Loading...
HomeMy WebLinkAboutCP1701 Modified Type II Pole Auburn Wy S ITS Dynamic Message Sign INVITATION TO BID-ADVERTISEMENT CITY OF AUBURN Modified Type II Pole,Mast Arm,and Brackets/Plates for Project No. CP1701—AWS ITS Dynamic Message Sign The Office of the City Clerk will receive sealed proposals at the City Clerk's Office at Auburn City Hall, 25 West Main Street, Auburn, Washington until 2:00 PM PDT on Thursday, April 27, 2017 for the following equipmenbmaterial purchase: Modifted Type II Pole, Mast Arm, and BracketslPlates, and will then and there be opened and publicly read �aloud at City of Auburn Annex Building; 2°d Floor, Conference Room 2(1 East Main Street,Aubum,Washington). All bids shall be filed with the City Clerk on or before the time set for bid opening. The City of Auburn is constxucting a new Dynamic Message Sign on Auburn Way South and is purchasing the sign, pole, mast arm, and mounting brackets/plates in advance of the construction in order to meet project schedule requirements. T'he sign has been purchased by the City utilizing a Washington State Department of Enterprise Services Contract and is NOT included in this Invitation to Bid. This Invitation to Bid is for supplying the pole, mast arm, and mounting brackets/plates that will support the sign. The City of Auburn anticipates executing the contract associated with this Invitation to Bid by May 4'�, 2017 and the required delivery date of the pole, mast arm,and other items provided under the Contract will be June 15�', 2017, or 4 calendar weeks from the date of approval of shop drawings by the City, whichever is later. All bid proposals shall be accompanied by a bid deposit in cash, ce.rtified 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 Contract and furnish satisfactory Contract Bond within� the time stated in the Bid Documents,the bid deposit shall be forfeited to the City of Auburn, Disadvantaged, Minority, and Women's Business Enterprises are encouraged to respond. The City of Auburn does not discriminate on the grounds of race, color, religion, national origin, sex, sexual orientation,age or handicap in consideration for a project award. The complete Invitation to Bid, including Specifications, are available through the City of Auburn's website at http://www.auburnwa.gov/doing business/rfli rfp.hfm. All questions regarding the Invitation to Bid shall be submitted by e-mail only to jsweeting(a�auburnwa. ov with the subject line ` "AWS ITS Dynamic Message Sign—Pole Invitation to Bid". The City reserves the right to reject any and all bids,waive technicalities or inegularities and to accept any bid if such action is believed to be for the best interest of the City of Auburn. Intended dates of publication: Seattle Daily Journal of Commerce and Seattle Times—Thursday April 13"',2017 and Thursday Apri120`�,2017. � CITY OF * * Nancy Baekus, Mayor « WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov *253-931-3000 May 3, 2017 CERTIFIED MAIL RETURN RECEIPT REQUESTED Bill Hofner Tacoma Electric Supply, Inc 1311 South Tacoma Way Tacoma, WA 98409 NOTICE TO PROCEfD RE: Contract No. 17-18; Modified Type II Pole and. Brackets/Plates for CP1701: Auburn Way South ITS Dynamic Message Sign. You are hereby notified to proceed as of May 3, 2017 with the work on the above-referenced projecf, within the time period specified, in accordance with the proyisions of the contract documents, copy enclosed. Equipment must be delivered to the City no later than June 22, 2017. If you have any questions, please contaet Project Engineer, Luis Barba at 253-931-4013 or Contract Administration Specialist, Amanda DeSilver at 253-876-1980. Sincerely, rid Ga .E. AssiStant irector of Engineering/City Engineer Community Development & Public Works Department IG/ad/as Enelosure cc: Dani Daskam, City Clerk Luis Barba, Project Engineer Scott Nutter, Traffic Operations Engineer CP1701 13.11 ���U� -�MORE THAN YOU INIAGINED � �, . � ' CITY OF AUBURN AGREEMENT MATERIAL/EQUIPMENT PROCUREMENT CONTRACT #17-18 Modified Type II Pole,lVlast Arm,Anchor Bolts; a.nd Braekets/Plates for Project No. CP1701—AWS ITS Dynamic Message Sign THIS AGREEMENT made and entered 'uito on this��day of�j��—, 2017,by and betwee_n the City of Auburn, a municipal corporation of the State of Washingto' n,hereinafter referred to as "Cit�' and Tacoma Electric Supplv, Inc; 1311 South Tacoma Wav, Tacoma, WA 98409, hereinafter referred to as the"Vendor." RECITAL WI�REAS, the City desires to purchase and Veridor desires to sell, the equipment/materials ("Equipment") described in the Invitation to Bid and incorporated herein by this reference on the terms and conditions stated in this Agreement below. � AGREEMENT In consideration of the terms and conditions set forth in this Agreement, the City and Vendor agree as follows: 1. Purchase and Sale of Equipment. The City shall purchase from Vendor and Vendor shall sell, furnish and deliver to the City the Equipment in accordance with the terms and conditions of the Invitation to Bid. If any term or condition stated in the Invitation to Bid conflicts with a provision in this Agreemerit, the provision in this Agreement shall control. Vendor shall deliver the Equipment to the City at the location specified ui writing by the City. 2. Contract Scope and Documents The Supplier shall ftirnish and deliver materials and equipment in accordance with the Contract for Modified Type II Pole, Mast Arm, and Brackets/Plates for Project No. CP1701 —AWS ITS Dynamic Message Sign. The complete Contract includes the following parts; which are by this referenee incorporated herein and made a part hereof. Any inconsistency in the parts of the Contract shall be resolved by the order in which they are listed: A. Addenda to the Invitation to Bid B: Bid Proposal C. Irivitation to Bid D. Contract Specifications E. Contract Plans ,. 3. Purchase Price. The City shall pay Vendor the amount stated in the Bid Proposal for the Equipment including applicabie Washington State sales tax ("Total Gross Bid"). The Equipment Cost includes all costs associated with the Equipment, as described in the Invitafion to Bid, including but not liriiited to supplier surcharges for an aecelerated schedule, labor, materials, freight, overhead, administrative, and permit and regulatory costs;unless otherwise agreed in advance in writing. Vendor shall make sales tax and other taY payments to the State as provided by statute. 4. Supply�eadline/Liquidated Damages. Vendor agrees to complete all requirements of the Invitation - to Bid and deliver all Equipment to the City no later than June 22nd,2017,`or within 5 calendar weeks of �\ � the City's approval of the Vendar submitted shop drawings, whichever is later. If the Equipment is not delivered by the delivery deadline in this section then, because of the difficulty in computing the acfual damages to the City arising from any delay in providing the Equipment; the Parties determine in advance and agree that the Vendor shall pay the City as Tiquidated damages for delay(but not as a penalryj the amount of$100 per calendar day for each day after Delivery Date until the Equipment is delivered. The Parties agree that such amount represents a reasonable forecast of the actual damages that the City will suffer by failure of the Vendor to deliver the Equipment to the City within the agreed time. The execution of this Agreement constitutes acknowledgement by the Vendor that Vendor has ascertained and agrees that the City will actually suffer damages in the amount herein fixed. 5. Vendor's Responsibilities. Vendor shall provide and bear the expense of all equipment, materials, and labor that may be required for the fumishing and delivery of the Equipment provided for in this Agreement, unless otherwise provided in the specifications for the Tnvitation to Bid. 6. Payment Terms. Upon delivery of the Equipment, Vendor shall invoice the City for the Equipment Cost in the amount of the Bid awarded. The City shall pay Vendor for the Equipment within 45 days of the date of the invoice. 