Loading...
HomeMy WebLinkAbout21-095 - McClure and Sons, Inc - Tukwila Lift Station #2 and Forcemain Improvements21-095 Council Approval 5/17/21 [� AGREEMENT FORM CONTRACT NO, 21-095 THIS AGREEMENT is made and entered into on this June . 3O21 �bv and between thCityofTukwila, VVoeh/nghon("Jwne----d ' --- ' K4nC|unoand Sons, Inc. ("Contractor"). 'ow,therefore the pmrUeaagree ae follows: ' 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and oquipment for the projectject entitled TUKWILA LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS, Project No.9044D205'ino/Vd/ngaUchanQeatotheVVorkandforcaenoount 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 isnot completed within the time mpecifimd'aedetailed inthe Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specifled in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees, 5.Disclaimer. Nnliability of Contractor shall attach to Owner - �reasonof entering into this Agreement, except as expressly providedinthis Agreement. G. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, deemed an original. CITY OF TUKWILA, WASHINGTON McCand Sons, Inc. (Owner) �~~~�~~~con, ��� (Con By: Key: Mayor 06/29/2021 Attest: This 29th day of June .2O21 City Clerk Approved as to Form: Key: Attorney City Addross for giving notices: 6200 Southcenter Boulevard Tukwila, WA 98188 By. Tit Ft eside t � Attest: /\ Y' This /0 xjdvof „fir .2021 MCCLUS101NU Contractor's License No. Address for giving notices: 15714 Country Club Drive Mill Creek, WA 98012 TuKwuA LIFT STATION #2 AND FORCEMMN IMPROVEMENTS onli CITY OF TUKWILA PROPOSAL TUKWILA LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CRY OF TUKWILA PROPOSAL This Page Is Intentionally Left Blank LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY op TuKw!LA P-1 PROPOSAL (unit price) Contractor's Name McClure and Sons, Inc. Contractor's State License No. MC[|L(]S 1101Mj City of Tukwila Project Nos. 90440205 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that they personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS, which project includes, but is not Iimited to: Construction of a CMU generator enclosure with double doors, concrete foundation, installation of 100 kW generator, sewer bypass pipino/vok/iMg, installation of slide gate within existing 96-innh MH, remove and replace existing vertical turbine pumps with new 40 HP submersible grinder pumps with associated piping, remove and replace two existing |mddera, sidewalk rep|acgrngrt, asphalt of parking lot, electrical controls, and other work necessary to complete the Work as specified and shown in the Contract Documents. The prject also includes the installation of approximately 200 lineal feet of new 1 8 -inch ductile iron forcemain, demolition of an existing air vacuum valve manhole, and connection of the new forcemain into the King County discharge manhole as specified and shown in the Contract Documents. The undersigned further certifies that they have read and thoroughly understand 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 alt 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) KI bid bond or 0 cash, 0 cashier's check, [l certified check, or El 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 dmrnoQeo, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within 120 calendar days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. ln 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. TUKWILA LIFT STATION #2 AND FORCEMAIIMPROVEMENTS PROJECT NUMBER 90440205 IVIARcH 2021 CITY OF TUKWILA PROPOSAL P-2 TUKWILA LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS Project No. 90440205 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. It is the intent of the OWNER to award the lowest responsible BIDDER for the total price bid for the project. BID SCHEDULE ITEM UNIT TOTAL NO. ITEM DESCRIPTION QTY UNIT PRICE AMOUNT ROADWAY 1 HMA 1/2" PG 58-H-22 70 TN 478 2 Crushed Surfacing Top Course 550 TN c 5" 35; 7 $- 0 3 2" to 4" Base Rock 150 TN 6i ,-.i 9; 3X2 4 Roadway Surveying (Lift Station Upgrades) 1 LS .S; ?co Si, 9©c 5 2" Grind and Overlay 1,590 SY ,,R...S— 0?;. 7519 SIDEWALK 6 Cement Concrete Sidewalk 50 SY A30 /6-(57c) 7 Curb and Gutter 125 LF -//' ./. 7--.5--' 8 Curb with No Gutter 65 LF TRAFFIC CONTROL DEVICES 9 Project Temporary Traffic Control 1 LS 47/-670.0 ""rn g)0 ROADSIDE DEVELOPMENT 10 Plantings 8 EA ific94) /5,;..-2c2 SANITARY SEWER 11 Mobilization 1 LS 12 Temporary Water Pollution/Erosion Control 1 LS 13 Unexpected Site Changes 1 FA $25,000.00 $25,000.00 14 Generator Building 1 LS 5.-7/566 ...6'"?cco 15 Generator Concrete Pad 1 LS 8900 c 9'0 16 Generator 1 LS OfelvaeD ,e9e0c:31. 17 Electrical 1 LS 18 Modification to Ex. 96 -inch Dia. Manhole 1 LS S4c9V ,g4 00e, 19 24 -Foot Replacement Ladder 1 LS 9,(7et 9 2tve, 20 15 -Foot Replacement Ladder 1 LS ii5?...S0 a Z5-7, LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA PROPOSAL P-3 ITEM NO. 21 ITEM DESCRIPTION Demolition of Existing Pumps/Piping QTY 1 UNIT LS UNIT PRICE Se)C,T, 0 TOTAL AMOUNT 22 40HP Submersible Pump 3 EA 6 poro 467'Pc' 23 New Piping and Valves within Lift Station 1 LS / 24 Reinstallation of Davit Arm Base 2 EA „2.5/17 25 Socket Base Foundation 1 EA4 C90C-3 7(!)(50. 26 Permanent Sewer Bypass/Mag Meter Vault 1 LS g.i 61,20,e4, 00 0 27 Temporary Bypass Pumping 1 LS ce.., 62cc l 6'5, 00CD 28 Geotextile 1 LS 29 Demolition 1 LS 30 Cleaning of Pump Station Wet Well 1 LS 4000 /4 31 Painting 2,500 SF 5' 32 18 -Inch Magnetic Flow Meter 1 LS 33 Shoring & Trench Safety 1 LSc›Ae1‘7670 34 18" D.I. Forcemain 200 LF / 550 / /A? &!.0 35 Connection to Existing Manhole 1 EA 7:--,---9e9e7' SUBTOTAL 441/4 cFc).po, cy)? WASHINGTON STATE SALES TAX — 10.1% /e/w?,,,/22A49( TOTAL BID Total Bid Price in Words: cei- eg/e -031666044/25 -714('e "6)/-617- cs.