Loading...
HomeMy WebLinkAbout12-085 - Goodfellow Bros - Tukwila Community Center Spray Park Sewer ConnectionAgreement Form AGREEMENT FORM CONTRACT NO. C -1 12 -085 Cnunril Approval 7 /16/12 Gy THIS AGREEMENT is made and entered into on this 1 day of 20 by and between the City of Tukwila, Washington "Owner") and Goodfellow Bros.. one. "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. TTC Spray Park Manhole Connection, Project No. 910301.01., 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 shalt 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) By:XP M Attest: This )q day of lAttA 201 City Clerk J Approved as to Form: J City Attorney Goodfellow Bros. Inc. (Contractor By: �G. Daniel R. Reisenauer Title: CFO /Treasurer Attest: This 11th day of July 20 12 Cynthia K. Beattie, Secretary Contractor's License No. GOODFB *370NO Address for giving notices: 300 Diu t v't] ST cry w,4 9 Address forgiving notices: P. O. Box 1419 Maple Valley, WA 98038 1 r 0 7 1 1916 1/l1*6,t George Long Shops Water /Oil Separator City of Tukwila w:1pw eng\projects \a- bg projects \tcc spray park (91030101)lttc spray park manhole connection contract provisions 3- 7- 12.doc May 2012 Page 21 Agreement Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Payment Performance Bond C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 105784946 We, Goodfellow Bros., Inc. and Travelers Casualty and Surety Company of America (Principal) (Surety) a Connecticut 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 Tukvrila, Washington ('Owner"), in the penal sum of Sixty -Four Thousand Four Hundred Ninty -Five and 00/100 Dollars 64,495.00 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 TTC Spray Park Manhole Connection, 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. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10 of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. 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. George Long Shops WaterlOil Separator City of Tukwila w:1pw englprolectsla- log projectsltcc spray park (91030101)lttc spray park manhole connection contract provisions 5- 7- 12.doc May 2012 Page 22 Payment and Performance Bond Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Payment Performance Bond C -3 Any such increase shall not exceed twenty -five percent (25 of the original amount of the Payment and Performance Bond without the prior written consent of Surety. This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 9th day of July 2412 Goodfellow Bros., Inc. incipal Si atufe of Authorized Official Daniel R. Reisenauer, CFO /Treasurer Title Travelers Casualty and Surety Company of America Surety i 5 nature of Authorized Official 9 By Brad Waqenaar Attorney in Fact (Attach Power of Attorney) Name and address of local office of agent and /or Surety Company: Travelers Casualty and Surety Company of America 1501 Fourth Avenue, Suite 1650 Seattle, WA 98101 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. George Long Shops waterfOil Separator City of Tukwila w. \pw en&rojectsia- bg prcjectsltcc spray park (91030101)ltto spray park manhole connection contract provisions 5- 7- 12.doc May 2012 Page 23 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Q POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 224210 Certificate No. 0 0 4 7 6 9 5 5 0 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Paul R. Botts, Brad Wagenaar, Thomas Hata, and Erica Li of the City of Monnhiln State of Hnwnii their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, 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. r IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 14111 day of March 2012 Farmington Casualty Company Fidelity and Guaranty Insurance`Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GI.SU.�� gys...t� 6 1( y,U 1 CSV �FJP ...........4ySCr�f G1 1 9 8 2 o y 9]] i S i i F o e a HARTFORD, t aT �7gpry�R0. J i i Ji ''�f `o' W CONN. o ODNN. N 1896 g u 7 .SEALio. SEAL,it o TS y A d N. X Gc yd r d. ad D X Aa2 1 •ai,� m N 1.15......... r 1 'a AMA State of Connecticut City of Hartford ss. By: A�� Georgt9Thompson, enior ice President On this the 14th day of March 2012 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul ,Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p•TET A A In Witness Whereof, I hereunto set my hand and official seal. W w" My Commission expires the 30th day of June, 2016. AIIBUG Mane C. Tetreault, Notary Public 58440 -6 -11 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, 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 Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United StatesFideltygand Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is irivfdll force and and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 9th day of JUIV 2012 Kevin E. Hughes, Assistant Sec �tary G�SU,F� h Jy FIRE 6 F�N..�NSG ?Y 1 N$�� JpI�Y ANO )M2 ....�...�a b �a To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attomey -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A °O CERTIFICATE OF LIABILITY INSURANCE ��9�2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Risk Solution Partners, LLC 800 Bethel Street Suite 201 Honolulu HI 913 INSURED ORIGINAL Goodfellow Bros., Inc. LJ P.O. Box 598 CONTACT Insook Kim NAME- I A1cc. N N .Ert (808) 954 -7475 I A/ -Nn1: (808)954 -7444 ADDR insook@risksolutionpartners.com INSURER(S) AFFORDING COVERAGE I NAIC INSURER A American Contractors Inc Cc RRG 112300 INSURERe:Zurich American Insurance Co. 116535 INSURER C: I INSURER D: I INSURER E: I Wenatchee WA 98807 INSURER F: I COVERAGES CERTIFICATE NUMBER:1213 GL /AL /EL REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN TYPE OF INSURANCE I N." uArn I POLICY NUMBER I rMM D TR I I IMMLDD IYYY I I LIMITS GENERAL LIABILITY EACH OCCURRENCE I$ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISFS /Ea o mmn al I 100 000 A I I CLAIMS -MADE 7 OCCUR X SL12000036 6/1/2012 6/1/2013 I MED EXP(Any one person) I 5,000 I Primary I PERSONAL ADV INJURY 1$ 1, 000,000 SL12X00036 6/1/2012 6/1/2013 I GENERAL AGGREGATE I$ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: follow form I PRODUCTS COMP /OP AGG 1$ 2,000,000 PRr F POLICY I X I LOC I 1 1$ AUTOMOBILE LIABILITY I C O eBINEDISINGLE LIMIT 1 S 2 ,000. 000 X ANY AUTO I BODILY INJURY (Per person) ALL OWNED AUTOS SCHEDULED X BAP3739140 -03 6/1/2012 AUTOS 6/1/2013 BODILY INJURY Per acc )I I ident B WNED X HIRED AUTOS X AUTOS PRO tlentDAMAGE Is Is H UMBRELLA LIAB OCCUR I EACH OCCURRENCE I EXCESS LIAB CLAIMS -MADE I AGGREGATE I I_DED I I RETENTIONS I I Is A WORKERS COMPENSATION IGL12000036 (WA STOP GAP) 6/1/2012 6/1/2013 WC STATU- OTH 1 AND EMPLOYERS' LIABILITY Y N I2 TORY LIMITS I ANY PROPRIETOR/PARTNER/EXECUTIVE imarY E.L. EACH ACCIDENT I s 1 000 ,000 OF EXCLUDED? NIA (Mandatory FICER/MEMBER in NH) oL12X00036 6/1/2012 JJ 6/1/2013 I E.L. DISEASE EA EMPLOYEq 1 ,000.000 Ifyes, describe under excess follow form DESCRIPTION OF OPERATIONS below I I E.L. DISEASE POLICY LIMIT 1 1 ,QQQ ,QQQ DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) WASHINGTON GBI JOB #2650 TUKWILA COMMUNITY CENTER (TCC) SPRAY PARK MANHOLE CONNECTION PROJECT NO.: 91030101. Additional Insured if required by written contract: City of Tukwila and its officers, elected officials, employees, agents and volunteers; KPG, Inc. See endorsement 9. Coverage is primary and non contributory. 30 day notice of cancellation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Tukwila ACCORDANCE WITH THE POLICY PROVISIONS. 6200 Southcenter Blvd. Tukwila, WA 98188 AUTHORIZED REPRESENTATIVE Brad Wagenaar /MJ -I ACORD 25 (2010/05) ©1988 -2010 ACORD CORPORATION. All rights reserved. INS025 rgmnnsl m Tho ACARn name and I— nra ronietararf mnrkc of ACr1Rrl ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTICIRS This endorsement modifies insurance provided under the foliovring. COMMERCIAL GENERAL LIABILITY COVERAGE DART It is hereby unftstood and agreed WHO IS AN INSURED (Section 11) is amended to Include as an Insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured: by or for you. With respect to these additional Insureds, this insurance does not apply to "bodily injury," `property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professkral services, including= (1) The preparing, approving or failure to prepare or approve maps, drawings, opini reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. Flame of Person or Organization: SCHEDULE Any person or organization that you Have agreed to and /or are required by contract to name as an additional insured. WHERE SPECIFICALLY REQUIRED BY CONTRACT, IT IS FURTHER UNDERSTOOD AND AGREED THAT THE INSURANCE PROVIDED BY THIS ENDORSEMENT IS PRIMARY. OTHER INSURANCE THE ADDITIONAL INSURED PURCHASES ON ITS OWN BEHALF SHALL APPLY AS EXCESS OF, AND DOES NOT CONTRIBUTE, WITH THE INSURANCE PROVIDED BY THIS ENDORSEMENT. HOWEVER, THIS INSURANCE IS ALWAYS EXCESS TO OTHER APPLICABLE INSURANCE, WHETHER PRMARY, EXCESS. CONTINGENT OR ON ANY OTHER BASIS, WHEN THE ADDITIONAL. INSURED HAS BEEN ADDED TO THE OTHER. INSURANCE AS AN ADDITIONAL INSURED. Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. This endorsern nt changes the policy to which it is attached and is effetiNve on the date Issued unless otherwise stated. (The Information below is required only when this srudamement Is Issued subsequent to preparation of the policy.) Endorsement Etieetive, 6/1/2012 Po5WNo.: GL12000036 Endorseruent No., 9 Premium lzz ��z 154 Prineipar Insured: Goodfellow Bros., laic GL12X00036 Insurance Compsrry: American Contractors Insurance Company Risk Retention Group Countersigned By Proposal P -1 PROPOSAL (unit price) To the Mayor and City Council City of Tukwila, Washington Contractor's Name Goodfellow Bros., Inc. Contractor's State license No. G O O D F B* 37 0 N O City of Tukwila Project No. 91030101 The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quanity of work as either increased or decreased in accordance with the Contract Documents. Construction of a outside drop structure approximately 20 feet in depth to a existing King County Metro sanitary sewer 72 inch diameter manhole, temporary relocation of a fire hydrant, 6" water line, 24" diameter N -12 plastic storm drain line, landscaping shrubs, dewatering, structure shoring of existing manhole, traffic control, disposal and haul, trench backfill and compaction, surface restoration, erosion control and associated work as further specified and shown in the contract drawingsuantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) M bid bond or cash, cashier's check, certified check, or postal money order made payable to the City of Tukwila equal to five percent (5 of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion or all Work in all respects within 30 calendar days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1 -08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. George Long Shops Water /Oil Separator City of Tukwila w:lpw englprojectsla- bg projeclsltcc spray park (91030101)ittc spray park manhole connection contract provisions 5- 7- 12.doc May 2012 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P TCC SPRAY PARK MANHOLE CONNECTION Project No. 91030101 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. ITEM NO. BID ITEM QUANTITY UNITS UNITS PRICE AMOUNT 1 MOBILIZATION /DEMOBILIZATION (5% MAXIMUM) 1 LS X 500. p 1"[wD �G( ✓S AND Ob /100 2 TRAFFIC CONTROL 1 LS 1 W D h t-r)dr�Qd AND /100 3 UNSUITABLE FOUNDATION EXCAVATION 'l ve QC°��ai/� AND 0D /100 4 TR ENCH/ EXCAVATION PROTECTION d f WD h&(,�/QcY d 0//a r,-, AND /100 5 INSTALLATION OF OUTSIDE DROP ko1) 4 ba scir,Gt&�undgdAND °o /100 6 RELOCATION OF WATER LINEAND FIRE HYDRANT, b D �v �1 /ed ol /Ga1� AND /100 7 RELOCATION OF 24" N -12 STORMLINE f� kj (Ul'lL —AND °d /100 8 WATER POLLUTION/ EROSION CONTROL JjiJD �lU Id f AND l7d /100 9 PR OPERTY RESTORATION l� JD �'16Li dell2 AND /100 10 CO STRUCTION DEWATERING ICvz hu,nd d AND /100 1 LS $Z 060 °D 1 LS ��DV• °o 200. ao 50 CY $5 oa $2,50. o0 1 LS o0 4�ZDD. °O 1 LS '�5Z, S S dU• �52, 5dD• o 0 1 LS X 500. p 1 LS L .50D. D 1 LS 1 LS 00 1 LS 60L SUBTOTAL J 8, 9.50% SALES TAX TOTAL a George Long Shops Water /Oil Separator City of Tukwila tpw ngl rojecWa b o pro;ectsltcc spray park 91030,01)lttc spray park manhole ccnnection contract provisions 5- 7- 12.doc May 2012 Provided to Bui�ders xc�iange of WA, Inc For usage ConTitions Agreement see www.bxwa.com Always Verity Scale Proposal P -3 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: Date: By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 3 2 l4- 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage, It is understood that Owner may accept or reject all bids_ The Surety Company which will furnish the required Payment and Performance Bond is Travelers Casualty Surety of 1501 4th Ave. Century Square Bldg. Name Company of America Suite 1650, Seattle, WA 98101 George Long Shops Water /Oil Separator City of Tukwila w:lPw glprojectsIg- baAprlojec or usarayy rk (91.030101)lttc spray park manhole connection contract provisions 5- 7- 12.doc May 2012 Provided to Builders cage OT Vlr g Conditions Agreement see www.bxwa.com -Always Verify Scale Proposal P Bidder Go Bidder Signature of Authorized Official: Printed Name and Title: Van4 Sfii7tnick Region Manager Addneas: P. O. Box 1419, Maple Valley, WA 98038 Cfrda One: Individual Partnership I State of incorporation: Washington Joint Venture Corporation Phone No.: (425) 432 -2202 p June 7, 2012 This address and phone number Is the one to which aN communications regarding this proposal stwald be sent: NOTES: 1. If the Bidder is a co- partnership, give firm name under which business is transacted; proposal mast 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 arty other corporate offer 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 if on the bid form. It there is no unit price gr extension for one or more bid item(s), the proposal will be rejected. Geroge Long Shops Wafer/Oil Separator �v er��or ro�er1a �g o Y oerrc p ins Cky of TukwGa Provided to Bu ddrs Exi�ta �Irfc For sa �onditto f Agieemeitt See www x a comb sways Vend scale f2 doe May 2012 CORPORATE DESIGNATION OF AUTHORITY The undersigned, President and Secretary of Goodfellow Bros., Inc., a Washington corporation, pursuant to their authority as corporate officers hereby adopt the following designation of corporate authority. That Lane N. Shinnick is authorized on behalf of the corporation to execute for and on behalf of the corporation any and all construction contracts with owners of projects and any and all subcontracts with subcontractors for construction projects and Bid documents and Bid Bonds. This authorization shall be effective through the 31 day of January 2013. EFFECTIVE as of the 7th day of June 2012. C Chad S. Goodfelow, resident Cynthia K. Beattie, Secretary Information for Bidders 1 -4 b. Payment and Performance Bond Two (2) copies to be executed by the successful Bidder and its surety company_ This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10 of the total price bid for one year after final acceptance of the Work. The bond form included in these Bid Documents MUST be used; no substitute will be accepted. If an Attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1 -07.18 of the Special Provisions (APWA GSP). The Owner and Consulting Engineer retained by Owner shall be named as "Additional Insureds" on the insurance policies. The above bid and contract documents must be executed by the Contractor's President or Vice President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. George Long Shops Water /Oil Separator eng City of Tukwila w:lpw Exc rojects'a- b prolectskcc spray park 91030101)lttc spra park manhole connection contract provisions 5- 7- 12.doc May 2012 Provided to Builders Exchange of 1N Inc For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P -5 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, Goodfellow Bros., 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 which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns. jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5 of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for TTC Spray Park Manhole Connection Project No: 91030101, 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 3 d of Mayl Goodfellow Bros P pct T l.Signaftke ofArizeTOfficial 1 Title Name and address of local office of agent and /or Surety Company: ,20 12 Travelers Casualty and Surety Company of America Byre L Attorney in Fact (Attach Power of Attorney) Brad Wagenaar Travelers Casualty and Surety Company of America 1501 Fourth Avenue, Suite 1650, Seattle, WA 98101 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. George Long Shops Water /Oil Separator City of Tukwila g rojec:W b� project floc spray park (91030101)ltte spray park manhole connection contract provisions 5- 7- 12.doe May 2012 Provided to Bu id rs xc ange o� WA, Inc. or usage Conditions Agreement see www.bxwa.com -Always Verify Scale WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,rte POWER OF ATTORNEY TRAVELERS Farmington Casualt Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 22 4210 Certificate No. 004769268 BNOW ALL MIEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota. that Farmington Casualty Company. Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the km s of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized Under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Paul R. Botts, Brad Wagenaar, Thomas Hata, and Erica Li of the Cm of I- InnnhlLl State of Ta�lwaii their true and lawful Attorney(s) -in -Fact. each in their separate capacity if more than one is named above, to Sian, 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 of permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF. the Companies have caused this inMI to be signed and their corporate seals to be hereto affixed. this 14th day. of March 2012 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance tJnder write rs, Inc St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company /.SU C �y+,P -r' SG Ugq•., v pt NO �.O SU9 G�t Y'V/� p V l ff <COa PO R�). -.i 0.POR4 p 9 Z 1982 0 f y �y �ct�'aa o 1951 g 3} sue. ciii g F.AL :o; SEJLLit 11 LS"J a �S........ *a 6 F��D 21j1..... f AIN State of Connecticut City of Hartford ss. 13y: /Cjcorg6V Thompson. tj ice President On this the 1 4th day of March 2012 before me personally appeared George W. Thompson. "ho acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters. Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Suret Company of America. and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. efflx In Witness Whereof, [hereunto set my hand and official seal. My Commission expires the SOth day of June. 2016. Marie C. Tetreault. Notary Public 58440 -6 -11 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Proposal NON COLLUSION DECLARATION STATE OF WASHINGTON SS. COUNTY OF MUa C H EL t1)N P -6 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 connea(lon with the City of Tukwila project named, TCC Spray Park Manhole Connection Project No. 51030101, GoodfelloE ros. Inc. Name of F ai a e of tho�$iciai j Lane lnnick V Ree7ion Manager Tide Signed a, sworn to before me on this 7th day of June 20 12 Z Lesli Sl. Lehrman Signature of Notary Public in and for the State of Washington, residing at Wenatchee, WA K k *tQft ires: 05/06/2016 EiNL NOTgR�,�° ZN '�/i3L1C r pi WASNV �Q� NOTICE TO ALL BIDDERS To rePIN18 activities call: 1 -800- 4249071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline` Monday through Friday, 13:00 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 USDOTs continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USOOT Inspector General. All information wilt be treated confidentially and caller anonymity will be respected. George Long Shops Watertal Separator r �y�, reeds City of Tukwila Provided to 8ui�d�rs gxLrlarl o p Ir1c. Far usare ark (�a 030101)1ttc spray park manhole connection contrail provisions 57.12.doc K%y 2012 g g� �on it Agreement see www.bxwa.com Always Verify Scale Proposal RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder. Goodfellow Bros. Inc. Address of Bidder: P 0. Box 1419 Maple Valley, WA 98038 City state Zip Code Contractor's License No. GOODFB *370NO WA State UBI No. 048 000 968 Dept. of L &I License Bond Registration No. 40ONG9777 Worker's Comp. Acct. No. 028 618 00 Bidder is a(n): Individual Partnership Joint Venture N Incorporated in the state of WA List business names used by Bidder during the past 10 years if different than above: N/A Bidder has been in business continuously from 1921 Year Bank Reference U. S. Bank of Washington, Stephen Bro, (425) 450 -5913 Bank Account Officer Officer's Phone No. No. of regular full -time employees: 130 Number of projects in the past 10 years completed: 80% ahead of schedule 19 %on schedule 1% behind schedule Bidder has had experience in work comparable to that required for this Project As a prime contractor for 91 years. As a subcontractor for 91 years. P -7 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 Lona With Bidder Please see attached listing. George Long Shops Water /Oil Separator City of Tukwila w:1 w englprojectsla b �gg� pproectsltcc spray park (91030101)Vttc spray park manhole connection contract rovi ions 57 12 doc May 2012 Provided to Builders change of WA �nc. For usage Conditions Agreement see www.bxwa.com Always �/eriy Scale 1921 =o� GOODFELLOW BROS., INC. GENERAL CONTRACTOR YG R 11b1 IsOODP� 22035 Maple Valley, WA 98038 Phone (425) 432 -2202 Fax (425) 432 -1555 "An Equal Opportunity Employer" SURVEYOR QUALIFICATIONS Client: City of Tukwilla Contractor: Goodfellow Bros., Inc. Project: TCC Spray Park Manhole Connection Engineer: City of Tukwilla Job No. Bid only Ref. Section Project Summary: Retrofit an existing manhole from an inside drop to an outside drop including: dewatering, restoration, and other related work. Scope: Provide construction surveying as required for the project. Individuals /Qualifications: Goodfellow Bros., Inc.'s Glenn Grovenburg, PLS will be performing the construction surveying settlement monitoring. Glenn has 20 years experience in Surveying, and he is a licensed PLS in the State of Washington. Survey Equipment: Glenn will use a Topcon GPT- 3000LW total station. It has a range of 1,200 meters. REV. 8/00 1 CAFORMS\GB1 \Survey Qualifications. DOC Glenn Grovenburg PLS PLS #41287 Expiration Date 12/12/2012 Date Issued 12/15/2004 2005 Present Goodfellow Bros., Inc. Survey Manager Prepare project calculations for Highway projects, Site infrastructures and mass grading 2002 -2005 Scarsella Bros. Construction Surveyor One man survey crew responsible for all office computations and field surveying Projects included various WSDOT highway projects, Design Build projects and public site work projects. 1995 -2005 A.C.E. Inc. Vice President, Principal Office computations for complex boundaries, WSDOT Highway projects, Site Developments 1992 -1995 S. Chamberlain Assoc. Party Chief 1989 -1992 Boundary Systems Research Party Chief Chaiiunan 1985 -1989 TLK Land Surveyors Chaiman Proposal P -8 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience a d qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Yes No Surveyor's Name: (2 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 Proiect Name Completed Amount Owner /Reference Name and Phone Please see attached listing. 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: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Proiect Amount or Litigated of Claims N/A Has Bidder, or any representative or partner thereof, ever failed to complete a contract? IN No Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? KI No Yes If yes, please state: Prolect Name Contracting Partv Bond Amount George Long Shops Water /Oil Separator City of Tukwila w enGloro�ectsl ba s rk (�1.0301Q1)lttc ra� Rark manhQte connecticn flntract�ro si�s 7- 7- 12.doc May 2012 Provided to Bu d rs a ge o W c For u ag onaitions H9ree a ee nrniw bxwa.com ways en ca e Proposal P -S Has Bidder ever been found guilty of violating any State or f=ederal employment taws? No Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy saws or state insolvency laws? M No D 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 clalms 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 iniM A wn Recei vinACWm The undersigned warrants under pGria Porj that the foregoing information is true and accurate to the best of his/her know) The u deh ad authorizes the City of Tukwila to verify all information contained hetein. Signature of Bidder Lane Shinnicilk Title: Re¢ion Manaeer hate: June 7, 2012 George Long Shope Wated0i1 Separator Cky or TukwUa ltic ipw r 1a•�a pr a ray p rk 18 1{)30101 Spr park manhole oonnection ntract ovjgio�u 5.7.12.d' May 2012 Provided to Bui�iiers �of OR. ffic. For u5ape �onCitrons Aoreemeai see www. bxwa.com uvays �ernY SCa Proposal PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used. DESCRIPTIONlrYPE YEAR CONDITION I OWN/RENT Please see attached listing. Labor to be used: Goodfello�ros. Name of Sboatu re of Authorrz r tJiYrciat ane hinnick i� Region Manager 7 P -10 George Long Shops VVater/Oil Separator C" of Tukwila .1Dw s P.A91nro 1a Da_prpjeGgi spr9Y p�Ac (g1,U341Q1)"M ree 9pr2Y see park manhole connection o o contra royJs r 5J -f2 doc May 2012 Provided to S urd r a rf e o c. Fr u e rdorts Ag!►teai wwnr .crn Al fe Scale EXCAVATORS /BACKHOE Qty 1 1997 CAT 416C BACKHOE 2 2008 CAT 430E BACKHOE 1 2000 HITACHI EX120 -5 1 2008 HITACHI ZX225 EXC 1 2000 HITACHI EX20OLC EXC 3 2008 J.D. 31OSG BACKHOE 1 2000 HITACHI EX75OLC -5 1 2008 JD 135 CRTS EXC 2 2001 CAT 430D -4X BACKHOE 2 2010 JD 50D MINI EXC 1 2002 CAT 420D 4E BACKHOE 1 2010 JD 650DLC EXC 1 2002 JD21OLE LANDSCPE LDR 1 2010 HITACHI Z650LCS3 EXC 1 2004 CAT 325CL HYD EXC 1 2011 HITACHI ZX35U MINI 1 2004 HITACHI ZX120LC 2 2011 JD 50D MINI EXC 3 2004 HITACHI ZX330LC 3 2011 CAT 336E EXCAVATOR 2 2004 HITACHI ZX450 LC EXC 2 2011 CAT 430E BACKHOE 1 2004 HITACHI ZX60OLC EXC 1 2004 J.D. 31OSG BACKHOE Qty GRADERS 1 2004 J.D. 35C ZTS EXC 1 1995 CAT 140H GRADER 1 2004 J.D. 80C MINI EXC 1 1998 CAT 140H GRADER 1 2004 JD 200CLC EXC 1 1998 CAT 143H MOTOR GRDER 1 2004 JD 330CLC EXC 1 1999 CAT 143H MTR GRADER 1 2005 CAT 304CR MINI EXC 1 2001 CAT 14H MOTOR GRDR 1 2005 CAT 420D 4 BACKHOE 1 2001 CAT 160H MTR GRADER 3 2005 CAT 430D 4X BACKHOE 1 2002 CAT 140H MOTORGRADER 1 2005 HITACHI ZX160LC EXC 1 2004 CAT 140H MTR GRADER 1 2005 HITACHI ZX20OLC 2 2006 CAT 140H MOTORGRADER 4 2005 HITACHI ZX330 EXC 1 2007 CAT 140H MTR GRADER 1 2005 HITACHI ZX45OLC EXC 1 2007 JD 872D GRADER 2 2005 HITACHI ZX600 EXC 3 2008 JD 872D MTR GRADER 2 2005 HITACHI ZX800 EXC 1 2009 JD 872D MTR GRADER 1 2005 J.D. 200CLC EXC 2 2005 J.D. 31OSG BACKHOE SCRAPERS 1 2005 JD 450CLC EXC Qty 1 2006 CAT 307C HYD EXC 1 1985 CAT 623B SCRAPER 2 2006 CAT 430E BACKHOE 1 1998 CAT 613C II SCRAPER 1 2006 HITACHI Z120X EXC 1 2005 CAT 615C II SCRAPER 1 2006 HITACHI Z135C EXC 3 2011 CAT 627H SCRAPER 1 2006 HITACHI ZX160LC EXC 3 2006 HITACHI ZX200 EXC WHEEL LOADERS 2 2006 HITACHI ZX225 EXC Qty 3 2006 HITACHI ZX350LC -3 EX 1 1998 CAT 950F II WHL LDR 2 2006 HITACHI ZX450CL -3 1 2001 CAT 980G WHL LOADER 2 2006 J.D. 41OG EXC 1 2001 CAT IT 28G LOADER 1 2006 J.D. 450D EXC 2 2005 CAT 950G II WHL LDR 1 2007 CAT 414E IL W /GANNON BX 1 2005 CAT 966G II WHL LDR 2 2007 CAT 420E BACKHOE 1 2005 J.D. 644J WHL LDR 1 2007 CAT 430E BACKHOE 1 2005 VOLVO L110E LOADER 1 2007 HITACHI Z650LC -3 EXC 2 2005 VOLVO L70E WHL LDR 1 2007 HITACHI ZX160LC -3 EX 5 2006 J.D. 624J WHL LDR 2 2007 HITACHI ZX20OLC EXC 1 2006 J.D. 744J WHL LOADER 1 2007 HITACHI ZX225 EXC 1 2007 CAT 950H WHL LOADER 5 2007 HITACHI ZX350LC -3 2 2007 CAT 966H WHL LOADER 1 2007 HITACHI ZX50 MINI EX 1 2007 JD 644J WHL LOADER 2 2007 J.D. 35D MINI EXC 1 2007 JD 744J WHL LOADER Qty GPS EQUIPMENT 49 GPS BASE STATION 76 GPS MACH GUIDANCE SYS 8 GPS ROBOTIC STATION DOZERS SERVICE TRUCKS Qty Qty 1 1997 CAT D10R DOZER 1 1982 GMC FUEL TRUCK 1 1999 CAT D10R DOZER 1 1984 KENWORTH TRCTR 1 2000 KOMATSU D21A -7 DOZER 1 1999 FORD F550 LABORER TRCK 1 2001 CAT D911 DS DOZER 1 1999 KENWORTH T300 MECH TRK 1 2003 CAT D5N XL DOZER 2 2000 FORD F450 LABORER TK 1 2003 CAT D6N XL DOZER 1 2000 FORD F550 LABORER TK 1 2003 CAT D9R DOZER 2 2000 FORD F650 MECH TK -VC 2 2004 CAT D811 SU DOZER 1 2000 INTRNL FLATBED TRUCK 1 2004 J.D. 450H LT DOZER 2 2000 KENWORTH LUBE TRUCK 4 2005 CAT D5N DOZER 3 2001 FORD F550 LABORER TK 1 2005 CAT D6N DOZER 1 2001 FORD F650XL MECH TRK 1 2005 CAT D613 XL II 5 2002 FORD F550SD LABOR TK 4 2005 CAT D8T DOZER 2 2002 MITSIBUSHI LABOR'TRK 2 2005 CAT D9T DOZER 1 2002 STERLNG MECH /SERV TK 1 2006 CAT D4G DOZER 1 2003 FORD F550SD LAB TRCK 1 2006 CAT D5N XL DOZER 2 2004 FORD F350SD LABR 1 2006 CAT D6N XL DOZER 3 2004 FORD F550 MECH TRUCK 3 2006 CAT D6R DSXW DOZER 1 2004 FORD F650XLT MECH TK 1 2006 CAT D8T DOZER 1 2004 STERLNG MECH /LOBE TK 1 2007 CAT D5N XL DOZER 3 2005 FORD F350SD 4X4 1 2007 CAT D6N XL DOZER 8 2005 FORD F550 LABORER TK 2 2007 CAT D6R XL DOZER 1 2005 KENWORTH LUBE TRCK 1 2007 CAT D6T XW DOZER 1 2005 STERLING COMBO TRUCK 1 2007 CAT D8T DOZER 1 2005 STRLNG HYDRO MULCHER 1 2007 CAT D9T DOZER 2 2006 FORD F350 FOREMAN TK 1 2008 CAT D6T DS DOZER 5 2006 FORD F550 LABOR TRK 1 2008 CAT D8T DOZER 4 2006 FORD F750 MECH TRUCK 2 2009 CAT D10T DOZER 1 2006 GMC C5500 MECH TRUCK 1 2011 CAT D6KQ DOZER 1 2006 KENWORTH LUBE TRUCK 1 2011 CAT D9T DOZER 2 2006 KENWORTH T300 LUBE 1 2011 CAT D10T DOZER 4 2007 FORD F350 W /UTIL BED 1 2007 FORD F450SD LBR TRK AIR COMP LIGHT PLNTS GENSETS 2 2007 FORD F550SD LAB TRCK Qty 1 2007 FORD F650XL MECH TRK 10 I.R. P185 AIR COMPRESSORS 2 2007 FORD F750 MECH TRUCK 20 I.R. PORT LIGHT PLNT 1 2007 GMC K2500 MECH TRUCK 5 MULTIQUIP 25KW GNSET 3 2007 KENWORTH LUBE TRUCK 3 I.R. 40KW GENSET 20 2008 FORD F550 LABR TRCK 7 MULTIQP 45KW GENSET 1 2008 KENWORTH COMBO TRK 1 OLYMPIAN CT85 (68KW) GENS 1 2008 KENWORTH LUBE TRUCK 1 CAT XQ105 GENSET 1 2008 KENWORTH T300 LUBE 1 MQ 180KW GENSET 1 2009 KENWORTH COMBO TRK 1 CAT D150 GENSET 3 MACK CEMENT TRUCK 2 CAT XQ1250 KW GENSET 1 2011 FORD F350SD FORMAN 1 CAT XQ1500 GENSET 2 2012 FORD F550SD LABR TRK Qty GPS EQUIPMENT 49 GPS BASE STATION 76 GPS MACH GUIDANCE SYS 8 GPS ROBOTIC STATION ROCK TRUCKS COMPACTORS /ROLLERS Qty 2002 ELGIN CRSSWND SWEEPR Qty 1 5 1988 CAT 7738 END DUMP 1 2008 MBW VIB COMP WHEEL 5 1984 AMFAB BELLY DUMP TRL 5 BOMAG BMP851 ROLLER 5 1985 AMFAB PUP TRAILER 3 CAT 815F COMPACTOR 1 1989 CAT 773B ROCK TRUCK 2 CAT CB214E VIB RLLR 1 2000 PETERBILT END DMP 2 CAT CS533E COMPCTR 6 2000 VOLVO A40 ROCK TRUCK 3 DYNAPAC CA362D CMPTR 4 2001 CAT D400E II RCK TRK 1 I.R. DD22 ROLLER 1 2004 BEALL /PIONEER PUP 1 I.R. SD100D ROLLER 2 2004 CAT 769D HAUL TRUCK 1 I.R. SD115 IR ROLLER 1 2004 PETERBILT 378 DUMP 3 I.R. SD116DX CMPTR 2 2005 CAT 735 ROCK TRCK 2 I.R. SD122DX COMPACTOR 1 2005 CAT 740 ARTC TRUCK 2 I.R. SD160DX VIB 1 2005 PIONEER PUP TRAILER 3 I.R. SD175D ROLLER 4 2006 CAT 735 ART TRUCK 1 I.R. SD200DX VIB CMPTR 1 2006 CAT 740 ARTIC TRUCK 2 I.R. SD45D VIB ROLLER 3 2006 KENWORTH T800B DMP 3 I.R. SD77DX VIB RLLR 2 2006 PETERBILT 378 DUMP 2 I.R. TC13 TRENCH CMPCT 3 2007 CAT 740 ART TRUCK 1 MULTIQUIP AR13H RLLR 2 2007 PETERBILT 378 DMP TK 8 RAMMAX 933FCR RLLR 2 2008 PETERBILT 367 DMP TK 1 CAT CS76 COMPACTOR 2006 FORD F750XL WTR TRK 4 2 CAT CS56 COMPACTOR 2006 PETERBILT 4600gl WATER TRCK SWEEPER TRUCKS 1 CAT CS54 COMPACTOR Qty 1 2002 ELGIN CRSSWND SWEEPR FORLIFTS /BOBCAT /SKID STEERS 1 TENNANT 6500 GAS SWEEPER 1 2005 SCHWARZE VAC TRUCK Qty 1 2007 STERLING VACTOR TRK 4 CAT FORKLIFT 1 BOBCATLOADER FUEL TRUCKS 3 2001 CAT 226 SKID STEER Qty 1 2004 CAT TH460B TLHNDLR 1 1988 FORD CARGO FUEL TNKR 4 2008 JD CT322 SKID STEER 2 1988 PETERBILT FUEL TANKR 1 2008 JD CT332 SKID STEER 2 1991 FGHTLNR TANKER TRK 1 2010 CAT 272C SKID STEER 1 1994 PETERBILT TANKER TRK 1 2010 BOBCAT 5205 2 1995 MACK FUEL TANKER 2 LUBE TRAILER HYD. HAMMERS Qty WATER TRUCKS TOWERS 1 ALLIED 805CS HAMMER Qty 1 NPK H16X HYDR HAMMER 2 CAT H70S HAMMER 2 2004 FORD F750 WATER TRCK 1 BTI TELEDYNE TB285 HAMMER 1 2005 FORD F750XL WATER TK 1 BTI TELEDYNE TB425QA HAMMER 1 2005 PETERBILT 4500GL WTR 1 BTI TELEDYNE TB652QA HAMMER 2 2005 STERLING 4000G WATER TRCK 2 BTI TELEDYNE TB725QA HYDR HAMMER 1 2006 FORD F750XL WTR TRK 4 BTI TELEDYNE TB980X HYD HAMMER 7 2006 PETERBILT 4600gl WATER TRCK 8 BTI TELEDYNE TB1680X HAMMER 15 2007 PETERBILT 460OG WTR TRUCK 11 BTI TELEDYNE TB208OX HAMMER 4 2008 PETERBILT 4600gl WATER TRCK 3 BTI TELEDYNE 258OX HAMMER 21 RUSTY IRON 12000GL WATER TOWERS 1 USED BTI TELEDYNE 2575 HAMMER 2007 JD 120C EXC 1 2008 CAT 950H WHL LOADER 2007 JD 650D LC EXCAVATOR 1 2008 JD 6241 WHL LOADER CRUSHER ASPHALT EQUIPMENT Qty 3 NORDBERG OMNI 1560 CONE 3 SWITCH TRAILER 3 NORBERG JAW CRUSHER 3 6X2 JCI SCREEN PLANT 2 SPOMAC LOUDOUT BNKR 1 FINLAY 683 SCREEN 3 M ETSO LT300 CONE 5 NORBERG LT105 CRUSHER 3 NORDBERG HP400 CONE 1 NORDBERG LT110 JAW 3 THOR 36X150 RADL STCKR 3 CHIEFTAN 2100 POWER SCREEN 8 MGL M95 RDL STACKER 42 SPOMAC CONVEYORS 1 2011 POWERSCREEN WARRIOR 1 4X12 CEDAR RAPIDS SCREEN 1 USED READ CV90 SCRN ALL 1 READ CV40D SCREEN ALL 1 ROSS 100M CONCRETE PLANT 3 ASPHALT ZIPPER 48OHD 1 2006 CONCRETE FINISHER 1 2008 CONC PLACER W /LTS 1 2008 CONC TEXTURE /CURING 1 2008 CONCRETE PAVER 1 FINN T -330 HYDRSEEDR 1 2007 VICTOR 1100 BOWIE HYDROMULCHER 1 2001 SOLAR MESSAGE BOARD 4 2008 CMS T333 MESSAGE SIGN 2 ROME HINGE DISC PICKUPS VANS Qty 1 1995 FORD EXPLORER 4X4 1 1998 CHEVY 1 TN 1 1998 FORD F150 4X4 -CREW 2 2000 FORD F150 4X4 1 2000 FORD F350 MECH BED 4 2002 FORD F150 4X2 1 2002 TOYOTA TACOMA -SP 1 2003 DODGE RAM 1500 4X2 1 2003 FORD F150 4X4 6 2004 F150 4X4 SC -TB 17 2005 FORD F150 4X4 1 2005 FORD F150 4X4 -CREW 1 2005 FORD F25OSD 4X4 2 2005 FORD RANGER SPCB 4X4 1 2005 TOYOTA TACOMA 4X4 2 2006 DODGE 2500 ST QC 13 2006 FORD F150 4X4 12 2006 FORD RANGER SPCB 4X4 3 2007 DODGE 2500 ST QC 15 2007 FORD F150 4X4- 2 2007 FORD F350 CREW CAB 4 2007 FORD RANGER 4X4 6 2007 GMC 1500 EXCB PICKUP 1 2007 TOYOTA TACOMA 4X4 -MS 9 2008 FORD F150 4X4 4 2008 FORD RANGER SCB 4X4 2 2008 GMC K1500EX 4X4 2 2009 FORD F350XL TRUCK 8 FORD ECONOLINE VAN 4 FORD TAURUS 13 2011 FORD RANGER SCB 4X4 3 2011 FORD F150 SCB 4X4 SS 1 2011 TOYOTA TUNDRA 4X4 AS OF JANUARY 1, 2012 Proposal P -11 PROPOSED SUBCONTRACTORS Name of Bidder Goodfellow Bros. 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 George Long Shops Water /Oil Separator City of Tukwila wApw englprojects%a- �bgg pprojects%tcc spray park (91030101)lttc spray park manhole connection contract provisions 5- 7- 12.doc May 2012 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale