Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
18-040 - Michels Corporation - 2018 Central Business District Sanitary Sewer Rehabilitation Construction
Date By City Engineer Previous Contract Time: 180 Additional Contract Time for this Change Order: 0 Updated Contract Time: 180 RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 18-040(b) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 02 DATE: 02-05-19 BUDGET NO.: 402.98.594.353.48.00 PROJECT NO.: 91140203 CONTRACT NO.: 18-040 C PROJECT NAME: 2018 CBD Sanitary Sewer Rehabilitation TO: Michels Pipe Services 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: The following change, and work affected thereby, are subject to all contract stipulations and covenants; The rights of the "Owner" are not prejudiced; All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: This change formalizes and compensates for all work involved with additional host pipe investigation, TV inspection, and cleaning. See Attached Exhibit "A" for detailed changes. 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. By ACCEPTE • ate 2- //Z Original Contract (without tax) Contractor: Michels Pipe Services Title 6-61,11og rkfarzer AM/46e 408,757.50 ‘/ APPROVED BY THE CITY OF TUKWILA Previous Change Orders (without tax) This Change Order (without tax) REV. CONTRACT AMOUNT (without tax) 2,857.68 k/ 4.249.64 / $ 415.864.82 cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (02/2019) EXHIBIT A PROJECT NO.: 91140203 CONTRACT NO.: 18-040 PROJECT NAME: 2018 CBD Sanitary Sewer Rehabilitation DESCRIPTION OF WORK Per the measurements and payments description, Bid Item No. 6 includes "up to four cleanings (or passes) for each sewer main line to prepare the sewer main line for CIPP installation" or "up to four hours of cleaning" "if a pass cannot be made through the entire sewer main line." Any time spent beyond the four hours or four passes are beyond the scope of and not covered under Bid Item No. 6. This change order formalizes and compensates for all work involved with additional host pipe investigation, TV inspection, and cleaning work that was conducted on 9/10/18, 9/12/18, 9/13/18, and 10/24/18. Additional host pipe cleaning and investigation was required to remove the excess fats, oils, and grease (FOG) buildup from Pipe No. 12, investigate the actual configuration of the sewer system at Pipe No. 4 due to the difference in field conditions from what is shown in the plans, and investigate the condition of Pipe No. 3, which had previously failed. MATERIALS All materials shall be in accordance with current contract specifications or as approved by the Engineer. CONSTRUCTION REQUIREMENTS The Contractor shall construct the revisions in accordance with current contract specifications or as otherwise approved by the Engineer. MEASUREMENT AND PAYMENT All work required by this change order will be paid under a new lump sum bid item, "CO -02 — Additional Pipe Cleaning", added to the Sewer Schedule. This lump sum payment includes all direct and indirect costs to perform the work including, but not limited to, costs related to added time on the project. By signing this change order, all parties agree that all additional work related to host pipe cleaning and inspection are compensated through this change order and all issues regarding host pipe cleaning and inspection are closed. The added work results in a net increase in project costs of $4,249.64 plus tax. CONTRACT TIME Contract time shall not be extended as a result of this change order. TUKWILA PUBLIC WORKS DEPARTMENT • 2018 TUKWILA C80 SEWER CIPP REHABILITATION CONTRACTOR: MICHELS PIPE SERVICES DATE: 9/10/18 9 /10/18 Breakdown Quantity Unit Hours Labor 01 80010 01 80164 Equipment Ownership Rate Standby Rate Materials Unit Prke ST Rate OT Rate DT Rate Materials ST Labor Equipment Subcontractor Total Ryan McGraw - CM 1 2 $ 90.00 $ 180.00 _ . 5 180.00 John Madden 1 2 $ 6892 $ 137.84 $ 137.84 Randy Gilbert 1 2 $ 68.92 5 137214 $ 137.84 Hayden Thompson 1 2 S 68.92 5 137.84 $ 137.84 Cleaner Vac-Truck 1 2 5 94.95 5 189.90 5 189.90 Crew Truck F150 1 2 $ 15,60 5 31.20 $ 3120 Crew Truck F250 1 2 5 22.40 5 44.80 5 44.80 TV/Cutter Truck 1 2 $ 61.40 5 122.80 $ 122.80 2-Inch Trash Pump WI Hose 2 2 5 5.00 $ 20.00 5 20.00 4.1n els Trash Pump w/ Hose 2 2 $ 8.15 $ 32.60 $ 32.60 United Rentals -Arrow Board 1 2 $ 14.00 $ 28.00 $ 28.00 TCS - Arras...Board 2 2 $ 16.25 $ 65.00 $ 65.00 TCS - Equipmmt Truck 2 2 $ 1543 $ 62.52 $ 62.52 TCS Sign w/ Stand 13 2 5 1.25 $ 32.50 $ 32.50 TCS - 284nch Corms SO 2 $ 0.25 $ 25.00 S 25.00 Small Tools Allowance (3.5% Labor Costs) 1 $ 20.77 $ 20.77 $ 20.77 lobsite PPE (2% labor Costs) 1 $ 11.87 5 11.87 $ 11.87 5 $ 5 S 5 - 5 5 5 Subtotal 5 • $ 593.52 $ 686.96 5 $ 1,280.48 Percent Mark•Up 21% 29% 21% 12% Mark-Up 5 $ 172.12 5 144.26 5 - $ 316.38 Total - $ $ 765.64 $ 831.23 $ • $ 1,096,87 Labor Equipment Total Subtotal -Total of AN Breakdowns 1.746.37 5 1.650.27 $ 3.396.64 Markup • Total of All Breakdowns $ 506.45 $ 346,56 853.00 Total -Total MAD Breakdowns $ 2,252.82 S 1,996.82 $ 4,24944 TUKWILA PUBLIC W0005 DEPARTMENT -20113 TUKWILA CEO SEWER CIPP REHABILITATION CONTRACTOR: MICHELS PIPE SERVICES DATE: 9/12/98 9/12/18 Breakdown Quantity Unit Hours Labor OCR::,: DT li011fS Equipment Ownership Rate Standby Rate Materials Unit Price ST Rate UT Rate OCR:!: Materials ST labor Equipment Subcontractor Total Ryan McGraw. - CM 1 1 $ 90.00 1 90.00 5 90.00 John Madden 1 1 5 68.92 5 68.92 5 68.92 Randy Gilbert 1 1 $ 68.92 5 68.92 $ 68.92 Hayden Thompson 1 1 $ 68.92 5 68.92 $ 68.92 Cleaner Vac-Truck 1 1 5 94.95 ^ 5 94.95 5 94.95 Crew Truck P150 1 1 $ 15.60 $ 15.60 $ 15.60 Crew Truck F250 1 1 5 22.40 $ 22.40 $ 22.40 TWCutter Truck 1 1 5 61.40 5 61,40 5 61.40 2-In1h Trash Pump Re/ Hose 2 1 $ 5.00 5 10.00 5 10.00 4-Inch Trash Pump w/ Hose 2 1 5 8.15 5 16.30 5 16.30 United Rentals - Allow Board 1 1 S 14.00 5 14.00 5 14.00 Small Tools Allowance (3.5% Labor Costs) 1 5 10.39 5 10.39 5 10.39 lobsite PPE 12% of Labor Costs) 1 $ 5.94 5 5.94 $ 5.94 5 ' 5 5 $ $ 5 $ 5 Subtotal $ $ 296.76 $ 250.97 $ $ 547.73 Percent Mark-Up 71% 29% 21% 12% Mark-Up 5 5 86.06 $ 52.70 S $ 138,76 Total 5 $ 382.82 $ 303.68 5 $ 686.50 TUKWILA PUBLIC WORKS OEPARTMENT - 2018 TUKWILA CBD SEWER CIPP REHABILITATION CONTRACTOR: MICHELS PIPE SERVICES DATE: 9/13/18 9/12/18 Breakdown Quantity Unit Hours Labor OT Houra DT Hours Equipment Ownership Rate Standby Rate Materials Unit Price ST Rate OT Rate DT Rate Materials ST Labor Equipment Subcontractor Total Ryan McGraw- CM 1 1.75 5 90.00 $ 157.50 5 157.50 John Madden 1 1.75 5 68.92 $ 120.61 5 120.61 Randy Gilbert 1.75 1 5 68.92 S 120.61 $ 120 61 Hayden Thompson 1 1.75 5 68.92 5 120.61 5 120.61 Cleaner vac-Truck 1 1.75 5 94.91 5 166.16 5 166.16 Crew Truck F150 1 1.75 $ 15.60 $ 27.30 $ 27.30 Crew Truck 1250 1 1.75 5 22.40 S 39.20 $ 39.20 TV/Cutter Truck 1 1.75 1 61.40 5 107.45 5 107.45 2- Inch Trash Pump w/ Hose 2 1.75 S 5.00 5 17.50 5 17.50 4.1nch Trash Pump w/ Hose 2 1.75 5 8,15 5 2833 5 28.53 United Rentals .Arrow Board 1 1.75 $ 14.00 $ 24.59 5 24.50 Small Tools Allowance 13.5% Labor Costs) 1 $ 18.18 $ 18.18 5 18.18 iobsite PPE (2% of Labor Costs)1 $ 10.39 5 10.39 5 10.39 $ $ $ 5 5 5 $ 5 Subtotal 5 1 519.33 5 439.20 5 - 5 958.53 Percent Mark-Up 21% 29% 2111 12% Mark-Up S $ 150.61 5 92.23 $ 5 242.84 Total 5 5 669.94 $ 531.43 $ $ 1.201.37 TUKWILA PUBLIC WORKS DEPARTMENT - 2018 TUKWILA COO SEWER CIPP REHABILITATION CONTRACTOR: MICHELS PIPE SERVICES DATE: 10/24/18 10/24/18 Breakdown Quantity Unit Hours Labor OT Hours DT Hours Equipment Ownership Rote Standby Rate Materials Unit Price ST Rate OT Rate OT Rote Materials ST Labor Equipment Subcontractor Total Ryan McGraw - CM 1 0.5 S WOO $ 45.00 5 4500 bosh Sinisek - FM 1 0.5 $ 05.05 $ 42.50 $ 42.50 Glenn Davis -FM 1 0.5 0 85.00 5 42.50 $ 42.50 John Madden 1 0.5 S 68.92 5 34.46 $ 34.46 Shelean StEes 1 0.5 5 68,92 $ 34.46 $ 34.46 Steven Lacey 1 05 5 68.92 $ 39.46 $ 34.46 Ian Krohn 1 0.5 5 6952 0 34.46 $ 34.46 Ryan Tavenier 1 0.5 5 68.92 $ 34.46 $ 34,46 Randy Gilbert 1 0.6 $ 68.92 5 34.46 s 34.46 Cleaner Vac-Truck 1 0.5 $ 94.95 $ 47.48 5 47.48 Crew Truck F250 3 0,5 $ 22.40 $ 33.60 5 33.60 TV/Culter Truck 1 05 $ 61.40 $ 30.70 $ 30.70 Reeler Truck 1 0.5 5 37.90 5 18.95 $ 18.95 Rush Steamer 1 05 $ 87.85 5 43.93 $ 43.93 Weis Cargo Trailer 8-20. 1 a.s $ 2.85 $ 1.43 5 1.43 Stall abed Truck F450 1 0.5 $ 22,95 $ 11.48 $ 11.48 2-Inch Trash Pomp w/ Hose 2 0.5 $ 5.00 S 5.00 $ 5.00 4-Inch Trash Pump sv/ Hose 2 0.5 $ 8.15 5 8.15 0 8.15 6-Inch Godwin C0100 Pump 2 0.5 $ 27.85 5 27.85 $ 27.85 Untied Rentals - Arrow Board 1 0,5 $ 14.00 $ 7.00 s 7.00 ICS -Arrow Board 1 0.5 5 16.25 5 813 $ 8.13 TCS- Equipment Truck 1 0.5 5 15.63 $ 7.81 $ 7.81 ICS -28-inch Cones 25 0.0 5 0,25 $ 3.13 $ 3.13 Small Tools Allowance K3.5% Labor Costs) 1 5 11.79 5 11.79 $ 11.79 Jobsito PPE (2.9: labor Costs 1 $ 6.74 $ 6.74 $ 6.74 $ 5 ' 5 5 - $ 5 S Subtotal $ - $ 336.76 5 273.13 5 $ 609.69 Percent Mar&Up 12% 2 3% 29% 21% Mark-Up 5 . $ 97.66 $ 57.36 $ $ 155.02 Total $ $ 434.42 $ 310.49 $ 5 764.91 MICHELS® 2018 EQUIPMENT RATES DAILY DESCRIPTION HOURLY DAILY STAND BY ALKOTA STEAMER 33.40 267.00 148.80 ARROW BOARD 8.15 65.00 59.50 BOILER TRUCK (water) 196.65 1,573.00 1,123.80 CLEANER - VAC TRUCK 94.95 759.50 569.00 COMPRESSOR <250 12.50 100.00 59.50 COMPRESSOR <375 25.00 200.00 135.15 COMPRESSOR <750 42.60 340.50 232.45 CREW TRUCK F150 15.60 124.50 82.10 CREW TRUCK F250 22.40 179.00 99.80 CUTTER TRUCK 61.40 491.00 354.30 EQUIPMENT TRAILER 1 OR 2 AXEL 4.75 38.00 34.60 EXPLORER/EDGE/FUSION 14.95 119.50 77.25 GENERATOR <6.5KW 8.85 70.50 48.65 GROUT TRUCK 61.40 491.00 354.30 RE-VERSION SHOOTER 80.90 647.00 481.90 JETTER TRUCK 72.20 577.50 401.65 LETS TV TRUCK 53.65 429.00 297.30 LIGHT PLANT 11.00 88.00 48.65 MANHOLE VENTILATOR 2.95 23.50 5.45 PRESURE WASHER 5.75 46.00 26.15 PUMP 2" TRASH 5.00 40.00 20.55 PUMP 4'' TRASH 8.15 65.00 43.25 PUMP GODWIN CD150 6' 27.85 222.50 91.90 PUMP GODWIN CD200 8" 38.15 305.00 135.15 REEFER TRAILER 48' 20.10 160.50 34.90 REEFER TRUCK 37.90 303.00 149.45 RUSH STEAMER 87.85 702.50 452.55 SEMI-TRACTOR 57.70 461.50 295.40 SHOOTER MODULAR 3.70 29.50 27.05 SHOOTER TRAILER 4.85 38.50 35.15 SMALL TOOLS 14.75 118.00 108.15 STAKEBED TRUCK F450 22.95 183.50 103.90 STAKEBED TRUCK F550 29.00 232.00 132.50 TANKER TRAILER 4.75 38.00 34.90 WELLS CARGO TRAILER 8' - 20' 2.85 22.50 20.65 Stand By rate is the minimum daily charge for all equipment on site. Equipment mobilization/demobilization cost is not included. Third Party Rented Equipment, fuel, freight, and tax, billed per invoice plus 15% 1/22/18 Page 1 18-040(a) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 DATE: 02-05-19 BUDGET NO.: 402.98.594.353.48.00 PROJECT NO.: 91140203 CONTRACT NO.: 18-040 ( PROJECT NAME: 2018 CBD Sanitary Sewer Rehabilitation TO: Michels Pipe Services 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: The following change, and work affected thereby, are subject to all contract stipulations and covenants; The rights of the "Owner" are not prejudiced; All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: This change formalizes and compensates for the increase in price for providing Uniformed Police Officers (UPO) per traffic control requirements. See Attached Exhibit "A" for detailed changes. 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: D 2//Z / Contractor: Michels Pipe Services By Title •SeA)kAZ Fgolecr a tio. liff IGINAL: City Clerk (1 of 2) Contractor (2 of 2) Original Co act (without tax) $ 408,757.50 N/ APPROVED BY THE CITY OF TUKWILA Previous Change Orders (without tax) $ 0.00 Date "2 I This Change Order (without tax) $ 2,857.68 Ij Mayor-- p gi REV. CONTRACT AMOUNT (without tax) $ 411.615.18 Previous Contract Time: 180 City Engineer H•f) Po, Additional Contract Time for this Change Order: 0 pdated Contract Time: 180 cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File / L 2 (02/2019) EXHIBIT A PROJECT NO.: 91140203 CONTRACT NO.: 18-040 PROJECT NAME: 2018 CBD Sanitary Sewer Rehabilitation DESCRIPTION OF WORK This change order formalizes and compensates for the increase in price for providing Uniformed Police Officers (UPO) per traffic control requirements. The bid form restricted the unit price for UPOs to $72 per hour. Michels was unable to find a UPO subcontractor at the fixed unit price and chose to utilize SeaWe's Finest in order to meet the project schedule. The rates from Seattle's Finest ($99 per hour) were higher than the fixed unit price in the bid form. This change order is intended to capture the difference In costs for the higher rates. MATERIALS All materials shall be in accordance with current contract specifications or as approved by the Engineer. CONSTRUCTION REQUIREMENTS The Contractor shall construct the revisions in accordance with current contract specifications or as otherwise approved by the Engineer. MEASUREMENT AND PAYMENT All increased rates by this change order will be paid under a new lump sum bid item, "CO -01 — Increased Cost for UPO", added to the Sewer Schedule. This lump sum payment includes all increased direct and indirect costs to perform the work. By signing this change order, all parties agree that all increased rates related to UPO traffic control are compensated through this change order and all issues regarding UPO traffic control unit prices are closed. The increased rate results in a net increase in project costs of $2,857.68 plus tax. CONTRACT TIME Contract time shall not be extended as a result of this change order. Subcontractor TUKWILA PUBLIC WORKS DEPARTMENT - 2018 TUKWILA CBD SEWER CIPP REURHIIITATIOII CONTRACTOR: MICHELS PIPE SERVICES CIATEi 12/14/18 UPO H ours Quantity Unit Hours Labor OT Hours DT Hours Equipment Ownership Bate Standby Rate materials Unit Price ST Rate OT Rate DT Rate Materials ST Labor Equipment Subcontractor Total $ 5 . $ $ $5 . . $ $ $ $ $ . $ 5 5 $ 5 . $ 5 $ $ Seattle's Finest 1 73.5 $ 99.00 $ 7,276.50 5 7,276.50 5 5 Subtotal $ 5 5 S 7,276.50 $ 7,276.50 Portent Mark-Up 12% 2 1% 29% 21% Mark-Up $ 87110 S 5 $ $ 873.38 Total 5 $ $ 5 8,149.58 5 8,149.68 Subcontractor Total Subtotal- With Markup 8.149,68 $ 8,149.68 Credit- Bid Item No. 3 (73.5 lirs 572/hr) 5 (5,292.00) (5,292.00) Total- Total of All Breakdowns 5 2,857.58 21157.68 SEATTLE'S FINEST SECURITY & TRAFFIC CONTROL 10245 Estate LN SE OlaIla, WA 98359 Office: 253-853-6608 CEL: 253-225-1035 FAX: 253-858-8813 apevans/diseafinest.com Invoice Date Invoice # 9192018 13446 Bill To Michels Corporation 1715 16th ST SE Salem, OR 97302 P/VV/0 # Terms Job # Job Site Due on receipt 189604 Andover Park E/Strander Blvd Date Officer Item Hours Rate Total Amount 011 7 //018 Watson NiElin [raffle Control 6 99.00 504.00 1 hank you for your business. Total 5594.00 Payments/Credits so.00 Balance Due $594.00 SEATTLE'S FINEST SECURITY S TRAFFIC CONTROL 10245 Estate LN SE OlaIla, WA 98359 Office: 253-853-6608 CEL: 253-225-1035 FAX: 253-858-8813 apevans@seafinest.com Invoice Date Invoice # 10/7 912018 13806 Bill To Michels Corporation 1715 16th ST SE Salem, OR 97302 P/VV/O # Terms Job # Job Site 1)ue on receipt 180604 Antlps.cr Park W:'Baker131vd Date Officer Item Hours Rate Total Amount 1(1/23/2018 10/23/2018 Hume Ni2M 'Fran.: Control 8 2 99,00 130.00 792.00 Filmic Night Traffic Control rate ($99) paid for all Premium Rate Hours. 1 R.t, ico,i,... '` Thank !,ou fbr your business. Total Payments/Credits so.00 Balance Due . l. f82 00 $297 $1089 $1089 SEATTLE'S FINEST SECURITY & TRAFFIC CONTROL 10245 Estate L.N SE OlaIla. WA 98359 Office: 253-853-6608 CEL: 253-225-1035 FAX: 253-858-8813 apevans@seafinest.com Invoice Date Invoice # 10'2912018 13807 Bill To Michels Corporation 1715 16th ST SE Salem. OR 97302 PNWO # Terms Job # Job Site Duc on recipt 18060.1 Ando \ or l'irk W/Baker Blvd Date Officer Item Hours Rate Total Amount 10/22/2018 10/22/2018 10/24/2018 10/24/2018 1025,2018 Nate Nab e Hume Hume ErftAard kit. 3 eatteel Night Traffic Control Premium Rate 8 1.5 8 1.5 99.00 130.00 792.00 Night •Fraffic Control Prcmium Rate 99.00 130.00 193.0 792.00 325.00 NtgItt Tttiff,t., Coottol 4 '41 .00 .3-96.00 Late cancellations not charged to the City. Thank you for your business. Total S2.500.00 Payments/Credits so,00 Balance Due 52.; .:: $148.50 $247.50 $1980.00 $1980.00 PAN/0 # Terms Job # Job Site Due on receipt 180604 Andover Park W/Baker Blvd Date Officer Item Hours Rate Total Amount 10/29/2018 10/29/2018 10/30/2018 10/30/2018 10/31/2018 10/31/2018 11/12018 Edwards Edwards Raveica Raveica Hume Hume Dosch late caneel Night Traffic Control Pn..mit." RA.. 8 6 8 7.5 8 4 4 99.00 792.00 Night Traffic Control Prcmith., 130.00 99.00 780.00 792.00 Rat, Night Traffic Control 130.00 99.00 325.00 792.00 PrcmiunRatc Control 130.00 520.00 Night Traffic 99.00 396.00 Total $4.397.00 Payments/Credits so.00 Balance Due S4.3 97.0O $594 $247.50 $396 $3613.50 $3613.50 SEATTLE'S FINEST SECURITY .3 TRAFFIC CONTROL 10245 Estate L,N SE Olalla, WA 98359 Office: 253-853-6608 CEL: 253-225-1035 FAX: 253-858-8813 apevansisealinest.com Invoice Date Invoice # 11/5/2018 13889 Bill To Michels Corporation 1715 16th ST SE Salem. OR 97302 18-040 Council Approval 3/5/18 C-1 AGREEMENT FORM 91140203 CONTRACT NO. j THIS AGREEMENT is made and entered into on this day of TY\OVG h , 20 , by and between the City of Tukwila, Washington ("Owner") and Michels Corporatifonnn ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work andfurnish all labor, tools, materials, and equipment for the project entitled 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABITATION, Project No. 91140203,including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump .sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials, and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. tiat+rr rr5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agee /'r / except as expressly provided in this Agreement. `;.••-( ©.^y A iii • • •`I ' 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the pi, ; „ which shall for all purposes be deemed an original. CITY OF Owner) By: ,l/, /i - 411 ILA WASHINGTON Attest/let 0Thismayof % a 2 8 ayor aCEk Approved as to Form: City Attorney Address for giving notices: joo (SocWi.ca3/vim SSG /Ct) l4tvl / - utiA iw'/ Michels Corporation Contractor) By: Title: '"""' estern Regional Manager Attest: This day of 20 s'C See— Contractor's License No. MICHEC*999JB Address for giving notices: 1715 16th Street SE Salem, OR 97302 371010? o4/64449 -e -s 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond. No. 30035085/190039223 Continental Casualty Company and We, Michels Corporation , and Liberty Mutual Insurance Company Principal) (Surety) a IL/MA corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of Four Hundred Forty Nine Thousand Six Hundred Thirty Three and 25/100 Dollars 449,633.25 ), 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 3, 20,j, between Principal and Owner for a project entitled 2018 CENTRAL BUSINESS' (STRICT SANITARY SEWER REHABILITATION, Contract No.91140203 ("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%). 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Payment and Performance Bond C-3 If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHER OF, the parties hay. executed this instrument in two (2) identical counterparts this 01/14- day of i.(xp,h , 20 C 7. tl4441111 fflij GQ Phrls Corporation v. UR T4r ure of Authorized1Official iiO l C`.\ v.341 Lc2k . w& kotk 6.0„WiS' Title fr'n, r n n 44Al4! Name and address of local office of agent and/or Surety Company: Continental Casualty Company and Liberty Mutual Insurance Company By Laurie Pfl g g Surety ture of Aut Att•rney in Fact Attach Power of Attorney) cial Willis of Washington, Inc. 505 5th Ave. S. Seattle, WA 98104 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Acknowledgment of Corporate Surety STATE OF Minnesota ) ss COUNTY OF Hennepin ) On this Laurie Pflug day of before me appeared to be known, who being by me duly sworn did say that she is the aforesaid Attorney -in -Fact of the Continental Casualty Company and Liberty Mutual Insurance Company a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Seal VctiJai)00L Notary Public SignatureNotaryPublicSignature 4eiv JILL N. SWANSON NOTAMyCommission Expires IC - MINNESOTAoT January31,2020 vim.. +-..r- v . POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company,. and American. Casualty Company of Reading,. Pennsylvania, a Pennsylvania insurance company (herein called the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City. of Chicago, and State of Illinois, and. that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Laurie Pflug, Jill N. Swanson, Brian D. Carpenter, Nicole Langer, Craig Olmstead, Jessica Hoff, Heather R. Goedtel, Michelle Halter, Individually of Minneapolis, MN, their true and Lawful Attorney(s)-in-Fact with full power and autltoritybereby conferred to sign, seal and execute for and on their behalf bonds; undertakings and other obligatory instruments of similar nature In. Unlimited Amounts - and to bind them thereby as fully and to the.same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof,.duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 17th day of February, 2017. Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company ofReading, .Pennsylvania Paul T. Bruflat i Vice President State of South Dakota,. County of Minnchaha, ss: On this 17th day of February, 2017, before me personally came Paul. T. Bruflatto me known, who, being by me duly sworn,, did depose and say: that he resides in the City of Sioux Falls, State of SouthDakota; that he is a Vice President of Continental Casualty Company, an. Illinois insurance. company,. National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant io authority given by the Boards of Directors of said insurance companies. and that he signed his name thereto pursuant. to like authority, and acknowledges same to: be the act and deed of said insurance companies. rt+r.•rrnswya. J. MOLAR ICSCUftiWi= My Commission Expires June 23,:2021 CERTIFICATE Notary Public. I,. D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company; National Fire Insurance Company of Hartford, an Illinois insurancecompany, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony. whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 411". day of rn M+?.h , 2018 . Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bult Assistant Secretary THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This'Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7796459 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brian D. Carpenter; Craig Olmstead; Heather R. Goedtel; Jessica Hoff; Jill N. Swanson; Laurie Pflug; Michelle Halter; Nicole Langer all of the city of Minneapolis , state of MN each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed etterofcredit, Jaivalueguarantees. thereto this 12th day of June 2017 . Attorneycall 30pmESTonanybusinessday 0 z Y INSU t. cipr*yo. 1919 n o 4'.( * '*_`•`,` C 1NSUq JPxr'us, rq• Yr, ez- 1912 9iSA* '-\? 1' N1NSW?,trrvoaiia g 1991 n RNA The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company 7 By: . w-i GC/ STATE OF PENNSYLVANIA ss David M. Care , Assistant Secretary COUNTY OF MONTGOMERY On this 12th day of June2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. gA PAST COMMONWEALTH OF PENNSYLVANIA N Q, o MONw rF ti 2 Notarial Seal Teresa Pastella, Notary Public By / 1' _ -"- O et' CCI 0 ` L OF 1'41Vayt, ,v Upper Merlon Twp., Montgomery County My Commission Expires March 28, 2021 Teresa Pastella, Notary Public L/0 y = 3 r0 Notvalidformortgage, note; currencyrate, interestrate o 1/ 4YV ' Member. Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. The President Company, to the Bylaws the Company, David M. Carey, Assistant Secretary to appoint such attomeys-in- To confirmthevalidityofthisPc 1- 610-832-8240between 9: 00am Certificate of Designation - of the acting pursuant of authorizes fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. ' 1, IN TESTIMONY WHEREOF, t have hereunto set my hand and affixed the seals of said Companies this 4 day of y r 1 , 20 1 6 . P,,Y INSN, hJ-$pnvoarr -14( t m P, INS Up4 j`S4,otv'c'tVeCF, n epi,:" PP° 006(4, I BICC, o By. Zsiantsecre1aryp19192 t' 1912 1991 9 1754 of 2000 LMS_12873_022017 A ® CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 02/21/28 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(les) must have ADDITIONAL INSURED provisions or 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 Willis of Minnesota, Inc. c/o 26 Century Blvd. P. 0. Box 305191 CONTACT NAMF' PHONE FAX A/c No FxT)• 877-945-7378 (Am No)' 888-467-2378 E-MAIL EAFSS' CertlflCateB@W111iS.COm Nashville, TN 37230-5191 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Greenwich Insurance Company 22322-001 INSURED Michels Corporation 1715 16th St SE Salem, OR 97302 I INSURER B: National Fire and Marine Insurance Compan 20079-001 INSURER C:XL Specialty Insurance Company 37885-901 INSURER D:XL Specialty Insurance Company 37885 - INSURER E: AIG Specialty Insurance Company 26883-001 INSURER F: OCCUR A/VCR/Al-ICO vr_rS 111 w,+ 1 L. nvmv•-... 