Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
17-090 - Active Construction Inc - 42nd Avenue South Phase III Construction
DATE: 17-090 (d) Council Approval 5/20/19 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 April 15, 2019 BUDGET NOs.: 103.98.595.300.65.00 412.98.594.382,65.00 PROJECT NO.: 99410303 CONTRACT NO.: 17-090 PROJECT NAME: 40th — 42nd Avenue South Phase III Project TO: Active Construction, Inc. 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; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A," incorporated herein by this reference. 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 the prices shown above and below as full payment for . ACCEPTED: Date By Original cow (without tax) $ 099,266.04 ^' Previ s Change Order 3,345,367.97 This Change Order (without tat' $ 1,050,000.00 REV. CONTRACT AMOUNT $10,994,634.01 0 Previous Contract Time: 321 Working Days Additional Contract Time for this Change Order: 33 Working Days updated Contract Time:: 354 Working Days Contractor: Active Construction, Inc. Title APPROVED BY THE CITY OF TUKWILA City Engineer ORIGINAL; City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File 40' - 42' ' Avenue South Phase III Project Contract Change Order No. 4 EXHIBIT A DESCRIPTION OF WORK Change Order (CO) #3 for the 40th — 42nd Avenue South Phase 3 Project, which was a compromise between the City and the construction contractor (ACI) on resolving all the outstanding construction disputes through May 20, 2018, was executed on July 17, 2018. However, three months after the execution of CO #3, ACI started to alert the City that the cost increase from CO #3 would be insufficient to pay for all the remaining contract works. As a result, the City requested ACI to provide justifications for the cost increase beyond the new contract amount from CO #3. After reviewing ACT's provided cost increase justifications, the City contended that ACI was partially responsible for causing the additional cost increase. ACI disagreed with the City's contention. After months of further monitoring of the actual project cost increase, and negotiations between City project staff and ACI, another compromise has been reached between the parties. This new compromise is herein documented in this CO #4. In this CO #4, the City and ACI have mutually agreed to work collaboratively to physically complete the project within 6 weeks after the utility conversion works were completed by all utility companies. The City also agrees to a reduction of the 14% markup rate (previously generated from CO #3) to 12.5%, of the actual overall cost of construction. The 12.5% markup is to compensate ACT's general and administrative overhead cost, and profit. The actual overall cost of this 40th — 42nd Avenue South Phase 3 Project refers to all the direct expenditures spent by ACI on this particular construction project, includes the mobilization/field overhead cost, but excludes the indirect overhead cost. However, for costs incurred after the date of this CO #4, if the expenditure was caused by ACI's own negligence, such expenditure will not be counted as part of the actual project costs to be paid by the City, and ACI will remain fully responsible for such expenditures. As for all the subcontracts among ACI and it's subcontractors, this CO #4 will not apply to any subcontracts executed prior to the execution of CO #3, and all the corresponding Bid Items paying for these subcontracts. The City will just continue to pay for these subcontract costs and with the new 12.5% markup. As a result, the existing payment mechanism among ACI and it's current subcontractors will continue to be preserved. After the execution of CO #4, all new subcontracts among ACI and it's future subcontractors will be subjected to the new 12.5% mark-up as the subcontractors' direct costs. ACT's actual cost for this 40th — 42nd Avenue South Phase 3 Project will continue to be subject to a detailed review monthly before the issuance of the monthly pay estimate for such work, and before the issuance of the final payment by the City. At the option of the City, the actual cost reviews and verifications may continue to be conducted by a Certified Public Accountant or other City of Tukwila designated representatives. The current projected total cost for ACI to complete this 40th — 42nd Avenue South Phase 3 Project is $9,773,008.01, per the enclosed projected cost breakdown provided by ACI. Adding 12.5% to the projected cost of $9,773,008.01, it would result in $10,994,634.01 as the cost. Both the City and ACI agree that after the execution of this CO #4, the City's construction management team will continue to have the option of determining the means and methods of ACI in constructing this project. The execution of this CO #4 supercedes the previous COs #1 and #2 on the payment and bid item parts, but the scope issues and Contract time increase will remain in effect. This CO #4 also supercedes CO #3 on all applicable and conflicting Contract terms and conditions. Both the City and ACI agree that mutual execution of this CO #4 continues to resolve any and all outstanding disputes between the parties relating to the Project, including any claims for prior delays, and ACI and the City hereby release each other from any such claims. Both the City and ACI agree not to pursue legal action against each others if both parties strictly abide by the terms of this CO #4. The parties agree to continue to discuss and negotiate when necessary, in order to resolve any additional Contract disputes that arise after the execution of this CO #4. Page 2 of 3 The City looks forward to continuing to work with ACI to complete this important project. CONTRACT TIME Per CO #3, the Contract time was to expire on November 13, 2018. CO #4 will add 33 working days to this Contract, since • ACI vacated the project site on November 16, 2018, allowing the utility companies to continue the utility conversion works. Therefore, between November 13 and 16 of 2018, 3 working days of Contract time extension is needed. • The construction project will be retroactively suspended starting from November 17, 2018, until the utility conversion works are completed. • ACI will have 30 working days to complete all remaining works for the construction project, including all the punch list items. Therefore, the Contract time will need to be increased by 33 working days total. As part of this CO #4, the parties agree that the Contract time will not be extended further, with the exception of: • weather related delays; • delays encountered that are out of the control of the Contractor or the City; • and unanticipated changes to the work where extension of Contract time would otherwise be determined in accordance with Section 1-08 of the WSDOT Standard Specifications, 2016 version. Page 3 of 3 DATE: 17-090(c) Council Approval 7/16/18 ^�U�������AU���U� �*o x n �~u " ��"v��mm�x�� CONTRACT ��U�������� ��U�U���0� U��� � ����om no�x-~�o ��"u��o����� ��,�����n� n��r. "� June 21'2018 BUDGBNOs.: 103,98.595.300.65.00 412.98594382.65.00 PROJECT NO.: 99410303 CONTRACT NO.: 17-090 PROJECT NAME: 4011 — 42n' Avenue South Phase III Project TO: Active Construction, Inc, You are hereby directed 0amake the herein described changes k)the plans and specificationsO[dOthe following described work not included in the plans and specifications on this contract: NOTE: This change order isnot effective until approved bvthe "OwO8r"and anotice hz proceed is issued. Conditions: A. The following change, and work affected thereby, are subject b)all contract stipulations and covenants; B. The rights ofthe "OwOer"are not prejudiced; C. All claims against the "]wnor"which are incidental U30[GG8consequence ofthis change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit ^A," incorporated herein bvthis reference. We the undersigned Contractor, have given careful consideration kothe change proposed and hereby agree, if this proposal is approved, that w0will provide all equipment, furnish all materials, except @Omay otherwise bonoted above, and perform all services necessary for the work above specified, and will accept the prices shown above and below as full payment for. ACCEPTED: Date 6 /°z / By Original Contract (without tam) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT G6'599268I4 $ 916'96394 $2.4285O4.O3(to befinalized) $9,944,634.01 (to be finalized) Previous Contract Time: 2OOWorking Days Additional Contract Time for this Change Order 121 Working Days Updated Contract Time: 321 Working Days Contractor Active Construction, Inc. Title APPROVED BYTHE CITY DFTUKW|LA Date By W,11 ORIGINAL: City Clerk (1 cf2) Contractor (2of2) PW Project Finance File oz Finance Departrnerd(wAanoumbranon) Project Management File � o��� xMK�th ~~ ^0w�nd ��DD�� ����UD�Q� ��&������ KUU �����^���~� '_ -__ ----~''~-.~ .~.-~~~~' Phase .~~ ~ .`_x~�-~~Contract Change Order No. 3 ����U��K� � ���^^^^��^" �� DESCRIPTION 0FWORK Due h3numerous challenges with the project and unexpected condition changes in the field, assessing, quantifying and determining the necessary and applicable contract changes has become a difficult task for both the City and the Contractor (ACI). |Othe spirit Of cooperation and in order 0nmove the project forward in the most and financially responsible manner, the City and AC|have mutually agreed h}work collaboratively k}complete the project bvorbeh}neNOvember13'2O18. The City agrees k} compensate the contractor for the actual cost Ofconstruction, plus anadditional 14Y6markup OOsuch actual cost h}compensate AC|'S general and administrative overhead cost, and profit, The actual cost of this 401h-42nd Avenue South Phase 3 Project refers to all the direct expenditures spent by the Contractor on this particular construction project, including the mobilization/field overhead cost, However, if the expenditure was caused hvAU|'Gown negligence or error, such expenditure will not be counted as part of the actual costs to be paid by the City, and ACI will remain fully responsible for such expenditures. Aofor all the subcontracts among AC|and it's subcontractors, this Change Order (C0)#3will not apply Uzany subcontracts executed prior UJthe execution Ufthis OO#3.and all the corresponding Bid Items paying for these subcontracts, The City will just pay for these subcontract costs and anadditional 14Y6markup. Asoresult, the existing payment mechanism among AC|and it's current subcontractors will bepreserved. After the execution VfCO#3.all new subcontracts among ACI and it's future subcontractors will be subjected to the same 14% mark-up as the subcontractors' direct costs. AC|'oactual cost for this 40th-42nd Avenue South Phase 3 Project will be subject toadetailed review monthly before the issuance of the monthly pay estimate for such work, and before the issuance of the final payment bythe City. Atthe option of the City, the actual cost reviews and verifications may be conducted by a Certified Public Accountant or other City of Tukwila designated representatives. The current projected LDt8|CUstfnr8O|k]C00p|ntRthiG4U/h-42^dAvenuo8outhPhama3P[ jeCti8$8.723.3G3.17'perthe8no|oned projected cost breakdown provided by ACI. Adding 14Y6b)the projected oostof$8'723'3O3.17.itwmu|dr8GU|\iO$8'944'O34.O18Gthe final cost. The enclosed project schedule shows that the construction project ishzbophysically completed bvNovember 13'2O1E\mbefore. The parties agree that after the execution of this CO #3, the City's CM team will have the option of determining the means and methods of A[|iOconstructing this project. The execution of this CO #3 supercedes the previous COs #1 and #2 on the payment and bid item parts, but the scope issues and Contract time increase will remain ineffect, This CO#3also aupercodemall other applicable Contract terms and conditions Ofthe 4Om- The parties agree that mutual execution of this CO #3 resolves any and all outstanding disputes between the parties relating to the Project, including any claims for prior delays, and ACI and the City hereby release each other from any such claims. Both the City and AC|agree not h}pursue legal action against each others ifboth parties strictly abide hvthe terms Ofthis C()#3. The parties agree k} continue to discuss and negotiate when necessary, in order to resolve any additional Contract disputes that arise after the execution of this C0#3. The City looks forward to continuing towork with AC|to complete this important project. CONTRACT TIME Currently, ^ with Contract time of2OOworking days after the execution ofCO#2; m suspension 0fwork from November 18'2O17k]March G'2O18.per the Project SpeCi8C8hODS'Gp8oia|Pmvioiona.SocUon1 08,13, * and 5w88�e[days iOworking day ecooun�dfor 880fthe 8XHouUnDufUl�CO#3; Uh8�ODtr@C iGscheduled <obocompleted bvAugust 27'2O1Ei However, the suspension Ofwork never actually occurred. Thus, an addition Of87working days i8needed U2cover for the time between November 18.2017k)March 0'2O18. Byextending the project completion date h)November 13'2018'the Contract time will need k)bOincreased by121working days total, As part of this CD#3, the parties agree that the Contract time will not be extended further, even with the utility cutover work anticipated 8]bestarted inJuly 2018with the exception of: * weather related delays; * further unanticipated delays caused bythird party utilities beyond the 74working days 0futility cut over time from July 11'2O18 h3October 23.2O18; ° delays encountered that are out Ofthe control ofthe Contractor o[the City; * and unanticipated changes hJthe work where extension OfContract time would otherwise b9determined inaccordance with Section 1-O8Ofthe YV8D(}TStandard Specifications, 2O1Oversion, Any determination made which authorizes additional Contract time will be performed on the projectCO0p|8UOO8Oh8dU|8pnOVid8diOdliG Co. Job Number: Job Description: Phone: Estimator: Project Manager: Superintendent: 17-007 Division: 40th-42nd Ave S, Tukwila R Heathers C Roberts T Pelton Job Progress % Complete: % Billed: Billed To Date: Earned To Date: Over / Under: 0.7583 56.74 5,740,828.09 7,672,275.87 -1,931,447.78 ACTIVE CONSTRUCTION, INC. Job Overview Report as of 05/20/18 Fiscal Year: 18 Period: 05 Job Status: Start Date: Complete Current Balance Billed (With Tax): Applied: Balance: Retention Bal: Current Due: Active Estimated 5,882,524.83 5,043,969.97 838,554.86 0.00 838,554.86 Hours Cost Type 1 LABOR & FRINGEl 2 MATERIALS 3 MATERIALS TAXE 4 SUBCONTRACTS 5 EQUIPMENT (C) 6 EQUIPMENT (R) 7 OTHER COSTS 8 EXCISE TAXES 9 INDIRECT 0/H S OPERATED EQ (R Job Totals: Job to Date 44,185.00 33,157.18 77,342.18 Estimate 20,739.95 16,022 15 36,762.10 Variance % Compl 23,445.05 100.00 17,135.03 100.00 40,580.08 100.00 Gross Profit: Gross Profit 0/0: Percent of Cost: Actual Customer Code: Customer Name: Customer Phone: Contract Original Contract: Executed Changes: Approved Changes: Revised Contract: Proposed Changes: TUKCIT TUKWILA CITY OF (206) 431-3680 6,599,266.04 916,863.94 2,601,000.00 10,117,129.98 0.00 Costs to Date Job to Date 2,495,824.16 1,283,045.15 510.94 1,096,243.76 848,144.83 353,342.57 127,153.19 27,601.39 383,453 66 6,615,319.65 1,056,956.22 13.8% 16.0% Projected 3,058,688.27 1,597,948.23 117,989.00 2,014,001.76 984,131.96 360,747.59 134,880.22 47,311.00 407,665 14 8,723,363.17 1,393,766.81 13.8% 16.0% Estimate Variance % Compl 1,416,957.87 1,641,730.40 81.60 2,044,207.20 -446,258.97 80.29 108,336.17 9,652.83 0.43 1,456,328.50 557,673.26 54.43 401,525.62 582,606.34 86.18 18,126.39 342,621.20 97.95 55,955.00 78,925.22 94.27 31,942.00 15,369.00 58.34 32,648.50 375,016.64 94.06 5,566,027.25 3,157,335.92 75.83 1,033,238.79 360,528.02 15.7% 10.2% 18.6% 11.4% Open Commitments Printed by ROS as of 06/06/18 9:262411/1 Page 1 920,000.00 920,000.00 -- e. n�.mie�:oTdN.yv ,an.ewwai__. 0,... _ ., ,.nrr.,w.. iaYca l�.li ii ♦ ...m.o.. L.. _..'_. mac „en. arnsno,e ..a.,. ♦ ... aa —ss- SS nan m«. ... a newNxw .... ,w,..,«m< a...caa<a.,,,,. „m,. 1,4,11,1e.„ M.G..M...,0ev a...«..ae.a,n.aa ..n Innings.sins...w... mass... sena w...n,,. .,.mans 1 an ,.,nano manna. as sans 51.3,116 an sons assa Mx x<., ,_..,,a w.a.nx„EI ..,<..„.. a.,w.a,,..w. w~eenn b a nn an Evans ran saws as wns. as .ro,w..w, , na wn„a 66969.65.5.13l .631 A.M ..aaw.. ,,sons ..,, ..,,w.. „won6 o.wn..,...,1 an . a,na w.aa.x.5a.e,... m, <. 5/15/1e *..1,e ,v ,911116 '395,10 erumn41. w uvwice en r.e nrn w.axry b. „e �-r .cx u.n rnmo,w umnva f a <. .w..w,. .f-:::i::::, _- ..oe<.<w.. tan ..+.swan ...,nw, i m m. . _'.i ...... n.w..w. a. aw.. • •aw ipm••••••••..•..,. II ISM .Met ...s...a awvu ��au r ani.Uc...mw..3..39 ,m m ,-,,,,,,,.. o,,R .vwo,.., ,,, , .... ,..... sv tar 13 mo wi vvmN a ei vmw .m„ ... e ww. ea, pp,�yg,{a.yp .a.... ..noun rn,w. j Rrry uwgnu..n .wu.curc.wx'.:,,www [.pe w,rir✓�v.tr t.x ..___._..—__i :tyrc, zn,.wr �� xnww c�as,ax �_._-___._' umenwrrewrr G.exr+u .. ..,.' uw.n» vowaw,+w - anew wm+e <" .��. EL - - 13 • •�.• uses. 141 -6- -5— m.� 1." 154414 to Ix. 91.1bm«,. 414441 1..11,21111, ho.010,1,1 AI • 17-0900J Contract Approval N/A Shoed 1 of CITY��U��� ���� 77U U�����KU �� u ��. u��o���nu~x� CONTRACT ��K��K����� ��U�U���U� U��� � ���.nn oo�x���u ��u"��.����� �*u�����"� u���. �� DATE: 2-7-18 PROJECT NO.: 99410303&99341208 PROJECT NAME: 40th - 42nd Avenue South - Phase III TO: Active Construction Inc BUDGET NO,: CONTRACT NO.: 17-090/�/ You are hereby directed k}make the herein described changes k)the plans and specificationsV[dOthe following described work not included in the plans and specifications on this contract: NOTE: This change order iGnot effective until approved bvthe iOwner and anotice 03 proceed is issued. Conditions: A, The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights 0fthe "Oxwner"are not prejudiced; C.All claims against the "Own8r"which are incidental hoorooaconsequence of this change are waived; and D.The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval inadvance ofall change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, ifthis 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. ACCEPTED: Date Original Contract (without tax Previous Change Order This Change Order (without tax) REV, CONTRACT AMOUNT Contractor: Active Construction Inc $0,827.79&84 APPROVED BYTHE CITY 0FTUKVV|LA / ^� ��/ � / $ 47889363 « Date �� ' ~� - / ' � Mayor -'x1U<\ v $ 437'87OJ1 By J $ 7'744662.10,/ . - Previous Contract �Timo: 165 City Engineer/ ~�1,~ [ Additional Contract Time for this Change Order: 35 Undated Contract Time: ^~. ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2of2) Project Management File (1/mm4) PW Project Finance File EXHIBIT A PROJECT NO,: 99410303&89341208 CONTRACT NO.: 17-090() PROJECTNAME: 4011-42n' Avenue South —Phase III DESCRIPTION OFWORK This change order increases the quantities for Items #"B1O2,Shaft 30"Di "R10lFurnish Soldier Pile VV18x158"."8104, Furnish Soldier Pile VV18X175"'"B108'Furnish Soldier Pile VV18X192" and "B110,Lagging Timber 4"Thick" h3include the area nfthe planned "TompoaryStructural Shoring for Culvert Footing" which were not included inChange Order No. O1. This change order also creates the new Items "13201, Mobilization, ACI Support', "13202, Shaft 30"Diamoter, AC|Gu000rf''"B2O3. Lagging, AC|Gu000rt�l]2O4 Fall Protection, AC|Supoort�B2O5 NVVWall Lagging,AC|Supoort", aDd"13206. Removing Obstructions, Pearson", These ACI support costs were required to complete the added shoring walls included in Field Directive (FD) #017. While excavating for the new Gilliam Creek culvert, the existing subgrade and planned 1.75:1 slopes were found to be unstable. This resulted in the potential undermining of the utility support bridge foundations which carry several sensitive utilities- Gee attached In addition, this change order also creates the new Item `13207, NW Wall Equitable Adjustment" which provides an equitable adjustment for additional costs 0ubuild the "Temporary Structural Shoring for Culvert Footing" near the northwest corner of the culvert excavation area to protect an existing rockery wall. During this work, differing site conditions were encountered which resulted inthe need for design and construction of a more robust shoring wall system than required in the contract. Upon payment of this equitable adjustment, any and all issues associated with Gilliam Creek shoring wall construction shall be considered closed. MATERIALS All materials shall be in accordance with current contract specifications or as approved by the Engineer. CONSTRUCTION REQUIREMENTS The Contractor shall construct the temporary shoring walls in accordance with plan sheets included in Exhibit "C"and current contract specifications unless otherwise approved bythe Engineer. MEASUREMENT AND PAYMENT This change order consists oftwo payment elements: AC|support for City added (new)shoring walls and Equitable Adjustments hu complete the "Temporary Structural Shoring for Culvert Footing" protecting the existing rockery wall near the northwest corner of the ACI support costs for the CitV added walls: "13201, Mobilization, ACI Support" by Lump Sum. The lump price for this item shall be full compensation for providing, furnishing, and installing all work and materials required for added shoring walls. This includes, but is not limited to, flaggers & spotters, survey, design costs, staging yard, additional supervision, and removing all piles to a minimum of 8' below finished grade, "13202,Ghaft 30"Diameter, AC|8unoorf',bvLinear Foot, Measured shall beper linear foot nfshaft excavated below the ground line for the shaft, defined as the highest existing ground point within the shaft diameter. This new unit price shall include all costs in connection with supporting the drilling subcontractor h>construct the soldier pile walls including, but not limited to, providing drill access, handling, removal, and disposal {fdrill spoils. Quantities for this are limited to the shoring walls and utility support piles added by FID #17 and "B2O3 Logging. AC| Support", by Lump Gum. The lump sum price for this item shall be full compensation for supporting the drilling subcontractors installation of lagging, including but not limited to, temporary shoring behind piles prior to excavation, excavation to face of soldier piles, and filling voids behind the lagging with CSBC, This lump sum item compensates for the AC|Support onthe shoring walls and utility support piles added UyFD#17and CO#1. "B204 Fall Protection Railing, ACI Support", by Lump Sum. The lump sum price for this item shall be