CITY OF SEATTLE Seattle Department of ranspartation BID FORM Improvement of: 2017 Arterial Asphalt and Concrete 3 Michigan Stet al 201??004 Funded by: Move Seattle Lew, Levy Lid Lift Bids Open: May 201? 2017An?eriai Asphalt and Concrete 8 Michigan St at al Page 1 0-01. 1 instructions to Bidders BID REQUIREMENTS INSTRUCTIONS TO BIDDERS I. GENERAL This Contract will be administered by the Director of the Seattle Department of Transportation, subject to the approval and acceptance of the Director of Finance and Administrative Services. All questions shall be e-mailed and be directed to the following: Before Bid Opening: Joe Mathieu, PE Seattle Department of Transportation joe.mathieu@seattle.gov After Bid Opening Judy Keefe Before Execution: City Purchasing and Contracting Services Judv.Keefe@seattle.qov 206-634-8032 After Execution: Mark Sliger Seattle Department of Transportation Construction Management 206-?33-9936 Inclusion Plan: All questions on the Inclusion Plan shall be directed to Miguel Beltran at Miguel.beltran@seattle.gov or 206-684-4525: Backup contact is Carmen Kucinski at carmen. or 206-684-0188. II. BID OPENING The authorized Bid Form shall be submitted as speci?ed in Section In accordance with Section 1-0212, Bids will be opened and read orally immediately after 2:00 pm. on May 2017 at the following address: City of Seattle City Purchasing and Contracting Services Seattle Municipal Tower Suite 4112 700 Fifth Avenue Seattle. Washington 98104 TIME OF COMPLETION Work shall begin immediately on the Notice To Proceed Date in the Written Notice from the Engineer and after the date of such notice shall be physically completed within the following period per Section 3 of the Agreement: 90 WORKING DAYS IV. LIQUIDATED DAMAGES If the successful Contractor fails to complete Work within the time set forth above. (s)he shall be charged Liquidated Damages per Section 4 of the Agreement and Section 1-08.53. See Section 1-083 for method for determining cost of liquidated damages. V. SUBSURFACE INFORMATION Refer to Section for information about any geotechnical or environmental reports, soil boring data, soil sample test data, or other data accumulated by the Engineer. VI. ITEMS OF INTEREST TO BIDDERS Version: 11i23i2016 - City 2017 Arteriat Asphalt and Concrete 8 Michigan St at at Page 2 0-01. 1' to Bidders Reference Addenda 1-02. 6 Additive, Alternate. DeductIve1-02.11 Award of Contract 1-032 Bidder. Responsible 1-02.1 Bidden'Subcontractor List Bid. Form and Style of 1432.5 Bid Guaranty 1-02.? Bid Guaranty. Return of 1-03.5 Bids. Public Opening of 1-02.12 Bid Submittal Bid Submittal Date. Change of 1 -.02 9(2) Bid Tabulation? Bid Modificationm or WIthdravvaI ofm 1-02.10 Bidders Disqualification of 1-02 14 Bidders. Qualifications of 1-021 Bids. Irregular 1-02.13 Bond. Bid see Bid Guaranty 1-02.? Bond. Payment and Performance . Contract Execution of 1-03 3 Contract. Failure to Execute .. .. ..1 -03. 4 Equal Benefits Af?rmative Efforts Equal Employment Opportunlty and Non-DiscrImInatIon Regu irements 1-011 1 Error. Claim of Examination of Bid Documents and Project SIte1?024 Information. Pro-Award 1-031 (4) Evidence of Insurance Liquidated Damages Agreement Form1 Section 4 and 1-08.91 Non Collusion Requirement 1-023 Inclusion Plan 1?02.13. Supplemental Bidder Responsibility Criteria 1-022 Owner. Rights of the Responsible Bidder ReqLIIrements1-021 Quantities. Estimated 1-023 Time for Completion Agreement Form. Section 3 and 1-085 Wages. Prevailing Wages VII. USE OF RECYCLED MATERIALS Refer to Section 9-03.18 for information on the use of recycled Materials in Aggregates. Refer to Sections and for information on the use of pozzolans in cement concrete. Other Sections of the Contract may also allow for the use of recycled Materials. REQUIREMENTS TO RECYCLE MATERIALS Refer to Section for information on requirements to recycle materials. Other Sections of the Contract may also require the recycling of materials. IX. CONSENT DECREE ACKNOWLEDGMENT The City of Seattle the United States Environmental Protection Agency and the Washington State Department of Ecology (?Ecology?). have entered into a Consent Decree to settle the Complaint filed against the City by the United States in the United States District Court for the Western District of Washington. captioned United States of American and the State of Washington v. City of Seattle. Civil Action No. 2:13-cv-678. (?Consent Decree?). The Complaint alleged that the City of Seattle ("City") violated Sections 301 and 402 ofthe Clean Water Act, 33 U.S.C. ??1311 and 1342 and Version: 11l23f2016 - City 201? Arterial Asphaft and Concrete 8 Michigan St at al Page 3 0-01. 1 Instructions to Bidders the conditions and limitations of its National Pollutant Discharge Elimination System permit issued to the City by Ecology as authorized by EPA under Section 402{b) and the CWA. Article II, Section 7? of the Consent Decree establishes that ?any action taken by any entity retained by the City to implement the City's obligations under this Consent Decree shall be considered an action of the City for purposes of determining compliance with the Consent Decree." Article II, Section 6 of the Consent Decree requires that the City provide a copy of the Consent Decree to all agents of the City, as well as to any engineering, consulting, or contracting ?rms or any other entity hired by the City to perform work that might reasonably require compliance with any provision of the Consent Decree. Section 6 expressly requires that "the City shall condition any contract upon performance of the work in conformity with the terms of this Consent Decree.? The Consent Decree requires, among other things, that the City, its agents and its contractors operate in a manner that does not cause sanitary sewer overflows or dry weather overflows These