HomeMy WebLinkAbout23-112 - Lakeside Industries, Inc - 2023 Overlay Program & S 119th St Bridge Raised Crosswalk
23-112
Council Approval 6/12/23
23-112
15th June 23
15th June 23
6200 Southcenter Boulevard
Tukwila, WA 98188
ooc oign Envelope ID: EoArB1ou-5xmn-4owo-9sox-3cA7aFaoo4Ao
PAYMENT AND PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No. 107847234
We, Lakeside Industries, /pc, , and Travelers Casalty and Surety Company ofAmerica .
(Principal)(Surety)� Connecticutcorponation^ ond as a suretyuorporado� �u�hoh�ed bm become a surety upon
Bonds of Contractors with municipal corporations in Washington Sbata, are jointly and severaily
bound to the City of Tukwila, Washington ("Owner"), in the penal sum of
One Miliion Two Hundred Ninety Six Thousand Four Hundred Eighty One and 50/100ths Dollars
($1.2oU.4V1un ), the payment of which sum, on de0aOd, we bind ourselves and our
sunoessnrs, hnirs, adminhmtrotorn, axeoutono, or personal reprasentodves, as the case may be. This
Payment and Performance Bond is provided to nncsnethepmrformannmmfPr|noipa| in connection
with a contract dated June 15 , 20 between Principal and Owner for a project
entitled 2023 OVERLAY PROGRAM , Contract No.szz-Bm�o���" ("�ntra��~). The imit|
(Ca| penal sum
shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted
by Principal.
NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only
upon the condition that Principal:
• Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
• Pays all |ohoranu, mechanics, subcontractors, lower tier subcontractors, material men,
and all other persons or agents who supply labor, equipment, or materials to the Project;
• Indemnifies and holds Ovvner, its oODuero, and agents harmless from and against all
claims, |iobWiUeo, causes of action, darmageo, and costs for such payments for |abor,
equipnnent, and materials by satisfying all claims and demands incurred under the
Comtract, and reimbursing and paying Owner all expenses that Owner may incur in
making good any default by Principai; and
• Indemnifies and holds Owner harmless from all claims, |iabQitias, causes of ao1ion,
damages and costs, including property damages and personal ijuries, resulting from any
defect appearing or developing in the material provided or workmanship performed under
the Contract.
The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by Owner in connection with the Pjeot.
The liability of Surety shall be Iimited to the penaP sum of this Payment and Performance Bond.
No change, extension of time, olteratiVn, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect Surety's obligation on the Payment and
Performance Bond. Surety hereby waives notice of any chanQe, extension of time, altmnstion, or
addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if
the Contract tirne is extended by more than twenty percent (20%).
If any modification or change increases the total amount to be paid under the Contnact. Surety's
obligation under this Payment and Performance Bond shall automatically increase in a like amount.
Any such increase shall not exceed twenty-five percent (25%) of the original amount of the
Payment and Performance Bond without the prior written consent of Surety.
2023 OVERLAY PROGRAM MAY 2023
DocuSign Envelope IDE5A7B1D3-5389-4060-9603-3CA72FADC4A8
Performance & Payment Bond C-3
This Payment and Performance Bond shall be governed and construed by the laws of the State of
Washington, and venue shall be in King County, Washington,
IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical
counterparts this day of , 20
Lakeside Industries, Inc.
Princip
Signatifrig-of Authorized Official
ele.f.gibc/vr
Title
Name and address of local office of
agent and/or Surety Company:
Travelers Casualty and Surety Company of America
Surety
AA3424 Al -
Signature of Authorized Official
By Susan B. Larson
Attorney in Fact
(Attach Power of Attorney)
CONN.
Parker, Smith & Feek
2233 112th Ave NE
Bellevue, WA 98004
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
2023 OVERLAY PROGRAM MAY 2023
TRAVELERS J
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, arid
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute arid appoint Susan B. Larson of
BELLEVUE Washington , their true and lawful Attorney(s)-in-Fact lo sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused his instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
State of Connecticut
By.
City of Hartford ss.
Robert L. Rane enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himselfas a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
Anna P. Nowik, Nota
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this day of
Kevin E. Hughes, Assi tant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached
RETAINAGE BOND
Bond No. 107847235
KNOW ALL MEN BY THESE PRESENTS, that Lakeside Industries, Inc.
as Principal authorized to do business in the State of Wasiington and
Travelers Casualty and Surety Company of America
as Suretyocorporation organized and existing under the laws of the State of Connecticut
and authorized to Lransactbusiness in the State of Washington as Surety, are jinUyandsaverah/hekd
and bound unto City of Tukwila as Obligee in the penal sum of
Sixty-four Thousand Eight Hundred Twenty-four & 07/100
5% of the Principal's bid.
WHEREAS, on the day of
Dollars ($ 64,824.07
Principal, herein, executed a contrac:t with Lhe Obligee, for
), which is
the said
2023 Overlay Program, City of Tukwila Project Nos. 82310401 & 92210301
WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum
of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as
earned retained funds.
AND NOW WHEREAS, Princip has requested that the Obligee not retan any earned retained funds
as allowed under RCW 60.28.
NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and
boundunVothebonoficishoscfdle trust fund created by RCW 60.28 in the penal sum ofi 596ofthe final
contract cost which shall include any increases due to change orders, increases in quantities of work or
the addition of any new item of work. If tIi Principal shall use the earned retained funds, which will' not be
retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it
shall remain in full force and effect. This bond andamypnoceodsthonafromshoNbemedesubiecttoa||o[aimns
and liens and in the same manner and priority as set forth for retained percentages in RCVV 60.28.
PROVIDED HOWEVER, that:
1. The Uability of the Surety under this bond shall not exceed 5% of the total amount earned by the
Principal if no monies are retained by the Obligee on estimates during the progress of construction.
2. Any suit under this bond must be instituted within the time period provided by applicable iaw.
Suret
By:
Attorney -in -Fact Susan B. Larson
Parker, Smith & Feek, Inc.
2233 112th Ave NE, Bellevue, WA 98004
Name and Address of Local Agent
Lakeside Industries, inc.
Principal
LeE
VICE -
f2 -e IDEAJT
DocuSign Envelope ID: E5A161D3-b389-41060-9603-3CA72FADC4A8
P-1
PROPOSAL
(unit price)
Contractor's Name LA k 4..514 tc1vSfrc5 x,.
