Loading...
HomeMy WebLinkAbout2013-08-12 - Request for Qualifications - South Boeing Access Road Bridge RehabilitationCITY OF TUKWILA REQUEST FOR QUALIFICATIONS South Boeing Access Road Bridge Rehabilitation Due August 12, 2013 by 5:00 p.m. The City of Tukwila (City) is requesting a Statement of Qualifications (SO()) from consulting firms with expertise in Civil and Structural Design. Please review the full Request for Qualifications (RFQ) with detailed information following this notice. Additional information can also be found at http:// www. tukwilawa .gov /BoeingAccessRoad.html PROJECT DESCRIPTION The work to be performed by the CONSULTANT consists of preparing preliminary engineering and PS &E for the rehabilitation of the South Boeing Access Road Bridge, Structure ID 08002500. The project schedule includes an estimated start date of September 2013 with project design completion expected by September 2014. The proposed project consists of, but is not limited to, the following: • Structural, survey, and geotechnical analysis • Environmental planning and preparation of permits. • Seismic analysis and retrofit design. • Removal of structural deficiencies. • Improve structure to current standards. • Roadway widening. • Improved sidewalk /bicycle access. • Coordination with Railroad SUBMITTAL Submittals should include the following information: Firm name, phone and fax numbers; Name of Principal -in- Charge and Project Manager; estimated availability of key personnel including percent utilization for this project and overall individual workload, any proposed Sub - Consultants; and Number of employees in each firm proposed to project. It is requested that all proposals be limited to fifteen (15) pages, excluding signature page and resumes. Submittals will be evaluated and ranked based on the following criteria: 1) Key personnel and resumes including Project Manager and Sub - consultants; 2) Firm experience with similar projects; 3) Firm experience with environmental planning and permitting process; 4) Ability to meet schedule; 5) Understanding of the project; 6) Approach to project; 7) Familiarity with the L.A.G. Manual and Federal Aid /WSDOT standards and requirements; 8) Past performance /references. Submit one (1) original and four (4), individually bound copies of the SOQ, along with an electronic version of the SOQ in PDF format on a compact disc (CD) to: Grant Griffin, Project Manager City of Tukwila Public Works Department 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 Grant.GriffinRtukwilawa.gov 206 431 -2446 The original copy, containing original signatures, shall be clearly marked. The deadline for submittals is no later than Monday, August 12, 2013 by 5:00 p.m. Proposals received later than the submittal deadline will not be accepted. The City will not be liable for delays in delivery of responses due to handling by the US Postal Service or any other type of delivery service. Faxed or emailed submittals will not be accepted. Please reference the RFQ title on all communications and mailing labels. A list of consulting firms will be selected for interviews based on review of the proposals. Interviews are anticipated to take place the week of August 26, 2013. The City reserves the right to select the consultant team directly from the SOQs without conducting an interview. Published Seattle Times — July 22, 2013 and July 29, 2013 Published Daily Journal of Commerce — July 22, 2013 and July 29, 2013 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT REQUEST FOR QUALIFICATIONS DESIGN SERVICES FOR THE REHABILITATION OF THE SOUTH BOEING ACCESS ROAD BRIDGE TUKWILA PROJECT NO. 98410413 GRANT GRIFFIN PROJECT MANAGER PUBLIC WORKS DEPARTMENT SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION TABLE OF CONTENTS INTENT OF REQUEST FOR QUALIFICATIONS 1.00 OBJECTIVE 2.00 SCOPE OF WORK 3.00 REQUEST FOR QUALIFICATION (RFQ) PROCESS 4.00 SOQ SUBMITTAL CONTENT 5.00 CONSULTANT SELECTION PROCESS 6.00 CONTRACT NEGOTIATION PROCESS 7.00 TITLE VI COMPLIANCE Page i SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION REQUEST FOR QUALIFICATIONS Engineering Consultant Services for the SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION ADDITIONAL TECHNICAL INFORMATION AVAILABEL AT: http:// www. tukwilawa .qov /BoeingAccessRoad.html 1.00 OBJECTIVE The City of Tukwila Public Works Department intends to procure engineering consultant services (design team) to provide engineering design services for the rehabilitation of the South Boeing Access Road Bridge. This is federally funded project. The work shall be in accordance with the Local Agency Guidelines (LAG) manual. 2.00 SCOPE OF WORK 1 Assess bridge deficiencies. This item will require the consultant to review the latest routine bridge inspection report and to perform in -depth inspection work as needed to obtain a solid assessment of the bridge deficiencies to be corrected. 2. Provide repair options. The consultant will use their assessment of the bridge deficiencies to provide repair options necessary to meet the requirements of LAG Chapter 34 for the rehabilitation of bridges. The consultant will work with City staff to determine the best option for repair. 3. Provide permitting assistance. The consultant shall be able to provide assistance with obtaining all permits necessary to do the work. Typically these permits revolve around the completion of an Environmental Classification Study (ECS) as published by WSDOT. The word assistance is used because some of the work may be performed by City of Tukwila staff. This work will be assigned as an option in the Standard Consultant Agreement. The existing bridge spans railroad lines used by BNSF and Union Pacific Railroads. The consultant will assist the City with project coordination and permitting required by the railroad. 4. Provide design alternatives. The existing bridge has 6 travel lanes and a sidewalk on the south side. The consultant will work with Tukwila to determine the best lane configuration, lane width, and sidewalk/bicycle lane configuration. 5. Provide plans, specifications and estimates. The consultant will provide the design plans and specifications to bid this project through public advertisement. The consultant will provide estimates at different intervals during the design process to keep the City informed of the project cost to repair the bridge. 6. Provide a load rating. The consultant will provide a load rating for the bridge after the improvements are completed. 7. Provide traffic control design. The consultant will work with the City of Tukwila to provide a traffic control design to minimize construction impacts to the traveling public during the construction phase. 8. Other design assistance. The consultant shall be available to provide other design assistance not listed here that may present itself during the design process. A few Page 1 SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION examples are: civil design for roadway and slopes, ADA design, storm drainage design, containment design, traffic signal design, representing the City at community meetings and provide community outreach, providing renderings or draft designs as needed to help determine the final design, other engineering services required to complete this bridge rehabilitation. 9. Provide construction support services. The consultant may be retained, at the option of the City, to perform additional services during the construction phase of the project. Such services may include, but not be limited to: • Special Inspection • Testing • Shop drawing submittal review • Design changes or design change review • Construction engineering services 3.00 REQUEST FOR QUALIFICATION (RFQ) PROCESS It is the City's intent to select a consultant based on the qualifications and abilities of the firm/ team and key project individuals. Proposers may either be individual firms or teams as appropriate to meet the specific needs of the project. If relevant, it shall be at the discretion of the Proposer to determine and identify the lead consultant for the team. Proposers are solely responsible for all costs incurred in the development and submission of the Statement of Qualifications (SOQ) or any other presentations whether in response to this RFQ or to any subsequent requirements of the consultant selection and contract negotiation process. 3.01 SOQ Submittal and General Guidelines SOQ submittal packages shall be submitted no later than Monday, August 12, 2013 by 5:00 p.m. to: Grant Griffin, Project Manager City of Tukwila Public Works Department 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 Grant.Griffin @tukwilawa.gov 206 431 -2446 Clearly mark the Tukwila Project No. 98410413: Design Services for the South Boeing Access Road Bridge Rehabilitation and the name of Proposer on the outside of the delivery package. Submit one (1) original and four (4), individually bound copies of the SOQ, along with an electronic version of the SOQ in PDF format on a compact disc (CD). The Original copy, containing original signatures, shall be clearly marked. The binding for each copy must be comb, spiral, or glue style. Three ring binders are not acceptable as a binding method. The City requires that the Proposer's SOQ submittals be limited to no more than 15 double sided (8.5 x 11) pages, excluding signature page and resumes. The 15 page count applies to all other pages. The Signature Page is provided at the end of this document. Page 2 SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION 3.02 No Objections By Submitting a Proposal in response to the RFQ, Proposer agrees that the process, evaluation criteria, and requirements described in this RFQ are fair and proper, and that the Proposer have no objection to any provisions of the RFQ. If the Proposer does not object to any of the provisions of this RFQ during period prior to Proposal submission deadline, the Proposer shall be deemed to have waived their rights to any future protests of the provisions of this RFQ. 3.03 RFQ Inquiries Formal questions and request for clarifications of the RFQ may be submitted in writing by 5:00 p.m., PST, Monday August 5, 2013, to Grant Griffin via email to Grant.Griffin(c�TukwilaWA.gov. General questions will still be accepted after this date and time. The City of Tukwila will not be responsible for unsuccessful submittal of questions via email. Written answers to all formal questions submitted will be posted at the following internet address: http://www.tukwilawa.gov/BoeingAccessRoad.html These answers will be posted on or about Thursday August 8, 2013. The City reserves the discretion to group similar questions to provide a single answer or not to respond when the information is confidential. The answers will not be considered an addendum. 3.04 Anticipated RFQ Schedule The following schedule has been established for the submission and evaluation of the SOQs and selection of the Consultant. These are tentative dates only and the City reserves the right to adjust the dates at its sole discretion. SOQs Due August 12, 2013 SOQ Review Week of August 12th, 2013 Interviews (if conducted) Week of August 26th, 2013 Notification of Selection Week of September 2", 2013 A Selection Advisory Committee (SAC) shall be created by the City to review the SOQ, shortlist, interview (if conducted), and select the consultant. 3.05 Acceptance /Rejection of Responses The City of Tukwila reserves the right and holds at its discretion the following rights and options, including but not limited to: • To waive any or all informalities in any SOQ. • To reject any or all responses. • To issue subsequent requests. Page 3 SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION 3.06 Addenda or Bulletins Addenda to this RFQ document and issued prior to the SOQ deadline shall be made part of the RFQ. Failure to acknowledge addenda may result in an SOQ being deemed non- responsive by the City. 3.07 Standard Consultant Agreement A copy of the Local Agency Standard Consultant Agreement is available in the LAG Appendix 31.79 and through WSDOT Online Forms. The Standard Consultant Agreement shall be finalized between the City and the selected Consultant. The City must approve the scope of work, budget, and design schedule proposed by the selected consultant. The Consultant shall maintain a professional liability insurance coverage described in the Standard Consultant Agreement during the project. 4.00 SOQ SUBMITTAL CONTENT All materials submitted in response to this RFQ, except for proprietary materials, become the property of the City. Proprietary information in a qualification submittal must be designated clearly and should be bound separately, as an appendix, and labeled with the words "Proprietary Information." Appropriate references to this information must appear in the body of the SOQ. An entire SOQ marked "Proprietary Information" shall not be accepted. Proposers should be aware that the City is required by law to make its records available for public inspection with certain exceptions. See Revised Code of Washington, Chapter 42.56. It is the City's belief that this legal obligation would not require the disclosure of proprietary, descriptive literature that contains valuable designs, drawings, or documentation. However, the Proposer, by submission of materials marked "proprietary," acknowledges and agrees that the City shall have no obligation or liability to the Proposer in the event that the City is required to disclose these materials. To be considered responsive to this RFQ, the Proposer's SOQ must include the following information required below. 4.01 SOQ Cover and Cover Letter Clearly label the SOQ cover and the subject line in the cover letter with "Statement of Qualifications for DESIGN SERVICES FOR THE SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION, Tukwila Project Number 98410413 • The cover letter should identify the consultant name and contact person with his /her title. • Include address, mailing address, e -mail address, phone number, fax number, and any other information that shall allow the City to reach the contact person quickly and directly. • The cover letter should include the name of the proposed principal -in- charge and project manager. • A duly authorized officer, employee, or agent of the consulting firm must sign the cover letter. • Include Addenda Acknowledgement (See Signature Page at the end of this document). Please check for addenda prior to submittal at http:// www. tukwilawa .gov /BoeingAccessRoad.html Page 4 SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION 4.02 Firm's Structure, Qualifications and Experience Please provide information on the firm's structure, qualification and experience including: • Discussion of the corporate organizational structure showing the relationship to parent and /or subsidiary companies. If the proposer is a subsidiary of a parent company, state when the subsidiary was formed and its place in the corporate structure of the parent company. • Summary of the background and experience of the firm relative to the project under consideration. o Include lists of specific projects, of similar type highlighting bridge rehabilitation, on which the firm has had a major role together with the location, cost, and basic description of the project, start and completion dates, the name of the client, a description of the firm's responsibility on the project, and the specific roles of the individuals proposed for this project. o Describe experience working with municipal or other public agencies. o Provide a description of any special projects, awards, or other items that make the firm especially qualified for this proposal. 4.03 Project Manager and Personnel Qualifications and Experience Please provide the following information on the proposed project personnel's qualifications and experience, which qualify them to perform the work for the project: • Names of lead persons and team members with titles and general project responsibilities including previous project experience. • Qualifications of Project Manager o Identify the project manager who will have overall responsibility for the project. o Include professional biographical data and /or resume outlining specific roles on bridge projects highlighting bridge rehabilitation projects. • Qualifications of the Firm's Project Personnel o List the project personnel with titles who will be primarily responsible for and involved with daily work activities and their bridge experience and any bridge rehabilitation experience. o Identify the responsibilities and activities of each project person. o Include professional biographical data and /or resume outlining specific project capabilities. 4.04 Team Availability & Anticipated Schedule • Describe the firm's process and /or approach to accomplishing the proposed scope of work. • Confirm the availability of the firm and sufficient resources to perform the consulting services in view of the firm's current and projected workload. • Provide level of effort and availability of the firm's project manager and lead project personnel for this project. • Provide a conceptual project schedule for completing the services. 4.05 References References shall be used to verify the accuracy of information provided by the Proposer, which may affect the rating of the Proposer. The City reserves the right to contact references other than those submitted by the Proposer. Please provide: • Firm References Page 5 SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION o Provide three recent references who may be contacted concerning your firm's performance with regard to the qualifications listed in the SOQ. In listing the references, include the name of the client, mailing address, fax number, telephone number, e-mail address, contact person, and the specific work your firm did for the client. • Project Manager References o Provide three recent references who may be contacted concerning the performance of your firm's proposed project manager. Provide e -mail address and telephone numbers. 5.00 CONSULTANT SELECTION PROCESS The Selection Advisory Committee (SAC) consisting of City staff and other project stakeholders, as appropriate, shall evaluate the SOQs. Interviews, if held, shall be evaluated by the SAC according to the consultant evaluation criteria discussed below. Part 1 of the evaluation process shall consist of the evaluation of the written Statement of Qualification (SOQ) package submitted by each Proposer. Part 1 shall result in a short- listing of Proposers who may be invited to an interview with the SAC. Proposers submitting SOQs shall be notified in writing whether they have been selected for an interview. Part 2 of the evaluation process shall evaluate the interviews and the SOQs to produce a final rating. References shall be used to help clarify and verify information presented in the SOQ and interview, which may affect the rating of the respondent. The City reserves the right to select the CONSULTANT team directly from the SOQs without conducting an interview. At the conclusion of Part 2 of the evaluation process, a recommendation shall be made to City management to obtain approval to begin negotiations with the selected Proposer. Contract negotiations shall then commence with the selected Proposer. The Proposers not selected shall be notified in writing of the selection outcome. If the selected Proposer and the City are unable to agree on the final scope and fee for the design services for the contract, the City reserves the right to terminate the negotiations with the selected Proposer and initiate contract negotiations with the next highest rated Proposer. 5.01 Evaluation Criteria 5.01.1 Part 1 — Evaluation Criteria Each member of the SAC shall evaluate qualifications independently on the basis of the firm's responses as it can be applied to our project needs. The SOQs shall be evaluated based on the criteria listed below. The relative weight of each criterion is indicated in the table as well. This relative weight is intended as a general indication as to which criteria are most important to the City, and also as a guide to the SAC for evaluation of the SOQs and interviews. The City reserves the right to give each criterion such weight as it deems appropriate. Page 6 SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION The City reserves the right to request clarification of any aspect of a firm's qualifications submittal, or to request additional information that might be required to properly evaluate the qualifications. A firm's failure to respond to such a request may result in rejection of the firm's submittal. Firms are required to provide responses to any request for clarification within 48 hours. Requests for clarification or additional information shall be made at the sole discretion of the City. The City's retention of this right shall in no way diminish a Proposer's responsibility to submit a qualification submittal that is current, clear, complete, and accurate. 