Loading...
HomeMy WebLinkAboutTIS 2022-01-18 Item 2B - Bid Award - Macadam Road South Water Upgrade and Sidewalk Improvement with Laser Underground & EarthworksCity of Tukwila Allan Ekberg, Mayor Public Works Department .. Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/City Engineer BY: Adib Altallal, Utilities Engineer CC: Mayor Allan Ekberg DATE: January 14, 2022 SUBJECT: Macadam Rd S Water Upgrade & Sidewalk Improvements Project Project No. 90440105 Construction Bid Award ISSUE Approve construction bid award with Laser Underground & Earthworks, Inc. for the Macadam Rd S Water Upgrade and Sidewalk Improvements Project. BACKGROUND In 2015, the City contracted with PACE as the design consultant for the Macadam Rd S Water Upgrade Project, along with the Andover Park E Water & Sewer Improvements under Contract No. 15-116. In 2017, the design was put on hold due to construction cost estimates coming in higher than proposed in the 2019-2024 Capital Improvement Program. Due to limited fire flow issues, the project design contract was renewed, and the project budget allocated was increased. DISCUSSION A call for bids was advertised for the Macadam Rd S Water Upgrade and Sidewalk Improvements Project on November 29, and December 6, 2021. Eight bids were opened on December 14, 2021, and the confirmed lowest bidder was Laser Underground and Earthworks, Inc. with a bid of $1,984,474.81. The engineer's estimate was $2,202,884.77. The City has contracted with Laser Underground and Earthworks, Inc. on previous projects and has provided satisfactory work. FINANCIAL IMPACT Construction costs associated with the Macadam Water Upgrade will be funded by the water enterprise fund. The construction bid award also includes costs for the sidewalk improvements which will funded by a recently awarded Transportation Improvement Board grant and general funds from the Macadam Rd Complete Streets project. The Macadam Rd S water upgrades and sidewalk improvements were planned in coordination to efficiently complete both projects at a reduced cost. Cost Estimate Contract $1,984,474.81 Contingency — 10% 198.447.49 Total $2,182,922.30 Fund Source Water Fund TIB Grant General Fund 2022-23 Construction Budget $1,800,000.00 320,000.00 80.000.00 $2,200,000.00 RECOMMENDATION Council is being asked to approve the construction award with Laser Underground & Earthworks, Inc. in the amount of $1,984,474.81 for the Macadam Rd S Water Upgrade and Sidewalk Improvements Projects and consider this item on the Consent Agenda at the January 24, 2022 Special Meeting. Attachments: 2021 CIP, Pages 5 & 61 Laser Underground Construction Contract Bid Tabulation 13 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Macadam Rd South Complete Street Project No. 91710302 Construction of a complete street design for Macadam Rd South between South 144th St and S 150th St. DESCRIPTION: The project will require roadway widening and re-channelization to add 5 -foot bike lanes and 5 -foot sidewalks on both sides of the roadway, and includes illumination, curb, and storm drainage. JUSTIFICATION: Enhance safety for students walking to Foster High School and Showalter Middle School and encourages transportation choices for the neighborhood. STATUS: MAINT. IMPACT: New sidewalk and pavement will need to be maintained. COMMENT: WSDOT Pedestrian/Bicycle grant submitted in April 2018, but unsuccessful. Match will be the Water Improvements. Apply for same grant in 2020 for design and 2022 for construction. FINANCIAL Through Estimated (in $000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Size' �� Project Location�r �� --.AN ♦ N Design Mil 400 Ill NV ♦, s 'Tit 400 Land (R/W) Aill „ g 100 �• ,g 100 Const . Mgmt. m $ 144 St tomg 400 �� ` 400 Construction MIK 6 St '' 1 2,700 . 2,700 TOTAL EXPENSES 0 0 0 500 3,100 0 0 0 0 3,600 FUND SOURCES •EL 011,.- \ 5756 L,„. � \ `7nO9 FOCI41 t A- Awarded Grant V la St 'Ad,- Oreon S 160 1414' 119,!, St 7. Tukwiea Pkwy a ( 0 Proposed Grant 450 2,800 3,250 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 0 0 0 50 300 0 0 0 0 350 TOTAL SOURCES 0 0 0 500 3,100 0 0 0 0 3,600 2021 - 2026 Capital Improvement Program 5 14 Size' �� Project Location�r �� --.AN ♦ N Mil Ill NV ♦, s 'Tit 1111 MA! Aill „ g �• ,g Z� m $ 144 St tomg m �� ` MIK 6 St '' 1 m . r 12- nimmik. � % 47 S 11111111 •EL 011,.- \ 5756 L,„. � \ `7nO9 FOCI41 t A- V la St 'Ad,- Oreon S 160 1414' 119,!, St 7. Tukwiea Pkwy a ( 2021 - 2026 Capital Improvement Program 5 14 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Macadam Rd S Water Upgrade Project No. 90440105 DESCRIPTION: Design and construct 4,300 LF of 10" waterline in Macadam Rd S from S 144th St to Southcenter Blvd. JUSTIFICATION: Improve fire flow water quality to the north side of Tukwila Hill. STATUS: Project now scheduled for 2021/2022. MAINT. IMPACT: The new waterline will eliminate maintenance time for flushing the dead end line while increasing service reliability. COMMENT: Pedestrian/Bicycle Program grant for sidewalks unsuccessful in 2018, with water funds used as a match. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Project Location =`IN121kitr- 1 >01 _Aik` illiffill W--� o Design 68 100 50 50 V Ill 268 Land (R/W) •'' 4 .'i St . 5148 0 Const. Mgmt. �� t. m •'�� 250 50 300 Inirill 600 Construction 300 300 950 'MMffigigyi '3156 St Vt 1,550 TOTAL EXPENSES 68 0 650 400 1,300 0 0 0 0 2,418 FUND SOURCES 0. st . I,Ihii1lll " .16o Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 68 0 650 400 1,300 0 0 0 0 2,418 TOTAL SOURCES 68 0 650 400 1,300 0 0 0 0 2,418 2021 - 2026 Capital Improvement Program 61 15 Project Location =`IN121kitr- 1 >01 _Aik` illiffill W--� o , Ian k V Ill Mill1 111 •'' 4 .'i St . 5148 m 5144 St, .150 St �� t. m •'�� , k. Inirill S[ ' 'MMffigigyi '3156 St Vt . et, I � S158St �i �` `S♦ a,TiTil t_ Af��ii.