Loading...
HomeMy WebLinkAboutCP1523 #17-05 Lake Tapps Parkway Preservation CITY OF A`} Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 June 7, 2017 CERTIFIED MAIL RETURN RECEIPT REQUESTED Mark Eichelberger ICON Materials 1508 Valentine Avenue SE Pacific, WA 98047-2103 NOTICE TO PROCEED RE: CP1523, Lake Tapps Parkway Preservation , Contract#17-05 You are hereby notified to proceed as of June 9, 2017 with the work on the above- referenced project, within the time period specified, in accordance with the provisions of the - - -- contract documents, copy enclosed. This project has 60 working days for completion. If you have any questions, please contact the inspector for the project, Josh Linkem at 253- 876-1926 or the Contract Administration Specialist, Amanda DeSilver at 253-876-1980. Sincerely, 1 if Ingrid Ga Assistant Director of Engineering/City Engineer Community Development & Public Works Department IG/ad/as Enclosure cc: Dani Daskam, City Clerk Luis Barba, Project Engineer Josh Linkem, Project Inspector CP1523, 13.11 AUBURN *MORE THAN YOU IMAGINED CONTRACT Contract No. 17-05 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this in' day of .3-:A , 2017,by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and ICON Materials, 1508 Valentine Avenue SE, Pacific,WA, 98047-2103,hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP1523, Lake Tapps Parkway Preservation Project," which are by this reference incorporated herein and made a part of this Contract,the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project CP1523, Lake Tapps Parkway Preservation Project —rehabilitation and preservation of the existing pavement on Lake Tapps Parkway SE between the western City limit near 8th Street E and Lakeland Hills Way, for a total contract value of eight hundred twenty-seven thousand two hundred and ninety dollars and twenty-five cents ($827,290.25.) in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City within 7 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 5 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 60 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages) of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN. II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. CITY OF AUBURN, WASHINGTON By Backus,Mayor Countersigned: this ?+" day of 3J tom. , 2017 ATTEST: kelil Danie e E.Daskam,City Clerk APPR• •ED AS • FORM: r ' _ 4 4 A,_ e 1 B.Heid,City - •srney ICON MATERIALS By /1/ ' thL " O icia ignature Mark Eichelberger �. . , CITY OF * � � * Nancy Backus, Mayor * - WASHINGTOI�T 25 West Main Street * Auburn WA 98001-4998* www.auburnwa.gov#253-931-3000 May 24, 2017 Tucci & Sons 4224 Waller Rd E Tacoma WA 98443 RE: Auburn Contract No. 17-05 Project No. CP1523, Lake Tapps Parkway Preservation The Gity of Auburn awarded Contract No. 17-05 to ICON Materials on May 15, 2017 for Public VVorks Project No. CP1523 in the amount of$827,290.25. Your bid bond in the amount of five percent of the total amount of your original bid submitted at the May 4, 2017 bid opening can now be returned to you. Enclosed please find the referenced bid bond. Thank you for your interest in this project. If you have any questions or comments , regarding this contract, please feel free to contact the Gity's Contract Administration Supervisor JoAnne Andersen at 253-931- 3012. Sincerely, _� Danielle Daskam City Clerk /dd Enclosure File: 04.9.1 CP1523 I:\clerk\contracf\bid bonds\CP1523 t�U�URN '� MORE THAN YOU IMAGINED r" � l BOND NO. --------------- KNOW ALL MEN BY THESE PRESEIVTS: 'j'hat wz, Tucci &Sons, Inc. __ _ __ , as Friilcipal, (hereinafter called th� 'Principll''), and Travelers Casualty and Surety Company of America __ a corporation cluly orgaiuzed under the laws of the Connec4icut _ as Surety, (herein�fter called the "Surety"), are held and firmly� bound unto the CITY OF AUBLTRN, W'ashington, as Obligee, (hereinafter called the "Obligee"}, in tlie sum of FIVE PERCENT (5%) OF TOTAL ANIOLTNT BID not to exceed Five Percent(5%)of Total Bid Amount-- dollars ($----------------- ), for the p3yinent of which sum well 1nd tiuly to be made, the said Principll a�id the said Stu�ety, Uind ourselves, our heirs, e.r•ecutors, admuiistrators, successors and assigns, jointly and several.ly, fu-�nly by these pi•esents. WHEREAS, the Principal has submitted 1 bid for LAI� TAPPS PARh�VAY PRESERVATION PROJEC"T, CP1523, 17-0� NOW THEREFORE, if th� OUligee sliall accept the bid of the Principal a�ld the Princi}�al sliall enter into a contract with tlie Obligee in aecoi•dance ��iih thz te.ims of such bid and give such bond or bunds as may be specitied in tlie bidding or contract docurnetits�vith good and sufficient surety for'the faithful pzrfoiinan.ce of such contract and for the proper payznent af labor and material in the �rosecution thereof or i�i the event of the failure of the Pritici�al to enter into such contract atid give sucli boiid or bonds, if the Principal sllall l�ayr to flie OUligee the difference not to eaceeci the peiialty hereof between the aniouiit specified in said Uid anel such larger aYnount for which the Obligee tnay in good faith contract with another party to perfonn the work covered by said bid, then t11is obligatiou shall be null and void, otlienvise to remain in fiill force and effect. SIGNED, SEALED AND D aTED THIS 4th DAY OF May , 2017 Tucci&Sons, Inc. ame of Contractor By: . �Ilci�a�l F Tucci Presrd��t � Siga�ed by Principal Travelers Casualty and Surety Company of America Surety Name �� , By� �_ , b��,�':�1�,���i ���� ,lulie Cr�ker, Signec�by Surety � Attorney-in-Fact Page 21 Bond Number Proyided tg Bu..ilders Exchange of WA, Inc. For usage Conditions Agreement see www.b�va.com-Always Verify Scale , WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER p ,/ p POWER OF ATTORNEY TI''CA!/ELEITS� Farmington Casualty Company St.Paul Mercury Insurance Company , Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Cas.ualty 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 Fact No. 2�1907 Certificate No. O O 1 ��J O H H KNOW ALL MEN BY THESE PRESENTS: That Farmin�ton Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualry and Surety Company of America,and United States Fidelity and Guazanty Company are corporations duly organized under the laws 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 Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that[he Companies do hereby make,constimte and appoint Julie Craker,Thomas P.Hentschell,Leslie A.Parks,Brad Roberts,Joanne Reinkensmeyer,and Janet Pudists of che Ciry of Tacoma ,State of W8Sh1II�Ori ,their true and lawful Attorney(s)-in-Fact, each in their sepazate capacity if more than one is named above,to sign,execute,seal and acKnowled�e 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 guazanteeing the fidelity of persons,guaranteeing the performance of contracts and exewting or guaranteeing bonds and undertakin�s required or permitted in any acfions or proceedinss allowzd by law. IN WITNESS WHEREOr,the Companies have caused this instrument to be si�ned and their corporate seals to be l�ereto affixed,this 29th day of Marcli , 2017 Farmington Casualty Company St.Paul Ntercury Insurance Company Fidelity and Guaranty Insurance Company 'Travelers Casualty and Snrety Company Fidelity and Guaranty Insurance Underwrifers,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company SL Paul Guardian Insurance Company ��Su,��j y F1RE 4 \�,µ I,ySG� .... �N�.,,, ��r aHo w�° Y �yp�� L 4 P,.......:�94 J�" Nb qhF� � � 2 T�'Y L � � � 7 �0�........, 9 JV .'L k 9 `TL C� C � (� O F 4 9 rtaRPOR^ 7.i QV:' ''t�% P 9 /'� F�� �' Ci o �4 07COAPORATED� m �` — �Eim 'v:coa�oaar'�• ¢ �, ,�( �� � � � I 9 8�2 O �.9n ''-7�_.r.-� '�.i . � =Z E _ f't n; MARTFOR�, < �ii H4fiTFOFID, S s � y,cq���SD � � i9.r11 �' �`•�SEALionf =�ts 'o� � CONN. n 3�OrIM. � � 1896 -' �:. ���. ERL;'s� ;�° y � 6`, .N+ a. O a'' ',!J '�i e.;_.. i . al� r � � bMVf.At.�CE. If��•N�J' . 1' P 6 �1 • `I'f ""/ � 'unxMnnn N A� �r��,.....� t �`` Ati� ��' " � i_t State of Connecticut ,��� _���� By: City of Hartford ss. Robert L.Raney,Senior Vice Pres•ident On this the 29th day of March , 2017,before me personally appeared Robeit L.Raney,who acknowtedged himself to be the Senior Vice President of Facmin�ton Casualty C.ompany, Fidelity and Guaranty Insurance Company,Fideliry and Gu:uanty Insurance Underwriters,Inc.,St.Paul Fue and Marine Insurance Cocnpany,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualry ai�d Surety Company,Travelers Casualty and Surery Company of America,and United States Fidelity and Guaranty Company,a�d tliat he,as such,being authorized so to do,executed the fore�oino instrument for the purposes therein contained by signing on b:ehalf of the corporations by himself as a duly authorized officer. G•T� In Witness Whereof,I hereunto set my hand and official seal. � �� ��J�+ l: • `J My Conunission expires the 30th day of June,2021. �p���G� Marie C.Tecreault;Nocary Public � 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER � � � This Power of Attornev is granted under and by the authority of the following resolutions adopted 6y the Boards of Directors of Farmin�ton Casualty Company,Fidelity and Guazanty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fue and Marine InsuYance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Ipsurance Company,Travelers Casualty and Surety Company,Travelers Casualry and Suiety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,readin�as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistlnt Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents[o act for and on behalf of the Company and may�ive such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and o(her writin�s oblioatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove�ny such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,diat thz Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may deleeate all or any paR of the foregoinp authority to one or more officers or employees of this Company,provided that each such delegation is in writin�and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,reco;nizance,contract of indemnity,or writin;obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and bindin�upon the Comp.any when(a)si;ned by the President,any Vice Chairman-,any Executive Vice President,any Senior Vice President or any Vice Presiden4;any Second Vice President,the Treasurer,any Assistant Treasurer,the Co;porate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company ofFicers pursuan[ to a written delega[ion of authority; and it is FURTHER RESOLVED,that the signature of each of the followin�officers:President,any Executive Vice Pcesident,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be aEfixed by facsimile to any Power of A[tomey or to any certificatz relating thereto appointina Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakin�s and o[her writin�s obli�atory in the naturz thereof,and any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and bindin�upon the Company and any such power so executed and certified by such facsimile si�nature and facsimile seal shall be valid and binding on the Company in the future with respect to any boqd or understandin;to which it is attached. I,KeVin E.Hughes,the undersigned;Assistant Secretazy,of Facmin�ton Casualry Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insuiance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranry 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 and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this�day of `/1-�- ,20 J_� �i�'� ( . Kevin E.Hu�hes,Assistant Sec tary GASf/,� �TY �f1RE�yhO ��N IM,rG� �p ,HSUq"'�k Jp�YAN�s �Ip$yA(J� r.�([YI�._ a o?'e°M��� �r.'w.+°'; � � Q�,�-... 9 J;...........4ti; b � d ig �-l�� p r • tORVOq�l•�,t �:� '�n i u "°� ..d" � �' 6 n ���tATFD � at � _, F c+ W e�ORPOGAl�.:.i^: m S F4VRIf6R0.� < ��0� o - � 1982 0 � •"'� � ... tl � . � , S y9ri� - c�� i: --_ .�- W�. HARTFORD� < . 189_6 ' Y�c�' � �95� �� o. ��`5E�AL 'o"� ���:.S�A� W CONN. o � Cow+.� �' e-r a'y. . d� � � n"�'s� �al..........�a1�f ! �da `� +ar �rygt • �,�s�� �'d ; A i � "b'^aFn,:� \S..�r.N.+� �w''+r... ..* 1 'a �NI!AtH� \,,,,�� S To verify the authenticiry of this Power of Attorney,call 1-300-421-3880 or contact us at www.travelersbond.com,Please refer to the Attomey-In-Fact number,the above-named individuals and the details of the bond io 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 Miles Resources 400 Valley Ave NE Puyallup WA 98372 RE: Auburn Confract No. 17-05 Project No. CP1523, Lake Tapps ParKway Preservation The City of Auburn awarded Contract No. 17-05 to ICON Materials on May 15, 2017 for Public Works Project No. CP1523 in the amount of$827,290:25. Your bid bond in the amount of five percent of the fotal amou.nt of your original bid submitted at the May 4, 2017 bid opening can now be returned to you. Enclosed please find the referenced bid bond. ThanK you for your interest in this project, If you have any questions or comments regarding this contract, please feel free to contact the City's Contract Administration Supervisor JoAnne Andersen at 253-931- 3012. Sincerely, /�`� Danielle Daskam City Clerk /dd Enclosure File: 04.9.1 CP1523 I:\clerk\contract\bid bonds\CP1523 t�UBURN �`MORF THAN YOU IMAGINED BOND NO. Bid kNOW ALL MEN BY THESE PRESENTS: T11at we, Miles Resources, LLC _ _, as Principal, (hereinafter called thz "Principal"), and Liberty Mutual Insurance Company a corporation duly orgaiiized under the laws of the nnassachusetts as Surety, (hereinafter called the "3urety"), are held and fumly bound unto the CITY OF AUBURN, Washington, as Obligee, (liereinafter called the "Obligee"), in the sum of FIVE PERCENT (5%) OF TOTAL AMOLTNT BID not to eaceed Five Percent(5%)of Bid Amount dollai'S ($ 5%of Bid Amount �, for the payinent of which sum well aild truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, ehecutors, administrators, successors and assigns, jointly and severally, finnly by these presents. WHEREAS, the Principal has submitted a bid for LAKE TAPPS FARI�'�'VAY PRESERVATION PROJECT, CP1523, 17-05 NOW THEREFORE, if the Obligee shall aceept the bid of the Principal and tlie Principal shall enter into a contract with the Obligee in accordance witll the tenns of such bid and give such bond or bonds as inay be specified in the bidding or contract documenis witli good and sufficient surety for the faithful performance of such contract and for the proper payinent of labor and material in the prosecution ther�of, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal sh.all pay to the Obligee the difference not to exceed the penalty hereof between the ainount specified in said bid and such larger aznount�for which the Obligee may in good faith contract with atiother party to perfonn the work covered by said bid, theii this obligation shall be null �nd void, otherwise to remain in full force and effect. SIGNED, SEALED AND DATED THIS 4th DAY OF Mav , 20 1z_ . Miles Resources, LLC N e Contractor '� gned by incipa.l Bradl Gr�ffith, General Mngr. Libeity Mutual Insurance Company Surety Name V'�L-���_ �-t �� ' Signed by Surety Aliceon A. Keltner,Attorney-in-Fact Provided to Builders Exchar,ye of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This P�wer of Attorney I'imits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.