Loading...
HomeMy WebLinkAbout14-125 - MACNAK Construction - Manufacturing/Industrial Center Smart Street Non-Motorized Design and ConstructionCITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 -,anyRINOW 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 changes, 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: The Project Bid Schedule includes Bid Item No. 12 — "Removing Pavement Marking", per linear foot. Upon review of the Project Plans and the construction site, it was determined that there were actually additional quantities of pavement marking that are required to be removed. The additional pavement marking removal quantities are re- classified into three types: removing paint stripe, removing plastic traffic marking, and removing raised traffic marking. Change Order No. 1 will replace Bid Item No. 12 with three new bid items: Bid Item No. CO1A — "Removing Paint Stripe" per lineal foot (LF), Bid Item No. CO1B — "Removing Plastic Traffic Marking" per square yard (SY), and Bid Item No. CO1C — "Removing Raised Traffic Marking" per each (EA). MEASUREMENT AND PAYMENT: Bid Item CO1A — Removing Paint Stripe Measurement and payment for "Removing Paint Stripe' shall be paid per LF. Included in this bid item shall be, but not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Page 1 of 3 Standard Specifications. Bid Item CO1B — Removing Plastic Traffic Marking Measurement and payment for "Removing Plastic Traffic Marking" shall be paid per SY. Included in this bid item shall be, but not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications. Bid Item CO1C — Removing Raised Traffic Marking Measurement and payment for "Removing Raised Traffic Marking" shall be paid per EA. Included in this bid item shall be, but not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications. Enclosed is the Exhibit No. 1 for this Change Order, showing the locations and the additional quantities for these three new bid items. COST AND TIME CONSIDERATIONS: The Contractor is to be compensated $2,293.56 for the work described above, with no extension in contract duration. The Change Order amount will be distributed into the Project Bid Schedule as follows: Bid Sched. Item # Item Name Quantity Units Unit Price Amount A 12 Removing Pavement Marking (270) LF $10.00 ($2,700.00) A CO1A Removing Paint Stripe 3936 LF $0.96 $3,778.56 A CO1B Removing arking Plastic Traffic M 2.5 SY $246.00 $615.00 A CO1C Removing Raised Traffic Marking 1000 EA $0.60 $600.00 Total $2,293.56 Page 2 of 3 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 By 10/23/2014 Contractor: Macnak Construction LLC Mills Title Operations Manager Ori nt act 216,806.00 / APPROVED BY THE CITY OF TUKWILA Previo s Change Order 0.00 /Date: This Change Order 2,293.56/By: REV. CONTRACT AMOUNT 219,099.56 V/ Original Contract Time: Additional Contract Time for this Change Order: 30 Calendar Days 0 Calendar Days UPDATED CONTRACT TIME: 30 Calendar Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance); Construction Inspector; Construction Engineer; file Page 3 of 3 C+�AP &E O t'E R ivo 1 EMU?, .I . -. -r .. TURN ft Wik. WAS!! n. it LOC 7P CR O r- . _•.Y. lsx■E rornwc PAKIJT'NT uAav+v� CHANNELIZATION NOTES: PLA511c SNARED IANE - MARRING (SEE MARKING DETAIL ON SHEET 9101) PLASTIC flXt LANE SYMBOL PER 1PSOOT STD RAN 4- 0.30 -01 e' TRITE R10E LINE PER 11'500T 510 PLAN 4- 70.10 -02 MOTE PAINTED CORE AREA MARIONGS 11111 o1CLRONS (SEE OtTA1l- SNOT woe) DE MME SOLID "YELLOW RPM STRIPE- PER OTT OF 11)(MLA 51D PLAN RS-I] TYPE 34. LIFT RUIN ARROW PER MOT STD PLAN 4- 24.40 -01 O 9444E SoUO YELLOW 41011 STRIPE PER Ott • J Ot 1UHMILA 310 PLAN R5 -13 L 6GTMIM AS7D N. 16%1 -511 E PER OTr- F- (w GENERAL NOTES: 2 1. 961 PLALs:Moo. To Aim DFTSfT f7 « PER or, OF 11RcMlA STD PLAIN 2, Uf CAWAN0322 U CHMRKL 51CN POSTS ANC FOUCA11O45 PER OTT OF 1140ILA STD PLAN RS-14 FOR All SIGNS. ME SKECT 4101 roR 901 SCHEDULE cotSTRUCT BIKE LAKE Sn/OL 250' N 4110.1 .EDGE STRIPE (TW S. SNARED LME W4440NOS TO BE PLACED 1.AAR1 a' rwG4 o n DR EDGE Ef TAAK_LID LANE UNLESS - OMERMSE NOTED 6. ETtSTe1C RON LANES TAKEN FROM 05 (CEOOUPNC NFOR4ATON SYSTEMS)- AND NOT ASTABLE FOR PROPERTY ACOU51T1011. 0 0 0 LEGEND Q PROP06ETT w1C 9011 AND O SIGN DCO rHATIoN C o O C= �GA #CoOC 92E4} Co OM z.SsyL 64 03 2 • 3 K• AIR V Tou NCE 1• UBLIC W©RKS DEPT_ •ENGINE RING•IT7111ET3•WATER`$E14lw PARKS•IUILDLNG • DAVID tVANS ASSOCIATti ».o a 1 A . 11 tN Anne. Sr. R•!+..rs WSJ «yMnOoO 1-.10 47: 511,M MIC SMART STREET NON MOTORIZED PROJECT CHANNELIZATION PLAN Prowled to Builders Exchange of WA. Inc For usage CondILOns Agreement see Www.Oxwa.com • Always Verily Scale SIDE r � U EEn W w N _ W W 1. r CO -8[311 11 1 wir TRAWL LANE 'API); 1� a:o4L 0 iiiihm! _ . 1_ "iy1' 1112' 157a3'. r 1 1 Ex CD-i 0022t1 71:1_3D Kiln", E WMPOL WAY Et OLD ELI NS TMYEL LAE TARp1.713 RWL END ®Q. STIVC AT DO CF OOSEIIO MIleNo -0EGM mate snow il Si1RPr4 _ T RE- STR'DC r, sr5+G r0GC POW NE LAME O Qm 1"w w Z _w U w W ¢ Tn . yrACE C■ D5SIN0116X11 0 Dt0 CONS STRIPE 1 A -_v 0 (E) 1 E o s- nno.ROW (Tn..) PAWNED UNMET v ENNOWLVIIIMMIIM r ��w VAC 0 21 .A- UtST]G Row' (r.P. .w....._.t- Rr -slasc E>nrolc cru •,. 511/7YE r104 ENE 14.4E - '"*-11 . 1 CNI o 'w W J to U w W CHANNELIZATION NOTES: 0 0 0 0 PLASTIC SNARED IIIIE YANKMO WANING OCTAL n1 91OT- 9101) PLAST1c SNE LAZE STEEL. PER RSDOT STD PLAN 11- 0,50 -01 r VOTE BCE LNE PER MSOOT ST0 PLAN N- 50.10 -0t 11MTE PAINTED CORE AREA 11APN1NGS NTH C ENToA15 (SEE DETAIL DIED 010E) DOUBLE SOLD T11LON *NA SNIPE PER al-r Or 11115110.4 STO PLAN R5 -13 TYPE T9..LUT "um ARROW P01 115000 000 PLAN LA-TA A0-01 SINGLE SOLE MICR/ RNA SNIPE PER 055 Or TUNMLA STD PL114 R5 -I3 Soar SOLD MATE 11014 51110E PER 015 or MANILA 0151 PLAN R5 -13 GENERAL NOTES: 1. SCR PLACEMENT 10 WET OFFSET REa1R0A01T3 PER CITY Or TA MA 510 PLAN RS-14. 2 U% cALyANIZEIS U OIANNE. 0101 POSTS ANC F RCATIgb PER. aTT or 1ULwU- VD PLAN R5- ,4 -MIR ALL DM& 1 SEE SHEET 51101 FOR DON SCHEDULE CONSTRUCT LANE - SAWA. 230' N FAI}( EDGE STRIPE (7m.). 5 SMARM LANE WAKING$ TO DE PLACED 1N/INN' 4' FROM CURD. OR EOM OF TRAVtIID LANE MESS °MO MIS( NOTED Q- OeSTW1G ROW LNES TAN01 TRa as (C 0GRAPMC INFORUAp51N 575TWS) MIS HOT SUITABLE MA PROPERTY ACa119RON. LEGEND el ©R/-/ PROPOSES 5101- AND NUTW s:a✓ OESTOIAn044 PE 10.c (TP.) 3 3 ID FF Co 01A = Sy tF in 1 oo1C Q Z " LJBL�C W ©RKS D.EP • LINO INNEN ONO •IITRRETD •WATER AS EWER "ARKS UUILDINO • DAVID [VANE Aw•A$$OCIATIS INC. 415..11!!5 A»eu Si e•teu. PArsAVon taro, -:+A '!•' -515 A501 Provided t0 Builders E go of A. Inc For usage Conditions Agreement see www.bwwa corn . Always Venly &ale MIC SMART STREET NON MOTORIZED PROJECT CHANNELIZATION PLAN CAL1. m ECFCREY 4pirL�}5� Al L1A[Cf 41" S MEET 2/7. g N = V � W La la ZI J =w E76TNC ROM (TYP.) 8� Csi ▪ OJ ¢w m CO I— W W Z J = V W F W N CHANNELIZATION NOTES- PLASTIC SNARED UPC MA74KN4C (SEE NARKING DETAIL ON SHEET 901) P LASTIC PIKE LANE 551ROL PER YESO0T STD PLAN U- R50-01 ▪ IRP1E 1110* UNE- PER rDOT 577) RAN 11- 70.10 -07 *741E PANTED CORE AREA UAIURA'S -N1111 off1RONS tom DETAL SHEET woo) DOVOLE SCI° 111.1.011 RPM SWIPE PER OlE a TUR11{,A 51D PLAN RS-73 TYPE 21;11177 TURN ARROW PER 74550T SID PLAN -M- 74.40 -01 Sr10.E SOU° YELLOW MU SiwlPE PER OTT Or TI 17*RA STD PLAN RS-I3 or YU ASTD PPLL 74 745 7T 33 put an, or a a 0 GENERAL NOTES: 1. SR7■ PLACO/ONT 10 MEET CETS,ET REOLARO4II115. PER OTT Cr TUKMA STD PLAN R5 -.14, . 