7. Warranty. In addition to a11 Vendor supplied warranties, Vendor shall warrant and guarantee the Equipment as set forth in the warranty to be negotiated with the successful bidder prior to notice of award of the bid; at a minimum the Vendor shall warrant the Equipment to be free of defects in worl�nanship and material for at least if not more than a period of one (1)year after the City's receipt aud acceptance of the Equipment. Vendor shall correct a11 defects in workmanship and materials occuiring within one (1)year from the date of the City's receipt and acceptance of the Equipment at Vendor's expense. When defects are corrected, the warranty for that portion of the Equipment shall extend for an additional one year from the date such correction is completed and accepted by the City. Vendor shall begin to correct any defects within 10 days of notice from the City of the defect. If Vendor fails to perform the corrective work within 30 days of such notice, the City may complete the correction and Vendor shall pay all costs incurred by the City to perform the correction. 8. Termination. The City shall have the right to terminate this Agreement for public convenience or good cause. "Good cause" shall include,but is not limited to, any one or more of the following events: (a)Vendor's failure to provide the Equipment within the time specified in this Agreement; (b) Vendor's failuie to comply with any federal; state, or local laws, regulations, rules or ordinances; or(c)Vendor's filing for bankruptcy or being adjudged banla�upt. ' 9. Insurance. A. The Contractor shall be responsible for maintaining, during the term of this Agreement and at its sole cost and expense, the types of insurance eoverages, tliat include a severability of interest provision, and in the amounts as follows: i. Commercial General Liability in an amount not less than one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate. ii. Automobile Liability in an amount not less than one m.illion dollars ($1,000,000)per occurrence. iii. A Certificate of Insurance for worker's compensation coverage, or a Sole Proprietor Waiver if the Vendor has no employees, provided that if a Certificate of Insurance is provided, the insurer must agree to waive all rights of subrogation against the City, its officers, agents, employees, and volunteers for losses arising from work performed by the Contractor for the City. iv. Professional Liability Insurance, as applicable, in an amount not less than million dollars ($1;000,000) per occurrence and one million dollars ($1,000,000) aggregate. B, The Vendor will name the City, its agents, officers, and employees as additional insureds, except for professionalliability insurance, if any, and worker's compensation and will specify that the insurance afforced by Vendor is prixnary insurance and that any insurance coverage carried or self- insurance by the Ciry, any department or any eniployee will be excess coverage and not contributory insurance to that provided by the Contractor. C. �Upon the execution of this Agreement by the Vendor, the Contractor shall furnish to the City copies of the Certificates of Insurance drawn in conformity with the above insurance requirements, except that such copies shall be certified upon the request of the City. D, If a poliey does expire duri.ng the term of this Agreement; a renewal certificate must be sent to the City fifteen(15) days prior to the expiration date of the policy. E. Failure on the part of the Vendor to procure and maintain the required liability insurance and provide proof thereof to the City within ten (10) days following the commencement of a new policy, shall constitute a material breach of this Agreement upon which the City may imrnediately terminate this Agreement. F. The City reserves the right to continue payment of any insurance premiums otherwise due and payable by the Vendor and to deduct reimbursement from amounts due or subsequeritly due fo the , Vendor, as applicable. �, 10. Indemnification. �I A. T'he Vendor shall indemnify, defend and hold the City and/or any of its agents, officials, - elected officers and employees harmless from any and all clai.ms, demands, suits, proceedings, losses costs, or damages of every kind and description, including attorneys' fees and litigations expenses which may be made against or ineurred by the City on account of loss or damage to any property or for injuries to or death of any p.erson, caused by, arising out of; or contributed to, in whole or in part, by reason of any alleged act, omission,professional error, fault, mistake, or negligence of the Vendor, its employees, agents,representatives, or subcontractor of the Vendor, including employees, agents, or representatives of the subcontractor in connection with, or incidental to, the perfarmance , of this Agreement, or arising out of worker's compensation claims,unemployment compensation claims, or unemployment disability compensation claiins of employees of Vendor or its subcontractor under similar such laws or obligations. B. If a final judgment is rendered against the City, its officers� agents, employees� and/or any of them, or jointly against the City and Contraetor, and their respective officers, agents, employees, or any of them, the Vendor shall satisfy the same to the extent that such judgment was due to the party's negligent acts or omissions. C. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of Vendor and the City, its officers; officials; employees, and volunteers, Vendor's liability hereunder shall by only to the extent of Vendor's negligence. D. It is further specifically and expressly understood that the indemnification provided herein constitutes Vendor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purpose of indemnification. This waiver has been mutually negotiated by the parties. E. The provisions of this Section shall survive the expiration or termination of this Agreement. F. The Vendor's obligations under this Section do not extend to any liability caused by the sole negligence of the City or its employees. 11. Attorneys' Fees. In the event that either Party to this Agreement shall file or commence a legal action to resolve a dispute between the Parties arising from this Agreement, the prevailing party in such action shall be entitled to recover reasonable attomeys' fees and costs, including any feeS aiid costs incurred in an appeaL 12. Ageement Interpretation. A. All captions,headings or titles in the paragraphs or sections of this Agreement are inserted for convenience of reference only and shall not constitute a part of this Agreement or act as a limitation of the scope of the particular paragraph or sections to which they apply: B. As used herein, where appropriate, the singular shall include the plural and vice versa and masculine, feminine and neuter expressions shall be interchangeable. C. Interpretation or construction of this Agreement shall not be affected by any , determination as to who is the drafter of this Agreement, this Agreement having been drafted by mutual agreement of the parties. 13. Non-Availability of Funds. A. Every obligation of the City under this Agreement is conditioned upon the availabiliry of funds appropriated or allocated for the performance of such obligation; and if funds are not allocated and available for the continuance of tliis Agreement, then t�is Agreernent may be terminated by the City at the end of the period for which furids are available; without the seven(7) days' notiee provided by Section 6. B. No liability shall accrue to the City in the event this provision is exercised, and the City shall not be obligated or liable for any future payments or damages as a result of termination under this Section. 