full compensation for maintaining and removing the fall protection railing system that is installed by the drilling subcontractor (installation costs were included in CO#11). Equitable Adjustment Items for ExistiOqRockery Wall 8hVhnO: This scope of soldier pile drilling contractor work was put out to bid to multiple contractors capable of performing the work for both the added shoring walls included i000#1 and shoring for the existing rockery wall near the northwest corner of the culvert. The bid from Pile Contractors Incorporated (PC|)was chosen aGitwas the lowest overall cost and capable ofperforming the work. These unit prices for items 131O2'B104'B1O8'and A11Oshall b8inaccordance with existing contract specifications and 8Gdefined |nCO#1. This change order adds quantities at the previously bid PCI prices for the northwest wall as part of the equitable adjustment payment for the northwest corner shoring 8y8h3nn. "13202, Shaft 30"Diameter, AC|��ort', byLinear Foot, Measured shall be per linear foot of shaft excavated below the ground line for the shaft, defined as the highest existing ground point within the shaft diameter, This new unit price shall include all costs in connection with supporting the drilling subcontractor to construct the soldier pile walls including, but not limited to, providing drill access, handling, removal, and disposal of drill spoils, Quantities for this are limited to the shoring walls associated with the existing rockery wall shoring in the northwest corner ofthe culvert excavation area, "B205 NVVWall Lagging, AC| Thelump sum price for this item shall befull compensation for supporting the drilling subcontractor installation of lagging, including but not limited to, temporary shoring behind piles prior to excavation, excavation to face of soldier piles, and filling voids behind the lagging with CSBC, This lump sum item compensates for support required for the existing rockery wall shoring inthe northwest corner 0fthe culvert excavation area. "B206'Removng Obstructions, Pearson" bvLump Sum, The lump sum price for this item shall bofull compensation for all costs related to inefficiencies and obstructions during the Pearson Drilling operations. This includes all costs for both ACI and Pearson. "B207' NW Wall Equitable Adjustment" by Lump sum, This lump sum credit is compensation k)the City for Item BO Structural Shoring for Culvert FOoUng" This shoring could not be completed as planned due to differing site conditions. ACI is being compensated h}complete the remaining work as3OCi30ad with this shoring utilizing the new items and quantities included in this change All work required by this change order will be paid for using the new bid items shown on Exhibit B. In accordance with 1-07.2(l), the amount of any taxes paid in the various new items are included in the unit prices shown on the next page. CONTRACT TIME Contract time shall boextended bvC35 working days as a result of this change order. As part of the settlement to close out all concurrent time issues onthe project, 35VVorkingDayoamaddodtnUheoontracthoonoountforoddedhmeandde|aynforoUwmrkon the project. If it is determined critical path delays were incurred in excess of the added time included in this change order for other work activies not related to Gilliam Creek Culvert, the Contractor is entitled to additional time compensation in a future change order. Costs for this additional contract time are considered as part of the costs of items in this change order, The Contractor, Active Construction Incorporated (ACI), by the signing of this change order agrees and certifies that: Upon payment of items in this change order, any and all disputes or claims pertaining to the efforts for Gilliam Creek Culvert inany manner arising out of, or pertaining to, Contract No 17-090, (including but not limited to those certain claims set forth in the letter(s) to the City of Tukwila, 3L#01 (Additional Duct Bank\'SL#5(Utility Support Oe|ays\.GL#O(Soldier Pile |nstaUadon),GL#7(Geohenhnino|Dmta)'GL#8 (Groundwater in Trenches of Open Excavation Area), SL#9 (Groundwater Conditions in Gilliam Creek Area), and SL#10 (Soil Cut G|op8)havebeennahsfiodinfuUandtheCityOfTukvvi|aiore|oo8edGnddi8Chargedh0manyounhdaimnorextracomponoaVon associated with the notices identified inthis change order. AC| reserves its right to additional compensation and time for excavation, bankfi|i and groundwater management work that iscompleted City ofTukwila Change Order No02'Exhibit B Engineers Estimate NW WALL EQUITABLE ADJUSTMENT, PCI COSTS W / ACI MARKUPS Item #Item Description Qty Unit Unit Cost Incl Tax& Total 6102 Shaft 3O"Diameter 342 LF $ 311.00 $100.880.46 $ 28.716.58 B103 Furnish Soldier Pile VV18x158 230 LF $ 129.20 B104 Furnish Soldier Pile VV1OX175 110 LF $ 12820 $ 14.212.28 6 100 Furnish Soldier Pile YV18x192 80 LF $ 108.53 $ 0.403.95 B110 Lagging Timber 4"Thick 1200 SF 8 11.24 $ 13,482.00 NVVWALL EQUITABLE ADJUSTMENT 'AC|SUPPORT COSTS Item # Item Description Dty Unit Unit Cost Incl Tmx& Total 8202 Shaft 3O"Diameter, ACISupport 342 LF $ 88.52 $ 84.037.20 B205 NYVWall Lagging, AC|Support ^ 1 LO % 25.488.82 $ 25,498.82 AC|SUPPORT TOTAL = NVVWALL ADDITIONAL EQUITABLE ADJUSTMENT ITEMS 8208 Removing Obstructions, Pearson 1 L8 $ 04.000.00 $ 64.000.00 NVVWALL EQUITABLE ADJUSTMENT TOTAL = � ;9', Total NVVWall Equitable AdustmentCosts= $282711.33 Added Walls ACI SUPPORT COST (NE & S Walls) Item #Item Description Oty Unit Unit Cost Incl Tax & Total B201 Mobilization, AC|Support 1 L8 $ 51,805.07 $ 51.905.07 B2O3 Shaft 30"Diameter, AC|Support 510 LF $ 99.52 $ 80.709J3 B2O3 Lagging, AC|Support 1 L3 % 40373.12 $ 40,373.12 B204 Fall Protection Railing, AC|SVVp0 1 LS $ 2,271.05 $ 2,271.05 Total CO Costs = $437,970.31 City of TukwIa 40th 42nd Avenue South • Pha Ili Change Order No 02, Exhibit B NW WALL Equitable Adjustment Bid Anticipated Wall Costs Assumed 2.5 piles per day to install, 15 total piles to install Mobilization (IN) LoDrill 160 40 Ton RT Crane Casing and Misc Expendables Daily Drilling Costs LoDrill 160 40 Ton RT Crane Casing and Misc Expendables Mobilization (OUT) LoDrill 160 40 Ton RT Crane Casing and Misc Expendables $2,500.00 $3,000.00 $soo.o9 $6,000.00 $3,500.00 8hr Day $1,400,00 8hr Day $500.00 8hr Day $5,400.00 Subtotal Daily Cost x 6 Days to Install ALL Piles $32, 400.001 $2,500.00 $3,000.00 $500.00 $6,000.g01 Pearson Cost Total = $44,400.00 Mob/Daily Drilling/Demob DMI Piles and Lagging Design (DHC) ACI, Pearson Support Costs ACI Install and Remove ACI Cost Total — $4,500.00 $6,592.87 $3,000.00 $17,921.80 $14,526.89 $46,541.56 ORIGINALLY ANTICIPATED WALL COSTS TOTAL = $90,941.56 (ACI Pearson Costs) Use = $ 91,000.00 ACI'S hid price of $50,000 for this wall was low and did not account for the costs that should have been anticipated for a structural shoring system. They should have anticipated spending $91,000 for the bid work as estimated above. Due to differing site conditions, the city is only entitled to pay ACI an equitable adjustment for additional costs to build the wall in excess of the $91,000 that should have been bid instead of the hid $50,000 cost. In essence, ACI is responsible for $91,000-$50,000 = $41,000 of the costs of building the new wall because the original bid amount was not adequate for the originally planned work. Equitable adjustment calculations are below. Total to Date Obstructions = Anticipated to Install Equitable Adjustment Credit = Use = New NW Wall Costs = Bid credit for incomplete wall QUITABLE ADJUSTMENT = OBSTRUCTIONS 1,JITABLE ADJUSTMENT = $144,145.45 -$64,000.00 Portion of "Total to Date" attributable to obstructions -$91,000.00 Originally anticipated cost to perform bid work -$10,854.55 Credit to City for the partial NW wall -$11,000.00 $229,711.33 NewNW Wall Costs @ Negotitated Unit Prices -$11,000.00 $218,711.3,3 $64,000.00 $282,711.33 (including obstructions) City of Tukwila 40th - 42nd Avenue South - Phase III Change Order No 02, Exhibit B Pearson worked for 9 days to complete 6 piles. At anticipated 2.5 piles/day, it should have been completed in 6/2.5 = 2.4 days. Use 2.5 days. Therefore, 6.5 days were obstructions. Portion of work that was production = 28% Portion of work that is attributable to obstructions = 72% Actual Costs Breakdown ACI Labor - $ 9,679,70 Obstructions Portion = $ 6,990,89 ACI Equipment = $ 5,149.05 Obstructions Portion = $ 3,718.76 ACI Materials = $11,634.81 Obstructions Portion = $ 3,436.50 This is for concrete that was added for pile embedment Pearson Drilling = $68,600.00 (not including mob/demob) Obstructions Portion = $49,544.44 Obstructions Total = $63,690.60 (ACI and Pearson Obstructions Cost) Use $64,000.00 City of Tukwila 40th - 42nd Avenue South - Phase 11 Change Order No 02, Exhibit B Engineers Estimate MOBILIZATION AECOM ACI Subcont or LABOR UNIT Rate UNIT Rate Cost W/Tax ACI $ MARKUP ACI PROPOSED Fingers (9 Mil / DAY, 30 Days) .Flagger 270 $45.54 275.4 $44.59 29% $1.5,842 $15,862 Survey (2 MH / DAY, 15 Days) 1 Surveyor 30 $128.29 30 $4,657 21% $4,657 $4,657 Design Costs 1 Pickup 30 $ I 9..00 30 $19.00 21% $690 $690 1 Project Manager 60 $71.82 60 $71,82 $4,309 29% $5,559 $5,559 Staging Yard Orange Fence 0 $2.30 200 $2.30 $2.53 21% $612 $0 Durnpster Rental 1 $ E000.00 1 $1,000.00 $1,100.00 21% $1,331 $1,331 Temp Toilets 1. $120.00 1 $I20.00 $132.00 21. "/0 $160 $1.60 Temp Fence 200 $7.00 200 $7.00 $7..70 21% $1,863 $1,863 Backhoe 8 $38.07 16 $22,00 $176 21% $426 $369 Operator Group 3 8 $67.68 16 $63.1.3 $1,010 29% $1,303 $698 Laborer Group 2 12 $55.28 24 $50,54 $1,213 29% $1,565 $856 Onsite Supervision Pickup 60 $6.00 60 $6.00 $360 21% $436 $436 Superintendent 60 $70.67 60 $70,67 $4,240 29% $5,470 $5,470 $127,656 REMOVE 8' BELOW FINISH GRADE 1 Mech Truck 24 $35,00 24 $35.00 $840 21% $1,016 $1,016 1 Hauling Sub per Hour 8 $145.00 16.55 $145.00 $1,160 21% $2,904 $1,404 1 Excavator EX200 24 $87.57 24 $60.00 $2,102 21% $1,742 $2,543 1 Loader, JD 644G 6 $64,54 6 $44.00 $387 21% $319 $469 1 Foremans Truck W/Tools 24 $2.7.68 24 $12.00 $664. 21% $348 $804 1. Laborer Foreman 24 $71.14 24 $58.67 $1,408 29% $1,816 $2,202 2 PipcLaycr GradeCheek 48 $55.28 48 $51,46 $2,470 29°/0 $3,186 $3,423 1 Operator Group II 24 $67..68 30 $63.17 $1,895 29% $2,445 $2,095 $39,913 $51,905 City of Tukwila 40th - 42nd Avenue South - Phase III Change Order No 02, Exhibit B LAGGING SUPPORT A.C1 LAGGING SUPPORT COSTS 1 Excavator EX200 1 Excavator Mini 1 I.,oader, JD 644G 1 Truck., 1 T Flatbed 1 Laborer Foreman PipeLayer GradeCheck 1 Operator Group II AECOM UNIT RATE 8 $87.57 16 $43.49 8 $64.54 80 $27.68 80 $71.14 0 $55,28 80 $67,68 ACI UNIT RATE MARKUP PROPOSED 106.84 21"/0 $848 43.49 21°A, $842 73.24 21% $625 28.9 21% $2,679 $71.13 29% $7,342 $55.29 29% $0 $65,41 29% $6,985 ACI STEEL SHEET AND BACKFILL COSTS (NORTH WAL 1555 SF 1 Excavator EX200 24 $87,57 106,84 21% 43.49 21% 1 Excavator Mini 1.6$2,543 $842 $43.49 1 Loader, JI) 644G 8 $64.54 73,24 21% $'.. 1 Truck, 1 T Flatbed 48 $27.68$1,:25 0 289 21% R 1 Laborer 'Foreman 48 $71;14 $71,13 29% $4,405 1 PipeLayer GradeCheck 48 $55.29 29% $55.28 $3,423 1 Operator Group II 48 $65.41 29°A. $67.68 $4,191 Hauling Sub per hour 15 2. $145.00 21. % $2,632 CSBC Steel Sheets $10.73 220.00 21 21%/$2,777 20 $55,324 ACI STEEL SHEET AND BACKFILL COSTS (SOUTH WALL 913 SF 1 Excavator EX200 16 $87.57 106,84 21% $469 43.49 21% $1,695 1 Excavator Mini 10 1 Loader, JD 644G 6 $43.49 73.24 221%$526 1 Truck, 1 T Flatbed 32 $27.68 $64.54 28.9 21% $7 L13 29% $1,072 1. Laborer Foreman 32 $71,14 $2,937 1 PipeLayer GradeCheck 32 $55.28 $55.29 29% $2,282 1 Operator Group li 32 $67.68 565.4 I 29% $2,794 Hauling Sub per hour 9 $145.00 21% $1,579 $10.73 CSBC 126. Steel Sheets 12 5220.00 2211$1,635 $3,194 $65,872 $21.25 SF Crew = 3, 2 Weeks Full time or 4 Weeks Half Time Note: Lagging time includes installing steel sheets behind piling, backfilling void behind lagging with CSBC and removing steel she CITY OF TUKWIU A PUBLIC WORKS DEPARTMENT S3OOSuudhmanterBoulevard, Suite 10O Tukwila, Washington A8188 Phone: (2NS)433'O17S FIELD ��U����~l�U`�� ��� . "~-~.^=*=n"x~~~*vo�~~vvo" _ To:AcFi�-eConatu�ctkon Attn: Chris Roberts Work to be performed'. Date: 10/ GC2017 � _ ��ec�Name�40�__4� PAvenueSouth__Phamo___||| - Project No.:9$41U303 | Contract No:17-085 Please proceed with the work of installing a temporary shoring wall system as detailed in the attached drawings. The Contractor shall perform this work in accordance with Section 6-16 of the current WSDOT Standard Specifications. Per previous discussions, Pile Contractor's Inc appears tn be ready to perform this work in accordance with the attached schedule and provided the lowest cost bid (attached). We aho|| commence with negotiating afinal change order cost for this work, Reason for modification: During excavation for culvert etthe planned 1.75:1 slope hwas determined that the excavation geometry was not sufficient given the actual site conditions and soils encountered. Cutting back further to lessen the slopes is not possible due tuthe existing utility support bridges that are already in place. This results in the need to provide temporary shoring toenable proceeding with culvert excavation, Work under this Field Directive modification will beaccomplished: o For alump sum increase/decrease of tothe contract price. o Dnaunit price basis with omaximum allowable increase/decrease of G] With work to start immediately and determination of any change to the contract price and/or cornpletion date 0obenegotiated. Negotiations hobecomplete within oreasonable time toallow for timely change order processing and payment ofdhewmrh. ` O Work to be tracked and paid on aforce account basis in accordance with Section 1'08.6. O With nochange incontract completion date. • With contract completion date estimated tobeextended/decreased working days (to befinalized byChange Ordo¢ u With contract time adjustment tobedetermined using procedures inSection 1'08.8Extensions ofTime (Final time impact tobefinalized byChange On]er). Performance ofthis Field Directive isauthorized byall signatures below: Accepted by: Approved by*: Verified by: Contractor's Rep — Name - City Construbtion Engineering Authority Date Construction Inspector Representing the City ° Verbal approval acceptable with back updocumentation. 1 N01.1011211SN00 3A11DV 08* 'vii/ANnt 11 35V6d 'S '3AV ON - 0103 1.10k1V 3d1d 31V1d Iona is NVid 01530 0311310415 zot-en (cse} 33.1 MI 1tS01 '311033 MB VIA 'MONA I501 OVON onia pi ts NOI1D11?J/SNOJ ]Allr)tl 540.656(536) 101136 V33'31.1141 SOL .1113'41114113V33031.13/11193111.193 3331/1VW 'H33 11110Hd[ I-T<1 a)1, 7,‘ \ \ ",\). 34 00 (P,) 0000 000 01(0 01 NOlionaiSNOD 3A110V WV, IrinANAI 11 3SVHd- 'S '3AV ONSV- 0104 HONV 3dld 31V01 ivanonais NVld N0IS30 SNINONS (c0 001 I601-000 (4SL) 30000 (NIS VA 00000 4SY3 OvOs ONA ANL NOilY161SNO3 PI I DV mqoo 0116'655 (5Z0 C11086VAOANI00 MOVASIONI,M(NTOwNVIMUM pnu'ONIMNION3 MUM 'wo AFAIE CAE SHORING DESIGN PLAN STRUCTURAL PLATE PIPE ARCH 40TH - M12ND AVE. S. - PHASE III TUKWILA, WA ACTIVE CONSTRUCTION J1, PivP3,01 , LP, LPL,IlluKILLN .33,PL0 SETBACK TABLE RANE TO 30 TON MAX (2' 'AT 325 EXCAVATOR CAT 345 EXCAVATOR AT 365 EXCAVATOR . 12' 5 CD LOADER 5' 004PIRUCI5 A- 0 SPOIL PILE (43-TALL) CONCRETE TRUCK 5 8' MIXING SIRUCTLINTS N 50' RAILROAD TRACKS A. 100' STREIT rILALIK: - ABOVE LISTED SEIDACKS NALL BE MAINTAINED A DISIANCE 585 ROM ALL EMS CA SHORING AND AIL TOPS Of SLOPES AT ALL OWES IN ADOITION TO THE SETBACKS USIED ID TOL /ABLE ABOVE. A HITACHI 245 EXCAVATOR MAP BE USED AS CLOSE AS 1' FROM THE 50010 SHORING WALL LL,Ax WAIN ,,P10,3,I(LviAlr (IPP110,1 (13P) ( 19 ) (19A). ( 20 L.UP. SUL L1,30 ,L1,L3L, suP,A3L CIYP,} (20A)) ( 21 ) (22 LUMP. LACIILP 0',WELL 031,-, PL,1311 811 k (AL , ',pm 15, (54515 1,1E51 r1,411 (Lk l; ILIL IL WEAK L 110 . LAL4 bAr 'HALL PL (0,0,3.3 IPPON, ((.1,1011 (1,P) ( 34 &AM 0, Flab .0.111/. H OL3,0.1,1 _LLL,(01,1ILW1TIL I L PAIL dr LI ) ( 35 37 —5555 ( 38 (23 () 3 ( 39 (+LL„1., 3,,,z1E1 011 41- C)lv SECTio ( 25) 29 - P113,1410 / 0 sawn, SPE HARI 1,31 13(61:0,11.1.1( (LYN ( 42 )) ( 26 -1,1PP 001kir LA( UTILLIr `3111',00` (IrP) - 43 ) ( 44 ( 45 (55,1119.1, PPR, LALEINA. L059115 4 2' Al FAN, pakl 01 rILLIAR LAPOIL,",, '310veri (IrP uPPL ( 30 ) ( 31 ( 32 PILE CHART RETAINED RITE # PILE SIZE (OPT(ONS GIVEN) HEMSED (0) EIGHT (11) 19 WIELISE I9A 414,158 20 808,055 20A 19184158 21 408,054 29 W184125 23 91124125 2 l'-05 24 W184158 25 0149198 (0184130) 217 8144132 (01841061 (5 0' 27 91144198 D81841307 28 . 19184158 10' 6' 3 _ 29 91144116 (418.55130) 30 81144132 (0183100) _3.22 ... 31 1014485 (4l 84767 32 I81(4489 (4113,96) 5.2....... 15 N/A N/A N/A 34 1014489 (9118/526) 12.-65 _ .22_2 .........33„ .3 35 11E14989 (9/18476) 3E 4144132 (W184106) 37 414,250 U4IES1927 38 4145178 (4184130) .59 4144132 (4(89108) 40 58144176 (19184130) 41 59144213 (91189192) 42 11044176 (41841307 43 — 4144132 (191841067 0814489 (19184767 45 1,1114489 TW111110 2!' 0' 20-0' REVISIONS NO. DATE 10-12-17 DAZE 9-15-17 00080408 FDB GLIEGNED B19 LRG %Et( OF 3 3 DRAWING NOE REV 17-1826.1 2 I PILE COORDINATES PILE f N 172,000+ E 1282,M+ 19 R99.44' 26811' g..4.3 280.34' 959.53' 273.60' ...... 33,32 999.19' i 327.61' 1 • .1 \ `k. •„ I) - - - " — '46 \ • ,V i i - S,,,,,, ‘‘ \ 7,17.17XF. (u) vo'1111',1111 ILK CHARLES ENGINEERING. INC. LOIS 156Ih Annue,NE,Building RENNIN &Ilene, WA 98007 NTH 559-9775 wprEELRINEKRINEHIBERN ACHVE CONSIHUCIION 5110 NW ROAD DV FAUNA WA 9840 PHONC (253) 298..1091 FAX: (253) 248-1092 SHORING DESIGN PLAN STRUCTURAL PLATE PIPE ARCH 40TH 42ND AVE. S. - PHASE III TUKWILA, WA ACTIVE CONSTRUCTION ��^U�� �`����1���U^�����«� Inc.nn~~ �-��..�.~"«~�^�"~° �..~~ 375East Sunset Way, Issaquah, WA 9V027.(425)557'8628^Fax (425)557'8634 October 20,20l7 Active Construction Inc. POBox 4}O Puyallup, WA 98371 Contact: Grcg(}ebhurd RE: Avenue South Phase III Gilliam Creek Shoring We are pleased oosubmit this quotation for furnishing and installing soldier piles shoring system per the below unit pricesuud dco: 1 Mobilization 1 us $50,000.00 $50,000.00 2 Shaft arDiameter 799 LF $275.00 $219,725.00 a Furnish Soldier Pile vv1ex1se 190 LF $115o0 $21.850o0 4 Furnish Soldier Pile vv1ox1so(Support Pile #z^) 40 Lr $115.00 $*.sno/m o Furnish Soldier Pile vv1nx1na(Support Pile #zn) 40 LF $115.00 m4.600�00 e Furnish Soldier Pile vv1ov1Ts 73 Lp $125o0 $e.125.00 7 Furnish Soldier Pile vv1ox1on su Lp $onun $5,890.00 n Furnish Soldier Pile vv1ex1nn(Support Pile w2n) 40 Lr $95.00 $3,800.00 e Furnish Soldier Pile vv1Vx1an(Support Pile *oo) 40 LF *000n $3,800.00 10 Furnish Soldier Pile vv1nx1ao(Support Pile mme) 40 LF $onoo $3,800.00 11 Furnish Soldier Pile vv1nx1oo(Support Pile #4z) 40 LF $asoo $3,800.00 12 Furnish Soldier Pile vv1ox1ns 13* Lp $95.00 $12.730o0 13 Furnish Soldier Pile vv1nx7s 41 LF $55.00 $2,255.00 14 Furnish Soldier Pile vv1ox1nz(Support Pile #nr) *n Lr $150o0 $6,000.00 15 Furnish Soldier Pile vv1ox1oz(Support Pile #41) 40 LF $150u0 $6,000.00 18 Utility Cross Beam Supports 4 Ex $2.500.00 $10.000o0 17 Lagging Timber srThick 31* ap $17.00 $5,338.00 18 Lagging Timber o^Thick 5e7 SF $znoo $13.731o0 19 Alternate Lagging *^Thick *sn Sr $10.00 $4.500�00 20 Lagging- Steel 1^Thick 1'601 SF $70.00 $1112.070o0 21 Alternate Lagging o^Thick 1.151 SF $17o0 $19.567.00 oz Removing Soldier Pile Obstructions 1 EST $10.000.00 $10.000o0 Total Bid: $533181u0 Exhibit C, Field Directive #17, Page 6 ��^U�� Contractors, Inc.UU^~ �..~~ 375 East Sunset Way, Issaquah, WA 98V27,(425)557'862Q.Fax (425)557'86}4 Optional: Fall Protection Railing above shoring vvuU: +$5,400.00 Perf Bonding f9,400.00 This quotation isbased ontile conditions ofattachment ^^&" Access andremoval/de-energizing of conflicting utilities (overhead or underground) to be provided by others. See #10 on attachment A regarding utilities. Price based on securing beams from floor stock. Pile Contractors is not responsible for increased costs or delays associated with prior sale of floor stock materials. Allow one week from executed contract toprocure materials and mobilize tothe site. Sales/Use tax ianot included bnabove pricing. See attachment Afor complete list ofconditions and exclusions. We hope to be of service to you on this project. Pile Contractors, Inc. Exhibit C.Field Directive #17.Page 7 2 Pile Contractors, Inc. 375 East Sunset Way, Issaquah, WA 98027, (425) 557-8628, Fax (425) 557-8634 Gilliam Creek Culvert ATTACHMENT "A": GENERAL CONDITIONS Specific Exclusions and Clarifications 1. All excavation, demolition and export of soil is to be by others in a timely manner so as not to disrupt the shoring installation process, including excavation required for lagging installation to the face of the beam, Mass excavation has to be performed to provide a reasonably flat excavation across the site. 2. Flagmen, traffic control, street cleaning, and night lighting is excluded 3. Waste concrete or drill soil removal on a continuous basis as not to delay Pile Contractors. Drill spoils will be removed from the auger flight and deposited around the pile location. General to provide containment, control and removal 4. Shoring monitoring is excluded. As-Builts/Post Installation Surveying is excluded. 5. Furnish steel items price and availability is subject to mill rolling at the time of order. 6. Provide access for all personnel, rubber tire or track mounted equipment and concrete truck moving under their own power to and from all work locations, free of standing water. Access includes furnishing, placing and maintenance of surface materials, dewatering, mats, ramps and benches throughout the project. Benches to be a minimum 20' wide. 7. Survey and layout to he by others. Including elevations. 8. A supply of water (50 gprn) for drilling and grouting operations is to be provided by others. Should the use of water slurry be necessary, General Contractor to supply baker tank(s) of sufficient size and quantity for the work being performed. 9. The control, collection, and disposal of all drill spoils created by installation of shoring to he by others. Drill spoils include, but are not limited to, drill cuttings, ground water, drill water, process water, and cement waste. 10. The protection, relocation, removal and/or repair of all utilities, whether overhead, on or below the surface, as well as those on adjacent property so as to prevent any delay of or interference to PC1's work is to be provided by others. Overhead delineation of active power lines within the swing radius of the crane and any required spotters for working adjacent to live power lines shall be provided by others. Pile Contractors can provide spotters when required by L&I regulations at a cost of $800/day. 11. Protection or Repair of Asphalt, Sidewalks or other Improvements. 12. Any and all required fall protection devices at the top of the excavation to be by others. 13. All traffic control, street sweeping, and vehicle/pedestrian protection to be by others. 14. Any and all permits, fees, and easements necessary for the completion of the work to be by others. 15. All inspection, record keeping, and material testing to be by others. 16. No allowances for bonds or permits arc included. Performance/Payment bonding available at additional cost. 17. Subcontract and schedule shall be mutually negotiated and agreeable. 18. Removal of obstructions is excluded. Obstructions are defined as boulders, concrete, logs, or any material which cannot be penetrated with standard earth auger equipment, 19. Delays will be charged on force account basis per standard WSDOT specifications. 20. Payment terms are full payment due upon demobilization. Overdue amounts shall accrue lnterest at 1.5% per month. 21. This quotation shall remain in force up to 45 days from the quotation date, 22. Pile Contractors standard insurance limits. Liability insurance coverage over 2,000,000, Railroad Protective Insurance, pollution, builders risk or others non-standard liability insurance is excluded. Additional insurance can be provided at additional cost. 23. The quote and attachment 'A' shall be incorporated into any signed subcontract. Attachment 'A' shall prevail over any inconsistencies between the subcontract and the attachment. 24. Retainage shall he released per 1-08.1(1) of the standard specifications. 25. Treatment, Storage and disposal of silt laden water is included for soldier pile drilling only, use of tanks or pumps for other dewatering or settling is excluded. 26. Sanitary services 27. Sales Tax ( unless noted otherwise) 28. All Excavation, soil treatment/disposal 29. All wall drainage including prefabricated drainage mat. 30, Welded Shear studs, rebar or any permanent wall features. 31. Price includes a singles mobilization and requires continuous access to work. If additional mobilizations are required, please add $25,000 per mobilization. 32. Beam Coating or Galvanizing is excluded. Exhibit C, Field Directive #17, Page 8 'Teak lv'Hma D anon `vtart ..F"Wish 1 and ,y'/,„Sy}ygrl{gainant CPM rgg�g aghecvin wy,4 .. ........ 46 days Tus19117/17 Thu 121T1/1 2 A /Th 4lst04tl Aled �ga,�g 9 days Tue 10,1741 ] Fe 19/27/17 1 Pnc,ng 4 days The 10/17/17 Fri 1/7/7717 _4 ( Matertai Procurement 5 days Mon 10/ 23/17 Pei 1,27/17 2 ...5 .. ¢1Vpgfra Pha7441 rygnN $Wg S tlaY3 Tua 1411 ]/17 Mon 1p413157 ..�.. mxlan mlaro-aatmern adage Tea lanm Pe, 10/19417 34,S Pe,tend inks!E0/0/ing.i61("invert !day Wed10/18/12 Wed10/16,17 63041 day &Rend Outlet Exlseng 3fe Culvert 1 day Thu'10/19/17 Thu 10/19,17 7 InVuuluue Severn Into Existing 201 Culvert 1 J4y FII 10/20/17 Fe 10/20/12 8,6 Remove Pem,po 1 day Mon 10/23/17 Mon 10/22/17 9 1 / - ghorinq System 21 days Thu 15/26/17 Thu 11/23/17 12 North Wail 19 days Thu 14/26/17 Mon 11120/17 Mnbdzalion 2days Thu10/2ffi1/ Fn1/U2'/19 4SS13days 14. 1 ....Pee 24 tray MO/ 10/7lk17 Mon1030/17 410 _j�....' frmlall Pile 24 1 day Mon 10/30/17 04/ 1(/30117 141,E Pour Piles 24 ,7,12 1 day Tue 10/31/17 T. 10/31/17 14,15 171 Install Pile22 1day Wed1111/17 Wed11/1/12 110 1S 1 Install Pea 21 1 day Wad 11/1417 Wed 11/l/17 1"/SS 9 I I Pour Piles 21 and 22 !day Thu 11l2f17 Thu 1112/11 18,17 Instae Pile 20A 1 day Fri 11/3f17 Fd 11/3/12 119 i Install P'la 20 1 day Fri 11/3(17 Fri 11/3/17 .045 Pour Plies 20A and 20 1 day Mon 11/6/17 Mon 1145/17 21,20 �.. ...� I/0711 Piie10A !day Tee11/7/17 Tua11Rd17 22 festal) Pee 19 1 day Pt. 11O/17 Tue 11O/'17 238S Pour P3as 19A and 19 1 day Wad 11/8/17 Wed 11/8/17 24 Install Pea20 1 day Thu 11/O/17 Thu 11/9/17 25 ....2...,...., 2] In3tall 4+No 27 1 day Thu 11017 Thu 11/9117 26SS 26 -. P Piles 2.7 and 29 1 day rrf 11/10/17 re, 11/10/17 27,26 29 t II Pile 26 1 day Mon 11/13/17 Mon 11/10/17 28 0 "� f IP/221 /day Mon 11/13/1/ Mon11/13/17 295E ,11 I Pete Peet 25 and 25 1 day rue 11/14/17 T20 11/14/17S0,29 ...........i 32 � Irvxd 1i Pile 32 1 day Wad 11l'I5/17 Wed 11f1 "u/17 31 Install 31 1day Wed 11/157/1 Wed 11/16/17 32sS 34 P041 Pees 32 arrd 0l 1 day The 11/16/17 Thu 11/1607 02,33 35 �`testae Ple 30 l day Fe 11/17/17 Fe 11/17/17 34 Instal Pilo261 1 day Fri 11/17/17 Frltt/12/1735S8 ,...1 Pour Piles 30 and 24/ 1 day Mon 11/2P/17 Mon i1/20/1'2 36.20 38 Excavation Phase 14 days Fni 11110/17 Thu 11123/17 Project' (Ream Creek Rev 3 Task Date. Tue 10/17/17 Critical Task xhibit C, Field Directive #17,'Page 9 Plcgrass Summary .F Mileslona • Rolled Up' Task 17 New Iqq A r60 / W 1 / rng,'A41 M✓'T V" wr rly l',W M `1/0111111111101.11111111111 "—""'-'T Adminigtrativu end Start Up North I Existing 36" g:Ul420 Outlek Exiling' 6" Cul Jute SkoamloldoEz/Mtl Page 1 ywn w Yn f id J nn,l Wrr 1,:,jr.�jrwrl W„5a�h wall n,pea'. ItifamR 0 Guivart Replaeamen/ RPM Temp 5ry 11g W911 ��WPoer Plies 2A and 23 IIMi,fp/n.stal1 P11a 22 3ti,41,71all Pila 21 Pour P/04 21 and 22 Mun II Pile 20A dp�-IaYll Pile 20 Pour Ptiss 20A and 20 tall Ptla 19 our PIMA Mani] 19 In 0iah Pee 28 �,4n3M11 Plie 27 sirY;Iles 27 and 26 I fail Pde26 4m I 1 II Pile 25 P Ur Pifas 25 and 26 .In1Wl Pile 32 JngtalI Pile 31 Ur, our Piles 32 and 31 11 Pile30 Pile 29 trolled Up 1r,ogreau..._.- Split External Tasks Project Summa/ To ' :'10817:0W0- — ,.— .. .. „:0 0 ! . , ',MIT 4,0 iE,;tjVtW'l ,0,0/0 onto North Side 00oroti2 to Top of E6s0ng 0163626.1.2en '' 16-d00y0 0rt.1o11i.m7 ' *21622020 21 40 Excavate North Side to Top of at stmg 363 Culvert 10 days 6011/16/17 Thu 11/23/17 3950 41 South Well 12 days Mon 10/30/17 Toe 11114/17 41'[n0ta9 Pile 34 1 day Mori 10,30/17 Mon 10.6017 13,4 43 Install Pits 35 1 day Mon 10/30/17 Mon 1060(17 42SS POCK Phes 35 ond 34 1 day Tue 10/31117 'Tue 10261/17 42,43 Instali Pile 36 1 day Wed 112617 Wed 1 1/1/17 44 Pite 37 1 day Wed11/1/17 Wed 11/1/17 40510 Pow Plies 57 and 3.5 1 day Thu 11/2/17 Thu 11/2/12 45,46 Install Pile 3$ day Fri '11/3/17 PO 11/3/17 47 Install Pile 36 1441 Fii11/3117 Fri 11/3217 481S Pour Piles 39 and 38 1 day Mon 11/6/17 Mon 16017 49,48 lama Pits 40 1 day The 11/7.62 '110011/7617 50 Install Pile 41 1 day T. 11/7617 Tim 11/7/17 510S POW Pile6 41 .1140 1 day Wed 11/8216 Wed 11/6/17 51,52 ,,44 .nstell Pile 42 1 day 'rhu 11/9/17 'Thu 11/9/17 53 10,010 Pilo 43 1 day Thu11/9617 Thu 11/9./17 54SS Poor Piles 43 and 47 144y Fn 11/10/17 Fri 11/101/ 54,$$ install Pile 44 1 day 14166.11/13/17 Mon 11/13617 56 Install Pile 45 1 day (Non 11/13117 Mon 11,3/17 57 SS Pow Piles 45 and 40 1 day 'Ns 11661217 Tue 11/10117 5753 Excavation lthatie 2 14 days hue 11/7/17 Fri 11/24/17 Install South Side Shoring to Bottom ot South Footing 10days Tim /1,7/17 Mon 11/26117 56 Excavation South Side to Bottorn of South Fooling 10days Tue 11,7/17 Mon 11/20/1T 01135 Excievate / Prep South Side Fooling Base 1 day Fri 11/24/17 fiti '110017 37,364059,61,62 Nagoo,p Fooling Phase 1 6 days F611/24/17 nil 12C1/17 F/R/PIC South Side Footing 5 days F611(24617 Thu 11/30/17 632$ Backlill to top of Footing 1 day Fri 12/1617 Fit 12/1/17 $3,65 E09469 Flaa. 9 4 days Fri 1211117 Wed 1216117 • Corinect 36" HOPE to Irdel.Tioattnent 1 day Fri 12/1/17 Fri 1221/17 660S10 Ivis.1611 and Fuse Remaining 363 HOPE Pipe 3 days Mon 12/4/17 Wed 12/6/17 66,08 Consttucl outlet dltoh 1 day Wed 'I2/6117 Wed 1216/17 69S0+2 days Excavation Phase 3 6 days Thu 1217/12 Thu 12114117 Complete Shoring Installation 16oith Side 5 days 'Thu .12/2117 Wed 12/13/17 10,69 73 CorniAste Excavation to Boldom North Footing 5 days Thu 12/7/17 Wed 12/13/17 7255 Exc../ Prep Noith Side Foriting Base 1 day Thu '12214/17 Thu 12/14/17 73 Footing Ph2092 5 days F912/15/17 Thu12121/11 fl/f6/P/C North Side Footing 54666 51113/15/17 The 12621/17 74 48 47' 48 49 50 5/ 66 54/ 00 01 62 4,0 64 05 00 67 00 70 7,1 Oats 'Tun 10/12/17 Critical Task Milestone /0010400/300 Split Project Summary Deadline -ffelcibirective #17:3ade Page 2 — „ Instiall Pile 34 nallall Pile 35 }Pour Piles 35 and 34 j install Pile 36 [91-1install Pile 37 1tl040 Piles 37 and 36 1 ' 11I Pile 391 Pits 30 11 row Piles 39 and 39 Install Pile 40 , Plle 41 Pour Piles 41 and 40 Install PHs 42 Install Pile 43 • South Wall 002 y Piles 43 and 42 ristoll PHs 45 a 4"" 80 - Pr Cr.C6P.05 doir foP to Top at Existing Sall Culvert Excavation 444842 utli Side Shia nu to Bottom of South Footing Bottom of South Footing p South side Footing Bass South Side Footing Phase 1 MAC South Side Footing J-Esslitill to top ot Footing Bypass Phase 2 neat HDPE to Inlet Treatment and Case Remaining. 36'l HOPE Pipe onstruct outist ditch Excavation Phase 3 Complete Shoring Installation North Side 9/-------1,Complete Excavation to Bottom North Footing 11.1Exc00910I Prep North Side Footing Base rommemuirmy Footing Phase 2 F/R/P/C North Side Footing Gillian, Creek Rev '3 Task Progress 11111.111.11111111111111.1 Sun,. /6' wimmiumlo R„,,,,,,1„0010, T.* Rolled Up Prithess Extemml Tasks Gioup By Summary "go ' 1! 4o 1( DOI Ai 27 1 , R Questions to Pile Contractors Proposal In addition to the questions below please be prepared to discuss equipment, time frame for completion, proposed drilling methods for encountering water and obstructions, overall means for carrying out the work. 1. What is the cost of Sales Tax if included? Sales tax on materials would add $24,500 2. Please clarify what "access and removal/de-energizing of utilities to be provided by others" means? Is this specific to the duct bank? Specifically we need access to be created where the drill can get with 10of the wall lines as .this is the limits of the drills reach. Although the access for the drill does not need to be dead level, it needs to be reasonable level and firm to support the drill. The crane can sit further back but it needs a level firm pad on which to sit. We would expect these conditions to be provided by others. We understand we have existing utilities to work around, this general statement really applies to utiltites that are in direct conflict with installing .the work either underground or overhead which rray interfere with the installation process. This can include overhead power lines within the swing radius of the crane as there are specific rules about how close we can work to active power lines depending, on the voltage. A bit of broiler plate in this case as we know the utilities are already located and exposed. 3. What is the backfill material PCI proposes to use above the specified concrete? We use either lean concrete or native material for all areas above the bottom of lagging elevation. This material needs to he easily removed to facilitate lagging installation where in conflict. 4. Please clarify what the "steel items pricing is subject to change based on price at time of order" means. Again a bit of broiler plate exclusions. We run into this a bit where there is considerable lag between the quote and the execution of the subcontract which triggers actual ordering of materials, Often material is not in stock and is coming directly from a mill rolling. if you miss a mill rolling because of a delay, then the mill will adjust their prices based on market forces and material input costs, Mill rolling prices thereby tend to waiver a bit whereas stock material tends to be more stable because the supplier has already' paid for the material from a past mill rolling. In this case the materials are coming from stock so the price would only change if a considerable amount of the material was sold before we place our order. V understand we are under a time crunch here so II would expect that if we were selected to perform the work we would be ordering the material within the next week and the material we based our quote on will still be available. 5. Payment due upon demobilization may not be achievable. Payment terms may need to be revised in subcontract to reflect payment terms in the contract. That would be nice for us but we understand that there will be some delay between completion and payment. We would expect that not to exceed 30 days. 6. Need to discuss standby rates / mobilization costs / de mob costs. Proposal states additional mobilizations will be charged at $25K. We expect to corne in and perform this work, in a single mobilization without stopping. If for some reason we have to leave the site or suffer a considerable delay then we have to weigh the costs of moving out vs being on standby. Our cranes and equipment are in demand and having itsit idle is an opportunity cost for us, So I would not anticipate being stopped for any reason but there is costs if that happen. Breaking down the crane and rnoving it (as well as re -mobilizing and reassembly) and other equipment incurs costs and that is what this statement attempts to protect us from should we have to mobilize multiple times. 7. What is Perf Bonding and why is it recommended? A bond is basically an insurance policy that we are going to complete the work per plans and specifications and pay all of our suppliers, taxes, employees, etc. If for some reason we were not: able to perform then the bonding company steps in and pays for additional costs incurred by the owner, 8. What type of fall protection system would be provided? We typically include a system, where we tie off to a static line between two ecology blocks, If there is something else required beyond this such as an overhead tie -off system used by some of the bigger general PO BOX 430 PUYALLUP, WA 98371 PHONE (253) 248-1091 FAX (253) 248-1092 Exhibit C, Field Directive #17, Page 11 www.activcconstruction.com • Page 2 of 2 October 24, 2017 contractors then we would expect you to provide along with any additional training required depending on the system. 9. Is the cost to remove the shoring system to 8' below finished roadway elevation included within the cost? Yes 10. How big of a lay down yard is required? in addition to the equiprnent which has a fairly large footprint (crane is 25' x 45') and the drills are 100,000# and 50,000# excavators we need an area to stage the materials. The beams and lagging will take up a lot of space and need to be adjacent to the work. We don't want to double handle materials- it just slows us down and increases our costs. 11. What type of equipment will be used? As mentioned above we pan on bringing in our Manitowoc 222 hundred ton crawler crane, two drills one larger drill and one smaller where we have to fit between the two utility support runs as we think our larger drill might not fit. Then of course temporary casings, augers, core drill and small tools which we store in a conex box on site. We will also have baker tanks and pumps to deal with water we expect to encounter in the drilling process. So a lot of stuff which all takes space but is what it takes to drill in these conditions. 12. What is the plan or contingency for obstructions? We will cone equipped to deal with obstructions.. Obviously we know there are some cobbles on site and when they are larger than the space between the flights on the auger they become more difficult to remove. Typically when this happens we send the core barrel down the hole and try to break it up to the extent we can get it extracted, Sometimes this takes time but we always get by it eventually. 13. What will be needed to contain concrete and waste materials developed from the work that is excluded from the proposal? As we drill down the drili spoils are deposited adjacent to the drill. On tight sites these drill spoils can tend to get in the way after a period of time so its best that they get removed as we go. This typically requires a small excavator or loader and solo trucks to haul it away. When we reach the bottom of pile elevation we anticipate that the casing will contain water. We will at this point set the pile and then start pumping concrete into the casing thereby displacing the water, After we have sealed the bottom and contained any artesian forces we will drop a pump into the casing and remove the water/latent concrete into the baker tank which we wit have on -site, In this project we have included costs to deal with concrete and water associated with our drilling which we typically exclude. We do not have costs associated with dewatering or storing or turbid water associated with anything outside of our drilling operations, (253) 248-1091 FAX (253) 248-1092 Exhibit C, Field Directive #17, Page 11'0 BOX 430 PUYALLUP WASHINGTON 98371 www.activeconstruction.com 17-090(a) Contract Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 DATE: 12-20-17 PROJECT NO.: 99410303 & 99341208 PROJECT NAME: 40th - 42nd Avenue South - Phase III TO: Active Construction Inc BUDGET NO.: CONTRACT NO.: 17-090 (-0,,) Sheet 1 of 1 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; C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" 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. ACCEPTED: Date 1 //ee' /e Contractor: Active Construction Inc By'�-'� Title C4,.cc Retetc 'ems Re."-SA?-41.41-v-* E,€ Original Contract (without tax) $ 6,827,798.84 / APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0.00 ✓ Date This Change Order (without tax) $ 478,893.63 V Byre REV. CONTRACT AMOUNT $ 7,306,692.47 ✓ Previous Contract Time: 165 Additional Contract Time for this Change Order: 0 Updated Contract Time: 165 RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Ma City Engineer cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) EXHIBIT A PROJECT NO.: 99410303 & 99341208 CONTRACT NO.: 17-090 PROJECT NAME: 40th — 42nd Avenue South — Phase III DESCRIPTION OF WORK This change order formalizes work added by Field Directive (FD) #017 for the additional Shoring Wall at Gilliam Creek. While excavating for the new Gilliam Creek culvert, the contractor discovered the existing subgrade was unstable and the planned 1.75:1 slopes were not holding up. This resulted in potential undermining of utility support bridge foundations which carry several sensitive utilities. This Change Order constructs two new temporary shoring walls to support the unstable subgrade. This change order does not include any shoring wall work for support of existing rockery wall at the northwest corner of the excavation. See attached Exhibit "C" for FD #017. MATERIALS All materials shall be in accordance with current contract specifications or as approved by the Engineer. CONSTRUCTION REQUIREMENTS The Contractor shall construct the temporary shoring walls in accordance with plan sheets included in Exhibit "C" and current contract specifications unless otherwise approved by the Engineer. MEASUREMENT AND PAYMENT This scope of work was put out to bid to multiple contractors capable of performing the work. The bid from Pile Contractors Incorporated was chosen as it was the lowest overall cost and the contractor is capable of performing the work. All work required by this change order will be paid for using the new bid items shown on the next page. In accordance with 1-07.2(1), the amount of any taxes paid in the various new items are included in the unit prices shown on the next page. See Attached Exhibit B The quantities for Items # B102, B104, B110 and B111 do not include the quantities to build the northwest corner temporary shoring wall as shown on Exhibit "D" plan sheet. The new items listed above include all direct and indirect costs associated with the FD #017 work performed by Pile Contractors Inc. (PCI) including prime contractor's markup for Active Construction Inc. (ACI). Mobilization also compensates ACI for all labor, material, and equipment costs for the supply of 160 LF of piles that was used in PCI's work. The added work results in a net increase in project costs of $478,893.63 to the City of Tukwila. This change order does not include compensation for ACI support work on the new bid items listed above, nor does this change order compensate ACI for the northwest corner retaining wall work as shown on the Exhibit "D" plan sheet. Compensation for ACI support costs on this added work will be included in a future change order. Compensation for the NW Corner Shoring Wall to be considered in future Change Order. CONTRACT TIME Contract time shall be extended by (0) working days as a result of this change order. The Contractor reserves the right for additional time. Contract time will be considered in a future change order. City of Tukwila 40th - 42nd Avenue South - Phase III Change Order: Soldier Pile Wall - Exhibit B Change Order Items List Item # Item Description Qty* Unit PCI Unit Cost** Prime Mark Total Unit $ Total B101 Mobilization, Soldier Pile Walls 1 LS $ 50,000.00 $ 3,500.00 $ 78,083.88 $ 78,083.88 B102 Shaft 30" Diameter 610 LF $ 290.65 $ 20.35 $ 311.00 $ 189,707.26 B103 Fumish Soldier Pile W18x158 40 LF $ 120.75 $ 8.45 $ 129.20 $ 5,168.10 B104 Fumish Soldier Pile W18x175 0 LF $ 120.75 $ 8.45 $ 129.20 $ - B105 Fumish Soldier Pile W18x130 222 LF $ 100.00 $ 7.00 $ 107.00 $ 23,754.00 B106 Fumish Soldier Pile W18x106 134 LF $ 100.00 $ 7.00 $ 107.00 $ 14,338.00 B107 Fumish Soldier Pile W18x76 41 LF $ 57.75 $ 4.04 $ 61.79 $ 2,533.49 B108 Fumish Soldier Pile W18x192 80 LF $ 157.50 $ 11.03 $ 168.53 $ 13,482.00 B109 Utility Cross Beam Support 4 EA $ 2,625.00 $ 183.75 $ 2,808.75 $ 11,235.00 B110 Lagging Timber 4" Thick 231 SF $ 10.50 $ 0.74 $ 11.24 $ 2,595.29 B111 Lagging Timber 6" Thick 959 SF $ 17.85 $ 1.25 $ 19.10 $ 18,316.42 B112 Lagging Timber 8" Thick 538 SF $ 24.15 $ 1.69 $ 25.84 $ 13,902.19 B113 Fall Protection Railing 1 LS $ 5,400.00 $ 378.00 $ 5,778.00 $ 5,778.00 B114 Removing Obstructions 1 EST $ 100,000.00 $ 100,000.00 TOTAL = $478,893.63 Using a shoring wall system designed by the Contractors engineer (DHC) quotes were requested with 2 qoutes being received from Pile Contractors Inc. (PCI) and DBM Contractors, Inc. These cost were evaluated by the City CM Team and Field Directive #017 was issued to move forward with the shoring walls using PCI's proposed prices. * Quantities paid for under this Change Order only include the scope for the Phase 2 wall. Original PCI unit prices did not include tax. The modified unit prices shown here include all applicable taxes. Exhibit B Page 1 CO Items City of Tukwila 40th - 42nd Avenue South - Phase III Change Order: Soldier Pile Wall - Exhibit B DRILLER BID PRICE COMPARISON (Taxes not included in bid prices) PCI* Item # Item Description B101 Mobilization B102 Shaft 30" Diam B103 Furnish