'n 3 N a a .. y� 1I� N N N N N N 1n N N N N N N N N y} N N y� N N O N X (d N A D -i -i 1 -/ -d � t --1 V -i ci y la y -I V V L -i 'O -1 -1 -I v Z 0 o 0 0 0 0 o a o 0 0 0 0 0 0 0 0 VI o7:1 c n n o o v H 3N 90 9) r b 9, b t, Oo Ce 996, 9, V NAN N N N + -' + ODN Q pA NOippNN O S 5'.3 N N N N -- -, O .. A A 0n 0O G n N 0 , 3 n - •O y n -i z c 0 n n n n c n o a o o n n 04 n 73 n o -t n v ; v Z m a O a 9 N c p 3 » n m a. w .'2 a3 3 3 a- o ea• 3 N. .^o » 3 : = d o a- o -g. n 4. » �' Q. n o o m k a ,nr o 2 n m 5 n ,n n^ 0 7 a 'p n m `a ^ o, . q . a '� Z 10 M n v a. m , ,o F. n v n n a n A a n -0 a 0 - o m ° o n� a ,� P.+. 3 N O •W O O C.l O .'O .1 d G < fil • n 3 3 O 3 N a V m 0 Q - 5 °� a 3 v± a n v ' - o° -; a ' d n `, 'c Y. w a 2 S' - G CV 3 O R. `�. ? 0 y f m B. o q D ,o .�. Cr v rv_g N to !P 3 a n > i o @ F CCD N a A' I. n N N eni 0 _ w d N Q A .4 •8N A - P N (,, P twit 7` $ S e .n v, W w A, -. 8 0 N W 3 8 8 8 8 8 8 8 8 8 8 S 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8as ((nt1 fi�rr,, (n [[nn [[��, �[nT y� o' 3 m' .r O y T,. D Ti Nll D D N T { P TI T P Z' o < T N N Ill C; V, N . . Q P N x2 (gyp Q A co Ul to, in p y. p p 8 0� Q�j p� y p� .24* p M V r E. 9' •l i+ A N V VNi 8 O -N+ A N N m OS V C7, O J O O }▪ ~i, O 8 VNi 01 q W G7 I's,' a v, in a ,O1i. 8 8 8 0 o S o 8 8 8 8 8 o v-, 8 888 8 8 8 8 8 m a N of N' � C I ,_np N O y O pA !i. O N NN w _. s,, N w v A iC 0O r. _ m a S—' 11 =I8 8 8 8 8 8 8 8 w 8 8 8 2 8 8 8 V 8 8 8 8 8 8 8 8 8 8 sq -427.' a p I g 0 0 ' M M y+ 8 -1 8 M j 8 W M M ~ 0., �,O-, Op, 4. yy Y8 N W �p - 55514 vv. M to -0' V. t M OW, i� M is, C • M t0 S 1 8 it 2N4 1 i O W R, 41, y �D J tl, W V Np p Mp pV 'pJ O N Np y�,I 3D $4, pO }pO Q'. V 5,, tt�� pp pW ..(u. .,, •O -• N tppo Npp, N N O O GO1 O O C$ 8 ,O T A eT O O, i 0 S 8 8 S 4 8 S •P 8 8 8 N S O t7 S N8 ------ ,, ! -i Q n S p : ¢ 0 0 co P P P P o P o P 0 0 0 0 P P P P P P P 9 p ,a P A m KE.- 8 8 8 8 88 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 ,e• 'a » " 8• 888888888888 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 3 V ! 8 8 8 8 8 8 8 8 8 8 8 8 N 8 8 8 V p8 p8 8 pQP 8 8 8o 8 p 0 V O S O P S S 8 S W 8 A• M M V}!� M M M 11 M M N M N if w - M w ... w w w N 04 w N P 8 O, • o wu 8 p w n pp ppp Y s s s s s g s Q 3 1 t0 i O 4 8 S S 4 O A 8 O N O O 4 8 T = T ik. ,`(}{TSS' z ILA 'a W at n f p OOf� y� yyf� pp�� ��yy �y p p �,pp pppp p p� p n $- V S 8 8 O H 8 p 8 Ot N ,fin 8 O O V N $ $ O $ $ 8 S W $ d 3 a CITY or. * ' * Construction Contract Final Payment A 11, No. 5, Schedule D - Street Improvements, Site 21 WASHINGTON (Additive 2) 2020 Pedestrian Safety Sidewalk and ADA Project Number: CP1902 Project Name: Improvements Pay Period: 3/21/21 -4/2/21 Contractor: R.W.Scott Construction Retainage Option; Escrow account Retainage%(R): 5.000% Schedule Sales Tax Rate%(1): 0.000% Summary Original Contract Value(A): $72,178.00 Contract Change Orders(B): $0.00 Current Contract Value(A+B): $72,178.00 Amount Earned to Date(C): $71,566.52 Amount Previously Invoiced Including Retainage(D): $71,566.52 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): $3,57833 Current Period Retainage Amount(CR=R*(E*(1-T))): $0.00 Total Retainage Held(PR+CR): $3,578.33 Schedule Payment Amount Less Retainage(E-CR): $0.00 4/15/2021 Page 9/12 City of Auburn-Construction Contract Payment * * f • Project No.CP1902,Project Name:2020 Pedestrian Safety Sidewalk and ADA CITY OF - - ^ * Improvements,Contract No.20-06 A -,a.,- ti MI 0:4 „, 'iv-Schedule:D-Street Improvements,Site 21 Payment No.5-Final �M (Additive 2) Period Dates:Begin 3/21/21,End 4/2/21 WASHINGTON Sales Tax Rate:0.000% 1 Previous Current Contract I Periods I Perbd Total ontract Item ft e�4p Sec A Description Qty Unit Unit Price I Qty Amt I Qty Amt Qty Amt x CQuatrth Y 85 STD 1-04 Minor Changes 300.00 EST $1.00 2,528.08 $2,528.081 0.00 $0.00 2,528.08 $2,528.08 842.69% 86 STD 1-07 $PCC Plan 1.00 LS $125.00 1.00 $125.001 0.00 $0.00 1.00 $125.00 100.00% 07 STD 1-09 Mobilization 1.00 LS $5,700.00 1.00 55,700.001 0.00 $0.00 1.00 $5,700.00 100.00% Project Temporary Traffic 88 STD 1-10 Control 1.00 LS $6,575.00 1.00 $6,575.00 0.00 $000 1.00 $6575.00 100.00% 89 SP 1-10 Traffic Control Supervisor 1.00 L5 $1,100.00 1.00 $1,100.001 0.00 $0.001 1.00 $1,100.00 100.00% 90 STD 2-01 Roadside Cleanup 150.00 EST $1.00 0.00 $0.001 0.00 $0.001 0.00 $0.00 0.00% 91 SP 2-02 Removal of Concrete 67.00 LF $8.751 59.00 $516.25 0.00 $0.00 59.00 $516.25 88.06% Curb and Gutter 92 SP 2 02 Removal of Concrete or 60.00 SY 5675 73.00 $492.75 0.00 50.00 73.00 $492.75 121.67% Asphalt Pavement 93 5P 2-02 Removal „°vel of Concrete Flat 4000 SY $10.50 46.00 $483.00 0.00 $0.00 46.00 $483.00 115.00% 94 STD 4-04 Crushed Surfacing Top 26.00 TON $28.00 29.35 $821.801 0.00 $0.00 29.35 $821.80 112.88% Course 95 51' 5-04 Commercial HMA 7.00 TON $165.001 9.50 $1,567.501 0.00 50.001 9.50 $1,567.50 135.71% 96 STD 7-05 Adjust Catch Basin 1.00 EA $475.00 1.00 $475001 0.00 50.00 1.0,0 $475.00 10000% 97 STD 8-01 Inlet Protection 4.00 EA $65.00 4.00 $260.001 0.00 $0.00 4.00 $260.00 100.00% 98 SP 8-02 Roadside Restoration 600.00 EST $1.001 532.71 5532.711 0.00 $0.001 532.71 $532.71 88.79% Cement Conc.Traffic 99 510 8-04 Curb and Gutter 110.00 LF $28.00 102.00 $2,85600 0.00 $0-00 102.00 52,85600 92.73% Cement Cori.Pedestrian 100 STD 8-04 Curb 30.00 LF $30.50 53.00 51.616.50 0.00 $0.00 53.00 $1,616.50 176.67% Cement Conc,Curb 101 STD 8-14 Ramp Type Parallel A 3.00 EA $1,985.00 3.00 $5,955.00 0.00 $0.00 3.00 $5,955.00 100.00% 102 SP 8-14 CementConc.Sidewalk 25.00 SY $59.251 37.56 $2,225.431 0.00 $0.001 37.56 $2,225.43 150.24% 103 SP 8-20 RRFB 1.00 LS $34,000.00 1.00 $34,000.001 0.00 $0.001 1.00 $34,000.00 100.00% 104 SP 8-21 Traffic Sign 2.00 EA $440.00 2.00 $880.001 0.00 $0.001 2.00 $880.00 100.00% • Relocate Permanent 105 STD 8-21 1.00 EA $375.00 1.00 $375.00 0.00 $0.00 1.00 $375.00 100.00% Traffic Sign and Post 106 STD 8-22 Plastic Crosswalk Line 700.00 SF $7.851 280.00 $2,198.001 0.00 50.00 280.00 $2,198.00 40.00% 107 STD 8-22 Removing Plastic 450.00 SF $3.15 90.00 $283.50 0.00 50.00 90.00 $283.50 20.00% Crosswalk Line Subtotal $72,178.00 Subtotal $71,566521 Subtotal $0.00 Total 96 complete 99.15% Tax $0.00 Tax $0.001 Tax $0.00 Total $72,178.00 Total $71,566.52111 Total $0:00 4115J2021 Hage 10/12 CITY OF _ Construction Contract Final Payment A No. 5, Schedule E - Storm Improvements 1p WASHINGTON 2020 Pedestrian Safety Sidewalk and ADA Project Number: CP1902 Project Name: Improvements Pay Period: 3/21/21 -4/2/21 Contractor: R.W.Scott Construction Retainage Option: Escrow account Retainage%(R). 