14. Non-Discrimination. A. The Vendor shall comply with all applicable federal, state and local non-discrimination laws and/or policies, including, but not limited to, the Americans with Disabilities Act; Civil Rights Act; and the Age Discrimination Act. B. The Vendor shall take affirmative action to ensure that applicants for employment and � employees are not discriminated against due to race, creed, color, religion, sex, national origin, or disability. C. In the event of the Vendor's noncompliance or refusal to comply with any non- discrinvnation law or policy, this Agreement may be rescinded, cancelled, or termi.nated in whole or in part, without the seven(7) days' notice provided in Section 6, and the Vendor may be declared ineligible for fiirther agreements with the City. D. The Vendor are responsible for any and a11 costs or liability arising from the Vendor's failure to so comply with applicable law. 15. Records. All doeuments, reports, memoranda; diagrams, sketches,plans, surveys, design calculations,working drawings, and any other materials created or otherwise prepared by the Vendor as part of their performanee of this Agreement shall be owned by and become the property of the City, may be used by the City for any purpose beneficial to the City, and shall be subj ect to the requirements of the Public Records Act, Chapter 42.56 RCW. 16. Inspection &Audit. A. All compensation payments shall be subject to adjustments for any amounts found upon atidit or otherwise to have been improperly invoiced; and all records and books of. accounts pertaining to any work performed under this Agreement shall be subject to inspection and audit by the City for a period of three (3) years from the final payment for � work performed under this Agreement, B. If any litigation, claim, dispute; or audit is initiated before the expiration of the three (3) year period, all records and books of accounts pertaining to any work performed under this Agreement shall be retained until all l.itigation, claims, disputes, or audits have been finally resolved. � 17. Conflict of Interest Canceliation. The City may, in its sole discretion, by written notice to Vendor, immediately terminate this Agreement if it is found after due notice and examination by the City that there is a violation of the Etiucs in Public Service Act, Chapter 42.52 RCW. 18. Third Party Antitrust Violations. The Vendor assign to the City any claim for overcharges resulting from antitrust violations to the extent that such violations concern materials or services supplied by third parties toward fulfillment of this Agreement. - 19. Limitations. Nothing in this Agreement shall be construed as limiting or expandi.ng the statutory responsibilities of the parties or as requiring the parties to expend any sum in excess of its appropriations. 20. Force Majeure. No party to this Agreement shall be held responsible for delay or default caused by terrorism, natural disasters, riots, acts of god and/or war that is beyond the reasonable control of the parties. 21. Severability. Each provision of this Agreement is intended to be severable, and if any provision hereof is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this Agreement. 22. Amendment, Assignment &Waiver. A. No amendment, modification, or waiver of any condition,provision, or term of this Agreement sha11 be valid unless it is made in writi.ng, signed by the party or parties to be ,bound, or the duly authorized representatives thereof, and specifies,with particularity, the nature and extent of such amendment, modification, or waiver. B. No party to this Agreement shall assign any right or obligation in this Agreement, in whole or in part, without the prior written consent of the other parties, and any such assignment shall not be deemed to release the assignor from any liability or obligation under this Agreement, or to cause any suah liability or obligation to be reduced to a secondary liability or obligation. . C. The failure of either party at any time to require performance by another party of any provisions of this Agreement will in no way affeet tke parry's subsequent rights and obligations under that prov.ision, and waiver by any party of the breach of any provision of this Agreement shall not be taken or held to be a waiver of any succeeding breach of - such provision ar as waiver of such provision itself.. . � 23. Integration & Binding Effect. A. This Agreement, together with any subseguent amendments or addendums, constitutes the entire agreement of the parties and no other understa.ndings, oral or otherwise, regarding this Agreement shall exist or bind any of the parties. B. This Agreement shall be binding upon, and the benefits and obligations provided for herein shall inure to and bind; the parties and their respective successors and assigns, provided that this Section shall not be deemed to pernut any transfer or assignment otherwise prohibited by this Agreement. C. This Agreement is for the exclusive benefit of the parties and it does not create a contractual relationship with, or exisf for the benefit of, a.ny third pariy, in�ludi.rig Vendor, any subcontractor of Vendor's, or their sureties. 24. Choice of Law. A. This Agreement and the rights of the parties hereunder shall be governed by the interpreted in accordance with the laws of the Sta.te ofWashington and venue for any action hereunder shall be in of the county in King County,Washington; provided, however, that it is agreed and understood that any applicable statute of limitation.sh_all commence no later than the substantial completion by the Vendor of the services. B. Subject to the limitations set forth in RCW 4.84.330, each party agrees to bear its own costs and attorneys' fees generated by any dispute_arising out of this Agreement. 25. Notices, Reports &Correspondence. A. All notices ar communications permitted or required to be given under this Agreement shall be in writing and shall be deemed to have been duly given if delivered in person or deposited in the United States mail, postage prepaid, for mailing by certified mail; return receipt requested, and addressed, if to a party of this Agreement, to the address foi the party set forth above, or if to a person not a parry to this Agreernent, to the address designated by a party to this Agreement in the foregoing manner. B. Any party may change his,her or its address by giving notice in writing, stating his,her or 'its new address;to any other party;all pursuant to the procedure set forth in this section of the Agreement. C. All notices, reports,and correspondence shall be sent to: Citv of Auburn Vendor Luis Barba Bill Hofner City of Auburn Tacoma Electric Supply, Inc 25 West Main 13 i 1 South Tacoma Way Auburn, WA 98001-4998 Tacoma,WA 98409 CITY OF ALTBURN, WASHIl�TGTON By � Countersigned: ' f this�day of , 2017 ATTEST' D�"amelle E.Daskam, City Clerk � APP ID FORM: aniel B.Heid,City Attomey By Autho ' d O cial Si e CONTRACT SPECIFICATIONS The VMS Signal pole shall be WSDOT type II special design pole with a 17.5 ft mast arm. _ Designed to support a Daktronics Vanguard VF-2420-18x75-46-x Sign weighing 6001bs and measuring 4' x 12' 4" x 1' 4". List of Equipment Parts to be Supplied by Vendorc • WSDOT Type II special design Traffic Signal pole for VMS sign with a 17.5 ft Mast Arm and 1Vlodified Z brackets for VMS sign • One Set of 4—Z"Anchor Bolts If Vendor's bid is based on products of manufacturer's other than those listed, Vendor must include wifh Bid Proposal product specifications and manufacturer information with bid that demonstrate equivalency and conformanee with these specifications . The City will evaluate and determine whet$er the submitted products meet requirements when evaluating bids and may request additional information from the Vendor to support the evaluation: If the City determines the submitted products are not equivalent and/or do not meet specifications, the Vendor's bid may be determined non-responsive. VMS SUPPORT STRUCTURE VMS Support structure shall meet the specified criteria for traffic signal standards and the dimensions and details included in the plans. The pole shall be designed using AASHTO 2009,with Fatigue Class I. The following loads shall be used for design of the VMS sign pole and mast arm structure: dead loads shall consist of the weight of the sign times a safety factor of two; wind loads shall be taken as.30 PSF for the sign and 24 PSF for the supporting structure and, (including the effect of gust and shape factors), on the greatest area of signs and structure in any elevation view; live load may be omitted. ANCHOR BASES A one-piece anchor base of adequate strength, shape, and size shall be secured to the lower end of t11e shaft so that the base shall be capable of resisting the bending movement of the shaft at its yield-strength stress. The base shall be provided by the Vendor with four (4) slotted or round holes to rec.eive the anchor bolts. Bolt covers shall be provided with each pole. WELDING All welds shall be deburred. FOUNDATION HARDWARE Four high-strer�gth steel anchar bolts, shall be furnished by the Vendor with the pole. Each anchor bolt shall be threaded at the top end. Threaded ends and all nuts and washers shall be hot-dipped galvanized. The anchor bolts.shall be capable of resisting at yield-strength.stress