HomeMy WebLinkAboutAward of Contract - Phase 4 - Stage 1 On-Site Grinder Pump Installation for Port Hadlock - 080524 Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Mark McCauley, County Administrator
From: Monte Reinders, P.E., Public Works Director/County Engineer
Agenda Date: August 5, 2024
Subject: Phase 4 Stage 1 On-site Grinder Pump Installation for Port
Hadlock UGA - Award of Contract
Statement of Issue: Strider Construction Inc. of Bellingham, Washington for their bid
amount of $2,589,588.87, which includes 9.1% Washington State Sales Tax (WSST) for
the above referenced project.
Analysis/Strategic Goals/Pro's Et Con's: The Public Works Department has completed
checking the bids and has investigated the qualifications of the lowest bidder
including Bidder responsibility criteria of RCW 39.04.350(1) and project supplemental
criteria in Special Provisions 1-02.14 Disqualification of Bidders. Bid tabulations and
Bidder verification documentation is attached.
Fiscal Impact/Cost Benefit Analysis: The Bid amount is $2,589,588.87, which
includes 9.1% WSST. This project is funded with Department of Ecology State
Revolving Loan fund and Centennial Grant.
Recommendation: Public Works recommends that the Board authorize the Award of
Contract to Strider Construction Inc., and return signed award document to Public
Works for further processing.
Department Contact: Samantha Harper, P.E., Wastewater Project Manager, Ext. 175
Reviewed By:
,
r //o/cP
71/
Ma
rk k McCaule County Adm�rnstratot� Date
uN
go
Department of Public Works
Jefferson County, Washington 623SneridanStreet
Port Townsend,WA98368
360 385 9160
•Iti'list.
DATE: August 5,2024
TO: Board of County Commissioners
FROM: Monte Reinders, P.E., Public Works Director/County Engineer
SUBJECT: AWARD OF CONTRACT
Phase 4—Stage 1 On-site Grinder Pump Installation for Port Hadlock UGA,
County Project No.405-2127-0, ECY Agreement No.WQC_2024_JCoPWE-00034
In the matter of awarding a construction contract for the above referenced work:
• The Call for Bids was issued by the Board of County Commissioners on June 3, 2024.
• Due notice of the Call for Bids was given as required by law.
• Sealed bids were received and opened in public on July 17,2024 in the Commissioner's Chambers.
• The Public Works Department has completed checking the bids and has investigated the qualifications
of the lowest bidder including Bidder responsibility criteria of RCW 39.04.350(1) and project
supplemental criteria in Special Provisions 1-02.14 Disqualification of Bidders.
• Bid tabs are attached for reference.
The Public Works Department recommends that the construction contract be awarded to the lowest
responsive and responsible bidder:
Strider Construction Inc. of Bellingham, Washington for their bid amount of $2,589,588.87, which includes
9.1%Washington State Sales Tax(WSST)for the Phase 4—Stage 1 On-site Grinder Pump Installation for Port
Hadlock UGA,County Project No.405-2127-0, ECY Agreement No. WQC_2024_1CoPWE-00034.
Approved
Approved Telephonically ,S'�; ,/�' '(
Kate Dean Date
Chair, Board of County Commissioners
Attached: Bid Tabulations
Bid&Contractor Verification Summary
Department of Public Works 623SheridanStreet
Port Townsend,WA 98368
Jefferson County, Washington 360-385-9160
MEMORANDUM
DATE: July 18. 2024
TO: Monte Reinders, P.F.., Public Works Director/County Engineer
• �
FROM: Samantha H: �er, P.F... Wastewater Project Manager
SUBJECT: Phase 4- Stage 1 On-site Grinder Pump Installation for Port Hadlock UGA,County
Project No.405-2127-0, Ecology Agreement WQC_ 2024 JCoPWE-00034
Attached for your review are the Bid Verification Summary and the previously reviewed Bid
Tabulation for the above referenced project. There was a total of one bidder. The one bidder was
checked for contractor Mandatory Bidder Criteria and Supplementary Bidder Criteria.
