Loading...
HomeMy WebLinkAbout24-054 - Road Construction Northwest, Inc - Stormwater Outfalls Water Quality Retrofit ProjectContract Forms C-1 AGREEMENT FORM 24-054 CONTRACT NO. Council Approval 4/1/24 THIS AGREEMENT is made and entered into on this 9th day of April , 2024 , by and between the City of Tukwila, Washington ("Owner") and Road Construction Northwest, Inc. ("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 STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT 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 Proposal. 4. Third Party Beneficiary. All parties agree that the State of Washington shall be, and is hereby, named as an express third -party beneficiary of this contract, with full rights as such. 5. Attorney's 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. 6. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. 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 TUKWILA, WASHINGTON (Owner) By: (k� Attest: This 8th day of —DocuSigned by: 1 0,as Aittb,odt .26$05 Road Construction Northwest, Inc. (Contractor) By: Mayor 5/8/2024 1 8:40 PM PDT Title: Attest: This 9thday of April 20 24 Matthew Wagester, President May Approved as to Form: —DocuSigned by: (4 acu‘tt , 20 24 CitySAff o ri Address for giving notices: 6200 Southcenter Blvd Tukwila, WA 98188 Contractor's License No. RCNW"CN978L6 Address for giving notices: P.O. Box 2228, Renton, WA 98056 Contract Forms C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. GSH8000058 We, Road Construction Northwest, Inc. and The Gray Insurance Company (Principal) (Surety) a Louisiana corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner), in the penal sum of Nine Hundred Twenty -Eight Thousand Two Hundred Eighty -Eight and 50/100 Dollars ($ 928,288.50 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated Ma 8th 2024 , between Principal and Owner for a project entitled STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT, Contract No. 91241202 _ ("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 (20%). 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. Contract Forms C-3 This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 4th day of Aril 20 24 Road Construction Northwest, Inc. Principal Signature of Authorized Official IV a h Va est 1r, „ r,esi Title Name and address of local office of agent and/or Surety Company: The Gray Insurance Company Surety By ra ;eIin ran nature of authorized Official Julie R. Truitt, Attorney in Fact (Attach Power of Attorney) 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 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. Propel Insurance 04/04/2024 13:20 337920004145 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: GSH8000058 Principal: Road Construction Northwest, Inc. Project: STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT, Project No. 91241202 KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Carley Espiritu, Jamie L. Marques, Amber Lynn Reese, Aliceon A. Keltner, Justin Dean Price, Tamara A. Ringeisen, Amelia G. Burrill, Alyssa J. Lopez, Alexa Manley, Christopher Kinyon, Lori J. Kelly, Wesley V. Dasher, Sarah Whitaker, Sherri W. Hill, Annelies M. Richie, Julie R. Truitt, Holli Albers, Lois F. Weathers, Cynthia L. Jay, Katharine J. Snider, and Lindsey Elaine Jorgensen of Tacoma, Washington jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26th day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto se resents to be signed by their authorized officers this 4th day of November, 2022. State of Louisiana Michael T. Gray President The Gray Insurance Company Cullen S. Piske President The Gray Casualty & Surety Company ss: Parish of Jefferson On this 4th day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. VI Ma VW 01"( Lsi,h F.-ne Hier,ic2r, Notary Public Notary ID No.92653 Orleans Parish, Louisiana Leigh Anne Henican Notary Public, Parish of Orleans State of Louisiana My Commission is for Life I, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 4th day of April , 2024 044.4 I, Leigh Anne Henican, Secretary of The Gray Casualty & Surety Company , do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 4th day of Aprll , 2024 Arvvk Lon— RELEASE OF RETAINAGE BOND OF CONTRACTOR Bond No, GSH8000059 KNOW ALL MEN BY THESE PRESENTS: That we Road Construction Northwest, Inc. (hereinafter called Principal), and -Me Gray Insurance Company a corporation organized and doing business under and by virtue of the laws of the state of Louisiana and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required and authorized by the State of Washington, (hereinafter called Surety), as Surety, are held firmly bound unto City of Tukwila (hereinafter called Obligee) in the just and full sum of Forty-two Thousand One Hundred Fifty-six & 61/100 2,156.61 plus 5% of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal on the day of AO_ , 2024 entered into a written contract with the said obligee for STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT, Pro'iect No. 91241202 which said contract is hereby referred to and made a part hereof by reference. WHEREAS, Pursuant to Chapter 60.28 RCW, the above named Principal has requested release of retained percentage earned or which may be earned under said contract, and, WHEREAS, the obligee is willing to release retained percentage in advance of contract terms relating to payment provided the principal shall file bond to indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retainage to the principal, which bond shall be subject to all claims and liens in the same manner and same priority as apply to the retainage percentage released, or to be released, NOW, THEREFORE, the condition of this obligation is such that if the principal shall indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retained percentage to the principal then this obligation shall be null and void unless otherwise to remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 4th day of April ............. 2024 Road Construction Northwest, Inc. The Gray Insurance Company By: Jure ". Truitt rney-in-Fact THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: GSH8000059 Principal: Road Construction Northwest, Inc. Project: Propel Insurance 04/04/2024 13:20 337920004145 STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT, Project No. 91241202 KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Carley Espiritu, Jamie L. Marques, Amber Lynn Reese, Aliceon A. Keltner, Justin Dean Price, Tamara A. Ringeisen, Amelia G. Burrill, Alyssa J. Lopez, Alexa Manley, Christopher Kinyon, Lori J. Kelly, Wesley V. Dasher, Sarah Whitaker, Sherri W. Hill, Annelies M. Richie, Julie R. Truitt, Holli Albers, Lois F. Weathers, Cynthia L. Jay, Katharine J. Snider, and Lindsey Elaine Jorgensen of Tacoma, Washington jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26'x' day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto resents to be signed by their authorized officers this 4th day of November, 2022. State of Louisiana ss: Michael T. Gray President The Gray Insurance Company Cullen S. Piske President The Gray Casualty & Surety Company Parish of Jefferson On this 4th day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. Leigh Anne He' nt a:�I Notary Public Notary ID No.92653 Orleans Parish, Louisiana Leigh Anne Henican Notary Public, Parish of Orleans State of Louisiana My Commission is for Life I, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 4th day of April , 2024 07444 INA,* 1, Leigh Anne Henican, Secretary of The Gray Casualty & Surety Company , do hereby certify: that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 4th day of April , 2024 sc-6,41 ANS |-3 INFORMATION FOR BIDDERS The following supplements the information in the CaII for Bids: 1. Pre -Bid Conference A pre-bid conference will not be held for this project. 2. Examination of Plans, Specifications, and Site Before submitting his bid, the Contractor shall carefully examine each component of the Bid Documents prepared for the Work and any other available supporting data so as to be thoroughly familiar with all the requirements. However, the Owner or Consulting Engineer will not assume responsibility for variations of subsoil quality or condition at locations other than places shown and at the time investigation was made (if any). The availability ofthis information shaJl not relieve the Bidder of his duty to examine the prject site nor of any other responsibility under the Contract. The Bidder shall make an alert, heads -up, eyes -open reasonable examination of the projects�e and conditions under vvhiohthe Work is to be performed, including but not |irnited to: current topography, soil and moisture conditions; underground obstructions; the obstacles and character of materials which may be encountered; traffic conditions; public and private utilities; the availability and cost of labor; and available facilities for transportation, hand|ing, and storage of materials and equipment. See Section 1-05.14 of the Supplemental General Requirements and Special Provisions for identification of any other work that is to be performed on or near the project site by others. 3. Property Issues All bidders shall base their bids upon full restoration of all property within the right-of-way and eosenlents.and vvhereverBk�dermjUhave 1kmnsetocunstruoC. The easements license to construct documents that have been acquired are available for inspection and review. The Bidder is advised to review the conditions of the pernnibs, easements, and licenses to oonmtruct, as he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, |ioensas, etc., shall be the responsibility of the Bidder. The Bidder shall comply with the requirements of each. 4. Interpretation of Bid Documents The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or discreparicies in or behmean, or omissions from the Bid Documents. Questions or comments about these Bid Documents should be directed to the attention of: Josh Hopkins, Surface Water P'ect Manager, G3OOGo�hcentar Blvd. SuiteV� �DO. Tukwila, A 98188, phone (206) 890-6380. - Any prospective Bidder desiring an explanation or interpretation of the Bid [}oounnents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to a//pvva written reply to reach all prospective Bidders before the submission of their Bids. Any interpretation or correction of the Bid Documents will be made only by addendum, and a copy of such addendum will be mailed or delivered to each person receiving a set of such Bid Documents. The Owner will not be responsible for any other explanations or Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w*w.uxwa.com Always Verify Scal 1-4 interpretations of the Bid Documents. No oral interpretations of any provision in the Bid Documents will be made to any Bidder. 5. Special Schedule Considerations/Sequencing of Work • Bidder shaJl attain Physical Completion of all Work awarded within thirty-five ` '���\VVorNng days from the date stated in the written Notice to Proceed. • The Contractor shall provide a minimum of 72 hours advance notice to adjacent property ovvnarsinthe event that the Contractor's operaUPnov�Uirnped*dr|vevvayaccess. • Contractor shall provide temporary traffic control, driveway oocass, safe access for pedestrian/bicycle trail usmra, and appropriate signing during construction. • Driveways may be temporarily closed if alternative access is provided satisfactory to the Engineer. • Driveways shall be accessible and usable by adjacent residents at the close of each day. • Contractor shall provide ominimum of48hours advance written notice bmacUonentpropudy owners in the event that Contractor's operations will require shutdown ofwateror other utility service. • See Section 1-10 for Traffic Control Plan and work hour restrictions. 6. Wages Washington State Prevailing Wage rates apply to thisproject. The Owner requires strict adherence to, and will monitor compliance \ h. applicable wage rates. Weekly Certified Payrolls are required. All Contractors are responsible for payment of prevailing wages to all "workers employed directly upon the site of the work" under the contract. All Contractors shall provide weekly certified payroll reports that are complete and comply with State law and the conditions set out in the Contract Documents. The Contractor is also responsible for the compliance to the above requirements of all Subcontractors and Sub -Subcontractors. All contractors shall complete and provide all Owner required documentation and forms. Non- compliance with the above requirements will result in denial of the Contractor's application ---- for payment. No exceptions will be made. 7. State Sales Tax (see also APWA GSP 1-07.2 in Special Provisions) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax. The Contractor shall include Washington State retail sales taxes in the various unit and lump sum bid prices of the comtracƒ, in compliance with State Department of Revenue Rule 171. These retail sales taxes shall include those the Contractor pays on purchases of rnnterio|s, equipnlent, and supplies used or consumed in doing the work. All tax payments shall be based on actual quantities used, regardless of quantities stated in the Proposal. 1. The provisions of State Department of Revenue Rule 171 apply to Schedule A and the Contractor shall include Washington State sales taxes in the various bid items. 8. Bidding Checklist All bids shall be submitted on the exact forms provided in these Bid Documents, and listed below. Failure to submit any of these forms is grounds for rejection of the bid. The only exception is if the Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal |-5 bidder follows the directions for Bids Submitted on CoPrintouts, following the bid proposal forms. Sealed bids for this proposal shall be submitted as specified in the CalI for Bids. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and must be clearly marked with the name and number of the prject for which the bid is submitted: BID FOR STORKVI1NATER OUTFALLS WATER QUALITY RETROFIT PROJECT All bids wilremain subject to acceptance for ninety (90) days after the day of the bid opening. a. Proposal — Bidders must bid on all items contained in the Proposal. The omission or deletion ofany bid item will beconsidered nonresponsive and shall because for'ontion ofthe bid. ^ b. Bid Security/Bid Bond — Bid Bond is to be executed by the Bidder and the sur- � company unless bid is accompanied by a cash deposit, certified or cashier's check,or postal money order. The amount of this security/bond shall be not Iess than five percent (596)ofthe total bid, including salestax, ifapplicabie, and may be shown in dollars. Surety nnustbeauthorized todobusiness inthe State ofVVmshington.and rnustbnonthe oune Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. The Bid Security form included in these Contract Provisions MUST be used; no substitute will be accepted. If effectivelyanettorney-in-faotsigns bond, ucertified and / dated copy oftheir Pnvverof/�torneyrnustacuonnponythe bond. The deposit of the successful Bidder will be returned provided Bidder executes the Aoreennent, furnishes satisfactory Payment and Performance Bond covering the full amount ofwork, and provides evidence ofinsurance coverage, within ten days eMar Notice of Award. Should Bidder fail or refuse to do so, the Bid [)epqsitnr(10) Bond shall be forfeited to the Gity of Tukvviia as iiquidated damages for such failure. The Owner reserves the rihttormbainLheoaouritvofthethrea(3)/ovveatb|ddaneunU|the successfui Bidder has executed the Agreement and furnished the bond. c. Non -Collusion Affidavit — Must be fiuied in, signed, and notarized. d. Responsible Bidder Determination Form e. Proposed Equipment and Labor Schedule f. Proposed Subcontractors, if required RggerdinQforrnad.s.andf,the{Jvvnerrasen/astheriAhttoohechaUototen1entsmndto�judge the adequacy of the Bidder's qualifications, and to reject Bidder as not responsible based on this information. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal 1-6 9. Contract Checklist The fotlowng forms are to be executed by the successful Bidder after the Contract is awarded. The Agreement and Payment and Performance Bond are included in these Bid Documents and should be carefully examiried by the Bidder. a. Agreement — Two (2) copies to be executed by the successful Bidder. b. Payment and Performance Bond — Two (2) copies to be executed by the successful Bidder and its surety company. This bond covers successful completion of alt work and payment of alt taborers, subcontractors, suppliers, etc. The bond continues in effectatten percent (10%) of the total price bid for one year after final acceptance of the Work. The bond form inctuded in these Bid Documents MUST be used; no substitute will be accepted. If an Attorney-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance — To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions H\P/VAGGFq. The Owner and Consulting Engineer retained by Owner shati be named as "Additional lnsureds" on the insurance poticies. The above bid and contract documents must be executed by the Contractor's President or Vice - President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute cnntraots, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. WASHINGTON STATE INTEREST EXCLUSION CLAUSE It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal Proposal Forms PROPOSAL Contractor's Name Road Construction Northwest, Inc. Contractor's State License No. RCNVVTN978L6 City of Tukwila Project No. 91241202 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifles that he personaHy examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila(Owner)project titled STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT which includes Storm water quality retrofit improvements at two (2) |ocationn, all within the(�itvofTukx�|e. ��paci�ctasks shall include, butargnntneoessmri|yUited to storm conveyance and water quality structure installation, relocation and ocUuoiinguUUboohograde, clearing and Qrubbing, reveQetat/on, temp erosion/water pollution ' contro|, remove and replace HMA pavement, cement conc. sidewaik and curb and gutter, signal nnodifioationo, 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 VVbrk, 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 foliowing schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or dmcraaea, and hereby proposes to perform all quantities of work as either increased ordecreased inaccordance v�ththe ��ontroct[)oounnento. - �� As evidence of good faith, (check one) n� bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (59@nfthe Total Bid Price isa�eohmdhereto. Bidder understands that, should this offer beaccepted `bv'vvn�rv�thin 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 as liquidated damages, all as provided for in the Bid Documents.^ Bidder shall attain Physical Completion of all Work in all respects within thirty-five [35] working days hnnnthe date stated in the written Notice to Proceed. If the work is not completed hin 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 Proposal P-2 Stormwater Outfalls Water Quality Retrofit Project Project No. 91241202 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. Item Description Qty Unit Unit Price Amount ROADWAY 1 Unexpected Site Changes 1 EST $ 20, 000.00 $ 20,000.00 2 3 Roadway Surveying Record Drawings (Minimum Bid $1,500) 1 1 LS LS 4 SPCC Plan 1 LS WO co L /, f0(%aa 11 4 f aa, as 1.0 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 5 Mobilization 1 LS if i% sap aa 2 lq sa4.ao 6 Project Temporary Traffic Control 1 LS f', • Qv f'/ ti, craw 7 Portable Changeable Message Sign 820 HR" IQ , d© f $1 acozo 8 Contractor Provided Uniformed Police Officer 150 HR I Sa.o© 9 Clearing and Grubbing 1 LS 1.0 So .00 P i . 00 10 Removal of Structure and Obstruction 1 LS i zoo -pc) 11)1026.0o I026•do 11 Pavement Removal Incl. Haul 350 SY 1% 00 P (9)300'00 12 Unsuitable Foundation Excavation Incl. Haul 25 CY f30000 1 1C1 00 1 iaC.00 13 Shoring or Extra Excavation Class B 3,230 SF gO.j r� -R! 14 Crushed Surfacing Top Course 80 TN GI .Oct Lii li©.ao 15 Crushed Surfacing Base Course 30 TN f. l9 / 1 1,%30.,0 � 16 HMA Cl. 1/2" PG 58H-22 290 TN $ r 'aL1cj -l4)1a10.cv 17 Planing Bituminous Pavementif 100 SY t� �p i I 11500,00 I 18 Adjust Water Valve to Grade 1 EA $ 4/ () W5, 00 19 Erosion Control and Water Pollution Prevention 1 LS 3100 (9() l'3Ioo © o 20 Extruded Curb 120 LF 1) 31 Y-000 21 Cement Conc. Traffic Curb and Gutter 70 LF D3.00 qI�,k9 46 22 Cement Conc. Sidewalk 30 SY if) { 175. 00 3 )43ca 00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-3 Stormwater Outfalls Water Quality Retrofit Project Project No. 91241202 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. Item Description QtY Unit Unit Price Amount TRAFFIC CONTROL DEVICES 23 Restore Raised Pavement Markers 1 LS 24 Plastic Line 130 LF 311 O. 00 1-1.00 311 sa.(90 25 Plastic Wide Line 90 LF (70 16 S� 26 Plastic Crosswalk Line 180 SF p_1.5-0 b 31$70. oo 27 Plastic Stop Line 40 LF 'Q' ?it, .00 16 111 DO. 00 ROADSIDE DEVELOPMENT 28 Fine Compost 60 CY tin 5 3Is7o 00 29 Seeding, Fertilizing and Mulching 200 SY 53 , 50 11703. Oa 30 Property Restoration 1 EST $ 5,000.00 $ 5,000.00 31 Removing and Resetting Guardrail 80 LF I coo 32 Quarry Spalls 5 TON 1 x5.00 LaS.er, 33 Remove and Restore Rockery 1 LS -"i"0• o 3,115.©0 STORM DRAINAGE 34 Crushed Surfacing Top Course for Trench Backfill 390 CY I')I.CJO Lill 140. o 35 Storm Sewer Pipe 8 In. Diam. 24 LF S 10(.00 $ 1414-1oo 36 Storm Sewer Pipe 12 In. Diam. 270 LF 103.00 D7,%1000 37 Storm Sewer Pipe 24 In. Diam. 87 LF 2 al I.00 ),357.0© 38 Concrete Inlet 2 EA 1 I rii- n115" CSD 3190.00 39 Catch Basin, Type 1L 3 EA JI "i3()0.00 f 41cfb(1,(90 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-4 Stormwater Outfalls Water Quality Retrofit Project Project No. 91241292 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. STORM DRAINAGE Item No. Item Description p Qty Unit Unit Price Amount 40 Catch Basin Type 2 48 In. Diam. 5 EA 46/00 131.00 41 Catch Basin Type 2 54 In. Diam. w/ Flow Splitter w/ Overflow Riser 1 EA t tIe50(y0 `8i6,JC7. Op 42 Catch Basin Type 2 60 In. Diam. w/ Flow Splitter w/ Weir Wall 1 EA IC, fcri .00 IG .00 43 Catch Basin Type 2 60 In. Diam. 1 EA� DD i 44 8' x 12' Modular Wetland Unit 1 EA 1' 5f ` co i , Sia. o 45 4' x 21' Modular Wetland Unit 1 EA 0719n oe' 111/5-00.00 46 Pothole Utility 2 EA 1 It Roe. 00 3 47 Resolution of Utility Conflicts 1 EST $ 15,000.00 $ 15,000.00 TRAFFIC SIGNALS 48 Illumination Modifications (Tukwila International Blvd), Complete 1 LS P a'Df(c Da'0 C16 49 Traffic Signal Modifications (Interurban and 58th Avey S), Complete 1 LS 3 jf '^Di 000.00 Total Bid $ 127, 281 5.0 * Sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 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 Forms P-5 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 their 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 formthentotaling all of the extended amounts. Signed: Title: Matthew Wagester, President Date: 3-14-24 ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Forms P-6 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 Date of Receipt 3-6-24 Addendum No. 3 2 4 Date of Receipt NOTE.: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The below signed bidder acknowledges that bids must be submitted for `Total Bid'. Partial bids will not be considered. It is understood that Owner may accept or reject all bids. The basis for determination of the low bidder shall be based solely on the `Total Bid'. The Owner reserves the right to accept any, all, or no Additive Items at time of Award, or any time thereafter. The Surety Company which will furnish the required Payment and Performance Bond is Propel Insurance of 1201 Pacific Ave Suite 1000, Tacoma, WA 98402 (Name) (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: Road Construction Northwest, Inc. Matthew Wagester, President P.O. Box 2228, Renton, WA 98056 Circle One: Individual / Partnership / Joint Venture / Corporation 425-254-9999 Phone No.: State of Incorporation: Date: 3-14-24 WA 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 Proposal Forms P-7 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 oheoh, or postal money order in the amount of dollars ($ ). — OR -- Bid Bid Bond: The undersigned, Road Construction Northwest, Inc. (Principal), and The Gray Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Bid Amount dollars ($ 5% of Bid Amount ), which for the payment of which Principal and Surety bind thernse|ves, their heirs, exeouto[s, adnninistrotVrs, successors and assigns, jointly and severaily. The Iiability of Surety under this Bid Bond shall be Iimited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not Iess than five percent (5%)of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT Pject No. 91241202, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. ifthe Proposal is accepted and Principal shall duly make and enter into an Agreementwith 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, and shall in all other respects perform the Contract created by the acceptance of said Ppopoea|, 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 14th ;rnRoad Cona�ucbonNo�hwoot �� � � - , o� ri��J� �o�%`�x_�ru��''/'� yr-in'pal- %, `` ,2 0 /" ' a_9~^p .o� • Signa u e of Authorized Matthew Wagester, President Title , 2024 The Gray Insurance Company Suretyo ney in Factl (Attach Power of Attorney)JUli R. Truitt By Name and address of local office of Propel Insurance agent and/or Surety Company: 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of ton per Section 1-02.7 of the Standard THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: Bid Principal: Road Construction Northwest, Inc. Project: Propel lnsurance 03/07/2024 08:50 480480004157 STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT, Project No. 91241202 KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Carley Espiritu, Jamie L. Marques, Amber Lynn Reese, Aliceon A. Keltner, Justin Dean Price, Tamara A. Ringeisen, Amelia G. Burrill, Alyssa J. Lopez, Alexa Manley, Christopher Kinyon, Lori J. Kelly, Wesley V. Dasher, Sarah Whitaker, Sherri W. Hill, Annelies M. Richie, Julie R. Truitt, Holli Albers, Lois F. Weathers, Cynthia L. Jay, Katharine J. Snider, and Lindsey Elaine Jorgensen of Tacoma, Washington jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26th day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto of hese .resents to be signed by their authorized officers this 4th day of November, 2022. State of Louisiana ss: Michael T. Gray President The Gray Insurance Company Cullen S. Piske President The Gray Casualty & Surety Company Parish of Jefferson On this 4th day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. 