the bending movement of the shaft at its yield-strength stress. ' SIGNAL STANDARDS Signal standards shall consist of the following components: a round tapered steel vertical pole shaft, a round tapered horizontal mast arm, , anchor bolts with nuts, washers and all associated hardware. The pole shaft and signal mast arm shall not vary in roundness more than 1/16 inch in straight sections. � Longitudinal seam welds shall have full penetration for not less than 60% of their full length. Butt welds , in the shafts shall have back-up rings and full penetration for 100% of the circumference. All welds shall be deburred: Design shall be in accordance with the requirements of the 2009 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and the values on tlie Detail Sheet as shown in the plans. Sizes on the Detail Sheet as shown in the plans shall govern in differences between the Standard Plan and the Detail Sheet as sflown in the plans. The following loads shall be used; dead loads shall consist of the weight of the signals and signs times a safety factor of two; wind loads shall be taken as 30 PSF for the signals and signs and 24 PSF for the supporting structure,{including the effect of gust and shape factors), on the greatest area of signals, signs and structure in any elevation view; li�e load may be omitted. Complete calculations for structural design shall be submitted with the shop"drawings for approval � before fabrication or orderi.ng material. These calculations shail include the stresses in the pole and cantilever arms, deflections at the free end of tlie cantilever; the attachment of VMS Sign to the mast arm, the connection between the cantilever arm and vertical pole, pole section at handhole, base plate, and anchor bolts. Pole Shaft The round tapered pole shaft shall be made of one-ply, hot-rolled basic open-hea.rth steel. Structural steel having a minimum yield point of 33,000 psi or more sha11 be used for all structural parts and shall be galvanized after fabrication in accordance with ASTM A-123. �' - A flange plate shall be attached to the vertieal pole shaft for the purpose of mountuig the mast i, arm. The flange plate shall be supported by side plates tangent to the shaft and gusset plates on �' top and bottom. A 3-inch wire way hole shall be provided (matchi.ng the wire way hole in the mast arm flange plate). Four holes for mounting the mast arm sha11 be drilled and tapped for high tensile bolts. A second hand hole shall be provided and welded into the shaft directly opposite the mast arxn �I mounting plate. A J-hook wire support shall be provided inside the pole shaft between the frarrie ', and mast arm mounting plate. � Mast Arm A mast arm flange plate matching the pole shaft flange plate shall be welded to the mast arm base segment. The flange plate shall have a hole cut in the center equal to the outside diameter of the mast arm base. The flange plate shall be welded to the mast ann by two continuous arc welds, one on the outside and the other on the inside. The outside weld sha11 be on top face of the flange plate. The inside weld shall be in the gap between the bottom face of the mast arm and:tfie inside face of the flange hole. Four holes for high tensile bolts shall be drilled i:n the flange plate matching the four tapped holes in the pole shaft mast arm mounting flange plate. Si„onal Pole Anchor Base Four holes sized to receive the anchor bolts shall be drilled in the base. Slotted holes 1/4 inch larger than the anchor bolt shall be permitted. Minimum bolt circle pattern shall be as specified in tfle plans. The pole shall be furnished by the Vendor with four high-strength anchor bolts A307. Eacli anchor bolt shall have an "L" bend at the bottom end or multiple anchor plates per the manufacturers recommendation, and shall have 7-inch minimum thread on top. Anchor bolt dimensions shall be per Detail Sheet as shown in the plans or per Manufacturer's recommendations whichever is larger. All anchor bolts shall be furnished with 2 heavy hex nuts, two standard washers, bolt covers and provisions for mounting with stainless steel screws. Threaded ends of bolts, nuts and washers shall be hot dipped galvanized in accordance with ASTM A-123. The anchor bolts shall be capable of resisting at yield strength stress the bending moment of this shaft at its yield strength stress. CONTRACT PLANS INVFTATI�N TO BID Modified Type II Pale,Mast Arm,and Bnckets/Plates • Project No,GP1'I01-.AWS TTS Dynamic MessageSign April 12,2QI7 Page 14 of 20 � W f i.s� —L[� � � �L+1vaFli[ia�i � � _ ---- 4AY. _._._... ' ._ .�.� FLU\ltiUAl�Oft 44L�\ . �R� (1. � ------- sirn i oir c�r � HFklm�+[r -- � f : I ,.__ SIHAIH�RE IfF �� � �/�I71'.CGVER � . � �� - .% � 1(.n S� E�f }}—��� - �>A . i � � . •-• y��..,-�JJ-- . T � � � O y........ . I-" -__. � _ ..(-_ _ __..._ _ ' � � -__. _ . __._ c ' -� ..._�_� � � I_..Y�'� 0 1.4' � // � -' �W itihlll�H� � � O � I.. .... __ ! .' .' \�SCF.9fiAll ��� . ' _ "......_...__ � \ {_,�__� ROUAO EiGEi�.\ W.' I -_-_\ �� c u o(c> z oa �n�/ � -� \ . invt,ti .._, ` SREL} ��.tL i . "_'____ � . \ kIA A J � � �{y � �inNl^.H-.E Nh S ":tl.,l(!3``. �`..�.,HO:1N11 SOP :)OR \'_-___' \'t.%F�' N . \� I OYaL " I � � ._._. � '� IAYIIII(11€ _'—��.— N .. ... A!Cli; Nl'U� IF.t.I. ie[e[?nr wli:i CU'Ya i� \�-' YUI�. I/�YIHt:��.lU" . 70 O.tS' PFR fMT 8:1.I.512E..9NG..-%� `� 8 C.p�n SbOc � � :1NA4:;NC `�"� ti�� SI{ll�i�0:. rV`I`RnVK. , /A3.3'�.T �1 � a.c�.i;n. POLE TOP DETAIL 2 NTS _ �; IC PIAiE _ . . �.� / d<G� OVl1 H�N9M1'J,F �•'. W�^AVER�N!'. fRJJN�:UJ _ . .___. 1 NIWAI _ ' I �� . � ..._ _..__. ..__.. . . ...- _ r r --- l �) _ _.__ 1 rr� �on oo� i� o+ ��a^- � .t.aHUt VIAWIIIt.PI4 RY.xL .-...- � R€VM'A91.F,f�Fl•I 5��, . ��-' �-. � �OR C.�ST ALU41'!U4 CAA ' 1 %�• �_" � iti r,�9•v�+o A �q \._...----��-- � -----`� :..•:,: � �'e''r�r.o ...---._..._...._.................. ....... ....... . ...._ -- (-'�: :,- ; I�_ �_ ��_�---�-------�._.._. .�`I 1:-:, {,-��- ) � 3 }�'�S � / ' ��ZEE Ei:THJ51011'/ERTICN.SUPPORI'.3"l1EB v_.,a..'_'1 "..____"__ 7YP fNB0AR9 AIOuNI1N;;dNACY.�.I/ r� \\\'A/S SU�YUft� �;NU(:IU1+t%UUNUA�IU?t ( ' CFLF'@ fOfl 9' CtiMACTf.fa =1; 2�)i;� FL1NG:.:''TNILK AL�lAINUAI...._._..- F051-Tfi-�I.�.(1`f-I.F,Vf.TN Tfl U�?CH I1MS cFF I1iT<I�.?,iNFiT fifl ��'�� f•�^aTf11�YITII i�m A325 AiCCIiAt{�CILLY \ 0.4lYNMIZfO'afRVf,T;:�iA�GR^nF, f.MO.Y�RF. _ vM5 SU.PPORT STRUCTURE ELEVA,T1l�N �j VMS MOUNTING DETAiL/`J'1 (FItpVICEO Hl'COftIRAG10H) -- aTs VIEW A—./� NTS ,t:�61,...4°�: . �_\_/Z_�C�# . �.� k y�_. o�o'V SIIV�IIv It'llkr' �� � �..H �1Y, ('01� . . . cti:�,wr'invu ro �_" t�,rcai.a od ro��. z�er.ouiucu. e STRAIN RELIEF DETAIL '4 0 rrrs n�ow wn�r.below. CB��Edoreyoudlp. � 'No Da1e Re��lsio M;+M'rp54n_.YNEI�i�eEtKrMtlNfWauN0.NK'Ww BY DATC � . VN4141 ._. ..... . ............_. __. ....... ....... �� . --. _ ,a�^a•�^^a•m,r�^ ° ." ' 10 � CF7MMUNITV DFVFI OPMFNT 8 „�.:.«,w,.��m,.�ro. � c nsrsau (.ffYOF ���� - - � � npp�,m nr. qsaaie._ � PUBGC WORK3�DEPARTMENT �rph�� �i ��e� �• 3CALE ��'•�^'N AUBU�N �25 WecP.Meln:Streel '., VMS SUPPORT STRUCTURE AND DETAIGS ��euuarn i _.__. .... .._.._ ��: Auburn,Weshington �, --- - "^.—�.�..«^, ----- i�'�� WAYHINCJON aecr .... ._._. ........ s ---.—..... .. ._ � a.w,�.��.7n�t__...._. . a . APPENDIX A SHOP DRAWING�'OR TI� CITY SUPPLIED VMS SIGN IINITATION TO BID Modified Type II Pole,Mast Arm,and Brackets/Plates Project.No.CP1701—AWS ITS Dyaamic Message Sign April 12,2�17 , Page 20 of 20 ...NOTE"' I . . . . . . . � NUMBER OF SUPPORTS�.SHOWN f- 6'8" MAY NOT BEACTUAL NUMBER I I�98�]� � � . . . OF SUPPORTS RE�UIRED MAXIMUM VERTICAL �1'MAXtMUM - - � �- � � ' SUPPORT SPACING . A � � � ISPLAY PANELS NINGE-0PEN �����16. FOR EASY ACCES3. � - - TOA VIEW 3B3 3&��Z' DOOR STOPS HOLD � - TO REAR OF .I�130,3� FACE PANELS OPEN AT 90° " . Z-BRACKET � . 