- 21261//27 ‘ci LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA PROPOSAL P-4 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard- copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: Not Applicable (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title: President Date: 4/15/2021 LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CRY OF TUKWILA PROPOSAL P-5 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt -zi 9-z/ Addendum No. Date of Receipt 3 4 v2. -z/ NOTE:: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is Travelers Casualty and Surety of 707 W. Main St #300 Spokane, WA 99201 Bidder: (Name) McClure and Sons, Inc. (Address) CI(Signature of Authorized Official: Printed Name and Title: Les c lure -President Address: 15714 Country Club Drive Mill Creek WA 98012 Check One: ❑ Individual ❑ Partnership State of Incorporation: ❑ Joint Venture ® Corporation Phone No.: (425) 316-6999 Date: 4/15/2021 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. LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA PROPOSAL P-6 This page is intentionally left blank. LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA pq BID SECURITY Bid Deposit: The ndero ed 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 undeMcClure and Sons, Inc (Principal), and Travelers Casualty and Surety Company ofAnierica (Surety), are hetd and firmly bound unto the City of Tukwila (Owner) in the penal sum of --Five Percent ofthe Amount Bid-- dollars 5% ), which for the payment of which Principal and Surety bind themselves, their hmine, mxeoutPra, 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 TUKWILA Lift Station #2 and FornemmminImprovements, Project No.9Q440205, according to the terms ofthe Proposal and Bid Documents. Now therefore, a. |fthe Proposal iarejected bu(]vvnar.or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordanco with the terms ofthe Proposal and shall furnish a bond for the faithful performance of said Pr'entandforthnpaVnlentofoUpmrsonaperfnrndng|ohoror furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in fult 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 Iiquidated 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 15t6 day of April , 20 21 . McClure and/Sons, Inc.. 11/ Les McClure, President Title Name and zddress of local officeof agent andior Surety Company: Travelers Casualty and Surety Company of America Surety By ) TrmioLvnAM (Attach Po er of Attorney) HUB International Northwest LLC 835 N. Post Street, Suite 203 Spokane, WA 99201 Surety companies executing bonds must appear on the current Authorized Insurance List in tho State of Washington per Section 1-02.7 of the Standard Specifications. TUKWILA LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Travis Long of SPOKANE Washington , their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. State of Connecticut By: City of Hartford ss. Robert L. Raneuenior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. ,„.... P FJOj IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 1.4 Anna P. Nowik, Notary Public This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which remains in full force and effect. Dated this 15th day of April , 2021 . KevinE. Hughes, Assistant To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please reefer to the above-named Attorney -In -Fact and the details of the bond to which this Power ofAttorney is attached, CITY OF TUKWILA PROPOSAL P-8 This Page Is Intentionally Left Blank LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA P-9 NON -COLLUSION DECLARATION STATE OFVVASH|NGTO0 ) ) ss. COUNTY OF KING \ The undersined.beingfirotdubavvomn.onoothstateothaƒƒheperaon.finn.mssociaUon. partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indi[eot|y, entered into any o@ragrnmnt, participated in any co||Usion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named Tukwila Lift Station #2 and Forcemain Improvements, Prject No. 90440205. McClure a Sons Inc Name of Firm President edOfficio] Title SEAL To report bid rigging activities caII: Signed and sworn to before me on this 15th of April _ .2D21 . )fi Si M.qtur�bfNotoryPUb|io|noMdforthaGtateof Washington, residing at Mill Creek My appointment expires: 5/10/2024 NOTICE TO ALL BIDDERS 1-800-424-9071 day The U.S. Department of Transn (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. TuKwI LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 Ciro of TUKWILA PROPOSAL P-1 0 This Page Is Intentionally Left Blank LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA P-1 1 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: McClure and Sons, Inc. Address of Bidder: 15714 Country Club Drive Mill Creek WA 98012 City State Zip Code Contractor's License No. MCCLUSI101MJ WA State UBI No. 601-077-878 Dept. of L&I License Bond Registration No.055S103583522BCM Worker's Comp. Acct. No. 543,613-01 Bidder is a(n): Ej Individual D Partnership E Joint Venture El Incorporated in the state of List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from 1988 Year Bank Reference Key Bank Mandi Wagner Bank Account Officer No. of regular full-time employees: 120 (425) 789-2824 Officer's Phone No. Number of projects in the past 10 years completed: 1 ahead of schedule 98 on schedule 1 behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 33 years. As a subcontractor for NA years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): How Long Name Title With Bidder Dustin McClure Project Manager 20 years Marc Thompson Superintendent 12 years Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifi9ations of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Yes 111 