HomeMy WebLinkAboutCAP 2012-11-26 Item 2A.1 - Bid Award - Tukwila Pool Roof City of Tukwila
Rick Still, Parks and Recreation Director
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Community Affairs and Parks Committee
FROM: Rick Still, Parks and Recreation Director
DATE: November 20, 2012
SUBJECT: Bid Award for Tukwila Pool Roof Project
ISSUE
Award the bid for construction of the Tukwila Pool Roof Project.
BACKGROUND
This project will provide new 20-year Thermoplastic Membrane roof for the Tukwila Pool.
The Metropolitan Park District (MPD) approved five Capital Projects that were not included in
their Energy Savings Performance Contract with McKinstry Essention, Inc., (McKinstry). The
MPD Board agreed that these projects were important but not financially feasible as proposed
by McKinstry in the Energy Services Proposal (ESP), approved August 20, 2012. City Staff
confirmed that the projects could be designed, managed and constructed using the City's
processes while being completed within the allotments provided in Addendum #1 to the ESP
(see Attachment 1), approved September 17, 2012.
The Tukwila Pool Roof Project [or Item #21 — New Roof] has an allowance of $85,499.00. Six
contractors were selected through the Small Works Roster process. A pre-bid walk was
conducted on November 91h to familiarize and clarify any issues the contractors may have with
the plans and the existing roof conditions. Two contractors provided bids that were opened on
November 16, 2012; $73,744.80 and $78,509.00 (see Attachment 2 — Bid Opening results).
The apparent low, with a lump sum base bid of $73,744. 80, is Bates Roofing, LLC. Staff's
estimate was $75,983.00.
The Pool Roof Project construction is scheduled to be complete by May 15, 2013, depending
upon the weather. The roofing material is a long lead item and ambient temperatures must be
over 45 degrees and dry to applying the adhesives for the Thermoplastic Membrane. The Roof
Project will provide a long-lasting solution for a roof that needs to be replaced in the next few
years. This product has a 50-year life for residential applications, while the manufacturer's
warranty is only for 20-year in a commercial application.
ANALYSIS
The two bids were reviewed and no errors were discovered in the base bid for either contractor.
Bates Roofing LLC has successfully worked on other municipal projects and references were
contacted with positive feedback.
1
INFORMATIONAL MEMO
Bid Award for Tukwila Pool Roof Project
Page 2 -November 20, 2012
The available budget allotment for the Tukwila Pool Project construction is $85,449.00. With
Bates Roofing LLC's bid, a 5.88% contingency would put the budget just under $85,499.00.
This project has minimal risk of cost overruns and the contractor. There is a possibility that
some flashing will need to be replaced at linear foot price of$6.65/lnft. If all the flashing needed
to be replaced, it would cost less than $3,300. There could be some additional costs if there are
irregularities found through the infrared scan required prior to installation. Our roofing
consultant's inspections have not found any areas of concern regarding wet insulation or roof
defects.
BUDGET AND BID SUMMARY
Bid Results Estimate Budget
Total Bid Amount $ 73,744.80 $ 70,983.00 $85,499.00
Tax (9.5%) 7,005.76 6,743.39
Total Bid Amount $80,750.56 $ 77,726.39
Contingency 5.88% $ 4,748.13 $ 7,772.64 0.00
TOTAL $ 85,498.69 $ 85,499.02 $85,499.00
RECOMMENDATION
The Council is being asked award the construction bid for the Tukwila Pool — Roof Project to
Bates Roofing LLC in the amount of$80,750.56 for consideration on the consent agenda at the
December 3, 2012 Regular Meeting.
ATTACHMENTS
Attachment 1 —Addendum 1 to the ESP
Attachment 2 — Bid Opening results— November 16, 2012
Attachment 3— Bates Roofing LLC. Bid Proposal
2 CUmp`Gm-OUlbokICBKOXOLACAP B'dA-d Tu w1.Pod Rwf 1112012 MEMO Co
Attachment 1
Addendum 1 to the ESP: September 12, 2012
The MPD Board adopted the Energy Services Proposal (ESP)from McKinstry on August 20, 2012 at which
time the Board requested additional information on Section 4.5 "Allowances"on page 25 of the ESP.
Below is the additional information now forth called Section 4.5.1 "Additional Information to the
Allowances"that explains in greater detail the five items.
The following five items were not included as part of the base bid by McKinstry,the ESCO. These items
are included in the overall project and will be completed. They are not considered as part of the base
bid because the ESCO would not guarantee the max cost of these items. This is for a couple different
reasons as outlined below.
Item#16—Bulkhead Renovation: Allowance:$4,500/Original Estimate: $14,683
This item did not get updated for the final ESP so it is not an apples to apples comparison. Also,the
Allowance amount was determined before it was required by the Department of Commerce to have the
ESCO complete all items on the project list. Therefore,the Allowance amount does not include the
ESCO's markups.
Original Scope: Repairing axles and wheels, and completely refinishing the surface.
Reduced Scope: Includes simply painting the existing one.
Item#17—Pool filter Conversion(Vac DE Option): Allowance:$15,000/Original Estimate: $149,089
This item did not get updated for the final ESP so the Original Estimate is not an apples to apples
comparison with the reduced scope. Also the Allowance amount was determined before it was required
by the Department of Commerce to have the ESCO complete all items on the project list therefore, it
does not include the ESCO's markups.
Original Scope: Reconfigure the existing Vacuum DE filter system to accommodate new filter
grids that can be changed out separately as opposed to having to lift the entire filter grid out of
the tank. This would have provided significant savings in staff time and improved filter capacity
and reduced annual maintenance costs. However,the price to do this was high enough that it
was more beneficial to reduce this scope to enable more items to be completed on the CIP List.
Reduced Scope: Includes refinishing the existing filter tank, purchasing new filter grid covers,
and all necessary equipment to change the filter covers in-house without having to contract this
work out(which will save approximately$1,000 annually).
M:\Aquatics\MPD BOARD Items\9.17.12 MPD Meeting Items\MPD 9.17.12-4.a Addendum Ito the ESP 9-12-12 Attachment I.docx Page 1
3
Item#19—ADA Improvements(Parking Lot): Allowance:$90,000/Original Estimate:$101,700
This item is reduced in expense based upon having an estimate from a contractor that the City has used
multiple times for this kind of work.One thing to note is that the scope of this project may increase
dependent upon code requirements. Both the ESCO and the contractor's estimate were based off plans
that were drawn up several years ago that has now become evident would not bring this up to today's
code. A modification will need to be done and potentially some additional engineering.
Original Scope: Relocate ADA Parking Stall from the existing location to the stalls closest to the
lobby doors. Add an ADA Ramp from the parking lot to the main entrance way.
Reduced Scope: N/A
Item#21—New Roof: Allowance:$85,449/Original Estimate: $378,000
This item is not an apples to apples comparison between the Original Estimate and the Allowance. The
Allowance is as ballpark price from a contractor for a different kind of roof product. After the contractor
gave their ballpark estimate they conducted further research on their own for the next several weeks
(including a core sample of the roof)and discovered that there is currently about seven inches of
insulation on the roof. Good news in the way of energy efficiency but an added variable for re-roofing
that neither the contractor nor the ESCO knew about. Therefore,the scope and estimate from the
contractor will need to be modified to reflect this as the current estimate does not. Also the Allowance
amount does not include the ESCO's markups because it was determined before the Department of
Commerce's requirements to have the ESCO complete all items on the project list.
Original Scope: Re-roof the facility(specific process and scope was not made known to staff).
Reduced Scope: Use a TPO type product that can be laid over the top of the existing torch down
roof.
Item#23—Locker Room Floor Resurfacing: Allowance: $85,000/Original Estimate: $92,389
This item is reduced in expense based upon using a different product and methodology of prep and
application as specified by an architect that the City has used in the past. The product simply costs less
per square foot and is cheaper to install.