BID TABULATION SUMMARY
PHASE 4-Stage 1 On-Site Grirder Purr
KV Agreement No Wt1C-7324-,zoPWE.00334
COUNTY PROIEI1 405.1117.0 Stride.rtl'weraction
SIP OPENING DATE:idly 17,2024 ENGINEER'S ESTINA'F A721 No
Drive
RIC OPENING TIME.2:00 p m. Bellingham,WA 98276
(ITEM QUANTITY UNIT ITEM OESCRIPIION UNIT I TOTAL UNIT I TOTAL UNIT TOTAL
NO. BID BID RID BID BID BID
1 1 CALC Miner Change and Force Account $ 20,000.00 $ 200110 00 5 20.00000 $ 20,000.00 S -
2 1 EST As•IRlrlt Drawings(55,000Minimum) __ S 5,000.00 $ 5.000.00 S 5,000.03 S 5,000.00 $ •
3 I IS Motilization 5 J0,120000 S 20,000.00 S 300,000.00 S 300,00000
4 1 ES ;Project Temporary Traffic Control $ 10.000.03 5 10.000.00 S 15.000 00 5 15,00000 5
S I L5 Gearlrg and Grubbing $ 15,000 00 S 15,300 00 S 25,000 00 S 15,000.00 S
6 1.477 IF Sawcutting for Pavement Removal $ 4.00 S 5,888.00 5 3.50 S 5,152.00 $
7 1,484 SF Remove Existing Pavement 5 15 70 5 22556.80 S 8.00 $ 11,872.00 S -
8 416 SF Remove Cement Conc.S'.deuralk 5 30.00 $ 12,480.00 5 700 $ 2,912.00 S
•
9 20 IF Remove Cement Cone.Curl and Gutter S 15.00 S 300.00 5 30.00 S 60000 5
10 37 EA Pothole Exisiting Vulties S 65000 $ 24,050 00 S 500.00 $ 18,500.00 S
•
11 300 CT lmpprt Trench 8acdill 5 MMA0 5 6,000.00 5 60.00 5 18,000.00 5
12 24S TON Crushed Surfacing Top Course 5 68.00 5 16,66000 $ 135.00 5 33,075.00 5 •
13 154 TON Crushed Surfacing Base Course 5 54.00 8,316.00 $ 130.00 S 7002000 5
14 16 TON Commerical HMA 5 700.00 $ 5,200.00 S 400.00 5 10,400.00 S -
15 1 LS Shoring and Extra Excavation(Sewer) 5 25000.00 $ 25,000.00 5 5,000 00 $ 5,000.00 $
•
16 4,693 LF HOPE low pressure Sewer 7-inrh Olam.DR 11 $ 24.00 5 112,63200 $ 25.00 5 117,325.00 $
1/ 36 IF HOPE Low Pressure Sewer 1.1/4.inch Diem.OR 11 5 24.00 5 864.00 $ 50.00 5 1 800 00 $
•
18 1.124 LF PVC Gravity Sanitary Sewer Lateral pipe 4lr.Diam.50R 35 5 70.00 $ 78,680.00 5 45.00 S 50580.00 S
19 115 IF PVC Gravey Sanitary Sewer Lateral Pipe 6 In.Nam.SOR 35 5 83.00 5 9,545.00 S 57.00 5 1.980.00 $
20 20 LF PVC Gravity Sanitaryy Sewer Lateral Pope 8In.Diam.50R 35 $ 36.50 S 730.00 5 140A0 S 2.800.0C $ •
•
21 4 IF Manhole 48 in.Diam Type 1 5 15.000.00 S 60.00000 S 9.500.00 S 38,30000- S
22 1 I CA Manhole 48 In Mom.0roa S 12,500.00 5 12,500.00 5 11,000.00 S 11.000.00 S
23 76 EA Sewer Cleannut $ 65.988.00 S 50011D 13,000.00 5 •
24 s4 EA Collection vault Oeanou: $ 2,500.00 5 85,000.00 5 3,100.00 $ 105,400.00-®
75 34. EA Grinder Pump Valve Vauh and t Iranout 5 2,500.00 5 85000.00 5 3,350 00 $ 113,900.00_ 5
26 5 FA Grinder Pump M DixMrp Detail $ 2,700 00 $ 13,500.00 5 500.00 $ 2,500.00 S '
Muth
V.
10 EA Typica,Grease Interceptor 5 3,000.01 30,000.00 $ 20.000.00 200,000.00-1.111MEMI
3 EA Cleanuut Assembly Iype Unslirestiunal 5 2,700.01 8,100.00 $ 6.803.00 20,400.00��
79 23 LA type 1 Gender Pump Assembly $ 12,000.00 5 276,000.00 5 12.00000 5 276,000.00
30 S EA Type 2 Grinder Pump Assembly $ 25,000.00 S 125,003.00 17,000.03 $ 85.000.00 -®
31 37 4 EA Type 4 Grirder Pump Assembly 5 46.000.00 S 184,000.00 5 32,000.00 - r r S
1 EA Type 1 Grinder Pump Assembly,Precast Concrete Manhole 5 20,000.00 5 20,000.00 5 45.000.00 S 45,000.00 I S
33 1 EA TYpe 4 Grinder Pump Assernbty,Precast Concrete Manhole S 46,003.00 5 46,000.00 5 45,000 00 S 45,000.00 S .
34 Fe LF Schedule 40 conduitl•1/4 M.Diam 25
5 25.30 5 52.7 .00 5 180.00 S 126.540.00 5 •
3S MO LF Schedule 80conchct1.1/4M.nisei. 5 7500 S 25,50000 5 180.00 5 61.20000 $ .
36 32 EA Grinder Pump Contra Panel 5 200.00 $ 134,400.00 S 5010 00 $ 160,1330.00 $ •
^37 I 15 Remob h'rat on S 25,010.00 $ 25,000.00 $ 15,000 00 5 15.000.00 5 •
Correction of On•sde Gander Pump system to the Existing
38 35 EA Builds Drain 5 2,500.00 $ 87,500.00 5 1.500.00 5 52,500110 S
39 16 IF Chan Link Fence Type 3 5 53.00 $ 848.00 5 230.00 5 3,680.00 5 •
40 20 IF Cement Conc.Traffic Curb and Gutter S 145.00 5 2.900.00 5 160.00 $ 3,200.00 $ •
41 73 Sr Cement Conc.Sidman 5 160.00 $ 11,680.00 5 170 00 5 8,760.00 5 -
42 1 LS CSWPPP and TFSC Plan 5 1,200.00 5 1,200.00 5 1,LY�0 00 $ 2,000.00 $ •
43 1 EA EndClearout 5 2,500.00 $ 2,500.00 $ 3,400,00 5 3,40000 5 -
44 1 LS Temporary Erosion and sediment Control 5 70.000 00 $ 20,000.00 S 24,000.00 S 24,000.00 5 •
45 724 SY Seeding and Feebliai by lend $ 23.00 S 16,652.00 $ •
4.00 S 2.896.00 S -
•
46 80 CY Topsoil TypeA 64.00 5 5.120.00 5 250.00 S 20.000.00-®34^ EA Decommission Fxisting Septc S 8,00000 S 272.000.00 S 2,80000 5 95,200.00-®
Subtotal of Schdole A- $ 2 068,014310 5 2,330592.00--
8-1 1 LS Jefferson County Road Shoes-F!ell'Kai - -
$ 10,000.00 S 10,000.00 $ 12,000.00-®8-2 EA sirs Fr office•Electrical 5 15.000.00 5 15,000.00 5 13.000.00-®
8-3 7. LS Jefferson County Jail.Electr cal 5 15,000.00 S 15,000.00 S 18.000.00 S
Subtotal ofSchdule B 5 40,000.00 5 43,000.00 5
Subtotal ul Schedule A and Schedule B 52,108,014.80 52,373,592.00 50.00
9.1%Sales Tax 5191,829.35 5215,996,87 50.00
'�}- Total lump Sum Bid Amount 52,299,844.15 S2,589,5118.87 S0.00
Prepared be Protect Manager.Samantha Harpy 'r' Date 7/17/2024
Revrewed try Erz.key.Manager. �/���
Reviewed by Calory(Renew M PE Date:
.. LON TO RIONBa ORKR C'0 I. W
1 vz � a
;& i n C7
c
C 3 a =R t 2
J y z 4
�o2 a
i A <
S rn
23
T_
v $9 n
F L 4 BO AMOUNT r.ilh R.I..Tut n TT. O
- b CP I. z
C UT
ce C
APPARENT LOW al,I: 3
3
j N BIOS ENTERED N MO TABU.A'OA SNFFT A
i' .e
n
4
wTN MCMnCO 0
c
f yin ADDS MOATS ACNNOM.SCOSO MI CONTRACTOR
4. FI10PDSAL SIGNED B
Q
•
IT
Y roDERAL 10.NC.
i s�i V IR FROWN..5O W rJ�l
NOINCUEO g
I o COLT-WOOS OECLAMrgN RETURNED MEN BC PROPOSAL
r N CERI.FOR fEUEMK AD CDN MRCVS Xk TVRREOMM PROMO/
PRDAL
S MADE LAW CERTIFICATION SoieD
S 4. SUBCONTRACTOR W T ACED*XI OS(313 NC
P OBE SUBCONTRACTOR UTILIZATION FORM(FORM 11110+7
i N 013E SUBCONTRACTOR PERFORMANCE FORM(IORM 1100'31
F DBE Toth Snob(OFF)_--_-.-Ym .cr.(V NoA
d f mo
MIME CONTRACTOR OB.STATUS.
Q i ••,...INOpRM 'IN par:Pi
E SJw5CO WMT*ACTOA DBE?IONS)CERTIFIED Br NW
P .p.g0.•are T.ITNOR.TM
4 SUBCONTRACTOR O nRANst CIICCNCO ON UBr OF BVBPENOE0
Y BE PAMS ICP.'�...r.w.4P44.4M1...•.YW'Mi•JRF01.94:0cT:
C I Y WA STATE 0116,40 BUSINESS IDENTIFIER NO(UM:M
B M1P2 Na.Cury In w.pervenly.
RATE EXCISE TAX REO5'M TIM NO.(MAV Be SAVE AS UBI:
1 F NTL r...:u..0. Ny000np/N4
py l.nAnTIOIMaIR+.NrwT»n Pro.
e1 CONTRACTOR UCEASE MEMBER
1
CONTRACTORS UCENSC EXPIRATION DATE
i a
T " CON TRACTOR UO ENOS YEIIFIW ON W WEBSAk
0110 Var_un IN-•gC h...It.
.z (S ILIMIWS'RW WRYNAMCF INFORM STA TUB
I SS Iqp...umIr.w.pl.•'.NAry
I CONTRACTOR CNBIOtE0 ON L*l DWARFED CONTRACTORS.RT. 3 d f}
38p...••Sr...ynnl.440.1...m1.n,.....W.Q0A•.van9AgmC.1SOtb.rr °° .,
�Ti B
. I a i
CONTRACTOR CNECKEO ON FEDERAL SYSTEM FOR&WORD
S,a MANACAS IS ER T ANI CABSNE. •IW +I.• .Iamr a 93w'SAN
Lp
0
I A EMFLOYMEM'MOURN,DEPARTY EAT NO N Ty..
L: mal 000Cor01.1010p.N 00• Ow.n00 S30YIW R
(VFRIiKJTpN OF AC.T(VF UNFIIn oYYFMI 0000WnI .
COVPLOMCE Van APPRENTCESNIF OTUEA ROM REOURFMPM'S
^ OF RCM 1S.543 0 A 4904(N.A TNT P0IK13 13 MINN aI
- _
. _ LEICOTRACTO MOP NO TR!01FICJMIN F..RCW 0 OA WOW,SS ., IRl.1Nr.UIRr 1.L01111Mew en LW Y. M3001 P.E.:
Q 0< NNI..•.OPa..E0.w.00..1..tt .0
1Y
MU10ATORY PRE 00 W0I.R THROW.
3 IY I 3>
•
S F SON FNTAI HOVER COMMCRY SP 1•1.14(SUBCONM TCTOR
i k0 3 RESWN1*(h1.CLAMS A0AMST RETAIN AGE ANO Bd.OS.PUS.K
r BIDOM1G ptlYC'CRY NA'ION TOR CAU6E OR OFFAYLI.UIWSUI?5
BID PROPOSAL
Phase 4—Stage 1 On-Site Grinder Pump Installation
for the Port Hadlock UGA
COUNTY PROJECT NO. 40521270
DEPARTMENT OF ECOLOGY AGREEMENT NO.WQC_2024_JCoPWE-00034
This Bid is submitted to: The Board of Jefferson County Commissioners
Jefferson County Courthouse
1820 Jefferson Street
Port Townsend,WA 98368
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with
Owner in the form included in the Bid Documents to perform all Work as specified or indicated in the
Bid Documents for the prices and within the times Indicated in this Bid and in accordance with the other
terms and conditions of the Bid Documents.
The undersigned certifies that it has personally examined the location of the:
Phase 4—Stage 1 On-Site Grinder Pump Installation for the Port Hadlock UGA
and that it understands the Bid Documents governing the work and the method by which payment will
be made for the work. The undersigned proposes to undertake and complete the work embraced in
this improvement in strict accordance with the Bid Documents at the following schedule of rates and
prices in the proposal.
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown.Show unit price
in figures only(not words).Figures written to the right of the decimal point in the unit price column
shall be interpreted as cents.All entries must be typed or entered in ink.
Addendum No.4 Bid Proposal
Phase 4—Stage 1 On-site Grinder Pump Installation 1 ' Page
Strider Construction Co, Inc.
Provided I.o Builders Exchange or WA, Inc. F,r usage Coa:)it ions sec www.bxwa.ccm - Always lot r:i_`y Sea)
Spec. Unit Bid
Section Bid Item Bid Description - Qty_ Unit Amount Unit Bid Total
SP1-
04.4(1) A-1 Minor Change and Force Account 1 CALC $20,000.00 Zq 4:vo eta
SP1-05 A-2 As-built Drawings($5,000 Minimum) 1 EST $5,000.00 5,000.
300�c o oO °�'
3p , o
1-09.7 A-3 Mobilization 1 LS 2�-�T T- • - '411'
f r
00
SP1-10 A-4 Project Temporary Traffic Control 1 LS 15 Qr�o $6 coo.31l
SP2-01.3 A-5 Clearing and Grubbing 1 LS 25,ocn 2. S,fib. >�
SP 2-02 A-6 Sawcutting for Pavement Removal 1,472 t F 3. - 51 l 5Z.
SP 2-02 A-7 Remove Existing Pavement 1,484 SF S. e+o
SP 2-02 A-8 _ Remove Cement Conc.Sidewalk -- 416 SF _ 7. Z, 9(Z
SP 2-02 A-9 Remove Cement Conc.Curb and Gutter 20 i F 3C ."L7 .��
SP 2-02 A 10 Pothole Existing Utilities 37 EA _ fcXJ- / ....' (sr 5co. _
7-08 A-11 ' Imported Trench Backfill 300 CY 60.-r f O. ago
i Cr 4-05 A-12 Crushed Surfacing Top Course 245 TON L2 5.- 33,o7 5.r
4-05 A-13 Crushed Surfacing Base Course 154 TON (3v. ..c3 ' ZO,QZO.
5-04 A-14 Commercial HMA 26 TON 460- to, 9Co.
SP 7-20 A-15 Shoring and Extra Excavation(Sewer) 1 LS 5,a,. 5,Gib, ----'-'
HDPE Low Pressure Sewer 2 In.Diam.
SP 7-20 A-16 DR 11 4,693 LF Z5.- 117f 325.
HDPE Low Pressure Sewer 1-1/4 In.
SP 7-20 A-17 Diam.DR 11 36 LF 50. 1 f g00•
PVC Gravity Sanitary Sewer Lateral Pipe 7-17 A-18 4 In.Diam.SDR 35 1,124 I F LL`5.912. 5 5580.
PVC Gravity Sanitary Sewer Lateral Pipe
7-17 A 19 6 In.Diam.SDR 35 115 LF 5Z 5, l eo.°�
PVC Gravity Sanitary Sewer Lateral Pipe
7-17 A-20 8 In.Diam.SDR 35 20 LF I LtO• c.' Z,f309.
7-05 A-21 Manhole 48 In. Diam.Type 1 4 EA el.5c47. 38 cco.
SP 7-05 A-22 Manhole 48 In. Diam.Drop 1 EA I[ oco.� l tS Gam.
7-19 A-23 Sewer Cleanout F 26 EA 6'j. (3,cz . "
SP 7-19 A-24 Collection Vault Clean-out 34 EA 3, Imo.—` los rieo.
Addendum No.4 Bid Proposal
Phase 4-Stage 1 On-site Grinder Pump Installation Z i P a g e
Strider Construction Co, Inc.
F'ro:•ided to Builders E'xc .cnge of WA, Inn. Fr:r ,.magi- Conditions Asrcemenc sco w w.bXA- .dem - A1way3 Jarity .ca:
SP 7-19 A-25 Grinder Pump Valve Vault and Cleanout 34 EA 3 . 5d.-�- 113r ciao. Q"
SP 7-19 A-26 Grinder Pump Multi Discharge Detail 5 EA 5JO. - - •
SP 7-18 A-27 Typical Grease Interceptor 10 EA Z c' - . ZCO O . _
SP 7-19 A-28 Cleanout Assembly Type Unidirectional 3 EA SCT7.' 201 LIM
SP 7-21 A-29 Type 1 Grinder Pump Assembly 23 EA jz.py2c7. Z742 bd.,
SP 7-21 A-30 Type 2 Grinder Pump Assembly 5 EA ril t —L— 456� •r
SP 7-21 A-31 Type 4 Grinder Pump Assembly 4 EA 3Z`cx�,. .-2- !Z S,Coo.
Type 1 Grinder Pump Assembly,with !/�� Do-
SP 7-21 A-32 Precast Concrete Manhole 1 EA '(S .— _`ci coo -
Type 4 Grinder Pump Assembly,with .. m
SP 7.21 A-33 . Precast Concrete Manhole 1 EA 11S — LB oci . __
SP 7-21 A-34 Schedule 40 conduit 1-1/4 In. Diam. 703 LF 1 i�'C%'• _ t2G,64b
SP 7-21 A-35 Schedule 80 conduit 1-1/4 In. Diam. 340 LF 1 BCD. ` LP( "Z t
SP 7-21 A-36 Grinder Pump Control Panel 32 EA 5, OGz. oo 164,, Cxx-
S P 1
08.6(5) A-37 Remobilization 1 LS t 5_I i 5, c x =
Connection of On-site Grinder Pump
SP 7-08 A-38 System to the Existing Building Drain 35 EA 15'T " 5z 5co•
1
SP 9-
16.1(1)8 A-39 Chain Link Fence Type 3 16 LF Z3o 3, (o 60.
SP 8-04 A-40 Cement Conc. Traffic Curb and Gutter 20 LF _ (CDO. 3 ate.
SP 8-14 A-41 Cement Conc.Sidewalk 73 SY I Zo. '- S 16Q .__d
SP 8-01 A-42 CSWPPP and TESC Plan 1 LS 22� �` 4 Off.
SP 7-19 A-43 End Cleanout 1 EA _ 3,'jct,. - 32 t{(x).
Temporary Erosion and Sediment
SP 8-01 A 44 Control 1 LS Z`ti CO It Z't,em. Do.
q �
8-02 A-45 Seeding and Fertilizing by Hand 724 SY 4 .�av Z.2B t6. «
SP 9-
14.1 A-46 Topsoil Type A 80 CY 2_50. + Z..4,2 OCb. ..�,
od
SP 2-02 A-57 I Decommission Existing Septic 34 EA Z�S�-'°- er. `51 Zoo----
Addendum No.4 Bid Proposal
Phase 4—Stage 1 On-site Grinder Pump Installation 3 I P a g e
Strider Construction Co, Inc.
Pr vided to all:_dens Exchange of WA, Inc. for usage Conditions Agreement See aww.hxws.com - Always Verify Scai
Schedule A Subtotal Z, 3 / C12-
Sales Tax 9.1% 2. L Z.r v$3.r
Schedule A Total 2 54
Spec. - --- - — -
Section Bid Item Bid Description Qty Unit Unit Bid Amount Unit Bid Total
Div. 26 B-1 _ Jefferson County Road Shops-Electrical 1 LS + 2 ( °- 127
Div. 26 B-2 Sheriff Office-Electrical 1 LS (3, 0452:3,. oa _ (3(000.`—
Div. 26 B-3 Jefferson County Jail-Electrical 1 LS 13Ca). t 8 att.).
Schedule B Subtotal
Sales Tax 9.1% 3 913
Schedule B Total Lt5o, 13
Bid Total(Schedules A&B)Total 2/6S1 5 .2-
Proposal -Signature Page
A bid security in the amount of five percent(5%)of the total lump sum bid amount in a form as indicated
below is attached hereto:
❑ CASHIER'S CHECK FOR dollars made
payable to Jefferson County.
❑ CERTIFIED CHECK FOR dollars made
payable to Jefferson County.
E BID BOND in the amount of five percent(5%)of the total bid.
Addendum No.4 Bid Proposal
Phase 4—Stage 1 On-site Grinder Pump Installation 4 Page
Strider Construction Co, Inc.
Pruvidrd tc Builders Exchange of WA, Inc. For -.sage Cc. diticn9 Agreer^.nt .:cc WW.-x»i.coT. A_:ays ri:y 7:1_
Bidder hereby acknowledges receipt of the following Addenda:
Addendum Number Addendum Date
1 _ 61 1312024
2 6/28/2024
3 7/1/2024
4 7/8r2024
The Bidder is hereby advised that by signature of this proposal he/she is deemed to have
acknowledged all requirements and signed all certification.
Bidder's Certifications
A. Lobbying Certification
The undersigned certifies,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 an 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
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-
ILL,"Disclosure Form to Report Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers(including subcontracts,subgrants,and
contracts under grants,loans,and cooperative agreements)and that all subrecipients
shall certify and disclose accordingly.
B. Noncollusion Declaration
The undersigned certifies,to the best of his or her knowledge and belief,that such person,firm,
association, or corporation has not either directly or indirectly, entered into any agreement,
participated in collusion, or otherwise taken action in restraint of free competitive Bidding in
connection with the submitted Bid.
BIDDER hereby submits this Bid as set forth above: „0vGT 1�0)yr�,'%,,,
Bidder: coQpRATF'
Strider Construe ion Co, Inc.
(typed or printed name of organization) _ ce •
By: ,p : ;�� 3
(individual's signature) ,
Name: Kyle J. Gebhardt P.E. `�'•-••-I.3 AS�\\- .``%�`;
,/14/0 wit tto '
Addendum No.4 Bid Proposal
Phase 4—Stage 1 On-site Grinder Pump Installation 5 P
Strider Construction Co, Inc.
Kyle J. Gebhardt P.F.
(typed or printed)
Title: President
(typed or printed)
Date: 7/17/2024
(typed or printed) .`
`
‘‘
W
CT1Q rrrrrrr
If Bidder Is a corporation,a partnership,or a Joint venture,attach evidence of outgo gy t ,sgr►.T N 0�'�'�
Attest: _r' OQ- •••�•'�
'
(individual's signature) cc 1\� : n
Name: Darren U. Mulen =1� : � ,
(typed or printed)•.
Title: Secretary %•t* '•••• .. '**,(0
(typed or printed) rrrrrr Y`/A SHIN```•``
Date: 7/17/2024 r��t'� tit►►"�
(typed or printed)
Address for giving notices:
4721 Northwest Drive
Bellingham,WA 98226
Bidder's Contact:
Name: Kyle J. Gebhardt Y.E.
(typed or printed)
Title: President
(typed or printed)
Phone: 360-380-1234
Email: bids@stridcrconstruction.com
Address:
4721 Northwest Drive
Bellingham,WA 98226
State of Washington Contractor's License No.: STRIDCC121OZ
Federal Identification No.: 91-1418799
Note:
(1) This proposal is not transferable and any alteration of the firm's name entered hereon without
prior permission from the County Commissioners will be cause for considering the proposal
irregular and subsequent rejection of the bid.
(2) Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of Proposal",or
"Article 4"of the Instructions to Bidders of building construction jobs.
Addendum No.4 Bid Proposal
Phase 4—Stage 1 On-site Grinder Pump Installation 6 I P a E: e
Stridcr Construction Co, Inc.
Provided to Builders Exchange of WA, Inc. For usage Condit:rr.s Agreement_ see www.txwa.com Alwar; VerN:y ,.
STMDJEJR < construction
co.,inc.
CORPORATE DESIGNATION OF AUTHORITY
The undersigned, President and Secretary of Strider Construction
Company, Inc. a Washington corporation, pursuant to their authority as corporate
officers hereby adopt the following designation of corporate authority.
That Darren D. Mullen is authorized on behalf of the corporation to
execute for and on behalf of the corporation any and all
construction contracts with owners of projects and any and all
subcontracts with subcontractors for construction projects and Bid
documents and Bid Bonds. This authorization shall be effective
through the 31't day of December, 2024.
EFFECTIVE as of the_15t day of January , 2024.
,tatlnttrrrr,
Kyl J.Gebhardt, P.E., Preside_ b.:0° =
oho
F.
Darren D. Cullen ecretary ",,,•• WASN ,,\`‘'�`
n„tt��t`��
4721 Northwest Drive / Bellingham,Washington 98226 / (360) 380-:234 / FAX(360)380-3456
Contractor's Registration No STRIDCC 12I0Z
STRIAconstruction
co.,inc.
CORPORATE DESIGNATION OF AUTHORITY
1 he undersigned, President and Secretary of Strider Construction
Company, Inc. a Washington corporation, pursuant to their authority as corporate
officers hereby adopt the following designation of corporate authority.
That Kyle J. Gebhardt, P.E. is authorized on behalf of the
corporation to execute for and on behalf of the corporation any
and all construction contracts with owners of projects and any and
all subcontracts with subcontractors for construction projects and
Bid documents and Bid Bonds. This authorization shall be effective
through the 3151 day of December, 2024.
EFFECTIVE as of the 1st day of lanuary , 2024 .
`% tUJllr!/r�r,
CT`� p
•Kyle J. Gebhardt, P.E., Presid?ti:8 t5„),..\.);n$V)
s' . ••N�,'�
Darren D. ullen, Secretary /".,, •''1VASH" �\.`>
1'rl1-11111111e5�`
4721 Northwest Drive / Bellingham,Washington 98226 / (360)380 1234 / FAX(360)380-3456
Contractors Registration No.STRIDCC121CZ
(3) Should it be necessary to modify this proposal either in writing or by electronic means,please
make reference to the following proposal name in communication:
Phase 4—Stage 1 On-site Grinder Pump Installation for Port Hadlock UGA
County Project No.40521270
Addendum No.4 BId Proposal
Phase 4—Stage 1 On-site Grinder Pump Installation 7 I P a g e
Strider Construction Co, Inc.
Provided to Builders Exchange of WA, :nc. Tor usage Conditions Agreement see www.bxwa.cur - Always Verify Sc.il
Proposal Bond
KNOW TO ALL THESE PRESENTS,That we, Strider Construction Co., Inc.
of Bellingham, WA as principal,and the
Travelers Casualty and Surety Company of America ,
a corporation duly organized under the laws of the state of Connecticut ,
and authorized to do business in the State of Washington, as surety,are held and firmly bound unto the
County of Jefferson in the full sum of five (5) percent of the total amount of the bid proposal of said
principal for the work hereinafter described,for the payment of which,well and truly to be made,we bind
our heirs,executors,administrators and assigns,and successors and assigns,firmly by these presents.
The condition of this bond is such,that whereas the principal herein is herewith submitting his
or its sealed proposal for the following Road Improvement,to wit:
Phase 4—Stage 1 On-site Grinder Pump Installation for the Port Hadlock UGA
County Project No.40521270
said bid and proposal,by reference thereto,being made a part hereof.
NOW, THEREFORE, If the said proposed bid by said principal be accepted, and the Contract be
awarded to said principal, and if said principal shall duly make and enter into and execute said
Contract and shall furnish bond as required by Jefferson County within a period of ten(10)days from
and after said award, exclusive of the day of such award, then this obligation shall be null and void,
otherwise it shall remain and be in full force and effect.
IN TESTIMONY WHEREOF,The principal and surety have caused these presents to be signed and
sealed this 10th day of July ,2024. ` oltiiiiiiii,,,,
`*: "s0xcT 9. C;
Strider Construction Co., Inc:_�`?.•QORAT • . O
- :o NV
• '�w
Kyle J. G .b erdt, PE (Principal) Pres r44j .. .p
Travelers Casualty and Surety Company oi`1lftiWtc.''
(Surety)
y �4 - i
(Attorney-in-fa 1 Heather L. Allen
Proposal Bond
Phase 4—Stage 1 On-site Grinder Pump Installation 8 l P a g e
Provided to Builders Ecchange cf NA. Inc. For usage Condition8 Agreement see www.bxwa.com - Always verify Scal
Travelers Casualty and Surety Company of America
IOW Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company,and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the
"Companies"),and that the Companies do hereby make, constitute and appoint Heather L Allen,Dana Brown,Natalie C Chau,Emma C Doleshel,
Jim W Doyle,Chad M Epple,Jim S Kuich,Theresa A Lamb,Maxwell Martin,Michael A Murphy,Andy D Prill,S M Scott,Steve Wagner,Adam
Howard of Bothell,WA,their true and lawful Attorney(s)-in-Fact to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional
undertakings and other wntings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,
guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings
allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April.
2021.
/<,°--"757; /,',,..Z_17;4;,- 40116 f)tt
!HAIJITRO,t ra,�jn g
CquN Q 14r I�
State of Connecticut By
Robert L. Raney,Senior Vice President
City of Hartford ss.
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney.who acknowledged himself to be the Senior Vice President of each
of the Companies, and that he. as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on
behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF. I hereunto set my hand and official seal. ,KrN �i`�G�
My Commission expires the 30th day of June,2026 * �. �� -_ --
vuaa Anna P. Nowik,Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,
which resolutions are now in full force and effect,reading as follows
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President any Vice President, any
Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign
with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of
a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and
revoke the power given him or her; and it is
FURTHER RESOLVED that the Chairman,the President. any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary. and it is
FURTHER RESOLVED that any bond, recognizance, contract of indemnity,or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a)signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed (under seal, if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one
or more Company officers pursuant to a written delegation of authority;and it is
FURTHER RESOLVED,that the signature of each of the following officers. President. any Executive Vice President,any Senior Vice President. any
Vice President, any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any
Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or
certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified
by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to
which it is attached.
I, Kevin E. Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said pa ies,which remains in full force and effect.
Dated this /V dayof� 4_
`V�Wqf,•�
sr', CO•.S r.3�', ( j)
1,4.. —�w
Kevin E.Hughes,Assistant Secretary
To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880.
Please refer to the above-named Attorneys)-in-Fact and the details of the bond to which this Power of Attorney is attached.
Subcontractor List
Prepored in compliance with RCW39.30.060as amended
To Be Submitted with the Bid Proposal
Project Name: - Phase 4-Stage 1 On-site Grinder Porno installation tar the Port padlock 11GA
Failure to list subcontractors with whom the bidder,if awarded the contract,will directly subcontract for
performance of the work of structural steel installation,rebar installation,heating,ventilation and air
conditioning,plumbing,as described in Chapter 1f1.106 RCW,and electrical,as described in Chapter 19.28 RCW
or naming more than one subcontractor to perform the same work will result in your bid being non-responsive
and therefore void.
Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of
structural steel installation,rebar installation,heating,ventilation and air conditioning,plumbing,as described•rt
Chapter 18.106 RCW,anC electrical as described in Chapter 19.28 RCW must be I:sted below.The work to be
performed is to be listed below the subcontractor(s)name.
To the extent the Project includes one or more categories of work referenced in RCW 39.30.060,and no
subcontractor is listed below to perform such work,the bidder certifies that the work will either(i)be
performed by the bidder itself,or(ii)be performed by a lower tier subcontractor who will not contract directly
with the bidder.
Subcontractor Name B1�1k -('� ISLJ-.Jf?_-_ _L�_ JL-- —
Work to be performed C ..t CkL
Subcontractor Name
Work to be performed — -----
Subcontractor Name
Work to be performed _
Subcontractor.Name
Work to be performed
Subcontractor Mame Work to be performed
•Bidder's ore notified that it is the opinion of the enforcement agency that PVC ormetal conduit,junction boxes,
etc., are considered electrical equipment and therefore considered purl of electrical work,even if the installation is
for future use and no wiring or electrical current is connected during the project.
Subcontractors List
Phase 4—Stage 1 On-s to Grinder Pump Installation 9 I I'
Strider Construction to, Inc
co Ei&ld,tra t:xchangc of WA ce'i 'J'•tN.DF-M'i7.CG"I - !:SV4,. Y^elty .ea_
Contractor Certification Wage Law Compliance
Responsibility Criteria Washington State Contracts Public Works
To Be Submitted with the Bid Proposal
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS
BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
l 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 enterea 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: Strider Construction Co, inc.
Name c CoU t/ Jdder-Print full legal entity name of firm
•`
fig' � Kyle J.Gebhardt P.E.
By: .
g ture of auth4ie .y�s on ��`•y1' print Name of person making certifications for
firm =V ;V N •
d• • .0 Bcllin ham WA
Tide: President '• ! ••. H``ac,`,,,. Place: Print city and state where signed
Title of person signing craoficatWp►S
Date: 7/17/2024
Certification of Wage Law Compliance
Phase 4—Stage 1 On-site Grinder Pump installation 10 I I' a g e
Strider Construction Co, Inc.
Provided to Builders Exchange of NA, 1n^. 'or ,:eye Conditions Agreement uee w w.bxwa.COI' - Always Verify Scal
Certification of Nonsegregated Facilities
SFR Insert ATTACHMENT 3-Department of Ecology
To Be Submitted with the Bid Proposal
Project Name: Phase 4-Stage 1 On-site Grinder Pump Installation for the Port Hadlock UGA
(Applicable to federally assisted construction contracts anw related subcontracts exceeding$10,000
which are not exempt from the Equal Opportunity clause.)