12'3-114' . ���� • - . [3740] �279� TO FRONT OFZ-B�ncKer TOP PARTIAL VIEW B" PACEPANEI OPEN oo0000000000000000aa0000 00000000000aoaooaa00000a o000000u0000na000a0000ao [203,2) SCALE�1l25 aoonooa000a000000aooao 0000000aanoa000000000000 ooa000000000000u0000000ao � . o0000000n00000aa0000 on000000000nnn000 0 0000aa000000 BORDER. � o°oo°000000000aaoaaoon000ao 0000a000aoa°a0000aoaoaoon 0000°o°o°o°o°o°o°o°000000000000ao c000000a000aooa00000 ooa000aua0000000aoaaoo 000a00000000o VERTICALSUPPORT oo°00000a00000000000a00000000000000000noon0000u000 o°o°o°oonoaooun00000c0000000 3'3-3/4" BY OTHERS 0000000a0000voa0000aa000000noon0000aa000000uooaoo 00000000000a0000noan000no oaa000000000a00000000000noqona00000000000aooaa0000 0000a00000000aaaouon0000 �1009] ( ) °o°ou°o°0a°ooa000a0000000000000000a0000u000000000000no 0 000noouoa000000000000ao� - 000aa0000000000000000000n00000a0000000000aoo °00000n0000000a0000000nao� 3'17-1IY �GC' 000000a000000000a000000000a000000aoa000a000g00000 ooa000ne000000a00000uaoao�� �jyp�� Z,BRACKET 2EE�-EXTRUSION MOUNTINCa � o0000000a000a00000000000aa00000noaooaooaqoo 000uo 00000000000000000000000ao aa00000a000000000n00000000000000000n000a000000000 oa00000000000000000000ao� �BOLTING TO BRACKET(ALUMINUM 000000n00000a000000000pn00000aoona0000aooaa000000 unou000000aa0000000000000� VERTICALSUPPORT 8081-TB-ALLOY 0000n000000a0000aooaoa0000uoo 000aa000aooaooaon0000u00000000anoaoao�, )BROVIDED o°o°ooa00000000000aooa00000a000000000aa000000000aoo 000000000000000000000aao � BY DAKTRONICS �00000000a0000aononooa000a0000000a00000aoaoa00000� o000000000000000aa0000ao a000aa000000000000aon0000a0000ua0000naa0000000aoa00000000n00000aaooanao � . � . � � .9EE�OETAIL A CA8INET RONT uGHT RIGH'f 31DE �FRONT VIEW SENSOR LOCATION . VIEW .. , . � �5-15116' . (150;8] 2-BRACKET9 AREBOLTED TO THE REAR OF THE DISPLAY BY DAKTRONICS.THE . . VERT4CAL.SUPPORTS�SHOWN ARE PROVIOED BY OTHER3.EACH Z-BRACKET�IS �ATTACHED TO THE CABINET USING Qj 5f8"A325 MECHANICALLY GALVANIZE� WHEN CIFTING OISPLAY WITH LIFT EYES�USE SPREADEft�BEAM. STRUCTURAL GRADEIHARDWARE.fINAL'REVIEW�OP MOUNTWG DETAIL IS THE � , � RESPONSIBtLITY OF THE CUSTOMER AND THE�CUSTOMER'S ENGINEERS.YHE'VERTICAL . q_���g• IF LIFT EYE9 AREREMOVED AFTER INSTAILATION THEY SHOULD SUPPORTS�MUST BE ATTACHED.AS SHOWN WITHIN THESTATED TOLERANCE_ (103,2] � ' BE REPLACED WITHISS BOLTS TO PREVENT DEBRIS BUILOUP IN (STAINLESS STEEL HAR�WARE I&:OPTIONAL BASED OMPROJECT�RE�UIREMENTS.) _ THE THREADS OF THE PERMANENT HAROWARE.THIS DOES NOT DETAIL A EFFECT WATER TIGHTNESS. . SCACE 1/4 3'7-314' � - � ������ , NOTES: 1.) MATRIX SIZE 18 X 75 m m ' 2J SEE'�ILLUSTRATIONS�FOR POWER AND SIGNAL CONDUIT ENTRANCES. ° � o� 3.) ALL DIMENSIONS ARE IN FEET 8 INCHES�mm�. � AIR EXHAUST(pJ 4.) FULL PROTECTIVEMASKED FACE PANEL - �� - 5.) MAINTENANCE OF DISPLAY IS INTERNAL VIA FRONT ACCE55 FACE PANEL. , 1 tl2"CONDUIT 8.) ALL ALUMINUM CONSTftUCTION � NUB(SIGNAL) 7.) POSITIVE��PRESSURE VENTILATION SYSTEM - � 8.) WEIGHT�OF THE-UISPLAY IS APPROXIMATELY 600 LBS(273 KO). 9.) VERTICAL SUPPORTS DESIGNEO AND�SUPPLIED BY OTHERS. 1 1l2'CONDUIT _ 10.)MOUNTING CALCULATIONS�DONE TO'AASHTO STANDARD SPEG FOR HUB(POWER) . STRUCTUR4L SUPPORTS FOR'NIGNWAY SIGNS,LUMINARIES AND TRAFFIC SIGNALS.AASHTO 8TH EDITION�2013',' 11.)IF VERTICAL SUPPORTS NEED TO BE�-MOVED�OUTSIDE�� FILTERE . OF�STATED MAXIMUM SFACING OR IF SPECIFICATIONS EXCEE�NOTE AIR INTAKE Q3 p10 THEN CONTACT OAKTRONICS ENGINEERING. o - � . o, .. . . . - - - �� �DAKTRONICS,INC. �s��an��ow��i������ 'anoorcuqs.sosiaoe ��rornesxooa�er�xru�svmxann� E9B wwllEX CMSFM OF ONc1PolNfJ.IMC: REAR�LIGHT REAR VIEW °°"°tsc'ne°""ww° c°°'wa'^'°"°'"`T"°'°c°.°'n SENSOR�LOCATION � . � � vnor.-VANGUARD � � E�SHOP DRAWING,VF-24"48X75-48-'S/8'-HW- � � AMBIENTTEMPAN � o� aiaxm . � urwreoge.eiuc�rruc�ur � �Sa�� 3LEE' � wuwr+: JBELL'ET aTe: 37-JUL-75 � LIGHT SENSOR�lOCATION � s�:1125 � , PEV MTE . . � BV: SXEET: NEV JOBN6. . FlIHGIYPE-SIZE ,oF,, o, P ,sss F_,o_e 11'S9665 �C R� CERTIFICATE OF LIABILlTY INSU�NCE - oATEcMM�°o�� �„� a/2s/zoi� ; . THIS GERTIFIGATE I$ ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THlS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATNELY AMEND, EXTEND OR.AITER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT C�NSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. Il+JIPORTANT: If Ehe certificate holder is an ADDITIONAL INSURED, the poiicy(iesj must be endorsed. If SUBROGATION 1S WAIVED, subjecf to t#�e terms and conditions of the policy, certain policies may require an.endorsement. A statement on this certificate does not confer rights to the cert�cate holder in I,ieu of such endorsement(s). ?RODUCER . CONTACT M01�Y'3 Crosb NAME: Y Hays C0�3I1].2S FHONE q� No: 300 North Meridian E-MAIL mcrosb @ha scom anies.com ADDRESS: Y Y P Sl11tA #�.Z,SD - INSURER S AFFORDING�COVERAGE NA7C� Indianapolis IN 46204 INSURER A F1S2IItdI1's Fund Insurance Co. 21873 IN$URED - INSURER 6 XL S ecialt Insurance Co 37885 Tacoma Electric Supply, LLC INSURER C:T�1E American Insurance Co an 21857 1311 S Tacoma Wd57 JNSURER D: INSURER E: Tacoma WA 98409 INSURERF: COVERAGES CERTIFICATE NUMBER:Tacoma 17-18 Gl, Auto REVISION NUMBER: - -_ . THIS IS TO CERTIFY THAT 7HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDJNG ANY REQUIREMENT, TERM OR CONDfT10N OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE.POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXGLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ___.. , __ INSR -� � � ADDL SUBR POLICY�EFF POUCY EXP � �Tq _TYPE OF�INSURANCE. � '���' - ��"� � ._.POLICY.NUMBER _ � -MM/DD-.__ MMIDD. LIMITS X COMMERCIAL GENERF.L LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE ❑X OCCUR - � PREM SE�S Ea occu D nce $ 100,000� X 2�CX80975633 1/28/2017 1/28/2018 MED EXP(Anyane person) $ 5,000 �PERSONAL&ADV INJURY $ 1,00�0,000� GEN'L AGGREGATE LIMIT APPLIES PER: GENER4L AGGREGATE $ 2,000,000 POLICY�jEC7 � LOC � PRODUCTS-COMP/OP AGG $ 2.000,000 OTHER: Employee Benefits $ 1,000,000 AUTOMOBILE LIABILITY , - COMBINED SINGCE LIMIT $ 1,000,000 Ea accident A X ANY AUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED X �80975633 1/28/2017 1/28/2018 BODILYINJURY(Peraccident) $ AUTOS AUTOS NON-01rVNED PROPEftTY DAMAGE $ NIRED AUTOS� AUTOS Per accident $ X UMBRELLA.LIAB OCCUR EACH OCCURRENCE $ 14,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION IIS000743592.I17A 1/28/2017 1/28/2018 ,$ WORKERS COAAPENSATION � � � X -PER �OTH= -�- � - � --� �-��� AND EMPLQYERS'LIABILITY Y�N . STATUTE ER � ANY PROPRIETOR/PARTNERlEXECUTIVE E.L EACH ACCIDEPfT $ 1 000 DOO OFFICER/MEMBER.EXCLUDED? ❑ NIA� C (MandatoryirtNH) WC81038247 1/28/2017 1/28/2018 E.L.DISEASE-EAEMPLOYE $ 1,000,000 If yes,descnbe under � DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMR .$ 1 000 000. . . ... . ... . . . . . . , DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES �ACORD 10'I,Additional Remarks:Schedule,may be.attached'if more.space is�required) Entities in the contract with the Named Insured are included as Additional 2nsured on the Insured's General Liabilsty and Automobile Liability policy(s) , subject to the policy(s) terms and conditions. Coverage applies on a Primary and Non-contributorp basis on .the General Liability where these are requirements in the written contract or agreement with the Insuxed, subject to the pol-icy terms. and conditions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED-BEFORE City of Auburn Vendor THE EXPIRATION DATE THEREDF, NOTICE WILL BE DELNEl2ED IN Auburn Gity Ha11 ACCORDANCE WITH THE POLICY PROVISIONS. 25 West Main Auburn, WA 9SOO1 - AUTHORIZEDREPRESENTATIVE James Hays/MCROSB O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1NS82S r�n�am i ` ���� DATE(MAA/DD/YYYY) �,� CERTIFICATE OF LIABILITY IiVSURANCE a�2e�2oi� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS _ _ -- _.._ . .. CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES _ _. _ _ BELOW. THIS GERTIFICATE OF INSWRANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. __ __ _ - - IMPORTANTi If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED;subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate_holder_in.lieu of such endorsement(s). PRODUCER ONTACT MO1Z'8 Crosb r►an�►e: Y Hays C0�1Il1e3 PHONE . FAX No: 300 North Meridian 'pA�E ,mcrosby@hayscompanies.com S1�1tA #1250 INSURERS AFFORDINGCOVERAGE NAIC# Indianapolis IN 46204 iNsuRERnFireman's Fund Insurance Co. 21873 INSURED iNsu�R e�. S ecialt insurance Co 37885 Tacoma Electric Supply, LLC INSURERC:Th@ American Insurance Com an 21857 1311 3 TdCOm3 W8y INSURER D: INSURER E: Tacoma wA 98409 INSURERf: COVERAGES CERTIFICATE NUMBER:'racoma 17-18 Gl, Auto REVISION NUMBER: ._ ... _ _ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CON�ITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, _. __ . EXCLUSIONS AND CONDITIONS OF SUGH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ _ - --- __.....