0/1/1/1.0. OVA Ca" ---- Leigh Anne Henican Notary Public Notary ID No. 92653 Orleans Parish, Louisiana Leigh Anne Henican Notary Public, Parish of Orleans State of Louisiana My Commission is for Life 1, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 14th day of March , 2024 0144.4144--p04-6 I, Leigh Anne Henican, Secretary of The Gray Casualty & Surety Company , do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 14th day of March , 2024 '6-1Ar-4 uvws 04K, Proposal Forms NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OFKING > The undersigned, being first duly svvorn, on oath states that the paraon, firm, osaocioUon, pmdnmrahip, jointvonture.oroorporationnnnedinthaBdProp000|heo(have)not, either directly or |ndirect|v, entered into any agreenent, participated in any oo||usion, or otheime taken any action in restraint of freecompetitive bidding in connection with the City of Tukwila project named STORMWATER OUTFALLS WATER QUALITY RETROFIT PROJECT, Project No. 91241202. Road Construction Northwest, Inc. fit/A- NameofFirm Signa re of Authorized Official Matthew Wagester, President Title Signed and sworn tpbefore meonthis 14th day of March.2O� . vmm// ^ ,~___ �������o��r�����ah��n.� �� �� . ' i Washington, residing at _ _ ' -. � ��.4:tires: 3-3'/— a 5• -_-.;�� � � u/�R� ::: � . ~ To report bid rigging activities call: NOTICE TO ALL BIDDERS 1-800-424-9071 The U.G. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern ti |. knowledgeAnyone with nfpossible bid rigging, bidder collusion, fraudulent rt 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 wiII be respected. Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com Always Verify Scal Proposal Forms P-9 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required Road Construction NorthwesInc. Name of Bidder: Address of Bidder: P.O. Box 2228 Renton, WA 98056 City State Zip Code Dept.RCNW-CN978L6 602-286-010 Contractor's License No. WA State UBI No. ofL&) License Bond R/otnyU No.G311677 Worker's Comp. Acct. No. 895,521-03 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture Incorporated in the state of WA If Out -of -State Corporation, has Bidder complied with WA Corporation laws? [l YES sM NO List business names used by Bidder during the past 10 years if different than above: Bank Reference Year Banner Bank - Bellevue Branch, Andy Tubb (425) 736-1009 Bank No. of regular full-time employees: Account Officer Officer's Phone 30+ Number of projects in the past 10 years completed: — ahead of schedule 150+"nocheduke behind schedule 20 Million Total value of contracts in hand (gross): $ Bidder has been in business continuously from 2003 Bidder has had experience in work comparable to that required for this As a prime contractor for 20 years. Aaosubcontractor for 20 years. Describe the general character of work performed by your company: List major equipment anticipated for this state whether Cnntnantor-o^wned. or if it will be rented or Ieased from others. See Attached Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal Proposal Forms List the supervisory personnel to be e by the Bidder and available for work onthis'e� (ProjectK8annger.Phnopm|Fonenlan.8uoehntendgnts.and Enoinaem): ' ^ Name Anthony Stolz Brian Menard Title Senior Project Manager How Lonq With Bidder 19 General Superintendent 20 Danny Boswell Foreman 15 Name the Surveyor to be used on this Project who will directly supervise alt surveying activities. Attach resume outlining the experience and qu no of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Yes No Surveyor's Name: American Surveying and Environmental LLC List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous experience working with these firms, if any. Subcontractor Scope of Work No of Previous Contracts Worked with Bidder List alt those projects of similar nature and size completed ' �Bidderwithinthe past 10 years. Include a reference for each. Any attached preprinted project -mct listingQ must include all this information. Bidder must have otleast 1Dyears' experience vvoinQonprojects ofoirni�rnetura and size. Yeor Contract Project Name Completed Amount Owner/Reference Name and Phone See Attached Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Fonris P-11 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 Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims Hp Bidder, or any representative or partner thereof, ever failed to complete a contract? Mid No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? 15?(No 0 Yes If yes, give details: Has Bidder, or any representative or partnerthereof, ever been indicted, pled guilty, pled no contest or been convicted of any offense that has resulted in your firm being barred from bidding or performing work for any State, Locat or Federal agency? N(No 0Yas |fyes, give details: Has Bidder, or any representative or partnerthereof,ever been indicted, pled guilty, pled no contest, or been convicted of any illegal restraints of trade, including collusive bidding? YZ No 0 Yes If yes, give details: Hp Bidder ever had anyPayment/Performance Bonds called as a result of its work? gf 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 Proposal Forms P-12 Hp Bidder ever been found guilty of violating any State or Federal employment laws? g No 0 Yes If yes, give details: Has Bidder ever for protection under any provision of the federal bankruptcy laws or state insolvency laws? g. No 0 Yes If yes, give details: the Bidder owe any delinquent taxes to the Washington State Department of Revenue? GlidNo OYoa If yes, does the Bidder have an approved payment plan with the Washington State Department of Relvenue? GliiNo []Yes H.s any adverse legal '����b�n�/�mda�i���r��m��5 years? tit 0Y�o Ifyes, ' -kmdatmU�' _-,-_� � Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other i9surance company for accidents resulting in fatal injuryjury or dismemberment in the past 5 years? n' No 0 Yes If yes, please state: Date Type of lniury Agency Receiving Claim Attach additional sheets as needed. The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersined authorizes the City of Tukwila to verify all information contained herein. 10 - Title: Matthew Wagester, President uote: 3-14-24 Provided to Buliders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal Proposal Forms PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: P-13 DESCRIPTION/TYPE YEAR CONDITION OWN/RENT See Attached Labor to be used: Working Foreman, Operators, Truck Drivers, TCS, Flaggers, Laborers Road Construction Northwest, Inc. Name of -Bidder Signature of Authorized Official Matthew Wagester, President Title Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Forms P-14 PROPOSED SUBCONTRACTORS Name of Bidder Road Construction Northwest, Inc. In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder ° "� S Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Forms This form must be submitted with the Bid|or as a Supplement later than 24 hours after thetinl� fmr �e|ivery ofthe Bid Proposal, ad, ae provided for in Section 1-02.9 ofthe Contract Provisions. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date /2-27'24V, the bidder is not a "willful" violator, mdefined in RCW 49.48.082. of any provision of chapters 49.48. 49.48. or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the OepnrtrnantufLabor and |nduobiesorthrough ocivUjudgn�ententered bvacourt of limited or general jurisdiction. | certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. - Road Construction Northwest, Inc. Bidder's Business Name Signature ed Official* Matthew Wagester Printed Name President Title 3-14-24 Everett WA Date Check One; Sole Proprietorship 0 City State � Partnership Joint Venture [] Corporation V( State of |ncorporatinn, or if not a coq7onstion. State where business entity was formed: WA If a co -partnership, give firm name under which business is transacted: * If a corporation, proposa/mus/be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). /7aco-pmdne/nhi , proposal must be executed by a partner. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal American Surveying & Environmental, LLC IMEMKORIREEP 11 II II Dollop 01 iiii, IIIII 10 11111111 111,11,00010M' hi I 1111111 1,11 Land Surveyors & Consultants 10111111,1111' 1140 ;1:1111 Consulting Land Surveying Services �iwuu i im ���wimr mow umr imw uu v,+ ,.;. duwNIIINVERMERIMINIMMOMIEMIN1 Land Surveying Parcel Subdivisions Construction Layout Water Quality Testing Boundary Line Alteration FEMA Elevation Certificates Legal Description Preparation uMENOMMIEVERw i ou IONSIII1d3 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.annerican-engineering.net American Surveying & Environmental, LLC at a Glance Consulting- Land Surveying & Related Services Founded- September, 2012, formerly known 'American Engineering Corporation Ownership- Privately held S -Corporation Office- Redmond, WA Annual Sales- $600,000+ General Liability Insurance - $1 million/ $2 million policy Professional Liability Insurance - $2,000,000 policy Employees- 4 hourly staff About American Surveying & Environmental, LLC American Surveying & Environmental, LLC is a full- service consulting company offering land surveying and construction surveying & layout services. We have a highly experienced and motivated staff who will work closely with you to serve your project needs. Our office is equipped with a comprehensive network of computer stations and software including the most current version of AutoCAD Civil 3D. Our field crews are equipped with the latest electronic surveying instruments and GPS equipment and are backed by a time -efficient survey calculation and mapping program. Our field survey equipment includes Topcon GPS receivers, Topcon Robotic and Nikon Total Stations, Leica Digital Level and TDS & Spectra Ranger Data Collectors. Areas of Expertise • Boundary and Topographic Surveying • Legal Description Composition • Construction Surveying & Layout • Certified Federal Surveyor • Water Quality Testing/Monitoring • Land Use Planning and Permitting American Surveying & Environmental, LLC wrs jdg 'III, '11 Hilt, Land Surveyors & Consultants Services Provided Land Surveying: • Boundary Surveys • Topographic Surveys and Site Mapping • Horizontal and Vertical Control Surveys • ALTA/ACSM Surveys • Construction Layout Surveying • Survey Monument Perpetuation/Restoration • Easement Exhibits and Legal Descriptions • Parcel Maps • Condominium Surveys & Plans • Long Plat/Subdivision Surveys • Boundary/Lot Line Adjustment Surveys • Record of Survey • Aerial Maps • Hydrographic Surveys • Settlement Monitoring • FEMA Elevation Certificate • As Built Surveys & Record Drawings • Title report and Property Encumbrance Reviews • Land Description Reviews (LDR) — CFedS • Cert. of Inspection & Possession (CIP) - CFedS • Boundary Assurance Certificates (BAC) - CFedS Contact Information Phone: (425) 881-7430 F a x : (425) 881-7731 Website: www.american-engineering.net Michael Sjolin, Principal Registered Professional Land Surveyor— (WA) No. 45174 Certified Federal Surveyor— No. 1570 (CFedS) msiolin@american-engineering.net Brett Garr, Principal Land Surveyor in Training — (WA) No. 1139 bgarr@american-engineering.net Rory Allen, Principal Certified Erosion and Sediment Control Lead rallen@american-engineering.net atleallaaHleadell 11111111 &OYEZ 1495 148th Ave NE Redmond, WA 98052 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net American Surveying & Environmental, LLC 1101 1 III 11111111111111110,1100,11,111110 AI III II' II . Land Surveyors & Consultants STAFF RESUMES Michael Sjolin, Director of Surveys, Principal Registered Professional Land Surveyor No. 45174 (WA) Certified Federal Surveyor No. 1570 Michael has more than Seventeen years' of experience in the land surveying profession. During this time he has conducted and supervised cadastral surveys, topographic surveys and construction layout surveys and been involved as project manager of many different types and sizes of projects. He has vast experience drafting numerous types of survey maps, including boundary surveys, topographic, ALTA, condominium, wetland delineation, long and short plats, GIS mapping, and boundary line adjustments. In addition, he is well -versed at preparing various types of legal descriptions and easement documents including exhibit maps using Autodesk Civil 3D. Michael also has ample experience conducting and supervising FEMA Elevation Certificate surveys used for flood insurance. Michael has a very methodic and systematic approach to insure a high level of quality control. His attention to detail and careful project approach makes him a valuable member of ASE's professional team. Michael's experience also includes performing complex boundary computations and construction staking pre -calculations for a variety of different projects in both the private and public sector. His project experience range includes small residential lots, large site development projects; both private and public, airports, county roads and state highways. He is highly capable and has the experience needed to simultaneously manage multiple projects from beginning to completion with accuracy and attention to detail and the ability to maintain required project budgets and time constraints. In June of 2012 Michael received Certified Federal Surveyor (CFedS) status from the United States Department of the Interior Bureau of Land Management. The CFedS program, which has been approved by the U.S. Secretary of the Interior, was designed specifically to enhance the level of knowledge and expertise in the professional land surveying community for survey work performed on federal lands and especially on Indian trust lands. To earn the CFedS designation, professional land surveyors must complete approximately 120 hours of course materials prepared by the BLM's National Training Center, in Phoenix, Arizona, and pass the certification examination. To maintain the certification, a CFedS must complete 10 hours of continuing education annually. This certification has provided Michael the additional knowledge and skill to offer superior boundary survey practice. SMO sEN WORNAMMirmi12MMMEMMOMMWSMAW OUBMIIIIIMEMWMMUMESENNWROMMUMMMORa. u Page 5A 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net Brett Garr, Project Manager, Principal Land Surveyor in Training No. 1139 Brett has more than seventeen years' experience as a field surveyor beginning his career as a rodman/instrument operator while working at David Evans and Associates at the Everett office, then worked his way up to Project Manager at American Engineering Corporation. Brett's surveying experience includes many years of experience in field survey layout of plats, roads, water, sewer and other infrastructure. He also has a very broad base of experience in boundary, topographic & mapping surveys for land development and civil design. Brett possesses excellent communication skills and understands exactly what is required to provide the client with superior quality and excellent service. Brett works well with construction contractors and has the ability to simplify and solve most any of the complications that are involved in most public works construction projects. Brett is an especially valuable personnel asset to have on your project team. Brett earned Land Surveyor in Training status in May of 2011 and he is currently working towards obtaining his professional surveyor license here in Washington State. Rory Allen, Project Manager, Principal Certified Erosion & Sediment Control Lead Rory Allen has more than eight years' experience in the field starting his career as a rodman/instrument operator at American Engineering Corporation and working his way up to survey party chief. Rory understands exactly what is required to produce the finished products of mapping and site development and applies that knowledge in gathering field data. Rory is a major player in the mapping and the collection of field data for all projects. Rory has always pushed himself to keep up with equipment technology and is constantly working on ways to keep projects within budget while obtaining all the data that is required for the finished product. In December of 2012 Rory obtained his Certified Erosion & Sediment Control Lead certification. Rory is currently working towards obtaining his 'Land Surveyor in Training' status here in Washington State. wmwa�wAiiuptiuuuo wmu usww uuurcvurmr�umuwuRMAIM waw pIaMErittiOAauuuuirn MIRE timVIERMIMMIirmuuumuupuuwia, mim a uusnuowmwIIMINIi Wur,xiuicamEEMEMON„ ummwawuiu¢ INNIu uu I!IEMEYttunu,avwiwuu+auwuvdi'MAuMIXA uurMmr;lu MIlilouw�i 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net Page 5B STATEN/ American Surveying & Environmental, LCC II 11111111111 f 110 os Land Surveyors & Consultants ENT OF QUALIFICATIONS American Surveying & Environmental, LLC (ASE) is a small sized firm with a 20+ year history in the Seattle and Puget Sound area offering professional surveying, construction staking, and planning services. Formerly known as American Engineering Corporation (AEC), ASE was formed in 2012 when the employees purchased the business from the principal of AEC, Einar Gundersen. Our staff members have worked together on a variety of survey projects involving boundary surveys, topographic surveys and site mapping for design, roadway and right of way surveys, constructions layout services for building construction and civil site development, ALTA surveys for commercial & residential properties, parking lots and underground utilities, new housing projects for residential and multifamily, condominium surveys, FEMA Elevation Certificate surveys and settlement monitoring. American Surveying & Environmental, LLC has a proven record of providing high quality land surveying services to our clients. We are pleased to introduce you to our company and the professional services we are able to provide. Our land surveying services include boundary surveys from single family lots to commercial sites having multiple lots and entire blocks, site mapping for planning and design, land use permitting, ALTA surveys, long plats and short plats, site and roadway mapping for storm water management, erosion control, sanitary sewer and water distribution design. Our staff is also experienced in the field and is able to provide coordination and observation during the entire development process from feasibility to construction with the city, engineering consultants, contractors, or architects. American Surveying & Environmental, LLC's drafting department is equipped with the latest version of AutoCAD Civil 3D as we are on the subscription program with Autodesk and we automatically are upgraded with the latest versions of CADD programs as they are introduced. Our drafters attend continuing education classes as well as online webinars to maintain a high level of proficient use of the software. The following pages are select projects ASE has taken on and successfully completed since our formation in September, 2012. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net American Surveying & Environmental, LCC Land Surveyors & Consultants AMERICAN SURVEYING & ENVIRONMENTAL, LLC SURVEY PROJECTS reaG Ihfter Operati ns Center Location: Snohomish County Airport (Paine Field), Everett, WA: Project Owner: Snohomish County Airport Prime Contractor: Strider Construction, Bellingham, WA Contract Value: $73,000 Project Description: The site was developed to provide the Boeing Company with a maintenance facility for the Boeing 747 Dreamlifter. This project consisted primarily of construction layout services; however, ASE provided services for the composition of legal descriptions so Mukilteo Water & Wastewater District and the Snohomish County PUD could obtain the proper land use license agreements from the Snohomish County airport for the underground gas, water and electrical utilities servicing the property. ASE was also requested to replace an inadvertently destroyed survey monument controlling the right-of-way position for a portion of SR525 (Paine Field Blvd) that directly abuts the project site. ASE conducted the necessary document research to determine original monument position for replacement. ASE filed the necessary permit with the Washington State Depart of Natural Resources and the required Land Corner Record with the Snohomish County Auditor post installation of monument. ASE provided horizontal position and grade control for site development for the duration of the project for roadway (asphalt and concrete), curbing, site lighting, underground utility vaults and duct banking, water, underground jet fuel pipeline, storm -water facilities, sanitary sewer facilities, airplane noise walls, concrete airfield ramp paving and channelization. The project required a fast paced schedule for on-time completion which ASE was able to maintain through the life of the project. Upon completion of construction, ASE provided the project engineer, CH2MHill with a complete as -built survey which included the concrete airfield ramp. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net American Surveying & Environmental, LCC ;ouiiztVl �u��i6 , i Land Surveyors & Consultants edmond C ntr, l Cnnec Location: Redmond, WA: Project Owner: City of Redmond Prime Contractor: Road Construction Northwest, Renton, WA Contract Value: $20,000 Project Description: The city of Redmond was utilizing an abandoned railroad grade to construct a pedestrian trail to interconnect the Bear Creek Trail and the Sammamish River Trail. ASE provided horizontal position and grade control for the trail surface, which was concrete, asphalt and gravel depending on location, storm drain facilities, roadway intersection improvements, parking lot position and grading, retaining walls, concrete stairway, water structures and various architectural features. This project required ASE to provide the contractor with a creative approach for the survey layout of the concrete banding design at the trail plaza's in order to minimize the amount of survey stakes on the ground, but still enable the construction crew to build the features as designed. Si' 9 212th Street SE t 176th Street SE 5 Wid in Location: Snohomish County, WA: Project Owner: Washington State Department of Transportation Prime Contractor: Northwest Construction, Bellevue, WA Contract Value: $150,000 Project Description: The Washington Department of Transportation (WSDOT) was widening the existing two-lane State Route 9 into a four -lane (with center median) improved highway with intersection safety enhancements. ASE provided horizontal position and grade control for construction layout of the following: demolition and clearing limits, three storm water retention ponds, a storm water drainage system that comprised of over two hundred drainage structures, intersection improvements, curbing, slope staking, drainage ditches, intelligent traffic signals, highway illumination, driveways and road approaches, subgrade and top of asphalt finished grade of highway (bluetops), and channelization and signage. This project required night work for certain task to be completed due to heavy daytime traffic volumes though this travel corridor. This project was constructed on a demanding and rigorous schedule which required absolute scheduling commitments along with tight completion deadlines. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net ArersC ncrete RecT 10 A' American Surveying & Environmental, LCC 1111 II 11,11010 I1 1111 Land Surveyors & Consultants ra Surve Grads P ns Location: King County, WA (Tukwila): Project Owner: Anderson Concrete Recycling Plant Contract Value: $45,000+ Project Description: King County Land Use required the property owner to apply for a site grading permit in order to close operations. The planned timeline at the beginning of the project for complete closure was two years. The project site is a concrete recycling plant with a substantial volume of both raw and recycled concrete products on the property. A critical factor for this project is a steep slope which is greater than 40% and comprises the majority of the property area. This project required ASE to conduct a detailed topography and mapping survey of the property to locate all improvements and in addition, make an accurate measurement of the volumes of both the raw unprocessed concrete rubble and the recycled concrete stockpile. This project was unusually challenging for the field survey crew due to the continuous activity of heavy machinery on site for the operations of the plant. ASE subcontracted with a professional engineer to manage the grading permit process with King County. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net Road Construction Northwest, Inc. PO Box 3211 Renton, Washington 98056 (426) 228-2316 Major Equipment: Excavator; Caterpillar- Owned Backhoe: John Deere- Owned Wheel Loader; John Deere- Owned Roller; Dyna Pac - owned Truck; Kenworth .. OWned