Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
15-177 - Olson Brothers Pro Vac LLC - 2015 Sanitary Sewer Manhole Rehabilitation Agreement
C -1 AGREEMENT FORM 15 -177 CONTRACT NO. Council Approval 10/19/15 THIS AGREEMENT is made and entered into on this Ar` "'day of )A(pV kW , 20 15, by and between the City of Tukwila, Washington ( "Owner ") and OLso W B a-OTi 2S FAA -1)14C-, LL-C- ("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 2015 SANITARY SEWER MANHOLE REHABILITATION Project No. #91140203 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 Special Provisions. 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 with submittal phase, and construction phase dates. 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. Attomey's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 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) City A orney lAdddr�reyys \\s for giving notices: (� I c:3M ✓I n STE 0 46\c.. LA RriK OLSo) g&o --I Rc P12o- 0),C,LLc (Contractor) . By: Title: Pc es; cA- Q-J Attest: This (?) day of _i✓r 20 l A' Contractor's License No. ©LSo P °B5z"-a Address for giving notices: c)3373 I ) a,7/66 V5 2015 Sanitary Sewer Manhole Rehabilitation September 2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 106385362 We, Olson Brothers Pro -Vac, LLC , and Travelers Casualty and Surety Comoanv of Amegca (Print ipe° (Surety) a Connecticut 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 Hundred Five Thousand Sixty -Eight and 10/100ths Dollars ($105,068.10 ), 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 PSavnhRn A 2015 , between Principal and Owner for a project entitled 2015 SANITARY SEWER MANHOLE REHABILITATION Contract No. 15 -111 ( "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, holds harmless, and defend Owner. its officers, and agents 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, holds harmless, and defend Owner 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. These indemnities shall be primary to all other indemnities from other parties. 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%). 2015 Sanitary Sewer Manhole Rehabilitation 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com - Always Verify Scala September 2015 s Performance 8 Payment Bond C-3 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. This Payment and Performance Bond shall be govemed 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 6th day of October , 2015 Olson Brothers Pro -Vac, LLC Travelers Casualty and Surety Company of America nncipa Surety `- Sign ure of Auth rized Official i nature o Authorized Official S3 9 Aces 1 •2YN By Julie R. Truitt, r Title Attomey in Fact Name and address of local office of agent and/or Surety Company: (Attach Power of Attomey) Travelers Casualty and Surety Company of America 1501 Fourth Ave., Suite 1000 Seattle, WA 98101 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 Specification 2015 Sanitary Sewer Manhole Rehabilitation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale September 2015 • TRAVELERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 229707 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 006178137 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Karen Swanson, Brent E. Heilesen, Peter J. Comfort, Julie R. Truitt, Christopher Kinyon, Jamie Diemer, Carley Espiritu, and Jennifer L. Snyder of the City of Tacoma , State of Washington , their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in thei1business oguaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required ar peer ttem any a trio s or proceedings allowed by law. V IN of TNE$uSl WHEREOF, the Companies have caused this instrument to'be signed.and t 'corporate seals to be hereto affixed, this Farmington Casualty Comp na y} ',\) St. Paul Mercury Insurance Company Fidelity and Guaranty 3nsurance`Company4s ',, Travelers Casualty and Surety Company Fidelity and Guaranty Insufrait'ce'Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 27th State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President 27th July 2015 On this the day of , , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440 -8 -12 Printed in U.S.A. W w" c • V Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT PROVISIONS FOR 2015 SANITARY SEWER MANHOLE REHABILITATION Project No. 91140203 September 2015 07/28/2015 2015 Sanitary Sewer Manhole Rehabilitation Prepared for: CITY OF TUKWILA 6200 - Southcenter Boulevard Tukwila, Washington 98188 Prepared by: RH2 ENGINEERING, INC. 22722 29th Drive SE, Suite 210 Bothell, Washington 98021 07/28/2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 07/28/2015 September 2015 CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Tukwila City Council Members Kate Kruller, President De'Sean Quinn Kathy Hougardy Joe Duffie Dennis Robertson Allan Ekberg Verna Seal City Administration Jim Haggerton, Mayor David Cline, City Administrator Christy O'Flaherty, MMC, City Clerk Bob Giberson, PE, Director of Public Works City Engineer Robin Tischmak, PE Consulting Engineer RH2 Engineering, Inc. Approved for construction by: Si nature Date Robin Tischmak, PE, City Engineer �. i / 6-25 -LS Pat Brodin, PE, Public Works Operations Manager doe Bob Giberson, Director of Public Works55.K 441-1 8—Z-5.--/ 2015 Sanitary Sewer Manhole Rehabilitation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwwv.bxwa.com - Always Verify Scale October 2015 TABLE OF CONTENTS Page Call for Bids 1 -1 Information for Bidders 1 -2 Proposal P-1 Bid Schedule P -2 Proposal Signature Sheet P -4 Bid Security P -6 Non - Collusion Declaration P -7 Responsible Bidder Determination Form P -8 Proposed Equipment and Labor Schedule P-1 1 Proposed Subcontractors P -12 Agreement Form C -1 Payment and Performance Bond C -2 Amendment to the Standard Specifications A -1 Special Provisions SP -1 Appendices A Standard Plans and Details B Expanded Gasket Method C Prevailing Wage Rates D City of Tukwila Standard Forms E King County Surface Water Design Manual Appendix D, Erosion and Sediment Control Standards 2015 Sanitary Sewer Manhole Rehabilitation September 2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 -1 CITY OF TUKWILA CALL FOR BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Tukwila, Washington at the Office of the City Clerk at Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington 98188, up to the hour of 10:00 a.m. on Tuesday, September 29, 2015. Bids will be opened and publicly read aloud at 10:30 a.m. on Tuesday, September 29, 2015 for: 2015 SANITARY SEWER MANHOLE REHABILITATION PROJECT NO. 91140203 The Work to be performed within 150 calendar days from the date of Notice to Proceed with the construction phase consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: Rehabilitation of 9 manholes utilizing a variety of techniques as shown in the Plans. Rehabilitation tasks vary for each manhole, and may include preparatory work, chemical grouting, cementitious grouting, coating, rechanneling the manhole, chipping out and grouting pipe penetrations, root control, removal and installation of drop connections, removal and replacement of ladders, removal and replacement of frames and covers, and other work necessary to complete the Work as specified and shown in the Contract Documents. Each bid shall be in accordance with the bid documents available free of charge on -line through Builders Exchange of Washington, Inc. at http : / /www.bxwa.com. Click on: "bxwa.com ", "Posted Projects "; Public Works "; "City of Tukwila ", and "Project Bidding ". Bidders are encouraged to "Register as a Bidder" in order to receive automatic e-mail notification of addenda and to be placed on the "Bidders List". This service is provided free of charge to Prime Bidders, Subcontractors and Vendors bidding this project. Contact Builders Exchange of Washington at (425) 258 -1303, should you require further assistance. Informational copies of any available maps, plans, specifications, and subsurface information are on file for inspection in the office of the Tukwila City Engineer, at the Public Works Department. All bid proposals shall be submitted according to the Information for Bidders and be accompanied by a bid proposal deposit in the form of a cash deposit, certified or cashier's check, postal money order, or surety bond made payable to the City of Tukwila, for a sum not less than five percent (5 %) of the amount of such bid, including sales tax. Should the successful bidder fail to enter into such contract and furnish satisfactory payment and performance bonds within the time stated in the specifications, the bid deposit /bond shall be forfeited to the City of Tukwila. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contracts entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as deemed to be in the best interest of the City. CITY OF TUKWILA Christy O'Flaherty, MMC, City Clerk Published Seattle Times: September 15, 2015 and September 22, 2015 Published Daily Journal of Commerce: September 15, 2015 and September 22, 2015 2015 Sanitary Sewer Manhole Rehabilitation September 2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 -2 INFORMATION FOR BIDDERS The following supplements the information in the Call for Bids: 1. Examination of Plans, Specifications, and Site Before submitting his bid, the Contractor shall carefully examine each component of the Bid Documents prepared for the Work and any other available supporting data so as to be thoroughly familiar with all the requirements. However, the Owner or Consulting Engineer does not assume responsibility for variations of subsoil quality or condition at specific project locations. The availability of this information shall not relieve the Bidder of his duty to examine the project site nor of any other responsibility under the Contract. The Bidder shall make a detailed physical examination of the project site and conditions under which the Work is to be performed, including but not limited to: current site topography, soil and moisture conditions; underground obstructions; the obstacles and character of materials which may be encountered; traffic conditions; public and private utilities; the availability and cost of labor; and available facilities for transportation, handling, and storage of materials and equipment. See Section 1 -05.14 of the Special Provisions for identification of any other work that is to be performed on or near the project site by others. The contractor shall be responsible for coordinating all work that is part of this contract with the City of Tukwila, the contractor responsible for the 2015 Central Business District Sanitary Sewer Rehabilitation project, and the contractors responsible for rehabilitation work on Lift Station 2. 