Loading...
HomeMy WebLinkAbout22-015 - Laser Underground & Earthworks, Inc - Macadam Road South Water Main Upgrade and Sidewalk ImprovementsTO,. 22-015(a) Council Approval 8/22/22 Shoot "I of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE,: August 22, 2022 BUDGET NO.. PW4018ti1 C 5551)0 PROJECT NO,. 90440105 CONTRACT NO.'v 22-015 PROJECT NAME Macadart Road South Water Main Upgrade and Sidewalk Improvements You are hereby directed to make the herein described changes to the plans and speciticatons or do the following described work not included in the plans and specifications on this contract' Conditions. A. The following change, and work affected thereby, are subject to ail contract stipulations and covenants, B. The rights of the "Owner" are not prejudiced, C. All claims against the 'Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Fifield Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A"' We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will) accept as full payment therefore the prices shown above and below. ACCEPTED: Date (1 V-`2-° Contractor By Original Contract (with tax) Previous Change Order This Change Order (with tax) REV. CONTRACT ArvIOUN'T $2,182,922.30 $0 $237,515.50 $2,420,537. 80 Additional Calendar Days for this change: 15 ORIGINAL: Crty Clerk (1 of 2) Contractor (2 of 2) APPROVED Date By HP OF TUKWILA. 09-20-2022 o., sinaa ma SeamleeoDooe oom 8,8 dos. 31, 3c, 4000 8660 05605,23638c Mayor cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Change Orde #1 Ex hibit Project construction costs incurred in July have resulted in a shortfall of $237,615.50. The following items contributed to the overruns: Flagging (Safety) The pjmct bid included costsfortwo flaggers, which was anticipated to totalapproximately 1,000 hoursforthe duration ofthe project. Due to the heavier -than -expected traffic flow from apartment driveways along Macadam Rd, additional flaggers were dispatched for safety reasons during July, resulting in an additional 2,025 hours and extra costs of $162,000. Alternate Schedule Construction pjmobokwoys|no|udmobosmb|d.ondoon|no|udmonoltemoUxmsohmdu|m.wh|oh|smxtrowmrkUhot the City can elect to do on top of a base bid. Typically, both items are awarded together during the bid award phase. For this project,thm Project Manager thought the contractor's original cost estimate of$1,984,474.81 included both the base bid and altemative sohmdu|m, however, it only included the base bid costs. As a result, the base bid and altemative schedule scope language was included |nthe contract without the additional budget needed for the oltmmoUvmschedule. This mistake was not |dmnUfimduntil mid-July, when then the altemative schedule work took place. At that time, staff became aware of the potential overruns, but didn't know the extent of the situation until early August, when the pay estimate was received. Since the funds for the oltemate schedule were never requested from or authorized by Council, the entire schedule is currently treated as an overrun of $67,166.15 in the pject budget. Out of Scope Work The last main component that resulted in overruns was due to out of scope work completed by the contractor. The portion of Macadam Road between 5 152nd Street and SouthcenterBoulevard, under the /QhomoimSchedule mentioned above, included grinding and paving only the east side of Macadam Road (northbound lane). During the grinding process, which took place in mid-July, the subcontractor misunderstood of the limits and grinded the full width of Macadam all the way to Southcenter Boulevard. At that point, not paving the portion of grinded road was not a feasible option. The total cost was approximately $0O.00Ofor the extra grinding and paving that was done out oyscope. After ofew rounds o[ negotiation with the contractor, a potential resolution was reached; in which, the contractor will pay for the entire cost oythe grinding, and the cost of paving will be split approximately evenly between the contractor and the City, the City's portion of pay will be $43,792.00 and benefit by newly paved road for a price well below market value. 1. -act CITY OF TUKWILA AGREEMENT FORM 22-015 Council Approval 1/24/22 C-/ CONTRACT NO. Ct O Lfif 0 lk TI -HS AGREEMENT is made and entered into on this 2-(0 day of 6 , 20 2.2-, by and between the City of Tukwila, Washington ("Owner") and Under oust& emhwerts, 14cContractor"). Now, therefore the parties agree as folio 1. Project. Contractor shall complete all work and furnish all labor, toois, 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. Disclaimr. 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. ikrtfiefertml CITY OF TUKWILA, WASHINGTON (Owner) HP By: Key: J0,1,11.3ebobJ.2,5,e7,caUaSbJae, Mayor 02/03/2022 Attest: This 3rd day of February_, 2022 eSignecl via SeamlessDocs.com Ch/te:dg C36/(etheYM-9 Key: lob,clea.11,52,1,,,,e2a,15,5J, City Clerk Approved as to Form eSigne, via Seamless Docs.com G51741-4-(- oe. (1,5)67.1 -tee City Attorney Address for giving notices: 6200 Southcenter Boulevard Tukwila, WA 98188 (Contractor) By: \.1—Coek ice 4kra-3( Title: 0E0 Attest: This day o ERU Dry , 20 147 Contractor's License No. Addres or giving notices: rith frck/F SP glekiNAHAt 9g29(0 MACADAM ROAD SOUTH' WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 OS DECEMBER 2021 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 2021 CITY OF TUKWILA C-3 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. LSM1355480 We, Laser Underground & Earthworks, Inc. , and RLI Insurance Company (Principal) (Suret)) a minors 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 One Million Nine Hundred Eighty Four Thousand Four Hundred Seventy Four and 81/100 Dollars ($ 1.984,474.81 ), 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 February 3, , 2022, 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; O 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 nd 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 ROAO SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 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 27th day of January , 20 22 Laser Underground & Earthworks, Inc. RLI Insurance Company Principal Surety Name and address of local office of agent and/or Surety Company: By Signature of Authorized Official y�i�tiquaomuwn Gary Niehl re Pct (Attach Pf 0r7 Pa rney'��' Niehl Insurance Agency 375 118th Ave SE, #103 Bellevue, WA 98005 Surety companies executing bonds must appear on the current Authorized Insurance List in themmS)at 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 POWER OF ATTORNEY RLI insurance Company 9025 N. Lindbergh Dr. 'Peoria, It, 6161 5 Phone, 800-645-2402 Arum All Men by These Presents: Bond No. LSMI355480 1 hat this Power of Attorney is not valid or in effect unless attached 10 the bond ,hich it authorizes executed, but may be detached by the approving officer if desired. That the Illinois RLII Insurance Company a corporation organized and existing under the laws of the State of constitute and appoint: Washington conferred upon him/het described bond. Principal: Obligee: Bond Amount:: ...and authorized and licensed to do business in all states and the. District of Columbia does hereby make. Gary N ichl in the City of Bellevue , State of , il's true and lawful Agent wd Attorney In Fact , with full power a.nd authority hereby to sign, execute, acknowledge and deliver for and on its behalf as Surety, specifically for the: following Laser Underground & Earthworks, Inc. City of Tukwila $ 1,984,474.81 the acknowledgement and execution of such bond by the said Attorney in Fact shall be as binding upon the Compa.ny as if such bond had been executed and acknowledged by the regularly elected. officers of the Company.. The RLI Insurance Company Resolution adopted by the I3oard of Directors of further certifies that .the follow ing is 0 true and exact .copy of a REI 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." IN WITNESS WIIEREOF, the Is t •11„ RLI Insurance Company •:-.. ' 0 State o'fllf•inZ.vis '...., ,,, , SS COUntY 0 riP,Oriiadl , 1)!] this _271111 ' „I P4 .rmory .. 2022 , before inc. a Notary Public, personally appeared Barton W. Davis , who being by me dilly 511 om, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RIA Insurance Company and acknowledged said instrument in be the voluntary act and deed of said corporation. has caused .these presents to he executed by with its corporate seal affixed this 27th day of January 2022 111C8c,," RLI Insurance Company By: Catherine 1), Glover CATHERINE D. GLOVER OFFICIAL. SEAL wary Public • Stets of I My Commission Expires Muth 24, 2024 Notary Publie CERTIFICATE Vice President I, the undersigned officer of RLI Insurance Com panv do hereby certify that thc attached Power of Attorney is in full force and effect and is irre•vocable; and .fathermore. that the Resolution of the Company as set forth in the Power of Attorney, is now in force, In testimony whereof, I have hereunto set iriy. hand and the seal of Ihe MA Insurance Conipany thus 27.111 day of january 2022 R1.1 ince Company 13, Jeffrey . ick. • (nporate• Secretary Alt' 06221 S 01.15.......1311) CITY OF TUKwii P-1 PROPOSAL �D �� ' t ��unit price) Contractor's Name D eVl pp'li� 1�'Q�,�, ���1 W 61")(---S ;� C. Contractor's State License No. L -AS E R.0 I tt) 1_ 0 3 - 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, ❑ 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 2021 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 (3Ab.0 0 1110t)0.00 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 16.00 11 000.00 A-5 1-09 Mobilization 1 LS 1,1000. 140 root .00 A-6 1-10 Traffic Control Devices 1 LS 5/Ct0.00 5;000.00 A-7 1-10 Traffic Control Labor* 1,000 HR Z0.0 0 ,01000 8 A-8 1-10 Uniformed Police Officer (min. $120/hr)* 50 HR 12.0,O0 61000.00 A-9 4-04 Crushed Surfacing Top Course* 4,000 TN so .00R '()ft0 0 . 0 0 A-10 4-04 Crushed Surfacing Base Course* 550 TN 200O it %ma A-11 5-04 HMA CL. 1/2" PG 58H-22* 1,550 TN ICIO•oo 1 2_'IL1,5m.Do A-12 5-04 2" Pavement Grind 6,700 SY 5.00 33160040 A-13 7-08 Cap & Block Existing Main 2 EA 240 .1)0 4tte.00 A-14 7-09 Trench Safety 1 LS !iota tb 11000 . 00 A-15 7-09 12 -in. Diam. D.I. Pipe & Fittings 4,325 LF 1.2.0.0.0 619000.0-D A-16 7-09 10 -in. Diam. D.I. Pipe & Fittings 14 LF g5,(A /II CM, OD A-17 7-09 8 -in. Diam. D.I. Pipe & Fittings 24 LF go .t, 0 1 1 12,040 A-18 7-09 Additional Water Main Fittings* 10,000 LB 1,00 votoocvoo A-19 7-09 Connection to Existing Main 4 EA ii, Ott). .22rom.00 A-20 7-09 1" Combination Air Release/Air Vacuum Valve Assembly 2 EA to/001LO° 12.fork.00 A-21 7-09 2" Blowoff Assembly 1 EA 5iCkb. op 5, wo . to MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 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 2,if) op. p0 atom .00 A-23 7-12 8" Gate Valve & Box 1 EA I I/000.0o A-24 7-12 6" Gate Valve & Box 2 EA r0©D.ob (,000,00 7.1000.o0 A-25 7-12 Remove Existing Valve Box 5 EA 300.0Q 11500 .00 A-26 7-14 Fire Hydrant Assembly 9 EA (plpp0.40 54, 000.00 A-27 7-14 Remove & Salvage Existing Fire Hydrant 7 EA 21 ,00 R,rnO A-28 7-15 3/4" Water Service 17 EA z1O 0.00 3 , tbD, 00 A-29 7-15 1" Water Service 3 EA 2150p,00 1, 66 pa A-30 7-15 1'/2' Water Service 4 EA 4/000.01 Polo .00 A-31 7-15 2" Water Service 1 EA 5,00,00 51 Op0.00 A-32 8-02 Restoration and Cleanup 1 LS L,onc.Qp Li460.00 A-33 8-04 Remove and Replace Concrete Curb & Gutter 120 LF rj 0.4 0 Iv, MAYO A-34 8-04 Remove and Replace Concrete Sidewalk 130 SY 100.00 131 000.00 A-35 8-04 Replace Asphalt Curb 500 LF l5.0 0 1,90. Dp A-36 8-20 Replace Induction Loop Vehicle Detector* 2 EA 1,00 2, • pp A-37 8-22 Channelization and Pavement Markings 1 LS 5KAO.6 D 5j5003. Oo *Not subject to Section 1-04.6. SUBTOTAL SCHEDULE A (BASE BID) 11 3q 1 (OP %, 00 10.1% SALES TAX I40 552 . g% TOTAL SCHEDULE A (BASE BID) 1 , 552. 1(0L/ . &'1 SCHEDULE ITEM NO. A ADDITIVE BID SCHEDULE: WATERMAIN SPEC ITEM SECT. DESCRIPTION IMPROVEMENTS QTY UNIT UNIT TOTAL PRICE AMOUNT AA -1 5-04 HMA CL. 1/2" PG 58H-22* 256 in Cq,0.00 0.00 AA -2 5-05 2" Pavement Grind ®® 5.00 1 *Not sub'ect to Section 1-04.6 SUBTOTAL SCHEDULE ADDITIVE BID 5 - • tai? 10.1% SALES TAX • 0 TOTAL SCHEDULE A ADDITIVE BID • 9 , ; O ', ® -7 MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 CM' OF TUKWILA PROPOSAL P-4 SCHEDULE ITEM NO. B. SPEC SECT. SIDEWALK IMPROVEMENTS ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT 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) °ob. oui 19i Cu) .cx) 5 CO).00 B-3 2-02 Tree Removal 2 EA 2 *Act B-4 2-02 Remove Concrete Curb and Gutter 30 LF NS. o V 4 130 0 B-5 2-02 Remove Concrete Sidewalk* 16 SY 2.35.o 0 3,1 (Do. oo B-6 2-03 Gravel Borrow, Incl. Haul* 250 TN 20.0o 9t000 .0o B-7 2-03 Roadway Excavation Incl. Haul.* 200 CY 20.0 0 9.1000.00 B-8 4-04 Crushed Surfacing Base Course* 300 TN 20 . 0 0 ip 1 000.vp B-9 5-04 HMA CL. 1/2" PG 58H-22* 550 TN . No a 00 104,500.00 B-10 7-09 Adjust Existing Utility to Finished Grade 2 EA 21cob .01) tti0ot,00 B-11 8-02 Buffer Restoration 1 LS ibo0.60_ 55.00 ,51e30(,).be_ 470194.120 B-12 8-04 Cement Concrete Traffic Curb and Gutter* 1,100 LF B-13 8-06 Residential Driveway* 30 SY -3q-o , (To 1 02.0.0. 00 B-14 8-14 Cement Concrete Sidewalk 600 SY 5, ot . ;11 t)00,0b B-15 8-24 Concrete Block Retaining Wall 700 LF 14,0 .1'34 112_11 O. 0 *Not subject to Section 1-04.6 TOTAL SCHEDULE B 1+15 3 D. 0 T) Per WAC 458-20-171 Sales Tax Shall Be Included in the Unit Price for Each Bid Item SCHEDULE ITEM NO. C SPEC SECT. DRAINAGE IMPROVEMENTS ITEM DESCRIPTION QTY 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 3-150.00 3150.00 C-3 4-04 Drainage Rock* 250 TN .00 13 7 C-4 7-02 Corrugated Polyethylene (CPEP) Storm Sewer Pi•e, 12 -In. Diam. 60 LF. 760 0 5or) . vo C-5 7-05 Catch basin Type 1 1 EA (0 011)0.0t) le MO .b0 C-6 7-05 Connect to Ex. Storm Drain EA . D. 0 o , up *Not subject to Section 1-04.6 TOTAL SCHEDULE C 00 0 .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 2021 CITY OF TUKWILA PROPOSAL P-5 TOTAL SCHEDULE A (Base Bid) 1 932, 1 10 4' 9J TOTAL SCHEDULE B ItiS 00 TOTAL SCHEDULE C /31D. 37, 000 .a Q TOTAL AMOUNT OF BASE BID 11�,0-t , 4-'74 ;8.1 Total Bid Price in Words: 0 f e v (`)9 ! tInkilkINAttA and {A,,1 ,l OVINKS �ilitAY NAM r -ea seven (Ltues wit)-eA‘lYcl) 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 dre 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 2021 CM' 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 r—/LO/EI 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 of 9:02. N k Vtr. IR Oda. ) (Address) (t,IQirS Bidder: Ulcer Ukha-elmuja r, Vi_vid\oxistr_c Hcou. Signature of Authorized Official: Printed Name and Title: Address: Check One: E Individual Ei Partnership n Picnp am -ti rsnum k1/1 VW 41"-1kD I IA State of Incorporation: IMAM_ LI Joint Venture corporation Phone No.: 3 11,53 Date: 11----19- 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), (See. catwevykmi- fotr toyurn coaltoV 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 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 Laser Underground & Earthworks, Inc. Principal Signature of Authorized Official 613) mafridl fn foytit&t/ Title Name and address of local office of agent and/or Surety Company: , 2021 RLI Insurance Company Surety By ` ttorrl"eyy in Fact Q. f iehl (Attach:Power o0.Attgrney 11 Niehl Insurance Agen 375 118th Ave. SE, #103 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 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 Resolution adopted by the Board of Directors of further certifies that the following is a true and exact copy of a 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." IN 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. . .. "C� POR SEAL By: 030w - Catherine D. Glover CATHERINE D. GLOVER . OFFICIAL SEAL Notary Public - State of Illinois My Commission Expires March 24 2024 Notary Public RLI Insurance Company By: Barton W. Davis CERTIFICATE Vice President 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, I have hereunto set my hand and the seal of the RLI Insurance Company this 6th day of December , 2021 RLI Insurance Company By: feffrcy D. ick Corporate Secretary A000622I SUBS BID CITY OF TuicwILA PROPOSAL P-8 This Page Is Intentionally Left Blank. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 CITY OF TUKWILA P-9 NON -COLLUSION DECLARATION STATE OF WASHINGTON ) COUNTY OF KING ss. 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. 4 4' Name of Firm (A Neyrotmd cdt.v-litow\Rne-rs, Tr' c. Sig re of Authorized Title SEAL C,E0 t1/44cm ?wi-h-e-K To report bid rigging activities call: Signed and sworn to before me: Dated: 1012-egliNes,V>2--e.- VAf‘ 9.2(2-\. (Signatu (Print a e)j WO Notary Public in and for thr Strte Commission Expires: of 9-* 269.-41-• 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 2021 CITY OF TUKWILA PROPOSAL P40 This Page Is Intentionally Left Blank. MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 CITY OF TUKWILA P-11 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: 1 --Meir U'mderrowut Address of Bidder: 2.45E -H7 grt AVE SE SRoViornigi v.irk °Inca° City State Zip Code Contractors License NolASEROWSQ10-3- WA State UBI No. [06 1 -2109-992' Dept. of L&I License Bond Registration No.SSOII0311,57 Workers Comp. Acct. No.g. 7 1{-3660 7 Bidder is a(n): Lljndividual L Partnership [i]Jqint N(enture 'Incorporated in the state of viaSIAJR1 List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from Bank Reference V`mcke's CLfl- Bank No. of regular full-time employees: tp Ict90 Year Sierra Sc,\At Con. Account Officer Officer's Phone No. 4-2--375-2506 Number of projects in the past 10 years completed' ahead of schedule ii30 on schedule behind schedule Bidder has had experience in work,cymparable to that required for this Project: As a prime contractor for j 1 years. As a subcontractor for r6 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): Name PrA \)\\ Z) f1 roy Shmmn -Tirtmp-e)r Vari3; Title How Long With Bidder \i'ays Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and quail"! ations of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? rcrYes E No Surveyor's Name: MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM P-12 List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years experience working on projects of similar nature and size. Project Name OA id, e1tTMLthII Will tit 2.017 \MIA gIVA-CerrIVe\-+ t9 I9OZ IR 'IR SE-Weak/IF "2-01°1 v'N 7.0Z1 'A7,0c..wfA 9Altst3 2021 201z mill Year Completed Contract Amount Owner/Reference Name and Phone rittct-k- KG1I0e10 ch -g: —7315 stir —121c) uoso)-1 2b1LI 1 • 2731 1so List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project Contract Amount Total Claims Arbitrated or Litigated Amount of Settlement of Claims Bidder, or any representative or partner thereof, ever failed to complete a contract? 1110 No Yes If yes, give details: 1744.- Bidder ever had any Payment/Performance Bonds called as a result of its work? 101 No Yes If yes, please state: Project Name Contracting Party Bond Amount idder ever been found guilty of violating any State or Federal employment laws? No E. Yes If yes, give details: , MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM P-13 Has Bidder ever fil4for protection under any provision of the federal bankruptcy laws or state insolvency laws? 911 No Yes If yes, give details: Hayany adverse legal judgment been rendered against Bidder in the past 5 years? IN'No E Yes If yes, give details: • dgiy Has Bidder or any of its employees filed any claims ith Washington State Workman's Compensation or other insurance company for ac dents resulting in fatal injury or dismemberment in the past 5 years? E No Yes If yes, please state: Date Type of Injury Agency Receiving Claim 1/10/19 1-10e CVSVA VeYk.ej&-F i‘ 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 Title: Ca imbilAmott ?0,14dvi.w Date: 1,s/ ILL- 111 MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 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 2021 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. � el� (imiexerouivkY-i O �- r c. Bidd - 's Business Name Sig re of Authorized Off aI* Tai t(e Poone►1ble Name �� Printed f2ay-fwj' Title 111--21 SnQ 6/\ Date City Check One: Sole Proprietorship ❑ Partnership ❑ W� State Joint Venture ❑ Corporation EV State of Incorporation, or if not a corporation, State where business entity was formed: 1nl NA,(4-1-un 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. (S '•* C.t.1an S1N0 t` y) MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 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 2021 On' OF TUKWIL4 P-17 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTIONfTYPE YEAR CONDITION OWN/RENT 510 Set B hoe o AplArddit 7Appex /17,-3k3 2zZI 20 i yoy-d • 15E1-acav eixa I k ;f-- acce-llehi- r 'OMR+ Wii 15-M1 Labor to be used: FOlfre-MO". — 1 -k-ru(x_dflVX -I pi pf. 16-\/-eAl -1 \,0306yeAc- 1eY - Z, TCS — ex Uv4yind k _Ere. Name of Bi ature of Authoriz:‘ Official 61-itle) Ma"1/19 1111 MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 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 2021 Ciro OF TUKWILA P-19 PROPOSED SUBCONTRACTORS r0 Uvild Name of Bidder LaStr i1 laIrS 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 t • / Name (c- (' 4 $e Schedule/Bid Item Numbers % of Subcontractor will perform Total Bid f,s>ol ii);lr- Style m_5 es oP % l ah Gcrtstructich Jit- A33,A3Yil3-,513fH WORK TO BE PERFORMED BY PRIME CONTRACTOR MACADAM ROAD SOUTH WATER MAIN UPGRADE AND SIDEWALK IMPROVEMENTS PROJECT NUMBER 904 401 05 DECEMBER 2021 American Surveying & Environmental, | k-8ta ��~ ` 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 |nsurance- $1million/ $] million policy Professional Liability |nsuranoe $2,000,000 policy Employees- 4hourly staff About American Surveying & Environmental, L[ 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 Su'ng: • 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 ofSurvey • 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: (42S)881-743DFox:P25\881-J731 Website: www.american-engineering.net Michael SjoJin, Principal Registered Professional Land Surveyo— (WA) No. 45174 Certified Federal Surveyor— No. 1570 (CFedS) msjolin@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 mUen@amehcanennineehnnoet 1495 148th Ave NE Redmond, WA 98052 • Tel. (425) 881-7430 • Fax (425) 881-7731 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 lots, 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 Brett Garr, Pject ManagerPrincipal 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 Prject 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 prjects. Brett is an especiatlyvaluable 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 Alien 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 alt projects. Rory has always pushed himself to keep upwith equipment technology and |Sconstantly working onways tu 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) Page 5B Underground & Earthworlcs, 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 1, 2021 Janice Lin Dannenberg (CEO and Managing Partner) and Jan Willem Dannenberg (COO 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. Washington State Department of Labor &Industries_ (https://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 Ihiistory 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 OMWBE Certifications Minority/Women Business Enterprise (MWBE) Apprentice Training Agent Registered training agent. Check ttheiiir elliigiilblle 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. L&I Account ID Account is current. 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 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS MACADAM ROAD SOUTH WATER UPGRADE BID TABULATION Tukwila Project 490440105 December 14, 2021 Enpincr Estimate _: Reed Trucking and Exc.... NorWM Company, LCD Roder.ConstruClon, Inc. Northwest Cascade, In, Kar Conctructlon, Inc. Active Construction, Ac. Marshbank Construction, Inc. vrrrrrrrr7vvv....... .i -Vel .i (AQI REM NO. ITEM DESCRIPTION QTY UNIT UNIT PRLE TOTALPMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRLE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRLE TOTAL AMOUNT UNIT P0. CE TOTAL AMOUNT UNIT PRCE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRCE TOTAL Unexpected Site Changes FA $50,00000 ,00000 $$9 $50,0000 0 0 $50,0000 $50,00000 $50,00000 $50,0000 0 0 $50,0000 $50,00000 $50,00000 $50,0000 0 $50,0000 0 $50,00000 $50,00000 $50,0000 0 $50,0000 0 $50,00000 $50,00000 Construction Surveying a. Staking $9,00000 $9 ,00000 $13,00000 $13,00000 $15,00000 $15,00000 $14,34375 $14,34375 $15,00000 $15,00000 $13,00000 $13,00000 $18,00000 $18,00000 $13,00000 $13,00000 $18,00000 $18,00000 Resolution of Utility Corn cts FA $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 $10,00000 Erosion a. Water Pollution control LS $10,00000 $10,00000 $1,00000 $1,00000 $5,00000 $5,00000 $25,00000 $25,00000 $2200000 $2200000 $40,00000 $40,00000 $30,00000 $30,00000 $30,00000 $30,00000 $18,00000 $18,00000 5 Mobilization LS $175,00000 $1x,00000 $40,00000 $40,00000 $125,00000 $125,00000 $200,00000 $200,00000 $8039500 $8039500 $193,00000 $193,00000 $169,00000 $169,00000 $240,00000 $240,00000 $194,40000 $194,40000 6 Traffic Control Devices LS $750000 5,50000 $5,00000 $5,00000 $15,00000 $15,00000 $25,00000 $25,00000 $x000 $75000 $13,50000 $1350000 $100,00000 $100,00000 $20,00000 $20,00000 $5,00000 $5,00000 Traffic Control Labor 1,000 HRS $6000 $60,00000 $8000 $80,00000 $6000 $60,00000 $83.75 $83,75000 $6000 $60,00000 $84.00 $84,00000 $5000 $50,00000 $8200 $8200000 $6800 $68,00000 8 Uniformed Police Officer 50 HRS $12000 $6,00000 $120.00 $6,00000 $12000 $6,00000 $120.00 $6,00000 $12500 $625000 $120.00 $6,00000 $12000 $6,00000 $14500 $725000 $13000 $6,50000 9 Crushed Surfacing Top Course 4,000 TN $4000 $160,00000 $20.00 $80,00000 $5000 $200,00000 $5000 $200,00000 $3000 $120,00000 $4050 $16200000 $2800 $11200000 $5000 $200,00000 $3000 $120,00000 Crushed $4000 $22,00000 $20.00 $11,00000 $6000 $33,00000 $5000 $27,50000 $3800 $20,90000 $6600 $3630000 $2800 $15,40000 $4800 $26,40000 $5000 $27,50000 A-11 HMA CL 1/22"Png8H tourse $16000 $248,00000 $19000 $29450000 $15000 $232,50000 $128.75 $199,56250 $15000 $23250000 $16600 $25730000 $18000 $279,00000 $14500 $22475000 $13600 $210,80000 A-12 2" Pavement Grind 6,700 SY $2500 $167,50000 $500 $3350000 $600 $40,20000 $134 $8,97800 $500 $3350000 $4.00 $26,80000 $550 $36,85000 $4.50 $3015000 $600 $40,20000 A-13 Cap & Block Existing Main EA $50000 $1,00000 $200000 $400000 $70000 $1,40000 $1,00000 $200000 $50000 $1,00000 $2,57500 $515000 $250000 $5,00000 $1,37500 $275000 $50000 $1,00000 TmnchSgety LS $200000 $2,00000 $1,00000 $1,00000 $5,00000 $5,00000 $25,00000 $25,00000 $60000 $60000 $470000 $40000 $500000 $5,00000 $3,45000 $3,45000 $10,00000 $10,00000 $13500 $583,87500 $120.00 $519,00000 $9500 $410,87500 $5000 $216,25000 $13500 $583,87500 $83.00 $35897500 $13000 $56225000 $127.50 $551,43750 $17000 $735,25000 $13500 $1,89000 $8500 $119000 $8500 $1,19000 $10000 $1,40000 $20000 $280000 $6900 $96600 $11500 $1,61000 $23650 $331100 $30000 $4,20000 8 -in Di am 0 I Pipe & Fittings 24 LF $12500 $3,00000 $8000 $192000 $8500 $2,04000 $10000 $2,40000 $12500 $3,00000 $5850 $1,40400 $11200 $268800 $21000 $5,04000 $23000 $5,52000 A-. Additional Water Main Fittings lest- non contingent item) 10,000 LB $050 $5,00000 $1.00 $10,00000 $400 $40,00000 $1.00 $10,00000 $001 $10000 $115 $1150000 $001 $10000 $3.00 $30,00000 $300 $30,00000 A-19 A-20 Connection to Existing Main 1 -in ODmbination Air Release/Air Vacuum Valve Assembly EA EA $4,00000 $5,00000 $16,00000 $10,00000 $7,00000 $6,00000 $28,00000 $1200000 $6,00000 $650000 $24,00000 $13,00000 $10,00000 $5,00000 $40,00000 $10,00000 $6,00000 $4,00000 $24,00000 $8,00000 $5,60000 $4,65000 $2240000 $930000 $750000 $4,00000 $30,00000 $8,00000 $8,00000 $3,55000 $3200000 $710000 $15,00000 $5,00000 $60,00000 $10,00000 A-21 2 -in Blowoff Assembly EA $3,00000 $3,00000 $5,00000 $5,00000 $4,80000 $4,80000 $5,00000 $5,00000 $3,00000 $3,00000 $5,40000 $5,40000 $4,00000 $4,00000 $4,95000 $495000 $5,00000 $5,00000 A-22 12 -in Gate Valve & Box 9 EA $280000 $25,20000 $2,00000 $18,00000 $350000 $31,50000 $1,50000 $13,50000 $4,00000 $36,00000 $5,25000 $4725000 $3,00000 $27,00000 $4,90000 $4410000 $320000 $28,80000 A-23 8 -in Gate Valve & Box EA $200000 $2,00000 $1,00000 $1,00000 $275000 $2,75000 $1,20000 $1,20000 $250000 $250000 $3,05000 $3,05000 $1,60000 $1,60000 $2,75500 $275500 $200000 $2,00000 in Gate Valve & Box EA $150000 $3,00000 $1,00000 $200000 $1,60000 $3,20000 $1,00000 $2,00000 $200000 $400000 $2,17500 $435000 $110000 $2,20000 $2,10000 $420000 $150000 $3,00000 A-25 Remove Existing Valve Box 5 EA $50000 $250000 $30000 $150000 $50000 $2,50000 $50000 $2,50000 $30000 $1,50000 $30000 $150000 $200000 $10,00000 $43500 $217500 $60000 $3,00000 A-26 Fire Hydrant Assembly 9 EA $750000 $6750000 $6,00000 $54,00000 $700000 $63,00000 $10,00000 $90,00000 $8,00000 $7200000 $6,80000 $6120000 $9,00000 $81,00000 $9,40000 $84,60000 $8,00000 $72,00000 Remove & Salvage Existing Fire Hydrant $75000 $5,25000 $2,00000 $14,00000 $70000 $4,90000 $5,00000 $35,00000 $70000 $490000 $57500 $4,02500 $40000 $2,80000 $94500 $6,615.00 $150000 $10,50000 A-28 "4 -in Water Service EA $1,80000 $30,60000 $2,00000 $34,00000 $190000 $32,30000 $1,00000 $1700000 $220000 $3740000 $2,07500 $3527500 $260000 $44,20000 $2,45000 $41,65000 $280000 $4760000 A-29 1 -in er Service EA $1,80000 $5,40000 $2,50000 $750000 $200000 $6,00000 $1,20000 $3,60000 $240000 $720000 $2,60000 $780000 $3,00000 $9,00000 $2,925.00 $877500 $3,00000 $9,00000 A-30 11, -in Water Service EA $280000 $11,20000 $4,00000 $16,00000 $3,80000 $15,20000 $1,50000 $6,00000 $650000 $26,00000 $4,60000 $18,40000 $6,00000 $24,00000 $4,50000 $18,00000 $5,00000 $20,00000 A-31 2 -in er Service EA $3,80000 $3,80000 $5,00000 $5,00000 $520000 $5,20000 $2,00000 $2,00000 $750000 $750000 $5,30000 $530000 $700000 $700000 $5,40000 $5,40000 $700000 $700000 Restoration $750000 $750000 $1,00000 $1,00000 $10,00000 $10,00000 $25,00000 $25,00000 $15,00000 $15,00000 $19,00000 $19,00000 $20,00000 $20,00000 $760000 $760000 $750000 $750000 RemoveGutter 120 LF $5000 $6,00000 $5000 $6,00000 $4000 $4,80000 $20,00 $2,40000 $9000 $10,80000 $6000 $720000 $4500 $5,40000 $6600 $7920,00 $5000 $6,00000 Remove a. Replace ncrete Sidewalk 130 SY $5000 $650000 $10000 $13,00000 $7500 $975000 $225.00 $29,25000 $13000 $1690000 $11000 $1430000 $8000 $10,40000 $89.00 $1157000 $7500 $975000 A-35 Repl ace Asphalt Orb $1000 $5,00000 $1500 $750000 $1800 $9,00000 $2000 $1000000 $4500 $2250000 $2200 $11,00000 $1500 $750000 $1775 $8,87500 $3000 $15,00000 A-36 Replace Induction Loop Vehicle Detector EA $120000 $2,40000 $1.00 $200 $3,00000 $6,00000 $3,43750 $6,87500 $350000 $700000 $3,05000 $610000 $275000 $550000 $3,15000 $630000 $3,00000 $6,00000 Channelization and Pavement Markings $10,00000 $10,00000 $5,00000 $5,00000 $18,00000 $18,00000 $47373.75 $47373.75 $40,00000 $40,00000 $42,00000 $4200000 $25,00000 $25,00000 $16,65000 $16,65000 $20,00000 $20,00000 .....4:$98tH.t,t, .. e,,,,, 42, L'd 5....... M. $14500 $37 120 00 .:...., r ..�.. .y ........... ................:ii2:ii2:ni2:ni2:ni2:ni2:ni2:ni2:: _.._ . ,::..............................� ,.� ...i2: ..'t,. Y.....a \::'::i::':ii221 �.`.. ................ ... �0`«�� .,... $�� :':ii2<:..... ...... �:,ti�\,....$i�.�EQ. ..:::$:ii1..... . :':ii2221..r ••:':ii: .... .. �6.�6' i2::. ..... .,....:�L�-'�L. ".k� :':ii2<:... ...... .�'t1.�. ....:a��S2 .....`�.4....,... �1. s,+�.._. §A,�\...... 5�;�.c ....r..�'a .,... `_�..x.`S1L .......a�*�+:.r.:......."9 ,^�.........SE�':.:�:::1`� _ ... .. _..._ _.. -, _ __ .. »_.._ ... $1588870. -._,-,_ ...- 01,777, . $1,896,520.00 aA to unegea 1 EA $25,000 00 $$3,50000 $1500000 $ $25,000 00 $2, $25,000 $25,555 oo $zs,00aoo $ o $25,555 oo $ $25,000 55 $25,55055 $25,000 oo $ o $25,55055 $25,55055 B- B, Clearing .sternage: Grubbing Tree Removal EA $350555 55$555 $3,50555 $$15555 $$2,55055 5255555 $$5,55055 $55555 $8,50555 518555 $8,50555 $365555 $25,55055 $,50000 $$5,55055 $$600. 12200500 $,Slaoo 51250555 $765555 $$1.67000 12,6$7, $5,00000 $$22555 535,500. s $30,000 00 $$30.0 $2,717 2 $,$10. $272752 $655555 52460555 $21.055 52460555 $425055 B-4 B-5 Remove Concrete Curb and Gutter Remove Concrete Sidewalk 16 SY $555 $555 $155555 $8505 $14555 $$3555 $435555 $5,000. $255 $355 $65555 $4855 $2005 $11255 $800. 12500. $15.5 055 $51555 $2455 $755 $1455 $224.55 00,750. $10oo $1555 $255 $35555 53255 $1555 $3955 $35255 $75255 $3555 $655 $95555 $9655 B-6 B- Gravel Borrow, Ind Haul Roadway Excavation Ind Haul. 250 200 TN CY $4555 $255 $$525555 $55555 $20.55 $2005 $555555 $4,000 00 $3555 $655 $7,55555 $12,5555 $5555 $50 00 122,55555 125,55555 $4555 $555 $15,55555 $15,5555 $3855 $4855 9$224 $975555 $265555 $2555 $655 $555555 5$3,5555 $3155 $5555 $775555 12695555 $3555 5$5555 $7,55555 $20,55555 B-9 HMA CrushedBasee $4555 $16555 $12,55555 $88,000 1$20.9000 129555 $655555 $1$4,000 5 $6555 $7055 $18,55555 $82,500 $5555 1228.75 $70,55255 $4555 $7055 $$3,55555 $815555 $4355 00575. 12295555 $91350. $2855 $18555 $8,45555 $9$900. $5555 00650. 12655555 $77,000 $5555 $$365 $x,55555 $$1,8555 B-10 B-11 tiaiaPg Adjust Finished Grade Buffer Restoration LS $55555 55$3505 $8,55555 $8,55555 $2,55555 55$5555 $4,55555 $555555 $65555 $20,000 00 12,25555 $20,55555 $55555 $25,$4000 $1,80055 12,55555 $x,55555 $55555 $25,$3600 12,55555 $25,55555 $$166 557555 $19,700 $170555 $2975555 $45555 $30,000 00 595555 $35,55555 $$140 565555 $25,$2555 $135555 $27,55555 $65555 $25,$2500 12,25555 $25,55555 B-12 0-00 Cement Concrete Traffic Curb 0120 eater Residential Driveway 50 $355 $455 538,5555 12,3555 340. $$8555 $6555555 12520555 $3555 $moo 5335555 $355555 $4555 121255 $44,55555 $3,37555 $3655 $15555 5396555 $3,555 $2055 $29,150 55 $309555 $4555 $$3555 $44,000 5,95555 $2505 129555 $$755555 $575555 $2755 $12505 527,5555 $345555 B-14 070 Cement Concrete Sidewalk concrete Block Retaining II 600 755 SY 7 $4555 5055 $2755555 $21,000 00 $85.55 126555 $5255555 $02555 00 $5555 55555 $42,55555 $38,500 00 121255 123563 $67,55555 $91,44355 $6555 $58 00 $3955555 5445055 $33.00 $65.55 123555 $955555 $9355555 5$9000 5055 $65,55555 $63,000 00 $5555 123855 5355555 $9665555 $7555 56555 $4555555 $45,500 00 ........ ....... .......,...' `rrrrn$500000 `rrrr$ rrrrr$5.000. rrrr$5,000oorrrrr `rrrrns,00000 `rrrrnsso0000 rrrrr$5,00000rrrrr `rrrr$5,00000 rrrr$5,00000rrrrr `rrrrn$5000oo C- Unexpected Site Changes FArr $5,000 00 $5,000 00 $5,000 00 $5,000 00 055.5 $500000rrrrr $5,00000 $5,00000 $5,0oonoorrrrr C- 3 Drainage Rock 250 TN $12055 $355 12,2555 $87555 $3,750. $5555 $3750. $13750. $15555 $555 $15555 $12,5555 $.000 5 $70,55555 $50. 122,55555 $35555 $,5555 525 $8555 $,55555 $5405 $2... 123500. $25555 $5555 1255 $5555 $,55555 $2500. se°. $155555 $65555 $655555 $55 $75555 C-4 Corrugated Polyethylene lgEP7 Storm Sewer Plpea-In.Diam. 60 7 $12555 $7,2555 $7555 $45555 $555 $3.o. $loo. Sec. 5 $127.5 $75555 122255 $7.. $22755 $13,555 $170, 12520555 $655 $,655 5 C-6 Catch basin Type 1 Connection to Ex Mai 1 EA EA 5385555 $355555 $3,8555 $3,55555 $6.000. $4,55555 $6,000. $4,55555 $18555 $55555 12,8555 $55555 $,55555 $2500. $1,55555 $1,55555 $19555 12,9555 $255555 555555 $152505 $,55555 $152555 $255555 S... $15555 $655555 $655555 12]5555 $175555 $95555 $95555 $1555 $1... $120555 12,25555 Construction Total 10.1%WashAgton state sales Tay (schedule A only) $2,027,965.00 0176,206.12 $2M5,922.00 0140,552.81 $1,837,785.00 0153,328.61 $1,895,911.50 0147,044.14 $1,926,320.00 0160,475.87 $2,041,229.00 0161,543.95 $2,209,818.00 $179,527.30 $ 228 572.52 $185,924.11 52,242,230.00 $191,548.52 Project Total $2.209.171.12 $1.954,479.81 51,991,113.61 $2.042955.68 52,006.795.87 $2.202.772.95 52,389.345.30 $2.415,500.69 $2.433.778.52