Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract CAG-19-254
{
SMALL PUBLIC WORKS CONTRACT AGREEMENT
Cedar River Boathouse Float Reconfiguration
THIS AGREEMENT ("Agreement") is made as of the 2 5 day of, k,f 2019, (the "Effective
Date") by and between the City of Renton, a non-charter code city under RCW 35A, and a
Washington municipal corporation ("City"),through its Community Services Department and
Marine Floats Corporation, ("Contractor"),a Washington Corporation who are collectively
referred to as the "Parties",to replace, relocate and remove floats utilized at the Renton Rowing
Center.City and Contractor agree as set forth below.
1. Scope of Work : Contractor will provide all material and labor necessary to perform all
work described in the Scope of Work which is attached and fully incorporated into this
Agreement by reference as Attachment "A."
2. Changes in Scope of Work: City,without invalidating this Agreement, may order changes
to the Scope of Work consisting of additions, deletions or modifications, the Agreement
Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work
shall be authorized by written Change Order or Amendment signed by the Parties.
3. Time of Performance: Contractor shall commence performance of the Agreement no later
than 30 calendar days after the Agreement's Effective Date.
4. Term of Agreement:The Term of this Agreement shall end at completion of the Scope of
Work, no later than 180 days from the Effective Date. This Agreement may be extended
to accomplish change orders, if required, upon mutual written agreement of City and
Contractor.
5. Agreement Sum: The total amount of this Agreement is the sum of$293,172.00 which
includes Washington State Sales Tax. This amount may be adjusted to a mutually agreed
amount based on changes to the Scope of Work.
6. Consideration: In exchange for Contractor's performance of the items and responsibilities
identified in the Scope of Work, City agrees to make payment of the amount identified as
the Agreement Sum.
7. Prevailing Wage/Method of Payment/Retainage/Bonding: Payment by the City for the
Work will only be made after the Work has been performed and a voucher or invoice is
submitted in a form acceptable to the City.
A. Prevailing Wage Rates:
Contractor must comply with the State of Washington prevailing wage
requirements. Contractor must file an Intent To Pay Prevailing Wage at the
beginning of the project and an Affidavit of Wages Paid at the end of the project
with the Washington State Department of Labor and Industries.
The State of Washington prevailing wage rates applicable for this project,which is
located in King County, may be found at the following website address of the
Department of Labor and Industries:
http://www.lni.wa.gov/TradesLicensing/PrevWage/default.asp
http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp
Pursuant to WAC 296-127-011,the applicable effective date for prevailing wage
rates paid for the duration of this contract shall be the date the contract is
executed as reflected in the "Effective Date" identified at the top of the first page
of this Agreement.
Upon request,the City will provide a copy of the applicable prevailing wages for
this project.Alternatively,the rates may be viewed at the City of Renton City Hall
by making an appointment with the contact person identified herein or prior to
contract award with the contact person identified as the City of Renton contact in
Paragraph 15 Notices of this agreement.
S. Retainage held by the City or in Escrow Account:
Pursuant to RCW Chapter 60.28, a sum equal to five percent(5%) of the monies
earned by the Contractor will be retained from payments made by the City to the
Contractor under this Contract. This retainage shall be used as a trust fund for the
protection and payment(1)to the State with respect to taxes imposed pursuant
to RCW Title 82 and (2)the claims of any person arising under the Contract.
Monies retained under the provisions of RCW Chapter 60.28 shall be:
Contractor must pick one—if contractor does not pick one then the first option
(retainage held in a fund by the City)applies.
Retained in a fund by the City.
or
Deposited by the City in an escrow(interest-bearing) account in a bank,
mutual saving bank,or savings and loan association (interest on monies so
retained shall be paid to the Contractor). Deposits are to be in the name of the
City and are not to be allowed to be withdrawn without the City's written
authorization.The City will issue a check representing the sum of the monies
PAGE 2 OF 10
reserved, payable to the bank or trust company. Such check shall be converted
into bonds and securities chosen by the Contractor as the interest accrues.
At or before the time the Contract is executed, the Contractor shall designate the
option desired. The Contractor in choosing option (2) agrees to assume full
responsibility to pay all costs that may accrue from escrow services, brokerage
charges or both, and further agrees to assume all risks in connection with the
investment of the retained percentages in securities.
