Loading...
HomeMy WebLinkAbout11-002 - Signal Electric - East Marginal Way South / South 86th Place Traffic Signal Pole ReplacementRECEIVED JUL 2 6 2011 CITY OF TUKWILA PUBLIC Wpr� CONTRACT CHANGE ORDERIO. 03 11-002(c) Council Approval N/A Sheet 1 of 1 DATE_ X6%1. PROJECT PROJECT f0 ignal'Electi BUDGET NO.: CONTRACT NO. 11- 00.2 ay Signal Pole Replacement erek Reischmar You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; 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. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify the signal head mount hardware per Field Directive #03. Remove and replace the signal strings using mid string plumbizer attachments provided by the City. Return the previously ordered back plate assemblies and reorder new to fit the new signal string length. Place the signal in temporary operation until the new back plates are available and then return to install the new back plates. A time extension for this Change Order will be evaluated using Time Impact Analysis. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this prop•sal is approved, that we will provide all equipment, furnish all materials, except as may otherwise ee noted above, and perform all services necessary for the work above specified, and will acc- • 1 s f II payment therefore the prices • . n above and mow ACCEPTED _ Date A " 11 Contr By Original %" tr. t (without tax) $ 35,054.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 1,028.95 Date 3/ °7 / A2 /, This Change Order (without tax) $ 2,268.28 By REV. CONTRACT AMOUNT $ 38,351.23 vi Title � f L id ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: /51-/ / OzIG /-A/,4� -s CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 03 To: Signal Electric Date: 06/15/11 PO Box 6209 Project Name: EMW Signal Pole Replacement Kent WA 98064 Project No.: 11001605 Attn: Derek Relechman Contract No.: 11 -002 Work to be performed: Modify the existing signal head mounting details to provide a mid string type plumbizer instead of the type L mount called for on the contract drawings. This modification also requires a new back plate for each signal string. Provide cost impact to remove and replace the per plan signal heads and reattach the heads using the plumbizer detail. Plumbizer hardware will be provided by the City. Contractor to furnish and install the modified back plates when available from the supplier. Additional mobilization cost is anticipated. Reason for modification: A type L mounting bracket hangs the signal head below the cross arm. This only provides 14' clearance from the top of pavement to bottom of signal head in the worst case scenario. The mid point tennon attachment will provide 16' -6" clearance below the lowest signal head. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of any change to the contract price and /or completion date to be negotiated. Negotiations to be complete within 7 working days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep - Name City Construction Engineer City Construction Inspector qr'i 1 / Date Data Date FA Sheet No.: 00 DAILY REPORT OF FORCE ACCOUNT WORKED 611\ ,,44,.4' Project Name: EMW Signal Replacement Project No: 11001608 Item No.: CO #3 - Signal Mount impact Date: 08/09/2011 Description of Work: Adjust for wrong mount bracket for signal heads (Type L vs. Plumbizer) First Day of Impact Work by Subcontractor?: No Prime Contractor: Signal Electric Sub - Contractor: LABOR NAME CODE OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT Hrs Hourly Rate Hrs OT Rate Josh Daley J -Elect Journeyman Electrician 6.00 $ 89.79 $ 95.60 $ 418.74 Theodore E Blgpmen Opt Operator Payscaie 1 8.00 $ 55.75 $ 75.48 $ 334.50 Petrick$ Cahill Lab1 Laborer Payscele 1 6.00 8 45.79 $ 63.59 S 274.74 ; - $ - $ S - $ - S . $ - $ SUBTOTAL • LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL S 1,027.98 $ 298.11 $ 1,326.09 EQUIPMENT EQUIPMENT OR ATTACHMENTS Equipment C Equipment Description OPERATED STANDBY DOLLAR AMOUNT Hrs Hourly Rate Hrs Standby Rate BT -1 Bucket Truck 5.00 $ 32.68. 1.00 S 5.14 $ 188.54 PU -FBG Flatbed Track - Gass 5.00 S 22.39 1.00 $ 2.79 S 114.74 $ - $ - $ $ - S - Si - $ - $ - $ $ - $ - s - - $ - s - SUBTOTAL - EQUIPMENT 5 283.28 EQUIPMENT OVERHEAD & PROFIT ® 21% 8 59.49 EQUIPMENT TOTAL ; 342.77 MATE RIALSISERVICESIRENT_ALS MATERIALS! SERVICES Tax Quantity Units Unit Price AMOUNT Parts Provided by CoT - From Stock 9.50% 1 Lot S - 8 - S S - $ - SUBTOTAL S - OVERHEAD 8 PROFIT ®21% $ TOTAL $ Verification of Hours Worked: TOTAL: $ 1,668.86 12% MARKUP (for prime when subcontract work) $ - SHEET TOTAL: $ 1 666.86 Contractor's Re sentattve ' ip 1 cac., Date 7/ 19/ l! Owners Representaliv L /N f.....:,. Dale 1 (9 1 Pay Estimate ntered: 'L- Date: By: -- EMW Signal FA#03- 06- 09 -11- Basis for CO #03- Dayl.xls ADDITIONAL WORK AUTHORIZATION SIGNAL ELECTRIC, INC. 1001 3rd Avenue South P.O. Box 6209 Kent, Washington 98064 (253) 872 -7177 CUSTOMER NAM STREET PHONE CITY STATE JOB NNAME // p l rp e ecfk EXISTING CONTRACT NO. ��t� JOB A DRESS CITYA� %� r 4, L A( (Ale,/ 4 rn DATE 6 /9A / UMBER co f " ts STATE UJ & DESCRIPTION G2d CcI 4 Pi"( S l ret I h tc.. # � Y O t'C G 14 el-14 et j ( lAc ,>^ex � � . (A.) c d h oe. ri c C // ,cry hot Las . 6 to ic. va crtet In 5,/c. /J fear -pk1v - .,Z..ss s b►l -- �e. I Vt ri ent/� d eerm'- G- 14 het . , f RCr_4.0 S ¢ H-2 5 t hat h eacf .. t!t74u �c�rpiwG✓I�_ -(,jG S i 4Q C o reel .. -. .. LABOR l'; (1f o f 7kwcf R 11,2. frfu/ wr/i jc Kr�/�' -< C 54- OCCUPATION NAME M T W T F S/S HRS RATE TOTAL Yttea,/l �'''�'EMPLOYEE -- G5— 11 S" kerb'''. 6 of?. .S 6 A ki- C.. G LABOR TOTAL MATERIAL /EQUIPMENT TOTAL MATERIAL /EQUIPMENT TOTAL LABOR TOTAL ADDITIONAL CHARGE FOR ABOVE WORK Above additional work to be performed under same conditions a s specified in original contract unless otherwise stipulated. Irattkl■ 6.4k - !(OWN�R SICiN Date (pi lot ui) Authorizing Signature Approved By T IR (CONTRAMR Si Print Name c S )G' /C. / NOTE: This Revision becomes part of, and in contormanct with, the existing contract. Date HERE) ITEM QUANTITY UNIT PRICE TOTAL --5"e✓tv it r u ( 4 A '�-€ het V1e /)-1- 77- S" kerb'''. TOTAL MATERIAL /EQUIPMENT TOTAL LABOR TOTAL ADDITIONAL CHARGE FOR ABOVE WORK Above additional work to be performed under same conditions a s specified in original contract unless otherwise stipulated. Irattkl■ 6.4k - !(OWN�R SICiN Date (pi lot ui) Authorizing Signature Approved By T IR (CONTRAMR Si Print Name c S )G' /C. / NOTE: This Revision becomes part of, and in contormanct with, the existing contract. Date HERE) FA Sheet No.: 004 DAILY REPORT OF FORCE ACCOUNT WORKED ,� ,g Project Name: Item No.: Description of Work: Prime Contractor: EMW Signal Replacement Project No: Date: 11001605 CO #3 - Signal Mount Impact 07/14/2011 Change out backplates on signal heads. Second day of impact from wrong plumbizer mount. Work by Subcontractor ?: No Signal Electric - c t! or: Sr o✓ nt.r.:' a yy , ili y e ?} 7 4 M 'F :Y ,.. i e,', 'SC, iu..:.bu ._ l „ :•tF',. ., NAME CODE OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT Hrs Hourly Rate Hrs OT Rate Josh Daley J -Elect Journeyman Electrician 2.00 $ 70.19 $ 95.67 $ 140.38 Israel Miranda Elect -4 Electrician Apprentice Step 4 2.00 $ 46.80 $ 61.86 $ 93.60 Angela S TCS Traffic Control Supervisor 2.00 $ 39.46 $ 53.57 $ 78.92 $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL $ 312.90 $ 90.74 $ 403.64 il. .y t 45,,„ , ' . : ,v, iipEl, x t ._.. .. ,.s. t - : 1 f r EQUIPMENT OR ATTACHMENTS Equipment # Equipment Description OPERATED STANDBY DOLLAR AMOUNT Hrs Hourly Rate Hrs Standby Rate BT -1 -. Bucket Truck 2.00 $ 32.68 $ 5.14 $ 65.36 PU -FBG Flatbed Truck - Gas 2:00 $ 22.39 $ 2.79 $ 44.78 PU -St Pickup 2:00 $ 14.55 • $ 1.95 $ 29.10 ST -2 '- Small Tools - Ext 2.00 $ 11.28 $ 2.84 $ 22.56 $ - $ - $ $ - . $ - $ - $ - $ - $ - SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL $ 161.80 $ 33.98 $ 195.78 t K !' ''' ' `4 J MATERIALS /SERVICES /RENTALS:, " MATERIALS / SERVICES Tax Quantity Units Unit Price AMOUNT New.Backplates (3 total) Replaced at original cost 9.50% 1 Lot . $ - $ - $ - SUBTOTAL OVERHEAD & PROFIT @ 21% TOTAL $ - $ - $ - Verification of Hours Worked: TOTAL: 12% MARKUP (for prime when subcontract work) SHEET TOTAL: $ 599.42 $ - Contractors Representative _ „"All Date ', 1 $ 599.4.2_ �i � %' Owners Representa mod Date 7 Pay Estimate Entered: *- Date: By: , EMW Signal FA #04- 07- 14 -11- Basis for CO #03- Day2.xls AT j N SIGNAL ELECTRIC, INC. 1001 3rd Avenue South P.O. Box 6209 Kent, Washington 98064 (253) 872 -7177 CUSTOMER NAME t STREET Crrf STATE EXISTING CONTRACT NO. PHONE DATE -7l/9 �i/ JCB NAME 1 J JOB NUMBER S( v C ! 