Loading...
058-20 - Pape & Sons Construction, Inc. - ContractCONTRACT CITY OF PORT ORCHARD MAPLE AVENUE IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT CONTRACT NO. C058-20 THIS CONTRACT ("Contract") is made and entered into this day of , 20___, by and between the City of Port Orchard, a municipality incorporated and existing under the laws of the State of Washington, hereinafter called the "City," and PAPS & SONS OQNgIRU MON, INC , hereinafter called the "Contractor." WITNESSETH: That the Contractor, in consideration of the covenants, agreements and payments to be performed and made by the City, hereby covenants and agrees to furnish all labor, tools, materials, equipment and supplies required for, and to execute, construct and finish in full compliance with the Contract Documents, MAPLE AVENUE IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT. The Contractor further agrees to perform all such work for the Contract Price stated in the Contractor's Bid Proposal dated 8 - 6 - 2 0 2 0 , attached hereto and incorporated herein by this reference as if set forth in full. The Contract Documents, duly identified, together with the Instructions to Bidders, a confirmed copy of the Proposal made by the Contractor on a-5-`0-'0 . and the 2018 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, as modified by Amendments and Special Provisions, are hereby made a part of this Contract and are mutually cooperative therewith. Time is of the essence of this Contract. It is agreed that the work covered by this Contract shall start within 21 calendar days after Notice to Proceed is issued and that all construction shall be complete within 9 0 calendar days after the Notice to Proceed Date. It is further agreed that the City will suffer damage and be put to additional expense in the event that the Contractor shall not have the specified portions of the work completed in all its parts in the time specified, and as it may be difficult to accurately compute the amount of such damage, the Contractor expressly convents and agrees to pay to the City liquidated damages, the sum as calculated by the equation shown in Section 1-08.9 of the WSDOT Standard Specifications, for each and every working day said work is not complete beyond the time shown in the Proposal. Contractor understands that her/his bid response documents and any contract documents may be subject to release under the Public Records Act Chapter 42.56 RCW and the City may be' required to disclose such documents upon a request. Contractor acknowledges that s/he has been advised to mark any records believed to be trade secrets or confidential in nature as "confidential." If records marked as "confidential" are found to be responsive to the request for records, the City as a courtesy to the Contractor, may elect to give notice to Contractor of the request so as to allow Contractor to seek a protective order from a Court. Contractor acknowledges and agrees that any records deemed responsive to a public records request may be released at the sole discretion of, and without notice by, the City. City of Pori Orchard Maple Avenue Improvements and Wafer Main Replacement Project LD-45 Contract Documents Contract W iIli this Contract, Contractor is furnishing a Corporate Surety Bond in the amount of ()NF KU1.10N -A%0 HLM M SEVEM no II-IOI)SAND NEM AN1EdicAN SpBaALTY SIX TM)RM TWM''Y NINE DOUARS & 50/lEbllars ($1,272,629.50) with as Surety, to insure full compliance, execution and performance of this Contract by the Contractor in accordance with all its terms and provisions. In the event of litigation, venue shall be within Kitsap County, Washington, IN WITNESS WHEREOF the parties hereto have caused these presents to be duly executed. CITY OF PORT ORCHARD By; Robert Putaansuu, Mayor CONTRACTOR By: — Title: ——PMII]1±N1.' Address: 9401 BIUAC CH RD, SU.il'E 1A GIG HAR X, WA %332 ATTE, Brandy • - earson, MZMCCity Clerk APPROVED AS Q-FORM: 'Eharlotte Archer, City Attor ey-- ``ptis nui+r+r+�qtr POR r F•'��'++711rs�1y�'""� �'L City ojPort Orchard Maple Avenue Improvements and Water Main Replacement Project LD-46 Contract Documents Contract PROPOSAL CITY Or PORT ORCHARD MAPLE AVENUE IMPROVEMENTS AND WATER Main REPLACEMENT PROJECT CONTRACT NO. C058-20 To: Mayor and City Council City of Port Orchard, Washington Contractor: -PAPE & SONS CONSTRUCTION, INC State License No.: PAPESI*204DE Date: 08/06/2020 Mon t/Day/Year Bidder's Declaration and Understanding The Bidder declares that s/he has carefully examined the Contract Documents for the construction of the project, (hat s/he has personally inapec:tcd [lie site, tliat s/he has satisfied lice/hiimolf as to the quantities involved, including materials and equipment, and conditions of vvork involved, includuig the fact that the description of die quantities of work and maWrials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according the provisions and under the terms of the Contract Documents, which Documents are hereby m ade a part of this Proposal. The Bidder further declares that s/lie has exercised her/his own judgment regarding the interpretation, of subsurface information and has utilized all data, which alhe belicvw peirtincnt from City and other sources and has made such independent investigations as the Bidden- docnis necessary in arriving at her/his conclusions. Bidder understands that any bid response documents may be subject to release under the Public Records Act Chapter 42.56 RCW and the City may be required to disclose bid responses upon a request. Bidder acknowledges that s/he has been advised to mark any records believed to be trade secrets or confidential in nature as "confidential." If records marked as "confidential" are found to be responsive to the request for records, the City as a courtesy to the Bidder may elect to give notice to Bidder of the request so as to allow Bidder to seek a protective order from a Court. Bidder acknowledges and agrees that any records deemed responsive to a public records request may be released at the sole discretion of, and without notice by, the City. ContractAward -�'h�rw�srd-•vf-the=C:anirte�wil-l—be.--btesed==an�l79q�5tandard�geecf eatiotts--Section--1=0•''-.-)-1; :" The City reserves the right to reject any and all bids or waive any informality in the bidding and make the award as deemed to be in the best interest of the City. Contract Execution The Bidder agrees that if this Proposal is accepted, s/hewill, within fourteen (14) calendar days after Notice of Award, complete and sign the Contract in the form annexed hereto, and will at that time deliver to the City executed copies of the Performance Bond, Labor and Material Payment bond, the Certificate of Insurance, and other documentation required by the Contract Documents, and will, to the extent of her/his Proposal, furnish all machinery, tools, apparatus and other means of construction and do the work and furnish all the materials or services necessary to complete all work as specified or indicated in the Contract Documents. City of Port Orchard Maple Avenrte Improvements and WaterMain ReplacefnentProject LD-19 Contract Documents Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Start of Construction and Contract Completion The Bidder further agrees that within 14 calendar days of the Notice to Proceed date, s/he will meet with engineering personiacl and begin work no earlier than the Nutlet; to Proceed date, and complete (lie Base Bid connsti-netion within 90 calendar days of the Notice to Proceed date; and if selected, the Base and Alternate Bids colrstniction within 150 calendar days of the Notice to Proceed date. Lump Sum and UnitPrice Work The Bidder further proposes to accept as full payment far the work proposed herein the amounts computed under the provisions of the Contract Documents and based on lump sum and unit price amounts, it being expresKly understood that the unit prices are i ndepcndLat of the exact quantities involved, lic Bidder agrees that die hi rips suet prices and the unit price represent a true measure of the labor, services, and materials rcgtuircd to perform the work, includutg all allowances for overhead and profit for each type and unit of work called for in these Contract Documents. If any material, item, or service required by the Contract Documents has not been mentioned specifically, the same shall be furnished and placed with the understanding that the full cost to the City has been merged with prices named in the proposal, Cirri of Port orchard Maple Avenve Improvements and;VaterMain Rep lace men tProject GD-20 Contract Documents Proposal Provided to Builders Exchange of WA, Inc. For usage Canditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE OF CONTRACT PRICES MAPLE AVENUE IMPROVEMENTS AND WATER REPLACEMENT PROJECT NOTE: If a discrepancy between the numerical unit price and the written (words) unit price is found, the written (words) unit price shall control, Item Estimated No. Quantity SP/STD Description of Item Unit Price Amount WATER MAIN R©'i,A[CEhIM 1. Lump Sum 2. Lump Sum 3. Lwnp Stun 4, Lump Stun 5. Lump Stun 6. Force Account 7. Ltunp Sum & Lump Stan 9 Force Account STD Mobilization 1-09 $. ONE HUNDNE D ININTY SEVEN THOUSAND IIVE HUNDNF.O COLLARS AND CENTS $ 137,00.00 $137,500.00 (Price in Words) Per Ltunp Sum STD SPCC Plan 1-07 $ ONE THOUSAND DOLE: AND NO CENTS $ 1,000.00 $ 1,000.00 (Price in Words) Per Ltunp Sum STD Temporary Traffic Control 1-10 $TWO THOUSAND FIVE HUNDRED DOLLARS AND NO CENTS $ 2,500.00 $ 2,500.00 (Price in Words) Per lump Sum SP Trench Safety Systems 2-09 ,$.FIVE THOUSAND DOLLARS AND NO CENTS $ 5.000.00 $ 5.600,00 (Price in Words) Per Lump Stun SP Construction Surveying 1-05 $ ELEVEN THOUSAND DOLLARS AND NO CENTS $ 11,000.00 $11,000.00 (Price in Words) Price Lump Stun SP Resolution of Utility Conflicts 1-04 $ Two thousand five hundred dollars and no cents $ 2,500.00 $ 2,50000 (Price in Words) Per Force Account SP Clearing and Grubbing 2-01 .$ELEVEFI TFk'111SANDr-M. IIUN©RFnr7DLLAR5ANONOMNTS $ 11.60G,00 $ 11,500.00 (Price in Words) Per Lump Stun SP Removal of Structures & Obstructions 2-02 $ FIFTY TWO TIXX6ANO FIVE HUNDRED DOLLAR5ANDNO CENTS$ 52.500.00 $ 52,500.00 (Price in Words) Per Lump Stun SP Additional I-Iazardous Materials Mitigation 2-09 $ Five thousand dollars and no cents $ 5,000.00 $ 5,000.00 (Price in Words) Per Force Accotuit RevisedJidy28, 2020 City ofPort Orchard Maple Avenue Lmpmrements and Water MainR eplace men tProjecl LD-21 Contract Documents Schedule of Contract Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement gee www;iixwa.com - Always Verify Scal Item Estimated No. Quantity SP/STD Description of Item Unit Price Amount 10, 20 SP Removal of Unsuitable Material 2-09 3 TWENTY ONE DOLLARS AND SEVENTY FIVE CENTS $ 21.75 $ 435.00 (Price in Words) Per Cubic Yard 11 5 STD Controlled Density Fill (CDF) 2-09 $ TWO HUNDRED DOLLARS AND NO CENTS $ 200.00 $ 1,000.00 (Price in Words) Per Cubic Yard 12. 2,300 STD Crushed Surfacing Top and Base Course 4-04 S THIRTY DOLLARS AND NO CENTS $ 30.00 $ 69,000.00 (Price in Words) Per Ton 13. 350 SP Water Main Trench Drain 3-Inch Perforated PVC 7-01 g,THIRTY FOUR DOLLARS AND NO CENTS $ 34.00 $ 11 ,900 00 (Price in Words) Per Linear Feet 14. 1,620 SP MPH Water Main, 14-inch DR 11, DIPS (Open Cut Installed) 7-09 $ EIGHTY DOLLARS AND FIFTY CENTS $ 80.50 $ 130,410.00 (Price in Words) Per Linear Feet 15. 1,380 SP 14-Inch HDPE Water Main, DR 11, DIPS (Installed by ITDf)) 7-10 $ FOUR HUNDRED THREE DOLLARS AND SEVENTY FIVE CENTS $ 403.75 $ 557,175.00 (Price in Words) Per Linear Feet 16 2 SP Cut In and/or Connection to Existing Water System 7-09 $ SEVENTEEN THOUSAND DOLLARS AND NO CENTS $ 17,000.00 $ 34,000,00 (Price in Words) Each 17. 1 SP Air/Vacuum Release Valve Assembly 7-12 Si rOUR THOUSAND FIVE HUNDRED DOLLARS AND NO CENTS $ 4.500.00 $ 4,500.00 (Price in Words) Each 13 I SP Inserts Valve, 12-Inch 7-12 .$ TWENTY TWO THOUSAND DOLLARS AND No CENTS $ 22,000.00 $ 22 000.00 (Price in Words) Each 19. 1 SP Gate Valve, 6-Inch 7-12 $ ONE THOUSAND TWO HUNDRED FIFTY DOLLARS AND NO CENTS $ 1.250.00 $ 1 ,250.00 (Price in Words) Each Revised Jule 23, 2020 City of Port Orchard Maple 9venne Improvements and Water -Main R eplacenrer t Prolecl LD-22 Contract Docrunents Schedule of Contract Prices Provided to Builders Exchange of Wei, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Item Estimated No, Quantity 20, 8 21 5 22. 320 23. Lump Sum 24. Ltunp Stun 25. Lump Sum 26. Lump Sum 27. 400 23. 400 29. Force Account SP/STD Description of Item Unit Price Amount SP Gate Valve, 12-Inch 7-12 $TWO THOUSAND NINE HLfNDRM FIFTY DOLLARS AND NO CENTS $ 2.950. 00 $ 23,500.00 (Price in Words) Each SP Water Service, 3/4-Inch and 1-Inch 7-15 $ TWO THOUSAND TWO HUNDRED DOLLARS AND NO CENTS $ 2,200.00 $11.000.00 (Price in Words) F,ach SP Customer Side Water Service, 3/4-Inch and 1-Inch 7-15 $ MN�TEEND0I V.RS AND 40 CENTS $ 19.00 $ 6,080.00 (Price in Words) Per Linear Feet SP Water Service for Cemetery Irrigation 7-12 $ TWO TF4"AND TM) HUNURI.0 EXA.LAHS ANO Na cEmi $ 2,200.00 $ 2,200.00 (Price in Words) Per Lump Sum SP Construction Stormwater General Permit and SWPPP 3-01 $ ONE THOU1ANO [X)I-iAR6 ANDNQ CENTS $1,000.00 $ 1,000.00 (Price in Words) Per Lump Sum SP Temporary Erosion and Water Pollution Control 5-01 $ TWENTY THOUSAND DOLLARS AND NO CENTS $ 20,000.00 $ 20.000.00 (Price in Words) Per Lump Sum SP Site Restoration and Final Cleanup 8-02 $ SEVEN THOUSAND DOLLARS AND NO CENTS $ 7,000.00 $ 7,000.00 (Price in Words) Per Lump Sum SP m& T5.13, Soil Qunlity and Depth 5-05 $ TWENTY FIVE DOLLARSAND NO CENTS $ 25.00 $ 10,000.00 (Price in Words) Per Square Yard SP Hydroseeding 3-01 $ TIAU DOLLARS AND FIFTY CENTS $ 240 $ 1,000.00 (Price in Words) Per Square Yard STD Minor Changes $ Twenty five thousand dollars and no cents $ 25,000.00 $25,000 (Price in Words) Per Force Account Revised.fidy23, 2020 City of Port Orchard Maple Avenue Improvements and WaterMain Replacement Project LD=23 Contract Docamenis Schedule of Contract Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com - Always Verify Scal Item Estimated No. Quantity SP/STD Description of Item 30. Lump Stun SP Record Drawings 1-05 FIVE HUNDRED DOLLARS AND NO CENTS (Price in Words) Per Lump Stun Unit Price Amount $ 600.00 $ s md{I SUBTOTAL: $ 67 550.00 SALES TAX (911/6) S 105_079.50 TOTAL: S 1,272,629.50 SALES TAX In accordance with Section 1-07.2(1) State Sales Tax: Work performed on City, County, br Federally -owned land, the Contractor shall include Washington State retail sales taxes in the various unit bid prices or other amounts associated with the Bid. 'These relai! sales [axes shall include those the Contractor pays on purchases of materials, aquipmen� and supplies used or consumed in doing the work Revised JulyM, 2020 City of Port Orchard Maple Avenri e Improvements and WaterMain Replacement Project LD-24 Contract Documents Schedule of Contract Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scal The undersigned Bidder hereby agrees to start construction on this project, if awarded, no later than twenty- one (21) calendar days after Notice to Proceed and to complete the project within the time stipulated in the Contract. By signing below, Bidder acknowledges receipt of the following Addenda to the Bid Documents: CITY OF PORT ORCHARD MAPLE AVENUE IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT CONTRACT NO. C058-20 AddI m No. Tate of eceipt Addendum No. Date of Receipt 5 & _ Addendum No, Bate of Receipt Addendum No. Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that s/he has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The undersigned Bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date for this Project, the Bidder is not a `Villful"violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.4$1 or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: `2 certify (or declare) under penalty of perjury under the laws of the State of Washington that the foregoing is true and connect." ignature: and Title: JAMES PAPE - PRESIDENT Business Address: 9401 BUJACICH RD, STE 1A GIG HARBOR, WA 98332 Date: AUGUST 6, 2020 Location or Place Executed (City, State): GIG HARBOR, WA Business Telephone: 253-851-6040 NOTES: If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). City of Port Orchard Maple Avenue Improvements and WaterMain Replacement Project L.D-28 Conhucl Documents Schednle of Contract Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal STATE OF WASHINGTON } }ss• COUNTY OF KITSAP I certify that I luiow or have satisfactory evidence fhai JAMES PAPE signed this proposal, on oath stated that hu/she was authorized to exeuite the proposal and acknowledged it as the PE"MENT {title} of PAPS & SONS CONSTRUCTION. INC (name of party on behalf of whom proposal was axecttted) ,and acicnoivIedged it to be his/her free and voluntary act for the uses and purposes mentioned in this proposal. Dated this 6TH day of AUGUST , 2020 . �z��tW.EEH F r 14 �- �.,»�' �.. N t+ary Public tiOrAWi — •• Printed Name Nl Kew Romtnission Expires12026 ►� WAell City of Port Orchard Maple Avenue Improvements and Water Main AeplaceMen tProject LD-29 Contract Documents Schediiie of Contract Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This page intentionally left blank. Provided `o Builders Exchaiige of WA, LiLC. For usage Conditions Ayreement see w�xm-.bxwa.com Always Verify Sca]. BIDDER'S QUALIFICATION FORM CITY OF PORT ORCHARD MAPLE AVENUE IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT CONTRACT NO. C058-20 1. Name of Contractor: PAPE & SONS CONSTRUCTION, INC Address: 9401 BUJAOICH RD, STE 1A,—GIG HARBOR WA 98332 2. Telephone No. 253J 851-6040 Fax No.: ( 253 851-3290 3. Washington State Dept. of Labor and Industries Worker's Compensation Account No.: 378, 813-00 4. Washington State Dept. of Licensing Contractor's Registration No. Expiration Date: 4/08/2021 PAPESI*204DE 5. Washington State Uniform Business Identifier No, 600 291 966 (Must have UBI number before the contract is awarded.) 6. Number of years engaged in contracting business under above name: 47 years 7. At the time of bid submittal, did the contractor have a certificate of registration in compliance with Chapter 18.27RCW? ---Y-ES PAPESI*204DE 8. Does the contractor have industrial insurance coverage for its employees working in Washington as required in Title 51 RCW? YES 378,813-00 9, Does the contractor have an employment security department number as required in Title 50 RCW? (provide number):. YES 443200 009 10. Does the contractor have a state excise tax registration number as required in Title 82 RCW? (provide number): YES 600 291 966 11. IIas the contractor been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)? NO 12. Until December 31, 2013, did the contractor violate RCW 39.04.370 more than one time as determined by the department of labor and industries? NO 13. Within the tluee-year period immediately preceding the date of the bid solicitation, was the contractor (determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgment entered by a court of limited or general jurisdiction) to have willfully violated, as defined in KW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW? NO 14. Has the contractor violated the "Off -site Prefabricated Non -Standard Project Specific Items" reporting requirements more than onetime as determinedby the department of labor and industries? NO 15. Particular types of construction performed by your company: UNDERGROUND UTILITIES INSTALLATION, WATER & SEWER MAIN, SITE PREP & RESTORATION City orPort Orchard Maple Avenue Improvements and Water Main Replacement Protect LD-31 Contract Documents Bidder's Onalification Form Provided to Builders Exchange of WA, Tnc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 16. Gross amount of contracts now on hand: $ 8,800,000.00 17. List similar recent construction projects that your firm has done in the last 5 years (i.e., water and storm and sanitary sewer main construction, road reconstruction, excavations, extensive dewatering, etc.): Amount Type Owner's Naive Phone SEE ATTACHMENT "A" 18. What is the construction experience of the principal individuals to be assigned to this project? Years of Construction Name Title Ex erience Availability n A P" C�t tr .l IJICt hfihd v l S !S h etAxJ l i_" MW •A a1 / Pursuant to RCW 39.06.020. the contractor further asrrees to verify responsibility criteria for cad, i of its subcontractors and to require each of its subcontractors to both verify responsibility criteria for its subcontractors and include instant condition for verification Mlrrirctnent. By: L� (Authorized Signature) Title: PRESIDENT - JAMES PAPE Date: AUGUST 6, 2020 NOTE: Any bidder having current outstanding litigation with the City will not be considered responsible and will be rejected by the City. City of Port Orchard Maple Avenue Improvements and WaterMain Replacement Project LD-32 Contract Documents Bidder's Qnadficahbn Porm Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal SELECTION OF RETAINAGE OPTION CITY OF PORT ORCHARD MAPLE AVENUE IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT CONTRACT NO. C058-20 Contract/Purchase Order Number: CONTRACT NO. C058-20 MAPLE AVE IMPROVEMENTS & WATER MAIN REPLACEMENT PROJECT Pw-suant to RCW 60,28.011 Eve. percent 5% of all inonics carded by the Contractor on estimates durui the proMss of the work shall be retained by the City for die purposes mentioned in said statute. 'flee Contractor elects to have these monies fc&eck one): ® Retained in a fiend by the Owner until sixty (60) days following the final acceptance of said improvement or work is completed; ❑ Deposited by the Owner in an interest bearing account in a bank, mutual savings bank, or savings and loan association, not subject to withdrawal until after the final acceptance of said improvement or work is completed, or until agreed to by both parties: Provided that interest on such account shall be paid to the Contractor; or ❑ Placed in escrow with a bank or trust company by the Owner until sixty (60) days following the final acceptance of said improvement or work is completed. When the monies reserved are to be placed in escrow, the Owner shall issue a check representing the sum of the monies reserved payable to the bank or trust company and the Contractor jointly. Such check shall be converted into bonds and securities chosen by the Contractor and approved by the Owner and such bonds and securities shall be held in escrow. Interest on such bonds and securities shall be paid to the Contractor as the said interest accrues. Contractor hereby further agrees to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statue. The City of Port Orchard shall not be liable in any way for any cost or fees in connection therewith. N/A Name of Financial Institution N/A Address of Financial Institution N/A City, State, Zip Code of Financial Institution N/A Escrow Account Number �^ AUGUST 6,_2020 Con ors Signature JAMES PAPE - PRESIDENT Date City of Port Orchard Maple Aveneid.Improveinentsand WaterMainReplacement Project L.D-33 Contraci Documents Selection ofRetainage Option Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always verify Scal This page intentionally left blank. Provided to Builders Exchange of 'AA, Inc_ Fora usage CondiLi_ons Agreement see www.bxwa.com - Always Verify Scal BID SECURITY CITY OF PORT ORCHARD MAPLE AVENUE IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT CONTRACT NO. C058-20 Bid Deposit: The undersigned Principal hereby submits a Bid Deposit with the City of Port Orchard in the form of a cash deposit, certified or cashier's check, or postal money order in the amowrt of Dollars ($ ), Bid Bond: KNOW ALL MEN BY THESE PRESENTS: That we, Pape & Sons Construction, Inc. , as Principal and Nosh American specialty Insurance Company , as Surety, are held firmly bound unto the City of Port Orchard, Washington, as Obligee, in the penal surn of Five Percent (5%) of Total Bid Amount Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, adnnuristrators, successors and assigns, jointly and severally by these presents. The conditions of this obligation are much that if the Obligee shall make any award to the Principal for MWe Ave Imp[avrne is and Weyer Main Redammenl aroleclConuo No Cosa-m , Port Orchard, Washington, according to the terns of the Proposal or Bid made by the Principal therefore, and the Principal shall duly make arid enter into a contract with the Obligee in accordance with the terms of said Proposal or Bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids., then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this Bond. Principle and Surety agree that if the Obligee is required to engage the services of an attorney in connection with enforcement of this bond each shall pay the Obligee reasonable attorney's fees, whether or not suit is commenced, in addition to the penal sum. Signed, Sealed and Dated this sth day of August Pape & Sons Construction, Inc. Principal S urc of Authorized Official JAMES PAPE-PRESIDENT Printed Name and Title 20 20 North American Specialty Insurance Company Surety - -- — (2wGc.�e t<Xi2, "knature of Authorized Official By Joanne Reinkensmeyer AttorneyAn-Fact (Attach Power of Attorney) Name and address of local office of Agent and/or Surety Company: Hentschell & Associates, Inc. 1436 S. Union Ave. Tacoma, WA 98405 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specification. Cih, of Port Orchard Maple Avenne Imprmremenis and fi alerlfabr Replacement Project LD-35 Contract Documents Bid Security Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE A. CRAKER, KAREN J. SMITH, and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make, execute, sea] and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surely, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International insurance Company at meetings duly called and held on the 91h of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." .,�ltliti9lrrrlryl add'" iAl-IiYy�P YY }rtc Byyy"4a{yPOr il>)NAt1 ' = T• siAl. is y7� 1 W9 eW;:h i� ♦.O�aID Steven P.Anderson, Senior Vice President orweshlugton international insurance Company & Senior Vice President or North American Speclnity Insurance Company 2"'. s'�(_� O`-. _ y/IllllflVlllfldltll ... „li,,.. •'� By Michael A. Ito,, m Or cr rcs anal nt as nAlOn Tsitrrnaf%n�rrtnlrAneP 4,n '>' & Senior Vice President of North American Speclelty, insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seats to be hereunto affixed, and these presents to be signed by their authorized officers this 19 day of JANUARY 2018 . North American Specialty insurance Company Washington International Insurance Company State of Illinois County of Cook SS. On this 19 day of JANUARY , 2018 , before me, a Notary Public personally appeared Stcycn P,_Anderaiin_, Senior Vice President of Washington international Insurance Company and Senior Vice President of North American Specialty Insurance Company and hfichaclA. Ito . Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFl[IAI. SFAt M.KENNY Wary AIIAL . SI,Ste nl gruusi. Mycommisskn psplui S7IO4r2a7l M- Kenny, Nc,mry Public 1, Jeffrey Qoldbar&the duly elected Assistwil S.Qurcta[yof North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this bth day of August 20 20 . r e. e rc ffrey Goldberg, Vice President & Assistant S—o-y of Washington Inlcmalional Insurance Company & North Amcricaa Siumiulty, Insurance Company 1"his page intentionally left blank. PYOVLdeld I.r; AuiIders Facliange -„` WA, Lne. For usage Conditions Agi.eement see www,bxwa,com Always Verify Scal. Failure to return this Declaration as part of the bid proposal package will make the bill nonresponsive and ineligible for award. NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the united States that the following statements are true and correct: That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated In any collusion, or otherwise taken any action in restraint of free competitive bidding In connection with the project for which this proposal Is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. To report rigging activities call; 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8,00 a.m. to 5:130 p-m., eastern time. Anyone with knowledge or possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline' Is part of USOOT's continuing effort to identify and Investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All Information will be treated confidentially and caller anonymity will be respected. DOT Form 271-nSH BF ACY60 506 City afPort Orchard Maple Avenue Improveinents and Water Main Replacement Project LD-37 Contract Documents Non -Collusion declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This page intentionally left blank. Piovided Co Builder„ Fxchange uL WA, inc. For usage CondiLiuos Agreement see onvw.bxwa.c:om Always VeriFy Seal r , All � Washington State W/► Department of Transportation Underutilized Disadvantaged Business Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, an Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification. The Contracting Agency shall consider as non -responsive and shall reject any Bid Proposal that does not contain a UDBE Utilization Certification which properly demonstrates that the Bidder will meet the UDBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder's UDBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: QEa 42 YlG certifies that the UDBE firms listed below have been contacted regardingpJarticipatian on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named UDBEs. (If necessary, use additional sheets.) Box 2: Column 2 Column 3 Column 4 Column 5 Project Role Description of Work Dollar Amount Dollar Amount (See instructions) (See instructions) Subcontracted to be Applied to UDBE Towards Goal (See instructions) (See instructions) Column 1 Name of UDBE (See instructions) Underutilized Disadvantaged Business Total UDBE Commitment Dollar Amount Enterprise Condition of Award Contract Goal Box 3 Box 4 5 ❑ By checking Box 5 the Bidder is stating that their attempts to solicit sufficient UDBE participation to meet the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056U Revised 03/2018 ThIS page nvteniirna.aily left blank. Provided to Builders Fxchaage of WA, Inc For usage Conditions Agreement see .vww- bxwa.com - Always Ver':iy Scal i. MWWashington Mate Subcontractor List Department of Transportation Prepared rn romp..iance with WIN 39.30.O6O as amended To Be Submitted with the Bid Proposal Project Name MAPLE AVE IMPROVEMENTS & WATER MAIN REPLACEMENT PROJECT CONTRACT NO. C058-20 Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described In Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non -responsive and therefore void. Subcontracter(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described In Chapter 18.106 RCW, and electrical as described In Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name_ �4si ant th@ P_(9 % 1;1uu*o--MQ-QL ore categories of wort renced In Rcw 39.30.0f 0. anb n-o subs-untractor is listed below to gerform such worl� the bidder certifies that the work will either (i] be performed by the itself, or__(iij be_performed by a lower tier subcontractor who wilt not contractr Jirecifywith the -bidder. Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name _ Work to be performed . Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit, ]unction boxes, etc, are considered electrical equipment and Orerefore considered part of electrical work, even If the Installation is for future use and no wlrtng or electrical current Is connected during the project. SR DOT Form 2T"15 EF Revised 082012 City o f Port Orvhard Maple Avenrie Improvements and Water Main Replacement Project LU-d1 Contract Documents Subcontractor List Provided to Builders Exchange of WA, Inc.. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal A PAPE RECENT PROJECTS COMPLETEDIREFERENCES ATTACHMENT "A" ABtvunl al ovi pl-a Cunlract Proloel Mana4al PIQ64+Namo Dote Owner o r RCjrI0r, latfr4 5224.444.30 PnII uj" JAC KSON AVE WATER MAIN RELOCATICIN J-413 WEST SOUND UTILITY DISTRICT SI 510 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPA_jW47&2Sa5— S]Yi m44;41 fK1il SpgaR CAI;R'8)=Yl([Ol)p! YMCA WATER SYSTEM ..i N1-:v _ --- YRVDIV OE PIEROE d K T:1AP C67uN'li[-�y 804 4717 S 19TH ST, STE 201 TACOMA, WA 9EI402 aWQMM 7 •47SS f173,340.25 FMti1Svpen AC WATER MAIN MPLACEMOfT mo*-0 TIMOERLAHE Cf7L4MURFTYCLIHI 807 2080 E TIMBERLAKE WEST DRIVE SHELTON, WA 98584 _ EVAHENKE PE 596,130 0n Phil Sapcn RANCH ACRES MAIN REPLACEMENT A1ev-20 WASHINGTOH WATERR SESERVICE CO SERVICE 805 PO BOX 336 GIG HARBOR, WA 98_335 .1(>fpJ „1FCa Z :96.�.45 Prl Sa{WI HATRlA}N RP1hCBANPR4JNO MRP2019-34 Anr�29 TACOMA P1HLGUl1LiTlEa 806 3628 S 35TH ST TACOMA, WA 98409 1lI -SJ4tl 52.1 12.00,96 0+04n5arum011 $0148ElNA0E PUMP 8TATiON CW.4 REPLACEA1EHr Apr.PO CITY OF OF FREMERTON PU8L C VIfUR1CS 797 3027 OLYMPUS DRIVE BREMERTON, WA 90310 FIb� S7i11O15_:_]66Rr kmi-... 862P-071.74' Phil asnon A4Af21kE O4'4'SrGRUWA7C L113 RCTNOFIT D^c 10 _ W CITY OF SREA4ERTOp PUkj0' WQMT6 799 3027 OLYMPUS DRIVE BREMERTON. WA 98310 IG]T7.-..RJR J6D�i77•S33A SS70.6S74T PMSvgen LI¢STROdS µYA7LiR 7MlNR-PlJ4CEMENT NW7e WrST SOQRA UrIL. I IY 1114L7AICT 41 mo 2924 SE LUND AVE PORT ORCHARD, WA 98366 0LE+4 G 160.67 •5004 $14.911121 PMl 80m, PARKWO00 SEMR Ocl•19 WEST SOUND UT It I T Y DISTRICT ■1 803 2924 SE LUND AVE PORT ORCHARD WA99366 _ Y1,001.x ki Brad Avolcman ST14uON AVE WATER MAIN POILACEAIENT _ Od-19 JOHH >�N 76P•65A5 C4TY OF 6* KKRBCR. 796 3510 GRANDVIEW STREET GIG HARBOR, WA 96335 wolf 19llI�BT 2Si•Y..:5." =T05,E27N MI S*mn FARALL43NE.SANfTAf—WWER 0xi-1A CITYUFFIFCREGT 801 115 RAMSDELL STREET FIRCREST, WA 99466 SSQ9,I0161 5ggvn T m ST IPP— 0 AlNti1T8 WAT[g0JE NEFtAC MNI•+9 JERRYW FI L4] > C47Y OF ELMA 798 1235 MONTE ELMA RD ELMA, WA 98541 #,654,13454 'FRM AOPMmrm _ .WTMAi ON NO'E F012V17.07 Jul-19 AIM STpW[B 3!Ftt87.24 t-� CITY OF LACEY 77+ PO BOX 3400 LACEY. WA 98509 ___ li£1rPJ11HEit�ii 390.4�F'�_ }Td4.477.51 PINT S4n4n WATER MAIN REPLACEMENT SIRP 701A•24 ,/uf-+4 TAYDOMA PfJgL1C IIJTJUTI ES 705 3626 5 35TH ST TACOMA WA 98409 flREC,7 ARAf4STRONG •253• 742 61. 197.859 21 emif Audemen ARg0ViiH"b WATER TdAIN RoLAOEA4ENT PH 2 Jurt•14 LAXPWOM WATER 019 TRICT 791 PO BOX 99729 TACOMA. WA 08499 RAA, _k4 KA. _ _.7S?56{ i4?7 �76 496.08 Ph4 S6non WATER MAIN REPLACEMENT MA 2017.17 Jlin-59 TIiCL71AA PLTX lJT}:.IT144 700 3628 S 35TH ST TACOMA. WA 98409 _ GRF.6 ARMBTRUNC •253Sl22.6742. SI 10.006.23 9dmI AiM1kmm UFT STATIDN AMI RElL691OTAI" Jun-14 CITY OF = HAASOR 702 3510 GRANDVIEW STREET GIG HARBOR. WA 98335 5376,07147 Ph1i 561wn Va,�YrR MAtNREPLACF;IAENT MRP201T-27 MAe-Iit MARCOS IACGFIA1 r 453:463.2647 TACOMA PUBLIC UTILI f IF,.$ 790 3628 S 35TH ST TACOMA, WA 95409 RYAN FLYNN 25 21$1 StZ4:6776 16W Airt$Nn" EMERGERCY'REPMBEYER FORCefAAIN _ Fn+•10 C ITY OF BREAIERTON 794 239 4TH ST BREMERTON. WA 98337 IF 415AII05 BradgApletg9n Dp�{1f.E 8fF7E£i LIF76TgTIpl1 PRO,IBCT NVV.t6 NED LEVER UD-413.23U Cfry pFFIRCRE9T 781 115 RAMSDELL STREET FIRCREST, WA 98466 8RIAN CASE'Y SS62741 $ 92 W4,2A PhF- Saver LAKES ET'E1LAC0OM DR REP{;Ag1gCFIABn JOf1PA0 NtIY.•.16 LAKEWOOD Wh'[ RD>STRICT 784 PO BOX 99729 TACOMA, WA 90499 RA !. SLAC14 - G .4TRQQIAA 1w5.]zRa7 PMS4grn WATER MA IN REPLACEMENT PRD,IMRP2017.22 knv-16 PDBLIGLTIL"T:FG 705 3628 S 35TH ST TACOMA, WA 98409 RTAN .3 I 5295.673E3 Binp Aeoiamnn BELA VISTA MNN REPLAC EAIENT PHAOE 1 s,ra+e Tursrsp crx64Tr PVO No 1 COUNTY D NO TV PO Box 1989 POULSBO, WA 90370 . a S 35-B S2.E6 Pnl1 saner WALLER Rp CRPSS Nb WAIF31 MAIN JOB k701 Jun•i6 .IJY,Bi�I6Y41 LAI[EWOQO WAfER.p181TiiCT 784 PO BOX 99729 TACOMA. WA 98499 6 17 5S-14 Pful SdpvA MP �71Y-S6 Y/Ai-Eq TRAIN hrFla RANDALL FLACK.- 49 §M.4422 rAC01AA PUBLIC UTILMEB 762 3628 S 35TH ST TACOMA WA 96409 — GREG ARFAFTROT.. 3- •0742 SIIfe 536.G0 PIIu Caner FLORENCE STREET SEWER mm*I6 CITY OF ENUKLAW' 780 1339 GRIFFIN AVE ENUMCLAW, WA 98022 SCi7T7 360. my. 26 S70Q,Wp.47 Ph4 Sam _ 22016 C08G WATERAfAIN REPLACEMENT Aur-16 TQVM OF 6L+C CPA 779 PO BOX 10 BUCODA, WA 98530 STEVE yyl�1E ]66.,364IS� S4t211391s Phil::gnon fttMSUELL V51AT2;R MAIM PROJECT Ap.16 CITY10 FIRCREST 779 115 RAMSDELL ST FIRCRESET, WA 96466 KIMBERLEY SAVAGE 253-473-4494 � A PAPE RECENT PROJECTS COMPLETED/REFCRENCES ATTACHMENT"A" Amounto bmP 1 on Contract Project Manager Project Name Data Owner or Representative $362,60.54 Phil Sanen Walef Main Rcplacemmd Prnlecl MRP 201537 Mar-115 CITY OF TACOMA 746 747 MARKET ST STEM 408 TACOMA, WA 98402 1 SA OFSTNEIr',H 953-59d-7871 51.043.fn V)l }trap Aedloeler 111 Ave & 91h Avo PtMnG 5Ia0m1 P+olocl Mar-16 CITY OF POULBHO 734 200 NE MOE ST POULSBO- WA 98370 f31.13�I4 grad Aaldnrnan .2QIi $hlewalk Re lilarpmohl Prrriecr JgrhfB CITS OF- C Y 744 PO BOX D BUCKELY. WA 08321 DOMINIC MILLF14 P. F, 33J7 •2A2.74B1 !'I'MO7 Brad Apalaman 4TH Avo Stomirwaler Retrofit 0cl-15 CITY:Flr 6I.YMP106 115CCT - suh to CCT Conslruclion, Inc PO BOX 10157 OLYMPIA. WA 98507 GRAIf3 ANOERSON 3W.753•E101 3352,530 81 Emil APPlemarl niio f N WAaf Milo Ocl-15 KITSAP COUNTY PUD NO 1 740 PO BOX 1989 POU WA 98371 TM YYIL�gM yy1-U7FV $1,169,465 84 Brad APPler118n 11WQ V Walar Mam• Nov-15 KITSAP COUNTY PUD NO 1 739 PO BOX 1989 POULSBO, WA 11171 WIII A. WHITFI FV P-E, 360.262-7747 — $421,55S,41 Phq.Swun Woofteln Gxwer AapanrnoAl PfPl ES15.OQD3F .IX7.15 CFf7 OF TACQMA- 738 747 MARKET ST STE# 408 TACOMA, WA 98402 L16AOEs10 26 •7171 94WI.O 1-IS1 PtO Seam 7ph Avo WmoF MaNI [3eoraanntmt Plef MRit7 M-M Nev.15 CITY OF TACO WI 737 WD15-009OF 747 MARKET ST STE# 408 TACOMA. WA 98402 ei C BIOs.132 1:l 1'hll Ssadn. Predluif4 Go'dk Womr pilellly Tree: -,ant Ra[foD[ AW.1s PWn ANOE C17Y.CF PERT ANaEL[G 736 PO BOX 1150 PORT ANGELES, WA 98362 L�LI�,I ,BRACK.IW-a17.►'lip 3.1Rd,714 01 Brad Appbnun ANshtrtproll Ave Comdro+wy OW stPjt MYOF.MMMERTOIf PMRL70 NfOd71tQ 735 30i1 OLYMPUS DRIVE Subconlrere, to RV Assorialos, Inc BREMERTON. WA 98310 IF AEWC)O N i782,7 V 11 Mimi A rmatl 5ioilanopnl B1vil U R ppl al:aaaahlard f RMn�Ll�unn lit �5 OF L WATER JN!9 G1TY OF LAKEWL7W • WATER i]f!S7RICT 733 PO BOX 99729 TACOMA, WA 96499-0729 571,2534Q Fhi Sod yitn LaRenr�pd Wafer filrlclhMl pinjal;l Fa4-15 CI OF L§ISEW4Db .Wq ER AIS 107 732 PO BOX 99729 TACOMA. WA 98411-0121 AN PLACM7 253.5MI.442T 571 T,B85 Gj Brnd A;ph3man C. nrr:a Hiiulrr 01imlyd N4y'11 CITY OF P4)UL9&[1 StmInweter Relrofil #CN2014-07 200 NE MOE ST 731 POULSBO, WA 98370 DILL MTTEL£Y-M 7M41171 }339,7SQ 18 BIud APpkmon 2Q74 8ora1 Tmna11 4VNci Mnht RMll�tgn: klpr.l5 CRY OF IAKFV=i7 - WATER 010TRICT M Rall Crossings PO BOX 99729 730 TA[TOMA, WA 98409-0729 PA14MA I.I- RI AFdr-'f3sPA•'4A93 UI.S3$'!1 T3+au Auprem nn Guroamm MT AA Rebhan VuNri'FWOJ 4�21 aun•15 Cr1Y OfF.1-IICFY 729 PO BOX 3400 LACEY, WA 90509-3400 $1,153.25175 f?ItO sannn L108862-1, 6H52-2 i:E085-1-pyy14.OD.14F Ffgr-.15 OffY OF TAGOMiI 720 747 MARKET ST STE# 400 TACOMA, WA 90402 EI1II,112Mga 1' },RAKA1 1 yM.7$4Y7 BuMAPlNmnait 8f796W*A1fay.Sewer J4+r-75 C1TYOfFF FtM 727 115 RAMSDELL STREET FIRCREST, WA 98466 .522Q,374 36 RLid Aunlumnrt 7014'0060 Wultlrnwtlj RadraCymelll 061e 7OV7Ff OP.i9UCODA 726 PO BOX 10, BUCODA WA 98530 STEVE WILLIE MIL3148s Phil saaen 2A 14 AJb y Bo w6r Rn p epomol l9cJ-14 CITY OF ELMA 725 1235 MONTE ELMA RD ELMA WA 98541 .I lLe riT A r41rSt 760-41t7- 12 $a1 t,E9910 SIF SYLVAN'PARK WNN ft M� UN RF PL AC PR PH 1 Nov-14 COV []F L Wd LIOy6�- WATER LIIETAICT 724 PO BOX 99729 TACOMA. WA 98499-0729 �L�euAPx-25.34 ,4Qa 5:14B.im s0 SF-�AFaholmp Road iV�N,11w fs4xhl Replecu+Aunl hl-lit CJTTY L* I-AXLV0000• Wn IrT1 f.}D:TRICT and RehnWlilation Praj Jab # 508 Wd #21009 PO BOX 99729 723 TACOMA, WA 98499-0729 1AN BLACJ[. 4423 $548,Q 8 Qn P11 qnn Inner P&A Reldllcnmala M 7L113. 7 WA ,14 C* ACOMA 722 GARY GATES 0,5 874 31.227.147-i5 PHI Baaea LIES 1IOU araJ 1852a3 oriF14 6tTy OP YPA¢:MA PUBLIC W0098 721 PHILL RINGROSE 251• '+yiE� • .VV4-O6014 graa A"Ianrun Washin,trun Avo Sowor Imwuvvmafbn Aidom G1 I� r,1F BRt MFRTON TIUDL IG W!SRHS 720 3027 OLYMPUS DR, BREMERTON, WA 99310 NED LEVER PE 3a9.4aaz3aB SM. 47 . PhR S4Rnn Walm Main ri aAhl4Y IMI MRP.?Q1d 44 .. .. Feb-14 .. CITY 4F TACOMA 719 GARY GATES 7"'hu2!;P742 ;757 2Ji 21 _ s;W ApPlelnarl Esc "M &- flio ry SryHer lyla#I. Plern' 1 par• 1h GN Y :5F BDNHEY LAKE 717 PO BOX 7380 BONNEY LAKE, WA 99390 MA_", VN CAMP111•1-1--RSyA 47J:I41 I440.1d1 SB _ PhII Sticimn. Ronanlgf4Tnm ads 20: d "Ve NotlTaicarrml Pro" T4m•17 CITY OP hi RPRE5 718 115 RAMSDELL STREET FIRCREST, WA 98466 5164,520.35 Brad Appleman Head Canal Intenfe Prnlecl- DaIDv Road Nov-13 MASON COUNTY PUDUD #1 716 N21971 HWY 101 SHELTON. WA 98584 JDriFl YN� C Y 3fi9.07 584UM7.01 Phil Simon Del Hlanla Sewer Main RepiRmrent Pmiecl Nor•13 CITY OF FIRCREST 715 115 RAMSDELL STREET FIRCREST, WA 98406 TPi.I}_T {,QUGHEED x23•'AMU BOARD RESOLUTION OF PAPE & SONS CONSTRUCTION, INC. FOR SIGNING AUTHORITY DULY PASSED ON May 21, 2015 RESOLVED, that the following shall having signing authority on behalf of the company, subject to subsequent revocation or limitation by James Pape: 1. James Pape 2. Jeanette Pape 3. Chris Pape 4. Brad Appleman 5. Phil Sagen 6. Cheri Wyatt It is hereby certified by the undersigned that the foregoing resolution was duly passed by the Board of Directors of the above -named Company on the 21" day of May, 2015, in accordance with the Memorandum or By -Laws and Articles of Incorporation of the Company and the laws and by-laws governing the Company and that the said resolution has been duly recorded in the Minute Book and is in full force and effect. DI OR y 04 Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 477 PAPE & SONS CONSTRUCTION, INC 9401 BUJACICH ROAD NW STE IA GIG HARBOR WA 98332 PAPE & SONS CONSTRUCTION, INC Reg: CC PAPESI*204DE U`BT: 600-291-966 Registered as provided by Law as: Constmetian Contractor (CCO I)--GENEP A1_ Effective Date: V51 1980 Expiration Date: 418i2021