HomeMy WebLinkAbout16-070 - Lakeside Industries - 2016 Overlay ProgramC -1
AGREEMENT FORM
CONTRACT NO.
THIS AGREEMENT is made and entered into on this 4 d y of 10442
the City of Tukwila, Washington ( "Owner ") and Lakeside Industries, Inc.
therefore the parties agree as follows:
16 -070
Council Approval 5/16/16
, 20 f 1 by and between
(' Contractor "). Now,
1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for
the project entitled 2016 Overlay PROGRAM, Project No. 91610401 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 attorneys 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 executed in two (2) identical counterparts, by the parties, each of
which shall for all purposes be deemed an original.
CITY OF TU
(Owner)
By:
Mayor
Attest To
This .6 day of L&N Q_ , 20
City Clerk
Approved as to Form:
Ci y Attorney
Address for giving notices:
V� 4
Lakeside Industries, Inc.
Title:
Attest;„ , A
This 3 day of /"Ih'y , 20 lb
Dax
Woolston
CFO /Treasurer
Contractor's License No.
LAKESI *274JD
Address for giving notices:
kirlo S'o H 624-le' / Lod. PO Box 7016
1
Issaquah, WA 98027
51- D-orC
2016 OVERLAY PROGRAM APRIL 2016
PAYMENT AND PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond Na, 106511920
We, Lakeside Industries, Inc. , and Travelers Casualty and Surety Company of America
(Principal) (Surety)
a Connecticut 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
One Million Two Hundred Seventy Seven Thousand Nine Hundred Fifty Six and 80/100ths Dollars
($ 1,277,956.80 ), the payment of which sum, on demand, vae 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 Ju -t.t. A, 4.46 , 20„ , between Principal and Omer
for a project entlltled 2016 OVERLAY PROGRAM , Contract No. f la -CID ( "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, lover 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.
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 %).
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.
2016 OVERLAY PROGRAM APRIL 2016
Page 26 Payment and Performance Bond
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn - Always Verify Scale
Performance & Payment Bond C -3
This Payment and Performance Bond shall be governed and construed by the Taws of the State of
Washington, and venue shall be in King County, Washington.
IN WITNESS WHEREOF, the parties have executed this instrument in tvvo (2) identi, I
counterparts this tai T day of Jcam_ , 20 j Iv .
Lakeside Industries, Inc.
Travelers Casualty and Surety Company
of America
Principal Surety
gnature of Authorized Official Signature of Aut prized Official
CF�p
Title
Name and address of local office of
By Susan B. Larson
Attorney in Fact
(Attach Rower of Attorney)
Parker, Smith & Feek, Inc.
agent and/or Surety Company: 2233 112th Ave NE
Bellevue, WA 98004
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.
2018 Overlay PROGRAM APRIL 2016
Page 27
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
TRAVELERS.
Attorney -In Fact No.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
•Y
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
230733
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 6773042
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint
Deanna M. French, Jill A. Boyle, Susan B. Larson, Scott Fisher, Elizabeth R. Hahn, Jana M. Roy, Scott McGilvray, Mindee L. Rankin, Ronald J.
Lange, John Claeys, Roger Kaltenbach, and Guy P. Armfield
of the City of Bellevue , State of Washington , their true and lawful Attomey(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of _guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted to any actions or- proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed 'and the "ii corporate seals to be hereto affixed, this
day of May 2016 r�,: "2y*'M..�} y 'i''
5th
State of Connecticut
City of Hartford ss.
44 s P
Farmington Casualty Compaa ny -
Fidelity and Guaranty' Insurance; Company, y
Fidelity and Guaranty Instirrarice`Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
By:
v
Robert L. Raney, Senior Vice President
On this the 5th day of May 2016 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021.
58440 -5 -16 Printed in U.S.A.
VN " C
Marie C. Tetreault, Notary Public
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity -
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies;.whtch is in full force'ai d effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said,Cbfx'panies this
day of , 20 .
Kevin E. Hughes, Assistant Sec tary
To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
P -1
PROPOSAL
(unit price) /�I
Contractor's Nam / e ` 5 /b€. %/UP /ik.
Contractor's State License No .i. s1 214- >
City of Tukwila Project No. 91610401
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 2016 OVERLAY PROGRAM, which project includes but is not limited to Hot Mix
Asphalt (HMA) overlay of up to NINE (9) sites, planing bituminous pavement, removing pavement
and pavement repairs, installation of concrete curbs, sidewalks, driveways and ramps, installation
of traffic loops and junction boxes, signal modifications, adjusting surface utilities to grade,
installing new channelization and signage, providing all necessary traffic control labor and devices,
providing temporary erosion/water pollution control and other .items necessary to complete the
Work as shown on the Contract Documents; and has read and thoroughly understands these
Documents which govern all Work embraced in this improvement and the method s 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)id 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 FORTY (40) working days
from the date stated in the written Notice to Proceed. If the work is not completed within this time
period, Bidder shall pay liquidated damages to Owner as specified in Section 1 -08.9 of the
Standard Specifications for every working 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.
2016 OVERLAY PROGRAM APRIL 2016
Page 9 Proposal (Unit Price)
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Proposal
P -2
2016 Overlay Program
Project Number: 91610401
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. Refer to Division
10 for definition of pay items. Include applicable sales tax shall be included in the various unit and Lump sum prices, per section 1-
07.2(1) and WAC 458 -20 -171.
Item
No.
Item Description
Qty
Unit
Unit Price
Amount
ROADWAY(SCHEDULEA)
1
Unexpected Site Changes
1
FA
$ 16,000.00
$ 16,000.00
2
Resolution of Utility Conflicts
1
FA
$ 14,000.00
$ 14,000.00
3
SPCC Plan
1
LS
—
/i -
4
Mobilization
1
LS
"Yet _
pi -
5
Project Temporary Traffic Control
1
LS
it›), D --
/00i az) -
6
Asphalt Pavement Removal Incl. Haul
150
SY,
15-
`-9, _
7
Cement Conc. Sidewalk Removal Incl. Haul
130
SY
55-
7, r, --
8
Cement Conc. Curb Removal Incl. Haul
420
LF
2S-
A 570 -
9
Removal of Structure and Obstruction
1
LS
4fo _
4-wo -
10
Unsuitable Foundation Excavation Incl. Haul
260
CY
3-5 -
(p -
11
Gravel Borrow Incl. Haul
520
TON
10 -
31,12---
12
Crushed Surfacing Top Course
120
TON
20_
9-4-so-
13
Pavement Repair Excavation Incl. Haul
1660
CY
(pp -
qt /01)-
14
HMA CI. 1/2" PG 64 -22
2410
TON
7....
i Xi ?' -
15
HMA Cl. 1/2" PG 70 -22
40
TON
i (o_
*1-017 -
16
HMA for Pavement Repair Cl. 1/2" PG 64 -22
3270
TON
75 _
f -
17
HMA for Pavement Repair Cl. 1/2" PG 70 -22
120
TON
g-_
(v( 147°-
18
Thickened Edge
1170
LF
/• St)
1759--
19
Planing Bituminous Pavement
7020
SY
'?---
a, 1 to -
Page 10
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Proposal
P -7
Bids Submitted on Computer Printouts
Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may
submit an original computer printout sheet with their bid, as long as the following requirements are met:
1. Each sheet of the computer printout must contain the exact same information as .shown on the hard-
copy bid form — Project Name, Schedule Name, column headings.— in the order shown; totals, etc.
2. The computer printout of the Bid Proposal must have the exact certification language shown below,
signed by the appropriate officer of the firm.
3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which
acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc.
If any of these things are missing or out of order, the bid may be rejected by the Owner.
The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid
and used in the Contract if awarded by the City. In the event of conflict between the .two, unit Bid prices will
prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid
Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices
shown on the computer printout will be used to determine the bid.
Put this certification on the last sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print -out for all of the bid
items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated
using these unit prices and no other information from this print -out: (YOUR FIRM'S NAME) acknowledges
and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total
Bid amount will be determined by multiplying the unit Bid prices shown in this print -out by the respective
estimated quantities shown on the Bid form then totaling all of the extended amounts:
Signed:
Title:
Date:
2016 OVERLAY PROGRAM APRIL 2016
Page 15
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwwv.bxwa.com - Always VerifyScale
Proposal P -8
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum Addendum
No. Date of Receipt No.
1 1- 4Vt-.70g.st 3
Date of Receipt
2 b5 o2•' olt¢ 4
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.
T eSure
11►.1.ar
Company which will furnish the required Payment and Pg,rfor ance Bond is
'tY� E� of `�} 3` l�7- ti, AIL itetylkc us
(Name)
Bidder
Signature of Authorized Official:
Printed Name and Title:
Address:
(Address)
tA e9 iCJ
Ofd` `
� i t(,0 AGA
inn- S- )-s(Q`N ST c o4l nl of u - ti
Circle One: Individual / Partnership /
Joint Venture /
Phone No.: J`")?, 227I •1(
State of incorporation: 14/4
Date: h`6'. 03. %v 1(Q
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.
2016 OVERLAY PROGRAM APRIL 2016
Page 16
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
P-9
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, Lakeside Industries, Inc. (Principal),
and Travelers Casualty and Surety Company of America (Surety), are held and firrnly bound unto the
City of Tukwila (Owner) in the penal sum of Five Percent (5%) of the Total Amount Bid —
dollars ($ --5%-- . ), 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 2016 OVERLAY PROGRAM, Project No. 91610401, according to the terms of the
Proposal and Bid Documents.
Now therefore,
a. the Proposal is rejected by pwner, 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 3rd day of May
Lakeside Industries, Inc.
Pa Val
1A..t7
Sig ature of Authorized Official
f(i) VIA o-1S .
Title
Name and address of local office of
agent and/or Surety Company:
20 16 .
Travelers Casualty and Surety Company of America
Surety
By
Attorney in Fact
Susan B. Larson
Parker, Smith & Feek, Inc.
ch Power of Att 'ney)
2233 112th Ave NE
Bellevue, WA 98004
Surety companies exwating bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of tile Standard Specifications.
2016 OVERLAY PFiCRAM
Page 17 Bid Securrty
Provided to Builders Exchange et WA, Inc, For usage COnditions Agreement see wv,,w.b.xwa.corn - Always Verify Scale
APRiL. 2016
TRAVELERS J
Attorney -In Fact No.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
229885
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 006450148
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint
Deanna M. French, Jill A. Boyle, Susan B. Larson. Scott Fisher, Elizabeth R. Hahn, Jana M. Roy, Scott McGilvray, Mindee L. Rankin. Ronald J.
Lange. John Claeys, Roger Kaltenbach, Guy P. Arml ield, and Lawrence J. Newton
Bellevue , State of Washington , their true and lawful Attorney(s)-in-Fact,
of the City of
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of paranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permit ted,m any ons or proceedings allowed by law.
•
m
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed an r
d their;corporate seals to be hereto affixed, this
da of September 2015��). s''"
Y `.
Farmington Casualty Company- ,a4 1
Fidelity and Guaranty Insurance`Coinpany,
Fidelity and Guaranty InsuranceUnderwriters,
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
8th
State of Connecticut
City of Hartford ss.
Inc.
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
By:
Robert L. Raney, enior Vice President
8th September 2015
On this the day of , before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2016.
58440 -8 -12 Printed in U.S.A.
`WMariee`'
Marie C. Tetreault, Notary Public
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President. any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United.States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies;, which, is in full force` and' effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said. Companies this 3rd day of
,,++'Y 1NSUA'�•'•s
/QRPOR
' q n\
tI i
aw+r GO J
.mot
SEAL . j
W
Kevin E. Hughes, Assistant Sec tary
,20 ��il
To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
P -10
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
2016 OVERLAY PROGRAM, Project No. 91610401.
Signed and sworn to before me on this
Signature of Notary Public in and for the State of Washington, residing at �./5
/nl D
Ntme of Firm
14.47 !
Signature f Authorized Official
(t.t.&
Title
day of ✓ �i ti
, 20 /(/,l
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.
2016 OVERLAY PROGRAM APRIL 2016
Page 18 Non - Collusion Declaration
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
P -11
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder:
Address of Bidder: tt 75-0 % St- a-6& �T
0,01/4)6r70
9 Z 42-
City a State Zip Code
Contractor's License No. L 1 Y2,7_V -� WA State UBI No. (4 • l n(p • R-
License Bond Registration No.0 t tr)?
Dept. of L &I
Worker's Comp. Acct. No. ?COI 9-91
Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture XI Incorporated in the state of GO&
If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES ❑ NO
List business names used by Bidder during the past 10 years if different than :above
L s nit
ear
Bank Reference
t L1 _s f (sv c -R`f L fBI WR '12' . IQ). 7-2-1
Bank Accotatt Officer Officer's Phone
No. of regular full -time employees: l
Number of projects in the past 10 years completed: _ ahead of schedule l0aon . schedule
behind schedule
Total value of contracts in hand (gross): $ q ON
d
Bidder has been in business continuously from `1 "T
Bidder has had experience in work c parable to that required for this Project:
As a prime contractor for Z years.
As a subcontractor for 2• years.
Describe the general character of work performed by your company:
List major equipment anticipated for this project; state whether Contractor - owned, or if it will be
rented or leased from others.
- 4ft- W'f IVIW �' bl,0/00
2016 OVERLAY PROGRAM APRIL 2016
Page 19 Responsible Bidder Determination Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Responsible Bidder Determination Form P -12
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
£ & AJ1oat_
SiiftvtAJ whit-
Title
n,„
How Lonq With Bidder
2� `f It )
12 ki 12.5
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)? aYes ❑ No
Surveyor's Name:
List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous
experience working with these firms, if any.
Subcontractor
Scope of Work
No of Previous
Contracts
Worked with
Bidder
V'
T 10 Alt
�Le. U C4 .
2-
W lt40iJ
CM) cA,tit
t0
OU■1b vt
i'01-1\1 / nl (7-
30
C nia-k
ors
lop
511ZA P. f
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
at-f---fh-TftgEnir 41
2016 Overlay PROGRAM
Page 20
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
APRIL 2016
Responsible Bidder Determination Form P -13
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
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?
li(No ❑ Yes If yes, give details:
Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within
the past 5 years?
41 No 0 Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or been convicted of any offense that has resulted in your firm being barred from bidding
or performing work for any State, Local or Federal agency?
XNo ❑ Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or been convicted of any illegal restraints of trade, including collusive bidding?
4No ❑ Yes If yes, give details:
Nas Bidder ever had any Payment/Performance Bonds called as a result of its work?
AGENo ❑ Yes If yes, please state:
Project Name
Contracting Party Bond Amount
ForBidder ever been found guilty of violating any State or Federal employment laws?
o ❑ Yes If yes, give details:
2016 Overlay PROGRAM APRIL 2016
Page 21
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Responsible Bidder Determination Form P -14
Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state
insolvency laws? No ❑ Yes If yes, give details.:
Does the Bidder owe any delinquent taxes to the Washington State Department of Revenue?
PS-No D Yes
If yes, does the Bidder have an approved payment plan with the Washington State Department of
Revenue?
0 N ❑Yes
Has any adverse legal judgment been rendered against Bidder in the past 5 years?
kNo ❑ 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? X No ❑ Yes If yes, please state:.
Date
Type of Injury Agency Receiving Claim
Attach additional sheets as needed.
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
Title: + L
2016 Overlay PROGRAM
Date: Dom• O`3 ..")-0 C2
Page 22
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
APRIL 2016
P -15
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION /TYPE
YEAR
CONDITION
OWN /RENT
See n -nnite,J1-- 41
Labor to be used: AU, OO fQ - LoC.. - IAA) 107115
(-AL's .ctZS
tArt-e-0.16t, / if /AJ-
Name of Bidder
Signature of Authorized Official
Title
2016 OVERLAY PROGRAM APRIL 2016
Page 23 Proposed Equipment and Labor Schedule
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
P -16
PROPOSED SUBCONTRACTORS
Name of Bidder LIA t 2 /Alb. /,.k
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 t,5
Schedule /Bid Item Numbers % of
Name Subcontractor.will perform. Total Bid
P IOt'1 M C ilq S VI' ��, S v "�
R
2016 OVERLAY PROGRAM APRIL 2016
Page 24 Proposed Subcontractors
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
APWA -WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9 -03.21(1)E, Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage:
percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie - breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1 -06.6 of the Special Provisions.
Bidder:
Signature of Authorized Official:
Date:
1/1414.e.e
Rage 2
Cii lad .- Gvnhnnna of VVA Inn Fnr inane Conditions Aareement see www.bxwa.com - Always Verify Scale
Lakeside Industries, Inc.
AUTHORIZED SIGNATURES
-KENT Division-
List the name and title of those individuals in your organization who are authorized to
execute proposals, contracts, bonds and other documents and /or instruments on behalf of the
organization. Specify if more than one signature is required.
Note: Signature must appear next to name.
NAME SIGNATURE i TITLE
DENNIS, ROB I ___ '- DIVISION MANAGER
i
i
NICKEL, CRAIG a�a e'��'rJ"_ (PROJECT MANAGER
The undersigned, being duly sworn, deposes and says that the foregoing Is a true statement of
facts concerning the individual, corporation, co- partnership or joint venture herein named, as of
the date indicated:
Sworn /to before me this
18 day of
YtJ W
LAKESIDE INDUSTRIES, INC.
(Name ofFirm, be exact)
02/29/16 PQa17.KENT.docx
P4A =1 f+-
1/13/2014 10:52:59 AM
Equipment Master Listing
Equipment Number' Description
11070
11357
11405
11439
11442
11453
11970 •
12020
12174
12200
12202
12405
12411
12416
12453
12458
12503
12539
13015
13161
13166
14013
14025
14105
14110
14282
14283
16180
17010
17309
17327
17328
17342
18003
18015
20030
20058
20201
20212
20218
20219
20385
20401
20413
20418
21002
22003
23021
23033
23036
23039
26410
26425
26437
StreetReporter 7.5
Serial Number_
Status 1 Shop Location 1 Equip.
2012 Ford F150 Pickup 1FTFX1CF8CKD33261
1993 Ford F250 P/U OH 2FTHF25HOPCA46443
1999 Ford F250 P/U 1FTNX20F6XEA10465
2003 Ford F250 Pickup 1FTNW21P33EB43009
2004 Ford F250 Pickup 1FTNX20P64EB71225
2008 Ford F250 Pickup 1 FTSW20R88EA62908
2007 Ford Ranger Pickup 1FTYR14U87PA74988
1994 Ford F450 ShopSvc Tk 1FDLF47G4REA09706
1992 Ford F450 FB Tk(OH) 2FDLF47G9NCA29787
2001 Ford F550 Tool Truck 1 FDAF56F21 EC10742
2002 Ford F350 Flag Truck 1FDWX36F21ED76380
1992 GMC Flatbed Truck 1GDJ6H1P2NJ508738
1999 Ford F550 Flatbed Tk 1FDAF56F8XEA27600
1990 Ford F600 Flatbed Tk 1 FDNK64POLVA45808
1997 Ford Flag Truck 1FDLF47F9VEA90347
2003 Ford F450 Flatbed Tk 1 FDXF46P73EC58429
2004 F550 Ford ShpSvc Trk 1FDAF56P34EB73083
2012 Ford F450 Tool Truck 1 FD9W4GT2CEB42429
1998 Peterblt Distributor 3BPNHD7X8WF472563
1983 Ford Water Truck -OH 1FDYR8OUIDVA17839
1993 Freightlnr Water Trk 1FUW3ECA3PP421823
1990 Flex Arrow Trailer 8597
1996 Flexolite Arrow Tir 1S9A11015TL358222
1995 Sturdyweld Water Tlr 1S9CA3102SL189705
2001 STurdyweld Water Tir 1 S9 CP31241L189216
1999 AmerSignl Msg Board 1A9MS1513TA378190
1999 AmerSignl Msg Board 1A9MS1515TA378191
1999 Trailking Roller TIr 1TKU01627XM116842
1993 Speedking Tack Trlr 193472
SGS180120
1C9TF20258T997123
1C9TF20278T997124
2006 Kettle Tank Trailer
2008 Olympic Trailer
2008 Olympic Trailer
2011 Olympic Trailer 1C9TF2025BT997341
1994 Ford F450 Dump Truck 1FDLF47G5REA09715
2005 Ford F550 Dump Truck 1FDAF56P45EC20705
1990 Peterbilt Dump Truck 1XPFLR9X4LD291054
1993 Peterbilt DumpTrk 1XPFLR9X4PD333955
2007 Peterbilt Dump Truck 1NPFLBOXX7N736766
2009 Peterbilt Dump Truck 1NPTL4EX39D777014
2014 Peterbilt Super Dump 1NPSLPEX6ED230830
2014 Peterbilt Super Dump 1NPSLPEX8ED230831
1995 Peterbilt Trnfr Dump 1XPFLR9X6SN355894
1997 Peterbilt Trsfr -Dump 1NPFLR9X2VD437688
2004 Peterbilt Trnsfr Dump 1NPFLBEX24D835608
2007 Peterbilt Trnfr Dump 1NPFLBOX27D662006
1991 Peterbilt Tractor 1XPFDR9X2MD308996
1989 Trailking Lowboy Tir 1TKH05139KM013018
1995 Trlkng Tilt Top Trlr 1TKCO2833SM110360
2003 TK T50 Tilt Top TrIr 1TKC034453M012761
2004 TKT50 Tilt Top Tir 1TKCO28394M016020
2006 TKT50 Tilt top Trlr 1TKC034386M035320
1995 Sturdyweld Tsfr Trlr 1S9CA4340SL189059
1997 Sturdyweld Tsfr Trir 1S9CA4344VL189078
2004 Reliance Tsfr Trlr 5REFA64854S044358
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
Class' Equip. Type
12046
12049
12046
12049
12046
12046
12046
12046
12049
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
, 12046
12046
12046
12046
12046
12046
12053
12053
12053
12053.
12053
12053
12053
12053
12053
12053
12053
12053
12053
12053
12053
12053
12053
12053
1203
PICKUP
PICKUP
PICKUP
PICKUP
PICKUP
PICKUP
PICKUP
1- 2T.TRK
FLATBED
1- 2T.TRK
FLAG
FLATBED
FLATBED
FLATBED
FLAG
FLATBED
1- 2T.TRK
1- 2T.TRK
DISTR
WATER
WATER
TLR -SMAL
TLR -SMAL
TLR -SMAL
TLR -SMAL
TLR -MSG
TLR -MSG
TLR -SMAL
TLR -SMAL
TLR -SMAL
TLR -SMAL
TLR -SMAL
TLR -SMAL
DUMP -SM
DUMP -SM
DUMP
DUMP
DUMP
DUMP
DUMP-SPR
DUMP -SPR •
DUMP -XFR
DUMP -XFR
DUMP -XFR
DUMP -XFR
TRACTOR
TLR -LOW
TLR -TILT
TLR -TILT
TLR -TILT
TLR -TILT
TLR -XFR
TLR -XFR
TLR -XFR
Page 1
1/13/2014 10:52:59 AM
Equipment Numbeil Description
26442
26984
26985
27200
27204
31200
31960
32019
34207
35166
35975
36009
36024
41192
42757 '
42803
45305
45325
45341
45344
45345
47601
52023
52024
52031
56021
56057
56070
56101
56102
56104
56127
56138
56152
56162
56163
56173
56174
56177
57036
57037
59041
59503
70661
70729
71551
71827
71882
75031
99905
M46120
M49120
M53120
R46120
Equipment Master Listing
Serial Number I Status I Shop Location] Equip. Class Equip. Type
2006 Reliance Tsfr TrIr
1991 Sturdyweld Pony Tr Ir
1991 Sturdyweld Pony Tr Ir
2007 Sturdyweld 4ax Trir,
2008 CBM Pup Trailer
2004 Cat 420D Backhoe
1997 Hitach750BE Excavatr
1999 Rosco RB48 Sweeper
2008 H -Mach Grader
2002 980G Cat Loader
5REFA648X6S065158
1S9 CA5438ML189307
1 S9 CA543XML 189308
5RETE04887S076522
1B9AD16348C003971
CAT0420 DVFDP15403
17C -5013
36277
FG -110C- 0208 - 2100 -09
AW H0058 1
2000 Mlroe Bobcat 753 Ldr 515833710
2003 Cat Skid Loader w /Gr 6BZ00585
2001 Cat 980G Loader 9CM02047
2001 Cat AP1055B Paver 8BM00407
2002 Cat CB534C Roller 5HN00542 •
1998 Dynapac CC522 Roller 62910591
2003 Sakai SW320 Roller VSW2920106
2005 Cat CB -224E Roller 22400847
2007 Bomag BW135 Roller 101650121503
2007 Cat CB534DXW Roller AEAA00576
2007 Beuthfing NC Roller 65536
1992 Hyster C850B Roller B188C1713L
1996 Chicago CP185 Cmprsr 15227
2005 I/R Compressor 0502100156
1999 AtlasCopcoCompressor AIP223871
Used Mller Welder HJ194461
1993 Lincoln Welder U1921 1 02 539
Lincoln Welder U1921101003
1997 Miller Welder K492817
1997 H -Thrm Plazma Cutter 80014030
Chicago Bridge&Iron Weide 72637139
Hobart Wire Feed Welder 294WA04750
Miller BigBlue 402P Weldr LC20434
2004 Miller Welder LEI 71020
Miller 302 Welder LE401735
Miller Feeder Welder LE056333
Thermal Arc w/f Welder T03022601 028
Used BIG 40G Welder JK684487
Miller Tralblazr Welder LG075025
1997 Honda Gen erator 5169674
1997 Honda Generator 5170734
1994 Chicago Light Tower CE16010
Toyota Forklift 5FG3012012
1974 Orcon Contrail 23ASTOR181
1979 Carry -All Roller TIr ME7910
1986 Layton H500B Paver H9788B6
1985 Gdnr Deny Compres... R27448
1984 Lincoln Welder A1021602
Clarifier 7033A Trk Wash LANW060 0-481 75
2006 JohnDeereS220 Loader 2590050
Kent Misc Eq Off
Kent Misc Plt Sppt
Kent Misc EgOn
Kent Equip Rental
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
1241
12053
12053
12053
12053
12053
12046
12049
12046
12046
12049
12049
12046
12049
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12046
12049
12049
12049
12041
12041
12049
12049
12049
12041
12046
12046
12049
12041
12049
12046
12046
12046
12041
12053
12046
12046
12046
12046
12041
12049
12046
12049
12053
12046
TLR -XFR
TLR -PONY
TLR -PONY
TLR -PONY
TLR -PONY
BACKHOE
EXCAVATE
BROOM
GRADER
LOADER
LOADER.
LOADER
LOADER
PAVER
RLR -ASPH
RLR -ASPH
RLR -ASPH
RLR -ASPH
RLR -ASPH
RLR -ASPH
RLR -ASPH
RLR -GRD
CMPRSOR
CMPRSOR
CMPRSOR
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
WELDER
GENERATR
GENERATR
MISC -PAV
FORKLFT
TLR -LRG.
TLR -SMAL
PAVE -LAY
CMPRSOR
WELDER
OTHER
LOADER
MISC -PAV
MISC -PLT
MISC -TRK
MISC -PAV
treetReporter 7.5
Page 2
Schedule of Selected Completed Projects
Kent Division
Class(es): DOT, PUB
fotah-twt-
Project No Client Name Client State Client Phone Owner Project County Contract Amount Comp Date
122007 City of Federal Way WA (253) 661 -4000 RFB No. 12 -101 KING 1,857,794 09/30/2012
125009 City of Federal Way WA (253) 661 -4000 15 -001 KING 1,357,185 10/31/2015
120007 City of Renton WA (425) 430 -7445 CAG -10 -044 KING 1,109,477 12/31/2010
122021 City of Renton WA (425) 430 -7445 CAG -12 -081 KING 1,113,153 10/31/2012
129010 City of Tukwila WA (206) 433 -0179 09 -RWO1 KING 1,573,720 03/31/2010
124003 Gary Merlino Const. Co., Inc. WA (206) 762 -9125 MC- 0317700 KING 1,393,012 05/31/2015
126026 -0 Gary Merlino Const. Co., Inc. WA (206) 762 -9125 C- 06-475 KING 1,017,049 01/31/2008
121005 Guy F Atkinson Constr WA (425) 255 -7551 11 -001 KING 1,081,251 09/30/2012
121013 King County WA (206) 263 -9400 C00649C11 KING 2,951,473 11/30/2011
122024 King County WA (206) 263 -9400 C00750C12 KING 3,807,958 10/31/2013
123021 King County WA (206) 263 -9400 C00836C13 KING 4,909,309 04/30/2015
120004 WSDOT - BELLEVUE WA (425) 649-4429 7921 KING 1,031,941 04/30/2011
121011 WSDOT - BELLEVUE WA (425) 739-1760 8114 KING 1,566,429 06/30/2012
129007 WSDOT - MATERIALS LAB WA (206) 768 -5901 7693 KING 1,202,839 10/31/2009