Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Special 2025-08-25 Item 3B - Bid Award / Contract - Gilliam Creek Culvert Erosion Repair with Olson Brothers Excavation for $346,606.55 (Plus Contingency)
COUNCIL AGENDA SYNOPSIS lnitthJ Meng Date 08/25/25 Prpared by Afayeri review Council review' ITEM INFOR MATIO N ITEM No. Spec 3.B. STAFF SPONSOR: JOSH HOPIUNS ORIG]tNAL AGENDA DATE: 08/25/25 AGENDA ITEM TITLE Gilliam Creek Culvert Erosion Repair - Bid Award CATEGORY 1-1 Dmaission MtsDate --.1 Motion MIEDate [] liesolution MtsDate Orrliname MtsDate J Bid Award MtsDate 8/25/25 r"--1 Public Hearin Mt& Date --1 Other ilf1;e, Dar SPONSOR [-- Cotou'd [—ilidruyof FriliK --.1DCD LiFtha) ce — Fire FITS riP&R n Police -11— Court SPONSOR'S Bids were advertised June 30 and July 7, 2025, and opened July 15, 2025. Five (5) bids SUMMARY were received. The lowest responsive bidder was Olson Brothers Excavating, Inc., at $346,606.55. This is after two others were unable to meet contract or scheduling requirements. This project will correct the erosion of the streambed and restore vegetation. Council is being asked to approve the construction award with Olson Brothers Excavation, Inc. in the amount of $346,606.55 for the Gilliam Creek Culvert Erosion Repair project. REVIEWED BY Trans&Intiastiuctute H CommunitySvs/Safetty Finance Comm. Planning/Economic Dev. H Art s Comm. [1 Paiks Comm. ri Planning Comm. 08/25/25 COMMITTEE CI IAIR: ABDI P1 LTAC DATE: RECOMMENDATIONS: SPONSOR/ADAEN. Public Works Department COST IMPACT / FUND SOURCE EXPENDrruRE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $346,606.55 $479,639.00 $0.00 Fund Source: KING COUNTY FLOOD CONTROL DISTRICT FLOOD REDUCTION GRANT Comments: Gilliam Creek Erosion Repair CIP MTG. DATE 0 /25 25 RECORD OF COUNCILACTION MTG. DATE ATTACHMENTS 08/25/25 Informational Memorandum dated 08/22/25 CIP Sheet - Gilliam Creek Erosion Repair Bid Tabulation Contract Bid Results 1 7 Thomas McLeod, Mayor TO: FROM: BY: CC: Public Works Department - Jen Tetatzin, PE, PMP - Director Transportation and Infrastructure Services Committee Jen Tetatzin, Public Works Director Josh Hopkins, Project Manager Mayor Thomas McLeod DATE: August 22, 2025 SUBJECT: Gilliam Creek Culvert Erosion Repair Project No. 82541202 Construction Bid Award ISSUE Request Council approval to award the construction contract for the Gilliam Creek Culvert Erosion Repair to Olson Brothers Excavation, Inc. the 3rd lowest responsive and responsible bidder, in the amount of $346,606.55. BACKGROUND The Gilliam Creek bank upstream of the 66th Ave South roadway culvert has experienced progressive scour during major storm events, threatening the road embankment. The project will armor the bank and culvert inlet with rock and boulders, reinforce the embankment with permeable ballast, and restore vegetation. Construction will occur within the permitted in -water work window (Aug.1—Sept. 30) and is expected to take about 18 working days. DISCUSSION Bids were advertised June 30 and July 7, 2025, and opened July 15, 2025. Five (5) bids were received; three were above and two below the engineer's estimate of $339,834.76 with sale tax. The lowest responsive bidder was Olson Brothers Excavating, Inc., at $346,606.55 (8% overestimate). The low bidder failed to execute the contract within 10 days, and the second lowest intended to defer construction to 2026. Under the Notice to Bidders, the City may reject bids to protect public interests; construction in 2025 is necessary to safeguard infrastructure and public safety. FINANCIAL IMPACT Construction costs associated with the Gilliam Creek Culvert Erosion Repair Project are funded by a King County Flood Reduction grant of $479,631.00 and $161,381.53 Surface Water Fees. Contract Design - Otak Contract Const. Mngt. - Psomas Const. Record of Eng. - Otak Contract w/sales tax. Contingency — 15% Total: Amount Funding Amount $116,500.00 King County Flood $98,915.00 Control Flood $27,000.00 Reduction Grant $479,631.00 $346,606.55 Enterprise 412 - Surface $51,990.98 Water Fees $161,381.53 $641,012.53 Total: $641,012.53 RECOMMENDATION Council is being asked to approve a construction contract award with Olson Brothers Excavation, Inc. in the amount of $346,606.55 plus contingency for the Gilliam Creek Culvert Erosion Repair Project and consider this item, same day, at the August 25, 2025 Special meeting. Attachments: CIP Sheet, Bid Tabulation, Contract, Bid Results Tukwila City Hall * 6200Sou thcenterBoulevard • Tukwila, WA 98188 • 206-433-.t8 • Website: TukwiiaWA4. ov 18 CITY OF TUMI LA CAPITAL PROJECT SUMMARY 2025 to 2030 1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111110 PROJECT: Prof t IManu DESCRIPTION: JUSTIFICATION: STATUS: Gilliam Cree k Erosion Repair Project # 82541202 Joshua Hopkins Department Surtax Water Stabilize and protect eroded streambank slopes upstream of'the 66th Ave S culvert inlet This (project' Is intenudedi to protect the.. z t[ A Southcenter. pre The project, has been sopped for design„ rrnitting'' and construction and a grant �,��II Control strict to cover ali costs, ding to heflood MAC is for three years, so 3x $8,400. Mitigation is expected in the form of vegetation restoration for MAINTENANCE IMPACT: temporary and permanent impacts, cost is unknown. COMMENT: This work ist000cuTduring the Iinw work indowtor theOreenRiver and Fill mitigation for project impacts to aquatic and stream bu habitat. FINANCIAL. (In thousands) 2025 2026 2027 2028 J 2029 2030 Beyond TOTAL. Pr©ject Costs Design. Construction Mgmt. Construction $ 128 $ 90 $ 263 $ $ $ $ $ $ $ $ $ Totat Project Costs Project Funding Propos; l Grant 481 481 Total Project Funding 481 $ 128 $ 90 $ 263 $ 481 $ 481. $ 481 UIJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJI�ll�1)�laUl�lll!))lUd 19 0 City of Tukwila Gilliam Creek Culvert Erosion Repair City of Tukwila Project Number: 82541202 Bid Tabs 7/15/2025 Engineer's Estimate Hoffman Construction, Inc TMC Contractors, LLC Olson Brothers Excavating, Inc Southworth & Sons, LLC Northwest Cascade, Inc No. Item Description I Qty Unit Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount BASE BID ITEMS 1 Mobilization 1 LS LS $ 31,000.00 $ 15,300.00 $ 15,300.00 $ 26,600.00 $ 26,600.00 $ 31,000.00 $ 31,000.00 $ 38,950.00 $ 38,950.00 $ 97,000.00 $ 97,000.00 2 Unexpected Site Changes 15000 EST $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 3 Spill Prevention, Control & Countermeasures (SPCC) Plan 1 LS LS $ 2,500.00 $ 5,000.00 $ 5,000.00 $ 2,000.00 $ 2,000.00 $ 3,500.00 $ 3,500.00 $ 14,096.76 $ 14,096.76 $ 1,000.00 $ 1,000.00 4 Project Temporary Traffic Control (Minimum Bid $15,000) 1 LS LS $ 30,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 18,600.00 $ 18,600.00 $ 35,794.41 $ 35,794.41 $ 67,000.00 $ 67,000.00 5 Clearing and Grubbing 1 LS LS $ 4,000.00 $ 11,700.00 $ 11,700.00 $ 10,310.00 $ 10,310.00 $ 25,800.00 $ 25,800.00 $ 35,474.28 $ 35,474.28 $ 37,000.00 $ 37,000.00 6 Channel Excavation Incl. Haul 20 CY $ 100.00 $ 2,000.00 $ 635.00 $ 12,700.00 $ 699.50 $ 13,990.00 $ 300.00 $ 6,000.00 $ 554.45 $ 11,089.00 $ 125.00 $ 2,500.00 7 Dewatering 1 LS LS $ 20,000.00 $ 6,450.00 $ 6,450.00 $ 6,700.00 $ 6,700.00 $ 23,700.00 $ 23,700.00 $ 17,196.76 $ 17,196.76 $ 44,000.00 $ 44,000.00 8 Construction Geotextile for Separation 160 SY $ 8.00 $ 1,280.00 $ 12.50 $ 2,000.00 $ 26.06 $ 4,169.60 $ 15.00 $ 2,400.00 $ 39.84 $ 6,374.40 $ 20.00 $ 3,200.00 9 Permeable Ballast 210 TN $ 100.00 $ 21,000.00 $ 55.00 $ 11,550.00 $ 203.33 $ 42,699.30 $ 128.00 $ 26,880.00 $ 101.26 $ 21,264.60 $ 105.00 $ 22,050.00 10 Erosion Control and Water Pollution Prevention 1 LS LS $ 15,000.00 $ 1,200.00 $ 1,200.00 $ 3,200.00 $ 3,200.00 $ 2,100.00 $ 2,100.00 $ 18,000.00 $ 18,000.00 $ 6,750.00 $ 6,750.00 11 Inlet Protection 2 EA $ 110.00 $ 220.00 $ 85.00 $ 170.00 $ 700.00 $ 1,400.00 $ 140.00 $ 280.00 $ 26,134.14 $ 52,268.28 $ 110.00 $ 220.00 12 Stabilized Construction Entrance 1 LS LS $ 8,000.00 $ 2,250.00 $ 2,250.00 $ 6,280.00 $ 6,280.00 $ 8,300.00 $ 8,300.00 $ 32,869.38 $ 32,869.38 $ 5,000.00 $ 5,000.00 13 Coir Log 150 LF $ 20.00 $ 3,000.00 $ 29.00 $ 4,350.00 $ 63.00 $ 9,450.00 $ 25.00 $ 3,750.00 $ 5.65 $ 847.50 $ 13.00 $ 1,950.00 14 High Visibility Fence 550 LF $ 7.00 $ 3,850.00 $ 5.00 $ 2,750.00 $ 10.42 $ 5,731.00 $ 6.00 $ 3,300.00 $ 4.13 $ 2,271.50 $ 9.00 $ 4,950.00 15 PSIPE Sitka Willow 3ft Live Stake 25 EA $ 10.00 $ 250.00 $ 24.20 $ 605.00 $ 80.00 $ 2,000.00 $ 49.00 $ 1,225.00 $ 25.00 $ 625.00 $ 45.00 $ 1,125.00 16 PSIPE Plant Stock Soil Tube 50 EA $ 40.00 $ 2,000.00 $ 49.00 $ 2,450.00 $ 248.00 $ 12,400.00 $ 252.00 $ 12,600.00 $ 45.00 $ 2,250.00 $ 225.00 $ 11,250.00 17 Topsoil Type A 290 SY $ 25.00 $ 7,250.00 $ 24.15 $ 7,003.50 $ 33.28 $ 9,651.20 $ 25.00 $ 7,250.00 $ 12.00 $ 3,480.00 $ 25.00 $ 7,250.00 18 Compost 290 SY $ 10.00 $ 2,900.00 $ 5.35 $ 1,551.50 $ 33.28 $ 9,651.20 $ 12.00 $ 3,480.00 $ 5.24 $ 1,519.60 $ 13.00 $ 3,770.00 19 Seeding, Fertilizing and Mulching 290 SY $ 12.00 $ 3,480.00 $ 16.33 $ 4,735.70 $ 20.69 $ 6,000.10 $ 6.00 $ 1,740.00 $ 3.00 $ 870.00 $ 7.00 $ 2,030.00 20 Light Loose Riprap 330 TN $ 75.00 $ 24,750.00 $ 72.80 $ 24,024.00 $ 116.52 $ 38,451.60 $ 140.00 $ 46,200.00 $ 79.54 $ 26,248.20 $ 155.00 $ 51,150.00 21 Streambed Cobbles 6 In. 9 TN $ 100.00 $ 900.00 $ 255.00 $ 2,295.00 $ 558.89 $ 5,030.01 $ 380.00 $ 3,420.00 $ 1,027.70 $ 9,249.30 $ 102.00 $ 918.00 22 Streambed Boulder Toe and Culvert Inlet Protection 1 LS LS $ 70,000.00 $ 4,400.00 $ 4,400.00 $ 17,020.00 $ 17,020.00 $ 32,000.00 $ 32,000.00 $ 25,023.45 $ 25,023.45 $ 41,000.00 $ 41,000.00 23 Temporary Stream Diversion 1 LS LS $ 40,000.00 $ 13,250.00 $ 13,250.00 $ 20,750.00 $ 20,750.00 $ 36,000.00 $ 36,000.00 $ 36,546.28 $ 36,546.28 $ 51,000.00 $ 51,000.00 Base Bid Item Total Amount $ 308,380.00 $ 165,734.70 $ 283,484.01 $ 314,525.00 $ 407,308.70 $ 477,113.00 Engineer's Estimate Hoffman Construction, Inc TMC Contractors, LLC Olson Brothers Excavating, Inc Southworth & Sons, LLC Northwest Cascade, Inc Base Contract Subotal Bid Price (Items #1- #23) $ 308,380.00 $ 165,734.70 $ 283,484.01 $ 314,525.00 $ 407,308.70 $ 477,113.00 Contract Total Bid Price (Incl. 10.20% Sales Tax) $ 339,834.76 $ 182,639.64 $ 312,399.38 $ 346,606.55 $ 