Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
14-096 - Road Construction Northwest - Thorndyke Elementary Safe Routes to School
r• CITY OF TUKWILA CONTRACT CHANGE ORDER NO 2 DATE: 9/23/15 BUDGET NO.: 103.98.595.300.65.00 PROJECT NO.: 91210302 CONTRACT NO.: 14 -096 C PROJECT NAME: Thorndyke Elementary Safe Routes to School / TO: Road Construction Northwest Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead.Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A ".:This change order adds $4 973.14 the contract to account for quantity under runs and overruns. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 9 /2-4/ /5. Contractor Road Construction Northwest, Inc. By Original Conaact ithout ax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Title Jeffrey M. Kanyer / President $1,136,256.00/ APPROVED BY THE CITY OF TUKWILA $ 0.00 Date $ 4,973.14 V By. $ 1,141,229.14 Original Contract Time: 100 days Additional Contract Time for this Change Order: 0 Updated Contract Time: 110 days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) City Engineer cc:Finance Department (w /encumbrance) Project Management File, PW Project Finance File Change Order 2 EXHIBIT A Page 1 of 2 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: At the conclusion of the project, several items were identified by the contractor as overrun /underruns. Per 1- 04.6, these are eligible for adjustments. Reason /Justification for Change: The contract allows for the equitable adjustment of quantities with items finishing above 125% or below 75% of the planned quantity. The contractor is entitled to negotiate these amounts. Some items were removed from consideration due to agreement. Description of Change: This change adds a bid item to compensate the contractor for the lost overhead due to the underrun items. New Items Added: Add new item: - overrun / underrun equitable adj: Contract Items Added /Deducted: N/A Add LS 1 Calendar Days: Zero (0) additional calendar days are added to the contract time.:, Change Order Measurement: EXHIBIT A Page 2 of 2 Measurement for New Item # will be per 1. Payment: N/A SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount N/A 4 Subtotal Existing Items: $0.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount Co -2 overrun/ underrun equitable adj 1 LS $ 4,973.14 $ 4,973.14 Subtotal Change Order Items: $4,973.14 TOTAL CHANGE ORDER AMOUNT: $4,973.14 Sheet 1 of 1 .���o(....... � CITY OF TUKWILA ', 'Mt CONTRACT CHANGE ORDER NO 1 1308 DATE: 3/12/15 BUDGET NO.: 103.98.595.300.65.00 PROJECT NO.: 91210302 CONTRACT NO.: 14-096 6L) PROJECT NAME: Thorndyke Elementary Safe Routes to School TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the"Owner"and a notice to proceed is issued. Conditions: A. The following change,and work affected thereby,are subject to all contract stipulations and covenants; B. The rights of the"Owner"are not prejudiced; C. All claims against the"Owner"which are incidental to or as a consequence of this change are waived;and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit"As.This champs order adds ten'110)cafendardays to the contract to account for additional work. We the undersigned Contractor,have given careful consideration to the change proposed and hereby agree,if this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be noted above,and perform all services necessary for the work above specified,and will accept as full payment therefore the prices shown above and below. ACCEPTE II. Dat• 3/18/15 Contractor Road Construction Northwest By ®: r`k.,.i Title .Jeffrey..M._Kanyer/President Fir Original C6itract(without tax) $1,136,256.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0.00 Date :a r . DO/ / This Change Order(without tax) $ 0.00 By '%S/ Y,.so./!i.r! /./r.yor REV.CONTRACT AMOUNT $1,136,256.00 Original Contract Time: 100 days City Engineer, Q_, _it/1 f 15 Additional Contract Time for this Change Order. 10 Updated Contract Time: 110 days ORIGINAL: City Clerk(1 of 2) cc:Finance Department(w/encumbrance) Contractor(2 of 2) Project Management File, PW Project Finance File / 6/-d OP 0,2-. €(6// Change Order EXHIBIT A Page 1 of 2 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: During the course of construction various project issues created the need for additional work. These issues consisted of unforseen private connections and unforeseen obstructions leading to field design changes. While the payment for these work items has been covered by existing bid items,the compensation for time has not. Reason/lustifcatton for Change: At the time of bid,the additional time needed for these additional improvements could not have been anticipated by the contractor. The contract working days need to be adjusted to reflect this additional and unforseen work. Description of Change: This change order revises the last paragraph of page P-1 on the proposal to read,"Bidder shall attain Physical Completion of all Work in all respects within one hundred and ten (110)calendar days from the date stated in the written Notice to Proceed." New Items Added: N/A Contract Items Added/Deducted: N/A Calendar Days: Ten(10)additional calendar days are added to the contract time;; Change Order 1 EXHIBIT A Page 2 of 2 Measurement: N/A Payment: N/A SUMMARY oF ttlUANtITIES Existing Bid Item Adjustments Item No. Description Unit 'Qty. Unit Price Amount N/A Subtotal Existing Items: - $0.00 Change Order Items Item No Description Unit Qty. Unit Price Amount N/A Subtotal Change Order Items: $0.00 I TOTAL CHANGE ORDER AMOUNT: $0.00 CPM Titne Impact Artaivsis Contract: City of Tukwila-Thorndyke-SRTS Contract#: 91210302 Change Order: C01 Contractor: RCNW CM Reviewer: Nathan Monroe Date: 03/12/15 Requestor of Change City of Tukwila of Change: City of Tukwila Detailed Description...of Change: During the course of construction various project issues created the need for additional work. These issues consisted of unforseen private connections and unforeseen obstructions leading to field design changes. While the payment for these work items has been covered by existing bid items,the compensation for time has not. 0 .. . ......... Reference Drawings: N/A Reason for Change: At the time of bid,the additional time needed for these additional improvements could not have been anticipated by the contractor. The contract working days need to be adjusted to reflect this additional and unforseen work. Attached Supporting Documentation: impacts of this Change on Related Work: Nine(9)additional calendar days are added to the contract as a result of the above items of work Other Information: see attached force account tracking sheet,additional CB,and additional pipe run installation information attached C -,'N.•. - - O - C3 OO..O O O n O.O--O O'.::' _ N O� i s .. i t . 11 .1 111111111111111111111111111 III111111III11 11111111111111111111111111111-t 9 �Y , ).�Y ,1,. >„ t , . T Y 77 Y , ,, , 1 3.. , ,. . . , . , 3' Q O [ {p J a N N n (B O 44 N Cllr g N14 S Nlm W€M1 N N ... Y N a i� 2i A6gM it �igii '&7g' Rmg" x Q' Hf h Ol C - O N Cl4 Pl''N N aS of mgr.:I�-� V 2 0IE'w. Fos " € ' % 51 a V/ a Si H',H-K K�Hp H Hp H W an an .- Q won pH an H an HRH H.WjN�Hy-H- . S T U O Li F:4. c r Q 4 7 r W N1N �i zri Q v.Sv.N'4. 'N N N�yy .. O; .0 d ttOppj i^^��TT11;-„P%m n.F I F,S N Nm(�88 .V N rn '46-1244 Q N �- T N Q N m b r):3 N n V C cr O 4H¥H H .- H; 1{f9 H Hi VI 44 M H 4949494909494449 19 K N F-. 1 5 .. 5 , : 111i 1 i 1 s S 9 i s 111 1 at I1i g< 1S€gay j ' c � � t 8( nl i ! 3 is gat % lt- i . : gk1, m -6 � sot � ozA iEt1 'ZLW� 1 - � * mite 1 « ° . ao�; (@ 6£ €E 41 i $ o - ...`5' 'a IV I' it; 11 4, g ii:r. ; VI 1 . glg z I a° - jjjEE r r-., o r1 _:� 'i I o a is 1, {E . cr 2 w€3 3;a m€ ;a cn w3 i 0 1-sz;u 5 -1 5 3 a'c t-r co E • a..ac- aa' a'aaaa'aa'aaa aaa 4a a V i t2p a s „ � asp a, 5,5:;;. - - O it A $ 11 ,-r t0 n.m1 _ Q NIT m Additional CB time extension Time extension Notes CB 15C 4hrs per Scott Moore CB 15B 4hrs per Scott Moore CB 80A 4hrs per Scott Moore CB 80B 4hrs per Scott Moore STA 17+05 3hrs per FA#8-time already accounted for 16 hrs 2 working days 2.8 calendar days additional pipe installation time extension 80 B to 80 A 8 hrs per Scott Moore 15A to 15 C 4hrs per Scott Moore 12 hrs 1.5 working days 2 calendar days C -1 AGREEMENT FORM 14 -096 CONTRACT NO. Council Approval 6/23/14 THIS AGREEMENT is made and entered into on this V day of J ■∎,(( , 2014 , 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 THORNDYKE ELEMENTARY SAFE ROUTES TO SCHOOL, Project No. 91210302, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1 -04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Contract Documents. 4. 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 attorneys 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 Attest: This IV day of , 20 ty lerk Approved as to Form: City Attorney Address for giving notices: (o' co 3ou4ice I 5(E 100 IL tAA.