HomeMy WebLinkAbout09-176 - Pacific Northwest Earthworks - House Demolition at 5829 South 140th StreetCity of Tukwila
To: Mayor Haggerton
From: Public Works Directo
Date: 12/01/09
Subject: Demolition of the Loa Cabin at 5829 South 140 Street
Project No. 10901301
PROJECT COMPLETION AND ACCEPTANCE
BACKGROUND:
On November 13, 2009 the City entered into Contract number 09 -176 with Pacific
Northwest Earthworks, LLC of Fall City, Washington for construction of project number
10901301. This project included the demolition of the log cabin at 5829 South 140
Street.
Demolition began on November 19, 2009 and was substantially completed on
November 27, 2009. No change orders were issued during the contract.
Contract Award Amount (without sales tax):
Increased Quantities:
Sales Tax 9.5
Total Amount Paid (incl. retainage):
There has been $732.50 in retainage withheld from the progress payments to Pacific
Northwest Earthworks, LLC for this contract.
RECOMMENDATION:
All work required under this contract has been completed. It is recommended that this
contract be accepted as complete and authorize the release of retainage, by signing
below and forwarding original to Finance and copy to Public Works. The retainage
release is subject to the standard claim and lien release procedures.
i mv iDtt M rJim Ha•• =j�n
Co
$14,650.00
0.00
1,391.75
$16,041.75
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
W: \PW Eng \EMERGENCY OPS \HHD Flood Response Plan 10901301 \Info Memo Completion Mayor Approval.doc
THIS AGREEMENT is made and entered into on this ta day of JCY 200 'j, by and between
the City of Tukwila, Washington "Owner") and ?AetetC Norkniwecr E# t..t_,e,( "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 5829 So. 140 St. Demolition, Project No.10901301, 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. The Owner shall pay the Contractor in current funds for the Contractor's performance of
the Contract the Contract Sum of D tn/ 1.7 5 dollars AD, tJ 1. 79, which includes the
price bid for the Owner- Directed Work, which may only be performed if authorized, and all of which is subject
to additions and deductions as provided in the Contract Documents.
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. 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 attomey'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 TUKWILA, WASHINGTON
(Owner,
By:
Attest:
This 13 day of Ntxz-w■hty' 2009
City Clerk
Approved as to Form:
City Attorney
Address or giving notices:
066 i /vd sue- /06
�,&:4,- /!A 9 -i
AGREEMENT FORM
CONTRACT NO.
PAG.. F L t(g.TNWES T FRRTNWQRt
(Contractor)
By: PAO I RAVERS
Title: 60-4 2 E/
Attest:
This day of
Contractor's License No.
PNEci LE
W:1PW Eng\PROJECTSW- BG Projects \10901301 Demo at 5829 S 140th St\Contract Provision 10- 16 -09.doc
09 -176
Council Approval N/A
20
Address for giving notices:
Qo, Cox 351
Fu k Qt T' I \JA 99) 01.4
C -1
a dd(6i7 zs
To the Mayor and City Council
City of Tukwila, Washington
PROPOSAL
(lump sum firm fixed price)
P -1
Contractor's Name PALFir_ NOR rf411.;'ES r EAR THWoR
Contractor's State License No. FAA ci r= NEg43t
City of Tukwila Project No. 10901301
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 5829 So. 140 St. Demolition, which includes, but is not limited to:
Demolition of the building and associated structures at 5829 So. 140 St., Tukwila, WA,
98168. The work shall include, but not be limited to, the demolition of the house and
shed; removal of asbestos, lead paint and items within the buildings; erosion control;
trench safety systems; capping of sanitary sewer connection, installation of 225 LF of
HESCO wall system provided by the owner with contractor supplied sand, labor,
equipment, sand bags and associated work as further specified and shown in the
contract provisions.
As evidence of good faith, (check one) 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 15 calendar 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 calendar 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.
W:\PW Eng\PROJECTSW BG Projects \10901301 Demo at 5829 S 140th St\Contract Provision 1O.16.09.doc
item
No. Item Description Quantity Unit Unit Price Amount
DEMOLITION
1.
ALL WORK 1 LS
*t -1 4 i4 i tS"
2.
3.
4.
Proposal P 2
5829 So. 140 St. Demolition
Project No. 10901301
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Show unit prices in both words
and figures (ink or typed), and where conflict occurs, the written or typed word shall prevail. 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.
rccovrevg Tho:;t wit.) soc ow, Cif t and ct' /100 Dollars
Trench Excavation Safety System
TOTAL PROJECT COST
LS
and Z /100 Dollars
Unforseen Utility Conflict Resolution 1 FA 5,000.00 5,000.00
Five Thousand and 00/100 Dollars
Miscellaneous Work and Restoration 1 FA 1,000.00 1,000.00
One Thousand and 00/100 Dollars
W:\PW Eng1PROJECTSW 80 Projects \10901301 Demo at 5829 S 140th St\Contract Provision 10- 16.09.doc
Subtotal 2.0 ice
State Sales Tax 9.5% l `is'I A"r%
Proposal P -3
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 Bid form which
acknowledges the Bid Guaranty, Time of Completion, 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 orices 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 ount shown will be read as its total bid and further agrees that the official total
Bid amount will b- ermi =d by multiplying the unit Bid prices shown in this print -out by the respective
estimated qu ies sho on the Bid form then totaling all of the extended amounts.
Title: (31f1
Date: I (/SA1
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum
No.
1
2
Date of Receipt
Addendum
No.
3
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.
It is understood that Owner may accept or reject all bids.
The Surety Company which will furnish the required Payment and Performance Bond is
W\PW Eng1PROJECTSVI- 8G Projects11 09 01 301 Demo at 5829 S 1401h St\Contract Provision 10-16-09 doe
Proposal P -4
Bidder:
of
(Name) (Address)
Signature of Authorized Official:
Printed Name and Title: aUk TRA R.S
Address: Pv, &3x I .4f/ 17`? t IJ>7 9 ?ot
Circle One: Individual Partner State of Incorporation: WA
Joint Venture Corporation
Phone No.:Cdl�5�:2° O 1 4 Date: 1 1 �3
This address and phone number is the one to which all communications regarding this proposal should be
sent.
Vi" k iC il ktiOR S L.,L I
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.
W:\PW Eng\PROJECTS\A- BG ProJects \10901301 Demo at 5829 S 140th St\Contract Provision 10.18.09.doc
CNA 11/4/2009 9:40:03 AM PAGE 3/005 Fax Server
BId Deposit: The undersigned Principal hereby deposits a Sid Deposit with the City of Tukwila in
the form of a cash deposit, certtfled or cashless cheat, or postal money order in the amount of
5% of amount bid dollars 5% of amt. bid
OR
Bid Bond; The undersigned, Pacific Northwest Earthworks, LLC (Principal).
and WESTERN SURETY COMPANY (Surely), are held and firmly bound unto the
City of Tukwila (Owner) in the penal sum .of 5% of bid Dirk
dollars (iii 5% of amt. i why for the payrner* of which
Prindpal and Surety bind themselves, their hairs, executors, administratdrs,' successors and
assigns, jointly and severally. The liability of Surety under this std Bond shall be limited to the
penal sum of this Oki Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of
the total bid, inducting sales tax and is submitted by Prindpal to Owner in connection with a
Proposal for 5829 So. 14O Bt. Demolition, Project No.10901301, accords to the terms of the
Proposal and Bid Documents.
Now therefore,
rri, 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 persona performing labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner,
than this Bid Security shall be released: otherwise It shall remain in full force and effect and
Prindpal shall forfeit the Bid Deposit or Surety shall Immediately pay and forfeit to Owner the
amount of the Bid Bond, as penally and liquidated damages.
The obligations of Surety end its Sid Bond shall be to no way impaired or affected by any extension
of time within which Owner may accept bids,; and Surety does hereby waive notics of any such
extension.
