Loading...
HomeMy WebLinkAbout17-121 - McCann Construction Enterprises, Inc. - Construct 2017 Small Drainage ProgramCITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: October 13, 2017 PROJECT NO.: 9174201 PROJECT NAME: 2017 Small Drainage Program TO: McCann Construction Enterprises, Inc. 17-121(a) Contract Approval N/A BUDGET NO.: 412.98.594.382.65.00 CONTRACT NO.: 17-121 Cad Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. Original Contract (without tax) $ 451,823.75 '/ Previous Change Order $ 0.00 This Change Order (without tax) $ 7,716.15 REV. CONTRACT AMOUNT $ 459,539.90 " Original Contract Time: 60 Calendar Days Additional Contract Time for this Change Order: 2 Days Updated Contract Time: 62 Calendar Days Contractor _McCann Construction Enterprises, Inc. Title Vv--/— /74.c.A:Zt a APPROVED BY THE CITY OF TUKWILA Dates �,,/ By 1�1e Allan�— e j - Mayor 2 ,,�,► City Engineer 11// �'F' /111.i// Aft ,444 1GINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File 671-4)Ci 6//1451. -hs (1112014) KPGr SEAS IEE •TACOMA VERBAL APPROVAL MEMO SUBJECT: RFC NO. 1— Tree Protection Services Tukwila — 2017 Small Drainage Program Contract No. 17-1.21. SCOPE A Third Party Consulting Arborist reviewed and submitted a tree assessment on the existing five trees at the Strander Blvd Drainage Improvement location. During construction and installation of the storm drainage there was sorne impact done from the trenching and heavy equipment on the existing trees. To respond to tree protection and restoration recommendations the following items need to be completed at the Strander Blvd. site before final property restoration: Required: 1. Deep irrigation which is entails slowly watering the planter strip over a long period of time to reach 2' of water infiltration into the ground. This may include turning existing irrigation on and off until infiltration is reached, or using a water truck to make several passes along planter strip until infiltration is reached, 2. Aerify the soil with air -spade. This requires plunging the tool into the ground and use blasts of air to break up the soil particles and provide room for root growth, This shall be completed where surface roots have been compacted by heavy equipment before final property restoration. 3. Apply tree based fertilizer and beneficial microbes on the root zone within the planter strip. PROPOSAL 2 Working Days will be will be added to the contract. Total Cost to City of Tukwila for Completing this Scope of Work: $7,716d5 Verbal Approval was granted on October 05, 2017 by Ryan Larson at the City of Tukwila during the Week No. 9 Progress Meeting, Kelsey Anderson Resident Engineer KPG, Inc. t°ice! 17 -121 Council Approval 6/19/17 C -1 AGREEMENT FORM CONTRACT NO. THIS AGREEMENT is made and entered into on this 1611'' day of Yu I`( the City of Tukwila, Washington ( "Owner ") and McCann Construction Enterprises, therefore the parties agree as follows: 1-7- 12-1 , 20 17 , by and between Inc. ( "Contractor "). Now, 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled 2017 Small Drainage Program Project No. 91741201, 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 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 TU (Owner) By: McCann Construction Enterprises, Inc. (Contractor./ %•� Attest: This y of 3 ix fy , 201 Mayor City er Approved as to Form: /- City Attorney Address for giving notices: Title: J- rey . anyer / President Attest: This 7th day of July , 20 17 Contractor's License No. MCCANTE979K3 Address for giving notices: PO Box 3211 Renton, WA 98056 C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. S442617 We, McCann Construction Enterprises, Inc. , and Employers Mutual Casualty Company , (Principal) (Surety) a Iowa corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ( "Owner "), in the penal sum of Five Hundred Eight Thousand Nine Hundred Eighty -Eight and 75/100 Dollars ($ 508,988.75 ), 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 3u ILI 1 `i , 2017 , between Principal and Owner for a project entitled 2017 Small Drainage Program , Contract No. 17-121 ( "Contract "). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in full force and effect at 10% of the total bid price for one (1) year after Final Completion of the Contract, 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 %). 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 6th day of July , 20 17 . McCann Construction Enterprises, Inc. Princip II :igna %'thorized Official Jeffrey M. Kanyer / President Title Name and address of local office of agent and /or Surety Company: Employers Mutual Casualty Company Surety Signature of Authorized Official By Heather L. Allen, Attorney -in -Fact Attorney in Fact (Attach Power of Attorney) Propel Insurance PO Box 2940 Tacoma, WA 98401 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. • /EMC INSURANCE THE FACE AND REVERSE OF THIS DOCUMENT HAVE A COLORED FLAG ON WHITE PAPER P.O. Box 712 • Des Moines, IA 50306 -0712 No. C03069 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies ", each does, by these presents, make, constitute and appoint: KAREN C. SWANSON, JAMIE DIEMER, BRENT E. HEILESEN, PETER J. COMFORT, JULIE R TRUITT, CHRISTOPHER KINYON, CARLEY ESPIRITU, KYLE JOSEPH HOWAT, ANNELIES M. RICHIE, MARY S. NORRELL, HEATHER L. ALLEN 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power -of- Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attomeys -in -fact shall have power and authority, subject to the terms and limitations of the power -of- attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of- attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of- attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 1st day of JUNE 2017 Seals z SEAL;;; , IOWA,* ` O\,URA,,,,, : OPPORq�' w : SEAL KATHY LOVERIDGE • Commission Number 780769 • My Comm October 10, 2EOT9res ruce G. Kelley, G1"iairman of Companies 2, 3, 4, 5 & :; President of Company 1; Vice Chairman and CEO of Company 7 Todd Strother Vice President On this 1st day of JUNE AD 2017 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Todd Strother, who, being by me duly swom, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and /or Vice President, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Todd Strother, as such officers, acknowledged the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2019. CERTIFICATE �l tL_ICJI.[�� Notary Public in and for the State of I a I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on JUNE 1, 2017 on behalf of: KAREN C. SWANSON, JAMIE DIEMER, BRENT E. HEILESEN, PETER J. COMFORT, JULIE R TRUITT, CHRISTOPHER KINYON, CARLEY ESPIRITU, KYLE JOSEPH HOWAT, ANNELIES M. RICHIE, MARY S. NORRELL, HEATHER L. ALLEN are true and correct and are still in full force and effect. In Testimony Whereof 1 have subscribed m name and affixed the facsimile seal of each Company this 6 ?_ day of �j% . 7832 (12 -16) "For verification of the authenticity of the Power of Attorney yoiPm, cr it (51 x345- 2689." Vice President SURETY RIDER To be attached to and form a part of Bond No. S442617 Type of Bond: City of Tukwila - 2017 Small Drainage Program, Project No. 91741201 dated effective executed by and by 7/6/2017 (MONTH -DAY -YEAR) McCann Construction Enterprises, Inc. (PRINCIPAL) Employers Mutual Casualty Company ,as Surety, in favor of City of Tukwila (OBLIGEE) In consideration of the mutual agreements herein contained the Principal and the Surety hereby consent to changing Bond Amount: From: Five Hundred Eight Thousand Nine Hundred Eighty Eight and 75/100 - $508,988.75 To: Four Hundred Fifty One Thousand Eight Hundred Twenty Three and 75/100 - $451,823.75 ,as Principal, Nothing herein contained shall vary, alter or extend any provision or conditionliftkilliikappi except as herein expressly stated. ,,•S,4tuction EV r . VY • 0 •• a ` in M This rider is effective 7/21/2017 (MONTH -DAY -YEAR) Signed and Sealed 7/21/2017 (MONTH -DAY -YEAR) McCann Construction Enterprises, I its PR/ IPAL, (p NC -AL) `! By: nc. c°ffrey M. Kanyer, President Employers Mutual Casualty Company SEAL• • • 3 y • • SURETt) < Z - ( 0RNEY•IN•FACT) Heather L, Allen, Attorney -in -Fact S-0443/GEEF 10/89 EMC INSURANCE THE FACE AND REVERSE OF THIS DOCUMENT HAVE A COLORED FLAG ON WHITE PAPER P.O. Box 712 • Des Moines, IA 50306-0712 No. C03100 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: KAREN C. SWANSON, JAMIE DIEMER, BRENT E. HEILESEN, PETER J. COMFORT, JULIE R TRUITT, CHRISTOPHER KINYON, CARLEY ESPIRITU, KYLE JOSEPH HOWAT, ANNELIES M. RICHIE, MARY S. NORRELL, HEATHER L. ALLEN 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 1st day of JUNE 2017 T eft KATHY LOVERIDGE Gbmmisibn Number 780169As) My Commission October iuce G. Kelley, 014airman of Companies 2, 3, 4, 5 & President of Company 1; Vice Chairman and CEO of Company 7 Todd Strother Vice President On this 1st day of JUNE AD 2017 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Todd Strother, who, being by me dui y sworn, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Vice President, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said.insln.iment was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Todd Strother, as such officers, acknowledged the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2019. omEs, CERTIFICATE I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Bdafds.of p)rectors by each of the Companies, and this Power of Attorney issued pursuant thereto on JUNE 1, 2017 •. r. on'behalf of: KAREN C. SWANSON, JAMIE DIEMER, BRENT E. HEILESEN. PETER J. COMFORT, JULIE R TRUITT. CHRISTOPHER KINYON, CARLEY ESPIRITU, KYLE JOSEPH HOWAT, ANNELIES M. RICHIE, MARY S. NORRELL, HEATHER L ALLEN - Notary P lic in and for the State of Idda are true and correct and are still in full force and effect In Testimony Whereof 1 ave subscribed my name a id affixed the facsimile seal of each Company this 07 / Er day of Prialki ent 7a32 (12.16) "For verification of the authenticity of the Power of Attorney Op c611,(51,43,46 .‘:2689." P -1 PROPOSAL Contractor's Name McCann Construction Enterprises, Inc. Contractor's State License No. MCCANTE979K3 City of Tukwila Project No. 91741201 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 2017 Small Drainage Program which includes drainage improvements at up to four (4) locations all within the City of Tukwila, including but not limited to removing and replacing existing storm drain pipes and drainage structures, installation of new storm drain pipes and drainage structures, installation of trench drain and planter strip restoration, providing temporary erosion /water pollution control, removing and replacing HMA driveway and roadway paving, removing and replacing cement concrete sidewalk, driveways, and curb and gutter, site restoration, and other work necessary to complete the Work as described in the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one)' 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 sixty [60] 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 working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -2 This page is intentionally left blank. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -3 2017 Small Drainage Program Project No. 9174201 Note: Unit prices for all items, all extensions, and the total amount bld 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. Refer to Division 10 for definition of pay hems, Include applicable sales tax shall be included In the various unit and lump sum prices, per section 1.072(1) and WAC 458-20.171. SCHEDULE A - BASE BID Item No. Item Description Qty Unit Unit Price Amount ROADWAY (SCHEDULE A) 1 Unexpected Site Changes 1 FA $ 8,000.00 $ 8,000.00 2 Mobilization 1 LS gI s7600.00 2)100040v � r• `0• (is-1000,00 1.11600 pO G ..-,p0 /00 10, 6-06.o• 3 Project Temporary Traffic Control 1 LS 4 Clearing and Grubbing 1 LS 5 Pavement Removal Incl. Haul 420 SY 1 a s- p° 6 Unsuitable Foundation Excavation Incl. Haul 40 CY 35-.4' If goo." 7 Gravel Borrow Incl. Haul 110 TN 25 ,00 01i 7s-0.00 8 Crushed Surfacing Top Course 320 TN Lig.•i 14f ��aoo 9 HMA CI. 1/2" PG 64 -22 180 TN I $S d° 33, 300• °0 10 HMA Thickened Edge 530 LF 5-,51) 2i Q/ c. °v 11 Temporary Water Pollution / Erosion Control 1 LS 3, •• soo• 00 3.svo• 12 Cement Conc. Traffic Curb and Gutter 20 LF � . 0 11300..° 13 Cement Conc. Sidewalk 200 SY L t, S.•o 21,600 'O ROADSIDE DEVELOPMENT (SCHEDULE A) 14 Topsoil Type A 70 CY o8 .0 ° 1 f �p 00 15 Hydroseed 540 SY a, 700." 16 Property Restoration 1 FA $ 10,000.00 $ 10,000.00 STORM DRAINAGE (SCHEDULE A) 17 Storm Sewer Pipe 12 In. Diam 546 LF i5"•47'> Lid), 4(0.(1. o,-nvi AeA to n„ilAora Fvnhanne of wa Inn Pnr naano OralAi tinny Lnroomont MAP www. hvwa.nnm - Always Verify Sca1 Proposal P -4 2017 Small Drainage Program Project No. 9174201 Note: Unit prices for all Items, all extensions, and the total amount bld 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. Refer to Division 10 for definition of pay items. Include applicable safes tax shall be included In the various unit and lump sum prices, per section 1.072 (1) and WAC 450 - 20.171. Item No. Item Description Oty Unit Unit Price Amount 18 Storm Sewer Pipe 8 In. Diam 312 LF / 4.o 11,1 U " 19 Storm Sewer Pipe 6 In. Diam 68 LF q Ito."' 20 Storm Sewer Pipe 4 In. Diam 65 LF 40.0o 3 c�� co i 21 Ductile Iron Storm Sewer Pipe 12 In. Diam. 146 LF ( 90.0 (5l 4.40 d, 22 Ductile Iron Storm Sewer Pipe 8 In. Diam. 155 LF es' 6 13/1 15 °° 23 Remove /Abandon Existing Storm Sewer Pipe 365 LF S. up Sl-l7S g( sm.`' 24 Remove /Abandon Existing Storm Sewer Structure 6 750.° 25 Connection to Drainage Structure 7 EA 75:,� oo i1,}Sb .o 26. Connection to Drainage Pipe 3 EA I ) r 2.00,u0 I 3 (000•"° 27 Storm Cleanout 2 EA • etc 0; a+ 't Q/Ty� OD mot! 28 Concrete Inlet 8 EA iiLI�ao 1, (ySO.C° i1t(yDOoo , e, ISO."° 29 Catch Basin, Type 1 11 EA 30 Catch Basin, Type IL 5 EA 17uo, ° f /1' d, gSZb• yl p.� .op 31 Catch Basin Type 2 48 In. Diam. 1 EA 32 Trench Drain 1 LS s,� 5060 a 33 Pothole Existing Utilities 11 EA 7s1) , $lo-so. oo 6r (»D 34 4' X 15' Modular Wetland Unit 1 EA 6SCDG .4' 35 Resolution of Utility Conflicts 1 FA $ 8,000.00 $ 8,000.00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal 2017 Small Drainage Program Project No. 9174201 P -5 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. Refer to Division 10 for definition of pay items. include applicable sales tax shall be Included in the various unit and lump sum prices, per Schedule A Total Base Bid $ 161 l 15 SCHEDULE B - ADDITIVE BID S 150TH ST) TRAFFIC CONTROL DEVICES (SCHEDULE A) 36 Plastic Stop Line 15 LF ri.S- 03,75- it eo 37 Plastic Crosswalk Line 70 SF (3,5o Schedule A Total Base Bid $ 161 l 15 SCHEDULE B - ADDITIVE BID S 150TH ST) Item No. Item Description Qty Unit Unit Price Amount ROADWAY (SCHEDULE B) 38 Unexpected Site Changes 1 FA $ 2,000.00 $ 2,000.00 39 Mobilization 1 LS STD00•QO S,bf?o `o 40 Project Temporary Traffic Control 1 LS / w (Pi V. lU e �,Sa v 41 Clearing and Grubbing 1 LS �sa�F° 3,s�o• . o 42 Remove and Replace Handrail 1 LS 3,06o, ,r. 3ae, a,° ,v 43 Pavement Removal Incl. Haul 30 SY 25.°4 75-6.u0 44 Unsuitable Foundation Excavation Incl. Haul 5 . CY 36,--.06 175'4 ae 45 Gravel Borrow Incl. Haul 5 TN ;5'°a 1 1.5-..° 46 Crushed Surfacing Top Course 5 TN LW. 00 215-, o• 47 HMA CI. 1/2" PG 64 -22 10 TN Igs-oo j g oe 48 Temporary Water Pollution / Erosion Control 1 LS 65,0 ,° G r 49 Cement Conc. Traffic Curb and Gutter 20 LF (9 / 5;od 11301 4 50 Cement Conc. Sidewalk 20 SY 1,057 eo 2, 1D0 ROADSIDE DEVELOPMENT (SCHEDULE B) 51 Property Restoration 1 FA $ 2,000.00 $ 2,000.00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -6 2017 Small Drainage Program Project No. 9174201 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. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be Included In the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458-20.171. Item . No. Item Description Qty Unit . Unit Price Amount STORM DRAINAGE (SCHEDULE B) 52 Class III Reinforced Concrete Sewer Pipe 36 In. Diam 6 LF Gto.ciao �, 4 b. 0 53 Connection to Drainage Pipe 1 EA 01 T00.4' A 54 Debris Barrier 1 EA 55 Catch Basin Type 2 60 In. Diarn. W /Overflow Cage 1 �. /al S-oo.'s 1 ),(Sbao� 21 svo o0 56 Temporary Water Bypass System 1 LS gr. 57 Light Loose Riprap 20 CY • 35` -. i 700•po i Schedule B Total Additive Bid $ 57,1(05-. °1' Summary: Schedule A Total Base Bid $ - . Li si g a:3 • `76 Schedule B Total Additive Bid $ 5-1116,6—:" *Total Bid (Schedule A + Schedule B) $ 6-03,1S% *Note: Determination of low bidder will be based solely on the 'Total Bid'. Provided to Builders Exchange of WA. Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -7 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 shown on the Bid form then totaling all of the extended amounts. Signed: Title: Date: Drnvit.1 to 14a47Aara f7vnhmnna of WA Tnn Pnr i.anna rnnAitinna Anraomant SPP www.huwa_cnm - Always VPrifv Aral Proposal P -8 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt Addendum No. 3 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The below signed bidder acknowledges that bids must be submitted for 'Total Bid'. Partial bids will not be considered. It is understood that Owner may accept or reject all bids. The basis for determination of the low bidder shall be based solely on the 'Total Bid'. The Owner reserves the right to accept any, all, or no Additive Items at time of Award, or any time thereafter. The Surety Company which will furnish the required Payment and Performance Bond is Employers Mutual Causally Company Po Box 3199 of Greenwond Villa, CO 80155 -3199 (Name) (Address) Bidder: McCann Construction Enterprises, Inc. Signature of Authorized Official Printed Name and Title: Matthew G. Wagester, Vice President Address: PO Box 3211, Renton, WA 98056 Circle One: Individual / Partnership / State of Incorporation: WA Joint Venture / Corporation Phone No.: 425 -254 -9999 Date: 6/6/17 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. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - .Always Verify Scal Proposal P -9 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, McCann Construction Enterprises, Inc. (Principal), and Employers Mutual Casualty Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5 %) of Bid Amount dollars ($5% of Bid Amount ), 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 less than five percent (5 %) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for 2017 Small Drainage Program Project No. 51741201, 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, and shall in all other respects perform the Contract created by the acceptance of said Proposal, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages, . The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 6th day of June , 2017 McCann Construction Enterprises, Inc. Principal Signaturerof Authorized Official pres'Aula Title . Name and address of local office of agent and/or Surety Company: Employers Mutual Casualty Company Surety By Attorney in Fact (Att- =r of Attorney) Christopher Kenyon Propel Insurance PO Box 2940 Tacoma, WA 98401 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. /EMC INSURANCE THE FACE AND REVERSE OF THIS DOCUMENT HAVE A COLORED FLAG ON WHITE PAPER P.O. Box 712 • Des Moines, IA 50306.0712 No. B79086 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies ", each does, by these presents, make, constitute and appoint KAREN C. SWANSON, JAMIE DIEMER, BRENT E. HEILESEN, PETER J. COMFORT, JULIE R TRUITT, CHRISTOPHER KINYON, CARLEY ESPIRITU, KYLE JOSEPH HOWAT, ANNELIES M. RICHIE, MARY S. NORRELL, HEATHER L. ALLEN 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation its true and lawful attomey -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attomey pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire APRIL 1, 2016 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of- Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey -in -fact at any time and revoke the power and authority given to him or her. Attomeys -in -fact shall have power and authority, subject to the terms and limitations of the power -of- attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of- attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of- attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 22nd day of NOVEMBER , 2016 . Seals V SEAL ; .,� *%:;;;;-, o`NSURaNCFC,, SEAL Ili:KATHY LOVERDGE C rrbn be 7807' My Commission October 10, 2019 Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 & 6; President of Company 1; Vice Chairman and CEO of Company 7 Michael Freel Assistant Vice President On this 22nd day of NOVEMBER AD 2016 before me a Notary ublx in and for the State of Iowa, personally appeared Bruce G. elleR y and Michael Freel, who, being by me duly swom, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/orAssistant Vice President, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers, acknowledged the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2019. CERTIFICATE I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attomey issued pursuant thereto on NOVEMBER 22, 2016 on behalf of: KAREN C. SWANSON, JAMIE DIEMER, BRENT E. HEILESEN, PETER J. COMFORT, JULIE R TRUITT, CHRISTOPHER KINYON, CARLEY ESPIRITU, KYLE JOSEPH HOWAT, ANNELIES M. RICHIE, MARY S. NORRELL, HEATHER L ALLEN gILIALd Notary Pdblic in and for the State of Id are true and correct and are still in full force and effect. In Testimony Wher of yyhave subscribed name and affixed the facsimile seal of each Company this b t day of 4t4gL 2.0/7 . 7832 )1.14) "Y( "For verification of the authenticity of the Power of Attorney you may call (515) 345 - 2689." Vice President Proposal P-10 NON - COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named 2017 Small Drainage Program, Project No. 91741201. McCann Construction Enterprises, Inc. Name of Firm Signature Authorized Official Vice President Title Signed and sworn to before me on this 5 day of , 20 Signatur•�% Notary Public in and f r he State of Washington, residing at 'EJ-ei .44 L /' ei`b2 ? My appointment expires: S/ Z L/70 SEAL Notary Public State of Washington CRYSTAL A PHILIPP MY COMMISSION EXPIRES March 22, 2019 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. Provided to AuilderA F.xrhanae of WA. Tnr. Fnr utaae Cnnditinns Aareement AAA www.bxwa.com - Always Verify Scal Proposal P -11 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. McCann Construction Enterprises, Inc. Name of Bidder: Address of Bidder: Renton, WA 98056 City State Zip Code Contractor's License No. MCCANTE979K3 WA State UBI No. 602 - 286 -020 PO Box 3211 Dept. of L &I 044,215 -02 License Bond Registration No. Worker's Comp. Acct. No. Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture 'lIncorporated in the state of WA If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES ❑ NO List business names used by Bidder during the past 10 years if different than above: N/A Year Bank Reference Banner Bank Dave Jensen 425- 739 -1009 Bank Account Officer Officer's Phone No. of regular full -time employees: 15 Number of projects in the past 10 years completed: _ ahead of schedule 30+ on schedule behind schedule Total value of contracts in hand (gross): $ $2.6 million Bidder has been in business continuously from 2003 Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 14 years. As a subcontractor for 14 years. Describe the general character of work performed by your company: Earthworks, Civil Utilities, Road Construction, Paving, Trucking, and General Contracting List major equipment anticipated for this projiect; state whether Contractor -owned or if it will be rented or leased from others. Roller; Dyna Pac - Owned, Truck; Kenworth- Owned Excavator; Caterpillar - Owned, Backhoe; John Deere - Owned, Wheel Loader; John Deere - Owned Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -12 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 Gordon Lee Jeff Pellham Title Project Manager Superintendent How Long With Bidder 12 years y� s � o►s 6-6-0 Name the Surveyor to be used on this Project who will directly supervise all surveying activities. Attach a resume outlining the experience and qualif ations of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? 1M Yes ❑ No Surveyor's Name: American Surveying and Environmental - See Attached List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous experience working with these firms, if any. Subcontractor rj Scope of Work No of Previous Contracts Worked with Bidder 14 �.n HM2. :..n Sol r +er AtGpaYmarrt4 iLC S J C4C K, ft 3. List all those projects of similar nature and size completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years' experience working on projects of similar nature and size. Year Contract Proiect Name Completed Amount Owner /Reference Name and Phone See Attached n. -....; .ae.v t.. n..; 1 Amnc V....1.an.,n of wn Tnn Fnr "mania rnnAi t i nnc Aarppmant RAP_ www.bxwa.com - Always Verify SCa1 Proposal P -13 List all projects undertaken in the last 10 years which have in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims Hp Bidder, or any representative or partner thereof, ever failed to complete a contract? No ❑ Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? 'No ❑ Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any offense that has resulted in your firm being barred from bidding or performing work for any State, Local or Federal agency? No ❑ Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any illegal restraints of trade, including collusive bidding? lEifNo ❑ Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? fio ❑ Yes If yes, please state: Project Name Contracting Party Bond Amount Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -14 H4s Bidder ever been found guilty of violating any State or Federal employment laws? No ❑ Yes If yes, give details: Has Bidder ever fill for protection under any provision of the federal bankruptcy laws or state insolvency laws? "f No ❑ Yes If yes, give details: Des the Bidder owe any delinquent taxes to the Washington State Department of Revenue? 'f No ❑ Yes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? ❑ No ❑ Yes Nos any adverse legal judgment been rendered against Bidder in the past 5 years? t�'No ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other ig.surance company for accidents resulting in fatal injury or dismemberment in the past 5 years? 1411No ❑ Yes If yes, please state: Date Type of Injury Agency Receiving Claim Attach additional sheets as needed. The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Vice President 1> ._ JA Date: 6/6/17 Prnvi Agri to Anilrinra Pwohanno of WA- Tnr Pnr nsaae rnnditinnn Agreement see www.bxwa.com - Always Verify Scal Proposal P-1 5 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN /RENT Roller; Dyna Pac - Owned Truck; Kenworth - Owned Excavator; Caterpillar Owned Backhoe; John Deere - Owned Wheel Loader; John Deere - Owned Labor to be used: Qet /A-i► ts,1 n 60ft r I iori?t+0441 ) lyrl3 McCann Construction Enterprises, Inc. Name of Bidder Signature of#rifhorized Official Vice President Title Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P -16 PROPOSED SUBCONTRACTORS Name of Bidder McCann Construction Enterprises, Inc. In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the 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 68' Schedule /Bid Item Numbers % of Name Subcontractor will perform Total Bid Prnvir1ari to Ruildors F.xrhanae of WA. Tnr. Pnr usaaa i'nnAitinns Agreement see www_bxwa.com - Always Verify Scal W 5� 6 n n 4225. 519.7324 I CONTACT PHONE' I 425-454-8020 •CONTACT PHONE I 206- 626-0256 I CONTACT PHONE I 562-868-9771 CONTACT PHONE 202-382 -3443 ICleaning, grubbing and grading. Site demolition and Earthworks including: Trail Excavation Incl. Haul to Stockpile to Work zone: 39 cy, Toilet Structure Excavation Incl. Haul to Stockpile in Work zone: 20 cy, Foundation Excavation Intl. Haul to Stoekplto 61 Work zone: 6 cy, Trail Surfacing WSDOT Crushed, Surfacing Top Course: 72 ton, Under Toilet WSDOT Crushed SuAedng Top Course: 8 ton, Fine Grading: 1,386 s1 I CONTACT PHONE I CONTACT PHONE 206.396-4089 CONTACT PHONE 'I 425-749-7778 CONTACT PHONE 206-433 -7192 . CONTACT. PHONE I 425 - 505-3600 W i 0 GC PROJECT MANAGER I c m 3 I m GC PROJECT MANAGER • Dan Radake GC PROJECT MANAGER Andrew Marstors AN , GC PROJECT MANAGER O .. - GC PROJECT MANAGER Dan Radake g `m I a 1 g A 2 . GC PROJECT MANAGER Ben Reinhanisen H GC PROJECT. MANAGER Mike Parfet8 Jared Gothard -- - -- - - - -- GC PROJECT MANAGER Dan Johnson rGC PROJECT-MANAGER a m m J GC PROJECT MANAGER Barbara Schutt COMPLETE 2014 S V. IO Y I m COMPLETE N COMPLETE 4 $ P, N " to - -] Feb -17 w 0 g '0 O COMPLETE Nov -16 rCOMPLETE { � 0 8 N AMOUNT o C N t A C �8 O tV N 8 N GC ADDRESS 1 AMOUNT 1 3911 Lake Washington BNd SE $320,000 Bellevue WA 98006 `�, m I =� - N a 1 1 AMOUNT S 198,235.00 a �8 8 N O N .GCADDRESS P.O. Box 481 Renton WA 98057 1 r the Duwamish river. The project in m, pretection of sculptural art instal r, sidewalk and oodles; minor sktee GC ADDRESS m imp N N Q ^ o41 Inslaflatkxt of rant Assemb , GC ADDRESS P.O. Box 481 Renton WA 98057 1 C 9u m OC ADDRESS P.O. Box 481 i N tn t < m " ei GC ADDRESS 3911 Lake Washington Blvd SE Bellevue WA 98006 GC ADDRESS 3911 Lake Washington Blvd SE Bellevue WA 98006 1 N S PO BOX 11489 Olympia, WA 98508 4 i g GC ADDRESS 11832 S BLOOMFIELD AVE 1 SANTA FE SPRINGS CA 908701 1 GC ADDRESS 2801 41h Avenue, Suite 350 Seattle, WA98121 GC ADDRESS P.O. Box 481 Renton WA 98057 Y OWNER/GENERAL (GC) a ii f - OWNER/GENERAL (GC) Terry Care Group, LLC OWNER/GENERARIGC) I City of Renton FORMA Construction $ o s cc m �A 13 ° a OWNER/GENERAL'(GC) 1 8s Ero OWNER/GENERAL (GC) a cwt 611 10 m n m glw 'VII iii as 1 OWNER/GENERAL (GC) ''''"N 1E creto Pavement, Asphalt Pavement Removal, f I OWNERIGENERAL (GC) City of TukvAa 1 OWNER/GENERAL (GC) I__ _ _PCLConstwctkm Services H o 0 a O 1 V _ fr 1 Si s t (V § n m JOB TITLE !Citywide Roadway Embankment Stabilization p & 1 e 0 e E, y 1 J E 'Seattle Sky Club Sea Tae, WA JOB TITLE South Satellite 54 & 58 International Corridor Sea Tac, WA �� J S IMerldian Center 2 for Health PH I Burler% WA JOB TITLE Duwamish Gardens Protect 1 JOB TITLE IPOS Baggage Optimization -.- m u m W C q m Renton RHA House Demolition Phase 1 Renton, WA $ S a d y N a Q 'JOB Tf lE North Satetdte Renovation & Expanalon l J 8 Brtghtwater Treatment Plant Fleld Pavilion Woodkrville, WA __-_ 425-394-4200 Temporary hank control devices, street sweeping, high Hs fencing, inlet protection uttiy locates, sawcuttkg, treo removal, concrete stab removal, structure excavation class 8, shor*eg class 8, storm drain manhole adjustment site rvslo afkm E § 9\ moms, temporary power for aircraft rectifiers, temporary pedestrian walkways lbr ground level walkways .CONTACT PHONE .i 253-845-9544 . •' CONTACT PHONE 425-454-8020 CONTACT PHONE +I F § $ '. CONTACT PHONE • I 425-454-8020 I CONTACT PHONE 'i CONTACT PHONE 206-571 -6102 CONTACT PHONE` 206-351 -5257 "- CONTACT PHONE •. 206386-1990 CONTACT PHONE I 425. 5778274 GC PROJECT MANAGER. Dana Johnson :GC PROJECT MANAGER Peter Bensche ' GC PROJECT. MANAGER' . - Adam Running I _ ..GC PROJECT MANAGER Cyndy Holtr/SPU GC PROJECT MANAGER' - Jamie Ctune GC PROJECT MANAGER. - - . - GC PROJECT MANAGER Jason Stonlahl � GC PROJECT MANAGER Peter Losh GC PROJECT MANAGER Stephen Vatlnr - - - - -. _. h ! / � $ t $ u GC PROJECT MANAGER Jeff Richards 9 • 0 /k ! § § 2014 . COMPLETE' - 2011 § ..COMPLETE: 2015 § § . 8 27 ■, 8 / AMOUNT S 1,386,597.00 ! AMOUNT: S 201,452.82 — 8 ` 48 k ■ » AMOUNT. E 145305.00 r AMOUNT - S 4,919,932.19 &� i 8 8 }§ GC ADDRESS .. A, P.O. Box 481 Renton WA 98057 GC ADDRESS: • 15405 SE 37th SL, Ste. 200 Bellevue, WA 98006 k a ; B •GC ADDRESS 15405 SE 37th St, Ste. 200 , Bellevue, WA 98006 Eton utilities, sanitary sewerage uti4 1 1 _ GC ADDRESS. 4904 Lake Washington Btvd. NE Renton, WA 98056 ��k §!{ ¥2f f_ GC ADDRESS. 4904 Lake Washington Btvd NE Renton WA 98056 �§ § ■ . 15405 SE 37th St., Ste. 200 Bellevue ,WA 98006 . GC ADDRESS. 15405 SE 37th St. Ste 200 $ ■ ' GC ADDRESS -_ 6890 W 52nd Avenue Arvada, CO 80002 !Lion Drainage, Soils Report r GC ADDRESS' -_ - 15405 SE 37th SL, Sle 200 1 Bellevue WA 98008 - I "GC ADDRESS --1 M \ ,! � ) ! — • OWNER/OENERAI. (GC) Cascade Land Conservancy/Sea/Et Public Utilities/McCann Construction removal ofobovegrwnd Nei tank, so tic tank, OW NER/GENERAL' (GC). -- King County Dept of Natural Resources - Soltd Waste OMslotn /PCL Construction $ | t l OWNER/GENERAL (GC) Promera PCL Construction Sandals : 112 Lake Washington School Dist Absher - " k ! i E Global Engineering 8 Coast. _ _ _J08_TITLE_ • - . .+-OWNER/GENERAL (GC) - IPI.B Replacement & Refurbishment _ I Pon of Seattle Concourse D PCL Construction i k ! ii ` 1 F $ $ { 2 ■ ■ 1 | PCL Construction Services OWNERJGENERAL (GC) Dept. of Veterans Affairs Svdnerton Absher JV OWNER/GENERAL (GC) W SOOT �- .OWNER/GENERAL(GC)_ -__ -_ US Government Global Engineering 8 Const. cavalion & disposal of excess soils, site cut to Ivanhoe Cambridge PCL Construction Services Demolition of assorted buildings on 3 different properties, JOB TITLE Houghton Transfer Station Roof Improvement end Mbloation Prolect JOB TITLE SPU Owned Cedar River Properties: Tran, Ramey, & Monroe Seattle, WA 03 \ q& t 1. ce s.a cd A s o k k e a - 400 TITLE Promara Parking Lot Mountlake Terrace, WA �) §9 .h 9 2 `� 'JOB TITLE Alaska Airlines Ground Level Walkways_ )! k� ) $ !! 20. I ! ! ! § K$ '� § IRNocatable for IDES Madigan Army Medical Center, JBLM WA ! 2 !2 CONTACT PHONE 208-255.7427 CONTACT PHONE CONTACT PHONE 425 -766 -3699 CONTACT PHONE 425462 -1328 CONTACT PHONE . 509 586 -1104 CONTACT PHONE 425454 -8020 1 CONTACT PHONE 425454.8020 W 6 u CONTACT PHONE 425 454 -8020 l CONTACT PHON 1 206 726-8000 W 1N u r IDernoMion and disposal of exfsing stucture, clearing and grubbing, erosion control. excavatolon and baddril of foothgs for new mixed use buOding. 1 GC PROJECT MANAGER Terry Buchanan — 1 GC PROJECT MANAGER 8 N GC PROJECT MANAGER - Aaron Wisher GC PROJECT MANAGER Tony Rothstein - - - E GC PROJECT MANAGER Tim Montgomery C7 2 W z 8 Trevor Gallagher GC PROJECT MANAGER_. ' James McReynolds GC PROJECT MANAGER i N . GC PROJECT MANAGER Bernd Dreyer e GC PROJECT MANAGER m C/ Y - GC PROJECT-MANAGER Bill Kent L u c 3 g u W y u 1 q N COMPLETE 2008 COMPLETE h i COMPLETE 2009 4p Z u 2008 COMPLETE 2008 u 8 - w s § e 8 ^ M ton entrances. demr I 1 8p N 2 4 m .2 4 e8 N 8 N i 8 r N ' AMOUNT S 5.067,079.00 N 8 N —a (_8p 1$ S 83.824.38 Bellevue WA 98006 s construction of the Houghton Pa. GC ADDRESS 15405 SE 37th St., Ste. 200 Bellevue, WA 98008 � Qp i s N u 15405 SE 37th SL. Ste. 200 I Bellevue, WA 98006 3 5 GC ADDRESS 15405 SE 37th SL, Ste. 200 m 1 GC ADDRESS PO Box 40069 Bellevue, WA 98015 eUp C GC ADDRESS PO Box 7305 Kennewick, WA 99336 GC ADDRESS 1222 Bronson Way N. Ste 100 Renton, WA 98057 GC ADDRESS 15405 SE 37th SL Ste 200 GC ADDRESS 15405 SE 37th St. Ste 200 Bellevue, WA 98006 (listing ut ll(es, utilities relocation ani I tt�� i. Bellevue, WA 98007 I 5 expansion and new hotel conshu GC ADDRESS 15405 SE 37th SL Ste 200 Bellevue, WA 98006 disposal of contaminated soils. � I GC ADDRESS 221 Yale Ave N. Ste 400 O F. o C7 a �a_7 Olynco Development LLC OWNER/GENERAL (GC) Microsoft, Inc. I £ rzj ry mg 3 m D f, 1 o Ii . OWNERIGENERAL (GC) _ fi^ U OWNER/GENERAL (GC) Bravem Residential 1 & H. LLC/PCL I Construction pi C OWNER/GENERAL (GC) 18613 International, LLC/ u� a OWNERIGENERAL -(GC) Seattle Housing Authority / Vongs LLC / Buchanan General ConctractIng Co. eluding large detention vault erosion control. s I I _1 P S OWNERIGENERAL (GC) Port of Seattle r m d1 e OWNER/GENERAL (GC) SSS .al c �f was a C ,iQi o 3 3 OWNER/GENERAL (GC) The Tulatp Tribes a & m {Sst U JOB TITLE SeaTac WafyPark Parking Structure 2 u Q • r; y y New Cascades Maintenance Facility (Phase!) and The New Warehouse & Administrative & Health & Welfare RIdaIPhese10 ISloeor*. Backlit: and utilities ends for the construction of Ih i '?. Ede m m 1 d u EE S 6 i i y fI7 l 'Safeway Distribution Center - Bellevue, WA 8 I t JOB TITLE Tulatip Hotel and Casino Expansion 'Sound Transit Commuter Rall Station Lakewood, WA JOB TITLE Microsoft Building 120 i CC h I Q g 0 C m u I 1E 4 W 'Mass excavation, erosion control, clearing and grubbing for I - - JOB TITLE Terminal 91 Cruise Ship Terminal CONTACT PHONE l 425 454.8020 q k 425 4548020 CONTACT PHONE. 425 732 -3684 ,_k k� Kk u E R ' : CONTACT PHONE. /, 253 566-0500 CONTACT PHONE. 425 885-3314 CONTACT PHONE 206 726-8000 GC PROJECT- MANAGER • k ! GC PROJECT MANAGER' ) k GC PROJECT MANAGER Patrick Deep 111 GC PROJECT MANAGER. Jim Rodgers GC PROJECT MANAGER. Larry Hutchinson GC PROJECT MANAGER Hans Hansen GC PROJECT MANAGER • J Jason Hynes GC PROJECT MANAGER Phli Baker COMPLETE 2006 AMOUNT 'COMPLETE S 196,186.00 2007 § § § § • COMPLETE 2006 § 2 COMPLETE 2006 § § \� - • AMOUNT. S 349,210.00 S 145,314.00 _ ! '' I § GC ADDRESS, AMOUNT• 950 Pacific Ave, Ste 200 S 89,825.00 0 A / !J &! •& 2 2 �§ \ ` AMOUNT S 132,478.00 • AMOUNT- S 139,202.00 |5 ! $ a ;/ .- [ Bellevue, WA 98006 1 shy approach lighting system Melee 2 1 0 ; 12100 Nonhup Way - _ Bellevue, WA 98005 \m | B1 ;M Seattle, WA 98144 eb ;K ■ §a k� ®$ . l l GC ADDRESS - 10620 NE 8th S4 Ste 101 Bellevue, WA 98004 . M -`® l\kf .211 §f§ R« | • GC ADDRESS., 1501 N 200th St Shoreline, WA 98133 k S- |k 7% -u ! OWNER/GENERAL (GC) - Tartlet Corporation OWNERIOENERAL (GC). The Tulalp Tribes PCL Construction Services o 2 !° ƒ ! k f { 1 | } E Illi Pe WI g! \ §£\ 0!k 0 i ; ) ! ! k / I g g k! V -k§ 0fit M. E t ! a ! B %]ft Ili �! §� g . 2 ! °2 § ? - a 0 1 1 k 2 ; e f 2 i 1 $ ,1 § 11 'Snohomish Elementary School /HO Snohomish, WA 4 (` ! | I §2 I$a ig2 E. ! 0• I 1 ■if .aA JOB TRLE SeaTac Airport Lighting System ALSF-2 K} , 1 1 a ! $ J American Surveying & Environmental, LLC ""- Land Surveyors & Consultants Consulting Land Surveying Services Land Surveying Parcel Subdivisions Construction Layout Water Quality Testing Boundary Line Alteration FEMA Elevation Certificates Legal Description Preparation 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881 -7430 • Fax (425) 881 -7731 www.american-englneering.net American Surveying & Environmental, LLC at a Glance Consulting- Land Surveying & Related Services Founded - September, 2012, formerly known American Engineering Corporation Ownership- Privately held S- Corporation Office- Redmond, WA Annual Sales- $600,000+ General Liability Insurance- $i million/ $2 million policy Professional Liability Insurance- $2,000,000 policy Employees- 4 hourly staff About American Surveying & Environmental, LLC American Surveying & Environmental, LLC is a full- service consulting company offering land surveying and construction surveying & layout services. We have a highly experienced and motivated staff who will work closely with you to serve your project needs. Our office Is equipped with a comprehensive network of computer stations and software including the most current version of AutoCAO Civil 3D. Our field crews are equipped with the latest electronic surveying Instruments and GPS equipment and are backed by a time - efficient survey calculation and mapping program. Our field survey equipment Includes Topcon GPS receivers, Topcon Robotic and Nikon Total Stations, Lelca Digital Level and TDS & Spectra Ranger Data Collectors. Areas of Expertise • Boundary and Topographic Surveying • Legal Description Composition • Construction Surveying & Layout • Certlfled Federal Surveyor • Water Quality Testing/Monitoring • Land Use Planning and Permitting American Surveying & Environmental, LLC c Lam sur wyon & Consultants Services Provided Land Surveying: • Boundary Surveys • Topographic Surveys and Site Mapping • Horizontal and Vertical Control Surveys • ALTA/ACSM Surveys • Construction Layout Surveying • Survey Monument Perpetuation /Restoration • Easement Exhibits and Legal Descriptions • Parcel Maps • Condominium Surveys & Plans • Long Plat /Subdivision Surveys • Boundary/Lot Line Adjustment Surveys • Record of Survey • Aerial Maps • Hydrographlc Surveys • Settlement Monitoring • FEMA Elevation Certificate • As Built Surveys & Record Drawings • Title report and Property Encumbrance Reviews • Land Description Reviews (LDR) — CFedS • Cert. of inspection & Possession (CIP) -CFedS • Boundary Assurance Certificates (BAC) - CFedS Contact Information Phone: (425) 881 -7430 Fax : (425) 881 -7731 Webslte: www.american- engineering.net Michael SJolin, Principal Registered Professional Land Surveyor —(WA) No. 45174 Certified Federal Surveyor— No.1570 (CFedS) msloiin @amerlcan- engineering.net Brett Garr, Principal Land Surveyor In Training— (WA) No. 1139 pxarr @amerlcan- engineerine.net Rory Allen, Principal Certifled Erosion and Sediment Control Lead rallenPamer (can-en>;Ineering.net 4056148th Ave NE Redmond, WA 98052 • Tel. (425) 881 -7430 • Fax (425) 881 -7731 www.american-englneering.net American Surveying & Environmental, LLC -- Land Surveyors& Consultants .. STAFF RESUMES Michael SJolin, Director of Surveys, Principal Registered Professional Land Surveyor No, 45174 (WA} Certified Federal Surveyor No. 1570 Michael has more than Seventeen years' of experience In the land surveying profession. During this time he has conducted and supervised cadastral surveys, topographic surveys and construction layout surveys and been involved as project manager of many different types and sizes of projects. He has vast experience drafting numerous types of survey maps, Including boundary surveys, topographic, ALTA, condominium, wetland delineation, long and short plats, GIS mapping, and boundary line adjustments. In addition, he is well- versed at preparing various types of legal descriptions and easement documents including exhibit maps using Autodesk Civil 3D. Michael also has ample experience conducting and supervising FEMA Elevation Certificate surveys used for flood insurance. Michael has a very methodic and systematic approach to insure a high level of quality control. His attention to detail and careful project approach makes him a valuable member of ASE's professional team. Michael's experience also includes performing complex boundary computations and construction staking pre - calculations for a variety of different projects in both the private and public sector. His project experience range includes small residential Tots, large site development projects; both private and public, airports, county roads and state highways, He Is highly capable and has the experience needed to simultaneously manage multiple projects from beginning to completion with accuracy and attention to detail and the ability to maintain required project budgets and time constraints. In June of 2012 Michael received Certified Federal Surveyor (CFedS) status from the United States Department of the Interior Bureau of Land Management.The CFedS program, which has been approved by the U.S. Secretary of the Interior, was designed specifically to enhance the level of knowledge and expertise In the professional land surveying community for survey work performed on federal lands and especially on Indian trust lands. To earn the CFedS designation, professional land surveyors must complete approximately 120 hours of course materials prepared by the BLM's National Training Center, in Phoenix, Arizona, and pass the certification examination. To maintain the certification, a CFedS must complete 10 hours of continuing education annually. This certification has provided Michael the additional knowledge and skill to offer superior boundary survey practice. Page 5A 4056 148th Ave NE Redmond, WA 98052 • Tel (425) 881 -7430 • Fax (425) 881 -7731 www.american-engineering.net Brett Garr, Project Manager, Principal Land Surveyor in Training No. 1139 Brett has more than seventeen years' experience as a field surveyor beginning his career as a rodman /instrument operator while working at David Evans and Associates at the Everett office, then worked his way up to Protect Manager at American Engineering Corporation. Brett's surveying experience Includes many years of experience in field survey layout of plats, roads, water, sewer and other infrastructure. He also has a very broad base of experience In boundary, topographic & mapping surveys for land development and civil design. Brett possesses excellent communication skills and understands exactly what Is required to provide the client with superior quality and excellent service. Brett works well with construction contractors and has the ability to simplify and solve most any of the complications that are involved in most public works construction projects, Brett is an especially valuable personnel asset to have on your protect team. Brett earned Land Surveyor in Training status in May of 2011 and he is currently working towards obtaining his professional surveyor license here in Washington State, Rory Allen, Project Manager, Principal Certified Erosion & Sediment Control Lead Rory Allen has more than eight years' experience In the field starting his career as a rodman /Instrument operator at American Engineering Corporation and working his way up to survey party chief. Rory understands exactly what is required to produce the finished products of mapping and site development and applies that knowledge In gathering field data. Rory is a major player in the mapping and the collection of field data for all projects. Rory has always pushed himself to keep up with equlpmenttechnology and Is constantly working on ways to keep projects within budget while obtaining all the data that is required for the finished product. In December of 2012 Rory obtained his Certified Erosion & Sediment Control Lead certification. Rory is currently working towards obtaining his 'Land Surveyor in Training' status here in Washington State. 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881 -7430 • Fax (425) 881-7731 www.amerIcan-engineering.net Page 5B American Surveying & Environmental, ICC Land Samovars &Consultants STATEMENT OF QUALIFICATIONS American Surveying & Environmental, LLC (ASE) is a small sized firm with a 20+ year history In the Seattle and Puget Sound area offering professional surveying, construction staking, and planning services, Formerly known as American Engineering Corporation (AEC), ASE was formed in 2012 when the employees purchased the business from the principal of AEC, Einar Gundersen. Our staff members have worked together on a variety of survey protects involving boundary surveys, topographic surveys and site mapping for design, roadway and right of way surveys, constructions layout services for building construction and civil site development, ALTA surveys for commercial & residential properties, parking lots and underground utilities, new housing projects for residential and multifamily, condominium surveys, FEMA Elevation Certificate surveys and settlement monitoring. American Surveying & Environmental, LLC has a proven record of providing high quality land surveying services to our clients. We are pleased to introduce you to our company and the professional services we are able to provide. Our land surveying services include boundary surveys from single family lots to commercial sites having multiple lots and entire blocks, site mapping for planning and design, land use permitting, ALTA surveys, long plats and short plats, site and roadway mapping for storm water management, erosion control, sanitary sewer and water distribution design, Our staff is also experienced in the field and is able to provide coordination and observation during the entire development process from feasibility to construction with the city, engineering consultants, contractors, or architects. American Surveying & Environmental, LLC's drafting department is equipped with the latest version of AutoCAD Civil 3D as we are on the subscription program with Autodesk and we automatically are upgraded with the latest versions of CADD programs as they are introduced. Our drafters attend continuing education classes as well as online webinars to maintain a high level of proficient use of the software. The following pages are select projects ASE has taken on and successfully completed since our formation in September, 2012, 4056 148th Ave NE Redmond, WA 98052 • TeL (425) 881 -7430 • Fax (425) 881 -7731 www.american-engineering.net American Surveying & Environmental, LCC AMERICAN SURVEYING & ENVIRONMENTAL, LLC SURVEY PROJECTS Dreamlifter Operations Center Location: Snohomish County Airport (Paine Field), Everett, WA: Project Owner: Snohomish County Airport Prime Contractor: Strider Construction, Bellingham, WA Contract Value: $73,000 Project Description: The site was developed to provide the Boeing Company with a maintenance facility for the Boeing 747 Dreamlifter. This project consisted primarily of construction layout services; however, ASE provided services for the composition of legal descriptions so Mukilteo Water & Wastewater District and the Snohomish County PUD could obtain the proper land use license agreements from the Snohomish County airport for the underground gas, water and electrical utilities servicing the property. ASE was also requested to replace an inadvertently destroyed survey monument controlling the right -of -way position for a portion of SR525 (Paine Field Blvd) that directly abuts the project site. ASE conducted the necessary document research to determine original monument position for replacement. ASE filed the necessary permit with the Washington State Depart of Natural Resources and the required Land Corner Record with the Snohomish County Auditor post Installation of monument. ASE provided horizontal position and grade control for site development for the duration of the project for roadway (asphalt and concrete), curbing, site lighting, underground utility vaults and duct banking, water, underground jet fuel pipeline, storm -water facilities, sanitary sewer facilities, airplane noise walls, concrete airfield ramp paving and channellzatlon. The project required a fast paced schedule for on -time completion which ASE was able to maintain through the life of the project. Upon completion of construction, ASE provided the project engineer, CH2M Hill with a complete as -built survey which Included the concrete airfield ramp. 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881 -7430 • Fax (425) 881 -7731 www.american-engineering.net American Surveying & Environmental, LCC Inndwrv�yossGConsu�unu Redmond Central Connector Location: Redmond, WA: Project Owner: City of Redmond Prime Contractor: Road Construction Northwest, Renton, WA Contract Value: $20,000 Project Description: The city of Redmond was utilizing an abandoned railroad grade to construct a pedestrian trail to interconnect the Bear Creek Trail and the Sammamish River Trail. ASE provided horizontal position and grade control for the trail surface, which was concrete, asphalt and gravel depending on location, storm drain facilities, roadway intersection improvements, parking lot position and grading, retaining walls, concrete stairway, water structures and various architectural features. This project required ASE to provide the contractor with a creative approach for the survey layout of the concrete banding design at the trail plaza's in order to minimize the amount of survey stakes on the ground, but still enable the construction crew to build the features as designed. SR9 212th Street SE to 176th Street SE Stage 3 Widening Location: Snohomish County, WA: Project Owner: Washington State Department of Transportation Prime Contractor: Northwest Construction, Bellevue, WA Contract Value: $150,000 Project Description: The Washington Department of Transportation (WSDOT) was widening the existing two -lane State Route 9 into a four -lane (with center median) improved highway with intersection safety enhancements. ASE provided horizontal position and grade control for construction layout of the following: demolition and clearing limits, three storm water retention ponds, a storm water drainage system that comprised of over two hundred drainage structures, intersection improvements, curbing, slope staking, drainage ditches, intelligent traffic signals, highway illumination, driveways and road approaches, subgrade and top of asphalt finished grade of highway (bluetops), and channellzation and signage. This project required night work for certain task to be completed due to heavy daytime traffic volumes though this travel corridor. This project was constructed on a demanding and rigorous schedule which required absolute scheduling commitments along with tight completion deadlines. 4056 148th Ave NE Redmond, WA 98052. Tel. (425) 881 -7430 • Fax (425) 881 -7731 www.american- engineering.net American Surveying & Environmental, LCC Land wN.,OI I ComulUnU Anderson Concrete Recycling Topographic Survey & Gradine Plans, Location: King County, WA (Tukwila): Project Owner: Anderson Concrete Recycling Plant Contract Value: $45,000+ Project Description: King County Land Use required the property owner to apply for a site grading permit in order to close operations. The planned timeline at the beginning of the project for complete closure was two years. The project site Is a concrete recycling plant with a substantial volume of both raw and recycled concrete products on the property. A critical factor for this project is a steep slope which is greater than 40% and comprises the majority of the property area. This project required ASE to conduct a detailed topography and mapping survey of the property to locate all improvements and in addition, make an accurate measurement of the volumes of both the raw unprocessed concrete rubble and the recycled concrete stockpile. This project was unusually challenging for the field survey crew due to the continuous activity of heavy machinery on site for the operations of the plant. ASE subcontracted with a professional engineer to manage the grading permit process with King County. A7. ■as v,.e mi g ekQr‘ittitadunl cr.. r; War,Ar Jo. 3e *f3i ` . Lam ..flutAter• 1 1, {9 J_ !n 41 j I di 4056148th Ave NE Redmond, WA 98052 • Tel, (425) 881 -7430 • Fax (425) 881 -7731 www.american- englneerIng.nt American Surveying & Environmental, LCC = land Surveyors 6 consultants Cleveland Construction Waterline Re -route Location: City of Redmond: Protect Owner: Frito Lay Company Contract Value: $10,000 Project Description: The Frito -Lay Company has a product distribution center in Redmond Washington along with a truck service and maintenance shop. Frito -Lay was planning to construct an additional truck service and maintenance shop. The proposed location of the building was over an existing underground water line. In order for the City of Redmond to issue a building permit, the clty required Frito -Lay to relocate the water line. Under the supervision and direction of a professional engineer, ASE produced the construction plans for the waterline relocation. After construction approval was granted by the city, ASE provided construction layout services for the new water Tine and for the proposed truck service and maintenance shop. After the waterline was constructed ASE conducted an as -built survey and produced 'Record Drawings' from the field data. ASE provided the CAD files on state plane coordinates to the City of Redmond GIS department for their use. 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881 -7430 • Fax (425) 881 -7731 www.american-englneering.net American Surveying & Environmental, LCC `• Land wmyon & Consults nu Stone Creek Homes Flood Study Location: King County, WA (Redmond): Project Owner: Stone Creek Homes, Jeff Christopherson Contract Value: $2,000 Project Description: The property owner of this 20+ acre parcel of land was In the process of acquiring a building permit from King County to build a second residence on the parcel. Directly abutting the proposed building Iocatlon runs a seasonal drainage course that drains the surface water from higher elevations. The King county review engineer required that a flood study be prepared by a professional engineer to approve the proposed building location. ASE Provided land surveying services to provide mapping and topography of the stream sections and the proposed building location for the engineer to prepare a flood study analysis. .f 1I1 ..a.twtoTudia., SUM 17kSi� • om_ ? 14,ti. 7c3.ey? wcar.:.•:R :EW0.4'r•t.tra.raNY.CI' -- • L4 ,P. s�trt,�r_ra•�Y•s._ 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881 -7430 • Fax (425) 881 -7731 www.american-englneering.net American Surveying & Environmental, LCC Cleveland Short Plat Location: City of Sammamish Project Owner: Cleveland Construction Contract Value: $22,000 Project Description: This project is a 2 -lot short plat on a parcel of land that is approximately 2.4 acres in area. The parcel is heavily wooded and contains and existing single famlly residence. ASE provided boundary, mapping and topography services for lot design layout, civil and septic design. ASE had a professional engineer on staff for oversight of civil design and management throughout the review process. ASE prepared all of the preliminary and final construction documents for short plat. Ie 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881 -7430 • Fax (425) 881 -7731 www.american- engtneering.net American Surveying & Environmental, LCC land Surveyor, & Consultants )Brown Sewer As -Built and Boundary Survey Location: City of Sammamlsh Protect Owner: Mr. and Mrs. Ian Brown Contract Value: $1,400 Project Description: This project was provided In two parts. The client intended to construct a septic system on the property for future construction. The Sammamish Plateau Water and Wastewater District required a survey to determine the distance of the closest property corner to a manhole in the local vicinity In order to determine of the property owner was legally able to construct a private septic system rather than be required to connect to the public wastewater district sewer system. ASE was also requested to provide a boundary survey of the parcel in question. Due to the position of Pine Lake, the North -South section centerline, which Is one of the parcel boundary lines, was not monumented on the ground during the original Government Land Office Survey conducted during 1864. This project required an exhaustive search of the public records along with a diligent field search for survey evidence to best determine the location of this line. ASE was able to overcome the challenges of the project to complete the survey the client committed timeline. NC 1/4 Of 1Il1 aM 1/1 tN SM. 4.11/P. tit, p. s8, M.Y. 14Na COUNTY, SIASUINO ON .nW.r OMNI 4, 1014,01. $s.i aloe••. !IL p _� s�e•4is M _ .....1_._� .- -_. -.. mN' l i• r<!I a - . -- lr� c 1 i4:ii •c unit uov+a a MI• w.Y• ••• ••••■••••R.• M ▪ W .. ma ▪ :.rtte,W.:= A M..•M MO Men. r.•••• •• alAtar•.•sa • mail . PO* s,•A•.•• 4056 148th Ave NE Redmond, WA 98052 • Tel, (425) 881 -7430 • Fax (425) 881 -7731 www.amerIcan-engineerIng.net American Surveying & Environmental, LCC UndSUrveyon& cow ll�nb - Schafer Lot Line Alteration. Boundary & Topographic Survey Location: City of Kirkland Project Owner: Mr. Maurice Schafer Contract Value: $2,500 Project Description: This project was provided in two parts. The client primarily requested a lot line alteration in order to provide an abutting parcel additional area to meet zoning compliance for planned future land use. ASE was also requested to provide a boundary and topographic survey of both parcels for marketing purposes. ASE conducted a complete boundary, mapping and topography survey of both parcels maintaining the promised delivery timeline for the Lot line Alteration documents along with the plat of survey for each of the parcels topography survey's. elE •!'MS -44.44 41.4. 1/4 or nu Iu ya a cm' ig,v ra a fr�i°�we a nc nu+�trn W 4 U 4 .•- ...■.- w•••■•-s■ egaetra .2 per lkgjuys• 66 woe yirow c_.. 0.17 4,....,. 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881 -7430 • Fax (425) 881 -7731 www.american-englneering.net