Original Scope: Remove existing tile floor,grind down smooth and apply new flooring product.
Modified Scope: Use a different product that does not require the existing flooring to be
removed first.
These allowances were made to enable additional items to be included and completed in the overall
project. Had these efforts to reduce scope and find cost savings not been sought after many additional
items on the overall project list would not be getting completed.
M:\Aquatics\MPD BOARD Items\9.17.12 MPD Meeting Items\MPD 9.17.12-4.a Addendum 1 to the ESP 9-12-12 Attachment Ldocx Page 2
4
Attachment 2
Tukwila Pool — Roof Project
Bid Opening — November 16, 2012
Bid Security NO Adendum Bid
Yes/No
Advanced Roof Design LLC J $ Y10
2208 151st St E
1
Tacoma,WA 98445 ?
Advancedroofdesien D mail.com
r
Sates Roofing LLC
po box 9416
Tacoma,WA 98409
tom@batesroofinglic.com
Commercial Industrial Roofing, Inc. $
3601 121st Street SW
Lynnwood,WA 98087-1539
len cir-roofin .com
Fred Meyer Roofing $ V�D lo i
16468 Marine View Dr SW
Burien,WA 98166
fmeyerroofi,02@email.com
NortMweat Roof Service, Inc. ' � $
v v s
801 Central Ave N.
Kent,WA 98035
alisab nwroof.com '
Tecta America Seattle LLC $ V1 0 1
9500 Aurora Avenue North
Seattle,WA 98103
sgrinaker@tectaamerica.com
15 bq
Johnson Exteriors, Inc. $ 1
1724 Garret Street r'
Enumcalw,WA 98022
chris(&iohnsonexteriors.com
Rick Still
Kirstin May
5
6
Attachment 3
P-1
PROPOSAL
(Lump Sum)
CONTRACTOR'S NAME LI..C_
Contractor's State License No.BATc S SZL`t 145 a b
Contractor's Registration No. (uBI NO.): Lea-a- tcozi- ':
City of Tukwila Project No. TUKPOOL 2012-02
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 TUKWILA POOL: ROOF PROJECT, Project No. TUKPOOL 2012-02 which includes
but is not limited to investigating existing roof for leaks, installing new Thermoplastic Membrane Roofing
over existing roof, replace flashing as needed, replace gutter to down spout transitions and restore any
property damage to like condition. Contractors may obtain copies of the contract documents by
contacting the Parks and Recreation Administration office and each bid shall be in accordance with
the bid documents on file at the Parks and Recreation Department, 12424 42nd Avenue South,
Tukwila, Washington 98168 (206-767-2342). Informational copies of any available maps, plans,
and specifications, are on file for inspection and for any technical questions please contact the
office of Rick Still, Director of Parks and Recreaton, 206-767-2342, 12424 42Rd Avenue South,
Tukwila, Washington 98168; 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)*id bond or 0 cash, 0 cashier's check, O 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 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 complete the Physical Work in all respects within Thirty [30] calendar days from the
date of 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.
TUKW ILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012-02
November 5.2012
7
Proposal P-2
TUKWILA POOL: ROOF PROJECT, Project No. TUKPOOL 2012-02
Note: Prices for all items,all extensions,and the total amount bid must be shown. Show prices in both words and figures
(ink or typed), and where conflict occurs, the written or typed word shall prevail. Where conflict occurs between the Item
price and the total amount specified,the item price shall prevail,and totals shall be corrected to conform thereto.
BASE BID: ROOF PROJECT including, the Price for supplying and installing the Thermoplastic
Membrane Roofing as specified without exception:
IN WORDS: _
TOTAL BASE BID PRICE A t'e 5wvYt
IN NUMBERS: o tiY` .Qr flc.ltr5
TOTAL BASE BID PRICE $
FLASHING BID: ROOF PROJECT including, the Linear Foot Price for supplying and installing
flashing as needed:
IN WORDS:
TOTAL LINEAR FOOT BID PRICE $ �1r\J'PCa • I Y1��nSC r ��,.)f tii..ntt�'P� � 7'T1 F1VC d /�
IN NUMBERS:
TOTAL LINEAR FOOT BID PRICE $ 30 SS r Q A6451 •F�
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 J 1 2
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 he 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. Award will be based on Base Bid.
