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