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. j1 TR TYPE OF INSURANCE WpL SUBRywvo POLICY NUMBER OLICY EFF MMrptt YVYY) POLICY XP umor to E/ YYVY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y CGD740955301 2/1/2018 2/1/2019 EACHOCCURRENCE 1,000 000 300,000 1,000 000 2,000,000 2, 000, 000 ItallEDAME (aoccurence) WCLAIMS -MADE X OCCUR MED EXP (Any one person) PERSONAL &ADV INJURY GENERAL AGGREGATE GEM_ AGGREGATE POLICY OTHER: X LIMIT APPLIES JECT PRO- PER: LOC PRODUCTS-COMP/OPAGG A AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY AUTOS SCHEDULED NON-OWNED ONLYY Y CAD740955401 2/1/2018 2/1/2019 SEaaBcdeDjINGLELIMIT 2,000,000 BODILY INJURY(Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE accident) Ter B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y 42-XSF-100139-05 2/1/2018 2/1/2019 EACH OCCURRENCE 10,000,000 AGGREGATE 10, 000, 000 DED RETENTION $ C D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEiNNIOFFICER/MEMBER EXCLUDED? Mandatorynin NH) f yes, describe under DESCRIPTION OF OPERATIONS below NIA CWD740955101 CWR740955201 2/1/2018 2/1/2018 2/1/2019 2/1/2019 X PER IRE oTH- S7ATER E.L.EACHACCIDENT 1,000,000 E.L. DISEASE - EA EMPLOYEE 1,000,000 E.L. DISEASE -POLICY LIMIT 1,000,000 E Contractors Pollution Y CPO 8197229 2/1/2016 2/1/2019 10,000,000 Bach Loss DESCRIPTION OF OPERATIONS 1 LOCATIONS /VEHICLES (ACORD 01, Additional Remarks Schedule, may be attached if more space is required Project Name/#/Description: 180604-2018 Central Business District Sanitary Sewer Rehabilitation; Project #91140203; Project Address/Location: Tukwila, WA. City of Tukwila, WA, The contracting Agency and its officers, elected officials, agents and volunteers, RH2 Engineering, Inc., Union Pacific Railroad, Washington State Department of Transportation and Shasta Beverages, Inc. are Additional Insureds with respect to the General Liability, Auto Liability and Pollution Liability coverage and the work performed by the Named Insured when reauired by written contract, agreement or permit executed prior to loss. n 1 Irrvn . o. nvw"s City of Tukwila, WA 6300 Southcenter Blvd, Tukwila, WA 98188 Suite 100 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 5C0 -rot— 07 ` ht ACORD 25 (2016/03) Co11:5182497 Tp1:2200855 Cert:26091895 ©1988-2015ACORD CORPORATION.AIirlgsreservea. The ACORD name and logo are registered marks of ACORD ACORD® AGENCY CUSTOMER ID• 110600 LOC#• ADDITIONAL REMARKS SCHEDULE Paged of S_ AGENCY Willis of Minnesota, Inc. NAMED INSURED Michels Corporation 1715 16th St SE Salem, OR 97302 POLICY NUMBER See First Page CARRIER See First Page NAIC CODE EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE• CERTIFICATE OF LIABILITY INSURANCE Such insurance as is afforded to Additional Insured shall be Primary and Non-contributory with any other insurance available to Additional Insured if required by contract executed prior to loss. Excess policy follows form. ACORD 101 (2008/01) Co11:5182497 Tp1:2200855 Cert:26091895©2008ACORDCORPORATION.Allrightsreserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT # This endorsement, effective 12:01 a.m., 2/1/2018, forms a part of Policy No. CGD740955301 issued to M10, INC. by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: Any person or organization with whom you have agreed, through written contract, agreement or permit, executed prior to loss, provide additional insured coverage and where that contract demand specifies ISO 2001 edition forms. If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: XIL 2010-1001 (Ed. 0413) © 2013, XL America, Inc. Page 1 of 2 All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: 1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or 2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions remain unchanged. XIL 2010-1001 (Ed. 0413) © 2013, XL America, Inc. Page 2 of 2 All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission ENDORSEMENT # This endorsement, effective 12:01 a.m., 2/1/2018, forms a part of Policy No. CGD740955301 issued to M10, INC. by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: Any person or organization with whom you have agreed, through written contract, agreement or permit, executed prior to loss, provide additional insured coverage and where that contract demand specifies ISO 2001 edition forms. Location And Description of Completed Operations: Various as required per written contract. If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and XIL 2037-1001 (Ed. 0413) © 2013, XL America, Inc. Page 1 of 2 All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission described in the schedule of this endorsement performed for that insured and included in the "products - completed operations hazard". All other terms and conditions remain unchanged. XIL 2037-1001 (Ed. 0413) © 2013, XL America, Inc. Page 2 of 2 All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission POLICY NUMBER: CGD740955301 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Each "project" for which you have agreed, in a written contract which is in effect during this policy period, to provide a separate general aggregate limit; provided that, the contract is signed and executed prior to any loss for which coverage is sought. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or property damage" included in the "products - completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 0 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section 1 — Coverage A, and for all medical expenses caused by accidents under Section 1 — Coverage C, which cannot be at- tributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. Page 2 of 2 C. When coverage for liability arising out of the products -completed operations hazard" is pro- vided, any payments for damages because of bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section 111 — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Insurance Services Office, Inc., 2008 CG 25 03 05 09 0 ENDORSEMENT # This endorsement, effective 12:01 a.m., February 1, 2018, forms a part of Policy No. CGD740955301 issued to M10, INC. by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: As per schedule on file with company 30 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. ENDORSEMENT# This endorsement, effective 12:01 a.m., February 1, 2018, forms a part of Policy No.CAD740955401 issued to M10, INC. by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: As per schedule on file with company 30 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 Ed. 12/10) ENDORSEMENT # This endorsement, effective 12:01 a.m., February 1, 2018 forms a part of Policy No. CW D740955101 issued to M10, INC. by XL Specialty Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: As per schedule on file with company 30 All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective February 1, 2018 Policy No. CW D740955101 Endorsement No. Insured M10, INC. Premium Insurance Company Countersigned by XL Specialty Insurance Company WC 99 06 57 Ed. 12/10 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 Ed. 12/10) ENDORSEMENT # This endorsement, effective 12:01 a.m., February 1, 2018 forms a part of Policy No. CWR740955201 issued to M10, INC. by XL Specialty Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: As per schedule on file with company 30 All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective February 1, 2018 Policy No. CWR740955201 Endorsement No. Insured M10, INC. Premium Insurance Company Countersigned by XL Specialty Insurance Company WC 99 06 57 Ed. 12/10 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. P-1 PROPOSAL unit price) Contractor's Name bl%tc e36 Cotfeae.TteAt. Contractor's State License No. WSCit6C,YS ia.8 City of Tukwila Project No. 91140203 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION, which project includes but is not limited to: Installation of approximately 2,388 linear feet (LF) of cured -in-place pipe (CIPP) within the right-of-way of Andover Park West, Andover Park East, and private easements to rehabilitate existing sewer main and other work necessary to complete the Work as specified and shown in the Contract Documents. The basis for contract award will be the Base Bid. A description of Bid Alternate No. 1 is as follows: Bid Alternate No. 1 includes installing an additional approximately 1,740 LF of CIPP within the right-of-way of Interstate 405, Tukwila Parkway, and Baker Boulevard to rehabilitate existing sewer main. The Bidder has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) tErbid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 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 one hundred eighty (180) working days from the date stated in the written Notice to Proceed and within sixty (60) working days once the Contractor has mobilized their cured -in-place lining equipment to the site. 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. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-2 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION (CIPP lining on Andover Park West, Andover Park East, and Private Easements) - BASE BID Project No. 91140203 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item• No. Item Description Quantity Unit Unit Price Amount 1, Mobilization 1 LS 27,907.00 27,907.00 2. Traffic Control - Flagger Labor (Minimum Bid of $39.48) 64 HOUR 68.75 4,400.00 3. Traffic Control - Off-duty Uniformed Police Officer 56 HOUR 72.00 4,032.00 4. Project Temporary Traffic Control 1 LS 19,453.00 19,453.00 5. Pre -cleaning Video Inspection 1 LS 5,154.00 5,154.00 6. Clean and Prep Sewer Prior to Construction 1 LS 14,235.00 14,235.00 7. Video Inspection Prior to Construction 1 LS 21,374.00 21,374.00 8. Provide, Install, and Manage Wastewater Bypasses 1 LS 6,288.00 6,288.00 9. 8 -inch Main Line CIPP 381 LF 40.00 15,240.00 10. 12 -inch Main Line CIPP 1,431 LF 72.00 103,032.00 11. 16 -inch Main Line CIPP 576 LF 87.00 50,112.00 12. 8 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 60 LF 2.10 126.00 13. 12 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 210 LF 2.75 577.50 14. 16 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 90 LF 3.10 279.00 15. Trenchless Lateral Reinstatement and Packer Injection Grouting 4 EA 740.00 2,960.00 16. Trenchless Outside Manhole Drop Connection Reinstatement 1 EA 309.00 309.00 17. Force Account 1 LS 8,000.00 8,000.00 Subtotal 10.0% Sales Tax 283,478.50 28,347.85 Total Base Bid (Subtotal w/WSST) $ 311,826.35 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal er P-3 2018 CENTRAL. BUSINESS DISTRICT SANITARY SEWER REHABILITATION (CIPP lining on Interstate 405, Tukwila Parkway, and Baker Boulevard) — BID ALTERNATE NO. 1 Project No. 91140203 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item Mobilization 1 LS 2,371.00 2,371.00 No. Item Description Quantity Unit Unit Price Amount Al. Mobilization 1 LS 2,371.00 2,371.00 A2. Traffic Control — Flagger Labor (Minimum Bid of $39.48) 32 HOUR 68.75 2,200.00 A3. Traffic Control — Off-duty Uniformed Police Officer 16 HOUR 72.00 1,152.00 A4. Project Temporary Traffic Control 1 LS 13,057.00 13,057.00 A5. Pre -cleaning Video Inspection 1 LS 3,664.00 3,664.00 A6. Clean and Prep Sewer Prior to Construction 1 LS 12,873.00 12,873.00 A7. Video Inspection Prior to Construction 1 LS 8,545.00 8,545.00 A8. Provide, Install, and Manage Wastewater Bypasses 1 LS 1,143.00 1,143.00 A9. 6 -inch Main Line CIPP 250 LF 54.00 13,500.00 A10. 8 -inch Main Line CIPP 1,490 LF 41.00 61,090.00 A11. 6 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 40 LF 1.65 66.00 Al2. 8 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 220 LF 2.05 451.00 A13. Trenchless Lateral Reinstatement and Packer Injection Grouting 1 EA 847.00 847.00 A14. Trenchless Outside Manhole Drop Connection Reinstatement 1 EA 320.00 320.00 A15. Force Account 1 LS 4,000.00 4,000.00 • Subtotal 10.0% Sales Tax 125,279.00 12,527.90 Total Bid Alternate No. 1 (w/WSST) $ 137,806.90 The basis for contract award will be the Base Bid. The City of Tukwila reserves the right to delete Bid Alternate No. 1 prior to the award of the Contract with no cost adjustment to the Bid. 2018 Central Business District Sanitary Sewer Rehabilitation Rev, 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Signature Sheet P-4 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the Bidder must still execute that portion of the unit price Bid Form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title: Date: By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt Hone, Addendum No. 3 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety coAripany which will furnish the required Payment and Performance Bond is , rC3urdewC4skmiiCoof3335. uk6As , C o X21 / obo`C Name) (Andress) 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Signature Sheet Bidder: Signature of Authorized Official: Printed Name and Title: Address: til6 ltat- r 56 J tett_ 97301— Circle One: Individual / Partnership / State of Incorporation: WJE Joint Venture Phone No.: 503 —364—((51 Date: a/la/aoig This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-1.3-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONSENT RESOLUTION OF THE BOARD OF DIRECTORS OF MICHELS CORPORATION JANUARY 2, 2018 The undersigned, being the Board of Directors of MICHELS CORPORATION, a Wisconsin corporation, pursuant to Section 180.0821 of the Wisconsin Statutes, do hereby consent to the following acts taken without a meeting: RESOLVED: that the following employees of Michels Pipe Services, a Division of Michels Corporation, shall have the following authority vested in it by the Board of Directors through this Consent Board Resolution for the fiscal year ending December 31, 2018, or until their respective successors have been elected and qualified: Kelsey Wasmund, Contracts & Administration Coordinator, shall have specific and limited authority to sign pay requests, associated lien waivers, and attest to official documentation of Michels Pipe Services. David R. Phelps, Assistant Secretary of Michels Corporation and Contract Manager - Western Region of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. Gina Gritzenbach, Administrative Assistant, shall have specific and limited authority to sign pay requests associated lien waivers, and attest to official documentation of Michels Pipe Services. Treva Mesias, Assistant Secretary of Michels Corporation, shall have specific limited authority to sign pay requests, certified payroll reports, associated lien waivers, and attest to official documentation. Scott Odell, Western Regional Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. Lee A. Zubrod, Hawaii Regional Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts and agreements. Mr. Zubrod shall also have the authority to execute all work orders issued to Michels Pipe Services on existing Hawaii contracts. Donald J. Grebe, Midwest Regional Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. Matt Hubert, Assistant Secretary of Michels Corporation and East Regional Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. Kirk Cordova, Divisional Operations Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. David Ebner, Senior Manager of Michels Pipe Services (SIPP), shall have the limited authority to execute subcontracts of $500,000 or less, both when Michels subcontracts work and when Michels is a subcontractor. Patrick Hale, Senior Project Manager of Michels Pipe Services (CIPP), shall have the limited authority to execute subcontracts of $500,000 or Tess, both when Michels subcontracts work and when Michels is a subcontractor. Paul Mallory, Senior Manager Special Projects of Michels Pipe Services, shall have the limited authority to execute subcontracts of $500,000 or less. both when Michels subcontracts work and when Michels is a subcontractor. Dated this 2nd day of January, 2018. Ruth L. Miche s‘ Director Pttrick D. Michels, Director P-6 BID SECURITY Bid Deposit:;The undersigned Principal herebydeposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). OR— Bid Bond: The undersigned, Michels Corporation (Principal), and Continental Casualty Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of Amount Bid dollars ($ 5% ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not Tess than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION, Project No. 91140203, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension. of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension.. Signed and dated. this 14th tttlltllilllill// N\:!Mibti'd1s Corporation j<-_ Principal Ci2,—(0-1 s‘ day of February 2018 . ature of Authorized Official f' if:4 1( PA ZeitustS z \` 1.; Title Continental Casualty Company Surety BY Att'6mey in Fact ( ' ach Powerof omey) Laurie Pflug fr'filt! lstttUlt• Name and address of local office of Willis of Seattle agent and/or Surety Company 505 Fifth Avenue South, Suite 200 - Seattle, WA 98104 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal Acknowledgment of Corporate Surety STATE OF Minnesota ) ss COUNTY OF Hennepin ) On this 14th day of February , 2018 before me appeared Laurie Pflug , to be known, who being by me duly sworn did say that she is the aforesaid Attorney -in -Fact of the Continental Casualty Company a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. 7, tker Notary Public Signature Notary Seal) MICHELLE DIANE HALTER Notary Public Minnesota My Commission Expires Jan 31, 2023 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know MI Men By These Presents, That. Continental Casualty Company, an Illinois insurance company, National Fite insurance Conipanyof Hartford, an Illinois insurance company. and American Casualty Company of.Reading,. Pennsylvania, a Pennsylvania insurance company (herein called the CNA Companies"), are duly organized.and existing insurance companies having their principal offices in the City. -of Chicago, and State of Illinois, and that they do by virtue of the signatures and.senls herein affixed hereby snake, constitute and appoint Laurie Pflug, Jill N. Swanson, Brian. D. Carpenter, Nicole Langer, Craig Olinstead, Jessica Hoff, Heather R. Goedtel, Michelle Halter, Individually of Minneapolis, MN, their true and lawful Attorncy(s)-in-Fact with full power and authority hereby.conferred to sign, seal and execute for and on their behalf bonds; undertakings and other obligatory instruments of similar nature In. Unlimited Amounts - and to bind then thereby as fully and to the_ same extentas if such instruments were signed by a duly authorized officer of their insurance. companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof,duly adopted, as indicated, by the Boards of Dircctors of the insurance companies. In Willies's Whereof, the CNA Companies have caused these presents -to be signed by their Vice President and their corporate seals to behereto affixed on this 17th day of February, 2017. Continental Casualty Company- National ompanyNationalFireInsuranceCompanyofHartford American Cast lty Company of Reading, Pennsylvania Paul T. Bruflat # Vice President State of South Dakota;. County of Minnchaha,. ss: On this 17tlh. day of February; 2017, before inc personally, came Paul T. Bruflarto .me known, who, being by me dulysworn, did depose and say: that he resides in. the City of Sioux Falls, State of South .Dakota; that he is a Vice President of Continental' CasualtyCompany, an Illinois insurance Company, National Fire Insurance Companyof Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance -company described in' and which.executed the above instrument;ahat he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affxed.pursuant. to authority given ;by the. Boards of Directors of said insurance companies. and that he signed his name thereto pursuantto.like authority, and acknowledges same to:be the act and deed of said insurance companies. My Cornmission Expires June 23,2021 CERTIFICATE Notary Public. I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company; National Fire Insurance Company of Hartford, an Illinois insurancecompany, and American Casualty Company ofReading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein aboveset forth is still in force, and further certify that clic By -Law and Resolution of.the.Board. of Directors of the insurance companies printed on thereverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 14th day of February , 2018 . Form F6853-412012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company ofReading, Pennsylvania D. Bult Assistant Secretary P-7 NON -COLLUSION DECLARATION Ote.Cso tl'J STATE OF ) hApt ) 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 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION, Project No. 91140203. ,,,`,ti t''C Jir,,., 0, ' r' s tC S (..O tAG.rLCul_ Name of Fir!. E f^, S,, IJ C. Sign -sure of M& 1e.. -L- Title thorized Official Signed and sworn to before me on this day of 20 (V. Signature of Notary Public in and for the State of o, residing at +t4LtA. c My appointment expires: to/c (-Lk SEAL To report bid rigging activities call: NOTICE TO ALL BIDDERS 1-800-424-9071 OFFICIAL STAMP DAVID RAY PHELPS NOTARY PUBLIC -OREGON COMPfiSSIOP! N0.967169 NW COMMISSION EXPIRES OCTOBER 01, 2021 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. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-8 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: M1Ldt.els Cov.fotk rust. Address of Bidder: CDS- l lQ ST' 5 E Sauk o 9 730 City State Zip Code Contractor's License No. Wlt!k4f C. iE 94.3 38 WA State UBI No. Dept. of L&I License Bond Registration No. 92Q235b32 Worker's Comp. Acct. No. (oD/ O4./ 611 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture incorporated in the state of (_Z List business names used by Bidder during the past 10 years if different than above: 6101 Obi' 01) Bidder has been in business continuously from lq-/ t, 0 n.l4,i'iwna.t ixdo...s . &k 4 Yepr Bank Reference riw 5i w,t c.GAti tbK. Bank Account Officer No. of regular full-time employees: g 20 -922 —310 0 Officer's Phone No. Number of projects in the past 10 years completed: 320 ahead of schedule I61 -k on schedule k behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 3o years. As a subcontractor for 30 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 p Title How Long with Bidder C-140.5 Tavtrrli.r l..ans444cfiaek Plan/S 13 ra n 41 o" 5,11;-5-1 k 6 re. rinot $ 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal Responsible Bidder Determination Form P-9 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)? Yes No Surveyor's Name: 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 Project Name Completed Amount Owner/Reference Name and Phone P/-& a ,5 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: Name of Client and Project Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims n— Has Bidder, or any representative or partner thereof, ever failed to complete a contract? t1 No 0 Yes If yes, give details: His Bidder ever had any Payment/Performance Bonds called as a result of its work? No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-10 H s Bidder ever been found guilty of violating any State or Federal employment laws? J No 0 Yes If yes, give details: Has Bidder ever fil d for protection under any provision of the federal bankruptcy laws or state insolvency laws? $ No 0 Yes If yes, give details: 1)- 711s any adverse legal judgment been rendered against Bidder in the past 5 years? No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other I p surance company for accidents resulting in fatal injury or dismemberment in the past 5 years? g No 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim 111l1!llit nob. The undersigned warrants under penalty of Perjury that`the\\..rdrlegg a "formation is true and accurate to the best of his/her knowledge. The undersigned qiilhorlizg 114 City of Tukwila to verify all information contained herein. Signature of Bidder Title: t,atz`a Date: 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-11 PROPOSED EQUIPMENT AND LABOR SCHEDULE Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT VMC 76(3° ::4.vv G' -34 t -AIa(, ao \; bocri 0,.0A Rvsk l Ken k c4, S}ewn vn ¥ 20 16 Gard Own Z14L/Cves CUrV(C,.IFer 1 rvc,1< a°"b Go.v1 6u,,, Foc, SSo FIc,.\rbect ao1Ll 600ct Own T\kL -ism Re,;S4,fvecQ i'vc-k oty Geed 0a.., ora 7 -Aso Lre- / o1(-1 600(1 Ow11 Labor to be used: 9i em) L o b o --- e- 5 011: t s t t trrrtrri, Lam, ` x`, ntkttc,keiS ls)T Na e of Bidder Sign ure of Authorized Official v Title 1 2018 Central Business District Sariitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-12 PROPOSED SUBCONTRACTORS Name of Bidder L Ltckels L. noanw..., 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. Ss Percent of total bid to be performed by Bidder Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid notIc, 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal RH2 ENGINEERING 4G YEARS SINCE 1978 RH2 ENGINEERING, INC. wwv.rh2.com mailbox @ rh2.com 1.800.720.8052 WASHINGTON LOCATIONS BOTHELL MAIN OFFICE 22722 29'6 Drive SE, Suite 210 Bothell, WA 98021 BELLINGHAM EAST WENATCHEE ISSAQUAH RICHLAND TACOMA OREGON LOCATIONS PORTLAND MAIN OFFICE 6500 SW Macadam Ave. Suite 125 Portland, OR 97239 MEDFORD February 16, 2018 Mr. Mike Cusick, PE Senior Program Manager City of Tukwila 6300 Southcenter Boulevard, Suite 100 Tukwila, WA 98188 Sent via: Email and US Mail Subject: 2018 Central Business District Sanitary Sewer Rehabilitation Bid Award Recommendation Dear Mr. Cusick: The bid opening for the 2018 Central Business District Sanitary Sewer Rehabilitation project was held at the Tukwila City Hall on February 14, 2018, at 10:00 a.m. Only Michels Corporation (Michels) submitted a bid. The bid received for this project (including sales tax at 10.0 percent) is $449,633.25. The Engineer's Estimate was $440,158.40. RH2 Engineering, Inc., (RH2) has attached Michels' bid tabulation for your information. Although the bid received from Michels is approximately 2 percent greater than the Engineer's Estimate, RH2 believes the bid was fair and better prices are not likely to be obtained by rebidding. Michels is experienced in the specialized construction methods this project entails, which has low competition with lots of projects utilizing these construction methods currently in progress. In addition, Michels has successfully executed a couple sewer lining projects for the City of Tukwila in the recent past. Rebidding the project could result in higher bids and a less qualified contractor; therefore, RH2 recommends that Michels be awarded the contract for this project. If you have any questions regarding this recommendation, please feel free to contact me at 425) 951-5416. Sincerely, RH2 ENGINEERING, INC. Kenny Gom Project Engineer JH/KG/TK/sp Attachments: 2018 Central Business District Sanitary Sewer Rehabilitation Bid Tabulation 02/16/18 1:06 PM Z:IBOTHELLIDATA\TUK1116-0711SDBILTR TO M. CUSICK RE RECOMMENDATION OF AWARD.DOCX Home Espanol Contact Safety & Health Claims & Insurance 0 Washington State Department of Labor & Industries Debarred Contractors List Search L&I A -Z Index Help MyL&t Workplace Rights Trades & Licensing A debarred contractor may not bid on, or have a bid considered on, any public works contract. You can search and filter this list using the options presented below. Company Name: Michels Corporation WA UBI Number: 601 061 071 License Numberlmichel*999jb Principal:) RCW:IAII From: MM/DD/YYYY Penalty Due: All v Wage Due: All "" To: Apply Filters Reset Download all debarment data® MM/DD/YYYY Show 25 v per page Showing 0 records FirstPreviousNextLast Company Name UBI License Principals Status RCW Debar Begins Debar Ends Penalty Due Wages Due There are no records that match your search criteria. Show 25 '' per page Showing 0 records FirstPreviousNextLast m Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. Help us improve P-1 PROPOSAL unit price) Contractor's Name ttkcka5 CcrcQatikuTtull_ Contractor's State License No. fttSCk&Cdf S49 City of Tukwila Project No. 91140203 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION, which project includes but is not limited to: Installation of approximately 2,388 linear feet (LF) of cured -in-place pipe (CIPP) within the right-of-way of Andover Park West, Andover Park East, and private easements to rehabilitate existing sewer main and other work necessary to complete the Work as specified and shown in the Contract Documents. The basis for contract award will be the Base Bid. A description of Bid Alternate No. 1 is as follows: Bid Alternate No. 1 includes installing an additional approximately 1,740 LF of CIPP within the right-of-way of Interstate 405, Tukwila Parkway, and Baker Boulevard to rehabilitate existing sewer main. The Bidder has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) Igrbid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 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 one hundred eighty (180) working days from the date stated in the written Notice to Proceed and within sixty (60) working days once the Contractor has mobilized their cured -in-place lining equipment to the site. 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. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-2 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION (CIPP lining on Andover Park West, Andover Park East, and Private Easements) - BASE BID Project No. 91140203 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item No. Item Description Quantity Unit Unit Price Amount 1. Mobilization 1 LS 27,907.00 27,907.00 2. Traffic Control - Flagger Labor (Minimum Bid of $39.48) 64 HOUR 68.75 4,400.00 3. Traffic Control - Off-duty Uniformed Police Officer 56 HOUR 72.00 4,032.00 4. Project Temporary Traffic Control 1 LS 19,453.00 19,453.00 5. Pre -cleaning Video Inspection 1 LS 5,154.00 5,154.00 6. Clean and Prep Sewer Prior to Construction 1 LS 14,235.00 14,235.00 7. Video Inspection Prior to Construction 1 LS 21,374.00 21,374.00 8. Provide, Install, and Manage Wastewater Bypasses 1 LS 6,288.00 6,288.00 9. 8 -inch Main Line CIPP 381 LF 40.00 15,240.00 10. 12 -inch Main Line CIPP 1,431 LF 72.00 103,032.00 11. 16 -inch Main Line CIPP 576 LF 87.00 50,112.00 12. 8 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 60 LF 2.10 126.00 13. 12 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 210 LF 2.75 577.50 14. 16 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 90 LF 3.10 279.00 15. Trenchless Lateral Reinstatement and Packer Injection Grouting 4 EA$ 740.00 2,960.00 16. Trenchless Outside Manhole Drop Connection Reinstatement 1 EA 309.00 309.00 17. Force Account 1 LS 8,000.00 8,000.00 Subtotal 10.0% Sales Tax 283,478.50 28, 347.85 Total Base Bid (Subtotal wIWSST) $ 311,826.35 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-3 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION (CIPP lining on Interstate 405, Tukwila Parkway, and Baker Boulevard) — BID ALTERNATE NO. 1 Project No. 91140203 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item Mobilization 1 LS 2,371.00 2,371.00 No. Item Description Quantity Unit Unit Price Amount Al. Mobilization 1 LS 2,371.00 2,371.00 A2. Traffic Control — Flagger Labor (Minimum Bid of $39.48) 32 HOUR 68.75 2,200.00 A3. Traffic Control — Off-duty Uniformed Police Officer 16 HOUR 72.00 1,152.00 A4. Project Temporary Traffic Control 1 LS 13,057.00 13,057.00 A5. Pre -cleaning Video Inspection 1 LS 3,664.00 3,664.00 A6. Clean and Prep Sewer Prior to Construction 1 LS 12,873.00 12,873.00 A7. Video Inspection Prior to Construction 1 LS 8,545.00 8,545.00 A8. Provide, Install, and Manage Wastewater Bypasses 1 LS 1,143.00 1,143.00 A9. 6 -inch Main Line CIPP 250 LF 54.00 13,500.00 A10. 8 -inch Main Line CIPP 1,490 LF 41.00 61,090.00 All. 6 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 40 LF 1.65 66.00 Al2. 8 -inch Main Line CIPP Pre -liner If CIPP Liner is Steam Cured) 220 LF 2.05 451.00 A13. Trenchless Lateral Reinstatement and Packer Injection Grouting 1 EA 847.00 847.00 A14. Trenchless Outside Manhole Drop Connection Reinstatement 1 EA 320.00 320.00 A15. Force Account 1 LS 4,000.00 4,000.00 Subtotal 10.0% Sales Tax 125,279.00 12,527.90 Total Bid Alternate No. 1 (w/WSST) $ 137,806.90 The basis for contract award will be the Base Bid. The City of Tukwila reserves the right to delete Bid Alternate No. 1 prior to the award of the Contract with no cost adjustment to the Bid. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Signature Sheet P-4 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form —. Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the Bidder must still execute that portion of the unit price Bid Form which acknowledges the Bid Guaranty, Time. of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title: Date: By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt none, Addendum No. 3 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety conpany which will furnish the required Payment and Performance Bond is Cotkitew-t L Cusv4(-1 Ca of 333 5. ukbaslt. Cly o 31.. foo6o4 Name) (AMdress) 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Signature Sheet Bidder: Signature of Authorized Official: Printed Name and. Title: Address: tll I tt f sr 5E wt,Cat_ 97302. - Circle One: Individual / Partnership / Joint Venture Corporation Phone No.: 5d3 -34L—((91 Date: aria/aoig State of Incorporation: W..0 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or anextension 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. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONSENT RESOLUTION OF THE BOARD OF DIRECTORS OF MICHELS CORPORATION JANUARY 2, 2018 The undersigned, being the Board of Directors of MICHELS CORPORATION, a Wisconsin corporation, pursuant to Section 180.0821 of the Wisconsin Statutes, do hereby consent to the following acts taken without a meeting: RESOLVED: that the following employees of Michels Pipe Services, a Division of Michels Corporation, shall have the following authority vested in it by the Board of Directors through this Consent Board Resolution for the fiscal year ending December 31, 2018, or until their respective successors have been elected and qualified: Kelsey Wasmund, Contracts & Administration Coordinator, shall have specific and limited authority to sign pay requests, associated lien waivers, and attest to official documentation of Michels Pipe Services. David R. Phelps, Assistant Secretary of Michels Corporation and Contract Manager - Western Region of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. Gina Gritzenbach, Administrative Assistant, shall have specific and limited authority to sign pay requests associated lien waivers, and attest to official documentation of Michels Pipe Services. Treva Mesias, Assistant Secretary of Michels Corporation, shall have specific limited authority to sign pay requests, certified payroll reports, associated lien waivers, and attest to official documentation. Scott Odell, Western Regional Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. Lee A. Zubrod, Hawaii Regional Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts and agreements. Mr. Zubrod shall also have the authority to execute all work orders issued to Michels Pipe Services on existing Hawaii contracts. Donald J. Grebe, Midwest Regional Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. Matt Hubert, Assistant Secretary of Michels Corporation and East Regional Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. Kirk Cordova, Divisional Operations Manager of Michels Pipe Services, shall have the authority to legally negotiate and execute bonds, bid documents, contracts, and agreements. David Ebner, Senior Manager of Michels Pipe Services (SIPP), shall have the limited authority to execute subcontracts of $500,000 or less, both when Michels subcontracts work and when Michels is a subcontractor. Patrick Hale, Senior Project Manager of Michels Pipe Services (CIPP), shall have the limited authority to execute subcontracts of $500,000 or less, both when Michels subcontracts work and when Michels is a subcontractor. Paul Mallory, Senior Manager Special Projects of Michels Pipe Services, shall have the limited authority to execute subcontracts of $500,000 or less, both when Michels subcontracts work and when Michels is a subcontractor. Dated this 2nd day of January, 2018. Ruth L. Mich1: c" irector P=trick D. Michels, Director P-6 BID SECURITY Bid Deposit: :the undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). OR -- Bid Bond: The undersigned, Michels Corporation (Principal), and Continental Casualty Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of Amount Bid dollars ($ 5% ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Depositor 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 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION, Project No. 91140203, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or - furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 14th speollinurrr i S NI ... . Corporation 2'% Principal F. psi o•••..Od f oniiism Name and address of local office of agent and/or Surety Company: day of February 20 18 ature of Authorized Official egtlMt..9- O t2_-- 1 Title Continental Casualty Company Surety By A mey in Fact (A ach Power of orney) Laurie Pflug Willis of Seattle 505 Fifth Avenue South, Suite 200 Seattle, WA 98104 Surety companies executing bonds must appear an the current Authorized Insurance List in the. State of Washington per Section 1-02.7 of the Standard Specifications. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Acknowledgment of Corporate Surety STATE OF Minnesota ) ss COUNTY OF Hennepin ) On this 14th Laurie Pflug day of February 2018 before me appeared to be known, who being by me duly sworn did say that she is the aforesaid Attorney -in -Fact of the Continental Casualty Company a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public Signature Notary Seal) glii'srir.. MICHELLE DIANE HALTER a. • " ps Notary Public r,ct ;_ Minnesota My Commission Expires Jan 31, 2023 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know AH Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company,. and American Casualty Cornpany of Reading, Pennsylvania, a Pennsylvania insurance company (herein called the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seats herein affixed hereby Make, constitute and appoint Laurie Pflug, Jill N. Swanson, Brian D. Carpenter, Nicole Langer, Craig Olmstead, Jessica Hoff, Heather R. Goedtel, Michelle Halter, Individually of Minneapolis, MN, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instrument of similar nature In. Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.• This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance'companies. In Witness 1Vhereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 17th day of February, 2017. Continental Casualty Company National Fire Insurance Cornpany of Hartford American Cass alty Company of Reading, Pennsylvania Paul T. Bruflat Vice President State of South Dakota, County of Minnchalra, ss: On this .17th day of February, 2017, before me personally came Pant T. Bruflat to .me known; who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South .Dakota; that he isa Vice President of Continental Casualty -Company., an Illinois insurance. company, National Fire insurance Company of Hartford, an Illinois .insurance company, and American Casualty Company of Reading, 'Pennsylvania, a. Pennsylvania insurance company described in and which. executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies. and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. My Commission Expires June 23,:2021 CERTIFICATE Notary Public. I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of .Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof isstiffin force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said insurance companies this 14th day of February 2018 • Form F68534/201.2 Continental Casualty Cornpany National Fire Insurance Company of Hartford American Casualty Cornpany of Reading, Pennsylvania D. Bult Assistant. Secretary P-7 NON -COLLUSION DECLARATION O A° u3 STATE OF W1fA&HTNGTT 1 ) v4Aktt„v` ) ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporationnamed 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 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION, Project No. 91140203. `e lun trrrrq{{ Name of Fir-- f FE. iv3s K ,y u,\ c>) i Sign rrrlf044l1t10 Title Signed and sworn tobefore me on this I t day of ILL , 20 (e . horized Official J2_ t Signature of Notary Public in and for the State of 10hi , residing at LiAu4 A My appointment expires: to/ 1 Zl SEAL To report bid rigging activities call: OFFICIAL STAMP DAVID RAY PHELPS NOTARY PUBLIC -OREGON COMMISSION NO. 967169 MY COMMISSION EXPIRES OCTOBER 01, 2021 NOTICE TO ALL BIDDERS 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates theabove 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. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-8 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: ULcike s t, u(artu.C. Address of Bidder: (1,1S- l low ST'S E . ShUwk. 01_ ' 730 z - City State Contractor's License No. Are K., w3 J8 WA State UBI No. 6D/ 0421 011 Zip Code. Dept. of L&I License Bond Registration No. 929235632 Worker's Comp. Acct. No. 60 O./ bit Bidder is a(n): 0 Individual 0 Partnership ; Joint Venture incorporated'in the state of (.3Z List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from: hi G 0 tilaitiw«( 4*eaje. QMk 4 Ye r. Bank Reference Tress+ S1 wt c elbIL Bank Account Officer No. of regular full-time employees: 520-922 —1loO Officer's Phone No. Number of projects in the past 10 years completed: 320 ahead of schedule ('k on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: Asa prime contractor for 30 years. Asa subcontractor for 30 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 Cho. 5 TAvtreller e)rae1J0" Srn;st k Title How Long with Bidder 6/15f,4c7i , Plan 4y/ - S 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-9 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)? Yes No Surveyor's Name: IV/A 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 Project 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: Name of Client and Project Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims nom Has Bidder, or any representative or partner thereof, ever failed to complete a contract? No 0 Yes If yes, give details: H Bidder ever had any Payment/Performance Bonds called as a result of its work? No 0 Yes if yes, please state:. Project Name Contracting Party Bond Amount 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-10 I -1,1s Bidder ever been found guilty of violating any State or Federal employment laws? No 0 Yes If yes, give details: Has Bidder ever fil9d for protection under any provision of the federal bankruptcy laws or state insolvency laws? , No 0 Yes If yes, give details: H9s any adverse legal judgment been rendered against Bidder in the past 5 years? X No 0 Yes. If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or, other i surance company for accidents resulting in fatal injury or dismemberment. in the past 5 years? No 0 Yes If yes, please state: Date Type of Injury Agency.Receivincj Claim The undersigned warrants under penalty of Perjury that` e1 o ?egag°"r33formation is true and accurate to the best of his/her knowledge. The undersigned atithoptew th City of Tukwila to verify all information contained herein. Signature of Bidder Title: tit fter,, 1., y Date: : %,n .` `•. rres( fit d'irittyo'' 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • P-11 PROPOSED EQUIPMENT AND LABOR SCHEDULE Use additional sheets if required) Equipment to be, used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT L 760° 6-4,1„ck '3e tc/J a°\; 0 Orn 2Qs1', / KentevoC4, vn, aotb 600 w" D C'/ ves CCN/ Lvt'er ''tic/t< 441°1 b 9oV1 Owe) Foca 5S0 'F\ GAM a01Li Good Own T\kC 7Sco Kek'15-traVeck jrvck A 01 `i boil o.vn 1bevk 740 C. -11.-v 201`4 6001 0.vn Laborto'be used: u nrow L 4 b0e-L r M``, 1111111 tl111111 NI Np s/ . t41 clkgS4044-WA— Narbe of Bidder7bp„ I i OaLd = . ure of Authorized Official 04.0.4104VI lplrtPtts111N` Tide 2018 Central. Business District SariitarySewer Rehabilitation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Rev. 5-13-14 P-12 PROPOSED SUBCONTRACTORS Narne of Bidder tatc,IkeL4 Cov pn l4c'uc 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 gs Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid nonc, 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACT PROVISIONS FOR 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER'REHABILITATION Signed: 01/29/18 Project No: 91140203. Janua y 2018 Prepared for:; CITY OF TUKWILA 6200<Southcente r.Boulevard Tukwila, Washington 981,88 Prepared by: RH2 ENGINEERING, INC. 22722 29th Drive SE, Suite 210. Bothell, Washington 98021 Signed: 01/29/18 Signed: 01/29/18 Rev: 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Information for Bidders 1-4 Non-compliance with the above requirements will result in denial of the Contractor's application for payment. No exceptions will be made. 7. State Sales Tax (see also APWA GSP 1-07.2 in Special Provisions) The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax. The Contractor shall include Washington State retail sales taxes in the various unit and lump sum bid prices of the Contract, in compliance with State Department of Revenue Rule 171. These retail sales taxes shall include those the Contractor pays on purchases of materials, equipment, and supplies used or consumed in doing the work. All tax payments shall be based on actual quantities used, regardless of quantities stated in the Proposal. The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to collect State sales tax from the Contracting Agency on other portions of the project, as follows: 2. The provisions of State Department of Revenue Rule 170 apply to this project, and the Contractor shall collect retail sales tax from the Contracting Agency. Note: sales tax for purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, shall be included in the bid item prices. 8. Bidding Checklist All bids shall be submitted on the exact forms provided in these Bid Documents, and listed below. Failure to submit any of these forms is grounds for rejection of the bid. The only exception is if the bidder follows the directions for Bids Submitted on Computer Printouts, following the bid proposal forms. Sealed bids for this proposal shall be submitted as specified in the Call for Bids. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and must be clearly marked with the name and number of the project for which the bid is submitted: BID FOR 2018 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION All bids will remain subject to acceptance for ninety (90) days after the day of the bid opening. a. Proposal — Bidders, must bid on all items contained in the Proposal. The omission or deletion of any bid item will be considered nonresponsive and shall be cause for rejection of the bid. b. Bid Security/Bid Bond — Bid Bond is to be executed by the Bidder and the surety company unless bid is accompanied by a cash deposit, certified or cashier's check, or postal money order. The amount of this security/bond shall be not Tess than five percent 5%) of the total bid, including sales tax, if applicable, and may be shown in dollars. Surety must be authorized to do business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Information for Bidders 1-8 The. Bid Security form included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. The deposit of the successful Bidder will be returned provided Bidder executes the Agreement, furnishes satisfactory Payment and Performance Bond covering the full amount of work, and provides evidence of insurance coverage, within ten (10) days after Notice of Award. Should Bidder fail or refuse to do so, the Bid Deposit or Bond shall be forfeited to the City of Tukwila as liquidated damages for such failure. The Owner reserves the right to retain the security of the three (3) lowest bidders until the successful Bidder has executed the Agreement and furnished the bond. c. Non -Collusion Affidavit — Must be filled in, signed, and notarized. d. Responsible Bidder Determination Form e. Proposed Equipment and Labor Schedule f. Proposed Subcontractors, if required Regarding forms d, e, and f, the Owner reserves the right to check all statements and to judge the adequacy of the Bidder's qualifications, and to reject Bidder as not responsible based on this information. 9. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. The Agreement and Payment and Performance Bond are included in these Bid Documents and should be carefully examined by the Bidder. a. Agreement — Two (2) copies to be executed by the successful Bidder. b. Payment and Performance Bond — Two (2) copies to be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10%) of the total price bid for one (1) year after final acceptance of the Work. The bond form included in these Bid Documents MUST be used; no substitute will be accepted. If an Attorney-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance — To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions (APWA GSP). The Owner and Consulting Engineer retained by Owner shall be named as "Additional Insureds" on the insurance policies. The above Bid and Contract Documents must be executed by the Contractor's President or Vice -President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. 2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Michels Corporation Partial Reference List•Previous 5 years Year ocation P , Volae Clfent Pipe Rehab Protects -2013 Contact Poe 6 -Inc 8 -Inc 0 -Inch 24 c 16 -Inch 6lnc 18 -Inch Inc 4- ch Inc 30 nc 37• ch 764nc 39 -Inc 42.1 [ 48 nch ne 60d ch 664 c ch 2flE 9 otal 2013 2013 St Paul, MN CIPP - 2,227,727 528,664 Met Council Rockford, IL CIDP Thomas Buchal 651-325-0369 2013 Manitowoc, WI CIPP 242.741 WRRR0 City Mike Rieger Steve Herzog 815387.7684 500 2120 2,620 2013 Round Lake, IL CIPP 153,329 City722Ron 920-374-0415 5360 101 1674 396 696 696 2013 Stevens Point, WI CIPP 5 245,096 City KroopScottSchatschneider 847-546-0962 860_ 1140 8,25 2013 Northfield.IL CIPP 5 396,924 City Richard 715-340-2540 5534 810 2.000 2013 Wausau, WI CIPP 206,735 City Knudson Ken Rye9824 847-7843584 715-574-3149 3244 224 2529 6,344 20132013 Glenview, ILArlingtonHeights, IL CIPP CIPP 817,989249,402 City Scott Huebner 847-904-4420 9371 25420 418 205 4235 925 15.821 2013 Rockford, IL CIPP 1,089,458 CityRRWRD Jeff Musinski 847-368-5806 3311 2865 1709 0,78g30,785 2013 Milwaukee, WI CIPP 0 99,672 MJ Construction Mike Rieger Steve Klomslen 815-387-7684 33205 5484 4816 343 7,885 2013 2013 Winnetka, IL St Paul, MN CIPP CIPP 40.065 47,847 City Met Council Michael Rivard 262-370-8397 847-716-3264 1178 10000 305 765 43,848 0,200 2013 Highland Park, IL CIPP-H20 282,300 City Thomas Buchal 851-325-6369 640 10,000 2013 2013 St Paul, MN Naperville, IL CIPP 1,385,165 City Bill Stewart Aaron Hass, 847-926-1146 2400 640 CIPP 909,161 City PE 651-2665171 3932 850 18210 4813 1948 903 1343 330 2,400 2013 2013 Wheeling, IL Waukesha, WI CIPP CIPP 179,552144,152 CityGlobe Contractors Dave Kerr Jeff Wolfgram 630-548-2981 847-2795928 1905 5795 5632 5917 336 4833 1039 2756 I 680 519 32,329 22.405 2013 Forestview, IL CIPP-H20 117,743 Unique Plumbing Chris Langemak 262-524-3598 1445 355 1395 90 130 40 7,007 2013 Green Bay, WIY CIPP. 60,276 DeGroot Jim Nolan 708-485-8860 400 3,400 2013 Mound, MN CIPP 3 196,663 City Kristin Romanowicz Daniel Faulkner 920-4483094 952-048-8838 158 306 648 360 400 20132013 Northbrook, ILWheeling, CIPP 225,785 City Michael Bukolt 847-272.4711 5900 6277 883 1314 262 1.472 5,900 2013 2013 IL Wadene, MN Milwaukee, WI CIPP CIPP CIPP 16,215227,334 CityCity Jeff Wolfgram Dan Kovar 847-2795928 218-639-7681 3826 1042 115 8,736 115 2013 Franklin, WI CIPP 982,541534,553 CityCity Zafar Vousuf 414-286-2489 15186 1387 1703 3868 790 3092 4,8262013Milwaukee, WI CIPP 1,557,512 City Violet Razo 262-542-5733 1410 26,020 2013 St Paul, MN CIPP 7,349,623 Met Council Zafar Vousuf 414-286-2489 44472 2333 437 2304 140 1.410 2013 Daly City, CA CIPP 5 32,810 City Jan Bevins 651-602-1005 3366 49,686 2013 2013 Lynden, WA Bellingham, WA CIPPCIPP 28,118 Pearson Const Tom Piccolete Mike MCFearin 650-9915211 360-733-2160 700 156 3433 3582 10,381 498 700 1562013CorteMadera, CA CIPP 270,7035222,664 Interwest ConstWRFordo Suzan Donning 360-757-7574 5132 2043 330 2013 Washougal, WA CIPP 5 148,022 City Donald Russel 510-215-9338 1506 693 178 54 8,003 2013 Seattle, WA CIPP Will Noonan 360-835-2662 596 244 820 2,431 1,8862013Aumsville, OR CIPP 24,57878,644 Gary Merlin ConstCity Gary Merlino 206-762-9125 314 226 2013 Nampa, ID CIPP 320,744 Pipeline Jim Schulte 503-559-1146 1920 314 2013 Hillsboro, OR CIPP 16,140 Inspection Canby Exc Scott Wendling Mike Keller 208-941-9424 503-263-0118 2583 1,920 2013 2013 rwSherwood, OR Glendale, OR CIPP CIPP 5 21.023S480,165 ME ExcavationKnifeRiver Steve Hanson 503-399-0833 263 256 2,583 263 2013 Sacramento, CA CIPP 61.859 No Star Const Lynda McKee 541-770-2960 295 1668 450 597 256 2013 Ashland, OR CIPP 213,172 CityCi Zachary Milner 530-673-7062 140 168 3,010 2013 2013 Honolulu, HI CIPP 5 111,472 Hawaii Dredging Morgan We yman David 541-552-2414 350 570 812 308 Honolulu, H1 CIPP 5,389,140 City McChesney 808-735-3227 200 195 235 1,732 2013 Honolulu, HI CIPP 1,496,084 Cit Lureen Komodo Anthony Pemeire 808-768-8758 808-768-5535 6324 630 2013 Meyers, CAY CIPP 212,105 CW Fox Bill Fox 530-823-0591 610 780 287 2050 332 6.324 332 1,677 2013 2013 Honolulu, HI Shawberry, CA CIPP CIPP 1,308,674 50.440 HI American Water Cimarron, Inc Karen Logan Jeny Vella 619-435-7434 2013 Nevada Count CAY CIPP460260269.400 Ouimu 209-522-1655 2.050 2013 2013 Troutdale, OR Sunnyvale, CA CIPP CIPP 6 1,461,779 Front Range Env Sandra Davis Bill Heffernan 707593-0289 460 230 170.514 KJ Woods 866-426-0025 581 1737 2884 176401264 651 2013 2013 Tacoma, WA CIPP 5 215,673 Pease & Sons Chris Reilly415- Susan Bangs 531-7700 253-531-7700 2000 1795 1206 1920 295 11,651 3,595Tacoma, WA CIPP 1,168,433 City Lisa Oestreich 253-594-7871 150 445 20132013 Albany, ORPortland, OR CIPP CIPP 130,561 31,999 City Canby Exc Nolan Nelson 541-791-0130 290 876 3600 9904 8066 4518 4300 757 595 28,420 2013 Pasco, WA CIPP 529.970 52,800 CI324City Robert Steve Deller 503-266-2792 Robert Blain 509-5453463 715 2675 3,820 3242013MontereyCountyCIPP 2013 Eugene, OR CIPP 454,407 J Frank Const Joseph City275 Frank 530-222-1408 3,390 David Stems 541-682-8306 146 3014 1061 1782 582 I 782 275 122 7,469 Page 1 Michels Corporation Partial Reference List -Previous 5 years e i. 11111.11.11..-11=1.111.1111= 111.M1111.11__` 2013 o .t •, Dallas, OR CIPP v. u- E 699,800 C d C. a o,a c ch y, n r c, ch :,.,ch 7 .h t 7 h MICELI 699 2013 Clackamas, OR CIPP 5 City Fred Braun 503-831-3555 135 135 2013 Les Vegas, NV 29,150 Kerr Contractors Skeeter M= 971-2355025 699 31001 11CIPP-H20 625,914 Les Vegas Paving Jake Marshall 702-251-1988 2013 N Clackamas CA County, OR 2013 Nape CA CIPP CIPP 09,954S104,800 Rangerh Const Nick Jones 415.822-3700 1468 Glennville, CA CIPP S 104,800 BangerPipelineBrough Dein-mid 805-489-7779 25782013 Sacramento, CA 2013 Sacramento, CA CIPP CIPP 65,220 S 459,113 SASD City KatieWhileWhia Temblynn Stewart 805-489-7779 916-875-9014 1075430 120MEM2013 Dundee, OR CIPP S 45,438 Gt Melissa Marshall 918-808-1437 5040 1705 4752073 2013 Fairfield, CA Truckee, CA 2013Gresham, OR 2013 Steilecoom, WA CIPP CIPP CIPP 550,000 S 32,242 75,890 FFSSD Truckee Sen Dist City Roo Daykin Kevin Cullen 503-5383922 707-429-89302013 15737220 Sarah Bergeron Laura Riehl 530-587.3804 400 IICIPP53,622 Tapani Inc 8-2525 779 400 77792013Portland, OR CIPP 44,333 West Coast Pipe Justin Massie 360-90360-907-8640 770 315 2013 Klamath Falls OR CIPP 99,999 J Rodriguez Const Keith 541 1.085 2013 Phoenix. OR CIPP 83,980 Rogue Valley SS Jesse Rodriguez 503-931-5114 579 1282 285 2013 Sacmento, CASacramento. CIPP S 559,979 City Cel Tappert Renee 541-68483002%EIMIIIIM11111111111.1.11MIIMIMMIMIMIIMERIZI---- 2013 Albany, OR CIPP S 24,999 Oregon Freeze Dry Graves 916808-1437 228 3,4702013Sheridan, OR CIPP E Denzel Conner 541-9364877 120 2013 Woodburn, OR CIPP 31.278 Clry Daryl Davis 503843-4775 912 2013 Fresno County, CA CIPP 5 50,010324,462 KBE ExcavatingCahrans06-006604 Chris Terrell 541-974-4094 380 2013 Tualatin, OR CIPP 5 29,058 Kodiak Pacific Mark Mengonl 916-227-8299 380 2013 Bakersfield, CA CIPP 0 1,563,571 City Date Sessums 503-7207172 1 830 2013 Baker Ci OR CIPP 109,986 City Bill McClure Joyce Bomstedt 681-326-3087 541-524-2046 1111.111111111 398 2013 Gress Valley, CA CIPP 6 23,796 Hansen Bros Jeff Hansen 530-273-3381 413 2595 526 7,708 2013 Bellingham. WA CIPP 5 178,875 Interwesl Const Sieve Liikela 360757.7574 6487 J 3,942 87 Pipe Rehab Projects - 2014 6,487 2014 Tho • WI l IIIMEEll CIPP 89,392 Cr Rand Sanford 715.7206200 24502013Oshkosh, WI 2014 DeKalb, IL CIPPCIPP 16,962129,144 FO 2eise ConstDeKalbSanitary Dick Schroeder 9204375426 330 2014 Mi netonk CIPP 0$ 984,684 District City Mike Holland 815-758-3513 87 4554 330 20142014 Milwaukee, MN CIPP 585,563 City on 952-939-8200 9088 887 365 328 4835 Milwaukee, WI CIPP 5 585,563 Brien 8465Jennifer gst m 952-939-8200 1665 1665, 10,846 2014 Lisle, IL Michels Tunnel nvilleBillMonvllle 262-814-0100 404 2715 3,330 3,1192014PrairieduChien, CIPP 0 96,266 City Enc Kudn 630-2714134 1442 258 272-_-_--------_ WI Mahle ee WI CIPP CIPP 0 46,704 499,048 City G Tarty Meyer Barbara Trtble 608-326-8534 1946 2014 Thiensttee, WI 2014 Sturtevant VVI CIPP 62,898 Stark688AsphaltSusanMijacz 414-2883314 414466-7820 11239 735 1122416 56 671 256----IIIIIM__MIIII_----_IIIMESI EM---_-_-__-- MMIMI 2014 Mounds Yew, MN CIPP S 61,300 City Jeffrey Seitz 262348-5600 543 1014 379 2014 Saskatoon -Ease 2014 Saskatoon CIPP CIPP-H20 5 100,788101,493,810 Michels akMichelsCanada Lance Gary Ziehr 780-9552123 780955-2120 9596 924541 2093 1214 M-_ S_------ 3017 11,351 West 2013 Me • CIPP-H20 CIPP 199,677 E 98721 Michels CanadaHelene Gary Ziehr 780-955-2120 6381 243 394 623 2014 MMenominee, Ml Const Joshua Norton 507- 2389 959 2824 2014 Paul, Ma, St Paul, MN CIPP CIPP 0 115,06105,986,213 Hebert ConitnrclionMetCouncil Blaine Shotweli Jan Bevins 65- 5112 9052855157 19771 3,783 2014 SI Paul, MN CIPP-H20 S 56,759 Const Pat Mirlger 851-602-1005 952-470-1753 1870 37955 1 7977 18,810 150 2014 2014 Rothsay, MN Shako.ee, MN CIPP CIPP 330,70222,702 00115- Sellln BrothersMaConst Joel Sesin 218-483-3522 150 11415 2014 Combined Locks, WI CIPP S 21,462 9, Hietpas Mark Mane SN Hlatpe9 952-474-1674 620784-8419 294 11,415 2074 Detavan,WI CIPP S 61,981 RTFox 2014 Cornucopia, WI GPP 0 117,525 Norlhwoods Paving Daryl Fox 6088848479 1538 350 225 2930 41132014Hawley,lle, CIPP 426,97 Barbara Rase 715.68243402 178....... 2014 Milwaukee, WI CIPP 48,136 Gty MJ Const Kimberly Schr 230847-7392 15385 720 8 11111 390 2014 2014 Hawley, MN MNL Lombard, CIPP 5 26,917 Hough, Inc Steve Klomsten Michele Hough 262-370-8397 218-847-7391 917 382 585 18,033 1,502 3822014 IL Tonowanda, NY CIPP GPP 96754 329.711 City The State David Trois 630-620-5700 1975 65 122 2014 Mihvaultee WI CIPP 5 2,576,890 Group John Burke 716-5728797 1425 2,162 2014 Glendale, WI CIPP S 240,446 City City Zear Yousur 414.286-2489 76053 2233 990 361 2369 483 1,425 Dave Eastman 414.228-1746 7200 2443 82,489 9 643 Page 2 Michels Corporation Partial Reference List -Previous 5 years I 2rlx Yoah_ Location roc. Value Client Contact Phone 6 -Inch 840013 10 -Inch 12 -Inch 15 -Inch JS Inch I 18 -inch 21-Ing0 244nch 27 -Inch 30 -Inch 33-Inc1l_36-Inch 39 -Inch 42 -Ind 48 -Inch 841nct5,60dncjr 66-10011 jaingli___3 ft Total 2014 Marshfield, WI CIPP 691.690 City Thomas Turchi 715486-2034 21000 1200 1600 23,800 2013 Portland, OR CIPP CIPP 39,28854,947 Canby ExcDiabloContractors Mike Keller Laura St Laurent 503-263.0118 925-552-8250 291 120 214 97 505 2172013MeeksBay, CA 2014 Yakima. WA CIPP 173,398 City Steven Sziebert 509-966-7000 400 480 2013 Manteca. CA CIPP 88,512 Mozingo Const Phil Gianlortone 209-848.0160 L 665 665 2014 The Dalles, OR CIPP 170,901 City Dale McCabe 541-296-5401 4725 170 255 1 216 5.366- 2014 Auhum, CA CIPP 209,749 Placer County Mike Barrett 530-8864941 3052 256 953 1 4.261 2014 Lodi, CA CIPP 1.528,314 City_ yman Chang 209-333-6706 27074 6134 635 I 33,843 2014 Washougal, WA CIPP-H20 0 74.035 Jim Smith Exc Roy Bonner 503-557-7470 200 1 200 2014 Vancouver, WA CIPP 692,095 Clark Regional WWD Robin Krause 360-993-8821 276 1572 1.848 2014 Poliock Pines, CA CIPP 0 72,597 Viking Const Burt Peterson 916-852-5530 11 240 300 551 2014 Armader County CIPP 43,160 Groundworks Ryan Gold 209-231-2424 176 BO 256 2013 Newberg, OR CIPP 5 24,349 City Mike Conway 503-537-1234 524 524 2014 Newport, OR CIPP 68,985 High Desert Michels Moore 541-504-8566 1 263 123 386 2013 Gorda. CA CIPP 84,733 Conley Engineering Geoff Conley 831-429-8111 119 192 311 2014 Kingsbury. NV CIPP 233.452 080 Construction Will Morgan 775-786-2677 51 655 530 62 56 1,3542014Wenatchee. WA CIPP 129,239 Pipkin Gantt Visser 503.884-2400 1060 1145 475 860 1 3,540 2014 Des Moines, WA CIPP 5 199,677 Midway Sewer District Erik Waligorski 425-289-7320 4700 280 4.980 2014 Olympia, WA CIPP 347,514 3 Kings Environmental George Schmidt 360-666-8202 1933 1,933 2014 Redding, CA CIPP 71,868 Axner Construction Katie Howell 530-221-2103 1373 1,373 2013 Portland, OR CIPP 25,507 Nutter Corp Summer Paul 360-573-2000 337 337 2014 Friday Harbor, WA CIPP 52.150 City Don Reitan 360-378-5400 410 410 2014 Kyburz, CA CIPP 5 159,261 Ouimu Contracting Sandra Davis 707-693-0289 940 190 47 1,1772014 2014 The Dalles, OR CIPPCIPP 40,423 374,586 City King County Dale McCabe Tina Phipps 541-296-5401 206-263-9329 398 275 3575 6733.575Bellevue, WA 2014 Newberg, OR CIPP 24928 City Mike Conway 503-537-1234 530 5302014ChannelIslBeach, CA CIPP 721,755 Charles King Const Dan Chronister 562-426-2974 8000 1700 9,7002014Portland, OR CIPP 20,065 Oxbow Construction June Kalkoven 503-780-7124 500 5002502014E. Wenatchee, WA CIPP 98,549 City Brandon Mauseth 509-884-9515 80 170 2014 Scotts Valley, CA CIPP 22,991 Granite Rock Kyle McLean 408-574-1400 200 2002014MtAngel, OR CIPP 55,620 J Rodriguez Const Jesse Rodriguez 503-931-5114 824 241 1,0652014Dallas, OR CIPP 599,548 City Fred Braun 503-831-3555 840 3175 4,0152014Portland, OR CIPP 5 59,362 Emery 8 Sons Steve Holmes 503-588-7576 410 i 4102014Antioch, CA CIPP 297,897 City Lon Medeiros 925-779-7050 7600 1 7,6002014Merced, CA CIPP 281,546 City Jamie Cruz 209-385-6860 L 42 615 6572014RohnertPark. CA CIPP 229,565 City Dianna Delgy 707-588-2232 2300 2,3002014Centralia. WA CIPP 101,594 City Patty Page 360-330-7512 227 2272014Napa, CA CIPP 73,079 Ranger Pipeline Diarmaid Foley 415-822-3700 110 2450 1 2.5602014Tulare, CA CIPP 37,931 Teichert Danny Warren 559-813-3100 170 170 2014 Summer, WA CIPP 5 18,941 SCI Infrastructure Linda Anderson 206-242-0633 940 9402014Independence, OR CIPP 35,969 City Ken Perkins 503-838.4781 680 Vancouver, WA CIPP 38.574 Clark Regional W DWWD Robin Krause 360.993-8821 268 680 2682014LasVegas, NV CIPP-420 488,000 Las Vegas Paving Jeff Anderson 702-251-1968 17301 1,7302014Tukwila, WA CIPP 5 160,594 City Michael Cusick 206-431-2441 663 1781 2,4442014Napa, CA CIPP 5 5,200 Ranger Pipeline Dlarmaid Foley 415-822-3700 208 208 2014 Eugene, OR CIPP 902,493 31,016 City Juanita Firs Assoc David Stems Doug MCFadyen 541-682-8306 206-612-1320 245 16753 440 4406 2320 1148 1153 1 1420 367 27,812 440 2014 Kirkland, WA CIPP 2014 Fife, WA CIPP 64,329 Award Const Patty Vasey 360-318-8708 150 1502014Newberg. OR CIPP 24,953 City Mike Conway 503-537-1234 700 700 2014 Salem, OR CIPP 0 40.026 Emery 8 Sons Bradd Kindle 503-559-2256 116 1162014Sheridan, OR CIPP 59,738 City Robert Rippee 503-225-9010 1390 1.390 2014 Vacaville, CA CIPP 182,749 Solano Irrigation Dist Joel Tetzlaff 707-455-4019 842 842 2014 Los Altos, CA CIPP 194,952 City Aida Fairman 650-947-2603 475 4752013Honolulu, HI CIPP 228,900 Parsons Amanda Sampson 253-299-3182 480 4602014Honolulu, HI CIPP 26,400 Integrated Sidney Nakao 8084874885 29 292014Honolulu, Hl CIPP 77.011 Collucio Const Frank Collucio 808-6824477 900 300 1200 Pipe Rehab Protects - 2015 Page 3 Michels Corporation Partial Reference List -Previous 5 years Year oca 2a pas,._ aV L C11em Contact Phone 6jrch 8 -Inch 10 -Incl( 4 c al I cr I cr u ch 4- cr t ci i r r 3•-u r ch 48 c 544945 6cr 66 rcr cr oral 2015 Carpentersvllle, Il CIPP S 691,690 City Bob Cole 224-293-1610 4028 4,02a 20142015 Chicago. IL CIPP-1-120 S 184,251 McHugh Const Greg Penza 312-821-0291 2gp 290 Bayside WI CIPP 5 279395 City Yudy Amelyan 414-351-8811 _ 4910 1090 195 150 8,345 2015 Deerfield IL CIPP 5 358,332 A Lamp Concrete Vic Ribaudo 847-891-6000 10400 935 1845 13,180 2015 Elk Grove, IL CIPP 6 950 234 City Scott Bemhoidt 847-734-8045 5482 9198 17358 205 32,243 2015 Sussex, WI CIPP 53,381 Payne & Dolan Parker Sovey 262-524-1879 1865 1,865 2015 Lincolnshire, IL CIPP-H20 69,556 City Construction Afsheen Hameed 773-736-0607 395 395 2015 Milwaukee, Vvi CIPP 5 179,575 City Zafar Yousuf 414-286.2489 1130 804 179 68 249 2,430 2015 Milwaukee WI CIPP-H20 5 41,905 MJ Consiru0lon Steve Klomsten 262-37043397 145 145 2015 Prairie du Chien, WI CIPP S 112,824 City Terry Meyer 608-326-8534 4526 4.526 2015 Milwaukee, WI CIPP-H20 S 197,221 Milwaukee General Tom Pesch 414-281-8510 111 111 2015 Milwaukee, WI CIPP 5 197,221 Milwaukee General Tom Pestle 414-281-8510 3570 164 1 175 3909 2015 Beloit, WI CIPP S 449 150 City William Frisbee 608-364-6690 1027 1,027 2015 Palatine, IL CIPP S 171,335 City Matthew Bary 847-705-5200 5794 265 195 6454- 2015 Lake Summerse4 IL CIPP 5 106,469 Otter Creek UN Dist Brad Clark 815-248-2058 2475 2 475 2015 North Bay. WI CIPP 5 71,330 City Mark Kolcss0 262-763-7834 894 626 1,520 2015 WyatMlle, MN CIPP S 428,967 Midwest Contracting Cheryl Member 507-537-1004 216 240 490 408 1 354- 2015 BalUrrore, MD CIPP-H20 5 507,244 Hettkanp Will Markey 508479-7204 1850 31101 4 960 2015 River Hills, WI CIPP S 94,942 City Clark Dietz 262657.1550 945 778 105 1.828 2015 Pleasant Prairie, WI CIPP 5 279,535 City Diane Thoure 262657-1550 1480 320 1844 3644 2015 Milwaukee, WI CIPP 5 70,458 MJ Construction Steve Klomsten 282-3706397 819 43 1 494 1 356 2015 L'Anse MI CIPP S 223,351 Danielson Contracting Steve Polich 906.284-0398 6225 2250 8,475 2015 Orro, WI CIPP 44,430 City Mark Van Pelt 920-685-7020 1715 1,715 2015 Madison, WI CIPP S 305,680 City Robert Phillips 608-266-4751 1540 10832 971 13_343 2,2302015Schofield, 511 CIPP 5 76,656 Kruczek Const John Krucez 920-8636841 1299 44 887 2015 Wheaton, IL CIPP 5 408,481 DuPage Count' Debby Thompson 630-407-6184 2430 1730 4 840 2015 Ubertysille, IL CIPP 69,112 Gly Frederick Chung 847-247-5435 285 223 142 190 875 2015 MundaleirL IL CIPP 5 82,768 Glenbcook Excavating Todd Barrell 847-724-9477 1100 275 1,864 2015 Naperville IL CIPP S 298,293 City Bryn Wildman 630-420-6720 7893 1971 9864 2015 Sirdevanl 54 CIPP 76,973 Sturdevam SS Utility Douglas Kroes 262-348-5600 990 1100 2090 2015 Seneca, IL CIPP 74.619 City Ryan Hansen 815-357-8771 2516 2,516 2015 Geneva, IL CIPP S 309,900 City Daniel Watson 630-232-0827 4250 1785 2430 8,465 2015 Mihvaukee, WI CIPP 5 958,451 City (139-1-15) Zafar Yousuf 414-286-2489 20676 901 3290 24 867 2015 Milwaukee, WI CIPP 1997,755 City(145-1-15) Zafar Yousuf 414-286.2489 37288 7755 8497 2762 3398 614 320 60,634 2014 Portland, OR CIPP 5 472,053 Moore Excavation ArtOer Hutddson 503-874.0900 38 1200 1278 609 793 504 247 623 5 293 2014 Manzenita, OR CIPP 5 29,107 Wildish Const Jane Bollum 541-485-1700 112 112 2015 West Unn, OR CIPP S 1,008,811 City Erich Leis 503-722-5514 19647 3406 351 1865 1 3410 595 29,274 2015 Roseburg. OR CIPP 459,855 Green Sanitary District Shannon Miller 541679-7191 7873 782 326 6981 2015 Redding. CA CIPP 29,522 SNL Group Greg Tyler 530-2225048 222 280 2015 Kelzer, OR CIPP S 66,837 K8E Excavation Steve Smith 503-3926523 280 280 2015 Marysville, CA CIPP 5 47,659 Telchert Construction elan Parker 5305926008 149 149 2015 Alameda, CA CIPP 5 79,386 Cal Trenctdess Ron Zelaya 510-303-9591 10 109 133 252 2015 Sacramento, CA CIPP S 465,529 City Melissa Marshall 916-808-1437 3115 2305 325 150 5,895 2015 Sacramento, CA CIPP 199,813 No Star Construction Oalin Sanchez 530673-7080 192 411 217 437 377 276 775 15 45 2,145 2015 Milwaukee, OR CIPP 5 210,156 Clackamas County Derr8yne Kliewer 503.793.7291 4004 4.004 2014 Pato Cedro, CA CIPP S 52,706 Tullis Inc Kelli Brown 530-2415105 62 72 134 2015 College Place, WA CIPP S 45,124 Scout Lake Const Bryce Harem 509698-0752 916 916 2015 Warrenton, OR CIPP 54,612 Big River Construction Ryan Lartpi 503-338-3878 900 900 2015 Bellingham, WA CIPP 264,953 Faber Const Lou Ann Heerspink 360-354-3500 5147 1485 281 6,913 2015 Ellensburg. WA CIPP 99,923 City Coreen Reno 509-925-8614 1060 725 1 138 2015 BIg Sur, CA CIPP S 54,498 RobertJ Frank Joseph Frank 530-222-1406 138 138 2015 WoodlerM, CA CIPP 141,185 McGuha 8 Hester Shawna Olgin 510-632-7676 154 558 7122015Fresno, CA CIPP 5 501,633 City Christy Kelly 559621-5624 2898 2,898 2015 Bremerton, WA CIPP 5 479,353 City Bill Davis 360.473.2312 4998 560 964 I 331 6,653 2015 Santa Cruz. CA CIPP S 1,498,744 Santa Cna County John Presleigh Ryan Gold 831-477-3955 209-231-2424 570 1,430 1,430 5702015BuckMeadows, CA CIPP S 83,129 Groundworks 2015 Tacoma, WA CIPP 75,559 City Kdsty Beardempid 253-502-2272 1018 1.018 2015 Douglas County, NV CIPP S 143,863 MKD Construction Sharon Scott 775-246-1900 205 558 753 2015 Spokane, WA CIPP 0 1,415,594 City Michels Morris 509625-7921 1254 51 1,450 525 3,280 Page 4 Michels Corporation 1 Partial Reference List -Previous 5 years z -flit ea cello C eu Co, a o, nuc, 8,, , 0 c, nch 6, c, c 4 nc, 6 3, 6h 2-u , A- nch 0 c 6. nc ne MI 2015 Avery, CA CIPP 49.177 Ancrico Pacific Const Ashish Sehgal 559-577.9999 I 99 99 197 2015 Slerraville CA CIPP 202,126 Dreambuilders Alex Singh 714.646-3697 320 340 180 840 2015 Fairfield CA CIPP 18,415 G.y Rachel Reyes 707-428-7053 431 431 2015 Salem, OR CIPP 130,542 East Salem Seri Dist Tim Beaver 503-3653100 575 575 2015 Oregon City. OR CIPP S 19,875 Oregon Underground Tom Rasch 503557.8123 308 308 2015 Junction Gy, CA CIPP 82,808 Roger Brown Const Roger Brown 5305293702 310 310 2015 MI Arwel OR CIPP 39,872 City John Yemell 503.585.2474 810 95 999 2015 Redmond, WA CIPP 164,528 City Dennis Brunelle 425-556-2724 2734 149 I 143 3.026 2015 Bueliton, CA CIPP 117,399 Brough Const Marcia Teresa 805-489-7779 220 222 442 2015 Olympl8, WA CIPP S 354,000 City John McGlamery 360-753-8489 3228 3348 358 282 7,214 2015 Newberg, OR CIPP 25.025 K8E Steve Snith 503-399-4833 575 575 2015 Gresham, OR CIPP 166,421 City axis Chambers 503-618-2525 529 653 179 428 1.789 2015 Eugene, OR CIPP CIPP S 16,419 8,017 University of Oregon University of Oregon Christy McBem Christy McBeth 541.346.2287 541-346-2287 328 127 328 1272015Eugene, OR 2015 Eugene, OR CIPP 16,169 University of Oregon Christy M0Beth 541346-2287 328 328 2015 McMinnville, OR CIPP 62,169 Gy Roy Merkee 503-434-7312 1366 1,366 2015 Newberg, OR CIPP S 28,813 Gy Mike Conway 971-2193864 200 240 440 2015 Portland OR CIPP S 1,384,191 Emery 8 Sons Jill Schaeffer 503-588-7576 12400 3500 2200 1000 11 1200 820 170 21 301 2015 Fair Oaks, CA CIPP S 25,400 North Star Construction Zach Miller 530-673-7062 200 200 2015 Fresno, CA CIPP S 409,719 Emneas Exc David Walsh 559.347-9188_ 2218 396 430 858 501 4,403 2015 Tukwila. WA CIPP S 528,464 City Michaet Cusick 208-431.2441 6574 1524 4048 2015 Beaverton, OR CIPP 0 103,534 K&E Steve Shim 503-399-4833 2245 58 370 2,673 2015 Reedsport, OR CIPP 109.891 LeDuke Const Robert La0uke 541-772-1277 696 68 764 2015 Port Orchard, WA CIPP 59,717 Padkc Asset Mgmt Greg Close Kelly Wu 425-990-6200 808-7683960 733 710 733 7102015Honolulu, HI CIPP 345,344 City Pipe Rehab Protects - 2016 2015 Joliet. IL CIPP-H2O 384,750 Camp Jeff Young 815-741-4455 1000 1400 2,400 2016 Kalamazoo, MI CIPP 158,334 City Ryan Stoughton 269-3375020 330 330 2015 Madison, WI CIPP 5 49,750 E&14 Hughes Terry Hughes 608-558-7923 1592 1,592 2015 Kohler, WI CIPP S 152,324 City Yudy Amelyan 414-755-7200 230 2850 1275 260 4,615 2016 St Paul, MN CIPP 392,581 City Tillany Audeae 651-266-8900 1799 3752 433 323 84 410 6,801 2016 Neenah, WI CIPP S 162,065 City Gerry Kaiser 920-886-6100 2506 476 198 305 955 4440 2016 Oak Park, IL CIPP S 50,800 Alliance Construction Brad Spiniolas 8153385900 508 508 2016 Huntley, IL CIPP 75,850 Gy Tim Farrell 847-5155285 1720 1 720 2016 Prairie du Chien, OA CIPP S 95,400 City Teny Meyer 608-326-8534 3800 3 800 2016 Crete, IL CIPP S 181,445 City 891 Stefek 708-724-9947 5481 121 5,602 2016 Waterford, WI CIPP CIPP 0 61,866 S 2,835,656 City City Gary Vogel Celeste Jami 262-7637834 414-286-3309 1553 1268 1367 3981 1 553. 6,6162016Mihvaoukee, WI 2016 Countryside, IL CIPP-H20 217,052 Ricco Dan Dela= 708-354-7270 725 1367 3981 6,073 2016 St Louis Park, MN CIPP 134,891 City Char Rohlik 952-924-2656 1045 1 045 2016 Marshfield WI CIPP-H20 372,765 Earth Inc Pamela Bean 715552-2522 1900 1350 3250 2016 Oconomowoc, WI CIPP 309,999 City Terrence Tavera 262.542-5733 995 415 800 385 325 2,700 2016 Madison, WI CIPP-H20 1,194,257 City Mane Boutelte 608-267-1197 9150 2030 11 180 2016 Somers, WI CIPP S 194,880 City Tim Ki trman 262-859-2822 2150 2150 2018 Chicago Heights, IL CIPP CIPP 509,991 698,286 City City David Suikowsld Kristen Lundeen 847-8235500 262-236-2932 10400 2,842 10,400 2,8422016Mequon, WI 2016 Duluth. MN CIPP 996,858 Michels Pipeline Jim Bleck 920.924.4300 100 1,036 3871 5,007 2016 Oswego. IL CIPP S 1,498,717 Fox Metro WRD, IL Ryan Cramer 630597.4651 247 4723 1808 2225 2545 11 548 2016 Manitowoc, VVI CIPP S 116,847 Manitowoc County Marc Holsen 920583.4353 180 180 2016 Waukesha, WI CIPP 0 106,693 City Chris Langmak 262-524-3598 717 717 2016 Delevan, WI CIPP 79,719 Gy Gary Vogel 262-206-9236 412 812 1,224 2016 St Paul. MN CIPP 2.005,096 SM Hemges Nate Hemges 952-492-5700 715-204-3232 675 3457 3,457 6752016Plover, WI CIPP 45,500 Foremost Farms Jim Czysen 2016 Lake Bluff, IL CIPP 58,904 City Jeff Hansen 847-2835884 1300 270 1 570 2016 Edmonds WA CIPP 23,760 BunoConst Dan Buno 208.423.4512 147 147 2016 Medford, OR CIPP 5 509.096 Gy Sheila GlorgeN 541-774-2100 3733 5705 954 781 11 173 2016 Portland, OR CIPP 68,465 Fortis ConsttucOon Justin Cook 503-726-6726 110 160 270 Page 5 Michels Corporation I Partial Reference List -Previous 5 mars I t Coee 2016 oc t o Ancones, WA DPP Value 186697 City a Jeff Beltrami i o e 6 -In c c 5• c 6 c 8 e ch c c J n h Inc c 39 c 42 rich 8-I c o OJ 6 h 3 ote 2016 Portend, OR CIPP 5 17,725 J W Fowler Lacey Offing 360-293-1836 3200 593 600 2016 Portland, OR CIPP 5 175,747 Emery 6 Sons Dan Johnston 503-623-5373 503-588-7576 379 978 260 479 666 4,393 379 20162016 Clatskanie, ORMoscow, ID CIPP CIPP 5 108,055 5 364.647 GP Wauna City Keith Baker Soon Bonireger 5034553487 2.383 250250 2016 McMinnville, OR CIPP 5 98,442 Emery 8 Sons Dan Johnston 208.883.7030 3800 2016 Charleston, OR CIPP 5 19,020 U WO James Johnson 503-588.7576 537 242 738 3,800 2016 Salem, OR CIPP 5 21,732 GT General Contracting Stephanie Wiltsey Rod Paul 541-294-2416 503362-7327 509-829-2382 735 134 1.517 134 2016 Ellensburg, WA CIPP 5 177,798 City 2016 2016 Gresham. OR Longview, WA CIPP CIPP 5 109,7475238,380 CityKapstone Paper Dan Peoples 503.618-2129 1660 370 1400 735 Hector Barragan 1580 3,430 2016 Portland, OR CIPP 134,959 Moore Excavation 360-575-5191 900 1,580 2016 2016 Portland, OR Redmond WA CIPP CIPP 5 56,767 S 32,363 Landis 8 Landis Alegis Const Amber Hutchinson Lance Landis 503674-0900 1009 787 230 000 503466-9043 122 96 2036 2016 Silverdale, WA DPP 5 100,350 Granite A. J. Silvers 208-725-0385 191 191 2016 Wilsonville, OR CIPP S 50,036 Canby Excavating Ashley Tonsgerd 425-551-3100 503-268-2792 363 181 2016 Reedsporl, OR CIPP 5 128,707 Knife River Ben Magi Kyle Lana 235 252 375 363 2016 Portland OR CIPP 5 389,121 Oxbow Construction Jim Hall 541.2661915 503-806-1312 I 550 107 657 20162016 Gold Hill, ORChehalis. WA CIPPCIPP 5 398.8045588,159 Central Pipeline JenMfer Anhorn 541-826-2659 8760 630 J 767 254 657 1021 2016 Seattle WA CIPP 5 31,998 CityMike Regency NW Marshall Arthur Alper 360-352-1120 175 3332 3956 9,360 2016 Sultan, WA CIPP 425-883-1301 70 7,460 2016 Medford. OR CIPP 122,2495168,595 SRV ConstructionGly John Snyder Tom Suttle 360-675-7100 541-774-2757 3000 70 2016 Drain, OR CIPP 5 87,922 L0Duke Const Susy Paugh 541-664-1272 118 3,110 2016 Mt Angel, OR CIPP 5 74,155 City John Yarnell 503-585-2474 394 118 2016 Keiser, OR CIPP 5 16,054 Emery 8 Sons Toni King 503-588-7576 34 518259 95 811 394 2016 Newberg, OR CIPP 5 16,982 City Mike Conway 503-537-1234 150 952016 2016 Brookings, OR Gresham, OR CIPP CIPP 8 536,151 5 29,232 City John Rice Exc Laud Ziemer John Rice 541-469-1103 5036746400 5172 4640 750 20162016 Sheridan, ORMtVernonWA CIPP CIPP 5 71,851 5 692,542 City City Peter Olsen Darin Christen 503-364-2002 2740 294 9614 294 2016 2016 Clatskanie, OR Oregon CIPP 5 554,285 GP Warne Rod Lebadr 3604193239 5034553634 2368 484 3218 1394 2000 2,444 7,464 2600 200 2016 City OR Newberg, OR CIPP 5 17,574 City Stan Orr 503496.1510 200 CIPP 5 19,116 City Mike Conway 503.537-1234 383 2016 2016 Silverton, ORSanCarlos, CA CIPP 5 127,830 City John Cramer 503-874-2209 1573 373 1, 33 CIPP 5 45,529 KJ Woods Ron Zelaya 510-3039591 2016 Emerald Bay, CA CIPP 5 183.949 Don Garcia Dene Boatwright 530.577-0558 370 80 133 11332016 2016 Vallejo, CA Scotts Flat, CA CIPP CIPP 59,9155349,941 Lennar Mare IslandCaltrans034M4504 Brian McDonough Cory 707-562-4000 280 450 2016 Napa, CA CIPP 263,208 Napa Sanitation Dist Binns 916-2276299 81 1 1160 210 280 2018 Vernalis, CA CIPP S 26,401 CCFG Construction Man Lennon Mike Niven 707-2586004 209-743-4911 1164 2371 1356 788 1,451 2016 Sacramento, CA CIPP 5 150,784 Northstar Construction Abraham Vang 530-673-1732 B7 5 879 2018 2016 Obrlen, CA Auburn, CA CIPP S 96,713 Tullis Inc 298 167 32 239 52 282 67 CIPP 5 227 751 Placer County Kai Brown Mike Chancellor 530-241.5105 530-8864940 150 1,050 2016 2016 Sunnyvale, CA Novato, CA DPP CIPP 5 114,7885324,394 JMB ConstmctionSanitaryDistrict Niall Kelly Steve KreuNeim 415-5596120 415692-1694 3494 414 62 150 188 3,208 2016 Santa Margarita CIPP 156,373 Corday Gen EscSolanIrrigation Dist Geon Conley 8314296111 909 250 2016 Vacaville, CA CIPP S 529,076 Joel Tetrle7 7074554019 54 70 242 94 909 460 2016 2016 Napa, CA Santa Clara, CA CIPP CIPP 5 47.985 S 289,000 Napa Sen Dist City Matt Lemon 707.258-6004 110 664 545 8202 029 2015 Honolulu HI CIPP_ 5 229,732 Colludo Const Shilpa Mehta Frank Collude 408615-2011 8086824477 180 360 110 540 Pipe Rehab Protects - 2017 207 43 250 2016 St Paul, MN CIPP 5 1,094,524 Gelslinger Geislinger 2017 Milwaukee, W CIPP 5 1,232,951 City JeffCeleste 320-764-2006 414 328 1964 650 3158 2017 Rockford,11. CIPP 5 58,953 Mechanical Inc Jantz 414-286-3309 754 85 56 13 1183 7,111 1010 4,512 2017 Madison, WI CIPP 5 1,219,783 Madison Metro Mark Finnan Jeff IOewes 815-2383972 340 4,212 2016 Madison, W CIPP S 380,347 City Alane 5001110 608.222-1201 608-267-1197 4650 1111 260 363 1 2030 4425 340 4,425 8,414 Page 6 Michels Corporation I I Partial Reference List -Previous 5 years 2Rx ear ocat on P •c Value Cllert Contact Phone 6 -Inch 84nch 0-1 ch 2 -Inch 154nch 16 nch 18-1 c 1 -Inc nc 74nch 30 -Inch 33 -Inch 36 -Inch 39 -Inch 42 -Inc 8 -Inc 54-nc 60 -Inch 66 -Inc 2- c 311 Total 2017 Manitowoc WI CIPP 5 403,998 City Jennifer Hudon 920-686-6950 10779 250 773 987 1093 13,882 2017 Sturgeon Bay, WI CIPP 108,514 Peters Concrete Janell Peters 920-9493700 242 1297 1210 2,749 800 2,749 2017 Evanston, IL CIPP 210,291 LoVerde Construction Anthony LoVerde 847-215-7773 800 2017 Lanark. IL CIPP 78,582 City Abigail Kraemer 563-445-3501 1845 1,845 2017 Waukesha, WI CIPP 48,898 Zignego John Zignego 262-547-4700 1210 265 1,475 2017 Beloit, WI CIPP 236,904 City William Frisbee 608-364-6690 10500 271 10,771 2017 Green Bay, WI CIPP 6 13,969 DeGroot Cheryl Skaletski 920-866-2348 278 278 2017 Green Bay, WI CIPP 5 88,681 DeGroot Cheryl Skaletski 920-866-2348 3607 460 4,067 2017 Madison, WI CIPP 79,493 Madison Metro Jeff Klawes 608-222-1201 _ 1482 1,482 2017 Monona, WI CIPP 107,000 Homburg Const Mike Heckel 608-244-3554 3555 3,555 2017 Green Bay, WI CIPP 5 57,908 Relyco, Inc 373 373 2017 Union Beach, NJ CIPP 212,256 Metre Industries Joe Dioslakl 973-812-0333 800 800 2017 Keizer OR CIPP 29,623 City Tammie Harms 503-856-3443 _ 159 159 2017 Portland. OR CIPP 49,837 Oxbow Construction Jim Hall 503-806-1312 247 247 2017 Newberg, OR CIPP 13,860 City Mike Conway 503-537-1234 105 105 2017 Bremerton, WA CIPP 797.622 City Montee Geister 360-473-5324 887 3636 1023 330 326 2037 8,239- 23920172017McMinnville, OR CIPP 99,770 City Roy Markee _ 503-434-7312 2715 2,715 2017 Portland, OR CIPP 484,258 J W Fowler Bill Blankenship 503-991-9123 888 262 1006 660 585 3,401 2017 Clatskanie, OR CIPP 404,494 Oregon DOT Joanne Robinson 503-986-2665 505 176 199 48 108 1,036 2017 Bellevue, WA CIPP 144,062 Road Const NW Gordon Lee 425-254-9999 790 790 2017 Newberg, OR CIPP 247.775 City Brian Kershaw 503-537-1236 4929 4,929 2017 Vancouver, WA CIPP 89,968 Clark Regional WWD Dale Lough 360-993-8856 633 633 2017 Homewood, CA CIPP 5 232,365 Road 8 Highway Justin Costa 775-852-7283 215 77 142 52 486 2017 Mad River, CA CIPP 93.454 Tullis Inc Kelli Brown 530-241-5105 234 234 2017 Honolulu, HI CIPP 36,155 Eckard Grandes Charles Higbee 808479-0980 1509 1 509 Totals by Dia -n 100,344 799,783 126,621 169,742 68,281 10,6651 54,593 21,155 55,516 15,846 25,148 10,966 29337_ 4,056_ 8,827 8,093 1,198 12,301 2,120 3,457 3,871 1,521 918 Page 7