The Surety Company which will furnish the required Performance Bond is
C RJy—C of j l 0 0.11 z i S fif `5e' ('+)r i e 9 1l c�
(Name) � (Address)
Bidder: c.k es �r�r•1.�•�.�'1�_ L-I.C.-
Signature of Authorized Official: f�f ��
Printed Name and Title: e- C.t
c
Address: S
Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: W
Corporation
Phone No.: 4 53" 1 3 ` Date: Z .-
This address and phone number is the one to which all communications regarding this proposal should be sent.
TUKWILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012-02
November 5,2012
8
Proposal P-3
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 any unit prices or extensions are left blank they will be entered as
$0.00 no charge.
TUKWILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012.02
November 5,2012
9
P-4
BID SECURITY
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the form of a cash deposit, certified or cashier's check, or postal money order in the amount of
dollars ($ )•
Bid Bond: The undersigned, Bate's Roofing LLC (Principal),
and Contractors Bonding and Insurance Company (Surety), are held and firmly bound unto the
City of Tukwila (Owner) in the penal sum of Five Percent(5%)of the Total Amount Bid
--------------------------------------- -- 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 TUKWILA POOL: ROOF PROJECT, Project No. TUKPOOL 2012-02, according to the
terms of the Proposal and Bid Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful
performance of said Project and for the payment of all persons performing labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all
other respects perform the Contract created by the acceptance of said Proposal,
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 1_6_day of November , 2012
Bate's Roofing f.f C Contractors Bonding and Insurance Company
Principal Surety
f By
Siqp6ture of Authorized Official A orney in Fact(Attach Power of Attorney).
Laura Morrow Attorney-in-Fact
Title
Name and address of local office of Griffin MacLean, Inc.
agent and/or Surety Company: 2300 130th Ave NE A203
Bellevue, WA 98005
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
TUKWILA POOL
ROOF PROJECT"
Project No.TUKPOOL 2012.02
November 5,2012
10
Contractors Bonding and Insurance Company POWER OF ATTORNEY
1213 Valley Street
an nu aauaxay P.O.Box 9271 Contractors Bonding and Insurance Company
Seattle,WA 98109-027l
Know All Men by These Presents:
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company,a Washington corporation,does hereby make,constitute and appoint:
Laura Morro3y.Smya Tobeck.Robert Tobeck,Paul Dent,jointly or nycrally
in the City of Btllcy= , State of jyg5hinZWR_its true and lawful Agent and Attorney in Fact with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds,undertakings,and recognizances in an amount not to exceed Ten Million and 00/100
Dollars( $10,000,000.00 )for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company,and now in force to-wit:
.............................. ....................... .............. ..............
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by
such other officers as the Board of Directors may authorize. The Presidents any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies
undertakinas.Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF,the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice
Prcsid?.rit with its corporate seal affixed this 61h day of Jung 2012
GARD
Contractors Bonding and Insurance Company
M1 LEI.P R4, lbo's
00! 0
's
L
State of Washington , 1979 '.= Roy C.Die President
SS
County of King I
CERTIFICATE
On this 6th day of June 2012 1, the undersigned officer of Contractors Bonding and Insurance
before me, a Notary Public, personally appeared Roy C. Die — who Company,a stock corporation of the State of Washington,do hereby
being by me duly sworn,acknowledged that he signed the above Power of certify that the attached Power of Attorney is in full force and effect
Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and furthermore, that the Resolution of the
Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In
act and deed of said corporation. testimony whereof, I have hereunto set my hand and the spal of the
Contractors Bonding and Insurance Company this 16 day
Ot4-v- �b o�,-24-1-2
Contractors Bonding and Insurance Company
Joseph B..Vuller' Notary Public
Notary Public
State of Washington Roy C,Die Vice President
JOSEPH B.MULLER
MY COMMISSION EXPIRES
March 29,2016 4875239032912 A0059511
P-5
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON )
) ss.
COUNTY OF KING }
The undersigned, being first duly sworn, on oath states that the person, firm, association,
partnership,joint venture, or corporation named in the Bid Proposal has 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
TUKWILA POOL: ROOF PROJECT, Project No. TUKPOOL 2012-02
Z41d.5 900rIlle-
Name of Firm
Signature of Autho '60fficial
�r9�y�9 1"a 2
Title
Sign d and sworn to before me o this day of i I j � _ L '_ t . , 20
ignature of Notary Pub j in and for the State of Washington ff�
My appointment expires: tf L - t
LIP
F TAMARA J. FLOOD
Notary Public
tate of Washington
Commission Expires
ptember 21, 2016
SEAL
TUKW ILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012.02
November 5,2012
12
P-6
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: !Roc&.Ac-- LV
-
Address of Bidder: �6o r r • C.
fir. �. tgac, -
City i State Zip Code
Contractor's License No.'j�iVfS(Z L 145,10 Contractor's State Tax No. 6,02- ( Of 5-_ J !
Dept. of L&I
Bond Registration No. Worker's Comp. Acct. No. 14 1 ��
Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture 'Incorporated in the state of
List business names used by Bidder during the past 5 years if different than above:
Bidder has been in business continuously from Is
Year
Bank Reference
Bank Account Officer Officer's Phone No.
No. of regular full-time employees: i 5
Number of projects in the past 5 years completed: _ahead of schedule . o on schedule
behind schedule
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for (9 -years.
As a subcontractor for years.
List the supervisory personnel to be employed by the Bidder and available for work on this project
(Project Manager, Principal Foreman, Superintendents, and Engineers):
Name `` Title How Long With Bidder
rri
{'
TUKW ILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012-02
November 5,2012
13
Responsible Bidder Determination Form P'7
List all those projects, of similar nature and size, completed by Bidder within the past 5 years.
Include a reference for each. Any attached preprinted project listing must include all this
information.
Year Contract
Project Name Comoleted Amount Owner/Reference Name and Phone
7. •a k�c.�?_ -tt��' V CSS 1 �t g, .I-A MIL, 3�,Q,-39
X.E %194 Al
e i I , ti � `� Z.
- 3
List all projects undertaken in the last 5 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 Protect Amount or Litigated of Claims
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
0 N ❑ Yes If yes, give details:
Has Bidder ever had any Payment/Performance Bonds called as a result of its work?
JA No ❑ Yes If yes, please state:
Project Name Contracting Party Bond Amount
Has Bidder ever been found guilty of violating any State or Federal employment laws?
ANo ❑ Yes if yes, give details:
TUKWILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012.02
November 5,2012
14
Responsible Bidder Determination Form P-8
Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state
insolvency laws? q No ❑ Yes If yes, give details:
Has any adverse legal judgment been rendered against Bidder in the past 5 years?
%No ❑ 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 ❑ 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 '6lrll�
Title: ,(.{'T, lea Jop Date:
TUKWILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012-02
November 5,2012
15
P-9
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION/TYPE YEAR CONDITION OWN/RENT
3� an e, � can
Labor to be used: t
�5 4?v ' L4 C
Name of der
Sfgnature of Authorized Official
Title
TUKW ILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012.02
November 5,2012
16
P-10
PROPOSED SUBCONTRACTORS
Name of Bidder 3C VCS
The following is a list of sub-contractors. 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 010%
Schedule/Bid Item Numbers
Name Subcontractor will perform %of Total Bid
TUKW ILA POOL
ROOF PROJECT
Project No.TUKPOOL 2012.02
November 5,2012
17