Contractor's State License No. LA k 4(2.7113'D
City of Tukwila Project Nos. 132310401 & 92210301
To the Mayor and City Council
City of Tukwila, Washington
The undersigned (Bidder) hereby certifies that he personally examined the location and
construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner)
project titled 2023 OVERLAY PROGRAM, which project includes two schedules of work. Schedule
A consists of, but is not limited to Hot Mix Asphalt (HMA) overlay of up to Nine (9) sites including
planing bituminous pavement, grinding and reuse of asphalt pavement, removing pavement and
pavement repairs, installation of concrete curbs, sidewalks, driveways and ramps, installation
junction boxes, signal modification, adjusting surface utilities to grade, installing new channelization
and signage, providing all necessary traffic control labor and devices; one project site within
Schedule B includes, but is not limited to, installation of a raised cement concrete crosswalk and a
new RRFB Systems; the; work shall include providing temporary erosion/water pollution control and
other items necessary to complete the Work as shown on the Contract Documents; and has read
and thoroughly understands these Documents which govern all Work embraced in this
improvement and the 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, (cheek ane) '6 bid bond or 0 cash, 0 cashier's check, 0 certified check,
or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total
Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner
within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter
into an Agreement and furnish the required Payment and Performance Bond and liability insurance
within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid
Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner
as liquidated damages, all as provided for in the Bid Documents.
Bidder shall attain Physical Completion of all Work in all respects within SIXTY (60) working days
from the date stated in the written Notice to Proceed. If the work is not completed within this time
period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the
Standard Specifications for every working day work is not Physically Complete after the expiration
of the Contract time stated above. In addition, Bidder shall compensate Owner for actual
engineering inspection and supervision costs and any other legal fees incurred by Owner as a
result of such delay.
2023 OVERLAY PROGRAM MAY 2023
Proposal
P-2
Schedule A: 2023 Annual Overlay & Repair Program
Project No. 82310401
Note: Unit prices for all Hems, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the
unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be Included In the various
unit and lump sum prices, per section 1-07,2(1) and WAC 458-20-171.
Schedule A: 2023 Annual Overlay
& Repair Program
Item No.
Spec i
Item Description
i Qty
Unit
Unit Price
Amount
ROADWAY IMPROVEMENTS
Al
1-04
Unexpected Site Changes
1
FA
5 55,500.00
$ 55,500.00
A2
1-05
ADA Features Surveying
1
LS
J1 .
A3
1-07
Resolution of Utility Conflicts
1
FA
6,000.00
6,000.00
A4
1-07
SPCC Plan
1
LS
55 " 0 . oo
5r.oo
A5
1-09
Mobilization
1
LS
741/ $00 - w
6/ II/ 000 .00
A6
1-10
Project Temporary Traffic Control
1
LS
I oi, C 0.0
1yoic-00.400.
A7
2-02
Asphalt Pavement Removal Incl. Haul
220
SY
A8
2-02
Cement Conc. Curb Removal Incl, Haul
580
LF
2c/.00
/tf 2 . 0
A9
2-02
Cement Conc. Sidewalk Removal Incl. Haul
340
SY
7 0 0
. oo
A10
2-02
Removal of Structure and Obstruction
LS
79O .
7ro 0 .w
All
2-02
Asphalt Pavement Planing and Reuse
4090
1 SY
Al2
2-03
Roadway Excavation Incl. Haul
90
CY
,r.ve
/1 2.W.
A13
4-04
Crushed Surfacing Top Course
640
TON
/
A14
5-04
Pavement Repair Excavation Incl. Haul
50
CY
/5-0,00
7, S -O0
Al 5
5-04
HMA CL 1/2" PG 58H-22
2340
TON
1/ .
7 94100.01,
A16
5-04
HMA for Pavement Repair CI 1/2" PG 58H-22
100
TON
/5-0 .00
IS- evo 0
; • 0
A17
5-04
Temporary Pavement
180
TON
/0o, 00
/Et 000
/
A18
5-04
Thickened Edge
2630
LF
/.5-0
1
A19
5-04
Planing Bituminous Pavement
14630
SY
5-1 fe)
rOi ta_S--. oo
A20
7-05
Adjust Manhole
14
EA
470. 00
a
1 '
A21
7-05
Adjust Catch Basin
41
EA
. '
Z 7 Lf7ooo
A22
7-05
Adjust Water Valve
11
EA
9?)-. 00
cil y
J '
DocuSign Envelope ID: E5AtalD3-5389-4060-9603-3CA72FADC4A8
Proposal
Schedule A: 2023 Annual Overlay & Repair Program
Project No. 82310401
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit
price shall prevail„ and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. Include applicable sales lax shall be included in the various unit
and lump sum prices, per section 1-07.2(1) and WAC 458-20-171.
P-3
Item No,
Spec
Item Description
Qty
Unit
Unit Price
Amount
A23
7-12
Adjust Water Meter Box
6
EA
G70.00
1€ZO.,O
r
A24
8-01
Erosion/Water Pollution Control
1
FA
$ 10,750.00
$ 10,750,00
A25
8-01
Inlet Protection
57
EA
A26
8-04
Cement Conc. Curb and Gutter
480
LF
tf4 .00
I/ OtO. co
A27
8-06
Cement Conc. Driveway
100
SY
1.4.00
1 feivo .00
A28
8-06
Cement Conc. Driveway Entrance
30
SY
f 10.112
, 0
A29
8-07
Wheel Stop
21
EA
2,76i, oo
of .00
A30
8-13
Adjust Monument Case and Cover
1
EA
tf ,00
if 95- .00
A31
8-14
Cement Conc. Sidewalk
310
SY
f3.vo
ZS/130.00
A32
8-14
Cement Conc. Curb Ramp Type Parallel
4
EA
;/ T00,00
/,..ri, 200 • ea
A33
8-14
Cement Conc, Curb Ramp Type Perpendicular A
1
EA
/
A34
8-14
Cement Conc. Curb Ramp Type Single Direction A
1
EA
"ri ?no 6 0
51, 7" -
A35
8-20
Adjust Junction Box
1
EA
ccc. oo
crr. #0
TRAFFIC CONTROL DEVICES
A36
8-05
Speed Cushion
3
EA
A37
8-09
Raised Pavement Marker Type 1
102
EA
4,z c
'IP . 0
A38
8-09
Raised Pavement Marker Type 2
14
EA
e zr-
Pr. co
A39
8-21
Permanent Signing
1
LS
iqi 4,00,00
.
A40
8-22
Plastic Shared Lane Symbol
6
EA
5 $7, 00
7I1Z . 0
A41
8-22
Plastic Stop Line
106
LF
(0. ro
VI). ov
A42
8-22
Plastic Crosswalk Line
210
SF
6 .377
1,3 61700
/
A43
8-22
Plastic Line, 4 Inch
1010
LF '
Z.35--
A44
8-22
Paint Line, 4 Inch
3680
LF
0 ,85-
3 /1f-, tio
A45
8-22
Painted Access Parking Symbol Space
1
EA
//O. 00
Ho. oP
A46
8-23
Temporary Pavement Markings
2680
LF
• 967
iCi ra .ao
1
DocuSign Envelope ID: E5A7B1D3-5389-4060-9603-3CA/21-ADC4A8
ry
Proposal
Schedule A: 2023 Annual Overlay & Repair Program
Project No. 82310401
Note: Unit prices for all Items, all extensions, and the total amount bid must be shown Where conflict occurs between the unit price and the total amount specified for any item, the unit
price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items Include applicable sales tax shall be included In the various unit
and lump sum prices, per section 1-07.2(1) and WAC 458-20-171.
P-4
Item No.
Spec
Item Description
Qty
Unit
Unit Price
Amount
ROADSIDE DEVELOPMENT
A47
8-02
Property Restoration
1
FA
$ 13,500.00
$ 13,500.00
A48
8-12
Black Vinyl Coated Chain Link Fence
20
LF
3K.00
7I cioa .00
FRANCHISE UTILITY ITEMS
A49
8-19
Adjust Gas Valve
2
EA
tf1(5,00
7?0 .cc'
Schedule A TOTAL BID .................... .. mmmmmmmmm •mi mmmmmmmmmmm $ 0q0 6 2Z • c6)
Proposal
P-5
Schedule B: S 119th St Bridge/ 42nd Ave S Raised Crosswalk and RRFB
Project No. 92210301'
Note: Unit prices for all items, all extensions, and the total amount bid must be shown, Where conflict occurs between the unit price and the total amount specified for any item, the unit
price shall prevail, and totals shall be corrected to conform thereto Refer to Division 10 for definition of pay items. include applicable sales tax shall be included in the various unit and
lump sum prices, per section 1-07.2(1} and WAG 458-20-171.
Schedule B: S 119th St Bridge/ 42nd Ave $ Raised Crosswalk and RRFB
Item No.
Spec
Item Description
Qty
Unit
Unit Price
Amount
B1
1-04
Unexpected Site Changes
1
FA
$ 5,000.00
$ 5,000.00
B2
1-05
Construction Surveying
1
LS
B3
1-07
SPCC Plan
1
LS
0
B4
1-09
Mobilization
1
LS
B5
1-10
Project Temporary Traffic Control
1
LS
, IP
sI
-.0.
B6
2-02
Removal of Structures and Obstruction
1
LS
ft 0 p
B7
2-03
Roadway Excavation incl. Haul
70
CY
B8
4-04
Crushed Surfacing Top Course
45
TN
L5111
-N
B9
5-04
HMA CI. 1/2" PG 58h-22
33
TN
115-
G-115
B10
5-05
Cement Concrete Pavement
20
CY
gl,
(CS 5-00
1
B11
7-10
Modify Existing Storm Drainage System
1
LS
0.co _,
(,2_
B12
8-01
Erosion Control and Water Pollution Prevention
1
FA
4 7,500.00
$ 7,500.00
B13
8-01
Inlet Protection
2
EA
K
tio
B14
8-02
Property Restoration
1
FA
$ 5,500.00
$ 5,500.00
B15
8-04
Cement Conc. Traffic Curb and Gutter
60
LF
1,
4'61-0 -
B16
8-04
Cement Conc. Traffic Curb
50
LF
71--
OD -
B17
8-06
Cement Conc. Driveway Entrance
20
SY
kV)
lee
618
8-09
RPM, Type 1
32
EA
4
r.15
irU7 -
B19
8-09
RPM, Type 2
4
EA
5,v';
;•'.;
DoouSign Envelope ILY EOMB1D3-O389-4060-9603-3CA/2FADC4A8
Proposal
P-6
Schedule B: S 119th St Bridge/ 42nd Ave S Raised Crosswalk and RRFB
Project No. 92210301
Note Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item the unit
price shalt prevail, and totals shall be corrected to conform thereto Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and
lump sum prices, per section 1.07.2(1) and WAC 458-20-171.
Item No.
Spec
Item Description
Qty
Unit
Unit Price
Amount
B20
8-14
Cement Conc. Sidewalk
50
SY
B21
8-20
Solar Powered RRFB System, Complete
1
LS
B22
8-22
Permanent Signing
1
LS
I.
:23
8-22
Plastic Crosswalk Line
BO
SF
19,9
B24
8-22
Plastic Yield Line Symbol
14
EA
B25
8-30
Bollards
2
EA
-
B26
8-30
Metal Safety Railing
50
LF
15 -
B27
8-32
Resolution of Utility Conflicts
1
LS
Schedule B TOTAL BID
TOTAL BID (Schedule A + Schedule B)
.. ......... ........................ ....... .$
$
omnusignEnvelope ID: En*enox'oxoV FAeC4Ao
P-7
Bids Submitted on Compute Printouts
Bidders, at theft 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 arenet'
1. Each sheet of the cornputer printout must contain the exact sarne information as shown on the hard-
copy bid form — P
ard-oopyb|dfomn—P jectNarne.Schedu|eNamle.00|unnnheadinga—inthaordershown.tota|s.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 pricesshovvn on ble printouts will be the unit prices used to tabulate the Bid
and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will
prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these
Bid Proposal' sheets, and also a computer printout, completed according to the instructions, the unit bid prices
shown on the computer printout will be used to determine the bid.
Put this certification on the Iast sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for alt of the
bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be
tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME)
acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that
the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the
respective estimated quantities shown on the Bid form then totaling all of the extended ammmunta.
Signed:
Title:
Date:
2023 OVERLAY PROGRAM
MAY 2023
DocuSrgn Envelope ID: E5A751D3-5 89-4060-9603-3CA72FADC4A5
Proposal P-8
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum Addendum
No. Date of Receipt No. Date of Receipt
1
2
5/12123
3 igviltef
4
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the
Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified.
By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid
Documents and will provide the required coverage.
The below signed bidder acknowledges that bids must be complete and submitted for the the entire
Bid Schedules. Partial or incomplete bids will not be considered.
The Basis for determining the low bidder shall be the lowest TOTAL BID.
Schedule A BID: $ Irdq0,bl7.(0
Schedule B BID: $ /051 erg .o0
TOTAL BID (Sch A Sch B):
$ 11-616 Lfer
Note: Unit prices for all items, all extensions and the total amount of bid must be shown. Ali
entries must be typed or entered in ink.
The Surety Company which will furnish the required Payment and Performance Bond is
bo,P'z-5 r% 000 rex. of 7-.23,- I2-R,Av4.- NE 3/1<t'. WA
(Address)
(Name)
Bidder:
TVI cIVSirt'
Signature of Authorized Official:
Printed Name and Title: 511.0,/,‘ (a?) k et 6"c "(-/-
Address: 2gGIO AUN voi 14_1 — Blext ic D;0,,e1Qd.s'E
Circle One: Individual Partnership / State of Incorporation: NiV11/4
Joint Venture /
Phone No.: 2. 3
Date: 5— 1 4-102.3
This address and phone number is the one to which all communications regarding this proposal should be
sent.
NOTES:
1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a
partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-
president (or any other corporate officer accompanied by evidence of authority to sign).
2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the
Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no
unit price or extension for one or more bid item(s), the proposal will be rejected.
2023 OVERLAY PROGRAM MAY 2023
k. volt
1803
DocuS$gn Envelope ID: E5A7B1D3-5389-4050-9503-3CA72FADC4A8
P-9
BID SECURITY
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the form of a cash deposit, certified or cashier's check, or postal money order in the amount of
dollars ($ ).
-- OR —
Bid Bond: The undersigned, Lakeside Industries, Inc (Principal),
and Travelers Casualty and Surety Company of America (Surety), are held and firmly bound unto the
City of Tukwila (Owner) in the penal sum of Five Percent (5%) of the total bid, including sales tax
dollars ($ --5%-- ), which for the payment of which
Principal and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the
penal sum of this Bid Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the
total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal
for 2023 OVERLAY PROGRAM, Project Nos. 82310401 & 92210301, according to the terms of the
Proposal and Bid Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful
performance of said Project and for the payment of all persons performing labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner,
then this Bid Security shall be released; otherwise it shall remain in full force and effect and
Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the
amount of the Bid Bond, as penalty and liquidated damages.
The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension
of time within which Owner may accept bids; and Surety does hereby waive notice of any such
extension.
Signed and dated this 16th
Lakeside Industries, Inc.
day of
May
Principal
Signature of Authorized Official
ojed.
Title
Name and address of local office of
agent and/or Surety Company:
20 23
Travelers Casualty and Surety Company of America
Surety
By
Attorney in Fact (Attach Power of Attorney)
Susan B. Larson .0010 1104 I,
VO•V
HARTFORD,
CONN. Lo
Parker, Smith & Feek
2233 112th Ave NE
Bellevue, WA 98004
IN/11,1411410
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,
2023 OVERLAY PROGRAM
MAY 2023
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
0„,glAill1X111111111111111111110n,
TRAVELERS J
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and
St. PaulFire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Susan B. Larson of
BELLEVUE Washington their true and lawful Attorney(s)-in-Facl to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed. and their corporate seals to be hereto affixed, this 21st day of April,
2021.
State of Connecticut
By:
City of Hartford ss.
Robert L. Rane enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes !herein contained by signing on behalf of said Companies by himself as a duly authorized officer.
4trin&P4i,
IN WITNESS WHEREOF, I hereunto set my hand and official seal
My Commission expires the 30th day of June, 2026
"PM
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman„ the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any pari of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect
Dated this 16th day of May
, 2023
Kevin E.
Hughes, Assi tant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.
DocuSign Envelope ID: E5A7E3103-.5389-4060-.9603-3CA72FADC4A6
P-10
NON -COLLUSION DECLARATION
STATE OF WASHINGTON )
) ss.
COUNTY OF KING
The undersigned, being first duly sworn, on oath states that the person, firm, association,
partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action
in restraint of free competitive bidding in connection with the City of Tukwila project named 2023
OVERLAY PROGRAM, Project Nos. 82310401 & 92210301.
La IC C., I. d v 1-p: c. tv.c.
Si • nee'
nd sworn to befor
ay) y
Signat re of Nota
Name o rm
Signature of Authorized Official
igfet,
Title
on this 1 day of Mo. 9
Public in and fcr-t-l)e State of Washington, residing at kvtft WA
/)te
My a ppoincromtvottniffts:
4.-•J w4,',
..••••
Om.
arm
SEAL fro 4,437:44
cf) I /0024
44171411.24:
Si -04 .4.
To report brdi11 eiOctivities call:
NOTICE TO ALL BIDDERS
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday
through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such
activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All
information will be treated confidentially and caller anonymity will be respected.
2023 OVERLAY PROGRAM MAY 2023
DocuSogn Envelope IL): E5A/B103-5389-4060-9603-3CAZ2FADDIA8
P-11
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: L ice's; at, Th,c.
Address of Bidder: 113‘10 /toe! -c. Vot1(11 - B/cv I's DiovA,trvA R
AA yli, Vaik 11 \NA 61106g)
City i State Zip Code
Contractor's License No. /...11 -Ne WAState IJBI No. 6o1. )01.. '07
Dept. of L&I
License Bond Registration No. U551q13 VVorker's Comp. Acct. No. 700, 27-1
Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture
Incorporated in the state of WA
If Out -of -State Corporation, has Bidder complied with WA Corporation laws? YES 111 NO
List business names used by Bidder during the past 10 years if different than above:
Bank Reference
Year
F-01 r 4. 11(fti) EiLt.
Bank Account Officer
LIZ5- ' IS
Officer's Phone
No. of regular full-time employees: 116
Number of projects in the past 10 years completed: ahead of schedule IOJ.0 on schedule
behind schedule
Total value of contracts in hand (gross): $ 50 km;
Bidder has been in business continuously from
1 4.17 4
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 11 61 years.
As a subcontractor for 9 years.
Describe the general character of work performed by your company:
A5 Phok I- .P°0/
List major equipment anticipated for this project; state whether Contractor -owned, or if it will be
rented or leased from others.
5te. At1-ck ck imcvo- 4 1
2023 OVERLAY PROGRAM MAY 2023
DocuSign Envelope ID: EbArB1D3-b389-41060-960-3CA721-ADC4A8
Responsible Bidder Determination Form P-12
List the supervisory personnel to be employed by the Bidder and available for work on this project
(Project Manager, Principal Foreman, Superintendents, and Engineers):
Name
5 kau 11./ 4 -e -
Ron
Title
PrOit AisAINIX-C.-r
SV pClr'i'Kirti;,jetAt.
5 vrte fte, froN÷.
Fo rzw,Av,
How Lonq With Bidder
iq yewc
72 yeAr-S
,yr.rs
b 0•4M1
Name the Surveyor to be used on this Project who will directly supervise all surveying activities.
Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor
licensed in the State of Washington (a PLS)? I Yes EJ No
Surveyor's Name: OvoviCo
List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous
experience working with these firms, if any.
Subcontractor
?J')f if-f;c
Scope of Work
IA
3. ' tv
No of Previous
Contracts
Worked with
Bidder
rol Wt)wi
,?1 &
e (tic le a
ZO
,eCL
20
ovAkco
vvi
ir
3
List all those projects of similar nature and size completed by Bidder within the past 10 years.
include a reference for each. Any attached preprinted project listing must include all this
information. Bidder must have at least 10 years' experience working on projects of similar nature
and size.
Year Contract
Project Name Completed Amount Owner/Reference Name and Phone
tok i- it 2..
2023 OVERLAY PROGRAM MAY 2023
DocuSign Envelope E5Alki1D3-b 89-4060- 6 'AZ2FADC4A8
Responsible Bidder Determination Form P-13
List all projects undertaken in the last 10 years which have resulted in partial or final settlement of
the Contract by arbitration or litigation in the courts:
Name of Client and Project
NoN
Total Claims Amount of
Contract Arbitrated Settlement
Amount or Litigated of Claims
a Bidder, or any representative or partner thereof, ever failed to complete a contract?
No 0 Yes If yes, give details:
Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within
the past 5 years?
EiNo 0 Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or been convicted of any offense that has resulted in your firm being barred from bidding or
performing work for any State, Local or Federal agency?
tiNo 0 Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or been convicted of any illegal restraints of trade, including collusive bidding?
fiNo 0 Yes If yes, give details:
Bidder ever had any Payment/Performance Bonds called as a result of its work?
o 0 Yes If yes, please state:
Project Name Contracting Party
Bond Amount
Bidder ever been found guilty of violating vioating any State or Federal employment
No 0 Yes If yes, give details:
2023 OVERLAY PROGRAM
MAY 2023
IDocuSign Envelope ID: E5A7131D3-5389-4060- 03-3CA21-ADC4A8
Responsible Bidder Determination Form P-14
Has Bidder ever file for protection under any provision of the federal bankruptcy laws or state
insolvency laws? No D Yes If yes, give details:
D s the Bidder owe any delinquent taxes to the Washington State Department of Revenue?
No 0 Yes
If yes, does the Bidder have an approved payment plan with the Washington State Department of
Revenue?
0 No 0 Yes
Ha., any adverse legal judgment been rendered against Bidder in the past 5 years?
rErNo 0 Yes If yes, give details:
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or other i surance company for accidents resulting in fatal injury or dismemberment
in the past 5 years? No 0 Yes If yes, please state:
Date
Type of Iniury Agency Receiving Claim
Attach additional sheets as needed.
The undersigned warrants under penalty of Perjury that the foregoing information is true and
accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify
all information contained herein.
Signature of Bidder
Title: cf." re` 4
Date: 5// (7 /2- 3
2023 OVERLAY PROGRAM MAY 2023
DocuSign Envelope 11): EbArE31D3-5389-4060-9603-3CA/21LADC4A8
P-1 5
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION/TYPE
YEAR
CONDITION
OWN/RENT
c, A f A. ct, cof
Labor to be used:
L- 0 t s
T4 st(r5
Lot Ice 5 c,
Name of Bidder
Signature of Authorized Official
r• riiirfool
Title
2023 OVERLAY PROGRAM MAY 2023
DocuSign Envelope ID: E5A(B1D3-53 -4060-9503-3CAUFAUC4A8
P-16
PROPOSED SUBCONTRACTORS
Name of Bidder t. 5,4relf L"I' )4? -e)
in accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the
names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the
work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and
electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one
subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the
Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the
bid the names of such subcontractors or to name itself to perform such work or the naming of two or more
subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore,
void.
The successful Bidder must have the written permission of the Owner to make any change to this list.
Percent of total bid to be performed by Bidder %
Name
44 «11
Nw
019VvIto
Schedule/Bid Item Numbers
Subcontractor will perform
A2 ,42? 4,k desi riM 4-3T
1)-5Y 80 0.17 /I giu
Alf Atif
% of
Total Bid
73/4
A5 gZi 2 re
37, 31, Yer it
14I U.. 7 t4
ZItif144
A-10 - 436
iO4
2023 OVERLAY PROGRAM MAY 2023
P-17
CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT
STATUS
The bidder hereby certifies that, within the three-year period imrnediately preceding
the bid solicitation date May 2nd, 2023 , the bidder is not a "willful" violator, as defined
in RCW 49.48.082, of any provision of chapters 49.46, 49.48v or 49.52 RCW, as
determined by a final and binding citation and notice of assessment issued by the
Department of Labor and Industries or through a civil judgment entered by a court of
limited or general jurisdiction.
[ certify under penalty of perjury under the laws of the State of Washington that the
foregoing is true and correct.
Bidder's Business Name
Official*
Si~o ��f-t-
PMntedNarme
frowA
��
ell
Title
s //6 //z3 m_vm/U
Date City
Check One:
Sole Proprietorship 0 Partnership 0 Joint Venture 0 Corporation V
State of Incorporation, or if not a corporation, State where business entity was
formed:
W A
If a co -par nership, give firm name under which business is transacted:
*Ifmcorporation, 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),Ifo
ADDENDUM NO. 1
City of Tukwila, Washington
2023 Overlay Program
Project No: 82310401
DATE OF ADDENDUM ISSUE: May 9, 2023
DATE OF BID OPENING: May 16, 2023
NOTE TO ALL PLANHOLDERS:
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.
CONTRACT PROVISIONS
1. Special Provisions:
SUPPLEMENT section 1-05.14 with the following:
Water District 125 will be performing work on their watermain within the 37th Ave S project limits
through September 20, 2023. The Contractor shall schedule work on this site to proceed after
all other project sites to allow completion of the water line work. Shall the contractor complete all
work, excluding 37th prior to WD 125 completion, no additional cost for demobilization or
remobilization will be authorized.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
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.
Sincerely,
Joh Hart ey,
Deputy Public Works Director
City of Tukwila
Receipt acknowledged, and conditions agreed to this day of At , 2023
Bidder
Signature
2023 Overlay Program Addendum No.1
Page 1 of 1
ADDENDUM NO. 2
City of Tukwila, Washington
2023 Overlay Program
Project No: 82310401
DATE OF ADDENDUM ISSUE: May 12, 2023
DATE OF BID OPENING: May 16, 2023
NOTE TO ALL PLANHOLDERS:
This Addendum No. 2, 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. 2 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 wriften acknowledge may result in disqualification of the Bidder's
submittal'.
CONTRACT PROVISIONS
Proposal Pages
o REMOVE page P-2 arid REPLACE with the attached Page P-2
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 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.
Sincerely,
BRYCE CORRIGAN, PE
accuracy and
integrity of this
document
2023.05.12
Receipt acknowledged, and conditions agreed to this 1 Zday of Mt , 2023
Bidder
Signature,
2023 Overlay Program Addendum No.2
Page 1 of 2
ADDENDUM NO. 3
City of Tukwila, Washington
2023 Overlay Program
Project No: 82310401
DATE OF ADDENDUM ISSUE: May 15, 2023
DATE OF BID OPENING: May 16, 2023
NOTE TO ALL PLANHOLDERS:
This Addendum No. 3, 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. 3 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.
CONTRACT PROVISIONS
Proposal
o Per 1-02.6 include the attached P-17 Certification Wage Law Compliance Form with your proposal.
o REMOVE Page P-5 and REPLACE with the attached Page P-5
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
Bidders shall acknowledge receipt and acceptance of this Addendum No. 3 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.
Sincerely,
BRYCE CORRIGAN, PE
accuracy and
integrity of this
document
2023.05.15
Receipt acknowledged, and conditions agreed to this I 3 day of , 2023
Bidder
Signature
2023 Overlay Program Addendum No.3
Page 1 of 3
Lakeside Industries, Inc.
AUTHORIZED SIGNATURES
-COVIN'GTON Division -
List the name and title of those individuals in your organization who are authorized to
execute proposals, contracts, bonds and other documents and/or instruments on behalf of the
organization. Specify If more than one signature Is required.
Note: Signature must appear next to name.
NAME
SIGNATURE
TITLE
OPERATIONS MANAGER
WHITE, SHAUN PROJECT MANAGER
The undersigned, being duly sworn, deposes and says that the foregoing Is a true statement of
facts concerning the Individual, corporation, co -partnership or Joint venture herein named, as of
the date Indicated:
Sworn to before me this
a hof
LAKESIDE INDUSTRIES, INC.
(Name of Firm, be exact)
05/24/22 Authorized Signers 120 Covington
rW
U13120141 :52:39
ie,
1241 •
A 1241 •
A
A
A 1241
A ' 12!41
•
1
A 1241
A 1241
A 1241
•A 1241
A. 1241.
A 1241
A 1241
A 1241 1
A 1241
A 1241
A 141
5 A 1241
A 1241
A 1241
A 1241
A 1241
A 1241 1
A 1241 '
▪ A 1241
• A 1241
A 1241
12 A 1241
A 1241
1 °.A 1241 1
A 1241
A 1241 1
A 1241
A 1241
A 1241
0
qotter 7.5
1'
T
0
ro to IV
8 8
0 0 0
id Aepait0
Ipea
Is)
0
0 0 0 0 0 0 0 0 CI CI
CD CAI CO 42 DI OD 41 C.O Ca
0 0 ..D.
...k. ....4 ......
V -,a 7,1 co al c.
o o o o 0 CI
" 5) 8 0 0
0 0
0
0 0
600 -OL
35 luvoid )1e
o ID
-a a
ID
a ID
61.04 MOO
9CP 01 OIA Oil AM lasuns 3 06-1
rald Aepano 12,9.11S BLOZ WCIO
0 0 0
as CA Cod
NI
0 71:1 .1
0 0 C3
C...3 CO4.
CD CO 0
o I I
0 M M ,ra "
0 2 °I. o
x ce)
L >
E
--I 43 . 0.
ro q ?..>)
00
ro
, ,q)co
.0 . (-) 0.
o- 0
tn 23. corn g. -2
... .. 0 ›
2- Ln r2-
<
2 cr, 0
P g iii .
.
. co
'A = n 7, '.4 z
2 m
oa =
4' T
-al
m F, r CD
IT a'
a ra"
,I..
a eta
=
2 •.'
(1)
- 0L
LI-
- 99064E11
at, 13 -a .o -c) -o -o -0 -o -ct T T T
ID ID ID ID ID to DI ID ID CD ID ID ID ID ID ID ID CO ID 0) 01. `C
5. 5.. 5.
. . . . S. SS5.. 5 < <
0 5' ' '
ID (0 (0 to tso to to (0 to ID 0 in CD ICI ID ID 0 00
0
LZ0-6E6-E5Z
000L-SESE1-c;Z
VIdIAIA10-100SM
000L-S0L-09£
2 a)
na.
1.0 Ca "CO la
t,0 Cr/
UT CO
40 'CO 0
UI 0) C.) UM
UT
S-ul uoponnsuo3 uo,
VIdIAIK10-10C1SAA
000L-s0L-09E
Ar uosuevivuosuavon
a[L-L6V-SZ4
100 elavaS lo Ajrj
VM-oUI uononlisuop emov
L60 -gn-tsz
o, ti
(i) .c 3 •4E' Z rd.; 6 l'' ID ...«
I ...< CA
54. 0 0 0 @ ° 2
0 rn 0 o,0 -.
Ti 0 7 it
ma c9 R• R 0
FP, i 0 CST
71 17 CL 0 CO C/
.-. ,.....
rj 2 0 jo
4 . 0,)
a 0 _
up E E
P o
4n
0
(13
'0
SZL9-9ZZ-SZt7
W0E-SZE-90Z
OLK-LEB-S17
UOILI
VZLC-L95-5ZI7
6EcC-CEZ-90Z
17EL-ZVZ-60g
0.
000
DO DO CO
000
2 2
0 0 0
CD 0 0
000
2 2 2
PZLE-LBS-SZ4
0
0
0.
t7 C-LBS-SZ17
Pue14.10110
17Z LE-LBS-SZ4
puepuN Jo Apo
PLSL-L9L-09E
punos
ZSCL-09S-09L
066Z-LES-ESZ
00ZS-L917-SZp
0
10
0
.• :I, -I. -Ii. -J. ...I. ......1. .....1 ...1. -1. ...11tr., 0
.-.4 CEO 1.4 0 " .02 0 1...) ,1 -th '4,... 14 'fl.1 02 IV its)
0) -4 -et. tn 01 to 0) to 0) -4 0 0 .4 0) .12. CD .4 440 pi
_, p 51) 01,3 .0 p 0-4 p UT 01 p) ta .4.02 0) ,...4 .41.,
0 CD UT CO 00 '1,1
CO COI02 CO CO 0
0)' Z .' 0) 8 C7 40 C I , . -1 0 0 CD CO
0 CO r4 0 0 N 0) cal --4 (4 cc) ...... 0 .12. r+J ...o.
IV IV IV DT
" A 4.)
01 .15. ID
ce to al ,a3
May 23, 2023
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Attn: Mayor & City Counsel
Re: 2023 Tukwila Overlay Program Project — Recommendation of Award
Dear Mayor & City Counsel,
As requested, KPG Psomas has completed the verification for Lakeside Industries Inc. for the
2023 Tukwila Overlay Program Project for their bid amount of $1,296,481.50.
As part of our review, we contacted all of their listed references. Three of the Fifteen provided
references were able to be contacted. All of the feedback we received was positive and included
comments such as: "No issues", "Project completed on time and under budget", "Responsive and
Excellent quality of work" and I am happy to say that all of the refences mentioned that they
would be happy to work with them again on future projects.
We have checked the status of Lakeside Industries Inc on the Washington State Labor and
Industries web page to confirm they are currently licensed, bonded, and insured, no strikes or
debarment records arose federally or statewide.
KPG Psomas acknowledges that Lakeside Industries Inc is a qualified bidder, and this is a
responsive bid for the 2023 Tukwila Overlay Program project. We recommend the City of
Tukwila award the project to Lakeside Industries Inc.
We have enclosed the contractor verification Package & Reference checks for your review.
Respectfully,
Jamison Baker
Resident Engineer
KPG Psomas, Inc.
Cc:
Enclosures: Lakeside Industries Inc Verification Package
t) Labor&Industries.(https.//Ini.wa.gw)
Contractors
LAKESIDE INDUSTRIES INC
Owner or tradesperson LEE, MICHAEL JAMES
Principals
LEE, MICHAEL JAMES, PRESIDENT
WOOLSTON, DAX EDWARD, TREASURER
LEE, SHARON MARIE, CHIEF EXECUTIVE
OFFICER
LEE, MAUREEN THERESE, CHIEF
EXECUTIVE OFFICER
OSTERHAUS, MARY PATRICIA, CHIEF
EXECUTIVE OFFICER
LEE, RHOADY ROBERT, CHIEF EXECUTIVE
OFFICER
LEE, TIMOTHY GEORGE, CHIEF EXECUTIVE
OFFICER
DARNELL, LARRY, TREASURER
(End: 06/17/2008)
LEE, JEANNE M, VICE PRESIDENT
(End: 06/22/2012)
WAGGONER, HENRY R, SECRETARY
(End: 07/02/2018)
WHITE, JOHN C, AGENT
(End: 07/02/2018)
LEE, R R SR, PARTNER
(End: 11/27/2007)
STUTGIS, ROBERT E, PARTNER
(End: 11/27/2007)
Doing business as
LAKESIDE INDUSTRIES INC
WA UBI No.
601 106 847
PO BOX 7016
ISSAQUAH, WA 98027-7016
425-313-2600
KING County
Business type
Corporation
License
Verify the contractor's active registration / license / certification (depending on trade) and any past violations.
Construction Contractor Active
Meets current requirements.
License specialties
GENERAL
License no.
LAKESI*274JD
Effective — expiration
04/04/1973— 07/31/2024
Bond
TRAVELERS CAS & SURETY CO
Bond account no.
105116927
$12,000.00
Received by L&I Effective date
06/17/2008 07/01/2008
Expiration date
Until Canceled
Insurance
American Contractors Ins Co Ri $10,000,000.00
Policy no.
GL22A00092
Received by L&I Effective date
05/27/2022 06/01/2022
Expiration date
06/01/2023
insiruiraince Ilrolist.oiry
Savings
No savings accounts during the previous 6 year period.
Lawsuits against the bond or savings
No lawsuits against the bond or savings accounts during the previous 6 year period.
L&I Tax debts
No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts
may be recorded by other agencies.
License Violations
No license violations during the previous 6 year period.
Certifications & Endorsements
OMWBE Certifications
No active certifications exist for this business.
Apprentice Training Agent
Registered training agent. R.. Hueck tllneiiir elligilblie programs and accujlpatiioini s.
Workers' Comp
Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums.
L&I Account ID Self Insured.
700,227-00 This business is certified to cover its own
workers' comp costs. No premiums due.
Doing business as
LAKESIDE INDUSTRIES INC
Estimated workers reported
N/A
L&I account contact
- Email: @Ini.wa.gov
Public Works Requirements
Verify the contractor is eligible to perform work on public works projects.
Required Training— Effective July 1, 2019
Exempt from this requirement.
Contractor Strikes
No strikes have been issued against this contractor.
Contractors not allowed to bid
No debarments have been issued against this contractor.
Workplace Safety & Health
Check for any past safety and health violations found on jobsites this business was responsible for.
Inspection results date
09/08/2017
Inspection no.
317946123
Location
8705 Ne 117th Ave
Vancouver, WA 98662-3247
Moll ors
SIAM OF WASHINGTON
Department of Labor & Industries
Certificate of Workers' Compensation Coverage
WAUBI No.
L&I Account ID
Legal Business Name
Doing Business As
Workers' Comp Premium Status:
May 22, 2023
601 106 847
700,227-00
LAKESIDE INDUSTRIES INC
LAKESIDE INDUSTRIES INC
Self Insured. This business is certified to cover its own workers' comp costs. No premiums
due.
Estimated Workers Reported N/A
(See Description Below)
Account Representative Employer Services Help Line, (360) 902-4817
Licensed Contractor? Yes
License No. LAKESI*274JD
License Expiration 07/31/2024
What does "Estimated Workers Reported" mean?
Estimated workers reported represents the number of full time position
requiring at least 480 hours of work per calendar quarter. A single 480 hour
position may be filled by one person, or several part time workers.
Industrial Insurance Information
Employers report and pay premiums each quarter based on hours of employee
work already performed, and are liable for premiums found later to be due.
Industrial insurance accounts have no policy periods, cancellation dates,
limitations of coverage or waiver of subrogation (See RCW 51.1 2.050 and
51.1 6.190).
< Business Lookup
License Information:
Entity name: LAKESIDE INDUSTRIES, INC.
Business name: LAKESIDE INDUSTRIES INC.
Entity type: Profit Corporation
UBI #: 601-106-847
Business ID: 001
Location ID: 0001
Location: Active
Location address: 6505 226TH PL SE STE 200
ISSAQUAH WA 98027-8905
Mailing address: PO BOX 7016
ISSAQUAH WA 98027-7016
Excise tax and reseller permit status: Click here
Secretary of State status: Chick here
1i%
New search Back to results
Page 1 of 2
Endorsements niter
Eindorsermieirnts held at this taxa l License Yq Count Deta'illls ` Latus IE.raliniiirtiation date IFliirst issuance
Mack Diamond Generall BUS16-0024 Active Feb -29-2024 Mar -20-2019
Business •••• Non••••Resident
Bothell) Generall Business 2318 Active Feb -29-2024 Apr -06-2022
Non Resident
Bremerton Generall Business 29694 Active Feb -29-2024 Mar -01-2012
Non --Resident
Carnation General) Business Active Feb -29-2024 Aug -26-2021
Nolen -Resident
Clyde Hilll General) Business Active Feb -29-2024 May -16-2022
Noln..Resident
Concrete General) Business •••• 3467 Active Feb -29-2024 Jun -17-2020
Non --Resident
lEndorsements Ilhieid at this incai License # Count Detaiis Status lExpiration data First issuance d
Lima GeneraII Business 2020 Active Feb -29-2024 Feb -24-2021
Non -Resident
Ilssaquah GeneraII Business Active Feb -29-2024 Aug -12-2008
Kallama Generall Business Active Feb -29-2024 Apr -15-2020
Non....Resident
Kirklland GeneraII Business Active Feb -29-2024 Jul -15-2019
Non....Resident
La Center General Bu ss•••• 19-0026 Active Feb -29-2024 Jan -01-2018
Non....Resident
IVIercerlIsIland Generall 220388 Active Feb -29-2024 Apr -13-2022
Business Non....Resident
Minor Work Permit Active Feb -29-2024 Jul -23-2008
Newc:astlle Generall Business Active Feb -29-2024 Apr -20-2022
•••• Non -Resident
Normandy Park Generall Active Feb -29-2024 Apr -14-2022
Business Non -Resident
Governing People May include governing people not registered with Secretary of State
Governing Ipeopie
LEE III, RHOADY
LEE, JAIME
LEE, MAUREEN
LEE, MICHAEL
LEE, SHARON
LEE, TIMOTHY
OSTERHAUS, MARY PATRICIA
WOOLSTON, DAX
Registered Trade Names
Registered trade 'names Status
LAKESIDE INDUSTRIES Active
LAKESIDE INDUSTRIES BELLINGHAM DIVISION Active
Title
First issued
Feb -09-1996
Feb -13-2018
Registered trade names
LAKESIDE INDUSTRIES INC.
Status
Active
IFirst issued
Feb -21-2023
LAKESIDE INDUSTRIES, INC. - FERNDALE SCALE Active Feb -20-2018
View Additionall
The Business Lookup information is updated nightly. Search date and time: 5/22/2023 9:44:16
AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check iif your browser is supported
Last updated by DOUGLAS STILLGEBAUER an Sep 29, 2022 at 10:54 AM
SAMoov®
LAKESIDE INDUSTRIES, INC.
LAKESIDE INDUSTRIES, INC.
Unique Entity ID
VTR5L2GMBN23
Registration Status
Active Registration
Physical Address
6505 226TH PL SE STE 200
Issaquah, Washington 98027-8905
United States
CAGE / NCAGE
05ZW8
Expiration Date
Sep 29, 2023
Mailing Address
Pob 7016
Issaquah, Washington 98027-7016
United States
Purpose of Registration
All Awards
aim
Doing Business as
(blank)
Congressional District
Washington 08
Division Name
(blank)
State / Country of Incorporation
Washington / United States
Division Number
(blank)
URL
(blank)
Registration Dates
Activation Date
Sep 30, 2022
Submission Date
Sep 29, 2022
Initial Registration Date
Mar 20, 2002
Entity Dates
Entity Start Date
Apr 1,1972
Fiscal Year End Close Date
Nov 30
Immediate Owner
CAGE
(blank)
Legal Business Name
(blank)
Highest Level Owner
CAGE
(blank)
Legal Business Name
(blank)
Executive Compensation
Registrants in the System for Award Management (SAM) respond to the Executive Compensation questions in accordance with Section 6202 of
P.L. 110-252, amending the Federal Funding Accountability and Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is
sent to USAspending.gov for display in association with an eligible award. Maintaining an active registration in SAM demonstrates the registrant
responded to the questions.
Proceedings Questions
Registrants in the System for Award Management (SAM.gov) respond to proceedings questions in accordance with FAR 52.209-7, FAR 52.209-9,
or 2. C.F.R. 200 Appendix XII. Their responses are displayed in the responsibility/qualification section of SAM.gov. Maintaining an active
registration in SAM.gov demonstrates the registrant responded to the proceedings questions.
a',N""glii'liiW1ii9ii"i"l':.''w^::1II"
Active Exclusions Records?
No
I authorize my entity's non -sensitive information to be displayed in SAM public search results:
Yes
Business Types
Entity Structure
Corporate Entity (Not Tax Exempt)
Profit Structure
For Profit Organization
Entity Type
Business or Organization
Organization Factors
(blank)
https: /Lsanagnv/entity/FTR5L2GMBN_23/enreData?status=Aetive
Page 1 of 2
Last updated by DOUGLAS STILLGEBAUER an Sep 29, 2022 at 10:54 AM
Socio -Economic Types
LAKESIDE INDUSTRIES, INC.
Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity is an SBA -certified HUBZone small
business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the
SBA supplemental pages during registration.
101111.,
Accepts Credit Card Payments
Yes
Debt Subject To Offset
No
EFT Indicator
0000
CAGE Code
05ZW8
Electronic Business
0
Diana Reeves
Doug Stillgebauer
Pob 7016
Issaquah, Washington 98027
United States
Pob 7016
Issaquah, Washington 98027
United States
Government Business
0
MICHAEL Lee
MICHAEL Lee
Pob 7016
Issaquah, Washington 98027
United States
Pob 7016
Issaquah, Washington 98027
United States
Past Performance
0
Doug Stillgebauer
Doug Stillgebauer
Pob 7016
Issaquah, Washington 98027
United States
Pob 7016
Issaquah, Washington 98027
United States
:"'U111'mi1u'II"1'; 'IEI's d "
NAICS Codes
Primary
Yes
NAICS Codes
237310
212321
324121
NAICS Title
Highway, Street, And Bridge Construction
Construction Sand And Gravel Mining
Asphalt Paving Mixture And Block Manufacturing
umiul;""19PatRx11"""11"1w'1w� "","''',.
Yes, this entity appears in the disaster response registry.
Bonding Levels
Dollars
(blank)
(blank)
States
Oregon
Washington
https: /Lsanagnv/entity/FTR5L2GMBN_23/enreData?status=Aetive
Counties
(blank)
Metropolitan Statistical Areas
(blank)
Page 2 of 2
Search Parameters
CERTIFICATIONS
Airport Concessionaire Disadvantaged Business Enterprise (ACDBE)
Combination Business Enterprise (CBE)
Disadvantaged Business Enterprise (DBE)
Disadvantaged Business Enterprise (FAA Only) (DBE (FAA Only))
Minority Business Enterprise (MBE)
Minority/Women Business Enterprise (MWBE)
Small Business Enterprise (SBE)
Socially and Economically Disadvantaged Business Enterprise (SEDBE)
Women Business Enterprise (WBE)
BUSINESS NAME/DBA LAKESIDE INDUSTRIES INC
Show directory information and instructions
Edit Parameters 1 Clear Parameters
Search Results
7s;hiaarnru�.rs�ditro,dnaPii)tParameters, SewarchAgaiirh.
0 firms with 0 certifications found