Loading...
HomeMy WebLinkAboutCP1707 / Contract 18-08 A St SE Corridor Signal Safety and Operations Improvements CITY OF AUBURN DEPARTMENT OF COMMUNITY DEVELOPMENT AND PUBLIC WORKS ADDENDUM NO. 1 DATE: August 8, 2018 Project Number CP1707, Contract No. 18-08 A St. SE Corridor Signal Safety and Operations Improvements Bid Opening Date: August 9, 2018 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: BID PROPOSAL PACKAGE: 1. REPLACE the entire Original Bid Proposal Package with the attached Revised Bid Proposal Package. The following is a summary of changes to the Original Bid Proposal Package: a. Bid Item 9 (Portable Changeable Message Sign) on Page 2 of the Proposal Form; the unit is revised to "day" and the quantity is increased to 28. b. Bid Item 21 (Traffic Signal Controller) on Page 3 of the Proposal Form; the quantity is revised to 3. By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. 1 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Ott -9e a kr jt e Approved By: lez Z.,, , • Arm Ingrid Gaub, P.l City Engineer/Acting Director of Public Works REF.H:\PROD\CP1707 A St SE Corridor Signal Safety&Operations Improvements19.00 Final Contract Documents\Addendum 1\CP1707 ADDENDUM 2018.DOC * CITY OF .,..:.._ AL WASHINGTON 2018 WSDOT CITY OF AUBURN KING AND PIERCE COUNTIES , WASHINGTON BID PROPOSAL PACKAGE for Project Number CP1707 A ST. SE CORRIDOR SIGNAL SAFETY AND OPERATIONS IMPROVEMENTS Contract No. 18-08 Federal Aid No. HSIP1069(008) Bid Opening Date: August 9, 2018 11:00 AM PT City of Auburn Engineering Division Community Development and Public Works Department 25 West Main St. Auburn, WA 98001-4998 (253) 931-3010 BIDDER'S CHECKLIST Bidder must execute and return with submittal: 1. PROPOSAL FORM The unit prices bid must be shown in the space provided. The proposal shall be filled in and signed by the bidder. 2. NON-COLLUSION DECLARATION 3. CERTIFICATION FOR FEDERAL-AID CONTRACTS Required only on federally funded contracts exceeding $100,000 4. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION 5. CERTIFICATION OF NONSEGREGATED FACILITIES 6. CONTRACTOR CERTIFICATION WAGE LAW COMPLIANCE 7. LOCAL AGENCY DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION See Appendix "C". 8. INSTRUCTIONS FOR UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 9. LOCAL AGENCY UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE (UDBE) WRITTEN CONFIRMATION DOCUMENT 10. RESPONSIBLE BIDDER INFORMATION To show contractor's ability to perform jobs of a similar nature. 11. PROPOSED EQUIPMENT AND MANPOWER SCHEDULE Provide a complete list of equipment and manpower to be used on project. 12. PROPOSAL BOND This form is to be executed by the bidder and the Surety Company unless cash, cashier's check or a certified check in the amount of 5% of the total bid accompanies bid. The amount of this bond shall be not less than five percent (5%) of the total amount bid and may be shown in dollars or on a percentage basis. After the Contract is awarded, execute: 1. CONTRACT To be executed by the successful bidder in duplicate. 2. CONTRACT BOND To be executed by the successful bidder and his surety company in duplicate. 3. POWER OF ATTORNEY To be submitted in duplicate. 4. EVIDENCE OF INSURANCE To be submitted in duplicate. 5. CONSTRUCTION PROGRESS SCHEDULE Submitted in duplicate, showing the entire project, to the Engineer 1 working day prior to the date of the Pre-construction Conference. To be provided in conformance with Section 1- 08.3 (Progress Schedule) of the Standard Specifications. 6. REQUEST TO SUBLET WORK One copy for each subcontractor and lower tier subcontractor shall be submitted and approved by the City, prior to the subcontractor entering the project work site(s) to perform work. (Sample form is included). 7. CONTRACTOR AND SUBCONTRACTOR OR LOWER TIER SUBCONTRACTOR CERTIFICATION FOR FEDERAL-AID PROJECTS PROPOSAL FORM Page 1 CITY OF AUBURN A St. SE Corridor Signal Safety and Operations Improvements Contract No. 18-08 Project No. CP1707 Bid Opening: August 9, 2018 Bids received after this time will be returned to sender unopened in accordance with Section 1-02.9 (Delivery of Proposal) of the Specifications. The undersigned hereby certifies that: 1. The project site has been inspected. 2. The Bid Documents governing the work have been read and are thoroughly understood. 3. The bidder is willing and able to execute the Contract, provide a Contract Bond and Evidence of Insurance within 7 calendar days following the receipt of the dated "Notice of Award". 4. The "Responsible Bidder Information" and "Proposed Equipment and Manpower Schedule" forms have been completed and are enclosed with this Bid Proposal. 