�659018 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY � KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized untler the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Slate of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A.Keltner;Annelies M.Richie;Brandon K.'Bush;BrentE.Heilesen;Carlev Esqi�itu�Chnstopher Kinyon-Cynthia L.JaV'Diane M Hardinq�Eric A.Zimmerman;Heather L.Allen;James B.Binder;Jamie Diemer;Jon J.Oja;Julie R.Truitf;Karen C:Swanson;Kyle J.Howat Mary S.Norrell•Peter J.Comfort all of the city of Tacoma ,state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,forand on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and othe�surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have.been duly signed by the president and attested by tfie secretary of the Companies in their own proper persons. i IN WITNESS WWEREOF,this Power of Attomey lias been subscribed 6y an authorized o�cer or official of the Companies and the corporate seals of the Companies haye been affixed i thereto this 9th day of Maroh , 2017 . � � �Yp ,SUr., �'L(r ... 11:: .� . . �� .. . . , � . - �� -: � �i ;, �� -� -"� � , The Ohio Casualty Insurance Company y� �� ��j��� i�3 � ; � �<�,= 1 LibertyMutuallnsuranceCompany eNi� � `' ` - 1!-' West merican Insuranae Company � �' ? N i Yy`� r ��.`;.,titf .:. � v M ��..-;c=` �1 � 7 y' * � - ;,�:, By: �,a,�r��l �'"L � � STATE OF PENNSYLVANIA ss David M.Carey!Assistant Secretary � _� COUNTY OF MONTGOMERY � � � On this 9th day of Maroh , 2017,before me personally appeared David M.Ca�ey,who acknowledged himself to be the Assistant Secretary of LibeRy Mutual Insurance � � � � Company, The Ohio Casualty Company,and West American insurance Company: and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �,�I p� therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �W1 L �I � � IN WITNESS WHEREOF;I have hereunto subscribed my name and affxed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. p Q, y � ��. �'�+S fc COMMONWEALTH OF PENNSYLVANIA � Q M '� ��,�a����"�e�q��� Not�rlal Seal ��� �Q%�� O � _�tA ��`�' Teresa Pastella.Natar y Pubiic By� � � � °r U r 6 4ericn?w� N ser t omer C�.�nt Teresa Pas te l la,Notary Pu b lic L�' O s.. FP� f�� 9 1 'a Y C1 =i. y� �.`�.,�, zi� PTy Commiss:on Expires titarch 23,2p2�t �I O � '�Jr��(pU��}� �temGer Fenn;yPnnia lssnci3lion c(Not�ries aQ �� C� This Power of Attomey is made and executed pursuant to and by authority of the foliowing By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutuai Vi p� dj a,'', Insu�ance Company,and WestAmerican Insurance Company which resolutions are now in full force and effec.t reading as follows: t O; r�-.O�i �L ARTICLEIV-OFFIGER$-Section 12.Power ofAttorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O =' .��; to such limitatio.n as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, ,�+y O= acknowledge and deliver as suretyany and all undertakings,bonds,recogn¢ances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in fheir respective �� �y powers of attomey,shall have full power to bind tlie Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so � a>, `p � executed,such instruments shall tie as binding as if signed by the President and attested to by tHe Secretary.Any power or authority granted to any representative or a$orney-in-fact under >'Q ,a � the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. _�' �� = ARTICLE Xiil-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any offcer of the Gompany authorized for thal purpose in writing by the chairman or the president, ��'� � ` and subject to such limitations as the chairman or the president may prescribe,shail appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute, �M. Z � seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fac)subject to the limitations set forth in their �oo I respecfive powers of attorney,shall haVe fuil power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company: When so �o , executed such instruments shall be as binding as if signed by the preSident and attested by the secretary. ��p Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey;Assistant Secretary to appoint such attorneys-in- ~r fact as may be necessary to act on behalf of the Company io make,execute,seal,acknowledge and deliver:as surety any and all undertakings,bonds,recognizances and other surety ' obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanicalty reproduced signature of any assistant secretary of the I Company,wherever appearing upon a certified copy of any power of attomey issuetl by the Company in connecfion with surety bonds,shall be valid and binding upon the Company with , the same force and effect as though manually affixed. i �� I, Renee C. Lleweilyn, the undersigned, Assistant Secretary, The Oliio,Casualry Insurance Company, Liberty Mutual Insurance Company and West American Insurance Company do j ! hereby ceRify that the original power of altorney of.which the foregoing isa full, true and correct copy of the Power of Attomey executed hy said Companies, is in full force and effect and i � has not been revoked. ( i IN TESTIMONY WHEREOF,I have hereunto set my hand and a�xed the seals of said Companies this '�( �"` day of � ,20�, � �;�� � �; '-4. � r�f''��"`� ,j..