2. Property Issues — Permits, Easements, Licenses to Construct All bidders shall base their bids upon full restoration of all property within the right -of -way and easements, and wherever Bidder will have 'license to construct'. The easements and license to construct documents that have been acquired are available for inspection and review. The Bidder is advised to review the conditions of the permits, easements, and licenses to construct, as he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, licenses, etc., shall be the responsibility of the Bidder. The Bidder shall comply with the requirements of each. The contractor shall obtain all City of Tukwila right -of -way permits and noise ordinance waivers if after hours work is anticipated. 3. Interpretation of Bid Documents The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or discrepancies in or between, or omissions from the Bid Documents. Questions or comments about these Bid Documents should be directed to the attention of: Michael Cusick, 6300 Southcenter Boulevard, Tukwila, WA 98188, phone (206) 431 -2441. Questions received Tess than two (2) days prior to the date of bid opening may not be answered. Any interpretation or correction of the Bid Documents will be made only by addendum, and a copy of such addendum will be mailed or delivered to each person receiving a set of such Bid 2015 Sanitary Sewer Manhole Rehabilitation September 2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Information for Bidders 1 -3 Documents. The Owner or the Consulting Engineer will not be responsible for any other explanations or interpretations of the Bid Documents. No oral interpretations of any provision in the Bid Documents will be made to any Bidder. 4. Special Schedule Considerations /Sequencing of Work The contractor shall be responsible for coordinating all work that is part of this contract with the City of Tukwila, the contractor responsible for the 2015 Central Business District Sanitary Sewer Rehabilitation, and the contractors responsible for rehabilitation work on Lift Station 2. Some manhole rehabilitation work shall be day work performed between 7:00 am and 6:00 pm, and some manhole rehabilitation work shall be night work performed between 8:00 pm and 6:00 am, as identified in the Plans, in order to avoid interrupting sewer service during business hours. The traveling public shall have complete and unhindered use of all lanes and access points during the specified times. As a minimum, the number of lanes and access points available for complete and unhindered use shall be the same number, width and capacity as that available at the time the Contract is awarded. No work which requires flagging operations or may in any way cause a delay of any kind within the project limits will be allowed. The contractor shall perform no work which will impact traffic between the dates of November 16, 2015, and January 5, 2016. The traveling public shall have complete unhindered use of all lanes and access points during the specified times. As a minimum, the number of lanes and access points available for complete and unhindered use shall be the same number, width, and capacity as that available at the time the Contrtact is awarded. No work which requires flagging operations or may in any way cause a delay of any kind within the project limits will be allowed. 5. Wages Washington State Prevailing Wage rates apply to this project. The Owner requires strict adherence to, and will monitor compliance with, applicable wage rates. Weekly Certified Payrolls are required. All Contractors are responsible for payment of prevailing wages to all "workers employed directly upon the site of the work" under the contract. All Contractors shall provide weekly certified payroll reports that are complete and comply with State law and the conditions set out in the Contract Documents. The Contractor is also responsible for the compliance to the above requirements of all Subcontractors and Sub - Subcontractors. All contractors shall complete and provide all Owner required documentation and forms. Non- compliance with the above requirements will result in denial of the Contractor's application for payment. No exceptions will be made. 6. State Sales Tax (see also 1 -07.2 in Special Provisions) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax. The Contractor shall include Washington State retail sales taxes in the various unit and lump sum bid prices of the contract, in compliance with State Department of Revenue Rule 171. These retail sales taxes shall include those the Contractor pays on purchases of materials, equipment, and supplies used or consumed in doing the work. All tax payments shall be based on actual quantities used, regardless of quantities stated in the Proposal. 2015 Sanitary Sewer Manhole Rehabilitation September 2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale information for Bidders 1-4 The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to collect State sales tax from the Contracting Agency on other portions of the project, as follows: 2. The provisions of State Department of Revenue Rule 170 apply to Schedules A and B and the Contractor shall collect retail sales tax from the Contracting Agency. Note: in both cases, sales tax for purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, shall be included in the bid item prices. 