2. USE CALYANRED U DIMS I. 5101 P0515AIIC rcIlwO45ohO PER C1TY Or TURIRLA STD PLAN RS -I4 FOR Au SIGNS 3. SEE Val 57101 FOR S/01 SCHEDULE 4. COM51RUCT RME LANE STAOOL 7.50• KI rngl cc SndL (r'P. 5. SNARED LANE HARKNOS TO DE PLACED ROOM 4" 50M CURB OR EDGE Cr TRAVELED LANE UILE55 ODIDIRISE NOTED. 4. EXISTPIC ROW UNES TAKEN M.) 05 (GEOGRAPHIC NrCRMA11d1 SYSTEM") A1° NOT SUTARLX MN PROPERTY ACQUISITION. LEGEND. ©RFIf PROPOSED DON AND MUTW 11007 DE'9CNADON 11,o,, i L: CROSSM4y Y.144 0 R ~ at =sN.lx SE' S A. c 11E 0TEYOU ar = GM �K� &WA� P . )• M 411 U131-IC WU.R.KS L EPT- •IENOINERRINO•STRPtT$ WATIR -sr w •ARK$ ian.nlNO • DAVID EVANS Am. ASSOC IATES I.e. 414. 1111111 AvMIr EC FYSwn ww*V*011EDS.351r, 425 414 IMO ART STREET NON MOTORIZED _PROJECT CHANNELIZAT)ON PLAN _ -- Pramdrd to Etuddors Exchange of Nl Inc For usage Condrhons A 0 e b com • Always Verity Scale CHANNELIZATION NOTES: 0 PLASTIC SNARW -LANE MMNM0 (SEE MARKING ccT44. MI 9W bqI) PLASTIC OP(C LANE 50.OL PER N500T STD PLAN M- 9.50 -01 Y- 2010 e• 14441E -0 0 3 0E UNE PEN RSODt SID PLAN 14415 PAANT50 GORE AREA YARNIHCS NUN WENLONS (SEE DETAIL SHEET 0405) rj DOUBLE sou, YELLOW RPM S11eWE PER O Cm or TIRLIIRA STD PLAN 85-13 TYPE 15L LEFT TURN ARROW PER mar J C3 51D PLAN M- 14.40-04 N m )— WTI SOUP RITE RNA SIR PE PER CITY SRNaE scup YELLOW RPM STINPE PER CITY Or DROLL STD PLAN 85-13 W W Or TURIPLA STD PLAN R5-U Z W sy U W N. SIGN PLACEMENT TO WET OFTSET Q; REOU1 5010415 POI CITY or T1MIPLA 51D -PLAN R5 -14. CO 1 AND GALVANIZED NDAATIONSU PER OTT Di 0. SION TUKWI A 57D P(AN 85-14 RN ALL SOPS 1 SEE 91EET 51401 TOR 5104 SCNEDULL 0 GENERAL NOTES: 4. CONSTRUCT 414E LANE STINK. T 50• RN FROM EDGE STRIPE (ISP,). S 91ARC0 LANE YARNING'S TO BC PLACED 1AIRLR IA 4' FROM CURIE OR EDGE Or - TRAVELED LANE UNLESS OMRAISE NOTED 5 005TIN0 NOW LRES TANEN rROM OS (GEOGRAPHIC KONYAT1ON ST5ILY3) AND fJEND NOT 5RTA(u raj PROPERTY- ACOUI11110N. ©R/- /PROPO4 o SIGN AND WTCD -9014 0E9GNAT704 Y ORN4D AND aLEIRAY (S5 - DETAIL, 94E7 moon RPM LANE *WANG (SEC' DETAIL DRS 94FIT) } A 0. 1/1 95-04 ROADWAY WDENING FOR BIKE LANE DETAIL NL T,5 PUBLIC W012KS .L7BPT. •ENOINRtRINO•STRRI TS •WATrn •S!<L►4SQ. yARKS 4UIL01N0 • DAVID EVAN. Ar. ASSOCIATE. IN0. 05.,+an AVM.. BN!nN Warrotal .e215J:•5 a•rr 415 }19 MOO Provided to Builders Etchange or WA. Inc For usage CondrUons Agreement soe Lw.w boWa con • Always Vert, Seale MICSMART STREET NON MOTORIZED PROJECT CHANNELIZATION PLAN n r r (ns dM _cI�D6 Tie Nn nras•.i.a -,a,N ,aala marry", CHANNELIZATION NOTES: PLASTIC SHARED LANE MARKING (SEE UNBIND - DETAX ON SHOT SIg1) PLSTC BIKE- LANG sweet PER W00DOT SID PUN M- 9A50 -0t R• MRTE we -UNE PER %SOOT STD PUN M- 20.10-02 "RTE PAWED GORE AREA MARMMCS.WTN CHEVRONS (SEE OETMt SHEET MOe1 DAIRLE -50.10 YELLOW RPM STRIPE POI CITY OF T1NICA .STD PLAN RS-13 TIRE 207. LEFT TURN MOM POI MOOT STD PLAN M- 24.10 -01 SINGLE Solt numm RPM SWIPE PER OTT Or TUIRIIA STD PLAN RS-13 SBKRE SoLTD MITE RPU swipe PER 010 OF 71PRIOA STD PLAN -RS-73 El El El El a GENERAL NOTES: t 0701 PLACEMENT TO MEET OrrSLT REC IREIENTS PER CO7Y or TUKMU. STD PLAN RS-I4, 2, USE GALYJN EZED U CHANNEL SRN POSTS AND FOUIDAT0N5 PER CITY OF TIRIMU 510 RAN es-I4 rot ALL -SRNS. 3. SEE SHEET 9101 FOP 9PI SC/EDIAL 4. - Cd157RUCT IKE LANE SYMBOL 2.50. N FROM EDGE SIRIPE- (TYP.). sworn) LANE MARKINGS To RE PLACID IIBAMIRN A' FTOM CURD CO WM CC TRAVELED LANE UNLESS- ONERMSE NOTED. 9 4 F :D(F1NO Row LNES TAKEN 7004 OS jS (,i'(i l (CLT0RARRC FOR PROPERTY TY Acour MR) NOT SUITABLE 100 00017170 ACCUr07 4, LEGEND ©P1-# 700/0500 SON AND MUTCD SIGN DE90NAT1CN u F .I GORE AREA PAVEMENT MARKING DETAIL N.T.S. PUBLIC W ©RKS DEP • tNO1NTEWNO•STREETS .MINTER •9UWER •PARKI •U1LbIN0 • DAVID -EVANS ANrASE00iATM* toss. 4.5.100.1.10,.