__. IN3R ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE POLICY NUMBER MM1DD MM D LIMITS I{ COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CIAIMS-MADE �OCCUR DAMAGE TO RE TED - 100,000 PREMISES Ea rcen e $ R 2�9OC80975633 1/28/2017 1/26/2018 MED EXP(My one person) $ 5,000 PERSONAL&ADVINJURY $ 1,000,000 GEML AGGREGATE LIMIT APPLIES PEF2: GENERAL AGGREGATE $ 2,000,000 _ POLICY�PR� �LOC PRODUCTS-COMP/OP AGG $ 2 r 000,000 JECT OTHER: Employee Benefits $ 1,000,000 AUTOMOBILE LIA'BILITY C MBINED SINGLE LIMIT Ea accident $ 1,000,000 A � ANY AUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED rppt80975633 1/2B/2017 1/28/2018 BODILYINJURY Peraccident) $ AUTOS AUIOS x � NONAWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident' -- -- �-- - -- — $ X UMBRELLA LIAB pCCUR EACH OCCURRENCE $ 14 00.0 000 B EXCESS UAB CLAIMS-MADE AGGREGATE $ DED _ RETENTION U300074359LI17A 1/28/2017 1/28/2018 $ WORKERS COMPENSATION � PER OTH- AND EMPLOYERS'UABIUTY y�N STATUTE ER ANY.PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT� $ 1 000 .000 C OFFICER/MEMBER�EXCLUDED? �N/A . (Mandatoryin NH) WC81038247 1/26/2017 1/28/2018 E.L DISEASE-EA EMPLOYE $ 1 000.OAO ff yes,describe under . DESGR�PTIONDF.OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1 000 000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 107,AddiUonal Remarks Schedule,may be attachetl If more spacels required) Entities in the contract mith the Named Insured are included as Additional Insured on the Insured's I General Liability and Automobile Liability policy(s) , subject to the policy(s) terms and conditions. Coverage applies on a Primary and Non-contr'ibutory basis on the General Liability where these are requirements in the written contract or agreement with the Insured, subject to the policy tesms and conditions. CERTIFIGATE HOLDER GANCELLATION ' SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Auburn Vendor THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Auburn C1tlr H811 ACCORDANCE WITH THE POLICY PROVISIONS. 25 West Main Auburn, WA 98001 AUTHORIZEDREPRESENTATIVE James Hays/MCROSB ���--� O 1988-2014 ACORD CORPORATION.. Ali rights reserved. ACORD 2S(2014/01) The ACORD name and logo are registered marks of ACORD INS025 r�mann Page 1 of 2 Consumer tools ;Agent and Company Lookup� �j Orders, I Independent Review Decisions': FIREMAIV'S FUIVD INSURAIVCE COMPANY � Licensin.g_ � Appointments � Com.plaints, � Orders � National Info. � Ratings. � Tax.Filin.gs Backto Search� General information Contact information Name: FIREMAN'S FUND INSURANCE Registered address Mailing address COMPANY 1465 N MCDOWELL BLVp SUITE 225 W WASHINGTON ST SUITE Corporate family group: ALLIANZ INS 1800 1800 GRP CO - PETALUMA, CA 94954 CHICAGO, IL 60606 ............ ..... OrganizatiOn type: PROPERTY Doing Business As (DBA): Unavailable Telephone Telephone 415-899-2000 312-224-3300 WAOIC: 459 fVAIC: 21873 Sfatusc ACTIVE. Admitted date: 04/O1/1918 Ownership type; STOCK ':`back to.Eop ................. Types of coverage authorized to sell o Insurance types Casualty Marine Ocean Marine Property Surety i back.to_top Agents and agencies that represent this company (Appointments) o View agents View agencies� ^tiack_to,top Company complaint history o View complaints� ^back.to top Orders issued since 2010 0 No orders are.found ��.4?.4.k.C9:SP.P. https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOI C=... 4/28/2017 Page 2 of 2 Premium tax filings by tax year o 2016 2015 2014 20,13 2012 ^back to;top . National information on insurance compani'es Want.more information about this company?Th:e:.NAIC's Consumer Information (CI.S) page allows you to retrieve . .. .............................................:............................ national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ^6ack to top .................. Ratings by financial organizations The following organiiations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. BeSt Weiss Grou Ratin s Standard.:and._Poor's_Corp Moody's.Investors,_Service Fitch IBCA Dwff and Phel s Ratin s Disclaimer:Links to external or third-party websites are provided solely for visitors'convenience.Cinks you take to other sites are done so at you�own risk and our o�ce accepts no liability tor any external linked sites or their content.Be aware that noG all financial rating companiesuse the same�ating processes. ^back to.top https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=.,. 4/28/2017 A.M.Best's Corisumer Insurance Information Center Page 1 of 1 A.M. Best's %� Co n s u m e r I n s u ra n ce C e n te r �Weleome Back Amanda DeSilver�My Mem6er CeMer�Log O�rt Need Cove.rage? � How Does Yourinsurer Rate? State Msurance Information Find insurera by state or coverage lype. � Errter e Compeny Nama ;O selea a State v', Consumar Home � Tartns to Know � Why a BesPs Rating is ImportarK � 6ontact Us � Life&ReUrement � Health&Disability � Car 8 Home � Other LI}e Events Fireman's Fund Insurance Company � Printthispage (a mamber of PJllenz olAmerica Cornpanies) A:M.Beatt 02178 NAIC it.21873 FEIN R 941810280 Address: 225 W.Washington Street Phone: 888 366-7888 Suite 1800 Faic: 312641-3797 Chicago,IL 60606-3484 INeb: www.agcs.allianz.com UNITED$TATES B@St'S R2t1119S view Definition Need More infortnation? Financial Strength Rating: A; Purchase an insurer report,complete with Outtook: Stable rating history;market share and a list of Effective Date: August 11,2016(Affirmed) competRive insurers for$9.95. Financial Size Category: XV($2 BilliOn or greater) View Sample Report Libensing: The wmpany is licensed in the District of Columbia,Guam,Puerto Rico,U.S.Virgin Islands and all states.It is also licensed in all Canadian provinces and tercitories. Top Line(s)of Business (beead upon DireU Premiums WriGen) 1. Comme►cial Multiple Peril�ew oeenrtion> 2. Other Liability(Occur►eoce)�rew Deenition) 3. Inland Marine�ew�armnion� 4. Auto(Commercial)�ew�eenrtion� 5. Flr6�ew Deenition) TO(l�$t'dt@�8�Of BUSIO@SS(baaetl upon Direct Premiums Written) 1. CelifOrtlie 2: New York 3. Texas � 4. Tennessee 5. Georgia Visit our NewsRoom for fhe IatestNews and Press Releases for this company and Rs A.M.Best Group. � Tertns of Use All infortnation provided on Uie A.M.Best website,including but not limited to tent,data,ratings,reports,images,photos,graphics,and charts is owned by or licensed.to A,M.Best Company and is profected by United States copyright laws and intemational treaty provisions.A.M.Best and its licensors retain all copyright and other proprietary rigMs to the website content Best'sGreditRatings,obtained through any source,may not be reproduced,distributed to Third Paities,or stored in a database or retrieval system in any farm for commercialpurposes without the prior written permission of the A.M.Best Company.All unauthorized use of BesYs Credit.Ratings or other published information is stricfly prohibited.By logging into BesYs Member Center oraccessing this site,you accept and agree to be bound by our complete Terms of Use. Customer Service �ProductSupport �Member Genter �Contact Info �Careers About A.M.BesJ �Site Map �Privacy Policy �Security �Tertns of Use �Legal&Licensing Copyright OO 2017 A.M.Best Company,Inc.and/or its affiliates AlL RIGHTS RESERVED. http;://www3.ambest.com/Consumers/CompanyProfile.aspx?BL=36&ambnum=002179&P... 4/28/2017 Page 1 of 2 Consumer tools , �. �...� . �4n., ; __ . . . _, �.. ..�,r 'Agent and Company Lookup; r Orders� Independent Review Decisions; XL SPECIALTY INSURANCE COMPANY Licensing � Appointments � Com.pla.ints. � Orders � Nationai_Info. � Ratings_ � Tax.Filin.gs Back#o Seacch General information Contact information Name: XL SPECIALTY INSURANCE COMPANY Registered address Mailing address Corporate family group: XL AMER GRP O T201 N MARKET STREET 70 SEAVIEW AVE SUITE 501 Organization type: PROPERTY WILMINGTON, DE 19801 STAMFORD, CT 06902 DOing Business AS (DBA): Unavailable Telephone Telephone WAOIC: 84521 203-964-5200 203-964-5200 NAIC: 37885 Status: ACTIVE _ ___ Admifted date: 08/08/1991 Ownership type: STOCK ^batk.to,top Types of coverage authorized to sell o insucance ty es Casualty Marine Ocean Marine Property Surety Vehicle ^back,to.top Agents and agencies that represent this company (Appointments) o View agents View agencies ?tiack.to.top .................. Company complaint history o View complaints� ^back.to.top � .................. Orders issued since 2010 0 No orders are found ^back.[o.[op https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=... 4/28L2017 Page 2 of 2 Premi`um tax filings by tax year o 2016 2015 2014 20.13 2012 ............. .............. .............. .............. ..........:.:. ^back#o top .................. National information on insurance companies V11ant more information about this company?The NAIC's Consumer Information_(CIS) pa�e allows you to retrieve national financial and complalnt information on insurance companies, plus has information and tips to help you undeestand current insurance issues. ^back.to.top ................... Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Grou Ratin s Stand ard:an d..Poo�'s,Corp M,00dy's_Investors,.Seryice Fitch IBCA Duff and Phel s Ratin s Disclaimer:Links to extemal orthird-party websites are provided solely for visitors'convenience.Links you take to other sites are done so at your own _ .... . risk and our office accepts no liability for any external linked sites or their content.Be aware that not-all Flnancial rating companies use th'e same rating processes. ^back to top ................. https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=... 4/28/2017 A.M. Best's Consumer Insurance Information Center Page 1 of 1 A.M, Best's . Consumer Insurance Center t���.�' �Weleome Baek Amanda DeSilver�My Member Center�Log Out Need CoVerage? � How Does Your Insurer Rate? Stafe Insurance information __ _ - Fintl insurere bysta[e o�coverege type. Entar a Cumpany Name �� . SeleG a State v� Consumer Home � Terms to Know � Why a BesYs RaGng is ImportaM � Contact Us� � Life&ReUrement Q Health 8 Disabiliry � Car 8�Home � Other Ufe Events XL Specialty Insurance Company � Printthispage (e member of XL CaNinAmence Group) A.M.Best#:00779 NAIC C 37885 FEIN#BS0277191 Address: Seaview House Phone: 203-9645200 70 Seaview Avenue Fax: 203-9643444 Stamford,CT 06902�040 Web: www.zlcatlin.com UNITED STATES Need More informa8on? B@St's Ratin.gs View Definition purchase an insurer report,complete with Financial SVength Rating: A rating history,market share anG a list of Outiook: Stable competitive insu�ers fo�$9.95. EffectiVe Date: August 03;2016(Affirmed) View Sample Report Financial Size Category: XV(EZ Billion or greater) LiC8n8ing: The company is licensed in the District of Golumbia,Guam,Northem Mariana Islands,Puerto Rico,U.S.Virgin Islands and all states.It is also licensed in Colombia and Mexiw. Top Line(s)of Buslness (basatl upon Direct Prertuums Wrilten) � 1. Other Liabili{y(Claims-made)pnew oeennion j 2. Workers'CompensaUon�rew oennn�on� 3. Ocean Marine�rew�ernnion> 4. Inland Madne(wew oennieon� 5: OtherLiabflity(Occurrence)pnew oennrt�on� TOE1$�dtB�B�Of�BUSIO@SS(Dased upon DiroclPrertuums WMten) 1. New York 2: Canada 3. California 4. Texes 5. Florida Visit our NewsRoom for the latest News and Press Releases for this company and its A.M.Best Group. � Terms of Use All informationprovided on the A.M.Best website,including but not limited rotext,data,retings,reports,images,photos,graphics,and charts is owned by or licensed to A.M..Best Company and is protected by United States copyright laws and intemational treaty provisions.A.M.Best and its licensors retain all copyright and ather proprietaryrights to the website' content. Best's CredifRatings,obtained through any source,may notbe reproduced,distributed to Third Parties,or srored in a database or retrieval system in any fortn for commercial purposes without the prior written permission of the A.M.Best Company.All unauthorized use of Best's Credit Ratings or o(her published information is sVicEly prohibited.By logging into BesPs Member Center or accessing this site,you accept and agree to be boun:d by ou�complete Terins of Use. Customer Serdice �Product Support �Memtier Center �Contact Info �Careers About A.M.Best �Site Map �Pnyacy Policy �Securiry �Terms of Use �Legal&Licensing Copynght 02017 A.M.Best Company,Inc.andlofits affiliates ALL RIGHTS RESERVED. http:/fwww3.ambest.com/ConsumerslCompanyProfile.aspx?BL=36&ambnum=000779&P... 4/28/2017 Page 1 of 2 Consumer tools ;Agent and Company Lookup' 'Orders Independent Review Decisions' _ _. AMERICAIV INSURANCE COMPAIVY THE Licensing. � Appointments � Com.plaints, � Orders � National Info. � Rating.s. � Tax Filings � , _ :.: : : :: : : : : : Backto Search� General information Contact information NameC AMERICAN INSURANCE COMPANY THE Registered address Mailing address Corporate family group: ALLIANZ INS 312 Wdlnut St Suite 1110 225 W WASHINGTON ST GRP O. SUITE 1800 Cincinnati, OH 45202 CHICAGO, IL 60606 Organizafion type: PROPERTY Doing Business As (DBA): Unavailable Telephone 513-762-5700 Telephone WAOICE 90 312-441-2177 NAIC: 21857 5tafusC ACTIVE Admitted date: 09/15/1890 Ownership type: STOCK ^back to top ................. Types of coverage authorized to sell o Insurance types Casualty Marine Ocean Marine Property Surety ^back to top .................. � Agents and agencies that represent this company (Appointments) o View agents View agencies ^back to toP .................. Company complaint history o View c_omplaints I ?back to.top Orders issued since 2010 0 No orders are found ^back to,top https://www.insurance.wa.gov/consumertoolkit/Company/CorripanyProfile.aspx?WAOIC=... 4/28/2017 Page 2 of 2 Premium tax filings by tax year o 2016 2015 2014 2013 2012 ...:......... .:.....:...._ .............. .............. .............. ^back.to,[op National information on insurance companies Want more information about this company?The NAIC's Consumer Information (CIS) page allows you to retrieve . . . .......................................................................... national financial and complaint information on insurance companie§;plus ha`s informatioo and tips to help you understand current insurance issues. ^back to top ................. Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies eharge for thei�services. A.M. Best Weiss Grou Ratin s Standard..and„Poor's.Corp Moody's_Investors Service Fitch IBGA Duff and PHeI's Ratin s Disclaimer.Links to extemal or third-party websites are provided solely for visitors'convenience.Links you take to otfier sites are done so af you�own risk and our o�ce accepts no Iiability for any external linked sites or their content.Be aware that not all financial rating companies use the same rating processes. ^back to top ................. https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile;aspx?WAOIC=,.. 4/28/2017 A.M, Best's Consumer Insurance Information Center Page 1 of 1 A:M. Best's :�,.� Consumer Insurance Center •-~'� �Weleome Back Amgnda DeSilver�My�Member Center�Log Out Need Coverage? How Does Your Insurer Rate? State Insurance Information Find insurers by state or coverage type. Enter a�Compeny Name i O Selea a State �v; Consumer Home � Terms to Know � Why a BesPs Rating is Important � Contaa Us � Life&Retirement � Health S Disability � Car&Home � Other Life Events American Insurance Company � Printthispage (e mem0er oi Aillenz of Fvnerica Canpenies) AM.Best Ik 02177 NAIC#21857� FEIN N:��22-07318t0 Address: 225 W.Washington Street Phane: 888-466-7883 Suite 1800 Fax: 312-641-3797 Chicago,IL 60606-34&4 Web: www.agcs.allianz.com UN�TED STATES B@St's.Ratings View Definition Need More informaUonl Financial Strength Rating: A+ Purchase an insurer report,complete wi4h Outlook: Stable rating history,market share and a list of Effectrve Date: August 11,2016(Affirmed) competitive insurers for$9.95. Financial Size Category: XV($2 Billion or greater) View Sample Report LICCnSing: The company is licensed in!he District of Columbia;Puerto Rico and all states. � � Top Line(s)of Busine$s (Deaed upon Direct Premiums Written) t. Commercial Multiple Peril�rew oernrcion> 2. Other Liabtlity(Occunence)�rew oeennion> 3. Workers`Compensation pnew oennn�on� 4. Fartnowners MulUple Peril�vew oeen�uon� 5. Auto(Commerciaq�new�een��on� Top State(s)of Business�ce:aa�oo�o��aa a�am��ms w�n��> 1. California 2. New York 3. Texas 4. Messachusetts 5. Florida Visit ourNewsRoom for the latest News and Press Releases for this company and its A.M.Best Group� � Temfs of Use All information provided on,theA.M.Best websile,including tiut not limited to text,data,ratings,repoRs,images,photos,graphics,and charts is owned by or licensed to A.M.Best Company and is protected by United States copyright laws and iMemational treaty provisions.A.M.Best and its licensors retain all copyright and other proprietary rights to the website content. BesYs C�edit Ratings,obtained tfirough any source,may not be reproduced,distributed to Third Perties,or stored in a datab'asebr retrie4al system in any form for commercial puPposes without the prior written pertnission of the A.M.Best Company.All unauthorized use of BesYs Credit Ratings or other published infortnation is strictly prohibited.By logging into BesYs Member Center or accessing this site,you accept and agree to be bound by our complete Terms of Use. Customer Service �Produot Support �Member Center �Contact Info �Careers About A.M.Best �Site Map �Privacy Policy �Security �Terms of Use �Legal 8 Licensing Copyright�20V A.M.Best Company,Inc.and/or its affiliates ALL RIGHTS RESERVED. http://www3.ambest.comlConsumers/CompanyProfile.aspx?BL=36&ambnum=002177&P... 4/28/2017 * /�CITY OF. -,*�_-.T , x>- , • /���-1 ' � Nancy Backus, Mayor a � ��_� ' - . - �/A$j-I[�[�]G'[�[�] 25 WestMainStreet * Aukiuin WA98001-4998 * www.auburnwa.gov * 253-931-3000 May 26, 2017 Tacoma Electric Supply LLC 1311 South Tacoma Way Tacoma WA 98409 RE: Auburn Contract No. 17-18 Project No. CP1701, Modified Type II Pole and Brackets/Plates Auburn Way South ITS Dynamic Message Sign Dear Tacoma Electric Supply: The City of Auburn is in receipt of the necessary contract do.cumentation from you on City of Auburn Contract No. 17-18 relating to the above-referenced project. Your bid bond in the amount of five percent of the tofal amount of your original bid submitted on April 27, 2017 can now be returned to you. Enclosed please find the referenced bid bond. If you have any questions or comments regarding this contract please feel free to contact the City's Contract Administration Supervsor JoAnne Andersen at 253-931- 3012. Sincerely, ��� Danielle Daskam City Clerk /dd Enclosure File: 04.10.2 CP1701 I;\clerk\contract\bid bonds\CP1701 AUBURN *MORE THAN YOU 1MAGfNED , BID BOND BOND NO. Bid Bond KNOW ALL MEN BY THESE PRESENTS: That we, Tacoma Electric Supplv. LLC , as Principal, (hereinafter called the "Principal"j, and Ar�onaut insurance Company , a corporation duly organized under the laws of the State of Iilinois as Surety, (hereinafter called the `'Surety"), are held and firmly bound unto the CITI' OF AUBURN, Washington, as Obligee, (hereinafter called the "Obligee"), in the sum of FNE PERCENT (5%) OF TOTAL AMOUNT BID not to exceed Twenty Thousand and 00/100 dollars ($ 20,000.00 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by thesepresents. WHEREAS, the Principal has submitted a bid for Modified Type ii Pole,Mast Arm, Anchor Bolts, and Brackets/Plates for Project No. CP1701 —AWS ITS Dynamic Message Sign 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 sufticient surety for the faithful performance of such contract and for the proper payinent of labor and material in the prosecution thereof, or in the event of the Yailure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee tlie difference not to exceed the penalty heieof betv✓een the amount specified ip said bid and such larger amount for which 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 void, otherwise to remain in full force and effect. SIGNED, SEALED AND DATED THIS 20th DAY OF Anril ,20�. Tacoma Electric Su��ly. LL N of Con ac r ( � igned b Principal Argonaut Insurance Company Suret Name �' Signed by S¢rety Alaina E. Anderso�, At[orney-in-Faci W VITATION TO BID ModiFcd Typc[I Polc,Mast Mn,and Brackca/Platcs Projec[No.CPI701 -AWS ITS Dynamic Mcssage Sign npril 12,2017 ' Pasc 7 of 20 Ar�onaut Insurance Cotnpany SurePath Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL Iv�N BY THESE PRESENTS: That the Argonaut Insiuznce Company,a Corporntion ddy organiud and existing�mda the laws ofthe State of ❑Iinois and heving its prindpal oflice in[he County of Cook,Illinois does fitteby nomivatq consHtute and appoint: Alaina E.Anderson Their In�e and lawful egent(s)and ettomey(s)-in-fact,each in their;epararo capscity if more thAn orte is nertied aiiovo,ro make,ezaute,seal and delivu for and on its behalf az surety,and es its act and deed any and all bonds,contracts,agreements of indertutity and othtr undertaking in.suretyship provided,howevu,that ihe penal sum of any one such insmunent executed heremder shall not exceed the sum oE sso,000,000.00 IIondNo: 6id Bond PrincipaL• Tacoma Clectric Supply,LLC Obligea CityofAuburn This�Power of Atromey is ganred and is signed and sealed under and by the authoriry of the following Resolution adopted by the Board of D'uarors of Argonaut Insursiict Company: "RFSOLVED,71iat Uie President,Senior Vice President,Vice Residwt,Assistant Vice President,Secretary,Treazurec md each of ihem hereby is authoriuA W execu(e powers of attomry,and such authoriry can be execiited by usc of facsimile signahve,whicl�may be attared or acknowledged by any officer or ettomry,of [he Company,qualifying tlie attomey�or attomeys named in fl�c given powa of attomey,to exeiute in tiefialf of,and aclmowiedge as the acCend deed of the Arbronaut Insurance Company,all bond undertakings and conhach of suretyship,and ro affix the co�porate seal thereto." M W17TJES5 WHEREOF,Argonaut Insurance Company has caused its offidal seal ro be haamro affixed and t6ese preunts ro be sip�ed by its duly authorized off cer on the I8th day of July,2013. �aS��'�•,,y Argonaut Insucance Company �F�.."" R`n'��C�i. '•- SJf oPPO i��c0 �a{�SEAL r�� � �i�ab`,��p�!!�'F' by: STATE OF 7EXA5 �,y � ,r 7oshua C.Bea, Senior Vice President COUN1'Y OF HARRIS SS: "p•O"��""O•`� On this 18th day of luty,2013 A.D.,beforo mq a Notary Public of the State of Texas,in and for the County of Hams,dWy commissioned and qualified,ceme 1TiE� ABOVE OFFICER OF THE COMPANY,ro me personally Imownto be[l�e individual and officer doscribed in,and who executed fhe preceding instnunent,and de acknowledged tlie execution of same,end being by me duly swom,deposed and said[hat lie is the officer of the said Company aforesaid,and ttiat the�seal affixed to the precedins insfrument is the Corpbrate Seal of said Compariy,snd theiaid Corporatb Seal And his sibmature as officer were duiy affized�end su6�sciibbd ro the said instcument by the authority and direetion of tlie said wryoratiog and�that Resolution adoptqd by thy Boerd of Direcrors oCsaid Company,referced to in the prec'tding insm�ment is now in force. IN 7'ESTIMONY VlHEREOF,I haye herewro set my hand,and affixed my Officia]Sea]at tlie Counry of Harris,tlie day and year first above written. rcnrn�mu M M�Ks Norun weuc J STATEOFTENAS �Q,�.tUynw�,�.YYI�,� • MYC0IAMOW.07.75d01� ' � l. (Notary Poblic) t,the.undersipied Offica of the Argonaut Insurance Company,Illinois Corporation,do liereby certify that the onginal POWER OF ATTORNEY of whioh tl�e foregoing is a full,We and coaat copy is still in full force and eCfecj.end has not ban revokod. IN WI7NFSS�WHEREOF,1 haye herounto set my Aand,and affixed die Seal of said Company,on the ZOth day af April 2017 u,mm�nnn,.,, ,�°aSURANC°c,, R�~�o�0����4 � �t'��""� fx��`SEAL�j�� ��c`�`__ $i�o• ,n�i Ty�d'bt�(1,N0�;3•'y?3 Sazah Heineman, VP-Undenvriring Surery �^•'�nv.pnn m,nM�. IF YOfJ HAVE QUESTIONS ON ALJTHENTICITV OF�THIS DOCUMENT CALL(210)321-Sd00. ACKNOWLEDGMENT BY SURETY STATE OF Minnesota l County of Hennepin I 55. On this �, ` o� day of � I �I� ,beforeme personally appeared Alaina E. Ande�son ,known to,me to be Ihe Attomey-imFact of Ar9onaut Insurance Company ,the corpora[ion that exewted the within instrument,and acknowledged to me[ha[such corporation execu[ed the same. IN WITNESS WHEREOF,1 have hereunto set my fiand and affixed my ofticial seal,at my office in the aforesaid Counry,the day and year in this certificate firs[abo4e writ[en. � ��� 'i"�- _ Notary Public in the S[ate of Minnesota �,.r.f, Counry of Hennepin � Kesha N. Greene NOTARY PUBLIC %. ' � Sta4e of Minnesota 1+: : •� MyCommissionEcpires�-31•YOYY s-ozaoicE im9s XOP CITY OF AUBURN BIDDERS LIST • Modified Type II�Pole��and�Breckets/Plates��forCP1701c Aubum Way Project Name: South ITS Dynamic Message Sign. Bld Date/Time: 4/27/17,2:00 PM Supply and Delivery of�Modified:type II pole,mastarm,�mounting ProjectDescription:� brackets/plates�to support dynamic message sign. Project#: CP1701 Engineer'§Estimate: $14,260.00 Conbact#: 17-18 BiA No �Contrector Bond Addenda BidAmount Address Phone# fmail rc. ✓ — I I�.Ov �3�� 5o�,�ra�oHa 7�accwa �1a �t�l