5. By signing this Bid Proposal, I am deemed to have signed and have agreed to the provisions of the "Non-collusion Declaration" included in this package of Bid Documents. 6. A 5% Bid Deposit has been enclosed with this Bid Proposal. 7. All addendums have been acknowledged in the space provided in this Bid Proposal. 8. The bidder will promptly undertake the work upon receipt of the dated "Notice to Proceed" that will be issued within 5 working days of the contract execution date and complete the work embraced in this improvement in accordance with the Contract Documents at the following schedule of rates and prices, and it is understood that failure to complete the work within the time stated in Section 1-08.5 (Time for Completion) of the Specifications will be cause for assessment of liquidated damages in accordance with Section 1-08.9 (Liquidated Damages) of the Specifications. 9. The City may choose to include additive and/or alternate bid items or bid schedules on the Proposal Form and, if included, the City has the right to select any or all of the additive and/or alternate bid items or bid schedules. The additive and/or alternate bid items or bid schedules selected shall be added to the basic bid and the Contract award will be made based on the lowest and most acceptable total bid including selected additives and/or alternates. 10. The method of payment will be made only on the unit prices for items appearing on this Bid Proposal form. 11. The bidders must bid all items in the bid proposal. If any items are left blank or represent $0.00, the bid may be disqualified. NOTE: Unit prices for all items, all extensions and the total amount of bid must be shown. All proposals shall be typed or written in ink. FIRM NAME PROPOSAL FORM Page2 A St. SE Corridor Signal Safety and Operations Improvements Contract No. 18-08 Project No. CP1707 Schedule A: Non FHWA Eligible Improvements Std Item or No. Description Quantity Unit Unit Price Total Price SP 1 SP 1-05 One Year Warranty Bond 1 LS LS $ Subtotal Schedule A $ Schedule B: Signal Improvements Std laid or Sec. Description Quantity Unit Unit Price Total Price mSP 2 SP 1-05 Record Drawings (Minimum Bid $500.00) 1 LS LS $ 3 Std 1-07 SPCC Plan 1 LS LS $ 4 SP 1-07 Utility Potholing 2 EA 5 Std 1-09 Mobilization 1 LS LS $ 6 SP 1-10 Traffic Control Supervisor 1 LS LS $ 7 SP 1-10 Traffic Control Labor(Min. Bid $42.22 900 HR $ per hour) 8 SP 1-10 Sequential Arrow Sign 24 DAY $ 9 SP 1-10 Portable Changeable Message Sign 28 DAY $ 10 SP 1-10 Outside Agency Uniformed Police 10,000 EST $1.00 $10,000.00 Flagging Labor 11 Std 2-01 Roadside Cleanup 2,500 EST $1.00 $2,500.00 12 SP 8-01 Erosion Control and Water Pollution 1 LS LS $ Control 13 SP 8-20 Remove Signal Head 5 EA $ $ 14 SP 8-20 Replace Pedestrian Signal Module 14 EA $ $ 15 SP 8-20 Replace Pedestrian Push Button 12 EA $ $ 16 SP 8-20 Pedestrian Pushbutton Post Assembly, 1 EA $ $ Complete FIRM NAME ADDENDUM #1 PROPOSAL FORM Page3 A St. SE Corridor Signal Safety and Operations Improvements Contract No. 18-08 Project No. CP1707 Schedule B: Signal Improvements Continued Std le'm or Neod Description Quantity Unit Unit Price Total Price SP 17 SP 8-20 Remove and Replace Pedestrian 1 EA $ $ Pushbutton Assembly, Complete 18 SP 8-20 Remove and Replace Special 2 EA $ $ Assembly, Complete 19 SP 8-20 Replace Signal Cabinet (P+w/MMU) 2 EA $ $ 20 SP 8-20 Replace Signal Cabinet (P44 w/MMU) 1 EA $ $ 21 SP 8-20 Traffic Signal Controller 3 EA $ $ 22 SP 8-20 Temporary Traffic Signal Revision 3 EA $ $ Signage 23 SP 8-20 Louvered Backplate with Reflective 10 EA $ $ Tape 24 SP 8-20 Type 1 Signal Pole Assembly, 2 EA $ $ Complete 25 SP 8-20 3 Section Signal Head with Type M 2 EA $ $ Mount on Existing Tenon 26 SP 8-20 3 Section Signal Head with Type K 6 EA $ $ Mount 27 SP 8-20 4 Section Signal Head with Type K 4 EA $ $ Mount 3 Section Signal Head and 3 Section 28 SP 8-20 Signal Head with Type H Double Side 1 EA $ $ Mount 29 SP 8-20 3 Section Signal Head Signal Head 2 EA $ $ with Type M Mount 30 SP 8-20 4 Section Signal Head Signal Head 3 EA $ $ with Type M Mount 31 SP 8-20 4 Section Signal Head with Type M 1 EA $ $ Mount on Existing Tenon 32 SP 8-20 Type 8 J-Box 2 EA $ $ 33 SP 8-20 Conduit Pipe 1 In. Diam 20 LF $ $ 34 SP 8-20 Extension Brackets 11 EA $ $ 35 SP 8-20 Electrical Variation 5,000 EST $1.00 $5,000.00 36 SP 8-21 Remove Traffic Sign 3 EA $ $ FIRM NAME ADDENDUM #1 PROPOSAL FORM Page4 A St. SE Corridor Signal Safety and Operations Improvements Contract No. 18-08 Project No. CP1707 Schedule B: Signal Improvements Continued Std Item or No. Description Quantity