\ - LA 'ifsvbf) Road Cons uction Northwest, Inc. (Contract. By: Title: Vice —• esident Attest: This 11th day of July , 20 14 Contractor's License No. RCNW *CN978L6 Address for giving notices: PO Box 188 Renton, WA 98057 `5/.6i f ? Ole /6 //V C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. S416998 We, Road Construction Northwest, Inc. , and Employers Mutual Casualty Company (Principal) (Surety) a Iowa corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ( "Owner "), in the penal sum of One Million One Hundred Thirty -Six Thousand Two Hundred Fifty-Six and 00/100 Dollars ($1,136,256.00 ), 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 t e performance of Principal in connection with a contract dated )/I 1-c , 20 , between Principal and Owner for a project entitled THORNDYKE EL ME ARY SAFER UTES TO SCHOOL, Contract No.91210302 ( "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. Payment & Performance Bond 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 10th day of July 20 14 Road Construction Northwest, Inc. 77 Signat a of'ruthorized Offici Signat re of Aut Employers Mutual Casualty Company Surety Title Name and address of local office of agent and/or Surety Company: By Christopher Kinyon Attorney in Fact- (Attach Power of Attorney) Propel Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 Surety companies executing bonds must appear on the current Authorized Insurance List in the State rof Washington per Section 1 -02.7 of the Standard Specifications. EMC INSURANCE THE FACE AND REVERSE OF THIS DOCUMENT HAVE A COLORED FLAG ON WHITE PAPER P.O. Box 712 • Des Moines, IA 50306 -0712 No. A82526 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies', each does, by these presents, make, constitute and appoint: KAREN SWANSON, JENNIFER L SNYDER, PEGGY A FIRTH, JULIE R TRUITT, CHRISTOPHER KINYON, JAMIE DIEMER, LISA M ANDERSON, WYNTRENE L MACE, DIANE M HARDING, KATHY L PATTON, JEFFREY L. ZIMMERMAN, KELLIE HOGAN, SANDRA J. KULSETH, CARLEY ESPIRITU, MANDY KELTNER 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation its true and lawful attomey -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attomey pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire APRIL 1, 2015 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of- Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey -in -fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of- attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of- attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of- attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 21st day of APRIL , 2014 Seals „PgGO,HSGH,• G4•GOMPgH/, ORq'.'0 ' eo SEAL 2 av i ; 1863 o ; 0, IOWA W 0 . ,;OP,* 4'; '� `;NSURAA:Fe 0 : '�NSURANC ;4P: OPP 0R.,,rA :, Q`.`POgq� Epp''.. F� ti ,0 : SEAL <: o SEAL 'IOW P* OATHDAK, MUTUAL 4 KATHY LYNN LOVERIDGE Commission Number 780769 • My Commission Expires October 10, 2016 Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 & 6; President of Company 1; Vice Chairman and CEO of Company 7 Michael Freel Assistant Vice President On this 21st day of APRIL AD 2014 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly swom, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Vice President/Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers, acknowledged the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2016. CERTIFICATE I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power ofAttomey issued pursuant thereto on APRIL 21, 2014 on behalf of: ' KAREN SWANSON, JENNIFER L SNYDER, PEGGY A FIRTH, JULIE R TRUITT, CHRISTOPHER KINYON, JAMIE DIEMER, LISA M ANDERSON, WYNTRENE L' MACE, DIANE M HARDING, KATHY L PATTON, JEFFREY L. ZIMMERMAN, KELLIE HOGAN, SANDRA J. KULSETH, CARLEY ESPIRITU, MANDY KELTNER .0 Nota Public i and for the State of Iowa are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name, and affixed the facsimile seal of each Company this 0 day of Lit t., , - z.0 /t{ 7832 (1 -14) "For verification of the authenticity of the Power of Attorney you may call (515) 345 - 2689." Vice President P -1 PROPOSAL Contractor's Name Road Construction Northwest, Inc. Contractor's State License No. RCNW *CN978L6 City of Tukwila Project No. 91210302 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled THORNDYKE ELEMENTARY SAFE ROUTES TO SCHOOL, which includes but is not limited to paving with hot mix asphalt, installation of curb and gutters, sidewalks, and storm drainage system, temporary traffic control, erosion /water pollution control, adjustment of surface utilities, installing channelization devices, driveway and property restoration, and other work necessary to complete the Work as described in the Contract Documents; and has read and . thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands . the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject . to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) 1B1 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 one hundred (100) 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. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal P -8 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 Employers Mutual Casualty Co. of PO Box Greenwood Village, CO 80155 (Name) (Address) Bidder: Road C• • • truction Northwest. Inc. Signature of Authorized Official: Ar �/. Printed Name and Title: Address: Renton, WA 98057 Circle One: Individual / Partnershipl Joint Venture orporation Phone No.: 425- 254 -9999 PO Box 188 State of Incorporation: Washington Date: 425 - 254 -1334 This address and phone number is the one to which all communications regarding this prooposal 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 items), the proposal will be rejected. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P.4.g aid Deposit: The undersigned Principal hereby depoSitS ofificisit 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 Bid :Bond:. The .i-:itidersigrie.dc.:140,,„;;;,,,,,,,,.,,,(PrinoloS1);!::: antr:Ef,....Dpioiffairitsofetyy, kro:-4010 and firmly bOtitid unto ithe• :: : .,, ... :...,: ........ ,,,... ,:..:. ... . City :Of -Ti:)10014 (Owner) in. the penal -turn,: of F.ive.Percent(5%) of Bid Amount :,. . .,..,:...:.::.,...,....,...-:..:..... ... . -., ......_ ... diollats.W5%,,ofiiBici-..Amourii,,:,..I:jiviihiChfaiitiii.044iiieiit of whicIi • ..P•0600-..-0::.:•*64'$iii0i.'-',biiild:7#.:iiikoti,:ibeltiiiitii,:.:.0ii(1i6is..;,:•.:E!:adrtiitlistit.to:::Eso0:00000r$:•.,,'-.00d, • assigns, Jointly and e_var4ity:;... The liability: of :$tirety,pndar.:thiSi:010'0ond,sfialf Ebe fitnited'..to, iiloi,i • oonet (itIT of thit.Bitf Bot)4,, .,,00:iiiition*i,iii. Thtettt:000.0sktit 131d:•800.dihalli;:be::an;:eMednt not less jivo::000enfj($%) .O.f,.,..„::::, the 10;t# 'OA, including .-$410.$ tax and is :submitted by :Ptio0001. to -',Owner in'.: .connection with 0: Proposal for TKORNOYKEHELeMENTARY'SAFEE.130111TES,Ta'SCHOCC. frOkjetitl0:i":51100Pgi • • accOrdinatetheterrna:Of the Proposal and Bid.DOCumerits.,. . Now:lb:ere:10re; '...0.:. .)1;:#)0 Proposat is rejected by Owner, or ••• ••2..: 11 :thi,P topog al is : g000...,pte t .An, O.F..._ l o. iO W i..M. igtt duly make n...•O.. e a.n.....d e..,.h...„ ter. into a:..n A.,.,. Ore proo.:f .. with ;:•.. • _. :- ...Owner ih:•.400.0edante-viththe tertt*,Of 'Ahe:'-'ptopoot•••000-001i;110.11'101•:•Ialbontt for iheilaithlitt,,-• performance of saict::PiOjOotonO:for..:Thefpayment. Of 1:ialt::persons..Epaildming.labor or furnishing:;-. -...iit.F. . • materials in :popt.10000: •therewith, , with Surety p) Sureties approved by Owner, Ihell..1his :Oil!':' force •entVP...iiiitiOatithall:,:- .. forfeit •the :Bid pe0O-$4::::. :or: 'ESurety $halt:fortipiliatioy:ipw:A00.:1010flo9wiTer Wepenlocint of the :. • 8!kf'Bot4 e,::penattyi..anctliquidate00kttnogeo: • „.: --,7171-1.e.:O1)11g4titit%:'•of r:SOtt#:yAntfits:•,13i0.:136no:thail::bErirvnOWay:jrnpaired.Or,,affeotedbyanytdenSiO4:-: .,. ,:• : .,:. ::. : -, , .. ..:.: ,. Of . time within .:wt.lioh Owner may -aopegit,.bitlk end. Sorety. .(toet: hereby wAiVe ... tiotio..Of any *JO:t1, :.,,. otensjo4:. 29th . . day of .•,,,,,,-,„,may..,..; 20 14 • „Rtatto‘struction...Northwest,...Ino.......... ..... .. .... .ET2142.traMiNgLga.. ,.a uty;.Qp2oy,;,,,,;,.,,,.;,_,„;„.. 4 ci., , 4 • ,■•••• NY 1r : ‘; / P ' piaia Siiroty •'''' • • • • CL.,1 i :-,..:.. ' - - ... .1. -.0 .7: /,';3 dilAr.../....4.411 PY:-,-- 7,, c.c.... ... , 9Ri ri Au ctitOd'OfOiii-"/ Aitotio4.:i Fact (Attach -% 7 04 7 Christopher Kinyon i3SHiti .._____r-- 'TO*: Name and address of liocal office 01 .Propel Insurance agent andfOr Surety Company 1201 Pacific Ave. Suite 1000 Tacoma., WA 98402 . - ower=tif 1,j.1116in,001:: - - Surety companies executing &olds must appear on ttle corrent Atij!zeI Insurance Lill in- the State of Washington per Section i -02. 7 of the Standar4Specifications, :Page 17 Bid.:Securtty provlidd to•E,Iii.ti!dere:Exhange:of WA;:lhq.'„F.ONsegeivi5ptiitionti,,Agreeerierit's60.W.135Ma.pit • t; EMC INSURANCE THE FACE AND REVERSE OF THIS DOCUMENT HAVE A COLORED FLAG ON WHITE PAPER P.O. Box 712 • Des Moines, IA 50306 -0712 No. A82453 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies ", each does, by these presents, make, constitute and appoint: KAREN SWANSON, JENNIFER L SNYDER, PEGGY A FIRTH, JULIE R TRUITT, CHRISTOPHER KINYON, JAMIE DIEMER, LISA M ANDERSON, WYNTRENE L MACE, DIANE M HARDING, KATHY L PATTON, JEFFREY L. ZIMMERMAN, KELLIE HOGAN, SANDRA J. KULSETH, CARLEY ESPIRITU, MANDY KELTNER 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attomey pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire APRIL 1, 2015 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of- Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of- attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of- attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of- attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 21st day of APRIL , 2014 . Seals `t. COr;44/ ;� . /;,Pty 181,'9,,,, = O :-0 .'' fO -r1. 1863 ...:g _ ; 1953 <; IOWA ' �' :� ; • 0 ' 0,4fin ,1130,..0,,,, , * �,,,, Jet KATHY LYNN LOVERIDGE 2 T- Commission Number 780769 My Commission Expires °' October 10, 2016 Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 & 6; President of Company 1; Vice Chairman and CEO of Company 7 Michael Freel Assistant Vice President On this 21st day of APRIL AD 2014 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly swom, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and /or Assistant Vice President/Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers, acknowledged the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2016. Nota Public i' and for the State of Iowa / CERTIFICATE , , I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, 4� and this Power ofAttomey issued pursuant thereto on APRIL 21, 2014 on behalf of: ' KAREN SWANSON, JENNIFER L SNYDER, PEGGY A FIRTH, JULIE R TRUITT, CHRISTOPHER KINYON, JAMIE DIEMER, LISA M ANDERSON, WYNT1 ENE L MACE, DIANE M HARDING, KATHY L PATTON, JEFFREY L. ZIMMERMAN, KELLIE HOGAN, SANDRA J. KULSETH, CARLEY ESPIRITU, MANDY KELTNER .. ' ; r: 1 are true and correct and are still in full force and effect. In Testimony Whereof have subscribed my name and affixed the facsimile seal of each Company this 7-9i* day of /11C, , Za Il-j • 7832 (1.14) "For verification of the authenticity of the Power of Attorney you may call (515) 345- 2689." Vice President P -10 NON- COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named THORNDYKE ELEMENTARY SAFE ROUTES TO SCHOOL, Project No. 91210302. Road Construction Northwest, Inc. Name of Fi Signed and sworn to before me on this , 29 Signature of Notary Public in and for the State of Washington, residing at »gy p ("-D 4 It !gnat Vice President day of May tthorized Offici Title ,20.14 .. My appointment expires: 031 _3 / SEAL To report bid rigging activities call:. NOTICE TO ALL BIDDERS ,1 .... 0Q,0.:92_ yam: o�AUel IC � , 0�. :9 '.•-;per �,W 2' '% ASHING 1- 800 -424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON- COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1; That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection . with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1 -800- 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the . direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR; DOT 0004:172.036! EF Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale IS YOUR DISADVANTAGED BUSINESS ENTERPRISE ( DBE) DOCUMENTATION INCLUDED? (AS REQUIRED BY THE SPECIFICATIONS) IF NOT - YOUR BID WILL BE CONSIDERED NON - RESPONSIVE AND WILL BE REJECTED. YOU MUST INCLUDE: 1. A Disadvantaged Business Enterprise Utilization Certification (DOT Form 272 -056A EF) which demonstrates how you will meet the DBE condition of award goal. In the event you are unsucessful in meeting the goal see number three, below and; 2. Regardless, you must submit a Disavantaged Business Enterprise (DBE) Written Confirmation Document DOT Form 422 -031A EF from each DBE listed on the Disadvantaged Business Enterprise Utilization Certification. You must submit good faith effort documentation with the Disavantaged Business Enterprise Utilization Certification only in the event your efforts to solicit sufficient DBE participation have been unsuccessful SR Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Local Agency Disadvantaged Business Enterprise. Utilization Certification To be eligible. for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal that does not contain a DBE Certification which property demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. The Bidder must submit good faith effort documentation only In the event the bidder's efforts to solicit sufficient DBE participation has been unsuccessful. The successful bidder's Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE, telephone 360-6644750 or Toll Free 1- 866 - 208 -1064. Road Construction Northwest, Inc. certifies that the Disadvantaged Business Enterprise (DBE) (sox 1) (dame of Bidder Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract it shall assure that subcontracts or supply agreements are executed with those firms Where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.), Column 1 Name of DBE Certificate Number Column 2 * Project. Role (Prime, Joint Venture, Subcontractor, Manufacturer, Regular Dealer) Column 3 Description of Work Column 4 ** Amount to be Applied Towards Goal 1, WE Coates Surveying, LLC D3M0019952 Sub Contractor Construction Surveying $12,000.00 2, Chick Of All Trades LLC Sub Contractor Flaggers and Traffic Control; Insulation Contractor $69,631.00 '° 176F1 i°g6 "`""°' " " °""""""" "" "' 3, Ashford Electric & Construction Company " "` °" ' Sub Contractor ELECTRICAL CONTRACTOR SPECIALIZING IN COMMERCIAL AND WDUSTRiai $23,850.00 —D2 F26ZW45.3 °°'°'"" """ ,,.." 4. ELECTRICAL WORK AND WATE WATER AND FRESH WATER a ........... TREATMENT FACILITIES. 6r Silver Streak, Inc. Sub Contractor HIGHWAY PROJECTS INCLUDING HAULING OF IMPORT AGGREGATES AND $100,000.00 —D250018670" " --- 7. ASPHALT PAVING IN ADDITION TO EXPORT AND DISPOSAL OF SITES _._._ 8. OENERATiN© 3URPLU3 MATERIALS 9. 10 , Disadvantaged. Business Enterprise Subcontracting Goal: 185/0 DBE Total $ $205,481.00 Box 2 Box 3 Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash. State Dept. of Transportation, • on e ach contract. " See the section "Crediting DBE Participation Toward Meeting the. Goal" in the Contract_ Document, . «R The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event; of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shah prevail and the total will be revised accordingly.. Participation in excess of the goal amount will be considered voluntary or race - neutral participation. SR DOT Form 272.056A EF 0712011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Local Agency Disadvantaged 13usiness Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), 1 confirm that we have been contacted by the referenced bidder with regard to the referenced Project and if the bidder is awarded the centractwe wilt enter into an agreement with the bidder to partiCipate in the project eontittontwitn the infberriatibri provided in the bidder's DiSadvantaged Bu jness Enterprise LJtIization Certification. dontratt Title; Thornd ke Element Safe Routes To School aidders Busibets Name: Road Construction Northwest Inc. DBEs Business,N4rnal, Silver Streak, Inc. DBEs Title: Pato:, iViay 29, 2014, The entries must be Porlsistent with what is shown on the. bidder's- Disadvantaged Business Enterprise Utilization Dertifloatiort Failure to do so wilt result in bid reie:ction, See contratt provision; Disevetrtaged Stiffness Enterprise Condition of Aworci Perticfpetion. HIGHWAY PROJECTS INCLUDING HAULING OF IMPORT AGGREGATES AND ASPHALT PAVING IN ADDITION TO EXPORT Description of Work AND DISPOSAL OF SITES GENERATING SURPLUS MATERIALS TRUCKING IXITIPUnt tr.). be 6r)olieci Towards Goal: $100,000.00 on DOT ,Fottn. 422-WA EF Cfp2.011 Provided to Builders Exchange. of WA, Inc. For usage Conditions. Agreement see www,bxwa.com - Always Verify Scale Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification. Contract Title: THORNDYKE ELEMENTARY SAFE ROUTES - TUKWILA Bidder's Business Name: ROAD CONSTRUCTION NORTHWEST, INC. DBE's Business Name: ASHFORD ELECTRIC DBE Signature: DBE's Title: Date: 5/29/2014 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bld rejection. See contract provision; Disavantaged Business LEC RIrCALCCON I HACTOR SPECIALIZING IN COMMERCIAL AND INDUSTRIAL ELECTRICAL WORK AND WATE WATER AND FRESH WATER TREATMENT Description of Work: FACILITIES ELECTRICAL Amount to be Applied Towards Goal: $23,850.00 SR Page 26 Local Agency Disadvantaged Business Enterprise Written Confirmation Document Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale DOT Form 422 -031A EF 07/2011 May.28.2024 07:14 AM W. E. Coates Surveying, L 3604130510 PAGE. 1/ 1 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As = n authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we ha e been contacted by the referenced bidder with regard to the referenced project and if the bidder is = warded the contract we will enter into an agreement with the bidder to participate in the project co sistent with the information provided in the bidder's Disadvantaged Business Enter e = tiler-. Al Contract Title: HORN) Qte i< RuAlS B dder's Business Name: Rack t CD spa-FR.0 ono k r- DBE's Business Name: r GIBE Signature: DBE's Title: Date: 0OA1 ) R.t) Ij IJ) L.�.�. 24 e entries must be consistent with what is shown on the bidder's Disadvantaged Business terprlse Utilization Certification. Failure to do so will result In bid rejection. See contract provision; isavantaged Business Enterprise Condition of Award Participation. CCNS1>z vc,7) orJ 1 LA CS-►CU0t), 4 f. 121 Ono. op Description of Work: A aunt to be Applied Towards Goal: 9R DOT Foan42307tAEF 0712011 Page 22 Local Ag ncy Disadvantaged Business Enterprise (DBE) Written Confirmation Document Provided to Builde Exchanae of WA, Inc. For usage Conditions Aareement see www.bxwa.com - Always Verify Scale MAY -29 -2014 07:23 3604130510 94% P.001 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the !Disadvantaged I3uSiness Enterprise (DBE), 1 confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded thecailtract we will enter into an agreement with the bidder to participate in the project consistent with the information 'Provided in the bidder's Disadvantaged Utiliztron Certification.. ContrmAnite: Thorndyke Elementary Safe Routes to School Bidden Eireiness Name: Road Construct ion Northwest, Inc. DBE's Business Name: DBE Signature; Chick of All Trades LLC, dba C.O.A.T. Flagging Days Tee; Owner Date: 5/28/2014 The seines must be consistent with what is shown on the bidder's DisadvantagedBusinets EnterptiSe Utilization Certification, Failure to do so will result in bid rejection. See contract provision; Disavargeged Business Enterprise Condition of Award Participation. Flaggers and Traffic Control; Insulation Contractor Description °mark: Flagging & Traffic Control Amount to be Applied Towards Goal: $69,631.00 SR DOT Form 422,03:1A EF q70311 Provided to qull'ciers Exchanle of. Ft* Usage Corditiotis4 AgrpemOkt see. www..ttitwa,com - Always Very Scale Local Agency Certification for Federal -Aid. Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress,, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit. Standard Form -LLL, °Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a_ prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his br her bi or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts. which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. SR DOT Form 272-040A EF 07/2011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-16 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required Name of Bidder: Road Construction Northwest, Inc. Address. of Bidder: PO Box 188 City Renton, WA 98057 State Zip Code Contractor's License No. RCNW*CN978L6 WA State UBI No. 602286010 Dept. of L&I License Bond Registration No, S311677 Worker's Comp, Acct. No. 04421503 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture. g Incorporated in. the state of WA List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from 2003 Year Bank Reference Banner Bank David Jensen 425-739-1009 Bank Account Officer No. of regular full-time employees: 50 Officer's Phone No. Number of projects in the past 10 years coMpleted: 10 ahead of schedule 77 on schedule: .1L schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for Ten years. As a subcontractor for Ten years. Litt the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Brian Menard Gordon Lee Chad Van Wieringen Title HbW Lona With Bidder Superintendent Ten Years Project Manager Eight Years Foreman Six Years Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P-1 7 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)? (id Yes ❑ No Surveyor's Name: American Surveying & Engineering, LLC List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner /Reference Name and Phone See attached list 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 Proiect Total Claims Amount of Contract Arbitrated Settlement. Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? IR No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? yl No ❑ Yes If yes, please state: Proiect Name Contracting Party Bond Amount Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P -18 Has Bidder ever been found guilty of violating any State or Federal employment taws? [ Na D Yes if yes, give details; Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? 121. No D Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? I No 0 Yes If yes, give details Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? a No 0 Yes If .yes, please state: Date Type of Injury Agencv Receiving Claim. The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his /her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained here,yr') Signature of Bidder Title. Vice President ii/444 Date: May 29, 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -19 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN /R ENT C.A.T 9r- LX EIZe & cAVi4reol SD - 228 J oXN .te02.6". AVN 0ADC'n.. 3 v 2000 - 2012 2 04 Vellyg000 Japtv l a t r g Ci - iewa - S80 7 yNsi pA6 Imo . 40,-,4409,44/-0A. / /ENwa/2TH 7Aac•4s o07 2408 Zoos - zoz Zoos - ?Oa 7 Labor to be used: , oy0E9uJJTQo ex. r- r42ElY7r4 AI/ Z - .. E 6�U (? . cp z.gr•D/Le ,/ (� !`��,..�1�y/ t . -- 1. .., .... 4 - ( 46x4. 7 r i / ..... 77 ctc4 IX/ VLYL Vice President Title Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 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 prirne 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 go °fa Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Road Construction Northwest, Inc. - Heating Ventilation and Air Conditioning Plumbing - 0 Electrical 4 sHFozo ZZeent j L Z. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale American Surveying and Engineering LLC, dba American Engineering Corporation Land Surveyors Michael Sjolin, PLS, CFedS Michael has more than Sixteen years of experience in cadastral and topographic surveys and project management. He has vast experience drafting numerous . types of survey maps, including topographic, ALTA, condominium, wetland delineation, long and short plats, GIS mapping, and boundary line adjustment. In addition, he is well- versed at preparing various types of legal descriptions and easement documents with exhibit maps using AutoDesk LDD, and AutoDesk Civil 3D. His attention to detail and careful project approach make him a valuable member of AEC'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. He is highly capable and has the experience needed to manage multiple projects from beginning to completion with accuracy and attention to detail, and the ability to maintain required project budgets and time constraints. Throughout his career, Michael has completed many projects within the City of Seattle, including Lot Boundary Adjustments, Short Plats, boundary surveys, topographic surveys, Condominium surveys, ALTA surveys, and construction surveys. In addition, Michael utilizes the DPD website to perform property and document research. Due to his extensive experience, Michael is well- versed with the unique survey methodology and means common to the City of Seattle, as is the case in many areas throughout Puget Sound. Project Surveyor Registration No. 45174 Brett Garr, LSIT, Project Manager Brett Garr, LSIT, has more than Sixteen years experience in the field starting his career as a chairman and working his way up to senior survey party chief at American Engineering. Brett's surveying experience includes many years of field staking of plats, roads, water, sewer and infrastructure. Brett understands exactly what is required to produce the finished products and communicates well with contractors and applies that knowledge in gathering field data. Brett is a major player in the mapping and the collection of field data for all American Engineering projects. He will oversee the work of the survey crew on site to ensure that all necessary data obtained is consistent and correct. American Surveying and Engineering LLC 4032148th Ave NE, Redmond, WA 98052 Tel (425) 881 -7430 • Fax (425) 881 -7731 Rory Allen, Survey Party Chief Rory Allen has more than 7 years' experience in the field starting his career as a chainman at American Engineering 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. American Surveying and Engineering LLC 4032 148th Ave NE, Redmond, WA 98052 Tel (425) 881 -7430 • Fax (425) 881 -7731 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Potable Water Dist. System Repairs: Includes removal and replacement of existing water mains and appurtenances, water meter installation on existing distribution system. Demo of well /pump house 4 and one underground storage tank, site and utility work associated with these repairs. Wastewater Collection System Repairs: New water and waste lines that need to be replaced and CIPP lining support work New Water Connection to City of Kingsville: Construction of new line, BFPs, valves and other appurtenances from the Navy property limits to the existing water dist. System. Demo of Elevated Water Tank and Water Treatment Plant and Pumping Facilities. Repair of Potable and Non - Potable Water Systems, Kingsville Naval Air Station, TX N69450 NAVFAC SOUTHEAST, Southeast Bldg 903/ P.O. Box 30 NAS, NAS Jacksonville, Jacksonville FL Global Engineering & Construction LLC, 4904 Lake Washington Blvd. NE, Renton WA 98056 10/17/12 Ongoing Ongoing $8,385,983 Ongoing John Kudach, 425 -255 -3111 Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Construction of approximately 1.1 miles of asphalt and decorative cement concrete trail along the old BNSF rail corridor. Rough and fine grading for drainage, slope stability, landscaping, structural earth walls, HMA paving, cement concrete curb and gutter, sidewalks, urban design elements, traffic signal, rectangular rapid flash beacon, luminaires at 3 intersections, adjust surface utilities to grade, and pavement for a 92 space parking lot. Redmond Central Connector — Sammamish River Trail to Bear Creek Trail, Redmond WA City of Redmond Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 10/17/12 Ongoing Ongoing $3,086,546 Ongoing Mike Haley, 425 -556 -2843 1 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Install surface water management improvements for a landscape restoration. Vista Heights — SWM Upgrade Project, Renton WA King County Housing Authority Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 01/11/13 Ongoing Ongoing $653,900 $710,047 Carl Frankel, 206 -574 -1249 31 home community in Renton WA. Includes excavation, installation of piping and accessories, and Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Various Locations for the Wastewater Treatment Division Facilities throughout King County: Demolition, fabrication and installation of metal structures such as ladders and hatches, etc., fabrication of concrete slabs, sidewalks and curbs, fabrication and installation of piping and other misc. mechanical structures, site clearing, trenching, paving, fence installation, and landscaping. Civil/Structural Repairs 2012 — 2013, Various Locations WA King County Wastewater Treatment Division Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 10/19/12 Ongoing Ongoing $1,500,00 Ongoing Pierre LaRochelle, 206 - 263 -9458 2 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Replace existing 41,000 square feet asphalt parking area pavement and storm water collection system with new pavement section and conveyance and detention system at 701 S. Orcas Street, Seattle WA. 701 South Orcas Parking Lot Pavement Replacement King County Facilities Management