Loading...
HomeMy WebLinkAbout001238 Original Contract The City of Port Angeles VOW qJ'' City of Port Angeles Record # 001 23 8 Public Works&Utilities Dept. Engincering 321E 51h Street LIMITED PUBLIC WORKS PROCESS Port Ange]L-,,WA 9&162 Request for Quotation Contract Contract Title: Marine Drive and Cedar Street Rav Restoration Project Number: CON-2017-36 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("Cit)(')AND LAKESIDE INNS IE INC. ("Contractor"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment"A"(Attachment"A"may include Contractors Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2.TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): All work under this Contract is to be completed by this date: June 30, 2017 All work under this Contract is to be completed 30 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. F1 The performance period under this Contract commences calendar days after notice to proceed and ends Q. 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract(check one): Force Account-Time and material, not to exceed: $20,000 (see Attachment Q Breakdown Sheets El Force Account-Time and actual expenses incurred, not to exceed: F1 Force Account- unit prices set forth in,the Contractor's bid or quote, not to exceed: Firm Fixed Price set forth in Contractor bid or quote in the amount of: $_ The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except as are mentioned in the specifications to be furnished by the City of Port Angeles. B. The Contractor shall maintain time and expense records, which may be requested by the City.The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice, D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. Project#CON-2017-36 Page 1 Rev. 11/28/2016 0 0 w w w w w w w w • w w w w ------------ ---------- 91(:)c/ Z/I I 'A;% E ;)'RPd 9 -L I OZ-NOD# V Dafold si4i -uoqe:)U!uwapui siql jo sasodind a44 jol Alalos 'AADd it aIj!j_ la:>uejnsuj lel isnpul japun A4!unwwi jo jamem s,jo:pejjuo:)aqj sainipsuco upiaq pap!AOJd uopmU!uwapui ;Dqj 1eqj poolsiapun Aissajdxa pue AlleDUpads ia4:pnj st 11 -amal5q6au s,jo:pejjuo:)a44 jo jualxa atp of Aluo aq Reqs japunaia4 Al!l!qeil sio:pej4uo:)aqj lsjaa4unlOA pue 'saaAoldwa 'slepWo Isiaoi.4o s4! IA4!1 aqj pue jopeiluoD aqj jo ama6t16au juainoum aqj wojj 6u4lnsaj jo Aq pasneo A:padoid of sa6ewep jo suosiad ol Ain fui Al!poq jo 1no 6utsue sa6ewep joj A4!1!qeil jo Juana aq4 ul 'ua4l 'sTT'i,,Z*t,m:) iolpafqnsst4uawaaj6Vst4lleqlauiLLualapuoi:pips!jnflualadwo:)Io:pno:) epino4S -9 ,A4!:) atp jo ama61l6au alas aLp Aq pasne:)sa6ewep pue s,atinfui joj jda:)xa '4uawaajbV st4l jo a:)uewjOjjad a44 pm uOi:pauuo:) ui jo jo Ino 6uisije Isaal Aaujo:ne 6uipnpui sons jo sassol 'sal5ewep Isatinfu! 'swq:> lie pue Aue wojj ss;alwjeq sjaalunloA pue saaAoldwa 'sleiDL4o Isia:)Wo sj! 'A41:) aqj ploy pue A4!uwapui 'pualap Ile4s jo:pej4uo:) a4i -V SS31WIIVH 01011-11 / NOMOUINIMONVOT *pe1juoD si4j japun Isa:)iOAut lie aAoidde pue maiAaj pue 'suot4e-3iunwwo:>aleupow 'pawjopad aq of Njom Ile ;aAoidde pue aasjaAo Iletis pue pejjucrj siqj japun A40 a4l jol A4!1!q!suodsai Ajewud aAe4 lleqs aaubsap jaq/siq jo juaw:pedaci sallimn pue S-AjoM :)ilqnd aql 10 lopaj!(] aLLL IN3W39VNVW CIINV NOIJL"JLSINiwav1"9N39 *6 .weep Bons saq!j,-,)sap Alin] pue wiep leuopppe joa:x4ou sapnpui juawAed IeuU joj wiep guns ssa,lun 'apew uaaq jou seg uopeDildde q:>Iqm 101 sa6ewep jaLljo Aue ioj wield o4 4q6ij S4! PaAtem aAeq of pawaap aq lle'4s '4uawAed leug joj uoi4Otldde 6u!jew uodn 'jo:pej4uo:) -juawAed lent joj A4!:)aql Aq IeAojdde jo awry aq ueqj Jajel Juana ou ui ue Issol .1 p jo asuadxa 'a6ewep guns jo AjaAo:>sip aqj as sAep A:p!ql uipm A4!:) aq4 oz 6uppm ui apew aq isnw peiluoD siql jo a:)uewjopad aq4 jo 1no Nispe sej),xa jo s4so:) Isasuadxa 'sa6ewep joj A4!:)a4l 4suie6e wield AuV sw1vr13 Is -japio ipno:)Aq jo A4!:) a4l jo leAoidde uaU!jm joud 4no44!m jo:peiluo:)aq'4 Aq uoqez1ue6jo jo lenp!AIPUI Aue o4 alqel!eAe apew aq 4ou pegs pue letluappo:)jdaN aq 1pm pejjuo:) siql japun jo:pejjuo:) aqj Aq palqwasse jo pajeclaid jo o4 uaAib slepajew jo s4uawnDop jaq4o jo e4ep luoijewiojut 'spodaj Ispimaj AuV 'q ,Isant>aj sj! uodn A4!D aq 1 o4 papjeAuoj aq lleqs pue Al!:)aqj jo A:padoid aq,4 awo:)aq Reqs pej4uo:) stqj japun Al!:)aql Aq pled spunj pm jo:peiluo:) at44 Aq pajeclaid lepa4ew pue sjuawnoop paqsiiu!jun jo paqsiuj4 lie 'peiluo:) siq4 japun anp uopesuadwa) Ile jo/%4!:)a4l Aq jo:pejluco aqj oz 4uawAed UO 'V SIN3wn:)oa :]O dIHSd3NMO 'L -alqeuoseaj aq lleqs s-4so:) le6al guns pap!Aoid ':pejjuoD a44 japun A4!D aq4 jo s4sajaqui pue sjq6p a44 void of A4!0 aq4 Aq panmui s4so:) le,6al Ile apnput lleqs sa6ewep pue asuadxa pnS -A4!:)aq4 of aouajagp guns Aed pegs pue A4!:)atp of alojajaqj alqeil AllejaAas pue Alluiof aq Reqs Apins siq pue jopequo:) 'a:>ueleq pedun a4l paaDxa sa6ewep pue asuadxa sA!:)a44 ji *jopejjuoD a4i of A4!D aqj Aq pied aq Reqs ssa:)xa guns '4uawAoldwa jo xwenuiluoDsip jo ajnl!ej 'pal6au Ilesnjaj guns jo uoseaj Aq pauieqsns aq Aew q:)iqm jo A4!:)aqj Aq pau!e4sns sa6ewep Ile pue 'Niom aq4 6ut4siuU ui A4!:) aq4 Aq pajinaui asuadxa ago spaa:>xa:pej4uoD siql japun pled aq of 4unowe aqj jo a:)ueleq pedun a4i jt lawp Bons 4V -uopeupial jo alep at44 of do 'Palnpaps se 'palaldwo:)Apopep4es si ,,V.4uaw4:)e:aV ui paUpads Njom aqj pun pej4uo:)si4i japun anp sjunowe jai4linj Aue aA]aDaJ cq pappua aq jou lleqs jopejjuo:) 'AI!:) aqj Aq paleuiLwal st pejjuo:)S144 Juana al-14 Uj -joj papeilum )Ijom aqj jo uopaldwo:> punj of alqel!eAe jou ale spun] l5w4ejado 4uap!j4ns leq4 samwapp/4!:)a4.L .L -pej4uoD st44 jo swj;al aLp sa4elOIA Allelluelsqns astAuaqlo jo 1jo4ei4s!utwpV pejjuo:)aqj jo suotpnjlsui spie6aisip Allualsisiad jopejjuo:) -9 -sa:)ueuipio pue suopeln6aj Ie:)oI jo ale4s Ilejapal spie6aisip Allua4sisiad jo:peiluco .S -joqel jo lepajew joj siopeilumcins o4 juawAed Idwojd ajew of spej jopejjuoD -t, -upjaq paj!nbaj �ljom aq4 a4aidwoo o4 site]jo sasnjai Alpajeadai jo AI4uajs!s.Jad jopeJluo:)N-L T -jopej4uco aq4 jo AxaAlosui aql jo jInsaj e se pa4uiodde st jaAia:)aj V -Z ,sjol!paj:) sj!jo Iyauaq aLp jol juawu61sse jejaua6 e s,ayew jopejjuoD a4i -T 'paUpads ja)jeajaq squaAa aq4 jo ajow jo auo Aue jo aDuannmo aqj uodn 'jopej4uo:) 9 1 OZ/SZ/I I 'A:Md t,Oftd 9E-L I U-NOD,#la'010-ld 'asuadxa pue Isle s,jopejjuo:)4e aq 1I1m ,paujn4aj jo/VID a4l Aq Play JaLIPLIm 'J@PJO s'44 10 suogeaupads pue swia4 a4l o4 A4!wjojuo:>uou jo asneoN bu.41nsaj slesiale,w jo 'ilio Isa0was 'spoo6 jo uopalai AuV *Ali:)atI4 Aq Imidde of pue uopadsui of pafqns aie uiajaq pasepind slepa4ew jo 'Niom Isaottuas 'spoo6 IIV NOLL:)3r3'8 GNV NOLOUSNI *ST pq aq4 pie6aisip of uoseaj juaiDL4ns aq Ilet4s os op o4 ajnl!ej pue 'jenba ue se 4ou pue a4euja4le ue se paluasaidai aq 4snw pallpods asn jo 't-ouewjo:pad IA4!lenb jenba jo jou sl qDlqm puejq e 6ululqum pq AuV ,alclepeAe ua4m ainjejal!I aAl4d!j:)sap s4!wqns pue I pue puejq aqj sailpads jopejjuo:) pap!Aoid 'pajapsuoo aq llei4s asn pue 'aaueuuojjad 'A4!lenb jenba jo spuejq �paj!sap asn jo 'aouewjo;uad 'A4!lenb jo spi epue:Is aq4 6upe:lpui jo asodind aq:I joj Alajos panilsum aq Ile4s 1! paweu sl jenba jo puejq,,lepads e uaqM *lvnb3'80 SCINVUB '17T °uoj6ui4seM IA4uno:) wellel:) aq lleqs pej4ucrj siql buipie6ai sapied aq4 uaaAqaq uolle61411 Aue jo anuaA a4i 'uol6u!qseM jo ajejS a jo smel aqq qjim a:>uepjm3e ui pani4sua) pue pa4aidialui aq 11e4s pejjuo:)si4j_ 3nN3A GNV NOILV.L3'dd'83.LNI 'ET *ajndsip aqj ui PaAJOAUI sagied Ile uo 6upup pue 'aAisnl:)uo:> 'jew aq Ile4s uofspap sly pue Isap4snpul pue joqe-1 jo 4uaw),jeda(3 aq:I jo jopaj!o a,41 of uo!4ej4!qje jo j paiialai aq jjej4s japew at44 'SaA!4quasaidai 4uawa6euew pue joqeI 6,uipnpui 14saialut ui sallied aq.4 Aq paisn(pe aq 4oum a4ndstp yens pue uotlecinmo jo 3jen 'apeil:)Ij!Dads e jol sa6em jo sajej 6uil!eAajd a44 aie 4eqm o4 se sasue a4ndsip Aue ase o uj -juawpedaa samvinpue qjoM Dilqnd sala6uV:POd jo A4!:)aq4 wojj aiqel!eAe pue sapjsnpuj pue joqe-1 jo 4uaw:pL>da(j 94e4s uo46ui4sem aq,4 Aq padolaAap wjoj at44 uo spew aq 11eqs uoissiwqnS -6upiom IpuU le saja6uV IJOd jo Al!:) at44 of Apamp sa6eM jo 4iAePWV)g Sa6eM 6u'PeAaJd Aed of 4ua4uj jo juawalelS pau!qwo:) P 1!wqns of pazuoq4ne S! jopeiluoDqns jo jopej4uoD a44 '(Z)OVZV6C M:)d 144!m a:)uepio:)De ui pue looq'Z$ japun pieme pej4uoD e jo4 -Isanbai uodn sa4ei a6em ;alqm!jdde w4l jo Ado o pjet4 e pew Ill m ADua6e st44 luogippe uj "ao!jjo spejjuo:) saiinm pue qjoM a!lqnd saja6uV pod aqj 4e 6uimaiA jo j alqel!eAe sl sales a6em alqmildde aq:I jo MOD V *54ep anp pi a44 uo aAIPP-11a suogeupiapp ahem alqeDildde a44 asn '50gerWh�—ooleMaDquajddv/dnal o—o—j5-5e-Ak7`iujTA-dlYew s��5-3—V UJ7 7 7 0:—gq XdS-VCTr1V0-0Taff e–M—A A fdJA��T@B—em TFu i 7 x6 f 5 72—ws s a F T!I?si T.s-i T1 4-4 :4e punoj aq ue:)saoiluaiddv pue uawAauinor A4uno:) wellej:)joj suoileupialap ahem ale4S ucq6uiqseM A4uno:) wellel:) ui auop 6upq sl haloid qjom Dilqnd ss4l. ped aq 4snw 4eq4 sa6em Buil!eAajd a4l auiujja4ap of sau4snpuj pue joqe-j jo juawpedao a4e4S uoj6up4seM ay4 41nsum cq past pe sl jopej�juco a4_L -pej4uo:)siq4 jo wuewjopad a44 6uunp sa6em pns ut saseanut ale tape aotid siopei4uo:) ui apnpus of ajnl!ej e jo jopp-iluco aqj Aq sjuawaiinbai q:)ns Aue jo 6utpue4siapunsiw e jo a6palmoul to al el e uodn paseq ss pi4m pamolle aq Ipm uo!4esuadwm leuopppe joj wiep ON -s4uawajinbaji vans 41!m jeil!wej aq pue autwexa Ile4s jopejquco -a6em jo ales 6uil!eAajd aLp ueLp ssal ou