HomeMy WebLinkAboutCP1408 T-Hangar Row 3 Enclosure Contract 14-25 � , ';
PUBLIC WORK CONTRACT NO. 1425
Project No. CP1408, Hangar Row 3 Improvements
THIS CONTRACT is entered into between the City of Aubum,a Washington Municipal
Corporation("City"),and CFC Construction, LLC ("Contractor"),whose mailing address is
20233 SE 192nd St , Renton, WA 98058 .
The parties agree as follows:
I. CONTRACTOR SERVICES. The Contractor shall do all work and fumish all tools,
materials and equipment for the construction of Project No. CP1408 in accordance with this
Contract form. Scope of work is as follows:
The ConVactor shall do all work and fumish all tools, materials and
equipment for the construction of Project No. CP 1408, in accordance with this
Con[ract form and as sNown on the attached Plans which are by this reference
incorporated herein and made a part hereof.
The complete Contract includes the following parts, which are by this
reference incorporated herein and made a part hereof. Any inconsistency in
ihe parts of the Contract shall be resolved by the order in which they are listed:
1) Addenda
2) Bid ProposalPackage
3) Public Works Contract
4) City of Aubum Special Provisions
5) Special Provisions Supplement
6) Contract Conditions arid General Provisions
7) Technical Specifications
8) Construction Plans
9) Invitation for Bids
]0) 2012 Washington State Department of Transportation Standard
Specifications for Road, Bridge, and Municipal Construction
1 I) Washington State Department of Labor& Industries Prevailing Wage
Rates and Benefit Code Key effective on the Bid Advertisement Date.
12) Current Electrical Laws &Rules of Washington State
l3) Intemational Fire Code, 2012 Edition
l4) 2012 Intemational Building Code
On the Construction Contract Plans, figured dimensions shall take precedence over
scaled dimensions.
PUBUC WORK CONTRACT NO. 14-25
Pagc I of 12
, ,
In case of any ambiguity or dispute over interpreting the Contract,the City Engineer's
decision will be final.
II. CITY OF AUBURN BUSINESS LICENSE REQUIRED. In order to do business in the
City of Auburn, you are required to have a current City of Aubum business license. All
subcontractors and lower tier subcontractors working on the project mnst also have a City of
Aubum business license.
III. NOTICE TO PROCEED: A Notice to Proceed will be issued once the Contract has been
fully executed by the Contractor and Ciry, and all required documents as set forth in this
Contract and all requirements as set forth in the awazd letter have been met.
IV. TQ1-IE OF COMPLETION. The Contractor shall complete the base bid work within
_90_working days from the date of issuance of the City's Notice to Proceed.
V. HOURS OF WORK. Normal working hours for the Contract shall be any consecutive 8-
hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday. If the Contractor
desires to perform work on liolidays, Saturdays, Sundays, or between the hours of 6:00 p.m.
and ]0:00 p.in. on any day,the Contractor shall apply in writing to the Engineer for
pernussion to work such times. Permission to work longer than an 8-hour period between
7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer two
(2)worldng days prior to the day for which the Contractor is requesting permission to work.
The Ciry reserves the right to grant or deny any such request at its sole discretion.
Permission to work between the hours of]0:00 p.m. and 7:00 a.m. during weekdays and
between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject
ro noise control requirements, as indicated in Aubum City Code Chapter 8.28A10 entitled
"Noise Control." If the Contractor desires to work during restricted times, the Contractor
shall submit a written request to the Engineer fourteen(14) calendar days prior to the day for
which the Contractor is requesting permission to work. The written request will include
specific days and times and description of work to be perfomied and the reasons the work
cannot be performed during the normal hows of work. The City reserves the righ[to grant or
deny any such request at its sole discretion. If approval is granted, it may be revoked at any
time the City receives complaints from the public or adjoining property owners regarding the
noise from the Contractor's operations. The Contractor shall have no claim for darnages or
delays should such permission be revoked for any reason.
VI. COMPENSATION. The Contractor shall do all work and fiunish all tools, materials, and
equipment for the work and services contemplated in this Contract for[he lump sum price of
$219,253.00 (two hundred nineteen thousand, two hundred fifty three dollars), and Washington
PUBLIC WORK CONTRACT NO. 14-25
Pagc 2 of 12
J '
State Sales Tax of$2Q829.04 (twenry thousand, eiglit hundred twenty nine dollars and four
cents) for a total of�240,082.04(two hundred forty thousand, eightv two dollars and four
cents . Our sales ta�c area is 1702 for King County. No payment shall be issued until a
Statement of Intent to Pay Prevailing Wages fortn, for the Contractor and each and every
Subcontractor, has been approved by the State Departrnent oF Labor& Industries, and is
received by the City.