7. Bidding Checklist All bids shall be submitted on the exact forms provided in these Bid Documents, and listed below. Failure to submit any of these forms is grounds for rejection of the bid. The only exception is if the bidder follows the directions for Bids Submitted on Computer Printouts, follovving the bid proposal forms. Sealed bids for this proposal shall be submitted as specified in the Call for Bids. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and must be clearly marked with the name and number of the project for which the bid is submitted: BID FOR 2015 SANITARY SEWER MANHOLE REHABILITATION All bids will remain subject to acceptance for ninety (90) days after the day of the bid opening. a. Proposal — Bidders must bid on all items contained in the Proposal. The omission or deletion of any bid item will be considered nonresponsive and shall be cause for rejection of the bid. b. Bid Security — Bid Security is to be executed by the Bidder and the surety company unless bid is accompanied by a cash deposit, certified or cashier's check, or postal money order. The amount of this security shall be not less than five percent (5 %) of the total bid, including sales tax, if applicable, and may be shown in dollars. Surety must be authorized to do business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1 -02.7 of the Standard Specifications. The Bid Security form included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. The deposit of the successful Bidder will be returned provided Bidder executes the Agreement, furnishes satisfactory Payment and Performance Bond covering the full amount of work, and provides evidence of insurance coverage, within ten (10) days after Notice of Award. Should Bidder fail or refuse to do so, the Bid Deposit or Bond shall be forfeited to the City of Tukwila as liquidated damages for such failure. 2015 Sanitary Sewer Manhole Rehabilitation September 2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Information for Bidders 1 -5 The Owner reserves the right to retain the security of the three (3) lowest bidders until the successful Bidder has executed the Agreement and furnished the Performance and Payment bond. c. Non - Collusion Declaration — Must be filled in, signed, and notarized. d. Responsible Bidder Determination Form e. Proposed Equipment and Labor Schedule f. Proposed Subcontractors, if required Regarding forms c, d, e, and f, the Owner reserves the right to check all statements and to judge the adequacy of the Bidder's qualifications, and to reject Bidder as not responsible based on this information. 8. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. The Agreement and Payment and Performance Bond are included in these Bid Documents and should be carefully examined by the Bidder. a. Agreement Form — Two (2) originals to be executed by the successful Bidder. b. Payment and Performance Bond — Two (2) originals to be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10 %) of the total price bid for one year after final acceptance of the Work. The bond form included in these Bid Documents MUST be used; no substitute will be accepted. If an Attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance — To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1 -07.18 of the Special Provisions. The Owner and Consulting Engineers retained by Owner shall be named as "Additional Insureds" on the insurance policies. The above bid and contract documents must be executed by the Contractor's President or Vice - President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. 2015 Sanitary Sewer Manhole Rehabilitation September 2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -1 PROPOSAL (unit price) Contractor's Name O 5on crOiNV59(o o Contractor's State License No. OLSOw GP Cl'$5 a City of Tukwila Project No. 91140203 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 2015 SANITARY SEWER MANHOLE REHABILITATION, which project includes but is not limited to: Rehabilitation of 9 manholes utilizing a variety of techniques as shown in the Plans. Rehabilitation tasks vary for each manhole, and may include preparatory work, chemical grouting, cementitious grouting, coating, rechanneling the manhole, chipping out and grouting pipe penetrations, root control, removal and installation of drop connections, removal and replacement of ladders, removal and replacement of frames and covers, and other work necessary to complete the Work as specified and shown in the Contract Documents. The Bidder 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) El 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 certificate of 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. One Notice to Proceed will be issued to the Bidder. The Bidder shall attain Physical Completion of all Work in all respects within 150 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. 2015 Sanitary Sewer Manhole Rehabilitation September 2015 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale