Loading...
HomeMy WebLinkAbout11-099 - RL Alia Company - Interurban Avenue South Gravity Sewer11 -0990) Council Approval N/A 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Repair the leak in the fuel tank vent sump at the Jumbo Deli/Union 76 Station at 14905 Interurban Avenue S. as detailed in Field Directive #15 attached. These repairs are to be performed by injecting chemical grout in the area of leakage to seal off the cracked joint from further groundwater infiltration. Support will be provided for removal of existing groundwater from the sump by a separate contractor hired by the City. Coordinate repair work with the City's Project Engineer. This additional cost will be paid under Schedule A Sewer. There is a one day time extension with this Change Order. 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 wi ept as full payment therefore the prices shown above and below. ACCEPTED: Date 4� 3-12- Contractor R. L At 1A oMbOvil By P R Es 1bewT 9 A Title r� r Original Contract (with tax) 746,176.80 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 27,300.38✓ Date 4 a This Change Order (w /out tax) 1.280.00 By� e M v G EV. CONTRACT AMOUNT 774,757.18 May 4i RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) sf d a 61IV -5 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: Sheet 1 of 1 ~AS CITY OF TUKWILA ,y CONTRACT CHANGE ORDER NO. 10 rsoa Mike Ronda From: Gary Pankiewicz <gjpank @rlalia.com> Sent: Monday, April 02, 2012 10:16 AM To: Mike Ronda Subject: RE: Request for Quote IU Sewer Project $1,280 is the total, including ProVac. I was out Friday. Did you get the info you were seeking? GJP From: Mike Ronda rmailto :Mike.Ronda()TukwilaWA.aovl Sent: Friday, March 30, 2012 3:35 PM To: 'Gary Pankiewicz' Subject: RE: Request for Quote IU Sewer Project Gary, To confirm. The number we are paying you is $1,280 or that is the number from ProVac? Interestingly, now that I am finally getting back to this item I can't reach Mike C to find the details that go with the proposal. Do you have something more to define the scope of the Change Order? If not I will try to get the details from Mike on Monday. MER From: Gary Pankiewicz rmailto:aiDankerlalia.coml. Sent: Tuesday, March 27, 2012 12:09 PM To: Mike Ronda Cc: Michael Cusick Subject: RE: Request for Quote IU Sewer Project Hi Mike, I think Mike Cusick had already been discussing this with Pro -Vac. Mike Cusick will schedule and pay to have Bravo vac the water out just prior to the work being performed. Pro -Vac will inject the grout. Cost Proposal $1,280.00 plus tax. Let us know. Thanks, R. L. Alia Company Gary J Pankiewicz, Accountant From: Mike Ronda rmailto: Mike. RondaaTukwilaWA.aovl Sent: Thursday, March 22, 2012 11:30 AM To: Gary Pankiewicz; David Pankiewicz (dr)ank(d)rlalia.com) Cc: Michael Cusick; Peter Lau Subject: Request for Quote IU Sewer Project Rick, With our rain storms last week we discovered an issue with one of the fuel tank manhole lids on the south end of the Jumbo Deli /Union 76 Station at 14905 Interurban. There is a leak in the sump pump riser that may have been caused when we installed the sewer pipe just to the south and /or west of their concrete pad. Mike C has reviewed the issue and thinks the quickest fix is to inject some chemical grout around the outside of the riser to seal off the water path. I know Michels does this type of work but you may have other contacts who may be interested in giving us a price. When you get some time can you contact Mike C, make a site visit, and give us a price for repair? At this point I see this as extra work but I haven't reviewed the contract carefully enough yet to make a firm determination on that. don't see it being a really big bill but we do need a price and will probably need to process a Change Order before we can move forward. Thanks, MER Michael Ronda Construction Project Manager I City of Tukwila 6300 Southcenter Blvd #212 1 Tukwila, WA 98188 ph: (2o6) 433 1 fx: (2o6) 433 Mike. Rondana tukwilawa.00v I www.tukwilawa.aov *NEW EMAIL ADDRESS AND WEB ADDRESS! Reduce u Recycle Please t'onsl der the envsronn':ent before printing this email No virus found in this message. Checked by AVG www.avL.com Version: 2012.0.1913 Virus Database: 2114/4886 Release Date: 03/22/12 No virus found in this message. Checked by AVG www.av2.com Version: 2012.0.1913 Virus Database: 2114/4904 Release Date: 03/30/12 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 015 To: R. L. Alia Company 107 Williams Ave So. Renton WA 98057 Attn: Rick Alia Date:4 /02/12 Project Name Project No.: Contract No.: IU Gravity Sewer 90440208 11 -099 Work to be performed: Provide a lump sum price to repair the leak in the fuel tank vent sump at the Jumbo Deli /Union 76 Station at 14905 Interurban Avenue S. as detailed in the attached exhibit. These repairs are to be performed by injecting chemical grout in the area surrounding the plastic access sleeve as shown. The objective is to seal off the cracked joint from further groundwater infiltration. Support will be provided for removal of existing groundwater from the sump by a separate contractor hired by the City. Reason for modification: Following heavy winter rains the property owner discovered infiltration in a fuel vent access hatch that was not previously observed prior to the project. Investigation by the City's Project Engineer found a possible cause and effect relationship between the installation of our new side sewer line immediately adjacent to the leaking facility. In order to prevent further risk of ground water contamination of the fuel tank we are choosing to seal the leak with the chemical grout method. This is viewed as a prudent and cost effective step where the exact cause of the leak would be difficult to determine. Work under this Field Directive modification will be accomplished: With work to be paid lump sum as negotiated and agreed to by Change Order. With contract completion date evaluated by Time Impact Analysis. Performance of this Field Dire Ive is authorized by all signatures below: f Accepted by: 1('l c %1�Rr�n L A- Cbntractor's Rep Name Date Approved by. City Construction Engineer Date Verified by: City Construction Inspector Date x 11-099(i) Council Approval N/A �JW,�gs Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 09 soe 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Perform expanded channelization restoration throughout the project boundary as detailed in Field Directive #14. This Change Order provides an additional lump sum reimbursement for repairs to channelization and lane markings beyond the original scope. All support work for traffic control and other required notifications will be reimbursed through the original lump sum payment. A floating time extension will be granted to complete the channelization work once the Change Order documents are approved and an appropriate weather window allows placement of the paint striping within specification requirements. This additional cost will be paid under Schedule A Traffic Control Devices. There is a one day time extension with this Change Order. 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 acceept as full payment therefore the prices shown above and below. ACCEPTED: D to 1 2 -3 -1 Contractor R. 41A ComMwY i By /Q c AhWA 4. 41 Title Pken B&7w r Original Co tract1with tax) 746,176.80 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 24,970.78' Date al C/11 a, C This Change Order (with tax) 2.329.60 JBy E ,A p� REV. CONTRACT AMOUNT 773,477.18 vORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) f S �O�/(� /��S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 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: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 .a, Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 014 To: R. L. Alia Company Date:1/12/12 107 Williams Ave So. Renton WA 98057 Attn: Rick Alia Project Name: IU Gravity Sewer Project No.: 90440208 Contract No.: 11 -099 Work to be performed: Provide a revised lump sum price to incorporate additional striping restoration into final Channelization on Intururban Ave and specific parking areas as shown in the attached Exhibit. Follow field marks for start stop locations of restoration. Lines shown in blue on the exibit are considered part of the original contract. Lines shown in red and labeled "extra" are to be used as the scope for the additional restoration. Reason for modification: The contract was not specific about the restoration required for the channelization, relying on a "match existing" and "replace all disturbed areas as -is or better" performance specification. With several minor changes and issues with existing site conditions we were concerned that this method would not provide an adequate product without further definition. This directive is designed to provide a more precise work scope and offer the contractor an equitable payment for picking up the expanded restoration with the originally required work. Work under this Field Directive modification will be accomplished: With work to be paid lump sum as negotiated and agreed to by Change Order. With contract completion date extended to the first available weather window which meets application requirements. F Performance of this Field Direc Ive is authorized by all signatures below: Accepted by: contractor's Rep Name Pns3r c r Date Approved b �1�=� 2 -�70 /Z pp Y City Construction Engineer Date Verified by: City Construction Inspector Date I t t SoL.1j7 W l OUT S'P tse v l o s-c 1 M mac t.)