--..\� ,/, �` �J 1 y � i � �: ( � sr \;� 4a�„+-- i � , � t i��� i I��I ��`:� i ta �y' �'' B y. Renee E.Llewe , ssistant Secretary i ,i; ::�f,,J� �:�,�,�j� \ .,�'' I I ^' ''+,. `,�,r..-,. '�,,•,___ � � I � i � 80 of 800 � iLMS_12873_022017 � nt Tl iUItlZflT[U�! TC� AC"f ON I3�1lf'�LI'U�' R1iLL'-S [;GSUURCfiS, l.l,C A �t�AS3t��,�GTt��v L(�tITED I.(AI3ILITY Ct7�fPAN4' iVI1�EtEAS. Miles Re;�t�rces. LLC {tl�� "COtTlPilllti''} 15 tt 1���shin�tan limited liabilii��com�a�z}- organiz�d for purposes of(�nZo�a��otfier tliin�s} man:�4�in��ari�a�erating busi���•ss�;sset� used ii� connectios� ���ith tlie Compa��`'s cc�i�struction, pa�ing and rel�,ted �ctivities: 1VI�iEREAS, all autilorit}� I�ap.�•�ite the business and �ff<<irs of�the Con3pai�}� is �ested in ot�e or more���angers, �tr�d tlte �i�ai�a;,�{S O�(I1C COlil�?�ll}�are tl'�It i���ti(e;, Lisa Kittilsby, and 7'im (4ittiis(�v (iiereinafier tl�e"M�nagers"j; �ti'N�REAS, the i�]angers of ttie c�mpan� intend ta dslegate cenai�� autfiorit� relatin�,t4�jl� C�1}`- t��-day� o�er�itions of'th: coi�ipa��� to tf�e tnfiividu7ls ide�lti(icd bclou; ]`:41�1 i'}-IEREfORE. bz it r�L;ol�cd as folla���s� RI:SOLI1CD. th�t thL��1at�a�,er�Irereh� dele��itc a p��rtion �f�[heir�!it�iorit� to Elie ''O�>eration� l�i�na�ers: c,l�the Compan5� r,�mec! (�cia��: ttLSULVED. tliat eai:h ��t'the Operatio:�s Nlana�ers, z�tii�g incli��i,iu�ll�,shall h,i�e tl;e E3o��e� and �tst)�t}rit} ta it:�itagc thc d�t�-tc�-d,�� l�iisiness of'tl�e comp�it�. 1�lithaut limiting tlte�e�ier��Iit� ofti�e I�rc�oin�. tfie Oper�tio��s ��l:Iil;ttil'�SIIQII I111 C llle pottier t�nt!authority to n.gotiatc,intt enter iiito �ont�•acts on beh�ilfof the Com��an�,si��i� docurneiits reJatint� lo such c�ntracts, and ro ei��a�le in any otliee �icts rel�t�•cl ta th�C'on►pan�'s da�°-to-d,i� o�erati.���s: IZCSOLVGp. that E3ii�cflc} r�'if��th. [3radle�� Qe�kins,.ind Anaela Reis are hereh� a}�pointed �s C?7e��itio�is fvta�i�_ers aFthe companJ� tc, fu{fiU the dt�ties dLscribed abo��e. For th�� purpose oFe�erutii�i� c>f the Aurhorizati��n. �i f��esin�iie ar�lectroriic�ll} scanned si�:��atur� sL�!E l�nti�e tl�e saine f«r�•� ��t�ii e!'feLt a; a;t :zri�in��1 si�tiiattu-c. 'Tltis A�i•ecrztent ��ia� b� e��cu�ei! in t��r:a; �i,ore c�u�iterl�:�rts. ,ill «f«�I:ic�� sl�.�ll E�c eoi�;idcrcd �ne a�ttl th��s�«�e �g�eLttiei:e. S(Gt�!C'J ai�cf Ef I�ECTiV1: (I�is 12"' iic��• i.;d'_ Ju_I�� .?016 ��i��.r:s r,r:s�ur,c'ES. Li_C O�'1�(tr1"t�If��vS iti�1�11��f,G(�RS _� t .{y � ,- , �, `-�} �� �,'`--�i� - � ,� ' . �T�_.__. __.. _ �� �=- . _w . - - B�: 1Valt �•tilc� I3�-aci �ri1't �h - ._ _ - f�s. f�ian��ger a�td [1(embcr Cict�ci=al �-lai �Lr UE�;:rati��ti� R9s:n;��_er J F'��� � ��, '�''+� � 'L'':"`Y_ '__._ .�_��..��.... �,..-� L}: Lisa Kitlil�b� - t�raeflt� Dca?;in� — - _-----� fts; i1-l�iiln+i�r and i��temb�r cro.o��r'�itio�is ��lai . e� �'� � .� ��- --- -� I3y: ('ii�i I�itiilsh� 1:i� �la (Z�_is it�. ;1Jan�i�zLr _ �. Up�i iti�nti �Ia�:a�,��: Bid�Tabulation:CP1523,�Lake Tapps�Parkway�Preservation,Contract 17-0fr Sehedule: A-Street Improvement Prepared By: City�of Aubum Bid!Dffie: SI4N7 -�� EnpinaeYs Estlmate ICON Materlals Tuai S Sons Milea Resowces: � 1508 ValenHne Ave SE C22I Walbr Roetl East 400 Valley Avenue NE PacFfic.WA 98047 - Txoma,WA 98MS � P allu .WA 983M Hem Sec. �No. No. Ilem Deseriptlon. �ty. Untt Unit Prlw Tobl Price Untt Prlca Total Price Untt Prke Total�Prlu � UnR Prke �� Tatal PMoa 7 1-05 RecordOrawin9(MinimumbidS1.500.00) 1 LS �1.500.00�5 1�,500.00�� 1.600.00 �.S 7.fi00.00 1:5W.00. S� 1.500.00 2.000.00'. $ 2.000.00 2 1-07 SPCCPIen 7 LS� 2.000.00�5 2,000.00� 1.800.00 .S 1.600.00 7.500.00' S� 1.500.00� 7.500.00'. S 1,500.00 3 �1-09 MobiFzation 1 LS- 72�200.W $ 72�200.00�. 64.000.00 'S. �64�000.00 30.000.00 S. 30.OW.00. - 118.00O.00i $' 118.000.00 4 -�1-09 ConslructbnStlaSign(s)� 2 .EA 7.100.00 S 2,200.00- 2.100.00 �S. 4.200.00 500.00 S 1.000.00 1.000.00! S' 2.000.00 5 1=10 TralficConUOlSupervisor 1 .LS. 71�.00D.00�5 11',000.00�. 38.000.00 �.S 38.000.00 15.00D.00 $ A5.000.00 .35.00U.00�'�. $� 35.0OO.OD Tralflc Cmirol LaEor-Flagging(Min.Bitl 539.00 per fi 1-70 haa) 7.700 HR 50.00�.S 55,000.00-. 60.00 �S 66.000.00 55.00 S 60.SOD.00 &5.00 $' 71.500.00 7 7-70 Constnction5i9nsClassA 100 �.SF 17.00�5 1�,700.W�. 32.00 �.S 3.2W.00 25.00��. { 2,500.00 40.00: S' 4.00O.W 8 1-10 SequerrtalMowSi9n 35 . D 40.00�S 1�.400.00� /8.00 S .630.00 75.00 Y. 2,825.00 40.00 E� 1.400.00� 9 1-10 7atableChangeableMessageSyn� 55 D 60.00�.$ �3,300.00� 85.00 .3 4,875.00 125.00� S 6,875.00 125.00r E. g,875.00 70 1-10 OutsitleAgencyUnilomietlPo6ceFlaggingLaEw 5.000 EST. 7�.00�.S 5,000.00�. 7.00 '�3 5.000.00 t.W�. S. 5.000.00 � 7.00 S S.00O.OD 11 2-01 RoadsidaClaenuP 5.000 EST� � 1�.00�.S .5.000.00� 1.00 '3' S.000.00 /.00.. S. 5.000.00 1.00� S� 5.000.00 12 �2-02 RemovalMCementConcreteFlatWork -200� : �SY' � �30.00�3 6.000.00� 97�.00 'S 18.200.00�. BO.W S 16,000.00. . 70.OD�� $ 74.000.00� 73 �2-02 Removalo(CvbanAGutlar -y35' LF' �20.00�S 4.700.00• �:18.00 '.S� 4.230.00 20.00. S�. 4.700.00 . 70.00'� S�. 18.450.00 14 �2-02 Re�mveRaisedPavemeMMarkings 1 LS �1,500.00�S 1�-.5W.0o� 112.00 '�.$ 172.00. �3.000.00. E� 3.000.00 2.500.00�� S: 2.500.00� 15 �2112 RemoveldPrecaslTralfcCmbandDafneators �510 LF 15.00 �S 7�.650.00- 4.00 .$ 2,040.00 5.00 S� 2.550.00. 10.W. S: 5.100.00� 16 40/ CnishetlSurtacing�TopCourse 36 � TON . 45.00�S 1.620.00• 60.W �..5 2:160.00 100.00� E• 3.600.00 40.00� S: 1-.440.00� 17 �. �504 HMAq:1l2-inch PG69-22 4.900� TON 79.W S 387.700.W� 87��.50 S 399,35�.W 91.85. $ .450,065.00 84.00� S' 411��.BOO.W 18 �. 504 AsphelCddPetM 10 TON 745.00 S 1.450.00� 260.00 '.S 2,600.00 �.200.00 S� 2,000.00 130.00� S'. 1�.300.00 19 'SO! P�nmgBituminousPavament 42.813 �SV 2.75.5 777.81825� .225 i �%.396:75 2.53 S 108,392:79� 3.50� $� 149.950.50• � 20 7-05 �uslF�ci�Manfak 3 ' .EA �. 450.00 S 1.350.00�. 936.00 '�S 2.808.00 1'.000.00� S 3.000.00� 1�.000.00�. S. �3.000.00.. 21 7-05 �uslExisfingCat�Besin 7 � �EA i SOO.OD�S �500.OU: 525.00 �.E 525.00 -1.00U.00�� Y 1,000.00 . 1�.000.00� S�. 1��.Oti0.00.. 22 7-12 �ustEzistugVaNeBox 7 '.EA� i 420.00�.$ 2.990.00� 770.00 ;S 5.390.00 SW.W' S' 3.500.00' 750.00� E�. 5.250.00' 23 8-Ot TgnpararyWatd'PoOutioNE�osbnContrd 2,000:: EST '. 1.00�.S 2.000.00� 1.00 'E 2.000.00 1.00'� S� 2.000.00 ' 1.00�. S �2.000.00�. . 24 &O7 InbiProtection 64 i �EA . 85.00�5 5.440.00� 705.00 �S 6.720.00. 700.00� S' 6.400.00 85.00� S 5:440.00 25 . &O4 CemeMConereteTaficCuNantlGutter �235: � LF � .40.W�.S 8.400.00� 36.00 .S 8.460.00 �30.00'� S� 7.050.00 �0.00� S '9.400.00�� 26 ' &07 PwmustCurbwiMDe6n�[ors� ..SW' : LF �25.00�S 1T.750.00' 25.00 �.S 12.750.00 21.W: S' 10:710.00 25.00 S -12.7W.00�: �27 � •8-09 ReiaedPavm�eMMerker 260 .EA �5.00 S 1�.300.00 �3.80 S 988.00 315 S' b95.00 4.00 S 1�.040.00' ' �28 � .&70 FlexiDleGuidePost 5 .EA 80.00 �S .400.p0 %.00 S �.�0 100.00 E' S00.00 100.00 S �500.00� �.29 i �&13 MonumenlType6(Modifietl) 3 EA 750.00 S 2.250.00 550.00 S 1.650.00 7.000.00. S� 3.000.00 1.000.00 S 3.000.00� �30 ! �&14 DewrativeScoredCernentConaMeSitlexalk 70 SY 70.00 S 4,900.00 94.00 $ 6,580.00 78.00 $ 5,460.00 705.W $� 7,350.00. �31 �&14 Ceme�tConcreteCurDRempTypePerye�Miw�rA e EA 1.200.00 S �e.eW.00 1.980.00 S 15.840.00� 1.625.00 S 13.00D.00 2.500.00 S� 20.000.00 �32 ��&20 IMud'anLoopVMideDetecta 39 EA 850.00 $ 33.150.00� 777.00 $ 30.069.00 �2.OW.00 S 78.00O.W �.800.00 S' 37.21q.W 33 �&20 AtljuslEaistirgJurclqnBox 4 EA SU0.00 S 1.600.00 275.00 S 1.100.00�� 1.000.00'� S 4.000.00 . �300.00 S� 1�.2(IO.W' 34 �&22 PaintLine 7,4fi0 LF 0.30 S 2.238.00 025 �S 1.865.00 020� S 1.492.W 030. E• 2.238.W 35 '&22 PaintetlWideLaneLine 2,054 LF , 3.00 f 8,182.00 0.50 �S 7.027.00 0.25. S 513.50 0.50. S� 1.027.00 36 -&22 PImUc Crosswelk 56ipe antl Stop Bar(24 m witle) 580� LF 8.00 S 4.840.00 7.50 �S 4,350.Oq 5.75 S 3.335.00 7.50 S� 4.350.00 37 �&22 PlaalicTraificMow 77 .EA 150.00 ; 2.550.00 58.50 S 994.50 700.00 S 1.700.00 60.00� S 1.020.00�. 38 g-23 TemporaryPavemeMMaAmgs 10,500 LF 0.25 S 2,625.00 �0.40 $ 4,200.00 OAS. $. 1,575.00 0.45 $ 4,725.00 �SchetlukSubldal S.. 793,83325� �S 826.78[125 E 896.88829 3 971.105.50 No.7az Apqrcade- �SCHEWLE:TOTAL � S 793,813.25' T 828,780.25 S 898,BBB.R9 S 871�,105.50 5/8/2017(12:11 P[v� -h:�proj\bidtabs\CP1523 BT.xls � BID TABULATION SCHEDULE SUMMARY Project Name: CP1523, Lake Tapps Parkway Preservation, Contract,17-05 Schedule No.: A-Street Improvement Prepared by: City of Aubum Bid'Date: 5/4/17 ENGINEER S ESTIMATE: 5 793;933.25 AVERAGE BID AMOUNT: $ 898;928.01 BID SPREAD AMOUNT: $ 144,315.25 BID Amount Spread$ Spread % LOW BIDDER: ICON Materials $ 826,790.25 S 32,857.00 4.14% Second Bidder. Tucci&Sons $ 898,88829 $ 104,955.04 1322% Basic BID(Tax not Included) ICON Materials $ 826;790.25 Fucci&:Sons $ 898;888.29 Miles Resources $ 971,105.50 i i I 5/8/2017(12:11 PM) I h:\projUiidtabs\CPI523 BT.xls 2 BId TabulaGon: CP7523,lake Tapps Barkway Breservetlon,Contract 77A5 Schedule:� B-Street Improvement(Non-FHWA ellgible) Prepared By: Cily of Auburn Bid Date: 5l4l17 EnpliroeYs Estlmab IGON NauAals Tuul&Sons Mlln Rasources 1608 Valentlne Ave SE /420 Waller Rostl Esst 400 Valley Avenw NE Pacilic,WA 88017 Tawma,WA 9811� p Ilu ,WA 88773 Item!b. See.No. ttem DascAptlon Unk Unit Prlce Total Prlce Unit Prleo Tohl PNea Unit Price TOLI Prlu Unit PMu Total Prlu 39 1-05 One Vear WarteMy BonE(Not FHWA eligibM) 7 LS , 5.000.00 S 5.000.00 500.00� S 500.00 5,000.00 $ 5.000.00 � 7.500.00 .S 1.500.00 �SMedubSuMolel S 5.000.00 E 500.00 S 5.000.00 S 1.500.00 Ta�c Nol Appicade �SCHEWLETOTAL i 5,000.00 S b00.0a S 6,000.00 S 1�,800.00 5/8/20U Q2:11 Ptvn h9proj\bidUbs\CPI523�BT.xls 3 BID TABULATION SCHEDUL'E SUMMARY ProJect Name: CP1523, Lake Tapps Parkway Pres.ervatlon, ContracY 17-05 Schedule No.: B -:Street Improvement(Non-FHWA eligible) Prepared by: City of Aubum Bid Date: 5/4/17 ENGINEERS ESTIMATE: $ 5,000.00 AVERAGE BID AMOUNT: $ 2;333:33 BID:SPREAD AMOUNT: $ 4,500:00 BID Amount Spread$ Spread% LOW BIDDER: ICON Materials $ 500.00 $ (4,500:00) -90.00°� Second Bidder: Miles Resources $ 1,500.00 $ (3,500:00) -70.00°h Basic BID(Tax,not lncluded) ICON Materials $ 500:00 Tucci&Sons $ 5,000:00 Miles Resources $ 1,500.00 5/8/2017(12:]I PIvn h:\proj\bidtabs\CP1523 BT.�cls 4 BIU TABULATION BID TOTALS SUMMARY Project Name: CP1523, Lake Tapps�.Parkway Preservation, Contract 17-05 Prepared tiy: City of Aubum Bid Date: 5/4/17 ENGINEER'S EST/MATE: $ 798;933.25 AVERAGEBASIC'BIDAMOUNT: $ 901;261.35 BASICBID SPREAD AMOUNT: $ 145;315.25 Basic BID Amount Spread$ Spread°� LOW BIDDER: ICON Materials 5 827,290.25 528,357.00 3.55°h Second Bitlder: Tucci&Sons $ 903,88829 $104,955.04 13.14°� TOTAL BID(Tax Not Applicable) ICON Materials $ 827;290.25 Tucci&Sons $ 903;888.29 Miles Resources $ 972,605.50 NOTE:An evaluation of whether a bidder is responsible or non-responsitile wasonly made forthe low bidder. This dces noYindicate, one way or the other, how other bidders would'be considered'rf.they were the low bidder. 5/8/2017(12:11�PM) h:\proj\bidtabs\CP1523 BTx(s 5 GITY OF AUBURN BIDDERS LIST ProjecWamed Lake Sapps Parkway Preservation Bld Date�/Time: May 4,�2017; 11:OO.AM Lake Tapps Parkway SE between the�Westem Citytimit near 8th8treet Pro/ecYLocation: Eand���.Lakeland�Hills�Way. Project#: CP1523 The major items:of work inciude rehabilitation:and�preservation of the Project Description: existfng.pavement on�ake Tapps.Parkway SE. Contract#: 17-05 Engineei's�Estimate: $ �874;844:00 B�d (1�Addendum Contraetor Bond� �s�y�ea 8id Amount Address Phone# Email MILES RESOURCES ✓ Q �. 400 VALLEY AVENUE NE PUYALLUP WA 98372 253-3833585 estimates milesresorces.com TUCCI&SONS � !��/Sf-` 4224 WALLER�ROAD EAST TACOMA WA 98443 253-922-6676 sco tucciandsons.com �T r� meichelberaer an. ICON MATERIALS ✓ � � �2 y- .C9��`5 1508NALENTINE AVENUE SE PACIFIC WA 98047 206-575-3200 oldcastlematerials.com L��� '6G�5a 11A1Y,e.- �aMe/�ZJ�1C� 5os h L►��cc,.�. �a�t�Z_o5e)t� vtil G�T-�- L-A�5-er� BID OPENING PROJECT CP1'S23 LAKE TAPPS PARKWAY PRESERVATION Thursday May 4, 201�T at 11:00 AM PDT Council Chambers NAIVIE REPRESEiVTING 11AAILING ADDRESS (PLEASE PR/NT) (PLEASE PRINT) (PLEASE PRINT � INCLUDE CITY STATE, & Z/P 3�� ����1 ����-� � �s i�� ���l�v� ���W-��� � �COd� V�1j.� PLJU� S ��c�n�� �0.+ � }� ��� ro �' 1i ��S �-Sd�rC�S Q � C�.��VPr � � INVITATION FOR BIDS CITY OF AUBURN PROJECT NO. CP1523,CONTRACT NO. 17-OS LAKE TAPPS PARKWAY PRESERVATION PROJECT The Office of the City Clerk will receive sealed bids at the Aubum Ciry Hall, 25 West Main.Street, Aubum, Washington until I1:00 AM PDT on May 4,2017,and will then and there be opened and publicly read aloud at the City Hall. All bids shall be filed with the City Clerk on or before the rime set for bid opening. 1'he major items of work include rehabilitate and preser4e the ezisting pavement on Lake Tapps Pazkway SE between the Western Ciry Limit neaz 8th SVeet E and Lakeland Hills Way. The proposed bid range for the project is from$770,000 to$800,000. The entire project, including cleanup,shall be physically completed within 60 working days. This project is funded with £ederal funds and City of Autium monies. Repuirements stipalated for Federal and other governmental funding have been inwrporated into the Contract Documenu and reqbire full compliance by the Contractor and any subconhactor hired by the Contractor. The Disadvantaged Business Enterprise(DBE)reqnirements on this project aze 9%certified DBE. All bid proposals shall be accompanied by a bid deposit in cash, certified check, cashier's check or proposal bond(surety bond)in an amount equal to five percent(5%)of the amount of such bid proposal. Should the successful bidder fail to enter into such Gontract and fiunish satisfactory Contract Bond within the time stated in the Bid Documents,the biddeposit shall be forfeited to the City of Auburn. Disadvantaged,Minority, and Women's Business Enterprises aze encouraged to respond. The City of Auburn does not discriminate on the grounds of race, colo�, religion, national origin, sex, sexual orientation,age or handicap in consideration for a project award. The following is applicable to this federal aid project: The Ciry of Auburn,in accotdance with Title VI of the Civil Righjs Acts of 1964,78 Statute.252, 42 U.S.C. 2000d to 2000-4 and TiUe 49, Code of Federal Regulations, Department of Transportation,subfltle A,Office ofthe Secretary,Part 21,nondiscrimination in federally assisted progams of the Department of Transportation issued pursuant to such Act, hereby norifies all bidders that it will affimiatively insure that in any conuact entered into pursuant to this adveRisement, disadvantaged bpginess enterprises as def ned at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be disoriminated against on the grounds of race,color,national origin, or sex in consideration for an awazd. The Plans, Specifications, Addenda, Bidders List, and the Bid Proposal Package for this project aze available exclusively through the City of Aubum's online plan room. Access is provided by going to Builders Exchange of Washington (htto://wwrv.bawa.coml and clicking on: "Eosted Proiects"; "Public Works"; "Citv of Aubum", and"Proiects Biddinz". Bidders aze encouraged to "Rbgister" in order to receive automatic email notification of future addenda and to be placed on the "Biddets LisP'. This online plan room provides bidders with fully usable online documents, with the abiliTy to download, print to your own printer, order document sets from numerous reprographic sources, and a free online digirizedtake-off tool. Contact Builders Exch_ange of Washingtoq at 425.258.1303 should you require assistance. The City reserves the right to reject any and all bids,waive technicalities or irregulazities and to accept any bid ifsuch action is believed to be for the best interest of the City of Autium. Intended dates of publication: Seattle Daily Jodmal of Corrimerce April 13, 2017,April 2Q 2017 and April 27,2017, Seattle Times April 20, 2017,April 27,2017. INVITATION FOR BIDS CITY OF AUBURN PROJECT NO.CP1523,CONTRACT NO. 17-OS LAKE TAPPS PARKWAY PRESERVATION PROJECT The Office of the City Clerk will receive sealed bids at the Auburn City Hall, 25 West Main Street, Aubum, Washington until 11:00 AM PDT on May 4,2017,and will then and there be opened and publicly read aloud at the City Hall. All bids shall be filed with the City Clerk on or before the time set for bid opening. THe major items of work inc,lude rehabilitate and preserve the existing pavement on Lake Tapps Pazkway SE betweep the Western City Limit pear 8th$ueet E and Lakeland Hills Way. The proposed bid range for the project is from$770,000 to$800,000. The entire p;oject, including cleanup,shall be physically completed within 60 working days. This project is funded with federal funds and City of Aubum monies. Requirements stipulated for Federal and other governmental funding have been incorporated 'tnto tNe Contract Doauments and requ'ue full compliance by the Contractor and any subwntractor hired by the Contractor. The Disadvantaged Business Enterprise(DBE)requirements on this pmject aze 9%certified DBE. All bid proposals shall be accompanied by a bid deposit in cash, certifed check, cashier's check or proposal bond(surety bond)in an amount equal to five percent(5%)of the amount of such tiid proposal. Should the successful bidder fail to enter into such Contract and fumish satisfactory Contraet Bond within the time stated in the Bid Documents,the bid deposit shall be forfeited to the Ciry of Aubum.. Disadvantaged,Minority, and Women's Business Enterprises are encowaged to respond. The City of A'dbiim does not disoriminate on the grounds of race, color, religion, national origin, sex, sexual orientation,age or handicap in consideration for a project award. The following is applicable to this federal aid project: The City of Aubiun,in accordance with Title VI of the Civil Rights Acts of 1964,78 Statute.252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation,subtitle A,Office of the Secretary,Part 21,nondiscriminatiop in federally assisted programs of the Depardnent of Transportation issued pursuant to such Act, hereby notifes all biddeTs that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadVantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this inVitation and will not be discriminated against on the grounds o£race,color,national origin,or sex in copsideration for an awazd. The Plans, Specifications, Addgnda, Bidders List, and the Bid Proposal Package for this project aze available exclusively through the Ciry of Aubum's oriline glan;oom. Access is provided by going to Builders Exchange of Washington (httn://www.bxwa.com) and clicking on: "Posted ProiecLv"; "Pnbtic Works"; "Citv of Auburu", and"ProiectsBiddiu¢". Bidders are encouraged to"Register" in orderto receive automatic email no6fication of futuie addenda and to be placed on the "Bidders List". This online plan room provides bidders with fully usable online documents, with the ability to download, print to your own printer,order document seu.from numerous reprographic sources,and a free online digitizerkake-off tooL Contact Builde{s Exchange of Washington at 425.258.1303 shoutd you require assistance. The City reserQes the riglit to reject any and all,bids,waive tecMicalities or irregularities and to accept.any bid if such action is believed to 6e for the best interest of tfie Ciry of Auburn. Intended dates of publication: Seattle Daily Journal of Coinmerce April 13,2017 and April 20;2017 Seattle Times April 20,2017