Soldier Pile W18x158 B104 Furnish Soldier Pile W18x175 B105 Furnish Soldier Pile W18x130 B106 Furnish Soldier Pile W18x106 B107 Furnish Soldier Pile W18x76 B108 Furnish Soldier Pile W18x192 B109 Utility Cross Beam Support B110 Lagging Timber 4" Thick B111 Lagging Timber 6" Thick Lagging Steel 1" B112 Lagging Timber 8" Thick B113 Removing Soldier Pile Obstructions Quantity Unit 1 LS 799 LF 270 LF 73 LF 222 LF 134 LF 41 LF 80 LF 4 EA 450 SF 1465 SF 1601 SF 597 SF 1 EST Unit Cost $50,000.00 $275.00 $115.00 $125.00 $95.00 $95.00 $55.00 $150.00 $2,500.00 $10.00 $17.00 $70.00 $23.00 $10,000.00 Total $50,000.00 $219,725.00 $31,050.00 $9,125.00 $21,090.00 $12,730.00 $2,255.00 $12,000.00 $10,000.00 $4,500.00 $24,905.00 $112,070.00 $13,731.00 $10,000.00 DBM* Unit Cost $50,000.00 $290.00 $135.00 $150.00 $125.00 $100.00 $75.00 $175.00 $1,750.00 $11.00 $16.00 No Bid $21.00 $10,000.00 $533,181.00 w/steel lagging $421,111.00 w/out steel lagging Total $50,000.00 $231,710.00 $36,450.00 $10,950.00 $27,750.00 $13,400.00 $3,075.00 $14,000.00 $7,000.00 $4,950.00 $23,440.00 No Bid $12,537.00 $10,000.00 No Bid $445,262.00 Notes - Quantities shown include remaining wall scope (Phase 2 Wall) - Including Portions of Wall #1 (Contractors original scope) CO #1 quantities vary from bid quantities on this sheet to reflect adjusted quantities installed along with northwest wall quantities removed *Neither subcontractors initial bid numbers included applicable taxes or prime contractors markup or other support costs. Exhibit B Page 2 Cost Comparison City of Tukwila 40th - 42nd Avenue South - Phase III Change Order: Soldier Pile Wall - Exhibit B Independent Engineer's Estimate (Including Prime Mark Ups and Taxes) PCI (driller) ACI (prime contractor) Total Item # Item Description Quantity Unit Unit Cost* Total Unit Cost** Total Unit Cost Total B101 Mobilization 1 LS $50,000.00 $50,000.00 $28,083.88 $28,083.88 $78,083.88 $78,083.88 B102 Shaft 30" Diam 610 LF $290.65 $177,296.50 $20.35 $12,410.76 $311.00 $189,707.26 B103 Furnish Soldier Pile WI8x158 40 LF $120.75 $4,830.00 $8.45 $338.10 $129.20 $5,168.10 B104 Furnish Soldier Pile WI8x175 0 LF $120.75 $0.00 $8.45 $0.00 $129.20 $0.00 B105 FurnishSoldierPile WI8x130 222 LF $100.00 $22,200.00 $7.00 $1,554.00 $107.00 $23,754.00 B106 Furnish Soldier Pile W18x106 134 LF $100.00 $13,400.00 $7.00 $938.00 $107.00 $14,338.00 B107 Furnish Soldier Pile W18x76 41 LF $57.75 $2,367.75 $4.04 $165.74 $61.79 $2,533.49 B108 Furnish Soldier Pile W18x192 80 LF $157.50 $12,600.00 $11.03 $882.00 $168.53 $13,482.00 B109 Utility Cross Beam Support 4 EA $2,625.00 $10,500.00 $183.75 $735.00 $2,808.75 $11,235.00 B110 Lagging Timber 4" Thick 231 SF $10.50 $2,425.50 $0.74 $169.79 $11.24 $2,595.29 Blll Lagging Timber6" Thick 959 SF $17.85 $17,118.15 $1.25 $1,198.27 $19.10 $18,316.42 B112 Lagging Timber 8" Thick 538 SF $24.15 $12,992.70 $1.69 $909.49 $25.84 $13,902.19 B113 Removing Soldier Pile Obstructions 1 EST $100,000.00 $100,000.00 $0.00 $0.00 $100,000.00 $100,000.00 B114 Fall Protection Railing 1 LS $5,400.00 $5,400.00 $378.00 $378.00 $5,778.00 $5,778.00 S431,130.60 $47,763.03 5478,893.63 * Higher than bid Unit Costs in this column are to incorporate taxes into these new bid items as required by Standard Specification Section 1-07.2(1) ** In general ACI unit costs represent prime markup of 7% on subcontractors scope except for Mobilization Markups for Mobilization are detailed in the Mobilization Breakout that follows. Exhibit B Page 3 Items LEE City of Tukwila 40th - 42nd Avenue South - Phase III Change Order: Soldier Pile Wall - Exhibit B Independent Engineer's Estimate (IEE) Mobilization Cost Breakdown IEE LABOR UNIT Rate MARKUP* PROPOSED #of Each Mob 1 PCI 1 7% $53,500 Included in CO#1 Design Costs DHC 1 $10,000.00 21% $12,100 Based on actual invoice DHC 1 $610.00 21% $738 Based on actual invoice DHC 1 $1,340.00 21% $1,621 Based on actual invoice Soldier Piles Piles On Hand 40 $50.90 21% $2,464 Based on actual invoice cost Piles On Hand 120 $49.50 21% $7,187 Based on actual invoice cost Loader, JD 644G 2 $64.54 21% $156 Handling Costs to transfer piles PipeLayer GradeCheck 2 $55.28 29% $143 Handling Costs to transfer piles Operator Group II 2 $67.68 29% $175 Handling Costs to transfer piles $78,084 *IEE markups are based upon standard force account markups included in Section 1-09.6 of the Standard Specifications Exhibit B Page 4 IEE Mob Breakdown CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite 100 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD DIRECTIVE 017 To: Active Construction Date: 10/26/2017 Project Name: 40th-42nd Avenue South Phase III Project No.: 99410303 Attn: Chris Roberts Contract No.: 17-085 Work to be performed: Please proceed with the work of installing a temporary shoring wall system as detailed in the attached drawings. The Contractor shall perform this work in accordance with Section 6-16 of the current WSDOT Standard Specifications. Per previous discussions, Pile Contractor's Inc appears to be ready to perform this work in accordance with the attached schedule and provided the lowest cost bid (attached). We shall commence with negotiating a final change order cost for this work. Reason for modification: During excavation for culvert at the planned 1.75:1 slope it was determined that the excavation geometry was not sufficient given the actual site conditions and soils encountered. Cutting back further to lessen the slopes is not possible due to the existing utility support bridges that are already in place. This results in the need to provide temporary shoring to enable proceeding with culvert excavation. Work under this Field Directive modification will be accomplished: ❑ For a lump sum increase/decrease of to the contract price. ❑ On a unit price basis with a maximum allowable increase/decrease of El With work to start immediately and determination of any change to the contract price and/or completion date to be negotiated. Negotiations to be complete within a reasonable time to allow for timely change order processing and payment of the work. ❑ Work to be tracked and paid on a force account basis in accordance with Section 1-09.6. O With no change in contract completion date. ❑ With contract completion date estimated to be extended/decreased working days (to be finalized by Change Order). ❑ With contract time adjustment to be determined using procedures in Section 1-08.8 Extensions of Time (Final time impact to be finalized by Change Order). Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by*: -- 1 Verified by: Contractor's Rep — Name City Construction Engineering Authority Date tot ill-? f)ate Construction Inspector Representing the City Date * Verbal approval acceptable with back up documentation. Exhibit C, Field Directive #17, Page 1 SHORING DESIGN PLAN STRUCTURAL PLATE PIPE ARCH 40TH - 42N0 AVE. 5. -PHASE 111 TUKWILA, WA ACTIVE CONSTRUCTION LN0T51C 1. SHORING 06FN IS BASED ON SOILS COURSING OF LOOSE TO MEDIUM -DENSE ORAAEAR MAIERPI CNER DENSE TO VERY-0E14SE GRANULAR MATERIAL AS °UNTIED IN BORE(.ODS GT1311 AND OTB12 FR01 CH211 AND PROVOED BY THE COMPACTOR. CONTACTORS COMPETENT PERSON STU L CONFIRM 541E SOILS AND CONTACT ENGINEER F OFFERING SOL C0NDIRONS ARE ENCOUNTERED 2 PROME ACCESS, BARRICADING, AND FALL PROTECT/ON, IN ACCOROAICE WM ALL OSHA CWELNES 1 STEEL BFAIS TO DE ASRN A892 STEEL MN Fy = 50 K9. STEEL PLATES TO BE GRADE 50, MIN ry = 50 KS. 4. TIMBER LAGGING SHAM BE ROUGH -CUT DCUGLAS FIR N0. 2 0R APPROVED EQUAL 4.1. USE PRESSURE -TREATED LUMBER IF TT IS TO BE ABANDONED IN PUCE A1TER COMPLETION OF THE WORK 4.2 LAGGING SHALL BE CUT SO THAT R BENS AT LEAST 2' ON RANGE OF EACH SUPPORTING PILE (UNLESS 0111E1665E NOTED), AND SHALL BE GODLY SECURED IN PUCE BOW PILE RANGES SD RAT T OVNOT BE DIGLODUD 4.5. CLEAT LAGGING TO PRE FLANGES W I IBd N415 A5 NEMO. 5., WELDING USE E70 KK ELECTRODES. W'EU NG SHALL BE PERFORATED BY A CERTIFFD WEUFR N ACCOREWCE WITH LATEST EOM CT THE ARS 01.1. 8 SHORING MUST BE PROPERLY INSTALLED PRIOR TO WORKERS ENTERING IXGVATDN WODOBLS MAY ONLY ENTER HOT, MD WORK MIN SHOED AREAS 7. 51EE1. %APES SHALL BE N 031:0 CODRIN AND SHALL BE FREE OF ANY HOLES OR MSUAL DEFECTS. B. ALL VOGS BETWEEN THE C(CAVATED SOIL AND THE FACE DF THE SHORING SYSTEM RUST BE BACKFLIID WDH EXCAVATED S00. N OTHER APPROVED BVCK0LL PRIOR TO WORKERS ENTERING THE EICAVATION 9. GROUNDWATER LEVEL MLLST BE MAINTAINED AT 0R BELOW TIE MINIMUM LEVEL SHOWN ON THESE PUNS AT ALL INES. F DEWATERIIG SYSTEM IS NECESSARY TO ACHIEVE THIS N IS 7HE C0T8ACIOR's RESPOE8BEIIY FOR DEVELOPING, NSTNLND, AND MOON ORINC DEWATFRNG SYSTEM, AND VERIFYING THAT THE GROUNDWATER LEVEL BEHIND THE SHORN(: WAILS HAS BEEN LOWERED AT LEAST TO THE MINIMUM LEVEL SHOWN ON THESE PLANS AT ALL INES. F CONTRACTOR 15 108111E TO LONER THE GROUNDWATER TO TIE LEVEL SHOWN. CONTACT THE SHORING ENCNEI72 IMMEDIATELY. 10. D.N MARES ENUTNEEONG, NC. WEL NOT SUPERVISE, ERECT, CONTROL 0R HAVE AUTHORITY OVER 0R 8E RESPONSIBLE FOR CONDUCTORS MEANS, METHODS, TECHNIQUES, SEQUENCES OR PROCEDURES 0 CONSTRUCTION 0R THE SAFETY PRECAUTIONS AND PROGRAMS INCIDENT THERETO, 0R FOR ANY FALURE OF CONTRACTOR TO COMPLY W I LAWS AND REGULATIONS APPUCABE TO THE F1TNSHN0 OR PEPFORWODE OF WORK 11. VERIFY THE ACCURACY OF ALL DYEN9011S FOR BOTH C091ND AND PROPOSED WORK VERIFY THAT REAMED CLEARANCES ARE OBTANED PRIOR TO COMMENCEMENT OF THE WORK 12 VERIFY THE LOCATION OF ALL EWING UNDERGROUND U011ES P00R TO COMMENCING 71E EXCAVATION. 13. D.H. CHARMS ENONEENNG, NO BEMS N0 RESP01&BNY 0R LIABILITY FOR ANY S0TNEMENT, MOVEMENT, 0R DAMAGE OF ANY KIND TINT MAY OCCUR TO SURROOUNC SODS, E»SNG BULLING STRUCTURES, OR aunts DUE TO SHORING NSTALATON, OAEUON, R01°VA. CR OTHER CONSTRUCTION AMIDES. 5nim C. field Ores a ,Pape PILE 2' MN (NOT TRUE) STEEL PLATE g11 : /L - STEEL PLATE LAGGING SCALER/Z-I'O FILL YLN (NOT T�) C)1 33 DETAIL - TIMBER LAGGING SCALE- 1/2"-I4' DRIER TAGGING Br -THIGH TIMER UGWTG MN FILE ODETAIL 1SCALEI?-i'-0' (E)17 1ST REN90N 1SEE DHC 1FFOR CNTNUAON OF MIOENG (E) ROOKERY ANAL AND FENCE TO BE PROTECTED BY CONIR/CTOT 1'-T11ICK STEEIL PLATE OR 4'-THICK TIMBER TAGGING SEE SEC1TCN NEWS FOR ADO110NLL INTIMATION PILE SEE 0NR1 FOR SIZE (11P) r-TRACK STEEL P141E OR B--➢AD( TIMBER LAGGING I'-11-110( STEEL RATE 0R B.-THICK ENDER LAGGING. SEE SEC1011 NEWS FOR MORI0A. UFOHNTION (TIP, NAVE r PLAN VIEW SCALE 1/84-0' TU.1P0Wii MIRY SUPPORT SYSTEM BY PSE TEPOR40' 0TITY SUPPORT SYSTEM BY TERRA TECH 21 CONSTRUCTION SLOPE MINNOW NO. DATE 1 2 tan-17 1a17-17- lx i 41 Ego d g 9-15-17 I61 FDB NINOIHre )RG RE or ll-786 I �2 SNORING DESIGN PLAN STRUCTURAL PLATE PIPE ARCH 40TH - 42ND AVE. 5. - PHASE III TUKWILA. WA ACTIVE CONSTRUCTION FIIE, SEE CHART FUR S1ZE (TIP) W14x53 BEAM MAX DIIHN GROUNDWATER ELEVATION VARIES TO MAX 1'-111ICK STEEL PLATE 0R 6'-111KX TIMBER LAMOYD. LOWER 2' AT EACH PAY 5141E BE TIMBER LAGGING. AS SHORN (EMIR) (E) GRADE NM C Meld Direct/re 117, Page 3 MAX 6.3 HAX SOLD STEEL 5H16 NAL WIDTH OF 1-BUM AS REWIRED (1YP) TI' VALES FROM 4'-6MN 0 14'-0' MAX 4. 1 I (E) MUTT 1O BE SUPPORTED BY 1ERRA TECH PILE, SEE CM T FOR SIZE (1YP) jI. -THICK SUER PLATE C 6 �A1 6'-111IDI( TIMER LIGDING. LOWER 2D' 2' Al UCH BAY SHALL BE M TIMBER URGING, AS SHOWN (IMP) '0' SEE CHAT FOR EMBEDMENT LLA1'-6L$(K KROUNOWAlER ELEVATION VA6FS TO MAX O2 SECTION SCALE I/1=I-0 ' cD2 2 SECTION SCALE 6'-THICK TNEER RAGING UGER UDITIY SUPPORTS 815E OF DOAVATEN k'� - -PRE-0R01 30/ HOLE AND BACKFILL WTI 1 MN 2.500 P51 CONCRETE yfq TEMPORARY W MY SUPPORT SYSTEM BY TERRA TECH W1443 BEAM SOLD STEEL SHIMS FUEL WIDTH OF 1-BEAMS AS REQUIRED (EMIR) 1'-4• 'H• VA4FS FROM 4'-6' MIN TO 14'-0 MAX ro• SEE CHART FOR EMBEDMENT uI1 TI TO BE PPORIFD BY TERRA NECK BASE OF MOLITOR PRE-0RLL 301 HOLE AND 8AC(FlLL 'MTN MN 2,500 PS CONCRETE 2/14163 BEAN r- SOLD STEEL SHIMS F1AI WINN OF I BEANS AS REQUIRED (1YP) IPX 1T61GN CBOW71WATER ELEVATON WIN •__. IEL11"1111. 11. MINEIMMINIIII 3TO -0' IX V46E5 4-6• TO 14'-0' FROM MN MAX inUMMEMOM -le _ �' ______ -_ SEE CIMR1 FOR FNBE1R67NT 02 2 SECTION. SCALE I/E-/'-0 TARES TO 20•-0' MAX 02 2 SECTION SCALE I/! , E) MEIN TO BE BY PSE 6'-1113K RISER LA.CNC UNDER MLIT SUPPORTS 815E OF EXCAVATION (E) MOE WAX DESIGN GROUNDWATER EIEVNION .... ,,., ■ IN AUTON 10 THE SMACKS U510 N THE TABLE MOVE, A HFAC11 245 CACAVA10R IMY BE TO USED AS CLOSE AS 2' FRp1 THE VARIES�-01 MI STORM WALL LOX PILE, SEE CHART FOR SIZE SETBACK TABLE CRANE TO 30 TON NAX X - 12' CAT 323 EXCAVATOR X - i CAT 345 EXCAVATOR X - 10 CAT 355 EXCAVATOR X = 12' 5 CY LOADER X=5' OL8IPIRUCK X - 5' SPOIL NEE (4'-TALL) X - 6' CONCRETE TRU%( X - B' BUILDING STRUCTURES X - 50' RNAOA) TRACKS X - 1lXY STREET TRAFFIC X - 15' ABOVE 151E0 WRACKS SW1L BE 2 WMNED A DISTANCE 'X' FROM 11 AL EDGES OF SHOMNO AND AL TOP' OF SLOPES AT AL TIMES. 'M VA166 46011 4'-6' MN TO 14T-0• MAX b• SEE CHMT 13 T tl FOR ELBE111ENT PRE -DRILL 30'0 IDLE AND BM1011 W<M LHN 2,500 PSI CONCRETE TMPORMY WIEN SUPPORT SYSTII BY PSC W14053 BEYI SOLD STEEL SINS FUL NUR OF HEWS AS RETUNED (EMIR) VALES MOM 4'-6' I N TO 14•-0 N4X SEE OHRE FOR EMLFDLFNI (E) M111Y TD BE 5UPP0RIFD BY PSE 2 SECTION W14153 CENTERED OVER PILE 113"011Nr-TNI2X STEEL PURE CENTERED OVER PRE 64SE OF EXGVA0ON PRE-0RLL 30'0 NEE ND BACKHLL MOH MN 2,500 PS CONCRETE PIKE STEEL PLATE OR TNBFR TAGGING, PER PLED. LOWER 2' AT EACH BAY SWd1 BE TIMBER LAGGING, AS SHOWN BASE OF EXGVA110N NE-OPLL 300 HOLE AND 64 31111 WM MN 2,503 PSI CONCRETE 022 DETAIL SCALE- 112,1, REVISIONS tel DATE 1012.17 MSc 9-15-17 insentr- Efrr 2 3 6L1 SNORING DESIGN PLAN STRUCTURAL PLATE PIPE ARCH 40TH - 42ND AVE. 5. -PHASE III TUKWILA. WA ACTIVE CONSTRUCTION (E) FILES. SEE INC ORATING 17-1698, 6EVISEN 1 FOR COMINIATION OF SNORING SETBACK TABLE CIWE TO 30 rot 1MX X - 12' CAT 325 EXCAVATOR X = 7' CAT 345 EXCAVATOR X - 10' CAT 365 EXCAVATOR X . 1Y 5 Cx LOADER X-5' WNPIRUCK X = 5' SKIL PILE (4-TALL) X - 6' Cd1CREIE TRUCK X = 8' BUODNG STRUCIIRES X - 50' RNJt042 TRACKS X . 10D' STREET TRAFFIC X - 15' ABOVE LASTED SETBACKS SHALL BE NWIINNED A GISTANCE X' FHON ALL EDGES OF SHONN6 ANO ALL TOPS OF SLOPES AT ALL TILES. N ADDITION TO THE SETBACKS LASTED N THE TABLE ABOVE. A NUN 245 EXCAVATOR NAY BE USE0 A5 CLOSE AS 2' FROH THE ELEK SHORING WALL NA( DESIGN —GROUNDWATER ELEVATION (ISP) I' -THE!( STEEL PLATE OR 4'-111GI( 11413ER UFGINC. LOWER 2' AT EACH BAY SHALL 8E RUBER IADCNG, AS SHOWN. 1'-111IX STEEL PLATE 0R 8'-1140( 11113ER LAMM. LOWER 2' AT EACH BAY SHALL BE TNPFR UX{YLG AS 5N7NN TT(P) STA 23400 2X DESIGN --GROUNDWATER ELEVATION (ISP) PILE. SEE CHART FOR 512E (TIP) I 4'-6' 9'-0- 12'-6' 8--114CK 1lW LAGGING R VC OLI N SUPPCRIS (TIP) PEE. SEE CRAW FOR SIZE OM s0A23'9 s I I ()SECTION y SCALE I/4=I'i/ { L1 0 1 033 SECTION SCALE l/f-l'-0' -12'-0' V' SEE CHART FOR EMBEDMENT OTP) L 8'-THILI( TUNER LAWNS UNDER OM SUPPORTS (TYP) MN - TTTF) 45 1'-ROCK STEEL PLATE OR 6'-1I401( TNEER IA00119. LOWER 2' AT EACH BAY SHALL BE TIMERWONG, AS %i0WN (TIP. U.oR) 30 0 PILE CHART PIE 6 PILE SCE (OPT5245 GIVEN) RETAN(N) MBED TO 19 WI8x158 14'-0' 2Y-6' 19A WI8x158 14'-0' 27-8' 20 W18x158 14'-0' 22-0' 2GA WI8x158 14'-0' 27<' 21 WIBx158 14'-0' 2Y-6' 22 WIBx175 14.-0' 21'-0' 23 WIBx175 1C-0' 21'-0' 24 WI8(158 14'-0' 20'-0' 25 W14x176 (4161130) 1C-0' 18'-0- 26 18148132 (8681106) 9'-8- 10-0' 27 8644178 (8686130) 14'-0' 18'-0' 28 WI8x158 10'-6' 20'-0' 29 W14x176 (W182130) 10'-8' 18'-5' 30 W14x132 (4186106) 10'-8' 16'-0' 31 0014689 (418676) 8'-0' 14'-0' 32 IP148119 (W18476) 4'- ' 11'-6' 33 N/A N/A N/A 34 IP141(89 (610076) 4'- ' 12'-6- 35 0014689 (4)8676) 6'-8' 14'-6' 36 18144132 (5188106) 9'-0' 1Y-0' 37 414433 (11182192) 17-6' 21 -0' 38 9144178 (W18x130) 8'-6' 18'-6' 39 21146132 (I4186106) 6'-6' 16'-0' 40 W142178 (6182130) 8'-6' 18'-6' 41 W14Y/33 (W1&192) 12'-8' 21'-0' 42 9148176 (14114130) 8'-6' 18'-6' 43 W142132 (W188106) 8'-8' 16'-0' 44 0014689 (2118176) 6'-88 14'-6' 45 1P14689 (W16.76) 4'i- 12'-6' PEVISOIS ND. DATE 1 10.12-17 1 141 lx bve9- 5-17 OWE- CRIaffir- LRG Rai 3 11Fa3A�` 1lJSIf 0 1 L SHORING DESIGN PLAN STRUCTURAL PLATE PIPE ARCH 40TH -42ND AVE. S. -PHASE III TUKWILA. WA ACTIVE CONSTRUCTION PILE COORDINATES PRE j N 172,090* E 1282,0004 19 999.44' 268.21' NIA 1002.56' 27253' 20 1005.6K 276.86' 20A 1008.80' 281.19' 21 1011.97 285.51' 22 1015.03' 289.84' 23 1019.7S 293.20' 24 1027.87 294.40' 25 1027.82 _ 30570' 26 1032.85' 312.09' 27 1040.88' 313.67' 28 1044.76' 315.65' 29 1044.71 325.95' 30 1049.78' 333.38' 31 1054.97 339.89' 32 1060.15 346.41' 33 N/A N/A 34 1009.04' 341.06' 35 1004.14' 334.32 36 999.19' 327.61' 37 991.12' 32636' 38 991.08' 315.06' 39 988.04' 312.02' 40 982.28' 308.02' 41 974.10' 305.04' 42 974.06' 293.74' 43 969.33' 287.08' 44 964.43 260.34' 46 969.53' 273.60' REVISIONS NO. DATE 10-1247 Vtlie lx hge9-15-17 SINAI rrre FOB LRG Pile Contractors, Inc. 375 East Sunset Way, Issaquah, WA 98027, (425) 557-8628, Fax (425) 557-8634 October 20, 2017 Active Construction Inc. PO Box 430 Puyallup, WA 98371 Contact: Greg Gebhard RE: 40t-42nd Avenue South Phase III Gilliam Creek Shoring We are pleased to submit this quotation for furnishing and installing soldier piles shoring system per the below unit prices and quantities: 1 Mobilization 1 LS $50,000.00 $50,000.00 2 Shaft 30" Diameter 799 LF $275.00 $219,725.00 3 Furnish Soldier Pile W18x158 190 LF $115.00 $21,850.00 4 Furnish Soldier Pile W18x158 (Support Pile #24) 40 LF $115.00 $4,600.00 5 Furnish Soldier Pile W18x158 (Support Pile #28) 40 LF $115.00 $4,600.00 6 Furnish Soldier Pile W18x175 73 LF $125.00 $9,125.00 7 Furnish Soldier Pile W18x130 62 LF $95.00 $5,890.00 8 Furnish Soldier Pile W18x130 (Support Pile #25) 40 LF $95.00 $3,800.00 9 Furnish Soldier Pile W18x130 (Support Pile #29) 40 LF $95.00 $3,800.00 10 Fumish Soldier Pile W18x130 (Support Pile #38) 40 LF $95.00 $3,800.00 11 Fumish Soldier Pile W18x130 (Support Pile #42) 40 LF $95.00 $3,800.00 12 Fumish Soldier Pile W18x106 134 LF $95.00 $12,730.00 13 Fumish Soldier Pile W18x76 41 LF $55.00 $2,255.00 14 Fumish Soldier Pile W18x192 (Support Pile #37) 40 LF $150.00 $6,000.00 15 Fumish Soldier Pile W18x192 (Support Pile #41) 40 LF $150.00 $6,000.00 16 Utility Cross Beam Supports 4 EA $2,500.00 $10,000.00 17 Lagging Timber 6" Thick 314 SF $17.00 $5,338.00 18 Lagging Timber 8" Thick 597 SF $23.00 $13,731.00 19 Alternate Lagging 4" Thick 450 SF $10.00 $4,500.00 20 Lagging- Steel 1" Thick 1,601 SF $70.00 $112,070.00 21 Altemate Lagging 6" Thick 1,151 SF $17.00 $19,567.00 22 Removing Soldier Pile Obstructions 1 EST $10,000.00 $10,000.00 Total Bid: $533,181.00 Exhibit C, Field Directive #17, Page 6 1 Pile Contractors, Inc. 375 East Sunset Way, Issaquah, WA 98027, (425) 557-8628, Fax (425) 557-8634 Optional: Fall Protection Railing above shoring wall: + $5,400.00 Perf Bonding +9,400.00 This quotation is based on the conditions of attachment "A". Access and removal/de-energizing of conflicting utilities (overhead or underground) to be provided by others. See #10 on attachment A regarding utilities. Price based on securing beams from floor stock. Pile Contractors is not responsible for increased costs or delays associated with prior sale of floor stock materials. Allow one week from executed contract to procure materials and mobilize to the site. Sales/Use tax is not included in above pricing. See attachment A for complete list of conditions and exclusions. We hope to be of service to you on this project. Sincerely, Pile Contractors, Inc. Chris J Gangle C. (360) 739-3959 Exhibit C, Field Directive #17, Page 7 2 Pile Contractors, Inc. 375 East Sunset Way, Issaquah, WA 98027, (425) 557-8628, Fax (425) 557-8634 Gilliam Creek Culvert ATTACHMENT "A": GENERAL CONDITIONS Specific Exclusions and Clarifications 1. All excavation, demolition and export of soil is to be by others in a timely manner so as not to disrupt the shoring installation process, including excavation required for lagging installation to the face of the beam. Mass excavation has to be performed to provide a reasonably flat excavation across the site. 2. Flagmen, traffic control, street cleaning, and night lighting is excluded 3. Waste concrete or drill soil removal on a continuous basis as not to delay Pile Contractors. Drill spoils will be removed from the auger flight and deposited around the pile location. General to provide containment, control and removal 4. Shoring monitoring is excluded. As-Builts/Post Installation Surveying is excluded. 5. Furnish steel items price and availability is subject to mill rolling at the time of order. 6. Provide access for all personnel, rubber tire or track mounted equipment and concrete truck moving under their own power to and from all work locations, free of standing water. Access includes furnishing, placing and maintenance of surface materials, dewatering, mats, ramps and benches throughout the project. Benches to be a minimum 20' wide. 7. Survey and layout to be by others. Including elevations. 8. A supply of water (50 gpm) for drilling and grouting operations is to be provided by others. Should the use of water slurry be necessary, General Contractor to supply baker tank(s) of sufficient size and quantity for the work being performed. 9. The control, collection, and disposal of all drill spoils created by installation of shoring to be by others. Drill spoils include, but are not limited to, drill cuttings, ground water, drill water, process water, and cement waste. 10. The protection, relocation, removal and/or repair of all utilities, whether overhead, on or below the surface, as well as those on adjacent property so as to prevent any delay of or interference to PCI's work is to be provided by others. Overhead delineation of active power lines within the swing radius of the crane and any required spotters for working adjacent to live power lines shall be provided by others. Pile Contractors can provide spotters when required by L&I regulations at a cost of $800/day. 11. Protection or Repair of Asphalt, Sidewalks or other Improvements. 12. Any and all required fall protection devices at the top of the excavation to be by others. 13. All traffic control, street sweeping, and vehicle/pedestrian protection to be by others. 14. Any and all permits, fees, and easements necessary for the completion of the work to be by others. 15. All inspection, record keeping, and material testing to be by others. 16. No allowances for bonds or permits are included. Performance/Payment bonding available at additional cost. 17. Subcontract and schedule shall be mutually negotiated and agreeable. 18. Removal of obstructions is excluded. Obstructions are defined as boulders, concrete, logs, or any material which cannot be penetrated with standard earth auger equipment. 