Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TIS 2025-02-24 Item 2B - Bid Award - S 149th & S 150th Watermain Replacement with Pape & Sons Construction
City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Pete Mayer, Interim Public Works Director BY: Adib Altallal, Utilities Engineer CC: Mayor Thomas McLeod DATE: February 21, 2025 SUBJECT: Water Fund — S 149th & S 150th Watermain Replacement Project No. 91640103 — Construction Bid Award ISSUE Approve a construction contract for the S 149th & S 150th Watermain Replacement project to the lowest responsible bidder in the amount of $1,214,012.98. BACKGROUND The existing water mains in the project area are undersized and have reached the end of their useful life. One of these mains runs between two residential properties, posing a significant risk of property damage in the event of a failure. The project will decommission this segment to eliminate the risk of flooding to the affected homes. The new water main will be rerouted to Macadam Road to ensure service reliability while mitigating future risks to private properties. The existing cast iron pipes are more susceptible to failure, while the new ductile iron pipes will enhance system resilience, reliability, and reduce long-term maintenance needs. DISCUSSION This project involves the removal of the outdated water mains and the installation of new, properly sized ductile iron pipes along a safer alignment. The scope of work includes excavation, pipe installation, service reconnections, testing, and surface restoration. By relocating the main away from private properties, the project will reduce the risk of property damage due to pipe failure, improve water flow and pressure in the service area, and decrease the likelihood of emergency repairs and associated costs. The lowest responsible bidder was Pape & Sons Construction, Inc. with a bid amount of $1,214,012.98, which is within the project budget. FINANCIAL IMPACT The construction contract will be fully funded by the water fund. We received nine total bids for this project, which is the highest turnout for a CIP in recent memory. The bids represented a wide range, with the engineer's estimate at $1,737,513 and bid amounts spanning from $1,214,012.98 to $1,839,269.18, as detailed in the attached bid tabs. Construction Fee 2025 Budget Construction Contract $1,214,012.98 Contingency (20%) $242,802.60 Total $1,456,815.58 $2,035,000.00 RECOMMENDATION The Mayor is being asked to approve the construction contract with Pape & Sons Construction, Inc. in the amount of $1,214,012.98 and to consider this item on the Consent Agenda at the March 3, 2025 Regular Council Meeting. Attachments: CIP Sheet - S 149th & S 150th Watermain Replacement Pape Construction Contract (Bid Package) 23 CITY OF TUKWILA 2025-2030 CAPITAL IMPROVEMENT PROGRAM CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: S 149th and S 150th St Watermain Replacement Project# 92340102 Project Manager .dib Altallal Design and DESCRIPTION: extended to Department Water dead end main will also be Construct 1,400 LF of 12" DI watermain along S 149th St and S 150th St. The Macadam Rd. The existing watermain is reaching its useful life and does not meet Department of Health or fireflow requirements. JUSTIFICATION: Design almost complete, construction mi._ expected in 2025. Easement acquisitions may be needed. -I MAINTENANCE IMPACT: Maintenance should be decreased. The project will improve the quality and flow of the water. Looping of the existing dead end main will also reduce maintenance needs. FINANCIAL(inthousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) Design Land (R/W) Construction Mgmt. Construction $ 25 $ 50 $ 10 $ 200 $ 1,750 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ 25 $ 50 $ 10 $ 200 $ 1,750 Total Project Costs $ 2,035 $ - $ - $ - $ - $ - $ - $ 2,035 Project Funding Utility Revenues $ 2,035 $ - $ - $ - $ - $ - $ - $ 2,035 Total Project Funding $ 2,035 $ - $ - $ - $ - $ - $ - $ 2,035 24 ..s1) S149th & 3150th Watermain Replacement SALES TAX RATE: '70".2'7 2'. 2°2' CORRECTION REM REM DESCRPTION PLAN QUANTITY ENGINEERS ESTIMATE WSP 1310 TOTAL (ALL SCII, {I TR SIS UNR PRICE TOTAL AMOUNT A1 MOBILIXATION,1049 MAX LS A2 CLEARING AND GRUBBING A3 REMOVAL OF STRUCTURES AND 03331AUCTIONS Ad REMOVING ASPHA, COLIC PAVEMENT SY AS CRUSHED SURFACING BASE COURSE TN A6 CRUSHED SURFACING TOP COUR. TN A7 STORIANA.R DISPERSAL TRENCH A8 PLANING BITUMINOUS PAVEMENT SY A9 IMA CL. 1, IN PO 68D-22 TN AM ASPHALT CONCRETE BARRED CURB Al1 TOPSOIL TYPE A TN Al2 EDOSIONMATED POLLUTION CONTROL FA Al 0 S.ED SLOPE LANDSCAPE DESTORAXON A, RESTORE LANDSCAPE TO EXISTING 00319.03 SY A15 CEMENT COLIC TRAFFIL CD. AND GDTIER A16 CEMENT COLIC TRAFFIL CMS LF A, CEMENT COLIC PEDESTEI. CURS LF A18 PLASTIC CROSSWALK LINE A. PLASTIC STOP LINE A20 PLASTIC LINE LF .1 PLASTIC MADDIC ARROW EA .2 PLASTIC ACCESS PARKING SPACE SYMBOL EA • RAISED PAVEMENT MARKED -D6PE 1 EA • RAISED PAVEMENT MARKED TYPE 3 EA • PERMANENT SIGNING .6 PROJECT TEMPOSAMTRAFFIC CONTROL 4,7 SPEED SAM .6 TYPE PROGRESS SCHEDULE, MN. 310,000 • SPRUCTLIDE EXCAVATION CLASS 19 INCL. HAUL CY A30 CONTROLLED DENSITY FILL CY A31 ROMANM SURVEYING A32 ADA FEATURES SURVEYING A33 MONUMENT LASE AND COVER EA A34 CEMENT COLIC SIDEWALK SY A35 CEMENT COLIC CU. RAW P/PE A SINGLE DIRECTION EA 0.36 CEMENT COLIC CU. RAW P/PE A PARALLEL EA A37 CL.NING EXISTING MANAGE STEMTME A38 HEALTH AND SAFETY PLAN A30 MINOR CHANGE FA MO 3190C PL. AM CONNECTION TO DRAINAGE SASUCTURE EA AM ADJUST STRUCTURE EA AM RECORD DRAWINGS, MN. $10000 Md STORMVATER POLLUTION PREVENTION PLAN 13WPD196 LB 2827 367 13 2683 1113 1027 77 331 103 74 53 105 78 1028 54 36 32 11 30 60 10, 064.710.00 $2.860,00 53.860.00 513031.00 $11.031.00 $40,00 5113,080.00 $.00 $1,055.00 $3.710,00 53,710.00 $30.00 $80.400.00 322500 5360,200.00 $43,00 346.215.00 $75.00 55,5.00 534.1.00 $04.154.00 $6000,00 56.000.00 $40,00 $13.240.00 $80,00 $15,060.00 $.00 54.070.00 $...00 53.015.00 $.00 54.875.00 $40,00 53130.00 $20,00 $08,560.00 .00,00 $500.00 .00,00 51.500.00 $20,00 51.080.00 $20.00 $500.00 $1400.00 51.0.00 026400.00 $26.0.00 $60,00 51.0.00 010.000.00 $10.000.00 $40,00 .40.00 .50,00 57.000.00 $7.500 00 5,500.00 $3.500 00 53,500.00 0500 00 51,000.00 0100,00 56.000.00 $3.000.00 54.000.00 $3.000.00 54.000.00 .0.000,00 340.000.00 $2.500,00 53.0.00 050.000,00 $50.000.00 $2.500,00 53.0.00 0760,00 51.0.00 $1,00,00 3000.00 010.000,00 $10.000.00 swim SCHEDULE B • WATER MAN :::=1'.'E'F.011'rrIljN EXCAVATION INCL HAUL COMB MR REL.SEIAR VACUUM VALVE ASSEMBLY1 =NETC01000tVON . DAM . SERVICE CONNECTION 11N LAM • DUCTILE IRON AFE FOR WATER RAN 6 BIAR . DUCTILE IRON PIPE FOR WATER MAIN 8 IN MAR B9 GATE VALVE 6 IN B10 CONNECTION TO EXISTING WATER MAIN 013 =0:0A0'0"F'6004'ITNG WATER MAN BM SHORING OR MIRA IDMAVATION TRENCH B14 IMINOR CHANGE ,10 10":3 0303 10, $50.00 0000'9:01 $2300.00 $2300.00 5173.00 5323.00 00.00"9:01 540,000.00 530,514.00 TOTAL 6913 84100'0"E TOTAL RD SC XEDULETS'UTST"OlYAL"ZU°S"SA'L'EST71: 066475 00 52,500 00 $16,500 00 $23.000 00 $53.000 00 $17.500 00 $11.200.00 5373..0.00 $06.000.00 013,000 00 0..0 00 $33 514 00 416 583 00 $25 Poo 00 0731,223 00 574,383.96 3806.007.96 UNIT PRICE :11c10=171 TOTAL AMOUNT 542,000.00 $7,000.00 $9,000.00 $16.00 $40.00 $40.00 $8,500.00 56.00 5175.00 54.00 $80.00 534,154.00 $7.500.D0 $08.00 $33.00 $33.00 $33.00 $11.00 $17.00 56.00 5450.00 5450.00 59.00 $14.00 $1,750.00 546,000.00 $65.00 510,000.00 $50.00 5150.00 $9,000.00 5900.D0 $3.500.D0 $90.00 $4.500.D0 $4.500.D0 $1,000.00 $6,000.00 530,000.00 5750.00 $2,000.00 $1,000.00 510,000.00 $1260,00 043.000 00 57.000.00 59,000.00 3,45,232.00 $10,680.00 $530.00 58.500.00 $16,098.00 51.600.00 54.108.00 56.160.00 $04,154.00 57,500.00 $13,578.00 56.144.00 53,068.00 51306.00 53,145.00 51,036.00 $11,568.00 3,450.00 51,050.00 .86.00 $050.00 50750.00 346.000.00 53,080.00 $10,000.00 $550.00 53,000.00 59,000.00 $900.00 57,000.00 56.210.00 54.500.00 54.500 00 51.000 00 . POO 00 $50 003 03 $750 03 54 POO 00 40.800 00 010,000 00 01250 00 TOTAL BD SCHEDULE A: 06943603 00 SALES TAX ICU ON SUBTOTAL: :12P11=1 Ut=221=1:111 Intrestnuclune. LLC SIO TOTAL SCII UNR PRICE TOTAL AMOUNT Saecon. LAC BIO TOTAL SCII UNR PRICE TOTAL AMOUNT 0130000.00 3130,00000 08000.00 38.00000 316000.00 016.00000 0.7.85 0..10135 0..30 017.231.S0 3100.00 31.00000 08.000.00 36.00000 06.00 013.41500 3160.00 M77.930.00 03.60 00.807.30 030.00 33.31000 034.1..00 034,16400 317000.00 017,00000 025.00 3827500 080.00 011.63000 070.00 36.18000 070.00 33.71000 014.00 03.73000 021.00 31.63800 03.25 36.28600 0300.00 030000 0375.00 31.13500 0.8.00 043200 00.00 0.600 020.000.00 020.000.00 0130.000.00 0100.000.00 3135.00 34.360.00 310000.00 010.00000 .0.00 044000 3165.00 33.00000 314400.00 014.40000 030.000.00 030.000.00 01.310.00 33.00000 085.00 34.485.00 02.730.00 03.75000 03.000.00 33,00000 06.500.00 36,60000 31300.00 51300 00 0S0000.00 0.000 00 31300.00 51.500 00 33000.00 56.000.00 0750.00 5.00.00 010000.00 010,00000 $1.500,00 31,300.00 372,000.00 073,00000 065,000.00 036,00000 545.000.00 046.00000 $6.00 014.13500 058.00 016.48600 058.00 076400 $20,000.00 023.00000 04.00 010.73200 $193.00 0316..0.00 04.00 04.108.00 000.00 06.18000 $34,1..00 034.154.00 515,000.00 016.00000 023.00 37.61300 060.00 03.600.00 062.00 33.84800 062.00 02.75600 012.00 0334000 04.00 031200 07.00 013.40600 0480.00 048000 0630.00 01.65000 010.00 0.000 016.00 040000 03300.00 06.600.00 015,000.00 016.00000 $226.00 0720000 $10,000.00 010.00000 046.00 040600 $243.00 04.900.00 $25,000.00 026.00000 $3.500.00 03.60000 $700.00 01,40000 0160.00 011.04000 04.000.00 ..000.00 04.000.00 02000.00 03.00000 0650.00 06S000 060000.00 050.00000 0650.00 06S000 02,300.00 04.60000 01.200 00 04.80000 510.000 00 010.00000 5.00 00 $1,300.00 TOTAL ED SCHEDULE A 339 00 SCHEDULE S • WATER NAIN SCHEDULED MATER MAIN 03000.00 040.00 05.600.00 010300.00 02,00.00 03000.00 0130.00 0113.00 09,875.00 065000.00 05000.00 10.7S 035 000.00 TAL SCHEDULE Et: SALES TA710.216, ON SUBTOTAL: TOTAL SD PLUS SALES TAX: $3.000.00 $2.000.00 $16.800.00 $52.500.00 $61.600.00 $21.000.00 $.8.320.00 $187.806.00 $03.800.00 $39.500.00 $5,000.00 $6.000.00 U.219.00 023000.00 1633.346.00 560.421.39 1S074813.69 TOTAL SD SCHEDULE B. SALES TAX ,I0.216, 014 SUBTOTAL. TOTAL SD PLUS SALES TAX. UNIT PRICE TOTAL AMOUNT 070000.00 073.00000 037.113.00 027.11200 044.643.00 044.645.00 014.00 030.67800 048.60 012.949.S0 012S.00 01.636.00 09.184.00 00.184.00 M.707.50 0165.00 0183.48000 015.00 016.40500 085.00 06.005.00 034.1..00 034.154.00 010000.00 010.00000 016.00 04,366.00 046.00 08,83200 0..60 01.866.00 026.00 31.37800 03.00 31.75500 016.00 0.1.170.00 36.00 03..0.00 3400.00 040000 .00.00 0.1.200.00 $8.00 043200 012.00 030000 00,300.00 0.3.000.00 0175,000.00 0.173000.00 006.00 0.1.130.00 $10,000.00 010.000.00 $1..00 01884.00 $273.00 0.6.600.00 $25,000.00 026,000.00 03,600.00 0.3.500.00 5600.00 01,000.00 0108.00 0.7.462.00 01300.00 01.90900 01.860.00 31.85900 05000.00 0.6.000.00 5500 00 0500.00 550.000 00 050.000 00 5500 00 0500 00 02.085 00 03770.00 0723 00 M900.00 010000.00 010,00000 0300,00 $300.00 TOTAL SD SCHEDULE A: 064000.00 064,00000 0150.00 07,50000 X.00000 017.970.00 0646130 00 $25,900 00 3.165.00 010560 00 0.1:.00 0374230 00 012.9 .00 033.0 00 0433.00 043732 00 534000 00 0546100 00 533,95 00 033E95 00 30 50 54148 00 525.000 00 023000 00 S..1LES TAX 101 ON SUBTOTAL. UNIT PRICE TOTAL AMOUNT 067.366 00 060.000 00 046.000 00 06 16 086 00 097 00 08.600 00 $4 00 0180 60 03 00 $116 00 034.1. 00 031.000 00 $41 00 066 00 086 00 042 00 016 00 042 00 07 00 MOO 00 0780 00 016 00 $32 00 $9.000 00 0136.000 00 $288 00 016.000 00 $140 00 $250 00 08.748 00 0960 00 06.000 00 0120 00 02,89 00 02.229 00 09.000 00 3500 00 S50 000 00 $1 200 00 04 011 00 3900 00 315 000 00 51,500 00 087,36600 060,00000 046,00000 014,669.06 022,89600 01,261.00 06,600.00 010,733.00 0310,83620 03,081.00 08,866.00 034.164.00 033000.00 013,671.00 010,660.00 03.290.00 03,610.00 03,278.00 013,498.00 0600.00 $2.340.00 $810.00 0800.00 00,000.00 0136,00000 00,218.00 016,000.00 01540.00 06,000.00 08,748.00 0960.00 010,000.00 08,901.00 $2.289.00 00,000.00 $50000 $50,000.00 01200.00 08022.00 03300.00 013000.00 $1,500.00 TOTAL SD SCHEDULE A: Win. PRICE TOTAL AMOUNT .44,113 00 $44 465 00 080 00 33 000 00 06400 00 $19 200 00 $41 800 00 $2:700 00 X, 900 00 $63 00 34 160 00 3182 00 0302 484 00 05,000 00 $36 000 00 335,700 00 0142 800 00 338,000 00 $38 000 00 318,000 00 818 000 00 S2 20 818 202 00 S25,000 00 825 000 00 MMEMSEIMMIIME=13111=1 Ut=11MME= Et=221MMILIMEI 072,00000 030,00000 030,00000 $10.00 $40.00 060.00 010,00000 $10.00 0160.00 03.00 030.00 034,16400 016,00000 01.00 343.00 373.00 330.00 015.00 333.00 06.00 0360.00 0800.00 $10.00 $20.00 01,600.00 0100,00000 0100.00 010,00000 070.00 0160.00 016,000.00 03,000.00 0600.00 0110.00 02.500.00 02.500.00 $2.000.00 02,000.00 050,000.00 03,000.00 01,000.00 01,000.00 010,00000 52,000.00 TOTAL 1310 SCHEDULE. 0.72.000 00 330.000 00 030.000 00 038,70 00 010.680 00 0780 00 010.000 00 038.830 00 0200.160.00 03.081 00 33.310 00 034.1. 00 016.000 00 $331 00 08.640 00 06.660 00 01.690 00 02.026 00 02.730 00 09.640 00 $350 00 01.600 00 0640 00 0600 00 01.600 00 0100.000.00 03,00 00 010.000 00 0770 00 03,00 00 016.000 00 03.000 00 01.000 00 07.690 00 03.600 00 02.000 00 S50,000 00 $2,000 00 $2,000 00 $4 000 00 310 000 00 31,000 00 SALES TAX 101 ON SUBTOTAL: TOTAL 1310 PLUS SALES TAX: S850.1,3 00 :=C1 Harkness Construction LAC BID TOTAL ALL 3. UNR. PRICE TOTAL AMOUNT BD TOTAL ALL SCH TOTAL AMOUNT 0.60.000 00 376.000 00 376.000 00 .0 00 080 00 080 00 06.000 00 010 00 $150 00 03 00 060 00 034.1. 00 030.000 00 020 00 080 00 080 00 080 00 $2 00 54 00 $1 00 MOO 00 MOO 00 06 00 06 00 01.000 00 060.000 00 $200 00 $10.000 00 $120 00 0300 00 0 00 $10.000 00 00 00 00 00 02.000 00 00 00 $200 00 00 00 02.000 00 00 00 02.600 00 SOO 00 01.000 00 000 00 $2,000 00 000 00 00,000 00 000 00 $2,000 00 000 00 01,000 00 000 00 5500 00 000 00 010000 00 000 00 $D3.,600 00 LE A I .680 00 TOT EDULE $70.000 OD $70.000 OD 338.075 OD $38.676 OD $34.00D OD $34.000 OD 511 OD 331.7 OD 54D OD $10.68D OD MOD OD 51.30D OD ..DSD OD ..DSD OD 30 75 328.130 26 3175 OD 51..600 OD 323D 53.587 SD 54D OD ..D8D OD $34.134 OD $34.134 OD $33.00D OD $33.00D OD 57D OD $23.17D OD 530 OD 311.336 OD .0 OD 58.386 OD 54D OD 53.13D OD 5.3D OD ..90D OD .0 OD 30 OD WA. OD $50D OD $50D OD $70D OD 53.10D OD 515 OD $01D OD 530 OD $70D OD 54.00D OD 54.00D OD $98.50D OD $98.50D OD 535 OD 51.78D OD $10.70D OD $10.70D OD $10D OD 51.10D OD $275 OD 53.50D OD $17.00D OD $17.00D OD ..30D OD 54.30D OD 51.00D OD ..60D OD 3130 OD ..632 OD 5.3.60D OD 53.600 OD 5.3.60D OD 03.600 OD ..021 00 03.1 00 $50 000 00 850 000 00 81 600 00 81 600 00 $5 000 00 8 0 000 00 3350 00 $2 200 00 $10,500 OD 310,500 00 01,30D OD .307 70 07 O. SCHEDULE 13 • WATER MAIN SCHEDULE S • WATER MAIN 075,000 00 TOTAL SD SCHEDULE B SALES TAX ,10.216, ON SUBTOTAL. TOTAL SD PLUS SALES TAX. 075.000.00 $6.000.00 $6.000.00 030.000.00 $44.000.00 015400.00 014.080.00 $432.120.00 $48.000.00 $40.000.00 030.000.00 $5.000.00 018.5.34.00 025000.00 0807.18400 003.33,77 5809.316.77 $73,00D OD TOTAL SID SCHEDULE B SALES TAX ,10.216) ON SUBTOTAL. TOTAL SD PLUS SALES TAX: UNR PRICE TOTAL AMOUNT $03.00D OD 0100.000 OD $23.00D OD 5.3D OD 57D OD 57D OD $20.00D OD 512 OD $19D OD 535 OD 53D OD $34.1. OD $40.00D OD $19D OD MOD OD MOD OD 575 OD 51D OD 517 OD 36 OD 343D OD 343D OD 51D OD 51D OD ..50D OD 5150.000 OD $30D OD 5.3.50D OD 323D OD $30D OD $20.00D OD 5.3.50D OD 53.00D OD $20D OD 58.50D OD 58.50D OD 08.000 00 53 000 00 3. 000 00 $3 000 00 $5 500 00 8850 00 $10 000 00 $3,000 00 TOTAL BD SCHEDULE A. .5,000.00 3100,000.00 535,000.00 510,890.00 5910.00 5.31).000.00 .2,198.00 3213360.00 535,873.00 $3,850.00 .0000.00 582,890.00 510,300.00 37,400.00 33,973.00 31,950.00 31,328.00 511,368.00 .50.00 31,360.00 0540.00 $250.00 30,300.00 3130,000.00 30,800.00 32,300.00 32,750.00 36,000.00 5.31).000.00 32,300.00 510,000.00 513,800.00 36,300.00 36,300.00 30,000.00 $3 000.00 SSD 000.00 $3 000.00 $N .000.00 33400.00 $10000.00 39,000.00 SALES 17. 10 2 OM SUBTOTAL' 0:=17.1211=1171 Prepared 134: A0OnaV88 1:$4 25 CITY OF TUKWILA PROPOSAL (unit price) Contractor's Name PAPE & SONS CONSTRUCTION, INC Contractor's State License No. PAPESI*204DE City of Tukwila Project Nos. 923 401 02 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 S 149TH AND S 150TH STREET WATERMAIN REPLACEMENT, which project includes, but is not limited to: Construction of approximately 1,600 linear feet o 8-inch . uctile iron watermain on S 149TH Street and S 150th Street along with hydrants, valves, services, and other appurtenances. The work also includes replacement of one 8-inch check valve vault assembly, connections to the existingwater system, trench repair, newADA ramp and sidewalk improvements, and HMA grind and overlay. 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 D©ments. Bidder shall attain Physical Completion of all Work in all respects within 12ays from the date stated in the written Notice to Proceed. if the work is not completed wi in is 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. S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 26 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA S 149TH AND S 150TH STREET WATERMAIN REPLACEMENT PROJECT NUMBER 923 401 02 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. BID SCHEDULES SCHEDULE A: QTY ROADWAY ITEM DESCRIPTION UNIT UNIT PRICE TOTAL AMOUNT ITEM NO. Al 1 MOBILIZATION, 10% MAX. LS 1 $42,000.00 $42,000.00 A2 1 CLEARING AND GRUBBING LS 1 $7,000.00 $7,000 00 A3 1 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 $9,000.00 $9,000.00 A4 2,827 REMOVING ASPHALT CONC. PAVEMENT SY 2,827 $16.00 $45,232.00 A5 267 CRUSHED SURFACING BASE COURSE TN 267 $40.00 $10,680.00 A6 13 CRUSHED SURFACING TOP COURSE TN 13 $40.00 $520.00 A7 1 STORMWATER DISPERSAL TRENCH LS 1 $8,500.00 $8,500.00 A8 2,683 PLANING BITUMINOUS PAVEMENT SY 2,683 $6.00 $16,098.00 A9 1,112 HMA CL. 1/2 IN. PG 58H-22 TN 1,112 $175.00 $194,600.00 A10 1,027 ASPHALT CONCRETE BARRIER CURB LF 1,027 $4.00 $4,108.00 All 77 TOPSOIL TYPE A TN 77 $80.00 $6,160.00 Al2 1 EROSION/WATER POLLUTION CONTROL FA 1 $34,154 $34,154 A13 1 STEEP SLOPE LANDSCAPE RESTORATION LS 1 $7,500.00 $7,500.00 A14 331 RESTORE LANDSCAPE TO EXISTING CONDITION SY 331 $38.00 $12,578.00 A15 192 CEMENT CONC. TRAFFIC CURB AND GUTTER LF 192 $32.00 $6,144.00 A16 74 CEMENT CONC. TRAFFIC CURB LF 74 $32.00 $2,368.00 A17 53 CEMENT CONC. PEDESTRIAN CURB LF 53 $32.00 $1,696.00 A18 195 PLASTIC CROSSWALK LINE SF 195 $11.00 $2,145.00 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER.916 401 03 JANUARY 2025 27 CITY OF TUKWILA A19 78 PLASTIC STOP LINE LF 78 $17.00 $1,326.00 A20 1,928 PLASTIC LINE LF 1,928 $6.00 $11,568.00 A21 1 PLASTIC TRAFFIC ARROW EA 1 $450.00 S450.00 A22 3 PLASTIC ACCESS PARKING SPACE SYMBOL EA 3 $450.00 $1,350.00 A23 54 RAISED PAVEMENT MARKER TYPE 1 EA 54 $9.00 $486.00 A24 25 RAISED PAVEMENT MARKER TYPE 2 EA 25 $14.00 $350.00 A25 1 PERMANENT SIGNING LS 1 $1,750.00 $1,750.00 A26 1 PROJECT TEMPORARY TRAFFIC CONTROL LS 1 $46,000.00 $46,000.00 A27 32 SPEED BUMP LF 32 $65.00 $2,080.00 A28 1 TYPE B PROGRESS SCHEDULE, MIN. $10,000 LS 1 $10,000.00 $10,000.00 A29 11 STRUCTURE EXCAVATION CLASS B INCL. HAUL CY 11 $50.00 $550.00 A30 20 CONTROLLED DENSITY FILL CY 20 $150.00 $3,000.00 A31 1 ROADWAY SURVEYING LS 1 $9,000.00 $9,000.00 A32 1 ADA FEATURES SURVEYING LS 1 $900.00 $900.00 A33 2 MONUMENT CASE AND COVER EA 2 $3,500.00 $7,000.00 A34 69 CEMENT CONC. SIDEWALK SY 69 $90.00 $6,210.00 $4,500.00 A35 1 CEMENT CONC. CURB RAMP TYPE A SINGLE DIRECTION EA 1 $4,500.00 A36 1 CEMENT CONC. CURB RAMP TYPE A PARALLEL EA 1 $4,500.00 $4,500.00 A37 1 CLEANING EXISTING DRAINAGE STRUCTURE LS 1 $1,000.00 $1,000.00 A38 1 HEALTH AND SAFETY PLAN LS 1 $6,000.00 $6,000.00 A39 1 MINOR CHANGE FA 1 $50,000 $50,000 A40 1 SPCC PLAN LS 1 $750.00 $750.00 A41 2 CONNECTION TO DRAINAGE STRUCTURE EA 2 $2,000.00 $4,000.00 A42 4 ADJUST STRUCTURE EA 4 $1,000.00 $4,000.00 A43 1 RECORD DRAWINGS, MIN. $10,000 LS 1 $10,000.00 $10,000.00 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 28 CITY OF TUKWILA A44 1 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) LS 1 $1,250.00 $1,250.00 SUBTOTAL, SCHEDULE A $598,503.00 Washington State Sales Tax (O%, Per State Sales Tax — Rule 171) 0.00 TOTAL SCHEDULE A $598,503.00 * Denotes contingent items of work per Special Provisions Section 1-04.4 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 29 CITY OF TUKWILA SCHEDULE ITEM NO. B: QTY WATER MAIN ITEM DESCRIPTION UNIT UNIT PRICE TOTAL AMOUNT B1 1 MOBILIZATION, 10% MAX. LS 1 $22,000.00 $22,000.00 B2 50 UNSUITABLE FOUNDATION EXCAVATION INCL. HAUL CY 50 $70.00 $3,500.00 B3 3 COMB. AIR RELEASE/AIR VACUUM VALVE ASSEMBLY 1 IN. EA 3 $4,800.00 $14,400.00 B4 5 HYDRANT ASSEMBLY EA 5 $10,000.00 $50,000.00 B5 22 SERVICE CONNECTION 3/4 IN. DIAM. EA 22 $2,200.00 $48,400.00 B6 7 SERVICE CONNECTION 1 IN. DIAM. EA 7 $2,900.00 $20,300.00 B7 64 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM. LF 64 $141.00 $9,024.00 B8 1,662 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. LF 1,662 $141.00 $234,342.00 B9 12 GATE VALVE 8 IN. EA 12 $2,250.00 $27,000.00 B10 4 CONNECTION TO EXISTING WATER MAIN EA 4 $11,500.00 $46,000.00 B11 1 CHECK VALVE VAULT EA 1 $41,000.00 $41,000.00 B12 1 REMOVAL OF EXISTING WATER MAIN LS 1 $15,500.00 $15,500.00 B13 8,292 SHORING OR EXTRA EXCAVATION TRENCH SF 8,292 $0.25 $2,073.00 B14 1 MINOR CHANGE FA 1 $25,000 $25,000 SUBTOTAL, SCHEDULE B $558,539.00 Washington State Sales Tax (10.2%) $56,970.98 TOTAL SCHEDULE B $615,509.98 * Denotes contingent items of work per Special Provisions Section 1-04.4 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 30 CITY OF TUKWILA TOTAL SCHEDULE A TOTAL SCHEDULE B TOTAL AMOUNT (SCHEDULES A AND B) $598,503.00 S615,509.98 $1,214,012.98 Total Bid Price in Words: One million, two hundred fourteen thousand, twelve dollars and ninety eight cents S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 31 CITY OF TUKWILA Bids Submitted on Computer Printouts Bidders, at their option, in lieu of handwriting in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the. City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (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.exte+�ded amounts., Signed: Title: PRESIDENT - JAMES PAPE - PAPE & SONS CONSTRUCTION, INC Date: JANUARY 29, 2025 S 149TH AND S.150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 32 .rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 1/27/2025 3 2 1/27/2025 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. 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: SWISS RE COPORATE SOLUTIONS 95 SOUTH JACKSON ST, SUITE 100 AMERICAN INSURANCE CORPORATION of SEATTLE. WA 98104 (Name) Bidder: PAPE & SONS CONSTRUCTION NC (Address) 17 Signature of Authorized Official: Printed Name and Title: JAMES PAPE Address: 9401 BUJACICH ROAD, STE 1A, GIG HARBOR, WA 98332 Check One: ❑ Individual ❑ Partnership State of Incorporation: WA Joint Venture (Corporation Phone No.: 253-851-6040 Date: JANUARY 29, 2025 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 33 ,rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA 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, Pape & Sons Construction, Inc. (Principal), and Swiss Re Corporate Solutions America Insurance Corporation (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of the Total Amount of Bid (5%) dollars ($ 5% ), 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 S 149TH AND S 150TH STREET WATERMAIN REPLACEMENT, Project No. 923. 401 02, 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 27th day of January Pape & Sons Construction, Inc. Signature of Authorized Official Title Name and address of local office of , 2025 Swiss Re Corporate Solutions America Insurance Corporation Surety By Daphne Roberts Attorney in Fact (Attach Power of Attorney) Acrisure Northwest agent and/or Surety Company: 1901 40th Ave W #440 Lynwood, WA 98036 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 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 34 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute, and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JOANNE REINKENSMEYER, KRISTIN JACKSON, DAPHNE ROBERTS, DANIELLE BRYANT and BAILEY BEACH _ JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 9th of May 2012: "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with reeard to any bond, undertaking or contract of surety to which it is attached." �`;�\pNS Ah1ER�04 ij\ONS PREgiFR''',,. p �PORq ys, 0�..• OR �?. SEAL m_ of SEAL ,1973 • M�ssooe :dys•'!Its soo�'•'.sa . .......w*N.,„qSN "'eaa„u .""` n"uu By David Satory, Senior Vice President of SRCSAIC & Senior Vice President of SRCSPIC By Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC IN WITNESS WHEREOF, SRCSAIC and SRCSPIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25TH day of SEPTEMBER 20 24 State of Illinois County of Cook ss Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation On this 25TH day of SEPTEMBER , 20 24 before me, a Notary Public personally appeared David Satory, Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. wv+EN►tszw5OA N Common Coee,�onNo. 97662s a wes=Ewes Seq.i te, 76 292/ •zceda, Notary I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 27th day of January , 20 25 Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC 35 CITY OF TUKWILA 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 S 149TH AND S 150TH STREET WATERMAIN REPLACEMENT, Project No. 923 401 02. PAPE & SONS CONSTRUCTION, INC Name of Firm Sr ature of Authorized Official _- PRESIDENT - JAMES PAPE Title SEAL Signed and sworn to before me: Dated JANUAR 9, 2025 01111i olio fob eicP/9��� •(Signature) 'ems° `t'`(ei KATHLE u) _� NOTARY ;j — = PUBLIC . °°O ,•NO.9 � �C?`� .•,,,,C ; WAS,`; . %�. N FA E IRISH (Print Name) Notary Public in and for the State of WASHINGTON Commission Expires: MARCH 26, 2028 S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 36 )rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.hxwa.com - Always Verify Scal CITY OF TUKWILA To report bid rigging activities call: 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. S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 37 ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: PAPE & SONS CONSTRUCTION, INC Address of Bidder: 9401 BUJACICH ROAD, STE 1A GIG HARBOR, WA 98332 State Zip Code Contractor's License No. PAPESI*204DE WA State UBI No. 600 291 966 Dept. of L&I License Bond Registration No. 2273368 Worker's Comp. Acct. No. 378,813-00 Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture. Incorporated in the state of WASHINGTON List business names used by Bidder during the past 10 years if different than above: City N/A Bidder has been in business continuously from 1973 Bank Reference Year US BANK GIG HARBOR - KARA 253-858-8008 Bank Account Officer Officer's Phone No. No. of regular full-time employees: 23 Number of projects in the past 10 years completed: 75 ahead of schedule 75 on schedule 0 behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 51 years. As a subcontractor for 51 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 itle With Bidder SEE ATTACHMENT "A" Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? 'Yes ❑ No S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 38 ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA Surveyor's Name: AMERICAN SURVEYING & ENVIRONMENTAL. LLC List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years' experience working on projects of similar nature and size. Year Contract Owner/Reference proiect Name Completed Amount Name and Phone SEE ATTACHMENT "B" 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 Proiect N/A Total Claims Amount of Contract Arbitrated Settlement Amount or Litiaated of Claims HNBidder, or any representative or partner thereof, ever failed to complete a contract? No ❑ Yes If yes, give details: N/A Hrs Bidder ever had any Payment/Performance Bonds called as a result of its work? No ❑ Yes If yes, please state: proiect Name N/A Contractina Party Bond Amount S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA �Ha Bidder ever been found guilty of violating any State or Federal employment laws? No ❑ Yes If yes, give details: N/A Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? VNo ❑ Yes If yes, give details: N/A Has any adverse legal judgment been rendered against Bidder in the past 5 years? 'No ❑ Yes If yes, give details: N/A Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? V No E. Yes If yes, please state: Date Type of Iniury Aaencv Receivina Claim N/A 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: PRESIDENT - JAMES PAPE Date: JANUARY 29, 2025 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 40 7rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, January 29, 2025, 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. Bidder's Busine s Name 7WE & SONS CONSTRUCTION, INC Signature -of Authorized Official* JAMES PAPE Printed Name PRESIDENT Title JANUARY 29, 2025 Date GIG HARBOR WA City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation [I State of Incorporation, or if not a corporation, State where business entity was formed: WASHINGTON If a co -partnership, give firm name under which business is transacted: N/A *If a corporation, proposal must be executed in the corporate name by the president or vice- president (oranyother corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Washington State W� Department of Transportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: PAPE & SONS CONSTRUCTION, INC Name of Contractor/Bidder - Print full legal entity name of firm By • r Signature of authorized person Print Name of person making certifications for firm JAMES PAPE Title: PRESIDENT Title of person signing certificate Date: JANUARY 29, 2025 Place: GIG HARBOR, WA Print city and state where signed Form 272-009 08/2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 42 CITY OF TUKWILA PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT SEE ATTACHMENT "C" Labor to be used: SEE ATTACHMENT "D" PAPE & SONS CONSTRUSJION, INC AjagEDW __Sigrure of Authorized Official PRESIDENT - JAMES PAPE Title S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA PROPOSED SUBCONTRACTORS Name of Bidder PAPE & SONS CONSTRUCTION, INC In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: structural steel installation, rebar installation, electrical, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. Prime Contractor must declare if they intend to perform any of these items. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder 83 % Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid AMERICAN SURVEYING & ENVIRONMENTAL, LLC NW TRAFFIC, INC BECKER BLACKTOP LLC A31, A32, A33 1 A18. A19, A20, A21, A22, A23. A24. A27 1 A8, A9, A10, A27 13% FOUR SEASONS CONCRETE CONSTRUCTION, LLC A15, A16, A17, A34, A35, A36 2% WORK TO BE PERFORMED BY PRIME CONTRACTOR ALL OTHER BID ITEMS NOT LISTED ABOVE 83% S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 44 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BOARD RESOLUTION OF PAPE & SONS CONSTRUCTION, INC. FOR SIGNING AUTHORITY DULY PASSED ON April 2, 2021 RESOLVED, that the following shall having signing authority on behalf of the company, subject to subsequent revocation or limitation by James Pape: 1. James Pape 2. Jeanette Pape 3. Chris Pape 4. Brad Appleman 5. Phil Sagen It is hereby certified by the undersigned that the foregoing resolution was duly passed by the Board of Directors of the above -named Company on the 2nd day of April, 2021, in accordance with the Memorandum or By -Laws and Articles of Incorporation of the Company and the laws and by-laws governing the Company and that the said resolution has been duly recorded in the Minute Book and is in full force and effect. ~DAMES PAPE - DIRECTOR 45 MINUTE RE: SPECIAL MEETING OF SHAREHOLDERS OF PAPE & SONS CONSTRUCTION, INC. A special meeting of the Shareholders has been called. A quorum was present as all shareholders were present. The purpose of said meeting was to conduct election of officers. The majority of votes carried as follows. It has been addressed, ordered and agreed as follows. 1. James Pape is elected as President. 2. Jeanette Pape is elected as Secretary/Treasurer. 3. Chris Pape is elected as Vice -President. 4. Brad Appleman is elected as Assistant Vice -President. 5. Phil Sagen is elected as Assistant Secretary. Agreed and approved this 8th day of October, 2020. PAPE & SONS CONSTRUCTION, INC. By: Ja pe, President and Director and Majority Shareholder 46 Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 410 PAPE & SONS CONSTRUCTION, INC 9401 BUJACICH ROAD NW STE 1A GIG HARBOR WA 98332 PAPE & SONS CONSTRUCTION, INC Reg: CC PAPESI*204DE UBI: 600-291-966 Registered as provided by Law as: Construction Contractor (CC01) - GENERAL Effective Date: 3/5/1980 Expiration Date: 4/8/2025 47 BACKGROUND & EXPERIENCE OF PRINCIPAL INDIVIDUALS AVAILABLE ATTACHMENT "A" James Pape — President - Owner 40 yrs. With Pape & Sons Construction, Inc. Jeanette Pape —Secretary/Treasurer- 9 yrs. With Pape & Sons Construction, Inc. Christopher Pape- Vice President 14 yrs. With Pape & Sons Construction, Inc. PhD Sagen — Project Manager — 17 yrs. With Pape & Sons Construction, Inc. Brad Appleman — GM/Project Manager — 18 yrs. With Pape & Sons Construction, Inc Jeff Tomasovich — Foreman Operator 29 yrs. With Pape & Sons Construction, Inc Bryan Hughes — Foreman Operator 24 yrs. With Pape & Sons Construction, Inc Eric Anderson — Foreman Operator 14 yrs. With Pape & Sons Construction, Inc Bookkeeping/Admin = 3 Pipelayers = 3 Operators =6 41 years in underground utilities. Superintendent for projects. 34 years assisting accounting dept. and office personnel. 14 years in underground construction. Laborer/Pipelayer/Operator 18 years in underground construction. Manages projects and estimates. 19 years in underground construction. Manages projects and estimates. 41 years in underground construction. Foreman - Operator 25 years in underground construction. Foreman — Operator 19 years in underground construction. Foreman — Operator Truck Drivers = 1 Flaggers = 1 Laborers = 3 Mechanics = 1 Updated 4/22/2024 48 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $6,608.72 Brad Appleman SEWER SPOT REPAIRS 124-2 PRIVATE Dec-24 WOLLOCHET HARBOR SEWER DISTRICT PO BOX 2166 GIG HARBOR, WA 98335 253-265-0265 $15,511.40 Brad Appleman DIRECTIONAL DRILL @ PIONEER WAY 865 PRIVATE Dec-24 CITY OF ORTING PO BOX 489 ORTING, WA 98360 360-893-9039 STEVE DASKAM $425,532.07 Brad Appleman MCCORMICK WOODS WELL #11 SITE IMP. 861 Subcontractor to JMG Nov-24 CITY OF PORT ORCHARD 216 PROSPECT STREET PORT ORCHARD, WA 98366 360-876-4407 $23,820.58 Brad Appleman EMERGENCY WATERMAIN REPAIRS 124-3 Oct-24 BELFAIR WATER DISTRICT #1 PO BOX 563 BELFAIR, WA 98528 360-275-3008 JIM FREEMAN/DALE WEBB $31,337.43 Phil Sagen WATER METER EXCHANGES 875 Sep-24 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-238-4137 $3,854,760.00 Brad Appleman NBK REPAIR & REPLACE SEWERW INFRASTRUCTURE 802 SUB TO MACNAK CONTRACT # N4425517D4013-N4425519F4319 Sep-24 NAVFAC NW PUBLIC WORKS DEPT KITSAP MACKNAK CONSTRUCTION, LLC CHESTER BERGNER 253-212-2378 $68,284.20 Brad Appleman FIR MEADOWS WATERMAIN PO#13034 877 PRIVATE Sep-24 WA WATER SERVICE COMPANY 4531 INTELCO LOOP SE, SUITE 3 LACEY, WA 98503 253-320-1631 JOHN PUCCINELLI $8,153.20 Brad Appleman WHITE CLOUD SEWER SPOT REPAIRS 124-1 PRIVATE Aug-24 WOLLOCHET HARBOR SEWER DISTRICT PO BOX 2166 GIG HARBOR, WA 98335 253-265-0265 $140,495.31 Brad Appleman SOUTH ORCHARD ST WATER MAIN REPLACEMENT 876 Aug-24 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-238-4137 $1,074,444.15 Phil Sagen WATER RENEWAL & REPLACMENT PROJ #6 864 PRIVATE Jun-24 SPANAWAY WATER COMPANY PO BOX 1000 SPANAWAY, WA 98387 253-531-9024 TIM WELLS $488,904.38 Brad Appleman HERONSWOOD GARDEN WATERMIAN EXTENSION 870 Jun-24 PORT GAMBLE S'KLALLAM TRIBE 31912 LITTLE BOSTON RD NE KINGSTON, WA 98346 MIKE ROREM 206-930-3229 $33,305.25 Brad Appleman 108 131st STREET FIRE LINE 873 PRIVATE Jun-24 PARKLAND LIGHT & WATER PO BOX 44426 TACOMA, WA 98448 253-531-5666 DALE BUDZINSKI $748,233.66 Brad Appleman SOUTHWOOD 204TH WATERMAIN PO#12615 867 PRIVATE Apr-24 WA WATER SERVICE COMPANY 4531 INTELCO LOOP SE, SUITE 3 LACEY, WA 98503 253-320-1631 JOHN PUCCINELLI $4,227,126.89 Brad Appleman SANITARY SEWER PUMP STATION & SANITARY SEWER 839 Mar-24 MASON COUNTY PUBLIC WORKS PO BOX 1850 SHELTON, WA 98584 RICHARD DICKINSON 360-427-9670 $1,568,805.91 PhD Sagen PAULSON RD POTABLE & RECYCLED WATER MAIN 860 Apr-24 SILVERDALE WATER DISTRICT #16 PO BOX 493 SILVERDALE, WA 98383 MICHAEL PLEASANTS 360-447-3513 $6,750.00 Brad Appleman SPSCC INFRASTRUCTURE PUMP LIFT STATION 123-12 SUB TO SOURCE ELECTRIC Apr-24 ENTERPRISE SERVICES, WASH STATE DEPT PO BOX 41476 OLYMPIA, WA 98504 STACY SIMPSON 360-349-2341 $1,605,190.04 Phil Sagen SCHEDULE A DISTRIBUTION REPLACMENT 862 Apr-24 WESTERN RANCHETTES INC 15914 748TH AVE CT E PUYALLUP, WA 98375 RYAN FRANK 360-876-0958 49 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $262,389.46 Phil Sagen 2022 AC WATER MAIN 863 PRIVATE Feb-24 FRUITLAND WATER DISTRICT 4001 9TH ST SW PUYALLUP, WA 98373 253-848-5519 TED HARDIMAN $12,152.00 Brad Appleman HWY 300 WATER SERVICE REPLACMENT 869 PRIVATE Feb-24 BELFAIR WATER DISTRICT #1 PO BOX 563 BELFAIR, WA 98528 360-275-3008 JIM FREEMAN/DALE WEBB $137,370.67 Brad Appleman ARDMORE WHITMAN WATERMAIN #879 868 Feb-24 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 JAMES DEAN - 253-588-4423 $442,682.70 Brad Appleman GLEN ALDER WATERMAIN REPLACEMENT 850 Dec-23 THURSTON COUNTY PUD 1230 RUDDELL RD SE LACEY, WA 98503 KIM GUBBE - 360-357-8783 EXT125 $486,811.96 Brad Appleman LAKE JOSEPHINE COUNTRY CLUB WATERMAIN 857 Nov-23 LAKE JOSEPHINE WATER DEPARTMENT 11016 COUNTRY CLUB DR ANDERSON ISLAND, WA 98303 RUSS RODOCKER - 253-884-4093 $132,412.43 Phil Sagen EVERGREEN SHORES WATERMAIN REPLACEMENT 859 PRIVATE Oct-23 WASHINGTON WATER COMPANY PO BOX 336 GIG HARBOR, WA 98335 JOHN PUCCINELLI, PE 360-437-2042 $1,440,519.01 Brad Appleman MANORWOOD WATER MAIN REPLAC. PHASE 2 & 3 852 Nov-23 CITY OF PUYALLUP 333 S. MERIDIAN PUYALLUP, WA 98371 MICHELLE GEHRING 253-841-5579 $604,533.47 Phil Sagen CANYON RD E WATERMAIN REPLACEMENT 854 PRIVATE Sep-23 WASHINGTON WATER COMPANY PO BOX 336 GIG HARBOR, WA 98335 JOHN PUCCINELLI, PE 360-437-2042 $81,279.07 Brad Appleman WICKS LAKE RANCHES WATERMAIN RELOCATION 851 PRIVATE Aug-23 WASHINGTON WATER COMPANY PO BOX 336 GIG HARBOR, WA 98335 JOHN PUCCINELLI, PE 360-437-2042 $1,037,540.50 Phil Sagen KPUD LUD #40 BILL POINT WATER PART 1 847 Aug-23 Kitsap PUD #1 PO Box 1989 Poulsbo, WA 98370 PETER DRESSEL 360-626-7746 $188,612.86 Phil Sagen STORMWATER PRETREATMENT OUTFALL 844 Jun-23 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 TYLER BEMIS- 253-238-4134 $41,450.90 Phil Sagen FIRCREST ROSE ST WATERMAIN 855 Jun-23 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-564-8900 $555,193.45 Phil Sagen KPUD LUD # 40 BILL POINT WATER PART 2 849 May-23 Kitsap PUD #1 PO Box 1989 Poulsbo, WA 98370 PETER DRESSEL 360-626-7746 $4,080.00 Phil Sagen KPUD WATER SERVICE CONNECTIONS 123-16 Apr-23 Kitsap PUD #1 PO Box 1989 Poulsbo, WA 98370 BILL WHITELEY- 360-779-4078 $1,056,735.07 Brad Appleman NAOMILAWN NEWGROVE HIGHLAND WATERMAIN 843 Mar-23 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 IAN BLACK - 253-588-4423 $36,960.00 Phil Sagen REGENTS BLVD WATERMAIN 848 Mar-23 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-564-8900 $69,289.46 Brad Appleman ROBBINS RD STORM WATER IMPROVEMENTS 831 Mar-23 ROBBINS RD IMPROV. & MAINT. ASSOC. PO BOX 752 GRAPEVIEW, WA 98546 ROBERT ISBELL - 360-229-2079 50 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $74,553.65 Phil Sagen 2022 ANNUAL DRAINAGE PROJECT 846 Mar-23 CITY OF BAINBRIDGE ISLAND 280 MADISON AVE N BAINBRIDGE ISLAND, WA 98110-1812 JOEL CORLEW 206-348-2913 $153,434.13 Brad Appleman SOUTHWOOD PRV STATIONS 845 PRIVATE Feb-23 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 $890,647.56 Phil Sagen HOLIDAY VALLEY WATER MAIN REPLACEMENT 838 PRIVATE Dec-22 HOLIDAY VALLEY WATER DISTRICT 3403 STEAMBOAT ISLAND RD PMB 334 OLYMPIA, WA 98502 JIM LOGAN - 360-529-2947 $2,705,312.30 Phil Sagen FRUITLAND 2021 WATER MAIN 827 PRIVATE Dec-22 FRUITLAND MUTUAL WATER CO PO BOX 73759 PUYALLUP, WA 98373 TED HARDIMAN - 253-848-5519 $302,391.52 Brad Appleman 55TH ST CT NW (REID DR) WATER MAIN 841 Nov-22 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 MANDY CHAPMAN - 253-853-7561 $158,549.53 Brad Appleman WATERMAIN EXTENSION QUISTORFF SWEDE HILL 842 PRIVATE Oct-22 WASHINGTON WATER PO BOX 336 GIG HARBOR, WA 98335 RYAN HASEMAN - 877-408-4060 $656,318.01 Phil Sagen SUMMIT WATER MAIN 840 Oct-22 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-564-8900 $483,753.73 Phil Sagen EISENHOWER WATER MAIN REPLACEMENT 837 Aug-22 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPIA 360-876-2545 $1,436,262.54 Brad Appleman 2020 LIFT STATION UPGRADES PROJECT 824 Jul-22 CITY OF ORTING PO BOX 489 ORTING, WA 98360 APRIL WHITTAKER-253-604-6600 $1,042,182.11 Brad Appleman OYSTER BAY AVE FORCE MAIN REPLACEMENT 836 Jul-22 CITY OF BREMERTON 239 4TH ST BREMERTON, WA 98337 ROBERT ENDLSEY 360-473-2348 $1,826,469.86 Brad Appleman MARINE DRIVE WATER MAIN REPLACEMENT 826 May-22 CITY OF BREMERTON 239 4TH ST BREMERTON, WA 98337 ROBERT ENDLSEY 360-473-2348 $325,933.52 Brad Appleman 6th STREET SEWER REPLACEMENT 822 May-22 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 BILL DAVIS 360-473-5398 $211,411.27 Brad Appleman 2022 STORMWATER REPAIR PROJECT 834 Apr-22 CITY OF LAKEWOOD 6000 MAIN STREET SW LAKEWOOD, WA 98499 D'ANDRA BUCHANAN 253-983-7820 $36,841.91 Brad Appleman BORGEN BLVD EMERGENCY PAVEMENT REPAIR 835 Mar-22 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 TRENT WARD 253-851-6170 $456,793.50 Phil Sagen 224th 12 Inch WATER MAIN REPLACEMENT 832 PRIVATE May-22 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 $137,019.96 Brad Appleman SILVER CREEK BOOSTER STATION Apr-22 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 830 PRIVATE $1,095,865.25 Phil Sagen WATER MAIN RENEWAL & REPLACEMENT 829 PRIVATE Mar-22 SPANAWAY WATER COMPANY INC PO BOX 1000 SPANAWAY, WA 98387-1000 TIM WELLS 253-531-9024 51 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $118,544.19 Brad Appleman MINTERBROOK 82ND AVE MAINLINE EXTENTION 828 PRIVATE Nov-21 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 $643,981.00 Brad Appleman McCORMICK WEST DIVISION 11 & 12 821 Subcontractor to RV Associates, Inc Nov-21 MCCORMICK DEVELOPMENT CORP PRIME - RV ASSOCIATES, INC 1333 LLOYD PARKWAY, PORT ORCHARD, WA 360-876-9737 $372,678.73 Phil Sagen SILVER SPRINGS WATER SYSTEM MAINLINE 825 PRIVATE Aug-21 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 $978,962.40 Phil Sagen CARPENTER RD UTILITY IMPROVEMENTS 820 Jul-21 CITY OF LACEY PO BOX 3400 LACEY, WA 98509-3400 JUSTIN KNOX 360-491-5600 $3,310,427.98 Brad Appleman NBK REPAIR & REPLACE SEWER INFRASTRUCTURE 802 Jun-21 MACNAK CONSTRUCTION, LLC 12802 BRIDGEPORT WAY SW LAKEWOOD, WA 98499 CHESTER BERGNER 253-212-1378 $1,017,655.86 Phil Sagen 2019 WATER MAIN IMPROVEMENTS 819 May-21 CITY OF YELM PO BOX 479 YELM, WA 98597 DEREK M MCCOY, P.E. $20,381.25 Brad Appleman POTHOLE BOX CULVERT EDDON BOAT PARK 823 Apr-21 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 GEORGE FLANIGAN 253-377-6165 $377,800.20 Brad Appleman 2020 CDBG WATERMAIN REPLACEMENT 818 Apr-21 TOWN OF BUCODA PO BOX 10 BUCODA, WA 98530 STEVE WILLIE 360-352-9456 $24,538.94 Brad Appleman WATERMAIN & SERVICE to 2012 STATE GAME RD 817 Jan-21 TORRE 4306 27TH AVE SE PUYALLUP, WA 98374 LOUIS TORRE 253-845-3936 $1,234,299.05 Brad Appleman 39TH AVE WATER MAIN REPLACEMENT 813 Jan-21 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $79,047.10 Brad Appleman N WARNER STREET SEWER & STORM 812 Dec-20 HENDRICKSON CONSTRUCTION CO PO BOX 64370 UNIVERSITY PLACE, WA 98464-0370 RON HENDRICKSON 253-381-7486 $1,279,235.21 Phil Sagen MAPLE AVE WATER MAIN IMPROVEMENT 811 Dec-20 CITY OF PORT ORCHARD 216 PROSPECT ST PORT ORCHARD, WA 98366 K. CHRIS HAMMER PE 360-876-4991 $14,416.18 Phil Sagen EMERGENCY MANHOLE REPLACEMENT 816 Nov-20 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-564-8900 $48,351.60 Brad Appleman ILLAHEE OYEHUT HYDRANT REPLACEMENT 814 Nov-20 GRAYS HARBOR COUNTY 100 W BROADWAY, STE 2 MONTESANO, WA 98563 MARK COX 360-249-4222 $396,877.89 Brad Appleman BOND GUNDERSON WATER MAIN EXTENSION 809 PRIVATE Sep-20 ARNESS TREE FARM 22777 INDIANOLA RD NE POULSBO, WA 98370 LARRY TODD 360-692-6867 $39,991.01 Brad Appleman 120-KCSD7 REUSE WATER PUMP & MANHOLE 815 Sep-20 KITSAP COUNTY SEWER DISTRICT #7 PO BOX 40088 BELLEVUE, WA 98015 RAOAN BLACKER 206-669-5723 52 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $6,597.00 Brad Appleman PHASE 3 TELEMETRY UPGRADES 120-CEDAR -SUB TO SOURCE ELECTRIC, LLC Aug-20 CEDAR RIVER WATER/SEWER DISTRICT 18421 SE PETROVITSKY RD RENTON, WA 98058 CHRIS ROBERTS 206-437-2878 $356,104.01 Phil Sagen WOODS ROAD WATER MAIN REPLACEMENT 808 Aug-20 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPIA 360-876-2545 $9,385.99 Brad Appleman MINDER & SR 307 BORE EXCAVATION 120- KCPUD#1 Jul-20 KITSAP COUNTY PUD #1 PO BOX1989 POULSBO, WA 98370 TODD SMITH 360-626-7751 $224,949.30 Phil Sagen JACKSON AVE WATER MAIN RELOCATION 810 Jun-20 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPIA 360-876-2545 $399,899.41 Phil Sagen CAMP SEYMOUR YMCA WATER SYSTEM 804 Jun-20 YMCA OF PIERCE & KITSAP COUNTIES 4717 S 19TH ST, STE 201 TACOMA, WA 98402 ED BRESSETTE 253-534-4738 $175,390.25 Phil Sagen AC WATER MAIN REPLACEMENT 807 May-20 TIMBERLAKE COMMUNITY CLUB 2880 E. TIMBERLAKE WEST DRIVE SHELTON, WA 98584 EVAN HENKE, PE 425-637-3693 $96,130.00 Phil Sagen RANCH ACRES MAIN REPLACEMENT 805 PRIVATE May-20 WASHINGTON WATER SERVICE CO PO BOX 336 GIG HARBOR, WA 98335 JOHN PUCCINELLI, PE 360-437-2042 $66,923.45 Phil Sagen WATER MAIN REPLACEMENT PROJ NO MRP2019-34 806 Apr-20 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 TROY SAGHAFI PE 253-502-8746 $2,112,099.38 Brad Appleman 2019 SEWAGE PUMP STATION CW-4 REPLACEMENT 797 Apr-20 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 BILL DAVIS 360-473-2312 $4,950.00 Brad Appleman VWD BUTTES TELEMETRY 120 - SUB TO SOURCE ELECTRIC Mar-20 VALLEY WATER DISTRICT 14501 PIONEER WAY E PUYALLUP, WA 98372 SEAN VANCE 253-841-9698 $829,071.74 Phil Sagen MARINE DR STORMWATER LID RETROFIT 799 Dec-19 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 KATIE KETTERER 360-473-5334 $870,682.07 Phil Sagen LIDSTROM WATER MAIN REPLACEMENT 800 Nov-19 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 GLEN SCREWS 360-874-5004 $19,938.28 Phil Sagen PARKWOOD SEWER 803 Oct-19 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPIA 360-876-2545 $1,031,235.05 Brad Appleman STINSON AVE WATER MAIN REPLACEMENT 796 Oct-19 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 AARON HULST 253-853-7620 $105,622.66 Phil Sagen FARALLONE SANITARY SEWER 801 Oct-19 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 JERRY WAKEFIELD 253-564-8900 $505,101.61 Phil Sagen 7TH ST IMPROVEMENTS WATERLINE REPLAC. 798 Aug-19 CITY OF ELMA 1235 MONTE ELMA RD ELMA, WA 98541 JIM STARKS 360-482-2212 $2,559,164.54 Brad Appleman LIFT STATION NO 2 PW 2017-07 771 Jul-19 CITY OF LACEY PO BOX 3400 LACEY, WA 98509 KEVEN INMAN 360-438-2682 53 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $289,977.51 Phil Sagen WATER MAIN REPLACEMENT MRP 2016-24 795 Jul-19 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 GREG ARMSTRONG -253-502-8742 $1,197,859.21 Brad Appleman ARROWHEAD WATER MAIN REPLACEMENT PH 2 791 Jun-19 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $975,493.68 Phil Sagen WATER MAIN REPLACEMENT MRP2017-17 788 Jun-19 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 GREG ARMSTRONG -253-502-8742 $110,896.23 Brad Appleman LIFT STATION #9A REHABILITATION 792 Jun-19 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 MARCOS MCGRAW 253-853-2647 $376,921.47 Phil Sagen WATER MAIN REPLACEMENT MRP2017-27 790 May-19 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 RYAN FLYNN 253-396-3111 $124,657.48 Brad Appleman EMERGENCY REPAIR SEWER FORCEMAIN 794 Apr-19 CITY OF BREMERTON 239 4TH ST BREMERTON, WA 98337 NED LEVER 360-473-2398 $654,710.00 Brad Appleman FREDRICKSON INDUSTRIAL PARK SEWER MAIN 786 SUB TO RV ASSOCIATES, INC Feb-19 RV ASSOCIATES, INC 1333 LLOYD PARKWAY PORT ORCHARD, WA 360-876-9737 $415,111.05 Brad Appleman DRAKE STREET LIFT STATION PROJECT 781 Nov-18 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 BRIAN CASEY 253-627-1520 $928,674.24 Phil Sagen LAKE STEILACOOM DR REPLAC/REHABIL. JOB 690 783 Nov-18 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $485,322.87 Phil Sagen WATER MAIN REPLACEMENT PROJ MRP2017-22 785 Nov-18 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 RYAN FLYNN 253-396-3111 $679,710.84 Brad Appleman Green Mountain Acres System Reconstruction 759 Sep-18 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 $245,573.63 Brad Appleman BELA VISTA MAIN REPLACEMENT PHASE 1 787 Sep-18 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 $95,652.86 Phil Sagen WALLER RD CROSSING WATER MAIN JOB #701 784 Jun-18 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $175,285.14 Phil Sagen FRP 2017-18 WATER MAIN 782 Jun-18 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 GREG ARMSTRONG -253-502-8742 $188,536.00 Phil Sagen FLORENCE STREET SEWER 780 May-18 CITY OF ENUMCLAW 1339 GRIFFIN AVE ENUMCLAW, WA 98022 SCOTT WOODBURY 360-615-5728 $200,099.47 Phil Sagen 2018 CDBG WATERMAIN REPLACEMENT 779 Apr-18 TOWN OF BUCODA PO BOX 10 BUCODA, WA 98530 STEVE WILLIE 360-352-9456 $412,039.11 Phil Sagen RAMSDELL WATER MAIN PROJECT 778 Apr-18 CITY OF FIRCREST 115 RAMSDELL ST FIRCRESET, WA 98466 KIMBERLEY SAVAGE 253-473-4494 54 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $8,500.00 Brad Appleman PHASE 4-SCADA SYSTEM UPGRADES 118-SUB TO TSI & SOURCE ELECTRIC, LLC Apr-18 CITY OF BONNEY LAKE PO BOX 7380 BONNEY LAKE, WA 98390 JOHN WOODCOCK 253-447-4348 $282,142.19 Brad Appleman LUD#19 NEW SWEDEN WATER MAIN EXTENSION 776 Mar-18 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 $541,150.62 Phil Sagen SILCOX DRIVE SW WATER MAIN REPLACEMENT 777 Mar-18 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $368,576.37 Brad Appleman HISTORIC VILLAGE WATER MAIN REPLACEMENT 770 Mar-18 CITY OF DUPONT 1700 CIVIC DR DUPONT, WA 98327 DOMINIC MILLER P.E. 360-292-7481 $1,460,927.05 Phil Sagen ORVILLE ROAD WATER MAIN REPLACEMENT 769 Mar-18 CITY OF ORTING PO BOX 489 ORTING, WA 98360 APRIL WHITTAKER-253-604-6600 $401,684.50 Brad Appleman ALAMEDA LIFT STATION PROJECT 767 Feb-18 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 BRIAN CASEY 253-627-1520 $143,871.50 Brad Appleman RIDDELL WELL SLIDE IMPROVEMENTS 775 Dec-17 NORTH PERRY AVE WATER DISTRICT PO BOX 2183 BREMERTON, WA 98310 JIM GROSS PE - 206-357-9932 $268,536.22 Phil Sagen MEEKER AVE STORM SEWER 772 Dec-17 CITY OF TACOMA 747 MARKET ST STE#408 TACOMA, WA 98402 JESSICA TONKA 253-502-8332 $94,992.37 Phil Sagen WSP ACADEMY WATER SYSTEM 773 Nov-17 ENTERPRISE SERV, DEPT OF PO BOX 41476 OLYMPIA, WA 98504 CURTIS PATE 360-407-7913 $752,018.26 Phil Sagen N. 6TH & G STREET STORM SEWER 768 Oct-17 CITY OF TACOMA 747 MARKET ST STE#408 TACOMA, WA 98402 JESSICA TONKA 253-502-8332 $3,834,570.26 Brad Appleman S. TACOMA WAY SR512 TO 96TH ST ROADWAY 751 Sep-17 CITY OF LAKEWOOD 6000 MAIN STREET SW LAKEWOOD, WA 98499 WESTON OTT 253-983-7725 $1,210,258.45 Brad Appleman SOUTH HILL MALL LIFT STATION 766 Sep-17 CITY OF PUYALLUP 333 S MERIDIAN PUYALLUP, WA 98371 MARY WINTER 253-841-4321 $289,190.07 Brad Appleman WATER SUPPLY MAIN REPLACEMENT 765 Jul-17 TOWN OF CARBONADO PO DRAWER 91 CARBONADO, WA 98323 LANCE STEVENS 206-284-860 $850,541.88 Brad Appleman NISQUALLY WATER IMPROVEMENTS-PW 2017-02 764 Aug-17 CITY OF LACEY PO BOX 3400 LACEY, WA 98509 KEVEN INMAN 360-438-2682 $377,674.67 Phil Sagen Thorne Lane -Portland Ave to Spruce WO#21131 762 Apr-17 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 RANDALL BLACK - 253-588-4423 $848,735.66 Phil Sagen Water Main Replacement WD16-0445F-MRP 2016-29 760 Apr-17 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 MARIE HOLM 253-502-8468 $351,937.95 Brad Appleman Crystal Springs Water Main Replacement 758 Feb-17 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 55 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $542,190.33 Brad Appleman S'Klallam Tribe -Ravenwood Pump Station 749 Mar-17 PORT GAMBLE S'KLALLAM TRIBE 31912 LITTLE BOSTON RD NE KINGSTON, WA 98346 HARVEY DOTY 206-284-0860 $34,294.85 Phil Sagen Rockaway Beach Road Fire Hydrant 761 Dec-16 CITY OF BAINBRIDGE ISLAND 280 MADISON AVE N BAINBRIDGE ISLAND, WA 98110 AARON CLAIBORNE 206-780-3585 $190,901.11 Phil Sagen ES16-0267S - 2016A Wastewater Sewer Spot Repair 755 Nov-16 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 SAMOL HEFLEY 253-502-8468 $21,700.00 Brad Appleman Pressure Reducing Valve Replacement 757 Oct-16 HARTSTENE POINTE WATER -SEWER DIST 772 E CHESAPEAKE DR SHELTON, WA 98584 MICEAL CARNAHAN - 360-427-2413 $50,546.59 Brad Appleman Lift Station #18 Generator Replacement-PW2016-16 756 Oct-16 CITY OF LACEY PO BOX 3400 LACEY, WA 98509 KEVIN INMAN 360-438-2682 $273,629.48 Brad Appleman Pioneer Street Utility Improvements Project 754 Oct-16 CITY OF TUMWATER 555 ISRAEL RD SW TUMWATER, WA 98501 JOHN NORMAN 360-754-4140 $1,242,702.98 Phil Sagen Hostmark Mains Project #CN2016-03 752 Sep-16 CITY OF POULSBO 200 NE MOE ST POULSBO, WA 98370 DEAN ZAVACK 360-394-9736 $157,902.71 Brad Appleman Pearson Lift Station & Sewer Line 753 Aug-16 NORTH KITSAP SCHOOL DIST #400 18360 CALDART AVE NE POULSBO, WA 98370 MICHAEL CURRIE 360-377-0014 $78,923.22 Brad Appleman Sole Soure Control Valves Project 750 Aug-16 CITY OF LACEY PO BOX 3400 LACEY, WA 98509 AUBREY ARGENS 360-438-2639 $851,195.54 Brad Appleman Project NO 4514 Flow Control & Seismic Valve 742 May-16 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 NED LEVER-360-473-5270 $66,074.15 Phil Sagen Downtown Parking Lot Stormwater Retrofit & Overlay 748 - sub to Puget Paving & Construction, Inc Apr-16 CITY OF BUCKLEY PO BOX D BUCKELY, WA 98321 DOMINIC MILLER P.E. 360-292-7481 $374,408.20 Brad Appleman Clarks Creek Targeted Outfall Retrofit 743 Apr-16 CITY OF PUYALLUP 333 S. MERIDIAN PUYALLUP, WA 98371 VIRGINIA LORBERAU 253-864-4164 $362,663.54 Phil Sagen Water Main Replacement Project MRP 2015-37 746 Mar-16 CITY OF TACOMA 747 MARKET ST STE# 408 TACOMA, WA 98402 LISA OESTREICH 253-594-7871 $1,943,752.61 Brad Appleman 6th Ave & 9th Ave Pump Station Project 734 Mar-16 CITY OF POULSBO 200 NE MOE ST POULSBO, WA 98370 MIKE LUND - 360-394-9741 $36,632.24 Brad Appleman 2015 Sidewalk Replacement Project 744 Jan-16 CITY OF BUCKLEY PO BOX D BUCKELY, WA 98321 DOMINIC MILLER P.E. 360-292-7481 $7,959.67 Brad Appleman 4TH Ave Stormwater Retrofit 115CCT - sub to CCT Construction, Inc Oct-15 CITY OF OLYMPIA PO BOX 1967 OLYMPIA, WA 98507 CRAIG ANDERSON 360-753-8709 $352,530.61 Brad Appleman Phase VI Water Main 740 Oct-15 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 56 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $1,169,465.84 Brad Appleman Phase V Water Main 739 Nov-15 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 $421,559.48 Phil Sagen Wastewater Sewer Replacement Proj ES15-0003F 738 Oct-15 CITY OF TACOMA 747 MARKET ST STE# 408 TACOMA, WA 98402 LISA OESTREICH 253-594-7871 $493,936.83 Phil Sagen 70th Ave Water Main Replacement Proj. MRP2013-58 737 WD15-0090F Nov-15 CITY OF TACOMA 747 MARKET ST STE# 408 TACOMA, WA 98402 GREG ARMSTRONG -253-502-8742 $196,132.13 Phil Sagen Peabody Creek Water Quality Treatment Retrofit 736 Aug-15 CITY OF PORT ANGELES PO BOX 1150 PORT ANGELES, WA 98362 LUCIO BAACK 360-417-4720 $383,794.06 Brad Appleman Washington Ave Community Blvd 735 Subcontractor to RV Associates, Inc Sep-15 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 EDUARDO ABAN 360-473-5270 $762,723.11 Brad Appleman Steilacoom Blvd SW Replacement & Rehabilitation 733 May-15 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 RANDALL BLACK - 253-588-4423 $76,353.99 Phil Sagen Lakewood Water District AMI Project 732 Feb-15 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 IAN BLACK - 253-588-4423 $712,685.61 Brad Appleman Central Business District Stormwater Retrofit #CN2014-07 731 May-15 CITY OF POULSBO 200 NE MOE ST POULSBO, WA 98370 BILL WHITELEY - 360-779-4078 $339,730.38 Brad Appleman 2014 Sound Transit Water Main Relocations at Rail Crossings 730 Mar-15 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 RANDALL BLACK - 253-588-4423 $21,936.21 Brad Appleman Carpenter Rd Air Release Valves/PW2014-21 729 Jan-15 CITY OF LACEY PO BOX 3400 LACEY, WA 98509-3400 KEVIN INMAN - 360-438-2682 $1,153,251.75 Phil Sagen LID 8652-1, 8652-2 & 8655-1- PW14-0019F 728 Apr-15 CITY OF TACOMA 747 MARKET ST STE# 408 TACOMA, WA 98402 PHILL RINGROSE 253-502-8163 $890,714.47 Brad Appleman 300 Block Alley Farallone/Eldorado Sewer 727 Jan-15 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 TRENT LOUGHEED 253-564-8900 $228,374.36 Brad Appleman 2014 CDBG Watermain Replacement 726 Oct-14 TOWN OF BUCODA PO BOX 10, BUCODA WA 98530 STEVE WILLIE 360-352-9456 $248,364.65 Phil Sagen 2014 Alley Sewer Replacement 725 Oct-14 CITY OF ELMA 1235 MONTE ELMA RD ELMA, WA 98541 JIM STARKS 360-482-2212 $681,893.60 SF SYLVAN PARK WATER MAIN REPLAC. PROG PH 1 724 Nov-14 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 RANDALL BLACK - 253-588-4423 $349,007.69 SF Lakeholme Road SW Water Main Replacement and Rehabilitation Proj Job # 598 WO #21009 723 Jul-14 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 IAN BLACK - 253-588-4423 $543,078.06 Phil Sagen Water Main Replacement MRP 2013-07 722 May-14 CITY OF TACOMA GARY GATES 253-502-8742 57 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $1,227,147.25 Phil Sagen LID 8654 and 8652-3 721 Oct-14 CITY OF TACOMA PUBLIC WORKS PHILL RINGROSE 253-502-8163 $1,634,000.14 Brad Appleman Washington Ave Sewer Improvements 720 Aug-14 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DR, BREMERTON, WA 98310 NED LEVER PE 360-473-2398 $238,128.47 Phil Sagen Water Main Replacement MRP 2013-14 719 Feb-14 CITY OF TACOMA GARY GATES 253-502-8742 $787,245.23 Brad Appleman Eastown Sanitary Sewer Mains Phase 1 717 Dec-13 CITY OF BONNEY LAKE PO BOX 7380 BONNEY LAKE, WA 98390 MARLYN CAMPBELL - 253-447-4348 $340,638.35 Phil Sagen Regents/Alameda 2013 Sewer Replacement Project 718 Nov-13 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 TRENT LOUGHEED 253-564-8900 $164,520.35 Brad Appleman Hood Canal Intertie Project - Dalby Road 716 Nov-13 MASON COUNTY PUD #1 N 21971 HWY 101 SHELTON, WA 98584 JOCELYNE GRAY 360-877-5249 $640,647.01 Phil Sagen Del Monte Sewer Main Replacement Project 715 Nov-13 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 TRENT LOUGHEED 253-564-8900 $542,608.89 Brad Appleman Water System Improvements Project 714 Oct-13 CITY OF YELM PO BOX 479 YELM, WA 98597 STEPHANIE RAY 360-458-3244 $506,026.08 Phil Sagen Water Main Replacement Project MRP 2011-01 713 Aug-13 CITY OF TACOMA GARY GATES 253-502-8742 $746,246.86 Brad Appleman Big Valley Transmission Main Replacement Project 712 Aug-13 CITY OF POULSBO 200 NE MOE ST POULSBO, WA 98370 MIKE LUND - 360-394-9741 $240,309.52 SF Town of Belfair Sanitary Sewer Improvements Pressure Sewer Extension Project 700 Aug-13 MASON COUNTY PO BOX 578 SHELTON, WA 98584 TOM MOORE- 360-427-9670 $1,598,941.91 Brad Appleman Ponderosa Estates Waterline Replacement 709 Aug-13 CITY OF BONNEY LAKE PO BOX 7380 BONNEY LAKE, WA 98390 MARLYN CAMPBELL - 253-447-4348 $452,471.26 Brad Appleman Veteran's Drive SW Water Main Replacement Project phase 3 710 Jun-13 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 IAN BLACK - 253-588-4423 $2,002,557.80 Phil Sagen Dayton -Airport Road Watermain Expansion Project 706 Jun-13 CITY OF SHELTON PO BOX 1277 SHELTON, WA 98584 DONI KOTAS-TURNER-360-432-5104 $679,357.51 SF/CP 2011 Wastewater Sewer Main Replacement & Extensions 695 Jun-13 TACOMA PUBLIC WORKS KATHY KATTERHAGEN-253-502-8468 $553,185.46 Brad Appleman Cedarwood Assoc Water System DWSRF/CDBG 2012 Water System Improvements 701 Jun-13 THURSTON CO. PUD NO 1 921 LAKERIDGE WAY SW, STE 301 OLYMPIA, WA 98502 JULIE PARKER - 360-357-8783 $117,968.95 Brad Appleman 184th Avenue Water Main Replacement Project 708 Feb-13 CITY OF BONNEY LAKE 8720 MAIN STREET E BONNEY LAKE, WA 98391 MARLYN CAMPBELL 253-447-4348 $22,902.06 Brad Appleman Valley System 2-inch Domestic Water Service 707 Nov-12 VALLEY WATER DISTRICT 14501 PIONEER WAY E PUYALLUP, WA 98372 BRIAN THOMPSON 253-841-9698 58 EQUIPMENT OWNED/TO BE USED 2025 ATTACHMENT "C" TRUCKS SERVICE TRUCK W/TOOLS x5 DUMP TRUCK W/PUP & TILT TRL x2 WATER TRUCK x2 EXCAVATORS PC128UU (KOMATSU) x2 (E12) DOOSAN DS140 x3 (E7, E8, E14) HITACHI 35 x2 (E4) JOHN DEERE 35G (E6) JOHN DEERE 50 (E15) KOMATSU 228 xl (Ell) KOMATSU 238 xl (E16) TRENCHER (TR1) VIBRATORY COMPACTORS BACKHOES 420D BACKHOE (BH04) 420E BACKHOE (BH15, 16, 17) 420E-IT BACKHOE (BH01 & BH18) 420EX BACKHOE (BH19) 420F BACKHOE (BH02, 03) 420E-IT BACKHOE (BH07) HOEPACS LOADERS 250 KOMATSU (L1) 240 SKID STEER (SS1) 725 SKID STEER (SS2) DOZERS & GRADERS 570 JD GRADER (G3) D4H DOZER (D4) COMPACTION JUMPING JACK SAKAI SINGLE DRUM (CR5) SAKAI DBL DRUM ROLLER (CR8, 9, 10) SAKAI SW3500 (CR7) MISC ASPHALT ZIPPERS DUMP TRAILERS 7X14 MESSAGE BOARDS x3 CONCRETE SAW BROOMS x3 LAYTON (ASPHALT) BOX TRENCH BOXES x13 TRAFFIC CONTROL DEVICES x2000+ SPILL REPSONSE KITS x3 HDPE WELDING MACHINES x3 PIPE LASERS x 3 COMPRESSOR, JACKHAMMER, ACCESS. X5 GENERATORS x9 59 Job Categories Officer/Manager General Managers Mechanic Project Managers Office/Clerical Job Categories Superintendent Flaggers Foreman/operator Pipelayer Operators Laborers Truck Drivers MANPOWER SCHEDULE ATTACHMENT "D" Total Total Minority Employees Employees M F M F Black M F Asian M F American Indian Hispanic M F M F 2 1 1 1 2 3 Total Total Employees Minority M F M F Black M F Asian M F American Indian Hispanic M F M F 1 2 1 1 3 2 2 1 1 3 1 1 3 2 1 1 1 19 6 5 1 2 1 0 60 American Surveying & Environmental, LLC -- Land Surveyors & Consultants Consulting Land Surveying Services Land Surveying Construction Layout Water Quality Testing Boundary Line Alteration FEMA Elevation Certificates Legal Description Preparation 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 61 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- $1.3 Million+ 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 • Settlement Monitoring 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.american-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 NW Gilman Blvd, Ste 14, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 62 American Surveying & Environmental, LLC Land Surveyors & Consultants PRINCIPAL RESUMES Michael Sjolin, Director of Surveys, Principal Registered Professional Land Surveyor No. 45174 (WA) Certified Federal Surveyor No. 1570 Michael has more than twenty-five 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 63 Brett Garr, Project Manager, Principal Land Surveyor in Training No. 1139 Brett Garr, LSIT, has more than twenty years' experience in the field starting his career as a chainman and working his way up to Project Manager at American Surveying and Environmental, LLC. Brett's surveying experience includes many years of field staking of plats, roads, water, sewer and infrastructure. Brett understands exactly what is required to produce the finished products and communicates well with contractors and applies that knowledge in gathering field data. He will oversee the work of the survey crew on site to ensure that all necessary data obtained is consistent and correct. Brett now oversees all projects from start to finish. Brett is ASE's estimator/contract administrator on all Public Works projects and plays a vital role on all projects. Rory Allen, Project Manager, Principal Certified Erosion & Sediment Control Lead Rory Allen has more than fourteen 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 64 American Surveying & Environmental, LCC Land Surveyors & Consultants STATEMENT OF QUALIFICATIONS American Surveying & Environmental, LLC (ASE) is a small sized firm with a 20+ year history in the Seattle and Puget Sound area offering professional surveying, construction staking, and planning services. Formerly known as American Engineering Corporation (AEC), ASE was formed in 2012 when the employees purchased the business from the principal of AEC, Einar Gundersen. Our staff members have worked together on a variety of survey projects involving boundary surveys, topographic surveys and site mapping for design, roadway and right of way surveys, constructions layout services for building construction and civil site development, ALTA surveys for commercial & residential properties, parking lots and underground utilities, new housing projects for residential and multifamily, condominium surveys, FEMA Elevation Certificate surveys and settlement monitoring. American Surveying & Environmental, LLC has a proven record of providing high quality land surveying services to our clients. We are pleased to introduce you to our company and the professional services we are able to provide. Our land surveying services include boundary surveys from single family lots to commercial sites having multiple lots and entire blocks, site mapping for planning and design, land use permitting, ALTA surveys, long plats and short plats, site and roadway mapping for storm water management, erosion control, sanitary sewer and water distribution design. Our staff is also experienced in the field and is able to provide coordination and observation during the entire development process from feasibility to construction with the city, engineering consultants, contractors, or architects. American Surveying & Environmental, LLC's drafting department is equipped with the latest version of AutoCAD Civil 3D as we are on the subscription program with Autodesk and we automatically are upgraded with the latest versions of CADD programs as they are introduced. Our drafters attend continuing education classes as well as online webinars to maintain a high level of proficient use of the software. The following pages are select projects ASE has taken on and successfully completed since our formation in September, 2012. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 65 American Surveying & Environmental, LCC Land Surveyors & Consultants AMERICAN SURVEYING & ENVIRONMENTAL, LLC SURVEY PROJECTS Dreamlifter Operations Center Location: Snohomish County Airport (Paine Field), Everett, WA: Project Owner: Snohomish County Airport Prime Contractor: Strider Construction, Bellingham, WA Contract Value: $73,000 Project Description: The site was developed to provide the Boeing Company with a maintenance facility for the Boeing 747 Dreamlifter. This project consisted primarily of construction layout services; however, ASE provided services for the composition of legal descriptions so Mukilteo Water & Wastewater District and the Snohomish County PUD could obtain the proper land use license agreements from the Snohomish County airport for the underground gas, water and electrical utilities servicing the property. ASE was also requested to replace an inadvertently destroyed survey monument controlling the right-of-way position for a portion of SR525 (Paine Field Blvd) that directly abuts the project site. ASE conducted the necessary document research to determine original monument position for replacement. ASE filed the necessary permit with the Washington State Depart of Natural Resources and the required Land Corner Record with the Snohomish County Auditor post installation of monument. ASE provided horizontal position and grade control for site development for the duration of the project for roadway (asphalt and concrete), curbing, site lighting, underground utility vaults and duct banking, water, underground jet fuel pipeline, storm -water facilities, sanitary sewer facilities, airplane noise walls, concrete airfield ramp paving and channelization. The project required a fast paced schedule for on -time completion which ASE was able to maintain through the life of the project. Upon completion of construction, ASE provided the project engineer, CH2MHill with a complete as -built survey which included the concrete airfield ramp. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 66 American Surveying & Environmental, LCC Land Surveyors & Consultants Redmond Central Connector Location: Redmond, WA: Project Owner: City of Redmond Prime Contractor: Road Construction Northwest, Renton, WA Contract Value: $20,000 Project Description: The city of Redmond was utilizing an abandoned railroad grade to construct a pedestrian trail to interconnect the Bear Creek Trail and the Sammamish River Trail. ASE provided horizontal position and grade control for the trail surface, which was concrete, asphalt and gravel depending on location, storm drain facilities, roadway intersection improvements, parking lot position and grading, retaining walls, concrete stairway, water structures and various architectural features. This project required ASE to provide the contractor with a creative approach for the survey layout of the concrete banding design at the trail plaza's in order to minimize the amount of survey stakes on the ground, but still enable the construction crew to build the features as designed. SR9 212th Street SE to 176th Street SE Stage 3 Widening Location: Snohomish County, WA: Project Owner: Washington State Department of Transportation Prime Contractor: Northwest Construction, Bellevue, WA Contract Value: $150,000 Project Description: The Washington Department of Transportation (WSDOT) was widening the existing two-lane State Route 9 into a four -lane (with center median) improved highway with intersection safety enhancements. ASE provided horizontal position and grade control for construction layout of the following: demolition and clearing limits, three storm water retention ponds, a storm water drainage system that comprised of over two hundred drainage structures, intersection improvements, curbing, slope staking, drainage ditches, intelligent traffic signals, highway illumination, driveways and road approaches, subgrade and top of asphalt finished grade of highway (bluetops), and channelization and signage. This project required night work for certain task to be completed due to heavy daytime traffic volumes though this travel corridor. This project was constructed on a demanding and rigorous schedule which required absolute scheduling commitments along with tight completion deadlines. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 67 American Surveying & Environmental, LCC Land Surveyors & Consultants Anderson Concrete Recycling Topographic Survey & Grading Plans Location: King County, WA (Tukwila): Project Owner: Anderson Concrete Recycling Plant Contract Value: $45,000+ Project Description: King County Land Use required the property owner to apply for a site grading permit in order to close operations. The planned timeline at the beginning of the project for complete closure was two years. The project site is a concrete recycling plant with a substantial volume of both raw and recycled concrete products on the property. A critical factor for this project is a steep slope which is greater than 40% and comprises the majority of the property area. This project required ASE to conduct a detailed topography and mapping survey of the property to locate all improvements and in addition, make an accurate measurement of the volumes of both the raw unprocessed concrete rubble and the recycled concrete stockpile. This project was unusually challenging for the field survey crew due to the continuous activity of heavy machinery on site for the operations of the plant. ASE subcontracted with a professional engineer to manage the grading permit process with King County. , [ r/* �acg<t.0vm.2ibxI c ,c. •.r ..-�.� A �\ --V- . \ '♦ fi ..\ ummcr i ., --.-- ice. -. •/ - /^ _ \ ,\ ! -.\ • , ` �, _vr, .. . wi.rii War- - I E. mar 1.2 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 68 American Surveying & Environmental, LCC Land Surveyors & Consultants Cleveland Construction Waterline Re-route Location: City of Redmond: Project Owner: Frito Lay Company Contract Value: $10,000 Project Description: The Frito-Lay Company has a product distribution center in Redmond Washington along with a truck service and maintenance shop. Frito-Lay was planning to construct an additional truck service and maintenance shop. The proposed location of the building was over an existing underground water line. In order for the City of Redmond to issue a building permit, the city required Frito-Lay to relocate the water line. Under the supervision and direction of a professional engineer, ASE produced the construction plans for the waterline relocation. After construction approval was granted by the city, ASE provided construction layout services for the new water line and for the proposed truck service and maintenance shop. After the waterline was constructed ASE conducted an as -built survey and produced 'Record Drawings' from the field data. ASE provided the CAD files on state plane coordinates to the City of Redmond GIS department for their use. MIKA i� 1 ! I __ II_ I -I 'I INStV.0 VIVO LW t nRet,rov ¢MNR I f' 2 sa • j NC 6�Tl000RT: •• —_. 11t O TKtVTATXAL DATUYAEKSIW KII � Wee CP II KWIC i RECORD DRAWING CCNST, ENO.rttRPECTCN DATE LJ —�� A OETAIC 0 EftEliam- ;MAW WATER NOWA - 7w •gin_ • ihr n l.)_ 1238 1 oil 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 69 American Surveying & Environmental, LCC Land Surveyors & Consultants Stone Creek Homes Flood Study Location: King County, WA (Redmond): Project Owner: Stone Creek Homes, Jeff Christopherson Contract Value: $2,000 Project Description: The property owner of this 20+ acre parcel of land was in the process of acquiring a building permit from King County to build a second residence on the parcel. Directly abutting the proposed building location runs a seasonal drainage course that drains the surface water from higher elevations. The King county review engineer required that a flood study be prepared by a professional engineer to approve the proposed building location. ASE Provided land surveying services to provide mapping and topography of the stream sections and the proposed building location for the engineer to prepare a flood study analysis. N.E. Ifl OI nO..Y,W. I/J LA P1[SLL II NORM. . IX U +i I\'G COL\T:Ti,lllll.\IiTnV 4 '20YL.f9Rti l[r1NL161WR'IYGYT.f-.. . 1349 foil 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 70 American Surveying & Environmental, LCC Land Surveyors & Consultants Cleveland Short Plat Location: City of Sammamish Project Owner: Cleveland Construction Contract Value: $22,000 Project Description: This project is a 2-lot short plat on a parcel of land that is approximately 2.4 acres in area. The parcel is heavily wooded and contains and existing single family residence. ASE provided boundary, mapping and topography services for lot design layout, civil and septic design. ASE had a professional engineer on staff for oversight of civil design and management throughout the review process. ASE prepared all of the preliminary and final construction documents for short plat, NE4, SW4 OF SECTION 2S, TOWNSHIP 25 NORTH, RANGE a EAST, W.M -4 ''�_ III __. I as ..e � s_ i .. . ���7 C C.;c .fir L ITC311311 Ho ! 9 a J 1 9 1 a a mNWIN9 LEQVO 7. 0- I ;\ sHsP Hl H.aa na.a EEC H a. .. 1. aIIlp 111 :1 4 11 u u a I1� 2 1 L • A i 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 71 American Surveying & Environmental, LCC Land Surveyors & Consultants Brown Sewer As -Built and Boundary Survey Location: City of Sammamish Project Owner: Mr. and Mrs. Ian Brown Contract Value: $1,400 Project Description: This project was provided in two parts. The client intended to construct a septic system on the property for future construction. The Sammamish Plateau Water and Wastewater District required a survey to determine the distance of the closest property corner to a manhole in the local vicinity in order to determine of the property owner was legally able to construct a private septic system rather than be required to connect to the public wastewater district sewer system. ASE was also requested to provide a boundary survey of the parcel in question. Due to the position of Pine Lake, the North -South section centerline, which is one of the parcel boundary lines, was not monumented on the ground during the original Government Land Office Survey conducted during 1864. This project required an exhaustive search of the public records along with a diligent field search for survey evidence to best determine the location of this line. ASE was able to overcome the challenges of the project to complete the survey the client committed timeline. NE 1/4 OF THE SR 1/4 IN SEC. 4. TWP. 24N. R. 6E. R.N. KING COUNTY. WASHINGTON 7 7 = 7 I } N } e N OM. o1 YCMo t To•Fm M. WG[ C. WO- 6L1tVLT �Qf(T11pL CORM MDTp m MI ,.. I =T ..c. MC) iii e :::,._.,..-.==.....==.:::::=_—:::::. I' I. 1 KN 7 11-- — 0 - - ---""-- --if' RI .'"--r"."'"`"*:."`'—'1::*"..7"-- ....Z.:: '''.: *AI 111 _-- ill a p o Q / m ® 0261TT (SP}xLLD .o.w.�.®�•••m®••• r—.—r.�-sn--.mm.—w ^�'^m-.o•.�.r.e.��. BRUT L!GDD rw on r.............=....... a— $ �4 ®.... It. FiffSit":: ..-...,r—...—� . �.. .—.—. r. se. lma ammo.. -er-. m_rw mn-r_.rev...1••••011o..... 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 72 American Surveying & Environmental, LCC Land Surveyors & Consultants Schafer Lot Line Alteration, Boundary & Topographic Survey Location: City of Kirkland Project Owner: Mr. Maurice Schafer Contract Value: $2,500 Project Description: This project was provided in two parts. The client primarily requested a lot line alteration in order to provide an abutting parcel additional area to meet zoning compliance for planned future land use. ASE was also requested to provide a boundary and topographic survey of both parcels for marketing purposes. ASE conducted a complete boundary, mapping and topography survey of both parcels maintaining the promised delivery timeline for the Lot line Alteration documents along with the plat of survey for each of the parcels topography survey's. ema.mls�ols Ni. 1/4 OF TIM XL 1/4 111 SZC DON O. 7OWNSN. r0 NOVO. WKS f LOT OF TYC OULSSLTTO YOWLS 0IT OF O>10AYO. 011f COUNTY. OAYYINGTON ■ uf■ onu7 % . 1 f _^ ffr},. S )�^_,..1 Al wIRNNN 1.NTARY; i 1 •L1T ro cINNLAIAO 1 OLOCY =r■ InerroCaalma n r,ol,>om.s MR WOO • 1 I !1 l of 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 73 cu L ca a) AL W Ih Federal Aid Number Prime Contractor Name Contract Number Contract Name Firm/ Address DBE Race Gender NAICS Subcontractor Scope of Work Firm Age Firm Gross Receipts (incl. Zipcode) Status Codes Name 0 E M (R N Construction Surveying Agency Name 541370-08 a) m m L LlJ CO 0 0 0 z 1495 NW Gilman Blvd. 14, Issaquah, Wa 98027 American Surveying & Enviro N E cc O D D as a) a) a E O O V) a) a) a co - a) E m (N O U (9 c O U O N E LL c 0 0 0 m a3 7 0 T a) is 0 Prime Contractor Representative 74