HomeMy WebLinkAbout09-137 - Construct Company LLC - Codiga Park ConstructionCity of Tukwila Change Order:
PROJECT: Codiga Park Construction
12529 50th Place South
Tukwila, WA 98168
CONTRACTOR: Construct Company, LLC
1621 Pease Ave. Phone: 253 826 2050
Sumner, WA 98390 FAX: 253 826 2048
ACCEPTED:
ARCHITECT
SLA Landscape Architecture
18825 SE 164th Street
Renton, W ASS
BY:
Title:
DATE: 3 i) 3
CONTRACTOR
Construct Co. LLC.
1621 Pease Ave.
Sumner WA 98390 1
BY: 9e1
Titlev
DATE: 3- (0 /0
Attach Work Change Directive, Change Order Request forms and shop drawings accordingly.
CC: Owners Representative; Landscap Architect; file.
Project Account
Contract
Change Order Date:
Project Number:
Contract Date
Contract Start Date
Original Contract Substantial Completion Date
Amended Contract Substantial Completion Date
Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. the rights of
the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are
waived; and D. The contractor Must Submit all Field Overhead and Horne Office Overhead rates for approval in advance of all Change
Orders.
The contract is changed as follows:
1. Release Construct Company, LLC from the responsibility of connecting the power from the east side of 50th
Place South, to the park construction site on the west side of the street. This change in the scope of work will
be credited back to the City. Construct Company, LLC will still do all other electrical work as specified in the
plans, specifications, and bid packet.
2. Swap the interpretive signage for installing extra fencing and credit the City the difference.
SUBTOTAL
Overhead Mark Up 15%
SUBTOTAL'$
TAX
The original (Contract Sum) not including tax
Tax on original Contract Sum
Net change by previously authorized Change Orders
The Contract Sum prior to this Change Order was
The Contract Sum will be or Decreased in the amount of
The Contract Time will be Increased or Decreased by 'Zero (0) Working Days
The date of Substantial Completion as of the date of this Change Order therefore is March 26, 2010
The NEW Contract Sum is:
The NEW Contract tax is:
TOTAL CONTRACT with tax is:
BY:
IsStr\o--
09
Council Approval N/A
s
CITY
City of Tukwila
12424 42nd Ave South
Tukwi WA 981 8
#2
301.00.594.760.62.50
09 -137
03/10/2010
98- DR06- CODIGA -09
08/18/2009
09/18/2009
01/15/2010
03/26/2010
Plus or (Minus)
(1,200.00)
TOTALIJ $1,449.71
dt
Mav o
TE '14A: t oro
(123.94)
(1,323.94)
(1,323.94)
(125.77)
223,089.00
21,193.46
223,089.00
(1,323.94)
221,765.06
21,067.68
242,832.74
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that
we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work
above specified, and will accept as full payment therefore the prices shown above and below.
1
City of Tukwila
PROJECT: Codiga Park Construction
12529 50th Place South
Tukwila, WA 98168
CONTRACTOR: Construct Company, LLC
1621 Pease Ave. Phone: 253- 826 -2050
Sumner, WA 98390 FAX: 253- 826 -2048
Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. the rights of
the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are
waived; and D. The contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change
Orders.
The contract is changed as follows: Plus or (Minus)
1. A ten week extension of the contract between the City of Tukwila and Construct Company, LLC 0
for the completion of electrical work at Codiga Park due to Seattle City Light's Engineering process.
Cost for the electrical connection work is unknown at this time and will be addressed when
connection plan is solidified with Seattle City Light.
ACCEPTED:
ARCHITECT
SLA Landscape Architecture
18825 SE 164th Street
Renton, WA
BY:
Title: Teas-cf.-if"—
DATE: t IL3 /ZA3t'
CONTRACTOR
Construct Co. LLC.
1621 Pease Ave.
Sumner, A 98390
BY: 4
Title: fJ }r cd ecr 42cineu Erz
Original Contract Substantial Completion Date
Amended Contract Substantial Completion Date
Attach Work Change Directive, Change Order Request forms and shop drawings accordingly.
CC: Finance Department (w /encumbrance); Owners Representative; Construction Architect; file.
0 1 3 6 rt
Change Order: #1
09- 137(a)
Council Approval N/A
Project Account 301.00.594.760.62.50
Contract 09 -137
Change Order Date: 1/5/2010
Project Number: 98- DR06- CODIGA -09
Contract Date 8/18/2009
Contract Start Date 9/18/2009
1/15/2010
3/26/2010
SUBTOTAL
Overhead Mark Up 15%
SUBTOTAL
TAX
TOTALJI 0
The original (Contract Sum) not including tax
Tax on original Contract Sum
Net change by previously authorized Change Orders
The Contract Sum prior to this Change Order was
The Contract Sum will be Increased or Decreased in the amount of
The Contract Time will be Increased or Decreased by 1Fifty (50) Working Days
The date of Substantial Completion as of the date of this Change Order therefore is March 26, 2010
The NEW Contract Sum is:
The NEW Contract tax is:
TOTAL CONTRACT with tax is:
CITY
City of Tukwila
12424 42nd Ave South
Tukwila, WA 9816,8
BY:
T Mavor
DATE: 13 t ATE: l// 3 /iv
221,751.00
21,066.35
221,751.00
221,751.00
21,066.35
242,817.35
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that
we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work
above specified, and will accept as full payment therefore the prices shown above and below.
et, xr
Contract No09 137
Agreement Council Approval 7/6/09
This Agreement is entered into by and between the City of Tukwila, Washington, a noncharter
optional municipal code city hereinafter referred to as "the City and Construct Co., L.L.C.. hereinafter
referred to as "the Contractor whose principal office is located at 1621 Pease Ave., Sumner, WA
98390
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain
terms and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scone and Schedule of Services to be Performed by Contractor. The Contractor shall
perform those services described in the Codiga Park Construction Bid Documents, Technical
Specifications, Plans, and Bid Proposal (Exhibit A) attached hereto and incorporated herein by this
reference as if fully set forth. In performing such services, the Contractor shall at all times comply with
all Federal, State, and local statutes, rules and ordinances applicable to the performance of such
services and the handling of any funds used in connection therewith. The Contractor shall request and
obtain prior written approval from the City if the scope or schedule is to be modified in any way.
