Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24-031 - All Terrain Excavating, LLC - Chinook Wind Public Access Project
24-031(a) Sheet 1 of 1 Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: July 8, 2025 BUDGET NO.: 412.98.594.382.65.00 PROJECT NO.: 91441202 CONTRACT NO.: 24-031 PROJECT NAME: Chinook Wind Public Access Project TO: All Terrain Excavating, LLC You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. jACACEPTE- 07/21/2025 ith tax) $357,189.58 Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT EE Contractor All Terrain Excavating Title Owner APPROVED BY THE CITY OF TUKWILA Date 8/15/2025 111:39 AM PDT Signed by: $29,732.78 By �E1,4A&S h�,kSEE2438-6468440... Mayor $389,955.10 Original Contract Time: 55 Working Day -8 11;11i, Additional Contract Time for this Change Order: 8 Days Updated Contract Time: 63 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Signed by: City Engineer DO,- ��a�agRgzgsss�ssa ... cc: Finance Department (w/encumbrance) Project Management File (11/2014) PROJECT NO.: 91441202 EXHIBIT A CONTRACT NO.: 24-031 PROJECT NAME: Chinook Wind Public Access Project DESCRIPTION OF WORK This change order covers payment for field directive #3 Storm Utility Conflict. FD #3 Storm Utility Conflict Field Directive #3 Storm Utility Conflict The original scope included installing a single catch basin to manage stormwater runoff from the parking lot. During initial potholing, an unmarked duct bank was discovered in conflict with the proposed storm line. To avoid this obstruction, the design was revised to include a second catch basin and reroute the drainage. However, construction revealed additional conflicts: a shallow existing watermain (-2.5 feet deep) and the original duct bank running across the revised alignment. These unforeseen utilities halted progress and triggered a redesign. The final updated plan adjusted the parking lot's slope, being careful to stay ADA compliant due to an ADA stall, and replaced the standard pipe material with ductile iron to allow for a shallower storm line and ultimately shortened the run. Field Directive #3 covers: 1.5 shifts spent attempting a field fit, 5 days of contractor equipment standby while the redesign was developed, 1 shift of installation of the revised storm system per the new design and 0.5 shift moving procured materials for original plan to city laydown yard. MEASUREMENT AND PAYMENT All field directives paid per force account. The total cost of $6,000 from Bid Item #6 "Resolution of Utility Conflicts" and $8,185.50 from Bid Item #50 and, "PVC Drainage Pipe 8" Dia.," will be allocated toward the change order. Field Directive # Item Description Qty Unit Unit Price Item Cost 3 Storm Utility Conflict Half shift attempting to field fit install of storm system per original plan 1 FA $2,004.11 $2,004.11 Full shift attempting to field fit install storm system per original plan 1 FA $8,148.15 $8,148.15 Contractor equipment standby while waiting for re- design 1 FA $8,125.28 $8,125.28 Install after re -design given 1 FA $9,682.78 $9,682.78 Cost to deliver original plan procured fittings to our yard for use on future project 1 FA $1,772.46 $1,772.46 Est. Total Coast: $29,732.78 Change Order #1 Total Estimate: $29,732.78 Tax: $3,032.74 Total: $32,765.52 CONTRACT TIME Contract time shall be extended by (8) working days as a result of this change order. CONTRACT NO. 24-031 Council Approval 3/4/24 C-1 THIS AGREEMENT is made and entered into on this 2J_ day of PR) W J 20-Z9, by and between the City of Tukwila, Washington ("Owner") and rttrc4 i\r)J�AW r-- Uzz kZ�Vj - ("Contractor"), Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled CHINOOK WIND PUBLIC ACCESS PROJECT, Project No. 91441202, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date, The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees, 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement, 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) D—Signed by: By: Dflnxs httth� 3/16/2024 1 3:28 PM Mayor Attest: This 20thday of March 20 24 D ... Sig— by City Approved as to Form . gnbd by 4. 4165E452 City Attorney Address for giving notices: 6200 Southcenter Boulevard Tukwila, WA 98188 CHINOOK WIND PUBLIC ACCESS PROJECT Ltc, (Contractor) PDT By 10 -co joO Title: 0"JT)e 4) Attest: This 'L7 day of 20 V1 Contractor's License No. Address for giving notices: e. 3301, �aufb ILvreec '46< ()n(;,- t,wen Rev 5-13-14 C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 4468392 We All Terrain Excavating LLC and Markel Insurance Company (Principal) (Surety) a Illinois corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of Three Hundred Fifty Seven Thousand One Hundred Eighty Nine and 58/100s Dollars ($ 357,189.58 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives; as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated March_ 16th , 2024, between Principal and Owner for a project entitled CHINOOK WIND PUBLIC ACCESS PROJECT, Contract No. 24-031 ___. ("Contract"), The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Worm, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25°/4) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. CHINOOK WIND PUBLIC ACCESS PROJECT Rev 5-13_14 Payment & Performance Bond C-3 This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 22nd day of - February , 20 24, All Terrain Excavating LLC Principal Signature of Authorized Official ovow r6ntl0d, Title Name and address of local office of agent and/or Surety Company: Markel Insurance Company rety Signature o I uth 0 Kristine Santamaria Attorney i12 t (Attach Power AL 0� USI Insurance Services 601 Union Street, Suite 1000 Seattle, WA 98101 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-0.2- 7 of the Standard Specifications. Rev 4-15-09 POA# 4710012 KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company'), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Holly E Ulfers, Roxana Palacios, Jamie Armfield, Debbie A. Lindstrom, Amber Engel, Marina Matyunin Kristine Santamaria, Tatiana Gefter, Kathleen M. Mitchell, Benjamin Wells, Jeffrey M. Hansen Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority ofthe following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, Thatthe President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the actand deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 9th day of January , 2024 . AI SureTec Insurance Company SURANc� RANlarkeYld'surancempany ewrw to 'Y� USEAL cv' By; rt . r7 :�� By: 7 Michael C. Keimig, President;��Lty,. Y�� Y Iindey Jennipgs; Vice President State of Texas „m,'t.,�i/tiliut�Ns%` d County of Harris: On this 9th day of January , 2024 A. D., before me, a Notary Public ofthe State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers ofthe said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals ofsaid Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction ofthe said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal atthe County of Harris, the day and year first above written ENIA CHAVEZ � •'•.�`e Nota',y PuNic, State of "rBxaS f) Notary 0#129-117,65-9 C +` By: �(W,� ) My Con mission Expires � X0 s Chavez, Notary Public o: is SEPT tMBEEi � ✓ Ay commission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY ofwhich the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the t59a15pf pp� Companies, on the 22nd day of February 2024 RA N cPO F��'=, ° ° uj clnsur nce any Ma el Insurance Company 1 ` Wa ®�= M. Br t Beaty, Assistant Secretary�(INO° �1ndrew Marquis, Assistant Sec ry Any Instrument Issued in excess of the penalty stated above is totally void and without panyval d ity. 4710012 For ve rification of the authority of this Power you may call (713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. P0A# 4710012 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Holly E Ulfers, Roxana Palacios, Jamie Armfield, Debbie A. Lindstrom, Amber Engel, Marina Matyunin Kristine Santamaria, Tatiana Gefter, Kathleen M. Mitchell, Benjamin Wells, Jeffrey M. Hansen Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, Thatthe President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 91h day of January , 2024 . SureTec Insurance Company URANc ` %IIIIN1" Val 0 Ala �w W =Y SEAL By Michael C. Keimi , President State of Texas "" ... "*'" County of Harris: urance pmpany Vice President On this 9th day of January , 2024 A. D., before me, a Notary Public ofthe State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. XENIACHAVEZ C �� Nolary Public, Stale of Texas *_= NotOryl❑#f '12911765 By: r?, My Commission Expires X is havez, Notary Public ?r ' `SEi�TEIVBEFi 'l Q, 2024 yy ommission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 6th day of February 2024 MC�'�. ur clnsu� nce any•P0/�`• A yC) �%••O' M. BrAt Beaty, Assistant Secretary i� ®• �� ••� Ant a• ,moo•• � Any Instrument Issued in excess of the penalty stated above is totally void and G�ithoutyvalid�10012 Fo r ve rification of the authority of this Power you may call (713)812-0800 on any bbs1rie'ss' 611 Mween 8:30 AM and 5:00 PM (ST. Markel Insurance Company Marquis, Assistant Sec ry � u PROPOSAL (unit price) �]� Co����/aNmmg ��m'w� . ~j City of Tukwila Project No. 91441202 Tothe Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that personally examined the |noodon and construction details of Work outlined in the Contract Documents for the City of Tukvvila (Owner) project titled The Chinook Wind Public Access Project, vvhioh includes but is not limited to constructing public trail around the nemdyconstructed Chinook Wind Mitigation Project along the Dmnmamnimh River in TuhvAla' Work generally includes the construction and installation of a small trai|head parking area, storm drainage, crushed rock paths, park hurmishin0s, sigmage, paving, planting and irrigation; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said V\orh, and thoroughly understands the nature of said VVbrh; and hereby proposes to undertake and cnrnp|eba 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 toincrease ordecrease, and hereby proposes to perform all quantities of work aseither increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) V bid bond or 0 cash, 0 cashier's check, 0 certif ied check, orOpostal 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 beaccepted by Owner within ninety (80) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Peynlerd and Performance Bond and liability insurance within ton (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Ftop000| ahoU be forfeited and become the property of Owner esliquidated damages, all maprovided for inthe Bid Documents. Bidder shall attain Physical Completion ofall Work inall respects within J5 working days from the date stated in the written Notice to Proceed. If the vvod« is not completed within this time period. Bidder shall pay liquidated damages to [}vvnar 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 aho|| compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as result ofsuch delay. CHINOOK WIND PUBLIC ACCESS PROJECT Rev. 513-14 -ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www'cxwa.com-Alwaysnerify Scal 4 CHINOOK WIND PUBLIC ACCESS PROJECT Project No. 91441202 P-2 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. For Schedule B, include applicable Sales Tax in the various Unit and Lump Sum prices. REAL PROPERTY IMPROVEMENTS(BASE Project o. 91441202 Item No. Item Description Quantity Unit Unit Price Amount ROADWAY 1. Mobilization, Lump Sum 1 LS LF 2-I')000.OBJ 2. Minor Changes 1 FA $5,000.00 5000 00 3. Contractor Supplied Surveying and Staking 1 LS78().00 J 01,780- 00 4. Temporary Water Pollution/Erosion Control Est LS L JW0.00 900tP 00 5. Permits and Licenses 1 LS 150.00 150.00 6. Resolution of Utility Conflicts Est FA $6,000.00 Co 000.00 7. Project Temporary Traffic Control 1 LS 17,o$k0.00 I2,�8u0•co 8. Clearing, Grubbing and Roadside Cleanup 1 FA $8000.00 8000.p0 9. Tree Removal 5 EA L172,00 171.:1140-00 10. Tree Protection Fencing and Construction Fencing 630 LF Z-5:5-5 lh 6g6.g0 J 11. Removal of Structure and Obstructions 1 LS Zoo 00 axo,co 12. Excavation 31 CY 2,51�j.�t2 �� tol..a8 13. Embankment Fill and Compaction 74 CY t'1G.� �( 14. Gravel Borrow Including Haul 25 CY -57M5 `136.2,5 ROADSIDE DEVELOPMENT 15. Cement Concrete Pavement 1 CY 'Z Cj6�.OU Z,G1� 16. Pine Rail fence 1400 LF 17. Seeding, Fertilizing and Mulching- Native Meadow Seed 2200 SF�©� , ') �s®0 W �� 18. Biodegradable Erosion Control Blanket 700 SF 0.58 01 A r2 CHINOOK WIND PUBLIC ACCESS PROJECT Rev. 5-13-14 Proposal ME 19. Topsoil Type A 20 CY 107,00 ,))qo,OD z 20. Fine Compost 130 CY 2J11 12) .'fl 21. Bark or Wood Chip Mulch 75 CY 9�63 159 .75 22. PSIPE — 12"-18" Bare root plantings 45 EA 5.95 267-71 23. PSIPE - 4" Pot Container Plants 366 EA 9-7,1 '3,)lq9,54 24. PSIPE - 1 Gallon Container Plants 1182 EA �- 6q 709145.49 25. PSIPE - 2 Gallon Container Plants 33 EA 26. PSIPE - 5 Gallon Container Plants 69 EA 119-199315),57 27. PSIPE - 1 1/2" Caliper Plants 3 EA 340,5t1 l G? - 28. Wildlife Exclusion 1 LS 50©.x500-00 29. Irrigation Water System I LS 1?n6Q0-00 17D6,00- 00 30. Watering Bag 25 EA 6q.q 1 1--,610-35 31. Bench 2 EA ZB4.C70 26L%)6,g.0C) 32. Bike Rack 1 EA Z, 675-00 33. Trash receptacle 1 EA 2,05300 Z 0733.00 34. Bollard 3 EA 642-oc) 1,92640 35. Interpretive Sign base 2 EA 521(20 71; 642.00 36. Habitat Log 5 EA 535.()0 00 37. Amphibian stick bundle 5 EA ZLIV? 0 2H9+14 1 38. Stone Paver Band 100 LF q&.-50 C)O 39. Kiosk 1 LS' Pio .w Iq aw 40, Crushed Surfacing 8500 SF --5,)993- 5) Schedule A Subtotal Sales Tax @ 10.1 % Schedule A Total t)0 CHINOOK WIND PUBLIC ACCESS PROJECT Rev. 5-13-14 SCHEDULE B - RULE 171 ROADWAY IMPROVEMENT! Project No. 91441202 Sales tax shall be included in the various unit prices, per Standard Specification section 1-07.2(l) and WAC 458-20-171. ROADSIDE DEVELOPMENT 41. Extruded Curb 78 LF cto-9 C-) 9�ISS-50 43. Paint Line 360 LF Z'1Lj ?70.4o 44. Cement Concrete Traffic Curb & Gutter 152 LF 22 -LI 1 -;,51 g. go 45- Painted Access Parking Space Symbol I EA -Z lq00 1(4,0 0 46. Permanent Signing 1 LS 20s�� - Go Z.)-35ti 00 47. Wheel Stop 4 EA -w 1.00 48. Painted Traffic arrow 3 EA --57, 45 49. Crushed Surfacing Base Course 141 TON 50. 19 7,06C1,6C) STORM DRAINAGE 50. PVC Drainage Pipe 8" Dia. 90 LF cto-9 C-) 9�ISS-50 52. Connection to Drainage Structure 1 EA 6(fIZO '00 53. Gravel Backfill for Drain 20 Cy L43-15 W5,00 TOTAL 0FSCHEDULES: SdledVi8 A (Base Bid) brought forward Schedule Bbrought forward Schedule B(Base Bid) TOt88 327 ot ���� ��/l �� � _^^^ /-� /^�^^' ^_�~ CHINOOK WIND PUBLIC ACCESS PROJECT Rev. 5-13-14 P-5 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard- copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title.lkP rl IOC.Awo00 Q'W11kt I )_n Date: L/ 6 12 9 CHINOOK WIND PUBLIC ACCESS PROJECT Rev. 5-13-14 :ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt 2 Addendum No. Date of Receipt 3 Z16/Ztl rd 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 Bey) Wells 161 Sugti of 601yp'ior SuiiE 9000 (Name) I ! &Aji�, q� 101 (Address) .. - Signature of Authorized Official: Printed Name and Title Address: 'bb&+ lookwoec) /Ia5f r lcdor '330) S 1W-AMCC -�eCJ0Mc4. QCJ qO®� Circle On Individual /Partnership / Joint Venture / Corporation Phone No.: Z53— W6 'Z-071 State of Incorporation: Date: 7i/6/ Z� This address and phone number is the one to which al/ 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. CHINOOK WIND PUBLIC ACCESS PROJECT Rev 5-13-14 -ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID SECURITY Bid Deposit: The undersigned FMnnipo| hereby deposits o the form of a cash deposit, certified or cashier's check, or 2�1 Bid Deposit with the City ofTUkvvi|a postal money order inthe amount dollars ($ Bid Bond: The undersigned, All Terrain Excavating LLC (Principal), and Markel Insurance Com (Suoety),arehold and firmly bound unto the City of Tukwila(Owner)in thepenal sum of Five Percent ofTotal Amount Bid dollars . which for the payment of which Principal and Surety bind thenlaekxes, their heins, exgnutons, adninistnatoos, 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 on amount not less than fk/a percent (5%) of the total bid, including sales tax and is aVbnlh±ad by Principal to Owner in connection with a Proposal for CHINOOK WIND PUBLIC ACCESS PROJECT Project No. #91441202, according to the terns ofthe Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal iaaccepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bund 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 nynloin 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 dunlaQme. The obligations ofSurety and its Bid Bond shall be in no way impaired or affected bvany extension of time within which {]vVnar may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this —6th day of February 20 24 All Terrain ExoavatinqLLC Sidfh`�?U�4 of Aluthbrized Official E ^�—�\0 P CJ I Title Name and address of local office of Markel Insurance Company Surety Attorney in Fact (Attach Rpo4r ofQmky) :2 Kristine Santamaria USI Insurance Services agent and/or Surety Company: 601 Union Street, Suite 1000 Seattle, WA 98101 Surety companies executing bonus must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. CHINOOK WIND PUBLIC ACCESS PROJECT Rem 5�3-14 P_8 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 CHINOOK WIND PUBLIC ACCESS PROJECT, Project No. [#91441202] . 1411 -her M in _h )1 Name of Firm MA A, Signature of Audhorized Official r ,NA i CJ Title a � Signed and sworn to before me on this fi day of TcbYvcx _ 20 2,Y. Signature of Notary Public in and for the State of Washington, residing atlG-'!/R� My appointment expires: Ile C/ 3, 202% FALWIN FLORES Sary Public of Washington ion # 23033528 xpires Nov 3, 2027 NOTICE TO ALL BIDDERS To report bid rigging activities call: 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. CHINOOK WIND PUBLIC ACCESS PROJECT Rev. 5-13-14 •ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal MPO Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Address of Bidder: kV :hwm City State Zip Code Contractor's License No. �JJTET 5 29Y _6z) (9 WA State UBI No. Go�-60o Dept. of L&I License Bond Registration No.(46(J2QG725 Worker's Comp. Acct. No.277-80 -00 %,- Bidder isa(n): 19 Individual OPartnership OJoint Venture 0 Incorporated in the state of4 I - List business names used by Bidder during the past 10 years if different than above: VA Bidder has been in business continuously from Year Bank Reference4im lary p6mej- Bank Account Officer Officer's Phone No. No. of regular full-time employees: Number of projects in the past 10 years completed: ahead of schedule 7 on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 9 years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name rwt+ Qq CA r, OAGWI f, CHINOOK WIND PUBLIC ACCESS PROJECT Title 'Frn -6e," n How Long With Bidder Rev. 5-13-14 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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)? P yes, ❑ No Surveyor's Name! E 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. 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 1�`VA NV Total Claims Amount of Contract Arbitrated Settlement AIA or Litigated of Claims 1IA r VA Has Bidder, or any representative or partner thereof, ever failed to complete a contract? 11 No D Yes If yes, give details: IVA- Has Bidder ever had any Payment/Performance Bonds called as a result of its work? )I No ❑ Yes If yes, please state: Proiect Name r.�:mrz.�z+.�n•.►.>�ne�rssr.����T:ralx.�r Contractinq Party Rev. 5-13-14 -ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal 015 5()5v rutted President, DLS Brian Gullikson has extensive experience and knowledge in the execution and management of construction, boundary, and topographic surveying. He is skilled in the methods, procedures, and processes of all types of land and construction surveying. Mr. Gullikson has performed for over 18 years as a surveyor in every nature of the industry including heavy civil/structural construction, tunneling, multi-level/sub-surface building construction, DNR/ & BLM surveys, topographic mapping, boundary mapping, platting, digital scanning and modeling, and sUAS drone surveys. Notable Proiect Experience Professional History Northtine Surveying, Inc.; President, 2018 to Present Interwest Construction, Survey Manager, 2016 to 2018 Obunco Engineering, Inc.; Chief of Parties/Project Manager, 2010 to 2016 Whiteshield, Inc.; Chief of Parties/Project Manager, 2006- 2010 Sanders and Associates, Inc.; Parry Chief, 2006 — 2006 D.R. Strong, Inc.; Party Chief, 2004 - 2006 Bangor-Keyport Force Main Replacement; Kitsap County, Rodarte Construction, Inc. Mr. Gullikson is the Professional Land Surveyor and Senior Project Manager for this project, currently under construction, which consists of approximately 5.7 miles of sanitary sewer force main, approximately 5.7 miles of existing conditions survey and mapping, roadway staking, and monument re-establishment. Judy Reservoir to Mount Vernon Transmission Pipeline; Skagit PUD; Scarsella Bros, Inc. Mr. Gullikson is the Professional Land Surveyor and Senior Project Manager for this project, currently under construction, which consists of approximately 5.3 miles of 36' water transmission line and fiber optic line. Other work performed under this project includes surveys for directional drilling, remediation of existing conditions, bridge crossings, in water work, slope staking, trail construction, wetland/sensitive area surveys, settlement monitoring, and other surveys and staking as requested by the client in support of construction of the project. 1-90 Snoqualmie Pass Phase 1C & 2A: Snowshed to Stampede Pass, Snoqualmie WA (WSDClT) GCCM: Guy F. Atkinson Construction, LLC Mr. Gullikson managed and executed all aspects of survey on this project. He calculated 3D data from design information, analyzed constructability of design information, worked closely with GCCM to resolve design conflicts, prepared and submitted reports and RFPs to owner/engineer. He then carried out the work by placing staking, as requested by the contractor, for construction of all design features. This project consisted of 2 miles of new EB and WB roadway/bridge construction, complete utility infrastructure replacement/improvement, roadway infrastructure demo and replacement, 8 pre -cast concrete girder bridge structures, grading/blasting of major slopes near riparian, culvert construction and upstream/downstream channel restoration of creek crossings. Holgate to King St Phase 3 (WSDOT) GCCM: Guy F. Atkinson Construction, LLC Mr. Gullikson managed and executed all aspects of survey on this project. He calculated 3D data from design information, analyzed constructability of design information, worked closely with GCCM to resolve design conflicts, prepared and submitted reports and RFPs to owner/engineer. He then carried out the work by placing staking, as requested by the contractor, for construction of all design features such as utility infrastructure, roadway infrastructure, CIP Web Girder bridge structure, and pre -cast box girder bridge structure. This project also required an intense monitoring plan of all bridge structures, approaches, and adjacent construction zones. SR520 Floating Bridge Project (WSDOT) GCCM: Kiewit/General/Manson Mr. Gullikson performed as a direct consultant to Kiewit's onsite survey team. He setup and maintained the project control network for all stages of construction. He performed as-build/QC of multiple pontoons and bridge sections, analysis of construction accuracy, dry docking of multiple pontoons for repair, monitoring of bridge locations, and provided survey procedure/method consulting. All work at the landing was performed/managed by Mr. Gullikson including calculations of 3D data from design information, constructability analysis, and provided constructible solutions to design conflicts. He managed 2 field crews under his direct supervision through the completion of this project. Spokane St/W. Seattle Bridge Widening Project (WSDOT) GCCM: PCL Mr. Gullikson managed and executed all aspects of field surveying on this project. He developed 3D data of plan information, QC of plan information, constructability analysis, and provide staking of locations in field. He performed onsite field management of 2 field crews under his direct supervision through the completion of this project. Washington State Convention Center Addition: Steel Structure Survey and Verification Survey, City of Seattle; American Bridge Company & KWH Constructors Mr. Gullikson managed the coordination, scheduling, contracting, and performance of all survey activities associated with the contract scope. Worked directly with the client and engineers to determine the design location of all steel structure components of the work. Created intelligent integrated data reports to support the client obligations to the owner and engineers. Prepare Steel Structure Survey Procedures Manual in compliance with the project specifications and requirements and provide to client to be used for performance and execution of the work. West Cashmere Bridge Replacement: WSDOT Scarsella Bros, Inc. Mr. Gullikson managed all aspects of coordination, scheduling, contracting, and performance of the work and actively participates in on-site survey activities to include control verification and establishment, bridge structure survey staking, and civil survey staking. This project consists of a 3 span full width bridge construction over BNSF ROW and waterways, and full section roadway construction. Totem Lake Connector Bridge: City of Kirkland; Kraemer NA, LLC Mr. Gullikson managed all aspects of coordination, scheduling, contracting, and performance of the work and actively participates in on-site survey activities to include control verification and establishment, bridge structure survey staking. This project consists of a precast Y -Pier and tubular tie -chord strand bridge structure along with other civil and structural design elements. Index -Galena Flood Repair: Federal Highway Administration; Goodfellow Bros, LLC Mr. Gullikson managed all aspects of coordination, scheduling, contracting, and performance of the work and actively participates in on-site survey activities to include control verification and project limit staking through steep rough -cut terrain, topographic survey and quantity calculations, project/ROW alignment control monumentation installation, civil construction staking, and survey staking for installation of multiple bridge structures and structural wall designs. Gold Basin Habitat Restoration: Stillaguamish Tribe of Indians; Goodfellow Bros, LLC Mr. Gullikson managed all aspects of coordination, scheduling, contracting, and performance of the work as well as performed all surveying activities. Established project control in remote locations and developed DTM models and data files to support machine control technologies. Perform UA drone survey of 70+ acres of the channel diversion/construction and remediation area. Provide client with as -build data reports and models and work directly with engineers to perform as -build validation of critical design elements. DSW3 — Burlington: Amazon; Perlo Construction, LLC Mr. Gullikson managed all aspects of coordination, scheduling, contracting, and performance of the work and actively participates in on-site survey activities to include settlement monitoring, construction staking, boundary and ROW verification, construction as -build survey, and FEMA surveys. This project consists of standup concrete building structure, civil site development, ROW improvements, and infrastructure improvements. Covington Connector — 204th Ave SE & SR 516: City of Covington; Scarsella Bros, Inc. Mr. Gullikson managed all aspects of coordination, scheduling, contracting, and performance of the work. This project consists of approximately 1.5 miles of complete ROW & roadway construction to include all civil roadway infrastructure and development. 35u' Ave SE —180'h St SE —152nd St SE (Seattle Hill Road): Snohomish County; Marshbank Construction, Inc. Mr. Gullikson managed all aspects of coordination, scheduling, contracting, and performance of the work. This project consists of approximately 2.5 miles of ROW & roadway construction to include all civil roadway infrastructure and development. 16LIVl — North Access Road Improvements — Phase 1; Pierce County; R.L. Alia Company Mr. Gullikson was the Professional Land Surveyor and Survey Construction Manager for this project which consisted of approximately 9000' of roadway improvements including water main, storm drainage, multiple roundabouts, curb, sidewalk, electrical, concrete pavement, asphalt pavement, and channelization. Responsible Bidder Determination Form M Has Bidder ever been found guilty of violating any State or Federal employment laws? ® No ❑ Yes If yes, give details: IVA' Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? ® No ❑ Yes If yes, give details: ffo Has any adverse legal judgment been rendered against Bidder in the past 5 years? 9 No ❑ Yes If yes, give details: li/O 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? M No ❑ Yes If yes, please state: Date Type of Injury nlOA M Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: OW)'l& Date: '01612(1 Z(1 Rev. 4-15-09 :ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: P-12 DESCRIPTION/TYPE YEAR CONDITION OWN/RENT 75 \ftj oov +i ttgo* 2022, r0 -V own h)lni e-ya � zozl?�Peu'- ()Wr-% 317 6 ,S10 54cer WOO �,0 U? ovr) 4AM to 409 2022 00rU Ow*r\ Labor to be used: rW+� Caleb (CAM 5--ym ; IC46C41- -'nrc�y) e4wwd))�LC Name of Bidder Signature of Authorized Official owhier /Rates 1�A�-jk Title CHINOOK WIND PUBLIC ACCESS PROJECT Rev 5-13-14 7ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scat City of Tukwila Chinook Wind Public Access Project #91441202 FA 111 Q: 4�I I -off] N I MOM WMETKUP, MIM x,itn=,q1=91:M, � qflq�. i •: Date of Addendum Issue: February 1, 2024 Bid Submittal Date: Wednesday, February 7, 9:30 a.m. Bid Opening Date: Wednesday, February 7, 10:00 a.m. This Addendum No. 1, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement may result in disqualification of the Bidders submittal. Replace the third paragraph, first sentence to read: The work to be performed within 55 working days from the date of Notice to Proceed consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: 20MEZi� Replace the fourth paragraph, first sentence with: Bidder shall attain Physical Completion of all Work in all respects within 55 working days from the date stated in the written Notice to Proceed. 3. Proposal, P-2-4 Replace these pages with those provided in Addendum 1, Attachment A. Note change to bid item 8, which relates to item 8 of this addendum. Addendum No.1 January 29, 2024 Page 1 of 2 City of Tukwila Chinook Wind Public Access Project #91441202 Replace the last sentence in paragraph 2 with the following: Bidder, or key personnel that will be involved in this proLec , must have at least 10 years' experience working on projects of similar nature and size. 5. Blank Page after C-3 Insert the text on the blank page to read: The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflictinq provisions of the Standard Specifications. For information purposes, the date following each Amendment title indicates the implementation date of the Amendment of the latest date of revision. Each Amendment contains all current or recent revisions to the applicable section of the standard Specifications and may include references which do not ai212/y to this particular proiect. Standard specification is supplemented with: 2-01.3 Construction Reauirements (SuDDlement All stumps in proximity (T feet or less) to existing features to remain shall be ground and chipped to 6" below the proposed finished grade. All other stumps that are not within 6' feet of existing features to remain shall be removed. Existing compost berm on the south edge of easement area can remain during construction activities, rather than installing compost sock, as an option to the contractor. Compost berm can be used to supplement soil preparation. The contractor shall weed compost berm, before cultivating into the planting area following provisions in 8-02 for planting area preparation. 7. 9-14.9 Bicycle Rack, SP 84-85 Replace this section with the following: The Bicycle Rack shall be Toumesol Bicycle Rack Model: LP -9720 Five -Loop Rack embed mount or approved equal. Standard finish shall be black powder -coat over a corrosion resistant undercoat utilizing schedule 40 pipe. Delete and replace with: Measurement and payment for "Clearing and Grubbing and Roadside Cleanup" shall be force account. Addendum No.1 January 29, 2024 Page 2 of 2 City of Tukwila Chinook Wind Public Access Project #91441202 Items to be included in the bid price shall include but shall not necessarily be limited to: removal and disposal of all existing vegetation, small trees, roots, stumps, grinding and chipping of stumps, utilities, and debris within the construction limits shown on the Plans and as specified herein and not covered under a separate bid item. "Clearing and Grubbing and Roadside Cleanup" will be full compensation for agreed upon work where required, or other work authorized by Engineer. 9. Plan Sheet 4 of 22, TESL and Demolition Plan In the Demolition/ Tree Protection legend item #2 modify "Save and Protect Ex. Tree W1 Plastic Construction Fence" to read "Save and Protect Ex. Tree W1 Chain Link Construction Fence" NOTE: Bid submittal and opening dates and times have not been changed. All bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to acknowledge receipt of this Addendum No. 1 may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, Mike Perfetti, PLA Surface Water Sr. Program Manager Receipt acknowledged and conditions agreed to this 6 day of,6ruft/r:1 2024. Bidder: Al1 ian�r (Contractor) Authorized Official: (8'ig'naTture)- Name and Title: ftma )C;(,kWM0 owntr/pl),MA- (Print) Addendum No.1 January 29, 2024 Page 3 of 2 City of Tukwila Chinook Wind Public Access Project #91441202 F.A3it]111 :4 Zk 19111 A I z. City of Tukwila U116511=1 - +. Date of Addendum Issue: February 2, 2024 Bid Submittal Date: Wednesday, February 7, 9:30 a.m. Bid Opening Date: Wednesday, February 7, 10:00 a.m. This Addendum No. 2, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement may result in disqualification of the Bidders submittal. 1. Division 1 . Item No. 1::1 Crushed .y Delete and replace with: Measurement and payment for "Crushed Surfacing" shall be per square foot. The unit contract price for "Crushed Surfacing" shall be per square foot for all labor, materials, tools and equipment necessary to complete Crushed Rock Trails as shown in the Plans, including but not limited to excavation, sub -grade backfill and compaction, compaction testing, haul and disposal of excavated material, placement, compaction and finishing as indicated in the Plans, and all other work items needed to completely provide Crushed Rock Trails. Delete and replace with: Measurement and payment for "Crushed Surfacing Base Course" shall be per ton. Items to be included in the bid price but shall not necessarily be limited to all necessary materials, labor, and equipment for roadway subgrade, shoulder and driveway grading and resurfacing, procurement, haul, placement, compaction testing, and compaction Addendum No. 2 February 2, 2024 Page 1 of 2 P-13 PROPOSED SUBCONTRACTORS Yn Name of Bidder Al Pf(7iilY1 { I,p.��j Lku 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: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, 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. 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 6. 11 % Name 1►c�1� n� cortc.Ea4-� �GIV) 71f !� Ij `� #i Ly) n mr4l.he- curve r BCC kfr 131C4.0 CHINOOK WIND PUBLIC ACCESS PROJECT Schedule/Bid Item Numbers Subcontractor will perform 1? 15 iG�l�, I� 1G1,?-cz21,Z2,�3,Z�r 2 26, ���, ZD�- . Total Bid • 3. �5 9Z :3 Rev. 5-13-14 •ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Tukwila Chinook Wind Public Access Project #91441202 of crushed surfacing top base course to the subgrade and/or finish grade elevations shown on the plans and specified herein. Crushed Surfacing Base Course used as identified on the plans under all concrete Paving and hot mix asphalt paving shall be measured under this bid item. NOTE: Bid submittal and opening dates and times have not been changed. All bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to acknowledge receipt of this Addendum No. 2 may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, Mike Perfetti, PLA Surface Water Sr. Program Manager Receipt acknowledged and conditions agreed to this 6 day ofb12024. Bidder: All J@YrA "r)yrov& 4i�5 U/c// (Contractor) Authorized Official: (Signature) Name and Title: Rob d-- IoLk uLoviller "Iti1C� (Print) Addendum No. 2 February 2, 2024 Page 2 of 2