Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
18-127 - Ceccanti Inc - 2018 Small Drainage Program Construction
18-127(a) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: November 19, 2018 PROJECT NO.: 91841201 PROJECT NAME: 2018 Small Drainage Program BUDGET NO.: 412.98.594.382.65.00 CONTRACT NO.: 18-127 ," ) TO: Ceccanti, Inc. Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 12 By Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor Title $ 520,304.00 ) APPROVED BY THE CITY OF TUKWILA 0 Date 121 - 4' /5 $ 48,957.66 By A4 $ 569,261.66 v Original Contract Time: 60 Working Days City Engineer Additional Contract Time for this Change Order: 36 Working Days ,\ Updated Contract Time: 96 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) EXHIBIT "A" CHANGE: The City is issuing this Change Order for additional compensation and contract time in accordance with Section 1-04.4 of the Contract, due to the changes in design at the Gilliam Creed Outfall Access Improvements portion of the Contract Work. This Change Order creates a new Lump Sum bid item in Schedule B for $48,957.66, before taxes. Total added value to the contract, after tax, is $53,853.42. The Gilliam Outfall work originally specified was part of the critical path, and was delayed by the redesign and change order approval process. Additionally, revisions to the scope increased the task duration. As such, and additional 36 working days must be added to the Contract. BACKGROUND: During attempted installation of helical pile foundations per the Contract, it was discovered that installation of a pile foundation was impractical due to subsurface obstructions and the potential environmental impacts of attempted removal due to the proximity of the Green River, and associated work zone restrictions in force by the site's HPA. An onsite meeting was held with the City, Contractor, and design engineers to deter nine feasibility of the h-pile design and it was concluded that a spread footing foundation would be a better option. Design engineers issued a revised plan set for this portion of the Contract, which was reviewed by the contractor, and Lump Sum adjustment was mutually -agreed upon which captured both additional costs for the new scope as well as credits for the deleted portion of the h-pile original design. This change order compensates the Contractor for additional cost considerations related to the design change, adds contract time necessary to complete the redesigned outfall improvement work, and includes all labor, equipment, materials for the work, as well as associated indirects such as traffic control, erosion control, supervision, and extended overhead. COST AND TIME CONSIDERATIONS: Costs considerations associated with this change order include: Sunk cost for h-pile preconstruction re -engineering calculations as outlined in REI 001 Sunk costs for mobilization, material procurement, and initial installation attempt of h- piles per original contract design. Credit for remaining work not performed on original h-pile design. Additional costs for Contractor carpentry crew, equipment and materials to construct and provide new spread footing per revised plan set. Additional material/fabrication costs for revisions to outfall platform per revised plan set. • Additional contract time of 36 working days due to critical path impact of halting work due to inability to install h-piles per original design, redesign time and issuance of new EXHIBIT "A" (continued) plan set, cost pricing by Contractor and review and negotiation of LS proposal by City, and procurement and fabrication of new design once proposal was agreed -upon. See attached backup for Contractor proposal, Independent Cost Estimate by Engineer for additional work, subcontractor invoices, and Schedule Analysis 18-127 Council Approval 8/20/18 C-1 AGREEMENT FORM CONTRACT NO / 12--1 THIS AGREEMENT is made and entered into on this 31 day of A-414 , 20 IS by by and between the City of Tukwila, Washington ("Owner) and Q.-e_c.s.0.--iThk2\ \ ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled 2018 Small Drainage Program Project No. 91841201, 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. Attomey's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) (Contractor) BY: 14 Attest: , 5+ This .91 day of Mayor City Clerk Approved as to Form: , 20 it. (Av\Ns—AA- City Attorney Address for giving notices: tvrA By: Title. Son Vander &lend Vice President Attest: This day of 20 N Contractor's License No. Address for giving notices: L1\11 R_ \KUO.C:k Uk5N- 1-64 '‘ANf\c). wc.N cYLI-v-kkc rk:—."/6//L CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: IL The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage pert, including any such person or organization, it any, specifically sat forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property &maga, or persons! and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named insured's ongoing operations as specified in such written contract; or 2. bodily injury or property demege caused in whole or in part by your work and included in the products - completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personel and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. IL Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. M. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or persons! and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance is required by written CNA75079XX (1-15) Policy No: 2083202716 Page 1 of 2 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 11/30/2017 Insured Name: CECCANTI , INC . Copyrtghl CNA All Rights Reserved Includes copyrighted male:lel of Insurance Services Office, Inc., with Ita permission, CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement contract to be pnmary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COIAIAERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offer's', Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the clskn; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written centred requires this Insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VL Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage pwt, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75O79XX (1-15) Page 2012 CONTINENTAL CASUALTY COMPANY Insured Name: CECCANTI , INC . Copyright CNA Ali Rights Reserved. Includes copyrighted material ol Insurance Services Office, Inc.. with Its permission Policy No: 2083202716 Endorsement No: 4 Effective Date: 1 1 /30/20 1 7 CNA CNA63359XX (Ed. 04/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABIUrf COVERAGE name, with your permission, while performing duties related to the conduct of your business. A. Who is An Insured 'Policy," as used in this provision A. Who Is An The following is added to Section II, Paragraph Insured, includes those policies that were in force A.1., Who is An Insured: on the inception date of this Coverage Form but: 1. a. My incorporated entity of which the 1. Which are no longer in force; or Named Insured owns a majority of the voting stock on the date of inception of 2. Whose limits have been exhausted. this Coverage Form; provided that, B. Bail Bonds and Loss of Earnings b. The insurance afforded by this provision Section II, Paragraphs A2. (2) and A2. (4) are A.1. does not apply to any such entity revised as follows: that is an 'insured' under any other liability 'policyproviding 'auto" coverage. 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. Any organization you newly acquire or form, other than a limited liability company, 2. In a.(4), the limit for the loss of eamings is partnership or joint venture, and over which changed from $250 to $500 a day. you maintain majority ownership interest. C. Fellow Employee The insurance afforded by this provision A2.: Section II, Paragraph B.5 does not apply. a. Is effective on the acquisition or formation Such coverage as is afforded by this provision C. date, and is afforded only until the end of is excAns over any other collectible insurance. the policy period of this Coverage Form, or the next anniversary of its inception II. PHYSICAL DAMAGE COVERAGE date, whichever is earlier. A. Glass Breakage — Hitting A Bird Or Animal — b. Does not apply to: Falling Objects Or Missiles (1) 'Bodily injury' or 'property damage' The following is added to Section 111, Paragraph caused by an "accident that A.3.: occurred before you acquired or With respect to any covered 'auto,' any deductible formed the organization; or shown In the Declarations will not apply to glass (2) Any such organization that is an breakage if such glass is repaired, in a manner ' insured' under any other liability acceptable to us, rather than replaced. ' policy' providing 'auto' coverage. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section Hi, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. 3. Any person or organization that you are required by a written contract to name as an additional insured is an 'irisured' but only with respect to their legal liability for acts or omissions of a person, who qualifies as an 'insured' under Section II — Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An 'employee' of yours is an 'insured' while operating an 'auto' hired or rented under a contract or agreement in that 'employee's' CNA63359XX (Ed. 04/12) Copyrighl, CNA Corporation, 2000. Includes copyrighted material of the Insurance Senile= Office used alth Its perrNsslon. Page 1 of 3 CNA63359XX (Ed. 04/12) D. Hired 'Autos° The following is added to Section III. Paragraph A.: 5. Hired "Autos' If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered 'auto' you lease, hire, rent or borrow without a driver; and b. Any covered 'auto' hired or rented by your 'employee' without a driver, under a contract in that individual 'employee's' name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one 'accident' or 'loss' is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to 