'i'G) Re 4 te_1/% ell 1- 4i 7F C : • `C JOB ADDRESS CRY M- ;.,t%�u' 5/ e" Pk.ez STATE lJck DESCRIPTION < c;e.c..( 5 65 }'k _ . -. V-Y1- 11X )14'4"C13 .. (..%.... 5 .. I` t!I Cc) ,e.c1 C.� i,/ ce LABOR OCCUPATION EMPLOYEE NAME Mr T w T S/S HRS. RATE TOTAL • LABOR TOTAL MATERIAL /EQUIPMENT TOTAL MATERIAL /EQUIPMENT TOTAL LABOR TOTAL ADDITIONAL CHARGE FOR ABOVE WORK Above additional work to be performed under same conditions as specified in original contract unless otherwise stipulated. Date Authorizing Signature (OWNER SIGNS HERE) Approved By • Print Name � cj, s (CONTRACTOR SIGNS HERE) NOTE: This Revision bec_rnes part of. and in conformance ,pith thee isfi❑g ccntract. Date // `7�1 ITEM QUANTITY UNIT PRICE TOTAL ✓ i . r ,�,t_ ^ p Z 1400- mss'_ /7. - )-i,5---- _l I'7 TOTAL MATERIAL /EQUIPMENT TOTAL LABOR TOTAL ADDITIONAL CHARGE FOR ABOVE WORK Above additional work to be performed under same conditions as specified in original contract unless otherwise stipulated. Date Authorizing Signature (OWNER SIGNS HERE) Approved By • Print Name � cj, s (CONTRACTOR SIGNS HERE) NOTE: This Revision bec_rnes part of. and in conformance ,pith thee isfi❑g ccntract. Date // `7�1 From: derek [derek @signalelectric.com] Sent: Tuesday, July 19, 2011 12:08 PM To: Mike Ronda; Kelly Cc: Scott Moore Subject: RE: FA's for CO #2 and CO #3 part 1 Kelly, Can you please provide the labor rates for Angela to Mike. Mike, McCain took back the L mounts and back plates and supplied us with new M mounts and back plates for no cost. Sincerely, Derek Reischman Project Manager Signal Electric TOffice: (253)872 -7177 Ext:233 Cell: (206)510 -6101 — Fax: (253)395 -0556 Email: derek @sicinalelectric.com From: Mike Ronda [mailto:Mike.Ronda @TukwilaWA.gov] Sent: Tuesday, July 19, 2011 10:02 AM To: derek Cc: Scott Moore Subject: RE: FA's for CO #2 and CO #3 part 1 Derek, To speed the turn around on this, can you get me info on the labor rates for the TCS? I will need the certified payrolls eventually but if you can get me a rate for her now I can have the paperwork in process while we wait for the CP's. I need base and fringes. I also need something for the new backplate materials. Did we end up taking possession of the old back plates or were they returned for a credit? MER Michael Ronda From: derek [derek @signalelectric.com] Sent: Tuesday, July 19, 2011 7:45 AM To: Mike Ronda Cc: Scott Moore; Peter Lau Subject: RE: FA's for CO #2 and CO #3 part 1 RECEIVED JUL 2 6 201 CITY OF TUKWILA iTu� iLA CONTRACT CHANGE E ©Ri36�iO. 02 11 -002 (b) Council Approval N/A Sheet 1 of 1 t171;11 BUDGET NO_ CONTRACT NO.: 11 -002 T lfJ... 11001605 I NAME: East Marginal Way Pole Replacement Cigna Ectric Attn: Derek -Reischman You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; 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. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify the bolt connection to the cantilever signal pole foundation to allow existing bolt hardware to be used on the thinner foundation section per Field Directive #02. Take up the majority of the extra bolt length below the cantilever slab and encase the extra in CDF after the bolts have been tensioned appropriately. Cut any remaining bolt length above the pole base after the pole is set. There is no time impact for this Change Order. 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 accep as full paymeht therefore the prices sewn above a d w. v�l 164 10 ,, Contras D t �Lt.V iii/ .! r 1,10 /1/''� Ye Title ACCEPT I . Dat By Original ntr.ct (without tax) Previous Change Order This Change Order (without tax) $ 784.25 By REV. CONTRACT AMOUNT $ 36,082.95 $ 35,054.00 APPROVED BY THE CITY OF TUKWILA ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: Sid o� O/6/4's CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD DIRECTIVE # 02 To: Signal Electric Date: 06/15/11 PO Box 6209 Project Name: EMW Signal Pole Replacement Kent WA 98064 Project No.: 11001605 Attn: Derek Reischman Contract No.: 11-002 Work to be performed: Modify existing anchor bolt details to make up a 6" bust in the foundation cantaliever depth. Add additional oversized nuts and plate washers to the bottom of the anchor bolt to allow full bearing and snug tight condition at the bottom of the concrete section as shown in the attached exhibit. Reason for modification: The cantaliever depth turned out to be 2' rather than 2'6" as shown on the plans. The anchor bolts were manufactured with a limited thread length on each end and could not take up this much gap. The simplest solution was to add "filler metal" to the bottom of the bolt penetration to allow the correct stickup above the slab. The "extra bolt length" is to be encased in the CDF backfill below the cantaliever section after the bolts are epoxied in place and the bolts brought up to snug tight plus A turn. Work under this Field Directive modification will be accomplished: u With work to start immediately and determination of any change to the contract price and /or completion date to be negotiated. Negotiations to be complete within 7 working days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Contractor's Rep — Name City Construction Engineer Verified by: —MON City Construction Inspector l/17/11 Qlt7Ilt Dat (oltilact∎ Date FA Sheet No.: 002 DAILY REPORT OF FORCE ACCOUNT WORKED V:-.114 .1 ` 4,,e,,, Project Name: EMW Signal Replacement Project No: 11001806 Item No.: CO #2 - Base Thickness Impact Date: 06/08/2011 Description of Work: Adjust for anchor bolts too tong for depth of actual concrete base. Work by Subcontractor?: No Prime Contractor: Signal Electric Sub - Contractor: LABOR NAME CODE OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT Hrs Hourly Rate Hrs OT Rate Josh Daley J -Elect Journeyman Electrician 3.00 $ 69.79 S 95.60 $ 209.37 Theodore E Shipman Opt Operator Payscale 1 2.50 S 55.75 S 75.48 S 139.38 Pektek 8.Cahill Labt Laborer Payscale 1 2.50 S 45.79 $ 63.59 $ 114.48 s - $ • s - s • s - s - s s - a - SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT 6 29% LABOR TOTAL $ 483.23 S 134.34 S 07.57 EQUIPMENT EQUIPMENT OR ATTACHMENTS Equipment # Equipment Description OPERATED STANDBY DOLLAR AMOUNT Hrs Hourly Rate Hrs Standby Rate P0-3/4 F350 Light Duty, Con. 3.00 $ 14.88 _ S 1.69 $ 44.64 PU•FBG Flatbed Truck - Gas 0.60 $ 22.39 2.50 S 2.79 $ 18.17 BH -Case Backhoe - 580 S 27.91 3.00 $ 5.56 S 16.68 Comp-185 Air Compressor $ 11.89 3.00 S 1.75 S 5.25 Shore•S Shoring - 4x20 S 5.31 3.00 S 2.09 $ 6.27 ST -2 Small Tools - Ext $ 11.28 3.00 $ 2.84 S 8.52 $ - $ - s SUBTOTAL - EQUIPMENT S 99.53 EQUIPMENT OVERHEAD & PROFIT ®21% S 20.90 EQUIPMENT TOTAL S 120.43 MATERIALS /SERVICES /RENTALS MATERIALS / SERVICES Tax Quantity Units Unit Price AMOUNT Mi_4c Filler Washers 9.50% 1 Lot $ 50.00 S 54.75 s - s - $ - SUBTOTAL S 54.75 OVERHEAD & PROFIT ea 21% $ 11.50 TOTAL S 88.25 Verification of Hours Worked: TOTAL: $ 784.25 12% MARKUP (roe prime when subcontract work) $ - Conlradoes - .rauntative /� �' -,.�__, Dam 7 / I I SHEET TOTAL: $ 784.26 Owners Represanta i l+ �i/rr%y-i pale 7 re� Pay Estimate Entered: .7M- -L Date: �' .� rl By: W"t -- . EMW Signal FA#02- 06- 08 -11- Basis for CO #02.xts ∎ ®s SIGNAL ELECTRIC Change Order PROJECT: Signal Pole Replacement IPROJ. NO. 43054 (Date: 6/8(11 OWNER: City of Tukwila Work Description: Anchor bolt length issue due to wrong dimensions of the foundation in the plans. LABOR COSTS HOURS RATE TOTAL CLASSIFICATION REGULAR OVERTIME REGULAR OVERTIME COST Josh Daley 3 S 68.93 S 103.40 S 206.79 Ted Shipman 3 $ 55.43 $ 83.15 S 165.29 Pat Cahill 3 S 45.66 S 68.49 5 136.98 TOTAL LABOR. $ 510.06 EQUIPMENT COSTS HOURS RATE TOTAL DESCRIPTION I UNIT NO. REGULAR I OVERTIME MONTHLY I HOURLY I OC /HR COST Service Trucks f 2006 Ford F3S0 w / Bins IL -286 I �S j S 818.29 (S 8.77 1 5 7.00 S 47.31 71 intematfonai Dump Truri L -221 — I j 51,643.58 1 S 17.25 [ S 18.95 S 108.60 '!hoes 2000 580E Super Extendahoe 4x41 L -233 I 3 { 5`2'523.24 I S 26.41 S 16.45 $ 128.58 TOTAL EQUIPMENT S D 7' " 14=1-0t S 284.49 M TERIALS & RENTAL COSTS TOTAL DESCRIPTION QTY UNITS IUNIT PRICE COST I S TOTAL MATERIALS S TOTAL LABOR LABOR MARKUP TOTAL EQUIPMENT 03 EQUIPMENT MARKUP TOTAL MATERIALS AND RENTALS MATERIALS AND RENTALS MARKUP SUBTOTAL WSST 9.0% GRAND TOTAL 29% 21% 21% 9.0% S 510.06 S 147.92 *444/t5- c S 284.49 S 59.74 S S - S 1,002.21 S - 5 1,002.21 ��--- n uA- 1 DiL 1r SS Aftss 146,-1-r• g S Irv'.'' I 3p514. a.q Ikkkva T - ' A pA-1-", {lifts P - . ,A-2L -rD ;a-0 L fists ft ilk6 eta s u)k-VA-C-P-g- 11-002(a) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 Sheet 1 of 1 DATE:' 6/15/11 BUDGET NO.: PROJECT NO 11001605 CONTRACT NO.: 11 -002 6) PROJECT. NAME :: °East Marginal Way Signal Pole Replacement TO: Signal Electric: Attn: Derek Reischman You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; 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. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify the existing conduit penetration in the cantilever foundation base to align with the new signal pole location per Field Directive #01. Core a new hole in the base slab and route a new conduit to this hole from the existing J -box prior to backfilling the excavation with CDF. There is no time impact for this Change Order. 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 pa ment therefore the prices sho _above and b)ow. ACCEPTED: By Origyal Contract (without tax) Previous Change Order This Change Order (without tax) $ Contractor Title ,T,&41,31/-t- 35,054.00 'APPROVED BY THE CITY OF TUKWILA 0.00 /Date i/ i 5/20/ 244.70'By REV. CONTRACT AMOUNT $ 35,298.70 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 16 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: Pie 7' X 16 .//t/ s CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 01 To: Signal Electric Date: 06/06/11 PO Box 6209 Project Name: EMW Signal Pole Replacement Kent WA 98064 Project No.: 11001605 Attn: Derek Reischman Contract No.: 11 -002 Work to be performed: Modify existing conduit routing and base penetration in current cantitiever pole foundation to match new signal pole location as shown in the attached exhibit. Reason for modification: The simplest pole mount location after locating the existing rebar cage appears to be Option #1 from the contract plans. This puts the existing pole conduit outside of the center of the new pole. The proposed conduit location will fix this problem. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of any change to the contract price and/or completion date to be negotiated. Negotiations to be complete within 7 working days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name w►t,r. City Construction Engineer City Constriction inspector 1 Vi t 0 sz 3.1 cn r FA Sheet No.: 001 DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: EMW Signal Replacement Item No CO #1 - Conduit Penetration Impact Description of Work: Move base conduit to the new hole alignment. Project No: 11001605 Date: 06/07/2011 Prime Contractor: Signal Electric Work by Subcontractor ?: No Sub - Contractor: LABO NAME CODE OCCUPATION STRAIGHT TIME OVERTIME Hrs Hourly Rate Hrs OT Rate Patrick Cahill Lab1 Laborer Payscale 1 0:50 $ 45.79 $ 63.59 $ - DOLLAR AMOUNT $ 22.90 SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% $ LABOR TOTAL $ UIPME EQUIPMENT OR ATTACHMENTS Equipment # Equipment Description OPERATED STANDBY Hrs Hourly Rate Hrs Standby Rate ST -1 Small Tools - Basic 0.50 $ 5.64 $ 1.42 SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL ,MATERIALS/SERVICES/RENTALS' MATERIALS / SERVICES Tax Quantity Units Unit Price Core new 2.5" hole .in signal base = Service Cost 2" conduit bend and extension sections 1 Lot $ - ' 150.00 'Lot 25.00 SUBTOTAL OVERHEAD & PROFIT @ 21% TOTAL 22.90 6.64 29.54 DOLLAR AMOUNT $ 2.82 $ 2.82 $ 0.59 $ 3.41 AMOUNT $ 150.00 $ 25.00 $ 175.00 $ 36.75 $ 211.75 Verification of Hours Worked: Contractors Representative Owner's Representative Pay Estimate Date CP/ 1 Date 1 31 ntered: Date: 1/ Rill By: kj 'e _ 12% MARKUP prime when subcontract work) TOTAL: $ 244.70 (for $ SHEET TOTAL: $ 244.70 EMW Signal FA #01- 06- 07 -11- Basis for CO #01.xis CUT -ALL CONCRETE CUT -ALL CONCRETE PO BOX 14264 MILL CREEK, WA 98082 (425)398 -0900. cutall @aol.com BILL TO SIGNAL ELECTRIC PO BOX 6209 Kent, WA 98064 DATE 06/16/2011 TERMS Net 30 Invoice INVOICE # 5323 DOE BATE 07/16/2011 PO# Job Ticket # Sales Rep E Marginal Way 8770 PAT Bate Service Activity Amount 06/07/2011 CORE DRILL 1 - 2.5" CORE DRILL HOLE 30" DEEP - EXTRA SUBTOTAL TAX (8.9 %) 150.00 $150.00 $0.00 TOTAL $150.00 RE: FD #1 - Conduit Adjustment Page 1 of 1 RE: FD #1 - Conduit Adjustment derek [derek @signalelectric.com] Sent: Monday, June 20, 2011 10:45 AM To: Mike Ronda Attachments: Invoice _5323_from_CUTALL_C »1.PDF (29 KB) Mike, The extra core was $150 the extra labor and material was $40. Throw the standard mark up on that and we can call it good. Sincerely, Derek Reischman Project Manager Signal Electric Office: (253)872 -7177 Ext:233 mu go Cell: (206)510 -6101 Fax: (253)395 -0556 Email: derek@signalelectric.com From: Mike Ronda [mailto:Mike.Ronda @TukwilaWA.gov] Sent: Wednesday, June 15, 2011 5:27 PM To: derek Cc: Scott Moore Subject: FD #1 - Conduit Adjustment Derek, While we are tying up loose ends I need to get something back from you on the impact of moving the conduit. I am thinking a bill for an extra core hole and a nominal charge for some new conduit and sweep to get on the new hole. Can you get something on this in the next few days or should I put FD #2 and #3 ahead in line for processing? MER Michael Ronda Project Manager - Construction I City of Tukwila 6300 Southcenter Blvd #212 I Tukwila, WA 98188 ph: (206) 433 -7194 I fx: (206) 433 -7164 Mike.Ronda @tukwilawa.gov I www.tukwilawa.gov * *NEW EMAIL ADDRESS AND WEB ADDRESS! ** A Please consider the impact on the environment before printing this e-mail. https:/ /webmail.tukwilawa.gov /owa/ ?ae= Item &t =IPM .Note &id= RgAAAAC81 EXe %2fs... 06/21/201 1 11 -002 i Council Approval 10/4/10 C -1 AGREEMENT FORM CONTRACT NO. // -002 THIS AGREEMENT is made and entered into on this 'day of�OWbl , 20 I I , by and between the City of Tukwila, Washington ( "Owner ") and .6'‘ c,kq _ E(-C,L ( "Contractor "). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled SIGNAL POLE REPLACEMENT (EAST MARGINAL WAY SOUTH & SOUTH 86TH PLACE), Project No. 11001605, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1 -04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is which shall for all purposes be deemed an CITY OF TUKWILA, WASHINGTON (Owner) By: executed in two (2) identical counterparts, by the parties, each of original. ity Clerk s to Form: Address for giving notices: 49300 &»thicet -ky 6/vac, Ire /00 `17Akwi(al W A q r Signal Pole Replacement (East Marginal Way S & S 86`h Place) �I && N1 Dv(, L- `6�-ic (Contractor) By: Ca - Title: \ACS r p i ve, I Attest: , day of -D , 201 1) Contractor's License No. Address for giving notices: Fo,v901, (auq Ki\f-r) WA. q 0184 -CQz_o? /5 f cot ape16 //i/4CS Rev. 6 -15 -10 ireement Form Ruilrlarc FYChanna of 1A /A Inn Fnr ucane r'nnr1itinnc Anraarn nt caa \AAAAAJ vAia nnm - Alw vc Vorifv Gcalo C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 09015841 we, Signal Electric, Inc. and Fidelity and Deposit Company of Maryland (Principal) (Surely) a Maryland corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ( "Owner "), in the penal sum of Thirty Five Thousand Fifty Four and No /100THS Dollars ($ 35, 054.00 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated , 20_ , between Principal and Owner for a project entitled SIGNAL POLE REPLACEMENT (EAST MARGINAL WAY SOUTH & SOUTH 86711 PLACE), Contract No.110 01 s o 5 ( "Contract "). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance 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, mechanics, subcontractors, lower tier subcontractors, material men, 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. 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. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10 %) of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. 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 Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20 %). Signal Pole Replacement (East Marginal Way S & S 86'" Place) Rev. 6 -15.10 !4 Payment and Performance Bond ?.d to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Performance & Payment Bond C -3 If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty -five percent (25 %) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. • IN WITNESS WHEREOF, the parties have executed this instrument in two (2) Identical counterparts this 1st day of December , 20 10 . Signal Electric, Inc. Principal Signature of Authorized Official Vc � ib: Fid-lity and Deposit Company of Maryland Title ( / Attorney in Fact (Attach Power of Attorney) Name and address of local office of agent and/or Surety Company: Propel Insurance PO Box 2940 Tacoma, WA 98401 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. Signal Pole Replacement (East Marginal Way S & S 86th Place) Rev. 6 -15 =10 5 d to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Asisis : t•� . , pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, vtl� e s yD .n a ��side hereof and are hereby certified to be in full force and effect on the date her t�� tom ((��PP1� Fti ; PPoint Eric A. ZIMMERMAN, James B. BINDER, Karen S u , °' 1� .� d - ' bER, Julie R. TRUITT, Peggy A. FIRTH, Christopher KINYQ$l\anl1 AR �� i "aroma, Washington, EACH its true and lawful agent and Attorney -i • .w `. ; cute, • - . d i'er; or, and on its behalf as surety, and as its act and deed: any and all bonds a ' kin s the�J •'c) such bonds or undertakings in pursuance of these presents, shall y g �(AI hcY g P P be as binding upon t, s ' s trip. n f4l1 a amply, to all intents and purposes, as if they had been duly executed and acknowledged by they r�g"tl le ed officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorn r�vdkes that issued on behalf of Eric A. ZIMMERMAN, James B. BINDER, Karen SWANSON, Anne STRIEBY, Jennifer SNYDER, Julie R. TRUITT, Peggy A. FIRTH, Christopher KINYON, Melinda WOOMER, dated September 18, 2009. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 9th day of February, A.D. 2010. ATTEST: 4 FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY t ■144,4, //tom By: Gregory E. Murray Assistant Secretary Theodore G. Martinez State of Maryland fss. City of Baltimore On this 9th day of February, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180 -2849 �r..��.,c:✓� -rte Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of /ice Assistant Secretary • ' ACORD1M CERTIFICATE OF LIABILITY INSURANCE 2 DATE /01/M/DD/YYYY) 12/01 /2010 TYPE OF INSURANCE PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Signal Electric, Inc. P. O. Box 6209 Kent, WA 98064 INSURER A: Continental Western Insurance C GENERAL LIABILITY INSURER B: 06/30/2010 INSURER C: EACH OCCURRENCE INSURER D: X INSURER E: DAMAGE TO RENTED PRFMISES (Fa THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L NSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATEIMM/DD/YYYYj_ POLICY EXPIRATION DATEIMM /DD/YYYY1 LIMITS A X GENERAL LIABILITY CWP2887576 06/30/2010 06/30/2011 EACH OCCURRENCE $1,000,000 $100,000 $5 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PRFMISES (Fa CLAIMS MADE OCCUR occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY $1,000,000 $2,000,000 $2,000,000 GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER: n JERCOT n LOC PRODUCTS - COMP /OP AGG nPOLICY A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CWP2887576 06/30/2010 06/30/2011 _ COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ A X EXCESS / UMBRELLA LIABILITY CU2887577 06/30/2010 06/30/2011 EACH OCCURRENCE $55,000,000 nOCCUR CLAIMS MADE AGGREGATE $5,000,000 $ DEDUCTIBLE RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE 'YIN OFFICERMBER EXCLUDED? I N (Mandatory In NH) If yes, describe under SPECIAL PROVISIONS below CWP2887576 ' WA STOP GAP 06/30/2010 06/30/2011 l I WC CY ATU- I IOER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: Signal Pole Replacement (East Marginal Way South & South 86th Place) Project No. 11001605 City of Tukwila is named additional insured per the attached endorsement as required by written contract. CERTIFICATE HOLDER CANCELLATION City of Tukwila Department of Public Works 6300 Southcenter Blvd Suite #100 Tukwila, WA 98188 10 Days for Non - Payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2009/01.) 1 of 2 #S558032/M548765 O 1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CEWOO IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) 2 of 2 #S558032/M548765 Jiynai ucUuw, nn.. CWP2887576 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS If SECTION I — COVERAGE C MEDICAL PAY- MENTS is not otherwise excluded from this Coverage Part: 1. The Medical Expense Limit provided by this policy, subject to the terms of SECTION III - LIMITS OF INSURANCE, shall be the greater of: a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. B. FIRE, LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREM- ISES YOU RENT If damage to premises rented to you under Cov- erage A. is not otherwise excluded from this pol- icy, the following applies: 1. The last paragraph of SECTION I — COV- ERAGE A.2. Exclusions is deleted and re- placed by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion or sprin- kler leakage to premises while rented to your or temporarily occupied by you with permis- sion of the owner. A separate limit of insur- ance applies to this coverage as described in SECTION III — LIMITS OF INSURANCE. 2. Paragraph 6. of SECTION III — LIMITS OF INSURANCE Is deleted and replaced by the following: 6. Subject to 5. above, the greater of. a. $300,000; or b. the Damage To Premises Rented To You Limit shown in the Declara- tions; is the most we will pay under COVER- AGE A for damages because of "prop- erty damage" to any one premises, while rented to you, or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, ex- plosion or sprinkler leakage Incident. 3. Paragraph 4.b.(1)(b) Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS Is deleted and re- placed by the following: CL CG 00 20 03 07 (b) That Is Fire, Lightning, Explosion or Sprinkler Leakage insurance for prem- ises rented to you or temporarily occu- pied by you with the permission of the owner; 4. Paragraph 9.a. of SECTION V — DEFINI- TIONS is deleted and replaced by the follow- ing: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that Indemnifies any person or organization for damage by fire, lightning, explosion or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "in- sured contract"; C. NON -OWNED WATERCRAFT 1. Paragraph g.(2) of SECTION I — COVER- AGE A.2. Exclusions is deleted and re- placed by the following: A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not used to carry persons or property for a charge. D. SUPPLEMENTARY PAYMENTS SECTION I — SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as fol- lows: 1. The limit of insurance in paragraph 1.b. is increased from $250 to $2,500; and 2. The limit of insurance in paragraph 1.d. is increased from $250 to $500. E. AUTOMATIC ADDITIONAL INSURED — SPECIFIED RELATIONSHIPS The following is added to Paragraph 2. of SEC- TION II - WHO IS AN INSURED: e. Any person or organization described in paragraph f. below, whom you and such per- son or organization have agreed in writing In a contract or agreement that such person or organization be added as an additional in- sured on your policy. Includes copyrighted material of his urance Services Page 1 of 6 Office, Inc., with Its permission JIynai ucL.ura., nw. • CWP2887576 Such person or organization is an insured provided: (1) The written or oral contract or agree- ment is: (a) Currently in effect or becomes effec- tive during the policy period; and (b) Executed prior to an "occurrence" or offense to which this Insurance would apply. (2) They are not specifically designated as an additional insured under any other provision of, or endorsement added to, this policy. f. Only the following persons or organizations are additional insureds under this endorse- ment, and coverage provided to such addi- tional insureds is limited as provided herein: (1) The manager or lessor of a premise leased to you, but only with respect to li- ability arising from the ownership, main- tenance or use of that part of the prem- ises leased to you and subject to the fol- lowing additional exclusions: This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to be a tenant of that premises. (b) Structural alterations, new construc- tion or demolition operations per- formed by or on behalf of the man- ager or lessor. (2) Any person or organization from whom you lease equipment, but only with re- spect to liability for "bodily injury", "prop- erty damage" or "personal and advertis- ing injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such per- son(s) or organization(s). However, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. Any state or political subdivision, subject to the following additional provision: This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or control and to which this in- surance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, cano- pies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decora- tions and similar exposures; or (b) The construction, erection, or re- moval of elevators; or (3) CL CG 00 20 03 07 (c) The ownership, maintenance, or use of any elevators. F. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — AUTOMATIC STATUS 1. SECTION II — WHO IS AN INSURED is amended to include as an additional Insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writ- ing in a contract or agreement that such per- son or organization be added as an addi- tional Insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and adver- tising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing opera- tions for the additional insured, A person's or organization's status as an ad- ditional Insured under this policy ends when your operations for that additional insured are completed. 2. With respect to the insurance afforded to these additional insureds, the following addi- tional exclusions apply: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising Injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, in- cluding: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or draw- ings and specifications; or (2) Supervisory, inspection, architec- tural or engineering activities. b. "Bodily Injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connec- tion with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered opera- tions has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcon- tractor engaged in performing op- erations for a principal as a part of the same project: Includes copyrighted material of Ins urance Services Page 2 of 6 Office, Inc., with its permission VI91101 LIGl.l1 IV, I I IV. CWP2887576 3. The insurance provided by this endorsement is primary insurance and we will not seek contribution under any insurance policy un- der which such additional Insured Is a named insured, if such policy was procured and paid for by such additional insured, or a parent or related entity of such additional in- sured. 4. With respect to the insurance afforded to these additional insureds, SECTION III — LIMITS OF INSURANCE is amended as fol- lows: The limits applicable to the additional in- sured are those specified in the written con- tract or agreement or the limits stated In the Declarations, whichever Is less. If no limits are specified in the written contract or agreement, the limits applicable to the addi- tional Insured are those specified in the Dec- larations. The limits of insurance are inclu- sive of and not in addition to the limits of in- surance shown in the Declarations. G. PROPERTY DAMAGE TO BORROWED EQUIPMENT 1. Paragraph 2.j. of SECTION I - COVER- AGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is amended as follows: Paragraphs (3) and (4) of this exclusion do not apply to tools or equipment loaned to you, provided they are not being used to per- form operations at the time of loss. 2. SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: The most we will pay In any one "occur- rence" for "property damage" to borrowed equipment is $15,000. This limit of insur- ance is the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits ". 3. Deductible a. Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as appli- cable to "property damage" as the result of any one "occurrence ", regardless of the number of persons or organizations who sustain damages because of that "occurrence ". b. The terms of this insurance, including those with respect to our right and duty to defend the insured against any "sults" seeking those damages; and your duties in the event of an "occurrence ", claim, or "suit" apply irrespective of the application of the deductible amount. CL CG 00 20 03 07 c. We may pay any part or all of the de- ductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the de- ductible amount as we have paid. H. BROADENED NAMED INSURED Paragraph 3. of SECTION II - WHO IS AN IN- SURED is deleted and replaced by the following: Any organization, other than a joint venture, over which you maintain ownership or majority inter- est of more than 50% will be a Named Insured if there is no other similar Insurance available to that organization. However: a. Coverage under this provision Is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. b. COVERAGE A does not apply to "bodily in- jury" or "property damage" that occurred be- fore you acquired or formed the organiza- tion. c. COVERAGE B does not apply to "personal and advertising injury" arising out of an of- fense committed before you acquired or formed the organization. I. CONSTRUCTION PROJECT GENERAL AG- GREGATE LIMIT 1. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: a. A Single Construction Project General Aggregate Limit applies to each con - struction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. b. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COV- ERAGE A, except damages because of "bodily injury" or "property damage" in- cluded in the "products - completed op- erations hazard ", and for medical ex- penses under COVERAGE C regardless of the number of: (1) Insureds; (2) Claims made or "suits" brought; or (3) Persons or organizations making claims or bringing "suits ". Includes copyrighted material of Insurance Services Page 3 of 6 Office, Inc., with its permission l.,111■31 LI6l.0 w, a w. CWP2887576 c. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Ag- gregate Limit for that construction pro- ject away from premises owned by or rented to the insured. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Single Construc- tion Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured. d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. 2. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single desig- nated construction project away from prem- ises owned by or rented to the insured: a. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Ag- gregate Limit or the Products - Completed Operations Aggregate Limit, whichever Is applicable; and b. Such payments shall not reduce any Single Construction Project General Ag- gregate Limit. 3. When coverage for liability arising out of the "products - completed operations hazard" is provided, any payments for damages be- cause of "bodily injury" or "property damage" included in the "products - completed opera- tions hazard" will reduce the Products - Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Single Construction Project General Ag- gregate Limit. 4. If the applicable construction project away from premises owned by or rented to the in- sured has been abandoned, delayed, or abandoned and then restarted, or if the au- thorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. 5. The provisions of Limits Of Insurance (SECTION Ill) not otherwise modified by this endorsement shall continue to apply as stipulated. CL CG 00 20 03 07 J. KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. A report of an "occurrence ", offense, claim or "suit" to: (1) You, if you are an individual, (2) A partner, if you are a partnership, (3) An executive officer, if you are a corporation, or (4) A manager, if you are a limited liability company; is considered knowledge and requires you to notify us of the "occurrence ", offense, claim, or "suit" as soon as practicable. f. We are considered on notice of an "occurrence ", offense, claim or "suit" that is reported to your Workers' Compensation insurer for an event which later develops into an "occurrence ", offense, claim or "suit" for which there is coverage under this policy. However, we will only be considered on notice if you notify us as soon as you know the claim should be addressed by this policy rather than your Workers' Compensation policy. K. UNINTENTIONAL OMISSIONS The following is added to paragraph 6. Repre- sentations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. if you unintentionally fail to disclose any ex- posures existing at the inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to disclose. However, this provision does not affect our right to collect additional pre- mium or exercise our right of cancellation or non - renewal. This provision does not apply to any known injury or damage which is excluded under any other provision of this policy. L. MENTAL ANGUISH Paragraph 3. of SECTION V — DEFINITIONS is deleted and replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at anytime. M. WAIVER OF TRANSFER OF RIGHTS OF RE- COVERY AGAINST OTHERS Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: Includes copyrighted material of Ins urance Services Page 4 of 6 Office, Inc., with its permission .nyua, LI6t.UIV, III.. ,CINP2887576 We waive any right of recovery we may have be- cause of payments we make for injury or dam- age arising out of your ongoing operations or your work" done under a contract requiring such waiver with that person or organization and in- cluded in the "products- completed operations hazard ". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or dam- age for which we make payment under this Cov- erage Part. The insured must do nothing after a loss to Impair our rights. At our request, the in- sured will bring "suit" or transfer those rights to us and help us enforce those rights. N. LIMITED JOB SITE POLLUTION 1. Exclusion f. under Section I — Coverage A is replaced by the following: 2. Exclusions This insurance does not apply to: f. Pollution (1) "Bodily injury" or "property dam- age" arising out of the actual, al- leged or threatened discharge, dispersal, seepage, migration, release or escape of "pollut- ants": (a) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are per- forming operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way re- spond to, or assess the ef- fects of, "pollutants"; or (b) At or from a storage tank or other container, ducts or piping which is below or par- tially below the surface of the ground or water or which, at any time, has been burled under the surface of the ground or water and then subsequently exposed by erosion, excavation or any other means if the ac- tual, alleged or threatened discharge, dispersal, seep- age, migration, release or escape of "pollutants" arises at or from any premises, site or location which any in- sured or any contractors or subcontractors working di- rectly or indirectly on any in- sured's behalf are perform- ing operations If the "pollut- ants" are brought on or to CL CG 00 20 03 07 the premises, site or loca- tion in connection with such operations by such insured, contractor or subcontractor. Subparagraph (b) does not apply to "bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire ". (2) Any loss, cost or expense aris- ing out of any: (a) Request, demand, order or statutory or regulatory re- quirement issued or made pursuant to any environ- mental protection or envi- ronmental liability statutes or regulations that any insured test for, monitor, clean up, remove, contain, treat, de- toxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, con- taining, treating, detoxifying or neutralizing or in any way responding to or assessing the effects of, "pollutants ". However, this paragraph does not apply to liability for those sums the insured becomes le- gally obligated to pay as dam- ages because of "property dam- age" that the insured would have in the absence of such re- quest, demand, order or statu- tory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental author- ity. 2. With respect to "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants ": a. The "Each Occurrence Limit" shown In the Declarations does not apply. b. Paragraph 7. of Limits Of Insurance (Section III) does not appy. c. Paragraph 1. of Section III — Limits Of Insurance is replaced by the following: The Limits Of Insurance shown in this endorsement, or in the Declarations and the rules below fix the most we will pay regardless of the number of: (1) Insureds; Includes copyrighted m ater's! of ins urence Services Page 5 of 6 Office, Inc., with its permission v1d"°' uci.0 rte, aO.,. CWP2887576 (2) Claims made or "suits" brought; or (3) Persons or organizations making claims or bringing "suits ". d. The following are added to Section III — Limits Of Insurance: 8. Subject to 2. or 3. above, whichever applies, the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Cover- age C because of "bodily injury" or "prop- erty damage" arising out of the ac- tual, alleged or threatened dis- charge, dispersal, seepage, migra- tion, release or escape of "pollut- ants" is $100,000. CL CG 00 20 03 07 9. Subject to 8. above, the Medical Expense Limit Is the most we will pay under Coverage C for all medi- cal expenses because of "bodily In- jury" sustained by any one person arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or es- cape of "pollutants ". O. OTHER INSURANCE If this policy includes a Coverage Form or an Endorsement which provides coverage for loss or damage covered by one or more of the Ex- tensions of this endorsement, the limit and the coverage provided by this endorsement are de- leted and replaced by the limit and coverage provided by that Coverage Form or Endorse- ment. Includes copyrighted material of Ins urance Services Page 6 of 6 Office, Inc., with Its permission P -1 PROPOSAL (unit price) Contractor's Name Signal Electric, Inc. Contractor's State License No. SIGNAEI325K8 City of Tukwila Project No. 11001605 To the Mayor and City Council City of Tukwila, Washington 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 SIGNAL POLE REPLACEMENT (EAST MARGINAL WAY SOUTH & SOUTH 86TH PLACE), which project includes but is not limited to Traffic Signal Repair and Modifications; 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 payable 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 thirty (30) calendar days from the date stated in the written Notice to Proceed following the Suspension of Work for signal material fabrication. 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. The Contractor shall receive a Suspension of Work for materials fabrication per the provisions of 1- 08.6 herein. Signal Pole Replacement (East Marginal Way S & S 86th Place) Rev. 6 -15 -10 Page 11 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -2 SIGNAL POLE REPLACMENT Project No. 11001605 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. For Schedule A, include applicable Sales Tax in the various Unit and Lump Sum prices. Item No. Item Description Quantity Unit Unit Price Amount ROADWAY 1. Mobilization 1 LS M.0 'I " ✓,ccacb 2. Project Temporary Traffic Control 1 LS ,Co t CI COD, CD 3. Shoring or Extra Excavation, Class A 1 LS 3ji.12.0 ? 3I2- C0 TRAFFIC 'CONTROL DEVICES 4. Traffic Signal Modifications 1 LS TOTAL OF SCHEDULES: TOTAL BID PRICE 18,14-2.019 1 g,`742..00 Schedule Total $ 56; •C0 *Sales tax shall be included in the various unit prices, per Standard Specification section 1- 07.2(1) and WAG 458 -20 -171. Signal Pole Replacement (East Marginal Way S.8 S S6 "' Place) Rev. 6-15-10 Page 12 Provided to Builders Exchange of WA„ inc. For usage Conditions Agreement see www b nva,corn - Always Verify Scale Proposal P -4 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt Addendum No. 3 4 Date of Receipt 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. The Surety Company which will furnish the required Payment and Performance Bond is Fidelity & Deposit Company of (Name) Mary a nd 1201 Pacific Ave Ste 1000 Tacoma, WA (Address) 98402 Sirel Pole €?epi'acernenl (Easy Marginal Wvay S & S a6 Ptace) Rev, . 6 -15 -10 Page 14 Proposal Signature Sheet Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see waves bxws.com - Always Verify Scale P -5 Bidder: Signature of Authorized Official: Printed Name and Title: Address: Signal Electric, Inc. Carla M. Folk, Vice President PO Box 6209 Kent, WA 98064 Circle One: Individual / Partnership / State of Incorporation: WA Joint Venture Corporation Phone No.: 253-872-7177 Date: 09/02/10 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. Signal Pole Replace -mans (East Marginal Way S & S Bb's Place) Rev. 6- 15-16 Page 15 Provided to Builders Exchange of WA, Inc, For usage Conditions Agreement see rrnw, bwwa.com - Always Verify Scale P -6 BID SECURITY 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, signal Electric, Inc. (Principal), and Fidelity and Deposit Company of Maryland(Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Bid Amount dollars ($ 596 of Bid Amount ), 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 SIGNAL POLE REPLACEMENT Project No. 11001605, 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 2nd day of September ,2010 Signal Electric, Inc. Fidelity and Deposit Company of Maryland Principal Surety By <" i�it' -r _ 77 Signature of Authorized Official Attorney In Fact (Attach'PowerofAttorney) Melinda Carlson, Attorney -in -Fact a r Vice President Title Name and address of local office of agent and/or Surety Company: Propel Insurance 1201 Pacific Avenue, STE 1000 Tacoma, WA 98402 -4321 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. Signal Pole Replacement (East Marginal Way S & S 66h Place) Page 16 Bid Security Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Rev. 6 -15 -10 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State .f< iaryland, by ,-ter , ,� . THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant(3 JC tai'y, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Companies, whiEfr;areie far'tf} -b ttte,r ei's side hereof and are hereby certified to be in full force and effect on the date hereo€y1 o lie{§ b -y'ndmmateiccQlistrtiite\antl a" "ppoint Eric A. ZIMMERMAN, James B. BINDER, Karen SWA (kKAtihe- --SiRIEKty -; t15N` DER, Julie R. TRUITT, Peggy A. FIRTH, Christopher KINYQN;and Me�trida CAR(3I'��aiil I'a'toma, Washington, EACH its true and lawful agent and Attorney -iu.- .Fact-; d at ''e dcute,(sga*Aeliver;'for, and on its behalf as surety, and as its act and deed: any and all bonds artcr►`dkings, and�the7€ee9tibrroch bonds or undertakings in pursuance of these presents, shall be as binding upon 4aid`e6mprigy,kfq amply, to all intents and purposes, as if they had been duly executed and acknowledged by the-m,gi a1: 1ebte?`officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney-revokes that issued on behalf of Eric A. ZIMMERMAN, James B. BINDER, Karen SWANSON, Anne STRIEBY, Jennifer SNYDER, Julie R. TRUITT, Peggy A. FIRTH, Christopher KINYON, Melinda WOOMER, dated September 18, 2009. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 9th day of February, A.D. 2010. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: Gregory E. Murray Assistant Secretary Theodore G. Martinez State of Maryland ss: City of Baltimore On this 9th day of February, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180 -2849 Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMFAN N '. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this r?i•�` day of Assistant Secretary P -7 NON - COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING 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 connection with the City of Tukwila project named SIGNAL POLE REPLACEMENT, Project No. 11001605 Signed and swot to before me on this 2nd Signal Electric, Inc. Name of Firm Signature of Authorized Official Vice President Title day of September ,2010 Signature ,f Notary Public_in and for the State of Washington, residing at J.¼lAib VVV My appointment expires: 61 , f SEAL To report bid rigging activities call: NOTICE TO ALL BIDDERS 1- 800 - 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll - free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Signal Pole Replacement (East Marginal Way S & S 86th Place) Rev. 6 -15 -10 Page 17 Non - Collusion Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -8 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Signal Electric, Inc. Address of Bidder: PO Box 6209 Kent WA 98064 City State Zip Code Contractor's License No. SIGNAEI325K8 WA State UBI No. 173-005-578 Dept. of L &I License Bond Registration No. LPM8047545 Worker's Comp. Acct. No. 268 -1 89 -008 Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture ® Incorporated in the state of WA List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from 1968 Year Bank Reference Homestreet Bank Greg Gratz Bank Account Officer 206 -442 -5316 Officer's Phone No. No. of regular full -time employees: 70 Number of projects in the past 10 years completed: 50 ahead of schedule 450 on schedule o behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 42 years. As a subcontractor for 42 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 Jon Mogensen Gordon St. Peter Title Project Manager Superintendent How Long With Bidder 25 14 Signal Pole Replacement (East Marginal Way S & S 86"' Place) Rev. 6 -15 -10 Page 18 Responsible Bidder Determination Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -9 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? ❑ Yes Q No Surveyor's Name: N/A List all those projects, of similar nature and 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 Project Name Completed Amount Owner /Reference Name and Phone See Attached 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 Project None Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of. Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? l No ❑ Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? Il No ❑ Yes If yes, please state: Project Name Contracting Party Bond Amount Signal Pole Replacement (East Marginal Way S & S 86th Place) Rev. 6 -15 -10 Page 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P-1 0 Has Bidder ever been found guilty of violating any State or Federal employment laws? No ❑ Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? la No ❑ Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? No ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? II No ❑ Yes If yes, please state: Date Type of Injury Agency Receiving Claim 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. Signature of Bidder C- -->-, P-rCe- Title: Vice President Date: 09/02/10 Signal Pole Replacement (East Marginal Way S & S 86th Place) Rev. 6 -15 -10 Page 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -11 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION /TYPE YEAR CONDITION OWN /RENT See attached Labor to be used: Journeyman, Traffic Control Supervisor, Equipment Operator, Laborer Signal Electric, Inc. Name of Bidder Q Signature of Authorized Official Vice President Title Signal Pole Replacement (East Marginal Way S & S 86th Place) Rev. 6 -15 -10 Page 21 Proposed Equipment and Labor Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P -12 PROPOSED SUBCONTRACTORS Name of Bidder Signal Electric, Inc. 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 the Owner to make any change to this list. Percent of total bid to be performed by Bidder 1 0 0 Schedule /Bid Item Numbers % of Name Subcontractor will perform Total Bid Signal Electric, Inc. 1 -4 100 Signal Pole Replacement (East Marginal Way S & S 86`" Place) Rev. 6 -15 -10 Page 22 Proposed Subcontractors Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale SIGNAL ELEC T R C INC. EQU P'ME T LAST 06129110 EQUIP.# DESCRIPTION LICENSE # VEH.ID# L -28 1967 35' Brown Trailer Flat Bed L-40 Roller L -58 1979 Freeway T -7 Trailer L -59 1979 Case 580C Backhoe L -60 TRLMO Van L -62 1963 Pike Van Trailer L -63 1963 Pike Van Trailer L -79 1943 Highway Pole Trailer L -100 1982 Ford 8 Ton Boom L -104 1981 Ford Dump Truck L -105 1986 Reeves Tar Pot L -109 4988 580K Backhoe L -110 1988 580K Backhoe Breaker L -111 1988 160CFM Ingersoll Comp L -115 1988 10 Ton Freeway Trailer Tilt Deck L -116 1988 Ingersoll-Rand Comp L -117 1985 Ford Dump Truck L -120 1989 Ford F250 w /bins L -122 1989 Ford F250 w /bins L -127 1988 JCB Backhoe 4WD 1400B L -132 1990 Intl Telect Bucket L -133 1990 Intl Telect Digger L -138 1991 Intl 50' Altec L -144 1990 JCB Backhoe 1400B L -145 1992 Isuzu 1 Ton Flatbed L -146 1991 Ditch Witch Wheel Model 7510 L -147 1992 Isuzu 1 Ton Flatbed 5725LA S673707 333OUJ FW2087 8987686 3868VQ 215035 5898KX 5296 5716LA 5277 8822VL 140726 A26683S 1 FDPF82H1 CVA27449 B22322K 1 FDNK74N3BVJ29153 7785NZ B41386 JGO618506 JGO610481 9422UR 166497U88178 9423UR FW5215 9424UR 169100U88178 A26973C IFDNF70H5FVA53223 B89048H 2FTHF25MXKCA17229 B89049H 2FTHF25M8KCA17231 14B14118/342739/7 B28715N 1 HTSCCFNXLH261262 32610R 1 HTSCCFN8LH261387 66642R 1 HTSCNEP9MH292390 348262 B28716N JALC4B1K6N7004399 B28717N JALC4B 1 KO N7004513 L -148 1992 Hot en Lowboy Trailer L -149 1985 Great Dane 48' Van L -150 1992 Ford F700 Altec Digger L -151 1992 Ford 53' Altec Bucket L -159 1985 Case 580E Painted 3 -94 L -160 1985 Case 580E Painted 3 -08 L -162 1985 Case 580E Painted 2 -96 L -173 1995 Ford 1 Ton Flatbed L -174 1995 Ford F -250 w /bins shop L -176 1997 Ford F 8001Telect -Augar L -180 1997 Jeep Laredo L -182 1992 Intn'I 40'Verslift Bucket L -183 1997 Circle Saw L -184 1998 FORD DUMP TRUCK L -185 1997 Eager Beaver Trailer L -186 1997 Ford F250 w /bins shop L -188 1998 Ford 50' Versalift\Bucket L -189 1998 Meco Saw M6551 L -190 1998 Case 580 Super L Backhoe L -191 1999 FORD F250 W /BINS Shop L -192 1999 FORD F250 W /BINS Tyler B. L -193 1998 CHEV 1 TON W /Bins L -194 1999 CHEV 1 Ton Flatbed L -195 1989 KENWORTH DUMP L -199 1996 INGERSOLL RAND COMP 185 L -200 1993 FLEX ARROW BOARD UNIT #19 L -201 1993 FLEX ARROW BOARD UNIT #20 321 OKJ 7422KJ 47341V 99554V A33900W A33901W A48272B 259UMZ A87157B -MODEL 3600 A65745C 0043SQ A53312Z A46266D B22723C B22724C B22722C B22718C A64972E 2317TL 9419UR 2370TL 12HPD4324NN353192 1 GRFC9625FB031035 1F DXK74P5NVA29833 1 FDPK74PONVA33725 17025797 17029333 17029342 1 FDLF47F6SEA13754 2FTHF25F8SCA49887 1 FDXF80E8VVA26648 1J4GZ58S8 VC543393 1 HTSCPHN8NH454193 #EMECM35CC 1 FDXN8OF9WVA13288 112HTN303VL049995 3FTHF25FXVMA52721 1F DXF80C5WVA21228 361- 98031774 JJG0201715 1 FDNF2OF4XEB96893 1 FDNF20F2XEB96892 1G BJC34F7WF019523 IGBHC34F9XF039675 1 NKAL29X3KJ518431 262085UBG327 1 S9A11018PL358849 1S9A11013PL358760 L -203 1999 WACKER JUMPING JACK L -204 1999 CASE 580 L Backhoe L -206 2000 ISUZU NQR Flatbed L -207 1999 CIRCLE SAW L -210 1999 Spectre Trailer L -211 2000 Ford F-250 w /Bins /Roger Sherwood L -212 2000 Ford F -250 w /Bins Scott A. L -213 2000 Wacker Jumping Jack Dave F. L -214 2000 Ford f-450 1 Ton Flatbed L -215 2000 FL70 Freight Liner Altec to -40 L -216 2000 Spectre Trailer, 1 L -218 Wacker Jumping Jack Curtis L -219 1998 UDUMP Trailer Wire Reels L -220 2000 INTL 4900/Terex Digger L -221 1994 Intl. Dump truck L -222 1988 Mitsubishi FD40 Fork Lift 8000LB Cap L -225 Wacker Jumping Jack L -226 2000 Ingersoll Rand Comp 185 L -227 2001 Wacker Jumping Jack L -228 2001 Wacker Jumping Jack L -229 2001 Ford F250 w /Bins Scott C. L -230 2001 Ford F250 w /Bins Curtis M. L -231 2001 Wacker Jumping Jack Rob Hatfield L -232 2001 Spectre Trailer L -233 2000 580 Super L 4x4 Extendahoe L -234 2001 Chev 1 Ton Flatbed BS 600 SN#5006032 JJG0244971 B22719C JALE58145Y7901175 MODEL 3600 4344 2318TL B28722F 828723F BS600 4W8UF2227X1001585 1 FDNF20F1 YEB07024 1 FDNF20F3YEB07025 SN #5119173 828724F 1 FDXF46F6YEB28639 A44278F 3327UJ BS 600 3329UJ A19438H 1 FV6HJBA8YHF31725 4W8UF2228Y1002052 SN #5119169 43ZDJ22F3X0006170 1 HTSDAAN7YH323524 A47665H 1 HSHBAZN7RH540582 Fl 9A-50062 BS600 SN #5115540 3328UJ 308177UAK221 BS600 5228116 BS600 5211284 B89050H 1 FTNF20F61 EB71.845 B89051H IFTNF20F81EB72009 BS600 5250203 9464UR 4W8UF222611002976 JJG0277349 B89046H 1GBJC34151F111632 E . -azb 201 Wacker Jumping Jack L -237 2002 Case 580M Backhoe L-238 1996 Changeable Message Sign L -239 1992 Isuzu 1 Ton Flatbed L -240 1980 Eager Beaver Trailer -20 Ton L -241 1996 Ingersoll Compress /160 CFM L -242 1996 Ingersoll Compress /160 CFM L -243 1992 Komatsu PC50 -UU -1 Excavator BMC L -244 Huber M600 Road Maintainer L -245 1994 Ford LT800 -23.5 Ton National Boom L -246 2003 Meco Saw M60DSS Circle Saw L -247 2003 Chev 3/4 Ton W /Bins Matt Gardner L -249 2001 Wacker Light Tower L -250 2004 isuzu NqR Flatbed L -251 1997 Ingersoll Rand Comp 185 L -253 1997 Intnl. 4700 Low Profile Vactron L -254 1997 Intnl. 4700 Low Profile Saw L -255 2003 Chevy Silverado Pickup Jon L -256 2003 Chevy Silverado Pickup Gordon L -257 2003 Ford F150 Pickup Travis L -258 2003 Ford F150 Pickup Kyle L -259 2003 SRTS Wire Trailer W /Reels L -260 1996 Freight Liner Tractor L -261 1998 Ditch Witch Trencher L -262 1975 Ford Flatbed Attenator L -262 1978 Evergreen Jobshack L -264 1985 Ford Flatbed Attenator L -265 2004 Jeep ES600 8821VL 5280329 JJ60308746 1A9H1210XTM157160 B28718N JALC4B1K3N7012928 8823VL 21 HA7931 2084PV 2083PV PC50UU1 A98098R 263389UCG283 263385UCG283 2226 CM3361 IFDZU82E7RVA28828 6310 A99808R 1 9596NU A29331 T 4335RC A26696S A98987R A23939S A23940S A81630S A75428S 5284RG A33098T 3700DD B2272OC 2762RO A37237U 022SPT GBHC24143E182063 5AJLS1617YB001742 JALE5B14447900643 270674UKH327 1 HTSLAAM6VH478703 1 HTSLAAM3VH478707 1 GCEC14X13Z264726 IGCEC14X73Z185268 2FTRF17283CA78896 2FTRF172X3CA69620 IS9BF16223F775155 1 FUY3MDBXTP769073 3R0687 R70BVV534 1178148 1 FDNR70U2FVA33144 1 J4GW48S44C394921 L -266 2004 SSTS Trailer L -267 2003 Arnida AL 4000 Light Tower L -268 1998 FlexLite Arrow Board L -269 Wacker Plate Compactor L -270 1989 Tension Master Fiber Puller L -271 1983 Hogg Davis Wire Trailer L -272 2005 Wacker Jumping Jack L -273 2005 Wacker Jumping Jack Roger S. L -274 2001 PMD500 Vac -Tron Truck L -275 2005 Ford F350 w /Bins Ric A. L -276 2001 Ingersoll Rand Comp P185WD L -277 1986 Ford LN 9000 Dump L- 278 2006. Wacker Jumping_Jack Matt G. L -279 2005 Wacker Jumping Jack L -280 2006 Columbia Pole Trailer L -281 1999 Crafco Tank L -282 2006 Ford F350 w /bins Dave Franco L -283 MECO 60 HP Diesel Circle Saw L -284 2001 Ingersoll Rand Comp P185W L -285 2006 Wacker Jumping Jack L -286 2006 Ford F350 w /Bins Josh D. L -287 2006 MECO 60 HP Diesel Saw L -288 2001 Ingersoll Rand P185W Loop Truck L -289 2007 Bulldog Trailer L -290 2007 Chevy Flatbed L -291 2005 Multiquip Light Tower (Lt12D) L -292 2008 Allmand Light Tower L -294 2008 Silverado Kelvin 5616RU 8655RY 6816RJ 1 S9BF16284F775171 030679119 IS9AS1115VL358669 11 VP 1550AW 5437475 9420UR 9421UR BS60 -21 BS60 -21 A91026Y 0005SQ A53753Z BS60 -21 BS600 1313SY 2485UV B51438A M -60DCC 9425UR BS6021 B26536C D -60 DSS 9248TG B84471 B 8848SA 8411UJ B64089F 1 BUD08101 K2006539 1H9241219C1011059 5534943 5527648 43ZDN22F910006590 1 FDWF30P45EA96485 4FVCABAAXI U318587 1 FDZY90X6GVAI8349 5624848 5356610 1 T9D481026H001562 1 C9SU0811X1418351 I FDWF34PX6EC25728 8355 323671 UGL231 5676631 1 FDWF34PX6EC38186 317798UKK231 4RJFH202371102832 1GBJC34D57E124373 4GNLT091X5B901667 0781 PR008 I GCEC14XO8Z118681 L -295 Wacker Jumping Jack Shop L -296 2000 GMC 7H6 Terex Digger L -297 1991 Strick Van Trailer L -298 1989 Strick Van Trailer L -299 2008 Ford F350 w /Bins Rob H. L -300 2001 Ditch Witch 1820 Trencher L -301 1999 Ingersoll Rand Comp P185JD L -302 2004 Addco Ch _angeable Message Sign L -303 2004 Addco Changeable Message Sign L -304 2003 Genie Light Tower L -305 1999 Dodge Dakota L -306 2002 Takeuchi Min Exq L -307 2008 580M Backhoe L -308 1997 Freightliner Dump truck L -309 2003 C4 Chev Dump L -310 2007 Chevy Flatbed L -311 2004 Ford Dump L -312 2002 Takeuchie Min Exe L -313 2006 Vactron FB PMD500 L -314 2009 Arrow Board Trailer 6354UX L -315 2009 Arrow Board Trailer 6355UX L -316 2001 Ford Ranger B48583K L -317 2006 Wacker Plate Compactor WP1550AW L -318 2008 LONGC Trailer 1103VJ L -319 2008 ALLMA Signboard Arrowboard 9202VN L -320 2001 Hino Van B17801N 823371 G 1 GDT7H4C4YJ527147 5173 -UJ 5202 -UJ B53481 G 0884U0 7646UP 7647UP 7593UP 616302E TB016 B26560H A45946S B17652B B22541 K T13016 9643UZ 1 S11 E8282MG333671 1S 11 EB282KG313224 IFDSF305X8EC42874 1W1820H 30261 OUFJ231 1A9H121083M157108 1A9H121083M157125 5D8LC141X4R000208 1B7FL26X3XS239283 11604004 NBC500366 1 FUWHLBA4VH832825 1 GBE4E1133F507463 1 GBJC34D57E183154 1 FDAF56P64EC87658 11604007 5HZBF16246LF61139 5f11s101391000092 5f11s101291000617 1 FTZR15E01 PB54286 SER #6577192 LCAUS08188T354949 0280AB08 JHBFB4JE311S10729 L -321 1992 Ford € ump L8000 B84292N L -322 1998 Ford F800 Dump B84294N L -323 2010 580M Backhoe NAC530252 EQUPLJST.DOC on Jobinfo file 1 FDYR82A6NVA21907 1 FDNF80C1 WVA087S1 REFERENCES a) }• a) 0. E O N 12 0 Contact City of Shoreline 17544 Midvale Ave N Shoreline, WA. 98133 Maggie E Brown (206) 546 -1921 City of Seattle PO Box 94687 Seattle, WA. 98124 Gary Merlino Construction City of Issaquah PO Box 1307 Issaquah, WA. 98027 -1307 Fay Shafi (425) 837 -3400 WSDOT 1707 South C St Pt Angeles, WA. 98363 Jerry Moore (360) 457 -2575 WSDOT 9029 El Capitan Way Everett, WA. 98208 -3637 Amir Ahmadi (425) 225 -8738 City of Seattle PO Box 94687 Seattle, WA. 98024 John Summers (206) 684 -5074 WSDOT 21851 84th Ave S Kent, WA. 98032 -1958 Mark Sawyer (425) 649 -4429 Sound Transit 401 S. Jackson St Seattle, WA. 98104 -2826 SCI Infrastructure Larry Smith WSDOT 6431 Corson Ave S Seattle, WA. 98108 Paul E Johnson (206) 768 -5700 WSDOT 6431 Corson Ave S Seattle, WA. 98108 Paul E Johnson (206) 768 -5700 Tacoma Public Works 747 Market St Rm. 620 Tacoma, WA. 98402 -3769 Lisa Oestreich (253) 594 -7871 WSDOT 6431 Corson Ave S Seattle, WA. 98108 Aleta Borschowa (206) 768 -5860 Ceccanti Construction 4116 Brookdale Rd E Tacoma, WA. 98446 Blake Verdi (253) 537 -2990 WSDOT 600 -108th Ave NE #405 Bellevue, WA. 98004 Brian Nelson (425) 456 -8500 Title /Contract # Aurora Ave N. Multimodal #2958 35th Ave NE, NE 65th St & NE 75th St Arterial Imp. #PW 2005 -016 ITS Traffic Signal System SR305, Hostmark Rd to Bond Rd #7164 S. Everett Freeway Station #7163 Belltown Street Light & Conduit Replacement #PW2006 -069 SR167 Hot Lanes Pilot Project #7363 Southcenter Blvd Improvements IBF No. RTA /LR 33 -06 Spokane St Illumination #7471 James /Spring /NE 50th Traffic Signals #7533 Residential Series Streetlight Replacement PW07 -0585F SR99 S 284th to 272nd HOV #7157 Olympic Dr NW /56th St NW 1 -405, SR520 to SR522 Stage 1, Design Build #7042 N CL cn cn a cn cn a a cn a a a c/) (/) c/1 fl. ca O o 03/28/08 N °' N m A-I N rn N 0 04/10/09 08/24/07 04/06/09 03/31/09 or) m 0 0 Ol o N 0 Q1 m 0 06/23/08 11/21/08 � 1 co m 0 V) N Cla V Contract Amt CO CO N M N t/} N m O LID l ri i!} N .-I N -I r -I r-I ti/} NND m O O ^ e-I i!} $2,006,826 a) N lD CO if)' $8,800,639 $2,298,680 $3,525,108 $1,394,718 $860,265 O M LO °VI' $775,504 N N N Cr) r-I i1}