Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
19-163 - KC Equipment, LLC - 2019 Annual Small Drainage Program
19-1 63(a) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 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: Per Field Directive #04 - 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 2-1 1 1 Byjd,�—F Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor I'SC ect.e► `erae ✓1 LaL Title ✓ $ 419,600.00 APPROVED BY THE CITY OF TUKWILA $ 0.00 Date LI 3/ Zc:°47 $ 3,658.86 t / By Mayor $ 423,258.86 Original Contract Time: 60 Working Days Additional Contract Time for this Change Order: None Updated Contract Time: 60 Working Days City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc:Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) Exhibit A TO: City of Tukwila Public Works Department 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD WORK DIRECTIVE #04 KC Equipment, LLC Date: February 12, 2020 2410 Boyer Ave E #3 Project Name: 2019 Small Drainage Program Seattle, WA 98112 Project #: 91941201 Attn: Adrian Lacasse, Superintendent Contract#: 19-163 Work to be performed: Add preliner to the 12" drainage lines at the 130th and 140th CIPP areas prior to lining these sections per the attached Scope and Fee document. Bid Items Affected: New Bid Item Added by Change Order Reason for modification: Following prelining video inspection, it appears that several of the drain lines in this area have infiltration issues at the joints. To avoid problems with the CIPP performance we are asking for the CIPP contractor to install a preliner in these segments to isolate the infiltration from the CIPP liner and more effectively seal the pipe. This minor additional work is expected to fit within normal working hours of the initial contract. Should this additional scope push the performance of the CIPP work into overtime, an adjustment will be evaluated for KCE support. Work under this Field Directive modification will be accomplished: IP 4 By Change Order to follow. With no change in contract completion date. Performance of this Field Directive is authorized by signature of the Owner's Representative below: Accepted By: Inspected By: 2 11-1-17.40 Adrian Lacasse, Superintendent Date R nda 9t Ed agner, Inspector Date Approved By: 2 f2j2o Michael Ronda, City 6 Tukwi a PM Date Preline Segments shown in cyan (Typ) 0 10 20 40 60 SCALE IN FEET PLAN S 54019 ST rj1 0 10 20 40 60 SCALE IN FEET SITE SPECIFIC GENERAL NOTES 1. INS PLAN NLS NEPARED FOR THE CDNTRACIOES REFEEICE N LOCOING, PROECIK AND MOM COIWLE1S 6144 E1051I6 LOUIES A16 RMR01f1EMIS IT 6 NOT RIDDED TO 0 A COPIER RECORD. COIIRACIOR 6 RESP0160E FOR IOEPDODFRY AERFYIIC DE L06AION5 O ALL NUNS AID M1OAD N1S FLUOR 10 CO6111UCTOIL 2. NOD PERMED 9MLL REORE AN AMMO CONIRACIOIYS TRAFFIC =IDOL PLATE S COOACOR SHALL BANTAM ACCESS TORE 511 PS 0100 COSTOX11011 NO COOSNATE 6144 D0 COUNTY MELTED 10 IDPORARLY RELOCATE TAA SAPS DOE REQUIRED. 4. ALL EIOSANC LIIRITY IPORNATINI RASU0R0 E651RO BARXAE, OEYTIL MO 11OOLO1ITA D011011 ARE RASED O1 AYAIANE I61911A101 UNCUT P01MO16 AND ARE SOLEY FEN 11E CCIOAC10RY KNOTT =TRACTOR 91A11 CO= T70IN0 PRE 512£ L 0144, YAWL. MEAT MAIM A10 961IT N MONO 10 TIE ENDED P60R TO O61E00 LIEN MEWLS S. CONTRACTOR 91M1 RE RESPOONLE FOR PROMO ML EOIIPIENT, LABOR. 100S AID DORSALS NECESSARY 10 PROM 1EIPORAR0 51061M1EA CONIETANLE elms WNMO ELIDING MD LINO CPERADOL 5. AIL =UM AREAS STALL IX RESTORED FOLLO0D O NS1RUC16N UM SPORTED Ire sal (4' 1N1 DEP1N) AID SEEDED LAIN N51Mu1IOL CONSTRUCTION NOTES M RENABIUTATE 49 IF OF DISTRI0 1r Du COME CSC 5T1161 DRAM PFE FURNISH NO II5TAL Tr OA PPE LINER O REHABIJTATE 56 IF OF E70169 1r CA MOO CONO SIDS 0 10 20 40 60 DRAM PIPE FURNISH AND INSTALL 1r DIA PPE DER SCALE N FEET O REHABUTATE 26 IF OF E7051NS 1r 6* COPNT COC ST= DRAM PPE. FIAOR94 AND I61ALL 1r Du PPE LNE1. • IEHAOITATE 60 LF a E7051NG ir Du mIDlT COE 51061 DRAM PIPE =I91 AND 16TML 1R' Du PPE DER. O R6IASJTATE 50 IF OF DEW 16' Du OP STOLEN GRAN PPE FUNL94 AND INSTALL Ir ON PPE Lice ©ROOK APPRO MAELY 10 LF O' =1ND OP S1OS CRAM PPE MO PERFORM PPE WAR RUHR 6 APADSIMELY 20 IF NORM 6 C 104276. DI POI AID E761NO PPES NO COLS10 OF COPAIRE 971 FOR PPE BA1E1W5 PER CITY OF 1u0NA SD DETAL DS-11 Change Order #1 Scope Exhiibit OAPPR0111ATE LOCAIDN 6' MINE M DOING sou DRAM PPE BATF6A REHA9LJTATE 102 LF OF 0101ND 1r Du OP 51O01 DRAM PPE 0URLSH A10 INSTALL Ir Du PPE 1IER 9 REHANLITATE 64 LF 0 E26TNC 1r Du ODgIT COMC ST= DRN PIPE 6UR11194 460 'emu Tr CA PPE L6ER 10 REIIABLJTATE 47 LF OF E]15110 It DA OP S10R11 DRAM PPE FIII691 AND INSTALL 1r Du PIPE LINER it RDIABl1TAIE 46 LF OF DOSMO IT CA OP STD61 GRAN PPE FLRN91 AID INSTALL Ir ON PPE