No Surveyor's Name: ale/Cl/Me- ,r5-47(.._/4/ • (A) 46€,-I 4/0../1.0Z2) vae_ze< yes. TUKWILA LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS & 4:5 eflaki5. ife:227/e- /,51k--16 PROJECT NUMBER 90440205 ww4izaveeb exet•-"' ARCH 2021 CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM P-12 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 Owner/Reference Project Name Completed Amount Name and Phone Mukilteo Lift Station 10 2018 $2,798,042 RMukilteo Water and Wastewater District ick Matthews (425) 355-3355 Seattle Pump Station 20 2020$938,947 City of Seattle Steve Colony (206) 399-9388 tv Seattle Pump Stations 2, 72,73 2020 $3,849,834 tielje 399-9388 Redmond Pump Station 3 2020 $3,686,5296tfaUT40 556-2376 South Marina Lift Station Riverfront Lift Stations Port of Everett 2019 $631,426 John Klekota (425) 259-3164 City of Everett 2016 $6,184,777 Keith Alewine (425) 257-7225 McClure and Sons, Inc. has 30 years experience working on projects of similar nature and size. 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: None. Name of Client and Project 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? I5d No 111 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? XI No E] Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? No El] Yes If yes, give details: LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM P-13 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? IZ] No LI Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? Ej No D 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? Igi No 0 Yes If yes, please state: Date Type of Iniury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/)gr knowledge. The undersigned authorizes the City of Tukwila to everify all information contaf`nedh rein. Signature of Bidder Title: President Date: 4/15/2021 LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM P-14 This Page Is Intentionally Left Blank LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA P45 CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, April 15, 2021, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgement entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. McClure and S )Inc " Bidder's Busin- am --Th Signature of Aulh9 Ile Official* Les McClure Printed Name President Title 4/15/2021 Mill Creek WA Date City State Check One: Sole Proprietorship L1J Partnership El Joint Venture LI Corporation IIK State of Incorporation, or if not a corporation, State where business entity was formed: Washington If a co -partnership, give firm name under which business is transacted: *If 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). If a co -partnership, proposal must be executed by a partner. TUKWILA LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES P46 This Page Is Intentionally Left Blank LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA p47 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT See attached Equipment Sheets. Labor to be used: Zke4,17gec'e (51.1P,47-2/e_s-- -44e7 cClu;re and Son -S`4, Inc. e Of Bidder ure of Authorized Official Title TUKWILA LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 CITY OF TUKWILA P-18 PROPOSED SUBCONTRACTORS Name of Bidder McClure and Sons, Inc. In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: structural steel installation, rebar installation, electrical, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and, 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. Prime Contractor must declare if they intend to perform any of these items. 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 a49/22 5 4cioit)i( 111 WORK TO BE PERFORMED BY PRIME CONTRACTOR 47efeZee, 4 43 *sS7sietee--",e62-6, ,e27. (re &ri 9 14/(1/ ,7 ,Ofe?edee /forlD ,7465 TUKWILA LIFT LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 90440205 MARCH 2021 EQUIPMENT OWNED BY MCCLURE & SONS, INC. Air Tools 92 Ingersol Rand 160 Air Comp 120 Ingersol Rand 175 Air Comp 206 Ingersol Rand 185 Air Comp 218 Ingersol Rand 185 Air Comp 237 Ingersol Rand 185 Air Comp 238 Ingersol Rand 185 Air Comp 239 Ingersol Rand 185 Air Comp 363 Ingersol Rand P90 Air Comp 364 Ingersol Rand P90 Air Comp 365 Ingersol Rand P90 Air Comp 403 Ingersol Rand P90 Air Comp Skid Mount 404 Ingersol Rand P90 Air Comp Skid Mount 739 Ingersoll Rand P185 Compressor 1995 740 Ingersoll Rand P185 Compressor 773 1997 Ingersall Rand P185WJD Backhoes 57 John Deer 490 Trachoe & Attachments 65 John Deer 510 Backhoe 145 Case 580 E Backhoe Extenda-hoe 261 CAT 416c Bachoe 4X4 387 Case 580M Bachoe 632 Case Backhoe Model 4-390 731 Case 580 Backhoe Super E 1987 Cranes 23 Grove 18 Ton Crane 32 Grove RT75S 50 Ton Crane 216 Grove RT528C 28 Ton Crane 309B P&H Omega 40, 40 Ton Crane 309A P&H 670TC 70 Ton Crane 898 2000 Favelle Favco FFC38T 40 Ton Crawler Compaction 93 Mikasa M.Q. Walk Behind Double Drum Roller 139 Ingersol Rand walk behind drum roller 40A Koehring/Bomag plate compactor 41 Bomas plate compactor 42 Bomas plate compactor Mini Excavators 264 John Deere 27C Mini Excavator 290 Kobelco SK025 Mini Excavator 346 CAT 303 Mini Excavator W/Thumb 352 John Deere 27C Mini Excavator 362 John Deere 50C Mini Excavator (4 Buckets) 370 CAT 303 Mini Excavator Enclosed Cab W/ 11" 17" and 40" buckets 427 John Deere 50D Excavator 2007 428 CAT 305CR Excavator 2005 429 CAT 305CR Excavator 2004 647 2005 CAT 304CR 648 2008 CAT303.5CCR 654 CAT 307 Mini Excavator Miscelaneous 234 Ford Tractor 6610 W/Mower 411 MKT Vibratory Pile Driver 278 Kubota R420 Loader W/ Forks Articulated 4wd, w/bucket 279 Yucha Forklift sideshift 337 Komatsu WA30 Loader/Forklift Articulating 4wd 57b Concrete Hammer for John Deere 490 and 312 273 PSM 60" Clean Up Bucket 304 SEC 24" Digging Bucket ( Fits Hitachi 200) 305 SEC 68" Clean -Up Bucket ( Fits CAT 330 ) 306 SEC 58" Clean -Up Bucket (Fits Hitachi 200) 417 MBM Ground Pounder 24/30 469 HPK Concrete Shear 6500LS 628 Hole Pack Fits the 330 Excavator (310) 650 Tooth Bucket Fits Hitachi 200 672 MBW Sheep Foot Roller 727 CAT Hammer H1305 741 Hydralic Hoe Pac 742 30" Digging Bucket 765 Pro Dig Auger 772 76 x 51 Daequip Bucket fits CAT 550 795 Pro dig Auger w/relief value 864 American Compaction (800-899-1177) Excavator Compaction wheel 1000 48' Excavator Bucket (Fits PC220) 89 Multi -Quip plate compactor 100 MBW Ground Pounder plate compactor 355A Bomag BP18/42-2 Plate Compactors 355B Bomag BVP 18/45 Plate Compactor 355C Bomag BVP 18/45 Plate Compactor 355D Bomag BP 20/50 Plate Compactor 2009 761 Mustang LF88 Plate Compactor 762 Mustang LF88 Plate Compactor 204 Wacker Jumping jack 244a Bomag Jumping Jack bt 60/4 244b Bomag Jumping Jack bt 60/4 332 Bomag BT60/4 Jumping Jack 421 Bomag Jumping Jack 435A Bomag Jumping Jack 435B Bomag Jumping Jack 475 Wacker Jumping Jack BS700 535 Bomag Jumping Jack 536 Bomag Jumping Jack 555 Muti corp BT70 Jumping Jack 566 Bomag Jumping Jack 655 Bomag Jumping Jack 656 Bomag Jumping Jack 657 Bomag Jumping Jack 658 Bomag Jumping Jack 682 Wacker BS 700 Jumping Jack 683 Wacker BS 600 Jumping Jack 706 Bomag Jumping Jack 785 Wacker BS 600 Jumping Jack 786 Wacker BS 60-Z1Jumping Jack (2 STROKE) 207 Ingersol Rand Vibrator compactor "sheeps Foot" 249 Bomag Ride -On Drum Roller 356 Stone DDR -3100 Ride -On Double Drum Roller 380 CAT CS -433C Single Drum Roller 402 Wacker 24" Roller 769 Bomag Single Drum Roller Dozers 208 Komatsu D39 -E1 dozer 263 John Deere 450H Dozer 732 CAT D5M LGP1997 733 CAT D4CI11 1994 Personnel Lifts 233 Genie Z45-22 Gas Boom lift 277 Snorkelift JB37 Gas Powered 284 Genie Z 45/22 Electric Boom -Lift 862 228 Genie AWP255 Electric Personnel Lift 25ft Skyjack scissor lift 285 Genie 2470GP Scissor Lift 312 JLG Electric Scissor Lift 2646E2 313 Sky Jack Electric Scissor Lift SJ1113219 314 JLG Electric Scissor Lift 2033-E3 315 Genie Electric Scissor Lift GS2032 324 Genie Supply Lifts (2) 329 Sky Jack Electric Scissor lift SJ1113220 347A Genie GS2032 Electric Scissor Lift 347B Genie GS2032 Electric Scissor Lift 348A Upright TM12 Electric Personnel Lift 348B Upright TM12 Electric Personnel Lift 351 Genie GR12 Electric Personnel Lift 390 Genie GS1930 Electric Scissorlift 391 Genie GR12 Electric Personnel Lift 392 Genie GR12 Electric Personnel Lift 393 Genie GR12 Electric Personnel Lift 394 Genie GR12 Electric Personnel Lift 398 Manual Genie Material Lift 412 Manual Genie Material Lift 443 Genie GR12 Electric Sissorlift (2005) 444 Genie GR12 Electric Scissor lift (2005) 662 Genie Gr -12 Man Lift 690 Geine Model SLA2S 691 Genie SLC18 724 Spider Air Basket 753 Genie material lift SL -24 763 2005 Skyjack SJ1113220 Electric Scissorlift 764 2008 JLG 1930ES Electric Scissorlif 765 2006 Skyjack SJ1113215 Electric Scissorlift 767 2005 Snorkel S3246 Electric Scissorlift 768 2002 JLG 2646E2 Electric Scissorlift 799 Summer Mfg Material Lift Model 2112 800 Summer Mfg Material Lift Model 2112 801 Summer Mfg. Material Lift Model 2118 802 JLG 2007 2030ES Electric Scissor Lift 803 JLG Skyjack 1930ES (2007) 804 JLG Skyjack 1930ES (2007) Excavators 57A John Deere 490 Trackhoe 202 Cat 312 Trackhoe 141 Hitachi EX200 Excavator 260 CAT 311C Excavator 366 CAT 320C Excavator W/Hammer and 2 Buckets 2004 379 CAT 325 CL Excavator 405 John Deere 450 LC Excavator 406 John Deere 992E LC Excavator 646 CAT 325BL Excavator 693 Hitachi 550LCE-5 Excavator 1999 758 CAT 322L Excavator 1995 807 CAT 330CL 2005 808 John Deere 200C LC 2006 w/hyd Thumb 9ft 6in stick 809 John Deere 200C LC 2006 w/hyd Thumb 9ft stick 946 2006 Hitachi ZX350LC-3 HYD Excavator 992 2014 Kobelco sk140 SRLC-3 Forklifts/Material handlers 279 Yuchai Ycc30cd 6000 Ib Forklift 423 Hyster Forklift h120xm 10000Ib 843 Totota 7FGCU30 4,800.00lb Cap Hat , Forklift,w/ Forks 3 -Stage Mast, SS Propane 844 Totota 7FGCU25 4,500.00lb Cap Hat Forklift, 3 -Stage Mast, SS Propane 845 Nisson G1 N1 L2OV 3,300 Lb Cap Solid Tires Electric Forklift, 3 -Stage Mast, SS W/Battery Charger 846 Toyota 7FBEU15 2,5001b CAP Solid Tire Electric Forklift, 3 -Stage Mast,SS W/ Battery Charger 847 Yale ESC-030G4S083 3,000lb Cap Stand up Electric Forklift W/Battery Charger 848 Toyota 7BWS10 2,000 Ib Cap Walk Behind Electric Stacker 805 JLG Skyjack 1930ES 810 Upright TM12 Electric Personnel Lift (1999) 866 Roust -A -Bout R-250 Lift Sumner MFG 891 Genie 25-26' Electric Scissorlift 2006 Model:GS2642 892 Genie 25-26' Electric Scissorlift 2006 Model: GS2646 903 2006 Genie S60 Boom Lift Deutz 3cly, Pwr to Platform, Hyd rotatio 904 2007 Genie Z30/20N Electric Articulated Boom Lift Pwr to Platform, Hyd rotation 905 2010 Genie GR -12 Electric Personnel Lift / Pwr to Platfrom 906 2007 Snorkel TM -12 Electric Personnel Lift 12 ft boom 907 2007 Snorkel TM -12 Electric Personnel lift 908 2007 Snorkel TM -12 Electric Personnel Lift 12ft Boom 909 2007 Snorkel TM -12 Electric Personnel Lift 910 2007 Snorkel TM -12 Electric Personnel Lift 2007 Snorkel TM -122007 Electric Personnel Lift 912 2007 Snorkel TM -12 Electric Personnel Lift Mohawk MP -18 Truck Lift 916 2005 JLG Model 1930ES 19' Electric Scissorlift 917 2005 JLG Model 1930ES 19' Electric Scissorlift 918 2005 JLG Model 1930ES 19' Electric Scissorlift 919 2005 JLG Model 1930ES 19' Electric Scissorlift 940 TM 12 2008 Electric Personel Lift 911 TM 12 2008 Electric Personel Lift 942 TM 12 2008 Electric Personel Lift 943 TM 12 2007 Electric Personel Lift 944 TM 12 2007 Electric Personel Lift 945 TM 12 2007 Electric Boom Lift 860 Prime Mover WSX40 40001b Electric Forklift w/charger 861 Prime Mover WSX40 40001b Electric Forklift w/charger 863 Raymond 2004 Forklift 38001b Capacity 867 Raymond 1990 Forklift 36 volt MAX Capacity 2000lbs 895 1997 Cat GC20 Forklift 3700 Lbs 4 cyl Propane Sideshift 896 2008 CAT C3500 -LP Forklift 3,5001b 4 Cyl Propane 902 Prime -Mover SR30 3000 Ib Walk Behind Electric Pallet Jack / Charger, 130in 2 stage mast 278 Kubota R420 Loader W/ Forks Articulated 4wd, w/bucket 279 Yucha Forklift sideshift 337 Komatsu WA30 Loader/Forklift Articulating 4wd 63 Skytrack Forklift 6036 200 Cat TH103 Forklift 201 CAT TH83 Forklift 222 Skytrack 3606 223 Skytrack 8042 255 CAT TH83 Forklift 256 CAT TH62 Forklift (enclosed cab) 320 Traverse 8042 Forklift V Reach 336A Skytrack 8042 Forklift 336B Skytrack 8042 Forklift 374 CAT TH360B Forklift 386 Skytrack 8042 Forklift 424 Skytrack 8042 Forklift 2004 425 Skytrack 8042 Forklift 2003 642 2005 CAT TH460B 9000 LB Forklift 643 2004 Terex TH636C 6000 Ib Forklift 644 2006 Terex TX5519 5500 LB Forklift 651 Skytrack 5028 Forklift 652 5028 Skytrack Forklift 934 2002 Terex Forklift 352 Skytrack 8042 Loaders 258 CAT 924F Loader 1997 337 Komatsu WA30-1 426 Komatsu WA400-5 Wheel Loader 2003 Semi Trucks and Trailers 209 GMC dump truck 1991 251 GMC Dump Truck 10YD 1981 508 Internation 4700 4x2 Dump Truck 510 International 4700 Dump Truck 10' 734 Kenworth T800B Dump Truck 16' 2000 735 Peterbuilt Dump Truck 1994 759 1998 Volvo A25C 6x6 Articulated Dump 98 Mack Flatbed Truck 1993 red 737 International S2600 Rollback Truck 1988 873 1989 Kenworth Flatbed Dump 27' 15,200LB KNUCKLE 250 Water Truck 1980 276 Ford L8000 Fuel and Lube Truck 1994 388 International Water Truck 2000 Gallon 259 Ford 9000 Fifth Wheel Cummins/15 speed 1986 339 INTERNATIONAL BLUE 432A Kenworth T800 2003 806 1997 Freightliner FL120 13 spd w/wet kit 738 Dynaweld 30 Ton Tri - Axle Tilt Bed Traier 811 1999 Belshe T-1 16' 6 ton T/A Beavertail 878 1996 Western 53 x 102" Quad/ Highboy Trailer 879 1996 Western 53 x 102" Quad/ Highboy Trailer 432B Aspen HG65-3 65 ton Tri/A Lowboy 433 Asen JT35-3 35 Ton Tri/A Jeep 434 Mountain KB700 20 Ton T/A Booster Skidsteers 240 CAT 242 Skid Steer rubber tire 246 same as 257 257 CAT 246 Skid Steer 317 CAT 287 Skid Steer W/ Tracks 342 CAT 247B Skid Steer W/Tracks AR b® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDYYY) /Y 06/08/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bell Anderson Agency, Inc. 600 SW 39th St, Suite 200 Renton WA 98057 CONTACT Linda Minami, CPCU, ARM NAME: PHONE (425) 291-5200 FAX (425)291-5100 (A/C, No, Ext): (A/C, No): E-MAIL lindam@bell-anderson.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: National Fire Insurance Company Of Hartford 20478 INSURED McClure & Sons, Inc.INSURER 15714 Country Club DriveINSURER Mill Creek WA 98012 INSURER B : Transportation Insurance Company 20494 C : The Continental Insurance Company 35289 D : Westchester Surplus Lines Insurance Company $ 1,000,000 INSURER E : INSURERF: X COVERAGES CERTIFICATE NUMBER: CL2012843826 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 2075867851 12/12/2020 12/12/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 100,000 $ X CRIME/EMPLOYEE DISHONESTY MED EXP (Any one person) $ 5,000 PERSONAL&ADV INJURY 9 1,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PRO JECT PER: LOC GENERALAGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG g 2,000,000 CRIME/EMP $ 500,000 B AUTOMOBILE X X •/� LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y 2075867865 12/12/2020 12/12/2021 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) S $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y Y 2075867879 12/12/2020 12/12/2021 EACH OCCURRENCES 7,000,000 AGGREGATE s 7,000,000 DED X RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED?P (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N /A 2075867851 - WA Sto Ga P 12/12(2020 12/12/2021 PER STATUTE OTH- ER E.L. EACH ACCIDENT 1 000 000 $ , , E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 S D Pollution Liability G71523536001 05/24/2019 12/12/2021 Limit Deductible $3,000,000 $25,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) [Job #: 90440205 Job Type: Tukwila Lift Stations #2 & Forcemain Improvements] The City of Tukwila and its officers, elected officials, employees, agents, and volunteers, PACE Engineers, Inc., Follett Engineering, PLLC and Other Construction Management Consultants and Testing Consultants are additional insured per attached endorsements #CNA75079XX 0115 & #CA2048 1013. Waiver of subrogation included per the attached endorsements #CNA75008XX 0115 & #CA0444 1013. Coverage is primary & non-contributory per the attached endorsements #CNA75079XX 0115 & #CNA71527XX 1012. Per project aggregate applies per CNA74826XX 0115. CERTIFICATE HOLDER CANCELLATION City of Tukwila 6300 Southcenter Blvd # 100 Tukwila ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE WA 98188 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA �, d"/6, �. , d r Business Auto Policy Policy Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MCCLURE & SONS, INC. Endorsement Effective Date: 12/12/2018 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED,BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON/ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1- Covered Autos Coverages of the Auto Dealers Coverage Form. Form No: CA 20 48 10 13 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 5; Page: 1 of 1 Underwriting Company: Continental Casualty Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 2075867865 Policy Effective Date: 12/12/2018 Policy Page: 55 of 229 Copyright Insurance Services Office, Inc., 2011 00020005120758678518118 1111111. 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: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. 11. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with "arising out of' language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. 111. 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. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal 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. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Policy No: 2075867851 Page 1 of 2 Endorsement No: 9 The Continental Insurance Co. Effective Date: 12/12/2018 Insured Name: MCCLURE & SONS, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 00020005120758678518120 CNA CNA PARAMOUNT Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION WHOM THE NAMED INSURED HAS AGREED IN WRITING IN A CONTRACT OR AGREEMENT TO WAIVE SUCH RIGHTS OF RECOVERY, BUT ONLY IF SUCH CONTRACT OR AGREEMENT: 1. IS IN EFFECT OR BECOMES EFFECTIVE DURING THE TERM OF THIS COVERAGE PART; 2. WAS EXECUTED PRIOR TO THE BODILY INJURY, PROPERTY DAMAGE OR PERSONAL AND ADVERTISING INJURY GIVING RISE TO THE CLAIM. AND (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Under COMMERCIAL GENERAL LIABILITY CONDITIONS, it is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: With respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work included in the products -completed operations hazard. 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. CNA75008XX (10-16) Policy No: 2075867851 Page 1 of 1 Endorsement No: 11 The Continental Insurance Co. Effective Date: 12/12/2018 Insured Name: MCCLURE & SONS, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT General Aggregate Limit - Designated Projects Endorsement reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. V. If the applicable scheduled construction or service project has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, such project will still be deemed to be the same project. VI. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 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. CNA74826XX (1-15) Policy No: 2075867851 Page 2 of 2 Endorsement No: 3 The Continental Insurance Co. Effective Date: 12/12/2018 Insured Name: MCCLURE & SONS, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Named Insured McClure & Sons, Inc. Endorsement Number Policy Symbol CPW Policy Number G71523536 001 Policy Period 05/24/2019 to 05/24/2021 Effective Date of Endorsement 05/24/2019 Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT - OWNERS, LESSEES OR CONTRACTORS (PRIMARY AND NON-CONTRIBUTORY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE CONTRACTOR'S POLLUTION LIABILITY COVERAGE SCHEDULE: Name of Person or Organization: Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II - WHO IS AN INSURED is amended to include: A. SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. The coverage provided hereunder shall be primary and not contributing with any other insurance available to those designated above under any other third party liability policy. ENV -3101 (08-04) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 %11l�O��f%ly MCCLURE & SONS INC Owner or tradesperson Principals MCCLURE, LES D, PRESIDENT MCCLURE, JUDY F, SECRETARY JENSEN, MARK D, VICE PRESIDENT (End: 03/02/2004) Doing business as MCCLURE & SONS INC WA UBI No. 601 077 878 15714 COUNTRY CLUB DR. MILL CREEK, WA 98012 425-316-6999 SNOHOMISH County Business type Corporation Governing persons LES D MCCLURE JUDY MCCLURE; License Certifications & Endorsements Workers' Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. L&I Account ID 543,613-01 Account is current. Doing business as MCCLURE & SONS Estimated workers reported Quarter 1 of Year 2021 "Greater than 100 Workers" L&I account contact T2 / DALE RIUTTA (360)902-4834 - Email: RIUD235@Ini.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training— Effective July 1, 2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS Lift Station #2 and Forcemain Improvements BID TABULATION Tukwila Project # 90440205 Correction Apparent Low Bidder April 15, 2021 Engineer's Estimate McClure and Sons, Inc Razz Construction, Inc. Award Construction, Inc No. Item Qty Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Roadway 1 HMA 1/2" PG 58H-22 70 TN $ 250.00 $ 17,500.00 $ 278.00 $ 19,460.00 $ 250.00 $ 17,500.00 $ 240.00 $ 16,800.00 2 Crushed Surfacing Top Course 550 TN $ 50.00 $ 27,500.00 $ 65.00 $ 35,750.00 $ 60.00 $ 33,000.00 $ 75.00 $ 41,250.00 3 2" to 4" Base Rock 150 TN $ 50.00 $ 7,500.00 $ 62.00 $ 9,300.00 $ 75.00 $ 11,250.00 $ 95.00 $ 14,250.00 4 Roadway Surveying 1 LS $ 15,000.00 $ 15,000.00 $ 5,900.00 $ 5,900.00 $ 3,000.00 $ 3,000.00 $ 12,500.00 $ 12,500.00 5 2" Grind and Overlay 1590 SY $ 20.00 $ 31,800.00 $ 25.00 $ 39,750.00 $ 26.00 $ 41,340.00 $ 47.00 $ 74,730.00 Sidewalk 6 Cement Concrete Sidewalk 50 SY $ 90.00 $ 4,500.00 $ 230.00 $ 11,500.00 $ 90.00 $ 4,500.00 $ 100.00 $ 5,000.00 7 Curb and Gutter 125 LF $ 50.00 $ 6,250.00 $ 43.00 $ 5,375.00 $ 36.00 $ 4,500.00 $ 45.00 $ 5,625.00 8 Curb with No Gutter 65 LF $ 30.00 $ 1,950.00 $ 41.00 $ 2,665.00 $ 27.00 $ 1,755.00 $ 44.00 $ 2,860.00 Traffic Control Devices 9 Project Temporary Traffic Control 1 LS $ 12,000.00 $ 12,000.00 $ 43,000.00 $ 43,000.00 $ 160,000.00 $ 160,000.00 1 $ 100,000.00 $ 100,000.00 Roadside Development 10 Plantings 8 EA $ 250.00 1 $ 2,000.00 $ 1,900.00 1 $ 15,200.00 $ 300.00 1 $ 2,400.00 1 $ 600.00 1 $ 4,800.00 Sanitary Sewer 11 Mobilization 1 LS $ 85,000.00 $ 85,000.00 $ 8,000.00 $ 8,000.00 $ 145,000.00 $ 145,000.00 $ 116,500.00 $ 116,500.00 12 Temporary Water Pollution/Erorsion Control 1 LS $ 7,500.00 $ 7,500.00 $ 1,050.00 $ 1,050.00 $ 15,000.00 $ 15,000.00 $ 20,000.00 $ 20,000.00 13 Unexpected Site Changes 1 FA $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 14 Generator Building 1 LS $ 50,000.00 $ 50,000.00 $ 37,000.00 $ 37,000.00 $ 40,000.00 $ 40,000.00 $ 28,000.00 $ 28,000.00 15 Generator Concrete Pad 1 LS $ 25,000.00 $ 25,000.00 $ 8,900.00 $ 8,900.00 $ 20,000.00 $ 20,000.00 $ 20,500.00 $ 20,500.00 16 Generator 1 LS $ 100,000.00 $ 100,000.00 $ 60,000.00 $ 60,000.00 $ 80,000.00 $ 80,000.00 $ 70,000.00 $ 70,000.00 17 Electrical 1 LS $ 336,000.00 $ 336,000.00 $ 176,450.00 $ 176,450.00 $ 170,000.00 $ 170,000.00 $ 100,000.00 $ 100,000.00 18 Modification to Ex. 96 -inch Dia. Manhole 1 LS $ 20,000.00 $ 20,000.00 $ 36,000.00 $ 36,000.00 $ 40,000.00 $ 40,000.00 $ 36,500.00 $ 36,500.00 19 24 -Foot Replacement Ladder 1 LS $ 5,000.00 $ 5,000.00 $ 9,700.00 $ 9,700.00 $ 7,500.00 $ 7,500.00 $ 7,200.00 $ 7,200.00 20 15 -Foot Replacement Ladder 1 LS $ 4,000.00 $ 4,000.00 $ 8,500.00 $ 8,500.00 $ 5,000.00 $ 5,000.00 $ 7,500.00 $ 7,500.00 21 Demolition of Existing Pumps/Piping 1 LS $ 15,000.00 $ 15,000.00 $ 50,000.00 $ 50,000.00 $ 20,000.00 $ 20,000.00 $ 24,000.00 $ 24,000.00 22 40HP Submersible Pump 3 EA $ 62,500.00 $ 187,500.00 $ 69,000.00 $ 207,000.00 $ 62,000.00 $ 186,000.00 $ 62,000.00 $ 186,000.00 23 New Piping and Valves within Lift Station 1 LS $ 75,000.00 $ 75,000.00 $ 210,000.00 $ 210,000.00 $ 138,000.00 $ 138,000.00 $ 185,000.00 $ 185,000.00 24 Reinstallation of Davit Arm Base 2 EA $ 500.00 $ 1,000.00 $ 245.00 $ 490.00 $ 1,500.00 $ 3,000.00 $ 450.00 $ 900.00 25 Socket Base Foundation 1 EA $ 500.00 $ 500.00 $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 $ 5,000.00 $ 5,000.00 26 Permanent Sewer Bypass/Mag Meter Vault 1 LS $ 50,000.00 $ 50,000.00 $ 84,000.00 $ 84,000.00 $ 95,000.00 $ 95,000.00 $ 105,000.00 $ 105,000.00 27 Temporary Baypass Pumping 1 LS $ 30,000.00 $ 30,000.00 $ 83,000.00 $ 83,000.00 $ 40,000.00 $ 40,000.00 $ 78,500.00 $ 78,500.00 28 Geotextile 1 LS $ 1,000.00 $ 1,000.00 $ 315.00 $ 315.00 $ 400.00 $ 400.00 $ 400.00 $ 400.00 29 Demolition 1 LS $ 10,000.00 $ 10,000.00 $ 27,000.00 $ 27,000.00 $ 30,000.00 $ 30,000.00 $ 32,000.00 $ 32,000.00 30 Cleaning of Pump Station Wet Well 1 LS $ 2,500.00 $ 2,500.00 $ 16,000.00 $ 16,000.00 $ 7,500.00 $ 7,500.00 $ 4,000.00 $ 4,000.00 31 Painting 2,500 SF $ 5.00 $ 12,500.00 $ 5.00 $ 12,500.00 $ 5.00 $ 12,500.00 $ 10.75 $ 26,875.00 32 18 -Inch Magnetic Flow Meter 1 LS $ 7,500.00 $ 7,500.00 $ 15,500.00 $ 15,500.00 $ 20,000.00 $ 20,000.00 $ 14,000.00 $ 14,000.00 33 Shoring & Trench Safety 1 LS $ 50,000.00 $ 50,000.00 $ 20,600.00 $ 20,600.00 $ 10,000.00 $ 10,000.00 $ 30,000.00 $ 30,000.00 34 18" D.I. Forcemain 200 LF $ 375.00 $ 75,000.00 $ 550.00 $ 110,000.00 $ 375.00 $ 75,000.00 $ 460.00 $ 92,000.00 35 Connection to Existing Manhole 1 LS $ 12,500.00 $ 12,500.00 $ 15,900.00 $ 15,900.00 $ 12,000.00 $ 12,000.00 $ 25,000.00 $ 25,000.00 Sale Tax 10.1% 1 - $ 132,663.50 $ 142,592.31 $ 149,242.15 $ 153,286.69 TOTAL ESTIMATE $ 1,446,163.50 TOTAL BID $ 1,554,397.31 TOTAL BID $ 1,626,887.15 TOTAL BID $ 1,670,976.69 1 of 1 RETAINAGE BOND Bond No. 107432080 KNOW ALL MEN BY THESE PRESENTS, that McClure and Sons, Inc. , as Principal authorized to do business in the State of Washington and Travelers Casualty and Surety Company of America as Surety, a corporation organized and existing under the laws of the State of Connecticut and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto City of Tukwila as Obligee in the penal sum of --Seventy Thousand Five Hundred Ninety and 25/100 -- Dollars ($ 70,590.25 ), which is 5% of the Principal's bid. WHEREAS, on the 4th day of June 2021 . the said Principal, herein, executed a contract with the Obligee, for Tukwila Lift Station #2 and Forcemain Improvements, Project No. 90440205 WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained fund AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth retained percentages in RCW 60.28. PROVIDED HOWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this 8th day of June Travelers Casualty and Surety Company of America Surety By: _ Attorney -in -F ', T 1s Long HUB International Northwest, LLC Name and Address of Local Agent 835 N. Post Street, Suite 203 Spokane, WA 990201 Surety Phone No. 509-319-2901 By: , 2021 McCI re a d Sons, Inc. Le. cClure, P'resident Principal TRAVELERS) Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Travis Long of SPOKANE Washington , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. State of Connecticut By: City of Hartford ss. Robert L. Rane — eniorVice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 8th day of June , 2021 . Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached. CITY op7UKwm C-3 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No, 107432078 We, McClure and Sons, Inc. , and Travelers Casualty and Surety Company ofAmerica (Surety) a CT corporation, and as a surety corporation authorized to beme a surety uret upon Bonds of(�on�octoravv�hrnun|cipa|corpo�d, na)nVVaohingUon8tate.onejointlyandseverally ��-'-nai'-k/ bound tothoCity nfTukxvUe' Washington ("Owner"), in the penal munnof ~ One Million Five Hundred Fifty -Four Thousand Three Hundred Ninety -Seven and 31/100 Dollars ($ 1,554,39T31 ), the payment of which sum, on demand, we bind ourselves and our successors, he/rs, adnoinimtnatura, executors, or personal shall repreaentadvoa as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated June 4 , 20 21 between Principal and Ovvnorfor a project entitled l[��U���ILA LIFT STATION #2 ����0 FORCEMAIN 'FK��E8A/4|N IMPROVEMENTS, 'octNo.9044Q205("Contxaot").Theinit|o!pena/oumnaquo|1O0Y6of the Total Bid Price, including sales tax, as specified in the Proposal submitted by NOW, THEREFORE, this Payment and Performance Bond shall bmsatisfied and released onk/ upon the condition that Principal:` • Faithfully performs all provisions ofthe Contract and changes authorized bv{}wmerin the nnannerand xvithinthe tirneopao)�edaonnoybeextended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier uuboontnactony, material men and all other persons oragents who supply |abor, equipment, ormaterials to the ' Project; • Indemnifies and holds {}vvner, its ofUcero, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equiprnent, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner aJJ expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, |iobi/iUea, causes of action, damages and costs, including property damages and personal ijuries, resulting from any defect appearing or developing in the materia! provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting �E���o��� design a|areto�edbvC�vnerinconngcUnnvv8hthe Project. —`"� 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 sha!I in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time alteration, oraddition tothe ternnoofthe (�on[nactorthe VVork. vviththe exception that ` Surety shall be notified if the Contract time is extended by more than twenty percent (20%). |fmnynnodifioabonorchangeinnreemesthetotaiannounttobepoidundarthaContnactSurety'sob|igationunderthiaPaymnentmndPe�nrnnonoaBondahaUautommtioa||yincmeaneino'|/ko ^ amount. Any such increase shall not exceed twenty-five (vepmromn�25Y6)ofthe ohQino|amount ofthe Poynlontand Pa�ornnanceBond vvithoutthe 'prior vvh�en consent ofSurety. Tuxwiu\ Lin- STATION #2 AND FORCEMAIN IMPROVEMENTS CITY OF TUKWILA PAYMENT AND PERFORMANCE BOND C-4 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 8th day of June , 20 21 Mc lur and Sons, Inc. incipal ig a r of Authorized Official Les McClure, President Title Travelers Casualty and Surety Company of America Surety Signe re0Authotized Official By Travis Long Attorney in Fact (Attach Power of Attorney) Name and address of local office of HUB International Northwest LLC agent and/or Surety Company: 835 N. Post Street, Suite 203 Spokane, WA 99201 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. LIFT STATION #2 AND FORCEMAIN IMPROVEMENTS PROJECT NUMBER 9044021)5 RA netnu •)n14 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Travis Long of SPOKANE Washington , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 its Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate at or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached, I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 8th day of June , 2021 . tC✓ Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: CBD Sanitary Sewer Rehabilitation Project No. 91140203 The asbestos concrete pipe in the CBD (commercial business district) is approximately 45 years old and DESCRIPTION: becoming soft. Slip lining the pipe will reinforce the strength with little impact to roadways and minimal excavation. JUSTIFICATION: If the pipe collapses, the street will have to be excavated and the cost of the repairs will be significant. We have had four major pipe failures on Andover Park West and Andover Park East. STATUS: In 2014 and 2015, over 10,500 feet of asbestos sanitary sewer pipe were relined. In 2020 through 2024, 15,000 feet of asbestos sewer is scheduled to be relined. MAINT. IMPACT: Reduced maintenance and repair costs. COMMENT: A Public Works Trust Fund loan was successfully obtained in 2012 for $750k. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Project LocatioJn� TiPi remr� s; i ut IA0 Ali 11 Design 436 45 45 50 50 50 NININININININININININININININININININININININININININININININININININININININININININININININININININININININININININININININININININI' 676 Land (R/W) 1 1 Const. Mgmt. 429 120 150 120 50 50 919 Construction 2,418 1,100 1,500 1,000 450 450 6,918 TOTAL EXPENSES 3,284 1,265 1,695 1,170 550 550 0 0 0 8,514 FUND SOURCES Awarded Grant 0 PW Trust Fund 750 750 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 2,534 1,265 1,695 1,170 550 550 0 0 0 7,764 TOTAL SOURCES 3,284 1,265 1,695 1,170 550 550 0 0 0 8,514 2021 - 2026 Capital Improvement Program 70 Project LocatioJn� TiPi remr� s; i ut IA0 Ali 11 � ,W a �ll�� LIPIwned _ 00 n l rr vmr 1 ....,'"d � T� � Ill ,. ..,.. * ,4 is II i ..� I NININININININININININININININININININININININININININININININININININININININININININININININININININININININININININININININININININI' 2021 - 2026 Capital Improvement Program 70 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Sewer Lift Station No. 2 Upgrades Project No. 90440205 DESCRIPTION: Install new pumps, motors, control system, backup generator and 2,700 LF of force main from Minkler Blvd to Strander Blvd. JUSTIFICATION: Sewer Lift Station No. 2 upgrade will account for the future full development of Tukwila South. STATUS: Generator replacement, concrete slab, pump upsizing, and replacement of pump's motor control system are scheduled for 2020/2021 MAINT. IMPACT: Reduce liability if the existing slab breaks the power connection at the sewer lift station. COMMENT: See Tukwila South development agreement for future funding and ULID requirements. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES su y l". aeon F4a d G T k u" Design 102 30 Twmmt s �....� m y r y d ��F 100 232 Land(R/W) M v'e, `__ g inM k gri, h � bm n III, mi ( 0 Const. Mgmt. 50 20 200 270 Construction 35 800 150 2,000 2,985 TOTAL EXPENSES 137 880 170 0 0 0 0 0 2,300 3,487 FUND SOURCES Awarded Grant 0 Proposed Bond/ULID 2,300 2,300 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 137 880 170 0 0 0 0 0 0 1,187 TOTAL SOURCES 137 880 170 0 0 0 0 0 2,300 3,487 2021 - 2026 Capital Improvement Program 72 su y l". aeon F4a d G T k u" �+a,os � Twmmt s �....� m y r y d ��F „ m fie:, M v'e, `__ g inM k gri, h � bm n III, mi ( qq y IS 2021 - 2026 Capital Improvement Program 72