5.000% Schedule Sales Tax Rate%(1): 10.100% Summary Original Contract Value(A): $0.00 Contract Change Orders(B): $3,937.00 Current Contract Value(A+B): $3,937.00 Amount Earned to Date(C): $3,937.00 Amount Previously Invoiced Including Retainage(D): $3,937.00 Amount Earned this Period including Retainage(E=C-D): $0.00 Previous Sales Tax(X): $357.91 Current Period Sales Tax(Y=E*T): $0.00 Total Sales Tax(X+Y): $357.91 Previous Retainage Amount Held(PR): $178.95 Current Period Retainage Amount(CR=R*[E*(1-T)]): $000 Total Retainage Held(PR+CR): $178.95 Schedule Payment Amount Less Retainage(E-CR): $0.00 4/1512021 Page 11/12 City of Auburn-Construction Contract Payment �k * ,' Project No.CP1902,Project Name:2020 Pedestrian Safety Sidewalk and ADA CITY OF , ku"* Improvements,Contract No.20-06 A 0 e:r" Schedule:E-Storm Improvements Payment No.5-Final Sales Tax Rate:10.10096 Period Dates:Begin 3/21/21,End 4/2/21 �' • k WASH]N GTON Previous Current Contract Periods Period ( Total Item I STD Sec I Description Qty Unit Unit Price I Qty Amt Qty Amt I Qty Amt %Cortract or SP Quantity Site 3 Catch Basin C01-1 STD 7-05 1:00 1-5. $3,579.09 1.00 53,579.09 0.00 $0.00 1.00 $3,579.09 100.00% Installation Subtotal $3,579.09 I Subtotal $3,579.091 Subtotal $0.00 Total%cam pkte 100.00% Tax $357.911 Tax $357.911 Tax $0.001 Total $3,937.001 Total $3,937.001 Total $0.001 4/1542021 Page 12/12 5/5/2021 Public Works for Awarding Agencies 0 Site alert 41111) Washington State Department of Labor & Industries Public Works Projects Awarding Agency:AUBURN,CITY OF Project: Project No. CP 1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements 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. :row._ �.__ ___ . .__.... ._....... . Show 15 s Showing records 1 to 1 of 1 4 Previous I Next► ) I Contractor Intent ID WA UBI No. License ID L&I Account ID APPLY-A-LINE LLC 1083665 600553941 APPLYLL834OJ 87998700 AtAccess Wasmngton® ©Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.lni.wa.gov/pwiaa/#public-works/929172/affidavits-not-filed/ 1/1 5/5/2021 Public Works for Awarding Agencies A Site alert Washington State Department of Labor & Industries Public Works Projects Awarding Agency:AUBURN,CITY OF Project: Project No. CP 1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements 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 v rows Showing records 1 to 1 of 1 I Previous Next Contractor Intent ID WA HI No. License ID L&I Account ID APPLY-A-LINE LLC 1083665 600553941 APPLYLL834OJ 87998700 AAccess Washtngton.. 0 Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.lni.wa.gov/pwiaa/#public-works/929172/affidavits-not-filed/ 1/1 CITTY OF V URN Nancy Backus,Mayor WASHINGTON 25 West Main Street* Auburn WA 98001-4998 * www.auburnwa_gov* 253-931-3000 December 13, 2021 Ryan Burks R.W. Scott Construction 4005 West Valley Highway Auburn, WA 98001 RE: Contract No 20-06 Project No. CP1902, 2020 Pedestrian Safety Sidewalk and ADA Improvements Contract Completion and Acceptance Dear Mr. Burks: 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 retainage in the amount of $24,098.08 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 Amanda DeSilver, Contract Administration Supervisor at 253-876-1980. Sincerely, Q�•`s el�/is J cob S ting, P. City Engineer/Assistant Director of Engineering Services Public Works Department JS/ad/as cc: Shawn Campbell, City Clerk Matt Larson, Senior Project Engineer Jeffrey Bender, Project Engineer Danielle Colson, R.W. Scott Construction Electronic Distribution Only //� ENG-075-ELH, Revised 03/19 Au BURN * MORE THAN YOU IMAGINED