Loading...
HomeMy WebLinkAboutCP1511 17-12 M St SE Improvements (3rd Se to E Main) * CITY OF * ._. �' .* Nancy Backus, Mayor * � �IA$�jING'j'�j� 25 West Main Street * Auburn WA 98001-4998 *www,auburnwa.gov * 253-931-3000 May 24, 2017 � Sound Pacific Construction 3902 157th St Ct NW Gig Harbor WA 98332 RE: Auburn Contract No. 17-12 Project No. CP1511, M Street SE Improvements (3�d St SE to E Main) The City of Auburn awarded Gontract No. 17-12 to Active Construction on May 15, 2017 for Public Works Project No. CP1511 in the amount of $1,583,397.89, including Washington State sales tax. Your bid bond in the amount of five percent of the total amount of your original bid submitted at the May 4, 2017 bid opening can now be returned to you. Enclosed please find the referenced bid bond. Thank you for your interest in this project. If you have any questions or comments regarding this contract, please feel free to contact the City's Contract Adminisfration Supervisor JoAnne Andersen at 253-931- 3012. Sincerely, Danielle Daskam City Clerk /dd Enclosure File: 04.9.1 CP1511 I:\clerk\contract\bid bonds\CP1511 �UBURN � MORE THAN YOU IMAGINED BID BOND BOND NO. N/A KNOW ALL MEN BY THESE PRESEIV'TS: That we, Sound Pacific Construction;LLC , as Principal, (her�inafter ealled the "Principal"), and Developers Surety and Indemnity Company a eorporation duly or�anized under the laws of the California as Surety, (hereinafter callad the "Surety"), are held and firmly bound unto the CITY OF AUBURN, Washin�on, as Obligee, (hereinafter called thz "Obligee"), in the sum of EIVE PERCENT (5�lo) OF TOTAL AMOUNT BID not to exceed Five Percent(8%)of Total Bid Amount------------------------------- dollats ($ 5%---------------- ) for the � payment of which sum wetl and truly to be made, the said Principal and the said Surety, bind ourselves,our heirs, executors, administrators, succe5sors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for M STREET SE IIVIPROVEMENTS (3RD ST SE 'I'O EAST MAIN ST), CP1511, 17-12 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a con[ract with the Obliaee in accordance with the terins of such bid and �ive such bond or bonds as may be specified in the bidding or cont�•act documents with good and sufficient surety for the taithful perfornlance of such contract and for the proper payment of labor and material in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and �ive such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in �ood faith contract with another party to perform the work covered by said bid, then this obliQation shall be null and void, otherwise to remain in fiill force and effect. SIGNED, SEALED AND DATED THIS 4th DAY OF May ,?p 17 Sound Pacific Coristruction,LLC Name of Contractor Signed by Principal Developers Surety and Indemnity Company Surery IVame �-��� C� ij��- �,.� 1i. ,Boyle Si=ned by Su ety Provided to Builders Exchange of WA, Inc. Eor usage Conditions Agreement see www.bxwa.com - Always Verify Scal _._ POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNIN COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BYTHESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute arid appoint: '**Jana M. Roy, Guy P.Armfield, Scott MeGilvray, Jill A. Boyle, Elizabeth R. Hahn, Susan B. Larson, Scott Fisher, Deanna M. French, Roger Kaltenbach, Ronald J. Lange, Mindee L. Rankin, John R. Claeys,jointly or severally*** as their true andlawful Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corpora6ons full power of substitution and revocation,and ail of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed. Ttiis Power of Attomey is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January tst,2008. RESOLVED,that a combinaUon of any two of tffe Chairman of the Board,the President,Executive Uce-President,Senior Vice-President or any Vice President of the corporetions be,and fhat each of them tiereby is,auEhorized to execute this Power of Attorney,qualifying tHe attorney(s)named in the Power ofAttorney to execute,on behalf of the corporetions,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of either of the corporations be,and each of tfiem fieretiy is;authorized tb attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attomey or certificate bearing such facsimile signatures shall be Valid and binding upon the corporations when so affixed and in the future with respect to anybond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by theit respec6ve officers arid attested by their respective Secretary or Assistant Secretary this 6th day of February,2U17. � /�'I ,' � �,.�������..�.. B�; � LL�/�"`-�` �'j,�L . .�yANO�1,'•. �1PA'JY� Daniel Young,Senior Uce-President `y���oaPORajFoF�.2:: ,�p�'�AR�� : oi' t�: �'9r- =W� 1936 �<: � _ ��,.5 ° o :ao;, to: u`i 1 t967 � By' , ��'•C'?LlFOR�✓''�a; �� ° ��' ' MarkLansdon,Uce-President %,�,�o•••••�•'�,��,r ' qlrrpR'�� �' ''h,,.�i.i u,N••' !r A notary public or other officer completing this certificate verifies only the identity of the individual who signed fhe document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On Februarv 6,2017 tiefore me, Lucille Ravmond,Notary Public Date -��Here Insert Name ariH Title of tl�e OKcer - personally appeared Daniel Younq and.Marklansdon Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in HismerRheirauthorized � capacity(ies),and that by hismedtheir signature(s)on the instrument the person(s),or the entity upon behalf of LUCILLE RAYMOND which the person(s)acted,executed fhe instrument. Commisaion#�2081915 � .`� Notuy Pubiic-Calitomia D I certify urider PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is 0►ange COunty true antl correct. '- � My Comm.Ex ires Oct 13 2018 WITNESS my hand and official seal. �f _ Place Notary Seal Above Signature � � Lucill�Ra ond,Notary Public GERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND JNDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFQRNIA,does hereby certify that the foregoing Power of Attomey remains in full force and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate." � A f ..����„�. This Cerfificate is executed in the City of Irvine,Califomia,this � day of �'V l.pL L� , -��.� ,r`�.��ANO�,v�.,� o��pA'�i'p�, :yJ?�,oPpaRqT�oF� : i�O�?O�?y fi�� ay: 'L.� . � 'W 1936 <. >? oc�.s � a Cassie J. rrisford,Assistant Se tary z o; o= � Fc6� � ;��J��•Cq(IFOR�P,dD��� ���A�lFO'�tY�7 2. ��,�i�..._.:..��,,,: ATS-1002(02117) .,, * ,.• * .,�����„� � CITY OF *, . * � _ Nancy Backus,Mayor # � WASHINGTON ZS West Main Street*Auburn WA 98001-4998 # www.auburnwa.gov* 253-931-3000 May 24, 2017 Rodarte Construction 17 East Valley Hwy E Auburn WA 98092 � RE: Auburn Contract No. 17-12 Project No. CP1511, M Street SE Improvements (3rd St SE to E Main) The Gity of Auburn awa�ded Contract No, 17-12 to Active Construction on May 15, 2017 for Fublic Works Project No. CP1511 in fhe amount of $1,583;397.89, including Washington State sales tax. Your bid bond in the amount of five percent of the total amount of your original bid submiffed at the May 4, 2017 bid opening can now be returned to you. Enclosed please find the referenced bid bond. Thank you for your interest in this project. If you have any questions or comments regarding this contract, please feel free to contact the City's Contract Administration Supervisor JoAnne Andersen at 253-931- 3012. Sincerely, Danielle Daskam CiCy Clerk /dd Enclosure File: 04.9.1 CP1511 I:lclerklcontract\bid bonds\CP1511 �j�$U� � MORE THAN YOU IMAGINED � BID BOND BOND N.O. B�� ILNOW ALL MEN BY THESE PRESENTS: T�1at we, Rodarte Consfruction;Inc. , as Principal, (hereinafter called the "Principal'�,and Travelers Casualty and Surety Company of America � a corporation duly organized under the laws of the �T as Surety, (hereinafter called the "Suret�'); are held and firmly baund unto the CITY OF ALIBLTRN, Washington,as Obligee, (hereinafter called the"Obligee"), in the sum of FIVE PERCENT (5%) OF TOTAL AMOUNT BID not to exceed Five percent of total amount bid dO11�1,5 (Q 5%of total amount bid �' fOr �le �v payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,our heirs, executors, administrators,successars and assigns,jointly and severally,firmly � b.y these presents. WHEREAS,the Principal has subrnitted a bid for M STREET SE IMPROVEMENTS(3RD ST SE TO EAST MAIN ST), CP1511, 17-12 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient sur�ty for the faithful perfoimance of sueh contract and for the proper payment of labor and material in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Pruicipal sha11 pay to the Obligee the difference not to exceed the penalty hereof between the amount specif"ied in said bid and such larger amount for wluch the Obligee inay in good faith contract with another party to perform the work covered by said bid, then tlus obligation shall be null and void, otherwise to remain:in full force and effect. - SIGNED, SEALED AND DATED THIS 2nd DAY OF May ,2017 Rodarte Construction, Inc.. Name of Contractor � �� � Signed by Princ' a Travelers Casualty and Surety Company of America Surety Name V�/� ��� Sign by Surety Lori McKimmy,Attomey-i act Page 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale WARNING:TfiIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �� POWER OF ATTORNEY �'`�v ���'`�" Farmington Casualty Company St.Paul Mercury Insurance Company Fidetity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriter's,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Facf No. 231350 Certificate No. O O 1 � 1 �H H V KNOW ALL MEN BY THESE PRESENTS: That Farnungton Casualty Company, St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,SL Paul Mercury Insurance Coinpany,Travelers Casualry and Surety Company,Travelers Casualty and Surery Company of America,and United States Fidelity and Guazanty Company are corporadons duly organized under the ]aws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa;and that Fidelity and Guaranry Insuranc,e Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Donna S.Martinez,Kenneth J.Frick,Rodney C.Lewis,Lori McKimmy,and Lisa P. Smith of tHe City of Yakima. ,State of WaShlIlgtOn ,tlieir true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named'above,to sign,execute,seal and acknowledae any and all bonds,reco�nizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteein�the fidelity of persoiis,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings requued or pemiitted in aiiy actions or ptoceedin�s allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be si�ned and theu•corporate seals to be hereto affixed,this 30th day of Ma:`ch 2017 Farmington Casualty Company St.Paul Nlercury Insurance Company � Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company � Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidetity and Guaranty Company St.Paul Guardian Insurance Company �.r�^�., _ _ (iASUq �� F\RE 6 � '/ µ_�N '� ..'NS'h.,, ltY A � 5�,�� . �p��<�,L r e� .y' Q���....'SG9 }JP+. ��q9t gJP N�s ,�17A0_"iYC �4_c�RY�r � p �'0 4 9b4 f��NFOR�)�Z �e:'� ���'n��. � �y $ �r �t 9 8 2�'o w��T� � �� e m (�:�pPPORA TE':,�� a HARTFOR�, < (tWtilFOt�, � a ���� �S. � s�t �� � .�s•. n, ��: 'o z W CONN. � ��\ CONtL`�.� N 1896 ! � � �9� � ��1 '� � £ 1. p� '�NEC'� � 195f �� � �� �tiSE�ALio. �.'=.SB� � o p, d.�y. ANa d T�� °t�4a�r �ct�0 �IS'.-AN�a�f �y+... �ds 6 1 • v�� J'f"// � �Poi�lni ��w....� �.s..... � i �+ . AtN •';``,���� State of Connecticut By: .�� � City Of Hartford ss. Robert L.Raney,Sznior Vice President On this the 30th day of MaT'Ch 2017 before me personally appeared Robert L.Raney,who acl:nowled�ed hPmself to be the Senior Vice President of Farmington Casualry Company, Fidelity and Guaranty Insurance Company.Fideliry and Guaranry Insurance Underwriteis,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualry and Surety Company,Travelers Casualiy and Surety Company of Americ.a,and United 3tates Fidelity and Guaranry Company,and that he,as such,beina authorized so to do,executed the foregoing instrument for the pbrposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G�T� � In Witness Whereof,I hereunto set my hand and official seal. � �� \� \�/` � • V����'��1 My Coinmission expires the 30th day of June,2021. �p���G �r Marie C.Tecreauic,Nocary Public �s 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY I5INVALID WITHOUTTHE RED BORDER WARNING:THIS POWER OFATTORNEY IS INVALID WITHOUTTHE RED BORDER F This Power of Attomey is granted under and by the authority of the followine resolutions adopted by the Boazds of Directors of Farnungton Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guarapty Insurapce Underwriters,Inc.;St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insuranee. Company,St.Paul Mercury InsuYance Company.Travelers Casualty and Surety Company,Travelers Casualry and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairmin,any Executive Vice President,any Senior Vice Piesident,any Vice President,any Second Vice President,the Tieasurer,any Assistant Treas.urer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of au[hority may prescribe to sien with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writin�s obligatory in the natiire of a bond,recognizance,or conditional unde;taking;and any of said officers or the Board of Directors at any time may remove any such appoinfee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chainnan,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any pazt of the foregoin�authority to one or more off'icers or employees of this Company,provide.d that each such dzlegation is in wri[ing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recogiiizance,contract of indemnity,or writing obli�atory fn the nature of a bond,recognizance,or conditional undertaking shall be valid and bindin�upon the Company when(aj signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer;any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Aftorneys-in-Fact and Agents puisnarit to the powei prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following off'icers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Comp.any may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writin�s obli�atory in the nature thereof;and any such Power of Attorney or certificate bearin�such facsimile si�nature or facsimile seal shall be valid and binding upon the Company and any sucli power so executed and certified by such facsimile signature and facsimile seal shall be valid and bindin�on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin fi.Hu�hes,the undersigned,Assiscant Secretary,of Farmin�ton Casualty Company,Fideliry and Guaranty Insurance Company,Fideliry and Guazanty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and - Surety Company,Tcavelers Casualty and Surery Company of America,and Unite.d States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies,which is in full force and effect apd has pot b"een revoked. IN TESTIMONY WHEREOF,I have hereunto set cny hand and affixed the seals of said Companies this 2nd day of MaY ,2p 17 �'� � Kevin E.Hu�hes,Assistant Sec tary f�ME 4 �N�N '�� N�"�• TY Aiy p�su� � �. � '� � --.S�� pY!. a �� .o yeswnr <•S¢Y'WO pdt,oav4yer�� ,�°°o" � - y�: QZoavon���Ty'� ��o. �?n� 4� s�9 d/�r �4p V S b^ � s INCORPORAiFD � m �t �.. Fim �w,pOFPOAATf N" y '" 'f�,�,,�,` i ��RD 1982 0 2 y9]�J $ � " � � .^' W ���� �'""""'�"� 1896 � x G, ,t � 1951 � „ � ;`' SEAL�o"; �, SEAL .e' CONN." o � caw,�c N �� gb��°' i *�bt� "ti.r�� c° ?�`••. `a J �6.( a� >� �cr. �.�+".� °,i/�Y �Mn m N�< �h��S`�A.�"�"!! ir���.F�.r.I bl �� • '�r '•//A}� To verify the authenticiry of this Power of Attorney,call 1-800-421-3880 or contsct us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER * CITY OF * * Nancy Backus, Mayor * .,;.� „ � � WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov # 253-931-3000 May 24, 2017 Northwest Cascade inc PO Box 73399 Puyallup WA 98373 RE: Auburn Contract No. 17-12 Project No. CP1511, M Street SE Improvements (3�d St SE to E Main) The City of Auburn awarded Contract No. 17-12 to Active Construction on May 15, 2017 for Public Works Project No. CP1511 in the amount of $1,583,397.89, including Washington State sales tax. Your bid bond in the amount of five percent of the total amounf of your original bid submitted at the May 4, 2017 bid opening can now be returned to you. Enclosed please find the referenced bid bond. Thank you for your in#erest in this project. If you have any guestions or comments regarding this contract, please feel free to contact the City's Contract Administration Supervisor JoAnne Andersen at 253-931- 3012. Sincerely, Danielle Daskam City Clerk /dd Enclosure File: 04.9.1 CP1511 I:\clerk\contracf\bid bonds\CP1511 t�UBURN � MORE THAN YOU IMAGINED BID BOND BOND NO. Bid KNOW ALL MEN BY THESE PRESENTS: That we, Northwest Cascade, Inc. , as PrinCipal, (hereinafter called the "Principal"), and Fidelity and Deposit Company of 1Vlaryland , a corporation duly organized under __ the laws of the State of Marvland as Surety, (hereinafter called the "Surety"), ' are held and firmly bound unto the CITY OF AUBURN, Washington, as Obligee, (hereinafter called the "Obligee"), in the sum of FIVE PERCENT (5%) OF TOTAL AMOUNT BID not to exceed Five Percent(5%)of Bid Amount (1O11aI5 ($5%of Bid Amou.nt), for the payment of which sum well and truly to be made, the said Principal and the said Swety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for M STREET SE IMPROVEMENTS(3RD ST SE TO EAST MAIN ST),CP1511,17-12 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall eriter into a eontract with the Obligee in accordance with the terms of such bid and give such bond or borids as may be specified in the bidding or contract documents with good and suffcient surety for the faithful performance of such contract and for the proper payment of labor and material in the prosecution thereof, or in the event of the failure of the Prineipal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof beiween the amount specified in said bid and such larger amount for whieh the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and uoid,otherwise to remain in full force and effect. SIGNED, SEALED AND DATED THIS 4th DAY OF May 2017 Northwest Cascade,Inc. Name o Contractor : Signe by Principal Fidelity and Deposit ompany of Maryland Surety Name e, ,�,� Signed by SuretyKaren C.Swanson Attorney-in-Fact ZURICH AMERICAN INSURANCE COMPANY __. COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COIVIFANY'OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRE$ENTS;T'hat the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State ofNew York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of IVlaryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority gianted 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 G.SWANSON,Julie R.TRUTTT,Jamie DIEMER,Carley ESPIRITU,Chrisfopher KINYON,Brent E. HEILESEN and Peter J. COMFORT, all of Tacoma, Washington, EACH its true and lawful agent and Attomey-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 FIDELITI' AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. Ttie said Vice Piesident does hereby certify that the extract set forth on the reverse side hereof is a tnre copy ofArticle 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 INSUR4NCE COMPANY, COL;ONIAL AlVIERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 16th day of June;A:D.2016. ATTEST: ZURICH AMERICAN I1V3URANCE COIVIPANY COLONIAL AMERICAN CASUALTY A1VD SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ocr ~••�'a ��. 'w°��o.�dii �G1�'���,q_�s �w.� � ti !r 44 0. '6���4�� 86AL_. ' ¢ �� . �o�,�: � ��i iA3 ��� � � �i s i�+� 1909 J O o. 6 �q. � 4 r.n� •.7'`'........+}��•`T . i1 yy�nwil 1}�,� i��� � �� � � � Secretary. Vice President Michael McKiliben Gera[d F.Haley State of Maryland County of Baltimore On tliis 16th day of June,A.D.2016,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY,�ce.President,and MICHAEL MCHIBBEN,S.ecrefary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding'tnstrument,and acknowledged the ezecution of same,and being by me duly swom,deposeth and saith,that heJshe is the ' said officer of the Company aforesaid,and that the seals a�xed to the preceding instruinent are the Corporate Seals of said Companies,and that the said Coiporate Seals and the signature as such offcer were duly affxed and subscribed to the said instrument by the authority and direction of the said Coiporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written.. :��St�'���'��s�'� � : �•��.at,�,�,�.:�"vf: ��G�m� � ��:;,�, �E (� =,�. c�ic•.�.,:_ `c.J✓• •,c;�•...._...r.. _ _ ._ . �����n iii�``��` Maria D:Adamsla,Notary Public My Commission Fxpires:3uly 8,2019 POA-F 180-28496 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attornevs=in-Fact. The Chief Executive Officer,the President,orany Executive Vice President or Vice President may; by written iristrument under the attested corporate seal, appoint attoineys-in-fact with authority to execute bonds, policies, recognizances, stipulatioris, nndertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the co;porate seal thereto;and inay with or without cause modify of reyoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE CO1vIPANY, the COLONIAL AMERICAN CASUALTI'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 effe.ct on the date of this certificate;and I do fuither ceitify that Article V,S.ecfion 8,of the By-Laws of the Companies is sfill 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 o.n the 15th day of December 1998. RESOLVED: "T'hat the signature of the President or a Vice President and the attesfing signatureof a Secrefary or an Assistant Secretary and the Seal of the Company may be af�xed by facsimile on any Power of Attorney...Any such Power or any certif cate thereof bearing such facsiinile 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 c.ail.ed and held on the Sth day of May, 199.4;and the following iesolution of the Board of Directors of the FIDELITY AND DEPQSIT COMPANY OF MARYLAND at a meeting duly caped and held on the 1'Oth 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 oi hereafter,wherever appearing upon a certified copy of any power of attomey issded by the Company,shall be valid and binding upon the Company with the saine foice and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affxed the corporate seals of the said Companies, tNis �day of��20J� ����w�M ,wa OEipf� .r�G��'.U�.��`Y��'�. `����y►4 ,p� .� i';�•���'� � O .: £ �% o �V' � zi�' �o= B�AL J `� � O �� Fi l� ��e �. w� � a.;,... �'�e� �� � w...:....a' uN # 1Vlicliael Bond,Vice President * CITY OF ..*. , � * Nancy Backus, Mayor ... k- "� ` �r�IAS�-jjNG"j'�j� 25 West Main Street *Aubu�n WA 98001-4998 * www:aubu�nwa.gov* 253-931-3000 May 24, 2017 Hoffman Construction Inc , PO Box 845 Enumclaw WA 98022 RE: Auburn Contract No. 17-12 Project No. CP1511, M Street SE Improvements (3�d St SE to E Main) The City of Auburn awarded Contract No. 17-12 to Active Construction on May 15, 2017 for Public Works Project No. CP1511 in the amount of $1,583,39?:89, including Washington State sales tax. Your bid bond in the amount of five percent of the total amount of your original bid submitted at the May 4, 2017 bid opening can now be returned to you. Enclosed please find the referenced bid bond. Thank you for your interest in this project, If you have any questions or comments regarding this confraet, please feel free to contact the City's Contract Administration Supervisor JoAnne Andersen at 253-931- 3012. Sincerely, �� Danielle Daskam City Clerk /dd � Enclosure File: 04.9.1 CP1511 I:\clerk\eontract\bid bonds\CP1511 ���tj� � [v�ORE THAN YOU IMAGINED BID BOND BQND NO. N7A KNOW ALL ME1V BY THESE PRLSENTS: _ That we,, , Hoffman Construction,Inc. ; as Pri.ncipal,; {h�reina,ffer.callzd th� "Principal"),.atid Merchants Bonding Cornpany(Mutual) a eorporation duly organized under ttie.laws of the State.of Iowa as Surety;: _ (hereulafter callecl tlie ``Su.rety"}, are held and firmly bound°unto tlie CITY OF AUBURN; .. Washington,as �bligee;,(l�ei•�inafter called tlie`Obligr.�e"}; in tliz stim of FIVE,PERCENT (5%) OF TOTAL AIYIOUNT BID not to exceed _ five percent(5%)of the total amount bid- ------------------- tlollars {$ -----`-------- )', fr�r the payment of wliich:sum �vell and truly to be made; the said Principal and tfie said,Surety, liind aurselyes,�ur .heirs, executors;,administrator.s,sucee�sc�rs and assigns,j�intly and seve�•ally,firmly tiy these presenXs. _ �?UHER.EAS,:the Fiinci,pal has;submi:[ted a l�id for M S1'.REET SE IMPRUVEMENTS{3RD<ST S�TO.EAST'MAIN ST),CP1511,17-12: NO�V TH.EREFORE, if the Qbl igee shall accept't:he bid of the Princi.pal a.tid the Pri ncipal shall' e;nter into a c�ntra.ct with the Obli�ee::in accordance with thc terms of such biel arid give such bond ar bands�ts ma.y be spe.cified iu the bi.dciing.or contract documents with good and suf�cien.f sur,et.y f�r the faithful perfornllnce of such contracf and for the proper payment of labor and materill in the grosecution th,ereof,or in fhe event ofth�failure af-the Pr'incipal to entr;r into such contract an�i , give such:bond or bonels; if the Princ:'ip�tl shall pay to the Obli;ee ffie diffcrencc not to exceed the. penalty hereof 6etween the �tmocint specifieci in s�ud bid and such.l�rger �mounc for which the: Otili�ee m1_y in -good:ftith eontract �vith-another p�u-ty to perfoi7n the work eo�ered by said liid, then:this�bligation shall be nul] and yoicL, �therwise t�remain in full fotce arid.effect, SIGNED;SEALED ANLI DATED THIS 4th D�-1Y OF May ,20 17 Hoffman Construction,Inc. Nan�e of Coiitiactor Sign�d f�rincip�rl Merchants Bonding Company(Mutual) Surety IV.�me � .. /Lr�ti.._ _.. $igned�y Siirety -T-- Jim S.Kuich,Attorney-in-fact Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www:bxwa.com - Always Verify Scal MERc��Ts BONDING CC�MPANY;� POWEFt OF ATTORNEY Know All Per§ons By These P�esenfs,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of lowa(herein collectively called the"Companies'�do hereby make,constitute and appoint, individually, _ A.ndy D Prill; Carl M Lovsted II.I; Chad M Epple; Deborah L,BusS;Jeff Barrom;Jennifer Schultz;Jim S Kuich; Jim W Doyle; Julie M Glover; La.rry A Petersen; Michael A Mu�phy; Patti White; S M Scott; Steve V1lagner; Teresa q Glombecki;Theresa A Lamb the.ir#rue and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver on behalf of th.e Gompanies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: FIFTEEN MILLION($15,000,0.00.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of 4he following By-Laws adopted tiy the Board of_Directors of Merchants Bonding Company(Mutual)on_April.23,2011 and adopted by the Board of Directors of M.erchants National Bonding,Inc.,on October 24,2011. "The President,Secreta.ry,Treasurer,orany Assistant Treasurer or any Assistant Secreta.ry or any Vice President shall have power and authority to appoint Attomeys-in-Fact,and to authorize them to ex"ecute on tiehalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizanc.e.s,contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any au4horized officer and the seal of 4he Company may beaffixed by facsimile or electronic tYansmission 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 authority hereby giyen to the Attorney-in-Fact includes any and all consents fot the release of retained percentages and/or final estimates on engineering and construction contracts requi�ed by the State of Florida Department of Transportation.It is fully understood that consenting to the State ofFlorida Deparfinent ofTransportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this su�ety company of any of its obligations under its bond. In connection with obligafions in favor of 4he Kentucky DepaRment ofHighways only,it is agreed that Ehe 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- DepaRment 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 tobe signed and sealed this 18th day of August , 2016 . ..wt11�ll�y�+� , � � �, �,a`:����� '��.,,�. .•' G •. MERCHANTSBONDINGCOMPANY(MUTUAL) x�a`',��'.���.�.0 4�Y �.O�O��PO�!1�,09�• MERCHANTS NATIONAL BONDING,INC. .•��.r� !� �!:� ��= ;y�c�� '9�:y.�; -�. y _o- `�.�..' •►-.:_ -o- o� . �X.�. �"s:�?3 i� :a'' 1933 �.c; � •y�• _���,. ey �� • `�',,>y�•„ ,,..;;.�t```,,•� '•,6%,�W.. ..�`,�.,: ra�� STATE DF I OWA ��`'n„R,�t�tkY�4�k��e` •e����..•°� COUN'fY OF Dallas ss. President On this 18th day of August , 2016 ,before me appeared Larry Taylor,to me personally known,who b.eing by me sworn did say that he isPresident ofthe 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 behal,f of the Companies by authority of their respective Boards of Directo�s. ,�P��P�S WENDY WOODY - o > Commission Number784654 ?�': MyCommissionExoi[es �"o'wP June 20,2017 Notary Publi , County,lowa (Expiration of notary's commission does not invalidate this instrument) I,William 1Namer,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,ING, do hereby certify 4hat 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 thisy! _`day of �('/M�/I�L� � ��� , �.ie+lfeei� y��e� i.f , � . ,.�*`' �'I1£)t,fqrn'�,, �.•�\NG,CO,h•.� � ,ti�'�A "a �' ;�o? RPoq�.:'yy, �f'� // . � �J� �/,,, c�� ���',�'.��� ; •V� ��!. .c: �T'.�%��c/ G�'�•2+�.��, t 4; "�'' -G_ {'�:�: :f":.—`� -O- v;-•' - Secretary :.�'s >—- .z. 1933 .�c; 2�,?3 ,� :sJ. •�ti. _'J���, �� ;. •• 6.�'••.. . •1d : ��s�,+�.���'�,• �l'�'`i`�� ��•� ���,•�� . , . POA0014 (6/15) ��"'r�"'�"'�`���'� ••...• � .,` C[TY OF * . , * .. . , ,:.� Nancy Backus, Mayor # - WASHINGTON 25 West Main Street* Auburn WA 98001-4998 *www.aubumwa.gov*253-931.-3000 May 24, 2017 Ceccanti Inc 4116 Brookdale Rd E Tacoma WA 9:8446 RE: Auburn Contract No. 17-12 Project No. CP1511, M Street SE Improvements (3�d St SE to E Main) The City of Auburn awarded Contract No. 17-12 to Active Construction on May 15, 2017 for Public Works Project No. CP1511 in the amount of $1,583,397.89, including Washington State sales tax. Your bid bond in the amount of fiye percent of the total amount of your original bid submitted at the May 4, 2017 bid opening can now be returned to you. Enclosed please find the referenced bid 6ond. ThanK you for your interest in fhis project. If you ha�e any questions or comments regarding this contract, please feel free to contact the City's Contract Administration Supervisor JoAnne Andersen at 253-931-3012. Sincerely, Danielle Daskam City Clerk /dd Enclosure File: 04.9.1 CP1511 I:\clerk\contract\bid bonds\CP1511 �U$�j� �� MO�E THAN YOU IMAGINED IiID BC1ND IiOND NO. N/A k�TO�V f1LL MF,N BY TfiESE PRESENTS: That we, Ceccanti, Inc. as Principal, _ _ �.... _._ , (hereinafter called the "Priucipal'�, and Merchants Bonding Company(Mutual) ', a coiporation duly orgAnized under the l�ws of the lowa . as Surety, (hereinafter called the "Surety"), tnre held and fiimly bound urito the CITY OF AITBURN, � Washington,as Obligee, (hereinafter called the"Obligee'�,in the sutn of FIVE PERCENT (S%) OF TOTAL AMOUNT BID not to exceed Five Rercent(5%) of the Total Amount of Bid"*" dollars ($ 5% ), �br the payment of which sum well and truly to be made, the said Principal and the said Surety, bind aurse.lves,our lieirs, executors,ad.minis�atoi5,successors and assigcs,jointly and sevecally,firmly by these presents. WHER.Et�S,the Principal has submitted a bid for M STRE�T SE IMPROVEMENTS(3RD ST SE TU�AST MAIN ST), CP1511,17-12 NOW T'�IEREFORE, if the Ubligcc shall accept the bid o:P the Princigal and:the Principal shall enter into a.cotitract with#he Ohl.igee in accordanoe with ihe ieims of such bid and giye such bond or boiids as may be specified in the bidduig or contract docurnents�vith good and suff cient surety for the faitliful poc�'ormance of such contract and far the p"raper payinent of labor and material in the:prosecution thereof,or in tlze event nfthe failure of the Pxinci�al to e�iter into such contract and give such.bnnd o�•bonds, if the Principal shall pay to the Obligee the dif�er.ence not to cxcced the penatly hereof between the ainount specified in said bid and such larger amount for wh'ieh the Obligee may ui good faith contract with another party to perform the work covered by said bid, than this oblig�,tion shall be null and void, otherwise to i•emain in fuil force and effect. �'��1p�Nt/���' . SIGNED, SE�LEll�1ND DA'TE�THIS 4th DAY OF__MaY '20`��GG,,,,,;�NC,'. . : G..•�Q`P��qj;.,: � : . Ceccanti, Inc. � ;C� th ; � C • A r Name of Contractor — � S C : — . �. - : 1976 : : �► . � ; , - ; By: - •. _ . : . .� • ; .,.. ,. ,�`, Sigied by pnncipal �. . �� ' G��`�. r,�1 . � .. �+•l+���S� ����� Merchants Bonding Company (Mutual) Surety N.ame By: _ _ _ Si�giied tiy Surety Luisa Thom, Attorney-in-Fact Provided to Builder.s F.,xchanq� r�E wA, Tnc. E'or usa�3r CondiL-ions Agreement see www.bxwa.com - Always Ver.i.fy Sca1 MERCHa.�rTs B4NDING COMPANY,M POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corpo�ations duly organized under the laws of the State of lowa(Herein collectively calied the"Companies"), and that the Companies do hereby make,constitute and appoint,individually, Curt Dyckman; Darin M Puryear; Guida McClain; Luisa Thom; Martha Reeve; Stuart O'Farrell of Tacoma and State of Washington their true and lawful Attomey-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign,execute, ackhowledge and deliver in their behalf a§surefy any and all bonds, undertakings, recognizances or other written obligafions in the nature thereof, subject to the limitation 4hat any such instrument shall not exceed the amount of:. FORTY MILLION($40,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to fhe author'ity herein giVen,are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following By-Laws adopted by the Bo.ard of Di�ectors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted 6y the Board of Direcfors of Merchants National Bonding,Inc„on October 24,2011. '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 therefo,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 fhe Company may be affixed by facsimile or electronictransmission to any Power of Attorney or Certifcation thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or o4her suretyship obligations of the Company, and such signature and s.eal when so us.ed shall have the same force and effect as though manually fixed." In Wifness VVhereof,the Companies have caused this instrument to be signed and sealed this 5th day of MarCh , 2015. ..�i���nir ••''• ._. . �hi •� �• `��`l��p`��Qr�a�%, � •��\NG �OM.o'. MERCHANTS BONDING COMPANY(MUTUAL) ; ay p4P aRq'�:�p°; �m��p�P�A,9�9y�� MERCHANTS NATIONAL BONpING,INC. f.• .G t�':� •y;'2 �: . ''':•: _0_ •?;C,' .F-. -o- o• . v- 2C�?3 '�i- ��'•' 1933 'c: •-� :yvd. .d�.� By � _ ��•••.. ;�,�`,.': .. ��•• •; : � �• '1 STATE OF IOWA �'•.,,{ z7r�• ���.�'�' �•.� .•� COUNTY OF POLK ss. """���""'' '•••' President On this 5th day of MarCh . 2015,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and thatthe seals affixed to the foregoing instrument is 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. In Testimony INhereof,I have hereunto set my hand and affixed my Officia.l Seal at the City of Des Moines,lowa,the day and ye.ar first above w�itten. ,�P�"?�s WENDY WUODY o�v Commission Number 784654 �� J Z ';'i°'" '� My Commission Expires �� June 20. 2017 Notary Public,Polk County,lowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify tha4 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 affxed the seal of the Companies on this 4th day of May � 2017 � �,,,.�„��..�,.,N �........ `,.����,'C IOf,IA��-., :•�p�N�.�o,�A, .,,ti°� �,a�n,qq•'O •Q'0•'ORP�qq •'�y' �� /� !��'•07�. :y'_ �.'`: ��,G��f�*-.,c/ G✓Gi2s�1/��j : :� � Tp_ � L ` :Z:— 'p' b'..-.: _ � _�;. .�� ''`- 'Q' 1933 ;'c, Secretary 2��3 :.� :y�. •cti. POA 0014 (7/14) uda''y'�v :��`�,.a�� �'.b�i�,..�. •�1d�: �'r • . '��"'•��,.,,�,.�,a��'''. •....• Bid Tabulation: CP1511,M Street SE Improvements(3rd St SEto East Maln St),Contract 17-12 Schedule:, A-Storm Drainage lmprovement Prepared By: Clty of Auburn Bid Date: 5/4/1:7 Engineers EaQmate AcWe ConsfcucUon,lnc:(ACI) Northwest Casoade,lno. Rodarte Consbuctlon,,lnc. 6110:RWer Road East PO Bo�r 73388 17 East Valley Highway East Tacoma WA 98443 Pu allu ,WA 88373 Aubum WA 98082 Item o. Sec. o. �ttem Descri tlon Qty, Unk ',Unit PHce Total Prlce UnH:Price Total price Unit Pdce Total:Price Unit PNoe � otal Pdce 1 1-0A !MinorChan e 10000 Eat 1;p0 10'000.00 Eet 10000:00 Est :10'000.00 Est�. 90000.00 2 1-06 Reoord Orawln Min.Bk1 g600:00 1 I.& LS 'S00 OU LS $ 600:00 LS 600.00 L3:' 60Q.00! 3 1-07 SPCCRIan� 1 LS LS �600.00 1.8 1.60.00 LS ; 260.00 CS 276.00 4 1-07 W' Pofhdin ZO EA 600,60 10 000.00 3b0.00 $ 7 000.00 376.00 7 0.00 400�00 8 0Q0.00 b 1�oe IncentiveP ent 1000o Ca� ' 1:00 10'000.00 Calc '$ 10000.00 Cala S 100UO:OU Calo 10000.00 8 1-0e MobllkaGon 1 LS L3 4T800.00 LS 25 000.00 L3 30 000.00 LS 60 000.00 7 1•7o TreHioControlsu o� 1 I:S LS b'S00.00 L3 $ 1.00 LS 8 0.00 LS 1100.00 8 1-10 �PedesUen Trafflc Control 1 LS LS 1 000.00 LS $ ?50A0 L8 $ 1400.OU LS 3 60Q.00 Tratflc Contrd LeDor-Flagging(Mln.Bid$38.00 per 9 1-10 hour z2o HR 38.00 8680.00 77.00 1689q.00 b1.00 11 20.00 6U.00 1:1000.00 10 1•10 Constnmtlon S ns Clasa A 16p SF 20.00 3`200.00 32.OU $: 5120i00 18.60 2 960.00 30.00 4 BOO.UO 11 1-10 8 uenUal ArrowS 6 30.00 i50.00 28.00 14U.00 46A0 230.Op S6A0 $ 275.00 12 1•10 PodableChan eabteMesae S n 80 30,00 1800.00 43.00 2 O.W 61..00 8880.00 100.00 6'000,00 13 1•70 Ovtside R anc Unfformed Pollce F Labor 260Q Eat 1:00 2 600.00 Est 2 0.00 Eat 2 500;00 Eat g 5pp,pp 14 2-02 Removal of 8tructures and ObsWctbns t lS LS 16 350.00 lS $ 2 50AW L8 $ 14 000:00 L9 b 600.00 15 2�i Roadwa Excavatlon Incl.Haul 48o CY 26.00 12 000.00 38.00 18 Y40:W 62.00 29 780:OD 3B.00 17?80.00 18 2-09 Shatn and ExVa ExcevaUon C1ess B 13900 SF 1 i00 13'90 .00 O.OT $ 139.00 025 3 47b:0U 02b 3 475.00' 1 Z 404 Gushed Sudec Bese Courae 490 TON 26.00 72 250.00 37.00 $ 18130.00 32.50 $ 16 25:00 26:00 12 740:00 18 6-04 HMA CI.1/2-1nch PG @4-22 270 TON 80.00 24 300.00 80.00 $ 21 80Q.b0 88:00 $ 23 0:00 86'.OU $ 22,960i00 18 5-04 HMA C41�hich PG69;22 400 TON 80:00 32 000,00 73.00 29 200:00 70i00 28 000.00 78;00 3l'200i00 20 5�04 As elt Cold Patch 2o TON . 190:00 3 000.00 136.00 $ 2 700:00 180:00 S 3 0:00 1?(l,00 $ 2 4U0:00 21 5�04 PIaNn Bltuminous Pavemeiri 3o SY 5.00 1b0.00 36.OU $ 1 06�:00 16:00 . 460:00 80:00 2 400.U0 ' 22 T04 SoM Wall PVCSIorm ,SDR�5,121n.�Dlam. 133 LF 50.00 B 660.00 68.00 9 044:00 95:00 $ 12 S:OQ 66:00 S 84G:00: 23 T04 sold WaB PVC'storm P ,SDR:35,2llnrolam. 943 1:F 80:00 75 440.00 BB.00 81°099:00 81.00 78 383';00 113:00 108 669:OU' 24 T-04 9tarm8ewerTelevislondna @on 1078 LF 8:00 3228.00 1.OU $' 1076:00 2:2b 2421,00 2:60 2$80.00. 25 7-05 Menhole 4&Inch Dlam.T 1 4 EA 4 ODO.00 18 000.00 4 OOQ.00 $ '1a 000:00 5135:00 $20 fu10i00 S 0:00 22 000:00' 26 7-06 Menhole HO�inch Dfam.T e'3 1 EA 6 500.00 6 600.00 6 000,00 8 000:00 '23 600:00 $ 23 0.00 9 :00 8 000.00' 27 7-05 Catch BaeUi T e 1 6 EA 1200.00 7 400.00 1 760.00 $ 10 b00:00 1 276.00 7 860:00 1 .00 7 200.00' 28 7-08 FoundallanMeterlal 580 TON 20.00 11`200.00 20:00 $ 11200:00 . 28:60 16880.00 20.00 11200:00 29 T•08 W Zone eeddln 1700 TON �' 25.00 A2 600.00 28.00 $ 47 800.00 ' 27:26 ' 48 25:(i0'. 25:00 q2 b00.00 30 T-OB SeleobPi e Trench BacMill 220 TON : 20,00 4 406.00 11.60 2 530.� 28:6D 8 270.00 26:00 8 b00':00 , 31 7-08 Im ortetl Treeah Backfill 4600: 7oN . 16,q0 89 000.00 22.60 103 60Q,00 : 26i0� , 118 000.00 2A.00 110 400;00 ' 32 7-oe ControNed:Denalt FIII COF fw Trench,Beckflll 25 CY 760:00 3 760,00 225.00 4 625:00 . 200.Ob ' b 260.00�,' 110.00 2J50:00�' 33 7-0e ControtlediDenaH Fltl C0 torFWl .PI '26 CY 100.00 2600.00 22b.00 $' 4625:00 ' 220.00' 6600:00' �^00.00 60b0:00_ 34 8-01 Tem ra .Water PalttitbnlFroslomControl 6000 Esl ' 1io0 6 U .00 Eat 6 000.� Esl 6 000:00 . Est - 6 000.00�� 35 8-01 TESC Plan 1 ES LS 8pp.pp LS 160.00 lS. 260.00 l3 ' . 2i6;00 36 8-01 Inlet Protectlon 13 EA 50.00 850.00 200.00 $ 2 60U:00 67:00 741.00 BU.00 ' 1 040A0 37 8+07 Precest Curb wHh'Dellnemtors 108 lF 50.00 6100.00 32,00 S 3 284.00' 33:00 3 366t00 : 4b.0U 4 590;00 � 38 e-o8 Relsed Pavement MeAcer 2 84 EA 9.00 182,00 11,00 $ T0�:00 . 11.60 $ I36',00 12.00 788.00 , 39 &Y1 PaIn1 Line 850 lF ' 0.60 425.D0 1.00 $ 86U:00': 1600: 860.00 0.80 680.00 40 8=22 Pleatb Crosawalk Line 12o SF 1b.0o 1�800.00 4,50 $ 540:00 : 4:60 �$ 640.00 11.00 1 32Q.00 SchedulaSubtotal $ 470,545.00 $ 486,646:00 $563,387:00 $ 5b3,012.Q0 App�edTan $ 47,061.50 $ 48 88+t 80 $ b6:338 70 $ 55307.2U SCHEDULE TOTAL S 617,566:50 'S 535,310c60 E808,705.70 $ 808,313.20 5l8/2017(2:28 Plv� h:\proj161dtabs1CP1511 HT:xls � Bid 7abulation: CP1511,.M Street SE Improvements(3rd St SE to East:Maln St),Contract 17-12 Schedule: A-Storm Dralnage Improvement Prepared By: Glty of'Auburn Bid Date: 5/4/17 Ceccantl,:lna Noffman Construction,Inc. Soumf Paciflo-Constructlon,:LLC 4116 Brookdale Road.East PO Box 846 . 3902 757th 3treet CT NW 7acoma 1NA 86A48. Enumclaw:WA 98022 GI Harbor WA 88332 Item No: Sea:No. Item Deacd bn Qty. Unit ' UMt Price Tolal Pdce Unit Pdce; Totaf'P�ice Unit PHce Total Pdce . 1 1-04 Mlnor Cha e 10000 Est Eet 10 000.00 Ee1!$ 10 000.00� Est 10 000.00 2 1-OS RecorcJ prawl a Mln.Bfdt$500.00 1 LS L3 500.00 LS, 1 600.00r LS $ 600:00 � 3 1A7 SPC Plan 1 tS 18 500:00 �S�$ 2b0.00 LS 1 OQ0:00 I 4 1-07 UGI Po 20 EA ' 200.00 4 000.00 300.00 $ 6 000.00 400.00 8 000:00 5 1-08 IncentNePa ment 10000 Calc ' Calc 10000.00 Ca�:i 10000.00 Ca� 10000:OU , 6 1-09 Mobllizatlon 1 LS � LS 66000.00 us�$ 49,700.00. lS 80 000:00 7 1-10 TraFFlc:ConVol Su rvfaor 1 LS LS 26 000.00 Ls' 5 000.00': LS 8 500:00 ! 8 1-10 PedesUlamTra(Flc Cantrol 1 LS LS 1000.00 Gs 5 000.00 Ls 4 000:00 Traffk Control Labor-Flagging(Min.Bkl 38.00 9 1-1Q rFwu 220 HR 46.00 10120.00 60:00',$ 13 00.00 60.00 13 200:00 10 1-10 ConsGucdan S na Class A 160 SF 18.00 2 80.00 12:00' $ 1,920.00. 31.00 4 960.00 11 1-10 Se uentlalArrowS n 5 D 30.00 160.00 100.00 $ 600.00 @0.00 400'.00 12 1-10 Portable Cha eable'Messa e S n 60 40.00 2 400.00 110:00 ' B,B00.00 100.00 6 000:00 13 1-10 Outakle A UnlFortned Polks Fla in 2b00 Est Eet $ 2 00.00 est $ 2'600.00' Est 2'S00:00 14 2-02 Remova6of SqucWres end ObsVuctbru 1 LS LS 10 000:00 CS.$ 41 270.00' LS B OOOl00 15 2-03 Roadwa Excavatbn IncL Heul 480 CY 40,00 $ 18 200:00 35:00 16 800.00� 66,00 31 200:00 16 2-09 Sho and'�Extre Excavatlon Cleas B 13800 SF 0:10 1 390:00 1i00 13 00.00 1.00 13 9�.00 17 4'-04 Cruahed Surfacf Base Couree 490 TON 40.00 19 600:00 30:00 $ i4 70D.00' 33.00 16170A0 18 5-04 HMA Ci.1/2-1nch PG 8422 270 TON 100.00 $ 27 000A0 8T.00 23'480.00'� 76.00 20 520'.00 79 b-04 HMA CI.1-Inch P0 64-22 400 TON 100:00 40 000A0 76:00 $ 30 000.00;� 66.00 26'400:00 20 6-04 �Aa halt Cokl'Patch 20 TON 100:00 8 2 000.00 140:00 $ '2'800.00 ' 826.00 B 600A0 � 21 6-04 Plan Bituminous Pavement 30 SY 70:00 $ 300A0 10.b0 $ 316.00 40.00 1 200.00 22 7-04 3oiid WaOiPVC Storm PI e SDR�35 12 In. 133 LF 70.00 S 9 310.00 64.00 8 12.00 85.00 11305A0 23 7-04 3olld Wall'�PVC Stortn PI e SDR-3b 21 In. 943 LF 80.00 76 440.00 96:60 90'056.50,' 110.00 103`730:00 24 7-04 StortnlSewerTelevisionlna ectlon 1076 LF 3.00 E 3228.00 3.80 $ 3873.80 3.00 3 28.00 2b ' 7�05 Manhole 48-Inch Dlam.T e 4 4 EA 8100.00 24 40D:00 6 850.00 26 600.00 ' 3`700A0 14 800;00 28 7-05 Manhole 60-Inch D1am.T 3 1 i EA 8 800:00 8 800:00 26 125.00 26126.00�' 6 600.00 6 800:00 27 7-06 Cetch Basln T e 1 8 EA 1200i00 E 7 200:00 1 215s00 $ 7'290.00� 1900.00 11 400;00 28 7-08 PI Foundatbn Matetiel 580 ;; TON 30i00 18 800:00 46!00 25200.00' 27 440:00 29 7-08 PI Zone Beddi 1700 TON 2A.00 40 800:00 33:00 58�100.00 34.00 67 800i00 30 7-08 3elect Pl e Trench Backflll 220 TON 1,00 220:00 33:00 '7 266.00 ' 34.00 7 480:00 31 7-08 Im orted PI e Trench'Backflll 4800 TON 24:00 110 400:00 33i00 151 800.00� 32,00 147 200:00 32 7-08 Conlrol Dens FI0 CUF for Trench Backflll 26 GY 200.00 6 00D.00 1b0:00 3 760,00� 160.00 3 750:00 33 7-0S Controlled Dens :FlII GDF.forflllln PI 25 CY 200.00 6000.00 2�.00� $ 5000.00, 200.00 - 5�0:00 34 8-01 Sem ra Water PollutlonlEroabn Control 5000 Est Eat 6 000.00 Eat $ 5 Ob0.00 � Eat 6 000:00 35 8-01 7ESC:P�n 1 LS L8 $ 1500:00 LS 500.00 CS 1000:00 36 8-01 Inlet ioteclbn 13 EA 80,00 1040:00 85.00 $ 7 23b.00' 100.00 1 300.00 37 B-07 Preaast Curb wilh Dehneators: 102 � LF 3D.00 $ 3 OB0.00 48.00 4 898.00 32.00 3 284.00 38 B-O8 RalsedPavementMaAcerT 2 84 EA 1D.00 640.00 13.00 $ 832.00i 11.00 704.00 39 8-22 Palnt Une 850 LF 1.00 850:OD 0.90 765.00 , 1.00 850.00 40 8-22 PlasUmCroaswalk Line 12D SF 4.00 $ 480.00 1,1:26 $ ' 1 350.00 6.50 : 880.00 Schedule Subtote! $ b62,708A0 $ 681,590.10 $ 684,481.00 ApplfedTax $ 66,270.80 $ 68;1b9.07 $ 86;446.10 SCHEDULE TOTAI. S 618,978:80 $ 749;T49.11 $ 730,807.10 5/Bl2017(2:28 PM) h:\pro�lbidtebs\CPI511 BT.xls 2 BID'TABULATION SCHEDULE SUMMARY Projec# Name: CP1511, M Street SE Improvements (3rd St SE to East�Main St), Contract 17-12 Schedule No.: A-Storm Drainage Improvement Frepared by: City of Auburn Bid Date: 5/4/17 ENG/NEER'S EST/MATE: $ 470,515.00 AVERAGE BID AMOGNT: $ 583,630.68 B1D SPREAD AMOUNT: $ 194,944.10 B1D Amount Spread$ Spread% LOW BtDDER: Active ConstrucNon,Inc.(ACI) $ 486,646:00 $ 16,131.00 3.43% Second Bidder: Rodarte ConstructIon,Inc. $ 553,01'2.00 $ 82,497.00 17.53% . Basic BID(Tax not Inciuded) Active Construction, Inc.(ACI) $ 486;648:00 Northwest Cascade, Ine. $ 553,367.00 . Rodarte Construction, Inc. $ 553;012:00 Ceccanti, Inc. $ 562,708.00 Hoffman Construction, Inc. $ 681,590.10 Sound Pacific Construction, LLC $ 664,461.U0 5/812017(2:28 PIvn h:\proj\bidtabs\CP1511 BT.xls 3 Bid Tabulation: CP1511,M Sireet SE Improvements(3rd St SE to East Main St),Cont[act 17-12 Schedule: B-Sanitary Sewer Utility,lmprovement Prepared By: Gtty of Aubum Bid Date• 5IM17 Engineer's:Esttmate AcUve ConstrucUon,Inc.(ACI) Northwest Cascade,lnc. Rodarte Construcllon,Inc. 5170 Rlver Road East PO Boz 73399 1T East Vatley'Hlghway East Tacoma,WA 98443 P aliu ,WA 98373 Auburn WA 98082: Item o. Sac:No. Itam Descdption Qty.. niC Unft Price ToW':Prfce �R:Price Total RAce nR rice ota P�Ice UnlfP�ice Total'Pdce 41 t-04 Mlnor Cfian a 5000 Est Eet' 5 000,00� Eal 6 000.00 Eat 6 000.00 Est $ 6 000.00 42 ' 1-05 Record Drawln Min.eld .00 7 I:S LS 500:00': L8 500.00 LS 500:OU CS' 800.00 43 1-07 SPCC Plan 1 I:S LS 600:00 ' LS 150.00 Ls $ 260:00 I:S i$ 275.00 44 t-07 Ut9N Polholn 16 EA 500.00 7 600:00 350:00 6`260.00 375.OD fi 626:00 400:00 F�0•00 45 1-0e Incentive P l 10000 Catc 1i00 10 000.00 Ca� S 70 000.00 Celc 10 000:00 Ca� 10 000.00 � �� �b���� � LS LS 27 500.00 CS ffi 000.00 LS 4 600.00. tS S ZZ OW,00 4� 1-t0 Traftlo ControliSu ervisor 1.00 LS 6 200.00 LS $ 750.00 � �S LS 5 500.00 �' qg t-t0 PedestdanTreficControl 1 LS LS 2'500.00 I.s 250[00' LS 1400.00, LS $ 3700.00 7reffio Cailrol Lebor-Flegging(NNIInn.BId 539.00 per 49 1-10 har 220 HR 98.00 $ 8 680.00 77.00 16 940:00 ' 51.00 11220.00 60.00 S 1•1 000•00 SO 1-10 Conslrudion'SI s Cleas A 1Bo SF 20.00 3 200.00 27A0 4 320!00 18:50 960.00 30.00 4 800.00 61 1-10 s �enual arow 5 n 5 �a so.00 150.00 28.00 140.00 48:� 230.00 55.00 275.00 52 7-10 Patahle Cha eble Measa s eo De 30.00. 1 800.00 43.00 2 680:00 64.00 3 660.00 100:00 6 000.00 b3 1-10 Oufslde UnHormed Pol�e Fla n Lebor 2500 Est 1.00: 2 600.00 �Eaf 2'S00.00 Est 2'S00.00 Est : 2 600l00 6q . 2-02 Removal of Swcturea�d ObefrucUona 7 LS CS 17 850,00 L3 2 500.00 1.S• 2 750•00 LS 4 600I00 65 2-03 Excevatbn Incl:Haul 320 CY 26.00 $ 8 000.00 38:00 12180.00 62.00 ! 19 840�00 35.00 11 200:00 68 2-09 S aMI Extra Excevelbn Clasa B 8600 '' SF 1:00 8 800 00 0.01 86.00 025 2160.00 0:25 2 150.00 b7 4-04 Cmshed Sudacin eeae Cowse 320 TON '26:00 8 000.00 32A0 10 240.00 32b0 10 400.00 26:00 8 320:00 ' 58 4-04 Gushed Surfaclo To Course 10 TON 25:00 2b0:00 90.00 $ 900.00 b0.00 600:00 75.00. 750:00 69 5�04 HMA CI.1/2-Inch PG 84-22 180- TON BO:UO 16 200.00 80;00 .E' 14 400.� 86.00 $ 1 S 480:00 85'.00 ' 15 300:00' 60 5�04 HMA G.lancb PG e4-?2 270 TON 80.00 21 800.00 73:00 ' 19 710.00 70.00 $ '18 900:00 78:00 � ' 21 060:00 81 5�04 As eIt Cold Paloh 2o TON 160.00 $ 3 000.00 135':00 2 700A0 160.00 3 200:00 120.00 " 2 400:00 g2 7:05 Manlale 48dn.'Diam.T 1 3 EA 4 000.00 '12 000,00 5 000:00 16 OOOi00 6'ODO.OQ 18 000:00 3 400.00 10 200.00 83 7-D5 Abanrbn E�dslin Manhole 3 EA 1 000•00 ' 3'000.00 800.00 2 400:00 725.00 $ 2'17b:00' 180:OD 640.00 64 7�06 FI FuundaUon MateAel 95o TOK 20.00, 19 000.00 18.00 17100.00 26.50 27 075.00 20.00 19'000.00 6b 7-08 PI 7Ane Beddin 220 TON 25.00. 5 00.00 2B.00 6160:00 2725 fr995:00 26.0� $ 6'720.00 gg 7-og gelect Trench Back80: 110 TON 20.00 2 200.00 11:50 1 285'.00 28;50 3i35:00 28.00 2'860.00 87 , �-0e Im ated Pl `Trench Backfl� t 20o TON 15.00 18 000i00 22.60 27 000:00 26:00 30 000:00 24.00 2&800.00 68 7-08 Conlrolled Osnafl'Flil CDF tor Flllln PI 15 CY 160.00 ' 2 26U:00 225.00 $ 3'375.00 31U.00 4 650.00 200.00 $ 3 000:00 gg � 7-17 PVC San11 Sswer e SDR-35 B In.Dlam. 823 LF ; 80.00 49 380.00 b1.00 $ 41 973.00 35A��: 28 60.5.00 46.00 3T 035:00 70 7-t7 PVC san Se�rer: e SOR35 e�ln.of�n. 250 ; LF' S0•00 S 12 600.00 97.00 24'260.00 70.00; 17 500 00 65.00 16 2b0.00 71 7-17 Sanita SewerTelevisbndrre 823. LF GW S 4115:00 1.60 1234.60 225 ' 1851.75 1.75 1440Q5 72 7-19 Sewer Cleanout to EA 500.00 S 6 000:00 1300.00 13'000.00 725:00 7 250.00 600.00 6 000:00 73 8-01 Tem ra Water PdlutlaNEroslon CoMrol 2500 Eat 1.00 7600.00 Eal 2 600.00 Eal 2 500.00 Est $ 2 500.00 74 8-02 Roadsfde Restoretbn 7b00 Est 7.00 7 500.00 Eat $ 7 b00.00 Est 7 500.00 Eal 7 500.00 76 a-oe RalsedPavemencMarker7 a �s EA 5.00 39:00 11:00 S 143.00 11.50 149.60 12:00 156:00 78 e-22 Palnt une 492 lF 0.60 248.00 1.00 482.00 1.00 492:00 0.80 383:60 77 8-22 Plestic Crosswalk Llrre 2o SF 16.00. ' 300.00 4.50 90.00 4.b0 90:00 10:00 $ 200.00 78 8-23 PleaUc 3ro urre 2e kF 7:60 210.00 9.00 $ 252:00 9AU 252.00 17.00 $ 478.00 Schedule Subtotal $ 302,470.00 5 299,061:60 $ 28q.686:25 $ 279,550.85 ` A tled Tax 30 47.00 29 906.15 28 468.63 $ 2T955.09 SCHEDULE TOTAL $ 332,717.00 ; 326,987.86 S 313,1b3.78 S 307,b05.84 5/8/2017(2i28 PM) 4 h:lproj�bidtabs�CP1511 BT,xls Bid Tabulatlon: CP1511,M Street SE Improvements(3rd�St SE to East Main St),Conttact 17-12 Schedufe: B-San(tary SewerUtility Improvement Rrepared By: Ciry of Aubum Bid Date: 5�'�17 Ceccand,lnc: Hoffman Constrt�cdon,Inc. Sound�Paalflc�ConaGu¢11on,�L4C 4116 Brookdale Road Easl PO Box E46, 3802157th Street CT NW 1 Tacoma WA88446 Enumclaw WA98022 Gi Harbor,WA98332 kem No. Sec. o. Item DescHpt on 'Qty n t Unit'Price Total,Priee Unit PNae Total P e nitPd� Total P.5 000.00 b000 Est Esl ' 5 000.00 ' Eat 6 000.00 600.00 q1 1-04 MinorChan e � 600:00. ls A�600.00 � 42. 1•05. Record Drawin a Min.Bid'$500.00 � �S � 2B0.pp Lg 1 000.00 1 iS Cs ' 600.00 g7 500:00 400.00 6 000:00 43 1A7 'SPGC Plan �5. EA ZpO:pp '. 3 000.00 4 500.00 C�� 10 000:00 44' . 1-07 Util Poiholl 10000 Calc ' Calc $ 10 000.00 Ce� 10 000.00 ���.�,, 45 1A8 IncenUvePa ent � ZOOOD:00 � '� ���'� � 48 1-09 MobllfraUon � �$ L3 6 000.00 L3 3 8 500.U0 1 LS Ls 25000.00' � 5000.00 LS 4'000.00 47 1-10 Traffic ControFS ervlsor � LS �g : 1 OQ0:00 48 1-10 Pedestiian Tretflc Control 13 00.00 Tralflc Control Labor-Flagging(Mln.BM$39.0� a�:� 49 1-10 r hoer 220 HR 46.00 10'120.OU 80.00 $ �18 0.00� 31.OU 50 1-10 GonstnicUon S na Class A 160 SF 18d00 2880.OD 12.00 5U0:00 80.Q0 400.00 b' Da 30:00 1SO.U0 100•00 ' 6'000.00 61 1-10 S uentlal Arrow S m 2 qpp;pp 110.00 8 BOO.OU 100.00 $ 2 500 0� 60 Da 40.00 Est $ 2'S00.00 Eat 52 1-10 Portable Cha eable Messa e.Sl n E� 2 ;pp � 4 D00.00 63 1-10 OutsidaA efro Unfformed Pollce Fla in 2600 LS � �p�..� �, 4T270.00 yp gpp.OD. b4 2-0Z Removal'of Structures and'ObsWcdons 3� CY 40.00 72 800.00 3b.00 11 p0:00 86.00 $ 8 600.00 55 2-03 Roadwa ExcevaUomincl.Haul gSp,pp 1,00 S 800.00 � 1.D0 1Q�.� 68 2-08 Shorin and:Exlra Excavatlon Class:B '8600 SF' -0:10 9 800:00 33'.00 760.00 6T . A-04 Crushed Surfacln 8ase'Courae 32� TON 40:00 17600.00 �.� �.� 75.00 10 TON � 50:00 500.00 30:00 13 880:00 68 4-04 Crushed SurFacl To Co�►ea 16 680.00 78�� ��gz0:00 69 6-0A HN1A CI.112-1nch PG 84-22 180 TON ' 100.00 78 000:00 8 :QO 6p 6-04 HMA CI:1-Inch PG'6422 270 TON '100:00 27 000.00 • 76:00 �$ ��p 00 325.00 6 60U.00 61 5-04 As hak Cold Patcfi 20 TOM 100.00 '2'000:00 140.00 S 1�,�.pp 82 7-05 Manhole 48�In.Dlam.T 1 3 EA 6 320.00 18 960.00 9 37b 00 �3 826 00 3 600.00 1 800.00 3 EA 360:00 1'050.00 1276.00 46650:00 g3: 7-06 Abandon Exlatln Manhote 950 TON 30:00 28 500.00 45.00 A2760.00 48.00 7 480:00, gq 7-0B PI Foundetlon Material 22p TON 24.00 6 280:00 33.00 T260.00 34.00 ' 3 740:00 65 7-0B Pi Zone Beddln 110 TON 1:00 1='L0:00 . 33.00 3 630.00 34.00 38 400.00 66 7-08 Select P� Trench'Backfill '28 SOO.UO 33100 38 890:00 32.00 . 1200 TON 24.00 2 260.00 2U0.00•' 3�.� g7 7-08 Im ded PI e Trench Backflll g:ppp,pp 160.00 69132,00 gg 7.p8 Controlled DensK FlII GDF:forftllin Pl e 15 CY b6,� , 48 088.00 66.00 46 286.00 �'00 20 600;00 69 7-17 PVC Sanita SewerPi e'SDR-36 B In.Diam. 823 LF 13�� gq.00 13'500.00 82.00 2,�g:00 70 7-17 PVG SanNa SewerPi e SDR35 6 In.Dlam. 8� �F 63.� 2 48gAp 3:60 2 862.80 3•� 10 UOO.OU 71 7-17 Sanfta :SewerTetevisbnlna bn �pppp;�p 5pp;00 5'OOO.UO 1000.00 250D.00 10 EA 2 000:00 �t,$ 2 5p0.00 Eat 72 7-19 Sewer Cleanout �� 2 500.U0 �� 7 500.OU 73 8-01 Tam ora Water Po11ut1on/Erosbn Control 7500 Eat Est 7 500:00 Est 7 :00 143:00 74 8-02 Roadside Reatorailon 13 EA 10.00 130.00 13.00 169.00 11.00 4�.� �6 g-09 Raised RavemeniWlarkerT 2 49z,pp 0.90 'E. 442.80 ��� 1 0.00 76 9-22 PaIM'Llne 492 LF 1.00 $ ,80.� 1125 E 226.00 5.60 20 SF 4.00 604.00 16.00 4A8.00 77 8-22 PlasUc Croaswalk Line 28 LF 8:00 $ 224:00 18.00 78 8-23 Plastic S Line 4gg,3p8:60 $ 410,434.00 � $ 34�569 0 S 46 830.88 41 043:40 Schedule Subtofal 451,477A0 Tax S 380282.30 $ 516,138.46 = SCHEDULHTOTAL 5 5/8/2017(2:Z8 PM) h:lprof�bidtebs1CP1511 BT.xls � BID TABULATION SCHEDULE SUMMARY Pr.oject ldame: CP151'1, M Street SE Improvements (3rd St SE to�East Main St), Contract 17-12 Schedule No.: B - Sanitary Sewer Utility Improvement Prepared by: City of Auburn . Bid Date: 5/4/17 ENGINEER'S ESTIMATE: $ 302,470.00 AVERAGE BID AMOUNT: $ 347,955.53 BID SFREAD AMOUNT: $ 188;757.75 BID Amount Spread$ Spread % LOW BIDDER: Rodarte Constraction, Inc. $ 279,550.85 $ (22,919.15) -7.58% Second Bidder; Northwest Cascade, lnc: $ 284,685.25 $ (17,784.75) -5:88% Basic BID(Ta�c not lncluded) Active Constr.uction,'Inc. (ACI) $ 299,061.50 Northwest Cascade, Inc. $ 284;685.25 Rodarte Construction, Inc. $ 279,550.85 Ceccanti, inc. $ 345,693.00 Hoffman Construction, Inc: $ 468,308.60 Sound Pacific Construction, LLC $ 410,434.00 5/8/2017{2:28 PM) h:\proj\bidtabs\CP 1511 BT:xls 6 Bid Tabulation: CP1511,M Street SE improvements(3rd$t:SE to East Main St),Contract 17=12 Schedule: C-Water Utility Improvement ' Prepared By: City of Auburn - Bid Date: 42859 Engineer's Eadmate ActNe ConetrucUon,dna(ACI) NorthwesRCascade,inc. Rodarta Constructbn,Inc. 6110 Rlver Road'East PO Box 73388 ��17 East Valley Highway East Tacoma,WA98443 P ailu Wk98373 'Aubum WA88082 Item No: Sea No: Nem Descriptbn Unit nit dce ToWI Price UrtR PAce � 7otal'Prtce UnItPWoe Total Pdce Unit Prke Total Pdce , 79 1-04 1�9nw Ch e 5000 Est 1:00 6'0�0.00 Es 5 000.00 Esl ' ' 6 0�:00 Est b 000.00 80 1�05 Record NAn.eW$500.00 1 lS. LS b00.00 6S 500.00' LS 6WA0 LS S b00,0U $1 1-07 SPCC Plan 7 LS �LS 60Q.00 LS 1b0:00'; LS 2fi0.00 LS 27b.OD 82 1-07 UAII Polholln 20 EA 600.00 $ 10 000.00 300:00 B 00�:00�� 37bi00 I 7 600:00 400.00 8 000.00 83 1-08 Incentive P ent 70000 Calc 1.00 10 000.Q0 Ce� 10 000.00'. Calo ' 40 000.00 Cetc 40 000.00 84 1-08 Mo6Elzalbn 1 LS IS 24'500,00 LS 25000.00 CS ' T660.00 LS 2b'060.00 86 1-70 Treffic Control Su Msor 1 LS �LS 6 600.00. LS $ 1.OU ' L3 8`200.00 LS $ 800.00 88 1-10 PedestAan Trat�c Control 1 LS LS ' 2 600.00 LS 260.00 I:S 14UO.OU L8 . 