Division Road Construction Northwest, Inc., P.0 Box 188, Renton WA 98057 09/27/12 07/22/13 Ongoing $417,485 $484,120 Robert Renouard, 206 - 296 -0976 Job Name and Location: Owner Name / Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Adding approximately 2,500 linear feet of curb and gutter, 990 square yards of sidewalk and associated curb ramps and driveways, and the realignment of the Elm & Parker Intersection. Major utility work includes installation of 2,200 linear feet of storm main, installation of storm vaults, replacing 200 linear feet of asbestos concrete waterline, and relocating water appurtenances. Parker Road East Sidewalk Improvement Project, Sumner WA City of Sumner Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 04/02/13 Ongoing Ongoing $1,022,533 Ongoing Ted Hill, 253 - 299 -5703 3 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Installation of a sediment trap vault along Woodinville Redmond Road NE (SR202) including storm drain pipe and pavement restoration, the installation of filter cartridges into an existing stormwater vault at the north end of Wilmot Gateway Park. Miscellaneous Drainage Improvements, Woodinville WA City of Woodinville Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 10/08/12 10/22/12 11/14/12 $362,712 $350,670 Dave Beck, 425- 489 -2700 Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Reconstruction of 124`" Avenue NE from NE 80`" to approximately NE 85`" and sidewalk improvements on 124'" Ave NE north NE 85`" to NE 90` ". Includes roadway reconstruction, storm drainage conveyance, treatment and detention, curb gutter and sidewalks, landscape restoration, paving, minor retaining walls, traffic control, temporary erosion sediment control, surface restoration and coordination with various utilities. Rose Hill Business District Sidewalks, Kirkland WA City of Kirkland Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 09/28/12 04/18/13 Ongoing $1,241,851 $1,198,728 Rod Steitzer, 425 -587 -3825 4 Road Construction Northwest, Inc. Project Listing • Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Installation of sidewalks, signage, pavement markings, curb ramps, and a pedestrian- activated rectangular rapid flashing beacon (RRFB), traffic control, temporary erosion and sediment control and other work. Lakeview Elementary Pedestrian Improvements, Kirkland WA City of Kirkland Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 08/31/12 12/18/12 08/20/13 $183,723 $196,050 Andrea Swisstack, 425 -587 -3827 Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Modifications to an existing stormwater pond, grading, storm drain pipe and structures replacement, new flow structure, restoration planting, energy dissipation, removing an existing storm pipe drain, restoration of sidewalks, asphalt, replacement of damaged corrugated plastic pipe stormwater tight line with a new HDPE tight line, anchoring, two new trash rack and modified access grates, stormwater system access improvements and the associated site restoration, modifications to existingflow structures. 2012 Stormwater Improvements, Redmond WA City of Redmond Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 08/20/13 01/17/13 01/20/13 $401,357 $264,923 John Mork, 425 -556 -2713 5 Road Construction Northwest, Inc. Project Listing Job Name and Location: Grandview Neighborhood Cleanup and Restoration — Everett Smelter Uplands Cleanup, Everett WA Owner Name /Address/Phone #: WSDOE GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 08/02/12 Contract Substantial Completion Date: 04/19/13 Contract Final Acceptance Date: 07/12/13 Initial Contract Value: $2,192,877 Final Contract Value: $2,192,877 PM Name and Phone #: Meg Bommarito, 425- 649 -7256 Job Description: Approximately 10.2 acres of single and multi family residential property that involves removal /disposal of soil contaminated with arsenic, demolition of sidewalks or other small structures, selective removal of existing landscaping features, sheds and structures to permit Work, removal /disposal of debris collected at the property, removal /disposal of large diameter trees, import and placement of clean backfill, topsoil and sod, pouring of concrete sidewalks removed during Work, rplcmnt of landscaping features such as patios and walkways, areas of gravel surfacing, and landscape decorations and other features. Job Name and Location: School Safety Zones, Woodinville WA Owner Name /Address/Phone #: City of Woodinville GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 07/18/12 Contract Substantial Completion Date: 08/30/12 Contract Final Acceptance Date: 09/13/12 Initial Contract Value: $341,965 Final Contract Value: $335,625 PM Name and Phone #: Dave Beck, 425- 489 -2700 Job Description: Hot mix asphalt roadway widening and overlay including planning bituminous pavement, curb ramp retrofits, drainage improvements, pavement markings and signing. 6 Road Construction Northwest, Inc. Project Listing Job Name and Location: SE Redmond Transmission Main, Redmond WA Owner Name /Address/Phone #: City of Redmond GC Name /Address: Road Construction Northwest, Inc., P.O. 188, Renton WA 98057 Notice to Proceed Date: 05/31/13 Contract Substantial Completion Date: 04/30/13 Contract Final Acceptance Date: 05/31/13 Initial Contract Value: $2,591,644 Final Contract Value: $2,884,202 PM Name and Phone #: Dennis Brunelle, 425 -556 -2724 Job Description: Construction of a 20 -inch ductile iron and 28 -inch HDPE potable water transmission main, including a PRV station located in the Millenium Corporate Park parking lot, jack and bore construction under three agricultural ditches and microtunnel construction under Bear Creek. Job Name and Location: Misc. Pipe Repair and Restoration 2011 -2012 Work Order Contract, Various Locations WA Owner Name /Address/Phone #: King County Wastewater Treatment Division GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 04/17/12 Contract Substantial Completion Date: Ongoing Contract Final Acceptance Date: Ongoing Initial Contract Value: $1,500,000 Final Contract Value: Ongoing . PM Name and Phone #: Pierre LaRochelle Job Description: Exploratory excavation necessary to locate damaged portion of pipe. Repair or replacement of a variety of piping systems, including PVC, ductile iron, concrete, steel, cast iron, and copper. May be required to repair /replace large diameter pipe in excess of 48 ". Restore and repair disturbed mechanical and electrical assemblies. Back filling and grading as necessary to restore disturbed area to grade. Restoration of landscaping, grubbing out damaged plants and disposal, procuring and planting replacement plant materials of the same variety and size, repair of affected irrigation systems and installing ground cover bark. Repair of miscellaneous concrete or asphalt areas associated with the pipe repair, sidewalks, curbs and gutters, extruded curbs, slabs on grades and asphalt roadway, and minor piping systems modification. 7 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Construction of a new 273 stall parking lot on Snohomish County Airport property, south of the existing ATS Hangar 3 building. Work includes site grading, asphalt paving, storm drainage improvements, utility relocations (power and telephone), area lighting, landscaping, concrete sidewalks, and pavement marking. Also includes conversion of an existing, unused asphalt sport court to 29 parking stalls by removal of existing fence, addition of a short asphalt access drive lane, and restriping the existing paved surface. New 171 stall temporary gravel overflow parking lot that includes grading, placement of geotextile fabric and crushed aggregate base, storm drain improvements and landscaping. ATS Hangar 3 Parking Lot Expansion, Everett WA Snohomish County Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 10/22/11 01/27/12 02/15/12 $781,554 $933,152 Jan O'Neill, 425 -388 -5117 Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Remove structures and obstructions including underground fuel tank, install rapid flash and in pavement road lights at existing mid -block crosswalk, modifications to existing traffic signal, construct cement concrete curb, gutter and sidewalk, asphalt grind and overlay and parking lot reconstruction, channelization and striping, storm drainage improvements, property restoration and miscellaneous work. 102nd Avenue NE Crosswalk and Safety Improvements, Bellevue WA City of Bellevue Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 01/30/12 07/24/12 07/25/12 $365,984 $451,889 Dave Cieri, 425 - 452 -6800 8 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Installation of a 120 inch diameter storm water pump station with a total dynamic head of 25 feet, diesel standby generator system, electrical/communication system, shelter structures for the pump station generator system and the electrical facility, 75 lineal feet of 24 inch diameter ductile iron pipe, 67 lineal feet of 12 inch diameter ductile iron restrained pipe, 84 inch diameter discharge manhole, 84 inch diameter bypass manhole, with associated storm structures and appurtnenances. Foster Park Pump Station, Kent WA City of Kent Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 11/07/11 10/19/12 05/07/13 $828,849 $728,586 Paul Kuehne, 253- 856 -5500 Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Road widening for the installation of a left turn pocket including asphalt overlay, new channelization, storm drainage, signing and other miscellaneous work. Included are approximately 1,370 lineal feet of curb and gutter, 1,020 square yards of cement concrete sidewalk, 30 lineal feet of 8 inch diameter storm drain, 1,120 tons of crushed rock and 1,320 tons of asphalt paving. Smith Street Left Turn Lane at Lincoln Avenue City of Kent Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 11/21/11 05/17/13 08/13/12 $593,880 $593,880 Paul Kuehne, 253 -856 -5500 9 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Repair various cement concrete curb, gutter, sidewalk, sidewalk ramps, and driveways on Front Street North and Front Street South. Also included are modifications to an existing lighting system, as well as pavement marking modifications. Front Street Improvements, Issaquah WA City of Issaquah Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 10/27/11 01/10/12 06/11/12 $172,048 $167,875 Rory Cameron, 425- 837 -3423 Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Installation of approximately 4,500 lineal feet of concrete driveways and sidewalks. Central Avenue S. Sidewalk Replacement and Stormwater Forcemain, Kent WA City of Kent Road Construction Northwest, Inc., P. O. Box 188, Renton WA 98057 09/26/11 11/21/12 07/09/13 $1,904,360 $2,394,481 Paul Kuehne, 253- 856 -5500 of 18 inch diameter HDPE storm sewer system piping. Also included is the construction of 2,600 square yards 10 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Improvement of an existing parking lot through removal of the existing grasscrete pavement, placement of gravel borrow embankment, HMA pavement, extruded concrete curb, gravity block wall construction, irrigation and lawn restoration and other work. Sammamish Commons Parking Lot Extension, Sammamish WA City of Sammamish Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 10/05/11 12/09/11 12/07/12 $233,629 $200,827 Jim Grueber, 425- 295 -0500 Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Construct pedestrian, traffic, and storm drainage improvements on an existing residential street using low impact development strategies. Tree protection and preservation, temporary erosion and sediment control, pervious and impervious concrete sidewalks, driveways and parking, curb ramps, bioretention and landscaping, sign, fence and mailbox relocation and property restoration. 2011 Priority Sidewalk Projects — Ashworth Avenue N, Shoreline WA City of Shoreline Road Construction Northwest, Inc., P.O. Box 188, Renton, WA 98057 08/24/11 12/28/11 11/26/12 $378,147 $358,834 Paul Laine, 425 -501 -2700 11 Road Construction Northwest, Inc. Project Listing Job Name and Location: NE 145 ' Street Walkway, Woodinville WA Owner Name /Address /Phone #: City of Woodinville GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 08/01/11 Contract Substantial Completion Date: 11/11/11 Contract Final Acceptance Date: 11/28/11 Initial Contract Value: $272,790 Final Contract Value: $254,360 PM Name and Phone #: Matthew Ellis, 425 - 489 -2700 Job Description: Construction of a cement concrete sidewalk along NE 145`h Street between 138th Way NE and Woodinville Redmond Road NE, including construction surveying, planning, minor pavement widening, cement concrete curb, gutter and sidewalk, storm drainage, hot mix paving, gravity block retaining wall, pavement markings, wetland mitigation plantings and other work. Job Name and Location: Factoria Trail Connection, Bellevue WA Owner Name /Address/Phone #: City of Bellevue GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 05/31/11 Contract Substantial Completion Date: 11/05/11 Contract Final Acceptance Date: 05/24/12 Initial Contract Value: $1,039,947 Final Contract Value: $1,044,996 PM Name and Phone #: Chris Masek, 425- 452 -4619 Job Description: Clearing, grading, and tree removal, construct modular block walls, roadway excavation and grading, construct pervious asphalt trail, storm system improvements, construct cement concrete curb, gutter, and sidewalk, landscaping and irrigation system, property restoration, chain link fence installation and miscellaneous work. 12 Road Construction Northwest, Inc. Project Listing Job Name and Location: Valley Estates Bank Stabilization and Culvert Replacement, Redmond WA Owner Name /Address /Phone #: City of Redmond GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 05/31/11 Contract Substantial Completion Date: 10/20/11 Contract Final Acceptance Date: 12/09/11 Initial Contract Value: $1,233,671 Final Contract Value: $1,350,149.60 PM Name and Phone #: Mike Haley, 425 -556 -2843 Job Description: Installation of a high flow bypass pipe line, culvert replacement, strewn restoration and other work Job Name and Location: Border Patrol Station, Oroville WA Owner Name /Address/Phone #: Army Corp of Engineers GC Name /Address: JKT /PCL, J.V. Notice to Proceed Date: 04/10/11 Contract Substantial Completion Date: Ongoing Contract Final Acceptance Date: Ongoing Initial Contract Value: $1,107,500 Final Contract Value: Ongoing PM Name and Phone #: Noel James, 425- 732 -6800 Job Description: Concrete demolition, reinforcing, cast-in-place concrete, plumbing, electrical, lighting, earthwork, erosion control, subbase course for flexible paving, hot mix asphalt for roads, concrete sidewalks, curb and gutter, pavement markings, water distribution, sanitary sewers, storm drainage utilities, fuel storage tanks, underground electrical distribution for the Border Patrol Station. 13 Road Construction Northwest, Inc. Project Listing Job Name and Location: Kelsey Creek Culvert at NE 8th St. Fish Passage Improvements, Bellevue WA Owner Name /Address/Phone #: City of Bellevue GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 06/06/11 Contract Substantial Completion Date: 10 /11 /11 Contract Final Acceptance Date: 08/28/12 Initial Contract Value: $177,460 Final Contract Value: $197,024 PM Name and Phone #: Tom Zwaller, 425- 452 -6977 Job Description: Improve fish passage using baffles, modified culvert slope, and weir repairs. Job Name and Location: NE 85`6 St. at 114th Ave NE Intersection Improvements, Kirkland WA Owner Name /Address/Phone #: City of Kirkland GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 08/29/13 Contract Substantial Completion Date: 12/15/11 Contract Final Acceptance Date: 01/27/12 Initial Contract Value: $557,372 Final Contract Value: $573,968 PM Name and Phone #: Don Anderson, 425 -587 -3826 Job Description: Signal modifications, illumination system modifications, sidewalks and curbs, storm drainage improvements, paving with hot mix asphalt, erosion and sedimentation control, landscaping and irrigation, and temporary traffic control for the construction of the NE 85`h St. at 114`x' Ave NE Intersection. 14 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Construct approximately 1,800 feet of 18" diameter PVC storm drain, reconstruct existing storm drain inlets to current standards and connect them to the new storm drain, connect existing storm drain inlets that meet current design standards to the new storm drain, construct additional strom drain inlets and connect them to new storm drain, construct new stormwater treatment facility, remove and replace road section on south side of First St. from Marine Drive and Laurel Streets. First Street Stormwater Separation Project WW 03 -2010, Port Angeles WA City of Port Angeles Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 02/22/11 06/24/11 03/15/13 $1,172,909 $1,220,342 Michael Szatlocky, 360- 417 -4800 Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Erosion control, construction fencing, traffic control, clear & grub and tree removal, pavement sawcutting, demo & removals of existing pavement, retaining wall, curbs, stairs, removal and palletize brick pavers, excavation and fine grading, storm drainage pipe and structures, crushed surfacing top course, form & pour vertical curb, retaining wall & cheek wall, new stairs, concrete pavement. 3" asphalt paving, fine grade landscape & planter areas, reset Savery Hall building sign on new footing, furnish and install new gardenside 6 ft parkside bench. Spokane Lane Road Improvements, Seattle WA University of Washington Centennial Contractors Enterprises, Inc. 01/07/11 06/03/11 07/20/11 $158,479 $181,314 Jay Glass, 253- 606 -4290 15 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Perform separate Work Orders in accordance with the Contract: Emergency Abatement Services and Code abatement services, temporary utilities, controls, facilities, construction aids, close structures and properties to entry, locate, de- energize or abandon existing utilities, stormwater, erosion, sedimentation control, air, dust, and noise pollution control, nuisance abatement, decontamination and cleaning. Code Enforcement Abatement Work Order Contract, Various Locations WA King County Dept. of Development and Environmental Services Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 01 /11 /11 Ongoing Ongoing $300,000 Ongoing Elizabeth Deraitus, 206 - 296 -7090 Job Name and Location: James Street at UPRR Non - Motorized Improvements, Kent WA Owner Name /Address/Phone #: City of Kent GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 1/24/11 Contract Substantial Completion Date: 04/15/11 Contract Final Acceptance Date: 08/02/11 Initial Contract Value: $196,017 Final Contract Value: $200,119 PM Name and Phone #: Dave Devine, 253 -856 -5500 Job Description: The project consists of 335 square yards of sidewalks, 375 linear feet of curb and gutter, and 250 tons of HMA on W. James Street. Also included is a concrete retaining wall with handrail, illumination, channelization and signing. 16 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Install a new 12 foot wide access road, asphalt pavement restoration, storm drainage improvements, new covers for existing wet well and valve vault, new meter vault, sanitary sewer force main modifications, gravel surfacing, cement concrete curbs, pervious pavers and surface restoration, new sanitary sewer pipe, precast concrete manholes and surface restoration. Lift Station No. 5 Access Improvement Project, Mukilteo WA Mukilteo Water & Wastewater District Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 12/03/10 04/13/11 05/20/11 $206,842.50 $226,492.54 Kevin Brown Job Name and Location: 2010 Sewer Renewal and Replacement, Marysville WA Owner Name /Address/Phone #: City of Marysville GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 10/28/10 Contract Substantial Completion Date: 12/10/10 Contract Final Acceptance Date: 12/22/10 Initial Contract Value: $132,599 Final Contract Value: $119,176 PM Name and Phone #: Jeff Laycock, 360- 363 -8100 Job Description: Replacement of 6 — 8 inch sewer pipe with 8 -inch PVC sewer pipe, reconnection of side sewers, trench patch, pavement grinding, paving and cement concrete driveway restoration, and stormwater improvements. 17 Road Construction Northwest, Inc. Project Listing Job Name and Location: SWD Facilities — Environmental Systems Construction Work Order Contract, Various Locations WA Owner Name /Address /Phone #: King County Solid Waste Division GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 10/07/10 Contract Substantial Completion Date:. 06/08/12 Contract Final Acceptance Date: 06/08/12 Initial Contract Value: $500,000 Final Contract Value: $388,052 PM Name and Phone #: Craig Hislop, 206 - 296 -8468 Job Description: Separate Work Orders for the King County Solid Waste Division Facilities that may include flare station LFG piping, LFG Extraction (vertical) wells, Dual Phase Extraction Wells, LFG Collection Wells, LFG Collection and Transmission Pipes, LFG Monitoring Probes, Flare painting and refractory, Leachate Aeration Lagoons, Contaminated Stormwater Lagoons, WW Pump Stations, Leachate and WW Collection and Transmission Pipes, CCTV inspection of Pipelines, Electrical Resistivity, Nondestructive and Hydrostatic testing for geomembrane liners and /or pipelines, conveyance, transmission and Storage Pipes, Retention /Detention ponds, Flow Gauging System, Erosion and Sediment Control Systems, Groundwater Extraction Wells, Groundwater Monitoring Wells, Landfill Liner & Landfill Cover Systems, Pipe Penetration boot welding & repair, earth hauling, grading and compacting, soil screening and fences. Job Name and Location: Re -Bid of Misc. Pipe Repair and Restoration 2010 -2011 Work Order Contract, Various Locations WA Owner Name /Address /Phone #: King County Wastewater Treatment Division GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 08/18/10 Contract Substantial Completion Date: 5/21/12 Contract Final Acceptance Date: 05/21/12 Initial Contract Value: $500,000 Final Contract Value: $509,877 PM Name and Phone #: Pierre LaRochelle, 206 - 648 -1822 Job Description: Exploratory excavation necessary to locate damaged portion of pipe. Repair or replacement of a variety of piping systems, including but not limited to PVC, ductile iron, concrete, steel, cast iron, and copper. May be required to repair /replace large diameter pipe in excess of 48 ". Restore and repair disturbed mechanical and electrical assemblies. Back filling and grading as necessary to restore disturbed area to grade. Restoration of landscaping, grubbing out damaged plants and disposal, procuring and planting replacement plant materials of the same variety and size, repair of affected irrigation systems, and installing ground cover bark. Repair of misc. concrete or asphalt areas associated with the pipe repair including 18 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Structure demolition, removal of road an planting soil. Demolition Work Order for King County Parks Structures, Various Locations WA King County Facilities Management Division Road Construction Northwest, Inc., P.O Box 188, Renton WA 98057 03/16/11 05/11/12 05/11/12 $500,000 $214,276 Larry Kimble, 206 - 391 -2624 d driveway surfaces, hauling debris, soil and /or rock placement and salvage stockpiling, backfilling of site with Job Name and Location: Owner Name /Address /Phone #: GC Name /Address:. Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Extension of an existing 18" diameter stream flow pipe by constructing and connecting to a new 12" diameter pipe inside an existing box culvert system. Ravenna Creek Stream Transfer Pipe Extension, Seattle, WA King County Wastewater Treatment Division Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 07/21/10 12/06/10 02/11/11 $884,000 $884,000 Glen Hiraki, 206- 684 -2442 19 Road Construction Northwest, Inc. Project Listing Job Name and Location: Lower Coal Creek Off -Line Pond, Bellevue WA Owner Name /Address/Phone #: City of Bellevue GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 06/2/10 Contract Substantial Completion Date: 12/07/10 Contract Final Acceptance Date: 12/14/10 Initial Contract Value: $853,085 Final Contract Value: $790,387 PM Name and Phone #: Scott Taylor, 425- 452 -4108 Job Description: Construction of a side channel weir and spillway, an outlet structure, sheet pile cut off wall, log jams, log v -weirs and miscellaneous log structures, access roads, planting and mitigation. Work also includes demolition of an existing residential dwelling and related utilities. Job Name and Location: West Lake Sammamish Parkway, Old Redmond Road Traffic Signal, Redmond WA Owner Name /Address/Phone #: City of Redmond GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 06/08/10 Contract Substantial Completion Date: 03/30/11 Contract Final Acceptance Date: 04/06/11 Initial Contract Value: $446,298 Final Contract Value: $520,058 PM Name and Phone #: Dennis Brunelle, 425 -556 -2724 Job Description: Installation of new signal equipment including traffic signal controller cabinet, service cabinet, traffic signal poles, power cables, inductance loops, conduit, junctions boxes, trenching in concrete sidewalks, trenching and restoration in landscape areas, trenching and restoration in roadways, installing new sidewalk, concrete curbs, curb ramps and pavement. 20 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Construction of 2" pavement grinding and HMA lids and grates. Gravelly Lake Drive Overlay Phase 2 —100th St. to Bridgeport Way SW, Lakewood WA City of Lakewood Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 05/25/10 07/19/10 10/01/10 $378,536 $402,610 Desiree Winkler, 253- 983 -7795 overlay, sidewalk, driveway, and curb ramp modifications, channelization, storm drainage structure frame, Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Remove structures and obstructions, construct new traffic signal, construct two new mid -block crosswalks, modifications to existing traffic signals and signal communication systems upgrades. Construct cement concrete curb, gutter, sidewalk, asphalt grind and overlay, cement concrete paving, channelization, striping, landscaping and irrigation system modifications, storm drainage improvements, property restoration. Downtown Crosswalk Project, Bellevue WA City of Bellevue Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 03/25/10 08/11/10 01 /11 /11 $461,355 $451,889 Maher Welaye, 425 -452 -4879 21 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Removal of existing vegetation, soil, asphalt, construction of new cement concrete curb, gutter, sidewalk, drainage system, pedestrian handrail and steel reinforced cement concrete foundation, landscaping. SE Issaquah — Fall City Road Pedestrian Improvements, Fall City WA King County Department of Transportation Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 02/11/10 05/07/10 11/03/10 $397,366 $415,576 Wes Chin, 206 - 423 -1061 Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Construction of approximately 1,230 linear feet of sidewalk on 2nd Avenue N. between W. Gowe Street and W. Saar Street. Also included is illumination, street trees, and tree lighting. 2 "d Avenue Pedestrian Improvements (W. Gowe to W. Saar St.), Kent WA City of Kent Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 12/09/09 03/11/10 11/03/10 $279,156 $322,473 Dave Devine, 253- 856 -5500 22 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Addition of a westbound lane on NE 8th Street (between 108" Avenue to 106`" Avenue NE) becoming a right -turn lane at 106`" Ave NE. Street frontage improvements on the north side of NE 8th Street, including sidewalks, street lights, drainage, curb, gutter, walls, paving, grading and driveway access, as well as traffic signal modifications and channelization. NE 8th Street/Lake Washington Blvd to 96"' Avenue NE, Bellevue WA City of Bellevue Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 12/19/08 07/09/09 08/05/09 $1,825,862 $1,787,235 Bill Cross, 425- 452 -5365 Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Excavate and install approximately 75 LF of 10 Inch PVC Sewer Pipe (21 FT deep), install 10 inch PVC (15 FT deep) inside manhole drop, core drill and connect to two existing manholes, asphalt trench patching, site restoration and clean up. Smith Hall Sewer Line, Seattle WA University of Washington Burton Construction 05/20/09 12/31/09 06/12/10 $58,500 $58,500 Scott Johnson, 206 -547 -1116 23 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Replacement of existing 42 "culvert with a 14 University Slough. Clark Road Culvert Replacement, Seattle WA University of Washington Burton Construction, Inc., 947 NE Boat St., Seattle WA 98105 06/26/09 07/06/11 07/31/11 $412,000 $477,824 Philip Smart, 206 - 391 -2458 ' wide arch culvert in an environmentally sensitive area, dewatering, Stormwater bypass, and water treatment of Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: The scope of improvements will add left -turn lanes to Porter Street (SR169). This will include widening of the roadway, minor widening of McHugh Avenue, adding curb and gutter, sidewalks, curb ramps, minor storm drainage additions, paving, channelization, and other minor items of work. Porter - McHugh Intersection Improvements, Enumclaw WA City of Enumclaw Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 05/04/09 01/31/10 09/01/10 $234,157 $218,266 Rand Black, 360 - 825 -3593 24 Road Construction Northwest, Inc. Project Listing Job Name and Location: ABS Structural Excavation & Backfill, Los Alamos NM Owner Name /Address /Phone #: County of Los Alamos GC Name /Address: Hensel Phelps Construction New Mexico LLC Notice to Proceed Date: 12/09/08 Contract Substantial Completion Date: 08/26/09 Contract Final Acceptance Date: 02/02/10 Initial Contract Value: $250,000 Final Contract Value: $250,793 PM Name and Phone #: Gary Johnson, 505- 661 -0465 Job Description: Excavate and backfill for building footings, elevator /lift pits, & foundations at Buildings B, C, D, E, F, H, and Fuel Island. Job Name and Location: 130th Place SE (South of SE Newport Way) Sidewalk, Bellevue WA Owner Name /Address/Phone #: City of Bellevue GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 12/08/08 Contract Substantial Completion Date: 06/10/09 Contract Final Acceptance Date: 08/31/09 Initial Contract Value: $147,134 Final Contract Value: $142,853.67 PM Name and Phone #: Dave Rendle Job Description: Remove structures and obstructions, construct rock wall, construct cement concrete curb and gutter, construct cement concrete sidewalk, construct cement concrete driveway approach and asphalt driveways, storm drainage improvements, property restoration and misc. work. 25 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Construction of the Overlake Transit Center Wall Repair, including trench, compaction and backfill, conduit and vault excavation, placement and compaction and backfill of import materials and other work as required to complete the project. Overlake Transit Center Wall Repair, Redmond WA City of Redmond Road Construction Northwest, Inc., Renton WA 98057 10/15/08 01/31/09 03/04/09 $26,160 $26,160 Steve Gibbs, 425 -556 -2729 Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Sawcut and remove asphalt pavement, approximately 80 LF of trench excavation, pipe bedding, install two runs of 4" PVC Schedule 40 Conduit and Granular imported backfill, site restoration, and asphalt paving. Observatory Utility Run /Telecom Handhole, Seattle WA University of Washington Burton Construction, Inc. 09/15/08 04/30/09 07/20/09 $30,738 $41,700 Scott Johnson, 206 -547 -1116 26 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Furnishing all labor, tools, equipment, materials, incidentals, superintendents, subcontractor coordination and overhead to perform civil /structural repairs, replacements, minor modifications and safety improvements in the Wastewater Treatment Division, East and West Sections in a series of Work Order packages. East and West Civil /Structural Work Order 2008 King County Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 08/18/08 09/30/11 12/16/11 $500,000 $834,875.92 Pierre LaRochelle, 206 -648 -1822 Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Reconstruction of approximately 1,200 linear feet of roadway. The completed project will include two vehicle lanes, parallel parking on both sides, cement concrete sidewalks on both sides of the street, storm drainage improvements, minor landscaping, irrigation, and street illumination. NW Mall Street Improvement Project LID #23, Issaquah WA City of Issaquah Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 07/21/08 09/25/09 04/12/10 $699,502 $746,262 Rory Cameron, 425 -837 -3423 27 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Extending the concrete plaza paving to eliminate the existing drop off lane, saw cutting, asphalt removal, new curb and gutter, the addition of bollards, benches, clearing and grubbing of existing landscape and associated landscape renovations. Fialkow Pavilion Air Intake - Sitework University of Washington Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 07/14/08 05/31/09 07/20/09 $1.09,009 $110,106 Olivia Yang, 206 -221 -4396 Job Name and Location: Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Earthwork, Grading, Building Pad Preparation Airport Basin Site, Los Alamos NM County of Los Alamos Hensel Phelps Construction New Mexico LLC 07/30/08 09/25/10 05/10/11 $4,627,384 $5,637,322 Gary Johnson, 505 -661 -0465 and Site Utilities at the Airport Basin Site for the County of Los Alamos. 28 Road Construction Northwest, Inc. Project Listing Job Name and Location: Transit Facilities Repair Work Orders, Various Locations WA Owner Name /Address/Phone #: King County GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 05/29/08 Contract Substantial Completion Date: 03/31/10 Contract Final Acceptance Date: 06/16/10 Initial Contract Value: $500,000 Final Contract Value: $414,202 PM Name and Phone #: John Whitney, 206 - 263 -6165 Job Description: Series of individual work orders that includes small repairs and modifications on transit facilities. Repair and modification work includes plumbing repairs, including pipe replacement or new installation, minor electrical repairs, equipment services, fencing, sheet rock, various types of carpentry, underground utilities, concrete repairs and replacement, and side sewer repairs. Job Name and Location: Marymoor Connector Trail, Redmond WA Owner Name /Address/Phone #: King County GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 05/15/08 Contract Substantial Completion Date: 06/23/10 Contract Final Acceptance Date: 06/25/10 Initial Contract Value: $1,884,000 Final Contract Value: $2,163,949 PM Name and Phone #: K.K. Soi, 206 - 296 -4250 Job Description: Provide a regional trail link between the Sammamish River Trail and East Lake Sammamish Trail. (Approximately 1.4 miles long, 12' wide with 5' and 2' gravel shoulders)Approximately 1,600 square feet of segmental block wall will be installed, as well as landscaping and buffer mitigation planting northeast of the trail alignment within Marymoor Park. 29 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Improvements to Lake Jeane outlet control system and Lake Lorene outlet control system. Improvements to Lake Jeane outlet control system consist of replacement of the existing Lake Jeane outlet control with a new outlet control system, including installation of a new lake outlet control structure and a new manhole, rebuilding an existing manhole, and installation of apprx. 200 linear feet of storm drain pipe. Improvements to Lake Lorene outlet control system consist of adding an overflow outlet system for Lake Lorene, including installation of one new outlet and two new manhole, and installation of approximately 440 linear feet of storm drain pipe. Also includes removal /abandonment of existing outlet system at Lake Jeane, temporary erosion /sedimentation control, temporary lake bypassing during construction, and site restoration. Lake Jeane/Lake Lorene Outlet Control Improvements, Federal Way WA City of Federal Way Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 05/07/08 03/15/09 07/20/09 $547,687 $515,383 Fei Tang, 253- 835 -2751 Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Wall infills at three locations; furnish, se t UW Utility Tunnel System/Vault Repairs, Seattle WA University of Washington Centennial Contractors Enterprises, Inc. 04/28/08 06/30/08 07/20/09 $68,450 $70,009 Chuck Bathurst, 253- 926 -0870 , maintain and return temporary 6 ft chain link construction fencing around tunnel access hatches. 30 Road Construction Northwest, Inc. Project Listing Job Name and Location: Owner Name /Address/Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Construct approximately 1,100 linear feet of sidewalk along S. 228th Street from 110 feet east of the intersection with West Valley Highway to 365 feet east of 72 "d Avenue S., and a left -turn lane at 72 "d Ave S. Also included is the installation of a new illumination system and storm drainage improvements on S. 228th Street. LID 353: S. 228th Street Improvements 72°d Avenue S. Left Turn Lane, Kent WA City of Kent Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 04/01/08 03/23/09 03/25/09 $493,155 $435,517 Jason Barry, 253 -856 -5546 Job Name and Location:. Owner Name /Address /Phone #: GC Name /Address: Notice to Proceed Date: Contract Substantial Completion Date: Contract Final Acceptance Date: Initial Contract Value: Final Contract Value: PM Name and Phone #: Job Description: Sawcut Existing Asphalt Pavement, Saunders Short Plat — Sanitary Sewer Extension Jesse Saunders Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 03/07/08 04/30/08 07/20/09 $64,733 $79,228.00 Jesse Saunders 8 -inch PVC Sanitary Sewer, Side Sewers & Manhole, trench backfill, Asphalt Trench Patching. 31 Road Construction Northwest, Inc. Project Listing Job Name and Location: East Lake Sammamish Parkway/NE 65th St. Intersection Improvements, Redmond WA Owner Name /Address /Phone #: City of Redmond GC Name /Address: Road Construction Northwest, Inc., P.O. Box 188, Renton WA 98057 Notice to Proceed Date: 03/08 Contract Substantial Completion Date: 08/08 Contract Final Acceptance Date: 08/08 Initial Contract Value: $1,499,294 Final Contract Value: $1,337,823 PM Name and Phone #: Steve Gibbs, 425 -556 -2729 Job Description: Road widening and significant intersection improvements including demolition of buildings, removal of underground storage tanks and undergrounding of existing utilities. 1 32