The City may also,at its option, accept a bond in lieu of retainage.
C. For Agreements over$150,000:
Pursuant to RCW 60.26 and 39.08 The City requires a 5 % Retainage be withheld
and that the Contractor will provide a Performance and Payment (Contract) Bond
on the City approved form upon execution of the Agreement. Payment of the initial
95% will be made in the next pay cycle of the Renton Finance Department after
receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5%
will be retained for the purpose of completion of the project and fulfillment of
claims and liens.
D. City shall have the right to withhold payment to Contractor for any work not
completed in a satisfactory manner until such time as Contractor modifies such
work so that the same is satisfactory.
E. Final Acceptance. Final Acceptance of the Project occurs when the Public Works
Director has determined that the Project is one hundred percent(100%)complete
and has been constructed in accordance with the Plans and Specifications.
F. Payment in the Event of Termination. In the event this Contract is terminated by
the either party,the Contractor shall not be entitled to receive any further amounts
due under this Contract until the work specified in the Scope of Work is
satisfactorily completed,as scheduled,up to the date of termination. At such time,
if the unpaid balance of the amount to be paid under the Contract exceeds the
expense incurred by the City in finishing the work, and all damages sustained by
the City or which may be sustained by the City or which may be sustained by the
reason of such refusal, neglect,failure or discontinuance of Contractor performing
the work, such excess shall be paid by the City to the Contractor. If the City's
expense and damages exceed the unpaid balance, Contractor and his surety shall
be jointly and severally liable therefore to the City and shall pay such difference to
the City. Such expense and damages shall include all reasonable legal expenses
and costs incurred by the City to protect the rights and interests of the City under
the Contract.
410
PAGE 3 OF 10
8. Hold Harmless: Contractor shall indemnify, defend and hold harmless City, its elected
officials, officers, agents, employees and volunteers, from and against any and all claims,
losses or liability, or any portion of the same, including but not limited to reasonable
attorneys'fees,legal expenses and litigation costs,arising from injury or death to persons,
including injuries, sickness, disease or death of Contractor's own employees, agents and
volunteers, or damage to property caused by Contractor's negligent act or omission,
except for those acts caused by or resulting from a negligent act or omission by City and
its officers, agents, employees and volunteers.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, (Validity of agreement to indemnify against liability for negligence relative to
construction,alteration, improvement,etc., of structure or improvement attached to real
estate...) then, in the event of liability for damages arising out of bodily injury to persons
or damages to property caused by or resulting from the concurrent negligence of the
contractor and City, its officers, officials, employees and volunteers, Contractor's liability
shall be only to the extent of Contractor's negligence.
It is further specifically and expressly understood that the indemnification provided in this
Agreement constitute Contractor's waiver of immunity under the Industrial Insurance Act,
RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually
negotiated and agreed to this waiver. The provisions of this section shall survive the
expiration or termination of this Agreement.
9. Insurance: Contractor shall secure and maintain:
A. Commercial general liability insurance in the minimum amounts of$1,000,000 for
each occurrence/$2,000,000 aggregate for the Term of this Agreement.
B. Professional liability insurance, in the minimum amount of $1,000,000 for each
occurrence, shall also be secured for any professional services being provided to
City that are excluded in the commercial general liability insurance.
C. Workers' compensation coverage, as required by the Industrial Insurance laws of
the State of Washington, shall also be secured.
D. It is agreed that on Contractor's commercial general liability policy, the City of
Renton will be named as an Additional Insured on a non-contributory primary
basis. City's insurance policies shall not be a source for payment of any Contractor
liability.
E. Subject to City's review and acceptance, a certificate of insurance showing the
proper endorsements, shall be delivered to City before executing the work of this
Agreement.
PAGE 4 OF 10
F. Contractor shall provide City with written notice of any policy cancellation, within
two(2) business days of their receipt of such notice.
G. Additional Insurance if marked as"Required"by City:
1. X Required. Builders Risk insurance covering interests of the City, the
Contractor,Subcontractors,and Sub-contractors in the work. Builders Risk
insurance shall be on a special perils policy form and shall insure against
the perils of fire and extended coverage and physical loss or damage
including flood, earthquake, theft, vandalism, malicious mischief, and
collapse. The Builders Risk insurance shall include coverage for temporary
buildings, debris removal and damage to materials in transit or stored off-
site. This Builders Risk insurance covering the work will have a deductible
of $5,000 for each occurrence, which will be the responsibility of the
Contractor. Higher deductibles for flood and earthquake perils may be
accepted by the City upon written request by the Contractor and written
acceptance by the City. Any increased deductibles accepted by the City will
remain the responsibility of the Contractor. The Builders Risk insurance
shall be maintained until final acceptance of the work by the City.