19. Delays will be charged on force account basis per standard WSDOT specifications. 20. Payment terms are full payment due upon demobilization. Overdue amounts shall accrue interest at 1.5% per month. 21. This quotation shall remain in force up to 45 days from the quotation date. 22. Pile Contractors standard insurance limits. Liability insurance coverage over 2,000,000, Railroad Protective Insurance, pollution, builders risk or others non-standard liability insurance is excluded. Additional insurance can be provided at additional cost. 23. The quote and attachment 'A' shall be incorporated into any signed subcontract. Attachment 'A' shall prevail over any inconsistencies between the subcontract and the attachment. 24. Retainage shall be released per 1-08.1(1) of the standard specifications. 25. Treatment, Storage and disposal of silt laden water is included for soldier pile drilling only, use of tanks or pumps for other dewatering or settling is excluded. 26. Sanitary services 27. Sales Tax ( unless noted otherwise) 28. All Excavation, soil treatment/disposal 29. All wall drainage including prefabricated drainage mat. 30. Welded Shear studs, rebar or any permanent wall features. 31. Price includes a singles mobilization and requires continuous access to work. If additional mobilizations are required, please add $25,000 per mobilization. 32. Beam Coating or Galvanizing is excluded. Exhibit C, Field Directive #17, Page 8 3 ©C 4 � o GI gw er ra m m LL a . E E c E$ ^ - .. B _ y a a 88 11 Exhibit C, Field Directive #17, Page 9 Pays $, .. _.......... .. F k A _; S S - .. .,.. .__. • . _ R A R g l i _. E t-orl _ .. s s �i R_,,..• m a K d ..5._.,f _ i;,S . a g228 p A. ..R".K i:. . .. Aga E a P 11 '3 p 0 8 i 1 ; 1 ^c c= a a a 1 1 a5 } 1 S 6 6 6 6 c 6 6 6 = =c a a ' a c c —'s a' a$ 'a a 1 a I a i i i i l 8;__" = a 2 3 3 LL ;4 � � � 9 3 E 4 LL1' 4 fi 8 8 eLL E ,. ' g e m m n a o • E E 3 9 e 4 d 3 _ If S 3 4 2 2 2 8 8 e a e o a a B S e • fl i a m d _ si s" R �. R 9 R R R _: _ S B o a € 3_ � 8 e E R S4 : y E AAA 0 e d n i m AR _ '` k i d s _ R ,. s¢ R R R �9 nA n g9 R n n, s A R s ¢_ ¢g R x : 5 9: m3 _ a ,, ., ,. R -I .. r .. R n R F. R a . "ct R R 'h-, ID `Task Name Duration Start Fin7sh IPredecessom 0 I f Io15'17 Dtl22'17 Oc120'17 �TW IQQQ' Noo S'17' Npt '7 'Nwt11 7 Nov28"17 WQF DOM T VilE1000000131043000TF S© Oa3-'17 Dec 10'17 Deo1797' IOec24''17 Des 31'17 Jan7•'.18 ran1k1' F0017 60F Q©' 111210Fr 133Y/PZITrAla ,17- 11 iFISjS NIT/7 30 40 d1 42 43 45 46 47 a8 a9 500 51 52 53 56 SS fib 57 56 SB 60 61 S2 63 Insla11No4ISdp Shoring to Top of Existing 36" Culvert 10 days Fti11/10717 Thu 11123117 21 Ecavate North .Side to Top of Existing 33' Guided 10 days Fn 11/16/17 Thu 11/23/17 3855 South Will 12 days Mon 1020117 'Tue 11114/11 - e1011 North'... Shorng to Top of E;Is6ng 36"Culvert - Excavate Nor. Side to Top of Existing 36- Culvert i M - t p Iris4Vl Pile 34 in Pile 35 R P ur Plies W� nstall Pile s`�t Install Pile I POW r ' . ne , 3 - 35 and34 36 37 Piles 37 and II Pile 38 all Pile 39 y PI4539 install net. Pour 88 and PI.40 Pile 41 Piles 41 eqa Pile nstell Pile - /Nes43 1 ,South Wall 39 and 40 1 42 Ob 4nd42 In5tig Pile44 Inman'. 46 t orals wise 448gd - 1 1 - t 1 -• / a , Install Pile 34 1 day Mon 10/31417 Mon 10/30117 13,4 itmrell Pile 35 1 day Mon 10.30/17 Mon 10/30117 4255 Pour Piles 35 and 34 1day Tire16.01/17 Toe10131/17 42,43 Install Pile 30 1 day Wed 11/1/17 Wed 11/1/17 44 Install Pile37 1day Wed11/1/17 Wed1111/17 4553 Pour Piles 37 2n.38 1day Thu 11/2/17 Thu11/2/17 45,46 Install Pile 38 1 day Fri 11/3/17 Fri 11/3117 47 Install Pile 39 iWy Fntt/311] Fri itlYt] 4855 Pour Piles 39 and 38 1day Mon1116117 Mon11/6/17 4846 halal, Pile 40 1 day Tue 11/7/17 Tue 11/7/17 50 Instal Pile 41 1 day Tue 11/7/17 Tue 11/7117 5155 Pour Pyles 41 end 40 1 day Wed 11/0/17 Wed 11/8/17 51.52 Install Pile 42 1 day Thu 1119117 Thu 11/9/17 53 Install Pile 43 t day Thu 1119117 Thu 11I8117 5455 Pour Plas43 and42 1day Fri11/10/17 Fri11/10/17 54,55 Install Pale 44 1day Mon 11/13/17 Mon 11/13r17 56 Instill P11045 1 day Mon 11/13/17 Mon 11/13r17 57S5 Pou: Piles 45 and 44 1 day Tue11/14/17 Tue 11/14/17 57.56 Essay.. Phase 2 14 days Tue1117/17 Fri11124/17 U 1 ! Excavation 71t86C2 Install South Side Shoring to Bottom of South Footing 10 days Tue11/7/17 Mon11/20117 50 Excavation South Side to Bdtun of So. Fooling 10 days Tue 11/7/17 Man 11/20117 6155 Excavate l Pr. South Side Fooling Base 1 day Fri 11/24117 Fri 11/24/17 37.39,40.5961,62 South SMe Foolln8 Ppno t 6 days Fri 11/24117 Fri 1211/17 - --NPFtai - UISide Sifxrp,to BOOM of 6outhFooting 1 - . -. Bxep on South Side 0 Bottom of South Footing brews . "Ijpp south Side Foo0n9r0ase 64 05 66 67 - 88 69 70 71 72 73 74 73 70 - ^'South Side Footi g Phase 1 F/RIP/C South Side Foaling 5days Fri 11/2417 the 11/30/17.53SS SWWMa1to10pd Footing 1day Fri 12/1/17' Fri 12/1/17 63,85 Berms, Phaie2 4 days Fri 1211l11 Wed 12/6)17 - _IFMlpM South Side Footing 1 - - - - - J 1 to top e13G '1.1n8ts11. or Footing Bypass Phase 2 HOPEto Inlet T005118d and Fuss Remaining 36" HOPE Pipe -RON4l ditch i a Connect 38" HDPE to Inlet Treaimenl l day Fri 12/1/17 Fri 12/1/176656,10 Install and Fuse Remaining 36" HOPE Rae 3doys Mon 12/4/17 We.12/6/17 86.06 Canbuot Win ditch ldoy Wed 12/6/17 Wad 12/W17 6855+2 days Exedvalion Please 3 6 days T0Y 1217117 inu 12114117 k ^ Excavation Phase 8 Complete Shoring Instaliatioo Ncvlh Side 5days Thu 12/7/17 Wed 12/13/17 70,64 Complete Excavation to Bottom North Pouting 5days - Thu 12/7/17 Wed 12/13/17 72SS Excavate / Prep North Side Footing Base 1 day Thu 12/14117 Thu 12/14/17 73 tonne Phase?, 5 days Pn 1W16I17 Thu 12121117' I Complete Snoring installation Nor. Bide ' 1 .3 ' Complete Excavation to Bottom North Footing ' - -Exeavalo / Prep North 81ds Footing Base .F000rp Phase 2 i t - F/R/P/C Nod. Side Footing 5 days Fri 12/15/17 Thu 12/21/17 74 FIRIPIC North Side Footing Prge.[ Gilliam Creek Rev Date: Tue 10/17117 Task Rolled ,., I P.n.s Summary ^ UPCit6cel Task 3. -' Rolled Up Progress ENemel l'eske Group By Summary Critical Task 1_ 1 Milestone . Rolled Up Ta6K l 1 RW4044 M11eastooe O Split �r Projett Svmmary Deadline 'n7 Exhibit Field Directive#17, Page 10 Pape2 ACACTIVE I INCCON. STRUCTION Questions to Pile Contractors Proposal In addition to the questions below please be prepared to discuss equipment, time frame for completion, proposed drilling methods for encountering water and obstructions, overall means for carrying out the work. 1. What is the cost of Sales Tax if included? Sales tax on materials would add $24,500 2. Please clarify what "access and removaVde-energizing of utilities to be provided by others" means? Is this specific to the duct bank? Specifically we need access to be created where the drill can get with 10' of the wall lines as this is the limits of the drills reach. Although the access for the dell does not need to be dead level, it needs to be reasonable level and firm to support the drill. The crane can sit further back but it needs a level firm pad on which to sit. We would expect these conditions to be provided by others. We understand we have existing utilities to work around, this general statement really applies to utiltites that are in direct conflict with installing the work either underground or overhead which may interfere with the installation process. This can include overhead power lines within the swing radius of the crane as there are specific rules about how close we can work to active power lines depending on the voltage. A bit of broiler plate in this case as we know the utilities are already located and exposed. 3. What is the backfill material PCI proposes to use above the specified concrete? We use either lean concrete or native material for all areas above the bottom of lagging elevation. This material needs to be easily removed to facilitate lagging installation where in conflict. 4. Please clarify what the "steel items pricing is subject to change based on price at time of order" means. Again a bit of broiler plate exclusions. We run into this a bit where there is considerable lag between the quote and the execution of the subcontract which triggers actual ordering of materials. Often material is not in stock and is coming directly from a mill rolling. If you miss a mill rolling because of a delay, then the mill will adjust their prices based on market forces and material input costs. Mill rolling prices thereby tend to waiver a bit whereas stock material tends to be more stable because the supplier has already paid for the material from a past mill rolling. In this case the materials are coming from stock so the price would only change if a considerable amount of the material was sold before we place our order. I understand we are under a time crunch here so I would expect that if we were selected to perform the work we would be ordering the material within the next week and the material we based our quote on will still be available. 5. Payment due upon demobilization may not be achievable. Payment terms may need to be revised in subcontract to reflect payment terms in the contract. That would be nice for us but we understand that there will be some delay between completion and payment. We would expect that not to exceed 30 days. 6. Need to discuss standby rates / mobilization costs / de mob costs. Proposal states additional mobilizations will be charged at $25K. We expect to come in and perform this work in a single mobilization without stopping. If for some reason we have to leave the site or suffer a considerable delay then we have to weigh the costs of moving out vs being on standby. Our cranes and equipment are in demand and having it sit idle is an opportunity cost for us. So I would not anticipate being stopped for any reason but there is costs if that happen. Breaking down the crane and moving it (as well as re -mobilizing and reassembly) and other equipment incurs costs and that is what this statement attempts to protect us from should we have to mobilize multiple times. 7. What is Perf Bonding and why is it recommended? A bond is basically an insurance policy that we are going to complete the work per plans and specifications and pay all of our suppliers, taxes, employees, etc. If for some reason we were not able to perform then the bonding company steps in and pays for additional costs incurred by the owner. 8. What type of fall protection system would be provided? We typically include a system where we tie off to a static Tine between two ecology blocks. If there is something else required beyond this such as an overhead tie -off system used by some of the bigger general PO BOX 430 PUYALLUP, WA 98371 PHONE (253) 248-1091 FAX (253) 248-1092 Exhibit C, Field Directive #17, Page 11 www.activeconstruction.com AC7 is an "Equal Einplovment Opportunity Employer" • Page 2 of 2 October 24, 2017 contractors then we would expect you to provide along with any additional training required depending on the system. 9. Is the cost to remove the shoring system to 8' below finished roadway elevation included within the cost? Yes 10. How big of a lay down yard is required? In addition to the equipment which has a fairly large footprint (crane is 25' x 45') and the drills are 100,000# and 50,000# excavators we need an area to stage the materials. The beams and lagging will take up a lot of space and need to be adjacent to the work. We don't want to double handle materials- it just slows us down and increases our costs. 11. What type of equipment will be used? As mentioned above we plan on bringing in our Manitowoc 222 hundred ton crawler crane, two drills one larger drill and one smaller where we have to fit between the two utility support runs as we think our larger drill might not fit. Then of course temporary casings, augers, core drill and small tools which we store in a conex box on site. We will also have baker tanks and pumps to deal with water we expect to encounter in the drilling process. So a lot of stuff which all takes space but is what it takes to drill in these conditions. 12. What is the plan or contingency for obstructions? We will come equipped to deal with obstructions. Obviously we know there are some cobbles on site and when they are larger than the space between the flights on the auger they become more difficult to remove. Typically when this happens we send the core barrel down the hole and try to break it up to the extent we can get it extracted. Sometimes this takes time but we always get by it eventually. 13. What will be needed to contain concrete and waste materials developed from the work that is excluded from the proposal? As we drill down the drill spoils are deposited adjacent to the drill. On tight sites these drill spoils can tend to get in the way after a period of time so its best that they get removed as we go. This typically requires a small excavator or loader and solo trucks to haul it away. When we reach the bottom of pile elevation we anticipate that the casing will contain water. We will at this point set the pile and then start pumping concrete into the casing thereby displacing the water. After we have sealed the bottom and contained any artesian forces we will drop a pump into the casing and remove the water/latent concrete into the baker tank which we will have on -site. In this project we have included costs to deal with concrete and water associated with our drilling which we typically exclude. We do not have costs associated with dewatering or storing or turbid water associated with anything outside of our drilling operations. (253) 248-1091 FAX (253) 248-1092 Exhibit C, Field Directive #17, Page 1 ?'O BOX 430 PUYALLUP WASHINGTON 98371 www. activeconstruction. com SHORING DESIGN PLAN STRUCTURAL PLATE PIPE ARCH 40T11 - 42ND AVE. 5. -PHASE III TUKWILA. WA ACTIVE CONSTRUCTION NOTE% 1. SHORING DESIGN IS BASED ON SOTS CONSSIND OF LOOSE TO 11EDUR-DENSE GRANULAR 4NIFRVL OVER TENSE 10 VERY -DENSE GRANULAR MATERWL, AS CURRIED IN MEMOS G1B11 AND C11312 FROM CNN AND PRCMOED BY THE CONTRACTOR CONTRACTORS C0NPEIFM PERSON 91A1L CONFIRM SHE 50L5 ALD CONTACT EISPFER F DIFFERING SOIL 00NDIII016 ARE ENCOUNTERED. 2 PROVIDE ACCESS, BARRICADING AND FALL PROTECTION, IN ACCORDANCE WITH ALL 09N GUMELR&5. 3. STEEL BENS TO BE AST11 A.G92 STEEL. TUN Fy - 50 KSL STEEL PLATES TO BE BRACE 50, MIN Fy = 50 KSL 4, TIMBER LAGGING SAND BE ROUGH -CUT DOUGLAS RR N0. 2 OR APPROVED EQUAL 4.1. USE 21I J6E-TREATED UMBER F R IS TO BE ABANDONED IN PLACE AFTER COMP EION OF THE WORK 4.2. LAGGING SHOD BE CDT S0 TINT R BEARS AT LEAST 3' ON FLANGE OF EACH SUPPORTING PILE, AND SHALL BE RIGIDLY SECURED IN PLACE ODIN) PRE RANGES 50 THAT R CANNOT BE DISLODGED. 4.3. CLEAT LAGGING 10 PRE FLANGES WHIN 16d NAILS AS 5. WELDING: USE E70 XX ELECTRODE, WOOING SHALL BE PERFORMED BY A CERTIFIED WFIDER IN ACCORDANCE WRH LATEST EDI110N OF ME ADS D1.1. 6. SFOW1G MUST BE PROPERLY 1NSTALIED PRIOR TO WORKERS ENTERING EXCAVATION. WORKERS MAY ONLY ENTER, EDT, AND WORK W11NN SHORED AREAS. 7. STEEL SHAPES SHALL BE IN 0000 CONMRON AND SHALL BE FREE OF NIT HOLES CR VISUAL DEFECTS. B. ALL V0075 BETWEEN THE DOWNED SOL AD THE FACE OF THE SHORING SYSTD4 MUST PE BACKRL ED 'WDH EXCAVATED SO4 DR OTHER APPROVED R2CKFILL PRIOR TO WORKERS ENTERING THE EXCAVATION. B. GROUNDWATER LEVEL MUST RE MINTAFIED AT 0R BELOW THE WWII LEVEL SHOWN ON THESE PLANS AT ALL DINES. F DEWAR1tlNO SYSTD1 IS NECESSARY TO ACHEVE THIS, R S NE OONTACTMYS RESPONSDUTY FOR DEVELOPNC, NSN1N0, AND ROOMING °DIATOM SYSTEM, AND VERIFYING THAT THE CRON2YATER LEVEL BEND THE SHINING WALLS HAS BEEN LOWERED AT LEAST TO THE MINIM LEVEL SHOWN ON THESE PLANS AT ALL MIES. F CONRTN.TOR IS URADIE TO LOWER THE GROUNDWATER TO THE LEVEL SHOWN, CONTACT OE SHORING EICHEER MMEDNELY. 10. DN. 04ARLES ENGINEERING, INC. HALL NOT SUPERdSE, DIRECT, CONTROL OR HAVE AUTHORITY OVER 0R BE RESFGNS B E FOR CONTRACTORS LEANS, METHODS, TECHNORE5, SEQUENCES 0R PROCEDURES OF CONSTRUCTION, OR DE SAFETY PRECAU ON5 AND PROGRAMS INCIDENT THERETO, 0R FOR ANY FNUUE OF COMRACTOR TO COMPLY WITH LAWS AND REGULATIONS APPLECIBLE TO THE FUWII9MNG OR PERFORMANCE OF WORK 11. VERIFY THE ACCURACY OF AU. 00/0190145 FOR BOTH EXISTING AND PROPOSED WORK. VERIFY THAT REQUIRED CLEARANCES ARE OBTAINED PRIOR TO COMMENCEMENT OF THE WORK. 12. VERIFY OE LOCATOR CF ALL COSMIC UNDERGROUND UTLMES PRIOR TO CONNDONG THE EXCAVATION. 13. D.H. CHARLES ENGINEERING., INC. BE/AS N0 RESPONSIBILITY 0R LM2E111 FOR ANY SETTLEMENT, MOVEMENT. OR DAMAGE OF ANT KIND TINT HAY OCCUR TO SURROUNDING SOILS. EXSONG BILLING STRICTURES, DR URINES DUE 1O 9ORF1G INSTALLATION, DEFLECTION, REMOVAL, OR OTHER D1NSTRUCRON ACMES oAo.cnarro Or.,.1Plan sh..LP.9,I OUANTRIES FOR THS NORTHWEST PORTION OF THE WALL ARE NOT INCLUDED IN THIS CHANCE 01,0ER. THIS WORK IS ADDRESSED SEPARATELY. (E)RES, SEE DM DRAWING 17-1698 REASON 1FOR COWIN/ATON OF SNORING (E) ROCKERY WALL AND FENCE TO BE PROTECTED BY CONTPACTROR 1.22'-TWO( STEEL PLATE Oft 6'-111I0( MEER LAGGING. SEE SECTI01 VIEWS FOR AMMONL INFORMATION PIE, SEE DUNI FOR 9ZE (1111 1'-111ICK STEEL PATE 0R 6•-T111CK TIMER LA80NG. SEE SECNON VIEWS FOR ADORONAL INFORMAIDN NnAr r PLAN VIEW SCALE 1/3`-r-0 TEMPORARY own, SUPPORT SYSTEM BY PSE TEMPORARY OLIN SUPPORT SYSTEM BY TERRA 1E01 1 CONSTRUCTION SLOPE REVISIONS NO. AGE IRV O gjg p, leg 9-15-17 l miffs FDB REM et lRG RD i v 3 17-090 Council Approval 5/1 /17 C-1 AGREEMENT FORM CONTRACT NO. 1.-7-090 THIS AGREEMENT is made and entered into on this day of 20_, by and between the City of Tukwila, Washington ("Owner") and Active Construction, Inc. ("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 40TH — 42ND AVENUE SOUTH — PHASE III, Project Numbers: 99410303 — Roadway and 99341208 — Culvert, 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 date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, 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, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) 8/ By: �f AII4h e Attes, ,CV This day of l) City Clerci Approved as to Form: , 20 City ttorney Address for giving notices: Savo S)ikice, ,ivy 7;5/ i (4 (Am low City of Tukwila 407"— 42ND AVENUE SOUTH — PHASE III (Contractor) By:. David Ceccanti Title: President Attest: This 9t day of.M. ay , 2017 Contractor's License No. AC-TI-V CI-164-JL Address for giving notices: Physical : 5110 River Road East, Tacoma, WA 98443 Mailing : PO Box 430, Puyallup, WA 98371 I 5)-di 02 Ge16//ram-S March 2017 C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 023039130 We, Active Construction, Inc. , and Liberty Mutual Insurance Company (Principal) (Surety) a Massachusetts corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of Six Million Eight Hundred Twenty-seven Thousand Seven Hundred Ninety-eight and 84/100 Dollars ($6,827,798.84 _ ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated , 20_ , between Principal and Owner for a project entitled 40114 — 42ND AVENUE SOUTH — PHASE III, Contract No. ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this 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 laborers, mechanics, subcontractors, lower tier subr..ontractnrs, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnities and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, 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. City of Tukwila March 2017 40TH-42ND AVENUE SOUTH — PHASE III Payment & Performance Bond C-3 This Payment and Performance Bond shall be governed and construed by the Taws 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 9 day of May , 20 17 . Active Construction, Inc. Principal Signature of Authorized Official Liberty Mutual Insurance Company Suety / Signature of Authorized Official By Karen C. Swanson, Attomey-in-Fact Title- Attorney in Fact (Attach Power of Attomey) Name and address of local office of agent and/or Surety Company: Propel Insurance P. O. Box 2940 Tacoma, WA 98401 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. \1SEAFPP01 \proj\Tukwil aWACItyOf\434540Phase1I I\10_Speciflcations\Bid-Ready\Final 1\01a_2016BoilerplateBidFormset_UNITPRICE - CH2M.doc (2/14/02) gJ City of Volume 200 • THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7659535 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aliceon A. Keltner; Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher 'Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Diemer; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter J. Comfort all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge "and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed etter of credit, ual value guarantees. thereto this 9th day of March , 2017 . 4ttorney call 30 pm EST on any business day. °Ld"`N�v 99 Q.r :yr Li O 1919 a * AZ) a�14z, INS R"Nc a �� i 1912 �, * 2 �N m�,%NSUR'N . f,E o a 1991 v * The Ohio CasualtyInsurance Company p y Liberty Mutual Insurance Company West merican Insurance Company By: 1. ,,,4„i STATE OF PENNSYLVANIA ss David M. Carey(Assistant Secretary COUNTY OF MONTGOMERY On this 9th day of March , 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. ,p, PASJ. COMMONWEALTH OF PENNSYLVANIA .y 6J.youwe+` ' Notarial Seal Teresa Pestelia, Notary Public „ 1 n� By: �f !�� p d — k, �', ''4/1Yyt_.,ol' Upper MerlonTwp., Montgomery County My Commission Expires March 28, 2021 Teresa Pastella, Notary Public 3Ili Not valid for mortgage, note currency rate, interest rate c ?i sp Member, Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the, president and attested by the secretary. To confirm the validity of this Po 1-610-832-8240 between 9:00 am Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety the same force and effect as though manually affixed. t, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney has not been revoked. IN TESTIMONY WHEREOF,1 have hereunto set my hand and affixed the seals of said Companies this 7 day of reproduced signature of any assistant secretary of the bonds, shall be valid and binding upon the Company with Company, and West American Insurance Company do executed by said Companies, is in full force and effect and 20 1 7 , INSU y1N5Uq pJPrym:ar 992rr pf ogN 1919 1912 z tNSUryA o«'044 t.l ` 1991 • ° ` By: w" o _o i .%S, NANi-'s� —. ii 4rt4CrN' om` * * * l;` AMA * a •• Renee C. Llew ssistant Secretary 597 of 800 LMS 12873_022017 RELEASE OF RETAINAGE BOND OF CONTRACTOR Bond No. 023039131 KNOW ALL MEN BY THESE PRESENTS: That we Active Construction, Inc. (hereinafter called Principal), and Liberty Mutual Insurance Company a corporation organized and doing business under and by virtue of the laws of the state of Massachusetts and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required and authorized by the State of Washington, (hereinafter called Surety), as Surety, are held firmly bound unto City of Tukwila , (hereinafter called Obligee) in the just and full sum of *Three Hundred Twenty-nine Thousand Nine Hundred Sixty-three 6329,963.30 ) plus 5% of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work *And 30/100ths THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal on the day of entered into a written contract with the said obligee for 40th - 42nd Avenue South - Phase III, Project No. 99410303 which said contract is hereby referred to and made a part hereof by reference. WHEREAS, Pursuant to Chapter 60.28 RCW, the above named Principal has requested release of retained percentage earned or which may be earned under said contract, and, WHEREAS, the obligee is willing to release retained percentage in advance of contract terms relating to payment provided the principal shall file bond to indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retainage to the principal, which bond shall be subject to all claims and liens in the same manner and same priority as apply to the retainage percentage released, or to be released, NOW, THEREFORE, the condition of this obligation is such that if the principal shall indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retained percentage to the principal then this obligation shall be null and void unless otherwise to remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 9th day of May , 2017 . Active Construction, Inc. B Principal Liberty Mutual Insurance Company By: l'(L�r. Karen C. Swanson Attomey-in-Fact THip POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7659533 ss Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aliceon A. Keltner, Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Diemer; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter J. Comfort all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9th day of March 2017 STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 9th day of March , 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper Merlon Twp., Montgomery County My Commission Expires March 28, 2021 Member, Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant -to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS— Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M, Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. � IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ! day of Q 1� 20 ( t . The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican/Insurance Company By: ,tivr/l David M. Care ,Assistant Secretary t� By Teresa Pastetla, Notary Public By: Renee C. Llewe , ssistant Secretary LMS_12873_022017 595 of 800 ACTICONS3 ACORDr. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYI)4/14/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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 in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 CONTACT Anna Reid PHONE 800 499-0933 FAX (NC, No, Ext): (NC, No): 866 577-1326 E-MAIL ADDRESS: anna.reid@propelinsurance.com p INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Valley Forge Insurance Company 20508 INSURED Active Construction Inc PO Box 430 Puyallup, WA 98371-0162 INSURER B : Continental Casualty Company 20443 INSURER C : Ironshore SpecialtyIns. Co. 25445 INSURER D : National Fire Ins Co of Htfd 20478 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE NSR W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDDIYYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X X 5093447379 06/15/2016 06/15/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES occurrence) $ 500,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $1,000,000 X PD Ded:5,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 GEN'L AGGREGATE 7 POLICY X LIMIT APPLIES PROT JEC PER: LOC $ D AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED X SCHEDULED AUTOS AUTOSS NED X X 5093447351 06/15/2016 06/15/2017 (Ea eBcideD) INGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ _. PROPERTY a cid nt) DAMAGE $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 5093447365 06/15/2016 06/15/2017 EACH OCCURRENCE $9,000,000 AGGREGATE $9,000,000 $ DED X RETENTION $10000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 5093447379 WA Stop Gap ONLY 06/15/2016 06/15/2017 WC TATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $1,000,000 $1,000,000 $1,000,000 E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT C Contractors Pollution Liab. 001392104 06/15/2016 06/15/2017 $2,000,000 Each Occ. $2,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE ACI Job No. 17-007 - 40th 42nd Ave. South Phase III City of Tukwila, City of Seattle, WA, City of SeaTac, WA, CH2M HILL, Puget Sound Energy, Comcast, Centurylink, King County Water District #125, Valley View Sewer, Highline Water District, Zayo, the Contracting Agency and its officers, elected officials, employees, agents, and volunteers are additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION City of Tukwila Department of Public Works 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) 1 of 1 #S2670105/M2460894 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DEG00 This page has been left blank intentionally. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: 1. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products -completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance CNA75079XX (1-15) Page 1 of 2 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement is required by written contract to be primary and non-contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. • This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1-15) Page 2 of 2 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Page 1 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. C'NA Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. CNA74705XX (1-15) Page 2 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, CNA74705XX (1-15) Page 3 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named. Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. CNA74705XX (1-15) Page 4 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or CNA74705XX (1-15) Page 5 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work Performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: CNA74705XX (1-15) Page 6 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, Toss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. CNA74705XX (1-15) Page 7 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. CNA74705XX (1-15) Page 8 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: • Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: CNA74705XX (1-15) Page 9 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: • the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. • the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Page 10 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: j• Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or CNA74705XX (1-15) Page 11 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products - completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. under a sidetrack CNA74705XX (1-15) Page 12 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. C'NA Contractors' General Liability Extension Endorsement C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: @@@@@@@@@@@@@@; or (2) the amount shown in the Declarations for Medical Expense Limit. B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and This Paragraph B. does not apply to medical expenses incurred in the state of Missouri. 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: CNA74705XX (1-15) Page 13 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: • Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. CNA74705XX (1-15) Page 14 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from • Provision 1. ADDITIONAL INSURED of this endorsement; or • attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE — ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: CNA74705XX (1-15) Page 15 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such 'rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap- up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amend to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. CNA74705XX (1-15) Page 16 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1-15) Page 17 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. POLICY NUMBER: COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered CA20481013 Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 This page has been left blank intentionally. 9609lSEL66E60SlS000Z000 POLICY NUMBER: COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: ACTIVE CONSTRUCTION, INC. Endorsement Effective Date: 6/15/2016 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA04441013 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 This page has been left blank intentionally. City of Tukwila BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF TUKWILA 40TH — 42ND AVENUE SOUTH — PHASE 111 March 2017 City of Tukwila Department of Public Works 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 VOLUME 1of2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Information for Bidders 1-1 CITY OF TUKWILA CALL FOR BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Tukwila, Washington at the office of the City Clerk, in Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington 98188, up to the hour of 9:30 a.m. on Tuesday, April 11, 2017. Bids will be opened and publicly read aloud at 10:00 a.m. on Tuesday, April 11, 2017 for: 40TH — 42ND AVENUE SOUTH — PHASE III PROJECT NO. 99410303 The Work to be performed within 165 working days from the date of Notice to Proceed consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: Construction of approximately 2,250 linear feet of street improvements within the right-of-way of 42t Avenue South - S. 160th Street to Southcenter Boulevard, including but not limited to clearing and grubbing, grading, drainage, paving with HMA, installing curb, gutter and sidewalks, undergrounding of overhead power and communications, sanitary sewer, water main, retaining walls, landscaping, signing, striping, illumination, installation of a fish passible culvert and other work necessary to complete the Work as specified and shown in the Contract Documents. Each bid shall be in accordance with the bid documents available free of charge on-line through Builders Exchange of Washington, Inc. at htto://www.bxwa.com. Click on: "bxwa.com", "Posted Projects"; Public Works"; "City of Tukwila", and "Project Bidding'. Bidders are encouraged to "Register as a Bidder" in order to receive automatic e-mail notification of addenda and to be placed on the "Bidders List". This service is provided free of charge to Prime Bidders, Subcontractors and Vendors bidding this project. Contact Builders Exchange of Washington at (425) 258-1303, should you require further assistance. Informational copies of any available maps, plans, specifications, and subsurface information are on file for inspection in the office of the Tukwila City Engineer, at the Public Works Department. All bid proposals shall be submitted according to the Information for Bidders and be accompanied by a bid proposal deposit in the form of a cash deposit, certified or cashier's check, postal money order, or surety bond made payable to the City of Tukwila, for a sum not less than five percent (5%) of the amount of such bid, including sales tax. Should the successful bidder fail to enter into such contract and furnish satisfactory payment and performance bonds within the time stated in the specifications, the bid deposit/bond shall be forfeited to the City of Tukwila. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contracts entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as deemed to be in the best interest of the City. CITY OF TUKWILA Christy O'Flaherty, MMC, City Clerk Published Seattle Times: March 21, 2017 and March 28, 2017 Published Daily Journal: March 21, 2017 and March 28, 2017 INFORMATION FOR BIDDERS City of Tukwila March 2017 40TH— 42ND AVENUE SOUTH — PHASE III Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P_2 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 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 165 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 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. City of Tukwila March 2017 40TN_ 42ND AVENUE SOUTH — PHASE ill Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-3 40th - 42nd Ave South - Phase III Bid Schedule A - Public Roadway Improvements Project No. [#] 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. For Schedule A, include applicable Sales Tax in the various Unit and Lump Sum prices. Item No. Sec. No. Item Description Quantity Unit Unit Price Amount Al 1-09 Mobilization 1 LS 08,L/23.°v 61, VZ3 6 I A2 1-09 Resolution of Utility Conflicts 1 FA $ 20,000.00 20i av zoo. c A3 1-09 Field Office Building 1 LS a.C, 000. pD 25, oat • a'" A4 1-08 Type B Progress Schedule, min. Bid $5,000.00 1 LS 10000, w /01000. `I' A5 1-04 Unexpected Site Changes 1 FA $ 15,000.00 /coon, 00 A6 1-05 Record Drawings, min. Bid $5,000.00 1 LS 5;000 ov 5;002. oo A7 1-05 Roadway Surveying 1 LS s-S ay.w S'S Lbo. 00 A8 1-07 Utility Potholing • 1 FA $ 15,000.00 /S'ow oo A9 1-10 Flaggers and Spotters, min. Bid $50.00 per hour 2200 HR 66. °n s oov o° A10 1-10 Other Traffic Control Labor, min. Bid $50.00 per hour 500 HR c' 66 / 33 coo. co All 1-10 Traffic Control Supervisor, min. Bid $50.00 per hour 320 HR 66 °D 21, 12o no Al2 1-10 Construction Signs Class A 250 SF 27 „° 6 75o. °° A13 1-1.0 Sequential Arrow Sign 750 HR Z, of /Scab 0° A14 1-10 Portable Changeable Message Sign 970 HR 11, o° 3'00. °o A15 1-10 Outside Agency Uniformed Police Flagging Labor 1 FA $ 3,000.00 3 000, A16 2-01 Clearing and Grubbing 2.0 AC L's� op / [D0�oo A17 2-01 Roadside Cleanup 1 FA $ 5,000.00 ('i 050 0° A18 2-02 Remove Existing Drainage Structure 18 EA 202.co 2 6� op /u A19 2-02 Remove Existing Storm Sewer Pipe 1800 LF 2/_ 00 37 Oa). £X) A20 2-02 Removal of Structure and Obstructions 1 LS ?� A° 7 WO on A21 2-02 Removal and Relocation of Existing Private Improvements 1 FA . $ 8000006 ay. Un A22 2-02 Pavement Sawcutting 3810 LF 3. a° l// Y 3a. A23 2-02 Remove Hydrant 2 EA S c00O0 /f 000 o0 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-4 Item No. Sec. No. Item Description Quantity Unit Unit Price Amount A24 2-03 Roadway Excavation Incl. Haul 2600 CY q2.6.0 /119Z00 o0 A25 2-03 Gravel Borrow Incl. Haul 5050 CY c-°o Zs; 292 ov A26 2-03 Gravel Backfill for Walls Incl. Haul 20 CY 275: 00 5,5-00. 00 A27 2-09 Shoring or Extra Excavation Class B 16300 SF 0. 3C S 70s- °° A28 2-09 Structure Excavation Class A Incl. Haul 270 CY O. t� i6 oo » A29 2-09 Temporary Structural Shoring for Detention Vault 1 LS 75/ 000 vo ?s; 000. °° A30 2-12 Construction Geotextile for Permanent Erosion Control 150 SY 5.0177�0 oo A31 2-12 Construction Geotextile for Separation 1120 SY if °° (, f I/0o 0 A32 2-12 Construction Geotextile for Underground Drainage 240 SY 00 9. g60. 00 A33 4-04 Crushed Surfacing Top Course 870 TON L,0 00 39, 000 6 A34 4-04 Crushed Surfacing Base Course 2435 TON 36.00 07 660.00 A35 4-04 Ballast 35 CY 1(i 00 i 3, 0 8 Oc 00 A36 5-04 HMA Cl. 1/2-inch PG 64-22 1125 TON /p(, 00 09 Zc-0 00 A37 5-04 HMA Cl. 1-inch PG 64-22 1415 TON /GO by , y 1 Cod ov l A38 5-04 Pavement Repair Excavation Incl. Haul 300 SY 33- oo 9 900, o° A39 5-04 HMA for Pavement Repair Cl. 1/2-inch PG 64-22 205 TON l5-0, oo -,y17 00 A40 5-04 Planing Bituminous Pavement 315 SY 2° '0 6 34r o° A41 5-05 Cement Concrete Pavement 40 CY 335 ov /3i y0.0-oO A42 6-10 Single Sloped Concrete Barrier 150 LF `Kan 2l/ 75-0. oo A43 7-01 Gravel Backfill for Drain 30 CY 70.a° 2/ lD�D. °° A44 7-01 Underdrain Pipe 6 In. Diam. 285 LF / 11 eo 3 q " A45 7-01 Underdrain Pipe 8 In. Diam. 181 LF 2.oo 3 sot" A46 7-01 Drain Pipe 6 In. Diam. 70 LF 33 00 �/3/0 00 335 A47 7-01 Drain Pipe 8 In. Diam. 100 LF � 00 A48 7-04 Testing Storm Sewer Pipe 3352 LF 2. 00 6,204.0 A49 7-04 Corrugated polyethlyene Storm Sewer Pipe 8 In. Diam. 38 LF [{S, 00 f 7/0 so , A50 7-04 Corrugated polyethlyene Storm Sewer Pipe 12 In. Diam. 942 LF to, 00 3?, (go . °° Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-5 Item No. Sec. No. Item Description Quantity Unit Unit Price Amount A51 7-04 gated polyethlyene Storm Sewer Pipe 18 In. Corrugated Diam.sSo0 929 LF i S- A52 7-04 Corrugated gated polyethlyene Storm Sewer Pipe 24 In. 927 LF o0 vs2 yr f6v A53 7-04 Cl. V Reinf. Conc. Storm Sewer Pipe 30 In. Diam. 36 LF 1qo- c Gr g yc). 0.; A54 7-04 Ductile Iron Storm Sewer Pipe 8 In. Diam. 89 LF 57; va if, 0 95: Gt A55 7-04 Ductile Iron Storm Sewer Pipe 12 In. Diam. 316 LF -is--; e� 23r c). Jo A56 7-04 Ductile Iron Storm Sewer Pipe 18 In. Diam. 75 LF //d, vo o, 2S'v. cx� A57 7-05 Adjust Catch Basin 5 EA -4s-O yr 3,4-s-o ua /cif 006 yv_ A58 7-05 Adjust Manhole 20 EA gyV,vv_ A59 7-05 Concrete Inlet 25 EA A60 7-05 Catch Basin Type 1 29 EA c2. vv 39,3d 4. 0_2 A61 7-05 Catch Basin Type 1 with Circular Frame and Cover 1 EA t300.00 % 30 J vv A62 7-05 Catch Basin Type 1 L 6 EA 4.36A ,e2 Sa& og A63 7-05 Catch Basin Type 2, 48In. Diam, 20 EA 3 p04 vv Roo no A64 7-05 Catch Basin Type 2, 54In. Diam. With Flow Restrictor 1 EA6r 3w, 01. 4300. A65 7-05 Detention Vault 1 LS 104,0 v'1 , 000. ov A66 7-05 Connection to Drainage Structure 12 EA ow. /2 U11) es? A67 7-05 Structure Excavation Class B Incl. Haul 2800 CY 3 nv r t� ydO ry A68 7-05 Abandon and Fill Pipe 310 LF 20, vv_ 6 824- o ? A69 7-05 Through Curb Inlet 2 EA / 22570© z y5-6f V. A70 7-14 Hydrant Assembly 5 EA 4 , v2_ yv,,,,JO, vJ A71 7-14 Resetting Existing Hydrant 4 EA 450. ' /4003. esa A72 7-21 Stormwater Pre -Treatment Unit A 1 LS cmvov as2 4/4 0(k7. 'es). A73 7-21 Stormwater Treatment Unit B 1 LS Zc- t ZS-000_ ce9 A74 7-21 Stormwater Treatment Unit C 1 LS 2S,O0J. tU .2- XV, 00 A75 8 01 SWPPP Preparation And General Permit Compliance 1 LS cis? ZJiOt)c�� — ��,�� A76 8-01 Portable Storage Tank 1 LS 3 sT006, c-9- 3SihoJ, ov A77 8-01 ESC Lead 45 DAY J ov ifs" c? Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-6 Item No. Sec. No. item Description Quantity Unit Unit Price Amount A78 8-01 Erosion/Water Pollution Control 1 FA $ 25,000.00 25 01o? eV, A79 8-01 High Visibiliy Fence 1350 LF 3 uJ ti, v, crJ A80 8-01 Silt Fence 620 LF 6 U0 3 i z0. A81 8-01 Check Dam 168 LF /S= W 2,5-ZO- A82 8-01 Inlet Protection 18 EA j cJ % 24d - uv A83 8-01 Biodegrable Erosion Control Blanket 360 SY 9 u; 2,Ego c_2 A84 8-02 Topsoil Type A (6" Depth) 0.6 ACRE i/2,ow g 2S z - cv A85 8-02 Topsoil Type A (12" Depth) 290 SY leo s,-ZZv. c� A86 8-02 Seed/Sod (MIX B) 0.6 ACRE y ya,p o1 21e 1/4.)- A87 8-02 Bark or Wood Chip Mulch (3" Depth) 321 SY S= 00 ' ‘0 r w A88 8 02 PSIPE, PARTHENOCISSUS TRICUSPIDATA (4" POT) 54 EA 00 9/8 0:2- A89 8-02 PSIPE, Berberous Thunbergii 'Crimson Pygmy' (#3) 102 EA 38, ©? 3 i o 69-2 A90 8-02 PSIPE, Rosa Rugosa 'Showy Pavement' (#3) "90 EA 36. 3 tad oc A91 8-02 PSIPE, Acer Circinatum (1.5" Caliper) 5 EA 4/15-- av 2,0 7 — u�o A92 8-02 PSIPE, Rhphiolepis X Deiacourii'Georgia Petite' 73 EA j/D c $ 636, va A93 8-02 PSIPE, Physocarpus Opulifoius'Podarus' (#3) 60 EA La c1S1 75'S o� A94 8-04 Cement Conc. Traffic Curb and Gutter 4312 LF 20, a° ,ai 21/°. °" A95 8-04 Extruded Curb, Type 6 176 LF G. uv if, 65-6 c A96 8-04 Integral Curb Wall 20 SF 557 d'' /,/0V. °° A97 8-06 Cement Conc. Driveway Entrance 770 SY 7l ao 5-4 67o o0 A98 8-09 Raised Pavement Marker Type 1 16 Hundred Jd S oo 2i 6c0- q.: A99 8-09 Raised Pavement Marker Type 2 5 Hundred zgs- co 2,32.. o. A100 8-11 Raising Existing Beam Guardrail 38 LF v 3, :v 3D6-, A101 8-12 Black Vinyl Coated Chain Link Fence Type 3 110 LF 31_c?o yd- o� / A102 8-12 Black Vinyl Coated Chain Link Fence Type 4 266 LF 31 oo vJ A103 8-12 Black Vinyl Coated Double 14' Chain Link Gate 1 EA vs: qo 9267cal A104 8-13 Adjust Monument 2 EA Licki og, goo, Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-7 Item No. Sec. No. Item Description Quantity Unit Unit Price Amount A105 8-14 Cement Conc Sidewalk 2520 SY 55 0.7 / 3g (, ao, p° A106 8-14 Cement Conc Curb Ramp, Type A 2 EA / 300 "° 27 b1 r. , °v A107 8-14 Cement Conc Curb Ramp Type Parallel A 8 EA 2 ; / A108 8-14 Paved Buffer Zone 290 SY rnh> /2o oa 3/ 9v oa A109 8-15 Quarry Spalls 25 TON lo, cr? c(,Zso.v.� A110 8-18 Mailbox Support, Type 1 8 EA sob. o✓ 4604, uJ A111 8-18 Mailbox Support, Type 2 3 EA / ow. uv / 3,606. w A112 8-20 Illumination System Complete 1 LS 300�. " ,30�� A113 8-21 Permanent Signing 1 LS /000. co /O ay. °a A114 8-22 Plastic Stop Line 50 LF --9.`,v 3C-4- a_ A115 8-22 Plastic Line (4") 2523 LF /, uo 2,5-21 c!_ 6dv 423 6400. A116 8-22 Plastic Bicycle Lane Symbol 10 EA too, os A117 8-22 Plastic Crosswalk Line 110 SF 4/ 00 qV o A118 8-22 Plastic Traffic Arrow 2 EA I /U. on A119 8-22 Plastic Sharrow Symbol 12 EA Lid c��(IMO, 6 A120 8-23 Temporary Pavement Markings 4000 LF / ov y, dot). °`' A121 8-24 Rock for Rock Wall 340 TON 171. (92.1 , /co av A122 8-24 Backfill for Rock Wall 130 CY S-c �,, iso, ' A123 8-24 Compacted Till 70 CY 21 I; yam. A124 8-26 Adjust Valve Box to Grade 20 EA 32S< as 6/5720 " A125 8-26 Adjust Meter Box to Grade 10 EA j 2 S, vv 1, ZS v_ o"'1 Schedule A Total $ �, 526/ 437 c)M Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-8 40th 42nd Ave South - Phase III Bid Schedule B - Gilliam Creek Culvert Replacement Project No. [#] 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. For Schedule B, include applicable Sales Tax in the various Unit and Lump Sum prices. Item No. Sec. No. Item Description Quantity Unit Unit Price Total Price B1 1-04 Unexpected Site Changes 1 FA $ 15,000.00 /S coo. 00 B2 2-01 Clearing and Grubbing 0.4 AC 5•O,Oct2.'' �) 000 °° U/c'LI/O ' / B3 2-02 Remove Existing Pipe 94 LF I(, c>o B4 2-03 Roadway Excavation Incl. Haul 4200 CY "jO 3� Oa / ��OoO. B5 2-03 Gravel Borrow Incl. Haul 3700 CY 20 ago 716000.OD 50; �. 00 B6 2-09 Temporary Structural Shoring for Culvert Footing 1 LS SOIXoa' B7 6-02 Conc. Class 4000 for Culvert Footing 170 CY coo. 0.2 v (35--/ow.00 lig/000on 77 /97/ OP co. /�� B8 6-02 St. Reinf. Bar for Culvert Footing 24000 LBS 2 nv B9 7-03 St. Str. Plate Arch 10 Gage 16 ft. Span 146 LF !r 3572 oo B10 7-03 Steambed Boulders - One Man 88 TON /�� vD no 7-03 Steambed Boulders - Two Man 88 TON /o3 00 D6y. mo i B12 7-03 Steambed Cobbles 675 TON 52 35/i00. 00 S; 2 92 00 B13 7-03 Coarse Band 3 EA /75-0oo B14 7-06 Temporary Stream Diversion 1 LS /-%g ( • vv 119000. 47(7 B15 8-01 High Visibiliy Fence 250 LF 3.od ?50, o0 B16 8-02 Topsoil Type A (4" Depth) 0.20 ACRE 36;0 9 up G,009. ad B17 8-02 Seed, Fertilize & Mulching (Native Seed Mix A) 0.20 ACRE coop. vo / coo a, i B18 8-02 Fine Compost (3" depth) 0.20 ACRE s /7 o cLA) • B19 8-02 PSIPE, Salix Lasiandra (#3) 4 EA 37, oo Z ell n° B20 8-02 PSIPE, Salix Scouleriana (#3) 4 EA 30. op /00 00 B21 8-02 PSIPE, Betula Papyrifera (#3) 4 EA ?0cr2 /� oo B22 8-02 PSIPE, Fraxinus Latifolia (#3) 4 EA 30.ae /2.0, oo B23 8-02 PSIPE, Thuja Plicata (#3) 4 EA 30 00 /20. c O ®a Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-9 Item No. Sec. No. Item Description Quantity Unit Unit Price Total Price B24 8-02 PSIPE, Tsuga Heterophylla (#3) 4 EA 30 oc II20• G° B25 8-02 PSIPE, Alnus Rubra (#3) 4 EA 30. oo tio. '9° B26 8-02 PSIPE, Acer Circinatum (#3) 4 EA D u2 lA2o0 B27 8-02 PSIPE, Acer Macrophyllum (#3) 4 EA 30 w /3O. o" B28 8-02 PSIPE, Pseudotsuga Menziesii (#3) 4 EA 3(2tz' 120. 00 B29 8-02 PSIPE, Pinus Contorta (#3) 4 EA 0 00 t o0 B30 8-02 PSIPE, Corpus Sericea (#3) 21 EA 30. 09 630. 1331 8-02 PSIPE, Sambucus Racemosa (#3) 21 EA 30 c9 /' � CA' B32 8-02 PSIPE, Myrica Californica (#3) 21 EA 39.00 6730, w° B33 8-02 PSIPE, Ribes Sanguineum (#3) 23 EA 3o 00 690. o0 B34 8-02 PSIPE, Holodiscus Discolor (#3) 24 EA 3(2 ors %2�0 cx7 B35 8-02 PSIPE, Symphoricarpos Albus (#3) 21 EA 30 0° 6 30. oo B36 8-03 Temporary Irrigation System 1 LS /4 5--.60, 00 /6 Sco. oo B37 8-37 Settlement Monitoring 1 LS in 000 GO Inflop-1.00 B38 7-03 Remove and Rest Streambank Boulders 1 LS 3000 " / 3, 000 B39 7-06 Fish Exclusion 1 FA 1,000.00 / oc2ez 00 Schedule B Total �GP Y4,/7 dv 79 sog 00 £Z P Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-10 40th - 42nd Ave South Phase III Schedule C - Power and Communications Undergroundinq Project No. [#] 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. For Schedule C, do not include applicable Sales Tax in the various Unit and Lump Sum prices, but instead add Sales Tax to the end sum as shown. Item No. Sec. No. Item Description Quantity Unit Unit Price Total Price C1 1-04 Unexpected Site Changes 1 FA $ 15,000.00 15-A00 w C2 8-35 Franchise Utility Coordination 1 FA $ 10,000.00 /O oop. 00 C3 8-35 Utility Potholing 1 FA $ 15,000.00 /s(?9O 400 Joint Communications Ductbank C4 8-32 Structure Excavation Class B Incl. Haul for Joint Trench 2200 CY Sp 6C. /411 /00 c 6 C5 8-32 TrenchShoring or Extra Excavation Class B for Joint 24000 SF 0, 30 -?/ cao C6 8-32 Joint Trench Pipe Zone Bedding, Including Haul 400 CY 3l� 30 /S 37 % pp C7 8-32 Joint Trench Backfill 1520 CY get 3a 7a 931 00 C8 8-32 Install 444-LA Vault —Comcast 18 EA 1 00 2J,609 co C9 8-32 Install Conduit Pipe 4 In. Diam. — Comcast 5300 LF q my Z% 200. Or) C10 8-34 Conduit Riser, 4-inch - Comcast 4 EA 00 1/ 1 f y 700, 00 C11 8-32 Install H1730H Handhole — CenturyLink 8 EA s OV L/j 660.00 C12 8-32 Install 264-TA — CenturyLink 4 EA 5-zoo 2 /00(z 00 C13 8-32 Install Conduit Pipe 4 In. Diam. — CenturyLink 3550 LF Lt. a° /y � ao i C14 8-32 Core Drill of Existing Vault - CenturyLink 14 EA 20..c.7 3,5-00°D 3, 00 • C15 8-32 Install 444-LA Vault — Zayo 3 EA // � c° C16 8-32 Install Conduit Pipe 4 In. Diam. —Zayo 1550 LF It' O0 6 20o. p0 SCL Electrical Ductbank C17 8-33 Structure Excavation Class B Incl. Haul for SCL Duct Bank 3080 CY QD0 !v'7�7i Ste, 6c C18 8-33 Shoring or Extra Excavation Class B for SCL DuctBa 28000 SF / $`O cia 000. as C19 8-33 Handhole, 233-LA - SCL 3 EA 2i050.00 0/ S5o tk0 C20 8-33 Vault, 444-LA —SCL 6 EA 3/ %r. 00 2Zi 2122.o0 C21 8-33 Vault, 507-LA - SCL 3 EA L / 35). no /3, os o Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-11 Item No. Sec. No. Item Description Quantity Unit Unit Price Total Price C22 8-33 Vault, 577-LA - SCL 7 EA 6 6So oO 14/ 5-co.00 i C23 8-33 Vault, 712-LA - SCL 1 EA 1 y/ SQ a) i yt Spp_ D0 C24 8-33 Vault, 712-CLX - SCL 2 EA / LI, 500 0D a,. C25 8-33 Vault, Pad 10 - SCL 1 EA 2�/5'0 OO 2./co. " C26 8-33 Conduit, PVC, 4 Inch - SCL 12250 LF /O up / 2 2 coo. W C27 8-33 Conduit, Fiberglass, 5 Inch -SCL 6960 LF 512 1� bp AO gee. C28 8-33 Conduit Bend, RGS, 4 Inch, Misc. Degree, 144" or 150" Radius - SCL 150 EA 650 S�tSc� L� - C29 8-33 Conduit Bend, RGS, 4 Inch, Misc. Degree, 48" Radius - SCL 3 EA 3 w 1/ U so. aa QO C30 8-33 Conduit Riser, 4-inch 8 EA /<00 00 14 so C31 8-33 Conduit Riser, 5-inch 4 EA 1 Soo 00 G 000, 00 C32 8-33 Core Drill of Existing Vault - SCL 14 EA 2s-D O0 3, 5-b0 0° C33 8-33 High Strength-FTB - SCL 390 CY / sp 00 o0 s�' Pw C34 8-33 Low Strength-FTB - SCL 2626 CY /9,560 LK flo. Da C35 8-33 Guard Post (Bollard) 2 EA --- co ) )47) c:U Private Service Joint Utility Trench C36 8-34 Install Conduit Pipe 2 In. Diam. — Comcast Private Service 1820 LF y, 90 ?� Z80. Do C37 8-34 Install Conduit Pipe 2 In. Diam—Century Link Private Service 1750 LF [t ?per, 00 C38 8-34 Conduit Pipe 3 In. Diam — Seattle City Light Private Service 1930 LF 1 0 pa /9i 30, AD C39 8-34 Private Service Address 15857 1 LS Li �� B6 / coo, C40 8-34 Private Service Address 15837 1 LS a7 OP 8-34 Private Service Address 15827 1 LS �(aZ2 CP 14 W0, C42 8-34 Private Service Address 15819 1 LS kow GO Loa GO C43 8-34 Private Service Address 4066 1 LS (,tar oD L100000 C44 8-34 Private Service Address 15645 1 LS Ltc'° yob Dv C45 8-34 Private Service Address 15625 1 LS GOO co Li coo, 00 C46 8-34 Private Service Address 1.5603 1 LS g000. GO LID , Co C47 8-34 Private Service Address 15854 1 LS 1 L1000. a2 1060, 00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-12 Item No. Sec. No. Item Description Quantity Unit Unit Price Total Price C48 8-34 Private Service Address 15838 1 LS0)D, pa y/ ono. ct7 j)/00D, o-o Li,G OD C49 8-34 Private Service Address 15826 1 LS C50 8-34 Private Service Address 15820 1 LS (��� O� OD C51 8-34 Private Service Address 15660 1 LS -/ 00 % 000001 C52 8-34 Private Service Address 15654 1 LS (,/OLjj 00 4/ac tx) N Gc. C53 8-34 Private Service Address 15650 1 LS 7 ex) C54 8-34 Private Service Address 15646 1 LS L c�a 7i 000 C55 8-34 Private Service Address 15642 1 LS L/Oo i N/�• oa LfI000, 05 C56 8-34 Private Service Address 15638 1 LS C`/per coo C57 8-34 Private Service Address 15460 1 LS 4Aa o 14, CO°, (.'° C58 8-34 Private Service Address 15458 1 LS �/ vD (�/ co C59 8-34 Private Service Address 15436 1 LS (iD� oo toDO o �b C60 8-34 Property Restoration for Private Services 1 FA / $65,000 65,0w. Schedule C Subtotal Sales Tax @ 10% $ 1,/,90,968.bo Schedule Total $ / Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-13 40th - 42nd Ave South - Phase III Schedule D - Valley View Sewer Project No. [#] Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall conform thereto. For Schedule D, do not include applicable Sales Tax in the various Unit and Lump Sum prices, but Sales Tax to the end sum as shown. occurs between be corrected to instead add Item No. Sec. No. Item Description Quantity Unit Unit Price Total Price D1 Traffic Control 1 LS B,s. ,:,J 8,sv0. q9.. D2 Shoring & Trench Safety Systems 433 LF ) 00 933, u-'2 D3 Temporary Erosion and Sedimentation Control 1 LS ZSO, uo ?wiz v� D4 Dewatering 1 LS ccoo, o� S; m)_ a D5 Potholing 5 EA 6s,0,9 3/757> ao D6 Landscape and Misc. Restoration 1 LS S00:4 v? coal e, D7 Gilliam Temporary Gravity Wastewater Bypass 1 LS i2 Svo� vo 12, » 4.� D8 Other Temporary Wastewater Bypasses 1 LS z -c vu Ze d, v� D9 60-inch Saddle Manhole E17-77 ( ) 1 LS Z Olt, Ov 7, pd7, ov D10 48-inch Standard Manhole (F17-21, F17-22) 2 EA S c'o /;;O4. D11 72-inch Standard Manhole with Extra Channeling Work (E17-51) 1 LS evv 170d. o� D12 72-inch Standard Manhole (E17-53) 1 LS 240c0. �.�' 244aD, coo D13 60-inch Shallow Manhole (E17-76) 1 LS a,ov0< v_v /3,00?. `212 CY,Oda c' D14 72-inch Shallow Manhole (E17-49, E17-52) 2 EA .Z7, OW, u,; D15 8-inch SDR 35 PVC Pipe 172 LF »ii ,r).? /iL vet D16 8-Inch AWWA C900 DR 25 PVC Pipe 45 LF 1?o J3o,e), oa D17 18-inch SDR 35 PVC Pipe 32 LF in (.� S; 696< w D18 30-inch class 52 Ductile Iron Pipe with Ceramic Epoxy Lining 184 LF 3Y�� Q� ov li2i CM,. -- D19 Controlled Density Fill Pipe Encasement 110 CY 38 �?v 9,760, ,; D20 Crushed Surfacing Top Course Compacted Trench Backfill 1283 LF /, oe //2 $z 02 D21 Crushed Surfacing Base Course Compacted Trench Backfill 1283 LF vt� ap b2.03- -- D22 Gilliam Creek Crossing Crushed Surfacing Top Course Compacted Trench Backfill 995 LF do �,J yys- `- D23 Foundation Material 356 TON (j cv jyzit di. ov Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-14 Item No. Sec. No. Item Description Quantity Unit Unit Price Total Price D24 Gravel Driveway Restoration 1 LS 3, 000, chi 0 e O^ D25 10-inch HMA Patch with 8-inch Crushed Rock Base 144 SY vv l� s : )4 ToP, D26 Record Drawings and Post Construction Survey 1 LS /0') /00 ou Schedule D Subtotal Sales Tax ® 10% Schedule D Total $ Z47,/9s. ? $ - ,2; -9 3 Zt 9t zo Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-15 40th - 42nd Ave South - Phase III Schedule E - King County Water District 125 Project No. (#] Note: Unit prices for all items, all extensions, and the total amount bid must be the unit price and the total amount specified for any item, the unit price shall conform thereto. For Schedule E, do not include applicable Sales Tax in the various Unit and Sales Tax to the end sum as shown. shown. Where conflict occurs between prevail, and totals shall be corrected to Lump Sum prices, but instead add Item No. Sec. No. Item Description Quantity Unit Unit Price Total Price El Trench Safety 1 LS ca2, 00 5-(50. ° E2 12" Gate Valve and Box 2 EA 2/ ?a co a Aoo. 00 E3 Remove & Dispose of Ex. 12" D.I. Pipe 185 LF 30, ao 5, -57. "O E4 Remove & Dispose of Ex. 8" D.I. Pipe 45 LF 90 0° / 350, vo , E5 12" CL 52 D.I. Pipe & Fittings 200 LF �Z3. oo 2�f6a� ov / . E6 8" CL 52 D.I., Restrained Joint Pipe & Fittings 40 LF /6c.t90 6 GOO.au E7 Connect to Existing Water Main 4 EA 2/ 7ov / / 9 800- 00 E8 Remove and Abandon Existing SPU Meter Vault 1 LS �/f7, co 4 /s-0 O E9 Construct New SPU Meter Vault 1 LS ?U ,a) c.' 20 000. 00 El Remove and Salvage Existing Fire Hydrant 5 EA / /r.,)co C�ay. 00 Ell Extend/Relocate Existing Fire Hydrant 1 EA •/L�0 004,000.00 / [ 00 00 j gb co E12 New Fire Hydrant Assembly 7 EA / �� 00 E13 Replace 1" Long Side Water Service 1 EA 5 Oo s000 vv E14 Replace 1" Short Side Water Service 3 EA 2 Gco, (90 2 90. ao E15 Replace 1 1/2" Short Side Water Service 4 EA ? doh 00 i2/ )0. 00 E16 Adjust Valve box to Grade 12 EA 3S0 0o Li ZOp 00 E17 Plug & Block Existing Main 2 EA 5-00 Uo /�co0 co $ % 00 E18 Crushed Surfacing Top Course 225 TN 36 ' Schedule E Subtotal Sales Tax @ 10% Schedule E Total $ Mse ISM. $ /g/ Ols o`? $ ggoq .O0 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-16 TOTAL OF SCHEDULES Schedule A brought forward $ 3, 5a) `130 , c'y Schedule B brought forward $ 707, 'So5. Schedule C brought forward $ /, / P7i B 69. 60 Schedule D brought forward $ 3�i !s ! �7 • 7-f) Schedule E brought forward $ /7 OV , TOTAL BID PRICE $ 6 027 7V . °I Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-17 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on theBid forms above, may submit an original computer printout sheet with their bid, as long as the following re. , rements are met: 1. Each sheet of the computer printout must contain the exact same infor ion as shown on the hard - copy bid form — Project Name, Schedule Name, column headings — in the orde hown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact cer fication language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that ..rtion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda at may have been issued, etc. If any of these things are missing or out of order, the bid may be r ected by the Owner. The unit and lump sum prices shown on acceptable printou _ will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the e -nt of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid subm ' ed by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout; com• eted according to the instructions, the unit bid prices shown on the computer printout will be used to deterine the bid. Put this certification on the last sheet of the Bid •mputer printout, and sign: (YOUR FIRM'S NAME) certifies that the uni •vices shown on this complete computer print-out for all of the bid items contained in this Proposal are the it and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other i . •rmation from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount own will be read as its total bid and further agrees that the official total Bid amount will be determined by ultiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on th-. -id form then totaling all of the extended amounts. Signed: Title: Date: City of Tukwila March 2017 40TH — 42ND AVENUE SOUTH — PHASE III Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-18 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt Addendum No. 3/3i// 7 3 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 Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is '/ l�'np - /P AMC& of O BOJC 2-ggo 7heornA C�BY//0/ (Name) (Address) Bidder: G (.u" 5 ok) , -•r Signature of Authorized Official: Printed Name and Title: £?#wio G'�CC A 7i) S/D J7- Address: 5/ f 0 'i /V ,€ Q 6- 77 C Ifli 0t7 q$i/v Circle One: State of Incorporation: 'k14 • Jeie C o''rp o ra drp o Phone No.: 293—��t``8--/4l1 Date: 9^i1—/7 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. City of Tukwila March 2017 40T" — 42ND AVENUE SOUTH — PHASE III Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P f 9 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). OR — Bid Bond: The undersigned, Active Construction, Inc. (Principal), and Liberty Mutual Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Bid Amount dollars ($ 5% of Bid Amount ), 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 40TH — 42ND AVENUE SOUTH — PHASE III, Project Numbers: 99410303 — Roadway and 99341208 — Culvert, 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 duty 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 11 day of April , 2017 Active Construction, Inc. Liberty Mutual Insurance Company Principal Signature of Authorized Official PRESI AJT Title Name and address of local office of agent and/or Surety Company: Surety By KQ _ eri- Attorney in Fact (Attach Power of Attorney) Karen C. Swanson, Attorney -in -Fact Propel Insurance P. O. Box 2940 Tacoma, WA 98401 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. City of Tukwila March 2017 40TH— 42ND AVENUE SOUTH —PHASE lit Provided to Builders Exchange of WA, Inc, For usage Conditions Agreement see www,bxwa.com Always Verify Scal THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7659163 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies°), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aliceon A. Keltner; Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Diemer; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter J. Comfort all of the city of Tacoma , state of WA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9th day of March , 2017 STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY ss The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West/,merican Insurance Company By: 2yRyr� �C•.r. David M. Care ;Assistant Secretary On this 9th day Of March 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper Merlon Twp., Montgomery County My Commission Expires March 28,2021 Member, Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant -to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE iV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance. Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed the seals of said Companies this / f day of , 20 tf ? . By. �,�.'iLt-4,0(j Ltd& Teresa Pastella, Notary Public By: Renee C. Llew , ssistant Secretary LMS_12873_022017 225 of 800 Proposal P-20 STATE OF WASHINGTON ) COUNTY OF KING ) NON -COLLUSION DECLARATION ss. 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 40TH — 42ND AVENUE SOUTH — PHASE III, Project Numbers: 99410303 — Roadway and 99341208 — Culvert, Signed and rn to before 4-rive sn2uc-nch ZiJG Name of Firm ignature of Authorized Official Title day of AWL_ 20'_1 Signature of Notary Pu l c in and for the State of Washington, residing at SP4A.1AGVAy / /,(A My appointm s: utr 67-4 —! SEALc2 . ;°" ,. &,*# ;a ,, 0.1 RY .,PUe•Va • yhiI%oi%t_o 1 To reporP mart f Li NOTICE TO ALL BIDDERS es call: 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. City of Tukwila March 2017 40TH— 42ND AVENUE SOUTH — PHASE III Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-21 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: AGTI ConsupetIc77to - I}GI . Address of Bidder: 5 I 1 D 12IV�I ✓2 ion gg793 City State Zip Code Contractor's License No. At-TIV / WA State UBI No. 027300/5 a3 L// Dept. of L&I License Bond Registration No. 1 4f/$Q77d Worker's Comp. Acct. No. .20, 933 c b Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture .k Incorporated in the state of (A )6 List business names used by Bidder during the past 10 years if different than above: u/f4 Bidder has been in business continuously from f' 2- Gro U, i /� &JJ 4l/ r/U as3 3 s 9 � 7 Bank Reference L � Bank Account Officer Officer's Phone No. No. of regular full-time employees: //d Number of projects in the past 10 years completed: %50ahead of schedule /DD on schedule d behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for6-5-years. Asa subcontractor for S 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 Ry/tou ligATHEies> -��- The /D vgAeS eong P tE _Arr vio-r 7 y ,ems TyLete- W City of Tukwila March 2017 40TN— 42ND AVENUE SOUTH — PHASE III Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-22 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)? Yes ❑ No Surveyor's Name: Obu..VI G U 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 55ftrANf2 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 HoM Has Bidder, or any representative or partner thereof, ever failed to complete a contract? No 0 Yes If yes, give details: N Has Bidder ever had any Payment/Performance Bonds called as a result of its work? JVo ❑ Yes If yes, please state: Project Name Contracting Party Bond Amount City of Tukwila March 2017 40TH— 42No AVENUE SOUTH — PHASE III Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-23 Has Bidder ever been found guilty of violating any State or Federal employment laws? 'No❑ Yes If yes, give details: //Pt Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? , No 0 Yes If yes, give details: 14 /14 ----- Has any adverse legal judgment been rendered against Bidder in the past 5 years? No 0 Yes If yes, give details: N/I} Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? ,)No 0 Yes If yes, please state: �// //Date !\/A Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: 12/W310Ei Date: 01 / it / l7 \\SEAFPP01\proj\TukwilaWACityOf\434540Phase I I I \10_Specificatio ns\Bid-Ready\Final 1\0la_2016BoilerplateBidFormset_UNITPRICE - CH2M_V2.doc (2/14/02) gj City of Volume 200 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: P-24 DESCRIPTION/TYPE YEAR CONDITION OWN/RENT 5�E 14-t7ri-atE0 epo0 502 eQu1P>u nY `L_ibT Labor to be used: 2 64° /eATO1es ) 2 LAPbf2ed ) 2 L 9, gSj / 2/966/iu6- guee-,► /15-6,e.-) 1 PEA) JP I reieerrliello A veUs r7on, .milk.. e of Bidder Signature of Authorized Official PI€65 /!& k)'T- Title City of Tukwila March 2017 40TH— 42ND AVENUE SOUTH — PHASE III Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposed Suncontractors P-25 PROPOSED SUBCONTRACTORS Name of Bidder k l?tiE mS712f 7l7 T7 Tee 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 70 % Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid N1l FIG l4r�ds€( PL1 81106.. --/b),O I eWtI CRl- /, &s 4 //z SA1 City of Tukwila March 2017 40TH— 42ND AVENUE SOUTH — PHASE Ill Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Date of Issue: Bid Submittal Date: Date of Opening: ADDENDUM NO. 1 City of Tukwila 40th-42nd Avenue S Phase Ill Project City Project No. 99410303 March 31, 2017 April 11, 2017 9:30 AM April 11, 2017 10:00 AM Notice to All Planholders: This Addendum No. 1, containing the following revisions additions, deletions, and/or clarifications, is hereby made 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. CONTRACT-KANSA 1. Sheet Numbers 50 — Replace Delete and REPLACE with attached Revised Sheet. See clouded area for revisions. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. All 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 acknowledge receipt of the Addendum may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, Robin Tischmak, P.E. City Engineer Receipt ackno ged - nd co. • i ons agreed to this Bidder. Signre .. day of /P/1 , 20 /7 *Addendum No. 1 Project No. 99410303 March 31, 2017 Page 1 of 1 Provided to Builders Exchange of WA, Inc. 'For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Odd2 NEMA 4X JUNCTION BOX SHALL BE A MINIMUM DIMENSION OF 12" X 12" X 4" IN SIZE 2. Sheet Number 5 of 7, King County Water District No. 125 — Modification Modify call out north of the new SPU meter vault to read: INSTALL 2 —12" 45° VERT. BENDS, RJ., AS NECESSARY FOR GRADE ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. All 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 acknowledge receipt of the Addendum may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, Robin Tischmak, P.E. City Engineer , j, Receipt gcknov d ed a d con; s agreed to this �/ day of ,4/ /`-- ,.20/7. Bidder: Signet: re ddendum No. 2 Project No. 99410303 April 6, 2017 Page 3 of 3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Add 3 ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. All 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 acknowledge receipt of the Addendum may be considered as an irregularity in the Bid .Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, Robin Tischmak, P.E. City Engineer Receipt ackno Bidder: agreed to this VIL day of &en__ , 201 . —*Addendum No. 3 F inject No. 99410303 April 7, 2017 Page 2of2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ACTIVE CONSTRUCTION, INC. BIDDER QUALIFICATIONS - COMPLETED AND IN PROGRESS PUBLIC WORKS PROJECTS Job # Completion Date Job Description Owner Owner Rep Phone Contract Value 10-001 2011 Mullen Road Extension City of Lacey Roger Schoessel (360) 438-2639 $ 2,755,519.00 10-003 2011 Harrison Avenue Improvements City of Olympia Jim Rioux/Fran Eide (360) 753-8484 $ 5,513,734.94 10-016 2011 Skokomish Alternate Access Road Skokomish Tribe Dave Nichols (360) 426-4232 $ 1,899,487.74 10-018 2011 Westbound Britton Parkway City of Lacey Roger Schoessel (360) 438-2639 $ 624,692.85 11-001 2012 Henderson Blvd Sanitary Sewer & Water Main Realignment City of Olympia Jim Rioux (360) 753-8484 $ 1,346,423.94 11-005 2013 Carpenter Road Reconstruction City of Lacey Dale Mix (360) 438-2639 $ 9,024,507.73 11-006 2013 Cushman Trail Culvert Repair City of Gig Harbor Maureen Whitaker 253-853-7618 $ 9,024,507.73 11-009 2012 Warren Creek Pierce County Helmut Schmidt (253) 798-2728 $ 1,085,705.60 11-014 2012 Neadham Road Setback Levee Pierce County Ingo Kuchta (253) 798-6165 $ 568,807.35 12-004 2012 VIC 1-5 Puyallup River Bridge - Sidewalk Ramps WSDOT Dennis Steinberg (253) 365-6730 $ 519,146.26 12-005 2013 18th Ave Half Street Improvements City of Olympia Jim Rioux (360) 753-8484 $ 3,006,361.33 12-007 2013 56th St. NW/Pt. Fosdick Dr NW Street Improvements City of Gig Harbor Marcos McGraw (253) 851-6170 $ 2,454,497.20 12-008 2013 70th Ave. E. Phase 2 City of Fife Ken Gill (253) 922-9315 $ 8,003,125.61 12-017 2013 Capitol Way Overlay Improvements City of Olympia Brett Bures (360) 753-8568 $ 226,850.24 12-020 2013 Puyallup River Floodplain Restoration at Fennel Creek Pierce County Al Zehni (253) 798-2725 $ 214,275.75 12-024 2013 62nd Ave E Sidewalk and Sheffield Trail and 20th St E Crosswalk City of Fife Russ Blount (253) 922-2489 $ 468,940.65 12-028 2013 West Lake Sammamish Parkway Phase 1 1-90 Roundabout to SE 34th St City of Bellevue Carl Haslam (425) 452-4170 $ 6,560,548.46 13-002 2013 NB SR 167 to NB 1-405 Major Drainage Repair WSDOT Broch Bender (206) 440-4699 $ 419,206.01 13-010 2013 Wilkeson Creek Access Road Puyallup Tribe Andrew Strobel (253) 573-7879 $ 434,423.23 13-011 2013 Orville Road Engineered Log Jam Setback Revetment Pierce County Al Zehni (253) 798-2725 $ 788,825.53 13-015 2014 SR7 Muck Cr Trib-Nisq Riv Remove Barrier WSDOT Mark Carson (360) 570-6761 $ 1,103,022.10 13-017 2014 Larchmont Wetland Reserve Pierce County Al Zehni (253) 798-2725 $ 653,314.39 Active Construction, Inc. Confidential Updated: 4/7/2017 Page 1 of 3 ACTIVE CONSTRUCTION, INC. BIDDER QUALIFICATIONS - COMPLETED AND IN PROGRESS PUBLIC WORKS PROJECTS Job # Completion Date Job Description Owner Owner Rep Phone Contract Value 13-020 2014 Taxiway C & North Taxiway W Rehab & Terminal Entrance Widening Port of Olympia Bill Helbig (360) 528-8022 $ 2,069,196.55 13-022 2014 Reservation Road Reconstruction Skokomish Tribe Dave Nichols (360) 426-4232 $ 939,088.15 13-029 2014 Chehalis Western Trail Phase 3 Thurston County Brandon Hicks (360) 867-2300 $ 2,732,360.14 14-004 IN PROGRESS Middle Fork Snoqualmie River Road US DOT Craig Sanders (360) 619-7700 $ 15,586,595.42 14-007 2014 Boulevard Rd & 22nd Ave City of Olympia Rolland Ireland (360) 753-8721 $ 2,481,952.96 14-011 IN PROGRESS Upper Clear Creek Mitigation Site Port of Tacoma Dave Myers (253) 428-8612 $ 5,415,690.47 14-012 2014 Delphi Road Safety Improvements Thurston County Brandon Hicks (360) 867-2300 $ 1,042,109.07 14-013 2015 Chambers Lake Stormwater Treament Facility City of Lacey Roger Schoessel (360) 438-2639 $ 2,116,312.11 14-014 2015 Salmon Creek Bridge L-4 Replacement Thurston County Brandon Hicks (360) 867-2300 $ 1,431,682.14 14-019 2016 Tacoma Pedestrian Crossing Improvement City of Tacoma Mark D'Andrea (253) 591-5500 $ 2,523,400.00 14-024 2015 Golf Club Road Extension City of Lacey Roger Schoessel (360) 438-2639 $ 599,599.00 15-003 2015 Capitol Blvd - M Street City of Tumwater John Norman (360) 754-5855 $ 1,747,742.90 15-004 2015 Neadham Road In -Stream ELJ Mitigation Project Pierce County Ingo Kuchta (253) 798-6165 $ 265,118.00 15-007 2016 Willamette Drive NE & 31st Ave Improvements City of Lacey Roger Schoessel (360) 438-2639 $ 1,522,533.93 15-008 2015 Fennel Creek Property Restoration Phase 2 / 1408-124 Pierce County Helmut Schmidt (253) 798-2728 $ 527,710.56 16-003 2016 Firwood Condos Stormwater System & Wapato Creek House Removal City of Fife Ken Gill (253) 922-9315 $ 424,259.90 16-004 2016 WARC Access Road Thurston County Brandon Hicks (360) 867-2300 $ 916,456.88 16-005 IN PROGRESS 216th Ave SE Roadway Improvements SE 272nd (SR 516) to SE 283rd St City of Maple Valley Kim Scattarella (425) 413-8800 $ 1,963,562.15 16-007 2016 Manchester Stormwater Retrofit and Traffic Improvements - Phase 3 Kitsap County Steve Nichols (360) 337-5777 $ 1,212,212.00 16-008 IN PROGRESS Tumwater Blvd/I-5 SB Ramp Improvements Project City of Tumwater John Norman (360) 754-5855 $ 991,409.95 16-013 IN PROGRESS Park Avenue South - 125th Street South to Garfield Street South Pierce County Henry Gertje (253) 798-7250 $ 650,650.00 16-014 IN PROGRESS Cleanwater Centre Site Work Port of Olympia Tyson Carpenter (360) 528-8000 $ 2,167,099.24 Active Construction, Inc. Confidential Updated: 4/7/2017 Page 2 of 3 ACTIVE CONSTRUCTION, INC. BIDDER QUALIFICATIONS - COMPLETED AND IN PROGRESS PUBLIC WORKS PROJECTS Job # Completion Date Job Description Owner Owner Rep Phone Contract Value 16-018 IN PROGRESS Tilley Road Curve Culvert Replacement Thurston County Brandon Hicks (360) 867-2300 $ 434,756.39 16-020 IN PROGRESS Tyee Drive Extension / Israel Road Improvements Project City of Tumwater John Norman (360) 754-5855 $ 3,354,711.99 16-021 IN PROGRESS SR 302 - 1.15 Miles S of E Victor Road Major Drainage WSDOT Robert Christopher (360) 705-7337 $ 422,422.00 16-023 IN PROGRESS Emergency Vehicle Operations Course (EVOC) Dept of Enterprise Services E&AS Doug McCudden (360) 407-9302 $ 2,064,974.00 16-026 IN PROGRESS Kirsop Road Maintenance Project City of Tumwater John Norman (360) 754-5855 $ 167,072.00 16-029 IN PROGRESS Capitol Blvd & U Street Pedestrian Improvements City of Tumwater John Norman (360) 754-5855 $ 137,137.00 16-030 IN PROGRESS East Lake Sammamish Master Plan Trail South - Segment A King County Gina Auld (206) 477-4552 $ 4,489,832.49 ,17-001 IN PROGRESS Fairwood West HOA Pipe Replacement King County Gina Auld (206) 477-4552 $ 785,785.00 Active Construction, Inc. Confidential Updated: 4/7/2017 Page 3 of 3 Q YEAR MODEL EQUIPMENT DESCRIPTION MEM =Go 6 1978 9000 FORD Water Truck- Site U9QTVC46467 Water Truck 8 1973 Tank FORD Water Tank Truck- Site H80CVQ56889 Water Truck 9 1988 450 Sup FORD Util. Box Truck Site 2FDLF47G9CB55948 Truck 13 1992 Towma EQUIP Trailer — 1P9DT6T29NG162139 TW4771565 Trailer 19 1990 KW T800 KENWORTH Tractor Ken 1XKDDBOXXLS555453 Truck 35 1989 F450 FORD Util. Box Truck Site . 2FDLF47G9KCA73445 Truck 47 1989 8B LAYMORE Sweeper 2209881386 Sweeper 51 1989 WA450 KOMATSU Wheel Loader ' - 20186 Wheel Loader _ 53 1990 185DPQ SULLAIR Air Compr. 004101220 Air Compressor 73 1989 SV91D SAKAI Roller/Comp. 30312 Roller 90 1989 RD880V WACKER Roller/Comp. 629601040 Roller 93 1992 RANGER FORD Pickup Site 1FTCR14A2NPA61134 Truck 102 1988 PC300LC-3 KOMATSU Excavator/Thumb/Hammer 14289 Excavator 104 1976 623E CAT Scraper - 46P0847 Scraper 107 1982 14G CAT Grader 96U6076 Grader 110 1990 SV91D SAKAI Roller/Comp. 30332 Roller 117 1993 F150 FORD Pickup — Site IFTEF15YYPLB13147 Truck 124 1980 Frght FREIGHTLINER Water Truck CB413HP192286 Water Truck 131 1993 RB38 ROSCOE Sweeper 32729 Sweeper 134 1994 XAS-90DD ATLAS COPCO Air Compr. 603-087 Air Compressor 141 1992 KW/T800 KENWORTH Dump Truck 1 NKDLB9X2Ns576882 Truck 145 1990 SV91TF SAKAI Roller/Comp. . 30679 Roller 146 1990 770BH JOHN DEERE Grader— 522651 509325 Grader 150 1988 ATCO 10' x 40' Mob. Off. — GR3268588 866002 Trailer 152 1996 TrailKing TK50 Trailer 1TKCO2633TM055834 Trailer 159 1997 416C CAT Backhoe & Comp. — 5YN0857 SYN857 Backhoe 160 1997 416C CAT Backhoe & Comp. — 5YN01309 SYN1319 Backhoe 161 1997 416C CAT Backhoe & Comp. 5YN1304 Backhoe 162 1997 416C CAT Backhoe & Comp. 5YN1789 Backhoe 167 1993 RB38 ROSCOE .Portable Broom 32976 • Sweeper 169 1998 416C CAT Backhoe & Comp. 5YN4932 Backhoe 170 1998 416C CAT Backhoe & Comp. 5YN4933 Backhoe 171 1998 416C CAT Backhoe & Comp. 5YN4934 Backhoe 172 1997 EX150 HITACHI Excavator 133-3633 Excavator 177 1999 KW T800 KW Lube Truck 3BKDLB9XF827742 Truck 178 1999 F450 FORD Flatbed Truck Shop . 1FDXF46FXXEC91664 Truck _ 180 1988 NWBS 12' x 42' Mob. Off. — 179749 M881094 Trailer 181 1997 NWBS ' 10' x 42' Mob. Off. 97648 Trailer 186 1998 MultiQuip 25 KW Generator 7100059 Generator 188 ' 1985 NWBS 12' x 50'Mob. Off. . 85243 - Trailer 203 1980 530-80 CHAMP 8,000 lb Fork Lift 880337 Wheel Loader 206 1999 MultiQuip 25-29 KW/DSL Generator 7101849 Generator 207 2000 EAGLE Trailer 1 C9BE2318YP694654 Trailer 208 1998 185 IR Air Compr. 291031 UF1221 Air Compressor_ 209 1999 330LC JOHN DEERE Exc./Thumb FF0330X080433 Excavator 214 1998 MultiQuip 150 KW Generator 3678574 Generator 216 1999 MultiQuip 25 KW Generator- 7101822 4GNFU1018WB000540 Generator 218 2002 644H JD Wheel Loader • 585438 Wheel Loader 220 1987 623E CAT Scraper 6CB00553 Scraper 224 2000 300C JOHN DEERE Off Road Truck 200141 Off Road Truck 225 2000 300C JOHN DEERE Off Road Truck 200142 Off Road Truck 226 1990 KW T800 KW Water Tank Truck On Road 1 NKDLB9X4LJ530098 Water Truck 229 1988 KW T800 KW Water Tank Truck On Road 1XKDD29X4JS519113 Water Truck 232 2001 D8R RIP CAT Dozer • 07XM04969 Dozer ' 234 2003 Silverado 1500 CHEVROLET Pickup James N 1GCEK19T63E318571 Truck 235 1999 MultiQuip . 45 KVA Generator 00359 - Generator 237 1999 416C CAT Backhoe & Comp. 4ZN16759 Backhoe 239 2004 35C ZTS JOHN DEERE Mini Exc.' FF035CX231677 Excavator 240 2002 WA380-3 KOMATSU Wheel Loader A51463 Wheel Loader 241 2004 Silverado 1500 CHEVROLET Pickup - Spence Blixt - 2GCEC19T041347550 Truck 243 2004 650H LGP DEERE Dozer T0650HX927178 Dozer 244 2000 SV200D SAKAI Roller 20130 Roller 245 2004 HIPER LITE GPS Rover/Base Sys 0276-Z51324 295-0204, 295-0276 GPS 246 2002 550LC JOHN DEERE Excavator FF0550X950071 Excavator 247 2000 300C JOHN DEERE Off Road Truck BE300CT200145 Off Road Truck 248 2004 Z50U HITACHI Mini Ex 241576 Excavator 251 2005 644J JD Wheel Loader DW644JX595540 Wheel Loader 252 2005 Silverado 1500 CHEVROLET Pickup - Marina 2GCEC19TX51185458 Truck 254 2005 Silverado 2500 CHEVROLET 4X4 Pickup Nick 1 GCHK29U95E224988 Truck 256 2000 185 IR Air Compr. 309190UBK221 Air Compressor 257 2005 420D CAT Ext.Backhoe Pen Light OFDP20782 Backhoe 258 2005 420D CAT Ext.Backhoe Pen Light OFDP20704 Backhoe 259 2005 420D CAT Ext.Backhoe OFDP21455 Backhoe 260 2005 420D CAT Ext.Backhoe Pen Light OFDP21495 . Backhoe 261 2000 IH 4700 Dump IH 6 YARD DUMP 1 HTSCABP8YH240445 Truck 262 2000 IH 4700 Dump IH 6 YARD DUMP 1 HTSCABP3YH240434 Truck 263 2000 IH 4700 Dump IH 6 YARD DUMP 1HTSCABP5YH240452 Truck 264 2000 IH 4700 Dump IH 6 YARD DUMP 1HTSCABP4YH240457 Truck 4 265 2003 TK18 Eq. Trailer Pen Light 1TKCO24213M112400 Trailer 266 2004 TK18 Eq. Trailer Pen Light 1TKCO24225B078143. Trailer 267 2004 TK18 Eq. Trailer Pen Light 1TKCO24205B078142 Trailer 268 2005 3500 CHEVROLET Flatbed Pete 1GBJC34275E259222 Truck 269 2005 3500 CHEVROLET Flatbed PEN LIGHT 1GBJC34295E255589 Truck 270 2005 3500 CHEVROLET Flatbed PEN LIGHT 1GBJC34245E260778 Truck 271 2005 3500 CHEVROLET Flatbed PEN LIGHT 1GBJC34225E255269 Truck 272 2000 185 IR Air Compr. 309191UBK221 Air Compressor 273 2005 Silverado 1500 CHEVROLET Pickup Greg G 2GCEC19T451259344 Truck 274 2005 COLORARO CHEVROLET Pickup Shop 1GCCS148358282317 Truck 275 2000 763 BOBCAT Loader/Sweeper 512253989 Wheel Loader 277 2005 3500 CHEVROLET Flatbed PEN LIGHT , 1GBJC342X5E320238 Truck 278 2004 TK18 Eq. Trailer Pen Light 1TKCO24265B078145 Trailer 279 2005 420D CAT Backhoe 4in1 Bkt ' OFFDP22993 Backhoe 280 2005 420D CAT Backhoe FDP23007 Backhoe 281 2005 ZX450 HITACHI Excavator - ' 011506 Excavator 282 2005 3500 CHEVROLET Flatbed 1GBJC34225E324333 Truck 283 2004 SV510D SAKAI Roller 1630156 Roller 284 2005 TD14 Eq. Trailer (Mini Ex) 4ZETD202251007074 Trailer 286 2005 ZX330 HITACHI Excavator FF01HHQ034868 Excavator 287 2005 3500 CHEVROLET Flatbed Joey 1GBJC34285E235916 Truck 288 2005 850J WLT DEERE DOZER• 112088 Dozer 289 2005 WA480-5 KOMATSU Wheel Loader A37119 Wheel Loader 292 2004 SV510D SAKAI Roller VSV1630154 . Roller 293 2005 3500 CHEVROLET Flatbed Greg B 1 GBJC342X5E232824 Truck 294 2005 420D CAT Backhoe FDP25283 Backhoe 297 1977 Dorsey 28' Van Trailer 127782 Trailer 299 1977 Thuer 28' Van Trailer • - N36809 Trailer 300 1977 Dorsey 28' Van Trailer 127736 Trailer 301 1977 Dorsey 28' Van Trailer 127733 Trailer 302 1977 Dorsey 28' Van Trailer 127756 Trailer 303 1977 Dorsey 28' Van Trailer 127743 Trailer 304 1980 Trlmo 28' Van Trailer V9006618 Trailer 305 1991 Trlmo 28' Van Trailer DAE2M9005954 Trailer 306 1991 Trlmo 28' Van Trailer 1H4V02813LJ006936 Trailer 307 1991 Trlmo 28' Van Trailer Eugene 1H4V02818LJ006950 Trailer 308 1991 Trlmo 28' Van Trailer Tom D 1 PTG8DAE1 M9005895 Trailer 309 1991 Trlmo 28' Van Trailer DAE9M9006003 Trailer 310 1991 GE 12x56 Office Trailer 033489 Trailer 311 1991 GE 12x56 Office Trailer 084236 Trailer 313 2006 ZX135 HITACHI Excavator/Thumb FF01SCQ06842 Excavator 314 2006 650J LGP DEERE DOZER T0650JX122939 Dozer • 315 2006 3500 CHEVROLET Flatbed Greg M 1GBJC34D56E176360 Truck 1 • 19. 1. 316 2000 185 IR Air Compr. a • 312742UEK221 Air Compressor 317 2000 185 IR Air Compr. 309192UBK221 Air Compressor 318 '. 2001 IH 2674 DUMP IH 12 YD DUMP - 1HTGLATT91H348046 ' Truck 319 2004 SV510D SAKAI Roller - 1631076 1631076 Roller 320 2006 420E CAT Backhoe & Comp HLS00762 Backhoe 321 1999 TK18 Eq. Trailer Pen Light 1TKCO2421XM116811 Trailer 322 2006 3500 CHEVROLET Flatbed Jesse •1GBJC34DX6E204170 Truck 323 2006 ZX120 HITACHI Excavator/Thumb FF1S1Q070054 Excavator 324 2006 ZX160 HITACHI Excavator FF01F1Q006488 Excavator 325 2006 WA380-6 KOMATSU Wheel Loader 65047 Wheel Loader 328 2006 T300 KW SERVICE/CRANE CORY 2NKMH77X16M156592 Truck 330 2005 8B LAYMORE Sweeper 29470 Sweeper 331 2000 IH 4700 Dump IH 6 YARD DUMP 1HTSCABP9 YH240454 Truck 332 2006 420E CAT Ext.Backhoe & Comp OHLS00885 Backhoe 334 2005 AMIDA AL4000 Light Tower • - EYF05022 Light Tower 335 2005 AMIDA AL4000 Light Tower EYF05024 Light Tower 337 2006 644J JD Wheel Loader , 608176 Wheel Loader 338 2007 3500 CHEVROLET Flatbed FLAGGER 1GBJC34D67E102298 Truck 339 2006 TB175 TAKEUCHI Mini Ex - - - 17513765 'Excavator 340 2001 IH 4700 Dump IH 6 YARD DUMP 1HTSCABP51H366140 Truck 341 2001 IH 4700 Dump IH 6 YARD DUMP _ 1 HTSCABP11 H366152 Truck • 342 2007 3500 CHEVROLET Flatbed David H 1GBJC34D97E148109 Truck 345 2006 ZX5OD JOHN DEERE Mini Ex • FF000245107 Excavator 346 2007 ZX160 HITACHI Excavator FF01F10006637 Excavator 347 2005 AMIDA AL4000 Light Tower DVF-03031 Light Tower 348 2005 AMIDA AL4000 Light Tower 021277122 Light Tower 349. 2007 Silverado 2500 CHEVROLET 4X4 Pickup Bill W • 1GCHK29647E592161 Truck ' 350 2007 Silverado 2500 CHEVROLET 4X4 Pickup Dave Calhoun 1 GCHK29607E583974 Truck 351 2007 ZX160 HITACHI Excavator FFO1F0006712 Excavator 352 2007 644J JD Wheel Loader DW644JX610911 Wheel Loader 353 2007 ZX200-3 HITACHI Excavator FFOOAST320015 Excavator 354 2007 ZX350-3 HITACHI Excavator FFOOASP920124 Excavator 355 2007 ZX350-3 HITACHI Excavator ' FF01V70051683 Excavator 357 1993 F250 FORD Pickup Site 2FTHF25HXNCA79205 Truck 359 2006 650J XLT DEERE DOZER 121024 Dozer 360 2007 WA380-6 KOMATSU Wheel Loader 53350 Wheel Loader 362 2003 Sidedump Sidedumper Trailer 1YPFS42353P001189 Trailer 366 2004 MultiQuip 25 KW Generator 8100786 Generator 367 1996 L9000 FORD FORD Water Truck 1 FTYS95WOTVA29164 Water Truck 369 2002 F150 FORD Pickup Site 1FTRF17242NB39847 Truck 370 2007 650J LGP RIP DEERE DOZER TO650JX143146 Dozer . 371 1999 RB48 ROSCOE Sweeper 35939 Sweeper 372 2001 8HC LAYMORE Sweeper A.8HC28482005 Sweeper 373 2008 TOP CON GPS Rover/Base Sys 3881154, 3881140 GPS 374 2004 SV510D SAKAI Roller 1630274 • Roller ' 375 1992 615C Seriesll CAT Scraper TRAC#9XG359 CAN#2XG0932 Scraper 376 1993 KW T800 KW Water Tank Truck On Road • 1XKDDB9X4PJ597051 Water Truck 377 2007 8HC LAYMORE Sweeper 9862-007 Sweeper 378 2009 Silverado 2500 CHEVROLET 4X4 Pickup' Tom D 1 GCHK59639E135278 Truck 379 2005 ZX200 HITACHI Excavator/Thumb FFOOARH310654 Excavator 380 1996 KW T800 KENWORTH Dump Truck ' 1XKDD69X5TJ673443. Truck 381 2005 HIPER LITE GPS Rover/Base Sys 295-1057, 295-1064 GPS 383 1990 623E CAT Scraper 6YF0147 Scraper 384 2006 650J LGP RIP DEERE DOZER - RAKE EARS GPS TO650JX133089 Dozer 385 • 2002 650H LT DEERE DOZER . TO650HX902006 Dozer 386 2005 KW T800 KENWORTH Tractor Ken 1XKDPBTX35R096702 Truck 389 2004 185 IR Air Compr. • 347487UG0820 Air Compressor 390 2005 650J LGP DEERE DOZER 112295 Dozer 391 2006 650J LGP RIP DEERE DOZER - RAKE EARS TO650JX117775 - Dozer 392 2006 225C LC DEERE Excavator/Thumb FF225CX500240 Excavator 393 1991 S10 CHEVY BLAZER SITE/GPS .1GNDT13Z9M2325305 Truck y • 394 2011 Silverado 1500 CHEVROLET 4X4 Pickup Mark A 3GCPKSE34BG219761 Truck 395 2006 ZX450 HITACHI Excavator FF016JQ011406 Excavator 396 1996 623F CAT Scraper 6BK00277 Scraper 397 2008 ZX240-3 HITACHI Excavator/Thumb FFOOASU420022 . Excavator 398 2006 F150 4X4 FORD Pickup 4X4 Nico 1FTRF14556NB22334 Truck 399 2008 PWRSCRN WAR-1800 PID00123C86D05172 Wheel Wash 400 1993 F150 FORD Pickup Site 1FTEX15Y4PKC01131 Truck 401 2012 TOP CON 14G Grader 3DMC-SQ - 757-12629, 422-7521 GPS 402 2012 TOP CON 850J Dozer 3DMC-SQ 757-12676, 422-7368 GPS 403 2012 TOP CON GPS Rover/Base Sys 800-10123,10048-Z51308 GPS 404 2000 E350 FORD VAN Site 1 FBSS31S1YHA88594 Truck 405 2007 SOAKER ASCPWW-24 Wheel Wash 1Z9WWW163312 Wheel Wash 406 2003 F150 FORD Pickup 1FTRF17263NB71121 Truck 407 1990 Fuel Truck VOLVO Site YB3U6A3A9LB450077 Truck 408 2000 Sweeper STERLING SC8000 49H6WFAAOYHG82931 Truck 409 2000 Sweeper ELGIN CROOSWIND COE JO155D Truck 410 2011 644K JD Wheel Loader 634890 Wheel Loader 411 2003 F250 4X4 FORD F250 Pickup Darren - 3FTNF21L13MB27348 Truck 412 2004 F250 4X4 FORD F250 Pickup Anderson 3FTNF21L94MA08139 Truck 413 2005 200C •JOHN DEERE Exc. 504690 Excavator 414 2003 SD550 FORD SD550 Flatbed John N 1FDAF56P53ED86261 Truck 415 2008 420E CAT Ext.Backhoe & Comp OHLS7280 Backhoe 416 2001 Tahoe Chevy Tahoe GPS BRETT S 1GNEK13T31J243946 Truck 417 2011 ZX200-3 HITACHI Excavator/Thumb - 320793 Excavator 418 2012 CARGO 6X12 BOX TRAILER 5NHUCH21XDT437924 Trailer 419 2006 TB175 TAKEUCHI Mini Ex 17516195 Excavator 420 2013 ZX50-3 HITACHI Mini Ex 277280 Excavator 421 2013 ZX50-3 HITACHI Mini Ex ' HCM1YB00A0.0277282 Excavator. 422 2013 ZX50-3 HITACHI Mini Ex 277753 Excavator 423 2007 IH 4200 IH 4200 SERVICE TRK James 1HTMPAFM77H544572 Truck 424 2011 644K JD Wheel Loader 633731 Wheel Loader 425 2008 420E CAT Ext.Backhoe & Comp . OHLS07326 Backhoe 426 2009 Silverado 1500 CHEVROLET 4X4 Pickup Tommy 1GCEK29J49Z134493 Truck 427 2007 IH 4200 IH 4200 SERVICE TRK DARRIN 1HTM9AFMX7H544579 Truck 428 2005 F150 FORD Pickup LINDA 1FTRF14W65NB23144 Truck 429 1993 L9000 FORD , FORD Dump Trk 1 FDZU90XOPVA39192. Truck 430 2013 ZX50-3 HITACHI Mini Ex 277089 Excavator 431 2013 50D JOHN DEERE Mini Ex 277857 Excavator 432 2004 SD550 FORD SD550 Flatbed Kevin 1 FDAF56P24EA38340 Truck 433 2013 ZX350-5 HITACHI Excavator -930411 Excavator ' 434 2013 850K WLT DEERE DOZER 238380 Dozer 435 2012 644K JD Wheel Loader - 648774 Wheel Loader 436 2006 450J LT DEERE DOZER 128097 Dozer 437 1999 BW135AD BOMAG Roller 101650121220 Roller 438 2012 TOP CON GPS Rover/Base Sys 391-0710/391-0615 GPS 439 2012 TOP CON _ GPS Rover/Base Sys 800-10155/800-10154. , GPS 440 2012 644K JD Wheel Loader 638676 Wheel Loader 441 2013 3500 CHEVROLET Flatbed Rick 1GB3CZC87DF121836 Truck 442 2013 3500 CHEVROLET Flatbed Eugene 1GB3CZCGODF242778 Truck 443 2007 TB145 • TAKEUCHI Mini Ex 14517640 Excavator 444 2014 135D JOHN DEERE Exc. 1 FF135DXKCD303077 Excavator 445 2008 Silverado 1500 CHEVROLET Pickup Chris 2GCEK19J581231512 Truck 446 2008 F150 4X4 FORD F150 P/U Eddie 1FTRX14W08FA19616 Truck 447 2007 F150 FORD F150 P/U Matt 1FTRF12287NA74810 - Truck 448 2014 TrailKing TK110HDG LOWBOY Trailer 1TKJ0532EM054885 Trailer 449 2014 Silverado 1500 CHEVROLET 4X4 Pickup Frank • -1GCVKREH4EZ268426 Truck 450 2014 ZX50-3 HITACHI Mini Ex 277823 Excavator 451 2014 Silverado 1500 CHEVROLET 4X4 Pickup David Bach 1GCVKREC7EZ216194 Truck 452 2006 650J LGP DEERE DOZER 111590 Dozer 453 1984 VOLVO - 4000 GAL WATER TRUCK 1 WXBDCVHOEN064395 Water Truck 454 1995 KW T800 4000 GAL WATER TRUCK 1XKDDB9X3TJ721630 Water Truck 455 2014 TOP CON 650J Dozer 3DMC-SQ 1077-11505, 534-1247 GPS 456 2008 420E CAT Ext.Backhoe & Comp OHLS07701 27W63791 Backhoe 457 2001 WA380-3 KOMATSU Wheel Loader A51441 Wheel Loader 458 2007 SOAKER ASCPWW-24 Wheel Wash 1Z9WWW163293 Wheel Wash 459 2006 A30D VOLVO Off Road Truck 74180 Off Road Truck 460 2006 A30D VOLVO Off Road Truck 74465 Off Road Truck 461 2008 A30E VOLVO Off Road Truck 72045 Off Road Truck 462 2004 AMIDA AL4000 Light Tower ETF08054 Light Tower 463 2004 AMIDA AL4000 Light Tower - ETF20826 Light Tower 464 2004 AMIDA AL4000 Light Tower ETF20752 Light Tower 465 2008 A30E VOLVO Off Road Truck 72046 . Off Road Truck 466 2014 ZX210-5 HITACHI Excavator/Thumb 330411 Excavator 467 2006 ZX200 HITACHI Excavator/Thumb FF01G6Q312087 Excavator 468 2008 A30F VOLVO Off Road Truck C082044 Off Road d Truck 469 2014 500 MQ 500 Gallon Water Trailer 4gnbm1224eb035546 Trailer 470 2012 724K JD Wheel Loader 1DW724KZHCE649056 Wheel Loader 471 2015 3500 CHEVROLET Flatbed Mark L 1 GB3CYCG9FF670717 Truck 472 2011 TrailKing TK12 MINI Trailer 1TKU02029BM072530 Trailer 473 2011 MSE 10000 GAL WATER TOWER 200701 Wheel Wash 474 2011 Silverado 1500 CHEVROLET 4X4 Pickup Eric J 1gcrkpea1bz332099 Truck 475 2016 TOPCON GPS Rover/Base Sys PIN 01-090901-0 800-21064 GPS 476 2016 3500 CHEVROLET Flatbed JIM C 1GB3CYCG1GF211439 Truck 477 2016 3500 CHEVROLET Flatbed .DUANE C 1GB3CYCG1GF210776 Truck 478 2016 3500 CHEVROLET Flatbed Gregg M 1GB3CYCG7GF213745 Truck 479 2013 770GP DEERE 1DW770GPVCE649863 Grader . 480 2017 PB 337 LUBE TRUCK 2NP2HJ7X4HM393017 Truck 481 2017 F150 FORD JAMIE 1FTEX1EPOFKF07152 Truck 482 2016 1500 chevrolet 1500 Mike Tennet 1 GCVKREC3GZ292806 Truck 483 2016 EC160EL 160 Volvo Excavator EH00310068 Excavator 484 2013 160M2 MOTOR GRADER CATIPILLAR 0R9L00109 Grader 485 2016 50G Mini Excavator - Deere 1 FF050GXTGH284496 Excavator 486 2016 50G DEERE MINI Excavator 1FF050GXKGH284713 Excavator 487 2016 ECR145EL . VOLVO 310316 Excavator 488 2014 644K LOADER JOHN DEERE 1DW644KZTED661680 Wheel Loader 490 2016 CA3500 Dynapac Roller 10000168CHAO18959 Roller 491 2016 BL714TA CARGOMATE Trailer 5NHUBL425JB464946 Trailer RE 2011 160M2 CAT 14G03612 Grader •