requirements are incorporated into this contract, and the Contractor is required to comply with these and all terms of the Consent Decree. Based on the foregoing, the City has determined that this contract shall be and is subject to the provisions of the Consent Decree, and that the Contractor is expressly required to comply with all terms of the Consent Decree as a condition of this contract with the City, and that a copy of the Consent Decree is attached to this contract as an Appendix. By signing this contract, Contractor acknowledges receipt of the Consent Decree, and affirmatively represents that it has read the same, understands the requirements of the Consent Decree, and agrees that all Work in this contract shall be perfom?ied in conformity with the terms of the Consent Decree. Contractor further acknowledges that in the event that actions by the Contractor causes a violation of the Consent Decree that results in increased costs to the City through increased contractor costs, penalties or other claims, the City reserves all rights and legal remedies to recover such costs. Version: 11r?23l2016 - City 201.7 Arterial Asphalt and Concrete 3 Michigan Stet al Page 4 0-0 1. 2 Checklist for Bidders CHECKLIST FOR BIDDERS The following items must be completed and submitted with Bid for the Bid to be considered responsive: 1. Bid Form - Unit Prices [Section . Include unit prices and unit price extensions for each Bid item on all Bid Schedules (when indicated) and Additives (when indicated). Complete Bid summary. 2. Declaration (Section - Acknowledge all Addenda issued as a part of this Contract 0 Complete and sign Declaration. Signer must be authorized to legally bind the Bidder. 3. Bid Guaranty (Section 1-023): . Must not be less than 5% of the maximum Bid amount including retail sales tax. 4. With regard to Section 0431.4 INCLUSION PLAN: a. Have you completed the Inclusion Plan? This form must be submitted with your bid if the Owner has estimated the Project will cost over $300,000. The Inclusion Plan is a condition of Award for this Contract. ALL OF THE ABOVE ITEMS MUST BE. COMPLETED 0R YOUR BID MAY BE DECLARED NON- RESPONSIVE. 5. Bidder Subcontractors List (Section - Complete and sign Bidder Subcontractor list. - Submit Bidder Subcontractor list with Bid or separately to CPCS within one hour of Bid submittal. 6. Supplemental Bidder Responsibility Criteria {Section 1-02.21: . The Supplemental Bidder Responsibility Criteria Form and any additional documentation shall be submitted to CPCS within three Business Days of receipt of request. FAILURE TO COMPLETE. SIGN, AND SUBMIT ALL OF THE ABOVE BY THE REQUIRED DEADLINE MAY RESULT IN THE BID BEING DECLARED NON-RESPONSIVE. Submitting Bid: Bids must be submitted on authorized Bid Form provided on eBid site and must be submitted to City of Seattle City Purchasing and Contracting Services at one of the following addresses by 2:00 pm. on the date designated for receipt of Bids in the Advertisement for Bids: Post Office Box: Seattle Municipal Tower, PO Box 94687. Seattle, WA 98124?4687 OR: Street Address: 2?00 5th Avenue Room 4112, Seattle Municipal Tower. Seattle. WA 98104. If sending by courier (UPS, FedEx, etc.) the street address shall be used. If sending by United States Postal Service (USPS). the Post Office Box shall be used. Bidders are responsible for ensuring that the proper Zip code is used. The City of Seattle will not be responsible for a late bid. Bids received after the deadline will be returned unopened. Bid Opening: Bids received by 2:00 PM. on May 17. 2017 will be publicly opened and read immediately after 2:00 PM. on May 201?. Department of Finance and Administrative Services City Purchasing and Contracting Services Seattle Municipal Tower Suite 4112 700 Fifth Avenue Seattle, Washington 98104 Version: 11l23l2015 - City 2017An?eriai Asphalt and Concrete 8 Michigan St et at Page 5 0-013 Bid Fonn lit-01.3 BID FORM TO THE DIRECTOR OF FINANCE AND SERVICES OF THE CITY OF SEATTLE: A. The undersigned Bidder hereby certi?es to have personally and carefully examined the Bid Documents issued for: 2017 Arterial Asphalt and Concrete 8 Michigan St at al as authorized under Ordinance Number{s) 12492? . B. The Bidder has examined the Project Site where the Work is to be performed and the conditions affecting the Work; C. Understanding that the quantities shown in the Bid are estimates only, being given for the purposes of comparing Bids, the Bidder hereby proposes to furnish all Material and labor and to perform all Work which may be required, and to complete the Work within the time ?xed and upon the terms and conditions provided in the Bid Documents for the following prices: D. The Bidder has attached a Bid Guaranty in the amount of five percent of the Total Bid including retail sales tax in the form of cashier?s check, certified check, or Bid bond; (NOTE: The letters whenever appearing in the Bid item number column of the Bid Form indicate that additions or revisions to the Standard Speci?cations applicable to that Bid item are included in the Standard Supplemental Specifications and Special Provisions. The Contractor is advised to review those requirements regarding Bid items so designated. The number to the left of the Bid item description denotes the Bid item code" for that particular Bid item. If it is a six digit number, the first three digits indicate the associated Specification division and section number. If it is a seven digit number, the first digit denotes the schedule number and the next three digits indicate the associated Specification division and section number. The last three digits comprise the identi?cation number for that item within the particular Section. An asterisk appearing in the ?rst column of the Bid Form denotes those items in which the Owner will pay retail sales tax in accordance with the excise tax Rule 1m (refer to Section of the Specifications}. For all other Bid items, the Contractor shall include retail sales tax in accordance with the excise tax Rule 171 (refer to Section 1-07.28) of the Speci?cations) Version: 111232016 - City BID FORM 2017-004 SECTION Ill-01.3 2017 AAC 5 Michigan St at al Page 6 Bid Bid item Bic! Item Estimated . . . . . Item Cede Description Quantity Units UnIt PrIce Unit Pnce Extensmn SCHEDULE: BASE BID SP 1 104001 MINOR CHAN-SE 30,000 CALC $1.00 $30,000.00 SP 2 105005 CONSTRUCTION SURVEYING LS 3:91 51"- (D I ?19. .013"? - to] SP 3 100005 CRITICAL PATH SCHEDULE UPDATE, MIN. BID 6 EA ?3 lag-00 . DO $3 01. 0'30 $1500 per EA 01? Qua . 4 100005 MOBILIEATION 1 LS 1 1005110005 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS at?) UGO $9 at I I 9?30 CONTROL INCLUDING FLAOOINO SP 0 110020 TRAFFIC CONTROL PEACE OFFICERS 500 HR 13 C10 - 00 $45?11 00C) DO SP I 110501 PORTABLE CHANOEABLE MESSAGE SION 22 3 T3 3x [0131132 ?4 3 201005 CLEARINORGRUBBDVO 20 SF gr"I 9 202030 REMOVE ASPHALT PAVEMENT 202035 REMOVE CEM CONC SIDEWALK 510 SV 3 3 . LI 0 $141.03? 11 202045 REMOVE PAVEMENT 473 SY 3 - 8'8 Eb 19-01155: 31?} SP 12 202000 REMOVE PAVEMENT ABOVE WATER MAIN 205 202145 REMOVECLIRB SIR LF <3 . 912022915 REMOVE FOUNDATION, PED PUSH BUTTON 1 EA - POST 53 15 1111001101100 I 597. FASSEW I6 2024101 REMOVE POST, PEDESTRIAN EA 614'- UD DD Bidder: Page Subtotal: IE (01g; 001 8. 5- 3 BID FORM 2017-004 2017 AAC Michigan St at 511 SECTION 0-0L3 Page 7 '13: 33:52? E3313: Units Unit Price Unit Price Extension SCHEDULE: BASE BID 17 202430 REMOVE SIGN 0 EA 352 3?3 .33? $0,810? 13 202050 REMOVE PEDESTRIAN PUSH BUTTON 4 EA ?7 61 4' 51:70. 04 ASSEMELV 10 202555 REMOVE WIRELESS SENSOR 2 EA 0; 7?59. 2" 352- 52?" SP 20 202250 SAWCUT ASPHALT CONCRETE, FULL DEPTH 09.) SP 2 202202 SAWCUT CEMENT CONCRETE SIOEWALK?131 FULL DEPTH SP 22 202210 RIGID PAVEMENT, FULL DEPTH 2,113 LF i 0? $310 1H 81'0?? 23 204005 COMMON EXCAVATION 201010 SAFETV SVSTEMS IN TRENCI-I '10 SF 55% DD 3.3 5,485 MIN, BID per SF 25 401002 MINERAL AGGREGATE, TVPE 2 150 TN 13 . $11; CNS. 00 20 504020 SURFACE PREP, PRELEVEL 220 504025 SURFACE PREP, PLANE 22,!85 SY $3 1+ 03?13- [97? PAVEMENT SP 23 504040 PAVEMENT, WMA (CL 1121N1 2,555 TN 5 01017 a] $304,043. . - 20 504250 PAVEMENT 400 TN ?0 is [93,300 d) SET SP 30 504200 WATER MAIN PROTECTION, HMA PAVING 3,315 LF . 8 131% SP 31 504300 CEMENT CONCRETE GRINDING FOR BUTT 325 5V it) Sb BS $31361 JOINT, 0?2" DEPTH SP 32 504310 CRACK SEALING 2,500 LF 5 $42,1ng Bidder: 15m i?C Page SubtimtalfF 57! 1 @531 7 BID FORM 2017-004 SECTION Ill-01.3 2017 AAC 8 Michigan St et al Page 8 Riggs? 32:330.. E5323: Units Unit Price Unit Price Extension SCHEDULE: BASE BID 33 505237 ROADWAY CEM CONC BASE, HES (24 HR), 11 1,230 705355 CATCH BASIN, TYPE 242A I EA SE $3 [oil?HE L?l I 35 705450 INLET, TYPE 250A l8 EA ?tel :13: (9 [136030 - (18 30 705451 25013 I EA 15:115- (0 Sp 0' ifs?(9 I 37 703053 PIPE, CB CONN, D.1$52581? $3,g3cl . 0] 0 33 703253 PIPE, INLET CONN, 03., CL 50,3115: 272 LF $olci . 51$ 3: SP 39 714501 SPU HYDRANT RELOCATION SUPPORT FA $1.00 $10,000.00 40 717003 BEDDING, CL 13.0 IN PIPE 250 LF 9? [0319:93' 03 41 717390 TELEVISION INSPECTION 14 LF (93 0D 51%? a . 0? 42 120005 ADJUST EXISTING MH, CB, CIR V1: 5 EA ELDLL 80 $1Jg2? .130 43 720010 ADJUST EXISTING INLET 11 EA it? Iga- L10 it) 1007b. H0 44 720020 ADJUST EXISTING YALYE BOX ?(90 45 720045 ADJUST EXISTING HANDHOLE 3 EA $3 L0 L1. gt) 315 Mc?l" 46 720230 UTILITY CASTING, TYPE 230 720200 UTILITY 200, VANEDGRATE 5 EA 513. Bk) "80 SP 43 301001 CONSTRUCTION STORMWATER EROSION 1 LS d: 9.6} Utb 43' 329140 - lg CONTROL PLAN (CSECP) Bidder: Eff/?95m Page Subtotal: ?13 . I?ll-4? 7 BID FORM 20] 7?004 SECTION 0-0I.3 2017 AAC 8 Michigan St at al Page 9 Bid Bid Item Bid Item Estimated Item Code Description Quantity Unlts Unit Price Unlt Prlce Extensmn SCHEDULE: BASE BID SP 49 301002 TREE, VEGETATION .52 SOIL PROTECTION PLAN I LS SF LETH. 3?3 8 311-32) 50 301003 SPILL PLAN (SP) 1L5 239, HO . $0161 5 802I00 3CY $3 340 3 4; 09?0'013 52 802610 SEEDED LAWN INSTALLATION DINO '80 . . a 53 302210 LAWN I LS CDO- if?; 000 SP 54 302301 ROOT PRUNING [0000 FA $1.00 $10,000.00 55 304025 56 804035 52 302005 58 3 0010 59 8 13020 SP 60 8 4205 Ell 814210 62 8 M220 63 314222 64 M9013 Bidder: CURB, CEM CONC w; 25% POZZOLANS CURB AND GUTTER, CEM CONC w; 25% PUZZOLANS CURE, TRAFFIC, PRECAST FLEXIBLE DELINEATOR POST MONUMENT FRAME AND COVER SJDEWALK, CEM CONC w: 25% PUZZOLANS SIDEWALK, EDGE w: 25% PUZZOLANS CURB RAMP 422A 00 25% PDZZOLANS CURB RAMP-422B 25% PDZZOLANS DRIVEWAY, CEM CONE, HES {24 3 IN JWVI Inc;- $83581: .310 5w ALF $5,334.00 67le 35.25 $23,052.76 2EA ?350l $2 H70. 02. $09,136?; 350323;: 'EfoO- EEQBRW 7?5 39m 27m #1571? (oto $3,131.01 .555 $53,100.20 $31,903.90 13 EA $213300: $22,205.53" 2555* $67.30!. 05* Page Subtotal:$ [bg;Wg 80 BID FORM 2017-004 SECTION 0-0l .3 2017 AAC Michigan St at a] Page 10 Iii; 32:31:10.. Units Unit Price Unit Price Extension: SCHEDULE: BASE BID 65 3210015 INSTALL SIGN, TRAFFIC, OWNER FURNISHED 30 EA . [5050 SP 015 321031 POST, TRAFFIC SIGN, 19 EA $30 3 0a! 3935?) PH SP 152 321033 POST, TRAFFIC SIGN, TS-I0 3 EA 913.75 - GI 151,?) 5? 01 Q. 03 321050 RELOCATE SIGN, TRAFFIC 4 EA ?p r5?) $5 5% - H0 69 321055 RELOCATE SIGN, STREET NAME 3 EA ct?) I 05?7 SP '10 322005 PAVEMENT MARKING, MMA 4 IN, PRGFILED 9,453 LF E) 31 - I (-918 SP 21 322012 PAVEMENT MARKING, PAINT, 12 IN CURB 1521 STRIPE 22 322013 PAVEMENT MARKING, THERMOPLASTIC, 3 IN 3,152 LF tip Db lab STRIPE 23 322020 PAVEMENT MARKING, THERMOPLASTIC, 41 EA $3415 3 9? I916 a? 0 it) 0 T4 827040 SIGN, PROJECT IDENTIFICATION, OWNER 5 EA V733 [gq a- FURNISHED 25 3311150 SIGNAL HEAD, PEDESTRIAN COUNTDOWN, EA I?WpZeg 2?1? ?792 .59 LED SP 70 331130 APS PEDESTRIAN PUSHBUTTDN ASSEMBLY 4 EA 3.059 16 4f; 12! 2-20-60 SP 72 331551 INSTALL OWNER FURNISHED WIRELESS 31 EA SF 7.569 SENSOR SP ?13 331501 SIGNAL WIRING (S MICHIGAN AVE S) 1 LS ?5 [1'75 SF 29 331502 SIGNAL WIRING Is MICHIGAN STICARSGN AVE 1 LS I 3' 7?331503 SIGNAL WIRING BAILEY AVE L3 5 0?0 CE 131/15 0?43 5) Bidder: ngg? I00 Page Subtotal: 11$ I {q '53 BID FORM SECTION 0-01.35 2917 AACSMichigan St et al Page II [3:312:31 Units Unit Price Unit Price Extension SCHEDULE: BASE BID SP 31 332430 PEDESTAL, ALUMINUM, I0 FT EA if) 3; :Ila-(Dg 3, - 32 332500 PEOESTRIAN PUSH-BUTTON POST 3 EA (0 -30 <15 BJECPS E10 33 333550 FOUNDATION, PEDESTAL EA 1? Mp 34 332555 FOUNDATION, PEOESTRIAN PUSH BUTTON 3 EA is - 04 $31; 830 I a POST 5 35 333010 I IN 40 LF lg? gLf?g OD A . at, 30 333020 CONDUIT, 1130.2 IN I00 LF a3 'Sb $31 ?350 SP 37 333200 30 LF 133:}; $333329 ('13 33 333303 5 EA if) I i 03(6) . 93 g3! Lit-95? 39 333303 HANOHOLE, TYPE3 4 EA .515 38 ?00] 3 at) 3 C9 Bidder: - Page Subtotal: 3 5? BID FORM SUMMATION IOU-004 SECTION 0-013 2017 AAC Michigan St at al Page 12 BASE BID (items I through 89 inclusive) State Sales Tax (10.1% Total BASE BID including tax Total all Schedules including tax 3 0?1! :5 5132519013 .D?f $1,?55Ebc13 .Quf? 2017Arteriai Asphalt and Concrete 3 Michigan 8! et at Page 13 Declaration DECLARATION i declare, under penalty of perjury under the Laws of the State of Washington. as follows: A. m: I agree to perform the Work in compliance with the Bid Documents, for the prices stated in Section of the Bid Form. B. NON-DISCRIMINATION: i agree to ensure equal opportunity for employment and to engage in Affirmative Efforts in the solicitation of women and minorities and WMBE ?rms for participation on this Contract in accordance with SMC Ch. 20.42 and RCW 3522.650. 0. NON COLLUSION: I 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 the preparation and submission of a Bid to the Owner for consideration in the award of a contract on the improvement described in the Bid Documents. D. My bid takes into account the requirements imposed by Section 1-07.18, Subsection 6 which waives, with respect to the Owner only, the Contractor?s immunity under RCW Title 51. (industrial Insurance) of the Revised Code of Washington. E. I agree to comply with the requirements regarding subcontracting, and the purchase of supplies or materials from ?rms that are not disquali?ed or otherwise debarred from doing business with the City under the provisions of SMC Ch. 20.42 or SMC Ch. 20.70. F. Responsible Bidder Requirements: My bid acknowledges that I am in compliance with all of the responsible bidder requirements under RCW 39.04.350, including: having a certi?cate of registration under RCW 18.27r prior to bidding; a UBI number; industrial insurance coverage if required under Title 51 an employment security number under Title 50; and a state excise tax registration number under Title 82. I affirm I am not disquali?ed from bidding on any public works contract under RCW 39.06 or ROW 39.12.065(3} or on the Federal Excluded Parties List System (eplsgov). lwill provide proof of these requirements if requested. Version: 11i23i'2016 - City Bid Declaration: FAS Rev 11?2016 2017Arten'at Asphatt and Concrete 3 Michigan Stet at Page 14 001.3[11 Declaration GENERAL BUSINESS INFORMATION Business Name: IMW Business Street Address: [246 ng/Z'a Business Mailing Address: [2?5 qug?? Business Phone, general Bwqqag LICED7 Busin 55 Fair (W, Z54, {f the above address is not In the State of Washington pieose fill In the foitowing: Washington State Of?ce Address: State in which the Company is formed: State of WA UBI No.: (000 0% 1H. State of WA Contractor Registration No.: 6 6 i4 0 Employment Security Department No. a 7,43" 0b; 0 0 2-: City of Seattle Business License No.: @5ng 7 CONTACT INFORMATION Primary Contact forAward (Name and Title}: Wm, OOVICQ Praidmr Primary Contact Phone: 300 5193? Email: ?(196ij . CU Administration Contact (Name and Title]: W) C0 VI CL ?6?34..de Administration Contact Phone: 3190 q?g H4307 Email WW Social Equity Contact {Name and Title): CD VICC Social Equity Phone: 3W LWD7 Email: INSURANCE INFORMATION Name of Insurance Company: WI WW Name of Insurance Contact: WK) my] Insurance Contact Phone: 259 7357 . 9m Email: 0W8 mag/I 0 (Etr? Receipt is hereby acknowledged of Addenda Nols}.: OFFICIAL AUT 0 TO I certify [or declare] under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct: Location or Place Executed (City, State}: Pr' nt Name and Title: Bail/Lift glam .wrs 6W TWA Miriam?? Date: Si 0511712017 VAX: Version: ?l?lt23i2016 City Bid Declaration: FAS Rev 11-2016 2017Arterial Asphalt and Concrete 8 Michigan Stet al Page 15 0.01.4 inclusion Plan 0-01.4 INCLUSION PLAN Bidders must complete and submit the inclusion plan form with their bid. Carefully read the attached instructions. 0-01.4lA} SOCIAL EQUITY PLAN Bidders must complete and return this Social Equity Plan to CPCS on or before the Preconstruction Meeting. Version: 11l23l2016 - City (gill) City of Seattle City Purchasing and Contracting Services Inclusion Plan Construction Public Works Bidders must complete and submit this form with their bid. Carefully read all instructions. For questions or assistance contact: Miguel Beltran. City Contract Compliance Manager, 206-884-4525 (Miguel.Beltran@seattle.qcv} . Carmen Kucinski, 206-684-0138 lcarmen.kucinski@seattle.covl Bidder Company Name JMW Ina . Public Works Number {in 17.. 0014, . . 20h Pm?em't'e comm 8 Michigan S?l? Et Al th dt ?giidingi?iap??n? Call/KW ?imma? Ema" melansm sinclcorn aromas-m7 Aspirational WMBE GOALS. Total available score: 6 points. Identify the Aspirational WMBE Goals Bidder believes can reasonably be achieved through good faith efforts during this project. It is not mandatory that these goals be achieved; they are not contractually or legally binding Goals must be developed in good faith and represented as attainable by reasonable efforts Cl Estimated percentage of the base bid to Minority Owned contractors and suppliers 54305 0 Estimated percentage of the base bid to Woman Owned contractors and suppliers (0.00 Total estimated percentage of the base bid to all WMBE contractors and suppliers H. one; 2-19-16 1 Page BUSINESS SUPPORT STRATEGIES. Total available score: 4 points Each of the two options below is worth 2 points. Bidder may select one, both, or neither. Once selected, it applies to: 1. Registered as a Women or Minority Owned Business in the City Online Business Directory, andi'or 2. Small Business Concern as certified by King County, andlor 3. Disadvantaged Business Enterprise of any definition certified by the State of Washington, andtor 4 Women or Minority Owned Business Enterprise as certi?ed by the State of Washington; andfor 5 Small Business Concern certi?ed by the State of Washington. Business Support Strategy Accept Early Retainage Release. The prime {and any sub-tier primes) will release retainage held for the subcontractor, within thirty {30) days of acceptance of the work performed by the quali?ed \?62 subcontractor. Advance Mobilization Pay: The Prime (and any sub-tier primes} shall advance 10% cf the speci?ed and agreed-upon mobilization costs that were identified by line item within the \133 WMBE firms bid, to each quali?ed firm at least 5 days in advance of the mobilization event. WMBE GUARANTEES. Total available score: 6 points. A Bidder may offer to guarantee work to WMBE firms for the project, by identifying the WMBE and minimum dollar value of such work in the table below. You may add additional rows. Minimum Guaranteed WMBEB USIHBSS ame DollarAmount (REece, Omi?i Coast?rootion BC) 80..?th Remit}?! O?cl Seatma TOTAL :5 [50(36ng 2-19-16 2 Page City of Seattle: Public Works Women and Minority Business Inclusion Plan Instructions Carefuiiy review instructions. Ali Bidders must compiete this form. The City pubiic works inciusion pian requires the Bidder identify the good faith efforts the Bidder will use to include woman-owned and minority-owned business firms on the City project. There are 3 options for evidencing good faith efforts. Each option is worth points which can vary depending on information supplied by the Bidder. There are a maximum of 16 points available. The Bidder must earn at toast to points. Bidders that earn less than to points be found non-responsive and the Bid wilt be rejected. This inclusion Plan becomes a material part of the Bidder?s contract if the project is awarded to Bidder. WMBE rims are state certi?ed or self-identified firms that are at least 5 ?i 96 WMBE owned (per 8M0 20. 42). A WMBE need not be self-identified within the City Oniine Directory at bid time, but in such case must self-identi?/ and register by time of award. These resources may assist bidders: City On-Line Directory: OMWBE Directory: 1. INSTRUCTIONS a. All Bidders (including WMBE Primes} must complete and submit this form as part of the Bid for City design-bid-build public works project having an Engineer?s Estimate of $300,000 or greater, unless the City expressly instructs othenivise in the bid package. b. There are three commitments Bidders can use to establish an Inclusion Plan Aspirational WEE Goals, Business Support Strategies and WMBE Guarantees. 1. Aspirational WMBE Goals are goals Bidder believes can be achieved by good faith efforts. This option is worth a maximum of 6 points; 2. Business Support Strategies are those the Bidder commits to employ for qualified firms. This option is worth a maximum of 4 points; 3. WMBE Guarantees identify WileE firms the Bidder guarantees to contract with for this project, with agreement reached about the work and pricing for the WMBE scope, including any terms and conditions important to the WMBE for their performance. This option is worth a maximum of 6 points. c. Work performed by a WMBE must be commercially useful and a distinct element of work that includes managing and supervising the work. The Contractor should evaluate the amount of work subcontracted, industry practices, and other relevant factors to determine whether the work is commercially useful. d. A Bidder scored less than 10 points will be deemed non-responsive. See Scoring section below. e. All dollars cited shall exclude sales tax (including references to the Total Bid Cost and estimates made by Prime when completing this form). . 2. SCORING INSTRUCTIONS a. The average percentage of WMBE utilization on past City projects has been calculated by CPCS and is provided in the table below. This average is used to score the points that will be awarded for the aspirational goals and guarantees. These percentages are updated annually. Note that these averages include total lelBE utilization, not subcontracting alone. since aspirational goals may include prime self-performance. b. In addition to the Past Performance, scoring also recognizes an intent to exceed past performance by at least 2 percentage points above past performance. c. If the project is characterized by work of various types. CPCS may calculate a unique utilization rate for the project given the weight of each. CPCS determination is not subject to challenge. d. The project type and percentage of past WMBE utilization will be stated in the bids advertisement and documents. e. If past utilization for a project type was zero, an Aspirational Goal above two percent will receive 6 points. Bidder must still identify Business Support Strategies and Guarantees it is willing to employ and will be scored accordingly. f. Points awarded for WMBE Guarantees will be calculated based upon total available work for subcontract given past performance. This section can be awarded as many as 6 points. 