The federally assisted construction contractor certifies that he does not maintain or provide for his
employees any segregated facilities at any of his establishments,and that he does not permit his
employees to perform their services at any location, under his control,where segregated facilities are
maintained. The federally assisted construction contractor certified,further that he will not maintain or
provide for his employees any segregated facilities at any of his establishmerts,and that he will not
permit his employees to perform their services at any location,under his control,where segregated
facilities are maintained. The federally assisted construction contractor agrees that a breach of this
certification is a violation of the Equal Opportunity clause in this contract.
As used in this certification,the term"segregated facilities"means any waiting rooms, work area,rest
rooms and wash rooms,restaurants and other eating areas,time clocks,locker rooms and other storage
or dressing areas, parking lots,drinking fountains,recreation or entertainment areas,transportation,
and housing facilities provided for employees which are segregated by explicit directive or area,in fact,
segregated on the basis of race,creed,color,or national origin, because of habit,local custom, or
otherwise. The federally assisted construction contractor agrees that(except where he has obtained
identical certifications from proposed contractors for specific time periods)he will obtain identical
certifications from proposed subcontractors prior to the award of subcontracts exceeding$10,000
which are not exempt from the provisions of the Equal Opportunity clause,and that he will retain such,
certification In this file.
con.--A ON c°
(zOk114 .
_ ��,
Signs r •: : ; Date
i •,• •••0
Kyle J. Gebhardt P.E. - President %iS�,•' •VVASY‘\•\
Name and Title of Signer(please type) �ar,rrJt�ritrt�``o``
Certification of Nonsegregated Facilities
Phase 4-Stage 1 On-site Grinder Pump Installation 11 I I'a t e
Strider Construction Co, Inc.
Provided to Bh:iders Fx-nar.ge of WA. It:::. roc uesy" Conditions Arreenerx soe www.bxwe.00N - Always verify sea.
4.1113.1 DEPARTMENT O,
ma ECOLOGY
state cf Nosh rgtor
Disadvantaged Business Enterprise(DBE)Program
DBE Subcontractor Performance Form
This form is intended to capture the DBEs subcontractor's2 description of work to be performed and the price of the
work submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require its prime
contractor to have its DBE subcontractors complete this form and include all completed forms in the prime
contractors bid or proposal package.
Subcontractor Name Project Name Phase 4-Stage 1 On-site Grinder Pump
N
tit Installation
Bid/Proposal No. Assistance Agreement ID No.(if known Point of Contact
40521270
Address
Telephone No. Email Address
Prime Contractor Name Strider Construction Co., Issuing/Funding Entity Department of Ecology
Inc
Contract Item Description of Work Submitted to the Prime Contractor Price of Work
Number Involving Construction, Services,Equipment,or Submitted to the
Supplies Prime Contractor
ND i G2 ‹ fie.£Wf4).
DBE Certified By:LJ DOT ❑SBA Meets/exceeds EPA certification standards?
n Other: ❑ YES E NO 0 Unknown
A DBE is a Disadvantaged,Minority,or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications
as described in 40 CFR 33,204-33.205 or certified by EPA.EPA accepts certifications from entities that meet or exceed EPA certification
standards as described in 40 CFR 33.202.
2 Subcontractor is defined as a company,firm,joint verture,or individual who enters into an agreement with a contractor to provide services
pursuant to an EPA award of financial assistance.
FORM 6100-3(DBE Subcontractor Performance Form)
0 ECOLOGY
Disadvantaged Business Enterprise(DBE.) Program
DBE Subcontractor Performance Form
I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not
signify a commitment to utilize the subcontractors above.I am aware of that in the event of a replacement of a
subcontractor,I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c).
Pri ntra r Signature Print Name
i4y1e J.Gebhardt P.C.
Title Date
President 7/17/2024
Subcontractor Signature Print Name
Title Date
FORM 6100-3(DBE Subcontractor Performance Form)
WIDEPARTMENT OF
ECOLOGY
State of Wash:rgtoi
Disadvantaged Business Enterprise(DBE) Program
DBE Subcontractor Utilization Form
This form is intended to capture the prime contractor's actual and/or anticipated use of identified certified DBE
subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement
Recipient must require its prime contractors to complete this form and include it in the bid or proposal package.
Prime contractors should also maintain a copy of this form on file.
Prime Contractor Name Strider Construction Co, Project Name Phase 4-Stage 1 On-site Grinder Pump
Inc. Installation
Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact
40521270 Kyle J Gebhardt P.E
Address 4721 Northwest Drive,Bellingham,WA 98226
Telephone No.360-380-1234 Email Address bids@striderconstruction.com
Issuing/Funding Entity Department of Ecology
I have identified potential DBE certified subcontractors O YES X NO
If yes,please complete the table below. If no,please explain: Click here to enter text.
/Jo r101 Qv+lr 4 _ c+i o f i.,.
Subcontractor Name/ Company Company Address/Phone/Email Estimated Currently
Name Dollar DBE
Amount Certified?
Add more lines if needed
t A DBE is a Disadvantaged,Minority,or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications
as described in 40 CFR 33.204-33.205 or certified by EPA.EPA accepts certifications from entities that meet or exceed EPA certification
standards as described in 40 CFR 33.202.
2Subcontractor Is defined as a company,firm,joint venture,or individual who enters into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance.
FORM 6100-4(DBE Subcontractor Utilization Form)
01 DEPARTMENT OF
ECOLOGY
State of Washington
Disadvantaged Business Enterprise(DBE) Program
DBE Subcontractor Utilization Form
I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify
a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a
subcontractor,I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).
Pri Contractor Si ature Print Name
Kye J.Gebhardt P.E.
Title Date
President 7/17/2024
FORM 6100-4(DBE Subcontractor Utilization Form)