- 07 t IN► t�s� "1c.. 06 t 4ol*v of I S -,ryPt CIA4A'° wt c ps to l.g a M LY, V� STOP' 6 �-.0 S PO-rn pia wr r 1 f°t 1A IF 1 O0 I TO -t ao pv :r'a Yra h ad r� CA &a w r° Wol.,rt a 19 415 i� ClEn K l Z fill 3: l� i 8 e F `a 75uN� -u UI�S y'e 5'.S n ^�`r.._ I i rrII I iY A a i' �4 =µb'a• ^'�°�3 jy�{L'j3: EE Q 8 88 I 1 o u cu On LL IOU C F- a. Q In ZID fy- fl II o PA LJ 3 W cy- bij a: +ia2 W a o J n 3 d n w 'P..i., Cy U82 W I m s OG CY J KI L,J w Q I� i.J 410 Mo :D u-I Ui rc �i haw �;j�, ��r� S 10 tP cu 41 N° 410 Mo :D u-I Ui rc �i haw �;j�, ��r� S 10 tP cu y s =M Wm1&dh9iMi6 g t t, x H Rn- 2 C C.) T pa f; L.I—Le jai 4 I AISN CD CD C;l V CJ CD C.) C) O LQ Ul TT] vj CD awI —1 00 z MIL f; L.I—Le jai 4 I AISN CD CD C;l V CJ CD C.) C) O LQ Ul u vj CD ol CY Z to I.j cr.) rt o co Vj o RI o Co o 0 0 01 01 CD ""26 C-1 ID O O O CD ID �JO N �poG► wmq&Awmdl iiam Adl&a imR- "56 0 ga C CN 17 ct o Lo r o.r 0A I -.o .,L- I om I UJ C f5 n Ij ui 4 Z r7 In ru 10 T 10 I it) n In fJ O ID ID CU 4 Cd 4. 00 (U cu O co ID In 03 co CD 30- Ro Nix Cl) �s LU irg J-4 C z C n 7. �zAYN ct o Lo r o.r 0A I -.o .,L- I om I UJ C f5 n Ij ui 4 Z r7 In ru 10 T 10 I it) n In fJ O ID ID CU 4 Cd 4. 00 (U cu O co ID In 03 co CD 30- Ro Nix C-4 3r Of CD C- 7. to 17; g 14 2$ M WX M w 0 CD C C) C? 171 C� Ln CD N �2 Cl) �s LU C z C n I ct: n F :z 4 C C-4 3r Of CD C- 7. to 17; g 14 2$ M WX M w 0 CD C C) C? 171 C� Ln CD N �2 �c.r°a 5 ,�1�. rr i 6.� f Q c vi i i ig Nea N6 t D OA co T, r 1 0 1 C) C:D C) o Mike Ronda From: Gary Pankiewicz <gjpank @rlalia.com> Sent: Monday, January 30, 2012 11:43 AM To: Mike Ronda Subject: FW: Interurban Ave Revision to Striping Attachments: Revision to Striping.pdf; _Certification_.htm Hi Mike, Please find attached the quotes from Stripe Rite for the striping work at Interurban Ave. The difference, with markup, is $2,329.60. Please review and advise. Thank you, R. L. Alia Company Gary J Pankiewicz, Office Manager From: David Pankiewicz jmailto:doank(&rlalia.coml Sent: Monday, January 30, 2012 11:02 AM To: 'Gary Pankiewicz' Subject: Interurban Ave Revision to Striping R. L. Alia Company Work for City of Tukwila 1/30/2012 Interurban Ave South Gravity Sewer Project Revision to Striping Difference between original and revised scope. LABOR Hrs /Units Rate Subtotal Total Foreman $61.66 $0.00 Operator $59.56 $0.00 Pipelayer $49.30 $0.00 Truck Driver $54.97 $0.00 Carpenter $57.73 $0.00 Flagger $41.11 $0.00 Laborer $48.41 $0.00 Steel Sheets $2.00 $0.00 29% markup $35.00 $0.00 $0.00 COMPANY EQUIPMENT 200 Komatsu $64.86 $0.00 938 Loader $52.79 $0.00 Trench Boxes $17.20 $0.00 10 CY Dump Truck $35.96 $0.00 1Jon $12.39 $0.00 3/4 Ton pickup $10.00 $0.00 JD 160 $58.17 $0.00 Mecahnic 1 -Ton $17.00 $0.00 Steel Sheets $2.00 $0.00 Traffic Control $35.00 $0.00 $0.00 21 markup $0.00 $0.00 SUCONTRACTORS Stripe Rite Paint Stripe Revised Scope 1 $3,520.00 $3,520.00 Stripe Rite Paint Stripe Original Scope 1 $1,440.00 $1,440.00 $0.00 $2,080.00 12% markup $249.60 $2,329.60 MATERIALS. RENTALS. OTHER $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 21% markup $0.00 $0.00 Total $2,329.60 APPLY -A -LINE, INC. .WA�� 175 Roy Road SW, Bldg C Paolflo,.WA 98047 �v. &WMAgwvn..�ema,� Phone (253) 29$1200 Fa�E (263} 299 -1260 mall 4applyaline.com a LIC. iOAPPLYI'161RU PROPOSAL ATTENTION: PROJECT: BID DATE: ITEM GARY PANKIEWICZ RL ALIA INTERURBAN AVE SEWER 1/2712012 DESCRIPTION PLAN PAINT STRIPE TOTAL QTY 1.00 LS' UNIT BID tg REWSM- f TOTAL BID 3,520.00 3 ,520.00 STIPULATIONS: GENERAL TO PROVIDE TRAFFIC CONTROL GENERAL TO PROVIDE PRELIMINARY MARKS FOR STRIPING LAYOUT IF A FORMAL CONTRACT IS REQUIRED, A COMPLETE COPY OF THIS QUOTE MUST BE INCLUDED THANK YOU FOR THE OPPORTUNITY TO QUOTE THIS PROJECT WITH YOUR COMPANY. RESPECTFULLY, RON REILLY ESTIMATOR PRICES INCLUDE MATERIAL, INSTALLATION, INSURANCE. PRICES GOOD IF CONTRACT 1S RECEIVED WITHIN 30 DAYS OF AWARD. AFTER 30 DAYS PRICES MUST BE RENEGOTIATED. 11!07/2011 12:36 2532991250 APPLY A LINE INC PAGE 01/01 APPLY -A -LINE, INC. WAPA 175 Roy Road SW, Bldg C Pactflo, WA 98047 w Wr 4NL V Phone (258) 299 -1200 FAX (263) 299 -1250 maflGapplyalbw,com UC. #IAPPLY1 PROPOSAL AiF- AMNTION. JASON ALIA PROJECT; INTERURBAN AVE SEWER BID DATE: 11f712011 if DEMMP' IO it LL N UNTf MTA L QTY BID BID PAINT STRIPE 3000.00 LF 0.48 1,440.00 TYPE 2 RPM 50.00 EA 6.00 300.00 TOTAL A 7.740.99 STIPULATIONS: GENERAL TO PROVIDE TRAPFIC CONTROL GENERAL To PROVIDE PRELIMINARY MARKS FOR STRIPING LAYOUT IF A FORMAL CONTRACT 13 REQUIRED, A COMPLETE COPY OF THIS QUOTE MUST BE INCLUDED THANK YOU FOR THE {OPPORTUNITY TO QUOTE THIS PROJECT WITH YOUR COMPANY. RESPECTFULLY, PRICES INCLUDE MATERIAL, INSTALLATION, INSURANCE. PRICES GOOD IF CONTRACT IS RECEIVED WITHIN 30 DAYS OF AWARD AFTER 30 DAYS RON REILLY PRICES MUST BE RENEGOTIATED. ESTIMATOR 11- 099(h) Council Approval N/A „A, k Sheet 1 of 1 CITY OF TUKWILA OI :2 J.t G CONTRACT CHANGE ORDER NO. 08 90a :DATE: 12/28/11 CONTRACT NO.: 11 -099 h PROJECT NO.: 90440208 8UDGET''NO.: 402:98:594.353.65.00 PROJECT NAME:" Interurban Ave S Gravity Sewer Project TO: Rick Alia 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Provide reimbursement for repairs to the street light circuits in front of the Union 76 station as requested in Field Directive #11 and investigation into other suspected system damage as directed in the field on 12/7/11. These repairs and investigations included new project features and exploratory work. The total cost was tracked by Force Account and is listed in the attached Change Order Calculation sheets. This Change Order will formalize payment for all efforts to repair the damage to the street lighting system agreed to as reimbursable by the City of Tukwila. This additional cost will be paid under Schedule A Roadway. There is a one day time extension with this Change Order. 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 ac ept s full payment therefore the prices shown above and below. ACCEPTED: Dp,IP 'j -ll Contractor AtA By c '5 A<-4Re3 1 4(,4 Title Phi=-5it-u r Original Contract (with tax) 746,176.80 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 22,547.67✓ Date 5 ML This Change Order (with tax) 2.423.11 f By May REV. CONTRACT AMOUNT 771,147.58 v I'i RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 11 To: R. L. Alfa Company Date: 11/17/11 I 107 Williams Ave So. Project Name: IU Gravity Sewer Renton WA 98057 Project No.: 990440208 I Attn: Rick Alia I Contract No.: 11 -099 I Work to be performed: Repair damage to the existing fighting system per the exhibits attached. Test continuity prior to repair at the Union 76 station to ensure that the circuit is live to the initial splice point. Additional payment will be provided for splice repairs at the Union 76 station break and other locations where no locate information can be documented prior to work. Reason for modification: During the pursuit of the work several sections of the existing street fighting wires were damaged by the contractor. Some were adequately located and some were not. At the Union 76 location the locate marks were in place and accurate but the conduit was very shallow and damaged during pavement removal. Each location will be evaluated separately to determine who is responsible for payment of the final repair cost. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of any change to the contract price to be tracked by Force Account Property Restoration and existing unit price items. With extension to the contract completion date evaluated using Time Impact Analysts. Performance of this Field Directive ishauthoriz)d by all signatures below: Accepted by: RrcE/fl{La L. •4�r� Rep— Name Q ContractoPs 7i pate 1 2 -1 2 /1>` Approved by: City Construction Engineer Date Verified by:- City Construction Inspector Date 4 sewer field directive x x 11- 099(8) Council Approval N/A 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Provide reimbursement for various sewer modifications at 149 and Interurban Ave as detailed in Field Directive #03 and the attached extra work requests. These include reuse of an existing sewer manhole at the bottom of 149 and modifications required to'the manhole on the east side of Interurban across from 149 to match the final alignment. This Change Order will formalize payment for all impacts caused by this requested changed not covered by existing unit price items. This additional cost will be paid under Schedule A Sewer. There is no time extension with this Change Order. 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 acco"J, s full payment therefore the prices shown above and below. ACCEPTED: Date "II Contractor By RieltA,20 L• A-4 Title Original Contract (with tax) 746,176.80 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 17,973.63 Date This Change Order with tax 4.574.04 B 9 Y� -J Mayo L REV. CONTRACT AMOUNT 768,724.47' ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: S e -2 014—t 61 c--5 LA. w Sheet 1 of 1 CITY OF TUKWILA ¢i CONTRACT CHANGE ORDER NO. 07 T908 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 003 To: R. L. Alia Company Date: 08/26/11 107 Williams Ave So. I Project Name: IU Gravity Sewer Renton WA 98057 Project No.: 990440208 Attn: Rick Alia I Contract No.: 11 -099 Work to be performed: Relocate MH #6 on sheet 4 downhill to a new location as shown in the attached Exhibit. Replace the per plan 8" PVC pipe between structure #5 and #6 with 8" Ductile Iron at the new slope and location. Delete structure #5 and reuse the existing adjacent MH to install the new sewer main at a higher elevation as shown on the exhibit. Abandon the lower section of the existing MH by grouting the old main per plan and filling the old channel up to the new main elevation. Establish a new channel at the new elevation by hand forming the channel in place. Provide a lump sum price adjustment for reusing the existing structure and changing the pipe type to ductile iron. Reason for modification: Existing power and a tree in the plan location for structure #6 make installation of a 48" manhole here problematic. The new location shifts the MH down the hill away from the tree and provides sufficient separation from the power to fit this structure. The minimum slope to the new MH location is maintained. The MH lid for the new location of structure #6 should be precisely located to avoid a future curb line proposed for the Qwest driveway. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of any change to the contract price to be negotiated. Negotiations to be complete by prior to start of work. With contract completion date extended /decreased based on Time Impact Analysis of the change. Performance of this Field Directive i autho zed by all signatures below: Accepted by: IF'icNt�2� L. 4119 Contractor's Rep —Name AC511 7- a --t T' t Date Zlu /I( Approved by: City Construction Engineer Date Verified by: City Construction Inspector Date Interurban Avenue South gravity sewer / South 149th Street 11- 099(f) Council Approval N/A 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Provide reimbursement for an unexpected delay to water main relocation at Interurban Ave and 149 Street as detailed in the attached Extra Work Request. This delay was caused by a leaking water valve adjacent to the isolation zone during night time relocation efforts. This Change Order will formalize payment for all productivity impacts caused by this unexpected field condition. This additional cost will be paid under Schedule A Sewer. The provisional payment for this work made under Resolution of Utility conflicts will be credited back against bid item #17. There is no time extension with this Change Order. 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 a ept as full payment therefore the prices shown above and below. ACCEPTED: Da Contractor R L &A �o»JPA By RICwe-c 1 141 Title 1 Original Contract (with tax) 746,176.80' APPROVED BY THE CITY OF TUKWILA .Previous Change Orders 17,345.72 Date 45, 1 This Change Order (with tax) 627.91 By %�r, REV. CONTRACT AMOUNT 764,150.43 J Mayo�� G %G� v ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: °i t L A gs Sheet 1 of 1 CITY OF TUKWILA ¢i F`= CONTRACT CHANGE ORDER NO. 06 7908 11-099(e) Council Approval N/A 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Provide reimbursement for unexpected subgrade conditions project -wide as detailed in the attached extra work requests. These conditions consisted of shale and large rocks at various locations in the sewer line trench zone. This Change Order will formalize payment for all productivity and pavement restoration impacts project -wide due to this Changed Condition. This additional cost will be paid under Schedule A Sewer. There is a 2 day time extension with this Change Order. Because this extension pushes the contract time into a weekend an additional 4 calendar days will be added to the contract. 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 ept as full payment therefore the prices shown above and below. ACCEPTED: Da e Contractor j By l��c y�rt L• �ciA Title 6 oewr Original Contract (withM tax) 746,176.80 BY THE CITY OF TUKWILA Previous Change Orders 4,200.01 Date 10 194il This Change Order (without tax) 13.145.71 By 2 9RIGINAL: EV. CONTRACT AMOUNT 763,522.52 City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file! 0- 0 6L 0_►- I L, Sheet 1 of 1 �J _qs CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 05 ,9os 11- 099(d) Council Approval N/A 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Provide reimbursement to remove damaged asphalt at the intersection of 149 and Interurban Blvd. and at the south Teamsters driveway as detailed in the attached extra work request. This repair cost covers all work not reimbursed through existing unit price items for sawcutting and asphalt placement in the areas damaged by pumping CDF into the abandoned sewer mains. This Change Order will be reimbursed with a new pay item under Schedule A Sewer. There is no time extension with this Change Order. 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 acc full payment.therefore the prices shown above and below. ACCEPTED: Date I Contractor R.I. 4c 6MA 1 ,V By Title v Original Contract (with@-at tax), 746,176.80 ✓APPROVED BY THE CITY OF TUKWILA Previous Change Orders 2,506.95✓ a Date l 1 a9lir This Change Order (without tax) 1.693.06 By C V. CONTRACT AMOUNT 750,376.81 a GINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: S16�dl 2 ��(611V or J ILA, Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 04 '7909 11- 099(c) Council Approval N/A Sheet 1 of 1 �J qs CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 03 c os QATE: 12/19/11 BUDGET NO.: PROJECT NO.: 990440208 CONTRACT NO.: 1 =889 7 PROJECT NAME: IU Gravity Sewer TO: Rick Alia 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; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Provide reimbursement for Archeological Standby time in support of investigations into an ash pit discovered during sewer line installation approximately 55' south of Manhole #1. This Change Order will formalize payment made provisionally using Force Account tracking methods on Pay Estimate #1 and #3. This additional cost will be paid under Schedule A Sewer. There is no time adjustment with this Change Order. 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 acc s full payment therefore the prices shown above and below. ACCEPTED: D ate IJ -moo -i t Contractor R- L 4L, tA- By Pichwo L. A-4 Title pc- Original Contract (with@vt tax) 746,176.80 /APPROVED BY THE CITY OF TUKWILA Previous Change Orders 1,520.34 Date This Change Order (without tax) 986.61 /By ti t3 EV. CONTRACT AMOUNT ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: s� a91611U-14-(-s 11-099(b) Council Approval N/A 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Substitute the proposed inside drop hardware shown in the attached discussion documents for the originally specified hardware at the existing Teamsters manhole. The reduced material cost is offset by a restocking fee and return shipping on the original item. This contract credit will be taken under Schedule A Sewer. There is no time adjustment with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date l2 -2-0 -k 1 Contractor A L. 41-,A la�'NP�NS/ By R«NftA L. 91-��4 Title 1 P%cr Original Contract (witLA tax)-A 746,176.80 APPROVED BY THE CITY OF TUKWILA Previous Change Order This Change Order (without tax) .IEV. CONTRACT AMOUNT 2,334.59 Date P-1 814.25 /By 747,697.14 Mayes/ n RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 2 6 11V9 e-S Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 02 `,soa "B -10" DROP BOWL (BOTH B -8 B -10 SIZED TO FIT AROUND 12" CONCRETE PIPE INLET) THE "B -8" BOWL WILL SERVICE UP THROUGH FULL 10" INLETS. THE "B -10" BOWL WILL SERVICE UP THROUGH FULL 12" INLET. CAN BE USED FOR 15" AND 16" INLET MODERATE FLOWS. ALL SIZES ARE FOR RETROFIT OR NEW CONSTRUCTION. FABRICATED IN MARINE GRADE FIBERGLASS AND FINISHED IN BRIGHT WHITE GEL COAT. U.S. PAT. 6074130 ADDITIONAL PATENTS PENDING RELINER DURAN, INC. 53 MT. ARCHER ROAD, LYME, CT. 06371 (800) 508 -6001 FAX. (860)434 -3195 DESCRIPTION DATE SCALE B -8 B -10 08/09/00 NONE DROP BOWLS DRAWING NUMBER BDB OPTIONAL HOOD 11-099(a) Council Approval N/A Sheet 1 of 1 �J qs CITY OF TUKWILA a1 o CONTRACT CHANGE ORDER NO. 01 1908 DATE: 11/14/11 BUDGET NO.: PROJECT NO.: 0904402018 CONTRACT NO 11 019N PROJECT NAME: IU Gravit Sewer Y__ TO: Rick Alia 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Perform final pipe installation south of the Teamsters building as originally proposed on the project plans and as called for in Field Directive #6. Late determination of this installation decision required additional mobilization of equipment and shoring as well as additional material costs. This additional cost will be paid under Schedule A Sewer. There is a 1 day time extension with this Change Order. 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 ace t as full payment therefore the prices shown above and below. ACCEPTED: Dat h ZO Contractor uA GoarPAny By kicN AwA Title 1,/?Erto&wr Original Contract (withQt tax) 746,176.80 -/APPROVED BY THE CITY OF TUKWILA Previous Change Order 0.00 Date la�o�gf'l/ This Change Order (without tax) 2.334.59- q__ a O EV. CONTRACT AMOUNT 748,511.39'/ iRIGINAL: City lerk 1 of 2 Contractor 2 of 2 ty cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: Sid J- a- &P- 6I�� CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 006 To: R. L. Alia Company I Date: 10/18/11 107 Williams Ave So. Project Name: IU Gravity Sewer Renton WA 98057 Project No.: 990440208 Attn: Rick Alia I Contract No.: 11 -099 Work to be performed: Perform sewer pipe installation and Manhole placement south of Station 8 +70 per the original contract documents. This releases the hold placed on the work by the fourth bullet item of Field Directive #005 dated 8/26/11. The work may proceed at your earliest convenience following the' installation of the final side sewer connection at 149 once the pump station is no longer taking active flow from the old sewer system. The cost for this work will be paid using original unit price compensation by tracking the actual quantites of pipe, manhole and restoration items installed. A premium for all increased pipe cost and resequencing notice issues will be paid at a lump sum amount as shown below. No other compensation will be allowed unless an additioinal changed condition is encountered during installation. Reason for modification: No modification to the original work is initiated by this directive. The order of installation was dictated by the original contract and the contractor was subsequently given more flexibility for this installation by Field Directive #005. This follow up directive is meant to allow the completion of the project per plan but on a slightly different schedule than originally called for in the contract. Work under this Field Directive modification will be accomplished: a On a unit price basis with an additional mobilization /demobilization and pipe cost premium of $2,334.59 as detailed in the cost proposal dated 10/12/11. With contract completion date evalu sing Time Impact Analysis. Performance of this Field Directiv o zed by all signatures below: Accepted by: R #A(2 9 L. 44 Contra+r's Rep Name Pry v6NT ti Date Approved by: City Construction Engineer Date Verified by: 4 Vt�011y WI City Construction Inspector Date C -1 AGREEMENT FORM 11 -099 CONTRACT NO. Council Approval 6/20/11 THIS AGREEMENT is made and entered into on this 1 day of73_lk �L 201L, by and between the City of Tukwila, Washington "Owner") and J?, L, AttA CornRAWV "Contractor Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Interurban Ave. So. Gravity Sewer, Project No. 04 -SWO8, 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 TUKWILA, WASHINGTON C{5M -1 /v (Owner) (Contractor) U_ c By: k__ By: --mac l?)604aA Y May Title: P RC31,0&WT Attest: fH Attest: This J L l daw of _J1 L4 1 20// This '2- ?7# day of �7_aV 2011 4 _F� City Clerk 4 Approved as to Form: Contractor's License No. P, -A P 9L,4f- r ca� /o A T P City Attorney Address for giving notices. n n Address for giving notices: 10 tit�L4�Rms rQvE S. Interurban Ave. So. Gravity Sewer City of Tukwila 5f a 5 6 11 w -e C April 2011 W:\PW Eng \PROJECTS\A- SW Projects \04sw08 Interurban Sewer Upgrades \IU Gravity Sewer Contract Provisions 4- 4- 11.doc PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 2143200 We R.L. Alia Company and North American Specialty Insurance Company (Principal) (Surety) a New Hampshire corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington "Owner in the penal sum of Seven Hundred Forty Six Thousand One Hundred Seventy Six Dollars and 80 /100 Dollars 746, 176.80 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 20_ between Principal and Owner for a project entitled Interurban Ave. So. Gravity Sewer, Contract No. "Contract The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10 of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20 If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 W: \PW Eng\PROJF_CTS\A- SW Projects \04sw08 Interurban Sewer Upgrades\IU Gravity Sewer Contract Provisions 4.4- 11.doc Performance Payment .Bond C -3 Any such increase shall not exceed twenty -five percent (25 of the original amount of the Payment and Performance Bond without the prior written consent of Surety. This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this day of 20 R.L. Alia Company North American specialty Insurance Company Pr_inc al Surety Signature of Autliorized Official r ofAuth Official iP(zef DEt-r By ILA Title Deann rM.ge erAttornc� in'Fact (Attach Power of Attorney) Name and address of local office of Parker, Smith Feek Inc. agent and /or Surety Company: 2233 112th Ave. N.E. Bellevue, WA 98004 Surety companies executing bonds must appear on the current Authorized Insurance list in the State of Washington per Section 9 -02.7 of the Standard Specifications. Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 W:1PW Eng1PROJECTSIA- SW Projects104swO8 Interurban Sewer UpgradesVU Gravity Sewer Contract Provisions 4- 4- 11.doc NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: STUART A. OTARRELL, KAREN P. DEVER, SUSAN B. LARSON, LILLIAN TSE, SCOTT FISHER, JILL A. BOYLE,❑ 0 DEANNA M. MEYER, BENJAMIN L. WOLFE, ELIZABETH R. HAHN, JANA M. ROY and SCOTT McGILVRAY JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24 of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate hearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." S� p Q� /i���i ,(�J(��} a SIONA[ y pP0 G t A s aA /i(, ',may �o Rq e�Q :o •..s 4 Steven P. Anderson, President Chief Executive Officer of Washington International Insurance Company SEAL W i 1973 y: n Z Senior Vice President of North American Specialty Insurance Company 0 0; By David M. Layman, Senior Vice President of Washington International Insu Company av:.rAW s Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 15th day of December 2010 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook Ss: On this 15th day of December 20 10 before me, a Notary Public personally appeared Steven P. Anderson President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resDective companies. „OFPICt_AL e DONNA D. SKI `CIS Notary Public, State of Illinois My Commission Expires 10/06/2011 Donna D. Sklens, Notary Public I, James A. Carpenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this day of 20 James A. Carpenter. Vice President Assistant Secretary of Washington International Insurance Company North American Specialty Insurance Company DATE (MM /DD/YYYY) ACORE> CERTIFICATE OF LIABILITY INSURANCE 07/11/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER (CONTACT NAME: Parker, Smith Feek Inc. PHONE FAX I (A(c No Extr 425 709 -3600 (A/c. Nol: 425- 709 -7460 2233 112th Avenue NE I E MAIL Bellevue, WA 98004 ADDRESS: PRODUCER CUSTO ID INSURER(S) AFFORDING COVERAGE I NAIC INSURED R. L. Alia Company INSURERA: Alaska National Ins. Co. I I 107 Williams Ave. S. INSURER B: Liberty Mutual Fire Insurance Comoanv Renton, WA 98055 INSURER C: Greenwich Insurance Comoanv INSURER D: INSURER E: I INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR I TYPE OF INSURANCE A IN.RR I POLICY NUMBER (MWDD /YYYYI (MM DDY /YYYYI LIMITS A GEN ERAL LIABILITY 10JPS31945 10/1/2010 10/112011 1 EACH OCCURRENCE 1 1 000 000 X COMMERCIAL GENERAL LIABILITY F PREMISES (Ea occu ence) 300 000 CLAIMS -MADE OCCUR X MED EXP (Any one person) I 10 000 PERSONAL ADV INJURY 1 1 000 000 GENERAL AGGREGATE I 2.000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I PRODUCTS COMP /OP AGG 1 2000000 POLICY I X I O I� LOC I Is AUTOMOBILE LIABILITY 10JAS31945 10/1/2010 10/1/2011 COM BINED SINGLE LIMIT 1,000,000 A rr--- (Ea accident) X ANY AUTO I V BODILY INJURY (Per person) I$ ALL OWNED AUTOS 1 BODILY INJURY (Per accident) SCHEDULED AUTOS PROPERTY DAMAGE HIRED AUTOS (Per accident) NON -OWNED AUTOS I B UMBRELLA LIAB X OCCUR TH2661066159010 10/1/2010 10/1/2011 EACH OCCURRENCE 2,000,000 X EXCESS LIAB CLAIMS -MADE X I AGGREGATE Is 2,000,000 I X H I DEDUCTIBLE I$ I I I X RETENTION 10 n00 WORKERS COMPENSATION 10JPS31945 10/1/2010 10/1/2011 TORY LIMITS X I O ER I A AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE Y/ N WA Stop Gap Employers I E.L. EACH ACCIDENT I 1,000,000 I OFFICER /MEMBER EXCLUDED? N/A F Liability II (Mandatory in NH) I E.L. DISEASE EA EMPLOYEq 1.000.000 I f yes, describe under CPF(`Illl PR(1VICI(1NC halnw E.L. DISEASE POLICY LIMIT 1 1.000.000 C Pollution Liability F F PECO032966 9/13/2010 10/1/2011 $2,000,000 Each Pollution Condition $2,000,000 Policy Aggregate DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Interurban Ave S Gravity Sewer Project No 04 -SWO8. The City of Tukwila and its officers, elected officials, employees, agents and volunteers, KPG and APS are included as additional insured and Coverage is primary noncontributory as set forth in the terms and conditions of endorsements ANIC GL (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Tukwila AUTHORIZED REPRESENTATIVE 6300 Southcenter Boulevard Ste 100 Tukwila, WA 98188 I 1988- 2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD 1 of 7 ALIACOMP (TGBOO) DESCRIPTIONS (Continued from Page 1) 1061 03 08 (GL), CA 0 01 03 06 pgs 2 and 3 (Auto) and TH 99 17 10 09 (Excess), attached. THIS CERTIFICATE RESCINDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE. 2 of 7 ALIACOMP (TGB00) Alaska N tonal i INSURANCE C..MPANY 19 Mobile Only those "autos" that are land vehicles and that would qualify under the definition Equipment of "mobile equipment" under this policy if they were not subject to a compulsory or Subject To financial responsibility law or other motor vehicle insurance law where they are Compulsory Or licensed or principally garaged. Financial Responsibility Or Other Motor Vehicle Insurance Law Only B. Owned Autos You Acquire After The Policy SECTION II LIABILITY COVERAGE Begins A. Coverage 1. If Symbols 1, 2, 3, 4, 5, 6 or 19 are entered next We will pay all sums an "insured" legally must pay to a coverage in Item Two of the Declarations, as damages because of "bodily injury" or "property then you have coverage for "autos" that you damage" to which this insurance applies, caused by acquire of the We described for the remainder an "accident" and resulting from the ownership, of the policy period. maintenance or use of a covered "auto 2. But, If Symbol 7 is entered next to a coverage in We will also pay all sums an "insured" legally must Item Two of the Declarations, an "auto" you pay as a "covered pollution cost or expense" to acquire will be a covered "auto" for that which this insurance applies, caused by an coverage only if: "accident" and resulting from the ownership, a. We already cover all "autos" that you own for maintenance or use of covered "autos However, that coverage or it replaces an "auto" you we will only pay for the "covered pollution cost or previously owned that had that coverage; and expense" if there is either "bodily injury" or "property b. You tell us within 30 days after you acquire.it damage" to which this insurance applies that is that you want us to cover it for that coverage. caused by the same "accident C. Certain Trailers, Mobile Equipment And We have the right and duty to defend any "insured" Temporary Substitutd Autos against a "suit" asking for such damages or a 1. covered pollution cost or expense". However, we If Liability Coverage is provided by this Coverage have no duty to defend any "insured" against a "suit" Form, the following types of vehicles are also seeking damages for "bodily injury" or "property covered "autos" for Liability Coverage: damage" or a "covered pollution cost or expense" to 1. "Trailers" with a load capacity of 2,000 pounds or which this insurance does not apply. We may less designed primarily for travel on public Investigate and settle any claim or "suit" as we roads. consider appropriate. Our duty to defend or settle 2. "Mobile equipment" while being carried or towed ends when the Liability Coverage Limit of Insurance by a covered "auto has been exhausted by payment of judgments or settlements. 3. Any "auto" you do not own while used with the 1. Who Is An Insured permission of its owner as a temporary substitute for a covered "auto" you own that is The following are "insureds out of service because of its: a. You for any covered "auto a. Breakdown; b. Anyone else while using with your permission b. Repair; a covered "auto" you own, hire or borrow c. Servicing;___ exce d. "Loss'; or e. Destruction. CA 00 01 03 06 Producer Copy Page 2 of 12 3 of 7 ALIACOMP (TGB40) Alaska N r;zonal INSURANCE C...MPANY (1) The owner or anyone else from wham These payments will not reduce the Limit of you hire or borrow a covered "auto'. This Insurance. exception does not apply if the covered b. Out -Of -State Coverage Extensions "auto" is a "trailer" connected to a covered "auto" you own. While a covered "auto' is away from the (2) Your "employee" if the covered "auto" is state where it is licensed we will: owned by that "employee" or a member of (1) Increase the Limit of Insurance for his or her household. Liability Coverage to meet the limits (3) Someone using a covered "auto" while he specified by a compulsory or financial responsibility law of the jurisdiction where or she is working in a business of selling, the covered "auto" is being used. This servicing, repairing, parking or staring extension does not apply to the limit or autos unless that business is yours. limits specified by any law governing (4) Anyone other than your "employees motor carriers of passengers or property. partners (If you are a partnership), (2) Provide the minimum amounts and types members (if you are a limited liability of other coverages, such as no- fault, company), or a lessee or borrower or any required of out -of -state vehicles by the of their "employees while moving jurisdiction where the covered "auto" is property to or from a covered "auto being used. (5) A partner (if you are a partnership), or a We will not pay anyone more than once for member (if you are a limited liability the same elements of loss because of these company) for a covered "auto" owned by extensions. him or her or a member of his or her household. B. Exclusions c. Anyone liable for the conduct of an "insured" This insurance does not apply to any of the described above but only to the extent of that following: liability. 1. Expected Or Intended Injury 2, Coverage Extensions "Bodily injury" or "property damage" expected or a. Supplementary Payments intended from the standpoint of the "insured We will pay for the "insured 2. Contractual (1) All expenses we incur. Liability assumed under any contract or (2) Up to $2,000 for cost of bail bonds agreement. (including bonds for related traffic law But this exclusion does not apply to liability for violations) required because of an damages: "accident" we cover. We do not have to a. Assumed in a contract or agreement that is furnish these bonds. an "insured contract" provided the "bodily (3) The cost of bonds to release attachments injury" or "property damage" occurs in any "suit" against the "insured" we subsequent to the execution of the contract defend, but only for bond amounts within or agreement; or our Limit of Insurance. b. That the "insured" would have in the absence (4) All reasonable expenses incurred by the of the contract or agreement. "insured" at our request, including actual 3. Workers' Compensation loss of earnings up to $250 a day Any obligation for which the "insured" or the because of time off from work. "insured's" insurer may be held liable under any (5) All costs taxed against the "insured" in workers' compensation, disability benefits or any "suit" against the "insured" we unemployment compensation law or any similar .defend. law_ (6) All interest on the full amount of any 4. Employee Indemnification And Employer's judgment that accrues after entry of the Liability judgment in any "suit" against the "Bodily injury" to: "insured" we defend, but our duty to pay interest ends when we have paid, offered a. An "employee" of the "insured" arising out of to pay or deposited in court the part of the and in the course of: judgment that is within our Limit of 1 Employment yment by the "insured", or Insurance. CA 00 01 03 06 Producer Copy Page 3 of 12 4 of 7 ALIACOMP (TGB00) ADDITIONAL INSURED (CONTRACTORS) AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Who Is An Insured (Section II) is amended to ii. supervisory, inspection, or engineering include as an insured any person or organization services. (herein referred to as an additional insured), but only if you are required to add that person or c. The insurance provided to the additional organization as an insured to this policy by a insured, referred to in paragraph 1. of this written contract that is in effect prior to the "bodily endorsement, does not cover "bodily injury" injury', "property damage or "personal and or "property damage" caused by your advertising injury". negligent acts and omissions in the performance of "your work" that occurs 2. The insurance provided to the additional insured within the "products- completed operations is limited as follows: hazard," unless the written contract, referred to in paragraph 1. of this endorsement, a. That person or organization is only an contains a specific requirement that you additional insured if, and only to the extent procure completed operations coverage or that, the injury or damage is caused by coverage within the "products- completed negligent acts or omissions of you or your operations hazard" for the additional insured. subcontractor in the performance of "your However, even if coverage within the work" to which the written contract applies. "products- completed operations hazard" is The person or organization does not qualify required by the written contact, such as an additional insured with respect to injury coverage is available to the additional insured or damage caused in whole or in part by only if the "bodily injury" or "property damage" independent negligent acts or omissions of occurs prior to the end of the time period such person or organization. during which you are required by the written contact to provide such coverage or the b. The insurance provided to the additional expiration date of the policy, whichever insured does not apply to "bodily injury", comes first. "property damage or "personal and advertising injury" arising out of an architect's, 3. If other valid and collectible insurance, whether engineer's, or surveyor's rendering of or on a primary, excess, contingent or any other failure to render any professional services basis, is available to the additional insured for a including: loss we cover under this endorsement, then the insurance provided by this endorsement is i. the preparing, approving, or failing to excess over that other insurance. However, the prepare or approve maps, drawings, insurance provided by this endorsement will be opinions, reports, surveys, change primary to other insurance on which the additional orders, design or specifications; and insured is a named insured for the covered loss, if the written contract, referred to in paragraph 1. of this ANIC GL 1061 03 08 Page 1 of 2 5 of 7 ALIACOMP (TGB00) endorsement, contains a specific requirement that this insurance be primary or primary and non contributory. In that case we will not share with that other insurance on a pro -rata or other basis. If the other insurance available to the additional insured, whether on a primary, excess, contingent or any other basis, is coverage for which it has been named as an additional insured, then the coverage provided by this endorsement is excess over that other insurance. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective 10/01/2009 Policy No. 09JPS31945 Insured R.L. Alia Company Endorsement No. Countersigned By ANIC GL 1061 03 08 Page 2 of 2 6 of 7 ALIACOMP (TGBOO) Policy Nuinber:TH2-661-066159-010 Endorsement Number- 31 Issued by: LIBERTY MUTUAL FIRE INSURANCE COMPANY Endorsement Effective Date: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY INSURANCE This Amendment modifies insurance provided under the followinir. UIVIBRELLA EXCESS LIABILITY POLICY The following is added to Section TV Definitions, Definition 12, Retained Limit: Except that, when required by written contract, (1) coverage under this policy afforded to an additional insured ll be subject only to paragraph (a (1) of the retained limit definition and will apply before and will not contribute with any insurance issued to or on behalf of such additional insured-, (2) hisurancc issued to or on behalf of such additional insured will not be considered other insurance under this policy; and (3) the limits of insurance available to the additional insured will be the lesser of: a. die amount shown in the Dedar-ations, of this policy; of b. the amount of insurance you are required to provide the additional insurediti the written contract of agreement TH 9917 10 09 Page 1 of 1 f '7 Al IA( -,nNAP (TrRnn� P -1 PROPOSAL (unit price) Contractor's Name Contractor's State License No.L11 �r1G�i City of Tukwila Project No. 04 -SW08 To the Mayor and City Council City of Tukwila, Washington Construction of approximately 1360 feet of 12" diameter sewer pipe from 14675 Interurban Ave. So. to So. 144 St., 6 side sewers, 9 manholes and demolition of an existing sanitary sewer lift station near 14601 Interurban Ave. So. The work shall include, but not be limited to: saw cutting the existing pavement, trench excavation and trench safety system, utility relocation (if required), traffic control, disposal and haul, trench backfill and compaction, surface restoration, erosion control and associated work as further specified and shown in the contract drawings. 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) M 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 90 calendar days from the date stated in the written Notice to Proceed_ if the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1 -08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 e10 Proposal W:\PW Eng \PROJECTS\A- SW Projects \04swW interurban Sewer Upgrades\lU Gravity Sewer Contract Provisions 4.4- 11.doc A rl -4 0..;1.4— C....l..... -chin I.-_ aieoS 49 ;@A sAemlV WOO MJw aas }uewaa16y suol }ipuoo 96esn ao� 'oul `dM 10 a6uey0x3 siappq 0} pap!Aad i,# wnpuappy I. a6ed City of Tukwila Interurban Avenue South Gravity Sewer ADDENDUM NO. 1 City of Tukwila Interurban Avenue South Gravity Sewer City Project No. 04 -SW08 Date of Addendum Issue: April 27, 2011 Bid Submittal Date: Thursday, April 28, 2011 9:00 a.m. Bid Opening Date: Thursday, April 28, 2011 —10:00 a.m. NOTICE TO ALL PLANHOLDERS This Addendum No. 1, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement.may result in disqualification of the Bidders submittal. iUi __...a.:.........._......._. REVISED The work to be performed within 60 calendar days from the date of Notice to Proceed revised to 90 calendar days. .._............i�f�4l��FA TLO[� I��R. Sif3 ITEM 4 REVISE the telephone number for Michael P. Cusick to 206- 431 -2441. DELETE pages P -2, P -3 and P -4. REPLACE pages P -2, P -3 and P -4 dated 04/26/11. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Addendum No.1 April 25, 2011 Page 1 of 2 0le0s (}uan SAennly uuoo'ennxq'Avvw eas �uauaaaAy suoq!puo0 96esn 3 0: 'oul 'yAA jo 96ueyoxEj siappe 01 paplAad Z a6ed City of Tukwila Interurban Avenue South Gravity Sewer All bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. f=ailure to acknowledge receipt of this Addendum No. 1 may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, Robin Tischmak, P.E. City Engineer RT /MC:lw attachments (W.PW EnglPr (jecls)A- SWIO"Wagllraemrtan Avenue Soda Gravity sewer}: Receipt acknowledged and conditions agreed to this r day of 2011. Bidder: L LicMN'� (Contractor) Authorized Official: (Signature) 6 Name and Title: R1cr).jc a FAA's i (Print) Addendum No. 1 April 25, 2011 Page 2 of 2 9 1e 0 g AP -1GA sAeMIV woo emxq /w" eas }uawaaj6V suoglpuoo a6esn jod .oul 'VM Jo a6ueyoxE3 sjaplln8 0} PaPAad S a6ed Proposal P -2 INTERURBAN AVE. SO. GRAVITY SEWER Project No. 04 -SWO8 ADDENDUM #1 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. ITEM NO. BID ITEM QUANTITY UNITS UNITS PRICE AMOUNT 1 MOBILIZATION /DEMOBILIZATION (5l MAXIMUM) 1 LS o i,'f :fI}� s,r �J:ir:n;� AND LyJ /100 2 TRAFFIC CONTROL 1 LS 1 1 r'i 3 5;1 ni 1) AND vt 1100 J 3 UNSUITABLE FOUNDATION EXCAVATION 50 CY AND /100 4 TRENCH/ EXCAVATION PROTECTION 1 LS r't H!3,5 mo AND x /100 5 CRUSHED ROCK INCLUDING HAUL 7000 TONS 1l:- o AND x% /100 6 CONTROL 0 ENSITY FILL 60 CY CM F_ #i1; AND '�':�/100 Cyr 7 GRAVEL BORROW 50 TONS c, _I_ t __AND %`x/100 n 8 WATER POLLUTION/ EROSION CONTROL 1 LS y rN t r I �u�r.�':tNnl 1 r J11 +:S; \s ?Ci` AND /100 9 PROPERTY RESTORATION 1 LS r \.j if AND /100 10 CONSTRUCTION SURVEYING AND AS- BUILTING 1 LS 11 MONUMENT REMOVALAND REPLACEMENT 1 EA �SA74 AND 03 /100 J i 12 SAWCUTTING 4000 L AND /100. .r: 13 HOT MIX ASPHALT HMA CLASS 1/2" PG 64 -22 800 TONS t)n1" y AND /100 14 CEMENT CONCRETE SIDEWALK 120 SY AND /100 `i iy� 15 CEM ENT CONCRETE CURB AND GUTTER 135 LF -S t g..i AND ;u /100 16 PAVEMENT MARKERS AND MARKINGS 1 LS 4 AND /100 Interurban Ave. So. Gravity Sewer City of Tukwila ,nrtn \N PfLlV,lfhfP!` +C�9. C \A/ inmIPM W)dCwnR intPrurhan sewer uocrades\iu oravity sewer contract provisions 4 -26 -11 ftnai.doc. April 2011 aleoS 4J8A sAEmIV woo•emxq mmm eas ;uawaajBV suol ;lpuo0 abesn jo-I oul 'VAA ;o e6ueyox3 sJ9plln8 O; paplAad V abed Proposal P -3 ITEM NO. BID ITEM QUANTITY UNITS UNITS PRICE AMOUNT 17 RESOLUTION UTILITY CON FUCTS 1 FA $25,000 $25,000 AND v:�JIOd 18 TOPSOIL 10 CY AND Jl� /100 19 GRASS SOD 120 SY T li'J r t1 AND /100 20 SAN ITARYSEWER PIPE 6 INCH DIA. 300 LF AND cb /100 21 SANITARY SEWER PIPE 8 INCH DIA. 320 LF AND �Z /100 i t�,,�' 22 SANITARY SEWER PIPE 12 INCH DIA. 1360 LF Jrl� t,JNi�' �'�ii:�.iaF� ?�:tT AND /100 23 SANITARY SEWER MANHOLE 48" DIA 8 EA AND ;t, /100 24 SANITARY SEWER MANHOLE 60" DIA WITH. OUTSIDE DROP 1 EA AND 4!6/100 25 .RECONNECT EXISTING SIDE SEWER 5 EA un.1� F- '(s�'if� �D AND w /100 26 SANITARY SEWER CLEAN OUT 5 EA jmji)r AND 6 /100 27 CONNECTION TO EXISTING MANHOLE 4 EA r0 Fi\ir HUIVDrPI) AND /100 28 ABANDON EXISTING MANHOLE WITH CONTROLLED DENSITY FILL 70 CY AND 6 3 /100 u• 29 SEWER PIPE ABANDONMENT WITH CONTROLLED DENSITY FILL 2260 LF t i�s^i:V AND 30 DISPOSAL OF CONTAMINARED SOILS FROM GAS STATION 330 TONS iFT, !U 4- AND 6'1/100 r i 31 TEMPORARY UTILITY POLE OR STREET LIGHT SUPPORT 1 LS rT.jU� n;Z5 0 AND /100 32 RELOCATE EXISTING MONUMENT SIGN WITH CONDUIT 1 LS AND 0 /1o0 :;k 33 ABANDON EXISTING LIFT STATION 1 LS U p Y i rzhj AND 3 /100 ii 34 IRRIGATION SYSTEM FOR 14605 INTERURBAN AVE. SOUTH 1 LS <U L✓ Dl3 71' a vin) AND /100 Interurban Ave. So. Gravity Sewer City of Tukwila wAmm anMnrnianfsla qw nrniecfs104sw08 interurban sewer unarades%iu aravity sewer contract provisions 4 -26 -11 final.doc April 2011 alBag 41GA SAEMly uaoo'BMnxq•Afwvn a8s ;u9uaa9j5V suoppuco a6esn joj '0ul VAA 10 a6ueyox3 sjepllno 0; p9plA01d S a6ad Proposal P -4 ITEM NO BID ITEM QUANTITY UNITS UN1 T S PRICE AMOUNT 35 I INSIDE DROP ATTEANISTERS BUILDING MANHOLE 1 EA i-1FYE AND 0,x /100 r Lt ii i 36 RELOCATE EXISTING 12" WATER LINE 3 EA i S /100 r+r r'� uSJit k 1 AND 37 REMOVE AND REINSTALL FIRE HYDRANT BOLLLARDS 1 LS AND YJ /100 38 REMOVE EXISTING STORM DRAIN PIPE 65 LF 111 AND /loo 39 STORM DRAIN PIPE, 12 INCH DIA 65 LF AND `i�� /100 40 CONNECTION TO EXSITING DRAINAGE STRUCTURE 2 EA vt; rsj ink AND /100 41 CEMENT CONCRETE.DRIVEWAY 15 SY pis j !0 r AN D GJ /100 42 DEMOLITION OF GENERATOR SLAB 1 LS UG AND 6t, /200 SUBTOTAL r tic 4.50% SALES TAX TOTAL 'sue 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 orevail 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: lnterurban Ave. So, Gravity Sewer City of Tukwila wAow enq\aroiects\a sw oroiects\o45w08 interurban sewer uR9rades \iu gravity sewer contract provisions 4 -26 -11 frnal.doc Aoril 2011 Proposal P -5 using these unit prices and no ether information from this print out. (YOUR FIRM'S NAME) acknowledges and agrees that the tots' 1i4 amount shown will be read as its total bid and further agrees that the official total Bid amount will be d termihed by multiplying the unit Bid prices shown in this print -cut by the respective estimated quantifies s own do the Bid form then totaling all of the extended amounts. _�W Signed: Title: Pd:£5 i PF_r4 3 Date: T -_,7`l f By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 'II Z 3 2 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Suret Company which will furnish the required Payment and Performance Bond is o f 22 -3 4 11 1734 4 41 AI C7 (Name) g u)Pc ?yI,,,,I (Address) Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 )e 14 Proposal WFy?WLFRW0?MECTS%A- SW Projects104sw08 Interurban Sewer UpgradesllU Gravity Sewer Contract Provisions 44- 11.doc P-6 Bidder-, L Signature of Authorized Official: Printed Name and Title: L_- Frzr:6 I r)fj Address: W)1_L'JArn_5 Avg .5ar�* Circle One. Individual Partnership State of Incorporation: Joint Venture Phone No.: �r-47_5) v06 Date: 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 vita-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. Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 3e 15 W:\PW Eng\PROJECTS\A- SW Projects\04sw08 Interurban Sewer Upgrades'JU Gravity Sewer contract Provisions 4-4-1 1.doc vide.d to Ri iilHi-.r Pynh%%nno of \Ala In, P­­­ P -7 Blp SECURI 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 R.L. Alia Company (Principal), and North American Specialty Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal slim of Five Percent (5$) of Total Amount of Bid-- dollars which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal slim 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 Interurban. Ave. So. Gravity SewerProject No, 04 -SWO8, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner or b. -if the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety, or Sureties approved by Owner, then this laid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the laid 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 28th day of April 2011 R.L. Alia Company North American Specialty Insurance Company lj rinpipal Suret I` Signature OT Authorized Official Attorney in Fact (Attach Power ofAttom, -yyy Deanna M. Meyer Title Name and address of local office of Parker, Smith Feek, Inc. agent and /or Surety Company 2233 112th Ave. N.E., Bellevue, WA 98004 Interurbsn Ave. so. Gravity sewer city of Tukwila April 2011 10e 16 Bid SecurW+XPW En91PR0JECTSW- SW Proj0Ctsl04sw081111orurb9n Sewer Upgrad"VU Gritvlry Sewer Contract Provisions 4- 4- 11.doc ovidod to Builders Exchange or WA, Inc. For usage Conditions Agreement see WWW.bXWa.com Always Verifv scale NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: STUART A. OTARRELL, KAREN P. DEVER, SUSAN B. LARSON, LILLIAN TSE, SCOTT FISHER, .TILL A. BOYLE,❑ U DEANNA M. MEYER, BENJAMIN L. WOLFE, ELIZABETH R. HAHN, JANA M. ROY and SCOTT McGILVRAY JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24 of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." pQG1 1 ALI 1 TY /HSb�� �r"J a t tnmmnimomr yNm 5 •pPPOgq•.. G p((40Nq� y C,s z a C� AA .Pv fJ SEAT. Steven P O E Anderson, President &Chief Executive Officer of Washington International Insurance Company rS �n •Z W 1873 Q t s Senior Vice President of North American Specialty Insurance Company O 'n a 0 dye be ta ae David M. Layman, Senior Vice Presidenf of Washington International Insurance Company �1CVt21i1.."ZoN Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 15th day of December 20 10 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook Ss: On this 15th day of December 20 10 before me, a Notary Public personally appeared Steven P. Anderson President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. /1 "OFFICIAL SF_AL" DONNA D. SKLENS r y r J`" 4/ 19 fCt r Notary Public, State of Illinois Donna D. Sklens, Notary Public My Commission Expires 10/06/2911 I, James A. Carnenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this' Say ofsvl 20 1L. James A. Carpenter, Vice President Assistant Secretary of Washington International Insurance Company North American Specialty Insurance Company P -9 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 Interurban Ave. So. Gravity Sewer, Project No. 04 -SWQ8, S i TZ L,. P iri A Name of Firm Signature of Authorized Official Pis l+��q•r Title Signed and sworn to before me on this day of "F't 1L 20 It Signature of Notary Public in and for the State of Washington, residing at K AJ6r wt 111-1 ay r My appointment expires: PA S EXP. &2."of f N� a NOTICE TO ALL BIDDERS To ivities call: 1- 800 424 -9071 The U.S. Department of Transportation USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of 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. Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 e18 Non- ColILW1&Vb&e16 Pd�WECTS%A- SW Projects104sw08 Interurban Sewer UpgradesVU Gravity Sewer Contract Provisions 4- 4- 11.doc P -10 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: I�L PL4/4 ComrpN -t Address of Bidder: 10 Vii LL,1,Am; R l5ortl r4 i„J C) City state Zip Code Contractor's License No. WA State UBI No. 16068 i HO) s7� Dept. of L &I License Bond Registration No. Worker's Comp. Acct. No. Bidder is a(n): Individual Partnership Joint Venture M Incorporated in the state of WA List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from 1 Year Bank Reference E"1 NW- 6F P✓1' 5k)CA SNf- I&H Scdo Bank Account Officer Officer's Phone No. No. of regular full -time employees: 1 1 c50 7. Number of projects in the past 10 years completed. ahead of schedule on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for fi years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder 7) j Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 ae 19 ResPonsi%tbYd&Wt9 PiR& V&Rfojects5045w08 Interurban Sewer Upgrades%IU Gravity Sewer contract Provisions 4- 4- 11.doc wiA=A+^0-HA Cv..l 4: LVn I__ r..- .._---r._- 1:­__ n_-- P -11 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. is the Surveyor licensed in the State of Washington (a PLS)? d Yes No Surveyor's Name: A ..l P_L— i 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 List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Proiect Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? L No Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result Of its work? No Yes If yes, please state: Proiect Name Contracting Partv Bond Amount Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 le 20 W: \PW Eng\PROJECTS\A- SW Projectsk04swD8 Interurban Sewer Upgrades \IU Gravity Sewer Contract Provisions 4- 4- 11.doc vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verifv Scale Responsible Bidder Determination Form P -12 Has Bidder ever been found guilty of violating any State or Federal employment laws? 'i No Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? Y No Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? No Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? No Yes I; yes, please state: Date Tyoe of Iniury Aaencv Receivina Claim The undersigned warrants under penalty of Perjury that. the foregoing information is true and accurate to the best of his /her knowledq The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder" Title: pI~165i of-ar Date: Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 le 21 W\PW Eng \PROJECTS\A- SW Projects \04sw08 Interurban Sewer UpgradesNIU Gravity Sewer Contract Provisions 4- 4- 11.doc P-13 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTIONITYPE I YEAR I CONDITION OWN/RENT PUP 0 Labor to be used: 0-j PPN -1 N,".e o Bidder Signature of Authorized Official Title Interurban Ave. So. Gravity Sewer City of Tukvda April 2011 e22 ProposedXt M Interurban Sewer Upgrades\IU Gravity Sewer Contract Provisions 4-4-11,doc P -14 PROPOSED SUBCONTRACTORS Name of Bidder R•L, P)I j p C6mF,a,jw 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 Schedule /Bid Item Numbers of Name Subcontractor will perform Total Bid 0 00. cover Interurban Ave. So. Gravity Sewer City of Tukwila April 2011 go 23 Pro PA;j®V!§t rh�qdgrTSW SW Project8104sw08 Interurban Sewer Upgrades%lU Gravity Sewer Contract Provisions 4- 4- 11.doc R. L. ALIA COMPANY CONTRACTS COMPLETED Projects completed in the last 10 years: "B" Street Sanitary Sewer Interceptor Pierce County 3,500,000 (253) 798 -4050 Robin Ordonez Completed in 1999, 85% with Alia forces Evergreen Way Improvements City of Everett 2,200,000 (425) 257 -8931 Tom Fuchs Completed in 1999, 70% with Alia forces Lift Station No. 10 By -Pass Project City of Everett 1,125,000 (425) 257 -8931 Tom Fuchs Completed in 1999, 75% with Alia forces Lift Station No. 4 Force Main City of Everett 450,000 (425) 257 -8931 Tom Fuchs Completed in 1999, 90% with Alia forces Sewer Main Replacement Phase I SW Suburban Sewer District 1,000,000 (206) 244 -9575 Jodie Baker Completed in 1999; 85% with Alia forces Sewer Main Replacement Phase II SW Suburban Sewer District 1,950,000 (206) 244 -9575 Jodie Baker Completed in 2000, 65% with Alia forces Sanitary Sewer Realignment 18600 SR -99 City of Lynnwood 60,000 (425) 775 -1971 Kevin Kinsella Completed in 1999, 90% with Alia forces 9 1h Street SW Improvement Project City of Puyallup 875,000 (253) 841 -4321 Bob Ackridge Completed in 2000, 70% with Alia forces Stevens Way Repaving University of Washington 590,000 (206) 221 -4382 Ivan Turner Completed in 1999, 75% with Alia forces Snohomish Cascade Pipeline Alderwood Water District 750,000 (425) 743 -4605 Arden Blackledge Completed in 1999, 85% with Alia forces Page 2 Sunny Hills Interceptor Sammamish Plateau Water Sewer District 1,300,000 (425) 392 -6256 Kyle Wong Completed in 2000, 80% with Alia forces Abandoned Sea Wall King County 295,000 (206) 684 -1010 Gary Ikeda Completed in 1999, 85% with Alia forces ULID S -18 Sammamish Plateau Water Sewer District 70,000 (425) 392 -6256 Tim Wallace Completed in 1999, 90% with Alia forces ULID 96 -02 Alderwood Water District 800,000 (425) 743 -4605 Arden Blackledge Completed in 2000, 80% with Alia forces 1999 Small Sewer Projects Northshore Utility District 500,000 (425) 398 -4400 John Hastig Completed in 2000, 85% with Alia forces Holly Park Infrastructure Seattle Housing Authority 4,900,000 (206) 619 -3525 Carter Hart Completed in 2002, 85% with Alia forces Sanitary Sewer and Water Main, Fulton Street City of Everett 1,100,000 (425) 257 -8931 Tom Fuchs Completed in 2001, 85% with Alia forces Silver Crest Lift Station Silver Lake Water District 300,000 (425) 337 -3647 Bruce Nelson Completed in 2001, 90% with Alia forces Waterline Replacement Segment 3A City of Anacortes 2,600,000 (360) 293 -1920 Gordon Bruchner Completed in 2001, 90% with Alia forces Big K Sanitary Sewer Lindental City of Kent 950,000 (253) 856 -5500 Pete Tenerelli Completed in 2001, 90% with Alia forces Auburn/Redondo Siphon Lakehaven Utility Distrcit 650,000 (253) 946 -5430 John Lee Completed in 2002, 85% with Alia forces Page 3 Lincoln Reservoir Valve Vault Bypass Pipeline Replacement City of Seattle 1,950,000 (206) 423 -2603 David Tucker Completed in 2002, 75% with Alia forces Clearview Pipeline Alderwood Water District and the Clearview Group 11,000,000 (425) 881 -1100 Harry Dunham Completed in 2003, 95% completed with Alia forces ULID No. 9 Booster Pump Station King County Water District #119 65,000 (253) 952 -7797 Joe Dominczyk Completed in Jan. 2003, 85% with Alia forces CT Detention Pipeline and Park Improvements City of Renton 857,000 (425) 430 -7295 J.D. Wilson Completed in 2003, 85% with Alia forces Sewer Contract 2002 -3 Northshore Utility District 920,000 (425) 398 -4400 Jack Stillwell Completed in 2003, 90% with Alia forces Des Moines Field House Improvements City of Des Moines $80,000 (206) 870 -6568 Corbitt Loch Completed in 2003, 90% with Alia forces Combined Sewer Improvements "E" City of Everett $1,000,000 (425) 257 -8931 Tom Fuchs Completed in 2004, 90% with Alia forces 51 Ave SW Storm Drains City of Federal Way $50,000 (253) 661 -4015 Fei Tang Completed January 2004, 90% with Alia forces 2003 First Ave South Sewer Bypass Lakehaven Utility District $200,000 (253) 946 -5430 John Lee Completed in October of 2004, 80% with Alia forces Fredrickson Trunk Sewer Pierce County $1,700,000 (253) 798 -4050 Arnie Sheppard Completed November 2004, 85% with Alia forces Northend Basement Flood Reduction "F" City of Everett $1,700,000 (425) 754 -6588 Al Rosenzweig Completed in March 2005, 90% with Alia forces Page 4 Pump Station Rehabs City of Renton $120,000 (425) 430 -7206 Michael Benoit Completed in November 2005, 85% with Alia forces 90` Place SW Sewer Replacement Olympus Terrace Sewer District $580,000 (425) 353 -6000 Roger Darling Completed in September 2005, 85% with Alia forces Lincoln High School Sewer /Storm Line Upgrades Seattle School District No. 1 $760,000 (206) 587 -0473 Ian Kell Completed in September 2005, 90% with Alia forces Woodridge Open Space Storm Water Improvements City of Bellevue $220,000 (425) 452 -6977 Chris Brookes Completed in November 2005, 90% with Alia forces CDS Pump Station Elimination Val Vue Sewer District $430,000 (206) 242 -3236 Dana Dick Completed in December 2005, 75% with Alia forces 2005 -1 Sewer Improvements Midway Sewer District $260,000 (206) 824 -4960 Marc Montieth Completed in December 2005, 90% with Alia forces Lift Station #36 Modifications City of Everett $350,000 (425) 754 -6588 Al Rosenzweig Completed in November 2006, 70% with Alia forces Allentown/Foster Point Water and Sewer Improvements City of Tukwila $7,400,000 (206) 433 -0179 Bob Giberson Completed in September 2007, 90% with Alia forces Fort Dent/Interurban Ave Sewer Extension City of Tukwila $660,000 (206) 433 -0179 Bob Giberson Completed in September 2007, 90% with Alia forces Southcenter Boulevard Watermain City of Tukwila $800,000 (206) 433 -0179 Bob Giberson Completed in September 2007, 90% with Alia forces SW 34 Street Culvert Replacement City of Renton $1,325,000 (425) 430 -7247 Allen Quynn Completed in January 2008, 85% with Alia forces Page 5 Sanitary Sewer Repairs 2007 City of Bellevue $790,000 (425) 452 -5365 Bill Cross Completed in March 2008, 90% with Alia forces Fiber Optic Connection North City of Renton $40,000 (425)430 Rob Lochmiller Completed in March 2008, 85% with Alia forces King Street Odor Control Facility King County $3,900,000 (206) 263 -3206 Randy Brunke Completed in November 2009, 75% with Alia forces Earlington Sanitary Sewer Interceptor City of Renton $700,000 (425) 430 -7279 John Hobson Completed in November 2008, 90% with Alia forces Carr Road Panther Creek Emergency Culvert Repair City of Renton $595,000 (425) 430 -7247 Allen Quynn Completed in December 2008, 60% Alia forces 162 Ave NE Storm Drain Repair City of Woodinville 39,000 (425) 877 -2291 Tom Hansen Completed in January 2009, 95% with Alia forces Hewitt Wharf Bulkhead Sinkhole Repair Port of Everett $54,000 (425) 388 -0624 Greg Dawsey Completed in January 2009, 95% with Alia forces Les Gove Neighborhood Improvements City of Auburn $2,100,000 (253) 931 -3010 Dave Roselle Completed in February 2010, 70% with Alia forces SW 98 Street Pedestrian Improvements King County $1,200,000 (206) 423 -1061 Wes Chin Completed in February 2010, 85% with Alia forces Contractor:, or Tradespeople Printer Friendly Page Page 1 of 1 General /Specialty Contractor A business registered as a construction contractor with L &I to perform construction work within the scope of its specialty. A General or Specialty construction Contractor must maintain a surety bond or assignment of account and carry general liability insurance. Business and Licensing Information Name R L ALIA COMPANY UBI No. 600149378 Phone 4252268100 Status Active Address 107 Williams Ave 5 License No. RLALIC "104PT Suite /Apt. License Type Construction Contractor City Renton Effective Date 10/30/1990 State WA Expiration Date 10/4/2012 Zip 980552149 Suspend Date County King Specialty 1 General Business Type Corporation Specialty 2 Unused Parent Company Other Associated Licenses i License 1 Name I Type Specialty 1 Specialty 1 Effective 1 Expiration I Status 1 2 Date Date RLALI "262KPIRLALIA (Construction General (Unused 15/17/1974 110/1/1990 IArchivedl CO Contractor Business Owner Information Name I Role I Effective Date I Expiration Date 1ALIA, RICHARD L President 110/30/1990 1 HASTINGS, ROBERT ISecretary 110/30/1990 ALIA, CINDY L ISecretary 110/30/1990 110/01/2001 JPANKIEWILZ, GARY J (Treasurer 110/30/1990 110/01/2001 Bond Information 113ondlBond Company NamelBond Account N umberl Effective Date Expiration DatelCancel Datellmpaired DatelBond AmountlReceived Datel 1 4 I TRAVEL RS CAS 1103502513 110/17/2001 Until Cancelled I I 1 $12,000.00110/01 /2001 Assignment of Savings Information No records found for the previous 6 year period Insurance Information InsurancelCompany NamelPolicy N u mberl Effective DatelExpiration DatelCancel Datelimpaired Datel Amount (Received Datel ALASKA 17 NATIONAL INS IOJPS31945 10/01/2010 10/01/2011 $1,000,000.0009 /29/2010 CO ALASKA 16 NATIONAL INS 08JPS31945 10/01/2007 10/01/2010 $1,000,000.00 09 /29/2009 CO ZURICH 15 AMERICAN INS CPO286246704 10/01/2005 10/01/2007 $1,000,000.0009 /28/2006 CO ZURICH 14 AMERICAN INS CPO286246702 10/01/2003 10/01/2005 $1,000,000.00 10/04/2004 CO Summons /Complaint Information Cause 1 County 1 Complaint I Judgment I Status 1 Payment Paid By 10 -2- 26340.3 KING Date: 07/23/2010 en 0 Date: Open GLACIEER NORTHWEST INC Amount: $21,146.34 https: fortress .wa.gov /lni/bbin /Print.as 19011 Results Page I of I CONTACT US I ABOUI US I QUESTIONS ANSWERS I PRINTER FRIENDLY My Account lonan I reoister ESPah0l I PYCCKAA I E� Tagalog I Tieng Vii�' ,Sea"� Home A, I D 0 1 iNG !_3 U 3 1 N ES Z REGIST EIR MY BUSINESS.— LOCIK'�P SLISINESG IW RESULTS File pay taxes Results More information Doing business If you have questions or would like to update your account information, please Business types contact us. Consumer Protection Contractor. Electr or Plumber Register my business Regisiration My account Search by Corporation Dala Search Audits Business or owner name NAICS SIC Tables Find taKes fates B e g i n s w i th Reseller Permit Verification Service Specialty Licenses Workshops educalion City (optional) Tobacco License Search Get a form or publication Find a law or nule §,�UBIfrax Registration Number 600149378 Reseller permit number Reset I Help Search RESULTS Search term: 600149378 1 to I of I results Select a name -to see more information. Name city status R RENTON Open Previous Next Jump to Page: of 1 pages. GO, CONTACr US I ABOUT US I QUESTlOt4S ANSWERS I PRINTER FRlEmW.Y Espaiiol I PYCCKWA I LHO I Tagalog I Tl6ng Vj6t I YourPrivacyl 02010WASHINGTON STATE DEPARTAIENTOFREVENUEAND!TS LICENSORS, ALL RIGHTS RL S rR VE0. httD://dor.wa.izov/content/doinabusiness/reLyistermvhu-,ine-,- f)5/n')/')()1 1