�����i `�\�� ��GI51 0. st . I,Ihii1lll " .16o 2021 - 2026 Capital Improvement Program 61 15 CITY OF TUKWILA C-1 AGREEMENT FORM CONTRACT NO. THIS AGREEMENT is made and entered into on this day of , 20, by and between the City of Tukwila, Washington ("Owner") and ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS, Project No. 904 401 05, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) (Contractor) By: By: Mayor Title: Attest: Attest: This day of , 20 This day of , 20 City Clerk Contractor's License No. Approved as to Form: City Attorney Address for giving notices: Address for giving notices: MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2011 CITY OF TUKWILA AGREEMENT FORM C-2 This Page Is Intentionally Left Blank. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 20 CITY OF TUKWILA C-3 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. We, , and (Principal) (Surety) a 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 Dollars ($ ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated , 20_ , between Principal and Owner for a project entitled MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS, Project No. 904 401 05 ("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. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 204 CITY OF TUKWILA PAYMENT AND PERFORMANCE BOND C-4 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 day of , 20 Principal Surety Signature of Authorized Official Signature of Authorized Official By Title Attorney in Fact (Attach Power of Attorney) Name and address of local office of agent and/or Surety Company: 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. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 209 CIT' OF TUKWILA P-1 Contractor's Name 111 p c ' r PROPOSAL (unit L CkS, ev ,Ra fir MINA t tat*W CY S ., Contractor's State License No. SAS E TU i t.- 00 - City 0 - City of Tukwila Project Nos. 904 401 05 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 MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS, which project includes, but is not limited to: Construction of water mains, storm drains, sidewalk and roadway reconstruction within the right- of-way of Macadam Road including, but not limited to, approximately 4,600 lineal feet of 6" to 12" water main, along with hydrants, valves, and services, and other appurtenances, approximately 55 lineal feet of 12" storm drain, storm drain manholes and catch basins, full - width pavement reconstruction, HMA overlay, channelization and pavement markings, sidewalk and driveway reconstruction, ADA sidewalk curb ramps, and other miscellaneous items to complete the Work 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 all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) bid bond or ❑ cash, El cashier's check, ❑ certified check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within one -hundred -fifty (150) calendar days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 202120 CITY OF TUKWILA PROPOSAL P-2 MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS Project No. 904 401 05 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 (combined total of Schedules A (Base Bid), B, and C, not including the Schedule A Additive Bid Items). The OWNER reserves the right to construct one, two, or all three bid schedules, depending on funds available for the project at the time of the Notice to Proceed. BID SCHEDULES SCHEDULE A: WATER MAIN IMPROVEMENTS (BASE BID) ITEM NO. SPEC ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT A-1 1-04 Unexpected Site Changes 1 FA $50,000.00 $50,000.00 A-2 1-05 Construction Surveying and Staking 1 LS (3,bOb.00 13101)0•bD A-3 1-05 Resolution of Utility Conflicts 1 FA $10,000.00 $10,000.00 A-4 1-07 Erosion and Water Pollution Control 1 LS I1DOb.®0 I 1000.00 A-5 1-09 Mobilization 1 LS 40000.10D gofoot .o ? A-6 1-10 Traffic Control Devices 1 LS 5,O00.00 rj, D00.00 A-7 1-10 Traffic Control Labor* 1,000 HR g'0,o 0 go( 000.60 A-8 1-10 Uniformed Police Officer (min. $120/hr)* 50 HR 120,00 b 1000.00 A-9 4-04 Crushed Surfacing Top Course* 4,000 TN 2,0 .0 0 £0,000.00 A-10 4-04 Crushed Surfacing Base Course* 550 TN 20.O O I l Oa .00 A-11 5-04 HMA CL. 1/2" PG 58H-22* 1,550 TN Iad,00 millijmoo A-12 5-04 2" Pavement Grind 6,700 SY 5.00 331500.00 A-13 7-08 Cap & Block Existing Main 2 EA l,s0ti3. ) 11IOic. o A-14 7-09 Trench Safety 1 LS (IMO. a'0 11U00.0O A-15 7-09 12 -in. Diam. D.I. Pipe & Fittings 4,325 LF 12.0.0.0 519,000,op A-16 7-09 10 -in. Diam. D.I. Pipe & Fittings 14 LF g5,0o 1119J. OD A-17 7-09 8 -in. Diam. D.I. Pipe & Fittings 24 LF x.00 11/2,0.00 A-18 7-09 Additional Water Main Fittings* 10,000 LB 1,00 IO,0O0m0 A-19 7-09 Connection to Existing Main 4 EA i, 6W.00 Z oob .®0 A-20 7-09 1" Combination Air Release/Air Vacuum Valve Assembly 2 EA (01000.00 121,000.00 A-21 7-09 2" Blowoff Assembly 1 EA 51040. ®D 5, 0100. W MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 202f 1 CITY OF TUKWILA PROPOSAL P-3 ITEM NO. SPEC ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT A-22 7-12 12" Gate Valve & Box 9 EA 21000, co I',000.o A-23 7-12 8" Gate Valve & Box 1 EA 1100D.00 1000.00 A-24 7-12 6" Gate Valve & Box 2 EA t IDo0.00 2.,Oc .oO A-25 7-12 Remove Existing Valve Box 5 EA 3015.0® (1500.00 A-26 7-14 Fire Hydrant Assembly 9 EA (olot0.00 5L, Q00.00 A-27 7-14 Remove & Salvage Existing Fire Hydrant 7 EA 2'000.00 l`t,op0.ora A-28 7-15 3/4" Water Service 17 EA 21000.00 3Lti cto. 00 A-29 7-15 1" Water Service 3 EA 21500,pO 115m pp A-30 7-15 11/2" Water Service 4 EA 41000.6b II01000.0 0 A-31 7-15 2" Water Service 1 EA 5100 D0 51000.00 A-32 8-02 Restoration and Cleanup 1 LS 1I006.®® 114 0.00 A-33 8-04 Remove and Replace Concrete Curb & Gutter 120 LF 50.00 to, doo.0,0 A-34 8-04 Remove and Replace Concrete Sidewalk 130 SY 100.00 131000.00 A-35 8-04 Replace Asphalt Curb 500 LF 15.0D 1,900.00 A-36 8-20 Replace Induction Loop Vehicle Detector* 2 EA 1,00 2, . co A-37 8-22 Channelization and Pavement Markings 1 LS 1 r b .p D . Op 1Q0t *Not subject to Section 1-04.6. SUBTOTAL SCHEDULE A (BASE BID) 1 , 3C7 I 0/2..00 10.1% SALES TAX 140/552.g] TOTAL SCHEDULE A (BASE BID) 1 , 552.• lloY . g] SCHEDULE A ADDITIVE BID SCHEDULE: WATERMAIN IMPROVEMENTS ITEM NO. SPEC SECT. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT AA -1 5-04 HMA CL. 1/2" PG 58H-22* 256 TN MOO IA(p1 O.0D AA -2 5-05 2" Pavement Grind 2,225 SY 5,00 00 t t i n n *Not subject to Section 1-04.6 1 SUBTOTAL SCHEDULE ADDITIVE BID ..rr�� 59' 1(4G• Op 10.1% SALES TAX L010349.2-7 TOTAL SCHEDULE A ADDITIVE BID 1pt3 • $O1 a #2-71 MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2022 CITY OF TUKWILA PROPOSAL P-4 SCHEDULE ITEM NO. B SPEC SECT. SIDEWALK IMPROVEMENTS QTY UNIT UNIT PRICE TOTAL AMOUNT ITEM DESCRIPTION B-1 1-04 Unexpected Site Changes 1 FA $25,000.00 $25,000.00 B-2 2-01 Clearing and Grubbing 1 LS 1 15; Obb. of 15, CW .oX_ ',000.00 B-3 2-02 Tree Removal 2 EA 2,1504-3. p B-4 2-02 Remove Concrete Curb and Gutter 30 LF it'S.00 41300 B-5 2-02 Remove Concrete Sidewalk* 16 SY 2.35.00 311(oO. 00 B-6 2-03 Gravel Borrow, Incl. Haul* 250 TN 20.00 91900.00 B-7 2-03 Roadway Excavation Incl. Haul.* 200 CY 20.0 09.1 000.00 B-8 4-04 Crushed Surfacing Base Course* 300 TN 20.00 (01000.0D B-9 5-04 HMA CL. 1/2" PG 58H-22* 550 TN . [ l®.00 1041501). co B-10 7-09 Adjust Existing Utility to Finished Grade 2 EA 2,x.100 1. pot.O0 B-11 8-02 Buffer Restoration 1 LS '1c)oo.ba_ 5,603 C1e300.be_ tgoi .00 B-12 8-04 Cement Concrete Traffic Curb and Gutter* 1 100 LF B-13 8-06 Residential Driveway* 30 SY '3q-0 a op 102.0O ®O B-14 8-14 Cement Concrete Sidewalk 600 SY ? 5, 0-0 . 5 Itr C}Dp,e,p B-15 8-24 Concrete Block Retaining Wall 700 LF IV) ff .pp d 12.,oup.px *Not subject to Section 1-04.6 TOTAL SCHEDULE B 4-15 , 31 D. O V Per WAC 458-20-171 Sales Tax Shall Be Included in the Unit Price for Each Bid Item SCHEDULE C. DRAINAGE IMPROVEMENTS ITEM NO. SPEC SECT. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT C-1 1-04 Unexpected Site Changes 1 FA $5,000.00 $5,000.00 C-2 2-03 Remove Culvert 1 LS 30.00 31 15jp,p® C-3 4-04 Drainage Rock* 250 TN % 00 131 7 e0.00 C-4 7.02 Corrugated Polyethylene (CPEP) Storm Sewer Pipe, 12 -In. Diam. 60 LF -76.O 0 500 . oD C-5 7-05 Catch basin Type 1 1 EA to 010,0•00 to Coo bo C-6 7-05 Connect to Ex. Storm Drain 1 EA 14-e11)0.00 14.1000 .on *Not subject to Section 1-04.6 TOTAL SCHEDULE C 37, 000.0-0 Per WAC 458-20-171 Sales Tax Shall Be Included in the Unit Price for Each Bid Item MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 202?3 CITY OF TUKWILA PROPOSAL P-5 TOTAL SCHEDULE A (Base Bid) 1 "J 2)110 4. 9'1 TOTAL SCHEDULE B 1+16 3 M. 00 TOTAL SCHEDULE C r 371 OW,0 0 TOTAL AMOUNT OF BASE BID I ,q q , 4-74 0 $1 Total Bid Price in Words: 0 f V' (`)1 all pi.1 Y1 t Ktki(14 Ye OC . 'ct) k- �1Thav o r tu�v1 r -e 004e. seeeyt - (Ws O c4-eAllittl) CQkts 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 ere met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard- copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner: The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title: Date: MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2024 CITY OF TUKWILA PROPOSAL P-6 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt Mtv/21 Addendum No. 3 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is Bidder: of IN . 1-lndlvek Dir. 1 PP Or►a �� L (Name) (Address) 67 1 lCJ taser r ut_va-e-vm uja `(, t os t\imtrcS 1:1-- Signature of Authorized Official: V `I,, Printed Name and Title: (� n tc e / a y flk, . ,r EO —C/Mftn t 'd 1 1'thINV E Address: (-Snuff) kq 1 WW WILD Check One: ❑ Individual ❑ Partnership State of Incorporation:A\la um tuyi ❑ Joint Venture corporation Phone No.: 306- 1153-352 Date: This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidenc of authority to sign). Lse.)efo,r i qj_- J cukiht\J' t� 2. A bid must be received on all items. If either a unit price or an extensionUis 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. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 25 Bond No. LSM1355368 CITY OF TUKWILA P-7 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). -OR- Bid Bond: The undersigned, Laser Underground & Earthworks, Inc. (Principal), and RLI Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of Total Amount Bid dollars ($ 5% of Total Amount Bid ), 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 MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS, Project No. 904 401 05, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 6th day of December , 2021 Laser Underground & Earthworks, Inc. Principal RLI Insurance Company ••. S 1 A L .' ? Surety ,.� „,c,;,0,,,;‘,,,,,, o �a, ,,n;‘,10,„.„„ `� s �v 0� ��CIN0�5 By %.' °,1f.:" -- Signature ,+ -Signature of Authorized Official Attorney in Fact' Garry Niehl (Attach Po�lwry• '�•/er of t mek) • • a aD MaM9 P/*\C/ Title g Name and address of local office of agent and/or Surety Company: ••• • ,► Niehl Insurance Agency Inc• • • • • • ,Z° 375 118th Ave. SE, #103▪ fiii„LLIa0"�,„ Bellevue, WA 98005 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. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 26 POWER OF ATTORNEY RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: Bond No. LSM 1355368 That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That the RLI Insurance Company , a corporation organized and existing under the laws of the State of Illinois , and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Gary Niehl in the City of Bellevue , State of Washington , as it's true and lawful Agent and Attorney In Fact , with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, specifically for the following described bond. Principal: Obligee: Bond Amount: Laser Underground & Earthworks, Inc. City of Tukwila 5% of Total Amount Bid The acknowledgement and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. The RLI Insurance Company further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Company , and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." W WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 6th day of December , 2021 . State of Illinois } SS County of Peoria On this 6th day of December 2021 before me, a Notary Public, personally appeared Barton W. Davis , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Catherine D. Glover Notary Public NOTARY ruse STATE OF ue/as, CATHERINE D. GLOVER OFFICIAL SEAL Notary Public . State of Illinois My Commission Expires March 24, 2024 RLI Insurance Company By: Barton W. Davis Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, 1 have hereunto set my hand and the seal of the RLI Insurance Company this 6th day of December , 2021 RLI Insurance Company By: jic*. Corporate Secretary A000622 I _SU,{3l_E31D CITY OF TUKWILA PROPOSAL P-8 This Page Is Intentionally Left Blank. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 20248 CITY OF TUKWILA P-9 NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS, Project No. 904 401 05. U nd yvekYd fav-} gra K -S , Till c . Name of Firm Sig ;Sure of Authorized (cial Title SEAL c, -Eo Rot.A04/15 V(wi-e,Y To report bid rigging activities call: Signed and sworn to before me: O2 n_,, Dated: 0Q`�, wY30-Q- \� '2 Notary Public in and for th St to of Commission Expires: 4 9- tri L - NOTICE TO ALL BIDDERS 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 202?9 CITY OF TUKWILA PROPOSAL P-10 This Page Is Intentionally Left Blank. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2024° CITY OF TUKWILA P-11 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: LaseirU(& J 5V ux6. rc/ DI c. Address of Bidder: win 17 () 7I AVE D'L SnommiSh WP1/4 °IWIL9 City n State 1 1- c1Zip Code(� Contractor's License No.L SEROWP1c 3 WA State UBI No. tot, -7.109 1 - -G 9? Dept. of L&I License Bond Registration No.SSS1/O.?J' 157 Worker's Comp. Acct. No.g.13 7 3 Ell 0 7 Bidder is a(n): ❑ jndividual ❑ Partnership ❑-Je9,int enture [V Incorporated in the state of IS I Vil List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from Bank Reference getQkgs.f� Bank No. of regular full-time employees: `.0 Year Sierra Seim 0,rA ti -a-375- 2506 Account Officer Officer's Phone No. Number of projects in the past 10 years completed:"' ahead of schedule t1-31? on schedule behind schedule Bidder has had experience in work c mparable to that required for this Project: As a prime contractor for %J years. As a subcontractor for J 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 WA \+; h v.-901 \ d �3 y �►'s _ o h }??vf j5t taro/ in • s h \tW\ levy. Vey -er Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifi ations of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? j/Yes ❑ No Surveyor's Name: P:irktflok51tng.,�! vvts O Vnrinviticil, Luc, MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 202131 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. Project Name Year Completed 2.0 kxttow th11 WhI NA tit 2017 U1tA-e pkuserr\ y\+ ib 19 19 012 1�$ h sE soccukcl r- '2.01°1 wM Iftiewunf 2,021_ 207,E t\c- W ll-cAtv.st3 2102) QP.Int1 P 14C.hIM �eD1�cr�ml?>►r 2o12 Contract Owner/Reference Amount Name and Phone +ncd-N- 7315 sal" 3�; 7271 S ��73i} Pi— ti 07(p:431°41e List all projects undertaken in the last 10 years which have resulted in partial or final settlemeht of the Contract by arbitration or litigation in the courts: Name of Client and Project Contract Amount Total Claims Arbitrated or Litigated Amount of Settlement of Claims HSS Bidder, or any representative or partner thereof, ever failed to complete a contract? No ❑ Yes If yes, give details: HLBidder ever had any Payment/Performance Bonds called as a result of its work? No ❑ Yes If yes, please state: Project Name Contracting Party Bond Amount 'cider ever been found guilty of violating any State or Federal employment laws? No ❑ Yes If yes, give details: MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 32 CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM P-13 Has Bidder ever files'for protection under any provision of the federal bankruptcy laws or state insolvency laws? f1 No ❑ Yes If yes, give details: Ha any adverse legal judgment been rendered against Bidder in the past 5 years? No ❑ Yes If yes, give details: • Has Bidder or any of its employees filed any claimsith Washington State Workman's Compensation or other insurance company for ac/ dents resulting in fatal injury or dismemberment in the past 5 years? ❑ No ® Yes If yes, please state: Date 1/10/19 10e CVS ire ►-61 -M-1- 1---/T 5 -- 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/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Cm Title: C,1J IM(LIAMOR.5 Date: IS/ LL' 1 Z_1 MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 20243 CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM P-14 This Page Is Intentionally Left Blank. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 20244 CITY OF TUKWILA P-15 CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, December 14, 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. Laser Linctevivt two o v K_S Bidde.Ls Business Name Sig ry6t'urree of'AAuthorized Off ial* Cl 11 Cf Patif lA .r ( rn?n� Printed Name `� c MOP 6(11 ear -11/1P/' Title12_ - 111--).1 SnolAsp*If\ W PK Date City Check One: Sole Proprietorship ❑ Partnership ❑ State Joint Venture ❑ Corporation EV State of Incorporation, or if not a corporation, State where business entity was formed: lnl aSt6-Yi 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. (SOLCt fAC.AAIh --cel' skin o 'ww1- ) MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 20245 CITY OF TUKWILA CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES P-16 This Page Is Intentionally Left Blank. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 202146 CITY OF TUKWILA P-17 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT 51O sG-L gunQ.hoe Zoo b)Wituad-6-v b15 - kat p 1)-e}1( AZ. --3k3 lZ��a�d cLu.rn,� i�ru�k. l 5cj-eKcG,vCci-mf 2017 221 melt a -f - -e��lle� 4klllZnl Mr] tnAlfri r,0l.l-mf fl Labor to be used: FO — 1 -riA0(_- don \/‘r ) ?ipf. ia-)/-ex -1 a)osYeav'-- ,-�tQ,cv - 2 , -rLs — W,Se)( UN! MY161 bi419454C, Name of BI erntte ature of Authorized Official Wie4191111 alnry MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 20247 CITY OF TUKWILA PROPOSED EQUIPMENT AND LABOR SCHEDULE P-18 This page is intentionally left blank. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 20248 Cir' OF Tui wii P-19 PROPOSED SUBCONTRACTORS Name of Bidder L ,Ser mud tdf+itwolt= ice. 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 L • 1 Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid (..,kerilcr(CO1/4.1)- 1-r ci r-‘,5 orliti);(,-) Style in,5 TA, (1 ( 409 5.obe 4,01:ic ia6 cc/x.04101�-/ t c - A33, A3 , l2.. , 613 r lid WORK TO BE PERFORMED BY PRIME CONTRACTOR IAA( Imvielkuktd c_elm.__O•kkikoft wolf - MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 202 American Surveying & Environmental, LLC at a Glance Consulting- Land Surveying & Related Services Founded- September, 2012, formerly known 'American Engineering Corporation Ownership- Privately held S -Corporation Office- Redmond, WA Annual Sales- $600,000+ General Liability Insurance - $1 million/ $2 million policy Professional Liability Insurance - $2,000,000 policy Employees- 4 hourly staff About American Surveying & Environmental, LLC American Surveying & Environmental, LLC is a full- service consulting company offering land surveying and construction surveying & layout services. We have a highly experienced and motivated staff who will work closely with you to serve your project needs. Our office is equipped with a comprehensive network of computer stations and software including the most current version of AutoCAD Civil 3D. Our field crews are equipped with the latest electronic surveying instruments and GPS equipment and are backed by a time -efficient survey calculation and mapping program. Our field survey equipment includes Topcon GPS receivers, Topcon Robotic and Nikon Total Stations, Leica Digital Level and TDS & Spectra Ranger Data Collectors. Areas of Expertise • Boundary and Topographic Surveying • Legal Description Composition • Construction Surveying & Layout • Certified Federal Surveyor • Water Quality Testing/Monitoring • Land Use Planning and Permitting American Surveying & Environmental, LLC Land Surveyors & Consultants Services Provided Land Surveying: • Boundary Surveys • Topographic Surveys and Site Mapping • Horizontal and Vertical Control Surveys • ALTA/ACSM Surveys • Construction Layout Surveying • Survey Monument Perpetuation/Restoration • Easement Exhibits and Legal Descriptions • Parcel Maps • Condominium Surveys & Plans • Long Plat/Subdivision Surveys • Boundary/Lot Line Adjustment Surveys • Record of Survey • Aerial Maps • Hydrographic Surveys • Settlement Monitoring • FEMA Elevation Certificate • As Built Surveys & Record Drawings • Title report and Property Encumbrance Reviews • Land Description Reviews (LDR) — CFedS • Cert. of Inspection & Possession (CIP) - CFedS • Boundary Assurance Certificates (BAC) - CFedS Contact Information Phone: (425) 881-7430 F a x : (425) 881-7731 Website: www.arnerican-engineering.net Michael Sjolin, Principal Registered Professional Land Surveyor— (WA) No. 45174 Certified Federal Surveyor— No. 1570 (CFedS) msiolin@american-engineering.net Brett Garr, Principal Land Surveyor in Training— (WA) No. 1139 bgarr@american-engineering.net Rory Allen, Principal Certified Erosion and Sediment Control Lead rallen@american-engineering.net 1495 148th Ave NE Redmond, WA 98052 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 40 American Surveying & Environmental, LLC Land Surveyors & Consultants STAFF RESUMES Michael Sjolin, Director of Surveys, Principal Registered Professional Land Surveyor No. 45174 (WA) Certified Federal Surveyor No. 1570 Michael has more than Seventeen years' of experience in the land surveying profession. During this time he has conducted and supervised cadastral surveys, topographic surveys and construction layout surveys and been involved as project manager of many different types and sizes of projects. He has vast experience drafting numerous types of survey maps, including boundary surveys, topographic, ALTA, condominium, wetland delineation, long and short plats, GIS mapping, and boundary line adjustments. In addition, he is well -versed at preparing various types of legal descriptions and easement documents including exhibit maps using Autodesk Civil 3D. Michael also has ample experience conducting and supervising FEMA Elevation Certificate surveys used for flood insurance. Michael has a very methodic and systematic approach to insure a high level of quality control. His attention to detail and careful project approach makes him a valuable member of ASE's professional team. Michael's experience also includes performing complex boundary computations and construction staking pre -calculations for a variety of different projects in both the private and public sector. His project experience range includes small residential Tots, large site development projects; both private and public, airports, county roads and state highways. He is highly capable and has the experience needed to simultaneously manage multiple projects from beginning to completion with accuracy and attention to detail and the ability to maintain required project budgets and time constraints. In June of 2012 Michael received Certified Federal Surveyor (CFedS) status from the United States Department of the Interior Bureau of Land Management. The CFedS program, which has been approved by the U.S. Secretary of the Interior, was designed specifically to enhance the level of knowledge and expertise in the professional land surveying community for survey work performed on federal lands and especially on Indian trust lands. To earn the CFedS designation, professional land surveyors must complete approximately 120 hours of course materials prepared by the BLM's National Training Center, in Phoenix, Arizona, and pass the certification examination. To maintain the certification, a CFedS must complete 10 hours of continuing education annually. This certification has provided Michael the additional knowledge and skill to offer superior boundary survey practice. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net Page 5A 41 Brett Garr, Project Manager, Principal Land Surveyor in Training No. 1139 Brett has more than seventeen years' experience as a field surveyor beginning his career as a rodman/instrument operator while working at David Evans and Associates at the Everett office, then worked his way up to Project Manager at American Engineering Corporation. Brett's surveying experience includes many years of experience in field survey layout of plats, roads, water, sewer and other infrastructure. He also has a very broad base of experience in boundary, topographic & mapping surveys for land development and civil design. Brett possesses excellent communication skills and understands exactly what is required to provide the client with superior quality and excellent service. Brett works well with construction contractors and has the ability to simplify and solve most any of the complications that are involved in most public works construction projects. Brett is an especially valuable personnel asset to have on your project team. Brett earned Land Surveyor in Training status in May of 2011 and he is currently working towards obtaining his professional surveyor license here in Washington State. Rory Allen, Project Manager, Principal Certified Erosion & Sediment Control Lead Rory Allen has more than eight years' experience in the field starting his career as a rodman/instrument operator at American Engineering Corporation and working his way up to survey party chief. Rory understands exactly what is required to produce the finished products of mapping and site development and applies that knowledge in gathering field data. Rory is a major player in the mapping and the collection of field data for all projects. Rory has always pushed himself to keep up with equipment technology and is constantly working on ways to keep projects within budget while obtaining all the data that is required for the finished product. In December of 2012 Rory obtained his Certified Erosion & Sediment Control Lead certification. Rory is currently working towards obtaining his 'Land Surveyor in Training' status here in Washington State. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net Page 5B 42 LASER Underground & Earthworks, inc. 20417 87th Avenue SE, Snohomish, WA 98296 (360) 453-3502 Office@laserug.com Date: October 26th, 2021 To: All Whom it May Concern From: Bret Lane, President, Laser Underground & Earthworks, Inc. Re: Signing Authority for Laser Underground & Earthworks, Inc. Effective August 1St, 2021 Janice Lin Dannenberg (CEO and Managing Partner) and Jan Willem Dannenberg (C00 and Managing Partner) have full authority to sign corporate documents on behalf of Laser Underground & Earthworks, Inc. Sincerely, Bret Lane Founder & President, Laser Underground & Earthworks, Inc. 43 Washington State Department of Labor & Industries (haps://Ini.wa.gov) Contractors LASER UNDRGRND & ERTHWRKS INC Owner or tradesperson ................................................................. Principals Lane, Bret Anthony, PRESIDENT KAIN, DANIEL J (End: 10/19/2011) Doing business as LASER UNDRGRND & ERTHWRKS INC WA UBI No. 601 269 998 20417 87TH AVE SE SNOHOMISH, WA 98296 425-251-1636 SNOHOMISH County Business type Corporation License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. LASERUE101 OJ Effective — expiration 09/11/1990— 10/02/2022 Bond RLI INS CO Bond account no. SSB403957 $12,000.00 Received by L&I Effective date 06/23/2010 09/10/2010 Expiration date Until Canceled Insurance .............................. Ohio Security Ins Co $1,000,000.00 Policy no. BKS55878981 Received by L&I Effective date 11/01/2021 12/06/2020 Expiration date 12/06/2022 Insurance history Savings ........................ No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts ........................................ No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements 44 i OMWBE Certifications Minority/Women Business Enterprise (MWBE) Apprentice Training Agent Registered training agent. Check their eligible programs and occupations. Workers' Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. Account is current. L&I Account ID 587,436-00 Doing business as LASER UNDERGROUND & EARTHWORKS Estimated workers reported Quarter 3 of Year 2021 "21 to 30 Workers" L&I account contact TO / KARLA BOWMAN (360)902-5535 - Email: BOWK235@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 Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 06/03/2020 Inspection no. 317958842 Location 206 SW 112th St Seattle, WA 98146 Inspection results date 08/23/2016 Inspection no. 317941624 Location 1404 S. 136th St Burien, WA 98168 No violations No violations 45 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS MACADAM ROAD SOUTH WATER UPGRADE BID TABULATION Tukwila Project 990440105 December 14, 2021 CORRECTION Additive (Not in Base Bid) 46 Engineer's Estimate Reed Trucking and Excavating, Inc. Nordvind Company, LLC Rodarte Construction, Inc. Northwest Cascade, Inc. Kar -Vel Construction, Inc. Active Construction, Inc. (ACI) Marshbank Construction, Inc. Schedule A: Watermain Improvements INK ITEM NO. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT A-1 Unexpected Site Changes 1 FA $50,000.00 $50,000.00 550,000.00 550,000.00 $50,000.00 $50,000.00 550,000.00 550,000.00 $50,000.00 550,000.00 $50,000.00 $50,000.00 $50,000.00 550,000.00 550,000.00 550,000.00 550,000.00 550,000.00 A-2 Construction Surveying and Staking 1 LS $9,000.00 $9,000.00 513,000.00 513,000.00 515,000.00 515,000.00 514,343.75 514,343.75 $15,000.00 515,000.00 513,000.00 513,000.00 $18,000.00 518,000.00 513,000.00 513,000.00 518,000.00 518000.00 A-3 Resolution of Utility Conflicts 1 FA 510000.00 510000.00 510000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 510,000.00 $10,000.00 510,000.00 $10,000.00 $10,000.00 510000.00 510000.00 A-4 Erosion and Water Pollution Control 1 LS $10,000.00 510000.00 $1,000.00 51,000.00 55,000.00 55,000.00 $25,000.00 525,000.00 $22,000.00 $22,000.00 $40,000.00 $40,000.00 530,000.00 530,000.00 $30,000.00 530,000.00 $18,000.00 $18,000.00 A-5 Mobilization 1 LS $175,000.00 5175,000.00 $40,000.00 $40,000.00 5125,000.00 $125,000.00 5200000.00 $200,000.00 $80,395.00 580,395.00 5193,000.00 $193,000.00 $169,000.00 $169,000.00 $240,000.00 $240,000.00 $194,400.00 5194,400.00 A-6 Traffic Control Devices 1 LS $7,500.00 57,500.00 $5,000.00 55,000.00 515,000.00 $15,000.00 $25,000.00 525,000.00 5750.00 $750.00 $13,500.00 513,500.00 5100,000.00 $100,000.00 $20,000.00 520,000.00 55,000.00 $5,000.00 A-7 Traffic Control Labor 1,000 HRS 560.00 $60,000.00 $80.00 $80,000.00 560.00 560,000.00 $83.75 $83,750.00 560.00 $60,000.00 $84.00 584,000.00 $50.00 $50,000.00 $82.00 582,000.00 568.00 568,000.00 A-8 Uniformed Police Officer 50 HRS $120.00 $6,000.00 $120.00 56,000.00 $120.00 56,000.00 $120.00 $6,000.00 $125.00 $6,250.00 5120.00 56,000.00 5120.00 $6,000.00 5145.00 $7,250.00 $130.00 56,500.00 A-9 Crushed Surfacing Top Course 4,000 TN $40.00 $160,000.00 $20.00 $80,000.00 550.00 $200,000.00 $50.00 5200000.00 $30.00 5120,000.00 $40.50 5162,000.00 $28.00 5112,000.00 $50.00 $200,000.00 $30.00 $120,000.00 A-10 Crushed Surfacing Base Course 550 TN 540.00 522,000.00 520.00 511,000.00 560.00 533,000.00 550.00 527,500.00 538.00 520900.00 566.00 536,300.00 528.00 515,400.00 $48.00 526,400.00 550.00 527,500.00 A-11 HMACL. 1/2" PG 586-22 1,550 TN 5160.00 $248,000.00 5190.00 $294,500.00 $150.00 $232,500.00 $128.75 $199,562.50 $150.00 5232,500.00 5166.00 5257,300.00 $180.00 $279,000.00 $145.00 $224,750.00 $136.00 5210,800.00 A-12 2" Pavement Grind 6,700 SY 525.00 5167,500.00 55.00 533,500.00 56.00 540,200.00 $1.34 58,978.00 55.00 533,500.00 54.00 526,800.00 55.50 536,850.00 $4.50 530,150.00 56.00 540,200.00 A-13 Cap & Block Existing Main 2 EA 5500.00 51,000.00 52,000.00 54,000.00 5700.00 $1,400.00 $1,000.00 $2,000.00 5500.00 $1,000.00 52,575.00 55,150.00 52,500.00 55,000.00 51,375.00 $2,750.00 $500.00 51,000.00 A-14 Trench Safety 1 LS 52,000.00 52,000.00 $1,000.00 51,000.00 $5,000.00 55,000.00 525,000.00 525,000.00 5600.00 5600.00 54,700.00 54,700.00 55,000.00 55,000.00 53,450.00 $3,450.00 510,000.00 510,000.00 A-15 12 -in. Diam. D.I. Pipe & Fittings 4,325 LF $135.00 $583,875.00 $120.00 $519,000.00 $95.00 $410,875.00 550.00 $216,250.00 $135.00 $583,875.00 583.00 $358,975.00 $130.00 5562,250.00 $127.50 5551,437.50 $170.00 $735,250.00 A-16 10 -in. Diam. D.I. Pipe & Fittings 14 LF $135.00 51,890.00 585.00 51,190.00 585.00 51,190.00 5100.00 51,400.00 5200.00 $2,800.00 569.00 $966.00 5115.00 51,610.00 $236.50 53,311.00 5300.00 54,200.00 A-17 8-10. Diam. D.I. Pipe & Fitt ings 24LF 5125.00 53,000.00 580.00 51,920.00 585.00 52,040.00 5100.00 $2,400.00 5125.00 53,000.00 $58.50 51,404.00 $112.00 52,688.00 5210.00 55,040.00 5230.00 55,520.00 A-18 Additional Water Main Fittings (est - non contingent item) 10,000 LB 50.50 55,000.00 51.00 510,000.00 54.00 540,000.00 51.00 510,000.00 50.01 5100.00 51.15 511,500.00 50.01 5100.00 53.00 530,000.00 53.00 530,000.00 A-19 Connection to Existing Main 4 EA $4,000.00 516,000.00 57,000.00 528,000.00 56,000.00 524,000.00 510,000.00 540,000.00 $6,000.00 524,000.00 55,600.00 522,400.00 57,500.00 530,000.00 58,000.00 532,000.00 515,000.00 $60,000.00 A-20 1 -in. Combination Air Release/Air Vacuum Valve Assembly 2 EA $5,000.00 510,000.00 $6,000.00 $12,000.00 $6,500.00 $13,000.00 $5,000.00 510,000.00 $4,000.00 $8,000.00 $4,650.00 $9,300.00 $4,000.00 $8,000.00 53,550.00 $7,100.00 $5,000.00 510,000.00 A-21 2 -in. Blowoff Assembly 1 EA 53,000.00 53,000.00 55,000.00 55,000.00 54,800.00 54,800.00 55,000.00 55,000.00 53,000.00 53,000.00 55,400.00 55,400.00 54,000.00 54,000.00 $4,950.00 $4,950.00 $5,000.00 $5,000.00 A-22 12 -in. Gate Valve & Box 9 EA $2,800.00 $25,200,00 $2,000.00 518,000.00 53,500.00 531,500.00 $1,500.00 513,500.00 54,000.00 536,000.00 55,250.00 $47,250.00 53,000.00 527,000.00 54,900.00 544,100.00 53,200.00 528,800.00 A-23 8 -in. Gate Valve & Box 1 EA 52,000.00 52,000.00 51,000.00 $1,000.00 $2,750.00 $2,750.00 $1,200.00 51,200.00 $2,500.00 $2,500.00 $3,050.00 53,050.00 51,600.00 51,600.00 $2,755.00 $2,755.00 $2,000.00 $2,000.00 A-24 6 -in. Gate Valve & Box 2 EA $1,500.00 53,000.00 $1,000.00 52,000.00 51,600.00 53,200.00 $1,000.00 $2,000.00 52,000.00 54,000.00 52,175.00 $4,350.00 51,100.00 52,200.00 $2,100.00 54,200.00 51,500.00 53,000.00 A-25 Remove Existing Valve Box 5 EA 5500.00 $2,500.00 5300.00 51,500.00 $500.00 52,500.00 5500.00 52,500.00 $300.00 51,500.00 $300.00 51,500.00 $2,000.00 510,000.00 5435.00 $2,175.00 $600.00 53,000.00 A-26 Fire Hydrant Assembly 9 EA $7,500.00 $67,500.00 $6,000.00 $54,000.00 $7,000.00 $63,000.00 510,000.00 590,000.00 58,000.00 572,000.00 56,800.00 561,200.00 59,000.00 581,000.00 59,400.00 584,600.00 58,000.00 572,000.00 A-27 Remove & Salvage Existing Fire Hydrant 7 EA $750.00 $5,250.00 $2,000.00 514,000.00 5700.00 54,900.00 55,000.00 535,000.00 5700.00 54,900.00 5575.00 54,025.00 5400.00 52,800.00 5945.00 56,615.00 $1,500.00 510,500.00 A-28 6 -in. Water Service 17 EA $1,800.00 $30,600.00 $2,000.00 $34,000.00 51,900.00 $32,300.00 $1,000.00 517,000.00 $2,200.00 537,400.00 52,075.00 535,275.00 52,600.00 544,200.00 52,450.00 541,650.00 $2,800.00 $47,600.00 A-29 1 -in. Water Service 3 EA 51,800.00 $5,400.00 $2,500.00 $7,500.00 $2,000.00 $6,000.00 $1,200.00 53,600.00 52,400.00 $7,200.00 52,600.00 57,800.00 53,000.00 59,000.00 $2,925.00 $8,775.00 53,000.00 $9,000.00 A-30 1'/, -in. Water Service 4 EA $2,800.00 $11,200.00 $4,000.00 $16,000.00 $3,800.00 $15,200.00 $1,500.00 $6,000.00 $6,500.00 $26,000.00 54,600.00 518,400.00 56,000.00 524,000.00 54,500.00 518,000.00 $5,000.00 $20,000.00 A-31 2 -in. Water Service 1 EA $3,800.00 $3,800.00 $5,000.00 $5,000.00 55,200.00 $5,200.00 $2,000.00 $2,000.00 $7,500.00 $7,500.00 55,300.00 55,300.00 $7,000.00 $7,000.00 $5,400.00 $5,400.00 $7,000.00 $7,000.00 A-32 Restoration and Cleanup 1 LS $7,500.00 $7,500.00 $1,000.00 51,000.00 510,000.00 $10,000.00 525,000.00 525,000.00 $15,000.00 515,000.00 $19,000.00 519,000.00 $20,000.00 520,000.00 57,600.00 $7,600.00 57,500.00 $7,500.00 A-33 Remove and Replace Concrete Curb & Gutter 120 LF $50.00 56,000.00 550.00 56,000.00 $40.00 54,800.00 $20.00 $2,400.00 $90.00 $10,800.00 $60.00 57,200.00 545.00 55,400.00 566.00 $7,920.00 $50.00 56,000.00 A-34 Remove and Replace Concrete Sidewalk 130 SY 550.00 56,500.00 5100.00 513,000.00 575.00 59,750.00 5225.00 529,250.00 5130.00 516,900.00 5110.00 514,300.00 580.00 510,400.00 $89.00 511,570.00 575.00 59,750.00 A-35 Replace Asphalt Curb 500 LF $10.00 $5,000.00 515.00 $7,500.00 $18.00 59,000.00 520.00 510,000.00 $45.00 522,500.00 522.00 511,000.00 515.00 57,500.00 $17.75 58,875.00 $30.00 515,000.00 5-36 Replace Induction Loop Vehicle Detector 2 EA 51,200.00 52,400.00 51.00 52.00 53,000.00 56,000.00 53,437.50 56,875.00 53,500.00 57,000.00 53,050.00 56,100.00 52,750.00 55,500.00 $3,150.00 56,300.00 53,000.00 56,000.00 A-37 Channellzation and Pavement Markings 1 LS $10,000.00 510,000.00 $5,000.00 $5,000.00 $18,000.00 $18,000.00 $47,373.75 $47,373.75 $40,000.00 $40,000.00 $42,000.00 $42,000.00 $25,000.00 $25,000.00 $16,650.00 $16,650.00 $20,000.00 $20,000.00 AA -1 HMACL. 1/2' PG 586-22 (Additive) 256 TN $150.00 538,400.00 $190.00 548,640.00 5150.00 538,400.00 5128.75 532,960.00 5150.00 538,400.00 5166.00 542,496.00 5180.00 546,080.00 5145.00 537,120.00 5136.00 534,816.00 AA -2 2" Pavement Grind (Additive) 2,225 SY $25.00 555,625.00 55.00 $11,125.00 $6.00 513,350.00 51.34 52,981.50 55.00 511,125.00 5400 58,900.00 $5.50 $12,237.50 $5.50 512,237.50 56.00 513,350.00 Construction Subtotal $1,744,615.00 $1,391,612.00 51,518,105.00 51,455,883.00 51,588,870.00 $1,599,445.00 $1,777,498.00 $1,850,773.50 $1,896,520.00 Khedule B: Sidewalk Improvements 8-1 Unexpected Site Changes 1 FA 525,000.00 525,000.00 525,000.00 525,000.00 525,000.00 $25,000.00 525,000.00 $25,000.00 $25,000.00 525,000.00 525,000.00 525,000.00 $25,000.00 525,000.00 525,000.00 525,000.00 $25,000.00 525,000.00 B-2 Clearing and Grubbing 1 LS $3,500.00 $3,500.00 515,000.00 $15,000.00 $8,000.00 $8,000.00 $25,000.00 525,000.00 512,000.00 $12,000.00 575,000.00 575,000.00 530,000.00 530,000.00 52,717.02 $2,717.02 $24,600.00 $24,600.00 13-3 Tree Removal 2 EA 55,000.00 510,000.00 $2,500.00 55,000.00 51,800.00 53,600.00 $2,500.00 $5,000.00 53,800.00 57,600.00 51,675.00 $3,350.00 $2,500.00 55,000.00 $3,250.00 $6,500.00 52,100.00 54,200.00 B-4 Remove Concrete Curb and Gutter 30 LF 550.00 $1,500.00 5145.00 $4,350.00 520.00 $600.00 520.00 $600.00 517.00 5510.00 57.50 $225.00 510.00 5300.00 $10.00 $300.00 $30.00 $900.00 8-5 Remove Concrete Sidewalk 16 50 $50.00 5800.00 $235.00 53,760.00 530.00 5480.00 $112.50 51,800.00 $15.00 5240.00 514.00 5224.00 $20.00 5320.00 $39.50 5632.00 $60.00 5960.00 B-6 Gravel Borrow, Incl. Haul 250 TN $45.00 511,250.00 520.00 $5,000.00 $30.00 57,500.00 550.00 512,500.00 $40.00 510,000.00 539.00 59,750.00 $20.00 55,000.00 $31.00 57,750.00 $30.00 57,500.00 8-7 Roadway Excavation Incl. Haul* 200 CY $25.00 55,000.00 520.00 54,000.00 $60.00 512,000.00 550.00 510,000.00 $50.00 510,000.00 $48.00 $9,600.00 $65.00 513,000.00 $84.50 516,900.00 5100.00 520,000.00 B-8 Crushed Surfacing Base Course* 300 TN $40.00 512,000.00 520.00 $6,000.00 560.00 518,000.00 $50.00 515,000.00 $45.00 $13,500.00 543.00 512,900.00 $28.00 $8,400.00 $55.00 $16,500.00 $50.00 $15,000.00 8-9 HMA CL. 1/2" PG 58H-22* 550 TN $160.00 $88,000,00 $190.00 5104,500.00 5150.00 $82,500.00 $128.75 570,812.50 $150.00 582,500.00 $166.00 591,300.00 $180.00 599,000.00 5140.00 577,000.00 $136.00 574,800.00 0-10 Adjust Existing Utility to Finished Grade 2 EA $500.00 51,000.00 52,000.00 54,000.00 $600.00 $1,200.00 5500.00 $1,000.00 5500.00 51,000.00 5575.00 $1,150.00 5450.00 $900.00 5650.00 51,300.00 5600.00 51,200.00 8-11 Buffer Restoration 1 LS $8,500.00 58,500.00 55,000.00 55,000.00 $20,000.00 520,000.00 $25,000.00 525,000.00 $25,000.00 525,000.00 $19,700.00 519,700.00 $30,000.00 530,000.00 $25,000.00 525,000.00 $25,000.00 525,000.00 13-12 Cement Concrete Traffic Curb and Gutter 1100 LF 535.00 538,500.00 555.00 $60,500.00 530.00 533,000.00 540.00 $44,000.00 536.00 $39,600.00 526.50 529,150.00 540.00 544,000.00 525.00 527,500.00 525.00 $27,500.00 8-13 Residential Driveway 30 55 545.00 $1,350.00 $340.00 $10,200.00 5100.00 53,000.00 $112.50 $3,375.00 5100.00 $3,000.00 5103.00 $3,090.00 5130.00 $3,900.00 $190.00 $5,700.00 5115.00 53,450.00 13-14 Cement Concrete Sidewalk 600 SY 545.00 527,000.00 585.00 551,000.00 570.00 542,000.00 $112.50 567,500.00 $65.00 539,000.00 565.00 539,000.00 5100.00 560,000.00 $55.00 $33,000.00 $75.00 $45,000.00 8-15 Concrete Block Retaining Wall 700 LF $30.00 521,000.00 5160.00 5112,000.00 $55.00 538,500.00 5130.63 591,441.00 558.00 540,600.00 $130.00 591,000.00 $90.00 563,000.00 $138.00 596,600.00 565.00 545,500.00 Construction Subtotal $254,400.00 $415,310.00 $295,380.00 $398,028.50 $309,550.00 $410,439.00 5387,820.00 5342,399.02 5320,610.00 Schedule C: Drainage Improvements 0-1 Unexpected Site Changes 1 FA $5,000.00 55,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 55,000.00 $5,000.00 55,000.00 $5,000.00 $5,000.00 $5,000.00 C-2 Remove Culvert 1 LS $1,200.00 51,200.00 53,750.00 $3,750.00 51,500.00 51,500.00 515,000.00 $15,000.00 53,000.00 53,000.00 52,000.00 52,000.00 52,500.00 $2,500.00 52,500.00 52,500.00 56,000.00 $6,000.00 C-3 Drainage Rock 250 TN $35.00 58,750.00 $55.00 513,750.00 $50.00 512,500.00 $50.00 512,500.00 $32.00 58,000.00 554.00 513,500.00 510.00 $2,500.00 $60.00 515,000.00 $30.00 $7,500.00 C-4 Corrugated Polyethylene (CPEP) Storm Sewer Pipe, 12 -In. Diam. 60 LF $120.00 57,200.00 $75.00 54,500.00 550.00 53,000.00 5100.00 $6,000.00 $125.00 57,500.00 5122.00 57,320.00 $225.00 513,500.00 5170.00 510,200.00 $60.00 53,600.00 C-5 Catch basin Type 1 1 EA 53,800.00 53,800.00 56,000.00 56,000.00 $1,800.00 51,800.00 $2,500.00 $2,500.00 $1,900.00 51,900.00 $1,525.00 51,525.00 $10,000.00 510,000.00 51,750.00 $1,750.00 51,800.00 51,800.00 0-6 Connection to Ex. Main 1 EA 53,000.00 53,000.00 54,000.00 54,000.00 5500.00 $500.00 $1,000.00 51,000.00 52,500.00 $2,500.00 52,000.00 52,000.00 56,000.00 $6,000.00 5950.00 $950.00 $1,200.00 51,200.00 Construction Subtotal = $28,950.00 537,000.00 524,300.00 1 542,000.00 527,900.00 11, 531,345.00 539,500.00 535,400.00 1 525,100.00 Construction Total $2,027,965.00 $1,843,922.00 $1,837,785.00 $1,895,911.50 51,926,320.00 $2,041,229.00 52,204,818.00 $2,228,572.52 52,242,230.00 10.1% Washington State Sales Tax (schedule A only) 5176,206.12 5140,552.81 $153,328.61 5147,044.18 $160,475.87 5161,543.95 $179,527.30 5186,928.12 5191,548.52 Project Total 52,204,171.12 51,984,474.81 51,991,113.61 $2,042,955.68 52,086,795.87 52,202,772.95 $2,384,345.30 52,415,500.64 52,433,778.52 46