Loading...
HomeMy WebLinkAboutCP2026 #20-25 North Airport Area Storm Improvements Memorandum CITY OF AUBURN WASH I NGTON To: City Council, Mayor 12/03/2020 From: Ingrid Gaub, Public Works Director A") Signed Date CC: Ryan Vondrak, Capital & Construction Engineering Manager Jacob Sweeting, City Engineer/Assistant Director Engineering Services Re: Award of Public Works Contract 20-25, CP2026, North Airport Area Storm 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. 20-25 to the lowest responsible bidder, Reed Trucking & Excavating, Inc., on their total low bid of$115,995.00, including sales tax for Project No. CP2026, North Airport Area Storm Improvements. The City received 14 responsive bids and the low bid was approximately 26% below the engineer's estimate. Staff performed reference checks and other verifications to determine that Reed Trucking & Excavating meets the responsible bidding criteria. The total estimated project costs are within the total project budget. The North Airport Area Storm Improvements project will reconfigure the storm lines that flow into an existing storm pond on Airport property at the northeast end of the runway. The specific items of work include removing existing storm pipe, installing approximately 470 linear feet of new 12-inch and 30-inch storm pipe, and restoring existing pavement and landscaping. Staff will provide construction status updates on the monthly Capital Project Status Report. Enclosure(s): Bid Tab Summary Sheet, Vicinity Map ENG-003, Revised 7/20 } CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 DATE: November 17, 2020 Project Number CP2026, Contract No. 20-25 North Airport Area Storm Improvements Bid Opening Date: November 19, 2020 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: BID PROPOSAL PACKAGE: NO CHANGES CONTRACT PROVISIONS: 1. REVISE the entire Section 1-02.9 (Delivery of Proposal) to read: (November 2020 City of Auburn GSP) Delete this section and replace it with the following: The City will not consider proposals it receives after the time fixed for opening bids as specified in Section 1-02.12 (Public Opening of Proposals). Executed "Bid Proposal Package" documents shall be submitted in a sealed envelope provided by the Bidder and hand delivered to the City's Drop Box located outside of the main entrance of City Hall at the following address: City of Auburn — Office of the City Clerk 25 West Main Street Auburn, WA 98001-4998 The Drop Box hours for Bid Proposal Submittals will be available from 8:00 am to 11:00 am the day of the bid opening. Bid proposals placed in the Drop Box after 11:00 am on the bid opening will be deemed non-responsive and will not be opened or considered. Any supplemental items identified in Section 1-02.9 (Delivery of Proposal) that may be submitted within 48 hours after delivery of the Bid Proposal will be collected at 11:00 am, two (2) working days following the bid opening. The Drop Box will have a sign on the top and front that is marked CP2026, North Airport Area Storm Improvements. The sealed Bid Proposal Package envelope shall be plainly marked with the Bidder's firm name, return address and telephone number, and in the lower left hand corner marked with "Sealed Bid for Project CP2026, North Airport Area Storm Improvements; opening 11:00 AM PT on November 19, 2020". Proposals may also be sent by mail. Mailed proposals shall be sealed in a second envelope, also addressed and marked as stated above. If the mail option is chosen, it is the Contractor's sole responsibility to ensure that the City receives the Proposal prior to the specified Bid Opening date and time. Proposals received after the specified Bid Opening date and time will be deemed non- responsive and will not be opened or considered. 2. REVISE the entire Section 1-02.12 (Public Opening of Proposals) to read: (November 2020 City of Auburn GSP) Supplement the Section with the following: Per the Governor's Emergency Proclamation 20-28, the City of Auburn is prohibited from holding in-person meetings at this time. City of Auburn Bid Openings will be held virtually and telephonically. To attend the Bid Opening virtually, please click the link or enter the Webinar ID into the Zoom app or call into the meeting at the phone number listed below. The link to the Virtual Meeting or phone number to listen to the Bid Opening for this project is: Please click the link below to join the webinar: https://zoom.us/j/96468629015 Or join by Telephone by dialing: 253 215 8782 or 877 853 5257 (Toll Free) Webinar ID: 964 6862 9015 International numbers available: https://zoom.us/u/aiogwiBYG 3. REPLACE the Project Plan in Appendix A with the attached Project Plan. The following is a summary of the changes to the original Project Plan: 1. REVISE all pipe types to read "C900 (DR 25) Pipe". 2. REVISE Note No. 6 to read: OConstruct pond inlet protection by installing 1-foot depth of quarry spalls around pipe. Quarry spalls shall be installed 1-foot above crown bevels of pipe and 1-foot on both sides of pipe. Install geotextile for permanent erosion control under quarry spalls. Bevel pipe so it is flush with pond slope and install removable trash rack with 3:1 slope per attached detail. By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. 1 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Reviewed By: 11/17/2020 11/17/2020 Project Manager Date Engineer of Record Date Approved By: gNr��v4r 11/17/2020 Jacob Sweetin , P.E. Date City Engineer/Asst. Director of Engineering Services w ar _._ ,8 225LF15"Diam _.�� fGNoo oR�sPpe - ____-- i x-- 15 14 .\y Q`a @ 215283 LF 12"Dam.C900(DR 25)P oe 5r @02°% 5'6 VF rout _ ,� .—'- Existing Ce Type 1 f �� ` ; 00 Catch 409-151 Catch Basin Type 2 54 tla im. Rim:51.43 •• No.409-151 Igliir O Manhole Type 3 48"dam RIM=52.17 IE 15"HDP:49,43 49.55(�emoec � Y New IE(W):49.43 � IE 30'Conc.(S) 47.50' ! No.409-1968 R / O ! i Rim: 54.05 IE 15"HDPE(E) 48.19'(remove) 0 Inlet and Start of itch N:124865 01 IE 30"Conc.(N)=47.30' IE.48.74' r E:1295150 35 , 12"C900 pipe to pass through manhole at elevation 48.92 End Of bitch I N 124845 061 fi New 1E(E)-4884 IE:48.62' E.1295102.30 .1 New IE(W):48.84 N.12 23.71 I` E 1294050.77 I IAirport Hangar I -1-1 I I I /\) ) I I f \ '.._ _. 1 J)) 9' x CONSTRUTION NOTES: OFit existing pipe with CDF. I i O Remove ox 5 ft estipiRestore rfwi 4 topsoil and hydroseed. End of Ditch 1 I0 49.09 + Remove existingapprhalfof pipe.xiSmooth ng pe.edgesesandsurestore t II N:124625.21 surface with topsoil and hydroseed. 1Y, E 1295051.78 , Ni O Install new catch basin Type 2 per WSDOT Standard Plan ` 0 ' 10 13 I R Airport Hangar 6-10.20-02 with rectangular frame and vaned grate per 5 f WSDOT Standard Plans B-30.10-03 and B-30.30-03. 4s LF", ` O Install new pipe per City of Aubum Standard Detail T-01.3. @ 02% '•LF i Restore surface to existing conditions with either HMA II/ I Q'Di @ 0 2900(DR 25)pPp. W r ' --- (match existing depth)or topsoil and hydroseed. )O Inlet and Start Iof Ditch I 3 as•.st O Construct pond inlet protection by installing 1-foot depth of IE49 19' 00`Catch Basin Type 254"dom.--`---`,quarry spalls around pipe. Qarry spalls shall be installed N 124617.74 No 409-138 1-foot above crown bevels of pipe and 1-foot on both sides E 1295100 30 Rim=53 32' of pipe. Install geotextile for permanent erosion control E 30"conn(SI=48 07' under quarrysails. Bevel pipe so it is flush withpond / \ i IE 15"HDPE(SE).43.72' p p p 111 / I IE 30"Conc.(N)=47.97' slope and install removable trash rack with 3:1 slope per t 1E(W)=49 40' attached detail. OExcavate and construct new ditch with minimum 1-foot depth of quarry spats.Ditch shall have maximum 3H:1V ---- -____ sides slopes and bottom width matching pipe inlet diameter. Install geotextile for permanent erosion control under quarry spalls. Elevations shown are to top of quarry spalls. 9 Airport Hangar O Remove existing pipe. ;t n. 1 # O Install new manhole Type 3 per WSDOT Standard Plan It 018"PVC Culvert B-15.60-02 with circular frame ring and cover per City of IE=50.12' d of Spillway ,�11 r5.. Auburn Standard Detail S-04.3. 52.70 124442 381 �' a i• " SD_ 1 Q High voltage line. Ensure system is de-energized before , -. working near this area. ®. : R Remove existing catch basin or manhole. Start of Spillway y �� 111 ® Excavate and construct new spillway with minimum 1-foot IE 54 70tL1 depth of quarry spalls.Spillway shall have minimum width N 1295106.10 -_-- s of 6'. Install geotextile for permanent erosion control under E'1295106 10 I quarry spats. Elevations shown are to top of quarry spalls 1 0 Install 6"solid yellow stripe after paving. Existing 18"Diem. I 1_______ 411)Connect to existing catch basin. PVC Pipe I ®Install inlet protection per City of Auburn Standard Plan E-03.2. CB Type 2 48" No 409-1426 Airport Hangar Rim=54.61' 1,1\ LEGEND: IE6"PVC(E)=51.16' IE 30"Conc.(S)=50.16' _------ 1E ---"--- 1E 12"HDPE(SE)=50.16' Approximate area of new quarry spalls(see Notes 6,7 and IE 18"PVC(NW)=49.41' 12) IE 30"Conc.(N)=48.86' Project Plan 0' 40' 80' Addendum No. 1 ,, C11"Y 01' U BURN Nancy Backus,Mayor WASHINGTON 25 West Main Street*Auburn WA 98007 4998+ www.auburnwa.gov*253-931-3000 December 16, 2020 Shawn Reed Reed Trucking & Excavating, Inc. 2207 Inter Avenue, Suite A Puyallup, WA 98372 RE: Award of Contract No. 20-25 Project No. CP2026, North Airport Area Storm Improvements Letter of Award Dear Mr. Reed: Bids for construction of the above-referenced project were opened by the City Clerk at Auburn City Hall on November 19, 2020, at 11:00 AM. Fourteen (14) responsive bids were received and have been tabulated. Your firm submitted the lowest responsible bid. The total award amount, including Washington State sales tax is$115,995.00. On December 3, 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 Cindy West, Contract Administration Specialist, 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 for Retainage Declined, in duplicate. 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 2:00 PM on Tuesday, December 22, 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. The Contractor shall prepare and submit electronically 1 working day prior to the preconstruction conference, the following, per Section 9-38 (Submittal Approval): ENG-006-ELH, Revised 08/20 AUBURN * MORE THAN YOU IMAGINED Reed Trucking & Excavating, Inc. December 16, 2020 Page 2 of 2 a) Preliminary Progress Schedule. b) Breakdown of lump sum items except for SPCC Plan, Mobilization and Record Drawings, and TESC Plan. 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 253-804-5034, or the Contracts Administration Specialist, Cindy West at 253-931-3002 with any contract administration related questions. Sincerely, Seth Wickstrom, PE Project Engineer Public Works Department SW/cw/as Enclosures cc: Shawn Campbell, City Clerk Josh Linkem, Project Inspector ENG-006-ELH, Revised 08/20 AUBURN * MORE THAN YOU IMAGINED CITY OF J\1it.J1B1J J N Nancy Backus,Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 January 14, 2021 CERTIFIED MAIL RETURN RECEIPT REQUESTED Shawn Reed Reed Trucking & Excavating, Inc. 2207 Inter Avenue, Suite A Puyallup, WA 98372 NOTICE TO PROCEED RE: CP2026, North Airport Area Storm Improvements, Contract#20-25 You are hereby notified to proceed as of January 18, 2021 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 January 19, 2021. This project has 25 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, Josh Linkem at 253- 876-1926 or the Contract Administration Specialist, Cindy West at 253-931-3002. Sincerely, Seth Wickstrom, PE Project Engineer Public Works Department S W/cw/m m Enclosure cc: Shawn Campbell, City Clerk Jacob Sweeting, Assistant Director of Engineering/City Engineer Josh Linkem, Project Inspector Cindy West, Contract Admin Specialist ENG-017-ELH, Revised 12/18 AUBURN * MORE THAN YOU IMAGINED CONTRACT Contract No. 20-25 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this tA day of �OMaY1A , 202A , by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Reed Trucking & Excavating, Inc., 2207 Inter Avenue, Suite A, Puyallup, WA 98372, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP2026, North Airport Area Storm 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 CP2026, North Airport Area Storm Improvements — removing existing storm pipe, installing approx.470 linear feet of new 12-inch and 30-inch storm pipe, and restoring existing pavement and landscaping for a unit bid price of one hundred five thousand, four hundred fifty dollars ($105,450.00) and Washington State Sales Tax of ten thousand, five hundred forty-five dollars ($10,545.00) for a total contract value of one hundred fifteen thousand, nine hundred ninety-five dollars ($115,995.00) 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 25 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 �� �lan y Backus, Mayor Countersigned: this day of ykruArt, , 20 i- APPROVED AS TO FORM: Kendra Comeau,City Attorney REED TRUCK! G & EXCAVATING, INC. By uthorized Offici Signature CONTRACT BOND CONTRACT NO. 20-25 BOND NO. NWA2149 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Reed Trucking & Excavating, Inc., 2207 Inter Avenue, Suite A, Puyallup, WA 98372, as principal, and Merchants National Bonding, Inc. , a corporation, organized and existing under the laws of the State of Iowa as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Auburn, Washington, in the penal sum of one hundred fifteen thousand, nine hundred ninety-five dollars ($115,995.00) for the payment of which sum we jointly and severally bind ourselves and our successors, heirs, administrators or personal representatives as the case may be. This obligation is entered into in pursuance of the Statutes of the State of Washington and the Ordinances of the City of Auburn, Washington. Dated at Auburn, Washington, this day of aa(n(A.4K,v , 2021. Nevertheless, the conditions of the above obligation are such that: / WHEREAS, the City of Auburn on the 3rd day of December, 2020, let to the above bounden principal a certain Contract. The said Contract being numbered 20-25, and providing for the construction of Project CP2026, North Airport Area Storm Improvements- removing existing storm pipe, installing approx. 470 linear feet of new 12-inch and 30-inch storm pipe, and restoring existing pavement and landscaping (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 17th ,day of December 20 20 Reed Trucking & Excavating, Inc. Viti(( /4147 Principal Merchants National Bonding. Inc. Surety By Attorney in Fact Katharine J Snider Propel insurance 601 Union Street,Suite 3400;Seattle,WA 98101 (206)676-4200 Resident Agent's Address & Phone Number MERCHANTS' BONDING COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Aliceon A Kellner;Alyssa J Lopez;Amelia G Burrill;Annelies M Richie;Brandon K Bush;Brent E Heilesen;Carley Espiritu;Christopher Klnyon; Cynthia L Jay;Eric A Zimmerman;Erica E Mosley;Heather L Allen;Holli Albers;James B Binder;Jamie L Marques;Katharine J Snider;Kyle Joseph Howat their true and lawful Attorney(s)-In-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 19th day of May , 2020 co.0.1�iPO/Qq• 0 % O•' (�P09 .•9 : MERCHANTS BONDING COMPANY(MUTUAL) • V � •,2^ • ti;_�� 9�;yam. MERCHANTS NATIONAL BONDING,INC. '• . 2003 a 0r •: c.• 1933 .. ••' By a��'Z 7:74, •:d' •��c •ted• •�. .'o�y' , '•0 •• ..• ,t,... • ' r .• l�J•. President • STATE OF IOWA �..'"........� `• COUNTY OF DALLAS ss. On this 19th day of May 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �P 9.1A(s POLLY MASON p 7. Commission Number 750576 p�� . . *. My Commission Expires �� l/V�k,, yQWP January 07,2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 17th day of December , 2020 . ••••WON://.,, .•00CD'•. 's' 2003 ,`0;" •:•Y% 1933 .. - secretary ;.0d' '�:' :a��). ^h:' • POA 0018 (1/20) -.... .4 ...... •• CITY OF j\jJJ [ 1JJJ4 Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 January 14, 2021 CERTIFIED MAIL RETURN RECEIPT REQUESTED Shawn Reed Reed Trucking & Excavating, Inc. 2207 Inter Avenue, Suite A Puyallup, WA 98372 NOTICE TO PROCEED RE: CP2026, North Airport Area Storm Improvements, Contract#20-25 You are hereby notified to proceed as of January 18, 2021 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 January 19, 2021. This project has 25 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, Josh Linkem at 253- 876-1926 or the Contract Administration Specialist, Cindy West at 253-931-3002. Sincerely, Seth Wickstrom, PE Project Engineer Public Works Department S W/cw/m m Enclosure cc: Shawn Campbell, City Clerk Jacob Sweeting, Assistant Director of Engineering/City Engineer Josh Linkem, Project Inspector Cindy West, Contract Admin Specialist ENG-017-ELH, Revised 12/18 AUBURN * MORE THAN YOU IMAGINED CONTRACT Contract No. 20-25 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this 1( day of .\(Iki1U(lhi , 202,\ , by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Reed Trucking & Excavating, Inc., 2207 Inter Avenue, Suite A, Puyallup, WA 98372, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP2026, North Airport Area Storm 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 CP2026, North Airport Area Storm Improvements — removing existing storm pipe, installing approx. 470 linear feet of new 12-inch and 30-inch storm pipe, and restoring existing pavement and landscaping for a unit bid price of one hundred five thousand, four hundred fifty dollars ($105,450.00) and Washington State Sales Tax of ten thousand, five hundred forty-five dollars ($10,545.00) for a total contract value of one hundred fifteen thousand, nine hundred ninety-five dollars ($115,995.00) 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 25 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages) of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN. II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. CITY OF AUBURN, WASHINGTON By 1 , Mayor Countersigned: this tit day of 3ckN,N , 209-1 APPROVED AS TO FORM: 'c-C N_c,t (" Kendra Comeau, City Attorney REED TRUCKI G & EXCAVATING, INC. By uthorized Offici Signature CONTRACT BOND CONTRACT NO. 20-25 BOND NO. NWA2149 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Reed Trucking & Excavating, Inc., 2207 Inter Avenue, Suite A, Puyallup, WA 98372, as principal, and Merchants National Bonding, Inc. , a corporation, organized and existing under the laws of the State of Iowa as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Auburn, Washington, in the penal sum of one hundred fifteen thousand, nine hundred ninety-five dollars ($115,995.00) 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 /1-4"‘ day of aav c. t2 , 20.1..(. Nevertheless, the conditions of the above obligation are such that: / WHEREAS, the City of Auburn on the 3rd day of December, 2020, let to the above bounden principal a certain Contract. The said Contract being numbered 20-25, and providing for the construction of Project CP2026, North Airport Area Storm Improvements - removing existing storm pipe, installing approx. 470 linear feet of new 12-inch and 30-inch storm pipe, and restoring existing pavement and landscaping (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 17thday of December , 20 20 Reed Trucking & Excavating, Inc. A4 Principal Merchants National Bonding. Inc. Surety By ke ,,6.z-..A-- Attorney in Fact Katharine J Snider Propel Insurance 601 Union Street,Suite 3400, Seattle,WA 98101 (206)676-4200 Resident Agent's Address & Phone Number MERCHANT BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Aliceon A Keltner;Alyssa J Lopez;Amelia G Burrill;Annelies M Richie;Brandon K Bush;Brent E Heilesen;Carley Espiritu;Christopher Kinyon; Cynthia L Jay;Eric A Zimmerman;Erica E Mosley;Heather L Allen;Holli Albers;James B Binder;Jamie L Marques;Katharine J Snider;Kyle Joseph Howat their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 19th day of May , 2020 . 4.0. pl • 0\NG.CoA,, • • ELP0%� .O .•,00%:.• •'(;PQ 'oq•. MERCHANTS BONDING COMPANY(MUTUAL) 'A. cj 9>`.1.1„ • : O 99�.A• MERCHANTS NATIONAL BONDING,INC. v"..0."n •t'). " rfA• • 2003 c:Vii; •: ...~ 1933 By /6„,,,,./.2 .�' d•. . •ad• :1: � •'�W •9?`� ••.4'ly ;.' \1•• 'President STATE OF IOWA •..''••.........• ••....... COUNTY OF DALLAS ss. On this 19th day of May 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and seated In behalf of the Companies by authority of their respective Boards of Directors. A:POA(s POLLY MASON Commission Number 750576 Mc�0-\__. . My Commission Expires PA IOW"' January 07,2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 17th day of December , 2020 , . • •'p�\°NA, •• •0NG cat:... • • O? ,Iy.09- oo_ r^: z 2003 u •. .y, 1933 Q• Secretary •••• ••.. .��••• •••day•• :•• \1•: • POA 0018 (1/20) """"'• t CITY Of �t.: :,,� r.. 1 �' Nancy Backus,Mayor * 25 West Main Street*Auburn WA 98001-4998*www.auburnwa.gov*253-931-3000 ' ' WASH] April 2, 2021 Shawn Reed Reed Trucking & Excavating, Inc. 2207 Inter Avenue, Suite A Puyallup, WA 98372 RE: Contract No. 20-25 Project No. CP2026, North Airport Area Storm Improvements Final Pay Estimate Letter Dear Mr. Reed: Enclosed is your Final Payment in the amount of$19,862.72. The total contract amount for this project as shown on your Final Pay Estimate is $139,186.66. 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 Cindy West, Contract Administration Specialist, at 253-931-3002. This notification does not constitute contract completion/final acceptance. Sincerely, Seth Wickstrom, P.E. Project Engineer Public Works Department SW/cw/as Enclosure cc: Shawn Campbell, City Clerk Josh Linkem, Project Inspector ENG-142-ELH,Revised 02/19 AUBURN MORE THAN YOU IMAGINED , * CITY OF __ - , „,,,-,-- . Construction Contract Final Payment r,it, \, t t ,Hs No. 2, Cover Sheet WASHINGTON Project Name; North Airport Area Storm Improvements Project Number: CP2026 Contractor: Reed Trucking&Excavating,Inc, Pay Period: 2/21/21 -2/26/21 Retainage Option: City held retainage Retainage%(R): 5.000% ...._. Final Payment Summary Original Contract Value(A): $115,995.00 Contract Change Orders(B). $4,300.00 Current Contract Value(A+B): $120,295.00 Amount Earned to Date Including Tax and Retainage(C): 5139,186.66 Amount Previously Invoiced Including Tax and Retainage(0): 5118,378.99 Amount Earned this Period Including Tax and Retainage(E=C-D): $20,807.67 Previous Sales Tax DO: $10,859.47 Current Period Sales Tax(V): $1,908.79 Total Sales Tax(X+Y): $12,768,26 Previous Retainage Amount Held(PR): $5,375.98 Current Period Retainage Amount(CR=R*(E*(1-T)j): $944.94 Total Retainage Held(PR+CR); $6,320.92 Total Payment Amount Less Retainage(E-CR) $19,862.72 Total Contract Amount Spent Percentage 115,60% 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 clue 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 setforth in this estimate."This final payment does not constitute Final Contract Acceptance/Completion by the City. Contractor: Inspector: Project Manager: City Engineer: Reed Trucking&Excavating, Inc By:Mardi Jermen terShawn J need By: Josh Linkem By: Seth Wickstrom BY: fled: Signed: „..,;,,' Signed. , Signe . Date: Date' Date: 3/26/2021 Date:.. 03/30/2021 3 25 2.2 03/29/2021 _ 3/24/2021 Rage 115 CITY OF -..!`.......-4''' ,40,..;: , * Construction Contract Final Payment •A :\ • - . ,.:.•,-'- tg, v., ,t \ No. 2, Schedule A - Storm Improvements : ' --- - WASH INGTON _. ......_ Project Name: North Airport Area Storm IMprovements Project Number: CP2026 Contractor Reed Trucking&Excavating,Inc. Pay Period: 2/21/21.-2/26/21 Retainage Option: City held retainage Retainage%(II): 5.000% Schedule Sales Tax Rate%(1): 10.100% Summary Original Contract Value(A): $115,995.00 Contract Change Orders(B): $0.00 Current Contract Value(A+13): $115,995.00 Amount Earned tp Date(C): V134886.66 Amount Previously Invoiced Induding-Retainage(D): 4.118,378.99 Amount Earned this Period Including Retainage(E--.:4-13): $16,507.67 Previous Sales Tax QC): $10,859.47 ,Current Period Sales Tax(Y=E*1): $1,514.33 Total Sales Tax(X+Y): $12,373,80 Previous Retainage Amount Held(PR); $5,375.98 Current Period Retainage Amount(CR=R*[E*(1-T)j): $749.67 Total Retainage Held(PR+CR) $6,125.64 Schedule Payment Amount Less Retainage(E-CR): $15,758,00 3/24/2021 Page 215 City of Auburn-Construction Contract Payment * %` Project NO.CP2026,Project:Name:North Airport Area Storm Improvements,:Contract No: G1 I Y OF 20-25 &,.T .TI :TffT :t® S A-Storm Improvements Payment N0.2-Final Sales Tax Rate:10.100% Period Dates:,Begin 2/21/2:1,End 2/26/21 s-'' -s '' W.AS:HINGTON :previous Current. Contract. Periods' Period Total STD %Contract Item a or SP Sec ri' Description Qty 'Unit Unit Price Qty Amt iqty Amt Qty Amt Quantity 1 5TD.. 1-04 MInor'Changes .5000.00' 'Est 51.00 8,698.42 .58,698;42 0.00 $0.00 8698.42' 58,698:42 173:92% 2' '5TD 1-07 SPCC'Plan 1:00 LS 31,000.00 1:0o 51,000:00 '0.00 $0.00 too 51,000.00 '160;0045 3: 5P 1-07 FOD:Prevention Controls 1:00LS 52,000.00 1.00 $2,000.00 0.00 50.00 1.00 52,,000,0{) 100.00% 4 510 1-09 -Mobilization '1:00 LS $10;000.00 1:00 510,000.00 0.00 50.00 1:00 510,000.00 100.00% 5 STD 1-10 P cjectTemporaryTraffic '1.00 LS $6,000.00 1.00 $6,000.00 0.00 $0.00 1.00 $6,000.00. 100.00% Control. 6 STD 2-02 Removal of Structures: 1.00 LS $7,000.00 1.00 57,000.00 0.00 50.00 5;00 $7,000.00 100.00% and-Obstructions 7 STD 2-03 Ditch Excavation incl, 70.00 CY $100.00 70.00 $7,000.00 0.00 .0:00 70.00 57,000.00. 100.00% Haul 8 STD 2-12 Construction Geoteatile 100.00' SY 55.00 121.00 5605.00 Q00 $0.00 121.00 560$.00 121:00% for Permanent Erosion Control 9 SP' '5'-04 HMA Cl.1/2-inch.'4 15.00- TON $200.00 0.00 50.00. 16.59 53,300.00. 16:81,0- $3,300:00: '110:00% 58H-22 19' SP 7x04 0.900 Polyvinyl Chloride 335.00 LF 550,00 335.00 516;750.00 0.00 50.00 335.00 516,750.00- 100.00% Pipe;12iln.Diem.,. 11 5P '7-04' C900'F'alyvinyl Chloride 106.00 LF $120.00 506.00 '$12,720.00 0.00 $0:00 106:00' 512,720;00`. 100.00% Pipe,30'ln.Diam. 12 SR 7-04 Storm'Sewer Television 441.00 IF 85.00 441.00 52,205,00 0.00 $0,00 441.00 $2,205.00 100.00% Inspec'.:ion 13 510 7-05 Manhole 48 In.Diam., 1.00 EA 53,000.00 1.00 $3;000.00 0.00 $0.00 1.00 83,000.00' 100.00% Type 3 19 STD 705 Catch Eosin Type 254 In. 2.00 EA $4,200;00. 2.00 $8;400.00 0.00 $0.00 2.00 $6;400.00 140.00% Diem '15 SP 7-05. Connect to Existing_ 1.00 EA $500.00 1.00 5500.00 0.00 50.00 1.00 8500.00: 10100% Catch Basin 16 SP 7-OS Trash Rack 2.00 'EA :$750.00' 2.00 $1,500,00 0:00 50.00 ;2;00 817590.001 103.00% 17 STD 7-05 Shoring or Extra 42500 SF 51.00 :1,003.00 $1,003.00 0:00 $0.00 '1,003;00' 51;003,00` 236.00% Excavation Class B 18 SP 7?08 Pipe Zone Bedding 200.00 TON 525:00. 29,94. $7,373,80 0,00 $0.00 294.94 87,373.50'' ':147,47% 19 SP 7.08' .Select:Pipe Trends :150.00 TON $29.00 508.48 .56,169.60. 0.00 50.00 308.48 '56,169.60 '205:65% Backfill 20. SP 7=08 Controlled Density:Fill 40.00 CY ST:DO 11.00. 511;00 0.00 50,00. 11.00 SI 1.00 27.50% (CDF)'for Filling Pipe 21 STD 8=01 Inlet 4,00 EA $50.00 4.09 $200,00 0.00 $0.00 '4.00 5200.00 100.00% 22. SP 8.01 TESC Plan: 1.00 .LS $500.00 1,00 5500,00 0.00 50.00. 1.00. $501.1.00 100.00% 23 STD 8-01 ESC Lead 5.09 DAY '$50.00 0.00 $0.00 0.00 50,00 .0;00 ,80:(X7 0.00% 24 SP 8-02 1opsoilType A 95.00 CY $60.00 0:00 50.00 98,00 55,700.00 95.00 85;700.00, 100.00% 25 SP 8-02 Seeding,Fertiliiiiig,and 570.00 SY 53.00 040 50.00 1,997.78 55,993.34 1,997;78. 55,993,34 350:49% Mulching 25 STD 8.15 Qua,rySpells ,..._-3500 CY _ 550.00 91:68_ 5 58100 0.00 50.00 --9168 4,58500,,;,,. 20194% 27 STD 8-20 Paint Line 15.00 LF $20.00 15;00 5309:40 0.00 $0.00 15.00. 5300,00. 100.00% Subtotal $105;454.00 Subtotal $107,519,82 'Subtotal $14,993.34 Total%';complete 116.18% Tax S10:545.00 Tax $10,859.47 Tax $1,514.33 'Total. '5115,995;00 Total $118,378.99 Total $16,507.671 3124/2021 Page 3/5 % ,crry OF, .3 ... 7'" ,,,,•- * Construction Contract Final Payment ' , ' 5---,..,-- . No. 2, Schedule B - Pipe Foundation Material - -- WAS I-1 I NGTON Project Name: North Airport Area Storm Improvements Project Number: -CP2026 Contractor: Reed Trucking&Excavating,Inc. Pay Period: 2/21/21 -2/26/21 Retainage Option: City held retainage Retainage.%(R): 5.000% Schedule Sales Tax Rate%(T): '10.100% Summary Original Contract Value(A): $0.00 Contract Change Orders(B): $4,300.00 Current Contract Value(A+B): $4,300.00 Amount Earned to Date(C): $4,300.00 Amount Previously Invoiced Including Retainage(0): $0.00 Amount Earned this Period Including Retainage(E=C-D): $4,300.00 Previous Sales Tax(X): $0.00• Current Period Sales Tax(Y=E4T): Total Sales Tax(X+Y): $394.46 Previous Retainage Amount Held(PR): $0.00 Current Period Retainage Anfount(CR.RIP'(1-T).1): $195:28 Total Retainage Held(PR+CR): $195.28 Schedule Payment Amount Less Retabiage(E-CR): $4,104.72 ... 3/24/2021 Page 4/5 City of Auburn-Construction Contract Payment , -r e' Project No.CP2026,Project Name:North Airport Area Storm Improvements,Contract No. CITY or ..,- 20-25 4\, r s: k k •IIW•, & ' Schedule.B-Pipe Foundation Material Payment No.2-Final , , ;,,r- It: , ,‘ s,, \\,, Sales Tax Rate:1,0.100% Period Dates:Begin 2/21/21,End 2/26a1 ,;'' -.,'"•'" WASHINGTON Previous Current Contract Periods Period Total STD %Contract item# or SP Sec# Description Qty Unit Unit Price Qty Ant .Qty Amt UtY Anst Quantity (.01-1 $P 7-08 Pipe Foundation 1.00 l.S S3.905,54 0 O0 $0,00 1.00 $3,905.54 1.09 $3.90554 •100 00% $3 actual Subtotal $3.905.5.1 Subtotal S0.00 Subtotal 53,905.54 Total%complete 100.00% Tax 099.46 Tax $0.00 TaX $394A5 Total 54,300.00 Total $0.00 Total S4,3110.00 I — — — -- „- - -- -- — 3/2412021 Page 5/5 i CITY OF AUBURN,STATE OF WASHINGTON 98001 ACCOUNTS PAYABLE CHECK NO. 462978 .A1I IOlCEt4UMBER`.1,; P..P.O:`=.NUM8ER '45:4 ., r,,bISGS}UI�T H','r.,<,�, �y , ,ARC R relo CP20-25/#2 03/30/2021 21-000165 CP2026, North Airport Area Storm 0.00 19,862.72 } 3i } } } PLEASE DETACH BEFORE DEPOSITING KayBank Nattonal,Assoolatlon vOID 6 MONTHS * Auburn;Washington 38001 AFTER CHECK DATE • 1250 �CCUUNTS PAYABLE C1"f1[OF ��r� t 800 kEY2Y0U CLAIMS CHECK CITY OF ACJBURN d;vE DE * iltdik C' CKA lout r NaatR3ER ,; SATE 25 WEST MAIN STREET 017392 04/05/2021 462978 '*****t-.19',0,62.72, STATE OF WASHINGTON'98001 — WASHTtJGTON k 13 PAY Nineteen Thousand,Eight Hundred Sixty Two Dollars and Seventy Two Cenfs, TO THE, REED'TRUCKING&EXCAVATING INC " ORDER 2207 INTER AVENUE STEA PUYALLUP, WA 98372 OF n z t�� h O 4 I 629?8u� �: L-25000.5?41: 4'7.'L431003.2381I�` tTEB .N BREATHPON THE�PINK LOCK M-KEY ICON - r . R ,FAL18AN0EN`A6APPLARiON.AN'A tRT iI