Signed and dated this 5th day. of November
PACIFIC NOR,�S EARTHW9{S, LLC
of Authorized Official
Title
Name and address of local office of
agent anddbr Surety Company:
Bond No. 70825626
81D SECURITY
20 09
WESTE N,UREIY COMPANY
Surety
ay
P -5
7
Attorney In Fact (Attach Fsr of Attorney)
Galen B. iyaaaras
WESTERN SURETY COMPANY
101 S. Phillips Ave.
Sioux Falls, SD 57104 -6703
Surely companies executing bands must appear o the cement Aufhodxed tn,9urance List tit the Stele of
Washington Per Section 1-02.7 of the Standard 4secbficetkosc
1
11/04/2009 WED 07:39 [TX /RX NO 5350] a003 1
CNA 11/4/2009 9:40:03 AM PAGE 2/005 Fax Server
Bond No. 70825626
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws
of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company does by these presents make.
constitute and appoint Galen F. Madaras
its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its
behalf as Surety, bonds for
Principal. Pacific Northwest Earthwcr ;s, LLC
Obligee City of Tukwila
Amount: $500, 000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with
the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s) -in -fact
may do within the above stated limitations Said appointment is made under and by authority of the following bylaw of Western Surety
Company which remains in full force and effect.
"Section 7 All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the Pre sident, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other
officers as the Board of Direct]ro may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may he printed by facsimile
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of
2 01 0 but until such time shall be irrevocable and in full force and effect.
In Witness Whereof, Western Surety Company has caused these presents to be signed by its Senior Vice President, Paul T Bruflat.
and its comwittowl to be affixed this 5th day of November 2009
STI .NaF CI TA
COUNT Y !A11A I ss
On this 5 th day of Ncverrber in the year 2009 before rue, a notary public, personally appeared
Paul T Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation.
Form F5306 -9 -2006
Western Surety Company
%%%%%~%..4 }
D. KRELL 1
NOTARY PUBLIC
SOUTH DAKOTA 5
4
My Commission Expires November 30, 2012
POWER OF ATTORNEY CERTIFIED COPY
Paul T. Bruflat/Senior Vice President
SURETY COMPANY
I the undersigned officer of Western Surety Company, a stock corporation of thc State of South Dakota, do hcrcby certify that thc
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as
set forth in the Power of Attorney is now in force
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 5 th day of
Novemoer 2009
!Notary Public South Dakota
February 5
Paul T Bruflat Vice President
11/04/2009 WED 07:39 [TX /RX NO 5350] 0002
CNA 11/4/2009 9:40:03 AM PAGE 4/005 Fax Server
STATE OF Washington
COUNTY OF Kina
Form 106-4 -2000
SS
ACKNOWLEDGMENT OF SURETY
(Attorney -in -Fact) Bond No.
70825626
On this -111 day of )10A-y) A /-e A_2 cl2OO before me, a notary public in
and for said County, personally appeared C4a 1 Pll R Mada ras
to me personally known and being by me duly sworn, did say, that he is the Attorney -in -Fact of WESTERN SURETY COMPANY,
a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South
Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that
the said Galen Et. Madara.s
acknowledges said instrument to be the free act and deed of said corporation and that he has authority to sign said instrument
without affixing the corporate seal of said corporation.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal at
Bellevue Washington t e day and year last above written.
My commission expires
0,' otary Public
6uc
AlpP
OE WitS0
11/04/2009 WED 07:39 [TX /RX NO 5350] Q004
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
5829 So. 140 St. Demolition, Project No.10901301.
d and sworn to
aueuc 4,
l W,a���%. to
To report bid rigging activities call:
NOTARY
NON COLLUSION DECLARATION
W: \PW Eng\PROJECTS\A- BG Projects\10901301 Demo at 5829 S 140th SOContract Provision 10- 16.09.doc
Plc- NORTwEsT 2Tt4ozOPKS L.L, C-,
irm
L �g�5ture of Authorized Official
7ta/L._
Title
3f day of r �l eAJ, 20tq.
Sig of Notary Pu.Iic �h or the State of Wasliington, residing at
V
NOTICE TO ALL BIDDERS
P 6
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.