$7E -44.48 WalevrIbt isRP. °•G„e •x 51145,x 0 CAI1 MiliAIRR aFFCPF 'Mu lm T rAl A AT.CE 4 1I R s A1! MIC SMART STREET NON MOTORIZED. PROJECT CHANNELIZATION PLAN provided to Builders Exchange o1 WA. For usage Conditions Agreement see wuw bxwa com • Always Vemy Scale Nr 104P 1 CHANNELIZATION NOTES: © PLlSOC SNARED LANE- MAMMA) - (SEE MONK DETML OTT SHEET SNOT) P LASTIC. SW LANE 5110801. PER %SOOT STD PLAN'M- O.'5O -Dt E• WOE AIDE 111E PER 1050Or 510 PLAN N- 20.10 -02 101117E PAWED CORE AMEA 14ARMR405 MM morons (SEE omit SNEET 410e) D OABLE - SCUD '(ELLOR RPU 511111PE PER CITY of 11RCINLA 510 PLAN 115-13 Mt 2SL LEFT 11N01 AMNOM PER N500T sro PLAN w24:40 -01 StTI(XE -50110 YELLOW RPM STRIPE PER Uri OF tJ(MI.A SID PLAN RS-13 SNICLE SOLID- IRITIC MN STRIPE PM OTT CF TOM.* SID PLAN PS-13 0 0 0 0 GENERAL NOTES: ,. 5101 PLACEUENT TO WET OFFSET REDIRRELU+Is PER 01Y OF I11KM.A STD PLAN RS -14. 2. USE GALVANIZED U CNATOTEL St6N'POSTS AMD FIAINOAAONS PER CITY CF TUTOPLA SID PLAN 005.14 FOR ALL SIGNS 3 SEE WV SNO1 FOR WM SDCOJLE A CONSTRUCT Bn1E LANE SYMBOL. 2.51' PI FROM EDGE STRIPE (VP.). 5. SNARED. LASE MARKINGS TO BE PLACED ■URMlll1 4' 111m 0.* OB EDCL OF TRAVELED' LANE 7R11ESS (MOUSE NOTED. A [x0511016 Ron UNES TM1EN FROM d5 (GEOGRAPHIC Pi0RYA77014 5751[115) A110 NOT DATABLE FON PROPERTY ACOUSIDOI. LEGEND -BI QR/-/ PRCPOSEO 1C1 AND WTCO 51611 0ESIFJYA11044 PUBLIC W©Ri<s L�EP •ENOINI INO •ITNIEETI *WATER •IEWER'ARKS VU MINN ti • DAVID EVANS ASSOCIATES we. '5 -11911n An+..Ai (WwlwellM 9[005 WS max 475519 545:1 r = Q LO W W W Z= J to = W f- CO Q r GAtl AS HE INI n A 1 11 0 M M me w1- MIC SMART STREET NON MOTORIZED PROJECT CHANNELIZATION PLAN Provided to Suede's Exchange of WA, Inc For usage Condtwns Agreement see www Dxwa com - Always Verify Scale R*44 rrj46"1&Mr1 Solt .1,4,1C44,1 Owe 40(.1 <0 (nw zw cs) U Ili Q 17 13.1—IC WORKS 17EPT. •INOIN UM NO•ITRUTS•WAT! •I OVER "ARKS *BUILDING • DAVID EVANS ....ASSOCIATE. Moo. 4•5. 1,AT■ A..•tl iF WW.Newo, WRY YSU PTcrw ITi,,R,uc MIC SMART STREET NON MOTORIZED PROJECT CHANNELIZATION NOTES: 0 a 0 0 PLASTIC AIMED LANG MARWMO (SEE MAIIKRIC OCTAL Gm 9[ET Slat) PLASM 9RE -LAME SYMaQ PER wSOOT STD PLAN M- 0.550 -OI S' 111 fTC WOE LIME PER VSIOT STD PLAN M -20 -10-07 NMMTE PAWED COME AREA MARKINGS INN a1E,RONS (SEE DEEM.. 91QT ace) DOME SCUD YELLOW RPM slims Pi11 are Tfi TOILIITLA STD PLµ •S -13 TWE 251 LEST RAIN ARROW' PER WSDOt SID PLAM M- 24.4O -01 snit SOLID 1'Rlaw RPM STRIPE PER ale OF 11ADULA 5TO PLAN RS-13 9NCLC SOUR 111MTE RPM STRIPE PER OTY OF 1UR1RA 5TD PLAN reS-15 GENERAL NOTES: SKIN PLACaLb T TO WET OF:SCT REOLAREIENTS PEW CITY Or 1UIORA STD PUN RS-.14 2. USE CALVANZEO U aANNll SW POSTS AND rOW9ATI WS. PER CITY OT TUKwLA STD PLAN RS-14 FOR ALL 51015, S SEE WIT 5191 FOR 901 SCHE0ULE �. CLNSTRUCT OWE LANE snow 150' M FROM EDGE SRRR. (TNT.). S. SHARED LANE WRMMCS TO RE RACED La wAAJM A• FROL1 CIAO OR r011 OF 15450.5D LANE UPLESS OTNE5MSE NOTED. e. EIOSRM0 ROW M5 TANG FROM 05 (CEOC AP11C INfDRMA1ON mulls) WC NOT SUITABLE FOR PROPERTY ACOUTSIRON, LEGEND TKU SG1 0E50NATION CAII ARIk7M1S fiFFOIF OMMOMa4RTS c; ALLLAACF At, CHANNELIZATION PLAN Prowled to Builders Exchange al WA, Inc For usage Conditions Agreement see www Lnlwa.com - Always Venly Scala SIZE Agreement Form C -1 AGREEMENT FORM 14 -125 CONTRACT NO. Council Approval 8/18/14 d_— THIS AGREEMENT is made and entered into on thiso�7 day of / h4 , 20) , by and between the City of Tukwila, Washington ( "Owner ") and Macnak Construction ( ontractor "). 