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