Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
17-109 - Hoffman Construction - Construction for Cascade View Safe Routes to School Phase II
17-109(d) Contract Approval NIA CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 DATE: 12/18/17 BUDGET NO.: PROJECT NO.: SRTS 1320(005) CONTRACT NO.: 17-109 ( /1) PROJECT NAME: Cascade View Safe Routes to School Phase 2 Sheet 1 of 1 TO: Hoffman Construction, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 12/19/2017 Contractor Hoffman Construction, Inc. By Original Contract (without tax) Previous Change Order This Change Order (without tax) NO COST REV. CONTRACT AMOUNT Title Vice President $ 1,412,889.25 APPROVED BY THE CITY OF TUKWILA $ 18,640.00 Date :-o`"``--" S� 02.0 1$ $ 0.00 $ 1,431,529.25 Original Contract Time: 80 days Additional Contract Time for this Change Order: 0 Updated Contract Time: 88 days City Engineer Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc:Finance Department (w/encumbrance) Project Management File, PW Project Finance File /571-d d /G,,V, S Exhibit A Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: The executed Contract and Notice of Award report the total contract amount as $1,412,889.25. The original contract amount was based on Schedule B having a tax rate of 9.5%. The correct tax rate for the project for the complete duration was 10.0%. The first pay estimate was adjusted in the calculated tax rate for schedule B and was paid accordingly. A memo was placed in the pay estimate file with the first pay estimate. The original contract amount without tax remains unchanged. The difference between the sales tax amount applied to Schedule B is $162.75. Thus increasing the total contract amount from $1,412,889.25 to $1,413,052.00. This revised amount has been used on all pay estimates. Reason/Justification for Change: The Bid Documents listed the tax rate for Schedule B at 9.5%. The corrected tax rate for the project is 10%. Description of Change: New Items Added: N/A Contract Items Added/Deducted: Working Days: Zero (0) additional working days are added to the contract time. Exhibit A Page 3 of 3 Measurement: N/A Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above-described tasks. SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No.. Description Unit . Qty. Unit Price Amount Subtotal Existing Items: $0.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount N/A - - Subtotal Change Order Items: $0.00 TOTAL CHANGE ORDER AMOUNT: $0.00 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 DATE: 8-30-17 PROJECT NO.: SRTS 1320(005) PROJECT NAME: Cascade View Safe Routes to School Phase 2 17-109(c) Contract Appoval N/A BUDGET NO.: CONTRACT NO.: 17-109 (c,) Page 1 of 3 TO: Hoffman Construction, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 9 /12 / 7 Contractor Hoffman Construction, Inc. By Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Title Vice President $1,412,889.25 $ 18,640.00 $ 0.00 $ 1,431,529.25 Original Contract Time: 80 days Additional Contract Time for previous Change Orders: 2 Additional Contract Time for this Change Order: 6 Updated Contract Time: 88 days APPROVED BY THE CITY OF TUKWILA Date /1 By ,'}ifko t - KEngineer rte_, - Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc:Finance Department (w/encumbrance) Project Management File, PW Project Finance File / S11 ,O 6//j/' IPG Change Order # 03 Change Order Checklist 0 Change Order El WSDOT LAG Change Order Checklist 0 Originating Documents (Verbal Approval, i.e. CCD, email, memo to file) ❑ Independent Cost Estimate (ICE) ❑ Contractor's Proposal/Cost Estimate (RFP — Request for Proposal) 0 Time Impact Analysis (TIA) E Back Up Date Sent to Contractor: Date Signed / Acknowledged by Contractor: Date Approved by Agency: Date Fully Executed Copy Sent to Contractor: Exhibit A Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: Due to scheduleing conflicts and the COA DBE Subcontractor, Belarde Company, voluntarilly withdrawing from the work, the City has directed Hoffman Construction Inc (HCI) to subcontract with another contractor. HCI contacted multiple DBE subcontractors and none were able to meet the schedule or willing to perform the work. The City has approved a non -DBE subcontractor in the interest of time and moving forward with the project. HCI has submitted their Good Faith Effort. The City has submitted all of the information to WSDOT. Hoffman has followed the proceedures set forth in the WSDOT Standard Specification 1-07.11 for termination of a COA DBE subcontractor. (Also attached) Per the attached Letter and Revised COA DBE Tracking Log, the City has reduced the COA DBE total dollar amount to $21,930.00. Future tracking of the COA DBE Goal will be based on this amount. Reason/Justification for Change: The DBE Subcontractor did not enter into a subcontract with HCI and HCI was unable to find a replacement DBE subcontractor. Per 1-07.11 of the WSDOT Standard Specifications the DBE can be terminated if the conditions are met. HCI satisfied two of the conditions and issued Belarde Company the termination letter per the specifications, it is attached in the supporting documentation. Description of Change: New Items Added: N/A Contract Items Added/Deducted: Working Days: Six (6) additional working days are added to the contract time. **These days are added due to the time Hoffman was unable to perform any work on the project while awaiting the decision on the removal of the DBE and the signing of a new subcontractor to perform the concrete work to progress the project. Exhibit A Page 3 of 3 Measurement: N/A Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above-described tasks. SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount Subtotal Existing Items: $0.00 Change Order Items Item No. Description Unit . Qty. Unit Price Amount N/A - - Subtotal Change Order Items: $0.00 TOTAL CHANGE ORDER AMOUNT: $0.00 WSDOT LAG MANUAL CHANGE ORDER CHECKLIST Local Administered Projects Change Order Chapter 52 Appendix 52.106 Checklist Question Yes No N/A 1. Does the change order alter the termini, character, or scope of the work? X If yes, you must have H & LP approval to be eligible for federal funds. X If yes, you must submit a revised page 1 of the prospectus. X 2. Is the Change Order over $7,500.00 and outside the scope of work? X If yes, the chang cannot be a change order and must be an independent work. X 3. Does the Change Order detail all items involved in the change? X 4. Does the Change Order include an adjustment to working days? X If yes, the time extension must be stated in the Change Order. X If yes, an independent engineer's estimate of time must be included to document the extension. X If no, that must be stated in the Change Order. X 5. Does the Change Order alter the DBE Condition of Award? X If yes, you must obtain concurrence from H & LP. X If yes, you must obtain the DBE's signature on the Change Order X 6. Does the Change Order involve a material subsitution? X If yes, you must determine if a material credit is appropriate. X 7. If Change Order work started prior to it's execution, prior verbal approval by the Approving Authority must be granted and documented. X 8. Has the Change Order been signed by the contractor? X 9. Has the Change Order been executed by the Approving Authority? X If you are a "non CA Agency", you must have the acting C Authority's approval. X 10. Has an independent engineer's estimate justifying the costs and time extensions been completed and documented? X 11. Has a detailed memo outlining the chronology of events, basis of need, cost and working days been prepared and placed in the file accompanying the Change Order? X Page 52-18 WSDOT Local Agency Guidelines M 36-63.18 October 2012 ORIGINATING DOCUMENTS City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director August 16, 2017 Karen Hoffman, President Hoffman Construction, Inc. PO Box 845 Enumclaw, WA 98022-0845 Condition of Award DBE GOAL TERMINATION NOTICE: Cascade View Safe Routes to School Phase 11— Construction City Protect No. 91510302, Federal Aid Project No. SRTS — 1320(005) Dear Ms. Hoffman: Your August 9, 2017 letter of request to terminate the Condition of Award DBE Goal for Belarde Company is approved. Documentation you have provided of good faith efforts to compel Belarde Company to comply with their bid to complete their work clearly shows Belarde willfully overbooked themselves and has chosen not to fulfill their obligation to complete the work the bid as a DBE contractor. Moreover, based on the good faith effort documentation, I agree that there are no DBE contractors within reasonable distance of the project area that are available as a replacement contractor. Subsequently a changed order is in process to utilize the non -DBE contractor you have located whom can complete the work and keep this project on schedule. We look forward to working with you toward the successful completion of this project. If you have any questions about this project, please contact me at (206) 431-3653 or david.sorensen@tukwilawa.gov. Si erely, Dace Sorensen Project Manager DS/ds Enclosure CF: Robin Tischmak, City Engineer KPG, Inc Project File WSDOT Local Programs W:1PW Eng1PROJECTSIA- RW & RS Projects1SRTWAPW Eng1PROJECTS\A- RW & RS Projects\Safe Routes to School - Cascade View Phased (91510302)1Constnictlon\Contractor\Change Orders \8elarde ReleaseS - Cascade View Phase II (91510302)1ConstructlonlNTP Hoffman Contract $17-109 070117 docx 6300 Building • 6300 Southcenter Boulevard Suite 100 • Tukwila, WA 98188 • 206-433-0179 Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov TIME IMPACT ANALYSIS CPM Time Impact Analysis Contract: City of Tukwila - Cascade View Safe Routes to School Ph Contract #: SRTS-1320(005) Change Order: CO3 Contractor: Hoffman Construction CM Reviewer: Michael Mayfarth Date: 09/08/17 Requestor of Change: City of Tukwila Initiator of Change: City of Tukwila Detailed Description of Change: Due to scheduleing conflicts and the COA DBE Subcontractor, Belarde Company, voluntarilly withdrawing from the work, the City has directed Hoffman Construction Inc (HCI) to subcontract with another contractor. HCI contacted multiple DBE subcontractors and none were able to meet the schedule or willing to perform the work. The City has approved a non -DBE subcontractor in the interest of time and moving forward with the project. HCI has submitted their Good Faith Effort. The City has submitted all of the information to WSDOT. Hoffman has followed the proceedures set forth in the WSDOT Standard Specification 1-07.11 for termination of a COA DBE subcontractor. (Also attached) Per the attached Letter and Revised COA DBE Tracking Log, the City has reduced the COA DBE total dollar amount to $21,930.00. Future tracking of the COA DBE Goal will be based on this amount. Reference Drawings: Attached Reason for Change: The DBE Subcontractor did not enter into a subcontract with HCI and HCI was unable to find a replacement DBE subcontractor. Per 1-07.11 of the WSDOT Standard Specifications the DBE can be terminated if the conditions are met. HCI satisfied two of the conditions and issued Belarde Company the termination letter per the specifications, it is attached in the supporting documentation. Attached Supporting Documentation: Emaiis from City and Contractor, Revised COA DBE Log Signed by City, Letter from City to Contractor. Email from City to WSDOT Re this Issue. Impacts of this Change on Related Work: Six (6) additional working days are added to the contract as a result of the above items of work Other Information: ADDITIONAL BACKUP DBE Tracking Cascade View Safe Routes to School Updated 8128/2017 Cantrt t Atnauut $ 1,412,889.25 DBE % to Dale = 0.00% DBi Atluouttt $ (21,930.00) DBE Goal %, = 19.00% DBI Sub Cootrr*tt Amaunt . Contract °!a 20t7gm, 111# Jul- Sept. Qlriy Rpta Tatat: ._.....__., _ 4varfSbatt , DBE t)usit Revlc Belarde Company. Inc. $250,267.00 l7.713% $0.00 $0.00 ($250,267.00) Delete Belarde ($250,267.00) -17.713% $0.00 $0.00 $250.267.00 Garrison Creek Landscaping, Inc. $11,930.00 0.844% 80.00 $0.00 ($11,930.00) Silver Streak, Inc. $10,000.00 0.708% $0,00 $0.00 ($10,000.00) l.552% Total to Date $0.00 80.00 $21,930.00 The Disadvantage Business Enterprise Utilization Certification, which was submitted by Hoffman Construction with the Bid Proposal Package, stated that the Total DBE Commitment is 19.26% a total of $272,197.00. With Belarde being deleted, the DBE Conunitment decreases to 1.56% or a total dollar amount of $21,930.00 Kaelyn Holten From: David Sorensen <David.Sorensen@TukwilaWA.gov> Sent: Tuesday, August 15, 2017 9:03 AM To: Mike Mayfarth Cc: Brad Hoffman; Kaelyn Holten; Bret Hoffman; karen@hofcon.com Subject: FW: TUK-CVSR Belarde Removal Letter and Documentation Importance: High Working on approval for a Non DBE contractor. Stay tuned! D. From: Segami, Phil [mailto:SegamiP@wsdot.wa.gov] Sent: Tuesday, August 15, 2017 8:53 AM To: David Sorensen <David.Sorensen@TukwilaWA.gov> Cc: Rahman, Sayma <RahmanS@wsdot.wa.gov> Subject: RE: TUK-CVSR Belarde Removal Letter and Documentation Dave, Local Programs concurs in the dismissal of Belarde Construction (DBE Termination). A DBE substitution is required for Belarde portion of the commitment. Please follow the project special provisions 1-07.11— Contractor Proposed DBE Substitutions. Once the DBE substitution(s) has been reviewed by Local Programs, the City shall document the process with a official Change Order. Thanks Phil From: David Sorensen[mailto:David.Sorensen@TukwilaWA.gov] Sent: Monday, August 14, 2017 8:54 AM To: Segami, Phil <SegamiP@wsdot.wa.gov> Subject: FW: TUK-CVSR Belarde Removal Letter and Documentation Importance: High Hi Phil, Based on the attached I am requesting the concrete DBE goals be deleted. Hoffman acted in good faith only to be manipulated by Belarde. Moreover ! feel Belarde should be stripped of their DBE status and not be allowed to bid on any federal projects. A formal complaint will be in the works with the OEO. Please let me know what else you need from me to move this forward to H.Q. Thanks! Dave Dave Sorensen 1 Project Manager City of Tukwila 6300 Southcenter Blvd Tukwila, WA 98188 Desk (206) 431-3653 Cell (360) 402-8076 Tukwila, the city of opportunity, the community of choice. From: Brad Hoffman [mailto:brad@hofcon.com] Sent: Wednesday, August 09, 2017 3:36 PM To: Mike Mayfarth <mikem@kpg.com>; David Sorensen <David.Sorensen@TukwilaWA.gov> Cc: Kaelyn Holten <kaelyn@kpg.com>; Bryce Corrigan <bryce@kpg.com>; Bret Hoffman <bret@hofcon.com>; Karen Hoffman <karen@hofcon.com>; Lizbeth Field <liz@hofcon.com> Subject: TUK-CVSR Belarde Removal Letter and Documentation Attached is the letter we will be mailing today. Below is the link to open all of Belarde emails that have been sent and received. The link also includes the subcontract we sent them as well as the Redline Subcontract they sent back to us. The combined files are too large to send through regular email so I have am sending them through Karen's google account. Download the file at this link: https://drive.google.com/open?id=0B1zkwU24IkMgX1BLVDBJYnRvY2M Brad Hoffman Estimator/Project Manager P.O. Box 845 2 Enumclaw, WA 98022 C) 206.423.1265 0) 360.825.9797 F) 360.802.9797 Email: brad@hofcon.com AWFAMN CONSTRUCTION, INC ruc. ..snr IX YEW", rh, • MIX YHM 3 N�FF1L4N CONSTRUCTION, INC GRADING. SITE DEVELOPMENT■TRUCKING August 9, 2017 City of Tukwila Attn: Dave Sorensen 6300 Southcenter Boulevard Suite 100 Tukwila, WA 98188 RE: Cascade View Safe Routes to School Phase 2 Federal Aid Project No. SRTS —1320(005) City Project No. 91510302 Dear Mr. Sorensen, RECEIVED AUG 10 2017 TUKWILA PUBLIC WORKS I am requesting to remove Belarde Company from our MBE/DBA requirement for this project. The reason for request for removal is for the following items: • Refusal to sign our subcontract as provided. • Unable to work on the provided schedule for the project. • Unable to give us a schedule that can be mutually agreed upon. • Extended delay to the project. • Safety concerns with leaving portions of the job prepped for curb installation with no curbs installed for extended periods of time. • Extended delay in communication. • Lack of effort to work through scheduling conflicts. I have sent a link via email which includes the documentation of our email correspondence, subcontracts and project schedule between Belarde Company and Hoffman Construction Inc. We are soliciting DBE and non -DBE companies to complete the work previously planned to be contracted with Belarde Company. We feel that it is imperative for the success and timely completion of this project that Belarde Company is removed from the DBE requirement and a timely decision is made to select another contractor that can perform the work as per the provided schedule. Thank you, Brad Hoffman Vice President cc: Mike Mayfarth, KPG P.O. Box 845 Enumclaw, Washington 1 Office 360.825.9797 1 Fax 360.802.9797 1 www.hofcon.com NOFFIIL4N. CONSTRUCTION, INC GRADING ■ SITE DEVELOPMENT. TRUCKING August 17, 2017 Belarde Company, Inc. Attn: Tyson delos Santos and John Belarde PO Box 684 Woodinville, WA 98072 RE: Cascade View Safe Routes to School Phase 11 Dear Mr. delos Santos and John Belarde, We are responding to the letter we received on August 11, 2017 from Tyson delos Santos. In that letter Tyson delos Santos stated "we have been unable to agree on a schedule that would keep the work progressing as shown in the project schedule. As such, we have mutually agreed that the best course of action is for Hoffman to move forward with another sub -contractor to minimize the schedule impacts." Hoffman Construction, Inc. agrees that hiring another concrete subcontractor will be in the best interest of the project schedule. We will be terminating your portion of the COA DBE Work. The reasons for the terminations per the contract special provisions 1-07.11 are: 1) We have been unable to execute a written contract due to the scheduling differences. 2) Belarde has voluntarily withdrawn from the project and provided Hoffman Construction, Inc. with written notice on August 11, 2017 Your immediate response will be greatly appreciated to keep this project moving forward. Please respond via email and then follow up with a mailed letter. Thank you, Karen Hoffman Vice President cc: David Sorensen, Project Manager, City of Tukwila Mike Mayfarth, Construction Services, KPG Brad Hoffman, Vice President, Hoffman Construction, Inc. Bret Hoffman, Vice President, Hoffman Construction, Inc. P.O. Box 845 Enumclaw, Washington 1 Office 360.825.9797 1 Fax 360.802.9797 1 www.hofcon.com Kaelyn Holten From: David Sorensen <David.Sorensen@TukwilaWA.gov> Sent: Thursday, August 24, 2017 1:29 PM To: Kaelyn Holten Subject: FW: TUK-CVSR GOOD FAITH EFFORT - OTHER DBE CONC SUBS EMAILS Attachments: City DBE Term Letter to Hoffman.pdf; Hoffman.pdf; TUK-CVSR HCI BELARDE COA DBE TERMINATION LETTER 08-17-2017.pdfi TUK-CVSR WSDOT DBE CONC SUBS 08-17-17.xlsx; Cascade View Safe Route - Termination Acceptance Letter.pdf Importance: High Thanks for the specs reference today. Sorry, I meant to copy you. If WSDOT has any further issues then I plan to call a sit down meeting with Kathleen Davis the Director of WSDOT Local Programs in Olympia and include FHWA. As far as I am concerned this issues is closed on my end. WSDOT can do as they wish. D. From: David Sorensen Sent: Wednesday, August 23, 2017 2:58 PM To: Mike Mayfarth <mikem@kpg.com> Subject: FW: TUK-CVSR GOOD FAITH EFFORT - OTHER DBE CONC SUBS EMAILS Importance: High FYI From: David Sorensen Sent: Wednesday, August 23, 2017 8:58 AM To: 'Segami, Phil' <SegamiP@wsdot.wa.gov> Cc: Robin Tischmak <Robin.Tischmak@TukwilaWA.gov>; Bob Giberson <Bob.Giberson@TukwilaWA.gov>; 'HoJohn@wsdot.wa.gov'<HoJohn@wsdot.wa.gov>;'MoiniM@wsdot.wa.gov' <MoiniM@wsdot.wa.gov> Subject: RE: TUK-CVSR GOOD FAITH EFFORT - OTHER DBE CONC SUBS EMAILS Importance: High Phil, Please see attached documentation supporting the City's decision to terminate of the COA DBE goal for the work that Belarde had bid to perform. Clearly they overbooked and would not agree to the schedule our prime contractor Hoffman Construction provided to them. Moreover, subcontractors do not dictate to the prime when they will show up for work. And that is exactly what Belarde wanted to do. A mutually agreeable schedule does not bode well for critical path work. A rigorous good faith effort has been completed to find a DBE contractor replacement. Unfortunately the city has no choice to allow Hoffman construction to utilize a willing and able non DBE contractor whom can meet our schedule. Which is now weeks behind due to Belarde's lack of good faith keeping their commitment to perform their work. Furthermore they should be stripped of their DBE status. 1 Our position is that the all reasonable efforts have been made to find a DBE replacement contractor and those efforts were fruitless. Please review the attached closely and you will also agree. As you mentioned there is no definition of good faith effort and no set number of contractors we much seek out for a DBE replacement. However all available DBE contractors in our area whom can perform the bid items were contacted. All declined the work as shown in the attached docs. Federal funds are being wasted chasing this issue of finding a DBE replacement when none are available. As you know this year's bidding climate is short on subcontractors. If asked, I don't feel FHWA would be comfortable we continue this effort which would further delay delivery of our project. We have found a contractor whom can help us get back on schedule and are processing a change order accordingly. Dave Dave Sorensen Project Manager City of Tukwila 6300 Southcenter Blvd Tukwila, WA 98188 Desk (206) 431-3653 Cell (360) 402-8076 Tukwila, the city of opportunity, the community of choice. From: Segami, Phil [mailto:Sega miP@wsdot.wa.gov] Sent: Thursday, August 17, 2017 8:47 AM To: David Sorensen <David.Sorensen@TukwilaWA.gov> Subject: RE: TUK-CVSR GOOD FAITH EFFORT - OTHER DBE CONC SUBS EMAILS Dave, I discussed with HQ. Please refer to special provision 1-07.11 specifically the Changes in COA work Committed to DBE section. This is considered a Contractor Proposed DBE Substitution. I understand the circumstance may not appear that way, but it is from a contractual perspective. Local Programs will not "remove" the DBE subcontractor portion of the goal. The current Good Faith Effect document is a good start. However, with substitution in play, the contractor should not limit their search to concrete subcontractors only. Phil From: David Sorensen (mailto:David.Sorensen@TukwilaWA.gov] Sent: Wednesday, August 16, 2017 10:55 AM To: Segami, Phil <SegamiP@wsdot.wa.gov> Subject: FW: TUK-CVSR GOOD FAITH EFFORT - OTHER DBE CONC SUBS EMAILS Importance: High Hi Phil, 2 Please forward this to HQ to remove the DBE goal for the work that Belarde bid to do and failed to perform or follow through with their commitment. We will be using a non DBE concrete sub -contractor to get this project back on track ASAP. Thank you! D. From: Karen Hoffman (mailto:karen@hofcon.com] Sent: Wednesday, August 16, 2017 10:48 AM To: David Sorensen <David.Sorensen@TukwilaWA.gov>; Mike Mayfarth <mikem@kpg.com> Cc: Lizbeth Field <liz@hofcon.com>; Bret Hoffman <bret@hofcon.com>; Brad Hoffman <brad@hofcon.com> Subject: RE: TUK-CVSR GOOD FAITH EFFORT - OTHER DBE CONC SUBS EMAILS Good morning, We have continued to demonstrate a Good Faith Effort in trying to get another DBE firm to perform the concrete work on the Cascade View Safe Routes to School project. So far none of the DBE's are able to perform the work per the project schedule. Below is a summary of events for each DBE concrete subcontractor: 1) Faison Construction, Inc. —James Faison 503-493-0684 / Email: faisoninfo@comcast.net 08/08/17 4:59pm Brad Hoffman emailed and received no response as of 8/15/17 08/15/17 approximately 3:50pm Liz Field called Faison's office and spoke with Joe, he said he would speak with the owner, James Faison to see if they would be able to perform the work and asked us to send plans. 08/15/17 4:11pm Liz Field emailed Faison the concrete plans, bid items, project schedule and DBE form 08/16/17 9:59am Hoffman received attached email reply back from Joe Staley at Faison stating they could not perform at this time. 2) John Wayne Construction Co Inc. — Steven Belarde 425-402-8596 / Email: info@lohn-wayneconstruction.com 08/08/17 5:07pm Brad Hoffman emailed and received no response as of 8/15/17 08/15/17 approximately 3:45pm Liz Field called John Wayne Constructions office and spoke with Dawn, she told Liz they were only taking on barrier work at this time, no curb and gutter work. Liz asked her to email that answer, but she did not get a response back from Dawn. 08/15/17 4:09pm Liz Field emailed John Wayne Construction the concrete plans, bid items, project schedule and DBE form. Liz asked them to please respond via email. 08/16/17 8:09am Hoffman received attached email reply back from Jon at John Wayne Construction stating "We will not be pursuing this work" 3) Rod Steel Inc. — Rodney Steele 360-676-9354 / Email: rlsteele@comcast.net 08/08/17 5:09pm Brad Hoffman emailed and received no response as of 8/15/17 08/15/17 approximately 3:55pm Liz Field called Rod Steele's phone and was unable to leave a message as his voice mail box is full. 08/15/17 415pm Karen Hoffman tried calling Rod Steele's number as well and was unable to leave a message as his voice mail box was full. So Karen texted him at 4:18pm and asked him to respond. As of 8/16/17 10:30am she has not received a response back from her text. 08/15/17 4:04pm Liz Field emailed Rod Steele Inc. the concrete plans, bid items, project schedule and DBE form and asked him to respond, but as of 08/16/17 at 10:30am we have not gotten a READ receipt or an email, phone call or text back from Rod Steele (we also tried calling again on 08/16/17 at 10:OOam and voice mail box is still full) 4) Salinas Construction, Inc. —John Salinas owner, Brennan Collins 425-745-6048 / Email: brennan@salinasconcrete.com 3 08/08/17 approximately 2:30pm Brad Hoffman called Salinas Construction and spoke with Brennan Collins. After talking Brad emailed Brennan the Bid items and Concrete Plans. Asking him to get back with him as to whether it would be feasible for them to get in and start the curb for the project. 08/08/17 4:01pm Brennan emailed back and said " I don't think we can make it out there in August or early September". 5) G&G Incorporated — Bonnie Graham 425-432-8125 We called them and they do not perform this type of work. Karan/ H o fjrm.Gw+. HOFFMAN CONSTRUCTION, INC. PO BOX 845 ENUMCLAW, WA 98022-0845 0) 360-825-9797 F) 360-802-9797 M) 206-423-1262 karen@hofcon.com www.hofcon.com 4 1111 BELARDE COMPANY August 18, 2017 Iloffman Construction, Inc Attn: Brad Hoffman and Karen Hoffman PO Box 845 Enumclaw, WA 98022 RE: Project Name: Cascade View Safe Routes to School Phase II Tukwila Project No. 91510302 Tukwila Contract No. 17-109 Federal Aid No. SRTS-1320(005) Mr. Hoffman and Ms. Hoffman, We are responding to the letter we received on August 17, 2017 from Karen Hoffman. We acknowledge and accept the termination of Belarde Company's project scope of work for the referenced Project for the City of Tukwila per the contract special provisions 1-07.11. 1) We have been unable to execute a written contract due to the scheduling differences. 2) Belarde has voluntarily withdrawn from the project and provided Hoffman Construction, Inc. with written notice on August 11, 2017 Thank you, Tyson delos Santos Project Manager Belarde Company, Inc. Page 1 of 1 SP- 49 DBE contractor have been made by an entity other than the Contractor, as in the case of a lower -tier Subcontractor or supplier, then the Contractor shall obtain evidence of payments from the paying entity and report these payments to the Engineer as described above on form #422-103. The monthly report is due 20 calendar days following the end of the month. Changes in COA Work Committed to DBE The Contractor shall utilize the COA DBEs to perform the work and supply the materials for which each is committed unless approved by the Engineer. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA DBEs. Owner Initiated Changes The Engineer will consider the impact on DBE participation in instances where the Engineer changes Work that was committed to a DBE at the time of Contract Award. In such instances, the Contractor shall not be required to substitute for the Work but is encouraged to do so. The Engineer may direct DBE participation or solicitation of DBEs as part of a change order. Contractor -Initiated Changes The Contractor cannot reduce the amount of work of a COA DBE without good cause, even if the Contractor continues to meet the DBE COA Commitment through other means. Reducing a COA DBE's Commitment is viewed as a partial DBE termination, subject to the procedures below. Original Quantity Underruns In the event that Work committed to a DBE firm as part of the COA underruns the original planned quantities the Contractor is encouraged to substitute the remaining applicable Work to another DBE but is not required to do so. Contractor Proposed DBE Substitutions Requests to substitute a COA DBE must be for good cause (see DBE termination process below), and requires the written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a DBE with another certified DBE. When any changes encountered between Contract Award and Execution that result in a substitution of COA DBE, the substitute DBE shall be certified prior to the due date for bids on the Contract. DBE Termination Termination of a COA DBE (or an approved substitute DBE) is only allowed in whole or in part with prior written approval of the Engineer. If the Contractor terminates a COA DBE without the written approval of the Engineer, the Contractor shall not be entitled to any payment for work or material performed/supplied by the COA DBE. The Contractor must have good cause to terminate a COA DBE. Good cause typically includes situations where the DBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: The DBE fails or refuses to execute a written contract. The DBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. The DBE fails or refuses to meet the Contractor's reasonable nondiscriminatory bond 'requirements. City of Tukwila Bid Document Cascade View Elementary Safe Routes to School Phase 2 April, 2017 SP- 50 • The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness. • The DBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The DBE voluntarily withdraws from the project, and provides written notice of its withdrawal. • The DBE's work is deemed unsatisfactory by the Engineer and not in compliance with the contract. • The DBE's owner dies or becomes disabled with the result that the DBE is unable to complete its Work on the contract. Good cause does not exist if: • The Contractor seeks to terminate a COA DBE so that the Contractor can self - perform the Work. • The Contractor seeks to terminate a COA DBE so the Contractor can substitute another DBE contractor or non -DBE contractor after Contract Award. • The failure or refusal of the COA DBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work). Prior to requesting termination, the Contractor shall give notice in writing to the DBE with a copy to the Engineer of its intent to request to terminate DBE Work and the reasons for doing so. The DBE shall have five (5) working days to respond to the Contractor's notice. The DBE's response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. When a COA DBE is terminated, or fails to complete its work on the contract for any reason, the Contractor shall substitute with another DBE, substitute other DBE participation or provide documentation of GFE. A plan to achieve the COA DBE Commitment shall be submitted to the Engineer within 2 working days of the approval of termination or the Contract shall be suspended until such time the substitution plan is submitted. Decertification/Graduation When a DBE is "decertified" or "graduates" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count towards the DBE COA Goal as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification/graduation. Consequences of Non -Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and City of Tukwila Bid Document Cascade View Elementary Safe Routes to School Phase 2 April, 2017 17-109(b) Contract Appoval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 , DATE: 8-30-17 PROJECT NO.: SRTS 1320(005) PROJECT NAME: Cascade View Safe Routes to School Phase 2 BUDGET NO.: CONTRACT NO.: 17-109 C b) Page 1 of 3 TO: Hoffman Construction, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPT Date ' Contractor KofA,m (dnsfract►. r, �e By �// Title Kt.( Pa�tstit.,7 $1,412,889.25 I APPROVED BY THE CITY OF TUKWILA f Date �R' '�''‘ txr 'S, 020 /7 This Change Order (without tax) $ 18,640.00 v By 41Ik-A - -- Mayor REV. CONTRACT AMOUNT $ 1,431,529.25 / City EngineerQdta JAA, Original Contract (without tax) Previous Change Order $ 0.00 1 Original Contract Time: 80 days Additional Contract Time for this Change Order: 2 I Updated Contract Time: 82 days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc:Finance Department (w/encumbrance) Project Management File, PW Project Finance File 4/917 Exhibit A Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: Prior to the project start, PSE Gas relocated the main running along the alignment of 140th to allow for the new storm system. This trench abuts the asphalt removal line for the project. PSE intended to place final HMA in the relocation trench for the gas, but the Contractor had already started work. To provide a better final product to the City the temporary PSE Gas trench patch will be removed and the paving limits will be increased. The trench patch will be extended to the limits shown on the attached plan sheets and as painted in the field. This work is for PSE and the City will bill PSE directly for 100% of the cost. Per the attached e-mails from Glenn Helton (PSE) the City is to send an invoice to PSE referencing Job Number 109100579. (glenn.helton@pse.com) Reason/Justification for Change: The reason for the change is to provide a better final product post project to the traveling public. Description of Change: New Items Added: Add new item: CO2 -01 - Roadway Excavation Incl. Haul Add 70 CY Add new item: CO2 -02 - Crushed Surfacing Top Course Add 60 TN Add new item: CO2 -03 - HMA Class 1/2" PG 64-22 (PSE Add 100 TN Contract Items Added/Deducted: Working Days: Two (2) additional working days are added to the contract time. Exhibit A Page 3 of 3 Measurement: Measurement for New Item #CO2 -01 will be per CY. Measurement for New Item #CO2 -02 will be per TN. Measurement for New Item #CO2 -03 will be per TN. Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above-described tasks. SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount Subtotal Existing Items: $0.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount CO2 -01 Roadway Excavation Incl. Haul (PSE) CY 70 $ 36.00 $ 2,520.00 CO2 -02 Crushed Surfacing Top Course (PSE) TN 60 $ 37.00 $ 2,220.00 CO2 -03 HMA Class 1/2" PG 64-22 (PSE) TN 100 $ 139.00 $ 13,900.00 Subtotal Change Order Items: $18,640.00 TOTAL CHANGE ORDER AMOUNT: $18,640.00 WSDOT LAG MANUAL CHANGE ORDER CHECKLIST Local Administered Projects Change Order Chapter 52 Appendix 52.106 Checklist Question Yes No N/A 1. Does the change order alter the termini, character, or scope of the work? X If yes, you must have H & LP approval to be eligible for federal funds. X If yes, you must submit a revised page 1 of the prospectus. X 2. Is the Change Order over $7,500.00 and outside the scope of work? X If yes, the chang cannot be a change order and must be an independent work. X 3. Does the Change Order detail all items involved in the change? X 4. Does the Change Order include an adjustment to working days? X If yes, the time extension must be stated in the Change Order. X If yes, an independent engineer's estimate of time must be included to document the extension. X If no, that must be stated in the Change Order. X 5. Does the Change Order alter the DBE Condition of Award? X If yes, you must obtain concurrence from H & LP. X If yes, you must obtain the DBE's signature on the Change Order X 6. Does the Change Order involve a material subsitution? X If yes, you must determine if a material credit is appropriate. X 7. If Change Order work started prior to it's execution, prior verbal approval by the Approving Authority must be granted and documented. X 8. Has the Change Order been signed by the contractor? X 9. Has the Change Order been executed by the Approving Authority? X If you are a "non CA Agency", you must have the acting C Authority's approval. X 10. Has an independent engineer's estimate justifying the costs and time extensions been completed and documented? X 11. Has a detailed memo outlining the chronology of events, basis of need, cost and working days been prepared and placed in the file accompanying the Change Order? X Page 52-18 WSDOT Local Agency Guidelines M 36-63.18 October 2012 ORIGINATING DOCUMENTS From: Helton, Glenn To: Mike Mavfarth Cc: David Sorensen' Kaelyn Holten; Brvce Corrigan; Sam Douglas' Mellinger. Steve Subject: RE: Cascade SRTS - PSE Trench Patch Calcs Date: Tuesday, August 22, 2017 5:14:20 PM Mike this change for increase on restoration estimate is approved. Thanks for meeting us out there again yesterday. Please have the city send the invoice directly to me and reference job number 109100579 on the invoice. Thanks, Glenn Helton Gas - Project Manager PUGET SOUND ENERGY P: (253) 395-6926 C: (425) 559-4647 6905 S 228th St Kent, WA 98032 PUGET SOUND ENERGY From: Mike Mayfarth [mailto:mikem@kpg.com] Sent: Monday, August 21, 2017 9:36 AM To: Helton, Glenn Cc: David Sorensen; Kaelyn Holten; Bryce Corrigan; Sam Douglas; Mellinger, Steve Subject: RE: Cascade SRTS - PSE Trench Patch Calcs I will be there. Plan on meeting in the same spot. Regards, Michael .Mayfarth Construction Services From: Helton, Glenn [mailto:Glenn.HeltonPpse.com] Sent: Monday, August 21, 2017 9:30 AM To: Mike Mayfarth <mikemC1kpg.com> Cc: David Sorensen <David,SorensenPTukwilaWA.gov>; Kaelyn Holten <kaelynPkpg.com>; Bryce Corrigan <brycePkpg.com>; Sam Douglas <SamPkpg.conl>; Mellinger, Steve <steve.mellingerPpse.com> Subject: RE: Cascade SRTS - PSE Trench Patch Calcs Will 2pm work? From: Mike Mayfarth [mailto:mikem(akpg.com] Sent: Monday, August 21, 2017 9:00 AM To: Helton, Glenn Cc: David Sorensen; Kaelyn Holten; Bryce Corrigan; Sam Douglas; Mellinger, Steve Subject: RE: Cascade SRTS - PSE Trench Patch Calcs I am available all day. Let me know what time this afternoon works for you and I will meet you onsite. Regards, Michael Mayfarth Construction Services From: Helton, Glenn [mailto:Glenn.HeltonPpse.com] Sent: Friday, August 18, 2017 8:45 AM To: Mike Mayfarth <tnikemPkpg.com> Cc: David Sorensen <David.SorensenPTukwilaWA.gov>; Kaelyn Holten <kaelynPkpg.com>; Bryce Corrigan <brycePkpg.com>; Sam Douglas <Sam(Jkpg.com>; Mellinger, Steve <5teve.mellinger0pse.com> Subject: RE: Cascade SRTS - PSE Trench Patch Calcs Mike, We need to meet on site next week and go over this again. My construction manager will also be attending. The almost double the increase in cost for your paving has raised some concerns and we need to go over this again. Let me know what time and day would work for you. I have a meeting in Federal Way Monday morning at 10am but the early afternoon on Monday I'm available and Tuesday in the am I'm available. Thanks, Glenn Helton Gas - Project Manager PUGET SOUND ENERGY P: (253) 395-6926 C: (425) 559-4647 6905 S 228th St Kent, WA 98032 PUGET SOUND ENERGY From: Mike Mayfarth [mailto:rrmikemakpg.com] Sent: Thursday, August 10, 2017 10:44 AM To: Helton, Glenn Cc: David Sorensen; Kaelyn Holten; Bryce Corrigan; Sam Douglas Subject: Cascade SRTS - PSE Trench Patch Calcs Importance: High Glenn, After looking in the field and running the numbers in our contract for the asphalt, I came in a bit higher than anticipated. This is in due in part to adding the section at 35th and 33rd PL to fully capture the patching that PSE had onsite. The attached calcs and plans show what is out in the field and total to almost $19k. If you are good with this I will kick the Change Order up the chain to the City and have them execute it. Also remember that there will not be any patching at the other relocation locations, the roadway is being fully rebuilt. Please feel free to call me with any questions. Regards, Michael Mayfarth Construction Services KPG TACOMA • SEATTLE Interdisciplinary Design 2502 Jefferson Avenue Tacoma: WA 98402 C: 253.307.9808 www.kog.com From: Helton Glenn To: David Sorensen Cc: Mike Mavrart i Subject: FW: Cascade elementary Utility Relocate Reimbursement to the City Date: Wednesday, August 2, 2017 4:26:54 PM I'm so far behind on emails but trying to catch up, I saw this one down at the bottom of my list and can't find that I responded. Is the email below the same project that Mike and I met out on last Friday? I can't download the pians because I can't download fastbid on our network. You ran send any city invoices involving natural gas directly to me. Invoice work order references are below If these valve adjustments will be included on the same invoice for the paving just use the work order i gave you for paving. Which is 109100579 9 this is a different project or if it will be billed separately just for the valve adjustments then reference work order 887033733 on the invoice for valve ad)ustments. Thanks, Glenn Helton Gas - Project Manager PUGET SOUND ENERGY P: {253) 395-6926 C: (425) 559-4647 6905 5 228'l' St Kent, WA 98032 • PUGET SOUND ENERGY From: David Sorensen)mailto:David.Sorensen@TukwilaWA.gov] Sent: Tuesday, June 13, 2017 8:43 AM To: Helton, Glenn Subject: RE: Cascade elementary Utility Relocate Reimbursement to the City The city will bit you. Please provide the contact information of whom we should send the bill. You can go to the Builders Exchange website for the plans, specs, and addendums • ..1. • A A •u .. • ..- . F I • • • Mike would you please work with Glenn on this? Thanks! D. From: Helton, Glenn [nmailto;Glenn.HeltonCdose corn) Sent: Thursday, June 08, 2017 6:35 PM To: David Sorensen <David SOrenseni once the work occurs. Please let me know if you have any questions and confirm the contact information for the person at your office whom should receive the bill. Hope to see you at our pre con the 22nd at the PW 6300 building. Thanks! Dave Dave Sorensen Project Manager City of Tukwila 6300 Southcenter Blvd Tukwila, WA 98188 Desk (206) 431-3653 Cell (360) 402-8076 Tukwila, the city of opportunity, the community of choice. From: Sam Douglas [mailto'Sam8lkoe corn) Sent: Tuesday, June 06, 2017 4:20 PM To: David Sorensen <David.SorensenraTukwilaWA:gov> Cc: Mike Mayfarth <Rtikem(akog.com> Subject: RE: Cascade elementary Dave, Per our phone discussion, here is the schedule 8 work that the utility companies could reimburse the city for. Note - Glenn Helton replaced Chang Pak around April so Glenn is not in the loop for this project yet. SCHEDULE 8 - FRANCHISE UTILITY REVISIONS (NON-FEDERAL PARTICIPATION) Unit Price (Hoffman Bid) Total Price (Hoffman Bid) UTILITY IMPROVEMENTS h Adjust Sewer Manhole Frame 8 Cover (Dana Dick at Valley View $ $ 67 7-05 Sewer, danad valvue.com) 4 EA 440.00 1,760.00 Water Main Modifications, Complete (Dylan Bailey at WD125, $ $ 68 7-09 clvIanbafleyt waterdistrict125.corn) 1 LS 13,000.00 13,00040 $ $ 69 7-12 Adjust Water Valve Box (Dylan Bailey at WD125) 3 EA 380.00 1,140.00 $ $ 70 7-15 Adjust Water Meter Box (Dylan Bailey at WD125) 3 EA 370.00 1,110.00 Adjust Seattle City Light Vault (Joe Hampton at SCL, $ $ 71 8-19 joe hamotonraseattle,g,ov) 2 EA 2,200.00 4,400.00 Adjust Gas Valve (Glenn Helton at PSE Gas, Glenn.Heltonralose corn $ $ 72 8-19 ) 3 EA 380.00 1,140.00 Station 19+25 Utility Service Relocations (Joe Hampton at SCL & Gami Herrera Jimenez at Centurylink, $ $ 73 8-19 gamaliel.herreraiimenezWcenturvlink.coni) 1 LS 10,000.00 10,000.00 Let me know if you need anything else here. Sam From: David Sorensen [mailto•David SorensenraTukwilaWA gov) Sent: Tuesday, June 06, 2017 2:19 PM To: Sam Douglas <SamtSkoa.com> Subject: RE: Cascade elementary Sounds good. 1 have meeting shortly so anytime after 3:30 call me. From: Sam Douglas (mailto:SamSlkoe cont) Sent: Tuesday, June 06, 2017 2:15 PM To: David Sorensen <David.Sorencen(STukwilaWA eov> Cc: Nelson Davis <f' elsonWkog.com> Subject: RE: Cascade elementary Dave, t had Brian review the SCL plans/CAD files and join me for a Heid visit last month to take a look at the pole relocations. INDEPENDENT COST ESTMATE CONTRACTOR'S PROPOSAL / COST ESTIMATE 16169 Caoeade View SOTS phase 2 By M Naytath Gid By Construction Revision Date 0/7/2017 Date From Field Measurements Tee [Additional Arca 3000 1 al MPG .5yAI'flJ -1M'C\t5 -Nori t eeo LpfAi. ; .Item` :. Ounq(b. Unci f„pI . . T Unit Comirsl on .. ,.Unit Tool: 1 .Uta : ' b 1,Mt Cal J Estanda'dl , Coal•:. _. - ,..Caninenis,- ROADWAY 10 2.03 Roadeoy Excavation Ind. Haul Additional Area 3,060 sl O.58 fl 0.037 cyld 66 Will CY 6 28.00 3 2,520.00 Assumed only remcning exNdng asphalt •7ln tick 14 404 Gushed Surfacing Top Caune Add7aulArea 3.060 al 025 0 0.037 oykl 28 CY Assumed 3•CSTC lepNcernent to achieve S designmkkness sec0on of KW. TOY/ 28 07 1.85 truly _ 52 211/80.1111 TON 8 37.00 S 2.220.00 16 Soli HMA Claes 1? PG 6422 Addalonal arca 3060 d 042 0 0.076 Wel 91 TN 5in!Neiman ge/ designed section Subtotal 87 m 07 U00� TON 8133.00 3 13.800.00 Total Projected Cost $ 18,640.00 Priced using existing bid item pricing. The intent of this change order is to separate the PSE billable quantities for this additional work for the City. TIME IMPACT ANALYSIS CPM Time Impact Analysis Contract: City of Tukwila - Cascade View Safe Routes to School Ph Contract #: SRTS-1320(005) Change Order: CO2 Contractor: Hoffman Construction CM Reviewer: Michael Mayfarth Date: 08/29/17 Requestor of Change: City of Tukwila Initiator of Change: City of Tukwila Detailed Description of Change: Prior to the project start, PSE Gas relocated the main running along the alignment of 140th to allow for the new storm system. This trench abuts the asphalt removal line for the project. PSE intended to place final HMA in the relocation trench for the gas, but the Contractor had already started work. To provide a better final product to the City the temporary PSE Gas trench patch will be removed and the paving limits will be increased. The trench patch will be extended to the limits shown on the attached plan sheets and as painted in the field. Reference Drawings: Attached Reason for Change: The reason for the change is to provide a better final product post project to the traveling public. Attached Supporting Documentation: Email chain from City and PSE supporting the change order Impacts of this Change on Related Work: Two (2) additional working days are added to the contract as a result of the above items of work Other Information: ADDITIONAL BACKUP 00y 0r•rn% A-E% EAKEVMT EUEE(D-/ PLAN '' 'AIL proposed saw cut lines are painted in the field. G r 7►1 0 10 AO 60 SCALE IN FEET PUBLIC WORKS DEPT- •ENGINEERING•STREETS•WATER• SEW ERABUILDING• dentned m.M decked 1 500 SOO JAV 041/11 4 Beldam KPG� MMoOMro6 Ony, 10046• . • ....en a CONFORMED DOCUMENTS SITE PREPARATION GENERAL NOTES 1. MR MAN S BASER L161 1141 BEST AQUI. 6640.5,7005 BURNS OE901. S e MAWS MAY EAST GMAT AK NOT SNOW 2 COMMA.. SVAEL 51.00110E 1050110 Or COSS. KANRES M C01STRUCO64 6 NEW ROAAMAY 00015 TO .PACS M N5000IT FR:9E1111ES. 730505E A.VU PEO:SIRN1 N?ACls. Nu 01700.4.1167. WAGS 67770ACTW SMALL PNESEM AMO PROTECT NL AYAVE NA 1706,7 BODE 0P6;010NS °0 MBES MAT ARE ±0 PSosv. COVS...IX IX ESPOUSAL COR CWAQ. A. COURACTO0 SING PRESERVE M9 PRO6C1 ALL KART MAR: -IN OM. O1 •REv0YAL 1,710 C . S 001 AOAAC0R POOL. BM'6AC1S 1VfEMAY ACCESS 70 6. CO01RACTOP SMALL 115LN AND OASTALL MET PRO170.7 0 ALL EVSIWO ANO MEALY 1500010 CA@M BASUS, 05 FB4S. RIE11 CO OMER EROS67.7175. 01101. Ol MONKS TO MhMff MOM. LIMO. S E.WS 67601 OIAMACE SYMMS • 6 ENE6677791E0 0040730 :Qv461E. OO( A. 0601 M N PAHO SURFACES fICOITMEL REL.. O/V6O ERNE. 0 PO50LM01615 TO 0utl0R11LT1 ARO ROA0MAY 0300± £E NM'ECIAOOI MI SON . INS. BEET 6 - 51. SITE PREPARATION NOTES pi SABRA, ANO MOW ASPHALT PAYMENT O505741 010 R:M0K 0CREfc PA`ENM1 AT 1111 NEAREST 1 EWAN9UR1 p1l?. G?RESA'0 ,7101001705. G REMOVE FY CYO POE TO RE PE .. BY CENNRS. NU NEM POLES S RSIAl111 BY SEATV 0 WIT PER KATIE On Ilpli UM11Y R*4050ION RAMS APPP4% E. G R15166111p9 RM NC WI5 AS NECESSARY SO G REMOVE NO RESET TOSS NO CATS. GREMOVE MAILBOX AS NMED FOR 007010591bN AND REPLACE PER DEMI. SLEET 4 It B CCN0AET06 SCALL 05000510 MM umAND PW1N SERVICE 10 ENSMF 0101116.0110 MAC 01AfAY. 000070 TNFf(SJ, 5111P(5). 96018(6). AMU ...cm ° REVUE NO 00500 ROCKERY RIRND PRCPUSED FORAM ® R' 510 CAS TO 011 MCCAW0 BY OSIERS SITE PREPARATION LEGEND 005010 A9NNT 0051 PAVE110I7 ROAMS 000110010 PAVEMENT RUT PROTECT. C1EM. OMS SAM01f/PAYEMENT REVOVN NR5 I1AA U1A1x REWK CURB /A//'///. 510. WAN RCMVN CASCADE VIEW SAFE ROUTES TO SCHOOL PH 11 SET PREPARATION PLAN S 140TH ST STA 16.25 TO STA 20.75 1 72 1 GO BSE. .w,1 0010 vN Y 64..47 Mi E/ AMY (TE) 1 : 0119 POSEr�I 4, 241,001 22400 00 Q OJti_� i '� 2siso 25400 '� "KFS-.,.•-.-==w;-:°_:�.'""..'. _._ n�� �� All proposed saw cut lines i •. are painted in the field. PLAN 0 10 20 ID 00 SCALE a FEET PUBLIC WORKS DEPT. • ENGINEERING •STREETS•WATER•SEWER•BUILDING• d5�m e 0550 Enke noloat by SOo Soodal dale 4.01 xrib 000000 IKPG ...non.. Onto �allax r... 11.4141012 CONFORMED DOCUMENTS SITE PREPARATION GENERAL NOTES I. T. TAN IS 9A0EU IEM NE 0E51 5555090 00005001105' 50000 0•.951. ST SEA14ti5 WAY EWSS NAT APE 1101 550,1. 2. CMIRACYR EA. SEC EISCE mosso R 10410021+010101 MM \511001016 I. 80 L 115 TOYMWL REACTS 10 KM.11I PECKE400TIEE 1]CLE2 ARO PECE511. WAVE 433 ENNIFJO... 06.15 S. 00111000111 9101E 55045114 RW 5101001 011 290. 00 00100 (RACE 0.10.1.1S MO U11YTES NAT ARE TO 1!4.0. MOW. 9141 M a5P011S9LE EM D0W0R R. Cy790E OrP SNRT PMSEA. An9 0O1FR 041 P:N11 05'-11150 RIT50E 70 F5.1R ESR. 5. CCMTRACTOP SNRL W4N1Hl .W.5 M..501' ...055 TO EAON AW0C. PA•C1l O. .TRACTOR. En. RM. Alai ME, AY{[r PROM.. Si Al j 15105 ..-17,r105.5150 CAM DAY:. SET EDICE. WA, SS, ANO 01. EIA90N .7En. 1-15505-15 10 Wk.E SEOPA:T 1101a15t RIO 511-1505 109 51511 DR.. 5151-105. > E EAYNNTUID. RM. E.CRETE• MAI. 050 OP. NA& ■M! POOLS .1.5 0. 11.5.. MOW COS. CR.. E EW 0.1.110. 10012 00RAT 01 AVO 1010'15199014 £E bW�TND0T 115x00 EI9-151 II - K. SITE PREPARATION NOTES V^ 55-1111410 ZNT10511121 U 1 P000001, EAP419U1 ,RYREYOM 0G'SETE 10001+N1 Al 110 11-151051 C P1EER.E 0040 1R01. OREY0YE EE 014005 Ph1 10 M R10S0 RY CENNR11Ad(0A MW POLES 0510000 BY M01RE CJII 0511 P11 000050 Ott IWN10111x11 R01.000101 0.004 0P900110 E. ©M0PoM DRUA000UW MRM SEAgN0 0115 05 !04354010 051ALL 0104099 IWAIO.WEMS O REMOVE 4O RESET ONCE 010 001E PORK YAE0o0 AS HIDED EOR 0MS1RUC10N 410 ROUCC 501 0-1900 90010 E 0 DVVR0Ci0R NUR 11.1011 0111 DEIMOS 510 PoSrR SIAHCE 110!950 UNINIFPoRRIID YM OEIIHRT. 