2. X Required. Contractors Pollution Liability insurance covering losses caused
by pollution conditions that arise from the operations of the Contractor.
Contractors Pollution Liability insurance shall be written in an amount of at
least $1,000,000 per loss, with an annual aggregate of at least$1,000,000.
Contractors Pollution Liability shall cover bodily injury, property damage,
cleanup costs and defense including costs and expenses incurred in the
investigation, defense,or settlement of claims.
If the Contractors Pollution Liability insurance is written on a claims-made
basis, the Contractor warrants that any retroactive date applicable to
coverage under the policy precedes the effective date of this contract; and
that continuous coverage will be maintained or an extended discovery
period will be exercised for a period of three (3) years beginning from the
time that work under the contract is completed.
The City shall be named by endorsement as an additional insured on the
Contractors Pollution Liability insurance policy.
If the scope of services as defined in this contract includes the disposal of
any hazardous materials from the job site, the Contractor must furnish to
the City evidence of Pollution Liability insurance maintained by the disposal
site operator for losses arising from the insured facility accepting waste
01.
PAGE 5 OF 10
under this contract. Coverage certified to the Public Entity under this
paragraph must be maintained in minimum amounts of$1,000,000 per loss,
with an annual aggregate of at least$1,000,000.
Pollution Liability coverage at least as broad as that provided under ISO
Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA
99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90)
shall be attached.
10. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational
qualification,the Contractor agrees as follows:
A. Contractor, and Contractor's agents, employees, representatives, and volunteers
with regard to the Work performed or to be performed under this Agreement,
shall not discriminate on the basis of race, color, sex, religion, nationality, creed,
marital status, sexual orientation or preference, age (except minimum age and
retirement provisions), honorably discharged veteran or military status, or the
presence of any sensory, mental or physical handicap, unless based upon a bona
fide occupational qualification in relationship to hiring and employment, in
employment or application for employment, the administration of the delivery of
Work or any other benefits under this Agreement, or procurement of materials or
supplies.
B. The Contractor will take affirmative action to insure that applicants are employed
and that employees are treated during employment without regard to their race,
creed, color, national origin, sex, age, sexual orientation, physical, sensory or
mental handicaps, or marital status. Such action shall include, but not be limited
to the following employment, upgrading, demotion or transfer, recruitment or
recruitment advertising, layoff or termination, rates of pay or other forms of
compensation and selection for training.
C. If Contractor fails to comply with any of this Agreement's non-discrimination
provisions, City shall have the right,at its option,to cancel the Agreement in whole
or in part.
D. Contractor is responsible to be aware of and in compliance with all federal, state
and local laws and regulations that may affect the satisfactory completion of the
project, which includes but is not limited to fair labor laws and worker's
compensation.
11. Independent Contractor: Contractor's employees, while engaged in the performance of
any of Contractor's Work under this Agreement, shall be considered employees of the
PAGE 6 OF 1©
Contractor and not employees,agents, representatives of City and as a result, shall not be
entitled to any coverage or benefits from the City of Renton. Contractor's relation to City
shall be at all times as an independent contractor. Any and all Workman's Compensation
Act claims on behalf of Contractor employees,and any and all claims made by a third-party
as a consequence of any negligent act or omission on the part of Contractor's employees,
while engaged in Work provided to be rendered under this Agreement,shall be the solely
Contractor's obligation and responsibility.
12. City of Renton Business License: The Consultant shall obtain a City of Renton Business
License prior to performing any Work and maintain the business license in good standing
throughout the term of this agreement with the City.
Information regarding acquiring a city business license can be found at:
http://www.rentonwa.govJcros/one.aspx?portalld=7922741&pageld=9824882
Information regarding State business licensing requirements can be found at:
http://dor.wagov/doing-business/register-my-business
13. Record Keeping and Reporting: Contractor shall maintain accounts and records, which
properly reflect all direct and indirect costs expended and Work provided in the
performance of this Agreement. The Contractor agrees to provide access to and copies of
any records related to this Agreement as required by the City to audit expenditures and
charges and/or to comply with the Washington State Public Records Act (Chapter 42.56
RCW).
14. Public Records Compliance. To the full extent the City determines necessary to comply
with the Washington State Public Records Act, Contractor shall make a due diligent search
of all records in its possession, including, but not limited to, e-mail, correspondence,
notes, saved telephone messages, recordings, photos, or drawings and provide them to
the City for production. In the event Contractor believes said records need to be protected
from disclosure,it shall, at Contractor's own expense, seek judicial protection. Contractor
shall indemnify, defend, and hold harmless the City for all costs, including attorneys'fees,
attendant to any claim or litigation related to a Public Records Act request for which
Contractor has responsive records and for which Contractor has withheld records or
information contained therein, or not provided them to the City in a timely manner.
Contractor shall produce for distribution any and all records responsive to the Public
Records Act request in a timely manner,unless those records are protected by court order.
15. Other Provisions:
A. Administration and Notices. Each individual executing this Agreement on behalf
of City and Contractor represents and warrants that such individuals are duly
authorized to execute and deliver this Agreement on behalf of City or Contractor.
Pace 7 of 10
Any notices required to be given by the Parties shall be delivered at the addresses
set forth below. Any notices may be delivered personally to the addressee of the
notice or may be deposited in the United States mail, postage prepaid, to the
address set forth below. Any notice so posted in the United States mail shall be
deemed received three(3)calendar days after the date of mailing. This Agreement
shall be administered by and any notices should be sent to the undersigned
individuals or their designees.
CITY OF RENTON CONTRACTOR
Russ Woodruff Logan Brown, General Manager
1055 South Grady Way Marine Floats Corporation
Renton, WA 98057 1208 E D Street
Phone: (425)430-6602 Tacoma,Washington 98421
rwoodruff@rentonwa.gov Phone: (253) 383-1102
(brown@marinefloats.com
B. Amendment and Modification. This Agreement may be amended only by an
instrument in writing,duly executed by both Parties.
C. Assignment and Subcontract. Contractor shall not assign or subcontract any
portion of this Agreement without the City of Renton's prior express written
consent.
D. Compliance with Laws. Contractor and all of the Contractor's employees shall
perform the Work in accordance with all applicable federal, state,county and city
laws, codes and ordinances. A copy of this language must be made a part of any
contractor or subcontractor agreement.
E. Conflicts. In the event of any inconsistencies between contractor proposals and
this contract,the terms of this contract shall prevail.
F. Governing Law. This Agreement shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
G. Joint Drafting Effort. This Agreement shall be considered for all purposes as
prepared by the joint efforts of the Parties and shall not be construed against one
party or the other as a result of the preparation, substitution, submission or other
event of negotiation, drafting or execution.
H. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce
or interpret this Agreement or any of its terms or covenants shall be brought in the
PAGE 8 Of 10
King County Superior Court for the State of Washington at the Maleng Regional
Justice Center in Kent, King County, Washington, or its replacement or successor.
Contractor hereby expressly consents to the personal and exclusive jurisdiction
and venue of such court even if Contractor is a foreign corporation not registered
with the State of Washington.
i. Severability. A court of competent jurisdiction's determination that any provision
or part of this Agreement is illegal or unenforceable shall not cancel or invalidate
the remainder of this Agreement,which shall remain in full force and effect.
J. Sole and Entire Agreement. This Agreement contains the entire agreement of the
Parties and any representations or understandings, whether oral or written, not
incorporated are excluded.
K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be
construed to give any rights or benefits in the Agreement to anyone other than the
Parties, and all duties and responsibilities undertaken pursuant to this Agreement
will be for the sole and exclusive benefit of the Parties and no one else.
L. Waivers. All waivers shall be in writing and signed by the waiving party. Either
party's failure to enforce any provision of this Agreement shall not be a waiver and
shall not prevent either City or Contractor from enforcing that provision or any
other provision of this Agreement in the future. Waiver of breach of any provision
of this Agreement shall not be deemed to be a waiver of any prior or subsequent
breach unless it is expressly waived in writing.
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of
Effective Date.
CITY OF RENTON CONTRACTOR
OE 141.