1 260�00 Traftic Conhol Labor-Flagging{ANn.Bid 539.00 per 87 1-10 hour 220 HR 38.00 B 680.00 77.00 18 940.00 61:00 14 220,00 50.00 1:1:OOb.00 88 1-10 Conetmdion si ne Clesa A 180 SF 20.00 3 200,00 28.00 4 480:00 16sb0 2 980 00 30.00 4 800.00 89 1-10 3 uent�alArrows n b 30.00 160,00 28.00 140.00 46!00. 230.W 6b.00 27b.00 90 1-to Portetile Cha able Mess eB n eo Da 30.00 � 00.00 43.00 . 2 680:00 81 i00 8 3 860.OU 100,00 6 900.00 91 2�03 Roadwa Excavatlon Inci.Heul 28o CY 25.00 6 600.OQ 39.00 S 9 880:00 82.00 16120.DU 36.00 $ 9100.� 82 2�09 Shodn and Eztra'Exaavatbn Clase e B00 SF 1.00 600.00 0.4b E a�a.00 0:26. 16t].OD 0.26 160.00 93 a-oa crushedsurfaofn eeseComae ao TON 2�.00 1�ODO.OD 48.00 $ 1920:OD 32.60 1"300.00 26.00 1�040;00 94 4=U4 Cruehed 3ur(ecin T Course 80 TON' 26.00 1' OU.00 90.00 6 400:00 60.00 � 3 000.00 76.00 4 500;00 '95 s04 HMACP:t/2-Inoh Poe4-22 50 TON' 90.00 ` A600.00 85.00 4`260:00 B6:00 4300.00 SS.DO 4 60'00 86 r04 HMA CI.1;Ir�ch P0 84•22 4o TON 80.00: 3 OO.OU 68.00 2 720.00 70.00 7800.00 78:00 3120.00 97 5=04 Planln BN6minous Pavement 230 SY b.00� 1 160.00 18.00 4140.D0 11.00 b 1 b80.00 11.OD 2 63D.W 98 T•08 PI FourWatron MateAal 50 TON 20.00 1000.00 20.Q0 1000.00 28.60 b 1426.00 '20:00 1 D00.00 99 7-08 PI Zone:eeddl 70 TON' 26.00�'$ 1760:00 28.00 $ 1960.00 27.26 1:907.60 '26:00 $ 1820.00 �: 100 7-08 Select Pl Trench BackfiA e0 TON 20.00'' 1600i00 11..60 $ 920.00 28.60 2 280.00 26:00 2 080.00 � 101 �-oa con6oAed oensn Fue coF for Flmn Pr e 1e cY 100.00 ! 180U:00 226.00 13 3 376.00 330.00. A 860:Da 200i00 3 000.00� 102 7-08 Plu or Ce Wat�Maln 2 EA 5 000.00 : 10 000:00 b00.00 1 000.00 2 2b0.00 $ 4 6UOt00 1'OOOi00 . 2 000.00� 103 7-14 entAsaemb 2 eA 10 000.00! 20 000:00 10 b00.00 $ 21000:00 tt 660.00 7U0:00 8 000 00 16 000.00 , Water BeMce Connectlon 9G In.Meter WAh 1 In. 104 7-is Dtem.ServlceUne 23 EA 3 000.00 69 000A0 1 800.00 43 7W.00 2 000.00 46 000:� 2 0D0:00 48 000:00 , 10b 8-01 T WaterPolluUoNEmslon Conlrol 6000 Est 7.� $ B 000.00 Est 5 000.00 Eat $ 6 OOt1:00 Eat 6 000.00' 106 &02 Roadeltle RestoreUon 2b000 Eet 1,00 2b 00 :00 ' Eat 25 OD0,00 F.sl 26 U00:00 Est 25 000.00 10T 8-04 CementConc:TiafAc Cufi and C,�lter 820 CF 20,00 12 400t0 29.00 $ 17 980.00 26.00 16120:00 34.00 21 080A0 108 8-08 Cemenl Conc:Drlvewa EnVance T 2 Residentiel 1� SY 76,00 7 600A0 . 78.00 7 800.00 88.00 B 800:00 65.00 8 500.00 109 8-08 Cement Concrete Drlvewa roach 20 5Y 100.00 2 OOO:OU 78.00 9 660A0 81.00 1 820:00 7b.00. 1 500.OQ 110 8-14 Cement Conc.3ldewapc 450 SY 50.� 22 5U0.00 48.00 $ 21$00.00 45.00 20 2bQ,00 60.00 22 SQ0,00 Schedule Subtotal $ 289,930.OU $ 261,b16.00 $ 246,322:60 E 250,870.00 A led Tex 28 993.00 2b 16d,.80 24 83226 28 067.00 SCHEDULE TOTAL S 298,823.00 278,887.80 ; 279,164J5 S 275,887.OQ 5/8/2017(2:28 PM) fi:\proj�bidteba\CP1511 BT.xls 7 Bid Tabulatton: CP1511,M Street SE Improvements(3rd St SE to East Main St),Contract 17-12 Schedule: G-Water Utiltty lmprovement Prepared8y: Gltyof.Auburn eld Date: 5JM17 Ceccanti,Inc. HoNman Conatructlon,Inc: Sound Paclflc ConstrucUon,LLC 4116 Brookdale Roed East PO Boz 845 3802'167th Street CT NW Tacoma,WA 984d6 Eoumclaw WA @8022 GI Harbor WA 88332 item No. Sec.No. Item Desari don Q . Unit Unit Pdce . ToIaI:Prlce Unit Pr�e Total PAce Unit Pdce TotaLPtice 78 1-04 MlnorChe e 5000 Eet Eat. 5000.00 Eet $ 5'000.00 Eet 5000.00 8D 1-05 RecoM Drewin s Min.Bid 500.00 1 LS I:S, 500.00 L3 $ 1 600,00 LS 500.00 81 1-07 SPGC'Plan '1 tS LS 600.00 L8 $ 260.00 LS 1000.00 82 1-07 Utllft 'Potlio '20 EA 200:00 4 000,00 300.00 6 000.00 400.00 8 000.00 83 1-0S Ihcentive Pa ment 10000 Ca� Celc 1Q 000.00 Ca� 10 000.00 Calc 10 000.00 84 1-09 Mobllizetbn 1 LS LS 17 000.00 �S 20 000.00 L3 25 000.00 85 1-10 TrefAclControlSu rvisor 1 'l:S es 28000.00 ls $ 8000.00 Ls 8500.00' ' 86' 1-10 PedestrlenTraftio-Control 1 �4S LS 1000.00 Ls' S000.00 'I.s 4OOOA0 Tre(Flo-Control Laboc•Flagging(Min.BM$39.00 87 1-10 er hour 220 HR 46:00 1D 120.00 60.00 13 00,00 60.00 13 200.00 88 7-10 Constnicibn S na Class A 180 SF 18.00 2 880:00 12.00 t 920.00 31.00 4 960.00 89 9-10 S uentlal Anow S n 5 Da : 30.00 150.00 100.00 500.00 8D.00 400.00 90 1-10 PoKabte Chan eable Mesae e S n B0 Da 40.00 2 A00.00' 170,00' 8 600.00 100.00 6 000.00 81 2-03 RoaAwa Excavetbn Incl.�Heul 260 CY 40.00 10 400.00 35.00 9100.00 65.00 16 900.00 92 2-09 3horin and Fxtra Excavetbn Clasa B 800 SF 0.10 $ 60,00 1.00 600i00. 1.00 600:00 93 4-04 Cniahad�Sudac Bese Course 40 TON 40.00 $ 1 600.00-. 30:00 1 200:00' 37.00 1 480:00 94 4-04 Crushed SurFac To Course 60 TON 60.00 3 000.00 ' 30.OD 1 BOOi00 37.00 2 220:00 95 5-04 HMA CI.1/2dnch POB422 60 TON 100.00 $ 5 000.00 87:00 A 3b0.00 T6:00 3 800:00 96 6-04 HMA Cli 1-inch PG'.8422 40 TON 100.00 4 000:00 75:00 3 000.00 86:00 2 640:00 97 5-04 Planf Bltumlrrous:Pavement 230 SY 10.00 2 300:00 10.60 2 416:00 20:00 4 60UA0 98 7-OS PI :F.oundatbn Materlal 50 TON 30.00 1 600.00 45:00 2 260:00 49:00 2 450:00 99 7•08 PI Zone Beddln 70 TON� 24.00 1 880:00 33:00 2 10:00 ! 34:00 2380:00 100 7-08 Seleot P Trench Backflll 80 TON' 1.00 80,00 33:00 2 640:00 36:00 - 2 880:00 101 7-08 Controlled Denelt Flil CDF for,Flllin PI 16 CY 2U0.00 3 000.00 200.00 3 000.00. 200:00 3 000.00 � 102 7-08 PI or Ga Water Maln 2 EA 500.00 1 000.00 800.00 1 800:00 250:00 500:00 103 7-14 H rant Assemb 2 EA 8 800.00 17 200.00 9 500.00 19 000:00 9 800:00 19 600.00 Water Serv�e Connectbn'/s:ln.Meler with 1.In. • 104 7-16 Diam.Serv�e Line 23 EA 2 000.00 I 46 000.00 1 790.00 A1 170:00 2 500.00 57 500.00 106 8-01 Tem rd Water Pollutlon/Erosbn GonUol 5000 Est Est 6 000.00 Eat 5 000:00 Est 6 000.00 106 8-02 RoadsideRestoreUon 25000 Est Eat 26 000.00 Eat 25 OOOi00 Eat 26,000.00 ' 107 8-04 Cement Conc.Trafflc Curb end Gutter 820 LF 28.00 17 360.00 26.00 16120:00 37.00 22 940.00 Cement Conc.,DrNeway Entrance 7ype 2 108 8-06 Resldentlal 10D SY 70.00 7-000.00 70.00 7 000:00 110.00' 11 000.00 109 8-06 Cement Concrete Drlvewa A roach 20 SY 70:00 1 400.00 83.00 1 B0.00 120.00 2 400.00 110 &14 Cement Cona Skiewalk 450 SY 34.00 15'300.00 44.00 $ 19'800.00 80.00 $ 27 000.00 Schedule Subtotel S 246;430.00 $ 243,585.00 $ 300,450.00 �Plled Tax $ 24,643.00 $ 24;3b8.b0 3 3Q;04S.00 SCHEDULETOTAL 271,073.00 S 267,943.50 E 33Q496.00 5/8r2017(2:28 PM) h:\proj\bidtabs�CP1511 BTxls $ BID TABULATION SCHEDULE SUMMARY Project Name: CP1511, M'Street SE Improvements (3rd St SE to East Main St), Contract 17-12 Schedule No.: C -Water Utility Irnprovement - Prepared by: Ciry of Auburn Bid Date: 5/4/17 ENGINEERS ESTIMATEz $ 269,930.00 AVERAGE BID AMOUNT: $ 256,862.25 BID SPREAD AMOUNT: $ 56,865.00 BlD Amount Spread'$ Spr.ead % LOW BIDDER: Hoffman Construction,Inc. $ 243,585:00 $ (26,345.00) -9.76% Second Bidder: Ceccanti, Inc. " $ 246,430.00 $ (23,500:OOj -8.71% Basic BID(Tax not Included) Active Construction, Inc.{ACI) $ 251;516.00 Northwest Cascads, Inc. $ 248,322.50 Rodarte Construetion, inc. $ 250;870.00 Ceccanti, Inc: $ 246,430.00 Hoffman Construction, I�c. $ 243;585.00 Sound Racific Construetion, LLC $ 300,450.00 5/8/2017(2:28 Plvn h:\proj�bidtabs\CP1511 BT.xls 9 Bid Tabulation: CP1511,M Street SE'Improvements(3cd St SE to East Maln St),Contract 17-12 Schedule: 'D-Street Improvement Prepared By: Clty of Auburn Bid Date: 5/M17 Englneers Esdmate Active Conslructlon,lnc.(ACI) Northwest'Cascade,Inc. Rodarte Constructlon,:lnc. 6710 RMer Road Hast PO Box'73389 17 East ValleyHighway Easf Tacoma,WA98443 Pu allu ,:WA98373 Aubum WA88092 kem No:' ec: o. lem:Descrlption Q : Unk nft PAce Totel Pdce Unk,Pdce Total Price nit P�ice;, otal.Price nft:PNce Total'Rrice 111' 7-04 Mlnor.Chan e 1 Eet E .Ad: 1b 000.00 �Est 15'000.00 Eat. 1b�000.00 Est 15 000.00' 112 t-05 Record s Mln.Bid$5�0.00 1 C5 C3 500:00 L3 500,00 CS! ' 600.00 �LS 500:00 113 1�07 SPCC elen 1 L3- LS • 500�00 LS 160.00 LS' 250.00 L3 275:00 114 1-0B InceMhre P t 10000 Cafo- 1.00 10 000�00 Calc 10 000.00 Calc�$' 10 000.00 Calc 10 OOOi00 115 1-OB Mobabatbn 1 LS LS ' 30 90D.00 lS $ 129'666.04 LS' 41 000.00 �LS 60 OOOc00 116 1•10 TreHk Control Su rvlsor 1 LS LS 6 600:00 l:S $ 1.00 LS 20 000.00 LS 2 000.00 ' 117 7-70 Pedeetrlen TrefflcControl 1 LS '' LS; 2 500.00 [S 250.OQ LS 50 D00.00 lS 6 000:00 Treffic Control Lsbw-Flaggfng(Mln.Bid$38.00 per 118 �-�o hour 220 ! HR 39:00 8 b80.00� 77:00 16 940.00 61�.00. 11 220:00 50.00 �$ 11 000!00 118 1-10 CansUuctton S Class A 180 SF 20.00 3 200;00' 23i00 3 680.00 18.50 $ 2 980.00 90.00 �. 4 800.D0 120 1=10 S enUal Nrow S n 6 D 30:00 150.00 28.00 140.00 48:00 $ 230:OQ 65.00 '. 27b.00 121 1-70 PorteWe C Ie Masse S n 80 D 30:00 1 800:00 43.00 ' 2 580.00 61.00 3 660.00 100.00 6 000.00 122 2-03 Roadwa Excevation Incl.Haul 940 CY 25.00 23 500.00 30:00 . 