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 MIC Smart Street Non - Motorized Project, Project No. 91310406 and Federal Aid No. CM- 9917(022), including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1 -04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorneys Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) By: e Attest: b_ (17V-1-1---Q-A--‘. This T7 clay of k :. O 7 1A-- 1 1' r City Cler Ap roved as to Form: , 20 l `i u# aAi c»Jc. City Attorney Address for giving notices: 63()0 SJ0 - �I vc� 8(6 /Go Vkw►1c Uf 18.8 Macnak Construction LLC (Contractor) By: Terence king Title: Managing Member Attest: T = A f August , 2014 Cdntractor's License No. ACNACL937NB Address for giving notices: 2624 112th St. S., Suite A -1 Lakewood WA 98499 6, t c4(6 /m9Ls Rev. 4-15-09 rovided.to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify. Scale Payment and Performance Bond C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 2185683 We Macnak Construction, LLC , and North American Specialty Insurance Company, (Principal) (Surety) a New Hampshire 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 Two Hundred Sixteen Thousand Eight Hundred Six and no /100 Dollars ($216,806.00 ), 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 the performance of Principal in connection with a contract dated alb , 2014 , between Principal and Owner for a project entitled MIC Smart Street NoiMotorized Project, Contract No.91310406 ( "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. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10 %) of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. 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. Rev. 4 -15 -09 Payment and Performance Bond C -3 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. 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 20th day of August , 20 14 . Macnak Cons uctio Gxcc. BY: Sign re of A ized Official Managin• Member Title Name and address of local office of agent and /or Surety Company: North American Specialty Insurance Gorhony. Surety ... ignature of Authorized Official' By Karen J. Smith, Attorney;In-FactC r - Attorney in Fact,;,. (Attach Power of Attorney): Hentschell & Associates, Inc. 621 Pacific Ave. #400 Tacoma, WA 98402 (253) 272 -1151 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington, per Section 1 -02.7 of the Standard Specifications. Rev. 4 -15 -09 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE A. CRAKER, KAREN A. INGRAM, KAREN J. SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By David M. Layman, Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this20th day of June > 2012 State of Illinois County of Cook On this nth day of June , 2012 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. %� i "OFFICIAL SEAL" 4 DONNA D. SKLENS Notary Public, State of Illinois Donna D. Sklens, Notary Public f My Commission Expires 10/06/2015 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies tit' ay oft , 20.g ss: North American Specialty Insurance Company Washington International Insurance Company Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company Proposal P -1 PROPOSAL Contractor's Name Contractor's State License No. City of Tukwila Project No. Federal Aid No. To the Mayor and City Council City of Tukwila, Washington Macnak Construction LLC MACNACL937NB 91310406 CM- 9917(022) 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 MIC Smart Street Non - Motorized Project, which project includes but is not limited to: Construction of approximately 6,280 linear feet of bicycle facility along East Marginal Way, Boeing Access Road, and Airport Way S from SR 599 to City Limits. Items of work include but are not limited to pavement and striping removal, shoulder reconstruction, HMA, signing, channelization, and other work necessary to complete the Work as specified and shown in the Contract Documents; and other items necessary to complete the Work as shown on 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) iibid 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 30 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. MIC Smart Street Non - Motorized Project Rev. 4-15-09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scale Bid Schedule P -3 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the Bid form which acknowledges the Bid Guaranty, Time of Completion, all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two. unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bld prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print -out for all of the bid Items contained In this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print -out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown In this print -out by the respective estimated - hown on the Bid form then totaling all of the extended amounts. Signed: Title: Managing ember Date: 08/01/2014 M IC Smart Street Non - Motorized Project Rev. 4-15-09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Propvsal=Signattire-Sheet P.4 By signing below, Bidder acknowiedges,receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 r2 Date of Receipt Addendum No. 3 4 Date of Receipt , NOTTE.• Failure to ;acknowledge receipt of Addenda-may be considered as an frregularitY in the Bid Proposal and Owner reserves the right to, d etermine ,whether -the bid will be disqualified By,isigning rbelow, B idder certifies that ;Bidder has reviewed the •insurance provision s 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 Hentschell & Associates; Inc. of ¢21 PacificAve., Suite 40O Tacoma, WA 98402 (Name) (Address) Bidder: Macnak ction LLC Signature of Authorized Official: , 1 Printed Name and Title: Address :,. - Tere e D. King Managing Member. 2624 112th St. S. Suite Al Lakewood, WA 98499-. Circle One: Individual / Partnership / "Joint Venture / Corporation Phone. No :: • 253 =212 -2378 This address and phone number is the one to which all communications regarding this proposal should be sent NOTES: 1: ' If the Bidder is `a` copartnership, give firm name under, which business is transacted; proposal must be ' ' ro corporate by a partner. If the Bidder is a corporation, p po sal must be executed in the p orate name by the president or vice - president. (or any other;corporate officer accompanied by ,evidence of authority-to sign). State of incorporation: Date: 8/4/2014 Washington 2. A bld'must be received on all Items. *If eithei a unit price or an eictensiori is left blank`(but not both) for a bld item, the Owner, will ,multiply or:divide the available entry by therquantity, as applicable, and enter it on ' the bid form. If there. is no" "unit price Q extension for one or more bid item(s),: the _proposal will be rejected.' MIC Smart Street Non- MotorizedProject Rev. 415 -09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Alwaye Verify Scale ' Bid Security P -5 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). OR - Bid Bond: The undersigned, Macnak Construction, LLC (Principal), and North American Specialty Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5 %) of Total Amount of Accompanying Proposal-------- -- dollars ($ - - - -- - ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not Tess than five percent (5 %) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for MIC Smart Street Non - Motorized Project, Project No. 91310406 and Federal Aid No. CM- 9917(022), according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 6th day of August Macnak Construction, LLC Pr By: vo: Signature .f Authorized • Icial M4tiiAretlalis M'@MBeit. Title Name and address of local office of agent and /or Surety Company: , 2014 . North American Specialty Insurance Company Surety By Att gyrfey in Fa (Attach Power of Attorney) K ren J. Smith Hentschell & Associates, Inc. 621 Pacific Ave. #400 Tacoma, WA 98402 (253) 272 -1151 Surety companies executing bonds must appear on the current Authorized insurance List in the State of Washington per Section 1 -02 7 of the Standard Specifications, MIC Smart Street Non - Motorized Project Rev 4 -15 -09 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE A. CRAKER, KAREN A. INGRAM, KAREN J. SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to snake, execute, seal and deliver, for and an its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of' Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9d' of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution army such Power ofAttomey and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vitt President of North Amerlrnn Specialty Insurance Company By timid M. Layman, Vice President or Washington International Insurance Compnny & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this2Oth day of June , 2012 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 20th day of June , 2012 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. t "OFFICIAL SEAL" t DONNA D. SKLENS t Notary Public, State of Illinois 1 My Commission fipifes 1010612015 Donna D. Sklens, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington international Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF,1 have set my hand and affixed the seals of the Companies thi Jeffrey Goldberg. Vtco President & Assistant Secretary of Washington International insurance Company & Nonh Amencan Specialty Insurance Company Non - Collusion Declaration P -7 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 USDOTs 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 Farm 272.0381 EF 0712011 MIC Smart Street Non - Motorized Project Rev 4-15-09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Certification for Federal -Aid Contracts P-8 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 falls to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal chat 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. DOT Fern 272.040 EF Revised 112060 MIC Smart Street Non-Motorized Project Rev. 4-15.09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P -9 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Macnak Construction LLC Address of Bidder: 2624 112th Street South, Suite Al Lakewood Washington City State Contractor's License No. MACNACL937NB WA State UBI No. 602 739 651 98499 Zip Code Dept. of L &I License Bond Registration No, 573079C Worker's Comp. Acct. No. 073,750 -01 Bidder is a(n): 0 :4 Individual ❑ Partnership ❑ Joint Venture ❑ Incorporated in the state of "Macnak Construction is a LLC. List business names used by Bidder during the past 10 years if different than above: N/A Bidder has been in business continuously from Bank Reference Columbia Bank Bank No. of regular full -time employees: 30 2007 Year Melissa Missal' Account Officer 253 -581 -4232 Officer's Phone No. Number of projects in the past 10 years completed: 50 ahead of schedule 80 on schedule Q behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 7 years. As a subcontractor for 7 years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Titre How Lone With Bidder John Mills Senoir Project Manager 2 years Chester Burgner Project Manager 3 years Alex Coberly Superintendent 4 year Mik Peterson Principal Foreman 1 year Rev. 415-09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P -10 Name the Scheduler to be used on this Project, who has developed, created, and maintained at least 2 computerized schedules of similar size and complexity of this contract. Attach a resume outlining the experience and qualifications of the Scheduler. Scheduler's Name: Rocky Gerber Macnak Construction LLC 253- 212 -2378 Name the Surveyor to be used on this Protect, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? ® Yes ❑ No Surveyor's Name: David Follansbee PLS, AHBL 253- 383 -2422 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 Project Name Completed 2012 East Fort Weiser Bridge Chip Seal and Line Striping 2011 Chip Seal & Striping od Rd 32 & 33 2010 MORA Asphalt Overlay 2011 Mt. Rainier Education Center 2010 Black Creek Bridge & Road Repair Ft. Lewis Medical /Dental Clinic 2010 Contract Amount $274,625.00 $444547.59 $195590.00 USFS Okanogan NF Tonya Rymer 503 - 668 -1703 $229,678.00 $208,326.00 Owner /Reference Name and Phone USFS, Payette NF Matt Morris NPS Olympic National Park Phaedra Fuller 360 -565 -3009 NPS Mt. Rainier NP Pam Griffin 360- 569 -6541 NPS Mt. Rainier NP Barry Fetzer 360 -854 -7219 2010 $158,715.00 USFS Mt. Baker Snoqualmie NF Jorge Samosa 425 - 783 -6053 Mt. Rainies Road Repair a Mt. Rainier Asphalt Overlay $202,465.00 DOD Army The Korte Co. Jason Mantle 314- 335 -2402 2009 $294,093.00 NPS Mt. Rainier NP Barry Fetzer 360- 854 -7219 2009 $224.960.00 NPS Mt. Rainier NP Barry Fetzer 360- 854 -7219 List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project None Contract Amount N/A Total Claims Arbitrated or Litigated N/A Amount of Settlement of Claims N/A Has Bidder, or any representative or partner thereof, ever failed to complete a contract? D No D Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? 131 No D Yes If yes, please state: Rev. 4 -15-09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P -11 Prolect Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? ID No 0 Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? ® No 0 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? ® No 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his /her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Managing Member riN3 Terence D King Date: 8/1 /2014 Rev 4-15-09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposed Equipment and Labor Schedule P -12 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Hitachi 120 Excavator 1994 Good Own Broce Broom Sweeper 1992 Good Own Freightliner Water Truck 2004 Good Own Ford F550 Support Truck 2003 Good Own Dodge traffic truck 2004 Good Own Internation Traffic Truck 1985 Good Own John Deere 410 Backhoe 1998 Good Own Mack Dump Truck 1989 Good Own Labor to be used: Certified FIaggers, General Laborers , and Operators Macnak Construction LLC Name of Bidder Signatur of Authorized Official Managing Member Title MIC Smart Street Non- Motorized Project Rev. 4-15-09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposed Subcontractors P -13 PROPOSED SUBCONTRACTORS Name of Bidder Macnak Construction LLC In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder 60 Schedule /Bid Item Numbers % of Total Name Subcontractor will perform Bid Puget Paving 15 & 16 Paving and Planing Bituminous Pavement 17% AHBL 2 Roadway Surveying 5% Apply -a -line 20 -26 Pavement Marking and Painting 18% MIC Smart Street Non- Motorized Project Rev. 4-15 -09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale