Loading...
HomeMy WebLinkAboutC222A Contract 16-06 S. 277th St. CITY OF * ** j_JJ31JJtJ .4 Nancy Backus, Mayor WASH IN GTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 July 12, 2016 CERTIFIED MAIL RETURN RECEIPT REQUESTED Robert Scarsella Scarsella Bros., Inc. PO Box 68697 Seattle, WA 98168-0697 NOTICE TO PROCEED RE: Project C222A, S 277th St Corridor Capacity & Non-motorized Trail Improvements, Contract #16-06 You are hereby notified to proceed as of July 12, 2016 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 240 working days for completion. Prior to beginning any ground disturbing activities, per Section 8-01.3(1)F (SWPPP Preparation and General Permit Compliance), approval of the SWPPP document is required. Per the Nationwide Section 404 Department of the Army Permit (Corps of Engineers) referenced in Section 1-07.6 (Permits and Licenses), in water work may not begin until the City receives approval of the City's Final Wetland and Aquatic Mitigation Plan (Mitigation Plan). Approval of the Mitigation Plan is actively being pursued, but not yet received. If you have any questions, please contact the inspector for the project, Todd O'Brien at 253-804-5081 or the Contract Administration Specialist Supervisor, JoAnne Andersen at 253-931-3012. Sincerely, ,'rid Garr Asst. Director of Engineering/City Engineer Community Development & Public Works Department I G/cw/as Enclosure cc: Dani Daskam, City Clerk Kim Truong, Project Engineer Todd O'Brien, Project Inspector File 13.11 Project# C222A AUBURN *MORE THAN YOU IMAGINED I CONTRACT Contract No. 16-06 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this day of „TA[LI , 20 16, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Scarsella Brothors, Inc., PO Box 68697, Seattle, WA 98168, hereinafter called the CONTRACTOR. i3ro5• WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "C222A, S 277th St Corridor Capacity & Non-motorized Trail Improvements," which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project C222A, S 277th St Corridor Capacity & Non-motorized Trail Improvements — adding three new travel lanes and a separated non-motorized Porous Hot-Mix Asphalt trail on S 277th Street by expanding the roadway to the south, installing and monitoring preload, constructing retaining walls, installing 3,976 linear feet of storm drainage improvements, a fish passable culvert, 408 linear feet of waterline improvements, street lighting, modifying existing traffic signals, installing a variable message sign (VMS) system, permanent signing, pavement striping, installing landscaping, completing onsite stream mitigation, and performing Contractor provided survey for a unit, bid price of five million four hundred seventy-eight thousand one hundred twenty-five dollars and fifty-three cents ($5,478,125.53) and Washington State Sales Tax of thirteen thousand nine hundred seventy-four dollars and two cents ($13,974.02) for a total contract value of five million four-hundred ninety-two thousand ninety-nine dollars and fifty-five cents ($5,492,099.55) 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 240 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 KCVA •at-km N 4, :ackus,Mayor Countersigned: this e"day of 51A , 2016 ATTEST: &(/ W anielle E.Daskam,City Clerk APPROVED r TO FORM. ism .niel B. Heil, ity Attorney SCARSL .A' 'r! :-'-., INC. /r By � '� r,..r.,..... - Authorized Official Signature Bob Scarsella, Vice President M CONTRACT BOND CONTRACT NO. 16-06 BOND NO. 023036199 BOND TO CITY OF AUBURN,WASHINGTON KNOW ALL MEN BY THESE PRESENTS: Bros. Inc. That we, the undersigned, Scarsella i ift lg1tXX, PO Box 68697, Seattle, WA 98168, as principal, and Liberty Mutual Insurance Company ,a corporation, organized and existing under the laws of the State of Massachusetts as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Auburn, Washington, in the penal sum of five million four hundred ninety-two thousand ninety-nine dollars and fifty-five-cents ($5,492,099.55), for the payment of which sum we jointly and severally bind ourselves and our successors, heirs, administrators or personal representatives as the case may be. This obligation is entered into in pursuance of the Statutes of the State of Washington and the Ordinances of the City of Auburn, Washington. �J Dated at Auburn, Washington, this '_ day of 3U . 20 IL9 . Nevertheless, the conditions of the above obligation are such that: WHEREAS, the City of Auburn on the 20th day of June, 2016, let to the above bounden principal a certain Contract. The said Contract being numbered 16-06, and providing for the construction of Project C222a, S 277th St Corridor Capacity & Non-motorized Trail Improvements - adding three new travel lanes and a separated non-motorized Porous Hot-Mix Asphalt trail on S 277th Street by expanding the roadway to the south, installing and monitoring preload, constructing retaining walls, installing 3,976 linear feet of storm drainage improvements, a fish passable culvert,408 linear feet of waterline improvements, street lighting, modifying existing traffic signals, installing a variable message sign (VMS) system, permanent signing, pavement striping, installing landscaping, completing onsite stream mitigation, and performing Contractor provided survey(which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted,or is about to accept,the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, if the above bounden principal shall faithfully and truly observed and comply with the terms, conditions, and provisions of said Contract in all respects and shall well and truly and fully do and perform all matters and things by them undertaken to be performed under said Contract, upon the terms proposed therein, and any and all duly authorized modifications of said Contract that may hereafter by made, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the carrying on of said work and shall hold said City of Auburn, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall in all respects faithfully perform said . Contract according to law, and shall indemnify and hold the City of Auburn, Washington, harmless from any damage or expense by reason of failure of performance, as specified in said Contract, and The undersigned principal and the undersigned surety present this contract bond related to the Contract, PROVIDED that this document shall not be enforceable unless and until the City of Auburn awards and executes the Contract to the undersigned principal. No obligations under this bond, for the performance of the above-referenced contract, shall be enforceable until the City of Auburn has executed the contract to the undersigned principal. The Surety, hereby agrees that modifications and changes may be made in the terms and provisions of the aforesaid Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Contract Bond in a like amount, such increase; however, not to exceed twenty — five percent (25%) of the original amount of this bond without the consent of the Surety. PROVIDED, however, that after the acceptance of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this bond, shall be reduced to either ten percent (10%) of the value of the improvements to the City or two thousand dollars ($2,000), whichever is greater, to warranty against defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after acceptance. Not withstanding the reduction of this bond, the principal and surety shall hold the City of Auburn harmless from all defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after acceptance, THEN and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions of this bond,that the decisions of the Courts of the State of Washington shall be binding. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this 24th day of June . 20 16 . Ale pr carsella M)tXNo 4XX,Principa Bros. Inc. Liberty Mutual Insurance Company Surety By Cyntli .Jay Attorney in Fact Propel Insurance 925 Fourth Avenue, Suite 3200 Seattle,WA 98104 206-676-4200 Resident Agent's Address&Phone Number 1 rIIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits 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. 7328988 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State 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;Barbara A.Johnson;Brandon K. Bush;Brent E. Heilesen;Carley Espiritu;Christopher Kinyon; Cynthia L.Jay; Diane M. Harding; Eric A.Zimmerman;James B. Binder;Jamie Diemer;Jennifer L. Snyder;Jon J.Oja;Julie R.Truitt; Karen C. Swanson; Kristine A.Lawrence;Mitchell R. Smee; 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,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other 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 the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed ` thereto this 14th day of April , 2016 Pg1D CgSG �w w$� `�NsuR V,NSuq American Fire and Casualty Company -a ,4.1,_.,.<5....400,.4%-f,,,,:6,4 0.6.0R4,,,N, J,J,7.,„W'o r�tir� ie���9,0�+,��� The Ohio Casualty Insurance Company N a 1906 0 0 1919 n F 1912 , . 1991 Liberty Mutual Insurance Company a.) 2 ° a s West American Insurance Company rn �44.e NA MPSi�� d� .J��-.4AMpyHP.aD � 9i.; � 7 Y — By: "�J�� >. C STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary co 1- COUNTY OF MONTGOMERY c 2 pt On this 14th day of April , 2016 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v F. w c Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,W 0 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Ili IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O 0. CD m Pq COMMONWEALTH OF PENNSYLVANIA �J-� LI2&() ++p UTeresa Pastella,Notary Public O O ` OF Plymouth Twp.,Montgomery County By: L-0 Teresa Pastella,Notary Public 0 C L -g, VP�Q My Commission Expires March 28,2017 al Yti�q�7tt Member,Pennsylvania Association of Notaries 0E c03 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance ,U)o j. Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: t 0 ON �� C2 ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 C t a; to such limitation 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, 0 C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective 'a S E ai powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so i0 0 p 03 executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >G 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. +,N r. c ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E(V • 2 and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, L tq Z '• 5 seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their Coo' respective powers of attorney,shall have full 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 v 0 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 V 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- I— fact as may be necessary to act on behalf of the Company to 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 mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,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 thisc-'/ day of .7 ti2--- ,20 1 (C ti0CgS fl SPIN , ,,tecU4 NtNS(J9 2n jJ�.°ppORq),tir� ��Lc pPPOIN�n'I'Ctt'n . 1912 ° a 1991 ° By: ado,OP___________ '% 3 2 O `—''''t9,)1,.4., b a d�1r,, as 9,1k O $ s<q a x\,,, /2 Gregory W.Davenport,Assistant Secretary 41,7'''''''''''c'''' J\HnMPti�*ad J ':9010• <.- 4,0101^/-V 618 of 800 LMS_12873_122013 Page 1 of 2 Consumer tools Agent and Company Lookup Orders Independent Review Decisions LIBERTY MUTUAL INSURANCE COMPANY Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings Back to Search General information Contact information Name: LIBERTY MUTUAL INSURANCE COMPANY Registered address Mailing address Corporate family group: LIBERTY MUT GRP 0 175 BERKELEY ST 100 LIBERTY WAY Organization type: PROPERTY BOSTON, MA 02117 DOVER, NH 03820 WAOIC: 733 Telephone Telephone NAIC' 23043 617-357-9500 617-357-9500 Status: ACTIVE Admitted date: 10/30/1933 Ownership type: STOCK back to top Types of coverage authorized to sell o Insurance types Casualty Marine 'Ocean Marine Property 1 (Surety EVehicle back,to.top Agents and agencies that represent this company (Appointments) o View agents View agencies 1'back to top Company complaint history o View complaints back to top Orders issued since 2015 o No orders are found back to top Disciplinary orders 2008-2014 o https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOI C=... 6/30/2016 Page 2 of 2 No disciplinary orders are found Looking for other types of orders? Our Pre-2015 orders search allows you to search orders prior to 2015. back to top Premium tax filings by tax year o 2015 2014 2013 2012 2011 back[o .....top ............ 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 companies, plus has information 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 charge for their services. A.M. Best Weiss GrouRatins Standard and Poor's Corp Moody's Investors Service LFitch IBCA, Duff and Phelps Ratings back to top https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=... 6/30/2016 Liberty Mutual Insurance Company - Company Profile - Best's Credit Rating Center Page 1 of 2 f A.M. Best Rating Services Welcome Back JoAnne Andersen My Member Center Los Out A.M.Best I A.M.Best Rating Services I A.M.Best Information Services About I Careers I Events I Support I Contact Rating Search:I I Search n Advanced Search L Print this page Rating Services Home Ratings »Recent Rating Activity Liberty Mutual Insurance Company (2) Search for a Rating A.M.Best#:002283 NAIC 5:23043 FEIN#:041543470 Regional Centers y Domiciliary Address Rating Process&Definitions „ 175 Berkeley Street Assigned to Rrrtew »Understanding Bests Ratings Boston,MA 02117 insurance � " n Guide to Best's Ratings United States companies i that have, n Financial Strength Rating Guide lin our opinion,an excellent ability n Issuer Credit Rating Guide Web:www.LibertyMutualGroup.com i to meet their ongoing insurance »Issue Rating Guide Phone:617-357-9500 obligations National Scale Rating Guide Fax:617-574-5955 - »Country Risk Information a Market Segment Outlook Based on A.M.Best's analysis,051114-Liberty Mutual Holding Company Inc.is the AMB Ultimate Parent and identifies the Rating Methodology topmost entity of the corporate structure.View a list of operating insurance entities in this structure. Industry Research Best's Credit Ratings Industry&Market Centers a I Financial Strength Rating View Definition (Best's Credit Rating Analyst Contact an Analyst s Rating: A(Excellent) Rating Issued by:A.M.Best Rating Services,Inc. Conferences&Events a I Affiliation Code: p(Pooled) Senior Financial Analyst:Michael W.Russo Awards&Recognitions Financial Size Category: XV($2 Billion or greater) Vice President:Michael J.Lagomarsino,CFA,FRM Data Submission Center v Outlook: Stable Action: Affirmed Regulatory Information y i Disclosure Information Effective Date: October 08,2015 Rog'1► View A.M.Best's Rating Disclosure Form I Initial Rating Date: June 30,1922 f C Find a Be.ct'e Credit Ruling 1 Guarantor(s)-also see the Rating Disclosure Form for Enter a Company Name -21 Long-Term Issuer Credit Rating View Definition the following companies,as they guarantee rated debt issues for this company. Advanced Search Long-Term: a 051114-Liberty Mutual Holding Company Inc Outlook: Stable Action: Affirmed A.M.Best Affirms Ratings of Liberty Mutual Holding A-M.Best Rating Services Effective Date: October 08,2015 i — Company Inc.and Its Subsidiaries Contact Information a Initial Rating Date: November 23,2004 October 08,2015 u Denotes Under Review Best's Saline IRating History A.M.Best has provided ratings&analysis on this company since 1922. I Financial Strength j Long-Term Issuer Credit Effective Date Rating Effective Date Rating 110/8/2015 A 10/8/2015 a i 9/24/2014 A 9/24/2014 a 8/14/2013 A 8/14/2013 a 7/26/2012 A 7/26/2012 a 6/16/2011 A 6/16/2011 a Rated Issues Issue Ratings Date Issued Amount Coupon Issue Type Rating Effective Date Outlook/Implication 05/11/1995 150,000,000 USD 8.505% Surplus Notes bbb+ 10/08/2015 Stable I 10/09/1997 500,000,000 USD 7.697% Surplus Notes bbb+ 10/08/2015 Stable 10/16/1996 250,000,000 USD 7.875% Surplus Notes bbb+ 10/08/2015 Stable (i)Denotes Indicative Rating Related Financial and Analytical Data 1 The following links provide access to related data records that A.M.Best utilizes to provide financial and analytical data on a consolidated or I branch basis. AMB#Company Name Company Description 087060 Liberty Mutual Insurance Company CAB Represents the Property/Casualty financials for the Canada Branch of this legal entity. LAMB Credit Reports 14.1 AMB Credit Report -includes Best's Financial Strength Rating and rationale along with comprehensive analytical \ .; commentary,detailed business overview and key financial data. Report Revision Date:6/8/2016(represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. View additional news,reports and products for this company. http://www3.ambest.com/ratings/entities/CompanyProfile.aspx?ambnum=2283&URatingl... 6/30/2016 Liberty Mutual Insurance Company - Company Profile - Best's Credit Rating Center Page 2 of 2 . f I Press Releases Date Title Oct 08,2015 A.M.Best Affirms Ratings of Liberty Mutual Holding Company Inc.and Its Subsidiaries Sep 24,2014 A.M.Best Affirms Ratings of Liberty Mutual Holding Company Inc.and Its Subsidiaries Apr 17,2014 A.M.Best Affirms Ratings for Republic Indemnity Company of America and Its Affiliates Aug 14,2013 A.M.Best Affirms Ratings of Liberty Mutual Holding Company Inc.and Its Subsidiaries Jul 26,2012 A.M.Best Affirms Retinas of Liberty Mutual Holding Company Inc,and Its Subsidiaries May 04,2012 A.M.Best Assigns Ratings to Liberty Mutual Group Inc.'s New Senior Unsecured Notes Jun 16,2011 A.M.Best Revises Outlook to Stable for Liberty Mutual Holding Company Inc.and Its Subsidiaries Jun 11,2010 A.M.Best Affirms Ratings of Liberty Mutual Holding Company Inc.and Its Subsidiaries Dec 12,2008 A.M.Best Assigns Ratings to Liberty Mutual Insurance Europe Limited Mar 05,2008 A.M.Best Affirms Ratings of Liberty Mutual Group,Inc.,Its Subsidiaries and Liberty Life Assurance Company of Boston 1 2 Page size: 10 19 items in 2 pages European Union Disclosures A.M.Best-Europe Rating Services Limited(AMBERS),a subsidiary of A.M.Best Rating Services,Inc.,is an Extemal Credit Assessment Institution(ECAI)in the European Union(EU).Therefore, credit ratings issued and endorsed by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M.Best Asia-Pacific Limited(AMBAP),Australian Registered Body Number(ARBN No.150375287),is a limited liability company incorporated and domiciled in Hong Kong.AMBAP is a wholesale Australian Financial Services(AFS)Licence holder(AFS No.411055)under the Corporations Act 2001.Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.AMBAP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product.AMBAP Credit Ratings are intended for wholesale clients only,as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst.AMBAP Credit Ratings are statements of opinion and not statements of fact.They are not recommendations to buy,hold or sell any securities or any other form of financial product,including insurance policies and are not a recommendation to be used to make investment/purchasing decisions. Important Notice:A.M.Best's Credit Ratings are independent and objective opinions,not statements of fact.A.M.Best is not an Investment Advisor,does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice.A.M.Best's credit opinions are not recommendations to buy,sell or hold securities,or to make any other investment decisions.For additional information regarding the use and limitations of credit rating opinions,as well as the rating process,information requirements and other rating related terms and definitions,please view Understanding Best's Credit Ratings. About A.M.Best I Site Map I Customer Service I Member Center I Contact Info I Careers I Terms of Use I Privacy Policy Security I Legal&Licensing Regulatory Affairs-Form NRSRO-Code of Conduct-Rating Methodology-Historical Performance Data Copyright©2016 A.M.Best Company,Inc.and/or its affiliates ALL RIGHTS RESERVED. http://www3.ambe st.co m/rating s/entities/C ompanyPro fi l e.aspx?ambnum=22 8 3&URatingl... 6/30/2016 CITY OF AUBURN � COMMUNITY DEVELOPMENT AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 DATE 06/6/16 =Y� Project Number C222a,Contract No.16-06 S 277th St Corridor Capacity&Non-motorized Trail Improvements Bid Opening Date: June 9,2016 11:00 AM PDT The following revisions,additions,and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting his/her bid. =RM BID PROPOSAL PACKAGE: 1. REPLACE the entire Original Bid Proposal Package with the attached Revised Bid Proposal Package. a. The following is a summary of changes to the Original Bid Proposal Package: i. Bid Item 18(Remove and Reset Fence)on Page 2 of the Proposal Form is deleted and the subsequent Bid Item numbers have been revised. =` ii. Bid Item 47(Revised to Bid Item 46)(Ductile Iron Pipe,Special Class 52,Storm Pipe,12 inch Diam.)on Page 4 of the Proposal Form is revised from 803 LF to 824 LF. iii. Bid Item 50(Solid Wall Polyvinyl Chloride(PVC)Storm Pipe SDR-35, 12 inch Diam.)on Page 4 of the Proposal Form is deleted and the subsequent Bid Item numbers have been revised. iv. Bid Item 51(Revised to Bid Item 49)(Polypropylene Storm Sewer Pipe 12 inch Diam.)on Page 4 of the Proposal Form is revised from 154 LF to 391 LF. v. Bid Item 52(Revised to Bid Item 50)(Polypropylene Storm Sewer Pipe 18 inch Diam.)on Page 4 of the Proposal Form is revised from 2,323 LF A— to 2,079 LF. vi. Bid Item 55(Revised to Bid Item 53)(Manhole Type 1,48 In.Diam.)on Page 4 of the Proposal Form is revised from 12 Each to 13 Each. Wage E 7 PART 2:TECHNICAL SPECIAL PROVISIONS: _a._ 1. REPLACE the"Removal of Structures and Obstructions"table in Section 2-02.1 at m MO (Description)with the following table: 1= Item Description Quantity- Quantity, Unit '�- :_; Schedule A -.Schedule C �-,Et-`'- Storm Pipe 471 308 Linear Foot 4- Air-Vac Assembly 1 Each iM. Blow-off Assembly 1 Each =ice Ecology Blocks 6 Each a- =-, Area Light 1 Each - ! f" Catch Basin/Manhole Structures 6 3 Each `a Chainlink Fence 1,340 Linear Foot 3.1=1 Hydrant 1 Each Via= Piezometer 3 Each -- ._ Reinforced Concrete Culvert Structures(2 units 150 Linear Foot - at 4'high x 6'wide.each) ilikT _ Signs 10 Each 7-'...---f, Wire Fence and Wood Posts 600 Linear Foot (West side of G Street NE adjacent to proposed .- tla ditch regrading) 1! i =' d l 11121 CLARIFICATION:Wire Fence and Wood Posts is added.No other changes were made to lF the table. g !s 2. DELETE the following second paragraph in Section 2-02.4(Measurement): '4- r=: El __ Remove and Reset Fence will be measured by the linear foot. E 3. DELETE the following bid item with description in Section 2-02.5(Payment): Ergo Per Linear Foot =_—_ _ _= csa 4. DELETE the following bid item in Section 7-04.5(Payment): Solid Wall Polyvinyl Chloride(PVC)Storm Pipe,SDR 35,_inch Per-Linear--Feet ti m - D4am 2IPage E `ARE _ ^ 5. ADD the following to Section 7-09.2(Materials) MIWS -„a_!1E--i-11. Casing Spacers -__i= 1 Casing spacer shall be atwo-niece shell per carrier pipe and made from T-304 stainless steel of a _ ' minimum 14 gauge thickness.Each shell section shall be lined with a 0.090"thick,ribbed PVC ] l extrusion with a retaining section that overlaps the edges of the shell and prevents slippage. -21-1NE._ Bearing surfaces(runners)shall be ultra-high molecular weight polyethylene(UHMW)to ▪=_=`=_ provide abrasion resistance and a low coefficient of friction(0.12).The runners shall be attached -=:ow = rg to support structures(risers)at appropriate positions to properly support the carrier pipe within -= 21 the casing pipe and to ease installation.The runners shall be mechanically bolted to the riser.The - bolt heads are welded to the inside of the risers for strength.Risers shall be made of T-304 ▪1 - stainless steel of a maximum 10 gauge.All risers shall be MIG welded to the shell.Bottom risers 6"and over in height shall be reinforced.All reinforcing plates shall be 10 ga.T-304 stainless - *= steel and shall be MIG welded to mating parts. __'== Spacers shall center and restrain the carrier pipe within the casing. Spacers shall be sized such "_ that the height of the risers and runners are to center the carrier pipe in the casing pipe with a top = ▪y clearance between the casing pipe and the extreme outside diameter of the ioint(bell,seam weld, -...,..-21---Q igzR joint clamp,...)of the carrier pipe of three-fourths inch minimum. q M- Casing spacers shall be Model CCS as manufactured by Cascade Waterworks Mfg.Co.of N;- Yorkville,IL or approved equivalent. Casing End Seals = = Casing end seals shall be a pull-over type construction and made from Neoprene with T-304 ---_-E-M.-----4_ = stainless steel bands for securing the ends of the end seal to the casing pipe and carrier pipe. Casing end seals shall be Model CCES as manufactured by Cascade Waterworks Mfg,Co.of Yorkville,IL or approved equivalent. " E- = 6, ADD the following Section to 8-12(Chain Link Fence and Wire Fence): =-▪ __o 8-12.2 MATERIALS SUPPLEMENT " =_ (August 3,2009 WSDOT GSP) Section 8-12.2 is supplemented with the following: 4 Coated Chain Link Fence Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per square foot =7 � of surface area. • Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the ^n manufacturer's written instructions. The Contractor shall provide the Engineer with the =_aMa = a manufacturer's written specifications detailing the product and method of fabrication. The color Tm shall match Federal Standard 595 color number***27038 black***,or be as approved by the Engineer. Maggi =vim = 3IPage Samples of the coated fencing materials shall be approved by the Engineer prior to installation y_�__ on the project. - -= The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 =eI -tr-4 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used.This work shall consist of furnishing and installing split rail fence as =___ shown on the Plans. 7. ADD the following to Section 8-12.3(Construction Requirements): _-__= Coated Chain Link Fence Coated Chain Link Fence Type 4 shall be constructed around the perimeter of the pond as depicted in the Pond Grading Plan on Sheet 43 of the Plans. The fence shall be centered in the _ bench as depicted in Drainage Pond Section A on Sheet 44 of the Plans and constructed per 1 _ WSDOT Standard Plan L-20.10-03. =--f_ ` Coated Chain Link Gates The access gate identified on the Pond Grading Plan,Sheet 43.shall be a Double 20 Ft.Coated _g=F. Chain Link Gate and constructed per WSDOT Standard Plan L-30.10-02.The color of coated gates shall match the color of the adjoining chain link fence. -= 8. REVISE the following bid items in Section 8-12.5(Payment)to read: -,---=-a,-` . Coated Chain Link Fence Type Per Linear Foot =--E. Double 20 Ft.Coated Chain Link Gate Per Each _ ;L 9. ADD the following payment description to Section 8-12.5(Payment): -` The unit Contract price per linear foot for"Coated Chain Link Fence Type "shall be full = _ payment for all costs for the specified work including construction of end,corner,and pull posts = _- and brace posts,construction of the"man"gate where shown on the Plans and all other _ __ requirements of Section 8-12 for Chain Link Fence,unless covered in a separate Bid Item. _ 1-5= CONTRACT PLANS: 1. Plan Sheets 23-30(Roadway and Storm Plan and Profile Sta_to Sta a. REVISE the 3td General Note to read: - "For precast dual-faced sloped mountable curb limits see sheets 36-40." E. - 2. Plan Sheet 24(Roadway and Storm Plan and Profile Sta 102+50 to Sta 107+50) a. REVISE the profile material callout on the pipe between CB#V799 and MH#V816 to ` read: Fs - --=-- 12" =12"SD(PP) alpage 3. Plan Sheets 26-28(Roadway and Storm Plan and Profile Sta_to Sta_) --=- a. ADD the following Street Construction Note: 1 - __ 11 Dual-Faced Cement Conc.Traffic Curb and Gutter per WSDOT Standard Plan F- 12.03 .r.! Ali This note shall be applied to the following locations: • Station 116+51,8.5'Lt to Station 120+78,8.5'Lt fl--*� I • Station 122+01,13.5'Rt to Station 124+53.55,13.5 Rt ;ate:.= 4. Plan Sheet 28(Roadway and Storm Plan and Profile Sta 122+50 to Sta 127+50) a. REVISE the plan view pipe material callout on the outlet pipe from MH#V811 to read: E C_ 0, 18"SD(PP) b. REVISE the profile view structure type callout on MH#V81 I to read: 48"Type 1 5. Plan Sheet 35(Water Plan and Profile Sta 123+00 to Sta 125+00) a. REVISE the specified length of the casing in the plan view of the Culvert Crossing `=i Detail 1 to read: _SMF 30 ft-24 inch STL Casing -=== 6. Plan Sheet 43(Pond Grading Plan) � ' . a. REVISE the pipe material callouts for Storm Construction Note 17(CB#26)to read: 18"PP Pipe IE=44.5 IN(E) 18"PP Pipe IE=44.4 OUT(W) By signing the space provided in the"Receipt of Addenda"section of the"Bid Proposal -. Package",bidders certify and acknowledge receipt of Addendum No.1 and to due considerationj 1 _ thereof in preparing and submitting the"Bid Proposal Package". i Failure to acknowledge receipt of this Addendum on the"Bid Proposal Package"may be I `; I considered an irregularity in the"Bid Proposal Package". ! Ingrid E. __ City Engineer/Ass. 'rector of Engineering Services - _ sip.,_