Unit Unit Price Total Price SP 37 SP 8-21 Traffic Sign 2 EA $ $ 38 SP 8-21 Relocate Traffic Sign 2 EA $ $ Subtotal Schedule B $ BID SUMMARY: Subtotal Schedule A $ Subtotal Schedule B $ Total Gross Bid $ If sales tax is not identified above Contractor shall include appropriate sales tax in each bid item price as applicable (Rule 171). RECEIPT OF ADDENDA. I certify and acknowledge receipt of the following Addenda to the Bid Documents and that due consideration thereof has been used in preparing and submitting this Bid Proposal. Addendum Date of Receipt Signed No. of Addendum Acknowledgment 1 2 3 4 (NOTE: Failure to herein acknowledge receipt of the addenda may be considered an irregularity in this proposal.) FIRM NAME PROPOSAL FORM Pages A St. SE Corridor Signal Safety and Operations Improvements Contract No. 18-08 Project No. CP1707 Submitted by: I certify under penalty of perjury under the laws of the State of Washington that I am the official authorized to submit this Bid Proposal on behalf of: FIRM NAME: Address: Phone #: Email: Authorized Official: Title: (Please print name) Date: (Signature) Authorized Official: Title: (Please print name) Date: (Signature) Place of Execution: City and State NOTE: 1. Bidder is a(n):[ ] Corporation [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Other 2. If the bidder is a corporation, its duly authorized officials must execute this proposal. Incorporated in the State of State Contractor State Contractor License #: License Expiration Date: State Unified Business Employment Security Identifier (UBI) #: Department#: State Excise Tax Registration #: Federal Tax ID #: Construction Contractors: Please use the following City of Auburn Tax Code Numbers on retail sales where the labor and services are primarily performed in Auburn; 1. Number 1702 when the work is performed in King County 2. Number 2724 when the work is performed in Pierce County Submit Bid Proposal to: Office of City Clerk City of Auburn 25 West Main Street Auburn, WA. 98001-4998 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the Bid Proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this Bid Proposal is submitted. 2. That by signing the signature page of this Bid Proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "Hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. FIRM NAME DOT Form 272-0361 EF Rev. 07/2011 Local Agency Certification for Federal-Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. FIRM NAME DOT Form 272-040A EF 07/2011 CERTIFICATION REGARDING DEBARMENT,SUSPENSION,AND OTHER RESPONSIBILITY MATTER-PRIMARY COVERED TRANSACTIONS 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local)transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local)with commission of any of the offenses enumerated in paragraph 1.b. of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local)terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. FIRM NAME CERTIFICATION OF NONSEGREGATED FACILITIES (a) By submission of this bid,the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate,the bidder, Federal-aid construction contractor, subcontractor, material suppliers,or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location,under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employees will be denied access to adequate facilities on the basis of sex or disability. (b) As used in this certification, the term"segregated facilities" means any waiting rooms,work areas, restrooms and washrooms, restaurants and other eating areas,timeclocks, locker rooms, and other storage or dressing area,parking lots, drinking fountains,recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact segregated on the basis of race,color,religion,national origin,age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). (c) The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of$10,000 or more and that it will retain such certifications in its files. Signed Firm Name Authorized Official Signature Title Date Address 11F1-7 Washington State Department of Transportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: Name of Contractor/Bidder-Print full legal entity name of firm By: Signature of authorized person Print Name of person making certifications for firm Title: Place: Title of person signing certificate Print city and state where signed Date: Form 272-009 08/2017 State Underutilized Disadvantaged Business Vi Department o "vansporta�" Enterprise Utilization Certification To be elig,ble for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sead Bid Pl, an Underutilized Disadvantaged Business Enterprise tUDBE) Utilization Certification, The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal that does not contain a UDBE Utilization Certification which properly demonstrates that the Bidder will meet the UDBE participation requirements in one of the manners provided for in the proposed Contract. Refer tmthe instructions omPage 2when fiUingout this form or the Bid may be rejected.An example form has been provided on Page 3.The successful Bidder's UDBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: certifies that the UDBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awared the Contract,it shall assure that subcontracts or supply agreements are executed with named UDBEs. (If necessary, use additional sheets.) Box2: Column 1 Coltimn2 Column3 Column Coiumn 5 ! Name of UDBE Project Role Description of Work Dollar Amount Dollar Amount , {o°=/nsmcmmn,) (mee^n,tTm=io"s} (See instructions) Subcontracted to be Applied to UDBE Towards Goal (a"°"`u'"en°*^} (s^e/,`otm*.o"*/ � | . � | . ' > !----� — ' -- --��—�-��— --------'— —'-- ---- ------' ' | � ' l � | ' | -----�-- — '---- -- � - -- — - - ' —~~' --' ------�| � |/ ` . ____ Un | / derutilized Did d Business Total UDBE Commitment Dollar Amount Enterprise Condition of Award Contract Goal Box Box 5 � checking Box 5 the Bidder is stating that their attempts to solicit sufficient UDBE participationto meet the ^ Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-O2.8ofthe Contract DOT Form urz'056o pe*meunzs010 Instructions for Underutilized Disadvantaged Business Enterprise Utilization Certification Form Box 1: Name of Bidder(Proposal holder)submitting Bid. Box 2: Name of the Project. Column 1:Name of the Underutilized Disadvantaged Business Enterprise(UDBE), UDBE Firms can be found using the search tools under the Firm Certification section of the Diversity Management and Compliance System web page hops ONsdot.diversit,comil.A1CfLcOM Repeat the name of the UDBE for each Project Role that will be performed. Column 2:The Project Role that the UDBE will be performing as follows; • Prime Contractor • Subcontractor • Subcontractor(Force Account) • Work sublet as Force Account must be listed separately. • Manufacturer • Regular Dealer • Work sublet to a Regular Dealer must be listed separately. • Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity, Washington State Department of Transportation, on each Contract. • Broker • Work sublet to a Broker must be listed separately. List each project role to be performed by a single UDBE individually on a separate row(s).The role is used to determine what portion of the amount to be subcontracted(Column 4)may be applied toward meeting the goal (column 5). Column 3:Provide a description of the work to be performed by the UDBE.The work to be performed must be consistent with the Certified Business Description of the UDBE provided at the Diversity Management and Compliance System web page talp,s;19 yi tr ma nco,wri • A Bidder subletting a portion of a bid item shall state"Partial"and describe the Work that is included. • For example;"Electrical (Partial)—Trenching", • "Mobilization"will not be accepted as a description of Work. Column 4:List the total amount to be subcontracted to each UDBE for each Project Role they are performing. Column 5:This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting the COA Contract goal. It may be that only a portion of the amount subcontracted to a UDBE in Column 4 is eligible to be credited toward meeting the goal See Note 1, Note 2,Note 3.The Contracting Agency will utilize the sum of this column(Box 4)to determine whether or not the bidder has met the goal. In the event of an arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column four,See Note 1, Note 2,Note 3, then the mathematics will be corrected and the total (Box 4)will be revised accordingly. Note 1: For Work sublet as Force Account the bidder may only claim 50%of the amount subcontracted(Column 4) towards meeting the goal(Column 5). This information will be used to demonstrate that the UDBE contract goal is met at the time that the bidder submits their bid. For example; amount sublet as force account $100,000(Column 4)equates to($100,000 X 50%)=$50,000 (Column 5)to be applied towards the goal. Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60%of the cost of the materials or supplies (Column 4)towards meeting the goal (Column 5). For example; Material cost=$100,000(Column 4)equates to($100,000 X 60%)=560,000(Column 5)to be applied towards the goal Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the goal (Column 4). For example; amount sublet to a broker=$100,000(Column 4)equates to($100,000 X reasonable fee%)= $(Column 5)to be applied towards the goal. Box 3: Box 3 is the COA Contract goal which is the minimum required UDBE participation.The goal stated in the Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentage you must multiply the percentage times the sum total of all bid items as submitted in the Bidder's Proposal to determine the dollar goal and write it in Box 3. In the event of an error in this box,the Contracting Agency will revise the amount accordingly. Box 4: Box 4 is the sum of the values in column 5.This value must equal or exceed the COA Contract goal amount written in Box 3 or; Box 5: Check Box 5 if insufficient UDBE Participation has been achieved and a good faith effort is required. Refer to the subsection titled, Selection of Successful Bidder/Good Faith Efforts(GFE)in the Contract. See the Disadvantaged Business Enterprise Participation specification in the Contract for more Information. DOT Form 272-056U Revised 02/201a 41.16. Washington State Underutilized Disadvantaged Business ''/API Department of Transportation Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit,as a supplement to its sealed Bid Proposal,an Underutilized Disadvantaged Business Enterprise(UDBE)Utilization Certification.The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal that does not contain a UDBE Utilization Certification which properly demonstrates that the Bidder will meet the UDBE participation requirements in one of the manners provided for in the proposed Contract, Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected.An example form has been provided on Page 3.The successful Bidder's UDBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: A Plus Construction.Company certifies that the UDBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named U©BEs. (if necessary,use additional sheets.) Box 2: US 395, Spokane City Limits to Stevens County Line - Paving and Safety Column 1 Column 2 Column 3 Column 4 Column 5 Name of UDBE Project Role Description of Work Dollar Amount Dollar Amount (See instruction) (See instrucnans) (See Instructions) Subcontracted to be Applied to UDBE Towards Goal (See instructions) (See instructions) A Plus Construction Prime Asphalt and coneretc paving.asphalt milling.pram/ding (A o o,non Company and pavement repair In the Line Services,Inc. Subcontractor(Force Crack sealing 20.000 10.0011 Account) In the Line Services.Inc. Subcontractor Guideposts Taint scat.pavement markers,temporary 200,0(X) 200.000 signage,construction siert installacoa The Regular Dealer Rental and sales of highway construction and relates 100,000 60,000 Everything Guys,LW equipment and materials Optimu: Prime Treating Subcontractor Dump Trucking 50.000 50,000 Ins, Metalheads,Inc. Manufacturer Dowd Bars 7 ,000 75,000 Erosion kinder Control Barker Erosion control blankets.straw bales and wattlks.sand hags 15,000 250 Co. Mill1111111111* 111. Underutilized Disadvantaged Business 356,968..16 Total UDBE Commitment Dollar Amount .1,295,250 Enterprise Condition of Award Contract Goal Box 3 Box 4 5 L By checking Box 5 the Bidder is stating that their attempts to solicit sufficient UDBE participation to meet the OA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056U Revised'0212018 Aft Underutilized Disadvantaged Business V. Washington State Department of Transportation Enterprise (UDBE) Written Confirmation Document See Contract Provisions: UDBE Document Submittal Requirements Disadvantaged Business Enterprise Participation THIS FORM SHALL ONLY BE SUBMITTED TO A UDBE THAT IS LISTED ON THE CONTRACTOR'S UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE UDBE. PART A:To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Underutilized Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: Bidder's Business NameLIDBE's Business Name: Description of UDBE's Work: Dollar Amount to be Applied Towards UDBE Goal Dollar Amount to be Subcontracted to UDBE*: 'Optional Field PART B: To he completed by the Underutilized Disadvantaged Business Enterprise As an authorized representative of the Underutilized Disadvantaged Business Enterprise,I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract. we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. Name(printed): Signature: Title: Address: Date: OOT Form 422-031U Revised 0212018 RESPONSIBLE BIDDER INFORMATION Bidder has been in business continuously from (year). Bank Reference: Bank Name Account Officer Phone No. Number of regular full-time employees: Number of projects in the past 5 years completed: ahead of schedule on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 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, Foreman, Site Superintendent, Engineer, etc.): Name Title Years with firm List below, non City of Auburn construction work successfully completed by the bidder within the past five years which was similar in size, scope, and difficulty to the work herein being bid upon. Year Contract Project Name Completed Amount Owner/Reference Name & Phone 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: Amount of Name of Client & Project Contract Total Claims Settlemen Amount Arbitrated t of or Litigated Claims Has Bidder, or any representative or partner, ever failed to complete a contract? [ ] No [ ] Yes If yes, give details: FIRM NAME RESPONSIBLE BIDDER INFORMATION (continued) Has Bidder ever had any Payment/Performance Bonds called as a result of its work? [ ] No [ ] Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder changed bonding companies in the last 3 years? [ ] No [ ] Yes If yes, give details: Has Bidder ever been found guilty of violating any State or Federal employment laws? [ ] No [ ] Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? [ ] 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 Will you, upon request from the City, fill out a detailed financial statement and furnish any other information that may be required by the City? [ ] No [ ] Yes The Bid Proposal signature warrants under penalty of perjury that the foregoing information is true and accurate to the best of his/her knowledge. The Bid Proposal signature authorizes the City of Auburn to verify all information contained herein. FIRM NAME PROPOSED EQUIPMENT AND MANPOWER SCHEDULE (Use additional sheets, if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Manpower schedule: FIRM NAME BID BOND BOND NO. KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal, (hereinafter called the "Principal"), and a corporation duly organized under the laws of the as Surety, (hereinafter called the "Surety"), are held and firmly bound unto the CITY OF AUBURN, Washington, as Obligee, (hereinafter called the "Obligee"), in the sum of FIVE PERCENT (5%) OF TOTAL AMOUNT BID not to exceed dollars ($ ), 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 A ST. SE CORRIDOR SIGNAL SAFETY AND OPERATIONS IMPROVEMENTS, CP1707, 18-08 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the proper payment of labor and material in the prosecution thereof, or in the event of the failure of the Principal to enter into 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 specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED, SEALED AND DATED THIS DAY OF , 20 Name of Contractor Signed by Principal Surety Name Signed by Surety • CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 1 Contract No.: Contract 18-08 Project Name: CP1707,A St SE Corridor Signal Safety and Operations Improvements Contractor: Titan Earthwork, LLC 1585 Valentine Avenue SE Pacific,WA 98047 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work, materials, measurements and unit bid prices for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: Add new lump sum Pay Item#CO1-1, Cabinet Swap and Added Signal Head at 6th St.,to the Contract,which shall include all costs for labor,tools, materials, and equipment necessary to relocate the Terrace View signal cabinet after it is removed. The lump sum price shall include all costs to transport and install the existing Terrace View signal cabinet to 6th Street SE. The lump sum unit price shall also include removal and salvaging the existing signal cabinet at 6th Street SE to the City, removing an existing 3-section signal head and installing a new 4-section head with a single green left arrow as the bottom section on the mast arm at 6th St.facing east. Work shall conform to Section 8-20(Illumination,Traffic Signal Systems, Intelligent Transportation Systems, and Electrical)of the Contract Documents. Three working days are added to the Contract as a result of this added Work. The Contract time is extended by 3 working days. Item Sch. Sec. Item Description Quantity Units Unit Price Total Price No. (+1-) ($) (+/-1 CO1-1 B 8-20 Cabinet Swap and Added Signal Head at 6th St. 1 LS 6,989.84 $ 6,989.84 Subtotal $ 6,989.84 Washington State Sales Tax(10%)on applicable items $ - TOTAL $ 6,989.84 Base Amount Total incl.Tax 1. Total Cost this C/O $ 6,989.84 $ 6,989.84 2. Total Cost Previous C/O $ - $ - 3. Original Contract Amount $ 364,775.00 $364,775.00 4. Revised Contract Amount $ 371,764.84 $371,764.84 This change order constitutes full and complete compensation for all labor, equipment, materials,overhead, profit, any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensable. All other terms and conditions of the Contract remain unchanged. Counterparts: This agreement may be executed in multiple counterparts,each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and deliv: -. to the other party. Contractor: 3/22/19 Date Project Manager: I` 3 2.1 I Date City Engineer: ./ ✓ ) ,Z 7 t Date Approved by: `0� • ' 2.7. iq Mayor, 14'of Auby __``urnDate Approved as to form: 3>� y ttorney Drate ENG-028, Revised 01/19 Page 1 of 1 illr WS MP -"....i la..i:l , PROJECT: A Street SE Corridor Signal Safety Improvements Date Pricing Compiled: 3/11/2019 CONTRACT WITH:City of Auburn project#CP1707 Date Work Performed: WORK DESCRIPTION:Relocate the Terrace View signal cabient after it is removed and switch it out with the signal cabinet at 6th St. Change or Issue 2.Changing out a signal head from an existing 3-section head to a new 4-section head on the mast arm at 6th St.facing east. Quote should include materials for Tracking 8: a new 4-section signal head with a single green left arrow as the bottom section.Our price assumes the signal head will be done while the signal is shutdown CE-001-REV1 and the cabinet is being replaced. Added Contract Days Requested: LABOR COST '•..HOURS RATE/HR ',-f '��?r" s .4„,,,,,,,, CLASSIFICATION REG. O.T. DT Swing Night REG. OT DT Swing Night _ , 46-GForeman Elect 8.00 106.06 143.80 181.53 119.48 130.28 848.52 46-Foreman Elect 8.00 99.48 134.08 168.67 111.79 121.68 795.87 46-Apprentice L3 8.00 55.46 71.81 88.17 61.28 65.96 443.69 TOTAL LABOR COST 2,088.07 EQUIPMENT COSTS HOURS `'RATE - TOTAL DESCRIPTION/CLASSIFICATION UTILIZED STANDBY :.. UTILIZED STANDBY COST F-550 Truck,Foreman(fully customized&equipped) 8.00 38.50 7.30 308.01 Bucket Truck-42'working-Versalift 8.00 39.38 28.13 315.00 F-150 Truck,Light Duty(TCS or equiv.) 9.00 _ 22.28 4.03 200.56 TOTAL EQUIPMENT COST 823.57 -, F> � MATERNIC�rnd4EP SPOSAL"AND.SERVICES ._ „< TOTAL DESCRIPTION :'ii'. QTY: UNITS: S/UNIT: COST traffic control plans(6th/A St) 1.00 EA 250.00 250.00 Misc terminal materials for landing wire in cabinet 1.00 EA 100.00 100.00 1-4 section signal head w/green arrow in bottom section 1.00 EA 875.00 875.00 TC devices 1.00 EA 250.00 250.00 TOTAL MATERIALS,RENTAL AND DISPOSAL 1,475.00 tt- =DIRECT SUBCONTRACTORS/OTHER TOTAL ka, DESCRIPTION QTY UNITS: UNIT PRICE COST BC Traffic,LLC-TCS 8.00 HR 69.00 552.00 BC Traffic,LLC-TCS(OT) 1.00 HR 86.95 86.95 BC Traffic,LLC-Flagqer 8.00 HR 59.50 476.00 BC Traffic,LLC-Flaqqer(OT) 1.00 HR 76.75 76.75 TOTAL SUBCONTRACTOR COST 1,191.70 DIRECT REIMBURSEMENT ADDITIONS/CREDITS - TOTAL DESCRIPTION . I QTY:. 'I UNITS: } UNIT PRICE COST TOTAL OTHER COST - LABOR-TOTAL DIRECT COST 2,088.07 LABOR MARKUP 29.0% 605.54 EQUIPMENT-TOTAL DIRECT COST 823.57 EQUIPMENT MARKUP 21.0% 172.95 MATERIALS/DISPOSAL-TOTAL DIRECT COST 1,475.00 USE/SALES TAX ON PERMANENT MATERIALS(if not identified above) 10.10% 148.98 MATERIALS/DISPOSAUSERVICES MARK UP 21.0% 341.03 SUBCONTRACTOR/OTHER-TOTAL DIRECT COST 1,191.70 SUBCONTRACTOR/OTHER MARKUP 12.0% 143.00 DIRECT REIMBURSEMENT ADDITIONS/CREDIT-TOTAL DIRECT COST - DIRECT REIMBURSEMENT ADDITIONS/CREDITS MARKUP(B&O taxes/etc.) 1.0% - GRAND TOTAL $ 6,989.84 BUDGET STATUS SHEET Project No: CP1707 Project Title: A ST SE Corridor Safety&Opt Improvements Project Manager: Kim Truong O Project Initiation/PMP 3/26/2019 Initiation Date: _5/8/17 0 Carry Forward to 2018 Advertisement Date: _7/29/18 O Advertise Award Date: ® Change Order 0 Contract Final Acceptance The"Future Years"column indicates the projected amount to be requested in future budgets. Funds Budgeted (Funds Available) Funding Prior Years 2017(actual) 2018(actual) 2019 Total 102 Fund-Unrestricted 6,496 20,444 77,960 104,900 102 Fund-Federal Grant 17,000 86,403 355,097 458,500 Total 0 23,496 106,847 433,057 563,400 Estimated Cost(Funds Needed) Activity Prior Years 2017(actual) 2018(actual) 2019 Total Design Engineering-City Costs 14,102 27,069 41,171 Design Engineering-Consultant Costs 8,502 65,956 74,458 Permit/Misc. 892 1,231 2,123 Construction Contract 364,775 364,775 Change Order#1 6,990 6,990 Authorize Construction Contingency Remaining 29,488 29,488 Construction Engineering-Other 0 Construction Engineering-City Costs 12,591 30,442 43,033 Construction Engineering-Consultant Costs 1,361 1,361 Total 0 23,496 106,847 433,056 563,400 102 Arterial Street Budget Status Prior Years 2017(actual) 2018(actual) 2019 Total *102 Funds Budgeted () 0 (23,496), (106,847) (433,057) (563,400) 102 Funds Needed 0 23,496 106,847 433,057 563,400 *102 Fund Project Contingency() 0 (0) 0 0 0 102 Funds Required 0 0 0 0 0 *(#)in the Budget Status Sections indicates Money the City has available. H:\PROJ\CP1707 A St SE Corridor Signal Safety&Operations Improvements\3.00 Project Management\3.20 Budget\CP1707 A St SE Traffic Signal Safety Improvements BudgetStatusSheet.xls 1 of 1 Independent Cost Estimate CP1707 Change Order#1 Item No. Item Description Quantity Units Unit Price Total Price 1 Signal Cabinet Relocation 1 LS $ 1,800.00 $ 1,800.00 Labor 12 HR $ 100.00 $ 1,200.00 Equipment 12 HR $ 50.00 $ 600.00 2 Signal Head Replacement 1 LS $ 3,000.00 $ 3,000.00 Labor 12 HR $ 100.00 $ 1,200.00 Equipment 12 HR $ 50.00 $ 600.00 Material 1 LS $ 1,200.00 $ 1,200.00 3 Traffic Control Labor 16 HR $ 50.00 $ 800.00 Subtotal $ 5,600.00 29% markups $ 1,624.00 Total $ 7,224.00 Working Days #of Crew Item Description Quanity Units Total Days 1 Labor 241HR 3 4c CITYOF Nancy Backus, Mayor WASH I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.aubumwa.gov * 253-931-3000 November 8, 2019 CERTIFIED MAIL RETURN RECEIPT REQUESTED Bryan Bailey Titan Earthwork, LLC 1585 Valentine Avenue SE Pacific, WA 98047 RE: Contract No. 18-08 Project No. CP1707, A St SE Corridor Signal Safety and Operations Improvements Contract Completion and Acceptance Dear Mr. Bailey: In accordance with Section 1-05.12 of the Contract Specifications, the above referenced contract is considered complete and accepted as final.The one-year warranty period begins as of the date of this letter. Your Contract Bond must remain in full effect until the expiration of the lien period and there are no liens pending. If you have any questions, please contact Cindy West, Contract Administrative Specialist at 253-931-3002. Sincerely, , /4 / , Jacob Sweeting, P.E. .. City Engineer/Assistant Director of Engineering Services Public Works Department JS/cw/as cc: Shawn Campbell, City Clerk Matt Larson, Senior Project Engineer Kim Truong, Project Engineer File 13.11 CP1707 { ENG-075, Revised 03/19 AUBURN * MORE THAN YOU IMAGINED CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 2 Contract No.: Contract 18-08 Project Name: CP1707,A St SE Corridor Signal Safety and Operations Improvements Contractor: Titan Earthwork,LLC 1585 Valentine Avenue SE Pacific,WA 98047 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials,measurements and unit bid prices for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1. The project was assigned a 5%UDBE goal. The prime contractor(Titan)certified that the 5%UDBE goal would be met through the use of the UDBE subcontractor(BC Traffic)under the work of Traffic Control Supervisor(TCS)and Flaggers pay items,totaling $19,000.00. Titan submitted site-specific traffic control plans to the City for review and approval.In the submitted traffic control plans,at most of the intersections,Titan proposed a flagging station at each corner,but due to the safety of the pedestrians and ensuring an efficient pedestrian detour route,the City permitted only one corner of the intersection to be closed ata time. Once construction began,Titan was very efficient with their work and was able to complete the project within 20.5 working days when the contract permitted 48 working days(45 working days plus 3 more days were added in change order#1). The number of working day was grossly overestimated during design. Twenty seven(27)working days are reduced from the Contract for this work. The Contract time is reduced by 27 working days. Sec. Quantity Unit Price Total Price Item Sch. No. Item Description (+/) Units ($) (+/_) Subtotal $ - Washington State Sales Tax(10%)on applicable items $ - TOTAL $ Base Amount Total incl.Tax 1. Total Cost this C/O $ - $ - 2. Total Cost Previous C/O $ 6,989.84 $ 6,989.84 3. Original Contract Amount $ 364,775.00 $ 364,775.00 4. Revised Contract Amount $ 371,764.84 $ 371,764.84 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs, and time adjustment to perform the above described changes. All other costs are non-compensable. All other terms and conditions of the Contract remain unchanged. Counterparts: This agreement may be executed in multiple counterparts,each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. UDBE Goal Revision: Original Revised COA Item Sch. Sec.No. Item Description COA Amount Difference Amount 6 B 1-10 Traffic Control Surpervisor $2,000.00 $ 5,000.00 $ 3,000.00 7 B 1-10 Traffic Control Labor(Min.bid$42.22 per hour) $17,000.00 $ 5,091.13 $ (11,908.87) UDBE Revision Total $ (8,908.87) Original UDBE Total $ 19,000.00 Revised UD-•Total $ 10,091.13 Contractor: — 1 D Project Manager: .M D to City Engineer: , j • 47 Lir �� Date 'ice , Approved by: i♦ �—�----._..y`�� . • _ Iq Mayor i 7 ' .urn Date ra Approved as to form: Cr Attorney Dat ENG-028,Revised 01/19 Page 1 of 1