License Bond Registration No. CA2` c4
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: '1ACJEtc_ F D-IUJc R1-C L L,
Address of Bidder: 4 2k:O :A3 z o ALA L Rr✓s}c /35
e4ti eta
City State Zip Code
Contractor's License No. FiltAFNP143LE WA State UBI No. Cr37- 4x` Z3
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 Title How Lono With Bidder
Dept. of L &I
Worker's Comp. Acct. No. 14, c>0
Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture IB' Incorporated in the state of L3-) A
List business names used by Bidder during the past 10 years if different than above:
N /A
Bidder has been in business continuously from 6
Year
Bank Reference .&liV t OF 7 E/Z11 R 40.2,&604-
Bank Account Officer Officer's Phone No.
No. of regular full -time employees:
Number of projects in the past 10 years completed: ahead of schedule on schedule
behind schedule
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 4 years.
As a subcontractor for iI /A years.
vt -r ZS'. S.`:'P ,4,t1 IOEJUT 4
It' Z ifZtkVx%lc t=cl E1 tW i(-
Pi Alg OcAs;.:/t1 c Utz 2
W:PW EngPROJECTS.A. BG Projects \10901301 Demo at 5829 S 140th StlContract Provision 10.16- 09.doc
P -7
Responsible Bidder Determination Form P-8
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)? Yes No
Surveyor's Name: ?kJ/ I
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 in the demolition of buildings with
asbestos and lead paint in them.
Year Contract
Proiect Name Completed Amount Owner /Reference Name and Phone
L 1� lZ
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:
Total Claims Amount of
Contract Arbitrated Settlement
Amount or Litiaated of Claims
IVA
Name of Client and Proiect
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
Yes If yes, give details:
Has Bidder ever had any Payment/Performance Bonds called as a result of its work?
o Yes If yes, please state:
W:WW Eng1PROJECTSW- BG Projects110901301 Demo at 5829 S 140th StlCantract Provision 10- 16- 09.doc
Responsible Bidder Determination Form P-9
Proiect Name
Has Bidder ever been found guilty of violating any State or Federal employment laws?
Flo Yes If yes, give details:
Has Bidder ever fit for protection under any provision of the federal bankruptcy laws or state
insolvency laws? o Yes If yes, give details:
as any adverse legal judgment been rendered against Bidder in the past 5 years?
Yes If yes, give details:
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or oth r surance company for accidents resulting in fatal injury or dismemberment
in the past 5 years? No Yes If yes, please state:
Date
The undersigned warrants under penalty of P
accurate to the best of his /her knowled
all information contained herein.
Signature of Bidder
Title:
W1PW Eng1PROJECTS1A- BG Projects110901301 Demo at 5829 S 140th StlContracl Provision 10.16- 09.doc
Contracting Party Bond Amount
Type of Injury Aaencv Receivina Claim
hat the foregoing information is true and
gned authorizes the City of Tukwila to verify
Date: il// 7
P -11
PROPOSED SUBCONTRACTORS
Name of Bidder ?kJ F1 L-- J+ OC7 ftl 7 f{L) L L, L C„
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 altemate. 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 t
Schedule /Bid Item Numbers of
Name Subcontractor will perform Total Bid
W: \PW Eng\PROJECTSW BG Projects\10901301 Demo at 5829 S 140th S(\Contract Provision 10.16.09.doe
To the Mayor and City Council
City of Tukwila, Washington
PROPOSAL
(lump sum firm fixed price)
P -1
Contractor's Name PAC■FIC_ 1EA T EARTHWORKS L.L,C,
Contractor's State License No. ac.i Fwect43Llr
City of Tukwila Project No. 10901301
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 5829 So. 140 St. Demolition, which includes, but is not limited to:
Demolition of the building and associated structures at 5829 So. 140 St., Tukwila, WA,
98168. The work shall include, but not be limited to, the demolition of the house and
shed; removal of asbestos, lead paint and items within the buildings; erosion control;
trench safety systems; capping of sanitary sewer connection, installation of 225 LF of
HESCO wall system provided by the owner with contractor supplied sand, labor,
equipment, sand bags and associated work as further specified and shown in the
contract provisions.
As evidence of good faith, (check one) /aid 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 15 calendar 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 calendar 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.
W:\PW Eng\PROJECTSW BG Projects \10901301 Demo at 5829 5 140th St\Contract Provision 10- 16- 09.doc
1.
2.
3.
4.
Proposal P
5829 So. 140 St. Demolition
Project No. 10901301
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Show unit prices in both words
and figures (ink or typed), and where conflict occurs, the written or typed word shall prevail. 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.
Item
No. Item Description
DEMOLITION
ALL WORK
tGLtvreSu Ttt0VDAViQ stx tlhvolouz, 'CA 4
One Thousand and 00/100 Dollars
Quantity Unit Unit Price Amount
1 LS
and et' /100 Dollars
W:\PW Eng\PROJECTSW- BG Projects \10901301 Demo at 5829 S 140th Srcontract Provision 10- 16.09.doc
tom# t 660"' tai L 6-0
Trench Excavation Safety System 1 LS
2F414) and 0 /100 Dollars
Unforseen Utility Conflict Resolution 1 FA 5,000.00 5,000.00
Five Thousand and 00/100 Dollars
Miscellaneous Work and Restoration 1 FA 1,000.00 1,000.00
Subtotal 2.o o So
State Sales Tax 9.5% I w qiv 1
TOTAL PROJECT COST i l t 1S
Proposal P -3
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 Bid form which
acknowledges the Bid Guaranty, Time of Completion, 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 ount shown will be read as its total bid and further agrees that the official total
Bid amount will b- ermi =d by multiplying the unit Bid prices shown in this print -out by the respective
estimated qu jes sho on the Bid form then totaling all of the extended amounts.
Date: 1 i /3 law
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum
No.
1
2
Bids Submitted on Computer Printouts
Date of Receipt
Addendum
No.
3
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.
It is understood that Owner may accept or reject all bids.
The Surety Company which will furnish the required Payment and Performance Bond is
W: \PW Eng\PROJECTSW BG Projects \10901301 Demo at 5829 S 140th St\Contract Provision 10.16- 09.doc
R..
Proposal p-4
CN A SORETY
(Name)
Bidder:
Signature of Authorized Official:
Printed Name and Title: "TAAL R-�d
Address: pC, x 3Sl g/ 7L 1 )JA 98aL4-
Circle One: Individual Partne a'• State of Incorporation: LUA
Joint Venture Corporation
Phone No.OL5U2 OBr1 Date: I 1 /3 b9
This address and phone number is the one to which all communicat 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.
W:1PW Eng\PROJECTSVI- BG Projectsl10901301 Demo at 5829 S 140th SAContract Provision 10.16.09.doc
of Cini 1X �AItS S�
(Address)
1 Ie C'1" C— A2'Tl�lf )ORKS L,L,�'
CNA
11/4/2009 9:40:03 AM PAGE 3/005 Fax Server
of Authorized Official
Toe
Name and address of focal office of
agent and/or Surety Company;
Bond No. 70825626
BID SEGURI TY
P -5
Bid Deposit: The ur dersigned 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
5% of amount bid dollars 5% of amt. bid
-OR-
M! Bond: The undersigned, Pacific Northwest Earthworks, LLC (Primal),
and WESTERN SURETY COMPANY (Surma, are held and firmly bound unto the
City of Tukwila (Owner) to the penal Sum of 9% f rp ,pt
dollars 5% of amt. oic which for thepayrrtsftt of which
Prfndpat and Surety bind theinselVes, their. heirs, executors, administrators; succ,esaert and
asks, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the
penal sum of this Bid Bond.
Conditions: The Rd Deposit or Bid Bond shall be an amount not less than five percent (5%) of
the total bid, Including sales tax and la submitted by Prindpel to Owner in connection tion with a
Proposal for 5829 Sex 14O'' St Dannalftlon. Project No.10901301, according to the terns of the
Proposal and Bid Documents.
Now therefore,
a, if the Propra*l is rejected by Owner, or
b. K the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner In accordance whh the terms of the Proposal and shall furnish a bond for the faithfi.
performance of said Project and for the payment of all parsons performing labor or fUmishing
materials in comedian mil, with Surety or Sureties apprmved by Owner,
than this Bid Security shall be released; otherwise It shall remain In full force and effect and
Prindpal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the
amount of the Bid Bard, as penalty and liquidated damages.
The obligations of Surety and its Hid Bond shalt be in no way Impaired or affected by any extension
of time within which Owner may accept bids; and Surety does hereby wad notice of any such
extension.
Signed and dated this 5th day. of November
PACIFIC 1O19 S EAR`IHIn its, LLC
.2009
WESTERN Y COMPANY
Surety
Sy /Y�G1.6
Attorney In Fact (Attach Fbsier of Attorney)
Galen B. Ivladaras
WES1 P.AN SURETY COMPANY
101 S. Phillips Ave.
Sioux Falls, SD 57104 -6703
Surety corps!** executing bonds must appear on the current Authorized tn,surance List In the Stele of
Washin per Section 1 of tlhe Standen[ 4pecificaf/Or
1
11/04/2009 WED 07:39 [TX /RX NO 5350] 1l003
CNA 11/4/2009 9:40:03 AM PAGE 2/005 Fax Server
Bond No. 70825626
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws
of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company does by these presents make.
constitute arid appoint Galen E. N_adaras
its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its
behalf as Surety, bonds for
Principal Pacific Northwest Earthwcr s, LLC
Obligee City of Tukwila
Amount:
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with
the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s) -in -fact
may do within the above stated limitations Said appointment is made trader and by authority of the following bylaw of Western Surety
Company which remains in full force and effect.
"Section 7 All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company
The corporate seal is not necessary for the validity of any bonds, policies, undertakings Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may he printed by facsimile
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of
2 01 0 but until such time shall be irrevocable and in full force and effect
In Witness Whereof, Western Surety Company has caused these presents to be signed by its Senior Vice President, Paul T Bruflat.
5th day of November 2009
and its cory to be affixed this
s rR
Ns,.
ST O).11.QT,IT1 O`PA ss
coUNfi.f AHa
On this 5th day of
Form F5306 -9 -2006
Western Surety Company
$500,000.00
"tr
POWER OF ATTORNEY CERTIFIED COPY
February 5
Paul T Bruflat/Senior Vice President
November in the year 2 0 0 9 before me, a notary public, personally appeared
Paul T Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation.
D. KRELL
f a NOTARY PUBLIC sEL f
f SOUTH DAKOTA r
My Commission Expires November 30, 2012
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as
set, forth in the Power of Attorney is now in force
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 5 th day of
Novemoer 2009
Notary Public South Dakota
SURE COMPANY
Paul T Bruflat/6enior Vice President
11/04/2009 WED 07:39 [TX /RX NO 53501 J002
CNA 11/4/2009 9:40:03 AM PAGE 4/005 Fax Server
STATE OF
COUNTY OF
My commission expires
/a /c
Form 106-4-2000
Washington
Kincr
SS
On this 4 day of )1 J v O0 before me, a notary public in
and for said County, personally appeared CTa 1 an R. Ma da ra
to me personally known and being by me duly sworn, did say, that he is the Attorney -in -Fact of WESTERN SURETY COMPANY,
a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South
Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that
the said Galen B. Madaras
acknowledges said instrument to be the free act and deed of said corporation and that he has authority to sign said instrument
without affixing the corporate seal of said corporation.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal at
Bellevue Washington r t e day and year last above written.
ACKNOWLEDGMENT OF SURETY
(Attorney Fact) Bond No. 70525626
otary Public
/07
MCC '�ii mip
NOTARY
PUBLIC
,p was 1
11/04/2009 WED 07:39 [TX /RX NO 5350] 01004
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
5829 So. 140 St. Demolition, Project No.10901301.
Sig
My
-d and sworn to •etore
%11i
of Notary Pu.lic
NOTARY -4 S
is MOW e I
i9►
NII /1
To report bid rigging activities call:
NON COLLUSION DECLARATION
W:1PW Eng1PROJECTSIA• BG Projects110901301 Demo at 5829 S 140th St \Contracl Provision 10- 16.09.doc
&Plc- Noe -hu iE r 2Ti40. L•L, c
irm
"rot
ture of Authorized Official
Title
3__ day of J, 20 O.
or the State of Wa' ington, residing at
/a a8 a
NOTICE TO ALL BIDDERS
P -6
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.
Name
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: 1 AC.w.tL RtILTIA1uES i EA2T/- /WbR! -(S c_
Address of Bidder: 42(00 2S3/Z:3 ALE_ 4 1' 6. gGk 357
ill CITY LL)A 4� 4
City State Zip Code
Contractor's License No. j CAPNR _94SL WA State UBI No. 63Z- (c 52.3
Dept. of L &I
License Bond Registration No. G4V Worker's Comp. Acct. No. N4(, B59 acs
Bidder is a(n): D Individual 0 Partnership 0 Joint Venture Incorporated in the state of Wk
List business names used by Bidder during the past 10 years if different than above:
N /A
Bidder has been in business continuously from
Year
Bank Reference pF
Bank Account Officer Officer's Phone No.
No. of regular full -time employees: 5
Number of projects in the past 10 years completed: t'' ahead of schedule on schedule
behind schedule
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 4 years.
As a subcontractor for M/A 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):
MARK_ C(Lftv `CLS FcALEAtiv 4
wi RZK Doi l 1 /ipx/Ak 2
W:PW EngPROJECTSW- BG Projects110901301 Derno at 5829 S 140th SfContract Provision 10.16- 09.doc
Title How Lona With Bidder
P -7
Responsible Bidder Determination Form P-8
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)? Yes No
Surveyor's Name: A
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 in the demolition of buildings with
asbestos and lead paint in them.
Year Contract
Proiect Name Completed Amount Owner /Reference Name and Phone
CI
to5sk pt ct
ZS /?ave> o *9
Name of Client and Proiect
7VA
/3 n-
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:
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
No Yes If yes, give details:
Has Bidder ever had any PaymentlPerformance Bonds called as a result of its work?
r o Yes If yes, please state:
W:\PW Eng\PROJECTSW- 90 Projects \10901301 Demo at 5829 S 140th St\Contract Provision 10- 16- 09.dac
Total Claims Amount of
Contract Arbitrated Settlement
Amount or Litigated of Claims
Responsible Bidder Determination Form P-9
Proiect Name
Has Bidder ever been found guilty of violating any State or Federal employment laws?
to Yes If yes, give details:
Has Bidder ever fit for protection under any provision of the federal bankruptcy laws or state
insolvency Taws ?o Yes If yes, give details:
k any adverse legal judgment been rendered against Bidder in the past 5 years?
o Yes If yes, give details:
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or oth r surance company for accidents resulting in fatal injury or dismemberment
in the past 5 years? No Yes If yes, please state:
Date
Signature of Bidder
The undersigned warrants under penalty of P
accurate to the best of his /her knowled
all information contained herein.
Title:
Date:
W1PW Eng1PROJECTSW- BG Projects11 0 9 01 3 01 Demo at 5829 S 140th St■Contract Provision 10.16- 09.Ooc
Contracting Party Bond Amount
Type of lniuu Aaencv Receiving Claim
hat the foregoing information is true and
gned authorizes the City of Tukwila to verify
Responsible Bidder Determination Form
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION/TYPE I YEAR I CONDITION I OWN /RENT
,A.7 93a Ptz-- (9 9re_
Labor to be used: _/l LWi2 l't.- ScJ fi ILF�/1 �2t
W:1PW Eng1PROJECTSM- BG Projecls110901301 Deng at 5829 S 140th St1Contract Provision 10- 16- 09.doc
PAciRc Al T rri a iZA.s
Name Bidder
Sig ure of Authorized Official
Title
P -10
PROPOSED SUBCONTRACTORS
Name of Bidder (F1 C_ WC 34-0 J (�C7 71 2)vf S' L C,
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
P -11
Schedule /Bid Item Numbers of
Name Subcontractor will perform Total Bid
W \PW Eng1PROJECTS' A- 8G Projects \10901301 Demo at 5829 S 140th St1Contract Provision 10.16- 09.doe