aAiaDai Ilet4s sialioM -s4uawajinbqj jaqjo pue slyauaq 'sa6em 6uil!eAajd o; 6u.4elai 'japunaja44 panssi suotieln6ai pue o4aiat44 s4uawpu;awe 'MDd SZ"61, pue ZT'6E sia4deq:) of pafqns sI pej4uo:)slyL 39VM DNnIVA3Sd *ZT *9 juawq:)e:nV ui q:poj las se aDuejnsui uiquiew 11eqs jopej4uo:)a4J. 33NV'HnSNI *TT -juawaaj6,V ss44 jo uoileuiLLual jo uoi4ejidxa aqj aAiAJns 11ei4s uoipas si44 jo suoisiAoid aye -sa!Wd at4l Aq pa4e.qo6au Allenlnw uaaq seq jamem 16.SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties.The requirements of this section apply to all subcontractors regardless of tier. B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: - At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; - Have a current state unified business identifier number; - If applicable, have: • Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; • An employment security department number as required in Tile 50 RCW; and • A state excise tax registration number as required in Tile 82 RCW; • An electrical contractor license, if required by Chapter 19.28 RCW; • An elevator contract license, if required by Chapter 70.87 RCW. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Project -4 CON-2017-36 Page 5 Rev, 11/28/2016 IN WITNESS WHEREOF, the parties have executed this Contract as the date of the last signature affixed below. LAKESIDE INDUSTRIES, INC. CITY OF PORT ANGELES By: By: Printed Name: ryN Printed Name: b ar�-Kc-,,k cuo, Title: :?('0SQ.C-+- mr'^e'� Title: LA Date: 'Z J 17 Date: Address: - woX -7ZI city: Lu-s LAa Tax ID #: 60( 106 &q7 Phone Number: 560 , '0 -7r Project#CON-2017-36 Page 6 Rev. 11/28/2016 City of Port Angeles ATTACHMENT "A" Engineering Office WORK BY CONTRACTOR Public Works and Utilities Department The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. General Scope: Emergency Roadway Restoration Location: Intersection of Marine Drive and Cedar Street Site Point of Contact: Jason Hart, Water/Wastewater Field Superintendent at(360) 417-4855 Work Hours and Schedule: The contactor will be allowed to work from 7:00 p.m. Thursday, June 29th to 6:00 a.m. Friday, June 30th, 2017. Work Requirements: The contract incorporates the current Washington State Department of Transportation's Standard Specifications for Road, Bridge, and Municipal Construction referred to herein as Standard Specifications (current edition). Contactor shall follow WSDOTSpecifications 1-09.6 Force Account. Standard Specifications This contract is for roadway restoration near the intersection of Marine Drive and Cedar Street. The approximate restoration area is shown on the below drawing. This scope of work includes removal of 12-inches of crushed rock(mixed with cold asphalt), and placement of 12-inches of 1/2"Hot Mix Asphalt (HMA), in accordance with the following: 1) The City of Port Angeles will provide all traffic control devices and personnel for traffic control. 2) The contractor shall be responsible for call all locates 3) The contractor shall be responsible for removal and disposal of all existing material, including but not limited to: asphalt cold mix and crushed rock. 4) The contractor shall remove all crushed rock(including cold mix patch) within the project limits, compact the base, and place 12-inches of 1/2"Hot Mix Asphalt. Asphalt shall be no greater than 4-inch lifts. 5) The contractor shall be responsible for tacking the edges of the patch with CCS-1 before paving and for sealing the edges of the patch after paving with AR 4000. Project# CON-2017-36 Page 7 Rev. 11/28/2016 Drawing Note: Contractor is required to remove approximately 12-inches of crushed rock and place with approximately 12-inches of HMA. n i i , , r 1, ✓ � � � � � I �rrrrF��rait�v��rrty rll,r i ,r / r- ,fibh�u�rd! it Il, , I� 0%�,✓� I,r���� v ,. /ijl �"//,r����� /i� i�l r rf��/� /r i r j7 /�r�� .l✓�// Not Drawn to Seale Project# CON-2017-36 Page 8 Rev. 11/28/7016 City of Port Angeles ATTACHMENT "B" Engineering Office INSURANCE Public Works and Utilities Department INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling,janitorial service, tree maintenance, road maintenance,painting, electrical work,plumbing, movers, and onsite maintenance agreements. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: I. Automobile Liability insurance covering all owned, non-owned,hired and leased vehicles. Coverage shall be written on Insurance Services Office(ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence fann CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products- completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Project#CON-2017-36 Page 9 Rev. 11/28/2016 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liabilit insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. Project# CON-2017-36 Page 10 Rev. 11/28/2016 City of Port Angeles ATTACHMENT "C" Engineering Office CONTRACTOR'S BID Public Works and Utilities Department Project #(7O -x`017-36 Page 11 Rev, 11/28/2016 City of Port Angeles ATTACHMENT "D" Engineering Office Force Account Sheets Public Works and Utilities Department Project#CON-2017-36 Page 12 Rev. 11/28/2016 v, N fT4 'af ay Cl 4 CL Cr. C,° :ma CC 7 xc CNp"a aa"1ri t'✓ wo r4. vro ac: r: •.. : d t- u u of g � aaci - w kn ci w vo o xt 0r4 � tluca� .e w maw eq 0 �. C'1 *N" ri ea£ r•^."q' n„;. ° er 4f rasc'rb; �> ra 0 4A 614 r 4,ara: c—w i �' my Vic`� � � I"� � qy• G 4 .. F. � ^. 26 Lakeside Industries FORCE ACCOUNT EQUIPMENT RATES Lakeside Industries - Port Angeles * includes 21%mark-up to cover overhead, profit, bonding and insurance. 1/24/2014 EQUIPMENT Non - operated rate per hour Paver 8 foot i$255.00 Paver 10 foot $280.00 CoM. Small Roller $48.00 10 to 12 Ton $75.00 Rubber Tire $75.00 Small Vita. $75.00 Lair e Vib. $80.00 Blower $110,00 Grader $125.00 Excavator $95.00 Backhoe $75.00 966 D Loader $105.00 988 G Loader $125.00 Pick-Up $20.00 Foreman Truck $20.00 One Ton/Service Truck $30.00 Tack Distributor $65.00 Water Truck $45.00 Tack Pot $30.00 Broom $80,00 Sequential Arrow Board $25.00 PCIVIS $25,00 Dump Truck $70,00 Truck& Trailer $85.00 Transfer Trailer $50,00 Truck / Lowbo $95-00 'Plate Wacker $1100 Com ressor $20.00 Transfer Machine 1$550.00 Attachment E Page 2 --------- .............................. ....... ........