Loading...
HomeMy WebLinkAbout07-097 - L.W. Sundstrom - Macadam Winter GardenCity of Tukwila Change Order: 43 Contract # AC 07-097 CONTRACTOR: L. W. Sumistrom Contract Start Date 7/16/2007 the "Owner" are not prejucliced� and C. All claims aoainst the "Owner" \Ahich are incidental to or as a conseqUence ol*this chall c are The contract is chanoed as follows: 1. Virile CXtellSi011 dLIL to excesive rain that has delayed the scheduling of* Overhead Mark Up 2411/6 TA X The ori-inal (Contract SUM) not inClUdill" WX Tax oil original Contract SLIM Fhe (.7ontract Surn prior to this Change Order was The Contract Time kkill be Increased or F)e-c-reE�—d b�, Five (5) Working Days The date Ol'SUbstantial Completion as ol'the date of this Change Order theref'Ore is December 2 1, 2007. The NEW Contract SUIll is: S 343,667.56 The NL1*W Contract tax is: S 30,586.42 TOTAL CONTRACT kvith tax is: r _7 We the undersioned Contractor, have (,iven careFul consideration to the change proposed and hereby a0ree, il'this proposal is approved, that we kvill provide all equipment, l'urnish all materials, except as ma� otherwise be noted above, and perform all services necessary forthe work above specified, and will accept as fiill payment theref'Ore the prices shown above. Fitle: Title: Mayo '-- '—.-'—=_--`~~~'~z`~~~^`,~~~'~^^^~'~~~,"'"^"'ep^"°""^ev t� J4 Fi H.A°rr City of Tukwila Change Order: # 2 rf r A'f,Ns Contract # AG07-097 PIZC7J1 Macadam Winter Garden Develolmient Change Order Date: 11 /9/2007 5311 South 144th Street, Tukwila "A 98188 Project Number- 03-PK0 8-MWG,-07 1,11kWila, OVA 98168 Contract bate 0/20/2007 C'QN`I JZA( 1(,)I�: L.W Vundstrom Contract. Start Date 7/16/2007 P.O. Box 893 Phone: 42�--It 3-81,78 Orivinal contrao Subsnmtial completum rate 1 1 /13/2007 Ravensda/e, Wa 90851 FAX: 425-4 L3-2>>3 Ameeicled Contract Substantial Completion llate No Change Conditions: A. 1 Ire lollowling clunage, and vyork affected there1 . are subject to all contract stipulations and covenants; and H. the rights of the "( wner" are not prejudice& and. C. All c:lainrs against the ner" Nvhich are incidental to or as a consequence of this change are �:vai�ed. The contract is chanaged as follows: 1'lus or (Minus) 1 ADD the installation of gran el acid topsoil tip to the curbline grade to meet ADA including I,,lhac,r $2.800, ECIL61nnerrt acid Materials $4J ». S 7,015.00 SI J1fl ( )TAT_ $ 7,015.00 ()� erlaead & Mark i Ip 11r? <r $ 1,683,60 SI JIiTOI'A1, $ 8.698.60 I AX $ 774.18 TOTAL $ 9,472.78 The orrgrnal (('ontrrrc:t Sivai) not incluchng t<rx S 3'19,0501 00 Tax on original Contract Sunt 5' 28,44S.85 Net change b) prey iottsh authora/cd Change Orders $ 17.318.96 The Contract Still) prior to this Change Order vas $ 334.908.96 Clle Conlract State \\ill be Increased of- in the amount of' S 8,698.60 1 tic Contract I title xNill be Increased or Weeiv,&,Qd b*y Four (4) Working, Days The. date of St,ibslantia'I Conm tpletrras of Ilie date oi,this ('hinge Order therefore is December 3, 2007. The NEW Contract Sum is: S 343,667.56 The Nl,'W C(minact tax is $ 30.586.42 1 OTAI, CON "I RAC I t\ith lax is: .$ 37425798 We the undersigned Contractor. liar c gry cn earefld consideration to the change proposed and hereby agree. if this proposal is approved, thaat vve will provide all equipment, furnish all materials. except as 117aother-\srse, be noted A)ove. and perform all services nece sarY for the work above specified, and will accept as full pa}'ment therefore the prices shoml above. AC(TT'I''D, AIZ(I IITI'.C'I' CON I IZAC OR CITY Johnson 73raund Design Groul), Inc. L. W Vundstrom, Ine. City cif Tukwila 15200 52nd Arse. South A0. Box 893 12424 42nd Ave South 7'ulrrl'i a, IVA 91ISI1< 8 7p Ravcusdalc N;4 980517 f � f � r�kiaih ^(�,I �b�' 15,Y: t t °r V r it l 13Y _ f .:' 7 Title: `f aalb ....." -- TrUc: r x� l rile: M rvor —' Attach Work Chaauge. Directk e, Cham_>e Order bequest forms and shop dra4cin�5 ncrordin�l�. (.C: Finance; DeIMI-laicism (\v e.ncunabrincc): ()Mncrs ConStruciion Architect; tile. � lVIA C ity of TU hhd l �l k� �it,7 c 1'1iO.11C�'1 Mucrsr/curt 16irater Garrdexr I���G•elr�prne<rrl 5311 South 144th S'ti et, "1'ukiviha 14,4 98188 1'rrkivila, HA 98168 CON'1 J, A `IQR: L.hY: Suuclstroau 1',(1, 13av 893 1'hoiwe 425- 11.3-k155 Ravensilalc:, If"a 90851 FAX:4250142533 Change Order: 4 1 Contract # AG 07-09; Change Ordcl Date. Project Nitinber: 03-PK08-MW(i-07 Contract Date 6/20/2007 Chonlraet Start Date 7/4(,/2007 hu final Contia';1 `autrsiantial Complction Dare I I/1.3/2UO7 lmcndcd (Mead SWWWA (%iplaon fate NU Change C`orr< ifians: A. ']'lie 1ci11(,wing cllzinge. and "mi affectal lhw bv. are Ytlf MO to ad contract shpul€ttlwN aurl cove grants: aird 13, the rrghts ol: the °Ovvrrer" are not pletucliced. and C. All claims against the "( Mier" vvhiclr are rncidenLrl to or to a consupcnce A'this change arc wa vcd. aml I Y the cannick r Must Snhnrit all field ON cilie+ad and Marne ()flicc Ovenccad rates for approval in advance of all Change ( hun s. I he ccvIrtiact is changed as Colloyvs Plus or (fvlinus) 1. I)I.1)I I('"I they I " me cl- sery ice slnd watcr Tine tap (` 1 1 11 i 12A41 .00) and A1)D thrce valy es $1 ,320.00 Labor plus I dUi )rnc°111 „ lid Materials ` 2,150.00 3A70.00 2. I2cI(ii,aatcr drain pipe ncyt to compacted path install nevv drain loch around chill pipe. $ =419400 3. Re -tap st(nii clan iaaged I Inr I we innihs in bet"cen I (, and 2 1' above the grourul pi-ov iding $ l ,0.7O. O sonic v'irrLit ioil rn seal€.'-$3 1t haul debris to dic'Oo(it]I oI deV olope°d area y,i "sO . I 1,rrrc streaaI bed \Aith t\0O si/es of Iock., 0" to's" c`ti''. 2" to 4" IiV'er rock. I mN $2.6 40 O() phis Matcrial 52.555 UO ph 1',(:Iuip nwit $7 KH A) S (+_22J.00 StT11t()IAl, $ 12.35,10) C)rciheaid & Mark ilp 2-1% S 206436 0IM)IA1 15118.90 TAX $ 1.36131) 1't�TA1., s - 1�i,6R2.35 C Iic or, Igir H (C'tallrac.l. `~~bill nut rnwludkg taw ' Net Awn, by prev MY, eit.ltN Ocd C"hatrgc^ Orders $ 1 he ('Ontiaact `a;llin 1)riM tri this ( )Jdcr was $ 1 he (_'ialtin t Sum will be Increased of I)eta-ca-sed in the aunouill of s 1 lie. Contraaci I mic will be Increased of- bvI'cn (1t)) i>Vorl<in; I)<1vs 1 he laic oV Qhst'IrttOil UN Airi as of the dNte of this ('Iuingc Ordci therefore is Nuv eniher 21) 2007. Me NEW (.4" ict Stun is: S I ()'1 At, CON 1 RAC"1wlth tav is: r 'I9,F511.00 i 19 E50.00 15,318.90 334,968.96 443812) We thrc un deigned Witrrckm have gh eii careful consideration to the chmWe pmposed and hereby agree. d'this prcvhicisal is alTniv e h that vvc wi11 prrNwe all w1niprncnt, furnish'ill inatcrialls. eseept as rriav uthearvvise be n(,tcd Anne, mid perforin all Scry ices necessar% for the wOrl, bovc .spccrfie.d, and vy dl aca'ept &; fall p.n nw 1 mellare the pi ices shc>w11 above arld helmv. /NC'C'l : ' 1:I ) Al:('I II'1 1.(.' l Johusou 13raund Dmig n Group, 1uc, 15200 52ur1 Fl ve. South 1"akwdiraOy- o dfA tlllty4 .. t OA 1 I; „ti .... CON I Rf\C""rOR L. W. Suuclstroue, Inc. fdavens(lal2 WA 9 1 51 r rig 1,rle Autich'v\ od, Cl n gc 1)iicC1jv �;.. C.;hancc Omer kcqucst Ionw, .uui si,up „h.mnit "accordintgly. (;(",'. 10NIM 1)c I—Inu:nt (" cncumhmixe K (KneN Retries ni ok c: ( nwuoion ANI-i trcr. tile. CITY 0tv 0/fl'ukwila 12424 42nd Ave South 1 u�rt 7a F7A 98168 � VVIV fitle: Mav or DAI1.: ) y 16 ­t 0 7-C) C,) LA A) C C_ CITY OF TUKWILA Short Form Contract Contractor Name: L.W. Sundstrom,blc, Contract No. A Address: P.O. Box 893 Project No. Project No. 03-PK08-MWG-07 Ravensdale, WA 98051 Budget Item: 301.00.594,760._70 Telephone: 425-413-8158 Contractor's License NO, LWSUNI*011PF Dept. of L&I Worker's Comp. Acct. No. 883-762-015 Surety Agent HUB Inernational Northwest, LLC. Surety Address P.O. Box 3018 U101 13MEMEEM Project Name: Macadam Winter Garden Contractor's State Tax No. 604-762Wt3t U B I N o . (tXJ ('! . 1 ',-2) Bond Registration No. 104374735 Bond No. This Agreement, made and entered into this A.0 day of _20 n by and between the City of Tukwila, hereinafter called the City, an W. Sundstrom, Inc., hereinafter called the Contractor. The City and the Contractor hereby agree as follows: Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Macadam Winter Gardens Project No. 03-PK08-MWG-07, including all changes to the work and account work, in accordance with the Supplemental General Requirements, Section 1- 04.2. I The Scope of work of for this project is detailed in the attached April 20, 2007 Contract Provisions for Macadam Winter Garden and is summarized as follows: the scope of work shall include transport, delivery and provision of all materials, installation, equipment and labor for development of the Winter Garden including but not limited to street improvements, clearing and grading-, berm shaping, installation of irrigation and drainages systems, trees, shrubs and rocks, Trex Boardwalk, and hydroseeding. All materials, labor and equipment required for development of the Winter Garde shall be provided by Contractor. The scope of work shall be completed in all respects within one hundred twenty (120) calendars from the date of the written notice to proceed. W The City shall pay the Contractor for the performance of the work (Base Bid plus Alternate One) in the stern of $319,650.00 Plus applicable Washington State sales tax. " 11111 11111"015 10110111 bid price(s) submitted at the preconstruction conference, less a 5% retainage of the progress payment amount until the project is accepted and final payment is processed Final payment shall be due 30 days after completion of the work, provided the contract is fully performed, accepted and all releases have been received from the Department of Revenue aa* Department of Labor & Industries and settlement of any liens, whichever is later. The City and the Contractor agree upon the following general conditions which shall govern: The contract includes this Agreement, May 14, 2007 Bid Proposal, April 20, 2007 Contract Provisions. The intent of these documents is to include all labor, materials, appliances and services of every kind necessary for the proper execution of work, and the terms and conditions of payment therefore. The documents are to be considered as one, and whatever is called for by any one of the documents shall be as binding as if called for by all. The Contractor agrees to verify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. B. Materials, Appliances and Employees Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools, water, power and other items necessary to complete the work. Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. Contractor warrants that all workmen and subcontractors shall be skilled in their trades. C. Surveys, Permits and Regulations The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. C-3 The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to his act or neglect and perform any repairs at the contractor's expense. E. Access to Work The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times. F. Changes in the Work The City may order changes in the work, the contract sum being adjusted accordingly, All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved. G. Correction of Work The Contractor shall re -execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. H. Owner's Right to Terminate Contract Should the Contractor neglect to prosecute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contract or, at the City's option, may terminate the contract and take possession of all materials, tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City. Payments Payments shall be made as provided in the Agreements. Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. Contractor's Liability Insurance Contractor will carry public liability and property damage insurance with carriers satisfactory to the City, in the following amounts: t-amiffing-WIVIWA Piel 0111MIra ME $1,000,000 public liability (each occurrence) $1,000,000 automobile liability (each Occurrence) with endorsements naming the City as an additional insured and will provide the City with certificates of insurance prior to start of construction and with 30 days notice prior to cancellation. K. Performance Bond The Contractor shall furnish to the City prior to start of construction a performance bond in an amount of 100% of the contract in a form acceptable to the City. Liens The final payment shall not be due until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien. M. Separate Contracts The City has the right to let other contracts in connection with the work and the Contractor shall properly cooperate with any such other contracts. N. Attorneys Fees and Costs In the event of legal action hereunder, the prevailing party shall be entitled to recover its reasonable attorney fees and costs. U. Cleaning Up The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the work he shall remove from the premises all rubbish, implements and Surplus materials and leave the building broom -clean. P. Indemnification The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by an act, omission or failure of the Contractor, its officers, agents and employees, in performing the work required by this Agreement. With respect to the performance of this Agreement and as to claims against the City, its officers, agents and employees, the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the contractor. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Contractor, its officers, agents, and employees. Agreement Form Q. Prevailing Wages The Contractor shall shall file the required RCW 39.12.040. 14M pay all laborers, workmen and mechanics the prevailing wage and "Statement of Intent to Pay Prevailing Wages" in conformance with Discrimination Prohibited The Contractor shall comply with all Equal Employment Opportunity regulations and shall not discriminate against any employee, applicant for employment, or any person seeking the services of the Contractor on the basis of race, color, religion, creed, sex, age, national origin, marital status or the presence of any sensory, mental or physical handicap. IN WITNESS WHEREOF, the patties hereto executed this Agreement the day and year first above written, CITY OF TUKWILA CONTRACTOR, L.W. Sandstrom, Inc. By: SIGNATURE SIGNATURE Printed Name: Steven M. Mullet Title: Mayor Date: Jani. Cantu, MC, City Clerk Office of the City Attorney BY: Printed Name: Title: Date: J1 PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 104954598 Travelers Casualty and Surety We, L.W. Sundstrom, Inc. and 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 Three Hundred Forty Seven Thousand Seven Hundred Seventy Nine and 20/200 Dollars ($347,779.20 ----------- ), 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 Performance Bond is provid d to secure the performance of Principal in connection with a contract dated ee, 14 0 20LY, between Principal and Owner for a project entitled MACADAM WINT R GA DE Contract NoN,-re7-(; 'Y""A"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 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 Landscape Architect and other design professionals retained by Owner in connection with the Project. PROVIDED, however, that after the Final Acceptance of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this Performance Bond shabl be reduced to the sum of Thirty Four Thousand Seven Hundred Seventy Seven and 9, , 0 Dollars ($34,777.92 ---------- ) (10% of Total Bid Price), to insure against all defects appearing or developing in the material provided or workmanship performed under this Contract within one year after Final Acceptance. The liability of Surety shall be limited to the penal sum of this 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 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%). Performance Bond C-7 If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this 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 Performance Bond without the prior written consent of Surety. This 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 day of 1 20 _. L.W. Sundstrom, Inc. Principal Signature of Authorized Official Title Name and address of local office of agent and/or Surety Company: Travelers Casualty and Surety Company of America Surety Signature of Authorized Official By Jim S. Kuich Attorney in Fact (Attach Power of Attorney) HUB Northwest PO Box 3018 Bothell, WA 98U41-3UI6 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. ... ....... WARNIM,": THIS POWER OF ATTORNEY IS INVALID WITHOUT THE r­r) BORDER 10, TRAVELERS POWER OFA,rTORNEY Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Gimranty Insurance C.ornpany St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 218179 Certificate No. 001606882 KNOW AIA, MEN BY THESE PRESENTS: That Seaboard Surety ('0111pally is a corporation drily organized under the laws of the State of New York, that St. Paid Fire and Marine Insurance Company, S(. Maul Guardian lirmirance. Company and St. Paul Mercury Insurance Company are corporations duly organized tinder the laws of the Slate of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized Under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a COLPOlati0l) drily organized under the Taws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State 0fIowa, and that Fidelity and ("Itlaranty Insurance Underwriters, hic. is a corporation duly organized tinder - the laws of the Stale of'Wi.,,consin (herein collectively called the "('oil )pall ies"), and that (lie Companies do herchy make, consinntc and appoint Darlene Jakielski, Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle, Brandon K. Bush, Andy Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, and Theresa A. Lamb of the City of Bothell state of Washington then' tt-Lie and lawful Atiorney(s)-in-Fact, each in then, separate capacity if more than one is named above, to sign, CXCCLItC, Seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in tire nainre thereof on behalf of the Companies in then- husiness of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings I-CCILlif-Cd Or permitted in any actions or proceedings allowed by law. IN WITNFSS WHEREOFni , the Copai e caused this instrillitent to be signed and (]tell- corpotate seals to be hereto affixed, this day of _... May Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company State of Contrectictit City of Hartford ss. St. Paul Guardian Insurance (..,onipany St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company % SEJLL Eln By� ...... . --- enior iC,� pLeSI(jent tho"11111%oll, I. I'lls. ... ..... of before me pet On this fire day - 2nd May 2007 personally appeared George W. Thompson, who acknowledged . ..... ... . . . himself to he [lie Senior Vice president ofFarmingtonCasualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. paid Fire and Marine Insurance Company, St. Paid Guardian IIISLII'aIICC COITIlially, St. PaLlf MCI-CUly InSUMI)Ce Company, "Travelers Casualty and Surety Company, Travelers Casually and Surety Company of America, and United States Fidelity and Guaran(y Company, and that lie, as such, heing authorized SO to (10, executed (lie fore "ohl" instrIllnelit for the purposes therein contained by signing on behalf ofthe corporations by himself as a (filly authorized office]'. In Witness Whereof, I heicinno set my hand and official seal, r 0A My Commission expires the 30th day Ofnc, 2011. L 't JlA Nimic C, Tcheaull, Not�iiy Public 58440-8-06 Printed in U.S.A. WAF Nlfsl( TI iI W f'C WFI tJ „A6N1'C7RNEY„Y 1P VAI.I „NQ C�HC)1.1 i THE RE „30REER hhi, V'anacI'll \It, Inr.c is ; iantl.°d uitderr and b, ts're aio or tIic IofIo%rinp iesoluiion, adopicd Q dw lia"At XWN aIrarmrnl?ton Cminal , Company, FAlit.c uld G uarac Irr',ul,tn,,c (ompauty, hdCho snd tJuar,rut} In,,anall"c frndewvliterrs, fit(:,, °tieah,"d M"Q C'onopany, St. Paul Fire and Marne Inst,mice bompauy, eir. P,ml t, umli'm (onlpan�. I, i ('olnl,rrn�. Casilalo marl Sulno Company, Tiavelei's Car ualty and Srn-cty Coinpanv of \HWnCT oud Mal `~,tale_', I ldelity uld Colnpaly. wl'ru h n"ohill+,rrs arc, nory in hill lolcc and cll:m teadiln as follows: IC,FSOLVH), chat Iho ChaIIITIaII tho III csidI'll I, any vice' ('hilllIIIm), at'r} km'.CtIIfvc Vi(C I''rC,idrltit, an'ion Iol' Meer I)ICsitic rIt, r I I I Y Vice I'7lesldet7l, ally' Second ViCc n. sirle'ui, the 1'reastner, trio} \swisdaut `i reasurcr. the (�hMorwo S cte wq or my Assk lot Secrrt,aiy, may appoini ,Attorneo s to Fact and ,Agents to act tOI' and on hehalf „I the Ct mpam ,rnd ocic anc :auat ap)oin 1.'C YICIi aurPtorne as his tat her cr'rtificatte of stutholrty m,ay prtescrihc to sign with the Company's name and Seal with Cite „ntl,,ury » ',Cad butter" iur_tuic »s. colniulT, OI' in icinnio, and ,strict �wijli yes okrhgakay in 11W rrauu4° of r h0a(i, tCeosanl/anCC, or Conditional undo ikina. and any „f said t,lli, cl,, os the Hojlyd of DmCta,l's ❑t any (iintr teas rc'oaaos'e my such apponn(Ic and rotor the Ismor poc n Trim or her: and it is 11 M1WR RR^S(N V EIT drat thet ( mn—m;an ihr I'reM&nt, Mq VQC P:`h»mn"t. ;all} Kwubc Vide I'rr',ulomi, tnc Senior Vied F'resulent or any Vice PwAdern may air all or any pint ell th,a atnfuuity To one of inoic ofliccrrs of .alplo4ccs of thew Collyalay, laov nled that each such delegation rs in writing and a copy h, [col is lilstd in 1h, olllee of the, Se'nclafy and it it; I»Y'KH M R Mi[?MM N9TM that auiy- NwI 1. naeutruicanrr, errntmo of indemnity, or lhrthng obnItatory iu lift• manure• (if a bond, lecogntr,ance, or conditional untie -taking, ,11,111 by eJhd and hindinsa upon the: Cornpaliyca hr_n (u) signed by Inc Pre.vide'm. mays V& (Virnr m. wq i.xe Wke Vice President, am Sc Om VA IhWs &M or ant Vice N"ie°si,.lcut. M* Sic nncl /i", ho� ,idolll. Chet "T'tea,tnei, anI ica uicv, Diet C,n1,oiate Sccrcn,n of any ,V sisiant Secretary and duly tmectcd and scaled wK the ',,IIIIy" nc aI he a Sucre• ai-r ar Assrvtaant Sccscl ut'y: or (h) duly csectuetel tiutd€ r seal it Tc pII s',l1 h� one or nioic Attoincy s -in-Pact and .'\gents ptu'suant to She power scribed in his w 11s,l cc'iuficate of their of au homy Ill- 11) cmc en llrn'ca Colupant officia', pursuant to a written delegation of authority; and it is F R"9'IIER IiI'.`w(DMA ED, to to ApIu . ic of eracit c1( the tollowrn.t hesidcnt. ane F,ae :uticc Vlcc Plesidctu. anG Senior- Vide Presideln, any, Vice President, c Ar. i• i rat Wier Pt:: aCietn, airy Sccrc?mty, any \Y,istalut 5ccictary, arld rh,� sepal of fire Cmnpin may lie affixed by fscsimil,e to any power of atiorucy or to any Iclathq thereto ,ippointint Mkcsicl a Vice PrrsrdesuEti, Rc°,tderit A wm" Sc.ret,tries tit A,utoruns-in No for i' gxwes Dryly o'f executing and allea i'rg bonds mid un,ki lakin;.s uld idler at u6inus Ohhlt.atary In rhC n,uuie 111olt'e,f. and rut} such psnssr of attorney en ea iiri ",: he arrug such tyicsinufr siptatim w Kcsinule serif siuih 1 e;,ihd ,uul birtdnilt t1pon die ("onnpnrs)' and ansue h poi c'r so e M,CUt(;d and coltillod 11v mall lac, i lnlc signamrr and tacsnade seal shall be valid and bidding on the ,rlpal)c in tlic hilmct wish Icspent to an bond or wld, isn.uadiue to Mitch it is mlaich,'d, I 1"'tri "vM johinnun, thew i.nidclslt'ned,.Issistarr[ S,'CR!ImV (A hnnru,tt m (Stowhy (_'otnlreny, HMO O atW (ivarattty Itrsurarlre C"ompany, fidelity and Guaranty Immince crt,rit,.r=. hie Scailumd Iwo ('oinparm, 'tit. 140 Hie and ^slr.irnw Imumme (Twip.ius. St. I'turl Cuardr,tn Insinincc (A ntpany, St Paul Mcrcwy lnsur'ance ompaii, lioie('Iris ('a.trrlrti and Sine) Casualty am1 Sw q (. "Wang of An'ic'ric,a. and Untied States Alchly and (Mr -may OmMany do hereby , citify th,.tt th,c aIhoec aitd (oie'aoinat i, ar true and corrcrt copy of ncc Poecl of Attain "} executed by, ,aid C"olrrpaldes, wbia h is in Icull fiu-ce and ClIcCt and mints not beery rec,lkctd. IN ITli'.S M'I lHA "M#F;1&I?M I Mc hantwo set ms hand nerd affixed iw scwak of sAd Congmnieas this _ day (1 20 __ Koii %I Johanso 'Assistant Seco,°talc ,iYtF-ip� � 'i� y t �.",<.��a�"os�,wa,,� aMaai,ly, C'�'"y\ 9 [ wsas ,�cPp,� y�eon��rf a• , Vim. c, y iN1T11v 10nro a1)/t� a�'y:+ `'�jH'w�Ay^+rw u'w�""�K..u'dwe,y�R.r,„riL1,y�r�c�,k �,k �+✓iy"w"e"1C�1�oT g�Rb� In ccrull nc" ,ui€,hcniic'ity Of [lie'; P(mI'l (If :Att,lrn,.°t call 1-800--1 21 ',MO of omwo n at ww e4 quiltrria elershoneLogn. Please- ivkT to the ,Anorney-In 110 nemiber, the ,ih,cn ir.inieel nrdie itlu,rls ;uud ihr (,'rally, <rl ihr hot )d to which I , Ioar"s Is attached. WARMNAThiO POWER Of- XTORNEY YS INVALID WV"4'HOUTTHE RED BORDER 15 PROPOSAL (Lump Sum) Contractor's Name L-W, &,_)tco �rct�Da,=;-rc, Contractor's State License No. /_ W-S I 4AJ:I: * 0 11 PF City of Tukwila Project No. 03-PK08-MWG-07 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 MACADAM WINTER GARDEN which project includes but is not limited to construction and installation of road improvements, rockeries, entry structures, paths, demolition, clearing and grubbing of plant material, grading paving, irrigation, hydroseeding and planting; 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) 1bid bond or El cash, 0 cashiers check, 0 certified check, or 0 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 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 complete the Physical Work in all respects within one hundred -twenty [120] calendar days from the date of written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not physically complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Macadam Winter Gardens April 20, 2007 Proposal MACADAM WINTER GARDEN Project No, 03-PK08-MWG-07 Note: Prices for all items, all extensions, and the total amount bid must be shown. Show prices in both words and figures (ink or typed), and where conflict occurs, the written or typed word shall prevail. Where conflict occurs between the item price and the total amount specified, the item price shall prevail, and totals shall be corrected to conform thereto. P-2 Item N 0. Item Description Unit Amount BASE BID 1 Mobilization T77 LS and /100 Dollars 2 Erosion/ Siddiment Pollution Control LS 1v and 1100 Dollars 3 Streetimpro vements LS VI) a 4 /100 Dollars X 4 —Clea4ng and Grubbing LS (' and /100 Dollars DDD 5 Tree Removal LS and /100 Dollars 6 —Dry Stream Bed LS and /100 Dollars 7 Earth Berm Sha�ing LS �VJD -�"'v"� ("tr'd and ' /100 Dollars 8 Compactd Gravel Paths LS I lJ Jl l' and /100 Dollars 9 Drainage ystem LS and /100 Dollars 10 Plantina RQQm 1 LS i I ulti' �4'1 I S and /100 Dollars k4 11 Planting Room 2 LS and /100 Dollars 12 Planting Roam -.3--___ LS I and /100 Dollars ( 0 Macadam winter Gardens April 20, 2D07 Proposal MACADAM WINTER GARDEN Project No. 03-PK08-MWG-07 WN Item No. Item Description Unit Amount 13 Planting Room 4 F LS and /100 Dollars (2 (w. DD 14 Planting Room 5 LS zA and 1100 Dollars cw-v. - 9D 15 Hyciroseeded Turf LS and /100 Dollars 16 Irrigation LS 1 TW�)/,h V1 AzE, and /100 Dollars 445, 0712- (7) 19 Trex Boar walk —1— LS tw I FLLV S),r4 and /100 Dollars IN NUMBERS: TOTAL BASE BID PRICE BID ALTERNATES Alt 1 Entry Structure LS Amount and /100 Dollars Alternates will be accepted on an individual basis. Macadam Winter Gardens April 20,20V Proposal P-4 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 9 Date of Receipt Addendum No. Date of Receipt 3 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 he 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. Award will be based on Base Bid. The Surety Company which will furnish the required Performance Bond is Mblnbfr'axtc,.r Nod-hwec LLC- of 8, - (Name) (Address) Bidder: L W Y-o rr; =n Signature of Authorized Official: Printed Name and Title: ,D 7P Address: .�" , 0 � Box _Z9 5 \AIA Y9051 Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: orpora ion__--) Phone No,: (' � 4 q 13 — 9 Date: L Z Z Z-/ 1,2- 7 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). Z A bid must be received on all items. If any unit prices or extensions are left blank they will be entered as $0.00 no charge. Macadam Winter Gardens April 20, 2007 P-5 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 Bid Bond: The.. undersigned, L.W. Sundstrom, Inc. and (Principal), (Surety), are hold and firmly bound unto the Citr of --Tukwila (owner) in the penal sum of -five percent (5%) of the total amount bid Principal and Surety bind thems $ ----...----%-)Iwhich-for-the.'pa'yment,.of'which .91ves'AhOr heirs, executors, administrators, assigns, jointly '"and s�e*vet6lly, T successors and Penal SUM of tNs.Bid Bond, Surety under this Bid Bond shall ''be- limited to the *Travelers Casualty and Surety Company of America '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 MACADAM WINTER GARDEN Project No, 03-PK0$-MWG-07,'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, and shall in ail other respects perform the Contract created by the acceptance of said Proposal, 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 'l 4 th day of May 20 07 L.W. Sundstrom, Inc. Travelers Casualty and Surety -Company of America Principal Surety. -signature of Authorized Official By e2yln�Fact orney) .&zA Jim S. Kuich Title Name and address Of local office of HTIR Intern,ationalNorthwest, LLC agent and/or Surety Company: PO Box 3018 Bothell, WA 9OU41-JU10 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. Macadam Untar Gaidwx APM 20, 2CO7 W-1 STATE OF WASHINGTON ss. COUNTY OF KING The undersigned, being first duty sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has 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 MACADAM WINTER GARDEN, Project No. 03-PK08-MWG-07. OTA,N.l, 2 Name of Firm Sol, Jb &IRL10 Signature of Authorized Official S Title Signed and sworn to before me on this day of A,ln\/ 20 (Y7. ,8119'nature of Notary Public in and fortheState of Washington My appointment expires: L/ /ao/ (,- SEAL Macadam Winter Gardens April 20, 2007 OF ATTORNEY IS INVALID WITHOUT TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 218179 Certificate No. 001567739 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duty organized Linder the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety' Company ofAmerica are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized Linder the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, Constitute and appoint Darlene Jakielski, Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle, Brandon K. Bush, Andy Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, and Theresa A. Lamb of the city of of Washington State their true and lawful Attorneys) -in -Fact, each in their separate capacity ii'more than one is trained 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 perforrilance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, IN WITNE�S WHEREOF, the Coniptd�ave caused this instrument to be signed and their corporate seals to be hereto affixed, this day of — pril State of Connecticut City of Hartford ss. I Oth farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company . SEJLL.-,t Georg Thompson, +ruor Lee President On this the 1 Oth day of April 2007 before me personally appeared George w.Thon1ps(-)n, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2 1 0)%* '*- Marie C. Tetreault, Notary Public L ONO 58440-8-06 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of'Attornev is ,ranted under and by the rity of the following resolutions adopted by the Boards ,ctors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian IIISLIMI)Ce Company, St. Paul Mercury Insurance Company, Travelers Casuafty 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 Trea S tire I-, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf (If* the Company and may give such appointee Such authority is 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 life nature of bond, reco-nizance, 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 of 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 RESO1,VED, 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, tiny Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duty 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 followiru, officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, an), 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 hearing 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. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America,, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of 'Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN rESTINIONY WHEREOF, I have hereunto set my hand and affixed tile seals of said Companies this I q -h., day of M oul — , 20 0 -?. V Kon M. Joh, rrsVAssistant Secretary S E AX L3, Ali 070" To verify the authenticity of this Power of Attorney, call 1-800-421-1880 or contact LIS at www.,stpauItT-avelershoiid.cotii. 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 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder. Q n c1:31- - c) cn Address of Bidder: 0 X V\1 A City State Zip Code Contractor's License No. LW3 U N1 � 011 PF Contractor's State Tax No, C!115LI - 13( Dept. of L&I Bond Registration No, Worker's Comp. Acct. No. _913 _70 -0 15 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture (Incorporated in the state of VVA List business names used by Bidder during the past 5 years if different than above: NI)A Bidder has been in business continuously from �Ci?17 Year Bank Reference At. Ra 'I n k hldl 0 nn Nm (3(.6) 066�-9 9160 Bank Account Officer Officer's Phone No. No. of regular full-time employees: Number of projects in the past 5 years completed: ahead of schedule iLi�/Con schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for E years. As a subcontractor for Aj ZA years. I 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 / A- 11,44� �n2z �­�l I "Y/t Title How Long With Bidder Macadam Winter Gardens Apn120,2007 Responsible Bidder Determination Form a List all those projects, of similar nature and size, completed by Bidder within the past 5 years. Include a reference for each. Any attached preprinted project listing must include all this information. Year Contract Protect Name Completed Amount Owner/Reference Name and Phone List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Proiect Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? U No 0 Yes If yes, give details: T Has Bidder ever had any Payment/Performance Bonds called as a result of its work'.? b Ao r-1 Yes If yes, please state: Project Name Contracting Bond Amount ' Has Bidder ever been found guilty of violating any State or Federal employment laws? RNo 0 Yes If yes, give details: Macadam Winter Gardens April 20,2CO7 Responsible Bidder Determination Form Z Has Bidder ever filpd for protection under any provision of the federal bankruptcy laws or state insolvency laws? ,,No 0 Yes if Yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? No El 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? No 0 Yes If yes, please state: Date Type of Iniury 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 Title. Date: � J� zz� — Macadam Winter Gardens April 20, 2007 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: NNE DESCRIPTIONITYPE YEAR CONDITION OWN/RENT 14 "(Ak �,161-htfzw �—z LeL�11,1 PVT NVA 71 Labor to be used: u n d `D� cc, f -n, --En Name of Bidder Signature of Authofized Official Title Macadam Winter Gardens April 20, 200T ME PROPOSED SUBCONTRACTORS Name of Bidder L � \� - SLLnd-)j fo m, Inc, Thefollowing is a list of sub -contractors. 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 Schedule/Bid Item Numbers Name Subcontractor will perform % of Total Bid J Macadam Winter Gardens April 20.2007 L. W. I N C. GENERAL CONTRACTORS L.W. Sundstrom, Inc. Projects Carillon Woods Park $273,000 (Current Project) Owner: City of Kirkland 123 Fifth Avenue Kirkland, WA 98033 Project Manager: Michael Cogle Phone: 425-587-3310 Start Date: March 2007 Expected Completion July 2007 % of work done with own forces Description: clearing and grading, erosion control, asphalt trail paving, wood chip trail surfacing, play areas and structures, concrete curbing, concrete masonry walls, limited street improvements, site furniture, native vegetation plantings and miscellaneous site improvements Three Forks Natural Area $192,000 Owner: King County 500 Fourth Avenue, Room 320 Seattle, WA 98104 Project Manager: Jason Rich Phone: 206-263-7314 Fax-. 206-263-6217 Start Date: September 2006 Completion February 2007 % of work done with own forces Description: construction of a 20 car paved parking lot, interpretive trail and landscaping 37 1h Avenue South Park $ 315,929.00 Owner: City of Seattle 800 Maynard Avenue South, Seattle WA 98134 Project Manager: Lynn Sullivan Phone: 206-733-9105 Fax: 206-233-3949 Start Date: May 2006 — Exp. Completion September 2006 80% of work done with own forces Description: temporary erosion and sediment control; demolition- earthwork; asphalt path,- concrete walks and play curbs; picnic shelter; water spray feature; boulders; soil preparation; fine grading; hydro -seeding and landscaping City Hall Campus Improvements $ 389,952.00 Owner: City of Kent 220 4th Avenue S, Kent WA 98032-5895 Project Manager: Mike Hattrup 253-856-5082 Phone 253-856-6080 Start Date: November 2005- Exp. Completion February 2007 75% of work done with own forces. Description: Demolition, grading, drainage, irrigation, concrete form and flatwork, sidewalk, curbs, gutters, electrical, plumbing, carpentry, underground cistern installation, and landscaping. P.O. BOX 893 RAVENSDALE, WA. 98051-0893 - (425) 413-8158 PH. - (425) 413-2533 FAX Three Friends Fishing Hole $ 467,000.00 Owner: City of Kent 220 4t' Avenue S, Kent WA 98032-5895 Project Manager: Shane Gilbertson 253-856-5115 Phone 253-856-6050 Start Date: October 2005 — Exp. Completion February 2007 80% of work done with own forces Description Construct a three -acre park with accessible fishing area, picnic shelter/restroorn structure, automatic irrigation, landscaping, parking and Green River trailhead, Grand View Park improvements $ 291,954.00 Owner: City of Issaquah PO Box 1307, Issaquah WA 98027-1307 Site address; NE Magnolia and NE Natalie Way, Issaquah Project Manager: Gary Carlson 425-837-3392 Phone 425-837-3331 Fax Start date: July 11, 2005 Completion: February 2005 Subs, JR Electric, Northshore Paving 80% of work completed with own forces Description: Underground utilities, storm drainage, restroom pad and utilities, concrete paving, retaining wall, irrigation system, install asphalt parking lot, domestic water line and landscaping. Rotary Community Park Phase 3 $ 236,150.00 Owner: City of Woodinville 17301 133 Id Avenue NE, Woodinville WA 98072 Site address: 19518 136 1h Avenue NE, Woodinville Project Manager: Brian Meyer 425-489-2700 Ext. 2287, 425-489-2705 Fax Start date: June 20, 2005 Completion date: Jan. 2007 90% of work completed with own forces Description: Site improvements, site grading, construction of gravel trails, installation of pin pile foundations and framing systems for boardwalks and viewing platforms. Playground Renovations for Wilburton Hill Park, Downtown Park & Norwood Village Park $399,410.00 Owner: City of Bellevue, Parks 11511 Main Street, Bellevue WA 98004 Site Addresses: 12001 Main St., 10201 NE 4 th St., 2342 123 d PI SE, Bellevue Project Manager: Pat Lambert 425-452-4109 Start date: September 2004 Completion date: March 2005 Subs: Equipment Installation, masonry 75% of work completed with own forces Description: Clearing, demolition, earthwork, site preparation, adjustments to irrigation and drainage systems, planting, lawn restoration, masonry, install new play structures, renovate existing play structures. Cascade Playground Improvements $584,559.00 Owner: City of Seattle, Park & Recreation 800 Maynard Ave. S., 3 d Floor, Seattle WA 98104 Contract # PW2004-012 Site Address: 333 Pontius Ave N., Seattle Project Manager: Andy Sheffer 206-684-7041 Start date: June 14, 2004 Completion date: February 2005 Subs: Hydroseeding, Electrical, Masonry, Asphalt 80% of work completed with own forces Description: Erosion and sedimentation control, demolish existing utility structures, install concrete curbs, stairs, chain link fence. Clearing and grubbing; remove existing play equipment, benches, picnic tables and basketball standard. Construct new drainage structures, concrete walls, sandstone wall veneer, asphalt paving and new landscaping. Install new play equipment, railings, picnic tables and benches. Oxbow Park $394,824.70 Owner: City of Seattle Contracting Admin. 800 Artic Building, 700 Third Avenue, Seattle "A 98104 Contract # 2003-043 Site Address: 6430 Corson Ave. S., Seattle WA Project Manager: Andy Sheffer 206-684-7041 Start date: November 17, 2003 Completion date: October 2004 75% of work completed with own forces Subs: Electrical, Fencing Description: Grade and prepare vacant lot for construction of a park; prepare concrete foundations for Hat n' Boots structures; move and instal! Hat n' Boots structures onto the site, concrete walls, paving, lighting, irrigation, site furniture, landscaping, install a water fountain, wooden fencing, recessed path lights, install bike racks and trash receptacles.