2. Comnensation and Method of Payment. The City shall pay the Contractor for services
rendered according to the rate and method set forth on Exhibit A attached hereto and incorporated
herein by this reference. The total amount to be paid shall not exceed $223,089.46 plus tax, except
amended by change orders.
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement
within the maximum limits set forth in this Agreement. The Contractor shall request prior approval
from the City whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period of 120
calendar days from the date the Notice to Proceed is issued, except amended by change orders, unless
sooner terminated under the provisions hereinafter specified. The scope of work under this Agreement
shall be completed within the time specified in the Exhibit A attached hereto and incorporated herein
by this reference.
5. Independent Contractor. Contractor and City agree that Contractor is an independent
contractor with respect to the services provided pursuant to this Agreement. Nothing in this
Agreement shall be considered to create the relationship of employer and employee between the parties
hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded
City employees by virtue of the services provided under this Agreement. The City shall not be
responsible for withholding or otherwise deducting federal income tax or social security or contributing
to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect
to the Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability, including
attorney's fees, arising from injury or death to persons or damage to property occasioned by any act,
omission or failure of the Contractor, its officers, agents and employees, in performing the work
required by this Agreement. With respect to the performance of this Agreement and as to claims
against the City, its officers, agents and employees, the Contractor expressly waives its immunity under
Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees,
and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph
extends to any claim brought by or on behaif of any employee of the Contractor. This waiver is
mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the
sole negligence of the City, its agents and employees. To the extent any of the damages referenced by
this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or
employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the
extent of the negligence of the Contractor, its officers, agents, and employees.
8/21/2009
Page 1 of 2
7. Insurance. The Co shall procure and maintain i n full force throughout the duration
of the Agreement insurance coverage as set forth on Exhibit A attached hereto and incorporated herein
by this reference.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property,
financial and programmatic records which sufficiently and properly reflect all direct and indirect costs
of any nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof
unless permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by
this Agreement shall be subject at all times to inspection, review or audit by law during the
performance of this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the
Contractor thirty (30) days written notice of the City's intention to terminate the same. Failure to
provide products on schedule and to requirements set for in Exhibit A attached hereto and incorporated
herein by this reference may result in contract termination. If the Contractor's insurance coverage is
canceled for any reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Contractor shall not discriminate against any employee,
applicant for employment, or any person seeking the services of the Contractor to be provided under
this Agreement on the basis of race, color, religion, creed, sex, age, national origin, marital status or
presence of any sensory, mental or physical handicap.
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of
the services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement. This Agreement and Exhibit A attached hereto and incorporated by
reference contains the entire Agreement between the parties hereto and no other Agreements, oral or
otherwise, regarding the subject matter of this Agreement, shall be deemed to exist or bind any of the
parties hereto. Either party may request changes in the agreement. Proposed changes which are
mutually agreed upon shall be incorporated by written amendments to this Agreement.
14. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
15. Applicable Law; Venue: Attorney's Fees. This Agreement shall be governed by and
construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or
other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand
and agree that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit.
DATED this Ig day of ti c, nS 2009
CITY OF TUKWILA CONTRACTOR: Co n L-.<j LLC
By:
T Jim Ha gyl }�l, Mayor :A25 /b
ATTEST /AUTHE NTICATED:
APPROVED AS TO FORM:
Office of the City Attorney
By:
8/21/2009
Christy O'Flaherty; CMC, CJJy Clew
By:1�.� I
Title: Pre( r cLe�'C
Printed Name: (1-4 v 0c 9...
Address: (l�,Z� PQc
Su en n 4 ■Wl 9M10
Date approved by City Council: July 6, 2009
Page 2 of 2
To the Mayor and City Council
City of Tukwila, Washington
PROPOSAL
(Lump Sum)
Exhibit A
P -1
Contractor's Name 1, 1�uci yo. i I
Contractor's State License No. g
City of Tukwila Project No. 98- DR06- CODIGA -09
The undersigned (Bidder) hereby certifies that he personally examined the location and
construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner)
project titled CODIGA PARK CONSTRUCTION, which project includes but is not limited to parking
lot with ingress and egress, road shoulder improvements, paths, demolition, clearing and surface
grading, paving, irrigation, deck and shelter construction, hydroseeding, planting, and other work
necessary to complete the Work as specified and shown in the Contract Documents; and has read
and thoroughly understands these Documents which govern all Work embraced in this
improvement and the methods by which payment will be made for said Work, and thoroughly
understands the nature of said Work; and hereby proposes to undertake and complete all Work
embraced in this improvement in accordance with these Contract Documents and at the following
schedule of rates and prices.
The Bidder understands that the quantities mentioned herein are approximate only and are
subject to increase or decrease, and hereby proposes to perform all quantities of work as either
increased or decreased in accordance with the Contract Documents.
As evidence of good faith, (check one bid bond or cash, cashier's check, certified check,
or postal money order made payabl to the City of Tukwila equal to five percent (5 of the
Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by
Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or
refuses to enter into an Agreement and furnish the required Payment and Performance Bond and
liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null
and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become
the property of Owner as liquidated damages, all as provided for in the Bid Documents.
Bidder shall attain Physical Completion of all Work in all respects within one hundred twenty
[120] calendar days from the date stated in the written Notice to Proceed. If the work is not
completed within this time period, Bidder shall pay liquidated damages to Owner as specified in
Section 1 -08.9 of the Standard Specifications for every calendar day work is not Physically
Complete after the expiration of the Contract time stated above. In addition, Bidder shall
compensate Owner for actual engineering inspection and supervision costs and any other legal
fees incurred by Owner as a result of such delay.
Page 10 Proposal
Dr.■,,irtoa t., 1NA Inr Fnr I icanP Cnnditinns Aoreement see www.bxwa.com Always Verify Scale
CODIGA PARK CONSTRUCTION BID SCHEDULE REVISED
Project No. 98- DR06- CODIGA -09
Note: Prices for all items, all extensions, and the total amount bid must be shown. Show prices in
both words and figures (ink or typed), and where conflict occurs, the written or typed word shall
prevail. Where conflict occurs between the item price and the total amount specified, the item
price shall prevail, and totals shall be corrected to conform thereto.
Item
No. Item Description Unit
BASE BID
1 Mo ilizatio f I -Yj 8O3 :00
�j I V pee- s�nt_s (I L! f
hi, cearS tdhd eve a/-k5 and /100
2 Erosion/ Sediment Pollution Control
d,:;ilav� ate, rev C s
3 I Clearing and Grubbing
6
7
8
9
10
11
ewalks apd Path ays
L
Plant Purchase ct
iftciv'
Dollars
e and /100
Dollars
zz5.CO
uJ (i ousc,c1 'j -l.v� �E,c t c a -{(,mac 11 and /100
Ce Dollars
4 I Topsoil 1 ,vu
I Wei. h{--ei t-�(- cu 1 �i� 1L �c1 L and /100
r c l i t�V" Dollars
5 Irrigation I /7. 1a0 00
�is2 vt�--C Ol cS o i t f 'll<� and /100
S odu Ci_oi iG vc n i r� 22e vV; p s� 3 Dollars
Elctrical I 1
&'Z
r� S 0. i TkU tit( d and /100
Dollars
Parking' Lot 134 994 .c)tJ
41.�— A-;-v GR.4 SG �ii�� a and /100
Dollars
Extruded Curb
Tick) Lk) ei'�C'�C7nd c�1 L�Ct�L�'l�C1�Y�CJ d kik] and
Striping and Wheel Stops C/ t( v 4 4 2) co. 0
ALA c' e G and /100
v•-g- �/-v1I d-b t'La v� c: c cj i ev. c Dollars
/100
y /100 Dollars
I 5 7g t)J
A grid /100 Dollars
a h
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
Page 2 Bid Schedule Revised
r,..a� r.. ...V IA/ n i.. c r„n.li+i,sno Anrcorncn+ePP ‘AAAAAI I^11m AIWA\/C Varify Sr' IP
Amount
Ls=jl)
(O, 00
00
2: 03
03
1, -0 00
4 3 `I` 0
110 3c)
0C
a
CODIGA PARK CONSTRUCTION BID SCHEDULE
Project No. 98- DR06- CODIGA -09
Item
No. Item Description Unit Amount
12 Plantin ggInstallation
T A �4 e a L-d C:„\-z_ kut..d Ld e
a/4 ld v j a. --d 2 VC-
G2r.1
13 Road Shoulder
Te eLES&t ct tttQvjC0
e mac: C.e v
14 Fence
Alt 1
2', W3. LS
and /100
Dollars
/0 000 0 LS
and /100
Dollars
11 4 1(/-e-e_ CA-AS x' L vt_c_i and /100
int t c\-t4 k C t-°S ✓v C Dollars
15 Hydroseeded Turf I, 14-7.00 LS
.v et c .S �d hi,L�(t e and /100
-(4 A QV ai ac l v& C:.vva. `t e (t2 S Dollars
16 Interpretive Signage 1 32), 60 LS
owi,,a LC{ rAk trqd 6 i,e and /100
C l i c e C v4 2v C L Dollars
IN NUMBERS:
TOTAL BASE BID PRICE
IN WORDS:
TOTAL BASE BID PRICE
BID ALTERNATES
Benches, Tables, Bike Rack Install
4 i at �ct and
c (v i- v 4 J
0.-,S L.d
2 v
Alt 5 U niit Cost for Export of material per /cyd
ZE7 VCV Cc_
Z7--.3 og 00
I b' Lta
e44 dJ _3 4,0 e� /L
/100 Dollars
Alt 2 1 picnic Structure Install
1► r i i Cu V\ -d nd /100 Dollars
Alt 3 Overlook Deck and Rails L7, )7U. Cu
-5—(A? 'CA- kaA.S. a r d J and /,100 Dollars
tau r d d --h to
Alt 4 Pervious Concrete Sidewalks 1 00 A)
�cand /100 Dollars
and /100 Dollars
LS
LS
LS
LS
LS
Ea /yd
Page 3
a• o..a.r,.... C..nisnr.nn of %A /A Inn Gnr 1 ienne (`nnriitinnc GnrPPmant sin e UAAJW hYVVA Grim Always VPrifv SealP
L f °a
(71
Alternates will be accepted on an individual basis.
Page 4
r_ n C... r..Jl +inr.�. At-Ircs.nrn.rsf eetn tnnnnni F,vnein nnm Ahuwc /crifw Cnolc
Proposal P
Bids Submitted on Computer Printouts
Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may
submit an original computer printout sheet with their bid, as long as the following requirements are met:
1. Each sheet of the computer printout must contain the exact same information as shown on the hard
copy bid form Project Name, Schedule Name, column headings in the order shown, totals, etc.
2. The computer printout of the Bid Proposal must have the exact certification language shown below,
signed by the appropriate officer of the firm.
3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form
which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc.
If any of these things are missing or out of order, the bid may be rejected by the Owner.
The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid
and used in the Contract if awarded by the City. In the event of conflict between the two. unit Bid prices will
prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these
Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid
prices shown on the computer printout will be used to determine the bid.
Put this certification on the last sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print -out for all of the
bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be
tabulated using these unit prices and no other information from this print -out. (YOUR FIRM'S NAME)
acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that
the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print -out by the
resp timated quantities shown on the Bid form then totaling all of the extended amounts.
Signed:
Title: 1 1'1.x.. 1 Rt
Date: �f •Z
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum Addendum
No. Date of Receipt No. Date of Receipt
1 /0 AP i G 3 'S Ai'kr L-
2 I34PL 4 !1A"
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the
Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified.
By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid
Documents and will provide the required coverage.
It is understood that Owner may accept or reject all bids.
Codiga Park Construction Rev. 2006
March 18, 2009
Page 14
of tAiA in,' G.,r i tcana Rnn(tltinnc AnrPPmPnt RPP www bywa.com Always Verify Scale
Proposal P -6
Th Surety Company which will f arnish the required Payment and Performance Bond is
,LQb Ii V IV).
(Name)
Bidder:
Signature of Authorized Official:
Printed Name and Title:
Address:
1 o `t
Phone No.: 0 U6
of (-SILO AjE
1 ,(i(Iddress) cr T
CO VIA C
J
Y1 o ir rL
cr 9 39
Circle One: Individual Partnership /C�.._L�./ State of Incorporation:
Joint Venture Corporation J
Date: L4 I 0
This address and phone number is the one to which all communications regarding this proposal should be
sent.
NOTES:
1. If the Bidder is a co- partnership, give firm name under which business is transacted; proposal must be
executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name
by the president or vice president (or any other corporate officer accompanied by evidence of authority
to sign).
2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a
bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it
on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be
rejected.
Codiga Park Construction Rev. 2006
March 18, 2009
Page 15
�.....:.�ell 4.. Ch mildnrc of Ima Inn Fro' r'nn(titinnc Anreement see www b wa.corn Always Verify Scale
STATE OF WASHINGTON
ss.
COUNTY OF KING
SEAL
Page 17 Non Collusion Declaration
IA/A
NON COLLUSION DECLARATION
The undersigned, being first duly sworn, on oath states that the person, firm, association,
partnership, joint venture, or corporation named in the Bid Proposal 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 connectio th the City of Tukwila project named
CODIGA PARK CONSTRUCTION, Project No. 98- DRO A -09.
c mSfvucT{ vIi} 6 11` LPL
Name of Firrh
u O
Signe oir) to befor mIon this 1 day of AOIr
t
S gr3tur of Notary Public in and for t e State of Washington, residing at
My app intment expires:
Signature of Au orized Official
Title
001111,e s
N MCyq
.4 NOT ARY NA k...PUMA
Z77
Op Nt```
Inr. I nr ncnna Rn nrlitinnc Onraamant CPA www hwva rnm AIways VPrifv Scale
,20 Li
1�11►tf
P -8
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional she as necessary to fullygrovide the information required.
X1)(1 �,J tn. �1._ L
Name of Bidder: C f �vl
P
Add of Bidder: I ea t l 11i.
Zip Code
Contractor's License No. 1 s rc L 11) Y State UBI No. (.0 17v "31
Dept. of L &I
C
License Bond Registration No. Worker's Comp. Acct. No. U»
Bidder is a(n): Individual Partnership Joint Venture Incorporated in the state of
List business nanilsiGsed by Bidder during the past 10 years if different than above:
Bidder has been in business continuously from
Bank Reference V"( t,1 S 1 7 __)3r)
ink
No. No. of regular full -time employees:
l
LvU c L
City State
Ut1 .-k
/Year
v
Account dfficer
Number of projects in the past 10 years completed ahead of schedule
behind schedule
Bidder has had experience in work co parable 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, Principal Foreman, Superintendents, and Engineers):
Name Title How Lona With Bidder
Page 18 Responsible Bidder Determination Form
tnhA Inn .,r- Henna (:nnelitinnc Anrc.c.mant sac. www hYwa cnm Always Verify Scale
on schedule
P -9
.5) (3 D 51l
Officer's Phone No.
Responsible Bidder Determination Form P -10
Name the Surveyor to be used on this Project, who wi directly supervise all surveying activities.
Attach a resume outlining the experience and qualif ations of the Surveyor. Is the Surveyor
licensed in the State of .hington�a PLS) des No
Surveyor's Name: I tit
List all those projects, of similar natur nd size, completed by Bidder within the past 10 years.
Include a reference for each. Any attached preprinted project listing must include all this
information. Bidder must have at least 10 years experience working on projects of similar nature
and size.
Year Contract
Proiect Name Completed Amount Owner /Reference Name and Phone
List all projects undertaken in the last 10 years which have resulted in partial or final settlement of
the Contract by arbitration or litigation in the courts:
Name of Client and Proiect
H Bidder, or any representative or partner thereof, ever failed to complete a contract?
No Yes If yes, ive details:
\f7 ,8 H Bidder ever had any Payment/Performance Bonds called as a result of its work?
No Yes If yes, please state:
Codiga Park Construction
March 18, 2009
Proiect Name
N,
Total Claims Amount of
Contract Arbitrated Settlement
Amount or Litigated of Claims
Contractina Party Bond Amount
Page 19
Drn.dricr1 n R. iiiricrc Pvrhanna of WA In Fnr usana Conditions Aareement see www.bxwa.com Always Verify Scale
Responsible Bidder Determination Form P -11
Ha Bidder ever been found guilty of violating any State or Federal employment laws?
NNo Yes If yes, give detai
V I I C.—
Has Bidder eve fil for protection under any provision of the federal bankruptcy laws or state
insolvency laws? No Y s If yes, give details:
Has any adverse legal judgment been rendered against Bidder in the past 5 years?
No Yes I ye 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
V1
The undersigned warrants under penalty of Perjury that the foregoing information is true and
accurate to the best of his /her knowledge. The undersigned authorizes the City of Tukwila to
verify all information contained herein.
Signatur Bidder
Title: At\-t' L 1
Codiga Park Construction
March 18, 2009
Date:
4/,)
1
Page 20
or.,i,iao.l 4r R1!Mare Fvrhanna of WA Inn Fnr iicana Cnndifinns Anreement see www.bxwa.com Always Verify Scale
Equipment to be used:
Labor to be used:
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Page 21 Proposed Equipment and Labor Schedule
or.,,,irlo.l r., Ril.lcrc Gvrhanna of WA inr Fnr ucana Cnnditinns Anreement see www.bxwa.com Always Verify Scale
P -12
DESCRIPTION /TYPE YEAR CONDITION OWN /RENT
LabDf s C(c c-lC \e► YUCILc'' f c
(111S
Name of Bidder)
Signature of A thoriged Official
Title
PROPO ED ORS
j
Name of Bidde C.1 ORO "t`f -LL
In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the
names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the
work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and
electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one
subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the
Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of
the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more
subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore,
void.
The successful Bidder must have the written permission of he Owner to make any change to this list.
Percent of total bid to be performed by Bidder cyo
Schedule /Bid Item Numbers of
Name Subcontractor will perform Total Bid
Page 22 Proposed Subcontractors
a of 1A /A Inn (fin nrlifinne Ar1rAA171Anf CPA WMAN IlYWA Cn111 AIWAVA VPrIfv SI1AIB
P -13
Pr:
N 1i-
stall Dr ainag- 5:. 1 1- 6E!VV U'J i!, rt S,rr-
P Owner City of Des Moines
Owner Address 21650 11th Ave S
Phone 206- 870 -6522
Contract Amount $789.000
Perecent Complete 50%
Completion Date April 2008
Project Name "M" Street Southeast Improvements
Description of work Road and Utility Improvements
Project Owner City of Auburn
Owner Address 25 West Main St
Phone: 253- 9313010
Contract Amount $1,178,000
Percent performed by own forces 70%
Completion Date August 2007
Project Name Rainer Street Roadway Improvements
Description of work Road and Utility Improvements
Project Owner City of Steilacoom
Owner Address 1030 Roe Street, Steilacoom WA 98388
Phone 253- 581 -1912
Contract Amount $2,040,000
Percent performed by own forces 70%
Completion Date: October 2007
Project Name Tributary 170 Improvements
Description of work Install Culverts under roadway
Project Owner City of Issaquah
Owner Address
Phone 425- 837 -3400
Contract Amount $905,000
Percent performed by own forces 70%
Completion Date October 2007
Project Name San Jaun Ave Roadway Improvements
Description of work Road and Utility Improvements
Project Owner City of Fircrest
Owner Address.
Phone 360 352 -9456
Contract Amount $348,000
Percent performed by own forces 70%
Completion Date October 2007
Project Name Stan Sayers Parking Lot Repaving
Description of work: Parking Lot
Project Owner: City of Seattle
Owner Address 800 Maynard Street
Phone 206 684 -5074
Contract Amount $596,000
Percent performed by own forces 70%
Completion Date. November 2007
Project Name Valley Ave Sidewalks
Description of work- Sidewalk Utilitie Improvement
Project Owner City of Fife
Owner Address t
Phone: 253- 922 -2489
Contract Amount: $980,000
Percent performed by own forces 70%
Completion Date January 2007
P'c :i O,vne, b'1SDOT
Owner Address
Phone 253- 534 -3100
Contract Amount $375.000
Percent performed by own forces 70%
Completion Date January 2007
Project Name Citywide Sidewalk Improvements
Description of work Sidewalk and Ramp mtallation
Project Owner. City of Auburn
Owner Address 25 West Main St
Phone 253 9313010
Contract Amount $419,000
Perecent Complete 85%
Completion Date July 2007
Project Name Contract Woodland Ave Regional Storm water improvements
Description of work Pond enlargement
Project Owner Peirce County Public Works Utilities Transportation Services
Owner Address 2702 South 42nd Street, Suite 201, Tacoma WA 98409 -7322
Phone 253- 798 -7252 Contact
Contract Amount $517.000.00
Percent Completed by Own Forces. 60%
Completion Date March 2007
Project Name Pine Lake Access Road
Description of work: Road widening
Project Owner. City of Sammamish
Owner Address. 486 228th Ave NE, Sammamish WA 98074
Phone 425- 836 -7923 Contact. Jeff Brauns
Contract Amount $1,562.000
Percent Completed by Own Forces: 45%
Completion Date March 2007
Project Name Contract Auto Center Way
Description of work Road and utility Improvement
Project Owner:City of Bremerton
Owner Address.
Phone 360- 473 -2317 Contact Ed Aban
Contract Amount $717.000 00
Percent Completed by Own Forces: 50%
Completion Date June 2007
Project Name Pine Lake Access Road sewer and Water
Description of work sewer and water
Project Owner: Sammamish Platuea sewer and water District
Owner Address 1510 228th Ave SE Sammamis, WA 98075
Phone: 425 392 -4931 Contact. Kyle Wong
Contract Amount $525,000
Percent Completed by Own Forces: 75%
Completion Date March 2007
Project Name: 228th Ave NE Pedestrian Walkway
Description of work: Road widening
Project Owner. City of Sammamish
Owner Address: 486 228th Ave NE, Sammamish WA 98074
Phone 425- 836 -7923 Contact: Jeff Brauns
Contract Amount: $2,396,000
Percent Completed by Own Forces. 40%
Completion Date. March 2007
Owner Address 1 151 1 Main Street Bellevue WA 98009
Phone 425- 452 -6977 Contact
Contract Amount $771 730.72
Percent Complete 100%
Completion Date September 2006
Project Name Contract SE 8th Street Utilities S -24 W -16
Description of work Sewer Main Water Main Repairs
Project Owner City of Bellevue
Owner Address. 11511 Main Street. Bellevue WA 98009
Phone 425 452 -6977 Contact Rick Pederson
Contract Amount. $166,934 00
Percent Complete 100
Completion Date March 2006
Project Name Contract 82nd Ave East 224th Street East Intersection CRP 5578
Description of work Road. Storm Signal Improvements
Project Owner. Peirce County Public Works Utilities Transportation Services
Owner Address 2702 South 42nd Street. Suite 201. Tacoma WA 98409 -7322
Phone: 253 798 -7252 Contact
Contract Amount $468,000 00
Percent Complete 100%
Completion Date June 2006
Protect Name Contract Fanwood Apartments Sanitary Sewer
Description of work: Sewer Main and Sde Sewer Replacements
Project Owner. King County Housing Authority
Owner Address 600 Andover Park W. Seattle WA 98188
Phone. 206 574 -1217 Contact. John Bastone
Contract Amount: $166,934 00
Percent Complete 100
Completion Date March 2006
Protect Name Contract Union Ave Improvements 2004 -647
Description of work Road. Sidwalk and Street lighting Improvement
Project Owner: Washington State Military Dept_
Owner Address: P.0 Box 41012 Olympia WA
Phone. 253 512 -8264 Contact John Carlton
Contract Amount 5279.417 00
Percent Complete 100%
Completion Date: February 2006
Project Name Stoneridge Development
Description of work New Road Utilities for 20 lot plat
Project Owner: Owen Roberts Group
Owner Address 10634 E Riverside Dr 300, Bothell WA 93011
Phone 425- 483 -0234 Contact. Zack Roberts
Contract Amount $1,791,000 0
Perecent Complete: 100%
Completion Date: March 2005
Project Name NE 83rd Street Improvements
Description of work: Road Utility improvements
Phone: 425- 556 -2701 Contact Jeanne Justice
Project Owner: City of Redmond
Contract Amount: $1,270,000.0
Perecent Complete 100%
Completion Date December 2005
3•3 i i. n!a.t D :no
Architect McGranahan Architects
Contract Amount $1 225 000.00
Perecent Complete 100%
Completion Date September 2005
Project Name Tremont Place
Description of work New Retail Budding
Phone 360 479 -1044 Contact Julius Templeton
Project Owner Templeton Enterprises
Architect. LDG Architect 206 283 -4764
Contract Amount $1.527,910 07
Perecent Complete 100%
Percent performed by own forces
Completion Date May 2005
Project Name. Sylvan Grove
Description of work Improvement to Park /Open space
Project Owner. University of Washington
Phone 206 616 -5217 Contact Becki Eatch
Architect. University of Washington
Contract Amount: $185,00000
Perecent Complete' 100%
Percent performed by own forces
Completion Date April 2005
Project Name 176th St Pedestrian Improvements
Description of work Sidewalk, Gurb Gutter installation
Phone 206- 296 -8023 Contact Frank Overton
Project Owner King County
Architect. King County 206 296 -8023
Contract Amount. $327,000.00
Perecent Complete 100%
Percent performed by own forces
Completion Date: April 2005
Project Name Poly Form
Description of work Tank Removal and Install
Phone: 253- 872 -0300 Contact Vern Howard
Project Owner: Poly Form U.S
Architect: Poly Form
Contract Amount. $78,680 00
Perecent Complete 100%
Percent performed by own forces
Completion Date March 2005
Project Name: Paramount Park Picnic Shelter
Description of work. Construct new picnic shelter
Project Owner: City of Shoreline
Phone 206- 546 -8903 Contact. John Vicente
Architect: City of Shoreline
Contract Amount: $60,000 00
Perecent Complete. 100%
Percent performed by own forces
Completion Date: March 2005
Project Name Arena Floor Replacement
Description of work: Replace 30,000sf Concrete floor
Project Owner. Snohomish County
Phone: 425 388 -6600 Contact Ken Alskog
Architect. Snohomish County
Contract Amount: $121,000.00
Perecent Complete. 100%
Percent performed by own forces:
Completion Date: February 2005
Project Own Cdy Jf lacoma Pub' c V /or, s
Phone 253 591 -5186 Contact Steve Nichols
Architect City of Tacoma Public Works
Contract Amount $925.000 00
Percent performed by own forces 70%
Completion Date September 2004
Project Name Kiss- and -Ride Parking Lot
Description of work Construct new parking lot
Project Owner City of Auburn
Phone. 253 931 -3000 Contact Scott Nutter
Architect City of Auburn
Contract Amount $188,276 64
Percent performed by own forces
Completion Date September 2004
Project Name Friendship Park Surface Improvements
Description of work Surface Improvements
Project Owner City of Covington
Phone 360- 754 -4266 Contact Dominic Miller
Architect Gray Osborne Inc
Contract Amount. $90,184.40
Percent work performed by own forces
Completion Date July 2004
Project Name Wetland Mitigation Bank Site Fence Project
Description of work. Construct New Wetland Fence Area
Project Owner City of Renton
Phone 425- 430 -7293 Contact. Daniel Carey
Architect City of Renton
Contract Amount' $60.906 24
Percent performed by own forces
Completion Date June 2004
Project Name Andover Park West Overflow
Description of work: New sewer bypass
Project Owner City of Tukwila
Phone 206 -431 -2457 Contact Bob Giberson
Architect. City of Tukwila
Contract Amount: $247.574 40
Percent performed by own forces
Completion Date August 2004
Project Name: 156th Place SE 159th Ave SE Storm Repair
Description of work' Storm repair
Project Owner: City of Covington
Phone 206 284 -0860 Contact Tani Stafford
Architect: Gray Osborne, Inc
Contract Amount $194.122 -84
Percent work performed by own forces
Completion Date: July 2004
Project Name Priest Point Grocery Store
Description of work Complete construction of a 4,000 sf retail building
Project Owner Chris Whang
Phone: 425 487 -1255 Contact. Roger 011enburg
Architect: Roger 011enburg Architect
Contract Amount: 460.000.00
Precent of work performed by own forces 100%
Completion Date. May 2004
F 11 P
Projet O'.v':e L i ena icn Utut, Distr'c'.