5.01.2 Part 2 Interview Evaluation Criteria Following initial evaluation of the SOQs, the highest- ranking firms may be invited to participate in the interview process. The City will notify Proposers as soon as possible for scheduling of interviews, if they will be held. If interviews are conducted, the SAC will schedule the interviews with the contact persons provided in the SOQs. Additional interview information will be provided at the time of the invitation. At this time, it is anticipated that the main objective of the interview will be for the SAC to meet the project manager and key personnel that will have direct involvement with the project and to hear about their relevant experience and expertise. The City does not intend to meet with company officials unless they are to be directly involved with the project. The relative weight of each Interview criterion is indicated in the table below and is the same as the SOQ criteria except a 5`" criteria has been added for presentation. Page 7 Criteria Points 1. Firm's Structure, Qualifications and Experience: Experience with similar projects, Experience with environmental planning and permitting process, Understanding of project, Approach to project, Familiarity with LAG Manual and Federal Aid /WSDOT Standards and requirements, Past performances and references 0 -45 2. Project Manager and Personnel Qualifications and Experience: Key personnel and resume including project manager and sub - consultants 0 -35 3. Team Availability & Anticipated Schedule: Ability to meet schedules 0 -20 Maximum Points 100 The City reserves the right to request clarification of any aspect of a firm's qualifications submittal, or to request additional information that might be required to properly evaluate the qualifications. A firm's failure to respond to such a request may result in rejection of the firm's submittal. Firms are required to provide responses to any request for clarification within 48 hours. Requests for clarification or additional information shall be made at the sole discretion of the City. The City's retention of this right shall in no way diminish a Proposer's responsibility to submit a qualification submittal that is current, clear, complete, and accurate. 5.01.2 Part 2 Interview Evaluation Criteria Following initial evaluation of the SOQs, the highest- ranking firms may be invited to participate in the interview process. The City will notify Proposers as soon as possible for scheduling of interviews, if they will be held. If interviews are conducted, the SAC will schedule the interviews with the contact persons provided in the SOQs. Additional interview information will be provided at the time of the invitation. At this time, it is anticipated that the main objective of the interview will be for the SAC to meet the project manager and key personnel that will have direct involvement with the project and to hear about their relevant experience and expertise. The City does not intend to meet with company officials unless they are to be directly involved with the project. The relative weight of each Interview criterion is indicated in the table below and is the same as the SOQ criteria except a 5`" criteria has been added for presentation. Page 7 SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION 5.01.3 Final Rating If an interview is conducted the scores from the SOQ will be disregarded and the scores from the interview will be the final score. The final score will be the result from the SOQ evaluation if interviews are not held. 5.02 Reference Checks References may be used to clarify and verify information presented in the SOQ and interview, and may affect the rating of the Proposer. Provide five recent references for the entire consultant team and three recent references for the project manager. The City reserves the right to contact references other than those submitted by the respondent. 6.00 CONTRACT NEGOTIATION PROCESS The City will enter into the contract negotiation process with the selected Proposer (design team) based on the recommendations of the Selection Advisory Committee (SAC). 6.01 STANDARD CONSULTANT AGREEMENT The Local Agency Standard Consultant Agreement is available in the LAG Appendix 31.79 and through WSDOT Online Forms for informational use. This agreement will be finalized between the City and the selected Proposer during this process. Due to the federal funds connected with this project this agreement cannot be amended. 6.02 SCOPE, BUDGET, AND SCHEDULE The selected Proposer will meet with the City to review the project scope and timeline. Based on the meeting the selected Proposer shall submit a draft scope, budget, and design schedule to the City within five business days or as directed by the Project Manager. The scope and budget shall include an itemized list of tasks and include estimated hours for the proposed work. Page 8 Criteria Points 1. Firm's Structure, Qualifications and Experience: Experience with similar projects, Experience with environmental planning and permitting process, Understanding of project, Approach to project, Familiarity with LAG Manual and Federal Aid /WSDOT Standards and requirements, Past performances and references 0 -40 2. Project Manager and Personnel Qualifications and Experience: Key personnel and resume including project manager and sub - consultants 0 -30 3. Team Availability & Anticipated Schedule: Ability to meet schedules 0 -20 4. Presentation 0 -10 Maximum Points 100 5.01.3 Final Rating If an interview is conducted the scores from the SOQ will be disregarded and the scores from the interview will be the final score. The final score will be the result from the SOQ evaluation if interviews are not held. 5.02 Reference Checks References may be used to clarify and verify information presented in the SOQ and interview, and may affect the rating of the Proposer. Provide five recent references for the entire consultant team and three recent references for the project manager. The City reserves the right to contact references other than those submitted by the respondent. 6.00 CONTRACT NEGOTIATION PROCESS The City will enter into the contract negotiation process with the selected Proposer (design team) based on the recommendations of the Selection Advisory Committee (SAC). 6.01 STANDARD CONSULTANT AGREEMENT The Local Agency Standard Consultant Agreement is available in the LAG Appendix 31.79 and through WSDOT Online Forms for informational use. This agreement will be finalized between the City and the selected Proposer during this process. Due to the federal funds connected with this project this agreement cannot be amended. 6.02 SCOPE, BUDGET, AND SCHEDULE The selected Proposer will meet with the City to review the project scope and timeline. Based on the meeting the selected Proposer shall submit a draft scope, budget, and design schedule to the City within five business days or as directed by the Project Manager. The scope and budget shall include an itemized list of tasks and include estimated hours for the proposed work. Page 8 SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION 7.00 TITLE VI COMPLIANCE The City of Tukwila in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin or sex in consideration for an award. Page 9 SIGNATURE PAGE CITY OF TUKWILA PUBLIC WORKS DEPARTMENT All submittals must be in ink or typewritten and must be executed by a duly authorized representative of the proposing entity. If the proposer is a subsidiary or doing business on behalf of another entity, so state, and provide the firm name under which business is hereby transacted. Submittals will be received at the City of Tukwila Public Works Department, located at 6300 Southcenter Blvd, Suite 100, Tukwila, WA 98188. See the Request for Qualifications (RFQ), Section 3.00 for additional details. REQUEST FOR QUALIFICATIONS — CITY OF TUKWIAL PROJECT NO. 98410413 The undersigned proposer hereby agrees to execute the proposed contract and furnish all materials, labor, tools, equipment and all other facilities and services in accordance with this RFQ. The proposer agrees, by submitting a proposal under this RFQ, which in the event any litigation should arise concerning the submission of proposals or the award of contract under this RFQ, the venue of such action or litigation shall be in the Superior Court of the State of Washington, in and for the County of King. 1.00 NON - COLLUSION DECLARATION The undersigned proposer hereby certifies under penalty of perjury that this proposal is genuine and not a sham or collusive proposal, or made in the interests or on behalf of any person or entity not herein named; and that said proposer has not directly or indirectly induced or solicited any person or entity on the proposed work to put in a sham proposal or any person or entity to refrain from submitting a proposal; and that said proposer has not, in any manner, sought by collusion to secure to itself an advantage over any other consultant(s) or person(s). Proposer's Registered Name Address City, State, Zip E -Mail Address E.I.No. / Federal Social Security Number Used on Quarterly Federal Tax Return, U.S. Treasury Dept. Form 941 Signature of Person Authorized to Enter Date into Contracts for Proposer Printed Name and Title (Area Code) Telephone Number / Fax Number State Business License Number in WA, also known as UBI (Unified Business Identifier) Number State Contractor's License Number (See Ch. 18.27, R.C.W.) Addendum acknowledgement #1 #2 #3 #4 #5 THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL.