HomeMy WebLinkAbout07-105 - Lakeridge Paving Company - Boeing Access Road / East Marginal Way ResurfacingSheet I of 2
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 01
DATE: 7/25/07 BUDGET NO.: 104.02.595.300.6125
PROJECT NO.: 05-RW02 CONTRACT NO.: 07-105 (40
PROJECT NAME: Boeing Access Rd. E. Marginal Way Intersection Resurfacing
TO: Lakeridge Paving Company
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract'.
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is
issued.
Conditions: A. The following change, and work affected thereby, are subject to all
contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced-, and
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates
for approval in advance of all Change Orders.
CHANGE:
Modify Bid Item 94 to read: Provide catch basin grate replacements. Replacement of catch basin
frames will not be required. Change Unit Price to read: $21 0.00/.EACH. Substitute Type A Liquid
Hot Thermoplastic Traffic Marking Materials in lieu of Type D Liquid Cold Applied Methyl
Methacrylate Marking Materials, with new unit prices:
Bid Item #27 = $1.50/1-F, Bid Item 428 = $9.00/1,F, Bid Item #29 = $2.50/LF, Bid Item 931
$1,00.00/EA, and Bid Item #32 = $4.00/LF.
Provide layout for additional curved pavement markers (c� $900 Lump Sum. Remove curved raised
pavement markers @ $650 Lump Sum. Add new Item: Thermoplastic Curved Dashed Lines, 4" x
8" 0a, 36" C to C, at $4.00/LF.
METHOD OF PAYMENT:
Itern 4
Description
Bid Quantity
Unit
Unit Price
Total Price
14
Replace Catch Basin Grate & Frame
-40
EA
425.00
(17,000.00)
14
Replace Catch Basin Grate
40
EA
210.00
8,400.00
27
4" Plastic Line (Type D)
-2450
LF
2.00
(4,900.00)
27
4" Plastic Line (Type A)
2450
LF
1.50
3,675.00
SABAREMWIR\.500 Pr(�ject 11aymerns\-030 Change Orders\CO-0 I 07-26-07.doc
METHOD OF PAYMENT (CONT.):
Item 4 Description
28 Plastic Stop Line (Type D)
28 Plastic Stop Line (Type A)
29 Plastic Wide Line (Type D)
29 Plastic Wide Line (Type A)
31 Plastic Traffic Arrow (Type D)
31 Plastic Traffic At -row (Type A)
32 Plastic Crosswalk Line (Type D)
32 Plastic Crosswalk Line (Type A)
CO#1 4" x 8" Curved Plastic Dashed Line (Type A)
CO# 1. 1 Layout Curved Lane Markers
C09 1.2 Remove PRM Curved Lane Markers
Total Contract Change Order Amount
Sheet 2 of 2
Bid Quantity
Unit
Unit Price
Total Price
-200
LF
15.00
(3,000.00)
200
LF
9.00
1,800.00
-730
LF
3.75
730
LF
2.50
1,825.00
-25
EA
160.00
(4,000.00)
25
EA
100.00
2,500.00
-830
LF
7.50
(6,225.00)
830
LF
4.00
3,320.00
370
LF
3.50
1,295.00
1
LS
900.00
900.00
1
LS
650.00
650.00
(13,497,50)
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials,
except as may otherwise be noted above, and perform all services necessary for the work above
specified, and will accept as full payment therefore the prices shown above and below.
yw/ACCTED Dc"l) Contractor is,
By Title Original Contract (without tax) $ 526,017.50 APPROVED BY THE CITY OF TUKWILA
Previous Change Order $ 0.00 Date
This Change Order (without tax) $ -13,497.50 By
REV. CONTRACT AMOUNT $ 512,520.00
ORIGINAL: City Clerk (I of 2) Contractor (2 of 2)
cc: Finance Department (w/encumbrance)-, Construction Inspector; Construction Engineer; file:
SABAREMWIRV500 ProJect Payments\-030 Change Orders\CO-0 I 07-26-07.doc
W
AGREEMENT FORM
CONTRACT NO.111
THIS AGREEMENT is made and entered into on this -L day of 20Llby and
between the City of Tukwila, Washington ("Owner") and
("Contractor"). Now, therefore the parties agree as follows:
1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and
equipment for the project entitled Boeing Access Road & East Marginal Way Intersection
Resurfacing, Project No.07-RW01, Federal Aid No. STPUL-1380(002) 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 to
Contractor. The Work under this Agreement shall be completed within the time specified in the
Proposal. If the Physical Work under this Agreement is not completed within the time specified,
Contractor shall pay liquidated damages and all engineering inspection and supervision costs to
Owner as specified in the Proposal.
4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the
prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert
witness fees.
5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this
Agreement, except as expressly provided in this Agreement.
6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties,
1,1 -F which &I If f- 11 be deemed an r%rininnl
=c1t, U %1 shall I Cz purposes
CITY OF TUKWILA, WASHINGTON
(Owner)
By:
Mayor
Attest: Attest* dada 20 This y of 20
This y of
0A,
4t, ... . .... . .
—�7 City Clerk
M
Agreement Form
Approved as to Form:
City Attorney
Address for giving notices-
Contractor's License No.
Address for giving notices:
C-2
PERFORMANCE BOND
Bond toCity ofTukwila, Washington
Bond No. 2068107
LakePaving Company,LLC and North American Specialty Insurance Company
(Principal) (Surety)
a New Hampshire 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 /1�'Owner"), in the penal sum of
Five Hundred Twenty One Thousand Seventeen and 50 0 Dollars
suomessonS, heirs, administrators, executors, or personal representatives, an the case may be,
This Performance Bond is provided to secure, the performance of Principal inconnection with a
contract dated . 20 �.IbehweenPrincipa|and{)vwnerfor
BoeingAoomms, oad&&EaetMarginal Way Intersection Resurfacing, Contract mn.�
("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as
specified in the Proposal submitted hyPrincipal.
N(]VV. THEREFORE, this Performance Bond shall be satisfied and ne|e$Sgd only upon the
condition that Principal:
° Faithfully performs all provisions ofthe Contract and changes authorized byOwner inthe
manner and within the time specified aamay beextended under the Contract;
° Pays all labnnena, mechanics, subcontractors, lower tier subcontractors, material men,
and all other persons or agents who supply labor, equipment, or materials to the Project;
~ Imdernni�es and holds Owner, its officers, and agents hann|eao from and against all
c|airna. |iabiUtieG, causes of mohon, dannoges, and costs for such payments for |abor,
equipnlent, and materials by satisfying all claims and demands incurred under the Contnaot,
and nairnbunain0 and paying Owner all expenses that Owner may incur in making good any
default byPrincipal; and
° Indemnifies and holds Owner harmless from all claims, |iobi|itims, causes of action,
damages and costs, including property damages and personal in]urims, resulting from any
defect appearing or developing in the nmahadu| provided or workmanship performed underthe
Contract.
The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other
design professionals retained byOwner inconnection with the Project.
PROV|DED, hovvever, that after the Final Acceptance of this Contract and the expiration of the lien
pehod, and if there are no liens pending, then the penal sum of this Performance Bond shall be
reduced to the sum of Fifty Two Thousand One Hundred One and /1OU
Dollars ($ 52,101.75 (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 ofSurety shall b8limited to the penal sum ofthis Performance Bond.
No chmnQ8, extension of time, a|tenation, or addition to the [enno 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 ofany change, extension of time, alteration, oraddition tothe
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca,
Illinois, each does hereby make, constitute and appoint:
Thomas P. Hentschell, Bradley A. Roberts,
Karen A. Ingram and Karen J. Smith
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: TEN MILLION (10,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and field
on the 24th of March, 2000:
"RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any
Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power
of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached,"
w�oApiAliT,e, 1///
By
SEAL I c) �E Steven P. Anderson, President &Chief Executive Officer of Washington International Insurance Company &
W 19?3 u, 0— Vice President of North American Specialty Insurance Company E L
ARM
By_
David M. Layman, Vice President of Wa;bington International Insurance Company &
Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 14th day of November 2005 .
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Do Page SS:
On this 14th day of November Company
05-, before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of
Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Laylinwall
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
6"06so 060*06"i 1110
"O0FFICIAL SEAL"
SUSAN ANSEL 0% ,
Notary PLOic, Slate oi Jin6s Susan Ansel, Notary Public
, ),p " "X
fi,� Commission Expires 716,120W
1, James A. Carpenter— , the duly elected Assistant Secretary__ of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which, is still in full force and effect,
0
IN WITNESS WHEREOF, I have set my hand and affixed the seats of the Companies thisday of 20
A
hu,cs A. Carpenter, Vice President & Assistant Secretary of Washington International Insurance Company &
North American Specialty Insurance Company
r ,
'�' '- TM CERTIFI A�i" F LIABILITY INSURA E _ osi3iezooi
PRODUCER (253)272-1151 FAX (2 272-1225 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Hentschel l & Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Attn : Karen Ingram HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
g ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
621 Pacific Ave,, Suite 400
Tacoma, WA 98402 INSURERS AFFORDING COVERAGE NAIC #
INSURED Lakeridge Paving Company, LLC INSURERA Travelers Property Casualty Co of America
P 0 Box 8500 INSURER B Travelers Property Casualty Co of America
Covington, WA 98042-8500 INSURERC:
INSURER D.
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
INSR
DD'L
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION DATE IMM/DDIYY�
LIMITS
A
X
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE [ X OCCUR
DT-CO-526D6160-TIL-06
09/30/2006
09/30/2007
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
RFS (Fa nmrranra�_
$ 300 000
f
MED EXP (Any one person)
$ 5,000
PERSONAL & ADV INJURY
--
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X] PROJECT LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
B
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
T-810-526D6160-IND-06
09/30/2006
09/30/2007
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per person)
$
X
BODILY INJURY
(Per accident)
$
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
A
X
EXCESS/UMBRELLA LIABILITY DT
X OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
M-CUP-526D6160-TIL-06
09/30/2006
09/30/2007
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
$
$
$
A
drU%&XA(ni6XXX7
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
AT-CO-526D6160-TIL-06
(STOP GAP)
09/30/2006
09/30/2007
WC STATU- OTH-
I FIR
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 2,000,000
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
1: Boeing Access Road & East Marginal Way Intersection Resurfacing - Project # 07-RWO1
Ilanket additional insured as required by written contract or agreement per CGD246 08 05
City of Tukwila
6300 Southcenter Blvd. #100
Tukwila, WA 98188
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
j/
AUTHORIZED REPRESENTATIVE
Thomas Hentschell/KAI •"`✓ L
14CORD 26 (2001/08)
UACORD CORPORATION 1988
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder inlieu ofsuch andomoment(u).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing inmuner(s). authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
C�_-.MERC|ALGENERAL LIABILITY
This endorsement modifies insurance provided Linder the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
C{3K8K8ERC|ALGENERAL LIABILITY - CONTRACTORS COVERAGE PART
1. WHO IS AN |NSURED-(Smction ||) is amended
c) This insurance does not apply to "bodily in-
to include any person or organization you are re'
jury" or "property damage" caused by "your
quiredtoinclude asan additional insured onthis
work" included in the "produc1a-oonnp|eted
policy by a written contract or written agreement
operations hazard" unless you are required to
in effect during this policy period and signed and
provide such coverage for the additional in -
executed by you prior to the loss for which cover-
sured by a written contract or written agree -
age is sought. The person or organization does
ment in o8ed during this policy period and
not qualify os an additional insured with respect to
signed and executed by you prior to the i000
the independent acts or omissions of such person
for which onvenegu is sought and then only
or organization. The person or organization is
for the period of time required by such con -
only an additional insured with respect to liability
tract or agreement and in no event beyond
caused by"Your work" for that additional insured.
the expiration date ofthe policy.
2. The insurance provided to the additional insured
l Subpart (1)(a) of the Pollution exclusion under
islimited aefollows:
Paragraph 2.. Exclusions of Bodily Injury and
\/ �) |n the event |ini�o of liability |y stated in
Property Damage Liability Coverage (Section | -
/ thepo|ioycxc�edthe|imitsof|imbi|Uyne�uired
Coverages does not apply to you if the "bodily
� q
by a written cnn{nao(or�r�on agreement in
injury" or "property damage" arises out of "your
effect during this policy period and signed and
work" performed on premises which are owned or
executed by you prior to the loss for which
rented by the additional insured otthe time "your
-
coverage is sou0ht, the insurance provided
inpe�onned
work".
by this endorsement shall be limited to the
4. Any coverage provided by this endorsement to on
limits of liability required by such contract or
additional insured shall be excess over any other
--- agreement. This endorsement shall not in-
valid and collectible insurance available to the
~�~~ crease the limits stated in Section )||_ LIMITS
additional insured whether primary, excess, con -
OF INSURANCE.
tingent or on any other basis unless a written
b) The insurance provided to the additional in'
contract orwritten agreement ineffect during this
sured does not apply to "bodily in]ury" ' "prop-
policy period and signed and executed by you
e�ydornag�" "personal injury" or"odve "advertising
.
prior to the loss for which coverage is sought
injury" arising out of an architeot'a, engineer's
epoci�ca||yrequires that this insurance apply on e
or surveyor's rendering of or failure to render
primary or non-contributory basis. When this" in '
=:=anyprofessional services including:
»urenuo is primary and there is other insurance
available to the additional insured from any
|. The preparing' approving or failing to
souncn, we will sharewiththat other insurance by
prepare orapprove maps, shop drawings,
thennethoddemcrib�dinthopo|icy .
-
=~�~� opinions. reports, surveys, ��|d orders,
change orders, or drawings and spnuifi-
5. As a condition of onvenaga, each additional
�d insured �
||. Supervisory or inspection activities pep
a.) Give us prompt written notice of any "occur -
formed --- fonned as part of any related architectural
rence" or offense which may result in a claim
or engineering activities.
\
and prompt written notice of "suit".
CGO24G1OD2 Copyright, The Travelers Indemnity Company, 2OO2 Page of
007993
COMMERCIAL GENERAL L|AL -Y
b.) Immediately forward all legal papers to us,
cooperate in the investigation or settlement of
the claim or defense against the "suit." and
otherwise comply with policy conditions.
c) Tender the defense and indemnity of any
claim or "suit" to any other insurer which also
insures against a loss we cover under this
endorsement. This ino|udes, but is not limited
to, any insurer which has issued a policy of
insurance in which the additional insured
qualifies as an insured. For purposes of this
requinement, the hnnn "insures against^ refers
toany self-insurance and toany insurer which
issued policy ofinsurance that may provide
coverage for the loss, regardless of whether
the additional insured has actually requested
that the insurer provide the additional insured
with a defense and/or indemnity under that
policy ofinsurance.
d.) Agree to make available any other insurance
that the additional insured has for a loss we
cover under this endorsement.
Page 2 of 2 Copyright, The Travelers Indemnity Company, 2002 CG D2 46 10 02
r-
Contractor's Name
Contractor's State License No.
City of Tukwila Project No.
Federal Aid No.
To the Mayor and City Council
City of Tukwila, Washington
Lakeridge Paving Co., LLC
—LAKERPC050JM
07-RWOI
STPUL-1380(002)
P-1
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 Boeing Access Road & East Marginal Way Intersection Resurfacing which
includes pavement overlay in one (1) intersection location within the City of Tukwila, including but
not limited to paving with hot mix asphalt, repairing pavement, temporary traffic control,
erosion/water pollution control, adjustment of surface utilities, installing traffic loops, installing ADA
curb ramps, installing channelization devices, restoration and other work necessary to complete the
Work as described in the Contract Documents; and has read and thoroughly understands these
Documents which govern all Work embraced in this improvement and the methods by which
payment will be made for said Work, and thoroughly understands the nature of said Work; and
hereby proposes to undertake and complete all Work embraced in this improvement in accordance
with these Contract Documents and at the following schedule of rates and prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith, (check one) X bid bond or ❑ cash, ❑ cashiers 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 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 thirty (30) 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.
The Bidder further agrees that their shall be no change in scope, schedule or Total Bid for the
Project unless and until the City of Tukwila's Change Order Procedure has been correctly and fully
followed by all parties. The Bidder acknowledges that he or she has carefully examined the City's
Change Order Procedure.
Proposal P-2
Boeing Access Road & East Marginal Way
Intersection Resurfacing
Project No. 07-RWO1
F.A. No. STPUL-1380(002)
Note: United prices for all items, all extensions, and the total amount bid must beshown. Show unit prices infigures only (ink m
typed) where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals
Item
Item Description
Quantity
Unit
*Unit Price
Amount
ROADWAY
Minor Changes
Mobilization
SPCC Plan
Project Temporary Traffic Control
and 00 /100 dollars
Flaggers and Spotters
Abandon Catch Basin
Removing Precast Traffic Curb
7
Fifty and 00 /100 dollars
20
LF
$50.00
$1,000.00
Crushed Surfacing Top Course
HMA Class 1/2 - Inch PG 64-22 for
One Hundred Fifty and 00 /100 dollars
Planing Bituminous Pavement
Joint / Crack Sealing
=0 SIMI
P-3
Boeing Access Road & East Marginal Way
Intersection Resurfacing
Project No. 07-RW01
F.A. No. STPUL-1380(002)
Note: United prices for all items, all extensions, and the total amount bid must be shown. Show unit prices in figures only (ink or
typed) where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals
shall be conform thereto.
Item
No.
Item Description
Quantity
Unit
*Unit
Price
Amount
Adjust Catch Basin / Manhole
13
Three Hundred Seventy Five
17
EA
$375.00
$6,375.00
and 00 /100 dollars
Replace Catch Basin Frame & Grate
14
Four Hundred Twenty Five
40
EA
$425.00
$17,000.00
and 00 /100 dollars
Adjust Water Valve
15
Three Hundred and 00 /100 dollars
7
EA
$300.00
$2,100.00
Inlet Protection
16
Sixty Five and 00 /100 dollars
40
EA
$65.00
$2,600.00
Edge Restoration
17
Five and 00 /100 dollars
700
LF
$5.00
$3,500.00
Cement Concrete Traffic Curb
18
Seventy Four and 50 /100 dollars
240
LF
$74.50
$17,880.00
Remove and Replace Surface Monument
19
One Thousand Five Hundred
1
EA
$1,500.00
$1,500.00
and 00 /100 dollars
Adjust Monument
20
Three Hundred and 00 /100 dollars
2
EA
$300.00
$600.00
Cement Concrete Sidewalk Ramp Type 1
21
Four Thousand Eight Hundred Eighty Five
12
EA
$4,885.00
$58,620.00
and 00 /100 dollars
Ramp Detectable Warning Retrofit
22
Seventy Five and 00 /100 dollars
32
SF
$75.00
$2,400.00
Temporary Pavement Markings
23
Two Thousand Five Hundred
1
LS
$2,500.00
$2,500.00
and 00 /100 dollars
TRAFFIC CONTROL DEVICES
Raised Pavement Marker Type 1
24
Two and 50 /100 dollars
1130
EA
$2.50
$2,825.00
Proposal P-4
Boeing Access Road & East Marginal Way
Intersection Resurfacing
Project No. 07-RWOI
F.A. No. STPUL-1380(002)
Note: United prices for all items, all extensions, and the total amount bid must be shown. Show unit prices in figures only (ink or
typed) where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals
shall be conform thereto.
INo. tem
Item Description
Quantity
Unit
Unit
Amount
-Type —2-
Price
Pavement Marker
25
Six and 00 /100 dollars
270
EA
$6.00
$1,620.00
Loop Detector, 6' Diameter
26
Seven Hundred and 00 /100 dollars
73
EA
$700.00
$51,100,001
Plastic Line
27
Two and 00 /100 dollars
2450
LF
$2.00
$4,900.00)�
Plastic Stop Line
28
Fifteen and 00 /100 dollars
200
LF
$15.00
$3,000.00
Plastic Stop Line
29
Three and 75 /100 dollars
730
LF
$3.75
$2,737.50
Plastic CB Marking
30
Sixty Five and 00 /100 dollars
24
EA
$65.00
$1,560.00
Plastic Traffic Arrow
31
One Hundred Sixty and 00 /100 dollars
25
EA
$160.00
$4,000.00
Plastic Crosswalk Line
32
Seven and 50 /100 dollars
830
LF
$7.50
$6,225.00
*Total Bid Price $— 521,017.50
* Sales tax shall be included in the various unit prices, per Standard Specifications
Section 1-07.2(1) and \NAC 458-20-171
Received: 5/,8/07 1-14PM_; ' I'll '�2064313665,, Lakerldge Paving; P g 4, 1
05-08-'07 13:00 FROM-pv�-Iicworks/dcd 2064313665 T-400 P001/002 F-667
BOEING ACCESS ROAD & EAST MARGINAL WAY
INTERSECTION RESURFACING
PROJECT NO. 07-RW01
FEDERAL AID NO. STPUL-1 380(002)
DATE OF ADDENDUM ISSUE: May 8, 2007
DATE OF BID OPENING: May 11, 2007
This Addendum No, 1, containing the following revisions, additions, deletions, and/or clarifications, is
hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above -named
project. Bidders shall take this Addendum into consideration when preparing and submitting their bids.
Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the
Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum
with the bid package. Failure to provide this written acknowledge may result in disqualification of the
Bidder's submittal.
�.Q0N1T1RACT00CV Me
DELETE page P-5 and replace with page P-5 attached to this Addendum No. 1.
Bidders shall acknowledge receipt and acceptance of this Addendum No. I in the space provided on
the Proposal Signature Sheet or by signing in the space provided below and submitting the signed
addendum with the bid package. Failure to provide this written acknowledge may result in disqualification
of the Bidders submittal.
Sincerely,
Bob Gibirson, P.E.
City of Tukwila
Acting City Engineer
Receipt ackn
M
City Clerk
Construction Manager
file: 07-RW01
� I Jil \��
agreed to thisof 2007.
— day
Addendum No.1
May 8, 2007
Page 1 of 2
Received: 5/ 8/07 1:14PM; 2064313665 -> Lakeridge Paving; Page 2
105-08-'07 13:00 FROM-purlizworks/dcd 2064313665 T-400 P002/002 F-667
W
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 thetwo 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 FIRMS 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 FIRMS 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,
Addendum No.1
May 8, 2007
Page 2 of 2
W
WR
Electronic Proposal Form
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 bearing certification by, and signature for,
the bidding firm. The unit 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. As a minimum, computer
printouts must contain the information and in the arrangement shown on the following "Example of
Bid Prices Submitted by Computer Printout" form.
If a computer printout is used, the bidder must still execute that portion of the unit price Bid form
which acknowledges the Bid Security, and all addenda that may have been issued.
Bids with unit prices by computer printout may be rejected if:
1. The computer printout does not bear the certification verbatim, as shown on the example in the
Project Manual.
2. The computer printout is not signed in the name of the firm to whom the Bid Documents was
issued.
3. The computer printout omits required bid items or includes items not shown on the Bid forms in
the Bid Documents.
4. The Bid documents issued by the City are not fully executed as provided above.
If the Bid submitted by the bidder contains both the form furnished by the City, completed
according the instructions, and also a computer printout, completed according to the instructions,
unit prices of only one will be considered. In this situation, the unit bid prices shown on the
computer printout will be used to determine the bid. In the event of conflict between the two, unit
Bid prices will prevail over the extended (Total) prices.
r4
Im
EXAMPLE OF BID PRICES SUBMITTED BY COMPUTER PRINTOUT
PROJECT NAME:
(CIP ID# (IFB#
Bid Item
Bid Item Description
Unit of
Measure
Approx.
Quantities
Unit Bid
Price
Amount
.4
FUYA
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum
No.
1
2
Qate qf Receipt
7-
j,
Addendum
No.
4
Date of Receipt
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the
Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified.
By signing below, Bidder certifies that he has reviewed the insurance provisions of the Bid
Documents and will provide the required coverage.
The Surety Company which will furnish the required Performance Bond is
North American Specialty Insurance Company of Manchester, New Hampshire
(Name)
Signature of Authorized Official:
Printed Name and Title,
Address:
Lakeridge Paving Co., LLC
Jon Cheetham, M-anaging Member
PO Box 8500, Covington, WA 98042
(Address)
/f' . - -e-- '- - N/A
Circle One: IndividuallPartnrship Joint Venture/ State of Incorporation:
Corporation
Phone No.: (253) 631-8290 Date: May 10, 2007
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 any unit prices or extensions are left blank they will be entered as
$0.00 no charge.
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit Aft~ttR61city of Tukwila in
the form of cash deposit, certified or cashier's check. or postal muney0rder in the amount of
dollars ($
Bid Bond: The undersigned, Lake (Principal),
and North American (3uretv), are held and firmly bound unto the
Cityof Tukwila (Owner) in the penal sum of Five Percent (5%) f Bid Amount
dollars ( . which for the payment of which
Principal and Surety bind thennaelvos. their hmiru, eweoutorm, adn)inia(catwra, successors and
assigns, jointly and severally, The liability ofSurety under this Bid Bond shall be limited to the
penal surn of this Bid Bond.
Conditions: The Bid Deposit orBid Bond shall be an amount not less than five pencent(5%) of
the V]bai bid, including sales tax and is submitted by Principal to Owner ir!connection with a
Proposal for Boeing Access FKoad�� EastMarginal Way Intersection Resurfacing Project No
07-RVV01' Federal Aid No. STPUL~1380(002) according to the terms of the Proposal and Bid
Documents.
Now therefore,
a|fthe Proposal isrejected bvOwner, or
b If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner /n 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 orfurnishing
materials in connection therewith, with Surety orSureties approved by Owner, and ahuU in all
other respects perform the Contract created by the acceptance of said Proposal,
than 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 Om/nor 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 10U) day of Ma
LakehdgePaving Company, LLC
Signattp�— uthorized Official
Name and address oflocal office of
agent and/or Surety Company:
North American Specialty Insurance Company
Surety, 1
BI
Attorney in Fact (Attach Powerof itorney)
Karen A. Ingram
HentscheU&Aosoo,Inc.
621 Pacific Ave. #4OO
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 7-037ofthe Standard Specifications,
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALI, MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing tinder
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca,
Illinois, each does hereby make, constitute and appoint:
Thomas 11. Hentschell, Bradley A. Roberts,
Karen A. Ingram and Karen J. Smith
JOINTLY OR SEVERALLY
Its true and lawful Attorn ey(s)-i n -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of. TEN MILLION (10,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24"' of March, 2000:
"RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any
Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power
of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
% By_
SEAL C-) = Steven P. Anderson, President & Chief Executive Officer of Washington Interns tional Insurance Com 1073 pany &
Vice President of North American Specialty Insurance Company ...........
By
David Al. Layman, Vice President or wa;hington international Insurance Company &
Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 14th day of November 2005 .
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Du Page SS:
On this 14th day of November 20 05 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of
Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me, who being by me duly sworn, acknowledged that they signed the above Power ofAttorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective ve companies.
:OFFICIAL SEAL"GG
SU7 -
SUSAN ANSEL
�(N"pn Z
Arl!
Wary PLbic, Slate of airlos Susan Ansel, Notary Public
R� Commission Expires 7i&rXU
I ��Ilvfl " I . ------
1, James A. Carpenter the duly cle it Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WJIETEOF, I have set in), hand and affixed the seals of the Companies thAc,�-, day of 20c,
---
James A Carpenter, Vice President & A s5istsw Secretary of Wash in&loii Intemenonal Ins araoc e Company &
North Amencm Sp,.,ilty Insurance C.inpsry
V,
BID SECURITY
W-1
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
$'� dollars ($
Bond: The undersigned, (Principal),
(Surety), are held and firmly bound unto the
of Tukwila (Owner) in the penal sum of
dollars ($_
Principal and Surety bind themselves, their heirs,
assigns, jointly and severally. The liability of Surety
penal sum of this Bid Bond.
, which for the payment of which
executors, administrators, successors and
under this Bid Bond shall be limited to the
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 Boeing Access Road & East Marginal Way Intersection Resurfacing Project No.
07-RW01, Federal Aid No. STPUL-1380(002) 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 all
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 _ day of
Principal
Signature of Authorized Official
Title
Name and address of local office of
agent and/or Surety Company:
Surety
0
�M-
Attorney in Fact (Attach Power of Attorney)
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.
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 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 2007
Overlay Program, Project No. 07-RW01.
Lakeridge Paving Co., LLC
Ai r;VNa it
Signatur , uthorized Official
Jon Cheetham, Managing Member
Title
and sworn to before me on this 10 day of , May 2007
I
Signature of Notary Public in and for th6 State of
My appointment expires: 11/19/2010
Certification for Federal -Aid Contracts
The prospective participant certifies by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction imposed
by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each failure.
The prospective Participant also agrees by submitting his or her bid or proposal
that he or she shall require that the language of this certification be included in
all lower tier subcontracts, which exceed $100,000 and that all such
subrecipients shall certify and disclose accordingly.
DOT Form 272-040 EF
Revised 112000
Failure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
1, by signing the proposal, hereby declare, under penalty of
perjury under the laws of the United States that the following
statements are true and correct:
1 That the undersigned person(s), firm, association or corporation 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 project for which this
proposal is submitted.
2. That by signing the signature page of this proposal, I am
deemed to have signed and to have agreed to the provisions
of this declaration.
To report rigging activities call:
HP1 • � iw $
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.
DOT Form 272-036H EF
Revised 5/06
Im
��^�������������U����'nes��
'OT�K�������������e Disadvantaged = BusinessEnterprise Utilization Certification
To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged
Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting
Agency shall consider oanon-responsive and shall reject any bid proposal that does not contain a DBE Certification which properly
demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract.
The successful bidder's DBE Certification shall be deemed a part of the resulting contract. Information on certified firms is available
from OMVVBE.telephone 36O-753-88S3.
Laker certifies that the Disadvantaged Business Enterprise
Name f-Bi
(DBE) Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is
awarded the contnad, it shall assure that subcontracts orsupply agreements are executed with those firms where an "Amount to be
Applied Towards Goal" iulisted. (if necessary, use additional oheetj
NameofDBE
Certificate Number
Project Role *
(Prime, Joint Venture,
Subcontractor,
Manufacturer, Regular
Dealer, Service Provider)
Description of Work
Amount to
be Applied
Towards Goal
2.
3.
4.
51.
6.
7.
8.
9.
10.
Disadvantaged Business Enterprise Subcontracting Goal: 0% DBE Total s
* Regular Dealer status must be approved by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract.
° See the section "Counting DBE Participation Toward Meeting the Goal" in the Contract Document.
The Contracting Agency will utilize this amount mdetermine whether ornot the bidder has met the goal.|nthe event ofanarithmetic difference
between this total and the sum o(the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised
accordingly.
DOT Form or2-oo sr
P-1 3
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: Lakeridge Paving Co., LLC
Address of Bidder: PO Box 8500
Covin.qton WA 98042-8500
City State Zip Code
Contractor's License No. LAKERPC050JM Contractors State Tax No. 601-592-135
0815103616114BCM Dept. of L&I 288,256-03
Bond Registration No. Worker's Comp. Acct. No.
Bidder is a(n): EI Individual X Partnership 0 Joint Venture 0 Incorporated in the state of
f r
List business names used by Bidder during the past 10 years if different than above:
Bidder has been in business continuously from 1968
Bank Reference Frontier Bank, 15305 Main Street NE Duvall, W�r98109 1-800-869-8558
Bank Account Officer Officer's Phone No.
74
No. of regular full-time employees:
Number of projects in the past 10 years completed: 75% ahead of schedule 25% on schedule
0% behind schedule
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 38 years.
As a subcontractor for or 38 years.
List the supervisory personnel to be employed by the Bidder and available for work on this project
(Project Manager, Principal Foreman, Superintendents, and Engineers):
Name Title How Long With Bidder
Don Miller Project Manager 25 Years
Darrell Wood
Josh Reis
Paving Superintendent
Grading Superintendent
18+ Years
17+ Years
I Responsible Bidder Determination Form P-14
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
Proiect Name Completed Amount Owner/Reference Name and Phone
Please See Attached
List all projects undertaken in the last 10 years which have resulted in partial or final settlement of
the Contract by arbitration or litigation in the courts:
Total Claims Amount of
Contract Arbitrated Settlement
Name of Client and Project Amount or Litigated of Claims
None
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
O(No 0 Yes If yes, give details:
,Has Bidder ever had any Payment/Performance Bonds called as a result of its work?
KNo 0 Yes If yes, please state:
Project Name Contracting Party Bond Amount
'FH s Bidder ever been found guilty of violating any State or Federal employment laws?
No 0 Yes If yes, give details:
Commercial - Residential
omp etc Site Development Contracts C I
Lakeridge Paving Co., LLC
Completed & On Going Projects
200612007
Completed Amount Type of Work Done G.C./ Address Contact Phone
2004 $195,274.79 S. Tacoma Way & Bridgeport Overlay City of Lakewood Deseri Brown 253-589-2489
Grade, Pave, Overlay Areas & Striping 6000 Main St. SW
Prime Lakewood, WA 98499-5027
2004 $144,184.02 Administration Complex
Grind, overlay & Petromat
Prime
Kent School District #415
Administration, Bldg. A
12033 SE 256th St., Suite 600
Kent, WA 98030
2004 $182,091.50 Misc. Paving Repairs Port of Tacoma
Grading, Saw cut, Asphalt removal and Paving PO Box 1837
Prime Tacoma, WA 98401
On -Going $500,000.00 2005-2006 Pavement Imp. King County Airport
Grading and Paving PO Box 80245
Prime Seattle, WA 98108
On -Going $ 577,580A3
0100U•.• •• ••
2005 $529,330.00
Island Crest Way Resurfacing
Grading and Paving
Prime
Terrace View Apts.
Grading and Paving
Sub
Spirit Ridge Overlay
Grind, Pavement OverlaN,
Striping, Shoulder Restoration
Sub
City of Mercer Island
9611 SE 36th street
Mercer Island, WA 98040
Bird Construction
371 NE Gilman Blvd #260
Issaquah, WA 98027
Paget Sound Energy
PO Box 90868
Bellevue, WA 98009-0868
Fred Long 253-373-7144
Poli Luis 253-428-8638
Rick Renaud 206-296-7427
Clint Morris 206-236-5300
Alex 425-392-7544
W.Jearinie Albert 425-462-3920
2005 $213,310.48 2005 Maintenance Over -lay City of Issaquah Beverly Pernioia 425-837-3050
Grade, Paving, Striping PO Box 1307
Prime Issaquah, WA 98027
P.O. Box 8500, Covington, Washington 98042 Phone: (253) 631-8290 Fax: (253) 630-9709
BellevP.je Phone: (425) 453-0073 Tacoma. Phone: (253) 535-6305
Conlr,qntors [JrPnF,(,, 41 l AKFRP('050Jk/i
M-MEMEMM
P-1 5
Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state
insolvency laws? Olf No 0 Yes if yes, give details:
Has any adverse legal judgment been rendered against Bidder in the past 5 years?
_5(No [3 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? Q"No 0 Yes If yes, please state:
k
Date
The undersigned warrants under penalty of Perjury
accurate to the best of his/her knowledge. The undersJ
all information contained herein.
Signature of Bidder
Agency Receiving Claim
the foregoing information is true and
authorizes the City of Tukwila to verify
Title: Jon Cheetham, Managing Member C�1' Date: May 10, 2007
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
MR
DESCRIPTION/TYPE YEAR CONDITION OWN/RENT
Please See Attached
Labor to be used: Foreman, Laborers, Power Equipment Operators, Truck Drivers
Lakeridge Paving Co., LLC
a f Bidder
910644�or'5-16 Authorized Official
Jon Cheta:�m, Managing Member
Title
Lakeridge Paving Co. LLC Equipment List
by Type
Equipment Description Make mode-" Year Serial Number
Equipment
i-(.0104
Hikasa Jumping Jack
;Nlik 11T.R60L
Jurrpng
jck- P2245
EQ018?
!Vrinil TS760 Sat.,
Still
Ts 60
1994 24C-12333
EQ0185
Wacker V-,b. Rariver
106 6M10834
EQDI 9',
11 HP A.,.r
1996 4LD91-9
EQ0: 92
Wacker Trash Pump
Wacker
1997 0622,60339"
jicida Concreze Mixer
Honda
2997 901324
EQ0195
C'n6' 'Modular 7rcnch Box
OR
F.'.QDI 96
30" SacKhoe Bucket
199B D150364
EQ0 19-/
Air Compressor
Ingersci
1998 289663UE1221
EQ0198
Air Compress,.,)r
Ingersol
1998 26966EUE1221
EQ0501
Jackhammer for EQ319'
1998 289663
z ,PQDM 021
Jack]ha:rmer 'or EQ019&,
i996 269668
DQ,-503
Wa:,,Iker Trash Pump 3"
Hacker
1.99C 761.4C,2549
EQOS34
Bucket, EXV62ator 3"
1996
EQ0505
14" 2utoff Saw Szihi
Srihi
1999 41495502
E20506
Tr,,sli Pump PET -
=3A
1999 5040615
EQ050-1
Wacker P.1a,-e. Comp ES600
Wacker
1999 5084232
E-,Q,', 5 0 &
14" 2u1ckcu- Saw
Still,
1999 43574875
EQC509
Wacker Plate Corp 4165
acker
3999 '165
ZQ 0,J I C
Hcmolite Pump 2.,. 105PS1
H ome t a
1,999 HL2330062
E Q,) 6 I I
S-orage Container SLue
2996-193
K00512
Gas Jac<han,,.er
1224038
3
Gas jackhammer
14
Dezeczcr Classic I
0336-0269-027
051, 5
flsrL.prcbNuclear Teszcr
!"';c1car Gq
xMI&206050
ENS16
Jack Pamser 90+�
20A 9051RE6,
E Q0 3 1 7
Jack Hemmer 60#
2HI 5A3,
ZQo> 1 t
ce n z rif u ga.. Pump QP204i4
2H! 2U"9M
Wcr:er SH23 Gas Ha%mer
Wacker
2001 022633
EQ0520
Kamer EH23 Gas Ha=er
Wacker
EM
2HI 1006-1
jonn, Deere 4200 T7ac--cr
john Deere,4
D
-
- 20CI L V 4 z 0 0H 4 2 18 6 E
E 0, 5 2 a
60# inger5:1
lngers3l
:102 YQ20-
6`, -') 4
P e r-. e r. r B r c.? a r, a u
2H3 MAW
ENS25
Pavemem Breaker !FQX�,
2003 MBF!5,,'
EQ05M
Ra=er :F34:
M3 8 " 92
ED027
1.0hWunr M
= 7=5.�
ENO 1
SMOW 2waro
2M UNZ 2�6
2004 Miz V�
TXCHI
S"ear Freq-,
FRECT SWEE
2C)CI -,.L3- 3
02-28-2007 Page 1
System Date: 02-26-2007
SysLem 'Time: 11:53 an
Lakeradge Pacing Co. LLC Equipment Lis: 02-28-200? Page 2
by Type System Cate: 02-28-200*7
Systeil, Time: 11:53 am
Equipment Description
TKC002'
TKCb03
TXC004
7111CO05
TK C 0 0 6
T KC 0 C,'!
TKCGOP
rKCU9
T KC 0 '- 0
TV, CO 1. 1
TKC D' 3
TKCO3 15
T-KCO-1 '
TKCO24
TKCO26
TKCO2A
TKC04A.
-KC05A
TKC060
TK CC 6 -
TKC062
TKC063
TKC 0 6 �
TKC066
T K C D 6 E
T KC0 c 9
TFCK6
T
Two:
T K ^ C, 6.3,
OTC084
TKC085
Chevy Si I'Verado 25ucl
Chevy Silverado 2500
Chevy Silveradc 2500
Chevy Silverado 2.500
Chevy SjIverado
Chevy 2, i voraco
Chevy Silveradc 2500
Cio-e%ry S10 Pickup
Chevy Silverado 2500
1/2 Ton Pickup
Chevy 1/2 Tor. Pickup
C,he-,,y I ''Cr; '-I"J
Chevy -- Ton PJ
C h or: y TruU
Chevrolet, Cr(- Truk
Chevy Silverado Di e -1 e
Chevy Silverado Die5e3
Chevy SAveradc Diesel
Chevy S-, 1,,,e r a d o 50 0
Sivcrado 2500
Chevy 4 1 ue r ado 2500
Chevrolet, 3/4 Ton
cord C800 Fiat Bed
Chev 1 Ton Flatbed
Chev 3/4 Ton
C-XC Service Dody Truck,
Fake Model Year Serial Number
Chevrolet S -*! Ive red o 2001 I.GCHK29GOIE261853
Chevrolet Si-,veraCc 2001 1GC HK 2 9J X 1212 5 4 9 7 9
Chev rcl e t Silverado 2001 1GCHK29U3IE2538-,9
Chevrolet S j, ive r ad c 20D1 I G C H X 2 9 U ;i I -'- 2 5 2 4 0 8
Chevrolet C i 1%, e r a J :) 1999 2SCEC191,,'3X22G2775
ChevroJ � -r SL lvpr5do 1G99 2CEC I 9V-! X I J 5, 2 5 5
Cl-.evrole, Silverado 2001. 1,;CTiKI.9U3IE15366'7
C"'Ievrc .1 e t SIC 1993 1GCCS14R7P8l262G1
Chevrolet Silvered:, 2002 1GCPK29U22LI14764
Chevrolet S�,-Iverado 2006 '-GCEC19V97ZI'-253 1,
Chevy Silveradc 2006 1 GC EC'. qV-, 7 Z 113 30 6
Chevrolet I TON PU 1996 1GBXC34JCTj112921
C -h,avroiet I TON FU 1996 IGBK.C34J5VJI03063
WmWec C-50 060 CE55MI8K,
ChevroleL PiCk'L:p 1902 1G5HC34,M/,C,I22557
Chevro-er S i 1v rd Dot. 2006 1,3CH-K39DB?E 11119 9
Chevrolet S ';I :' z d D51 2006 --GCIIK29D--,6EI?412e,
Chevrolet S-*I,,,rd Ds! 2006 1GCH.;,39D96E281E59
Chevrolet Silveradc 2001 1GCHi(29U3IE252408
C I I (" V r c' I e t S i -".; e ra do 2001 1GCEK29U31E253979
Cbovr,'A.eI: S, Iuc.rado 2 D D I I GCH K 2 9GG' 1 E2 616 5 3
Chcarolo� 3 4 Ton 1993 1XGC24 656 6
Ford CPIOC 29,12 C 8 0 FV.111 3 21 I'll 0 3
Chevrolet 1 Tor. 1992 IGSJC34KONCI490B0
Chevrolet 3/4 •: c, n 1985
GMC Servic Ldy 19B3 'G0ZC34j4DV5264;,,�
Chevy
2 Ton Fla-bco
1 'Ion
1998
III.-3KC341-;2-.."j1O0239
Chevy
Flatbed
-hcvrnle-,
1986
Che-.'y
S'rvict. Truck
hevFCIYC
1986
1GSjR34i,Xj,,134372
C"vy
Seince Tr=K
Chm-ro-at Sorvice
1997
IGSjC34iR5VE103229
Chevy I T": n t Seo
C"Ho Fma Serv,m Wk
HrernanlonQ QL Dist.
Cn ev 7, C I e I,
I Too
1999
',G'BKC34j9X7033-2_4
ev r c p z
1 Tor.
�, III _
I IG SN C 2 ., I P :11 -, I
Cn e v ,.iCt
I "
999
G F. K 7 j4 FC::1381
F,-, r c
'—strb=-
9 n 2
F D X X C -,:A
Fero
COND
2989
2mer,natnI
1986
!HTLX%��5jlit?24 E9
in. -. e x n a -,n-
4700-P
1997
i I ; 9-1910
';hiT
E 0 0 P -1
u a -< 0 m " a.!
VZ
6
p:z
T3UTS Pz
9 "4
c 2 L
2 C
0
q9 7T
r" 7
F 7 1 0 C
7 T
Y, D -iz L d*--,r
.7,7: :z a
:17 7 ZI 3 9 :a,j
16 E 3 T T
5L6I
w --, c, E
-4 --6 ^ i7 7 -qzal al
A J~::E d Q X S L!
�6 T
C 71 4T
0209 I-I'l X-12s!: z
;9,3 1
--J' din(]
�+%fs
On-71 1-Un r.1 T 2ul ;4 S rlh
T C Y.
c,' T f'"i 9 X I j S H 7-
P 6
.
371 : L d� 'L�-i C
T 1 1
�� �' TI -1,L I r. C U. 7
d S F, 6 S 9
6 1
0 r,:zJ, j!1;7J
I T T q:T a - --,!
Ci'.U7G T -4,T a 19,1
C c >4
d 6 ; 19 ' '
6L6T
:I Z) 51 ;r -T dumc
- T .^, 3 a 71 a -,I
N -, n :: 1, d jmr.7 7 q l D I ad
CC >;"L
d 9 1 E8 Cl T
F36 T
X. Z' -131 d�w-C
T T q j a :i ad
a� dumC, T q: a aad
9 0GAl,
919LG
-I L 6 T
dlll'T za7=tp
qa.romu"4
;z c a o e.7 j, 147zcmua:�
C6OM41
EhZ9--A3091
9L6T
Y-0713,1 dl�rl(l
p z
Z- -7 L 3 -2 U z 0. -j
6 c 0 Cl �11' z
19 -1 i d L 6 se M'd " I
dwmc qwomaaN
czoclqL
0616L91! ';X2FXM4N-
IOQZ
E002 T,
q7 ; QM I a
a7auez,I, 90C.9 I, U':jQmu&>!
I L CCr,L
t- S L 2i A X 0 E3 X 0 YN T
L66T
El 0
@ �j
00091
Fc()gL
6 E 0 G
Zb L TVA�i 9 3 L MI d J j
v66
C Ol 0 L -I
Pzo3
du;nC elx— @T6UTS 070,3
LZDG'Xl
G00,-
47097 Pz TS
-.Iz,-CjAaqD
occ�' oc:7aa'%TTS 1OTOJI%oqo
qocz
�)PFT�-OS3
�'eTTTPq2
ap�' � e::S2 oe �pe:)
E 9 T X d 3'dT'j
c 0 Z
13-A
o,j
37ZDAI
q C 9 6 9 X X SP4 11 L 'N, 4 NI Z
6 6 6 L
N P U? ; D
C.x -n a -, I
Aam:Zaxl
iTzDNI
[00?
C 1) 7 P;z r. T S
7070alai�:)
0 0 5 7 OPe1a,,TTS a@TclaA@r40
'I'C 7DSj 7
590-6 T.1 6 T 6 T
--,' 0 0
P c 9A T T S
@
% q�
n'i occ opr-rz,ArTF'Et3ti
C) C" 0 TE.*xq 11:
9 T
9667
co_r, E
!GTOJAaqo
('.d uo'-I I
If9
3'l 7
- F, 6 T
V7 ," 0 0z 7D
Pz 0
05120 plow Gt
Y "I I D
7 B 6, E T T 'I 9i^j 7
ZeE7
U07 �" I C
a 10 1 A I U.-)
7 E -�4 3
F 9 H H I F"Ll,j
I�g .
TOCZ
'M' a O�j
'.I:CL.T, F. FM
aada ims
T F) CIDII� L
99-! 11 CjE6 I i2 zoo,-
T 0 a A 0 U."
P' 9 C D >1 I
E66(
89 f 9 T I H T TOCZ
-As TC; TTO
7`12eLra T'Jll
TPU07 ?Uz _) ;j U 7
9 �? 03A J,
jaqA7,N- TET-TES - c 9,-,
Tap, 'l
e,
auawdlnb2
111- i:q:Tl
Lakeridge Paving Cn. LLC Equipment List 02-25-230'7 Page 4
by Type System Date: N-21-2007
System Time: 11:53 am
Equd.pmen:: lja s C I '- p 71 -' cn
Grader
GRAQ2 Huber
GRA103 Huber, Road Mair.,Laincr
GRAIN Wilber. Road maintainer
GRAM5 Mer, MQ
GR,I,"06 14.'�)lrer, 1,1-,' DO
GRAB -, Hu beef, M750 Grader
GRA:r 0 6, Huter, Road MaIT:taitler
GFIA109 uber, road Ma-rira-,ncr
GRA1,11 i 120E
GRA-1 12 a2G Motor 'rader
GR2t11, 3 140G Cat Grader
GRAl 11 4 Hjbc*-
GRAN 0 EKO Concrete Saw ,utter
GRAN1 Road Warricr Concrozc Saw
C 4 9 Case &7�cknoc
G.-,.r. 1 5,C) Case F-ackl-oe� 58CE,
Omni Me Bac&oe 58M
G P-A 15 2 St6rley HS6000 Me Pack
G 5 4 TOPCON 1-evcls (3) 17"f-'POds, ;01C�
GRA2,55 (2;/Tripod,; Oln)
OR.ki 11 6 15, Frisco Rods i2S
121 Surveying Rods (3)
GRA-56 Pipe Laser
G R.r. 5 9 Homel Diap�,.fanl r-i,!np
r Flr. 6 C, E,:c-,va"or _COLC
G Pl:- i 6 i Kor.;i-,so Emmotor P=
SPAM Deere D"er 010
GMA3 suanley :lz�pLc PSKN'
G 6 4 Scsniey HrpEc jis60Dc
I Ell 241, _mac: er OS-G
GRA26E Laserplaw 020
G Ra-1LL s e f p a
:,nn Moo ..are For VC,
E�-a-,gbde w/
CUM Grawl Box A M,
G-RA: sps,aners ,Set ,
Make
Plodel
',-2ar Seriz-.-; Number
ub or
Grader
i939 CHi856
Huber
CM4402,'
Heber
CM4170
Huber
-i 10 63
1969 CH 3,19 3
Heber
lJ 51 "1 0
1966 C1'2 - :: 9
.Huber
1-1-1150
L U 2 -1 i
Huber
2003 1450CO2MPU03-L
Huber
2 0 0 3 M. S00O21"K.Ml U-12
Carerpi—Ir
12 OG
1981 L?V05304
CAterpilar
12C
1980 G -I I 9841 2",
Caterpillr
140G
1936 72V1613
Huber
Road M r, t. r, r
195: Cl�, 18 S 6
EDCO
SS24-35
1342
Road 'v,arr
1999
Case
2M3 j Am 7 M,
Case
+GF..
19P6 1 C, I - 515
Case
580-K
3,99, V, 3 " I 10
Stanley
156NO
M2 2215
Topcon
Diaigrade
HM
122
iicmei
7010,73
E0:---' SL
0 LC
!490
4 59? 1
Komatsu
F C2'-'C-
3 5 11 2 0
Won Usefe
650-G
1990
W650GHT0902
S'ar"Ic",
S6000
19,4
3242
1994
1996
V503A
La,-erplare
;l220
1996
13%39 309B4
1997
3997
29906 i 54610
1997
107-0652
109
1912
9 ". ; 31
is � C 110 3 4
Case
550K
1993
n 15 S
r t,'I en
3 F
:995
LMeaQe Pwing Co, U,C EWinwr L"t
by Type
Ecuipmenr
Description
Ea ke
Model
Sear
SLria-, Number
G PIA i -16
Pro-rec Manhcle 9c.,: 42"
Pro-tec
2002
GRAW
C"emiller Wee! Lwaer 966
Ca::erpi.-!-r
4:hee] Lder
65102 65
Office
OAS400
IBM, AS400 Model 4 150
1 BM
.As 0
1999 1 0583F0
OFFC01
Pack,�rd Sol! 4a6LX266
840 39iO3
OPFCO3
-Pen:ium 166 Ccimputer
1996
PERA,
Iferit
199",
!>er,!:ium 133 Computer
ME
comt,'lizer, Shopp
FF P H I
NEC PrIcne System:
NEC
1999
oF'iPR2
ProprinLer, 132 Cclurnn
1998
0HXV25
OMIRA
HewLet Packard nPL) 40c0
9P
F P 1, j 41 C D
9 9 S
pp, I t ITE R
OF FRA I
Radio Repeater, johnscn
9051
OFFRA2
Base 8 Phones
2001
F FRIA 6
25L&D, Claszic CB, TPMO,s7
1989
9HO4595
OFIMP
Sne
OFFS,cl
Storage Cnni.ainer Silver
2001
OFFTRI
E-;crgrocr, Office Trailer
Evergrcen
12 Y. 54
1957
02570152
OF FTFI. 2
Flce-woDc Office Trailer
Fleecwcod
6C x 128
' 9 8 -`
IDFL--,AWi97.307559
OFFTP.3
Blazer 401032/C7F, T.RLR.
;-&,zer
Cffic Trlr
1986
P H", 9 2. 0 ?
CFFTR4
12x64 Offacc Trailer
MS912M
0 F FT Fl, 5
12X56 Office Trailer
56194
Aver
PA", 3 G, 0
B I a. . Knox, P F 506
Slaw Knoz
@E'500
351402D
2AV3011
Biaw K",IC,:, PF500
B - & w K n o.�
F P5 D 0
:97a
o'-15f009
L, A V 302
3 I a Knox, PF500
9 1 &w Knox
11 "t'5 0
19-:5
a 7 'i 7 C, 13
0
p Knc:c Pa-:Lr
Dla,a Nnox
1974
0350-006
Fi:V 3 0 4
B 1 a Inc:., P.7�00
w Knox
PF500
1 : 9 C
ZS,',, S G 5
5<aw KrIc-x, FF"03
S i aw KrIcz
P 5 0 E
i999
-1 0J05- i
P,L.V.3 G 6
BlLw 3 Y. , PFSSiC
Slaw Kr.....
PF3S1)
1996
55ICO2-11
P *,*
D I a -,; Knox, pFS',3
3 i a w Knox
ppsc"�.i
1969
CPO.,-019
3 9
Easy Sera C, c. r I e.
r 1 som
2993
my >ED 1
r d C cnv . ;l. j r co 1 p r 0 s c, r
ichc Deere
1978
PUM2
FMI ML
EMU
400 PC:
l.CP.iiC 'Mane
"ar PC,:
-986
V`
300
4n--
F.1.11.1.1
�VT 6
MY Pw
6
K
T M-I. El. u I _ .,
ec r c H, �D 3C,
E765025-1
0,'n�-,acror
wackar
00605
513676"1
JHC)n.la
1563277
02-28-2007 Page 5
System Date: 02M-200
Syster, 11.53 an
Lakc,ridge Paving Co. :,LC Equipment List
by Type
�quip,,Tenz Descrip, ior., 2,1a ke Model Year Serial Number
F'.;k','3 -,, 0
Plate Wackers (7J
PA',7321
?Late Wacker - VPC-160A
OV5101170
F,.1v,73 2:2,
waker Plare -c-ompaczor
W 5 5 0 A1W
19 07576024', 6
P.AV3 2 --
Bomag Plate C3mpac-Lor
20,02 1016305.33812
PAV3 2 4
lqikasa PIFte compactor
1994
P.ut13 2 7
I,BW Plate Ccnpaczor
MBVII
1995 070812
PAV326
law Nate Compactor
1990 157006
&XV330
paver Siaw Kno.": 5.5'
Slaw KnC.%
.7111)01
PAV 3 3 1
W,Ckef Plate C0jrppczcr
k c r
1996 75530:570
P.Y', v 3 3 _-
'iacke'r Plate conp.�Cto:
a c k C, 1
1996 7 0 3 0 15 7 --'
PAV3 3 5
Bcbcat --kia Loader
Bobcat
106 5144-IM5
won 6
H"h FVw Planer 16"
1996 9IM00351
3 3
Sm,eoper Attatchrnent 60"
1996 0440195"!
P.:'33c
Dynapac Plate Compactor
4 F 7 CAH
1996 2')000312
PAV3319
Tar Pct. FJac.kwell
1572 H M 0
Rn Va 4 i
wad:ker 1550�,N
Wacker
199, 605411
P't"V3412
Plazc Cc>mpactc)r W21550AW
WR550!W
197 VOMM)
p 7,1113 4 -11
Gilchrist. 813 Paver
GiMhAst
813
199E 076
FAV344
CAC Grizzly Cub 300T
SAC
300T
1998
P i-AT 3 4 -',
Econograde Control Cl'?6
Econograde
C176
1998 H325676
v 3 4 41;
Econograde Control G176
1998 973257R7
PAV347,
F'LaLe Compactor W?15a0A
19H 757606054
PAV348
Gil crest Prop'.ver
Ci .1 c- h r e s r,
Prop-ver
1-1 1 "1 -1
PMN 9
screed
20OL 905
2A:v
GilcresL
2062 3 n
11 A"'
Gilcrest
2H2 3275
,P i,117 3 5 2
7:Lr po:
speal:
"arker -
2362 4497
T 5 _-1
Plate c3mp. XBW P,P2000
1111Si.i
-=, P -'1 11 1 0
2003 1563-136
FAV354
Plate omp. MEW ANNO
xBW
AP20GO
2OC3 1583436
FUR 5
FAte cc-,"p. ', - 0 C, C, 1,
3
5 6
Paver ILL a g h z s
2003
P047
Paver nqhzs
2033
55
PJ r. t e Bomag BF15452
Bomag
1018152
204 1V_HAM841
PA.V315�
',--brz.tsry _'-aze -HO.H
200
2XV36C
Qn0a PAte Una== APNOD
Hwda
Ap 2300
2 1 D,:;
,aller
RUM
poll pac
R"Co
RM ?c !I:
TIM
P. 0:'2 0:
196E 15M,
P.
BwzQnq, Mo. nbc
Eeuzv:0c
LIDO
IAN 135G.-I
ROWN
Buffal" 5 zon
Buffah-
2 9 & -21
ROL206
hysier I Tcn RoAer
Hyszef
108 SnUD
02-26-2007 paga 6
System Date: 02-28-2C(J7
System Time: 11:53 am
LaArAge Paving Co. LDC
Equipment List
by Tnc
E q L i prr, e r. t
Ces or- pt j or
Ila - e
M3del
Year Serial 11-niber
RMN6
Galion 10 Mn
TCE 121)50652
RUM
EmMing Boner BIH
BmMuAg
SMO
I9P:4
ROL2 12
}4yster, 10 lion
Hyster
Iro AHCHMP
R 0 L 13
Rayga, 5135,
:Raygo
5135P.
1',AD*1 5-1
P 01" 12 1 R
Rayyc Rascal Roller
Raygo
Rasc_,
210606
ROL220
Bomaq Roller DIMOAC-2
B --rra q
BW1-'(7AD-2
1993 1011", 0511 1, 1
R01,221
Bomag Roller
Bomag
51.1120-t.D R1
1955 101170021630
POL222;
Bomag Roller BW220AD-3
Bom, a g
Dlv�120AD-3
1996 1011'?O5M167
RMA4
Swag Roller BUMAD-3
Bomag
M20AD-3
194 1011705M 890
H,yster C'*,66A Roller
llyszer
C76 61%.
1995 A209C157Oj
RM226
D"a Pac Roller CA121
Dyna Pzc
cal.''.
1998 6.,310506
P, 01, - 22 '7
Cat 562C Drum Roller
Czserpillr
56-,�C
1996 ILN362
R 0 L 2,- 5
'N„ckez RDIIA 'Ale Roller
W a C: k, (-" r
R I) I
i999 503722
ROL229
Wacker RDIIA Vib Boner
M,,,�er
i ilz^.
1999 5037023
R 01 L 3 0
Cat R r 1 1" e I " S 5 6, C
C�; Zc rp al I r
CS56C
199^- 4 VN, D 0 5 6
3 1
Nyszer C766A Roller
I:aster
C66A
:993 R209CI?G',M
p ():, 2 3
Hyster .:;677D Roller
Fys-,,-.r
C-) 6 IS
1992 5209C19-19N
R01,233
'v.'a,rker Dcuble Drum Roller
1p.'acker
2002 00-5100
R01234
Rclier liyster One Tire
P.yster
Bll3-=666
ROL235
Bomag Grade Ro]Wr 10 Mn
Bumaqq
2002 3015SON1115
ROL236
Hymer C6'513 NOM
Qster
C625B
B1560302B
ROL2 3 7'
Car Drum Rriler CC-- -,2K
cazeronr
c1f-224D
2003 9M2146
ROL236
Cat Roller C3024C
Caterp.nr
CV224D
2M3 5UKA1
BOL'-2 9
Cat: Drum Roller CE-224D
Caneallir
M2AD
20C3 8UMNE,
i2.Or,240
Wa4,ker L�oislre Drum Rnller
Wacker
5194518
SMM
mlm Corn ne"We Washer
Minm ca.
posw nn
IM9 772's
Shop
S, 'R C', i -Z.
Dlack/Dezk, Pc*oer
-,Uk,
pcwo-
7,
S H CA -_R
:,in,-,oln Greasr-,,, G,:,T.
i.a.nc 1
82050
-EC-
5ar-,ery ;:harq r
C2:937,,
Lev--Ibiss P.if Conti ressor
RK21
SfiOGEN
Gene""f
Onan
551")0
2301
-JEcklDecF. Sancer"
E Do?.
g
S 0 P l _7
Szn0c;r
g 0 7-i r
..::OP 11 -.
-�yz
� : E 6 L3 - 7
SUM
Engnx H�sr
Funi
Cfaf7snan Press
craf-sman
snereLs
yner
Sn c p I— e s s
9- F C 4 3 6 - D, l
OP",
S i-i �- F ; 9
C"'Icp S.,",
-KcJk L Dc-�
rs-,
:,9&9 2-131,-
SHAD
C; :Ma= Wrw&. 0"2
CP
impco Krnc
AQ UUM46
02-28-2007 Pace
System Date: 02-28-2007
System Timc: 11:53 am
ba,<erioge Paving Co. LLC Equipment List 02-28-2007 Page P
by Type Sysccm Date: 02-25-2007
System Ti:-,c: 11:53 an
2quipmenz DeScription
Smol Gast Boring machine
S310?12 Pop Machine, SUSS-64
snA 3 Trans Jack/ W. Pez"bilu
S., 10 PI I Quik Cut Chop Saw 4TS-35
s H (') P I s Clark 5,000 lb. Forklift
SHOK 6 550 Gal. Tank and —Grifti
SHOW 100 Gal. Tank and. -Griffi
SHOM sahl cwoff saM-00
SHOPi 9 i.*ose- crimper F.ssy.
SH0?201 Chop saw, Milwaukee
s H, 0 P 2 1 Sa rdblas t. er
SHOP22 SteamnieancT 4.,61
SliOP23 Flow Sensor (Tescori
Pa2r,Es Wash
SUP25 DA. Pwp 1-14
S.R 10 :-1 21, Electric Gc:f Ca.'�
SM07 OWWT Rotas/ CwYne"ox
s H ID F 21 6 Stop A:-r Compressor
ACM GaMsys AgAp Checker
S),'O v 3 C , Lincoln Welder K1846-1
11H10PK Suitcase V,ire PeedC=r
SH.OP32 Transmission Ja,.k
Sh'OP33 E000 sal Ddesol Tank
S il 11) P -1 -1 Horizontal San Saw
SHWEI Q rcc Scationary welder
S%%2 Hobart Portable WelcEr
SEOWE3 Portable Arc 'Helder
s H4 "" Gets o-".-y. & Tofch
SWW5 !�cwn Fortacle %!car
SMUE maler Shopmasoe"Sase
SHOWE-! XF-O-Feeder fcx
SmnE SUmc 2MG Welder
s 710111, F 9 plaEma
Tmi:er
7 PADl
l 2 F,
Xillef, 711z
F-I. i Uh Fr);eh—,- Carg",
T TR.L. 0 G"i Fiyjcez,
!fake Model ',(car Serial Number
C-a s I: Borng Hchn 1967 0687
212899
Q,I-,k CuO
eT3-15
2991 123047303
cl ark
2092095
19K
1992
Sz: -4hi
i'TS-350
-992 12,1166403
1995 62C-00i
M:- I w a 1; k, e e
chop saw
1985 6175
1996 BWE3 140e6 YPI955
HOTS? 1410
P-,, E S: S U R 2 i^i
2N6 153663
:99P PD1,PD-04 E-10
109 1 " -11 2
Tyl Dun Mf 62445
20DI D1311003--9
%&Sys 2U2 BEE24233467
Lincoln K1646-1 2002 r.1013700293
2N2
916";
Rirco 6J186069
Hobart :._-4"541
A1107460
LLncow.
A1054966
Miller
I q9l
KEC94583
1u91
KS 0
Bob ca.
2 21 IIG
1994
XE627a63
2001
E000192
7 r
i9�9
WN 6 C� �21 7 11
:975
010522130
Hiller
1&5
E n -7
Hy s
7 2 0 7
17
!"'-' I
?c 3 b
1919
4 "1
FruenzL-
Trailer
19E---
0: 119
H y -,,� e 2-,
2216L
Lakeridgo
Paving Co. LLC
Equipment
List
by Type
E q *o i pm c� n
t D c-, s c r i P t i Dr..
M a.'� a
Mode 1.
Yc a, r
Serial Number
Eager Ecaver, 210-XI
Eager Bver
207XL
1990
112TEV306MA037ml
T R,.r. G C, 9
Homemade 2F-P
Hiorremace
2FB
1960
WIN 6 0 4 '-1, 2.9 5 3
TRAO I '
Homemade EquipLx
Homemade
Equipez
1961
SP6-1.2,515
TRAC 11
Trail King TKT50
Trail icing
TKT50
1995
1TKCO2836R14C—%8840
T',-;V1 12
Trail K.-L n g TK T 5 0,
Trail King
TKT50
1996
1*17F<CO2637TX065659
T F, A 0 2, 3
EX R-,,F-,p Trailer
Ez Ramp
1A2
SOGMM
TRAM
Croft EcWlpment Trailer
Croft
1963
C136
T R A0 15
Hitchman Trailer
Hi t c ha,an
ULill.--y
197B
UT67
TWWl 6
Trailer, Freeway FLBed
Freeway
1979
Fv,3 0 6 9
TRAD17
Phtchman U,-iliLy Trailer
Hitchman
Ui.Ity TrIr
I S9 5 E,
11, P-Ac i;,i
Trail King TK80FG Lowboy
Trail King
i KPOFG
1999
ITK,,✓0 5 3 4 OXHIO 4 -!2 9 B
TRA019
Trail King L�awboy
Trail K.*.,ng
1994
ITFJO5233TY096592
TPIAG,o
Trail King Tr-.J.IF-c
Trail King
1985
1TKCO2423L19,786115
TRJ'-.0 2.1
Trail. King Trailer
Trail "King
1985
17K�0242[Pf0E6177
T T-J, 0 --, 2
W,ac,<er. Trailer
Ka r a ,,
Uitlity
1994
1 S 6 28 10 -E 4 R H 3 0 0 D 9 6
7R,,..290 �
Translimr 4 We 7wher.
Transliner
1997
1MIP1646MI11740
TRA300
',_ansljner 4 AM Trailer
Tra"Kner
299'
1BNlF1649VK111-!50
TRA310
Transliner 4 i�xlp Trailer
Tr.�nsliner
200
I L; N 1 P 2 2 410 1 K 0 12 5 2 9
k320
TransIner 4 Axle Trailer
Transliner
2001
IRIO' P22401,KC12532
TWHO
T"Me3d, Mp
Truckweld
1959
1BN3PI534KK739,10D
TRA450
Beall, Trailer
Roall
Trnsfr Trl
2006
lSNIP!,9366X0D4-173
TR-.460
-Transfer Trailer
1999
MQF429=52044
T -RA 4 -, 1,
Transfer Trailer
-',,99
21,',9DP4292KL052D45
"' F-�r.4 6 0
Irans-,ex Trailer
1999
2K9DP4292XL0'i2046
TRY 9D
Live BOLILM Trailer
1999
HYLY MUMMA
T P-r, 5 ) -,,
Kenrucky Trailer
Ker,'
_,-&L-ned
1971
4 - r- 17
7PA506
Exergreen jot Trailer
Eveymen
lns-13�4
TRA500
Evergreen AD Trailer
Evergrew-,
35 0 - 10-1
_railer
1-,—.memade
1996
G:A94175L,60
Trailer
Ti .E03
Water Trailer
U ril, Tr:lr
Wer
!997
!T9,1Sl223*.,*S'--'62936
TRA604
water Trailer 500 Gallon
W&-('r Tr' r
1999
i '0XWI'I' 634
TF A 0
L -, gn r
I.nc e a
r
1999
2 e 1 7 3 U z i -2...
T i A 6 1
Liqn7: T
T R
iJ:&
T qL' b 2 -`
:.,r r c,.. B
02-28-2001 Page 9
System Date: 02-28-2007
, Sy� - . ;t-eni Timr: 11:53 ar�
WM
PROPOSED SUBCONTRACTORS
Name of Bidder Lakeridge Paving Co., LLC
The following is a list of the heating, ventilation and air conditioning, plumbing and electrical subcontractors
that will be used in the work if the Bidder is awarded the contract. In accordance with RCW 39.30.060,
revised in 1999, this only applies to contracts expected to cost one million dollars or more. 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 61%
Dennis R. Craig Construction
Stripe Rite Inc
Transtech Electric
M & M Road Recycle
Schedule/Bid Item Numbers
Subcontractor will perform
% of Total Bid
Bid Item #18, #21
15%
Bid Items #24 - #32
4%
Bid Item #26
8%
Bid Item #11
12%