LINER 0 RDIABIJTAI 35 LF OF DOSING it OA COENT LDNC 510111 ORAN PPE FU6tl91 AND INSTALL 1r DA PPE LINER 19 REMOSE ANO REPLACE CUTE AND CUTTER MO RSA ROAONAY PAANDIT AS NEEDED TO REM DAMAGED STORM DRAM PPE IE11PO ABLY RELOCATE OCISII0 ,EASEY BARRIER AS ROWED 10 COPLETE PPE WAIL RESET .ERSEY BARRER AFIER MS 6 COPLE1E RESTORE IIDMCENT UM NO 10P= AND SEED. PUBLIC wc121-Cs • ENG W EERING •STREETS • W ATER• SE W ER•BU ILDING• dwAnod dmva d0090d due i,9 O3/19 01/19 N01 du 6dd6k no KPG In9ch.cOnary Design T]19o1.W *0SM S 1400 Sud6AN121 1NR21611N Tmn1RA1M02 D91T0111 BID DOCUMENTS 2019 SMALL DRAINAGE PROGRAM CIPP LINING 1 m dale 2 9 file 0 NE%AR OPPON scale P=46 dale O619 Change Order Proposal Owner: City of Tukwila Project Title: 2019 Small Drainage Project Contractor: KC Equipment LLC Description of Work: Install of Pre -Liner per attached email from Mike Ronda. EQUIPMENT LABOR Equipment Hours Work Rate Amount Craft No. Labor Hour Type Hours Rate Amount F350 Service Truck )TCS) 2 35.00 70.00 F Foreman ST 2 86.78 173.56 F550 Service Truck 2 35.00 70.00 ® TC5 ST ©®Et= raffic Control Devices 25.00 0 taborer ST ©®1111131111 By -Pass 111.11111113ME 0 Laborer ST ©M= SUBTOTAL: 190.00 SUBTOTAL: 516.22 SUBCONTRACTORS MATERIALS Company Type of Work Amount Description Quantity Unit Unit Cost Amount Michel's Pre -liner 2,467.00 SUBTOTAL: 2,467.00 SUBTOTAL: 0.00 Brett Frawce$ohiwa SUBTOTAL LABOR MARKUP LABOR SUBTOTAL EQUIPMENT MARKUP EQUIPMENT SUBTOTAL SUBCONTRACTORS MARKUP SUBCONTRACTORS SUBTOTAL MATERIALS MARKUP MATERIALS 516.22 149.70 190.00 39.90 KC EQUIPMENT LLC 2,467.00 296.04 0.00 0,00 CITY OF TUKWILA 3 658.86 COP #01 DESCRIPTION: Installation of pre -liner Change Order Proposal - Cost Estimate Summary Project Name: 2019 Small Drainage Progam Project No.: 190622-KC Equipment Date: 02/12/20 1 Michels Pipe Services Estimate: Materials (from estimate worksheet) Material Markup (21%) $299.31 Labor (from estimate worksheet) Labor Markup (29%) $158.58 Equipment (from estimate worksheet) Equipment Markup (21%) $8.04 Subtotal $1,425.30 $546.83 $38.28 $2,476 2 Subcontracted Work: Sub. Materials Sub. Labor Sub. Equipment 0.00 0.00 0.00 TOTAL SUBCONTRACT COSTS $0 G.C. Markup 10% $0 TOTAL FOR MICHELS WORK SUMMARY: 2,476 TOTAL COST FOR SUB. WORK $0 Total Costs Including OH and Profit: Taxes - NA - Storm work Bond & Insurance (.0285 of Total Cost) Included 2,476 0 Extended Jobsite Costs on Time Extension: 0 days extended jobsite overhead @ /day = 0 days home office overhead @ /day = 0.00 0.00 TOTAL CHANGE ORDER REQUEST Change Order Proposal #01 Revised $2,476 MICHELS Construction Cost Estimate Worksheet COP #01 DESCRIPTION: Installation of pre -liner MICHELS PIPE SERVICES WORK No. Item Description Unit of Measure Material Cost LABOR COST Equipment Cost Unit Price QTY Total Manhours Rate Burden TOTAL Rate Qty TOTAL 1 Pre -Liner Material LF 13" 2.42 465 1125.3 Freight 300 2 Labor to install pre -liner 12.00 44.30 15.23 546.83 (assume 30 minutes per installation) (4 installs x .50 hr x 6 man crew = 12 manhours) Jobsite Safety (PPE, gas detectors, retrieval systems, ect. - 2% of Labor costs) 10.94 Small Tools and Supplies (3.5 % of Labor costs) 19.14 Consumables (Rope, saw blades, grinder wheels, cutter bits, etc - 1.5% of Labor costs) 8.20 TOTALS: Total Materials: 1,425.30 Total Labor: 546.83 Total Equip: 38.28 Change Order Proposal #01 Revised MICHELS 19-163 Council Approval 10/21/19 AGREEMENT FORM CONTRACT NO. \��_ \'z( �� ` ' ` -' �� THIS AGREEMENT is made and entered into on this ^^ day of /«uu*x`11�4',» . 20 \°\, byand between the City ofTukwila, Washington ("Owner") and KC Fquipment, | LC ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, km|o, matoriab, and equipment for the project entitled 2019 Small Drainage Program Project No. 91941201. including all changes tothe Work and force account work, in accordance with the Contract Documents, as described in Section 1'042 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum phone, and by force onnnunk as specified inthe Proposal according to the Contract Documents as totime, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Dade. 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. Kthe Work under this Agreement is not completed within the time specified, as detailed in the ContractDocuments, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attmn`ey's5mes' 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 ofContractor shall attach toOwner byreason ofentering into this Agreement, except asexpressly provided inthis Agreement. G. Counterparts. This Agreement is executed in two (2) identical oounterparto, by the parties, each of which shall for all purposes bedeemed anoriginal. CITY DFTUK}NiU\VVASH|NGTON (Owner) � By: /�, ~ A�nu`: This D ~�� day of 20\ to / Address for giving notices: -��"3u- WAL�8\�0 , _ � ' Attest: Contractor's License No. Address for giving notices: 7- Li i o '6— ^ev- Avf e WS � ~� CA4LC. LVJA q 6 t % -7-- rrvviaeo to smiluers E,ouauee of *x' Inc. For usage Conditions Agreement see ^mw.uxwa.(:Tom - azwara vezicx aoaz C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 2287142 North American Specialty We, KC Equipment, LLC , and Insurance Company (Principal) (Surety) a NH 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 Thirty Four Thousand Two Hundred Sixty Seven and 50/100 Dollars ($ 434,267.50 ), 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 October , 20 19, between Principal and Owner for a project entitled 2019 Small Drainage Program , Contract No.91941201 ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in full force and effect at 10% of the total bid price for one (1) year after Final Completion of the Contract, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). 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 iti44 day of October , 20 1 9 . North American Specialty KC Equipme t, LLC Insurance Company ry --- IC ig etre of Autho zTd Official Title \LI Surety /11/ %IV all Signature of Auth Official By Lori McKimmy, Attorney -in -Fact Attorney in Fact (Attach Power of Attorney) Name and address of local office of Terril, Lewis & Wilke Insurance, Inc. agent and/or Surety Company: 112 South Fourth Street Yakima, WA 98901 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 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: KENNETH J. FRICK, LORI McKIMMY, DONNA MARTINEZ, AARON McCOY, and RODNEY C. LEWIS JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By Steven P. Anderson, Senior Vice President of Washington Internationd Insurance Company & Senior Vice President of North America. Specialty hisorance Company By Michael A. Ito, Senior Vice Preside.t ot Wuho9ton onal Susumu Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 26 day of JANUARY , 20 18 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 26 day of JANUARY , 2018 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. Notary Public - Stine of Mimi, My Commission boars OM& SEAL M. KENNY 12/04/2021 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of M. Kenny, Notary Public , October , 20 19 . 7-7 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company 20 City of Tukwila Public Works Department CONTRACT PRCVESIONS FOR ALL DRAINAGE PROG Project No. 91941201 Bid Document August 2019 Prepared ton OF TUKNY , Wash Prepared by: Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P'1 PROPOSAL Contractor's Name Contractor's State License No. 1A, 1 441 City of Tukwila Project No. 91941201 Tothe Mayor and City Council City cfTukwila, Washington The undersigned (Bidder) hereby certifies that he personally exornined the location and construction details of Work outlined in the Contract Documents for the City ofTukwila (Owner) project titled 2019 Small Drainage Program which includes drainage improvements at up to seven (7) locations all within the City of Tukwi|a, including but not limited to control structure maintenance access imprnvemonto, inlet structure maintenance mooems improvements, rockery wall constru(tion, cured -in -place pipe |inihg, storm sewer pipe repair, providing temporary erosion/water pollution nontro|, removing and replacing cement concrete sidewalk and curb and gutter, 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 VVorh' and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced inthis 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 nfwork ws either increased nrdecreased inaccordance with the Contract Documents. As evidence of good faith. (check one) /kj bond or O cash, O cashier's check, O certified check, or [3postal money order mode payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price in attached hereto. Bidder understands that, should this offer be accepted by Owner within nih* (0,'0) dar dayi% after the day of Bid Opening andtheBidderfai|aorrafuoea 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 rgapootu within sixty [GW] 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 f' working day work is not Physically Complete after the expiration of the Contract Ume stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fens incurred by Owner aao result of such delay. eco.iueu to o"auecs Exchange of vn' Inc. For o°"se Conditions Agreement nee v°w.u,°a.vom ' ^z°"xo Verify Scal Proposal P-2 This page is intentionally left blank. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-3 2019 Small Drainage Program Project No. 91941201 Note: Unit prices tor all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto, Refer to Division 10 for definition of pay items, Applicable sales tax shall be included in the various unit and lump sum prices In SCHEDULE A, per section 1-07.2(1) and WAC 458-20-171. Item No. _ Item Description Qty Unit 1 Unit Price Amount Bid Schedule A ROADWAY 1 Unexpected Site Changes 1 FA 6,000.00. 6,000.00 2 Mobilization 1 LS 26 , c 60 3 Project Temporary Traffic Control 1 LS 4 Off -Duty Uniformed Police Officer 20 HR .,r, ,/,.,,,,.,,..) ,,,c, 4, -4° ,'.;t,,c`).,,,,:,.4, 5 Temporary Water Pollution / Erosion Control 1 LS di: ,, cco oc.) 5:: '''.43",:-) 00 6 Cement Conc, Traffic Curb and Gutter 55 LF .1:,„7,pip; tpc,:., V(1-', c.',0 7 Cement Conc. Sidewalk and Curb Ramp 1 EA 1` r4., .0-4.. , .. ROADSIDE DEVELOPMENT 8 Property Restoration 1 FA 3,000.00 3,000.00 STORM DRAINAGE 9 Pipe Repair 2 EA c,k,v, ,,,,u c 704:a co 10 Rehabilitate 8" CMP Pipe, 40th Ave S 50 LF 4 c,'"() Co fp;"4 0,`Lp 00 11 Rehabilitate 12" Cement Conc. Pipe, S 130th St 130 LF 12 Rehabilitate 12" Cement Conc./CMP Pipe, S 140th St 296 LF Pt.P..2,7,1-2, ou ,,,1 ' -1, cao*L.v) 13 Rehabilitate 12" Cement Conc./CMP Pipe, S 152nd St 172 LF Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-4 2019 Small Drainage Program Project No. 91941201 ftern Item Description Qty Unit Unit Price Amount 14 Rehabilitate 18" Ce en Conc./C P Pipe, 61st Ave S 110 LF 4/.9), rt ill,-:5a). (1 15 ' Temporary Stormwater Bypass System 1 LS c f 0.,,tco. co 410.,'01,X,'.,`,,*.v, Total Schedule A Bid* $ 1 7- ''`f7tQ C • Sales tax shall be included in the various unit and lump sum rices, per section 1-07.2(1) and WAC 458-20-171. Bid Schedule B the Contractor shall collect from the Contracting Agency retail sates tax on the SCHEDULE B contract price per section 1- 07.2(2) and WAC 458-20-170. ROADWAY 16 Unexpected Site Changes 1 FA 6,000.00 $ 6,000.00 17 Mobilization 1 LS $ v,,,,-,co . co . . f$ 18 Project Temporary Traffic Control 1 LS 17ot i)(1), GI.) - $70,0x. De) 19 Clearing and Grubbing 1 LS 1'5 GOO . C.C,' 1..r,T, 20 Structure Excavation Class B Incl. Haul 80 CY , . 21 Crushed Surfacing Base Course 26 TN . 11:2,,00 J...., "Y '1,,;0•01,„) 22 Trail Surface Aggregate 3 TN 23 Timber Stairs 1 LS 1;.7t,,,c,c,10 . op f:70, co). 00 24 Metal Stair Structure 1 LS 25 Temporary Water Pollution / Erosion Control 1 LS , 26 Quarry Spalls & Hand Placed Rip Rap 20 CY V zcc,, .01) , ?S. 4 , ooj 01," 27 Rock Wall 160 SF 4; Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-5 2019 Small Drainage Program Project No. 91941201 Item No. Item Description Qty Unit Unit Price Amount ROADSIDE DEVELOPMENT 28 Topsoil Type A 8 CY 29 PSIPE Acer Circinatum/Vine Maple; 1 Gal Cont. 12 EA 30 PSIPE Mahonia Aguifolium/Oregon Grape; 1 Gal Cont. 26 EA ' 1:r .,",." f,(4,e,:(,,,:0 31 PSIPE Rubus Parvifolia/Thimbleberry; 1 Gal Cont. 26 EA $2 . 32 PSIPE Symphoricarpus Albus/Snowberry; 1 Gal Cont. 26 EA 33 Property Restoration 1 FA $ 5,000.00 $ 5,000.00 Schedule B Bid Subtotal Schedule B WSST 10`)/0 Total Schedule B Bid u Summary: Total Schedule A Bid Brought Forward -1 Total Schedule B Bid Brought Forward $ R21 Total Bid Bid (Schedule A + B) $ Note: Determination of low bidder will be based solely on the 'Total Bid'. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-6 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 Bld 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 conflipt between, the two, unit Bid wili grevail 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 ail of the extended amounts. Signed: Title:, Date: Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-7 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt 1 ,, ;;i ti 1 2 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. Addendum No. Date of Receipt 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 CLO:,3 of (Namo (Addrets) Bidder: v»11'4 Signature of Authorized Official: Printed Name and Title: Address: Circle One: It101000at: • State of Incorporation: Joint Venturrtion Phone No.: tt;0•L:2 Date: '1 This address and phone number is the one to which all communications regarding this proposal should be sent NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-8 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 KC Equipment, LLC (Principal), and North ranee Company (Surety), are held and firrnly bound unto the City of Tukwila (Owner) in the penal sum of Five percent (5%) of the amount of such bid, including sales tax dollars ($ 41,;,17:0;7414:,:eh ), 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 2019 Small Drainage Program Project No. 91941201, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all other respects perform the Contract created by the acceptance of said Proposal, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated darnages, . 