Loading...
HomeMy WebLinkAbout17-092 - Gary Harper Construction - 2016 Andover Park East Sewer Repair17 -092 Council Approval 5/15/17 C -1 AGREEMENT FORM CONTRACT NO. fl-09Z THIS AGREEMENT is made and entered into on this 30 day of YV► , 201, by and between the City of Tukwila, Washington ( "Owner") and iaGry Hay- F i �14nG. ( "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 2016 ANDOVER PARK EAST SEWER REPAIR, 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 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. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attomey's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUK (Owner) By: l4 // a -e/ e, ASHI TON Mayor ity Ap roved as to Form: Address for giving notices: 193bo Bove Svid/ S 6- kco cv\\ ' 2016 Andover Park East Sewer Repair G ay /� �-_• lfi rt 1 /Oil t c' (Contractor) By: Title: Attest: This Contractor's License No. l�1-J)./ Address for giving notices: 1L143/ .-/1011,0 )17/4-A /, gY h. Rev. 5 -13 -14 C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 382760P We, Gary Harper Construction, Inc. , and Developers Surety and Indemnity Company (Principal) (Surety) a California 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 Four Hundred Thirteen Thousand Three Hundred Ninety Five and 50/100 Dollars ($413,395.50 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated YYl ice; 3o , 2013 , between Principal and Owner for a project entitled 2016 ANDOVER PARK EAST SEWER REPAIR, Contract No. 1 7 O'1 2- ("Contract"). The initial penal sum shall equal one hundred percent (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 %). 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 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 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 15th day of May , 2017 . Gary Harper Con _uctign, Inc. Developers Suret - d Indemnit Company Signature of A thorize• • ' icial Gary Harper, President Title Name and address of local office of agent and /or Surety Company: � ,ue l Signature u thor iz ed Official Kelly Ara rney -in -Fact Attorney in Fact „" (Attach Power of Attorney). • Developers Surety and Indemnity Company 17771 Cowan Suite 100 Irvine, CA 92614 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of t Washington per Section 1 -02.7 of the Standard Specifications. 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263 -3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint ** *Steven W. Palmer, Katie Snider, Kelly Araujo, Holly E. Ulfers, Angela D. Tonnon, Roxana Palacios, jointly or severally * ** as their true and lawful Attomey(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice - President, Senior Vice - President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017. By: By: Daniel Young, Senior Vice- President Mark Lansdon, Vice- President State of California County of Orange A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On February 6, 2017 personally appeared Date before me, Lucille Raymond, Notary Public Here Insert Name and Title of the Officer Daniel Young and Mark Lansdon LUCILLE RAYMOND Commission # 2081945 Notary Public - California z Orange County Mr Comm. Ex�res Oct 13`2018 Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature CERTIFICATE Lucille •:y ond, Notary Public The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisicns of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attomey are in force as of the date of this Certificate. By: This Certificate is executed in the City of Irvine, Califomia, this Cassie J. rrisford, Assistant Se ATS -1002 (02/17) 15th day of May 2017 2., P -1 PROPOSAL (unit price) 6a/1,1 Yorc-pzr Contractor's Name /1 SiCLteAdi /(C-, Contractor's State License No. G4K1{G //0,j,:cr 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 2016 ANDOVER PARK EAST SEWER REPAIR, which project includes but is not limited to replacement of approximately 435 linear feet of existing asbestos- cement sewer mains with PVC pipe; 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) 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 30 working 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. 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 Page 13 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -2 2016 ANDOVER PARK EAST SEWER REPAIR Project No. 91140203 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item Mobilization /Demobilization 1 LS . = 2 �Sv0c C as=-_s--b 0 r `) No. Item. Description Quantity Unit Unit Price Amount 1 . Mobilization /Demobilization 1 LS . = 2 �Sv0c C as=-_s--b 0 r `) 2. Traffic Control – Flagger Labor (Minimum Bid of $38.36) 40 HR 0 C 2 .720 c9c0 3. Traffic Control – Signs, Devices, and Markings 1 LS � f ; V�J, i. /6- t 75 00 3 Y Q Of ' cJ 4. Temporary Erosion Control 1 LS . ? C(00 csv 5. Shoring and Trench Safety Systems 435 LF L Y C90 l0 C Pc' 6. Dewatering 1 LS /2 c:° fY /2/52,0.:°° /7/200 . c�l4 /coo c.':' 7. Pothole Existing Utilities 8 EA / Yf'c, r" 0 8. Provide, Install, and Manage Temporary Wastewater Bypasses 1 LS ctQ 00 oc 12 -inch PVC Gravity Sewer Pipe 435 LF .41f', OD S`/ 010LIK) .9,00 5,0 10. Connect to Existing Sewer Main 7 EA , 26c0 c O 117 Reestablish MH Penetrations 3 EA /s— x ca 0 y.S'r5 d '2° 12. Reconnect Existing Laterals 1 EA 0enc, c'`' 2000 13. Crushed Surfacing Top Course Backfill 1,400 TONS 4lS06 66‘60 d (*) VyC)C, ov Li 714 c�0 14. Foundation Material 80 TONS _537p C.) 15. HMA Patching 230 TONS ,,1 m.60 16. Post- Construction Sewer Main Cleaning and Video Inspection 1 LS ?rlt9 0..1'15° 3aco c9© 17. Restoration 1 LS acrjr, pc_, goejcp «'�j $20,000.00 18. Force Account 1 LS $20,000.00 Subtotal $ 376,306706 Sales Tax @ 10.0 % $ 57) 650. 