A. Performance Bond. The Contractor shall fumish the City with an executed performance
bond for the full Convact amount of$240,082.04.
B. Retainaee. The City shall hold back retainage in the amount of five percent(5%) of any
and all payments made to the Contractor pursuant to RC W 39.08.010. The Contractor
can choose to have the retainage held by the Ciry in a non-interest bearing account, have
it placed in an Escrow(interest bearing) Account, or submit a bond in lieu of retainage.
Said retainage shall be held by tHe City for a period of foRy-five(60)days after the date
of final acceptance, or until receipt of all necessary releases from the State DepazUnent
of Revenue and State Employment Security Department, including Affidavits of Wages
paid for the Contractor and each and every subcontractor, and until setdement of any
liens filed under Chapter 6028 RCW,whichever is later.
C. Defec[ive or Unauthorized Work. The City reserves its right to withhold payment from
the Contractor for any defective or unauthorized work. Defective or unauthorized work
includes, without limitation: work and materials that do not conform to the requirements
of this Contract; and extra work and materials furnished without the Ciry's written
approval. If the Convactor is unable, for any Yeason,to satisfactorily complete any
portion of the work, the City may complete the work by contract or otherwise, and the
Contractor shall be liable to the City for any additional costs incurred by the City.
"Additional costs" shall mean al] reasonable costs, including legal costs and attorney fees,
incurred by the City beyond the maximum Contract price specified above. The City
further reserves its right to deduct the cost to complete the Contract work, including any
additional costs, from any and all amounts due or to become due the Contractor.
D. Fina] Pavmenr. Waiver of Claims. The making of final payment (excluding withheld
retainage) shall constitute a waiver oFclaims, except those previously and properly made
and identified liy the Contractor as unsettled at the time request for final payment is
made.
VII. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-
Employer Relationship will be cieated by this Contract, the City being interested only in the
results obtained under this Contract.
PUBLIC WORK CONTRACT NO. 14-25
Page 3 of 12
� I
VIII. SUBCONTRACTING. Work done by the Contractor's own organization shall account for
a[least 30 (tMrty)percent of the awarded Contract price. Before computing this percentage
however, the Contractor may subtract(from the awarded Contract price)the costs ofany
subcontracted work on items the Contract designates as specialty items.
The Contractor shall not subcontract work unless the City approves in writing. Each
request ro subcontract shall be on the form the City provides. If the City reques[s,the
Contractor shall provide proof that the subcontractor has the experience, ability, and
equipment the work requires. The Contractor shall require each subcontractor to comply
with RCW 39.12 (Prevailing Wages on Public Works)and to fumish all certificates and
statements requved 6y the Contract. As stated in Section VI, "Compensation,"no payment
shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor
and each and every subcontractor,has been approved by the.State Department of Labor&
Industries,and is received by the City.
Along with the request to sublet, [he Contractor shall submit the names of any
contracting firms the subcontractor proposes to use as lower tier subcontractors.
Collectively, these lower tier subconVactors shall not do work that exceeds 25 percent of the
total amount subcontracted to a subconvactor.
The City will approve the request only if satisfied with the proposed subcontractor's
record, equipment, experience and ability. Approval to subconVact shall nor.
1. Relieve the Contractor of any responsibiliry to carry out the Contract.
2. Relieve the Contractor of any obligations or liability under the Contract and the
Contractor's bond.
3. Create any contract between the City and the subcontractor, or
4. Convey to the subcontractor any rights against the City.
The City will not consider as subcontracting: (I) purchase of sand, gavel, crushed stone,
crushed slag, batched concrete aggregates, ready mix concrete,off-site fabricated structural
steel, other off-site fabricated items, and any other materials supplied by established and
recognized commercial plants; or(2) delivery of these materials to the work site in vehicles
owned or operated by such plants or by recoguzed independent or commercial hauling
companies. However, the Washington State Department of Labor and Industries may
detemune that RCW 39.12 applies to the employees of such fu-ms identified in A and B
above in accordance with WAC 296-127.
If dissatisfied with any part of the subcontracted work, the City may request in writing
that [he subcontractor be removed. The Contractor shall comply with this request at once
PUBLIC WORK CONiRACT NO. 14-25
Page 4 oC 12
and shall not employ the subcontractor for any further work under the Contract. This section
does not create a contractual relationship between the City and any subcontractor. Also, it is
not intended to bestow upon any subcontractor, the status of a third-party beneficiary to the
Contract between the City and the Contractor.
IX. TERMINATION. The City may ternunate this Contract for good cause. "Good cause"
shall include, without limitation, any one or more of the following events:
A. The Contractor's refusal or failure to supply a sufficient number of properly-skilled
workers or proper materials for completion of the Contract work.
B. The Contractor's failure to complete the work within the time specified in this Contract.
C. T'he Contractor's failure to make full and prompt payment to subcontractors or for
material or labor.
D. The Contractor's persistent disregazd of federal, state or local laws, niles or regulations.
E. The Convactor's fifing for banlauptcy or becoming adjudged banlwpt.
After all the work contemplated by the Contract has been completed either by the Surety
or the City,the City will calculate the total expenses and damages for the completed work. If
the total expenses and damages are less tt�an any unpaid balance due the Contractor, the
excess will be paid by the City to the Contractor. If the total expenses and damages exceed
the unpaid balance, the Contractor and the Surery shall be jointly and sevenlly liable to, and
shall pay the difference to, the City on demznd.
X. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing
Wages" with the State of Washington Department of Labor& lndustries prior to
commencing the Contract work. The Contractor shall pay prevailing wages and comply with
Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing
wage rate provisions. The prevailing wage rate revision in effect on the date of the bid
opening is by this reference incorporated herein and made a pazt hereo£ No payment shall be
issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each
and every subcontractor, has been approved by the S[ate Department of Labor& Industries,
and is received by the City. Retainage shall not be ieleased until an Affidavit of Wages Paid
form for the Contractor and each and every subcontractor, has been approved by the.State
Department of Labor& Indus[ries, and is received by the City.
XI. CHANGES. The City may issue a written change order for any change in the ConVact work
during the performance of this Contract. If the Contractor detemunes, for any reason, that a
change order is necessary, the Contractor must submit a written change order request to an
authonzed agent of the City within fifteen (15) calendar days of the date the Contractor knew
PUBLIC WORKCONTRACTNO. 14-25
Page 5 of 12
. �
or should have known of the facts and events giving rise to the requested change. If the City
determines that the change increases or decreases the Contractor's costs or time for
performance, the City will make an equitable adjustment. The City will aftempt, in good
faith,to reach agreement with the Contractor on all equitable adjustments. However, if the
parties aze unable to agee, the City will determine the equitable adjustment as it deems
appropriate. The Contractor shall proceed with the change order work upon receiving either
a wri[ten change order from the City or an oral order from the City before actually receiving
the written change order. If the Contractor fails ro require a change order within the time
allowed,the Contractor waives its right to make any claim or submit subsequent change
order requests for that portion of the Contract work. If the Contractor disagees with the
equitable adjustment, the Contractor must complete the change order work; however, the
Contractor may elect to protest the adjustment as provided below:
A. Procedure and Protest bv the Contractor. If the Contractor disagees with anything
reguired by a change order,another written order, or an oral order from the City,
including any direction, instruction, interpretation, or detertnination by the City, the
Contractor shall:
1. Immediately give a signed written notice of protest to the City;
2. Supplement the written protest within fifteen(I 5)calendaz days with a written
statement that provides the following infortnation:
a. The date of the Contractor's protest.
b. The nature and circumstances that caused the protest.
a The provisions in this Contract that support the protest.
d. The estuna[ed dollar cost, if any, of the p"rotested work and how that estimate
was determined.
e. An analysis of the progress schedule showing the schedule change or disruption
if the Contractor is asserting a schedule change or disruption.
The ConVactor sHall keep complete records of extra costs and time incurred as a
result of[he protested work. The City shall have access [o any of tlie Contrac[or's
records needed for evaluating the protest.
3. The City will evaluate all protests, provided the procedures in this section are
followed. If[he City detemtines that a protest is valid, the City will adjust payment
for work or time by an equitable adjustment. No adjustment will be made for an
invalid protest.
B. Contractor's Dutv to Comolete Protested Work. In spite of any protest, the Contractor
PUBLIC WORK CONTRACT NO. 14-?5
Page 6 0(12
shall proceed promptly with the work as the City has ordered.
C. Con[ractor's Acceptance of Chan�es. The ConVactor accepts all requirements of a
change order by: (1) endorsing it, (2)writing a separate acceptance, or(3)not protesting
in the way this section provides. A change order that is accepted by the Contractor as
provided in this section shall constitute fiill payment and final settlement of all claims for
Contract time and for direct, indirect and consequential costs, including costs of delays
related to any work, either covered or affected by the change.
D. Failure to Protest Constimtes Waiver. By not protesting as this section provides,the
Contractor also waives any additional entitlement and accepts from the City any written
or oral order(including directions, instructions, interpretations,and determination).
E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of
this section, the Contractor completely waives any claims for protested work and acc:epts
from the City any written or oral order(including directions, instructions, interpretations,
and detertnination).
XII. CLAIMS 7'he ConVactor waives right to a claim if they have not followed procedures
outlined in Section XI.A of this Contract. If resolution cannot be reached under Section
XI:A, then the Contractor shall give written notice to the City of all claims other than change
orders within fifteen (15) calendar days of the City's notice of its final decision on the
Contractor's protest. My claim for damages,additional payment for any reason, or
extension of time, whether under this Contract or otherwise, shall be conclusively deemed
to have been waived by the Contractor unless a timely written claim is made in strict
accordance with the applicable provisions of this Contract; or if(and only i.�no such
provision is applicable, unless that claim is set £orth in detail in writing and received by the
City within seven (7)calendaz days from the date the Contractor Imew, or should have
known, of the facts giving rise to the claim. At a minimum, a Contractor's written claim
must include the information set forth regazding protests in Section XI.A.
Failure to provide a complete, written notification of claim within the time allowed shall
be an absolute waiver of any claims arising in any way from the facts or events surrounding
that claun or caused by that delay.
The Contractor must, in any event, file any claun or bring any suit arising from or
connected with this Contract within forty-five(45) calendar days from the date the Contract
work is complete.
XIIL WARRANTY. All defects in worlananship and materials that occur wi[hin one year from
the date of the City's acceptance of the Contract work shall be corrected by the Contractor.
PUBLIC WORK CONTRACE NO. 14-25
Page 7 0(12
' t
When defects are corrected,the warranty for that portion of ttie work shall extend for one
yeaz from the date such correction is completed and accepted by the City. The Contractor
shall begin to correct any defects within seven(7)calendar days of its receipt of notice from
the City of the defect. If the Contractor does not accomplish the corrections within a
reasonable time,the City may complete the corrections and the Contractor shall pay all costs
incurred by the Ciry in order to accomplish the correction.
XIV. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers,
officials, employees,agents and volunteers harmless from any and all claims, injuries,
damages, losses or suits, including all legal costs and attorney fees, arising out of or in
connection with the performance of this Contract,except for injuries and damages caused by
the sole negligence of the City.
The City's inspection or acceptance of any of the Contractor's work when completed
shall not be grounds to avoid any of these co4enants of indemnification.
Should a court of competent jurisdiction detemrine that this Contract is subject to RCW
4:24.115,then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Contractor
and the City, its officers, officials, employees, agents and volunteers, the Contractor's
liability hereunder shall be only to the extent of the Contrnctor's negligence.
It is funher specifically and expressly understood that this indemnification constitutes the
Contractor's waiver of immanity under lndustrial Insurance,Title 51 RCW, solely for the
purposes of this indemnification. The parties acknowledge that they have mutually
negotiated this waiver.
The provisions of this section shall survive the expiration or temunation of this Contract.
XV. INSURANCE. The Contractor shall procure and maintain for the duration of this Contract,
insurance against claims for injuries[o persons or damage[o property that may arise £rom or
in connection with the performance of the Contract work hereunder by the Contractor, its
agents, representatives, employees or subconvactors.
Before beginning work on the project described in this Contract,the Contractor sl�all
provide a Certificate of Insurance evidencin�the coverages listed below. The policies of
insurance for general and automobile policies shall be specifically end_orsed to name the
Contracting Agency and its officers, elected officials, employees, agents and volunteers, and
any other entity specifically required by the Contract Provisions,as additional insured(s).
A. Automobile Liabilitv insurance covering all owned, non-owned, hired and leased
vehicles with limits no less than$1,000,000 combined single limit per accidem for
PUBLIC WORKCONTRACTNO. 14-25
Page 8 of I?
bodily injury and property damage. Coverage shall be written on Insurance Services
Office(ISO) form CA 00 Ol or a substitute form providing equivalent liability coverage.
If necessary, the policy shall be endorsed to provide contractual liability coverage.
B. Commercial General Liabilitv insurance written wi[h limits no less than$1,000,000 each
occurrence, $2,OOQ000 general aggregate, and a $1,000,000 products�ompleted
operations aggregate limit. Coverage shall be written on 1S0 occurrence form CG 00 O1
and shall cover liabitity arising from premises, operations, stop gap liability, independent
contractors, products-completed operations, personal injury and advertising injury,and
liability assumed under an insured contract. The Commercial General Liability insurance
shall be endorsed to provide the Aggregate Per Project Endorsement fortn CG 25 03 1 l
85. There shall be no endorsement or modification of the Commercial General Liability
insurance for liability arising from explosion, collapse or underground property damage.
The City shall be named as an additional insured under[he Convactor's Commercial
General Liability insurance policy,with respect to the work performed for the City using
ISO Additional Insurance endorsement CG 20 10 10 O1 and Additional Insured-
Completed Operations endorsement CG 20 37 10 Ol or substitute endorsements providing
equivalent coverage.
C. Workers' Compensation coverage as required by the Industrial Insurance laws of the
State of Washington.
D. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to
contain, the following provisions for Automobile Liabiliry and Commercial General
Liability:
1. The Contractor's insurance coverage shall be primary insurance as respect the City.
Any insurance, self-insurance, or insurance pool coverage maintained by the City
shall be excess of the Contractor's insurance and shall not contribute with it.
2. The Contractor's insurance shall be endorsed to state that coverage shall not be
cancelled by either party, except afier[hirty(30) days prior written notice by
certified mail, retum receipt requested, has been given to the City.
E. Contractor's Insurance for Other Losses. The Contractor shal] assume full responsibility
for all loss or damage from any cause whatsoever to any tools, ConVactor's employee
owned tools, machinery, equipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents, suppliers,or contractors as well as to any
temporary structures, scaFfolding, and protective fences.
F. Waiver of Subrogation. The Contractor and the City waive all rights against each other,
PUBUC WORKCONTRACTNO. 14-25
Page 9 of 12
. ,
any of their Subcontractors, Sub-subcon[ractors, agents and employees, each of the other,
for damages caused by fire or other penls to the extent covered by Builders Risk
insurance or other propeRy insurance obtained pursuant to Section XV of this Contract or
other property insurance applicable to the work. The policies shall provide such waivers
by endorsement or otherwise.
G. Acceotabilitv of Insurers. Insurance is to be placed with authorized insurers in
Washington State with a current A.M. Best rating of not less than A-:VII.
H. Verification of Coveraee. Contractor shall fumish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily lunited to [he
additional insured endorsement, evidencing the Automobile Liability and Commercial
General Liability insurance of the Contractor before commencement of the work.
I. Subcontractors. Contractor shall ensure[hat each subcontractor of every tier obtains and
maintains at a aunimum,the insurance coverages listed in this section. Upon request of
the City, the Contracto�shall provide evidence of such insurance.
Any payment of deductible or self insured retention shall be the sole responsibility of the
Contractor.
The City reserves the right ro receive a certified copy of all the required insurance policies.
XVI. MISCELLANEOUS.
A. Nondiscrimination. In the hiring of employees for the perfom�ance of work under this
'Contract,the Contractor, its subcontractors,or any person acting on behalf of ConVactor
shall not,by reason of race, religion, color, sex, sexual orientation, national origin, or the
presence of any sensory, mental, or physical disability, discriminate against any person
who is qualified and available to perform the work to which the employment relates.
B. Compliance with Laws. The Contractor shall comply with all federal, state and local
laws, rules and regulations[hroughout every aspect in the performance of this Con[ract.
C. Work Performed at Contractor's Risk. The Contractor shall [ake all precau[ions
necessary and shall be responsible for the safery of its employees, agents, and
subcontractors in the performance of this Contract. All work shall be done at the
Contractor's own risk, and the Contractor shalf be responsible for any loss of or damage
to materials, tools, or other articles used or held for use in connection with the work.
D. Non-waiver of Breach. The failure of the City to insist upon suict performance of any of
the terms and rights contained herein, or to exercise any option herein conferced in one or
more instances, shall not be conswed to be a waiver or r8linquisliment of those temis
and rights and they shall remain in full force and effec[.
PUBLIC WORK CONTRACT NO. 14-25
Page 10 of 12
� : .' :
E. Goveming Law. Tfiis Contract shall be governed and construed in accordance with the
laws of the State of Washington. If any dispute arises between the City and the
Contractor under any of the provisions of this Contract, resolu[ion of that dispute shall be
available only through the jurisdiction, venue and rules of the King County Superior
,. ,
Court, King County, Washington. ` ' �s. �
F. Attomev's Fees. To the eztent not inconsistent with RCW 39.04.240, in any claim or
lawsuit for damages arising from the parties'performance of this Contract, each party
shall be responsible for payment of its own legal costs and aftorney's fees'incurred in
defending or bringing such claim or lawsuit; however, nothing in this subsection shall
limit the City's right to indempification under Section 10 of this Contract.
G. Written Notice. All communications regarding this Contract shall be sent to the parties
at the addresses listed on the signature page of this Contract, unless otherwise notified.
Any writfen notice shall become effective upon delivery,but in any event three(3)
calendar days after the date of mailing by registered or certified mail, and shall be
deemed sufficiently given if sent to the addressee at the address stated in this Contract.
H. Assignment. Any assignment of this Contract by the Contractor without the writfen
consern of the City shall be void.
I. Modification. No waiver, alteration,or modification of any of the provisions of this
Convact shall be binding unless in writing and signed by a duly authorized
representative of the City and the Contractor.
J. Severabilitv. If any one or more sections, sub-sections, or sentences of this Contract aze
held to be unconstitutional or invalid, that decision shall not affect the validity of the
remaining portion of this Contract and the remainder shall remain in full force and effect.
K. Entire Contract. The wriften provisions and terms of this Contract,together with any
referenced docuxnents and attached E�chibits, supersede all prior verbal statements by
any representative of the City, and those statements shall not be construed as forming a
part of or altering in any manner this Contract. This Contract, referenced documents,
and any attached Ezhibits contain[fie entire Contract between the parties. Should any
language in any referenced documents or E�chibits to this Contract conflict with any
language contained in this Contract,the terms of this Contract shall prevail:
PUBLIC WORK CONTRACT NO. 14-25
Page I I of I2
, ; .
IN WIIIVESS WHEREOF, the parties below hade executed this Contract.
CFC ONSTRUCTION•7, THE CTTY OF AUBURN
�,�,�v �7'
(Signature) (Signature)
gy �Gt,fi^iCi0Ll7'�P-� By Nancv Backus
(Print name here)
Its I�G�I,U�C�LI�'M 1��'P��Y1F' r Its Mavor
(Authorized re resentative)
DATE: I Z--2-�—��I DATE: � L. '�� ' ��
Contractor's State License No. C�OC.L���
State Tax Registration(iJBI)No. �OO 3��G.�l - a-c�4
Federal Tax ID# 4�0�5 (7�j3�(�{
Notices to be sent to: Notices to be sent to:
CFC CONSTRUCTION, LLC CITY OF AUBURN
Attri: Pa[ricia Green Attn: Shelley Coleman
20233 SE 192nd Street 25 West Main Street
Renton,WA 98058 Aubum,WA 98001
Phone: 425.433.8547 Phone: 253.804-5019
Fax: 425.433.8150 Fax: 253.9313053
E-mail: teresa(n7cfccbnstruet.com E-mail: scoleman@auburnwa.gov
ATTEST: '
����
Danielle E. Daskam, City Clerk
APPR D AS
Da ' B. Heid, ' "ttorney
H:�F'ORMS�FC125 (Rev. 12/1/06)
PUBLIC WORKCONTRACTNO. 14-25
Pagc I2 oF 12
. ,
',�_._ ,.
/�CITYOF _�.ws' .�,v°"
!�T IReU� NantyBackus,Mayor
l'1\J L
�� WASHINGTON 25WesiMainS[reet�AUburnWA9B001-4998iwwwauhurnwa.qov*153�93b3000
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
January 7, 2015
Teresa Bower
CFC Construction, LLC
20233 SE 192nd Street
Renton, WA 98058 �
NOTICE TO PROCEED I
RE: Auburn Municipal Airport South T-Hangar Row 3 Enclosure �
Project No. CP1408 ;
Contract No. 14-25
I
Dear Ms Bower.:
You are liereby notified to proceed as of January 8, 2015 with the work on the above-referenced
project, within the time period specifed, ih accordance with the provisions of the contract
documents. This project has 90 working days for completion. i
,
If you have any questions, please contact Mark Keller at Century West, the City's construcJion
manager for the project, at 509-933-2479 or me at 253-804-5017.
Sin�erel
\
Bob Brooks �
Financial Planning Manager �
City of Auburn
�
cc: Dani Daskam, City Clerk
I
Nlark KelJer, Cenlury West
'i
i
�
I
I
I