9O RUCK W -1E(00 510W(S). 9x005) 00 010*0S0 O MWOSE AM 11-15-10 Kam 901110 Man= MM.. E0 x' 011105 10 RE 01100.110 9Y OSIERS. SITE PREPARATION LEGEND •1 0010. 000X001 CM0 P0000011 ® RENO. CBOT CO. PAKYENI 0 0001 010001 04p1-/0AKLIEW1 REMY. WR I... rs.'a ROA. Cxx 0000'///: =as ORM REMOVAL CASCADE VIEW SAFE ROUTES TO SCHOOL PH 11 SITE PREPARATION PIAN S 140TH ST STA 20.75 TO STA 25.00 3 1- .1.t• - 11 10 r. wJ 'IBeoe 110.151;0.15 11 00011 17-109(a) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: 6/22/17 BUDGET NO.: PROJECT NO.: SRTS 1320(005) CONTRACT NO.: 17 -109 PROJECT NAME: Cascade View Safe Routes to School Phase 2 Sheet 1 of 1 TO: Hoffman Construction, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See .Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPT Date 0 /07/2017 Contractor. Hoffman Construction, Inc. By —Title, Vice President Original Contract (without tax) $ 1,412,889.25 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0.00 Date >_ . / / This Change Order (without tax) NO COST $ 0.00 By REV. CONTRACT AMOUNT $ 1,412,889.25 Original Contract Time: 25 days Additional Contract Time for this Change Order: Updated Contract Time: days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) City Engineer cc:Finance Department (w /encumbrance) Project Management File, PW Project Finance File 176 2 Or'iino,LS Exhibit A Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: !Background: Special Provisions - Section 1- 07.9(3), "Apprentices ", is a State requirement and should not have been included in a project that is Federally Funded. This change order is to remove the requirements of Special Provision 1- 07.9(3) from the project requirements. This is a "No Cost" change order. Reason /Justification for Change: WSDOT requested that this change order be written deleting this section of the special provisions. Description of Change: New Items Added: N/A Contract Items Added /Deducted: N/A Working Days: Zero (0) additional working days are added to the contract time. Exhibit A Page 3of3 Measurement: N/A Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark -up, overhead and profit required to furnish, install, and successfully complete all work for the above - described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount Subtotal Existing Items: $0.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount N/A Subtotal Change Order Items: $0.00 TOTAL CHANGE ORDER AMOUNT: $0.00 17 -109 Council Approval 6/19/17 C -1 AGREEMENT FORM CONTRACT NO. -7! / v 9 THIS AGREEMENT is made and entered into on this d y of 201 by and between the City of Tukwila, Washington ( "Owner') and Hoffman Construction, nc. ( "Contractor "). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled CASCADE VIEW SAFE ROUTES TO SCHOOL PHASE 11, ;Project No. 91510302, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1 -04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the. Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. • .. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. if the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Contract Documents. 4. Attorneys Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TU (Owner) BY: 11 11441 Ex..kx� r Mayor •, ASH/ ON , :‘i _ AA/A.Idittaa. This ow ay of J , 20 17 ClAri543 O'FL City Cler Approved as to Forrn: uel.,e.l. City Attorney Address for giving notices: 6300 .1ktkro. , 314A_ ta0 HOFFMAN CONSTRUCTION, INC. ( Contrac /. ..�/ By: Title: PR : E T/ Attest: KAREN HOFFMAN This 8'day of June , 20 17 Secretary Contractor's License No. HOFFMCI931 D9 Address for giving notices: PO BOX 845 ENUMCLAW, WA 98022 -0845 5 -d oZ 6t1ZC 6gth9 -LS Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal HOFFMAN CONSTRUCTION INC Page 1 of 2 l Washington State otpartmenl of Labor & industries Horne 1 Espanol ; Contact SEARCH A -Z 'Index I Help a My L&1 Safety & Health Q Claims & Insurance 0 Workplace Rights 0 Trades & Licensing 4, Washington State Department of Labor & Industries HOFFMAN CONSTRUCTION INC Owner or tradesperson HOFFMAN, RANDY ROY Principals HOFFMAN, RANDY ROY, PRESIDENT • HOFFMAN, KAREN ANNE, VICE PRESIDENT • HOFFMAN, BRADLEY ALLEN, VICE PRESIDENT • HOFFMAN, BRET RANDAL, VICE PRESIDENT WA UBI No. 600 247 364 PO BOX 845 • ENUMCLAW, WA 98022 360- 825 -97970 KING County Business type Corporation License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor License specialties GENERAL License no. HOFFMCI931 D9 Effective — expiration 03/29/2007— 08/11/2018 Bond DEVELOPERS SURETY & INDEM CO Bond account no. 746104C Active. Meets current requirements. $12,000.00 Received by L &I Effective date 03/29/2007 03/23/2007 Expiration date Until Canceled Insurance BITCO General Ins Corp Policy no. CLP3638988 $1,000,000.00 Received by L &I Effective date 06/10/2016 06/30/2016 Expiration date 06/30/2017 CONTINENTAIL WESTERN INS CO Policy no. CWP2632548 $1,000,000.00 Help us improve https: // secure .lni.wa.gov /verify/Detail.aspx ?UBI= 600247364 &LIC= HOFFMCI931 D9 &SAW= 5/11/2017 C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. WAC54496 We Hoffman Construction, Inc. and Merchants Bonding Company (Mutual) (Principal) (Surely) a Iowa corporation, and as a surety corporation authorized to become a surety upon Bonds: of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington f "r' 'ea in the penal, sum of One Million Four Hundred Twelve Thousand Eight Hundro' ■ne and 25/100 Dollars ($ 1,412,889.25 ), the payment of ,,nand; we bind ourselves and ow .A. successors, heirs; administrators, execute' bc ,,A/` ,resentatives, as the case may be TIC Payment and Performance Bond is provid. e ..e 'the performance of Principal in cone with a contract dated 10 , between Principal and Owner fora , entitled CASCADE VIEW SAFE ROUTES TO SCHOOL PHASE 11, Contract' No. ("Contract "):. The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW;. THEREFORE, this: Payment and Performance Bond shall be satisfied' and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes: authorized by Owner in the manner and.within the time specified as may be extended under the Contract ;. • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material .. men, and'all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner; its officers; and agents harmless from and against all claims; liabilities, causes of- action, damages, and 'costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying. Owner all expenses that Owner may incur in making good any default by Principal; and. • Indemnifies and holds Owner harmless from all claims, liabilities; causes of action, . damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to :Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained. by Owner in connection with the: Project.. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the. Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or . addition to the terms of the Contract, or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (2O %): If any modification or change increases the total amount to be paid. ;under the Contract, Surety's . obligation under this Payment and Performance Bond shall automatically increase in a like amount.. Any such increase shall not exceed twenty -five percent (25 %) of, the original amount of the Payment and Performance Bond without the prior written consent. of Surety. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Payment & Performance •Bond --- C-3 ---- r 4- This Payment and Performance I3ond shall be governed,anri - ft-' 'e.... laws °Nile State of. Washington, and venue shall be in King County, Wash '- IN WITNESS WHEREOF, the parties have execu, ,,,s instrument in two (2) identical counterparts,this, day of , A . Hoff,. onstruction, Inc. _ - •nature -fthorized Official a PreS;de-n-f Title • Narne and address of local office of agent and/or Surety Company:. Merchants Bonding Company (Mutual) . *. 9.-, Surety Surety 4 igture of Authorized-afici01 Jim S. Kuich - Attorney in Fact (Attach Power of Attorhey) , HUB Northwest PO Box 3018 Bothell, WA 98041-3018 Surety companies executing .bonds must appear on the current Authorized insurance List in the State of Washington per Section 1-02,-1 of the Standard Specifications: Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal MERCHANTS� BONDING COMPANY,," POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Andy D Prill; Carl M Lovsted III; Chad M Epple; Deborah L Buss; Jeff Barrom; Jennifer Schultz; Jim S Kuich; Jim W Doyle; Julie M Glover; Larry A Petersen; Michael A Murphy; Patti White; S M Scott; Steve Wagner; Teresa A Glombecki; Theresa A Lamb their true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIFTEEN MILLION ($15,000,000.00) DOLLARS This Power -of- Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and /or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and /or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 18th day of August , 2016 STATE OF IOWA 0.4 p t n4•Hr, rr� .• O,g4l. ©Q1 v: 2001 ! a tf1M R • "* 0 ?041P09.9410'. ' ° •z: • y 1933 : c .. . • MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By COUNTY OF Dallas ss. President On this 18th day of August , 2016 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 9• ,ta4 WENDY WOODY • y Commission Number 784654 • : My Commission Expires ro"v• June 20, 2017 Notary Pub6 County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this '.''"`day of - 4ti •e lfQt��n}/I -I tt t #q ''.,„ .****0,9- Cpl•.• j0. Cl • y • V i4+.14.• C�/Is ili7 • z:— Secretary 2003, ;_ : y 1933 . c; W •\ POA 0014 (6/15) 20,11 It f • • P -1 PROPOSAL Contractor's Name Hoffman Construction, Inc. Contractor's State License No. HoFFMCI931D9 City of Tukwila Project No. 91510302 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled CASCADE VIEW SAFE ROUTES TO SCHOOL PHASE II, which includes but is not limited to paving with hot mix asphalt, installation of curb and gutters, sidewalks, and storm drainage system, temporary traffic control, erosion /water pollution control, adjustment of surface utilities, installing channelization devices, driveway and property restoration, and other work necessary to complete the Work as described in the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) cif bid bond or ❑ cash, ❑ cashier's check, ❑ certified check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5 %) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the. Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within 80 working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1 -08.9 of the Standard Specifications for every working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal HOFFCON -01 MACHAVEZ ACORifr CERTIFICATE OF LIABILITY INSURANCE 4.----- DATE(MMIDDM/YY) 9/22/2016 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 CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: 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 Hub International Northwest LLC 12100 NE 195th St. Suite 200 Bothell, WA 98011 CONTACT NAME: PHONE 45 4AX 425 JAJc No Extl: ( 2 ) 89 -4500 ( FA/c, No): ( ) 485 -8489 ADDRESS: now.info @hubinternational.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : BITCO General Insurance Corporation 20095 INSURED Hoffman Construction Inc Karen Hoffman PO Box 845 Enumclaw, WA 98022 INSURER B CLP3638988 INSURER C : 06/30/2017 INSURER D : $ 1,000,000 INSURER "E: $ 100,000 INSURER F : COVERAGES CERTIFICATE NUMBER: 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 CONDITION 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 SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MM /DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X CLP3638988 06/30/2016 06/30/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE X OCCUR X WA Stop Gap MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES VI: PER: LOC PRODUCTS- COMP /OPAGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON -OWNED AUTOS X X CAP3638987 06/30/2016 06/30/2017 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X CUP2811086 06/30/2016 06/30/2017 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ DED X RETENTION $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N / A CLP3638988 06/30/2016 06/30/2017 I OTH PEATUTE X I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: CRYSTAL SPRINGS EMERGENCY SURFACE WATER REPAIR; 51ST AVE S, TUKWILA, WA 98188 ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT: CITY OF TUKWILA, ITS OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS, AND - VOLUNTEERS, KPG, INC. P.S. AND IT'S OFFICERS, EMPLOYEES, AGENTS, AND SUBCONSULTANTS. COVERAGE IS PRIMARY AND NON - CONTRIBUTORY. WAIVER OF SUBROGATION AND COMPLETED OPERATIONS APPLY. SEE ATTACHED ENDORSEMENT(S). CERTIFICATE HOLDER CANCELLATION CITY OF TUKWILA 6200 SOUTHCENTER BOULEVARD Tukwila, WA 98188 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE UT ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CLP3638988 1175 EMTORSENENT CHANGES ME POLICY. PLEASE READ R CAREFULLY. LAND INPROVENENT CONTRACTORS EXTENDED UABIUTY COVERAGE This erdxserrcrd modifies irauranoe provided inch the fdlating COMAEFIgAL GENERAL UADIIITV COVERAGE FORM It is agreed that the provisions listed WON aplyaiy upon the entry d an © in the bow nerd to the caption of such provision A 0 Partnersfip and Joird Venture Extension M M Construction Protect General Aggregate Urals B. Q Contractors Autorredic Addtioral Insured N OX Fellow Employee Coverage Coverage — Qlgdrg Qxratias C. M Autorrdic VJaiverd Slbrogatim D. 6derdaf Noticed Cancellation. Nxrcrreozd O ❑X Bedronic Oda Liability Coverage E QX tkrrtedimal Failure to Disclose Hazards R QX Cormlida[ed Irsurarce Pra,)'ern Residual F. rn 6oelerecd Mobile Fspipmt Liability Coverage G. M Personal and MHensing Injury - Cotradual S. M Automatic Additions] lmurerk— Managers or Ca✓aage Lessors d Remises H. M N onenployrrert l2snirriretion T M Ardardic Pddtior0 Insureds —State or Garernme tail Agency a Patied I. M Liquor Lability Sibdmsars— Permits or Authorizations J. El Prmdered Cartoons K QX. Autaratio Insureds —Equip ant Loses V. rX Prk1tio al Insured—Engineers, Architects Surveyors O.M Property Waage to the Narred Insureds Wbrk P. M Care, Custody or Control U. M Cortradas Automatic Pddtimal Insured Ca/erage— Corrpleted Cperatiors L QX Insured Cortrad Extension- Fbilroed Ropxrty and Construction Contracts A PARTNEASNIPAND JOINTVINR,fiE DOE/451ON The following provision is added to SECTION II- M-IO!SAN INSURED The last full pragaph which reads as fdous: ND person a organization is an insured with respect to the oxdud of airy current a past partnership, joint venture a limited lability ca ay that is not shown as a Named Insured in the Declardiors s deleted and replaced with thefdlowng Vttr respect to the conduct darn past or present jdrt verture or partnership not stem as a Marred Insured in the Cedar-dials and of which you are «wore a partner a rr, rrber, you are an irsured, but sly with respect to liability arising out d'your work' on behaff d any partnership or joint vesture rid shown as a dared Insured in the Declarations, provided no other antler liability insurance is available to you for your waif in connection with your interest in such partnership or joint verdure. GL -3065 (09111) a If vs tease 10 noncan, this policy. we will mail or deliver to the first Hared Insured shown in the Declarations written notice of the rorrenenel rot less than 60 days before the expiration date. 4 If we do not give notice d our intent to rxxrenevas prescribed in a above, its agreed t01 you nay extend the period of this ploy for rrerdnum addtioro sixty(60) days from its sdx+duled expiration date. Where not elf muse prdhbitod by lac, the existing tans, mrduors and rates will remain in effect drug fled extension period. It further acjeed that sot long as it is rat otherwise prohdxted by law, 10s one titre sixty day extension is the sole rend iy and liquidated damages available to the insured as a result of ow failure to give the notice as prescribed in A a above. E UNINTENTIONAL FAILURE TO CISC1..OSE HAZARDS Nticug1 tee relied on your repasertetic s as to existing and past hazards, it uriraerdiorely you shoud fail to cischose all such hazarcts at the inception the of yaw policy. we will not deny overage under Pis Coverage Form because d such failure. F. BROADBED MOBILE EO IRVENT Item 12.4 of SECTION V- DEE1MnONS , is dletedacd replaced eith the fdlating 124 Vehicles maintained for use solely on or nod to perrises, sites a loatias you own, rent or oaxQy. G PERSONAL. AND ADVERTISING INJURY- CONTRACTUAL COVERAGE Exclusion 2.e. of SECTION I, COVERAGES is deleted H NONENCLOYMENT DISCRIMNATION lkiess "personal and advertising injury' is excluded from Ns policy: Mem to of SECTION V- DEFTM1IONS , is amended to include: "Personal and advertising injury" also trees enterrassmr4 or humledion, natal « emotional dstreos, pinrsd illness, plysnl inpairme t, loss of earning capacity or monetary lass, which is caused ty "dsxuntation" SECTION V- DEFIMI1ONS , is awarded to irdale: Ylsairriretion" means the Wawiul Verdured of individuals based on race. oda. elhric origin, age, gender or religm. Item 2 Fxdumors el SECTION I, COVERAGE B , is wended to include Personal and advatsirg injury" arising out of "decantation" drolly or indire9y related to the pail errpbymert, errpbymad a prcepect^ 0 employment of any person a class d paws by any insured; "Pensioned ad advertising injury' arising out d "dsairrir9ion" by or at your, your agars a yar "employees" dredion or with your, your agents a your "errployees° kw:Wedged' r rsert: "Rrsond and advertising injury° arising out d "dsainriredkan' directly a indirectly rdated to the sale, rental, lease or sublease or pospectNe sale, mid, lease or ruble se d airy dwelling, prnenerl lodging a premises by or at the dredion d any insured a Rtes, penalties, speais performance or idundias levied a imposed by a govern-rental entity, or gooarrnatal ace, law, or statute because 01 dsaurinetion." a- xe(09/11) 3- Li COMRACTORSAU1OM4nC ADDITIONAL INSURED COVERAGE— ONGOING OPERATIONS SECTION II — IM-10 IS AN INSURED is amended to include as an addt6rM insured any person a organization V,M is redirect by eaten coital to be an add¢imd insured on your policy, 41 only with respell to liability lor'bodly injury", "property damage « 'pasoral and advertising iluy' caused, in whole or in pat by: 1. Your acts ororrissars, or 2 The ads or orrissons d these acting on your behalf; in the pedal-race d your aging cperaliae for the addtiaal insured(s) a the pojed(s) designated in the written =grad. Wth raped to the insurance atfaded to these additional insureds, the ldiaming ad rtiorel exdusices This irsurarcedxs not appyto'body iryuy' a "properly darrese" aourmg after 1. M work indudng materials, parts or egoipval funtsred in correction with such aon4 on the project (other than service, maidenarce or repairs) to be prforrred by von behalf of theaddti1M insureds) at the location of the covered cperdiors has been mrpleted; or 2 TAM potion al yea waft" aid which the injury a damage as les been pi to is intended use by any person a «cep 'motion vier than antler axtrador a srlxamada engaged in performing operations for a principal as a pen of the sane project. This insurance is excess of all other insurance available tote additional insured. wbdher primary, excess, ardingert or on any other bass, unless the written catcall requires Ids insurance to be primary. In tied event, this insurance will be array relative to irsurace policy(s) which designate the addtianl insured as a Named Insured in the Dedardias amt we will not require contribution from such insurance 8 the written contract also requires 5190 this insurance be narmntribsdoy. But with respell to all ether insurance under which the additional insured qualifies as an insured or milliard insured, this insurance will be excess. C AUTOMATIC WAIVER OF SUBROGATION Item 8. d SECTION IV - COMVE60IOL GB,EAAL LABILITY CONDITIONS, is deleted and replaced with the 1diming & Trader of Rights of Recovery Against Others to Us and A4tonreic Waiver of Subrogation a If the insured 10 rigts to reamer all a pat of airy payment we have made under this Caeeage Form those rights are transferred to us The insured mat do nothing after loss to tr{asr those rights. At our request, the insured will !ring "sun" a transfer those rights to us and help us eelorce them 4 If required by a written antral executed prior to loss, ea waive any 11911 of recovery we may Frye against any person or organization because d peyrrerls we make for irquy or damage arising ai et "your waif fa that percon or organization. D. IXTB'DED NOTICEOF CANCELLATION, NONEFEWAL Item A2.4 d the COMn1DIJ POI.JCYCOMMONS , is deleted and replaced with the fdbwirg A213. 67 days before the effective dated the cancellation if we Carrel for any otter reason Item 9. of SECTION N - COI*TsFRDIAL GB,EAAL LIABILITY COPDMONS, is deleted and replaced with the 1dloeing: A MEJWE DO NOT RENEW GL 3788 (03/11) I. LIQUORUABILTTY Exdusion2e d SECNON I, COVERAGE A ,'a deleted. J. BROADB/FD COMMONS Items 2a and 2b. d SECTION N - COMMRC1AL GENERAL LIABILITY COPIL(nONS , ere deleted ad replaced with the idbwlng: 2 Disks In The Evert Of Ocarrence, Offense, Claim Or Suit a You must see to that ea are notified d an "we nonce a en offense Welch nay rests in a claim as soon as pradiesHe after the "occurrence" has been reported to you, one of your officers a an "errpbyee" designated to give notice to us. Notice should include: (1) Flaw, whin aryl where the "oaamerce or die se told place: (2) The rarnes and addasses of any injured persons and witnesses; 04 (3) The nature and 'cation of any injrryor daregearising out d theeeraurrence"adterse. 4 If a claim is male "suit" is brought against Dry insured, you must: (1) Record the specifics of the claim a " suit" and the rite received as soon as you, one d your dicers, a an "arployee" dsig tad to rend such irdotnelcn is notified of it; and (2) Notify us in writing as soon as practicable after you, ore d yar officers, your legal depsnmert a an "errployee' you desigede to give us such notice learns d ife dams or Item 2.a. is added to SECTION N- CONvi4ERQALCETHIAL LIABILITY COMMONS : 2a N you report an "occurrence" to your workers compensation usurer which develop irto a liability claim for which averages provided by the Coverage Earn failure to repot such "occurrence" to us at the titre d "occurrence" still not be deerred in violation d paragaphs 2a, 2b, end 24 Wwever, you shall gve written notice d this "occurrence" to us as soon es you are made aware d the fad that 14s "onxrram" may be a liablty claim ratter than a eaters mmpas0on dam K AUTOMA11CADORIONYLL INSUREDS- EOUIPNENT LEASES SECTION 8 - WHO Is AN INSURED is amended to include any person « agarizalion with whom you ogee in a written elapsed lease or rental adgeanert to ran as an addtiora insured with rued to liability Iatrocity irjurd/', "property darreg" or "persona and advertising injury" caused, a least in pan. by your mar-Mance, operation or use by you d the egrp ant leased to you by such person a organization subject to the fdlowing additional ecdrsions. The insurance provided to the additional insured does not apply tor 1. "Bafy injury' a "properly drmege" rooming after you cease Leasing the equiprrrt. 2 "Body injury" or "properly damage" arising out of the soleregigeced the addtioral usured 3. "Property damage" to: a Properly axed used or 0arpied by a rated to the aditiorel insured 4 Rcperty in the care, autody or control d the adddicred insured or over wfidh the atitural ireued is fa any pupse exercising physical control. GL -3088 (09/11) This insurance o excess d all other insurance available to the additional insured, whether prirrery, excess, contingent or on any other baso, unless the waken chorea requires this insurance to be primary. In that evert, this insurance and be pinery rotative to insurance policy(s) which designate the ackitional insured as a Named Ireured in the Declarations and we will not require contribution from such insurance it the written mired also requires that this insurance be nonocetribday. Rd with respect to all other insurance ureter which the cedar: el insured qualifies as an insured or additional insured, ths insurance will be excess. L INSURED CONTRACT EXTENSION - RAILROAD PROPERfYMD CONSTRUCTION CONTRACTS Item9. of SECTION V- DEFINITIONS , is deleted and replaced with the loll owing. "Insured Conked" nears: 9. a Acalled for a lease d penises. Fbvcva, Iced portion et the oalract for a lease of penises that irdembes any person or agarization for damage by fire to penis. while rerted to you or temporarily occupied IN you with pemissiond the owns is not an irsuredcxtrat "; b. A sidetrackageernei; c My easen"nt or license agcanert; d M oblixgtien, as required by ordnance, to indemnify a municipality, except in connetion with work fa a rrurtidpality; e. M elevator maintenance agreement; f. Tlm part of any other tetrad or agcc.rert pertaining to your business (retiring an irderrefidlim d a rruridpdity in wrraction with work performed for a roe irgctby) under which you assure the tort liability of another party to pay fa 'body inuryt' re ')*"platy damage" to a tlird person or ergarretien. Tod hafrlty owns a liability that wadd be irrpceed by law in the absence d any contract or agreer art. Paragraph 1. does not include that pad of any contract or erg e,o l: (1) That indemnifies an arctited, enreer or surveyor fa injury or darrege arising out d: (a) Preparing, approving, or failing to prepare a approve, rrepts, shop . drawings, cantons, reports, surveys, field aders, flange orders or dawirgs and specifications; or (b) Giving dredias a instructions, or fading to give than if that is the pinery cause of the injury or damage; or (2) neater which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising cut of the insureds rendering or failure to render pdessiael services, inducing those listed in (1) above and supervisory, inspection, architectural or engineering adides. M CONSTRUCTION PROJECT GBERALAGGREGATE LIMNS This modifies SECTION III- LIMNS OF INSLRANCE A For all sums which can be attributed only to ongoing operations at a sine oastndien project for which the irsured becomes legally diigatho to pay as damages caused IN an "occurrence" alder SECTION I - COVERAGE A and for all medal expenses caused by accidents under SECTION 1 - COVERAGE C: GL -3088 (09'11) -5- (2) The spuse, child, pared, brother or sister d that "enployee" an a consequence of paagai h (1) above. This exclusion applies: (1) Wethe the insured may be liable as an employer a in any ether arpdry ;and (2) To any obligation to share damages with or repay someone else who mat pay daneges hexane of the injury. This exclusion does not apply to (1) Liability assurrnd by the insured under an °isuredmr0est " ;en (2) liability arising from any anion a anssan of e w "enpbyee" while that ro "en}loyee" is elver in the course of his or her errploymren or pedorring duties related to the casket of your business. Item 2a (1Xa) of SECTION II - 5N10 IS AN INSURED , is deleted and replaced with the idlowirg: 2a (1Xa) To you, to your partners a mentor, ('t you are a partnership or join venue) or to your nnrLchs (t you are a firrited liability mrr cry), a to your 'volunteer workers" while prfaning duties related to the cadet d your business. O. PROPERTY DAMAGE TOME NAMEDINSlRED'S WORK Exclusion) of SECTION I, C.OVERA(EA is deleted and replaced with the {diming I. Clamp to Your Vlbrk "Property damage" to 'your work arising out d it or any pat d it and included in the "products completed operation hazard." This exclusion applies only to that patbn of any loss in excess d $50,000 per occurrence if the Barraged erne kand the work out d which the dvragearises was performed by you. This exclusion does not apply if the daneged work or the work out d which the dammge arises was performed on your behalf Ly a subcontractor. P. CARE, CUSTODY OR CONTROL Exclusion 2j.4 of SECTION I, COVERAGE A is deleted and replied with the following 24.4 Personal property in the care, custody a acrd of the insured. However, for personal property in the care, custody a control of you or your "employees," this exclusion applies any to the portion d cry kiss in excess d 525,000 per occurrence, sticroct to the following tams andoand'tias: (a) The mod the we will pry under this provision as an annual aggregates $100,000, regardas of the rnrrber d occurrences. (b) This provisien does not apply to "employee" owned property a arty property that is mssing where there is net physical edderce to strnwohd happened to the property. (c) The aggregate limit for this coverage provision is pert of the General Aggegrte Unit and SECTION III - UMNS OF INSURANCE is Banged axadiny. (d) In the event d damage to or dedruaion d property covered by this exception, yeti shad, if requested bA us, replace the popery or lurrish the labor aM materials nary fa repairs thereto, d a"lud cad to you, eoduaved prospective pit a overhead Barges of ay nature. GL -3038 (09'l1) 1. A separate Castrudion Project General Aggregate Unit applies to each mrslnxfion prged, and that lied is egaal to the amount d the General Aggregate Unit shown in the Declarations. 2 The Corstnnd'pn Projed General Aggregate Unit is the most we will pay fa the sum of all damages under COVERAGE A except damages because d leo* lout' or "properly damage" induced in the "prodcts-completed operations hazard," and for medical expanses under COVERAGE C regedess d the number d: a Insureds, h Pairs made a "suts° brought; or c. Person or Orgerizatio a making dalna a bringing "slits." 3. Pry payrn.'rts wade undo COVERAGE A fa damages or under COVERAGE C for medical expenses shall reduce the Construction Project General PAgegate Limit fa that oo strudion project. Such payments shall not reduce the Gaexzl Aggregate Unit shown in the Decimations nor shall they reduce any otter Construction Project General Aggregate Unit for any other arstnetion project. 4. The limits sloven in the Declarations fa Each Qzvmerae, Fire Damage and Mekdl Exoerse atinue to espy. 1-boe err, instead of being subject to the &metal Aggregate Urril shown in the Dedardiors. such finds will be stbjecl to the applicable Construction Projed General Aggregate Limit. R For all suns which duct be attrdxded only to angling cperdias al a sine oastrudion project fa which the insured becomes legally obligated to pay as damages caused by an "cowmen." under SECTION I - COVERAGE A arch for all mecicei eepernes caused try accidents under SECTION I - COVERAGE C 1. Art' payneris mode under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Pggregde Unlit or the Roder s- Caryleted Cpeatans Aggregate Limit, whatever is applicable; allot 2 Such payments shall not reduce any Construction Gojai General Aggregate Unit. C. Payments for damages because of "bolt' imjuhr or "property damage" included in the "poduds- corrpleted operatics hazard' will reduce the Rodrd ete Cpe atiore Aggregate Unit, and rot reduce the General Aggregate Unit ran the Construction Rojed General Aggregate Unit. a If a drstr ction project has been abandoned, delayed a abandoned and then restarted, or if the authorized colrading parties deviate from plans, auepints, design, specificatias a timetables, the project will still be deemed to be the same construction project. E The poAsias d SECTION III - UMTS OF INSURANCE rot ce ervvise moefied by this erxdasarerl shill continue to be applicable. N FELLOWETsPLOYEE COVERAGE Exclusion 2e. Employers liability of SECTION 1, COVERAGE A. is dieted and replaced with the 2e. "Redly injury' to (1) M" employee" of the insured arising out and in the coursed: (a) Farpoyrmd by the insured or (b) Performing duties related to the cadet d Ice insureds business: or GL -3088 (09'11) S (e) $2,500 shill be derided from the total amce t of all sums you became obligated to pay as danecues on area nt d damage to or de9nydan of all prgxny d each person a crga cedio including the loss of used that property, as a result of .dm "oecuncnce." Our limit of liability under the endorsement as being applidbte to each """armor; shall be reduced by the amount d the dedudlble inxddted above; however, cur aggregate limit of liability aster this prevision shall not be reduced by the cram d such d hx e. The canals of the pdwy inducing those with respell to duties in the event of "occurrence," claims or "sun" ePPIY irrespective of the application d the deductible arrhanrt. We rrey pay any part a all d the deducldde amount to effect settlement of any dam or "suit" and upon rdtiration d the eaten taken. you stall partly reimburse is for such pad of the deductible arrourt as has been paid fr us O ELECIRDNC DATA LIABILITY COVERAGE 1. Exclusion 2p. ETedranic Data of SECTION I, COVERAGE A, is deleted and replaced with the fd4*rg: 2p. Damages wising out of the Ice d, loss of use d, dvrage to. corruption d, inability to access, a inebliry to rre update "electronic dens' the dyes not resat Iran physical injury to tangible p> ly. 2 The tdlowirg definition is misled to SECTION V— DElNIt0NS: "Bedrorie data" rreas information, facts a progarts stored as a on, added or used on, or limo rifted to or Fran ccrputer soltvae (indudng systems and applications schwas), hard er floppy dsks, CDRCMS, tapes, drives, ails, data processing devices or any ether media which are used with dedrerically calydled equipment. 3. For the purposes d this oarerage, the definition d 'property damage in SECTION V — DEF1NitONS is replaced by thefdlowag: "Property damage"" means: a Rrysidl injury to tangible property, inducing all resulting loss of used that properly. All such Ices d use shall be denied to occur at the tineof the physical injury that cued t; Iz Lcss et use d tans property that is not r .ic: y iryured All such loss d use shall be deemed to occur at the tine of the 'occurrence" thd carved t; a c Lan d. loss d use d, Barrage to, cantotion d, inability to access, or inability to properly rrenipulate "electronic data ", resulting Fran physical injury to tangible property. Al suds Loss of "eledraic data" shall be deerredto oar at thehme d the "eaunda" that caused t. For the purposes of this insurance, "eledraic data" is rot tangible property. R CONSOLIDATED INSURANCE PROGRAM RESIDUAL LUI ®LITV'COVERAGE Wth respect to 'body injury', 'properly damp". a personal and advertising injury' arising out d your ongoing operations; or operatics included wtlin the orodctsearpleted operatics hazard', the policy to Witch this coverage is dtac hod shall apply as excess insurance over aseage avail :die to "you" under a Consolidated Insurance Ragan (such as an Owner Ca-trolled Insurance Rogram or Cevtradas Controlled Insurance Ragrarn). Coverage afforded by this endorsement dies not apply to any Corsdidded Insurance Rayam involving a 'residential pacer a ary deducible a insured relenicn, specified in the Canoldated Irsumnce Rogam The following is added to Section V— De4raIas Ci3088(0911) -8- "Residential pgad" nears any prof where 30'/ or more of the total xpere loot arm d the Strictures on the prajed is used a is irterded to be used for humor residency. This includes but is not limited to single a mufltaniy hosing, apartments, condominiums, townhases, oocq.'r0ives or planted unit de elopreris and appurtenant structures (rutting pods, hit tuts. detached garages, guest hoses a any similar structures). A "residerlial project" does nit include nilitary owned housing, ocllegdurrversity armed housing or dxrritaies, bag term care faxllies, hotels, rtrlels, hospitals a prises. P other tons, provisions, exdusions and limitations of this policy apply. S AUTOMATIC MOTIONAL INSUREDS- MANAGERS OR LESSORS OR PREMISES SECTION II -WHO IS AN INSURED isanendad to include: aadditbrel insned 00 only with 'r Rohe liability in cut of the ship maintenance l a narre use cl that part tithe premises, desigated in the 'mitten tolled or written agreement, that is teasel to you and oldest to the following additional exdusias: This nsuraroe does not apply to: 1. Any "omurre an" witch takes place after you cease to be a tenant in that peerrises. 2. Simard allegations, new mrutnstim or derd'tion °pastas perfomed by a on behalf of the aditiad insured listed in the written °erred a written agreement. This insurance is excess d all other insurance available to the aditbrel insured, 'Mather primary, excess, calingert or m any other basis, unless the written calmer requires this insurance to be pinery. In the evert, this insurance wit be ppnnnary radian to insurance pdicy(s) which desigate the additional insured as a Naiad Insured in the Declarations and we will not require oalnlulim from such insurance if the written caged also requires that this insurance be non-contributory. 81 with reaped to at other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be access. T. AUTOMATIC ADOMONAL INSUREDS - STATE CR GO ERNIVENTAL AGENCY CR POLITICAL SUEDIVIS ONS- PERMS OR AUTHORIZATIONS SECTION II - WHO IS AN INSURED is amended to include any state a governmental egeicy a sddivisien a political suf±Lvision with whom are required by written outset, ordnance, law a building code to ranee as an additional insured shed to the tdiming provisions: This insurance applies only with to operations performed by you a m your behalf for which the stater governmental agency a on or pitied sbdrvision has issued a permit or authorization. This insurance does rot apply to: 1. 'Body injury', prgperty damage' a'personal and advertising injury' arising at of operations pefonred for the federal government, state or rrunxipdty; or 2. 'Body injury" or 'property damage' intuited within the' pmdtctsmrrpleted operations hazard'. This insurance is excess et at other insurance available to the adttiod insured whether pinery, excess, contingent a as any other basis, unless the written contrast requires tlis insurance to be primary. In the event, this insurance will be primary relative to insurance policy(s) which desigate the addliorel insured as a Named Insured in the Declarations and we will not require cortribulioo from such insurance It the written ca0ract also royeres that this insurance be no -mint utay. 91 with respect to all other insurance under which the aditioed insured qualifies as an insured or additional insured, this insurance will be excess. U CONTRPCTORS AUTOMATIC AOOff10PNL INSURED COVERAGE - COM,PLEEDCPERATICNS GL -3038 (0411) SECTION II - WHO IS AN INSURED is anerxkd to include as an aditioral insured ay person or organ edim who is required by written central to be an additional insured on your pdi*y fa completed operations, but only with reaped to Frailly for "body injury' a'property damage° caused, in while or in part, by "your wale d the paged designated in the contract performed for the akdtiae insured and neludei in the prodirtsmrrpleted aerations hazard". This insurance is excess of all other insurance available to the aditbd insured, whether printery, excess, xi-tinged or as any other 00s, unless the written =tact requires this insurance to be pnrmay. In that event, this insurance will be pinny relative to insurance pdiy(s) which d_,ignete the addtiaal insured as a lamed Insured in the Declarations and we will not require mrintution fmm such insurance if tan written waned dso requires that this insurance be noncontributory. Rd with reseed to all ether insurance under which the additional insured cpal1ies as an insured a addtiakN insured, this insurance well be excess. V. ACO(T10NAL IN9.W D- E)81*8IIRs, ARg4TECTS OR SURVEYORS SECTION II - 4,410 IS AN INSURED is amended to include as an additional insured ary architect. enigneer or surveyor who is required by written contract to be an additional ironed an your policy, art city with respect to liability fa "badly iryury', 'juopaty damage" a "personal and advertising iruy caused, in whole or in part, ty: • 1. Your ads or anissias,a 2. The as a missies d those acting an your befall: in the pertortreroe d your ongdng goerdias patanad by you or as your behalf. This irrlurks such endued, engineer a surveyor, who may rid be engaged by you, but is contractually required to be added as an additional insured to your policy. Vttth respect to the insurance afforded to these additional insureds, the following aditiatN exclusion applies: Ibis irsurace does not apply to bcdy injury', "property damage a personal and advertising injury" arising out d the rendering d or the failure to render ary pdessiord services, irduLng: 1. The preparing, apxoring. re Ealing to prepare a approve traps, drawings, °Orions, reports, surveys, charge orders, designs or spedficaticrs; a 2 Supervisory. inspection or eujrc+erng services. This insurance is excess of all other insurance available to the addtiad insured, whether pinery, moans. contingent or on any ether mss, unless the women contract requires this insurance to bepnnary. In that evert, this insurance wit bepnnary relative to insurance policy(s) which desigrde the editiond insured as a Named Insured in the Dedarate s and we will not require oort1Ul1m from such insurance it the written antral also requires the this insurance be non-contributory. 81 with respect to dl other insurance under which the addtiarel insured qualifies as an indirect or alilicrel insured, this insurance will be excess. GL-30138 (09/11) -10' Policy Number: CAP3638987 CONINERCIAL AUTO THIS ENDORSE (VENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - SPECIFIC ENTITIES This endorsement modifies insurance provided under the following: BUST NFSS AUTO COVERAGE FORM W-IO IS AN INSURED is changed to indude as an "insured" the person or organization named in this endorsement. However, the additional insured is an "insured' only for "bodily injury" or `property damage" arising out of work or operations performed by you or on your behalf for the additional insured and resulting from the ownership, maintenance or use of a `covered auto," by: 1. You, or 2. Any of your employees or agents; or 3. Anyone other than the additional insured or any employee or agent of the additional insured, while using with your permission a covered "auto" you own, hire or borrow. ADDITIONAL INSURED: Any person or organization for whom the named insured has agreed by written "insured contract" to designate as an additional insured subject to all the provisions and limitations of this policy. A-2931 (11/99) Proposal P -2 Cascade View Safe Routes to School Phase 2 Project No. 91510302 SCHEDULE A - ROADWAY IMPROVEMENTS Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1 -07.2(1) and WAC 458 -20 -171. Item No. Spec. Section Item Description Qty Unit Unit Price Amount ROADWAY 1 1 -04 Unexpected Site Changes 1 FA $ 10,000.00 $ 10,000.00 2 1 -05 Roadway Surveying 1 LS $17,500.00 $17,500.00 3 1 -05 ADA Features Surveying 1 LS $6,000.00 $6,000.00 4 1 -07 Resolution of Utility Conflicts 1 FA $ 5,000.00 $ 5,000.00 5 1 -07 SPCC Plan 1 LS $750.00 $750.00 6 1 -09 Mobilization 1 LS $107,800.00 $107,800.00 7 1 -10 Project Temporary Traffic Control 1 LS $90,500.00 $90,500.00 8 2 -01 Clearing and Grubbing 1 LS $36,750.00 $36,750.00 9 2 -02 Removal of Structure and Obstruction 1 LS $60,000.00 $60,000.00 10 2 -03 Roadway Excavation Incl. Haul 1,210 CY $36.00 $43,560.00 11 2 -03 Unsuitable Foundation Excavation Incl. Haul 50 CY $40.00 $2,000.00 12 2 -03 Gravel Borrow Incl. Haul 450 TN $30,00 $13,500.00 13 2 -12 Construction Geotextile for Separation 820 SY $2.50 $2,050.00 14 4 -04 Crushed Surfacing Top Course 2,370 TN $37.00 $87,690.00 15 5 -04 Pavement Repair Excavation Incl. Haul 260 CY $553.00 $13,780.00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -3 Cascade View Safe Routes to School Phase 2 Project No. 91510302 SCHEDULE A - ROADWAY IMPROVEMENTS Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458 -20 -171. Item No. Spec. Section Item Description Qty Unit Unit Price Amount 16 5 -04 HMA Cl. 1/2" PG 64 -22 1,270 TN $139.00 $176,530.00 17 5 -04 HMA for Pavement Repair Cl. 1/2" PG 64 -22 150 TN $139.00 $20,850.00 18 5 -04 HMA Thickened Edge 1,830 LF $3.00 $5,490.00 19 5 -05 Cement Conc. Pavement for Traversable Island 15 CY $1,050.00 $15,750.00 20 6 -13 Modular Block WaII 580 SF $28.50 $16,530.00 21 8 -01 Erosion Control and Water Pollution Prevention 1 LS $16,850.00 $16,850.00 22 8 -04 Cement Conc. Traffic Curb and Gutter 2,730 LF $35.60 $97,188.00 23 8 -04 Extruded Curb, Type 4 100 LF $24.00 $2,400.00 24 8 -04 gOOTrUck Apron Cement Conc. urb & Gutter 80 LF $50.00 $4000.00 SIDEWALK 25 8 -06 Cement Conc. Driveway Entrance Type 1 580 SY $96.60 $56,028.00 26 8 -06 Cement Conc. Driveway 90 SY $93.00 $8,370.00 27 8 -14 Cement Conc. Sidewalk 900 SY $71.50 $64,350.00 28 8 -14 Thickened Edge Sidewalk 300 LF $37.50 $11,250.00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -4 Cascade View Safe Routes to School Phase 2 Project No. 91510302 SCHEDULE A - ROADWAY IMPROVEMENTS Note: Unit prices for all items, all extensions, and the total .amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458 -20 -171. Item No. Spec. Section Item Description Qty Unit Unit Price Amount 29 8 -14 Cement Conc. Curb Ramp Type Single Direction A 2 EA $2,270.00 $4,540.00 30 8 -14 Cement Conc. Curb Ramp Type Parallel A 2 EA $3,500.00 $7,000.00 31 8 -14 Cement Conc. Curb Ramp Type Parallel B 7 EA $3,250.00 $22,750.00 32 8 -14 Stamped Concrete Finish 50 SF $30.00 $1,500.00 STORM DRAINAGE 33 2 -09 Shoring or Extra Excavation Class B 1 LS $2,500.00 $2,500.00 34 7 -04 Ductile Iron Pipe, 8" Diam. 25 LF $60.00 $1,500.00 35 7 -04 Ductile Iron Pipe, 12" Diam. 60 LF $76.00 $4,560.00 36 7 -04 Storm Sewer Pipe 8 In. Diam 10 LF $45.00 $450.00 37 7 -04 Storm Sewer Pipe 12 In. Diam 840 LF $36.50 $30,660.00 38 7 -04 Remove /Abandon Existing Storm Sewer Pipe 230 LF $20.00 4,600.00 39 7 -04 Storm Drainage Television Inspection 1 LS $4,800.00 $4,800.00 40 7 -05 Connection to Drainage Structure 7 EA $300,00 $2,100.00 41 7 -05 Adjust Catch Basin 14 EA $320.00 $4,480.00 42 7 -05 Catch Basin Type 1 18 EA $1 ,150.00 $20,700.00 43 7 -05 Catch Basin Type 2, 48 In. Diam. 4 EA $4,000.00 $1 6,000.00 43A 7 -05 Catch Basin Type 2, 54 In. Diam. 1 EA $4700.00 $4,700.00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal P -5 Cascade View Safe Routes to School Phase 2 Project No. 91510302 SCHEDULE A - ROADWAY IMPROVEMENTS Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458 -20 -171. Item No. Spec. Section Item Description Qty Unit Unit Price Amount 44 7 -05 Storm Drain Marker 29 EA $40.00 $1,160.00 45 7 -06 Pothole Existing Utilities 3 EA $500.00 $1,500.00 46 7-22 Stormwater Media Filter, 4 x 8 (Modular Wetland Unit) 1 EA $31,000.00 $31,000.00 47 7 -22 Stormwater Media Filter, 8 x 12 (Modular Wetland Unit) 1 EA $65,500.00 $65,500.00 48 7 -22 Stormwater Media Filter, 4 x 19 (Modular Wetland Unit) 1 EA $64,900.00 $64,900.00 TRAFFIC CONTROL DEVICES 49 8 -21 Permanent Signing 1 LS $12,200.00 $12,200.00 50 8 -22 Plastic Stop Line 90 LF $9.00 $810.00 51 8 -22 Plastic Line, 4 Inch 830 LF $3.00 $2,490.00 52 8 -22 Plastic Line, 8 Inch 110 LF $8.50 $935.00 53 8 -22 Plastic Crosswalk Line 490 SF $9.00 $4,410.00 54 8 -22 Plastic Yield Line Symbol 9 EA $50.00 $450.00 55 8 -22 Plastic Traffic Arrow 7 EA $150.00 $1,050.00 56 8 -22 Remove Pavement Markings 1 LS $1,800.00 $1,800.00 57 8 -23 Temporary Paint Line 500 LF $0.50 $250.00 ROADSIDE DEVELOPMENT 58 8 -02 Topsoil /Fine Compost 100 CY $48.00 $4,800.00 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal Cascade View Safe Routes to School. Phase 2 Project No. 91510302 SCHEDULE A - ROADWAY IMPROVEMENTS Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458 -20 -171. P -6 Item No. Spec. Section Item Description Qty Unit Unit Price Amount 59 8 -02 Seeded Lawn Installation 880 SY $1.20 $1 ,056.00 60 8 -02 Bark Mulch 50 CY $55.00 $2,750.00 61 8.02 PS Prunus laurocerasus'Schipkaensis'/ Schipka Laurel; B &B, 4' -5' Ht: 12 EA $350.00 $4,200.00 62 8 -02 Property Restoration 1 FA $ 10;000.00 $ 10,000.00 63 8 -12 Chainlink Fence Type 3 100 LF $51.50 $'55,150.00 64 8 -12 4' Black Vinyl Coated Chain Link Fence 360 LF $60.00 $21,600.00 65 8 -18 Remove and Replace Mailbox Support 11 EA $270.00 $2,970.00 66 8 -26 Remove and Reset Fence 210 LF $44.00 $9,240.00 67 8 -26 Steel Gate Modifications 2 EA $860.00 $1,720.00 Total Schedule A* $ $1,377,247.00 * Sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458 -20 -171. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Cascade View Safe Routes to School Phase 2 Project No. 9151.0302 SCHEDULE B - FRANCHISE UTILITY REVISIONS (NON- FEDERAL PARTICIPATION) Note: Unit prices for all items; all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. The Contractor shall collect from the Contracting Agency retail sales tax on the SCHEDULE B contract price per Section 9 -07.2(2) and 11 VAC 458 -20 -170. P -7 Item No. Spec Section Item Description Qty Unit Unit Price Amount UTILITY IMPROVEMENTS 68 7 -05 Adjust Sewer Manhole Frame & Cover 4 EA $440.00 $1,760.00 69 7 -09 Water Main Modifications, Complete 1 LS $13,000.00 $13,000.00 70 7 -12 Adjust Water Valve Box 3 EA $380.00 $1,140.00 71 7 -15 Adjust Water Meter Box 3 EA $370.00 $1,110.00 72 8 -19 Adjust Seattle City Light Vault 2 EA $2,200,00 $4,400.00 73 8 -19 Adjust Gas Valve 3 EA $380.00 $1,140.00 74 8 -19 Station 19 +25 Utility Service Relocations 1 LS $10,000,00 $10,000.00 Subtotal Schedule B $ 32,550.00 Schedule B Washington State Sales Tax at 9.5%....$ $3,092.25 Total Schedule B $ $35,642.25 Total Schedules A & B: Schedule A brought forward..................... .$ $1,377,247.00 Schedule B brought forward >. .$ $35,642.25 Total Bid $ $1,412,889.25 Note: Determination of low bidder will be based solely on the 'Total Bid'. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -8 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with theirr bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard - copy bid form — Project Name, Schedule Name, column headings— in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print - out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print -out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print -out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title: Date: Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -9 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 05/01/2017 3 05/05/2017 2 05/04/2017 4 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 Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is Merchants Bonding Company of 2100 Fleur Drive, Des Moines, Iowa 50321 -1158 (Name) (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: Circle One: Individual / Partn Joint Venture Corporation Phone No.: (360) 825 -9797 Hoffman Construction, Inc. Brad Hoffman, Vice President PO Box 845, Enumclaw, WA 98022 State of Incorporation: Washington Date: 05/10/2017 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. 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). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P -10 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). - OR -- Bid Bond: The undersigned, Hoffman Construction, Inc. (Principal), and Merchants Bonding Company (Mutual) (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of five percent (5 %) of the total amount bid dollars ($ ), which for the payment of which Principal and Surety bind themselves; their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5 %) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for CASCADE VIEW SAFE ROUTES TO SCHOOL PHASE II, Project No. 91510302, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 10th day of May Hoffman Construction, Inc. ,2017 Merchants Bonding Company (Mutual) Principal Surety, Signature of wroorized Official Title Name and address of local office of Agent and/or Surety Company: By 1C�Gtic.fv rney in Fact (Attach Power ofAttorney) Jim S. Kuich HUB Northwest PO Box 3018 Bothell, WA 98041 -3018 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 Specifications. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal MERCF[ANTIS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies') do hereby make, constitute and appoint, individually, Andy D Prill; Carl M Lovsted III; Chad M Epple; Deborah L Buss; Jeff Barrom; Jennifer Schultz; Jim S Kuich; Jim W Doyle; Julie M Glover; Larry A Petersen; Michael A Murphy; Patti White; S M Scott; Steve Wagner; Teresa A Glombecki; Theresa A Lamb their true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIFTEEN MILLION ($15,000,000.00) DOLLARS This Power -of- Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and /or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and /or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 18th day of August 2016 ye�,c‘' " *'C 10144('.,; �••• OG Co'•.• • : — ": _0_ w`AV •►—• '_ -0- Q• • .. • :° 2403 lc) ' • Q. 1933 !C.: • ' �c�. By • iv ) °° „' •ti •• 64,••......•'`1 • STATE OF IOWA ''' + ,,s1,,,,,,iltit4�`''`� *.ii • COUNTY OF Dallas ss. President On this 18th day of August , 2016 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. 9.1A(s WENDY WOODY p Commission Number 784654 My Commission Expires �aWP June 20, 2017 Notary Publ� , County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. ./� In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this `)�/ ^day of •r-_ -o- c. Secretary C 3 .n: ;y, 1933 : c; , ..... " •° lC st • •• '''rNIII/1liwit��° POA 0014 (6/15) Zol7, P -11 NON- COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal 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 City of Tukwila project named CASCADE VIEW SAFE ROUTES TO SCHOOL PHASE II, Project No. 91510302. Hoffman Construction, Inc. Signed and sworn to before me on this 1 °th Signat1ure of Not- %+ Public in and for the State of Washington, residing at Enumclaw, WA Name of Firm Signet Authorized Official Vice President Title day of May , 2017 . My appointment expires: 06/25/2020 KAREN A HOFFMAN SEAL NOTARY PUBLIC STATE OF WASHINGTON MY COMMISSION EXPIRES JUNE 25,2020 To report bid rigging activities call: NOTICE TO ALL BIDDERS 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 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT'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. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Failure to return this Declaration as part of thebid proposal package will make the bid 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 that the following statements are true and correct:, 1. 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. NOTICE' TO ALL BIDDERS To report riigging.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 5:00 p.m:, eastern time Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent . activities should use the "hotline" to report such activities. The "hotline" is part of USDOT'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. SR DOT Form 272-0361 EF '07/2011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal IS YOUR DISADVANTAGED BUSINESS ENTERPRISE ( DBE) DOCUMENTATION INCLUDED? (AS REQUIRED BY THE SPECIFICATIONS) IF NOT - YOUR BID WILL BE CONSIDERED NON- RESPONSIVE AND WILL BE REJECTED. YOU MUST INCLUDE: A Disadvantaged Business Enterprise Utilization Certification (DOT Form 272-056A EF) which demonstrates how you will meet the DBE condition of award goal. In the event you are unsucessful in meeting the goal see number three, below and; Regardless, you must submit a Disavantaged Business Enterprise (DBE) Written Confirmation Document DOT Form 422 -031A EF from each DBE listed on the Disadvantaged Business Enterprise Utilization Certification. You must submit good faith effort documentation with the Disavantaged Business Enterprise Utilization Certification only in the event your efforts to solicit sufficient DBE participation have been unsuccessful. SR Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal � Washington State fri Department of Transportation 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, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non - responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE 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 DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: Hoffman Construction, Inc. certifies that the DBE firms listed below have been contacted regarding participation 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 DBEs. (If necessary, use additional sheets.) Box 2: Cascade View Safe Routes to School Phase I I Column 1 Name of DBE (See instructions) Column 2 Project Role (See instructions) Column 3 Description of Work (See instructions) Column 4 Amount Subcontracted to 'DBE (See instructions) Column 5 Amount to be Applied Towards Goal (See instructions) Be11J t Gor.,pssny Znc, ,5u6eda:erx€4' 6ncretC bbiek C°rte.fede BW�r�'s 6)9, 2212 25,21,a?2$13A1250,217;00 i/1117 6 51 S7 0 ,, Canasta 1 9 0., it 250,26700 1 i 0100 Lan„_ ,' 1 r(e /V�1cA. ibr 5110r 6t r„ k k • c." Mc l ,.- T 6,41c:7.9 a' a) Zi-ort /Lt. . Tructirt, lO, D00, a0 , " 100 MAO d Disadvantaged Business Enterprise 19% _. Condition of Award Contract Goal Box .3 Total DBE Commitment 11.26 _9b_. -__ Box 4 5 i4By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet the 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 -056 Revised 07/2016 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal I4 Disadvantaged Business Enterprise (DBE) Washington State � Department of Transportation Written Confirmation Document See Contract Provisions: DBE Doctanent Submittal Requirements Disadvantaged Business Enterprise Condition ofAwar d Participation THIS FORM SHALL ONLY BE SUBMI'ITIED TO A DBE THAT IS LISTED ON THE CONTRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART A: To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: Cascade View Safe Routes to School, Phase II, Project No. 1510302 Bidder's Business Name: Hoffman Construction, Inc. DBE's Business Name: Belarde Company Inc Description of DBE's Work: CONCRETE CONSTRUCTION Amount to be Applied Towards DBE Goal: $250,267.00 Amount to be Subcontracted to DBE *: *Optional Field PART B: To be completed by the Disadvantaged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in the Bidder's Disadvantaged Business Enterprise Utilization Certification. Name (printed): Signature: Title: Address: DOT Form 422 -031 Revised 07/2016 pC) Box SL4 1&odtiMii ° Wq,Ck S° Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com — Always Verify Scal Disadvantaged Business Enterprise (DBE) Washington State Department of Transportation Written Confirmation Document VW See Contract Provisions: DBE Document Submittal Requirements Disadvantaged Business Enterprise Condition of Award Participation THIS FORM SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART A: To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization. Certification. Failure to do so will result in Bid rejection. Contract Title: Cascade View Safe Routes to School Phase II, City of Tukwila, WA #91510302 Bidder's Business Name: 140frir,or► 6n,firsi (Her) DBE's Business Name: Garrison Creek Landscaping, Inc. The, Description of DBE's Work: Landscape Serivces Amount to be Applied Towards DBE Goal: Amount to be Subcontracted to DBE *: *Optional Field l i,93o.o' PART B: To be completed by the Disadvantaged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in the Bidder's Disadvantaged Business Enterprise Utilization Certification. Name (printed): Signature: Title: Address: DOT Form 422 -031 Revised 07/2016 Brett Fashaw r3 et�aa7idru- President PO box 1511, Kent, WA 98035 -1511 Date: 05/10/2017 05/10/2017 09:28 FAX 425 432 5515 SILVER STREAK INC fool Do 502- PI 7 ►. Disadvantaged Business Enterprise (DBE) De fir r Department of 'ansportation Written Confirmation Document See olatract Provi si.r n;s :. DBE Document.$trbmittal Requirements Disadvantaged Business Enteiprise Condition ofAward .Participation THIS FORM. SHALL ONLY BE SUBMITTED TO ADBE THAT IS LISTED ON THE CONTRACTOR'S DISADVANTAGED.BUS:iNESS ENTERPRISE UTILIZATION CERTIFICATION. 'THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO:SENDING TO THE DBE. PART Al To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enteiprise Utilization -Certification. Failure to do so will result in Bid rejection. Cascade View Safe Routes to School Phase 11 Contract Title; Binder's: Business Name: Hoffman Construction, Inc. DBE's Business Name: SILVER STREAK INC Description ofDBE's: Work: TRUCKING Amount to be Applied Towards DBE Goal: $10,000.00 Amount tobe Subcontracted to. DBE*: *OptionaI Field :TART B: To becolniileted by theDisadvanta.ged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise,. I confirm that we have been • contacted by the Bidder withregard to the referenced project for the purpose ofperfonuingthe Work described above.. If the:Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the pioject consistent with the infotmation.provided in.the Bidder's Disadvantaged Business;.Euteiprise t. ti.J nation Certification. • Name (printed): Mitch San Sebastian Signattre Title: Address: Sales /Estimating 23700 SE 264th St, Maple Valley Date: May 10, 2017 'DOTForrn. 422 -0.33 R yised :W/20't6 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal Instructions for Disadvantaged Business Enterprise Utilization Certification Form Box 1: Name of Bidder (Proposal holder) submitting Bid. Box 2: Name of the Project. Column 1: Name of the Disadvantaged Business Enterprise (DBE). Repeat the name of the DBE for each Project Role that will be performed. Column 2: The Project Role that the DBE will'be performing as follows; • Subcontractor • Subcontractor (Force Account) • Work sublet as Force Account must be listed. separately. • Manufacturer • Regular Dealer • Work sublet to a Regular Dealer must be listed separately. • Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity, Washington State Department of Transportation, on each Contract. • Broker • Work sublet to a Broker must belisted separately. List each project role to be performed by a single DBE individually on a separate row(s). The role is used to determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal (column 5). Column 3: A description of the Work to be performed by the DBE must be consistent with the certified /eligible Description of Work in the OMWBE Directory of Certified DBE firms. The bidder may rely upon the descriptors listed in the Directory of Certified DBE Firms available from OMWBE, online at: htto: //www.omwbe.wa.gov or Toll Free 1 -866 -208 -1064. • A Bidder subletting a portion of a bid item shall state "Partial" and describe the Work that is included. • For example; "Electrical (Partial) — Trenching ". "Mobilization" will not be accepted as a description of Work.. Column 4: List the total amount to be subcontracted to each DBE for each Project Role they are performing. Column 5: This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting the COA Contract goal. It may be that only a portion of the amount subcontracted to a DBE in Column 4 is eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3. The Contracting Agency will utilize . the sum of this column (Box 4) to determine whether or not the bidder has met the goal. In the event of an arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column four, See Note 1, Note 2, Note 3, then the mathematics will be corrected and the total (Box 4) will be revised accordingly. Note 1: For Work sublet as Force Account the bidder may only claim 50% of the amount subcontracted (Column 4) towards meeting the goal (Column 5). This information will be used to demonstrate that the DBE contract goal is met at the time that the bidder submits their bid. For example; amount sublet as force account = $100,000 (Column 4) equates to ($100,000 X 50 %) = $50,000 (Column 5) to be applied towards the goal. Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60% of the cost of the materials or supplies (Column 4) towards meeting the goal (Column 5). For example; Material cost = :$100,000 (Column 4) equates to ($100,000 X 60 %) = $60,000 (Column 5) to be applied towards the goal Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the goal (Column 4). For example; amount sublet to a broker = $100,000 (Column 4) equates to ($100,000 X reasonable fee %) = $ (Column 5) to be applied towards the goal. Box 3: Box 3 is the COA Contract goal which is the minimum required DBE participation. The goal stated in the Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentage you must multiply the percentage times the sum total of all bid items as submitted in the Bidder's Proposal to determine the dollar goal and write it in Box 3. In the event of an error in this box, the Contracting Agency will revise the amount accordingly. Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal amount written in Box 3 or; Box 5: Check Box 5 if insufficient DBE Participation has been achieved and a good faith effort is required. Refer to the subsection titled, Selection of Successful Bidder /Good Faith Efforts (GFE) in the Contract. See Crediting DBE Participation toward Meeting the Goal as described in the Disadvantaged Business Enterprise Condition of Award Participation specification in the Contract for more information. DOT Form 272 -056 Revised 07/2016 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Local Agency Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Forrn-LLL, "Disclosure Form. to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure.. The prospective participant also agrees .by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts. which exceed $100,000 and that all such subrecipients shall certify and disclose ,accordingly. SR DOT Form 272 -040A EF 07/2011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P -17 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information requited. Name of Bidder: Hoffman Construction, Inc. Address of Bidder: PO Box 845 Enumclaw WA 98022 City State Zip Code Contractor's License No: HOFFMCI931 D9 WA State UBI No. 600247364 746104C Dept. of L &I 381,764-00 License Bond Registration No.. Worker's Comp. Acct. No. Bidder is a(n): 0 Individual 0 Partnership D Joint :Venture 0Incorporated in the state of WA List business :names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from Bank Reference Bank of America Bank 1977 Year Jonathan Dizon Account Officer (253) 310 -4576 Officer's Phone Na No. of regular full -time employees: 15 Number of projects in the past 10 years completed: 75+ ahead of schedule _ on schedule 100% Ahead of schedule behind schedule Bidder has had experiencein work comparable to that required for this Project: As a prime contractor for 40 years:, As a subcontractor for 40 years: List the supervisory personnel to be employed by the Bidder and available for work on this project (Project: Manager, Principal Foreman, Superintendents, and Engineers): Name See Attached Title: How Long With .Bidder Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P -18 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? [;2( Yes El No Surveyor's Name: Holmvig, Dewitt, Gallion & Assoc. LLC List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner /Reference Name and Phone See Attached List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project None Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? c' No D Yes If yes, give details Has Bidder ever had any Payment/Performance Bonds called as a result of its work? No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal rex @hdgallion.com (360) 825 -6963 HOLMVIG, DEWITT, GALLION & ASSOCIATES, LLC. ABOUT US The Holmvig name has been providing Land Surveying services to the Pacific Northwest since 1968. As of January 1st 2012 Gallion was added on to Holmvig, DeWitt, making Holmvig, DeWitt, Gallion & Associates, LLC a full service land surveying company using state of the art equipment with the latest software. We specialize in boundary/lot surveys, ALTA surveys, topographical surveys, platting & short platting, boundary/lot line adjustments, construction staking and consultation land planning. Our staff has over 40 years' experience in the surveying field. Our work will be thorough and at the appropriate level of detail. HDGA is a family owned and community involved business. Information and analysis will be accurate and objective. Findings will be expressed clearly and concisely. Work will be efficient, timely and cost effective. In this way, we will meet the needs of your project. Holmvig, DeWitt, Gallion & Associates, LLC is committed to maintaining our philosophy of continual improvement, superior service and professionalism. SKILLS Et ABILITIES • Boundary/Lot Surveys • Boundary Line Adjustments • Construction Staking • Platting ft Short Platting • Flood Elevation Certificates • ALTA Land Title Surveys • Topographic Surveys • Consultation 8 Planning • Easement Exhibit Maps � Legal Descriptions • Wetland Surveys 8 Mapping • 3D Scanning • Drone Services • Notary Public Services STAFF REX D. GALLION, PRESIDENT PAULA. KUHNLE, PROFESSIONAL LAND SURVEYOR Responsible Bidder Determination :Form P -19 Has Bidder ever been found guilty of violating any State or Federal employment laws? c'No ❑ Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? 'No ❑ Yes If yes, give details: Has any adverse legal judgment been rendered against. Bidder in the past 5 years? No ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? 4iI No ❑ Yes If yes, please state: Date Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his /her knowled9e. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Brad Hoffman Title: Vice President Date: 05/10/2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN /RENT See Attached Labor to be used: Pr Jta Ms M , /(/ 514P,6- 1;144it.# farrmat11 3- Dp - foe-, 3- L !'l^lrers• 2- Hoffman Construction, Inc. Name of Bidder d Hoffman Sig re of Authorized Official Vice President Title Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 140121341111 APWA -WA Division 1 Committee rev. 1/8/2016 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect January 1, 2016'(SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9- 03.21(1)E, Table on Maxirnum;Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications.. Proposed total percentage: 0 percent:, Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid .totals are exactly equal, in which case proposed recycling percentages will be used as a tie- breaker, per the APWA GSP in Section 1 -03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions, Bidder: Signature of Authorized Official: Date: Hoffman Construction, Inc. Brad Hoffman Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Local Agency Name. City of Tukwila Local Agency Address 6200 Southcenter Boulevard Tukwila, WA 98188 :Local Agency Subcontractor List Prepared in compliance with,RCW- 39.30.060 as amended 'To Be Submitted with the Bid Proposal Project Name Cascade View Safe Routes to School Phase II 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 1928 RCW or naming more than one subcontractor to perform the same work will result in your bid being non- responsive and therefore void. Subcontractor(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.. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform sucjj work. the bidder certifies that the work will either (i) be performed by the bidder itself. or {ij)_be performed by a lower tier subcontractor who will not contract directly with 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, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work , evenif the installation is for future use and no wiring or electrical current is connected during the project. SR DOT 'Farm'271 -015A EF Revised 08/2012 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ADDENDUM NO. '1 City of Tukwila, Washington CASCADE VIEW SAFE ROUTES TO SCHOOL PHASE II Project No: 91510302 DATE OF ADDENDUM ISSUE May 2017 DATE OF BID OPENING: May 10, 2017 NOTE TO ALL'PLANHOLDERS: This Addendum No. 1, containing the following revisions, additions, deletions, and /or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above -named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this Written acknowledge may result in. disqualification of the Bidder's submittal. i- CONTRACT PROVISIONS 1. ,Proposal Pages P-4: DELETE Page P-4 and REPLACE with the attached Page P -4. The attached: sheets include the following revisions: • Revised quantity for Bid item 35 — Ductile Iron Pipe, 12" Diam. • Revised quantity for Bid Item 37 — Storm Sewer Pipe 12 In. Diam • Revised quantity for Bid Item 42 - Catch' Basin Type 1 SPECIAL PROVISIONS 2. Section 7-04.2 Materials, page SP-87 - DELETE this section and REPLACE with the following 7 -04.2 Materials (Special Provision) Supplement Only pipe materials listed are approved for use on this Contract: • Plain Concrete Storm Sewer Pipe 9- 05.7(1). • Reinforced Concrete Storm Sewer Pipe 9- 05.7(2) • Class III Reinforced Concrete Sewer Pipe 9- 05/(2) • Solid Wall PVC Storm Sewer Pipe 9. 05.12(1) • Profile Wall PVC Storm Sewer Pipe 9- 05.12(2) • Ductile Iron (DI) Pipe 9 -05:13 • Corrugated Polyethylene Storm Sewer Pipe 9 -05:20 • Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05:22 • High-Density Polyethylene (HDPE) Pipe 9 -05.23 • Polypropylene Storm Sewer Pipe 9 -05.24 3. Section 8- 01.3(1) F Storrnwater Pollution Prevention 'Plan (SWPPP), paragraph 3, page' SP -97 — ADD the following to this section. :Cascade View Safe Routes to. School Phase Addendum No .1 Page 1 of 3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal t Included in the :unit bid item price shall be, but shall not necessarily be limited to: all necessary ,materials, labor, and equipment, to satisfactorily complete the installation of sidewalk, stairs, and walkways including grading, and installing concrete sidewalk, stairs, and walkways as necessary to satisfactorily complete the work as defined in the Standard. Specifications and these Special Provisions. PLAN SHEETS 8. Plan revisions include: DELETE Sheet 7 of 60 and REPLACE with the attached Sheet 7 of 60. • Revised Cement Conc. Stair Detail. DELETE Sheet 22 of 60 and REPLACE with the attached Sheet 22 of 60. • Added Construction Note 18 to plans. DELETE Sheet 30 of 60 and REPLACE with the attached Sheet 30 of 60. • Revised Storm Drain System from.STA 21 +25 to STA 23 +75. DELETE Sheet 35 of 60 and 'REPLACE with the attached Sheet 35 of 60 • Revised Invert Elevations 1 Location on 45x19' Modular Wetland and updated Modular Wetland Structure Table to be consistent with revised drainage system. DELETE Sheets 36 and 37 of 60 and REPLACE with the attached Sheet 36 and 37 of 60: • Added not include internal bypass weir between the inlet and outlet chambers for all flows greater than the water quality treatment flow rate." ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal . Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to .provide this written acknowledge may result in disqualification of the Bidder's submittal. Sincerely, Robin Tischmak, P.E. City Engineer City of Tukwila Receipt acknowledged, and conditions agreed to this /D ay of M 2017 Bidder Cascade View Safe Routes to School Phase 11 Addendum. No.1 Page 3of`3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -4 Cascade View Safe Routes to School Phase 2 Project No. 91510302 SCHEDULE A - ROADWAY IMPROVEMENTS Note : Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto:: Refer to Division 10 for definition of pay items: Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAG 458 -20 -171. Item No. Spec: Section Item Description Qty Unit Unit Price Amount 29 8 -14 Cement Conc. Curb Ramp Type Single Direction ,A EA 30 8 -14 Cement Conc. Curb Ramp Type Parallel A EA 31 8 -14 Cement Conc. Curb Ramp Type Parallel B EA 32 8 -14 Stamped Concrete Finish 50 SF STORM DRAINAGE 33 2 -09 Shoring or Extra Excavation Class B 1 LS 34 7 -04 Ductile Iron Pipe 8" Diam 25 35 7 -04 Ductile Iron Pipe, 12" Diam. '60 LF LF 36 7 -04 Storm Sewer Pipe 8 In. Diam 10 LF 37 7 -04 Storm Sewer Pipe 12 In:- Diam 840: LF 38 7 -04 Remove/Abandon Existing Storm Sewer Pipe 230 LF 39 7 -04 Storm Drainage Television Inspection LS 40 7 -05 Connection to Drainage Structure EA 41 7 -05 Adjust Catch Basin. 14 EA 42 7 -05 Catch Basin Type 1 19 EA 43 7 -05 Catch Basin, Type 2, 481n. Diam,.. EA Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ADDENDUM NO. 2 City of Tukwila, Washington CASCADE VIEW SAFE ROUTES TO SCHOOL PHASE II Project No 915/0302 DATE OF ADDENDUM ISSUE: May 4, 2017 DATE OF BID OPENING: May 10, 2017 NOTE TO ALL PLANHOLDERS: This Addendum No. 2, containing the following revisions, additions, deletions, and /or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above -named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. CONTRACT PROVISIONS 1. Proposal Pages P4: DELETE Page P-4 and REPLACE with the attached Page P-4. The attached sheets include the following revisions: • Revised quantity for Bid Item 42 Catch Basin Type 1 • Revised quantity for Bid item 43 — Catch basin Type 2, 48 In. Diam. • Include new bid item 43A — Catch Basin Type 2, 54 In. Diam. SPECIAL PREVISIONS 2. Division 10, page SP -121, Bid Item No 43A — Drainage Structures, per Each. DELETE page SP- 121 and REPLACE with the attached page SP -121: • Revision includes adding bid item 43A — "Catch Basin Type 2, 54 In. Diam." PLAN SHEETS 3. Plan revisions include: DELETE Sheet 37 of 60 and REPLACE with the attached Sheet 37 of 60. • Inclusion of "Storm Drain Marker Installation" Detail. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. Cascade View Safe Routes to School Phase 11 Addendum No.2 Page 1 of 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Sincerely, Robin Tischrnak, P.E. City Engineer City of Tukwila Receipt acknowledged, and conditions agreed to`this 0 day of , 2017 Bidder Cascade View Safe Routes' to School Phase 11 Addendum No.2 Page 2 oft Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale .Proposal P -4 Cascade View Safe Routesto School Phase 2. Project No. 91510302 SCHEDULE A - ROADWAY IMPROVEMENTS :Note: Unit prices for all items, all extensions, and.the total'arnount bid must be shown.. Where, conflict.00curs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1_).and WAC 458 -20 -171. Item No Spec. Section Item Description Qty. Unit Unit Price Amount 8 -14 Cement Conc. Curb Ramp Type Single Direction A.. 2 EA 30 8 -14 Cement Conc. Curb Ramp Type Parallel A 2 EA 31 8 -14 Cement Conc. Curb Ramp Type Parallel B 7" EA 32 8 -14 Stamped Concrete Finish 50 SF STORM DRAINAGE 33 2 -09 Shoring or Extra Excavation Class B 1 LS 34 7 -04 Ductile iron Pipe,. 8" Diam. 25' LF 35 7 -04 Ductile 'Iron Pipe,. 12" Dim. LF 36 7 -04 Storm Sewer Pipe 8 In. Diam 10 LF 37 7 -04 Storm Sewer Pipe 12 In. Diam 8.40 LF 38 7 -04 Remove /Abandon :Existing Storm Sewer Pipe 230 LF 39 7 =04 Storm Drainage Television `Inspection 1 LS 40 7 -05 Connection to Drainage Structure 7 EA 41 7 -05 Adjust Catch Basin 14 EA 42 7 -05 Catch Basin Type 1 18 EA 43 7 -05 Catch Basin Type ;2, 48 In Diam.; 4 EA 43A ;7 -05 Catch Basin Type 2, 54 In Diam. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale SP- 121 backfill for pipe bedding, compaction of backfill, cleaning, and flushing as shown on the plans and specified herein. Trench backfill shall be paid under section 4 -04 "Crushed Surfacing Top Course." Bid Item No. 38 — Remove /Abandon Existing Storm Sewer Pipe (7 -04) Measurement and payment for "Remove/Abandon Existing Storm Sewer Pipe" shall be per linear foot, as measured along the pipe invert. Items to be included in the bid price shall include, but shall not necessarily be limited to: any excavation required which is not included in other pay items, plugging pipe, filling pipe with controlled density fill, sawcut to allow connection to new pipe, removal and disposal of all storm drain pipe to limits shown on plans and as specified herein. Bid Item No. '39 — Storm Drainage Television Inspection (7 -04) No specific unit of measurement shall apply to "Storm Drainage Television Inspection" which shall be paid per lump sum. [the unit bid item price per lump sum shall be full compensation for all lab or, material, incidentals, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. 40 — Connection to Drainage Structure (7 -05) Measurement and payrnent for "Connection to Drainage Structure" shall be per each. Items to be included in the bid price shall include, but shall not necessarily be limited to: structure excavation, backfill, compaction, pipe connections, installing sand collars, cleaning, core - drilling, ladder adjustment, removal and replacement of manhole top, and flushing as shown on the Plans and specified herein. Bid Item No. 41 — Adjust Catch Basin (7 -05) Measurement and payment for "Adjust Catch Basin" shall be per each. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete adjustment of the utility after completion and acceptance of the overlay as defined in the Standard Specifications and these Special Provisions. HMA used for adjustment of utility shall be included in this unit contract bid item. Bid Item No. 42, 43 8 43A — Drainage Structures (7 -05) Measurement and payment for drainage structures shall be . per each, for the type indicated on the bid proposal regardless of depth. Items to be included in the bid price shall include, but shall not necessarily be limited to: structure excavation incl. haul, backfill, compaction, existing and new pipe connections using sand collars, installing concrete collars, frame and grate (or cover), cleaning and flushing as shown on the plans and specified herein. Specialty castings where indicated on the plans shall be considered incidental and included in the unit bid price for the type of structure installed. Bid Item No. 44 — Storm Drain Marker (7-05) City of Tukwila Bid Document Cascade View Elementary Safe Routes to School Phase 2 April, 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ADDENDUM NO. 3 City of Tukwila, Washington CASCADE VIEW SAFE ROUTES TO SCHOOL PHASE II Project No: 91 510302 DATE OF ADDENDUM ISSUE: DATE OF BID OPENING: May :5, 2017 May 10, 2017 NOTE TO ALL PLANHOLDERS: This Addendum No. 3, containing the following revisions, additions, deletions, and /or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above - named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 3 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. • APPENDICES 1. APPENDIX B – PREVAILING WAGE RATES: DELETE Federal Wage Determination for Highway Construction WA 170001 Modification 4 and REPLACE with the attached Federal Wage Determination for Highway Construction WA 170001 Modification 5. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall acknowledge receipt and acceptance of this Addendum No. 3 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. Sincerely, 04-1 Robin Tischmak, RE. City Engineer City of Tukwila Receipt ackn edge yi, and conditions agreed to this Jen day of M C 2017 Bidder ignature Cascade View Safe Routes to School Phase 11 Addendum No.3 Page 1. of 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale II�FF AN CONSTRUCTION, INC GRADING •SITEDEVELOPMENT•TRUCKING P.O. Box 845 Enumclaw, WA 98022 -0845 Office: 360- 825 -9797 Fax: 360 -802 -9797 License: HOFFMCI931D9 UBI: 600247364 Hoffman Construction, Inc. has enjoyed growth and successful client relationships in both King and Pierce Counties since 1977. We are a family -owned business still operating on our founding principle that a quality team results in a quality project. The company was founded on the promise to provide quality service and customer satisfaction for all construction projects, big or small. Our team is professional, knowledgeable and experienced in all types of civil contracting, to include excavations, grading, installation of sanitary sewer, storm, water and fire lines, dump trucking, demolition and general contracting. We have a strong commitment to excellence. Our specialties include residential and commercial site development as well as public works projects. Construction Experience & Present Commitments of Key Personnel: Randy Hoffman (President /Owner): 43+ years' experience in civil contracting to include storm, sewer, water and utility installation, excavating, grading, demolition, trucking, planning /supervising, operating, etc. Brad Hoffman (Vice President /Project Manager): 16 years' experience in civil contracting to include storm, sewer, water and utility installation, excavating, grading, demolition, planning /supervising, operating, etc. Bret Hoffman (Vice President /Foreman): 13 years' experience in civil contracting to include storm, sewer, water and utility installation, excavating, grading, demolition, operating, etc. Karen Hoffman (Vice President, Owner): 36 years' experience in the construction administrative and accounting tasks. Jake Osborn — (Foreman): 15 years' experience in civil contracting to include storm, sewer, water and utility installation, excavating, grading, demolition, planning /supervising, operating, etc. Adam Stair — (Foreman): 14 years' experience in civil contracting to include storm, sewer, water and utility installation, excavating, grading, demolition, operating, etc.