. .41
Denis Law, Mayor
1055 South Grady Way
Renton,WA 98057
PAGE 9 OF 10
CO/23/
Date
Attest * SEAL
Jas A. Set
Cit lerk
Approved as to Legal Form
Shane Moloney
Renton City Attorney 1 !' C 1
Date
q/23f zarq
Date
Non-standard 08-06-19 CLB
PAGE 100F 10
Renton Cedar River Boathouse Float Reconfiguration REVISED BID FORM
City of Renton
Exhibit A
REVISED BID FORM
Due No Later than 4:00 PM September 5, 2019
CITY OF RENTON
EMAIL TO: RWOODRUFF(c RENTONWA.GOV
OR
HAND DELIVER TO: COMMUNITY SERVICES
SIXTH FLOOR, RENTON CITY HALL
1055 SOUTH GRADY WAY, RENTON, WA, 98057
Replacement, Repositioning and Removal of Floats from the City of Renton's Cedar River Boathouse
By submitting a bid, Contractor acknowledges and accepts full responsibility to complete all Work as per
all Contract Documents(and in full compliance with all codes, regulations and rules that are in force at the
date stated on the Contract Documents. Contractor agrees to provide all engineering, tools, labor,
materials, equipment and all services necessary to complete all the Work and subject to all terms and
conditions per Contract Documents.
PART 1 -BID SUMMARY
The bid amount is comprised of:
a. All Work including engineering,fabrication and installation of 2(two)new floats,realignment of 1
(one)existing float and removal and disposal of 1 (one)existing float and all other work as included in
the Contract Documents.
1. Base Bid Amount $ 266,520
2. Sales Tax on Base Bid Amount(10%) $ 26,652
3. Total Amount-Base Bid and Sales Tax $ 293,172
Written Total Dollar Amount(Line 31: two hundred ninety three thousand one hundred seyen(y two Dollars
PART 2-OTHER
2.1 Receipt of Addenda:
Receipt of the following Addenda is acknowledged: )
Addendum No: 1 - August 28, 2018,L-t
Addendum No:
Page 1 of 2
Renton Cedar River Boathouse Float Reconfiguration REVISED BID FORM
City of Renton
2.2 Acceptance of Bid
A. The undersigned hereby agrees that this BID shall be a valid and firm offering for the
period of thirty (30)days from closing time for the"Receipt of Bids."
B. Acceptance of Bid: Within thirty(30) days after the opening of Form of Proposal, the City
will act either to accept the Proposal from the lowest responsive, responsible Bidder, or to
reject all Bids. The City reserves the right to reject all bids.The City reserves the right to
request extensions of such Bid acceptance period.
C. The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract
to the Bidder whose Bid is under consideration for acceptance,together with a request to
furnish bonds(if required),evidence of insurance to execute the agreement set forth in
the Contract Documents,and other designated documents.
2.3 Execution of Contract
A. If written"Notice of Intent to Award Contract"is mailed,telegraphed, facsimile,or
delivered to the undersigned within the"period of Bid Validity"noted above, or any time
thereafter before this Bid is withdrawn, the undersigned will,within five (5)days after the
date of such notification,execute Contract in the form of Sample Agreement.
2.4 Prevailing Wage/Payment and Performance Bonds
A. Contractor shall pay at a minimum prevailing wages per provisions 7.A of the Agreement
B. Contractor shall provide a Payment and Performance Bond equal to 100% of of the
Contract Amount(including any selected alternates)per provisions of 7.0 of the
Agreement
2.5 Supplemental Contractor Qualifications
A. Bidder shall submit with the bid the completed Contractor Qualifications Form to
validate the required experience to be considered for responsiveness.
2.6 Subcontractor I Vendor Qualifications
A. Within 10(ten)days of receipt of Notice of Intent to Award Contract,the Bidder shall
submit the required documentation for Float Manufacturer per 05.70.00.1.05
Bid Respectfully Submitted By:
Contractor Name: Marine Floats Corporation
Contractor Registration No: Marinf"085QP
Address: 1208 E D St. Tacoma, WA 98421
Phone Number: ( 2531 3-2740
Signed By: (.(0_ }
Print Name: Brown
Title: General Mana.g e Date: 9-5-19
END OF REVISED BID FORM
Page 2 of 2
Renton Cedar River Boathouse Float Reconfiguration
City of Renton to, •
f �
sa
Addendum No. 1
Bids remain due by 4:00 PM on September 5. 2019
Incorporate the following revisions to the Contract Documents:
1: Bidder Questions and Answers:
1. Are your Issued For Construction Set for the Cedar River Boathouse Float Reconfiguration the
drawings to be used for construction; however,The specs note that design calculations are
required from the Contractor.A contractor asked me if they are to bid and build per PND
drawings or do as design build?
Answer:Work is to be provided per the documents. For the Aluminum Float
System requirements, see Specification Section 05-70.00.On Sheets S2,02&
S2.03,Framing Note 1)to be modified as follows: 1)ALL FRAMING MEMBER
MARINE GRADE ALUMINUM(TUBES AND ANGLES TO BE MINIMUM 4x4x1/2&
L2x2x1t2, RESPECTIVELY).
2. In the Contractor Qualifications page of the bid package, It states that the required information be
submitted within 5 days from the apparent low bidder.But, it goes on to say that this information
needs to be submitted with our bid.Can you please clarify if it needs to be submitted with our bid
package or if it needs to be submitted by the apparent low within 5 days of the City's request?
Answer: Contractor Qualifications are to be submitted with the bid.
3. Is a bid bond required for this project?
Answer:No
2: Revised Bid Form Attached.
1. Submit the revised bid form to include acknowledgement of receipt of addenda
End of Addendum No. I
}
4.A
August 28,2019
4,6
Marine Floats meets the contractor's qualifications per the Cedar River Boathouse
Reconfiguration project specifications.
Thank you for the opportunity to bid on this upcoming project. Our company has a 31
year history and an outstanding reputation for building superior projects throughout the
Puget Sound area.
Cordially,
lan Brown
Cedar River Boathouse Float Reconfiguration CONTRACTOR QUALIFICATIONS
City of Renton
CONTRACTOR QUALIFICATIONS
Low Responsible Bidder
It is the intent of the City to award a contract to the lowest responsive and responsible Bidder. In
determining the Bidder's responsibility, the City shall consider an overall accounting of the items listed
below.
The apparent low bidder shall submit the required information within five (5)business days of receiving
request from City. This request may be made in the form of a telephone call or email message The
required information shall be provided on the referenced form bound herein. Failure to submit such
information to the satisfaction of the City within the time provided may render the Bidder as not
responsible.
Required Information/Criteria
For the purposes of the Supplemental Bidder Responsibility evaluation process, the scope of this project
generally involves but is not limited to the fabrication and installation of 2 (two)new floats, and the
repositioning of 1 (one)existing float and removal and disposal of 1 (one)existing float All work shall be
in conformation to the Contract Documents including the Agreement, bid form,permits,conditions and
supplemental documents as issued by authorities having jurisdictions, project plans and specifications.
1. Experience of Contractor on Projects of Similar Size and Complexity
Contractor is required to demonstrate they have successfully completed at least 7 (seven) projects of
similar type, size and complexity to this project within the last 10 (ten) years.
Similar Size and Complexity to the project means projects having these characteristics:
• Scope includes but is not limited repositioning and attachment of 1 (one)existing float. Removal
and disposal of 1 (one)existing along with any cleanup/removal of related attachments and any
other elements or improvements no longer needed. Engineering, fabrication and installation of 2
(two) new floats Work was performed as permitted by federal and state authorities having
jurisdiction.
List of Completed Projects
Using the provided Contractor Qualifications Detail form, (electronic copy available upon request),
pprovide a list of at least 7 (seven)similar construction projects your firm has completed within the
past 10 (ten)years,giving the name of the project; name, address,contact information,contract
amount; date of completion; and role of your firm (prime or subcontractor). This information will be
used assess Contractor qualifications to undertake the Work.
2. Experience of Key Personnel
Experience of Project Manager Submit resume and references for the proposed Project Manager.
This person shall have managed, as lead project manager. a minimum of three projects of similar
type size and complexity to this project, and successfully completed those projects within the last ten
years.
The City may contact previous project Owners to validate the information provided by the Bidder
END OF SECTION
August 14, 2019
General Construction for Renton Cedar River Boathouse Float Reconfiguration
Contractor Qualifications Detail
Contractor shall provide with their bid all information below detailing at least 7(seven)marine construction projects of similar scope completed within the
past 10(ten)years within Washington,Oregon, Idaho or Alaska.
Business Contact information
Contractor Business Name: Marine Floats Corporation Total years in Business:31 years
Mailing Address:1208 E D Si.Tacoma,WA 98421 WA State Contractor Registration No:Marinf`085QP
Business eand
Phone:(253)383-2740 'Former business Business:
&Dates: N/A
Contact Name and Titte:Logan Brown :General Manager
Contact Phone:(253)677-3940Contact Email:lbrown@marinefloats.com I Reason for name change(s): N/A
Project Name Description of Work Performed: Owner Name/Address/ Date Contract Value: Served Served
Contact Tel: completed: as as Sub
i Prime
1 Rhododendron Park TRemaval and disposal of existing float�hno Construction 7 3416 Martin
City of Kenmore {and piling. Installation of(1)aluminum Luther King Jr.Way Seattle, WA 1/3118 $395,329 X
,float and(1) timber float 981181(206)324-8063
2 Steamboat Landing i Fabrication of aluminum floats. Ballard Marine Construction/
Ste of oWat Landisgal 727 S 27th St.Washougal,WA 5/17/19 $422,040 X
1i City98671 /(360)695-5163
3 ' Wau ho Lake !Fabrication and installation of(1) City of Lakewood/600 Main St.
o p !timber overlook deck and(1)timber SW Lakewood,WA 98499/ X
s City of Lakewood 6/19/17 $80,383
Ilakeviewdock (253)589-2489 -_-__--
4 Removal and disposal of existing Bob Wise/5834 Ward Ave NE _.._
Eagle Harbor Marina concrete float marina and timber piling Bainbridge Island,WA 98110/ 8/18/17 $2 595 665 X
Installation of new marina and piling (206)455-8583
5 ;Removal and disposal of existing Ralph Spillinger/141 Parfitt
Winslow Wharf concrete float marina and timber piling Way SW Bainbridge Island,WA 4/1/15 $4,436,561 X
Installation of new marina and piliga 98110/(206)842-4202
6 , i Fabrication and installation of floating Glenn Carlson/Griswold Ave
Port of Grapeview 1 dock,ramp and steel pilings Grapeview,WA 98546, 4/1/19 $172,683 x
(4251610-6552
7 }Girl Scouts of Western Removal and disposal of existing pier,ramp Jesse Jacobson 139580 N Hwy
slows and piling
installed aluminum per
!Washington aqJanum structure,ramp floating docks and 101 Lilliwaup,WA 98555 8/26/13 $326,500 X
;Camp Robbinswold ;i (206)512-9098
LOGAN S. BROWN
Lbrown@marinefloats.com
1208EDSt.
Tacoma, WA 98421
(253) 677-3949
EDUCATION
• BS Degree in Construction Management from Central Washington University- graduated
2009
Skills Acquired: Structural Engineering, Coordination of Sub-contractors, Scheduling, Estimating,
Management,Cost Accounting,Safety Management, Professional Communication,Contract Law,
Technical Documents and Plans.
* American Institute of Constructors- certified Associate Constructor
EXPERIENCE
* Marine Floats (Marine Construction) 2010-Present
*Current employer
Project Manager: Estimating, scheduling, purchasing, Coordination of subcontractors,
Completing extensive permit process. Coordinating construction of piers, docks, and
overwater structures throughout the Puget Sound for private and government clients.
PROJECT REFERENCES
1. Winslow Wharf
o Removal and disposal of existing concrete float marina and timber piling. Installation '
of new marina and piling.
ContractValue: $4,436,561
o Contact- Ralph Spillinger- (206)842-4202
2. Steamboat Landing
o Fabrication of aluminum floats.
Contract Value: $422,040
o Contact - Ballard Marine Construction- (360)695-5163
3. Port of Grapeview
o Fabrication and installation of floating dock, ramp and steel pilings.
Contract value : $172,683
o Contact -Glenn Carlson-Port of Grapeview Commissioner -(425)610-6552
4. Eagle Harbor Marina
o Removal and disposal of existing concrete float marina and timber piling. Installation
of new marina and piling.
Contract Value : $2,595,665
o Contact- Bob Wise-(206)455-8583
.k
L . +
Bond No 2295351
c CONTRACT BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned Marine Floats corporation
as principal, and North American Specialty Insurance Company corporation organized and existing under
the laws of the State of Connecticut as a surety corporation, and qualified under the
laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal
sum of $293,172.00 for the payment of which sum on demand we bind
ourselves and our successors,heirs, administrators or person representatives, as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington,the Ordinance of the
City of Renton.
Dated at Tacoma Washington,this 13 day of September ,2019
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Contract No. CAG•19-254 providing for construction of the Cedar
River Boathouse Float Reconfiguration;the Principal has accepted,or is about to accept, the contract,
and undertake to perform the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, this Performance and Payment Bond shall be satisfied and released only upon the
condition that Principal:
• Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner
and within the time specified as may be extended under the Contract;
• Pays all laborers, merhanics,subcontractors, lower tier subcontractors, material persons, and all
other persons or agents who supply labor, equipment, or materials to the Project:
• Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities,
causes of action,damages, and costs for such payments for labor, equipment,and materials by
satisfying all claims and demands incurred under the Contract,and reimbursing and paying Owner
all expenses that Owner may incur in making good any default by Principal;and
• Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,damages and
costs, including property damages and personal injuries, resulting from any defect appearing or
developing in the material provided or workmanship performed under the Contract.
• Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington(RCW)
and all taxes imposed on the Principle under Title 82 RCW.
The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design
professionals retained by Owner in connection with the Project.
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be
performed under the Contract shall in any way affect Surety's obligation on the Performance Bond.
Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the
Contract or the Work.
This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue
shall bein King County,Washington
/NVV|TNES5VVHEREOF' the pameu have executed this instrument in two identical counterparts this
13 day of September . 20 18
_
Marine Floats Corporation North American Specialty Insurance Company
Principal Surety
'
'
���^/o�''
5ignatur» 5ig��xure —
Julie A. Craker Attorney-in-Fact
Title ' Tide -- --'— -
Name and address of local office of HentocheU &Anonciateo. Inc.
agent and/or SoretyCompany: 1436 S. Union Avenue
Tacoma,WA oa*un
F�""«,"."e�.,~v�pe",n,.
,,rnr"umn 2019
SWISS RE CORPORATE SOLUTIONS
, NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS.THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire.and having its principal office in the City of Overland Park,Kansas,and Washington International Insurance
Company.a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland
Park.Kansas.each does hereby make,constitute and appoint:
THOMAS P.HENTSCHELL,BRADLEY A. ROBERTS,JULIE A.CRAKER,
KAREN J.SMITH,and JOANNE REINKENSMEYER
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies.as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation.contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of:
FIFTY MILLION(S50,000,000.00}DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director.any Senior Vice President,any Vice President,any Assistant Vice President. _
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
rk14.%
By
*.•/,`7". .41ai
,e44.4..let
4.:(10°Aii•-*0
_ f SEAL Itt
(
1.1,4 len
Ste An ven P. dersson.Senior Vice?resident of Wittiness International bummer Company
&Senior Vise President ells:or*American Speciake loseroace Conspany t". SEAL'''A
a!
irn
f44ii• IV 'Nib.,i
ha By
Michael A.Um Suitor I ste remade.of *sham n toraationsl binnunet Company
&Seater Vice President of North Americus Spetithy bat-act Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 19 day of JANUARY .2018 .
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County,.of Cook as:
On this 19 day of JANUARY ,2018 .before me,a Notary Public personally appeared Steven P. Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito,
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company,personally known to me.who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to he the voluntary act and deed of their respective companies.
............"..M6.444,416...AL SEAL 11.................-4
OFFIO
I
It KENNY
I Notify Pubbc-SUM ot Weis
I My COMINIMPorl c.p..1 M.Kerney.Notary Public
Meant
ar-atememomimi-mr-im-son-ei
I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company.do hereby certify that the above and foregoing is a true and correct copy of a Pow-er of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full three and effect.
1 -1--(
IN WITNESS WHEREOF.I have set my hand and affixed the seals of the Companies this 3-0 wn ibei0( .
day off,9—
,/,' ' -
,./.
Jeffrey Goldberg.Vice President&Assistant StitilkI\of
Washington Intemanonal Insurance Company&North Amencan Specialty Insurance 1 ompany