60 Total Bid (w/ WSST) $ �/3 qS,-S '" I The basis for contract award will be the Base Bid. 2016 Andover Park East Sewer Repair Page 14 Bid Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Rev. 5 -13 -14 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 unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print -out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print -out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print -out by the respective estimated quantities war 0,n the si fm then totaling all of the extended amounts. Signed: `,7 Title: Date: 1 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. T e Surety Company which will furbish the required Payment and Performance Bond is 4/ / eig -f /1', &4' of ,000 Z x f 47,02 /'C /c/ ? C4 9 (oS (Name) (Address) 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 Page 15 Proposal Signature Page Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -4 Bidder: Signature of Authorized Official: Printed Name and Title: Address: Circle One: 60 4,ilarf�, ,ci'mhoived-4 log 909-6 Individual / Partnership / State of Incorporation: `L Joint Venture orporatio Phone No.: ;t gb- 5-/95C Date: %,C, /7 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co- partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the. Bidder is a corporation, proposal must be executed in the corporate name by the president or vice - president (or any other corporate officer accompanied by evidence of authority to sign). 2: A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. • 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 Page 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 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, Gary Harper Construction, Inc. (Principal), and Developers Surety and Indemnity Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5 %) of the Total Bid Amount dollars ($ 5 %- ), 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 2016 ANDOVER PARK EAST SEWER REPAIR, Project No. 91140203, 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 17th day of Gary Harper Construction, Inc. incipa Surety i%/ - ,� By t`- Mak+ Signa ure of Aut orize•,•fficial Attorney in Fact (Attach Power of Attorney) Roxana Palacios April 2017 Developers Surety and Indemnity Company Gary Harper, President Title Name and address of local office of agent and /or Surety Company: USI, Kibble & Prentice 601 Union Street, 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 Specifications. 2016 Andover Park East Sewer Repair Page 17 Bid Security Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Rev. 5 -13-14 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263 -3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint ** *Steven W. Palmer, Katie Snider, Kelly Araujo, Holly E. Ulfers, Angela D. Tonnon, Roxana Palacios, jointly or severally * ** as their true and lawful Attomey(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attorney(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attomey is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice- President, Senior Vice - President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(s) named in the Power of Attomey to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017. By: Daniel Young, Senior Vice- President Mark Lansdon, Vice- President State of California County of Orange a�2 tNi 1936 OJ�•cgUFOR��P •DO- A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On February 6, 2017 personally appeared Date before me, Lucille Raymond, Notary Public Here Insert Name and Tide of the Officer Daniel Young and Mark Lansdon LUCILLE RAYMOND Commission • 2081945 Notary Public - California D Orange County Mx Comm. Extires Oct 13`2018 C Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Lucille fj y ond, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY.OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Btiards of Directors of said corporations set forth in the Power of Attomey are in force as of the date of this Certificate. By: This Certificate is executed in the City of Irvine, California, this Cassie J., rrisford, Assistant Se tary ATS -1002 (02/17) 17th day of April , 2017 P -6 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 2016 ANDOVER PARK EAST SEWER REPAIR, Project No. 91140203. ```���11111 / /�� • y L. Sq �,� bat � 9` ' ii ago") /1 c- �� �. ,gSION �i " NOTARY to i IV% PUBLIC 12.? S e nature of Authorized Off ��i O 3'12'x' 20'� • ��` Title Vd-16041-- •04, WASv` ,+ Signed and sworn to tielore me on this day of 1 20/i . 9 Y Signature of Notary Public in and for the State of Washington, residing at ��so /7r1/ V;} My appointment expires: j /L5 /// Name of SEAL To report bid rigging activities call: NOTICE TO ALL BIDDERS 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. 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 Page 18 Non - Collusion Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -7 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. �' � Name of Bidder: 6a2zf � ���� i ✓ i��L��i. l +�� �!�' Address of Bidder: /43/ 3-10 s% .5•& 71410 m 1:41\ !i✓At " gil %6. City State Zip Code Contractor's License No. 6- Mtifit.i1053-k WA State UBI No. Dept. of L &I License Bond Registration No. 33`/(Pi4C Worker's Comp. Acct. No. Y4 522"OI Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture Vncorporated in the state of /L'9 List businesp names used by Bidder during the past ten (10) years if different than above: Bidder has been in business continuously from /g91.5 Bank Reference 167/0>1 A41. e 7. 4';<-[/&' ��C/i'4'�-�' Bank J Account Offici r Officer's Phone No, No. of regular full -time employees: 6- . Number of projects in the past ten (10) years completed: /0 ahead of schedule gO on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for �o�f years. As a subcontractor for 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 Title How Long With Bidder c Cirri , j1 J dicer ( Ft," s c -7 2016 Andover Park East Sewer Repair Rev. 5 -13-14 Page 19 Responsible Bidder Determination Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -8 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and q ifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? EYes ❑ No QCl Surveyor's Name: List all those projects, of similar nature and size, completed by Bidder within the past ten (10) years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least ten (10) years' experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner /Reference Name and Phone /2/7f 4.14(o0,ep List all projects undertaken in the last ten (10) years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Project Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? - No ❑ Yes If yes, give details: Has Bidder ever had any Payment /Performance Bonds called as a result of its work? LNo ❑ Yes If yes, please state: Project Name Contracting Party Bond Amount n/A- 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 Page 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Deterrnination Form P -9 Has Bidder ever been found guilty of violating any State or Federal employment laws? CNo ❑ Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? No ❑ Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past five (5) years? INo ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insu nce company for accidents resulting in fatal injury or dismemberment in the past five (5) years? No ❑ Yes If yes, please state: Date ,g 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. he undersigned ajthorizes the City of Tukwila to verify all information contained herein. - Signature f Bidder F Title: ?i�A Da e: ____O #* .-Y () /, .6/17 2016 Andover Park East Sewer Repair Page 21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Rev. 5 -13 -14 P -10 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: Labor to be used: er•a -- ;.4- __.f r- /�� L«�1� -r -` 1 o - • Official Siigpture of Aut r%'.'L,L7- /1/ Title 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 Page 22 Proposed Equipment & Labor Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale DESCRIPTION /TYPE YEAR CONDITION OWN /RENT c-0,74 ?.-.?0 cL L f_ =:fir -came --c--,- 0S- c5oc: Qc -�.---, �0, . 3Q cr %f rC C 1 / C:E .," 4 f .20co 6erc� cis Ocv, --1 Labor to be used: er•a -- ;.4- __.f r- /�� L«�1� -r -` 1 o - • Official Siigpture of Aut r%'.'L,L7- /1/ Title 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 Page 22 Proposed Equipment & Labor Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -11 PROPOS ED SUBCONTRACTORS , // Name of Bidder Z,0-44( War 6/75k2. /0/) ,//C In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of HVAC (heating, ventilation; and air conditioning); plumbing as described in chapter 18.1.06 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 i o V Schedule /Bid Item Numbers % of Name Subcontractor will perform Total Bid 2016 Andover Park East Sewer Repair Rev. 5 -13 -14 Page 23 Proposed Subcontractors Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Covington Water District 18631 SE 300th Place Kent, WA 98042 King County 401 Fifth Ave Seattle, WA 98104 Hartstene Pointe Water -Sewer District 772 Chesapeake Dr Shelton, WA 98584 Cross Valley Water District 8802 180th St SE Snohomish, WA 98296 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2016 Public Works Jobs and Major Projects as a General Contractor Type of Work: 222nd PI SE Wells C &D Improvements - Demolish two existing vaults for for existing wells. Construct two new well buildings. Install new pumps, valves, fittings, piping, electrical & controls. Misc electrical work in 3 other well buildings. Contact: Fred French (253) 631 -0565 JOB COSTS: $1,271,349 Type of Work: Vashon Treatment Plant UV Disinfection System #C00963C15 - Construct new U.V. Disinfection system and building. Install new inlet & discharge piping. New electrical and controls for U.V. System. Demolish old U.V. System. Contact: Glen Hiraki, Project Representative (206) 263 -1783 JOB COSTS: $610,144 Type of Work: WAS Pump Station Improvements - Remove old pumps & piping. Install two new waste activated sludge pumps, valves, fittings & pipe. Minor electrical work. Contact: Mont Jeffreys, General Manager (360) 427 -2413 JOB COSTS: $63,700 Type of Work: Office Site Fueling Station - Install new above ground dual fuel tank. Install oil -water separator. Minor electrical. Restore site. Contact: Curt Brees, General Manager (360) 668 -6766, Ext 102 JOB COSTS: $89,700 Pierce County Public Works Type of Work: Warner Pump Station Chopper Pump Installation - Temporary bypass pumping. 9850 64th St W Remove old pumps, piping and valves. Install new pumps, piping and valves. Electrical University Place, WA 98467 upgrades. Contact: Jason Beaver, Civil Engineer (253) 798 -3089 JOB COSTS: $109,332 Seattle Public Utilities 700 Fifth Ave Seattle, WA 98124 City of Sumner Public Works 1104 Maple St Sumner, WA 98390 Type of Work: Pump Station 70 Rehab & Forcemain Replacement - Temporary bypass pumping. Remove all electrical controls, mechanical & HVAC from existing lift station. Install new electrical, controls, mechanical & HVAC in existing structure. Install new grating and grating supports. Direction drill new force main. Contact: Rosalind Liston - Riggs, Senior Inspector (206) 423 -2576 JOB COSTS: $443,359 Type of Work: Parker Road Pump Station No. 5 - Construct a sewer pump station including temporary bypass, installation of force main, gravity sewer, new standby generator, electrical and controls. Sheet pile shoring & vacuum pump dewatering. Site and street restoration. Contact: Jeff Faunce, PE - Akana (206) 768 -8500 JOB COSTS: $1,610,780 Alderwood Water and Wastewater District 3626 156th St SW Lynnwood, WA 98087 City of Auburn 25 W Main St Auburn, WA 98001 University of Washington Capital Projects Office University Facilities Building Seattle, WA 98195 City of Seattle Public Utilities 700 Fifth Ave Seattle, WA 98124 Lakehaven Utility District 31627 1st Ave S Federal Way, WA 98063 Island County Public Works 1 NE Sixth St Coupeville, WA 98239 Snohomish County Fire District No. 1 12425 Meridian Ave W Everett, WA 98208 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2015 Public Works Jobs and Major Projects as a General Contractor Type of Work: S1015 Lift Station Upgrades - Installation of valve vaults along sewer force mains in County R.O.W. Significant upgrades of two sewer Lift Stations, and minor upgrades at two additional Lift Stations. Contact: Brigitte McCarty, PE - District Engineer (425) 741 -7964 JOB COSTS: $1,644,809 Type of Work: Well 4 Emergency Power Improvements - Construct an 800 sq. ft. CMU building with generator room and a chlorination room. Install new sodium hypochlorite injection system and emergency generator with above ground fuel tank. Install grinder pump system and 1 -1/2" diameter HDPE force main. Contact: Seth Wickstrom, PE - Project Engineer (253) 804 -5034 JOB COSTS: $798,016 Type of Work: South Campus Lift Station Renewal - Provide temporary bypass pumping. Replace existing pumps, pipe and fittings with new. Install new trolley crane and motor control center. Contact: John King, Project Manager (206) 616 -6392 JOB COSTS: $320,632 Type of Work: North Union Bay 18B CSO Retrofit Project - Remove flow control device, installation of new slide gate and electric actuator, electrical and instrumentation improvements, concrete sidewalk, roadway and curb restoration, landscape restoration. Contact: Bobby Jones, PE - Senior Resident Engineer (206) 276 -1762 JOB COSTS: $322,695 Type of Work: 2015 Lakota Creek Fish Ladder Repairs - Provide temporary stream bypass pumping. Excavate and remove section of creek bed. Install new aggregates and boulders Restore site. Contact: Tim Osborne, PE - District Engineer (253) 945 -1582 JOB COSTS: $54,500 Type of Work: West Camano at Chapman Overflow - Install one 60" and one 72 " catch basins with trash racks, 51 feet of buried 36" CPEP storm pipe, 77 feet of 36" CMP pipe secured with pipe anchors, riprap slope armoring. Contact: Matthew Lander, Project Manager (360) 240 -5545 JOB COSTS: $110,120 Type of Work: Underground Diesel Fuel Storage Tank Removal /Above Ground Diesel Fuel Storage Tank Installation - Remove 3000 gallon underground tank, install new 1000 gallon above ground fuel tank at Fire Station Contact: Gary Kaufmann, CPM (425) 551 -1216 JOB COSTS: $65,762 City of North Bend 1155 E. North Bend Way North Bend, WA 98045 Lakehaven Utility District 31627 1st Ave S Federal Way, WA 98003 Mukilteo Water & Wastewater District 7824 Mukilteo Speedway Mukilteo, WA 98275 City of Tukwila 6300 Southcenter Blvd #100 Tukwila, WA 98188 Woodinville Water District 17238 Woodinville - Duvall Rd Woodinville, WA 98072 City of Renton 1055 S. Grady Way Renton, WA 98057 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2014 Public Works Jobs and Major Projects as a General Contractor Type of Work: W.W.T.P. Solids Handling Odor Control System Improvements - Install new controlled butterfly valve, demister vessel and duct piping to existing odor control system Contact: John Markus, PE - Tetra Tech (206) 883 -9370 JOB COSTS: $72,461 Type of Work: Redondo WWTP Outfall Air Venting Project - Install new air -vac valve and vault on existing 18" Outfall pipe. Contact: Andy Wilt, Project Engineer (253) 946 -5402 JOB COSTS: $65,901 Type of Work: S -7 Lift Station Pump & Rail System Replacement - Temporary pumping, remove 3 old pumps and install 3 owner supplied pumps with misc. electrical work at S -7 Lift Station. Contact: Eric Delfel, PE - Gray & Osborne, Inc. (206) 284 -0860 JOB COSTS: $50,480 Type of Work: Storm Lift Station No. 15 Improvements - Construct new CMU building to house Owner supplied , contractor installed 450 KW generator with new controls and electrical Contact: Scott Moore, Project Manager (206) 431 -2443 JOB COSTS: $336,394 Type of Work: Ringhill Booster Station Modifications - Install new Cla -Val, pipe, fittings, gate valves and exhaust fan at existing booster station, Includes painting and electrical. Contact: Bill Reynolds, PE - PACE Engineers (425) 827 -2014 JOB COSTS: $57,546 Type of Work: Misty Cove Lift Station Replacement - Construct new Lift Station to replace old Lift Station includes boring, horizontal directional drilling, dewatering, excavation of 33' deep for wet well. Construct new CMU electrical building and misc. site work. Contact: John Hobson, Renton Project Manager (425) 430 -7279 JOB COSTS: $784,785 City of Lynnwood PO Box 5008 Lynnwood, WA 98046 King County 1200 Monster Rd SW Renton, WA 98057 Covington Water District 18631 SE 300th Place Covington, WA 98042 City of Everett 3200 Cedar St, #6 Everett, WA 98201 Alderwood Water & Wastewater District 3626 156th St SW Lynnwood, WA 98087 City of Kent Public Works Dept 400 W. Gowe Kent, WA 98032 Lakehaven Utility District PO Box 4249 Federal Way, WA 98003 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2013 Public Works Jobs and Major Projects as a General Contractor Type of Work: Secondary Clarifier Scum Collection Troughs - Remove existing Collection Troughs, purchase and install 4 new collection troughs. Contact: Brian Delp, Project Manager (425) 670 -5168 JOB COSTS: $127,763 Type of Work: South Plant Primary Odor control Modifications - Purchase and install 2 new 7500 gallon chemical tanks, double containment pipe, valves, fitting, 2 eyewash facilities, controls and electrical. Contact: Kim Kingsbury, County Construction Inspector (206) 684 -2436 JOB COSTS: $383,193 Type of Work: Sugarloaf Estates Booster Pump Station Rehabilitation - Upgrade existing booster pump station with new booster pump package, pipe & fittings, install new propane tank for generator. Install new controls and misc. electrical Contact: Fred French, Special Projects (253) 631 -0565, Ext 181 JOB COSTS: $265,657 Type of Work: Primary Sludge Piping Improvements - Install new sludge density meter, sludge depth sensors, piping, motor actuated valves, fittings and electrical controls. Contact: Bill Fischer, City Construction Inspector (425) 257 -7861 JOB COSTS: $289,754 Type of Work: Lockwood Road Pressure Reducing Valve Station - Install new pre- manufactured PRV Station and tie into existing water main. Contact: Phil Thorlund, District Construction Inspector (425) 743 -4605, Ext 7985 JOB COSTS: $237,759 Type of Work: East Hill Well Motor Control Center & Generator Upgrades - Install new 450 KW Generator. Construct building for generator. Install new MCC & other electrical upgrades. Contact: Dave Devine, Owner's Representative (253) 261 -5048 JOB COSTS: $493,804 Type of Work: Redondo WWTP Biotower Piping Replacement - Remove old piping and install new 20" D.I. pipe, valves & fittings in 2 existing wet wells and building. Contact: Chris McCalib, Project Manager (253) 945 -1621 JOB COSTS: $299,720 JRK Residential Group 11766 Wilshire Blvd, 15th Fl Los Angeles, CA 90025 City of Issaquah Public Works Operations PO Box 1307 Issaquah, WA 98027 LBL Associates, LLC 17543 102nd Ave NE Bothell, WA 98011 City of Granite Falls 206 S. Granite Ave Granite Falls, WA 98252 City of Snoqualmie 38624 SE River St Snoqualmie, WA 98065 City of Seattle 700 5th Ave Seattle, WA 98104 Department of Corrections PO Box 41112 Olympia, WA 98504 Snohomish County 3000 Rockefeller Ave Everett, WA 98201 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2012 Public Works Jobs and Major Projects as a General Contractor Type of Work: Greens at Merrill Creek Lift Station - Replace existing sewer lift station with new manhole, pumps, pipe, fittings, valves, valve vault and generator. Contact: John McAlpine, PACE Engineering (425) 827 -2014 JOB COSTS: $220,018 Type of Work: Blending Modifications, Phase II - Install new fluoridation systems and controls in building. Install new 20' X 8' vault with pipes, valves and controls for controlling 2 water zones Contact: Greg Keith (425) 837 -3470 JOB COSTS: $374,222 Type of Work: Chateau at Bothell Landing Memory Care Remodel - Sawcut and excavate for new concrete steps and landing. Form, pour and finish new steps, sidewalks, etc. Contact: Joe Carlson (206) 931 -2886 JOB COSTS: $42,021 Type of Work: WWTF Aeration Rotor No. 1 Replacement - Replace existing Aeration Rotor with new rotor. Contact: Harry Sellers, PE - Gray & Osborne, Inc. (206) 284 -0860 JOB COSTS: $63,639 Type of Work: Kimball Creek Lift Station Improvements - Demolish concrete and fill of existing pump bay. Pour concrete for new pump. Install new pipe fittings and valves. Install owner supplied pump. Improve existing meter vault by removing 1 flow meter and installing 2 new flow meters for 2 discharge lines. Contact: Greg Nicoll, PE - Gray & Osborne, Inc. (206) 284 -0860 JOB COSTS: $200,258 Type of Work: Kent Highlands Flare Improvements - Remove existing 8' diameter flare and replace with new 4' diameter flare. Install new actuator on existing butterfly valve. Modify PLC. Install safety screen around flare. Paint flare and safety screen. Contact: Dan Ellinger, Inspector (206) 423 -2571 JOB COSTS: $219,110 Type of Work: Diesel Oxidation Units at Clallum Bay Corrections Center. Install 2 new diesel oxidation units on 2 existing emergency generators, test and startup generators. Contact: Fred Brower, DOC Project Manager (360) 725 -8343 JOB COSTS: $46,716 Type of Work: RPBA Installation - Install 2 new RPBAs at 2 locations. Includes all pipe, fittings, valves and enclosures for RPBAs, site restoration Contact: Hal Gausman (360) 805 -6729 JOB COSTS: $58,745 Highlands Sewer District 181 NW 155th St Shoreline, WA 98155 Mukilteo Water & Wastewater District PO Box 260 Mukilteo, WA 98275 King County, Dept of Natural Resources & Parks 1200 Monster Rd SW Redmond, WA 98057 City of Redmond PO Box 97010 Redmond, WA 98052 Eastside Public Safety Communications Agency PO Box 97010 Redmond, WA 98052 Snohomish County 3000 Rockefeller Ave Everett, WA 98201 Midway Sewer District 3030 S. 240th St Kent, WA 98089 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2011 Public Works Jobs and Major Projects as a General Contractor Type of Work: Lift Station No. 2 Rehabilitation - Remove old Sewer Lift Station and construct a new one, temporary pumping, grading, concrete drive, landscaping, install ornamental gate. Contact: Scott Christensen, CHS Engineers (425) 637 -3693 JOB COSTS: $442,180 Type of Work: Big Gulch WWTF Digester Aeration Impv /Effluent Filter - Replace Aeration pipe with new Sanitaire equipment. Install new blower, demolition, construct slab for effluent filter, install effluent filter, pipe, valves, fittings, etc. Install new electrical, controls, restore site. Contact: Harry Sellers, Gray & Osborne (206) 284 -0860 JOB COSTS: $623,404 Type of Work: Lakeland Hills Pump Station Wet Well Improvements - Demo existing catwalk and ladder. Coat interior walls of wet well. Install new catwalk, ladder and slab top with access. Contact: Glen Hiraki, Project Manager (206) 684 -2442 JOB COSTS: $106,923 Type of Work: Well No. 4 Chemical Feed Modifications - Install new chemical injection equipment and controls in Well No. 4 building. Contact: Mike Haley, PE Project Manager (425) 556 -2843 JOB COSTS: $111,405 Type of Work: Canyon Park Radio Site - Install new cell Tower, 20 KW Generator and controls at fire station, site restoration. Contact: Scott Hatfield, Operations Manager (425) 556 -2516 JOB COSTS: $136,124 Type of Work: Vault Lid & Valve Replacement at South West Recycle Transfer Station - Demo old vault lid and ladder. Install new slab top with access hatch, ladder and valve. Rotate tank 90 degrees, reinstall piping and electrical Contact: Larry Brewer, Project Manager (425) 388 -3488 JOB COSTS: $34,566 Type of Work: Office Building Generator Installation - Install new 100 KW Generator with electrical and controls. Site restoration. Contact: Skip Grodt, PE URS Corporation (206) 438 -2700 JOB COSTS: $125,829 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2010 Public Works Jobs and Major Projects as General Contractor King County Dept of Natural Resources & Parks / WTP 12503 BeI -Red Rd, Ste 200 Bellevue, WA 98005 Woodinville Water District 17238 Woodinville - Duvall Rd Woodinville, WA 98072 Chateau Retirement Communities, LLC 17543 102nd Ave NE Bothell, WA 98011 City of Lynnwood PO Box 5008 Lynnwood, WA 98046 Baker Main, LLC %Su Development 1100 106th Ave NE, Ste 101 Bellevue, WA 98004 King County Dept of Natural Resources & Parks / WTP 12503 BeI -Red Rd, Ste 200 Bellevue, WA 98005 Type of Work: Generator Fuel Storage Upgrades - Installed one underground and one aboveground fuel storage tank. Removed the existing fuel storage tanks. Contact: Bruce Herman, Project Representative (206) 684 -1821 JOB COSTS: $ 274,489 Type of Work: PRV Vault No. 21 Repairs - Installed new access hatch and ladder on existing PRV. Contact: Bill Pearson, District Inspector (425) 487 -4135 JOB COSTS: $ 11,644 Type of Work: Chateau RPBA Installation - Removed existing RPBA and installed new RPBA. Contact: Joe Carlson, Superintendent (206) 931 -2886 JOB COSTS: $ 13,048 Type of Work: Lift Stations No. 10 & 12 Generator Exhaust Repairs - Installed new generator exhaust roof thimbles and roof modifications at two lift stations. Repaired fire damage on one lift station. Contact: Brian Delp, Inspector (425) 670 -5224 JOB COSTS: $ 45,242 Type of Work: Baker Main Utilities - Provided temporary sewer bypass. Installed utilities to new high rise commercial /condominium building Contact: Ray Michlig, Superintendent (425) 753 -9631 JOB COSTS: $ 181,966 Type of Work: Lake Forest Park Water Dist Water Supply Project, Phase 2 - Directional drilled two new water mains. Installed open cut water main and fittings. Installed new PRV, demolished the existing PRV. Contact: Marty Noble, Project Representative (206) 263 -9488 JOB COSTS: $ 439,091 City of Bellevue 450 110th Ave NE Bellevue, WA 98009 City of Bellevue 450 110th Ave NE Bellevue, WA 98009 City of Snohomish 116 Union Ave Snohomish, WA 98290 Mukilteo Water & Wastewater District 7824 Mukilteo Speedway Mukilteo, WA 98275 City of Auburn 25 W. Main St Auburn, WA 98001 City of Federal Way PO Box 9718 Federal Way, WA 98063 Port of Seattle 2421 S. 192nd, Ste #4 SeaTac, WA 98188 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2009 Public Works Jobs and Major Projects as General Contractor Type of Work: Meydenbauer Creek Sewer Replacement & Bank Stabilization - Bypassec Meydenbauer Creek and sanitary sewer. Install new 8" sewer line and manholes on augercast piles and pile caps. Installed Cathodic Protection on new sewer line and sheet pile wall. New curbs, gutters, sidewalks, asphalting, landscape and traffic control. Installed temporary sewer bypass. Contact: Scott Taylor, PE, City Engineer (425) 452 -4108 JOB COSTS: $ 1,263,525 Type of Work: Bel -Red Inlet Station Retrofit - Installed new piping, valves, replace slab top on vault. New electrical controls, asphalting, curbs, gutters, sidewalks, landscaping, water system construction and excavating. Contact: Laurie McCuistion, Contract Administration (425) 452 -5360 JOB COSTS: $ 493,644 Type of Work: Champagne & Hill Park Lift Station Upgrades - Installed two generators and Automatic Transfer Switches Contact: Max Selin, PE, City Engineer (360) 282 -3196 JOB COSTS: $ 110,133 Type of Work: WWTP Aeration System Modifications - Installed new blower and stainless steel pipe and fittings in Aeration ditch. This project required keeping the rest of the facility operational. Contact: Bjarne Jacobsen, PE, Gray & Osborne, Inc. (206) 284 -0860 JOB COSTS: $ 240,902 Type of Work: Green River Pump Station Modifications - Replaced piping and fittings in Booster Pump Station. Contact: Ryan Vondrak, Project Engineer (253) 931 -3086 JOB COSTS: $ 57,321 Type of Work: 20th Place SW Emergency Roadway & Slide Repair - Installed soldier pile wall new drainage, widened and restored asphalt drive, excavation and storm drainage. Contact: John Mulkey, Project Engineer (253) 835 -2722 JOB COSTS: $189,866 Type of Work: Southeast Pond Baseflow Bypass at SeaTac IAP - Installed new storm system' to drain existing retention pond. Contact: Jim Rosmond, Project Manager (206) 787 -6704 JOB COSTS: $45,600 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2008 Public Works Jobs and Major Projects as General Contractor City of Bainbridge Island 280 Madison Ave N Bainbridge Island, WA 98110 City of Bainbridge Island 280 Madison Ave N Bainbridge Island, WA 98110 City of Bothell 9654 NE 182nd St Bothell, WA 98011 City of Marysville 80 Columbia Ave Marysville, WA 98270 City of Seattle 700 Fifth Ave Seattle, WA 98124 City of Bellevue 450 110th Ave NE Bellevue, WA 98009 City of Bellevue 450 110th Ave NE Bellevue, WA 98009 Island County Public Works 1 NE 6th St Coupeville, WA 98239 Type of Work: SR305 Pump Station Upgrades, Phases I & II - Replace pumps and valves; Install new controls at existing Sewer Lift Station. Instal temporary sewer bypass to complete work. Contact: Larry Ward, PE - City Engineer (206) 780 -3746 JOB COSTS: $ 330,849 Type of Work: Head of the Bay Booster Pump Station Upgrades - Upgrade mechanical and electrical at existing Booster Pump Station. Contact: Larry Ward, PE - City Engineer (206) 780 -3746 JOB COSTS: $ 277,632 Type of Work: Valhalla Lift Station Replacement - Rebuild and Upgrade an existing Sewer Lift Station. Install new FRP grating platform. Install temporary sewer bypass to complete work. Contact: Steve Morikawa, PE - City Engineer (425) 486 -2768 JOB COSTS: $ 436,314 Type of Work: Edward Springs Well 1R - Install a vault, pump, pipe, valves and controls to an existing drilled well. Contact: Paul Federspiel, PE - City Engineer (360) 363 -8278 JOB COSTS: $ 287,907 Type of Work: Leschi Basin CSO Retrofit - Install motor activated slidegates to existing sewer system. Contact: Joe Carter, Supervising Civil Engineering Specialist (206) 684 -5070 JOB COSTS: $ 458,297 Type of Work: Water Quality Improvements, Forest Hills Reservoir & Clyde Hill 465 Standpipe - Install vault, piping, valves and controls to improve water system at two sites Contact: Laurie McCuistion, Contract Administration (425) 452 -5360 JOB COSTS: $ 346,075 Type of Work: Internal Point Repairs - Performed cured in place spot repairs on existing storm and sewer lines. Contact: Steve Costa, PE (425) 452 -2845 JOB COSTS: $ 126,474 Type of Work: Saratoga Road 24" Pipe Installation - Installed owner supplied 24" HDPE pipe under roadway in existing 30" casing.. Contact: Phil Cohen, PE - Surface Water Manager (360) 240 -5546 JOB COSTS: $ 112,063 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296 -3989 Ph (360) 863 -1955, Fax (360) 863 -1966 Lic # GARYHCI055LF 2007 Public Works Jobs and Major Projects as General Contractor Olympus Terrace Sewer Dist 4902 76th St SW Mukilteo, WA 98275 Seattle School District 2445 Third Ave S Seattle, WA 98134 Snohomish County PUD 2320 California St Everett, WA 98206 WA State DSHS 1115 Washington St Olympia, WA 98504 City of Snohomish 116 Union Ave Snohomish, WA 98290 Olympus Terrace Sewer Dist 4902 76th St SW Mukilteo, WA 98275 City of Mercer Island 9601 SE 36th St Mercer Island, WA 98040 Startup Water District PO Box 114 Startup, WA 98293 Type of Work: Pipeline Repair - Repair sewerlines at several locations Contact: Harry Sellers, PE - Gray & Osborne (206) 284 -0860 JOB COSTS: $ 243,486 Type of Work: Wedgwood Elementary, Playground Renovation - Construct new landscape area in existing asphalt play area. Contact: John Barker, Barker Landscape Architects (206) 783 -2870 JOB COSTS: $ 69,370 Type of Work: Skylite Tracts Pump Station Modernization & May Creek Chlorine Room - Renovate two Water Booster Pump Stations with new pumps, piping, valves, controls, generator and appurtenances. Contact: Eric Schneider, Project Manager (425) 783 -8624 JOB COSTS: $ 240,735 Type of Work: Rainier School Well No. 5 Modifications - Renovate Well with new piping, valves, controls, etc. Contact: Chuck Cole, Project Mgr, Lands & Buildings Division (360) 902 -7581 JOB COSTS: $ 144,125 Type of Work: H Ave & Riverview Lane Manhole Replacement, E Ave & Riverview Lane Sewer Manhole Replacement and New Installation - Replace existing manholes with new manholes, add new manholes to existing sewerlines. Contact: Andy Sicks, PE, City Engineer (360) 282 -3174 JOB COSTS: $ 149,897 Type of Work: Lift Station No.2 - Mechanical & Electrical Improvements - Demolish part of Drywell and build new cast in place vault. Replace all mechanical and electrical. Install new generator enclosure. Install temporary sewer bypass to complete work. Contact: Harry Sellers, PE - Gray & Osborne (206) 284 -0860 JOB COSTS: $ 342,761 Type of Work: Parkwood Trail Watercourse Stabilization - Reconstruct new streambed, replace and lower existing sewerline in streambed. Build new trail. Contact: Fred Gu, Project Mgr (206) 236 -7295 JOB COSTS: $ 255,336 Type of Work: Calcite Contactor Facility - Supply and install new piping, fittings, valves and concrete slab. Install owner supplied Atec tanks. Contact: Kate Roesler, Commissioner JOB COSTS: $ 56,700 (425) 330 -6362 ate' PL S, Inc, RmProfessional Land Surveyors Registration Licensed Professional Land Surveyor State of Washington (1978) and. Oregon (1992) Education A.A. Forestry, 1971 - Green River Community College Construction Management, 1972 - University of Northern Colorado Memberships Land Surveyor' Association of Washington (LSAW) National Society of Professional Surveyors (NSPS) Society of Mining Engineers (SME) • Key Personnel Resume Ben V. Petersen, P.L.S. Director of Surveys Recognitions President — Land Surveyors' Association of Washington - 2008 Surveyor of the Year - 2007 - Land Surveyors' Association of Washington Distinguished Surveyor Award (first ever recipient) - Land Surveyors' Association of Washington - 2010 Award of Merit - Land Surveyors' Association of Washington — 2004 & 2006 Past - President — North Puget Sound Chapter of the Land Surveyors' Association of Washington Presentations Surveying for the Downtown Seattle Bus Tunnel — Land Surveyors' Assoc. of Washington Defensible Settlement and Drift Monitoring Techniques - Land Surveyors' Assoc. of Washington New Horizons In Surveying — Rapid Excavation and Tunneling Conference (RETC) — June 2005 Multiple Tunnel and Settlement Presentations —WA & OR Surveyor Conferences Dam Settlement and Drift Monitoring — Boundary Dam International Review Committee Professional Experience Ben's over 30 years of survey and mapping experience includes geodetic control, route surveys, GPS, topographic mapping, cadastral and boundary surveys, bathymetry, and construction surveys. He managed the surveying for such notable and technically challenging projects as the Seattle Transit Tunnel, Seattle Monorail Rehabilitation and the West Seattle Bridge projects. As an acknowledged expert in tunnel surveying and precise settlement monitoring, he has on numerous occasions been retained as a technical adviser and expert witness for public agencies, including Sound Transit and King County. He is a frequent & popular speaker regarding precise settlement monitoring and tunnel surveying at industry seminars & conferences including the biennial Rapid Excavation and Tunneling Conference (RETC). Selected Project Experience: Bellevue Pump Station — Bellevue, Washington; Harbor Pacific Contractors for King County Project Surveyor in charge of the construction surveys & precise settlement monitoring of surrounding structures during construction. King Street Odor Control Structure - Seattle, Washington; R.L. Alia Construction for King County Project Surveyor in charge of the construction surveys, and precise settlement and drift monitoring of surrounding structures during construction of a $2.6 million underground control facility adjoining the historic King Street Railway Station. Juanita Pump Station - Kirkland, Washington; Mid - Mountain Contractors for King County Project Surveyor in charge of the construction surveys, precise settlement monitoring and micro - tunnel alignment for construction of a $23 million sewer pump station including a 65 -foot deep, 50 -foot diameter shaft. Interbay Pump Station — Seattle, Washington; StellarJ Corporation for King County Project Surveyor in charge of the construction surveys and precise settlement and drift monitoring of surrounding structures during construction of an upgrade to an underground sewage pump station. Wilburton Siphon Upgrade - Bellevue, Washington; King County Provided topographic mapping, boundary surveys and prepared digital base maps for the design of a $1.75 million, 48 -inch sewer . improvement project in Bellevue, Washington. SE Lake Sammamish Sewer Interceptor - Issaquah, Washington; Sammamish Plateau Water & Sewer District Project Manager in charge of the survey control network, construction, and as -built surveys during construction for 2 -miles of sewer interceptor in Issaquah, Washington. Maplewood Water Treatment Plant - Renton, Washington; City of Renton / Mid- Mountain Contractors Project Surveyor in charge of the site mapping, construction surveys, and settlement and drift monitoring of surrounding structures during construction of an $11 million water treatment plant.