'loss' caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned 'autos.' e. Such physical damage coverage for hired 'autos' will: (1) Include loss of use, provided it is the consequence of an 'accident' for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per 'accident.' E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment Section 111, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered 'autoalso applies to 'loss' to any permanently installed electronic equipment including its antennas arid other accessories. d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the 'diminution in value' exclusion does not apply to: a. Any covered 'auto' of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered 'auto' of the private passenger type hired or rented by your 'employee' without a driver for a period of 30 days or less, under a contract in that individual 'employee's' name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a 'diminution in value' loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for 'loss' to a covered 'auto' in any one accident is the lesser of: (1) $5,000; or (2) 2096 of the 'auto's' actual cash value (ACV). M. Drive Other Car Coverage — Executive Officers The following is added to Sections II and III: 1. Any 'auto' you don't own, hire or borrow is a covered 'auto' for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your 'executive officers,' except: a. An 'auto' owned by that 'executive officer' or a member of that person's household; or b. An 'auto' used by that 'executive officer' while working in a business of selling, servicing, repairing or parking 'autos.' Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered 'auto'; and CNA63359XX Copyright, CNA Corporation, 2000. (Ed. 04/12) Includes copyrighted materiel of me Insurance Services Office used with its permission. Page 2 of 3 CNA63359XX (Ed. 04/12) (2) Excess over any other collectible insurance. 2. For purposes of this provision, 'executive officer' means a person holding any of the officer positions created by your charter, constitution, by- laws or any other similar goveming document, and, while a resident of the same household, includes that person's spouse. Such 'executive officers' are 'insuredswhile using a covered 'auto' described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A2.a.: (4) Your 'employees' may know of an accident' or 'loss.' This will not mean that you have such knowledge, unless such 'accident' or 'loss' is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A2.b.: (6) Your "employees' may know of documents received concerning a claim or 'suit.' This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph AA. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or V. damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an 'accident' or 'loss.' C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph 82.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to 'Accident.' or 'Loss.' E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. DEFINITIONS Section V. Paragraph C. is deleted and replaced by the following: "Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Copyright, CM Corporation, 2000. (Ed. 04/12) Includes copyrighled malarial of the Insurance Services Office used with its permission Page 3 of 3 CNA CNA Paramount Excess and Umbrella Liability Policy or organization which maybe liable tothe Insured because ufinjury ordamage to which this insurance may also apply; and oi. will not voluntarily make a payment, except atits own cost, assume any obligation, or incur any expense, other than for first aid, without the Insurer's prior consent. 3. Cooperation With respect to both Coverage A - Excess Follow Form Liability and Coverage B — Umbrella Liability, the Named Insured will cooperate with the Insurer inaddressing all claims required tobe reported to the Insurer in accordance with this paragraph 0. Notice ofC|ainma/Chnim Management Event/Covered Accident, and refuse, except solely at its own cost, to voluntarily, without the Insurer's approval, make any payment, admit liability, assume any obligation urincur any expense related thereto. P. Notice Any notices required to be given by an Insured shall be submitted in writing tothe Insurer atthe address set forth in the Declarations of this Policy. Q. Other Insurance if the Insured is entitled to be indemnified or otherwise insured in vvho|o or in part for any damages or defense costs by any valid and collectible other insurance for which the Insured otherwise would have been indemnified or otherwise insured in vvhn|e or in part by this Policy, the limits of insurance specified in the Declarations of this Policy shall apply in oxoeae of, and oheU not contribute to o o<oinm' incident or such event covered bysuch other insurance. With respect to Coverage — Excess Follow Form Liability only, if: a. the Named Insured has agreed in writing in a contract or agreement with u person or entity that this insurance would be primary and vvnu|d not seek