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 eth day of September KC Equip , LLC Pleciel Title 20 19 North American Specialty Insurance Company , t Official Attorneyin Fact [(A Lori McKimmy, Name and address of local office of agent and/or Surety Company: Terril, Lewis & \Mike Insurance, Inc. Kenneth J. Frick 112 S. 4th Street, Yakima, WA 98901 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 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby tnake, constitute and appoint: KENNETH J. FRICK, LORI McK1MMY, DONNA MARTINEZ, AARON McCOY, and RODNEY C. LEWIS JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power ofAttorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on thc 96 of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to arty such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Alamo ,4060.1-1 ••041,14.:" SEAL 4. ion rat. illituniintoo By --- Steven P. Anderson, Senier Vice President of Washington International Insurance Company & Senior Vice President of North American Specially Insurance Company By Michael A. lio,Ten or VIC, F,eglden o 0 flt� n ern on armee Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 26 day of JANUARY 20 18 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 26 day of JANUARY , 20 18 , before me, a Notary Public personally appeared Steven P. Anderson Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power ofAttorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Notary Public S1.4! My Commistion 51140 1210412021 M. Kenny. Notary Public I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power ofAttorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 6th day of September , 20 19 . Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company Proposal P-9 NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation narned 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 2019 Small DraHuge Program, Project No. 91941201. Signed and sworn to before me on this I day of Signature of Not y Public in and for the State of My appointment expires: 3i 17-07-0 SEAL To report bid rigging activities call: ashing on, residing at Av, NOTICE TO ALL BIDD , 20 Ct . IRETT S FRANCESCHINA Notary Public State of Washington My Commission Expires December 31, 3020 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "'hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal Proposal P-10 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Address of Bidder: Tdfri, City State Zip Code Contractor's License No. I id- 11:4 WA State UBI No. 1,1.04; 6g: License Bond Registration No. 7,1 Dept. of L&I Worker's Comp, Acct. No. Bidder is a(n): 0 Individual a Partnership 0 Joint Venture 0 Incorporated in the state of If Out -of -State Corporation, has Bidder complied with WA Corporation laws? 0 YES El NO List business names used by Bidder during the past 10 years if different than above: Bank Reference Bank Year No. of regular full-time employees: Account OPfficer Officer's Phone Number of projects in the past 10 years completed: .41, ahead of schedule .42) on schedule behind schedule Total value of contracts in hand (gross): $ /A Bidder has been in business continuously from Bidder has had experience in work comparable to that required for this Project: As a prime contractor for t) years. As a subcontractor for years. Describe the general character of work performed by your company: VVI4i-4411"Init 'AA:" . r06;1,44 tpriairlAtt et, eY1,61 V4'111 List major equipment anticipated for this project; state whether Contractor -owned, or if it will be rented or leased from others. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-11 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 64-erp.;16/1+ 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)? gYes No Surveyor's Name: 1V141, iVt4 A t titV4el ‘.)10Av"V"Vi - List all other anticipated subcontractors Bidder intends to use on this p experience working with these firms, if any. 0 ct. Indicate previous Subcontractor Scope of Work No of Previous Contracts Worked with Bidder toAcorniue ‘ t ' 41. c„voict„ t Vei ) ve VA41'f,' NV11,01)‹ 0.1.114,( V,..i'rj Pti 6 '11.4, 6 (,-, cwr rAvr of f IV le v 1? 1 t`,.)4t' c l''Nel Lt. ' 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 Completed Amount Owner/Reference Name and Phone Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal' P-12 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 A Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? EY 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? IRI/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? Eno 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? ID -No 0 Yes if yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? 12rNo 0 Yes If yes, please state: Proiect Name Contracting Pant Bond Amount Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-13 H Bidder ever been found guilty of violating any State or Federal employment laws? Et No 0 Yes If yes, give details: Has Bidder ever filed for protection under any provision of he federal bankruptcy laws or state insolvency laws? ErNo 0 Yes If yes, give details: Dos the Bidder owe any delinquent taxes to the Washington State Department of Revenue? 5No 0 Yes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? 0 No 0 Yes Has 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? ErNo 0 Yes If yes, please state: Date Type of Iniury Agency Receivirs Claim Attach additional sheets as needed. The undersigned warrants under penalty of accurate to the best of his/her knowIedg The i. all information contained herein. Signature of Bidder Title: fvetld.e41,-1, at the foregoing information is true and ned authorizes the City of Tukwila to verify Date: - f",1001 0 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal KC Equipment LLC Atlas Air Compressor Trailer Contractor owned 1997 Ford F350 Service Truck Contractor owned 2003 Chevrolet Flatbed Contractor owned L2012 Chevrolet Duramax Contractor owned 2013 GMC Duramax Contractor owned 2005 Ford F550 Service Truck Contractor owned 2005 F350 Service Truck Contractor owned 1989 Ford Box Truck Contractor owned 1989 International Dump Contractor owned 1996 International Dump Contractor owned 1994 International Dump Contractor owned 1989.Peterbuilt Dump Contractor owned 1992 Chevrolet Boom Truck Contractor owned 2000 Mack Dump Truck Contractor owned 2004 Mack Dump Truck Contractor owned 1998 International Flat Bed Dump Contractor owned 1998 John Deere 310 Backhoe Contractor owned 2004 John Deere 310G Backhoe Contractor owned Bomag Roller Contractor owned 2005 Volvo ECR58 Excavator Contractor owned 2005 Bobcat TI90 Loader Contractor owned 2006 John Deere 50D Excavator Contractor owned 2007 Yanmar SV 100 w/ Thumb Contractor owned Equipment Trailer Contractor owned 6x10 Steel Plate Contractor owned 8x12 Steel Plate Contractor owned 2013 Doosan 185 CFM Air Compressor Trailer Contractor owned 2011 Deere 310J Backhoe Contractor owned 2013 Bobcat S530 Contractor owned 2011 Diesel Welder Trailer Generator. Contractor Awned 1999 Mack M-15X Contractor owned Volvo ECR88 Excavator Contractor owned Goose 218 Contractor owned 2012 Laymor SM300 Sweeper Contractor owned 2011 Terex Light Tower Generator Contractor owned 2010 inger Rand Light Tower Generator Contractor owned 2005 Dryair Tilt Deck Utility Trailer Contractor owned 9/10/20 I 9 KC Equipment LLC Current Projects: Public Works Center — Off -Site Improvements (July 2109-) — City of Bonney Lake Project Size: $760,865.00 Percent Complete: 75% Scheduled Completion: September 15, 2019 Project improvements include tree cutting, clearing and grubbing, roadway reconstruction to improve site distance, installation of curb, gutter, sidewalk, ADA ramp, signal modifications, installation of stormwater piping and catch basins, and installation of 16-inch diameter and 12-inch diameter ductile iron water main, as well as isolation valves, blow -off valves, and air/vacuum release valves. Clayton Posey 253-327-1523 cposey@rh2.com 2018 Arterial Asphalt & Concrete, Package 3 (July 2018-) — Seattle Department of Transportation Project Size: $6,281,347 Percent Complete: 99% Scheduled Completion: September 15, 2019 Major arterial improvement project consisting of 3 individual projects near Beacon Hill. Project includes more than 200 ADA ramps, 33 new drainage structures, signal upgrades, new RRFBs, curb/gutter/sidewalk, concrete and asphalt base repairs, and over 60,000 square yards of asphalt grind and overlay. KC Equipment has completed the project's 100 LF of 48" polypropylene detention pipe. Final restoration will include significant channelization for new bike routes. Paul Garrett 425-269-6615 pgarrett@kbacm.com Past Projects: Blue Ridge Conduit Installation Phase 2 (June 2017-December 2018) - Seattle City Light Project Size: $4,312,354 Excavation for approximately 9,000 LF of new electrical duct bank and 30 new vaults. All excavation was temporarily restored prior to 7,000 SY of asphalt grind and overlay. Project has reached Substantial Completion. Syed Kazmi 206-445-4352 syed.kazmi@seattle.gov 2017 Arterial Asphalt & Concrete, 66 Avenue (October 2017-June 2018) — Seattle Department of Transportation Project Size: $2,061,205 Grind/overlay and pedestrian improvements project on 6' Ave between Yesler & Stewart in Downtown Seattle. Project included traffic control together with operations for removal of concrete curbs, ADA ramps, and sidewalks prior to grinding and overlay of 6th Ave. Work also included drainage work, electrical work and pavement markings. Paul Garrett 425-269-6615 pgarrett@kbacm.com 9/10/2019 Westlake Cycle Track (January 2016-November 2016) — Seattle Department of Transportation Project Size: 3,300,000 Constructed new cycle and pedestrian improvements including 1.4 miles of two-way track, new sidewalk, curb, gutter, curb ramps, drainage, traffic signal, pedestrian lighting, landscape preparation, and channelization. Project required intensive coordination with community outreach team to complete the project. CJ Holt 206-233-1556 cj.holt@seattle.gov Laurelhurst 4-26KV Conversion Project - Phase 9 (March 2015-March 2016) - Seattle City Light Project Size: $3,000,000 Project consisted of installation of over 4,000 1..F of new electrical duct bank involving pavement removal, installation of electrical vaults, pavement and sidewalk restoration. Syed Kazmi 206-445-4352 syed.kazmi@seattle.gov NE Blakeley Projects (November 2014-April 2015) — Seattle Department of Transportation Project Size: $450,000 New sidewalk pedestrian improvements including new sidewalk, pavement removal, pavement restoration, clearing and grubbing, curb ramp upgrades, new curbs, drainage infrastructure, landscaping, channelization and other miscellaneous work. Eugene Pike 206-684-4160 eugene.pike@gmail.com Pier 66 & Pier 69 Corrosion Control Projects (May 2013-April 2014) - Port of Seattle Project Size: $2,800,000 Preparation and anti -corrosion coating of pile caps and steel superstructure of Pier 66 and Pier 69 on the Seattle waterfront. installation of anti -corrosion DENSO jackets on 463 piles between the two piers. Anode cathodic protection mounted on 240 steel piles at Pier 69. Laurelhurst 4-26KV Conversion Project - I'hase 7 (March 2012-April 2013) - Seattle City Light Project Size: $2,000,000 Project consisted of pavement removal, installation of electrical vaults, duct banks, backfilling, pavement and sidewalk restoration. Lift Station No. 19 Abandonment & Gravity Sewer Main Extension (Nov. 2011-Feb. 2012) — Soos Creek Water & Sewer District Project Size: $463,000 Construction of approximately 1,220 lineal feet of 8-inch gravity sewer main, manholes, and side sewer stub connections. Decommissioning of an existing lift station followed by full asphalt overlay of the right of way. Lake Washington Blvd North Storm & Water Improvements Project (May 2011-Dec. 2011) — City of Renton Project Size: $957,000 9/10/2019 Storm improvements included 1,000 feet of new 24 inch storm line at depths up to 25 feet and 9 new manholes. Water improvements included 1,400 feet of new 12-inch ductile iron water main with numerous fire hydrants. Project also involved creation of new drainage bioswale and extensive improvements to the right of way for future development of area. Lower Des Moines Creek Improvements (July 2010-Sept. 2011) — City of Des Moines Project Size: $545,000 Work included dredging of approximately 800 ft of Des Moines Creek and creation of over 200 ft of tributary channel. The dredged channel was restored with log features, imported and salvaged streambed gravel, plantings, soil, mulch, and handplaced riprap. KC Equipment also installed a soil berm coved by a HDPE liner, vegetated geogrid bank, concrete retaining wall, coir logs, coir matting, catchbasins and drainage pipe among other miscellaneous improvements. Informed Land Survey,LLC Civil/Roudwxy Qmdi/ications About Ds Informed Land 8umoy("iLS") was fort-ned in 2005 in Tacoma, Washington. YVoprovide uvariety o[ professional land surveying services safely, effectively, and economically with positional accuracy. Our land survey professionals have over 50years combined survey experience, Our network of clients encompasses federal, state and local public agencies, architects, consulting engineers, construction companies and private clients. At|[SI`vebelieve inoperating our business with honesty and integrity. We are certain that the implications ofwhat vvosay and the impressions we leave will be consistent with our core values. When we make a commitment to our clients, employees, and vendors, we are obligating ourselves tothis purpose. |LSoperates four (4)survey crews out o[its Tacoma Office with aunffioosupport staff that includes two (2) licensed Professional Land Surveyors, three (3) Survey Technicians and an administrative staff. Sorne ofthe Surveying services provided hy {LS|no|ude: � Construction Staking * As'BuUtSmveys � Property Boundary Surveys ° ]DLaser Scanning � D/\YMapping ° Topographic Surveying ° Utility Mopping& Qoycurdh ° OP88tConventional Traverse Surveys w Photog,urrimouy Control Surveys ° UydoogrupbioSnrveyio8 The projects and services listed below in parenthesis are a sample of the relevant Roadway and Civil construction projects [LSstaff has performed work on: ° 20|8Arterial Asphalt & Concrete, Package 3 City of Seattle Department of Transportation — Seattle, WA (Construction Staking) m 2017 Lebo Boulevard Roadway Improvements — Bremerton, WA (Construction Staking) ^ City of Bellevue 120"1 Ave. NE Corridor Project Stage 3 — Bellevue, WA ( Construction Staking & /\o'hui1tm) ° Repair Rainier Drive, Aviation Unit Phase 2C Battalion Headquarters - JBLM, WA (Construction Stoking) * Repair Traffic Signals Project — JBLM, WA (Topographic Mapping, Construction Staking) ° Cioquu||mnRoad CRP |PidRoadway Improvement Project — Mason County, VV&(Construction Staking and Survey Monument Referencing) Our team u/ )LS ixavailable to tackle any surveying assignment and exceed your expectations. Please let us know if you require any additional information or references. If you have any questions, please feel free tocall Evan Wabbtromo/Erik Halvorson a,(25])627'2O7O. POBox 5137.Tacoma, VVA80415-0137. Phone: (253)627-2070. Tacoma, WA9O4O5 Proposal P-14 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Labor to be used: e pov\, 017C ttl"e' tY VICY VilCVS:› Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P'1 PROPOSED SUBCONTRACTORS Name Of�d�r ` In accordance with RCVY 38.30.080 as amended' every bid that totals $1 million or more shall include below the names ofthe subcontractors with whom the Bidder. Kawarded the uontract, will subcontract for performance ofthe work of: HVAC (hoo¢ing, vond|ation, and air conditioning); plumbing as described in chapter 18.106 RCVV| and electrical as described in chapter 19.28 RCVV, or to name dumR 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 uaoo the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder tosubmit mapart ofthe 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 ofthe Owner tomake any change 0athis list. Percent of total bid ho be performed kyBidder � % Schedule/Bid Item Numbers %mf Name Subcontractor will perform Total Bid )'-t Provided to Builders Exchange of vv' Inc. For usage Conditions Agreement see °°w.uxwa+om - az°axx Verify mcaz ADDENDUM NO. 1 2019 Small Drana Project No: 91., August 29, 2019 10, 2011) DATE OF ADDENDUM ISSUE: DATE OF BID OPENING "(AMENDED); As an notE The Dit, of Tu NOTE TO ALL PLANHOLDERS: COKTRACT PROVISIONS 1. crry OF TUKWILA CALL FOR BIOS: DELETE call for arid REPLACE WIM the attathed Caflfor Sheet. PLAN *MEW 2. No revisione per Addendurn No 1. ALL OTHER RECNAREMENTS OF THE CONTRACT DODUME �d to this Bidder 2019 Small Otabiage Pmgram 4si this Its,0 space S REMIMN DI Effrect, 1 10 the below and Fs 1 of Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ADDENDUM NO. 2 City of Tukwila, Washington 2019 Small Drainage Program Project No: 91941201 DATE OF ADDENDUM ISSUE: September 3, 2019 DATE OF BID OPENING: September 10, 2019 NOTE TO ALL PLANNOLDERS: This Addendum No. 2, containing the following revisions, additions, deletions, and/or clarilkallone, is hereby made a part of the Plans and Contract PrOviskins (Contract Docum ts) for the above -named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space welded on the Proposal Signature Sheet or by g In the space provkied below and Sitkindtkig the - • addendum with the Lid package. Pagure to provide this written . may result in disqualification of the BkIdees submittal. CONTRACT PROVISIONS 1. APPENDIX E Permits: ADD the attached Gilliam Creek Inlet SEPA Determination of Non -Significance (DNS) Packet. PLAN SHEETS 2. Plansheet 4 of 9- General Notes - Gilliam Creek Control Structure Improvements: DELETE Sheet 4 of 9 and REPLACE with the attached Sheet 4 of 9- General Notes - Glltlam Creek Control Structure lmprovements ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall receipt and of this Addendum No. 2 in the space provided on the Proposal Sheet or by &Ong in the space provided below and Strbnlittkv the signed addendum with the bid package. Failure to provide this written may result in disqualification of the Slams submittal. negantt AE., City Engineer City of Tukwila Remit* Bidder 2019 Small Drainage..rograrP Adiendurn No.2 Page 1 of 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal