Loading...
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%