28 200.00 62.00 58 280.00 85.00 61 100.00 123 M04 Cruehed Sudecln :Bese Course 750 TON 26'.0�" 18 760.00 37i00 27 750:00 32.50 24 375.00 26:00 19 600.00 12q q:04 Cmshed Sur(acin To Course 50 TON 25i00 1 250.00 90i00 4 600:00 50.00 2 500.00 75.d0 3 750.00' 12b 5=04 HMA G:112-Inch PG84•22 600 TON 80:00 45 000.00 85:00 $ 42 500:00 86.00 43 000.00`� 8b:00 42 500.00 128 604 HMA G.lanch PG 84•22 B90 TON 80.00 6b 200.00 73:00' $ 50 370.00 70.00 48 300.00'' 78:00 63 820.00 �y7 e.pq !Aa fl Cdd Patch ZO TON 150.00 3 000.00 136'.00 2 700.00 195.00 3 900.00,' 120':00 $ 7400.00 �2S �.pq �ommercla�H�pq. 20 TON 160.00 S 3 OOQ.00 160.OD $ 3 00.00 325.00 8 500.00 i90.OD $ 3 800.00 129 '. cro4 �Plani BRumhmus PavemeM 5T0 SY 3.oU 1 710.00 7.00 3 990.00 12.00 6 840t00 11.00 6 270.00 130 7-05 A s1 Manhde '2 EA 500.00 $ 1 000.00 660.00 1 100,00 1 WO.DO 2�Ot00 760.00 1 500.00 131. e-01 iem a Water PoGuUon/Eroslon Control 6000 Esl 1.OD 5 000.00 Eet $ S 000.00 Esl 6'000:00 Est $ 5 000.00 '132 8-02 Roedalde ReatoretWn 20000 Est 1.00 2U'000.00 Eet 20 OOOAO� Esl 20'OOOt00 Eal S 20 000.00 133 8-04 CemeM Conc.7rattic Curb and Gutter 650 I:F 20.00 11 000.00 28.00 15 400.W 26.00 : 14 300A0 34.00 18�700.00 134 8-08 Cemwit Conc.Ddvew Entrance T 2'ReaWeMlal 80 SY 7b.00� 4 600i00 80.00 4 800.00 86:00 5 280.00 8b.00 3'900.00 136 8-0e Cert�aM Conc•Diirew Entrence T SRealdeMlal 100 SY ' 76.00� 7 b00:00 80.00 B 000.00 88.00 8`800A0 70.00 7 000.00 13g 8-oe cement Concrete oAvew ch 5 SY 100.00 600'00 160.00 800,00 141.00 70b.00 '126.00 625.00 137 8•14 Cernent Conc.-3idewalk 400 SY 60:00' 20 000:00 46.00 19 200.00 246:00 98 400.00 50.00 20'000.00 138 &2o ITS Can e 1 l:s LS: 31 200:00 CS 21 500.00 l.S 27'550.00 LS 28 000:00 13g e•21 Permanent Sl n 1 l3 LS' 7 600:00 CS 4 000,00 CS"$ 4 850.00 lS 10 000:00 140 8-22 Plastio Cmsswalk Line 80 Sf 15.00 1 200:00 4.00 320.00 4.50 380.00 10.00 800.00 141 8-71 PlasUc TraHic Arrow 6 EA t0o:oo 500:00 63:00 316.00 66.00 330.00 170.00 860:00 Schedule Subtotsl $ 339,940.00 $ 442,452.04 $ 538,090.00 $ 424,366.00 - No Tax 6cable SCHEDULE TOTAL $ 339,940.00 5 442,452.04 5' 538,090.00 ; 424,365:00 5/8/2017(2�S PM) iQ h:�proJ�bidtebe�CPtS1']BT.xls Bid Tabulation: CP1511,M 8treet SE;Improvements(3rd St SE to East Main St),Contcact 17-12 Schedule: D-Street Improvement. Prepared By: City of Auburn Bld Date: 514/17 CeccanU,Inc. Hoffman ConsWctlon,inc. SoundPaaiHc Constniction,I.LC ' 41168rookdale Road'East PO BoX845 3902157th Sfreat CT NW Tacoma WA 88446 Enumclaw WA 98022 GI Harbor WA 98332 Hem No. Sea.No. Item Descr pt on ty. Unk UnitPrlca 7otal PNce Unit Piice Total Price Unft Pdce Tota1 Price 111 1-04 Minor Chan e 1 EsY Eat 1 S 000.00 Eat 15 000.00 . Esl 16000.00 112 1-0b Record Drewfn s Min.Bid b00:00 1 LS LS 60D,00 LS 1 600.00 . CS 600:00 113 1-07 SPCC.PIan 1 LS LS 600.00 LS 250:00 ' LS 1 OOOAO 114 1-08 IncenUve Pe merd 10000 Ca� Ca10 $ 10 000.00 Catc $ 10 000.00 Cs� 10 000.00 115 1-09 Mobiltratbn 1 LS LS 29 000.00 LS 30 600.00 LS: 40 000.00 116 1-10 Traiflc•Control Su rvbor 1 LS LS 26 OOO.UO LS 6 000.00 LS $ 8 600.00 117 1-10 PedesManTreHtcConirol 1 L3 L& 1000.00 L3 5000.00 ls' 4000.00 TrefAaControl labor-Flegging(Min,Bid$39.00 118 1•10 r hour 220 HR 46.00 1012U.00 60.00 13 20U.00 80.00 E 13 200.00 119 1-10 Constructbn S nsClass'A 180 SF 18.00 2 880.00 12.00 1 92Q.00 3'1'.00 4 980.00 120 1-10 Se uenUal Arrow'S � 5 De 30.00 150.00 100.00 - 500.00 80.00 400,00 121 1-10 Portable Cha eable'Messa S n 60 Da 40.00 , 2 400.00 110.00 B 6�.00 100.00 B 000.00 122 2-03 Roadwa Excavatbn.lr�cl.Haul 940 CY 40.00 37 800,00 35.00 32 900.00 60.00 56 400.00 123 4-04 Crushed Surfacin Base Course 760 TON 40;00 30 000.U0 30.OU 22 fi00.00 33.00 24 750.� 124 4-04 Gmahed Surfeci To :Gourse 50 TON 60.00 2 600.00 30,00 1 600.00 b4.00 2�00;00 125 fi-04 IiMA CI.1/2anch PG 64-22 500 TON 100.00 60 000.00 91 AO 45'S00.00 80,00 40 000.00 126 5-04 HMAGI.1-Inch.PG:64-22 890 TON 100:00' 69000:OD 79;60 54'85fi.00 70.00 $ 46300.06 ; 727 , 6-04' As haftCold'Ratch 20 TON 100:00' 2000:00 140.00 2800.00 326,00 B6W:00 , 128 5-04' Commeroial!HMA 20 TON 100.00 2 000.00' 180:00 3 600.00 225.� 4 600:00 129 5-04' Planl �B(tuminousPavement 570 SN 10.00 $ 6700.00, 10.50 5986.00 9.00 S 5130:OQ 130 7-06 Ad ust Manhole 2 EA 350:00 700.00 600.00 'l 0.00 1'200.00 2 400:00 131 ; 8-01 7em Water PolluBonlErosfon Control 5000 , Est Eat 6 000.00 Eat 5'OOOAO Est $' 5 000.00 132 8-02 Roadside ResWiailon � 20000 " Est Eat Z0 000.00 Est 20'OD0.00 Fsl S 20 000:00 133 ., 8-04 Gement Conc.TraHic Curb end Gutter 660 GF 28:00 6 400100 : 26:U0�, 14'300.00 37.00 20 360:U0 13d ! 8-06 6ement.Conc.DrNewa Ent�ance 2 60 SY :i 70.00 4200:00 70.00� 4 D0:00 110:00 6600:00 135 8-06 Cemenf Conc.Drivewa Entrance T 6 � 100 SY � 70.00 7 000:00 70:00 7 900:00 108.U0 1U'800:00. 136 8-06 GementConareteDdvewa A ch 6 SY ' 70.00 360:00 125t00• 626.00 130.00 850,00' 13T &14 Cemeni Conc.Sidewelk 4U0 SY ', 34.00 $ 13 600:00 44.00 17 60�.00 80:00 24 OOO,ifO: 138 8-20 ITS Com lete 1 LS LS 25 .00 LS 23 700:00 L3 30 000.00 139 &21 PertnanenYS nl 1 LS LS 4 0�.00 LS 6 b00.00 LS S 3 000.00 140 &22 Plastic'Croaswalk Llne 80 SF 4.00 320.00 1126 $ 900:00 5:50 . 440.00 141 &22 PlasUc TrafFlc Arrow 6 EA BU.00 300.00 190.00 900:00 250.00 1�260.00 Schedule Sublotsl $ 391,220.00 $ 360,835t00 $ 418,830.00 NoTez plicebla SCHEDULE TOTAL 5 391,220A0 $ 360,835.00 ; 418,330.00 5/8/2017(2.28 PM) h:�pro,�bidtabs\CP1511 BT:x1s �� BID TABULATION SCHEDULE SUMMARY Project Name: CP151'1�'M Street SE Improvements (3rd St SE to East Main�St), Contract 17-12 Schedule No.: D-Street Improvement Prepared by: City of Auburn Bid Date: 5/4/17 ENGINEER'S ESTIMATE: $ 339,940.0� � AVERAGE BID AMOUNT: $ 428,548.67 BID SPREAD AMOUNT: $ 175,255A0 BID Amount Spread$ Sp[ead % . LOW BIDDER: Hoffman Construction, Inc. $ 360,835.00 $ 20,895.00 6.15% Second Bidder: Ceccanti, Inc. $ 391,220.00 $ 51,280.00 15.09% Basfc BID(Tax not lncluded) Active Construction, Inc.(ACI) $ 442,452.04 Northwest Cascade, Inc. $ 536,090.00 Rodarte Construction, Inc. $ 424,365.00 Ceccanti, Inc. $ 391,220.00 Hoffman Construction, Inc. $ 360;835.U0 Sound Pacific Construetion, LLC $ 416;330.00 5/8/20�I7(2:28 Rlvn h:\proj\bidtabs\CP 1511 BT.xls 12 BID TABULATION BID TOTALS SUMMARY Project Name: CP1511, M Street SE Improvements(3rd St SE to East Main St),Contract 17-12 Pnepared by: City of Auburn Bid Date: 5/4/17 ENGINEER'S EST/MATE: $ 1,382,855.00 AVERAGE BASIC B'ID AMOUNT: $ 1,616,997.14 BASIC BID SPREAD AMOUNT: $ 311,999.46 Basic BID Amount Spread$ Spread% LOW BIDDER: Active Construction,Inc.(ACI) $ 1,479,675.54 $96,820.54 7.00% Second Bidder: Rodarte Consteuction, Inc. $ 1,507,797.85 $124;942:85 9.04% Basic BID(Tax not Included) Total BID(Tax Included) Active Construction, Inc. (ACI) $ 1,479,675.54 $ 1,583,397.89 Northwest Cascade, Inc. $ 1,822,464.75 $ 1,731,102.23 Rodarte Construction; Inc. $ 1,507,797.85 $ 1,616,1'41.1� Ceccanti, Inc: $ 1,546,051,.00 $ 1:,881,534.10 Hoffman Construction, Inc. $ 1,754,318.70 $ 1,893,667.07 - Sound Pacific Construction, LLC $ 1,791,675.00 $ 1;829,209.50 NOTE:An evaluation of whether a bidder is responsible or non-responsible was only made for the 1ow bidder. This does not indicate,one way or the other,how other bidders would be considered if they were the low bidder. 518/2017(2:28 PM) h:�proj\bidtabs\CP1511 BT;xls 13 :CITI( OF AU'�URN B�IDDERS LIST Project Name: M Street SEJmpcovements(3rd Street SE to East Main Street) Bid Date/Time: 5/4/2017 11:00 Rrojecf Location: M St SE from 3rd St SE to East Main Street Project#: CP1511 Project.Description: Roadway&Utitity improvements Contract#: 17-12 Engineer's Estimate: $1,487,146.50 Bid (�)qddendum Contractor Bond,• Signed,.-' BId A►TtOUtlt Address Phone# Email � j� U �! �" Active Construction,Inc.(ACI � / D✓ 7�� 5110 River Road East Tacorr�a WA 98443 253-248-1091 anh activeconstruction.com Ceccanti,Inc.. ✓ ( �O��r!3K��i 4116 Brookdale Road East Tacoma WA 98446 253-537-2990 'on ceccantiinacom DPK Inc. 7829 South 206th Street Kent WA 98032 253-8Z2-7946 bobek d kinc.com Hoffman Construction � � I D I 3 �v 6�•�7 PO Box 845 Enumclaw WA 98022 360-825-9797 brad a(�.hofcon.com � Kar-Vei Construction � � I 6����2� �� PO Box 58275 Renton WA 98058 425-432-87Z0 karvelconst(c�vahoo:com I Northwest Cascade � � � PO.Box 73399 Pu allup WA 98373 360-367-0899 micaht a(�nwcascade.com � Road Construction,.lnc. PO Box 188 Renton WA 98057 '425-254-9999 bids(c�rcnw.com Rodarte Construction,Inc. � � � �50������D� 17 East Valley Highway East Auburn WA 98092 '253-939-0532 ,`ohn rodarteconstruction.com Sound Pacific Construction � � � �,�.7��/, � 3902 157th Street Ct.NW Gig Harbor WA 98332 �253-444-0050 tom:soundnacific@qmail.com Tunista 33400 8th Avenue South Federal Wa WA 98003 206-595-2603 thawkenCa�tcicon.com �6D OPENING �ROJECT CP'65'�'B 0VI St SI�' 09V�PFtOVMED�TS Thursd'ay 9UBay 4, 201:7 a� 11:00 AIl� PDT Covncu� Chaunbeo�s NA�'E REP�ESIE�III�IINC �1AI�B��I�G A�DRESS (PL.EASE PI�INT) (PLE�4SE PR/NT) (PLE.4SE PRIIVT � IIVCLIJDE CITY STi4TE, & ZIP Po� ►3ox 8�5 1 � �U���'1 ��1lI'hGI� l�Qvty��''t,.C��Qv1 �nu�c���✓ �� 71�U2� pa r`�j e�,P( �-�-�-C-� ��o� (5�� st-, cf- �� Pa�r i � V'u.I�S 0� SO l�Y�� �'C�c.�� G �hS�, ��91�c�rbo r v�r�. �g 33 a , � � y�l� ��� G � �� c� ��� �-�✓� �r�� , G.�-�� � � i� � ���� �� � RN�`y �t�tle�� IF.�rs P..�1-� /� u��st+-....J ��{" 1 S°92 �o �� � 33�� � P�ba�l•� , W� �1�3�3 �, �'o� N � ��s�m�•�Q l�0��2 � C �o�x �� ���p � ��3�i ����ss�- 1 