9. A Bidder who has received a formal Deficiency Report issued by the City as a result of unful?lled WMBE Inclusion Plan commitments on past projects will lose one point from the total score. h. When calculations are used to evaluate the points. the City will calculate points to the nearest tenth decimal place. The City will round up to the nearest tenth. 2-19-16 3 Page 2015 Rmmav Fodtitv Parks? Boundary Shuttwal Paint Structural Natural Habitat Dredgitg Roof Note: Boundary refers to projects performed in Pend Oreille County (Boundary). Parks utilization rate exoiudes the mandatory self-performed WMBE work for a prime. 3. ASPIRATIDNAL WMBE GOAL INSTRUCTIONS a. b. C. Aspirational WMBE Goals represent a serious commitment to use good faith efforts to reach the stated goals. The City will rely upon the Total WMBE Goal to determine responsiveness. The City will correct the Total WMBE Goal if that provided by the Bidder does not match the NIBE and WBE goals. Aspirational WMBE Goals are a percentage of the Base Bid and during the course of the project will apply to the total contract amount including all contract change orders (additives, alternates and deductives). Contractor may seek a goal adjustment if such changes may merit a greater or lesser goal: CPCS will consider such requests, approve it appropriate, and modify the Plan accordingly. A WMBE Bidder may include in their goals and guarantees that percentage of contract base bid for work which the WMBE intends to self-perform that is in excess of the mandatory 30% they are otherwise required to perform as required by the City Specifications Section Bidder will receive between 0 and 6 points for its Aspirational WMBE Goals, with proportional points based on a straight line formula to Past Performance (plus identified for the project as advertised in the bid solicitation. Bidder receives 3 points if the Total Aspirational Goal is half of Past Performance Six points are awarded if the Bidder meets or exceeds Past Performance by 2 or more percentage points. For example, a project with Fast Performance of 14%, would receive 3 points if the Total Aspirational Goal was 3% or 6 points if the Total Aspirational Goal was 16%. PA 2), Where PA Points awarded for Bidder's Aspiration Goal A Bidder's Aspiration Goal (fit) Applicable Past Performance Trend 4. BUSINESS SUPPORT STRATEGIES INSTRUCTIONS The Bidder may elect to provide the business support identi?ed on Page 2 for quali?ed ?rms. The City will provide two points for each choice selected. There are two options, allowing a total of 4 points if both options are chosen: 9" 1. Early Retainage Release. The prime and any sub-tier primes will release retainage held for the subcontractor, within thirty (30} days of acceptance ofthe work performed by the quali?ed subcontractor. 2. For mobilization, the Prime and any sub-tier primes will pay all qualified firms ?ve days in advance of the on-site performance, except if a unique situation prohibits such as an emergency or event requiring an immediate mobilization response. In those events, the Prime {including any sub-tier primes) shall deliver the payment no later than 5 days afterjob mobilization begins. WMBE GUARANTEE INSTRUCTIONS This guarantees the City and WMBE that they shall be used for at least the amount given, following the remaining rules below. A WMBE Guarantee expects the Bidder achieved agreement about scope, terms and cost of the work for the WMBE at bid time. The burden is upon the Bidder to resolve any differences, once the guarantee is given. The Prime should clearly document in writing, agreements made with the WMBE firm upon which the guarantee was predicated, such as unit price or lump sum pricing as applicable, scope, terms or conditions, and subcontractor concurrence. This protects both parties when completing and executing the resultant subcontract before work begins. The City may contact the WMBE ?rm or Prime after Bid opening to verify the ?rm has agreement to perform work as described in the plan. Failure to have agreement may result in rejection of the Inclusion Plan, rendering the Bid non- responsive. A bidder will receive between 0 and 6 points for WMBE Guarantees, receiving a proportional number of points based on a straight line formula to Past Performance. A bidder will receive 3 points if the dollar-value of the Guarantees equals half of the Past Performance percentage. Six points are awarded if the Bidder commitments meet or exceed Past Performance. Pa 6 I Where PG Points awarded for Bidder's Guaranteed Goal 249-16 4 Page d. e. Bidder?s Guaranteed WMBE Goal Applicable Past Performance Trend (it) A WMBE bidder may only include self-performed work above 30%. This is based on the self-performance minimum required by the City Specifications Section Substitution of a Guaranteed WMBE firm is prohibited absent a waiver granted by the CPCS as a result of: 1. Bankruptcy of the WMBE ?rm; 2. Failure of the WMBE ?rm to provide the required bond; 3. The WMBE firm cannot perform the work because they are debarred. not properly licensed, does not meet the subcontractor approval criteria, or in some other way is ineligible to work; Failure of the Subcontractor to comply with a requirement of law applicable to subcontracting; Death or disability of the principal of the WMBE firm rendering it unable to perform the work; Dissolution of the WMBE firm; Failure of the WMBE firm to perform satisfactorily in previous projects not known to Bidder at the time of bid; Failure or refusal of the WMBE to perform work for reasons other than contract term or pricing disputes; A change in scope of the contract which removes the guaranteed work from the project. 0. WMBE Subcontractor does not execute an offered contract that re?ects the terms and pricing that was agreed upon as a condition of the Guarantee. The Prime must evidence that the WMBE Subcontractor failed to execute a contract offered by the Prime which re?ected such agreements, after the Subcontractor was given adequate time to execute the offered subcontract. 6. INCORPORATION OF PLAN INTO CONTRACT AND REPORTING REQUIREMENTS a. an CPCS may discuss the Plan with the Apparent Successful Bidder before incorporating into the contract and may amend the Plan by mutual consent. CPCS reserves the right to require a completed Social Equity Plan as a condition for contract execution if no WMBE guarantees are provided in order to demonstrate results of good faith efforts. The Contractor must provide reports and documents as required by CPCS within 15 days. CPCS will evaluate Contractor's WMBE utilization throughout the project. Contractor may not substitute a WMBE ?rm identified in the guaranteed portion of the plan unless the substitution is approved by CPCS. Such a substitution will not be considered unless Contractor can demonstrate clear necessity for such substitution. A Contractor granted permission to substitute for a guaranteed WMBE firm shall use good faith efforts to recruit another WM BE firm to perform the Work. If CPCS determines the Contractor is not making good faith efforts, it may take action as described in the project specification such as with holding invoice payments and breach of contract. The City will evaluate the WMBE utilization at close-out and may assign a De?ciency rating for failure to demonstrate good faith efforts. De?cient ratings are used by the City to determine Bidder responsibility on future work and debarment. To avoid a deficiency rating, the Contractor must demonstrate: 1. A good faith effort to achieve Aspirational goals. Attainment under 80% of the goal will likely be considered de?cient; Timely submittat of required and requested materials and reports to Having advance agreements with each WMBE Guarantee, such that the WMBE understands and agrees that the WMBE Guarantee represents mutual agreement at time of the bid submittal; Using all Guarantees" named in the Inclusion Plan. unless Prime received written authorization from CPCS for substitution; WMBE relationships are harmonious. clearly communicated and free of undue dispute; and WMBE work was commercially useful as de?ned above. aa 2-19-16 5 Page 201?.Anterial Asphalt and Concrete 3 Michigan St at at Page 16 0-015 Bidderf Subcontractortist Ill-01.5 BIDDERISUBCONTRACTOR LIST In compliance with RCW 39.30.060 for all projects estimated to cost $1 ?00,000 or more, all Bidders shall complete and submit the BiddertSubcontractor List (section 0-015). The completed BiddertSubcontractor list shall identify all Subcontractors that the Bidder will directly contract with for the performance of HVAC, plumbing, and electrical work or indicate that the Bidder intends to self-perform the work, if awarded the Contract. If the HVAC, plumbing, or eiectrical specialty is left blank (either the name of a subcontractor is blank or a checkbox is not checked}, the City shall accept the blank as ?self performance." If left blank, the City shall determine through clarification whether HVAC, plumbing, or electrical work is required to execute the project; if so, the Bidder must be licensed and quali?ed to self-perform at the time of Bid submittal or the Bid shall be rejected. The Bidder shall be bound to self-performance of that specialty for the duration of the Project. The Bidder may contract with more than one Subcontractor in each of these trades, but may not list more than one Subcontractor for each category of work. If Subcontractors vary with Bid Alternates, Additives, or Deductives, the Bidder must indicate on a separate BidderISubcontractor List which Subcontractor will be used for which Alternate, Additive. or Deductive. The Bidderl'Subcontractor List must be submitted to the City Purchasing Ea Contracting Services Division (CPCS) with the Bid. or separately within one hour of the time and date for Bid submittal. Failure to complete and submit the BidderfSubcontractor List by the required time will result in the Bid being declared non-responsive and rejected. The Bidder is responsible for the timely delivery of the Bidder Subcontractor List. If awarded the contract, the Bidder agrees to utilize the subcontractors identi?ed on the Bidderl?Subcontractor List unless the City agrees to a substitution. Bidders may submit the BiddertSubcontractor List to City Purchasing Contracting Services Division in person or by courier at 700 Filth Ave, Suite 4112, Seattle, WA 98104; by fax to (206) 684-4511; or by submitting a signed PDF version of the form to Clearly mark the Project Name and Bidder?s name to ensure the form is routed correctly. Trade You must check one box for each trade. If subcontracting, you must name the subcontractor(s} you will use and the category of work. Heating, Ventilation 8. Air Ci Name of Sub(s) 8: Category of Work: Conditioning Bidder will self-perform this work El NIA (this project does not include this work) Plumbing [3 Name of Sub(s) Category of Work: Cl Bidder will self-perform this work KI (this project does not include this work) Electrical Name of Sub(s) Category of Work: Wynne, - gig/mm Bidder will self-perform this work NA (this project does not include this work) 00% Jar/teem Inc,- BiddEr Business Name Graph Tongan - Name of Bidders Representative Sigh??hexof Bldder's Representative Title of Bidder?s Representative FAS Rev 11i291 5 BID BOND Conforms with The American institute of Architects, A.I.A. Document No. A-31D KNOW ALL BY stress PRESENTS, That we, Jansen, Ine- as Principal, hereinafter called the Pn'ncipal, and the Allied World Insurance Company 0f L05 Angeles, CA . a corporation duly organized under the laws of the State of New Hampshire as Surety. hereinafter called the Surety, are held and ?rmly bound unto 01' Same as OhIige-e, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount Dollars {5 Five Percent of Bid Amount for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs. executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 201? Arterial Asphalt 3t Concrete - South Michigan Street, at al, PW it 2017-004 Ordinance 124927 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract 1with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be speci?ed in the bidding or Contract Documents with good and suf?cient surety for the faithful performance of such Contract and for the prompt payment of labor and material ?nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount speci?ed in said bid and such larger amount for which the Obligce may in good faith contract with another party to perform the Work covered by said bid. then this uhliga?en shall be null and void, otherwise to remain in force and effect. Signed andsealed this 17th dayot' May . . Jansen, Inc. A I . I fl (Seal) ?051%? -Wd%cf oincipal my? 5W, - itness .- . 3? Grommet] deaths - - - Allied World Insurance Company was; A5 ?t fie?J By Ugh/{Z [23% Heather L. Allen Wimess Attomey-in-Fact Christopher Kinyon 12i?? ALLIED WORLD INSURANCE COMPANY Fa ALLIED so suite rsoo Philadelphia, PA 19103 USA POWER OF ATTORNEY Issue Date: December 2, 2016 No. 182 Singte Transaction Limit: $10,000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company. a New Hampshire corporation {the "Company? does hereby appoint Julie R. Truitt Christopher Kinyon Karen C. Swanson Jay FIRM: Bratrud Middleton Insurance Brokers, Inc. dba Propel Insurance 1201 Paci?c Avenue, Suite 1000 Tacoma, WA 98402 Its true and lawful Attomeyian-Fact, with full authority to execute on its behalf bonds. undertakings, recognizanoes and other connects of indemnity and writings obligatory in the nature thereof, issued in the course of its business. and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued date above-referenced and shall expire on close of business of the ?rst anniversary of such Issue Date. IN WITNESS WHEREOF. ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the of?cer named below, who is duly authorized and empowered to execute on the Company?s behalf. This 2nd day of December, 2016 ?3-1311: L: .1 Name: E. Staples Title: Senior Vice President - Surety State of County cfPhiladelphia iss. is, . . On this 2nd day of Emcember, 2015, before me came the abouesnarned officer of . ., a ALLIED WORLD INSURANCE COMPANY. to me personally known to be the Individual and of?cer described herein, and acknowledged that he executed the foregoing Notary instrument and affixed the seals of said corporation thereto by authority of his My Commission Expires: 03 m5 {2018 office. CERTIFICATE Excerpt oi Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY {the ?Corporation'i. on December 31, 2012: RESOLVED. that the proper of?cers of the Corporation. the head oi the surety wetness line for the Corporation and their appointed designates [each an "smear Dtticer' and coiledivety. tire "Animated Of?cers?) be. and earth harem is. criticized to appoint one or rraoreAibmeys-in-Fact to represent and act brand on behattof the Corporation in the transaction oithe Companys surety business to execute {under the common sector the Corporates. ifappropriatei bonds, undertakings, recogrizahoes and olheroontraos of lnderrnity and doingsotitgatory 'n the nature thereof. RESOLVED. that in with the Corporaicn?s transaction of surely business. the signahrres and attesiallorrs of the Authorized Of?cers and the seat ot the Corporation may be af?xed to any such Power of Attomey or to any certi?cate relating thereto by iaminile, and any sum Poser ct Atiomey or certi?cate hearing such facsimile signatures or iacsirr?e seal strait be valid and binding upon the Oorpcrationnhen so affixed with respect to any bond. tmdenaki'rg. recognizanoeorothermniract obligatory 'n the nature meteor. REDDLUED. that in oarnection with the Corporation?s transaction oi steely hardness. tie iazaimile or niediatca?y reproduced signature of any Authorized Of?cer. shelf-er made heretoiore or hereafter. whereuerappeeting upon a oopyotany Powerofhttomeyotthe rrerrteoorrenoied. shat beyaltdand birdhoupon IheCorporationnili thesarne Ioroeandetiecl as though manually af?xed. RESCHED, that in connection lhith the Corporation's transaction ct surety business. any such Attorney-intact deducting a secretariat or other codi?cation that the foregoing resohr?ons still be it effect may insert it such multicolor the date distant. said date to be not etc: than oidethery Ihereofbysuoh Attorney-in-Fact RESOLVED, that the Authorized Of?ces be. and emh hereby is. arthorized to creosote (under the narration seal oi the Corporation. it appropriate]. metre, lite and deiwer in the name and on hehalioiihe Corrosion any and sit consents. certi?cates. agreements. anendments. sirppiernents. instruments and other doctrnants whatsoorer. and do any and all othe? things anacoeier in nith the Corpo'atlo'r?s transaction of surety heiress. as Such Authorized Glitter shall in his or her absolute discretion deem or determine aiapropriete and any of the bregoing resolutions. the tr?arsaotisns contemplated thereby and any ancillaryrnatiers Itrer?eto to oarryrout the purposesand Intent thereof. Such deeming or detan?rination to beoontarshety evidenced by any such execution or the taking of any such action by such Authorized Of?cer. I, Daniel meritoka, Secretary of the ALLEID WORLD COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Porter ofhttomey issued pursuant therein are true and correct, and that both the Resolution and Porter ofAttomey are in full force and etietrt . IN 'I'tll'l'l'tlESS WHEREUF. that's hereuntoael my hand and af?xed the facsimile seal oftheoorporation, this EdaDaniel Zharkouky, AVP, Assistant General Counsel SUR 00045