448,854.19 $ 525,778.53 Certified by: Mike Perfetti Mike Perfetti, PLA City of Tukwila C-1 AGREEMENT FORM CONTRACT NO. THIS AGREEMENT is made and entered into on this day of , 20_, by and between the City of Tukwila, Washington (Owner') and ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled GILLIAM CREEK CULVERT EROSION REPAIR, Project No. 82541202, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) (Contractor) By: By: Mayor Title: Attest: This day of Attest: , 20 This day of , 20 City Clerk Approved as to Form: Contractor's License No. City Attorney Address for giving notices: Address for giving notices: Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 21 C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. We, , and (Principal) (Surety) a corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of Dollars ($ ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated , 20_ , between Principal and Owner for a project entitled GILLIAM CREEK CULVERT EROSION REPAIR , Contract No. ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. 22 Gilliam Creek Culvert Erosion Repair 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 day of , 20 Principal Surety Signature of Authorized Official Signature of Authorized Official By Title Attorney in Fact (Attach Power of Attorney) Name and address of local office of agent and/or Surety Company: Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. Rev.4-15-09 23 P-1 PROPOSAL (unit price) Contractor's Name Olson Brothers Excavating, Inc. Contractor's State License No. OLSONBE113N3 City of Tukwila Project No. 82541202 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled GILLIAM CREEK CULVERT EROSION REPAIR, which project includes but is not limited to approximately 60 linear feet of streambank improvements within Gilliam Creek, upstream of the 66th Ave S culvert, repair of eroded areas by placing streambed boulders for embankment toe reinforcement and culvert inlet protection, backfilling with ballast and riprap, installing plant stock tubes and live stakes; And, other items necessary to complete the Work as shown on the Contract Documents; 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 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) El bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within 18 working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Pro2ed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-2 GILLIAM CREEK CULVERT EROSION REPAIR - SCHEDULE A Project No. 82541202 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 A, do not include applicable Retail Sales Tax in the various Unit and Lump Sum prices, but instead add Sales Tax to the end sum as shown. Item No. Item Description Quantity Unit Unit Price Amount ROADWAY 1 Mobilization 1 LS �j1iCal)- Gi ' I,MD-C(-T 2 Unexpected Site Changes 15,000 EST $1.00 $15,000.00 3 Spill Prevention, Control & Countermeasures (SPCC) Plan 1 LS &SZ; 'r-Y) j . CXD 4 Project Temporary Traffic Control (Minimum Bid $15,000) 1 LS 1E5 iC 3 LT) 19~ ticM.(y) 25M1).() 5 Clearing and Grubbing 1 LS ` ,V.) 6 Channel Excavation Incl. Haul 20 CY `?� ..CO f) ur be, 7 Dewatering 1 LS LZ:')CO M 2 , •)() 8 Construction Geotextile for Separation 160 SY icy CY) 2 1LD( 9 Permeable Ballast 210 TN 12 . c 2. 6� 2Se' , ROADSIDE DEVELOPMENT 10 Erosion Control and Water Pollution Prevention 1 LS i2t a),c 2 , t C 11 Inlet Protection 2 EA iL10,Oj !SC 12 Stabilized Construction Entrance 1 LS 9-5-a\acC)'? 26 . D ,L j (_` ) -;]1). nC 13 Coir Log 150 LF 14 High Visibility Fence 550 LF /0 ,. c% ' :J�[ ._ 15 PSIPE Sitka Willow 3ft Live Stake 25 EA % ,CCt /122 1) 16 PSIPE Plant Stock Soil Tube 50 EA '2'20 j•2 kfY-). CY. J 17 Topsoil Type A 290 SY 2_,," ,OD 124-J6..0e) F-`L4>.0i 18 Compost 290 SY 1 Z. on 19 Seeding, Fertilizing and Mulching 290 SY (c, , OG 4 7G/6, 00 20 Light Loose Riprap 330 TN /4.,/6 . 40 46,261j• On 21 Streambed Cobbles 6 In. 9 TN _:30),rj 3 2E)• t () 22 Streambed Boulder Toe and Culvert Inlet Protection 1 LS a.�eC irJ > 23 Temporary Stream Diversion 1 LS , ji e -l.. j ,ji('j r b K . 00 Gilliam Creek Culvert Erosion Repair Schedule A Subtotal $ 7Th )4 ‘C.S.255 Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 25 P-3 TOTAL OF SCHEDULES: Schedule A brought forward Sales Tax @ 10.20 % $ Schedule A Total $ L ,loC `3 $ 4 Lj t(3rAo:rsS TOTAL BID PRICE $ 2J-A (t), () bLP: 5 S Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Pr2&led to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-4 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 once Bid form then ling all of the extended amounts. Signed: Title: Steve Olson, Vice President Date: 7-15-2025 Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 27 P-5 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. 1 3 2 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is Travelers Casualty & Surety Company of 1201 Pacific Ave., Suite 1000, Tacoma, WA 98402 (Name) (Address) Bidder: Olson Brothers Excavating, Inc. Signature of Authorized Official: Printed Name and Title: Steve Olson, Vice President Address: 6622 112th St. E., Puyallup, WA 98373 Circle One: Individual / Partnership / State of Incorporation: Washington Joint Venture / Corporation Phone No.: 253-770-3844 Date: 7-15-2025 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. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Prc&ied to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-6 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, Olson Rrnthers Fxcavating Inc (Principal), and Travelers Casualty and Surety Company of America (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Bid Amount dollars ($ 5% of Bid Amount ), 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 Tess than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for GILLIAM CREEK CULVERT EROSION REPAIR, Project No. 82541202, 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 15th day of July Olson 6rnthArs Fxcavating Inc ,2025 Travelers Casualty and Surety Company of America Principal l% Surety Signature of Authorized Official Steve Olson, Vice President By Li[.(ilz_a_ e/tad_6(„..___ Att ney in Fact (Attach Power of Attorney) Julie A. Craker Title Name and address of local office of Propel Insurance agent and/or Surety Company: 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 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. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 29 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and the Companies do hereby make, constitute and appoint Julie A Craker of TACOMA , Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 16th day of February, 2024. State of Connecticut City of Hartford ss. By: Bryce Grissom, Senior Vice President On this the 16th day of February, 2024, before me personally appeared Bryce Grissom, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 15th day of July , 2025 • Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. 30 P-7 STATE OF WASHINGTON ) COUNTY OF KING ) NON -COLLUSION DECLARATION ss. The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named GILLIAM CREEK CULVERT EROSION REPAIR, Project No. 82541202. a`,a�err7rerrrrrgr ` s 44/ .R\J ems° C s,B`�(r Pllf Idi06kP®1�+ � Signed and sworn to bef Q Signture of Notary Pu Olson Brothers Excavating, Inc. Name of Firm Signature of Authorized Official Steve Olson, Vice President Title on this j 15 day of July , 20 25 and for the tate of Washington, residing at Tacoma, WA My appointment expires: -15-2025 SEAL 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. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 31 P-8 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Olson Brothers Excavating, Inc. Address of Bidder: 6622 112th St. E. Puyallup, WA 98373 City Contractor's License No. OLSONBE113N3 License Bond Registration No. 103334409 State Zip Code WA State UBI No. 601-161-685 Dept. of L&I Worker's Comp. Acct. No. 565,502-00 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture 1311 Incorporated in the state of List business names used by Bidder during the past 10 years if different than above: WA Bidder has been in business continuously from Bank Reference 1989 Year Heritage Bank - Alec Zarelli 253-770-7686 Bank No. of regular full-time employees: 20 Account Officer Officer's Phone No. Number of projects in the past 10 years completed: 5 ahead of schedule 20 on schedule 0 behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 36 years. Asa subcontractor for 36 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 Title How Long With Bidder Bryce Sturrock Project Manager 8 years Joni Dombrowski Project Manager 7 years Rich Pentin Superintendent 10 years Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Prg ed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-9 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and quali ications of the Surveyor. Is the Surveyor licensed in the State of/Washington (a PLS)? Yes ❑ No Surveyor's Name: / (fie % i'J =. L t e Vet // v1 vll.1 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 Project Name Completed Amount Owner/Reference Name and Phone Please see attached List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project N/A Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? ® No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 33 sans. sXCariTX1(Q =!IC References and Work Completed Project Name 30TH Ave Sidewalks & Natural Drainage Year 2018-2019 Owner Seattle Department of Transportation Size/Description 1.9M Contact Elsa Tibbits (206) 445-8597 Project Name Mackey Creek Restoration Year 2018 Owner City of Redmond Size/Description 591K Contact Bassam Al -Ali (425)556-2712 Project Name 2019 Spot Sewer Repairs Year 2019 Owner Seattle Public Utilities Size/Description 1.7M Contact Stefanie Hegland (206)423-2605 Project Name Downey Farmstead Year 2019 Owner City of Kent Size/Description 400K Contact Paul Kuehne (253)856-5543 Project Name Puget Way Culvert Year 2019-2020 Owner Seattle Public Utilities Size/Description 1M Contact Steve Colony (206)423-2605 Project Name Lake to Sound Trail Segment A Year 2019-2021 Owner King County Size/Description 3 M Contact Mark Hoge (206) 263-9400 Project Name Foothills — Battersby Trail Year 2020 Owner City of Enumclaw Size/Description 820K Contact Scott Woodbury (360)615-5728 6622 112th St. East Puyallup, WA 98375 Office: 253.770.3844 Fax: 253.770.3845 34 11108. MCCAVATING nee. Project Name Husky Terminal Lot F Redevelopment Year 2020-2021 Owner Ports America Shared Services Size/Description 3.9M Contact Brenda Martin (253) 680-2803 Project Name Husky Terminal Stormwater Upgrades Year 2021-2022 Owner Ports America Shared Services Size/Description 3.9M Contact Brenda Martin (253) 680-2803 Project Name 2021 Spot Sewer Repairs Year 2021-2022 Owner City of Seattle Size/Description 2.6 M Contact Rudy Camacho (206) 615-0490 Project Name Downey Side Channel Restoration Final Phase Year 2022 Owner City of Kent Size/Description 2.2 M Contact Paul Kuehne (253) 856-5543 Project Name Little Rock Road SW Year 2022 Owner Thurston County Size/Description 800,000 Contact Marcus Storvick (360) 867-2283 Project Name Sidewalk Improvements—CIP20-10 Year 2022 Owner City of Sumner Size/Description 1.5 M Contact Andrew Leach (253) 299-5711 6622 112th St. East Puyallup, WA 98375 Office: 253.770.3844 Fax: 253.770.3845 35 Responsible Bidder Determination Form P-10 Has Bidder ever been found guilty of violating any State or Federal employment laws? RI No 0 Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? ® No 0 Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? ® No 0 Yes If yes, give details: 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? ® No 0 Yes If yes, please state: Date Type of Injury 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: Steve Olson, Vice President Date: 7-15-2025 Rev.4-15-09 Prd`s;&ed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-11 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT C—. (ea (ke--/- r 7D�c2) Il - C"' rt)i 6/c)rI ,Z,tt_911 1/ .1)0e," = 2Cie Camv) (/er zit 6' D 2)) 2 fir) 67,t.1Y7 Labor to be used: Yni j e/a l r 2. 1 itiz erg Olson Brothers Excavating, Inc. Signature of Authorized Official Steve Olson, President Title Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 37 P-12 PROPOSED SUBCONTRACTORS Name of Bidder Olson Brothers Excavating, 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: 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 Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Probed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA OFFICE OF THE CITY CLE K Jennifer Marshall, Deputy City Clerk BID OPENING GILLIAM CREEK CULVERT EROSION REPAIR PROJECT PROJECT NUMBER: 825 412 02 July 15, 2025 — 10:00 A.M. aids were accepted until the hour of 9:30 a.m. via USPS mail and in -person at the City Clerk's front counter. Bidders could access the bid opening and hear bids read publicly aloud via Microsoft Teams, by dialing (253) 292-9750, Conference ID: 136 653 345# BIDDER NAME & DATE OF RECEIPT Hoffman Construction, Inc Jul 15 2025 @ 9:30AM TMC Contractors, LLC JuIll 15 2025 9:30AM Olson Brothers Excavating, Inc Jul 15 2025 9:30AM Southworth & Sons, Inc Jul 15 2025 © 9:30AM Northwest Cascade, Inc Jul 15 2025 @ 9:30AM ADDENDA ACKNOWLEDGED (0) TOTAL BID PRICE (Including Tax) $182,639,64 $312,394.96 $346,606.55 $448,854.19 $518,064.53 $339/834.76 APPARENT LOWEST BIDDER (RANK ORDER) The above figures appear as written within bid documents; and as read aloud at bid opening. THEY DO NOT, however, REPRESENT ANY BID AWARD; apparent low or otherwise. DATED this 15th day of July 2025. 39