Phone 253 941 -1516 Contact John Lee
Architect Lakehaven Utility District
Contract Amount 555 000 00
Precent work performed by own forces 75%
Completion Date May 2004
Project Name Raymond Pacific Pride
Description of work Construct truck fueling center
Project Owner Masco Petroleum
Phone 360 537 -9744 Contact Bill Tometich
Architect Roger 011enburg
Contract Amount 125,000 00
Percent work performed by own forces
Completion Date April 2004
Project Name Sam's Club Fueling Station
Description of Work. Construct new fueling station
Project Owner Wadman Corporation
Owner Address PO Box 1458, Odgen UT
Phone 801- 621 -4185 Contact: Phil Lawson or Lynnette Pattllo
Architect Walmart
Contract Amount 82,228 00
Percent of work performed by own forces 80%
Completion Date December 2003
Project Name Van Zee Watermain Pump House
Description of Work. Watermain Pumphouse
Project Owner City of Port Orchard, Lawrence Curies 360 876 -4991
Owner Address 216 Prospect Street. Port Orchard, WA
Phone 360 876 -4991 Contact Lawrence Curles
Architect City of Port Orchard
Contract Amount 67,622 92
Percent of work performed by own forces 50%
Completion Date: November 2003
Project Name Rail Products
Description of Work Grading Paving
Project Owner Rail Products, Debbie Lachance, 206 622 -0125
Owner Address. 3422 1st Avenue South, Seattle. WA
Phone 206 762 -6901 Contact. Roger Gould
Architect Rail Products Fabrications
Contract Amount: 63,935.00
Percent of work performed by own forces: 75%
Completion Date January 2004
Project Name Highline Headstart
Description of Work Excavation for Playground
Project Owner: QPM, Brad Lotz 206- 454 -7837
Owner Address 10310 Aurora Ave, Seattle, WA
Phone. 206- 545 -7837 Contact Brad Lotz
Architect: QPM
Contract Amount 17,500.00
Percent of work performed by own forces 100%
Completion Date November 2003
Project Name Capitol Campus Site Restoration
Description of work Site Resoration
Project Owner Department of General Administration
Owner Address: PO Box 41012 Olympia, WA
Phone 360- 902 -7252 Contact. Penny Koal
Architect: JWM&A 360- 352 -9456
Contract Amount: $50,880.00
Percent of work performed by own forces. 100%
Completion Date: October 2003
Pr:,f -.ct
ONnei f.lasc. P he lwm
Phone 360-537-9744 Contact Bdl fomet ch
Architect None
Contract Amount $220 000 00
Percent of work performed by own forces 70%
Completion Date March. 1999
Project Name TCC Parking Lot Expansion
Description of Work Parking lot expansion
Project Owner Tacoma Community College
Owner Address PO Box 41012 Olympia. WA
Phone, 360 902 -7272 Contact Erasmus "Dino" Othieno
Architect Hatton Godat Pantier Dan Biles 360 943 -1599
Contract Amount 111,154 00
Percent of work performed by own forces 70%
Completion Date September 2003
Project Name SPSCC P -4 Parking Lot Expansion
Description of Work Parking lot expansion
Project Owner South Puget Sound Community College
Owner Address PO Box 41012 Olympia, WA
Phone 360 902 -7272 Contact. Ed Roque or Peter Waugh
Architect. Hatton Godat Pantier. Dan Biles 360- 943 -1599
Contract Amount. 252.943 00
Percent of work performed by own forces 55%
Completion Date January 2004
Project Name Bunen Retail
Description of work Construct new retail building in Burien
Project Owner Ariel Development
Owner Address 1046 1st Ave S. Seattle. WA
Phone 206- 650 -4991 Contact: Hertzel
Architect. Roger 011enburg Architect 425- 487 -1255
Contract Amount 352,000 00
Percent of work performed by own forces 40%
Completion Date March 2003
Project Name. Earthquak Damage Repair
Description of work Earthquake Damage Repar
Project Owner. United Western Supply Co
Owner Address 15623 E Marginal Way S, Seattle WA
Phone 206- 767 -9880 Contact Roger Gould
Architect. Roger 011enburg Architect 425- 487 -1255
Contract Amount: $260,000 00
Percent of work performed by own forces 50%
Completion Date: April 2003
Project Name Algona Ballfields
Description of work Construct new ballfield in Algona, WA
Project Owner City of Algona
Owner Address 402 Warde ST, Algona WA
Phone 253- 833 -2741 Contact: Randy Bailey
Architect. City of Algona
Contract Amount: $110,000.00
Percent of work performed by own forces 65%
Completion Date. June 2003
Project Name Milton Way Sidewalks
Description of work Construct New sidewalks
Project Owner: City of Milton
Owner Address: 1000 Laurel ST, Milton WA
Phone: 253 922 -8738 Contact Mario DeRosia
Architect: Gray Osborne, Brian Lafranke, 206- 284 -0860
Contract Amount $270,000 -00
Percent of work performed by own forces 60%
Completion Date: September 2003
rt
Lr- 5•_r;, p:. P•=. it I.
Protect Oi ne PF•n,,ao Quaker -State Com(any
Phone 318683 -4219 Contact Rodney Landry
Architect None
Contract Amount $152 000 -00
Percent of work performed by own forces 55%
Completion Date July 31 2002
Project Name Grays Harbor County
Description of work Turnow Bridge Scour Repair
Project Owner Grays Harbor County
Owner Address 100 W Broad Way, Ste 31, Montesano WA
Phone 360 249 -4222 Contact Dave Anderson
Architect Grays Harbor County
Contract Amount 25,630 00
Percent of work performed by own forces 95
Completion Date October 2002
Project Name City Chruch Demolition of House
Description of work Demo Houses
Project Owner. The City Church
Owner Address: 132nd Ave NE. Kirkland, WA
Phone: 425- 803 -3286 Contact' Eston Catlet
Architect City Church
Contract Amount: 19,000 00
Percent of work performed by own forces: 100%
Completion Date August 2002
Project Name Pacific Pride Elma. WA
Description of work Complete construction of cardlock fueling system
Project Owner Masco Petroleum
Phone 360- 538 -1559 Contact Bit Tometich
Architect N/A
Contract Amount 145,000 00
Percent of work performed by own forces: 50%
Completion Date. December 30. 2002
BLUE BOOK RATE SHEET First Half 2007
Equipment Description
EXCAVATORS
CC -13 1993 120 Class Excavator
CC -16 1990 200 class Excavator
CC -19 1997 120 Class Excavator
CC -26 2004 CAT 304 Excavator
CC-41 2005 450 Class Excavator
CC -44 2006 CAT 308C CR Excavator
CC-47 2006 CAT 321 CLU Excavator
CC -56 2007 CAT 308C CR Excavator
CC -59 2007 CAT 314CL CR Excavator
EXCAVATORS WITH ATTACHMENTS
CC -13 1993 120 Excavator w/ 2004 S29 breaker
CC -13 1993 120 Excavator w/2004 9700c hoepac
CC -26 2004 CAT 304 Excavator w/ Hoepac
WHEEL LOADERS
2004 IT28 CAT Loader
CC-46 2005 C at 938g Loader
DOZERS
CC -29 2005 Cat D6N LGP
CC -18 1997 450G John Deere Dozer w /rippers
ACKHOES
CC -05 1989 Case 580 K Backhoe
CC -06 1991 Case 580 K Backhoe
CC-45 2006 CAT 420 E 4ECAN Backhoe
CC -52 2004 CAT 430 D Backhoe
BACKHOES WITH ATTACHMENTS
CC -06 1991 Case 580 K Backhoe w /hoepac
CC -05 1989 Case 580 K Backhoe w /hoepac
CC -52 2004 CAT 430 D Backhoe w /hoepac
CC Year
CC -22
CC -04 1975
CC -08 1992
CC -55 2007
CC -14 1996
CC -15 1995
CC -20 1999
CC -34 2006
CC-42 2007
CC -50 2007
CC -51 2007
CC -52 2007
CC -21 2004 c5500 Flatbed Work Truck Adrian
CC -24 1997 F-450 Utility Truck Shane
CC -25 1997 F-450 Utility Truck Al
CC -35 1993 Chevy Flatbed Mark
CC -36 1997 Chevy Flatbed
CC -37 1997 Chevy Flatbed
CC-48 1991 GMC Flatbed
CC -53 1989 UD Flatbed
OLLERS...
10 Ton Rago Roller
5 Ton Bomag Roller
Multiquip Walkbehind Double Drum
"ORK TRUCKS;
F -150 Work Truck White Joan
F -150 Work Truck Black Dean
F -350 Work Truck Rob
F -150 4 Door Cy
F -150 4 Door Lee
F -150 4 Door Troy
F -150 Weldon
F -150 Ken
CC -03 1978
CC -07 1991
CC 12 1993
CC -17 1996
CC -27 1999
CC -28 1994
CC -30 1995
CC -38 1998
CC -39 2007
CC-40 1991
CC -49 2007
CC -54 1993
CC-60 2007
CC -61 2007
CC -23 2000
CC -57 1995
CC -58 2000
2004
2004
2004
2006
1998
HEAVY TRUCKS TRAILERS
Lowboy
Tilt Deck Utility Trailer
Mack 4 Axle Dump Truck
4 Axle Rear Dump Trailer (Aluminum)
2500 Gallon Water Truck
5 Yard Dump Truck F -700 Ford
Kenworth 4 Axle Tractor
Side Dump
T -900 Kenworth 5 Axle Dump Truck
Mechanic Truck International 4700
4 Axle Rear Dump Trailer Kenworth
Fuel Lube Truck Kenworth T450
T -800 Kenworth 5 Axle Dump Truck
4 Axle Rear Dump Trailer Kenworth
ROOMS.
Lay Mor Sweeper
TRA PFIC;GCG31!TRQL
PCMS Signboard Addco
PCMS Signboard
ATTACHMENTS
Breaker Rammer for CC -13
Hoepac Allied For CC -13
Broom CAT For CC -22
Hoepac CAT For CC -26
Asphalt Zipper
I
M
TRAVELERS
WARNIIOIS POWER OF ATTORNEY IS INVALID WITHOUT THE ORDER
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney -In Fact No. 218179 Certificate No. 002815331
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that
the Companies do hereby make, constitute and appoint
Darlene Jakielski, Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle. Brandon K. Bush. Andy D.
Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, and Theresa A. Lamb
of the City of B State of Washington their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings 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
day of February 2009
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
7.;
j TN.. i N fG
/rtiORFO F m 4 :5,.P RAlfy,,,,
m f 'f �i
ti sEAL f I�d:,SBAL!D j
a
By:
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
5th
ice President
On this the 5th day of February 2009 before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2011.
58440 5 07 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
W W" e V
Marie C. Tetreault. Notary Public
11
WARN THIS POWER OF ATTORNEY IS INVALID WITHOUT TH
This Power of Attorney is grar'-ed under and by the authority of the following resolutions adopted by the Boards ot Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance C .npany, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
America, and United States Fidelity and Guaranty Company, 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, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been
revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this S t day of l I 20 Df
BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
Kori M. Johans 1
Assistant Secretary
To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the form of a cash deposit, certified or cashier's check, or postal money order in the amount of
dollars
-OR
Bid Bond: The undersigned, cons truct Company, LLC (Principal),
and Travelers Casualty and Surety Company of America (Surety), are held and firmly bound unto
the City of Tukwila (Owner) in the penal sum of five pprrent (s of the total amount bid
dollars which for the payment of
which Principal and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the
penal sum of this Bid Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5 of
the total bid, including sales tax and is submitted by Principal to Owner in connection with a
Proposal for CODIGA PARK CONSTRUCTION, Project No. 98- DR06- CODIGA -09, according to
the terms of the Proposal and Bid Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful
performance of said Project and for the payment of all persons performing labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner,
then this Bid Security shall be released; otherwise it shall remain in full force and effect and
Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the
amount of the Bid Bond, as penalty and liquidated damages.
The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any
extension of time within which Owner may accept bids; and Surety does hereby waive notice of
any such extension.
Signed and dated this 21st day of April
Construct Company, LLC
Principal
Signature of Authorized Official
s
Title
Name and address of local office of
agent and /or Surety Company:
BID SECURITY
20 09
Travelers Casualty and Surety
Company of America
Su ret
By fr
(ttvt'ney in Fact (Attach Power of Attorney)
Jim S. Kuich
HUB International Northwest, LLC
PO Box 3018
Bothell, WA 98041 -3018
Page 16 Bid Security
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale
P -7
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1 -02.7 of the Standard Specifications.