contribution from any other insurance available; b. Underlying Insurance includes that person orentity ao an additional insured; and o. Underlying Insurance provides coverage on a primary and noncontributory basis as respects that person or entity; then this insurance is primary toand will not seek contribution from any insurance policy where that person orentity ioa named insured. R. premium All premium charges under this Policy will be computed according *othe Insurer's nu|oo and rating plans that apply at the inception of the current policy period. Premium charges may be paid to the Insurer o, its authorized representative. S. In Rem Actions Aquasi /nrem action against any vessel owned or operated byorfor m Named Inmured, or chartered by or for a Named |noured, will be treated in the same manner as though the action were /npeosonan/ against the Named Insured. T. Separation ofInsureds Except with respect tothe limits of insurance, and any rights or duties specifically assigned in this Policy tothe First Named Insured, this insurance applies: 1. as if each Named Insured were the only Named Insured; and 2. separately 1oeach Insured against whom a claim is made. U. Tranoforvuf Interest Form No: cmA7nso4xx(oo-zn1e) Policy No: CUE z0002oosu1 Policy Page: 21 maz Policy Effective Date: 11sm/zn17 � onuonwnunu Company: The Continental Insurance Company, uun ammuuoh Ave, cmounu' ue0004 Policy Page: ozm ol mCopyright cmAAll Rights Reserved. PAYMENT AND PERFORMANCE BOND Bond toCity ofTukwila, Washington Bond No. vumC 54798 We, Cenconti. Inc. . and Merchants Bonding Company(MubuaU . (Principal) (Surety) m Iowa corpomuUon, and as surety corporation authorized to become w surety upon Bonds of Contractors with municipal corporations in Washington 8tgte, are jointly and severally bound to the City of Tukwila, Washington ("Ovvner"), in the penal sum of Five Hundred Forty Three Thousand Eight Hundred Thirty Six Dollars and 40/100 Dollars ($s*».»m.^« ), the payment ofwhich sunm, on denmand, we bind ourselves and our /uccessVrs, heirs, mdministrmtnrs, executors, or pmronnm| representatives, as the case may be. This Payment and Performance Bond ioprovided bo maoune the performance of Principal in connection with m contract dated AuQuot21 . 20 18 . between Principal and Owner for m project erdiUed2Q18 Small Drainage Program . Contract No. ("Contract"). The initial penal sum shall equal 10096 of the Total Bid Price, including sales tex, as specified in the Proposal submitted bvPrincipal. 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 aumay beextended under the Contract; ° Pays all |obonars, mechanics, subcontractors, lower tier suboontnmctnrm, 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 n|mimns. |iabiUties, causes of action, dannaWea, and costs for such payments for |mbor, equipment, and rnntohm|m by satisfying all claims and demands incurred under the Contnact, and reimbursing and paying Owner all expenses that Owner may incur in making good any default byPrincipal; and ° Indemnifies and holds Owner harmless from allclaims, liabilities, causes of eotion, damages and cooha, 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 Pjeut. This bond shall remain in full force and effect at 10% of the total bid price for one (1) year after Final Completion of the Cnntnmct, to insure against all defects and corrections needed in the material provided orworkmanship performed. The liability of Surety shall belimited to the penal sum of this Paymentond Performance Bond. No change, extension of time, mKomd|on, 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 nhmnge, extension of time, a|termUon, or addition to the terms of the Contract or the VVork, with the exception that Surety shall be notified if the Contract time ioextended bymore than twenty percent /2O96\. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal C-3 If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 21st day of August , 20 18 . Ceccanti, Inc. a ure of Authorize Jan Vander Griend Vic` President Title Name and address of loc agent and/or Surety Company. SFA Merchants Bonding Company (Mutual) C, Surety Signature of Authorized Official By Guida McClain Attorney in Fact (Attach Power of Attorney) •:.'s Arthur J. Gallagher Risk Management Services, Inc. P 0 Box 2925 Tacoma, WA 98401-2925 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. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Curt Dyckman; Darin M Puryear; Guida McClain; Jill A Wallace; Martha Reeve; Stuart O'Farrell their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this STATE OF IOWA instrument to be signed and sealed this 18th day of May , 2018 . ••• " ••• • >• ©(APO• .... o;�' 1933 By • MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President COUNTY OF DALLAS ss. On this this 18th day of May 2018 , before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALICIA K. GRAM Commission Number 767430 My Commission Expires April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 21st day of August ••'00 Co, • .O*©APO• • ▪ .- _ -o- • a'• 1933 •c• • • ,.• •• ,•. •.k' `� �•.. POA 0018 (3/17) Secretary , 2018 . P-1 PROPOSAL Contractor's Name _e_c_c_cx.1--, \r\C• Contractor's State License No. .c_c_i:Na-Ltk Q-3-1 C-C6 City of Tukwila Project No. 91841201 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 Small Drainage Program which includes drainage improvements in five (5) locations all within the City of Tukwila, including but not limited to removing and replacing existing storm drain pipes and drainage structures, installation of new storm drain pipes and drainage structures, cure -in -place pipe lining, retaining wall improvments,catch basin retrofits, providing temporary erosion/water pollution control, removing and replacing HMA driveway and roadway paving, removing and replacing cement concrete sidewalk and curb and gutter, site restoration, outfall walkway access improvements, and other work necessary to complete the Work as described in the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) 0 bid 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 sixty [60] working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Page 10 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal P-3 2018 Small Drainage Program - Project No. 91841201 SCHEDULE A Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for defini ion of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458-20-171. Item No. Item Description Qty Unit Unit Price Amount SCHEDULE A ROADWAY 1 Unexpected Site Changes 1 FA $ 6,000.00 $ 6,000.00 2 Mobilization 1 LS 0. , _ 3 Project Temporary Traffic Control 1 LS 4 Clearing and Grubbing 1 LS 5 Temporary Water Pollution / Erosion Control 1 LS ' i 6 Cement Conc. Traffic Curb and Gutter 130 LF 66 ''''-j:t ' .°"'"' 7 Extruded Curb 150 LF ROADSIDE DEVELOPMENT 8 Topsoil Type A 20 CY 2 1 9 Seeded Lawn Installation 180 SY i 10 Property Restoration 1 FA $ 4,000.00 $ 4,000.00 STORM DRAINAGE 11 Ductile Iron Storm Sewer Pipe, 12 In. Diam. 140 LF ei 4 ..!---, , • 12 Catch Basin Type 1 1 EA i It ' ) li Oc,,), '..52.- 13 Catch Basin Retrofit 43 EA 3) cCc L2 oco 14 Abandon Existing Storm Sewer Manhole & Pipe 1 LS '11 0007— 115 a:o' TOTAL SCHEDULE A* $ *All applicable sales tax shall be included in the total Section 1-07.2(1) and WAC oc, 2 o l 1,10 base bid price, per Standard Specification 458-20-171. Page 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwvv.bxwa.com - Always Verify Scale Proposal 2018 Small Drainage Program - Project No. 91841201 SCHEDULE B Note: Unit prices for all items, ail extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. The Contractor shall collect from the Contracting Agency retail sales tax on the SCHEDULE B contract price per section 1-07.2(2) and WAC 458-20-170, P-4 Item No. Item Description Qty Unit Unit Price Amount SCHEDULE B ROADWAY 15 Unexpected Site Changes 1 FA $ 14,000.00 $ 14,000.00 16 Mobilization _ 1 LS ) 17 Project Temporary Traffic Control 18 Clearing and Grubbing 1 1 LS LS 19 Ternporary Water Pollution / Erosion Control 1 LS ci ROADSIDE DEVELOPMENT 20 21 Topsoil Type A Seeded Lawn Installation 21 220 CY SY 22 Property Restoration 1 FA $ 8,000.00 8,000.00 STORM DRAINAGE 23 Furnish & Install 18" Diam CIPP for Storm Sewer GILLIAM CREEEK OUTFALL ACCESS IMPROVEMENT 24 Outlet Stair Structure 1 1 LS LS 1, S 180TH ST BRIDGE RETAINING WALL EXTENSION 25 Retaining Wall SUBTOTAL SCHEDULE B SCHEDULE B WSST g 1 o% TOTAL SCHEDULE B TOTAL SCHEDULES A & B: SCHEDULE A BROUGHT FORWARD SCHEDULE B BROUGHT FORWARD TOTAL BID 1 LS 5 9 3) Note: Determination of low bidder will be based solely on the 'Total Bid'. je 5 ivided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal Bids Submitted wnComputer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, 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 Guarardy, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing orout of order, the bid may be rejected by the Owner. The unit and lump sum pdnae shown on acceptable printoutswi|/ be the unit prices used totabulate the Bid and used inthe Contract if awarded byLh�(�hy� |ntheexxaninfnonf|ktbetween the two, un�E�dprices will prevail over the extended [Toba the bidder 'contains both the form onthese Bid Proposal sheets, and also ocomputer printout, completed according tothe instructions, the unit bid prices shown onthe computer printout will beused todetermine the bid. Put this certification onthe last sheet ofthe Bid computer printout, and sign: (YOUR FIRMS NAME) certifies that the unit prices shown onthis complete computer print-out for all ofthe 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 FIRMS 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: Dote: Page 14 Provided toBuilders Exchange nfWA, Inc. For usage Conditions Agreement aeov*wvvbxwa.cnm-AkwoysVehfy Scale Proposal P-6 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt 3.1-01\`6 Addendum No. 3 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The below signed bidder acknowledges that bids must be submitted for 'Total Bid'. Partial bids will not be considered. It is understood that Owner may accept or reject all bids. The basis for determination of the low bidder shall be based solely on the 'Total Bid'. The Owner reserves the right to accept any, all, or no Additive Items at time of Award, or any time thereafter. The Surety Company which will furnish the required Payment and Performance Bond is Os16,r43:\OJ of (Name) Bidder: Signature of Authorized Official: Printed Name and Title: Address: Inc\ NO.N &Qs- q)\\IL. bcOot.a.a\sl_ VcN3-13. Circle One: Individual / Pa nershjp / Joint Venture orpbratior Phone No.: ( State of Incorporation: Date: This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or 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. ge 15 wided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Snale Proposal P-7 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tula/vile in the form of a cash deposit, certified or cashiers check, or postal money order in the amount of dollars ($ ). Bid Bond: The undersigned, Ceccanti, Inc. (Principal), and Merchants Bonding Company (Mutual) (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of the Total Amount of Bid dollars ($ ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond, Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for 2018 Small Drainage Program Project No. 91841201, according to the terms of the Proposal and Bid Documents, Now therefore, a. If the Proposal is rejected by Owner, b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all other respects Perform the Contract created by the acceptance of said Proposal, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages, . The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 31 st day of Ceccanti, Inc. utno Jon Vander Griend Vies_ Pxesiturt Title Name and address of local o agent and/or Surety Company: July , 20 18 . Ti, Surety )7 Merchants Bonding Company (Mutual) 7) jZ I (.7'0N''Attorne in Fact (Attach Power ot Attorney) ,. 1 Gpida McClain . 1 1 976 : .*: . : - ak, Arthur J. Gallagher Risk Management Services, Inc. P 0 Box 2925 Tacoma, WA 98401-2925 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 'age 16 Bid Security 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa,com - Always Verify Scale MERC HANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the 'Companies") do hereby make, constitute and appoint, individually, Curt Dyckman; Darin M Puryear; Guide McClain; Jill A Wallace; Martha Reeve; Stuart O'Farrell their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 18th day of May , 2018 +.•,•••.--..• Pf10N•• A� •. .••.0NG C04;. . •' O y MERCHANT) NATIONAL BONDING, INC. Qi -o- GiQ: • co 1-72 -o- c • ._; v': 2003 ; ,c?c : y 1933 By .'.4•J� ••........ •.a .••. 44 fx President STATE OF IOWA .`""" •'•.. COUNTY OF DALLAS ss. On this this 18th day of May 2018 , before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALICIA K. GRAM Commission Number 767430 My Commission Expires April 1, 2020 MERCHANTS BONDING COMPANY (MUTUAL) Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 31st day of July , 2018 . Secretary POA 0018 (3/17) Proposal P-8 NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named 2018 Small Drainage Program, Project No. 91841201. Signed and sworn to before me on this e 'f Authorized Offici Jon Vander Griend Vice President Title day of \)1/4.1.4 Signature of Notaryblic in and for the State of Washington, residing at 4.3.N4C1.1V(4 My appointment expires: C.)\-n-lct Notary Public SEALState of Washington KRISTIE ROJAS MY COMMISSION EXPIRES January 15, 2019 To report bid rigging activities call: NOTICE TO ALL BIDDERS 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. age 17 Non -Collusion Declaration rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vvvvw.bxwa,com - Always Verify Scale Proposal P-9 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: .....e_CLC.,N6 Address of Bidder: 4\ \\c. vc City State (5 WA State UBI No. (4S)0 \cl ctekt-4 Contractor's License No. LECC_ Zip Code Dept. of L&I License Bond Registration No.\OP)1\150 Workers Comp. Acct. No. Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture Incorporated in the state of If If Out -of -State Corporation, has Bidder complied with WA Corporation laws? n YES CI NO List business names used by Bidder during the past 10 years if different than above: Bank Reference Vurn.bloAcurve.., Ppac\ Year Bank Account Officer No. of regular full-time employees: \S) Number of projects in the past 10 years completed: ahead of schedule 6 on schedule behind schedule Total value of contracts in hand (gross): $ Ub rr \\\PNr) Bidder has been in business continuously from icm Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 4 I years. As a subcontractor for L11 years. Describe the general character of work performed by your company: apiL asq - Officers Phone flii\V\i‘J List major equipment anticipated for this project;statewhether Contractor -owned, or if it will be rented or leased from others. Page 18 Responsible Bidder Determination Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 07-31-18 CECCANTI, INC. Major Equipment Equipment St at us:Own/Lease/Rent Year Make Model Condition ohn Deere 700H Crawler Dozer Own Deere Backhoe/Loader Own Caterpillar 950G Loader Kenworth Dumptruck Hitachi Hydraulic Excavator Own Own 'Own 90 Ton Rough Terrain Crane Own 47 Ton Excavator Own 49 Ton Excavator Own Wire Saws Own • 2004 2004 12002 2015 2007 John Deere 700H 1Good Deere 310SG Good Caterpillar 950G Good Kenworth . T-880 :Good Hitachi Z-350-3 Good 2008 Grove I RT890E 'Gpod 2015 Deere 470G 'Good 2015 Komatsu 490 Good 2014 Pentruder Various 1Good Proposal P-10 List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder -51-Q 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)? III Yes No Surveyor's Name: List all other anticipated subcontractors Bidder intends to use on this project. ndicate previous experience working with these firms, if any. Subcontractor Scope of Work No of Previous Contracts Worked with Bidder 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 age 19 -ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com - Always Verify Scale Responsible Employees Ceccanti, Inc. 07-31-18 Management Personnel Rick Ceccanti Donna Motland Jon VanderGriend Brian DeCapp Bill Parsons Ed Armijo Jake Brockmoller Ricky Ceccanti Office Staff Title President Corporate Secretary Vice President / Senior Estimator Project Manager Project Manager/Safety Sr. Project Manager Project Manager Estimator/Project Engineer Title Years Experience 40 16 18 Available 21 7 Available 11 Years Experience Kristie Rojas Kelly McCann Field Construction Personnel Project Administrator/Human Resources Accounts Payable Title 17 Years Experience Present Commitments: Jack Campbell Eddie Hansen Mark Wilhelm Superintendent Superintendent Superintendent 22 19 Silverdale Way SeaTac JAF 07-31-18 Ceccanti, Inc. Completed Projects Start/Complete 2008- 2009 2008- 2010 2009- 2011 2009- 2012 2011- 2013 2012-2014 2014-2015 2014-2016 2015-2016 2016-2018 Projec SR 16 Burley Olalla Interchange Owner/General Contractor Contract Amount Contact Person !Phone # WSDOT 94th Avenue East / 116th Street Pierce County 244th Avenue Bridge Belfair WWC South Central Forcemain Stadium Way Calistoga Setback Levee Delridge CSO Retrofit $ 15,864,309.00 Brenden Clarke 360-874-3020 $ 7,375,214.00 Jerry Bryant City of Sammamish $ 9,986,246.00 Jed Ireland 1 Mason County Kitsap County City of Tacoma North Base Viking Park & Ride City of Orting City of Seattle SeaTac - Connecting 28/24th 253-798-7172 1425-295-0563 $ 11,920,549.53 1Brian Matthews 360-427-9670 $ 4,992,368.00 . Barbara Zaroff !360-337-5777 $ 13,664,775.44 Lynn DeLorenzo $ 14,045,012.00 Matt Kastberg 253-594-7919 253-604-6735 $ 5,605,863.00 'Tara Wong Esteban '206-684-5903 Kitsap Transit $ 13,303,909.00 Stephanie Edwards 206-436-0515 City of SeaTac $ 12,610,395.00 Hein Nguyen 1206-973-4720 Proposal P-11 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 Bidder, or any representative or partner thereof, ever failed to complete a contract? No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? )(No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any offense that has resulted in your firm being barred from bidding or performing work for any State, Local or Federal agency? \f(No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any illegal restraints of trade, including collusive bidding? No 0 Yes If yes, give details: s 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 Page 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwvv.bxwa.com - Always Verify Scale Proposal P-12 as Bidder ever been found guilty of violating any State or Federal employment laws? o 0 Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? o 0 Yes If yes, give details: Doffs the Bidder owe any delinquent taxes to the Washington State Department of Revenue? No 0 Yes If es, does the Bidder have an approved payment plan with the Washington State Department of Revenue? 0 No 0 Yes (, Hs any adverse legal judgment been rendered against Bidder in the past 5 years? M 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 insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? 0 No 0 Yes If yes, please state: Date Type of Injury Agency Receivinq Claim Attach additional sheets as needed The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowleig The undersigned authorizes the City of Tukwila to verify all information contained herei ( Signature of Bidder Jon Vander Gri Title: Vier President Date: age 21 rovided to Builders Exchange of WA, Inc. For usaae Conditions Aareement see www.bxwa.com - Always Verify Scale Proposal P-13 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Labor to be used: c- Name of Si 1r,zed 0 ffici- I nenu ,.// Vice President Title Page 22 Proposed Equipment & Labor Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 07-31-18 CECCANTI, INC. Major Equipment Equipment |Statmm, Own/Lease/Rent Year | Make |80odm| |Condition John Deere 700H Crawler Dozer Own Deere Backhoe/Loader Caterpillar 950GLoader �Own |2004 | John Deere |7OUH |Good / / |20O4 | Deere 31USG |Good � Own -12002 |Own | |2D15 �Caterpillar 050G |Good | Kenvvofth |T'880 1Good Hitachi Hydraulic Excavator Own 2007 | Hitachi |Z-350-3 Good 0OTon Rough Terrain Crane On �2OD8 ! Grove �RTDQOE �{3pod vv 47Ton Excavator ' |Own 15 Deere |Good 4STon Excavator Wire Saws |Own �2O1� Komatsu4S0 |Good | �Own |2014 \ Pontrudor �Vahouo Good Proposal P-14 PROPOSED SUBCONTRACTORS Na me of Bidder C In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid age 23 Proposed Subcontractors rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bma.com - Always Verify Scale �_���� ����� Inc. c. ��e,y��������������������� Professional Land Surveyors Registration Licensed Professional Land Surveyor State ofWashington (1070and Oregon (1092) Education A`A.Forestry, 1Q71 - Green River Community College Construction Management, 1972'University ofNorthern Colorado Memberships Land Surveyor' Association ofWashington (LSAVV) National Society ofProfessional Surveyors (NSPS) Society of Mining Engineers (SME) Recognitions Presentations Ben V. Petersen, P.L.S. Director mfSurveys President—LandSurveyors'Associationof Washington (LSAW)-2008 Secretary/Treasurer Western Federation ofProfessional Surveyors (VFPS)-current Surveyor ofthe Year '2OO7-Land Surveyors' Association ofWashington Distinguished Surveyor Award (first ever recipient) - Land Surveyors' Association of Washington - 2010 Award ofMerit - Land Surveyors' Association ufWashington —2UU4&2U0G Past -President — North Puget Sound Chapter of the Land Surveyors' Association of Washington Surveying for the Downtown Seattle Bus Tunmel—Land Surveyors' Assoc. of Washington Defensible Settlement and Drift Monitoring Techniques Land Surveyors' Assoc. ofWashington New Horizons In Surveying — Rapid Excavation and Tunneling Conference (RETC) — June 2005 Multiple Tunnel and Settlement Presentations —WA & OR Surveyor Conferences Dam Settlement and Drift Monitoring —Buundary Dam International Review Committee Professional Experience Ben's over 30 years of survey and mapping experience includes geodetic control, route surveys,GPS.topographic mapping, oadautra| and boundary ounmyu, bathymetry, and construction surveys. He managed the surveying for such notable and technically challenging projects as the Seattle Transit Tunne|. Seattle Monorail Rehabilitation and the West Seattle Bridge projects. As an acknowledged expert in tunnel surveying and precise settlement monitoring, he has on numerous occasions been retained as a technical adviser and export witness for public agencies, including Sound Transit and King County. He is afrequent & popular speaker regarding precise settlement monitoring and tunnel surveying ot industry seminars &conferences including the biennial Rapid Excavation and Tunneling Cunfenenco(RETC). Selected Project Experience: Bellevue Pump Station — Bellevue, Washington; Harbor Pacific Contractors for King County Project Surveyor in charge of the construction surveys & precise settlement monitoring of surrounding structures during construction. King Street Odor Control Structure - Seattle, Washington; FlL./\lieConstruction for King County Project Surveyor in charge of the construction surveya, and precise settlement and drift monitoring of surrounding structures during construction of a $2.6 million underground control facility adjoining the historic King Street Railway Station. Juanita Pump Station - Kirkland, Washington; Mid -Mountain Contractors for King County Project Surveyor in charge of the construction oumeye, precise settlement monitoring and micro -tunnel alignment for construction of $23 million sewer pump station including a654botdeep, 5O-footdiameter shaft. |nterbay Pump Station — Seattle, Washington; Stellar JCorporation for King County Project Surveyor in charge of the construction surveys and precise settlement and drift monitoring of surrounding structures during construction ofanupgrade toanunderground sewage pump station. Burke Gilman Trail — Seattle & Kenmore, Washington; King County Parks Provided topographic mapping, determined right-of-ways surveys and prepared digital base maps used for the redesign of 3-mile segment of bike/pedestrian trail in Kenmore and 1 -mile segment in Seattle near the University of Washington. Ballard Siphon - Seattle, Washington; .(kKFowler for King County Project Manager in charge of the construction and as -built surveys during construction the wrap-up of a $35 million, an 84-inch tunnel under the Lake Washington Ship Canal inBallard. SinnenmmQumm|e-Duvall, Washington; ScaralloBrothers for King County Project Surveyor in charge of the construction sumoyn, settlement and drift monitoring and as -built ouwoyo for o $b million reconstruction of 1, 100 If. of revetment and trail along the Snoqualmie River near Duvall, Washington.