Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
17-118 - Razz Construction - Major Maintenance of 3 Bridges Construction
CITY OF TUKWILA 17-118(0) Sheet 1 of 3 Council Approval N/A CONTRACT CHANGE ORDER NO. 15 PERMANENT SIGNS - FRANK ZEPP DATE: April 23, 2018 BUDGET NO.: 104.98.542.500.48.00 CONTRACT NO.: 17-118_ Cry.4 PROJECT NAME: Major Maintenance on Three Bridges PROJECT NO.: 91510406 TO: Razz 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" 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 0 i/ice Contractor llka.zz Co,c.s74.64,7;;.•+ TA>c By �� A Title Prr j Ii10wAr7e4-, Original Contract (without tax) $ 2,688,958.00 V APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 227,162.23 ✓ Date s- P -k-- . �.o , 0 I This Change Order (without tax) $ 1,500.93 1/ By/A// / Mayor REV. CONTRACT AMOUNT $ 2,917,621.16 Original Contract Time160 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 160 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File City Engineer 144 cc: Finance Department (w/encumbrance) Project Management File /Jsdi OK (6 /Atil-L, Sheet 2 of 3 Major Maintenance of 3 Bridges Project Contract Change Order No. 15 Exhibit A The contract did not provide a bid item for the 3 permanent signs installed. This change order compensates the Contractor in full for payment for the 3 signs installed. Sheet 3 of 3 RCI - 09 Missing Bid Item - Permanent Signs — Frank Zepp Description Amount Markup Rate Markup Amount Total Labor 565.04 29.00% 163.86 728.90 Materials 547.44 21.00% 114.96 662.40 Other 0.00 21.00% 0.00 0.00 Equipment - Owned 90.60 21.00% 19.03 109.63 Equipment - Rented 21.00% 0.00 0.00 Subcontractors 12.00% 0.00 0.00 Total 1,500.93 `CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite 100 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD DIRECTIVE - 11 To:City of Tukwila Date: 08/29/18 6300 Southcenter Blvd., Suite 100 Project Name: MM3Bridges Tukwila, WA 98188 Project No.: 91510406 Attn: Steve Carstens Contract No.: TA5660 Work to be performed: Payment for permanent signs at Frank Zepp. Reason for modification: • The Contract does not include a payment method for the 3 permanent signs. The LS price for the additional surface preparation was negotiated with Contractor to cover additional labor cost for surface preparation Work under this Field Directive modification will be accomplished: ❑ With no change to the contract price. ❑ For a lump sum increase/decrease of $0.0 to the contract price. ❑ On a unit price basis with a maximum allowable increase/decrease of $1,500. ❑ 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 by within a reasonable time • With no change in contract completion date. ❑ With contract completion date extended/decreased 0 working days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by*: 615 Verified by: Contractor's Rep — Name I�k.jeoT x*au.«q« Title City Construction Engineering Authority Const pector Represen in lie City Date Date g/LY o/erg ate Verbal approval acceptable with back up documentation. WSDOT Spec. 1-04.4 CITY OF TUKWILA 17-118(n) Council Approval N/A CONTRACT CHANGE ORDER NO. 14 BI All- HMA UNIT COST ADJUSTMENT BEACON AVENUE Sheet 1 of 2 DATE: August 29, 2018 BUDGET NO.: 104.98.595.700.65.00 CONTRACT NO.: 17-118'C) PROJECT NO.: 91510406 PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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" 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 8/3///p- By „aa .9/f-PkirIL- Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT $ 2,688,958.00 1/ $ 222,461.21'V $ 4,701.02 $ 2,916,120.231 Original Contract Time160 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 160 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Contractor Aa.z2 G1)1 "e7 ,t. �yvt Title PfroJ. j, /L,,• ' APPROVED BY THE CITY OF TUKWILA Date S-e-� By Mayor City Engineer \ % cc: Finance Department (w/encumbrance) Project Management File /31,1c2 0g(6jAf S Sheet 2 of 2 Major Maintenance of 3 Bridges Project Contract Change Order No. 14 Exhibit A The amount of HMA placed for Bid Item Al 1 exceeded the 125% contract quantity. Consistent with the requirements of Section 1-04.6, the Contractor is entitled to renegotiate the unit price. A unit price adjustment increase of $171.57/ton was negotiated with the Contractor for the excess quantity above 125% of the plan quantity. CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite 100 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD DIRECTIVE - 9 To:City of Tukwila Date: 08/29/18 6300 Southcenter Blvd., Suite 100 Project Name: MM3Bridges Tukwila, WA 98188 Project No.: 91510408 Attn: Steve Carstens Contract No.: TA5660 Work to be performed: Beacon HMA Over -run Reason for modification: • HMA placed exceeded 125% of plan quanity by 27.4 Tons. The renegotiated unit cost will be increased by $171.57/ton. The LS price for the additional surface preparation was negotiated with Contractor to cover additional labor cost for surface preparation Work under this Field Directive modification will be accomplished: ❑ With no change to the contract price. ❑ For a lump sum increase/decrease of $0.0 to the contract price. ® On a unit price basis with a maximum allowable increase/decrease of $4,701.02. ❑ 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 by within a reasonable time ® With no change in contract completion date. ❑ With contract completion date extended/decreased 0 working days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by*: Verified by: Contractor's Rep — Name ojeeT AAA Wet y«- City Const ction Engineering Authority 81191 is Date c1- 1.3. /8 Date Constto;rspector Representing the City Date * Verbal approval acceptable with back up documentation. WSDOT Spec. 1-04.4 CITY OF TUKWILA 17-118(m) Sheet 1 of 3 Council Approval N/A CONTRACT CHANGE ORDER NO. 13 PIER 3 BEARING REPLACEMENT JACKING DELAY- FRANK ZEPP DATE: August 29, 2018 PROJECT NO.: 91510406 BUDGET NO.: 104.98.542.500.48.00 CONTRACT NO.: 17-1181 C. � PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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" 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 O / a - By t e li Original Contract (without tax) $ 2,688,958.00 _^' APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 216,248.25 ✓ This Change Order (without tax) $ 6,212.96 v� By REV. CONTRACT AMOUNT $ 2,911,419.21 / Contractor 14,2z C011.47.µC7.1 Ad Zt' . Original Contract Time160 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 160 Working Days 4s/i/ Title No) . iw+.lrw4 c Date sip k---• Mayor City Engineer N'\ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File / 9'0/ a ete,IGin/A-tom Sheet 2 of 3 Major Maintenance of 3 Bridges Project Contract Change Order No. 13 Exhibit A During replacement of Pier 3 bearings, while the pier was hydraulically lifted per shop drawings, the existing construction joint in the pier near Girder 8 started widening to almost 1/4". The Contractor suspended the jacking operation to determine the cause and find a remedy. The Engineer of Record (EOR) was called to the site on May 7, 2018, the same day the widening occurred. The EOR determined that there was no structural damage to the Pier 2 pier. After deliberations, the Contractor suggested lifting the entire Bridge concurrently to relieve stress on the Pier near Girder 8. The proposal was accepted by the EOR and the Contractor successfully jacked the bridge the following day and replaced the bearing under Girder 8. This Change order compensates the Contractor for the costs incurred due to this delay. Sheet 3 of 3 RCI - 7 Delay in Jacking Pier3 - Due to Pier Cracking Description Amount Markup Rate Markup Amount Total Labor 3,272.85 29.00% 949.13 4,221.98 Materials 21.00% 0.00 0.00 Other 21.00% 0.00 0.00 Equipment - Owned -FB-54 135.90 21.00% 28.54 164.44 Equipment - Rented 1,509.54 21.00% 317.00 1,826.54 Subcontractors 0.00 0.00 Total 6,212.96 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite 100 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD DIRECTIVE - 10 To:City of Tukwila Date: 08/29/18 6300 Southcenter Blvd., Suite 100 Project Name: MM3Bridges Tukwila, WA 98188 Project No.: 91510406 Attn: Steve Carstens Contract No.: TA5660 Work to be performed: Frank Zepp Pier 3 Jacking Delay Cost. Reason for modification: • The bearing replacement work was suspended due to an existing construction joint in the pier under girder 8 that opened up. It was evaluated by the Engineer of Record. Work resumed the next day and the bearing was replaced successfully. The LS price for the additional surface preparation was negotiated with Contractor to cover additional labor cost for surface preparation Work under this Field Directive modification will be accomplished: ❑ With no change to the contract price. ❑ For a lump sum increase/decrease of $0.0 to the contract price. ® On a unit price basis with a maximum allowable increase/decrease of $6,500. ❑ 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 by within a reasonable time ® With no change in contract completion date. ❑ With contract completion date extended/decreased 0 working days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by*: Verified by: Ca* 4►rw Contractor's Rep — Name I i .J T IN.s,4 * '. - Title Date 7- /3-/6 Cityonstruction Engineering AuthorityDate 9 9 �-- 4"27/2 /53 Constructs pector Representm City Dr ate * Verbal approval acceptable with back up documentation. WSDOT Spec. 1-04.4 CO # CO Cost current CO balance % used % remaining 1 $ 162,094.25 F 40.19%1 59.81%1 $ .ti 1,367.23 ; $ 163,461.48 ; 40.53% 59.47%; $ f h y y- $ 163,461.48 ; 40.53%; 6,058.77 $ 169,520.25 I. 28,097.01 $ 197,617.26 18,610.99 ; $ 216,228.25 i M 6,212.96 $ 4,701.02 1 $ 42.03%1 48.99%1 53.61%1 403,343.00 ; $ Original Contingency Balance 403,343.00 j $ 241,248.75 Reminaing Contingency balance 239,881.52 59.47%; $ 403,343.00 ; $ 239,881.52 57.97% $ 403,343.00 I ▪ $ 233,822.75 51.01%: $ 403,343.00 j $ 205,725.74 46.39%; $ 222,441.21 1 55.15%; 44.85%; $ r � 227,142.23 ; 56.31%; 43.69%; $ 403,343.00 $ 187,114.75 403,343.00 ; $ 180,901.79 403,343.00 ; ▪ $ 176,200.77 CITY OF lFUUKWUU A Council Approval N/A 17-118(l) Sheet of CONTRACT ���������� ���������� ���� �� ��~~n� n o�x—^��x CHANGE ��n���u—n� n��~. n^� PIER�U��� � �����U����� TEFLON ���� ~ ������� ���� *� BEARINGS n u~n u~��o� v����� FRANK =~~~n v DATE: August 2D.2O10 PROJECT NO.:915104O0 BUDGET NO.: 104.98.542.50048.00 � � CONTRACT NO.:17-11O( � PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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 tOall contract stipulations and covenants; B. The rights ofthe ^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 Rohau for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" VVothe undersigned Controctor,havegivencarefu|oonniderati0n0zUnechangep and hereby agree, ifthis proposal iSapproved, that we will provide all oquipmSnt, furnish all m8toho|s, except as may otherwise be noted abnv8, 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 By Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT _ ,,// �/�//1 rr Original Contract Timel 60 Working Days dditiona|Contract Time for this Change Order: ODay dated Contract Time: 160 Working Days $ 2.088.958.00 197,637.26 Date $ 18.610�99 By $ 2.905.206,25 City Engineer � Contractor Roz-x ��n�������^�TAlc Title f\ ' T APPROVED BY THE CITY OF TUKWILA ~~ ORIGINAL City Clerk (1 of2) Contractor (2of2) PVV Project Finance File cc: Finance Department (mAancumbnanoe) Project Management File � ��/�/�[ Sheet 2 of 3 Major Maintenance of 3 Bridges Project Contract Change Order No. 12 Exhibit A After installing the new Pier 2 Bearings, the Contractor discovered that they did not have the required Teflon attached to them on April 13, 2018. The Contractor removed the new bearings and installed the old bearings in place for the weekend until a remedy could be found. The Contractor was directed on the same day to quickly procure Teflon for the bearings after preliminary cost was provided to the City. The new Teflon was procured and attached to the new bearings and they were placed on April 21, 2018. Plan Sheet 50 of 62 did not show the need for Tetlon as it was perceived from the as-builts that they would be un-bonded and could be reused. The old Teflon sheets were attached to the upper bearing assembly which was removed. This change order compensates the Contractor for the cost of Teflon, labor to remove the new bearings after first installation, prep the new bearing surface tbr application of resin and attachment of new Teflon to bearings. It also compensates the Contractor for the hydraulic jack and manifold assembly rental for over a week. Sheet 3 of 3 RC1-6 Description Amount Markup Rate Markup Amount Total Labor 2,650.54 29.00% 768.66 3/419.20 Materials 1,787.56 21.00% 375.39 2,162.95 Other 0.00 21.00% 0.00 0.00 Equiprnent-Ovvned 21.08% 0.00 0.00 Equipment - Rented 10,767.64 21.00% 2,26120 13,028.84 Subcontractors 0.00 0.00 Total 18,610.99 ^ CITY OF l[K UKWUU A 17-1188d Council Approval N/A Sheet 1 of 3 CONTRACT �������A���� ���������� ���� �� ����"� , u�u-u~�o �~nov�m����� ��o���u�u� nm��. o " ��U����������������U��_� |�������� ��u�u����u~ ��u�~*x� " n���n x��n���-- ����������m� ����~"���u� DATE: August 27, 2018 BUDGET NO.: 104.98.595.700.65.00 PROJECT NO.:9151O4OR CONTRACT NO.:17-118 PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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 iSnot effective until approved bythe ^(}vvner and anotice tOproceed iSissued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights Ofthe ^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 pmpnoo| 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 wmdh above specified, and will accept as full payment therefore the phC9S shown above and below. ACCEPTED: Date By 19/13/ mF Original Contract tax) Previous Change Orders This Change Order (without tax) REV, CONTRACT AMOUNT S 2.088.85800 y^ / $ 169.54025 � � 8 20`O9701v/ $ 2.886.595,20 ` J Original Contract Timel 60 Working Days �Additional Contract Time for this Change Order: 0Day ,�Updated Contract Time: 160 Working Days " ! \ Contractor OeLrz C..,zuT-$1*,5piv 1,#,c ' Title PHka)` ec' APPROVED BY THE CITY OFTUKVV|LA Mayor City Engineer ' y�\ / f Fl|G|NAL: City Clerk (1 of2) Contractor (2 of 2) PVV Project Finance File cc: Finance Department (w/enuumbnance) Project Management File Sheet 2 of 3 Major Maintenance of 3 Bridges Project Contract Change Order No. 11 Exhibit A Subsequent to the Bridge deck construction in December of 2017, considerable amount of water was ponding on the east and west curb lines. The City was concerned about the freezing and safety concerns it would pose to the public. The City started immediately exploring options to remedy the problem. A white paper by DEA was generated which explored several remedial options with pros and cons including cost estimates under each option. DEA recommended a combination of deck profiling at curb lines and coring through the deck with piping under the deck. However, after the west side deck profiling by diamond grooving was successful, the City directed the Contractor to forego the destructive deck coring and remobilize the diamond grinder to perform profiling on the east side of the bridge as well. The responsibility for this problem was thoroughly discussed and negotiated with the Contractor. The Contractor's position was that they had complied with the requirement of the Contract as no deck profile was provided in the contract documents other than the requirement to match the existing profile grade, which the Contractor attempted to comply to. However, the Contractor agreed to a markup of only 5 % for the remedial cost. WSDOT local programs provided their concurrence for this work on 3/21/2018. Deck profiling with diamond grinder Sheet 3 of 3 RCI-O5 BEACON DECK PROFILING Description Amount Markup Rate Markup Amount Total Labor 2,13626 EOU% 106.81 2,243.07 Materials 0.00 5.00% 0.00 0.00 Other 82.90 5.00Y6 4.14 87.04 Equiprnent-Ovvned 449.90 5.0096 22.50 472.40 Equipment 'Rented 5.00% 0.00 0.00 Subcontractors 24,090.00 5.0096 1,204.50 25,294.50 Total 28,097.01 ^ 17-118/U Council Approval N/A CITY OF TURKWUU A Sheet 1 of 3 CONTRACT �~����d��� ���������� ���� �� ����v� n n�x~^�* " CHANGE ���u~ ��x���u~n� n��~. om. STRIPING AND SAFETY MEASURES— BEACON DATE: August 27, 2018 BUDGET NO.: 104.88.595700.55.00 PROJECT N(].:915104O6 CONTRACT NO.: 17-118 PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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 &nall contract stipulations and covenants; B. The rights Ofthe ^Own8r"are not prejudiced; C� All claims against the "Owner" which are incidental k)OraSoconsequence 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" 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 thereforethephcesshownabovoondbe|mm. ACCEPTED: Date Bv � / w��3//irr Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT Contractor RAZZ CeIAW�kAcboAl Zile Title $2.5MD.958.00�/ APPROVED BYTHE CITY OFTUKVVLA S 163.481,48 / Date / S 8.058.77w/ Bv_���/ S 2.858.498.25 J Original Contract Tlnne1OOWorking Days Additional Contract Time for this Change Order: ODay , 'Updated Contract Time: '__ 'i _ ng ays City Engineer � bR|G|NAL City Clerk (1 of2) Contractor (2of2) PVV Project Finance File cc: Finance Department (m&ancumbnancm) Project Management File Sheet 2 of 3 Major Maintenance of 3 BKiftes Project Contract Change Order No. 10 Exhibit After completion of the bridge, the City was concerned that the HIVIA sidewalk ramps could be driven on by cars mistakenly climbing on the Bridge sidewalks. The City directed the Contractor to install traffic delineation pylon Dura Posts at each sidewalk ramp terminus. ADA compliant Yellow surface applied detectable warning strips were also placed at the end of each HyWArmnnp. Further, permanent thermoplastic pavement markings at edge of ramps and fog striping was added at the Bridge curb lines to keep the traffic confined to the bridge roadway away from the sidewalks. � . �.._- � ��- x:- ~ 91 Striping, detectable waring strips, and Dura Post pylon installation 0 Sheet 3 of 3 Independent Cost Estimate Beacon Bridge Added Striping and Safety Features 53.34 426.72 29% $ 550.47 Suncontractor • 1.0h G 5,308.80 City Engineer 17-118/0 CITY OF TUKWILA Council Approval N/A CONTR������������� ������o��� ��������� ���� � ACT "�v�~� u CHANGE ����� ��"�~°~~"� "���. ~° DELETION ��� ��U�� K������ �� ���� �� ������u~ " o�~"� ��" ��"=° ITEMS ��v�v�� _,~. AND —r.� NET EFFECT ~ FRANK ZEPP DATE: August 24.2018 PROJECT NO:9151O4O6 CONTRACT NO.: 17-118C PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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 onthis contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued, Sheet 1of2 BUDGET NO.: 104.98.542.500,48.00 « Conditions: A The following ohanga, and work affected thereby, are subject hz all contract stipulations and covenants; B. The rights ofthe ^Owner" are not prejudiced, C. All claims against the "Owner" which are incidental toorasaconsequence ofthis change are waived; and D, The Contractor must submit all Field Overhead and Homo Offion Overhead Rates for approval in advance of all change orders, CHANGE: See Attached Exhibit 'Y\" Wmthe undersigned Contraotor.havogivencsrefu|conoWerabontodhochangopmpooedandhembvagnm.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 suncifiad.and will accept asfull payment therefore thaphceoshm*nabnvuandbe|ow. ACCEPTED: Date Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT Contractor_ Title ���/_� S2.588.858,00 APPROVED BYTHE CITY OFTUKVV(LA $ 1G3.481DateR D��11 � � 0.00 8v x//v $ 2.853.43948 Original Contract Tlme1OUWorking Days Additional Contract Time for this Change Order 0Day Updated Contract Time: 160VVorkinQ Days ----------------------------------------------------------------------------------------------------------------------------------------- O0G|NAL: City Clerk (1 of2) cc: Finance Department (m/enuumbranoe) Contractor (2cf2) Project Management File PVV Project Finance File Mayor - IA � � Sheet 2 of 2 Major Maintenance of 3 Bridges Project Contract Change Order No. 9 Exhibit A Change Order 6 stated "This change order deletes Bid Items 45 and 46 and compensates the Contractor for the cost of polyester over -run and revised deck scarification", however, the net effect was not reflected within the change order revised contract amount. This change order deletes both Bid items. CITY OF TUKKWUU A 17-118(h) Council Approval N/A Sheet 1 of 3 CONTRACT �~�������� ���������� ���� � �*��n~ v n�x~m�o CHANGE ��n���u~n� o��~. v" ADDED CURTAIN N U AT PIER 1 -- GRADY WAY PROJECT NO.: 91510407 �� CONTRACT NO.:17-118�^ PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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 ofthe ^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 "/Y' We the undersigned Contractor, have given careful consideration to the change proposedand hereby agree, ifthis proposal iS eppmved, that w8will provide all equipmont, furnish all m80aho|s, except as may otherwise be noted obove. and perform all services necessary for the work above specified, and will accept as full payment thereforethephcoeshmwnaboveandbe|mw. ACCEPTED: By Original Contract (without tax Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT Original Contr8CLTim816O Working Days ^Additional Contract Time for this Change Order: ODay pdateud-ontract Time: Working - ays |G|NAL City Clerk (1 of2) Contractor (2of2) pVVProject Finance File Contractor y0— - r7 ��'rlvo�re^ ' APPROVED BYTHE CITY OFTUKVVLA Date 5 � i-�l�. � /A�\�In By " mz Finance Department (m/unoumbronoe) Project Management File Major Maintenance on 3 Bridges Contract Change Order No. 8 Exhibit A The backtill soil at the Pier 1 south end sills over the existing bearings requiring cleaning maintenance and reducing the durability of bearing near this vicinity. After the abutment seat was cleaned under this contract, the City directed the Contractor to install a galvanized corrugated metal curtain to permanently keep the soil spilling out off the bearings. The 3' long curtain wall was secured with galvanized bolts to the Pier abutment. 111:10I,O*400,1 Added Curtain Wall at Pier I Corrugated Metal Curtain Wall 4, Independent Cost Estimate Grady Way Pier 1 Added Curtain wall abor Class Equipment Hours Rate Cost tic up (%) Sub -total ($) Carpenter 6 64.89 389. 4 29% $ 502.25 Laborer 6 53.34 320.04 29% 412.85 Equipmen 4X4 Truck 6 20.61 123.66 21% 149.63 Material Corrugated Metal Galv Bolts 200 50 1,,„„ ;q1E,1111Y,',',,14.,',1' ';11,',1 I ,„ 0, a la n11,1,010,11' ,," 21% 21% 242.00 60.50 ACCEPTED: Date lib/ rl18 By De,v`/,'l fJ . Rarl,K►��. Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT 17-118(g) Council Approval N/A Sheet 1 of 3 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 7 CONTRACT EXTENSION (25 DAYS) DATE: April 16, 2018 BUDGET NO.: 104.98.542.500.48.00 PROJECT NO.: 91510406, 91510408, 91510407 CONTRACT NO.: 17-118(g) PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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" 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 aboveend below. Razz Cows kie Contractor Title $ 2,688,958.00 / APPROVED BY THE CITY OF TUKWILA $ 162,114.251 Date Al $ 00.00 ✓ By $2,851,072.25 Original Contract Time160 Working Days Additional Contract Time for this Change Order:Day pdated Contract Time: (94 Working Days IGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File 1 , f, 20 IS' City Engineer (t cc: Finance Department (w/encumbrance) Project Management File 5.16/01 /GiA/A.S ajor Maintenance on 3 Bridges Contract Change Order No. 7 Exhibit A The Contractor jacked up the Frank Zepp Bridge to replace all the existing bearings on 4/13/2018. It was discovered that the existing Teflon on the bearings was not reusable on the newly procured fabric pad bearings. The Contractor ordered new Teflon sheets for the bearings which will be delivered to the site on 4/19/2018. The Contractor and the City have agreed to 5 working days of contract time extension for this effort. Monetary compensation to the Contractor will be addressed in a different change order. Further, the Beacon Ave. Bridge requires deck repairs to relieve the ponding. A design for this effort is being prepared for deck coring and piping under the bridge. The Contractor and the City have agreed to extend the contract 20 working days to implement the design to relieve the deck ponding. Monetary compensation for this effort will be addressed in a future change order. In summary, this change order extends the contract time 25 working days. 17-118(f) Council Approval N/A .Sheet 1 of 3 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 6 DECK SCARIFICATION AND FURTHER DECK PREPARATION - FRANK ZEPP DATE: March 8, 2018 BUDGET NO.: 104.98.542.500.48.00 PROJECT NO.: 91510406 CONTRACT NO.: 17-118(f) PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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" 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: By Date Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT Contractor A a2 .e•.r %.v uc 71.11' Title 0-4 J fr1.v v0 1- . $ 2,688,958.001/ APPROVED BY THE CITY OF TUKWILA Date Pv I 5� D-0/(57 $ 'r27,721.25 $ 134,393.00 $2,851,072.25 Original Contract Time160 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 160 Working Days By A Ilan E1410e,3 City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File sad/ 02 G�l6ilUfS Major Maintenance of 3 Bridges Project Contract Change Order No. 6 Exhibit A During the full closure for the deck overlay, the subcontractor Penhall refused to scarify the deck by the diamond grinding as required by the contract. The reason was presence of exposed rebars in the existing deck which would cause damage to the diamond grinding machine. Razz quickly used several crews to hand scarify the deck. This change was accepted by the Engineer of Record (EOR) and Myers. The amount of compensation to the Contractor was monitored based on FA reported by the Contractor and verified by the inspector. Rain delays also contributed to the Myers cost which are compensated. Further, significant amount of wheel line rutting was discovered which contributed to 266.13 CF of polyester over -run. The Contractor agreed to its cost of $273.86/CF unit price. This change order deletes Bid Items 45 and 46 and compensates the Contractor for the cost of polyester over -run and revised deck scarification. CO #6 Frank Zepp Further Deck Prep and Deck Scarification Cost Justification DATE Ticket TRUCK # Agg Weight Resin Weight Total Weight CF CY 30-Sep 1 12-017 20,244 2,553 22,797 168.87 6.25 30-Sep 2 12-017 19,483 2,532 22,015 163.07 6.04 30-Sep 3 12-017 21,890 2,720 24,610 182.30 6.75 30-Sep 4 12-017 24,083 2,932 27,015 200.11 7.41 30-Sep 5 12-017 18,449 2,264 20,713 153.43 5.68 30-Sep 6 12-017 16,366 1,987 18,353 135.95 5.04 30-Sep 7 12-017 15,746 2,002 17,748 131.47 4.87 TOTAL 1,135.19 42.04 Meyers Bid Price $238,000.00 Meyers Over run Value Prime Mark up Total Polyester C.O. Revised Deck Scarification CO#5 Amount Delete Item C45 Delete Item C46 Contract 869.06 32.19 Additional Resin Due to Deck Rutting 266.13 9.86 Bid Cu. Bid Price Ft per Cu.FT 869.06 $273.86 266.13 $273.86 10.00% $72,883.07 $7,288.31 $80,1?1.38 $54,221.62 $134,393.00 ($121,660.00) ($24,000.00) , Net Affect to Contract Value ($11,267.00) 17-118(e) NIA Council Approval Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 5 PIERS 2 AND 3 GIRDER STOP REDESIGN FRANK ZEPP DATE: March 8, 2018 BUDGET NO.: 104.98.542.500.48.00 PROJECT NO.: 91510406 CONTRACT NO.: 17-118(e) PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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" 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 3 /as / t g By q if4.7-1-- Original Contract (without tax) $ 2,688,958.001 Previous Change Orders $ 27,721.25 I This Change Order (without tax) $ $0.00 v REV. CONTRACT AMOUNT $2,716,679.25 v Original Contract Time160 Working Days Additional Contract Time for this Change Order: 0 Day pdated Contract Time: 160 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Contractor (a z z. Co r7k uc?i• 4. Title hkai «T /`wwaetre APPROVED BY THE CITY OF TUKWILA Date 11-Pr r( j o) U 1 i BY ill; City Engineer cc: Finance Department (w/encumbrance) Project Management File l/t16/rtig&S Major Maintenance of 3 Bridges Project Contract Change Order No. 5 Exhibit A A no -cost design change was necessary to address RFI 14 — Stop Blocks. Trantech Engineering provided the attached Elevation View to address the lack of space provided by the 4.5" of pier cap that was available to drill and install 3 rows (10 each) of #7 bar without impacting the existing rebar. Plan Sheet 53 of 62 shows locations of the end girder stop construction by drilling into the existing pier caps 2 and 3. The Contractor through RFI #14 notified us that this scheme due to lack of room was unconstructable on 8/3/2017. The Engineer of Record (EOR) was notified, and after the Contractor provided the field dimensions, redesigned the girder stops (Figure 1). The Contractor was provided the revised girder stop changes on 8/29/2017. On the same day the Contractor agreed to a no cost change order. %" DIA. UNDERCUT — ANCHOR BOLT (TYP PL L5X5XW' SECTION A -A PL Y" .Y4" DIA, JNDERCUT ANCHOR BOLT (TYP) L5X5X7/e' ELEVATION Figure 1 PIER 2 & 3 LYz' L5X5X7r13" q_ EXIST GIRDER 1 EXIST SOLE PLATE (TYP) 17-118(d) Council Approval N/A .Sheet 1 of 3 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 ADDITIONAL PREP AND PRIME COAT — BEACON DATE: March 8, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 91510408 CONTRACT NO.: 17-118(d) PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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" 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 Vazhe By Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT Contractor Razz_ Co1vi ii• Ild• Title pboj, �Mawyc- $ 2,688,958.00 APPROVED BY THE CITY OF TUKWILA $ 19,351.25 Date {) 1 5,� $ 8,370.00 / By //4 $ 2,716,679.25 Original Contract Time160 Working Days Additional Contract Time for this Change Order: 0 Day ,Updated Contract Time: 160 Working Days City Engineer (/1 yor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File 5�v� CiV 6fit Major Maintenance of 3 Bridges Project Contract Change Order No. 4 Exhibit A The Contractor encountered unanticipated severely corroded areas on the stringers and end steel beams after deck removal. Surface preparation and prime coat application to the additional areas of the top sides of the existing stringers and end beams were identified. These areas received surface preparation in accordance with SSPC-Sp15, "Commercial Power Tool Cleaning", to achieve a minimum of 1 mil surface profile. Surface preparation was followed by the application of one prime coat of Sherwin Williams (SW) Galvapac 1 k Zink Primer to all additional areas requiring surface preparation and coating application. A lump sum compensation of $8,370 to the Contractor was negotiated for this effort. Independent Cost Estimate for Additional Steel Preparation CO #4 Firs Ton FOE MIMI Mark Op 1E7M1.111.1 Foreman 25 60.67 1516.75 439.8575 $ 1,956.61 Labor • 50 48.11 2405.5 505.155 $ 2,910.66 Primer 4 550 2200 462 $ 2,662.00 Ford Crew Truck F 450 16 60 960 278.4 $ 1,238.40 Total $ 8,767.66 17-118(c) Council Approval N/A Sheet 1 of 4 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 CLASS A SIGNS - FRANK ZEPP DATE: February 8, 2018 PROJECT NO.: 91510406 BUDGET NO.: i. (6q, ! U l 657✓3co' QQ CONTRACT NO.: / 7-: ll8 (C) PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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" 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. '-/P4D/9-61i( ACCEPTED: Date Contractor /QAZLCeNSIVAGil A'✓ /ivc By T 1-V G-44 A - Title plz. Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 2,688,958.00 ✓ APPROVED BY THE CITY OF TUKWILA $ ;5,100 ✓ Date ' n I 5 7 a-o ( 2) $ 14,251.25 // By //// / atlas $ 2,708,309.25J Original Contract Time160 Working Days Additional Contract Time for this Change Order: 0 Day pdated Contract Time: 160 Working Days City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File Major Maintenance of 3 Bridges Project Contract Change Order No. 3 Exhibit A The contract language was not clear in terms of signs designated as Class "A". Based on Definition of Section 1-10.3(3)A, signs that remained in place longer than 3 days were accounted as Class "A". Further, additional temporary signage were added to the contract to provide better instructions to the public for detour routes during the 9 days of temporary bridge closure at Frank Zepp. The total agreed upon Class "A sign was negotiated with the Contractor for a total of 874.25 SF. Razz construction was paid for signage on Pay Estimate #2 by 265SF at $32.00 per SF. The unit bid item for the sign square foot area over the 125% of Bid Item was negotiated at $25/SF. The original bid amount was for 100SF of Class "A" Signs. The amount paid on PE#2 ($8,480.00) has been deducted from the total due. 125% of the BI paid @ $32/SF = 125 (SF) X $32/SF = $4,000 Remaining SF area = 874.25 -125 = 749.25 SF 749.25 (SF) X $25/SF = $18,731.25 Total due = $4,000 + $18,731.25 = $22,731.25 Amount paid to date BI C17= $8,480.00 CO Balance Due = $22,731.25 — $8,480.00 = $14,251.25 Inspector's REVISED Table of construction signs class A, 12/8/17 Class A - Signs - Frank Zepp Bridge Closed Ahead - One Mile C - TCO4 W 1 5 2.5 12.5 Installed 8/30/2017 1 12.5 Inspector's corrections Bridge Closed Ahead -1/2 Mile Y 1 5 2.5 12.5 1 12.5 Truck Detour - Right Arrow 3 + AXLE G 3 3 4 4 4 1.5 48 18 3 3 48 18 Truck Detour - Left Arrow H 2 4 4 32 2 32 3 + AXLE H 2 4 1.5 12 2 12 End Detour 2 2 1.5 6 2 6 Road Closed - Local Traffic Only 1 5 2.5 12.5 1 12.5 180 TH - EB - Detour - Right Arrow K 1 2.5 2.5 6.25 1 6.25 180 TH - EB - Detour - Left Arrow 6 2.5 2.5 37.5 6 37.5 180 TH - WB - Detour - Right Arrow 180 TH - WB - Detour - Left Arrow M N 5 4 2.5 2.5 2.5 2.5 31.25 25 5 4 31.25 25 Truck Detour - Up Arrow 0 1 2.5 2.5 6.25 1 6.25 Truck Detour - Left & Right Arrow 180TH EB Detour - up Arrow p 1 1 2.5 4 2.5 4 6.25 16 1 1 6.25 16 3 + AXLE 1 4 1.5 6 1 6 Not installed Not installed 1xM not installed Not installed Total C- TC04 Class A - Signs - Frank Zepp C - TCOS 288 288 263.75 No Right Turn - Symbol Type 3 - Road Closed - Black on White R3 - 1 1 9 2 4 2 2.5 4 90 0 Specs: Temp signs on tripod or temp. stand not constr. Cl. A Total C- TCOS Class A - Signs - Frank Zepp Double Left Turn Arrow Only - Double Right Turn Arrpw Only Right turn Arrow Only and Left turn Arroe Only S 180TH WB DETOUR - Up Arrow C - TC07 U V R 1 1 2 6 3 2.5 3 3 4 94 18 9 20 1 1 2 18 9 20 4 S 180TH WB DETOUR - Left & Right Arrow 1/2 Mile Road Work Ahead T W20-1 1 4 3 4 5 4 15 64 1 1 15 16 Detour Ahead W20-2 4 4 4 64 1 16 Traffic Revision Ahead W20 - 901 3 4 4 48 1 16 Signal Revision Ahead Right Lane Closed Ahead Detour Left Arrow W20 - 903 W20 - SR M4 - 10L 4 1 4 4 3 4 4 1 64 16 3 3 1 48 0 3 No Right Turn - Symbol R3 - 1 2 2 2 8 2 8 No Left Turh - Symbol R3 - 2 3 2 2 12 3 12 Installed quantity Bridge Closed 1/2 Mile Ahead - Local Access Only R11 - 3A 1 4 2 8 1 8 Road Closed 800 Feet Ahead - Local Access Only R11 - 3B 1 4 2 8 1 8 Road Closed - To Thru Traffic R11 - 4 1 4 2 8 1 8 Total C - TC07 365 205 364 Class A - Signs - Frank Zepp C - TC08 Right Lane Closed Ahead W20 - 5R 1 4 4 16 0 Right Lane Closed Ahead - Symbol W4 - 2L 1 4 4 9 0 Corrected: 3x3' sign - j S 180TH WB DETOUR - Up Arrow R 1 2.5 4 10 0 corrected: 1 sign Total C - TCO8 35 0 35 Class A - Signs - Frank Zepp C - TC09 No Left Turh - Symbol R3 - 2 3 2 2 12 - 0 Left Lanes Closed Ahead W20 - 5LT 1 4 4 16 0 Total C - TC09 28 28 Class A - Signs - Frank Zepp C - TC10 Traffic Revision Ahead W20 - 901 1. I 4 4 16 0 Total C - TC10 16 0 16 Class A - Signs - Frank Zepp C - TC11 Right Lane Closed Ahead - Symbol W4 - 2L 1 4 4 9 0 Corrected: 3x3' sign 1 Bridge Closed 1/2 Mile Ahead - Local Access Only R11 - 3A 1 4 2 8 0 corrected: 1'x3' sign ????????? W20 - SRT 1 4 4 16 0 ????????? M4 -10 1 4 4 3 0 Total C-TC11 36 0 36 Added Detour Signs 6 2.5 2.5 37.5 0 Specs: Signs on tripod or temp stand not part of constr. Cl. A Total Added Signs I 37.5 0 0 923 493 746.75 17-118(b) Contract Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 POLYESTER OVERLAY - FRANK ZEPP DATE: November 1, 2017 PROJECT NO.: 91510406 BUDGET NO.: /0"1.9• s`42 •sue . 4f1/4•°0 CONTRACT NO.: 1 `7 ' ( (4 PROJECT NAME: Major Maintenance on Three Bridges TO: Razz 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" 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. Razz co s7�KcT�•%� ACCEPTED: Date 1 a • ? By 11,00C,.‹.- Original Contract (without tax) $ 2,688,958.00 Contractor Title j kijecT wtwivnyc. APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0.00 Date IN t 1 e-rn b-4c c2 I 2.a 1 i This Change Order (without tax) $ $5,100 ByC�%GQ����'�_ A l! (h &7 he-0 — Mayor REV. CONTRACT AMOUNT $ 2,694,058.00 Original Contract Time160 Working Days City Engineer /�G�r `i ,d4404 Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 160 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File Major Maintenance of 3 Bridges Project Contract Change Order No. Z. Exhibit A Prior to placement of the polyester overlay, it was discovered that the existing deck had construction joints at intermediate piers 2 and 3. To prevent the polyester overlay from cracking, the Engineer of Record requested saw cutting the overlay'/z" wide and 3/" deep and filling it with hot poured sealant. A lump sum compensation for this added work to the contract was negotiated with the Contractor. 17-118(a) Contract Approval N/A ACCEPTED: Date (I.6.1'7 By 5/ (,•v el* Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT oallc_Z" CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 MOBILIZATION DATE: November 1, 2017 PROJECT NO.:91510408, 91510407, 91510406 PROJECT NAME: Major Maintenance on Three Bridges - Tukwila Sheet 1 of 1 BUDGET NOs-: 500,'IT: CO TO: Razz Construction, Inc. CONTRACT NO /3 /1y%% 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. Contractor RAZZ Co iv T#keT'4 6 � Hp...,4 .e, (4,,, j c eT # i-,l ',sc _ $ 2,688,958.00 $ 0.00/ $ 0.00 $ 2,688,958.00 / Original Contract Time160 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 160 Working Days Title APPROVED BY THE CITY OF TUKWILA Date By /9 // n E7 -r) City Engineer Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File 51dci God (G7N91/4.S Major Maintenance of 3 Bridges Project Contract Change Order No. 1 Exhibit A This change order deletes lines 23 through 34 on Special Provisions page SP-137. 17-118 Council Approval 6/19/17 AGREEMENT FORM 1 CONTRACT NO. h-I- 115 THIS AGREEMENT is made and entered into on this )� day of 2017, by and between the City of Tukwila, Washington ("Owner") and RAZZ CONSTRUCTION, INC. (" ontractor"). 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 MAJOR MAINTENANCEOF THREE BRIDGES, Project No. 91510406, 91540407, AND 91510408, 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 recover its costs, including reasonable attorneys 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, WASHINGTO (Owner) By - Mayor Attest; ,r., This l l dayof 3-14-1 , 20 y Clerk Approved as to Form: hAR ty Attorney Address for giving notices: 6300 Southcenter Blvd, Suite 100 Tukwila, WA 98188-2544 RAZZ CONSTRUCTION,- INC. (Contractor) By: �a-,,.J A Title: 9ce_6'.A.L44* — g,, tst0. ►A. 4461,..4543eA Attest: This 29�' day of Suw.t. , 20A1. Contractor's License No. RAZZCCI955KU Address for giving notices: 9O OIL. 2X.X\‘A.%\ttt.ivt WC1 •49-2,2A. `� f/6/'v- UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department ufg UNITED FIRE & INDEMNITY COMPANY, WEBSIER,.TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company- See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and haVing their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint STEVEN N. PASSERINE, KATHLEEN.EARLE BENJAMIN WOLFE, DOREEN GREEN, EACH INDIVIDUALLY,of SAN.MATEO to their true and lawful Attorneys)-in-Factwith power and authority hereby conferred to sign, seal and execute in its behalf all :lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single' obligation shall exceed$30, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and .confirmed: The Authority hereby granted shall expire the 3rd day of November; ! 2018 unless sooner revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuantto and by authority of the following bylaw duly adopted on. May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf' of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, maybe affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when soused, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its PPo' ''yam-; vice president and its corporate seal to be hereto affixed this 3rd day of November , 2016 • =•_ WLY2Z ';0 a•. 1986 pbr . FO•.. State of Iowa, County of Linn, ss: On .3rd day of November, 2016, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did deposeand. say; that he resides in Cedar Rapids, State of Iowa; that he is a• Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNIIED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixedto the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. By: UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY OW lk Judith A. Davis Iowa Notarial Seal Commission number 173041 My Commission Expires 04/23/2018 Vice President otary Public My commission expires: 04/23/2018 I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of :i ITED FIRE & INDEMNITY COMPANY, and Assistant Secretary:of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that.I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID. CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 27th day of ci x'1e , 20 17 .. " \1INSU4q� Q QP:GpPPOggr��+s� 0' f966 �E nu,ilnu„m, ss Secretary,.UF&C Assistant Secretary, OF&I/FPIC Proposal P-1 PROPOSAL (unit price) Contractor's Name &ZZCAn,9 rt C%on 54C - Contractor's State License No. RgZLC.Cs,16'5 LI City of Tukwila Project NOs. 91510408, 91510407, 91510406 Federal Aid NOs.BHOS-1320(004), BHM-1288(005), BHM-1274(009) To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled Major Maintenance for Three Bridges Project, which project includes but is not limited to: Construction of bridge maintenance and seismic retrofit within the right-of-way of Beacon Avenue S, SW Grady Way, and S 180th Street, including but not limited to deck removal, deck overlay, deck construction, bridge painting, abutment repairs, bearing pad replacement, and HMA and other work necessary to complete the Work as specified and shown in the Contract Documents; and other items necessary to complete the Work as shown on the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) i 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 160 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. Major Maintenance of Three Bridges Project Rev. 5-13-14 Lied to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bid Schedule P-2 Major Maintenance for Three Bridges Project — Schedule A Beacon Avenue S Bridge Project No. 91510408 Federal Aid No. BHOS-1320(004) 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 Lumn Sum prices. Item No. Item Description Unit Quantity Unit Price Amount ROADWAY Al. UNEXPECTED SITE CHANGES FA 1 $10,000 $10,000 A2. RESOLUTION OF UTILITY CONFLICTS FA 1 $5,000 $5,000 A3. SPCC PLAN LS 1 3,aj�°` 3,000 A4. MOBILIZATION LS 1 7.?, 000, do 72, OOD,QO A5. PROJECT TEMPORARY TRAFFIC CONTROL LS 1 3Qs,000. °O 3 g 000, o__` A6. PEDESTRIAN TRAFFIC CONTROL LS 1 (. o OO,ap log 0 06 , od A7. FLAGGERS, min Bid $65.00 HR 200 (oS / 3, rjc °� A8. REMOVING ASPHALT CONC. PAVEMENT SY 180 /3 �-* 2,34/0 n A9. ROADWAY EXCAVATION INCL. HAUL CY 75 30 22 2, 250 `' A10. CRUSHED SURFACING BASE COURSE TON 25 n- (y / All. HMA CL 1/2 INCH PG 64-22 TON 22 3l Z & / txt Al2. EROSION/WATER POLLUTION CONTROL FA 1 $5,000 $5,000 A13. ESC LEAD DAY 60 � a y o0.3 A14. STORMWATER POLLUTION PREVENTION PLAN LS 1 3,000 "� 3,OOV C A15. TYPE B PROGRESS SCHEDULE LS 1 S 00D clb 5CA,X) 2r Oc A16. ADA FEATURES SURVEYING LS 1 2 O00 '3 BRIDGE A17. STRUCTURE SURVEYING LS 1 S ()0 u� £ 00 A18. WORK PLATFORM AND CONTAINMENT SYSTEM LS 1 Zp,0� u- Z�0 ` i A19. REMOVAL OF EXISTING ASPHALT AND CORRUGATED METAL DECK LS 1 20,000 oLie 20,O0Q A20. EPDXY -COATED ST. REINF. BAR LB 14,200 u 20�. 2a,`fb0‘n A21. DRILL AND EPDXY DOWELS EA 182 2Y if3(02) - A22. STRUCTURAL CARBON STEEL LS 1 (,b, C>00 Lk, 0M A23. CONC. CLASS 4000 FOR SIDEWALK 7S'o=r.. CY 8 urg 7 Sot bait (aWO•~ 3.7_ 803` A24. CONC. CLASS 4000D FOR BRIDGE CY 42 17b0� A25. SAWCUT EXPANSION JOINT LF 68 /2 �!(p �r-' A26. CLEANING AND PAINTING LS 1 f (,O, 600, 6-e ` .O, o" Major Maintenance of Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bid Schedule P-3 A27. CONTAINMENT OF ABRASIVES LS 1 2010W °= 20,000 u' A28. TESTING AND DISPOSAL OF CONTAINMENT WASTE FA 1 $10,000 S10,000 A29. REPAIR EXISTING STEEL BEAMS FA 1 $50,000 $50,000 A30. CORRUGATED METAL DECKING SF 2,500 / 7, - 1/.2i $'00, o` SIDEWALK A31. REMOVING CEMENT CONC. SIDEWALK SY 15 35 v� S2s -- A32. HMA'SIDEWALK SY 12 y ROADSIDE DEVELOPMENT A33. ;ROADSIDE CLEANUP FA 1 $20,000 $20,000 A34. PROPERTY RESTORATION FA 1 $5,000 $,000 Schedule A Total $ 666, 607, °a Major Maintenance of Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bid Schedule P-4 Major Maintenance for Three Bridges Project — Schedule B SW Grady Way Bridge Project No. 91510407 Federal Aid No. BHM-1288(005) 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 Taxih the various Unit and LumD Sum prices. Item No. Item Description Unit Quantity Unit Price Amount ROADWAY B1. UNEXPECTED SITE CHANGES FA 1 $2,000 $2,000 B2. SPCC PLAN LS 1 3,000 3,000 .21 000, O1—° J 83. MOBILIZATION LS 1 Z 1, ODO, °—° B4. PROJECT TEMPORARY TRAFFIC CONTROL LS 1 co /SVC7�i B5. FLAGGERS, min Bid $65.00 HR 100 Ct� — ,41 4,500 ° ,� tXo 7 S OO B6. REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 ems. 7,Sbp B7. EROSION/WATER POLLUTION CONTROL FA 1 $1,000 $1,000 138. ESC LEAD DAY 10 OD — g,': oa B9. STORMWATER POLLUTION PREVENTION PLAN LS 1 3 000 dy S; OOD B10. TYPE B PROGRESS SCHEDULE LS 1 2,5'60 2,5'00 BRIDGE B11. CLEANING ABUTMENT BEARING SEAT LS 1 /, OW I.00V ut 122,610, °= 3-Cc00 B12. STRUCTURAL CARBON STEEL LS 1 /22,000,e 35; 000 B13. RESIN BONDED ANCHORS LS 1 ROADSIDE DEVELOPMENT B14. ROADSIDE CLEANUP FA 1 $1,500 $1,500 815. PROPERTY RESTORATION FA 1 $1,000 $1,000 Schedule B Total $ .Z.2 `i, 000, °= Major Maintenance of Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bid Schedule P-5 Major Maintenance for Three Bridges Project - Schedule C Frank Zepp (S 180th Street) Bridge Project No. 91510406 Federal Aid No. BHM-1274(009) 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, include applicable Sales Tax in the various Unit and LumD Sum prices. Item No. Item Description Unit Quantity Unit Price Amount ROADWAY C1. UNEXPECTED SITE CHANGES FA 1 $10,000 $10,000 C2. RESOLUTION OF UTILITY CONFLICTS FA 1 $5,000 $5,000 C3. REIMBURSEMENT FOR THIRD PARTY DAMAGE EST 1 $15,000 $15,000 C4. SPCC PLAN LS 1 3, o 0o =; 3, o o C5. MOBILIZATION LS 1 / 7/1000, °° / 7 /r 000, p - C6. FLAGGERS, min Bid $65.00 HR 160 vli /0,1100 - p 0'- C7. PORTABLE ILLUMINATION EA 4 ,3bv0 (Pl.JZO C8. FURNISHING TC DEVICES FOR 400 FT TRANSITIONS EA 4 CP � It e. C9. PORTABLE CHANGEABLE MESSAGE SIGN HR 4,000 6 caw 2 e O00 t& C10. INSTALL ALTERNATE ROUTE SIGNING LS 1 SA00011 9-1 .S^0/000 5,(960 5+ 7S0 2.1 C11. PEDESTRIAN TRAFFIC CONTROL LS 1 J $,OW C12. UNIFORMED POLICE OFFICER HR 50 95 w C13. e TYPE 3 BARRICADE EA 15 /SO v� 2, 2-SO C14. CONSTRUCTION LIAISON LS 1 50,0004h SD, 0 x C15. OTHER TRAFFIC CONTROL LABOR, min Bid $60.00 HR 25 75� ct 1 7$ C16. SEQUENTIAL ARROW SIGN HR 500 ,SO 0 C17. CONSTRUCTION SIGNS CLASS A SF 100 .32,' 3,Z,ot7 C18. TEMPORARY SIGNAL MODIFICATION LS 1 C19. SIGN COVERING SF 420 3 i>24.0 '' -3,030 ,.o otb C20. CLEARING AND GRUBBING LS 1 3, ()CO-' /O 0� C21. REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 C22. REMOVING ASPHALT CONC. PAVEMENT SY 190 3d ce S; 7190 C23. HMA FOR APPROACH CL. 1/2 IN. PG 64-22 TON 22 _3/Z "-- 1 �b9 C24. CRUSHED SURFACING BASE COURSE CY 14 / 00 / 4,0 o •. 5^ate C25. ADJUST MANHOLE EA 1 S'.o. 3 C26. EROSION/WATER POLLUTION CONTROL FA 1 $15,000 $15,000 C27. HIGH VISIBILITY SILT FENCE LF 400 y / `o a= Major Maintenance of Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bid Schedule P-6 C28. TYPE B PROGRESS SCHEDULE LS 1 (21 sO 00 5 ©X ' C29. HEALTH AND SAFETY PLAN LS 1 s MDo oo " C30. NO TRESPASSING SIGN EA 2 NCO 30 cV -, C31. FA -SITE CLEANUP OF BIO. AND PHYSICAL HAZARDS FA 1 $10,000 $10,000 BRIDGE C32. STRUCTURE SURVEYING LS 1 10t000 3Z1 /SD,u u 0= /O)000 , Z,76-Zj- /S.D0 tQ' C33. STRUCTURE EXCAVATION CLASS A INCL. HAUL CY 86 C34. WORK PLATFORM AND CONTAINMENT SYSTEM LS 1 C35. BRIDGE APPROACH SLAB SY 200 -3 0 ea., d0Q-' C36. SEISMIC RETROFIT - FRANK ZEPP LS 1 2 S<S, 000, °= 2 55 OD0,°= C37. EPDXY CRACK SEALING LF 160 /05, °= /4,i fad, °~' C38. CONCRETE SPALL REPAIR SF 12 32 (o 3, 67 / 2, C39. EXPANSION JOINT SYSTEM STRIP SEAL - SUPERSTR LS 1 7s Q0D - 7S OGY�, °� C40. EXPANSION JOINT SYSTEM COMPRESSION SEAL-SUPERSTR ' LS 1 ,Z4 pop, °b Zoe 000, `- C41. CLEANING AND PAINTING RAILING LS 1 53; 000, °—° SSOOG.' C42 TESTING AND DISPOSAL OF CONTAINMENT WASTE FA 1 $10,000 $10,000 C43. CLEANING AND EPDXY SEALING LS 1 64 ODo,' - G g DOO, '° C44. POLYESTER CONCRETE OVERLAY LS 1 3 cf$, DO0. u2 34cs OOO, pO C45. SCARIFYING CONC. SURFACE SY 1,580 7 7 /Zi, 43(=0 C46. FURTHER DECK PREPARATION FOR TYPE 2 DECK REPAIR SF 400 ti 441 ZLf,Q00 TRAFFIC CONTROL DEVICES C47. FLEXIBLE GUIDE POST EA 10 /� j Q 9.:' tS'V Q a'' C48. PLASTIC TRAFFIC ARROW EA 4 ZJ 2 oyo-? C49. PLASTIC TRAFFIC LETTER EA 8 /$2 //o� 3� C50. PLASTIC STOP LINE LF 60 / ! 4.' `S 4,10 :4 C51. TEMPORARY STRIPING LF 1,000 SZ �- C52. RAISED PAVEMENT MARKER TYPE 1 HUND 4 S-�7 =- 2.000 `''' C53. RAISED PAVEMENT MARKER TYPE 2 HUND 1 4,00 1 o ROADSIDE DEVELOPMENT C54. ROADSIDE CLEANUP FA 1 $10,000 $10,000 Schedule C Total $ / 7 35; / S/, o0 Major Maintenance of Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bid Schedule P-7 Major Maintenance for Three Bridges Project = Schedule D (Non -Federal Participation) Frank Zepp (S 180th Street) Bridge Project No. 91510406 Federal Aid No. BHM-1274(009) 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 D, include applicable' Sales Tax 'in the various Unit and Lump Sum prices. Item No. Item Description Unit Quantity Unit Price Amount ROADWAY D1. MOBILIZATION (NOW -FEDERAL PARTICIPATION) LS 1 4000 3,000 TRAFFIC CONTROL DEVICES D2 ILLUMINATION: SYSTEM -TRAIL (NON-FEDERAL PARTICIPATION) LS 1 to �, DOO, °D /� DDO,O° TOTAL OF SCHEDULES: Schedule A brought forward Schedule B brought forward Schedule C brought forward Schedule D brought forward TOTAL BID PRICE $ Schedule D Total $ y 000, $ GGG, oo7_ °= $ 22 2,.. Fo o . $/,73Y,/s/.ao $ 6 4-6 0470, Z, G g gi 9 6- b^ 60 Major Maintenance of Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bid Schedule P-8 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the :Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form - Project Name, Schedule Name, column headings - in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the Bid form which acknowledges the Bid Guaranty, Time of Completion, all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner: The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. lithe Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRMS NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on t Bid form then totaling all of the extended amounts. / Signed: i. Title f?ce. 64.4k — R Vi A • �asryicsse.N3 Date: 5`3 k 1 Zo1'7 Major Maintenance of Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Signature Sheet P-9 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt. t k ya 2.011 5, 214, Ton Addendum No. 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 $*b'A er 2d. i tl i\-Cd. rt. )b CA SkAal to- of a ul..kk • G 5 rl (Name) (Address) Bidder: 1 22 C.nSkccLA CAA Lr Signature of Authorized Official: vy.x/i/4 A Printed Name and Title: OQAr\c 4 • eAsoNk4SSe_ ►..1 ' LSD ( + Address: LI 05S 4 -ti te-r Da- • &kV,11.Aii- WA • %22- Circle One: Individual / Partnershi* / Joint Venture Phone No.:CpoY15a - OO\\ State of Incorporation: WA Date: 5 t 31 2 b\1 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. Major Maintenance of Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bid Security P-10 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). Bid Bond: The undersigned, Razz Construction, Inc. (Principal), and United Fire & Casualty Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of the Total Amount Bid dollars ($ 5% of the Amt. Bid ), 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 witth a Proposal for Major Maintenance for Three Bridges Project, Project Nos. 91510408, 91510407, and 91510406 and Federal Aid Nos. BHOS-1302(004), BHM-1288(005), and BHM-1274(009) according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. if the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shalt 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 24th day of Razz Construction, Inc. Principal May , 20 17 United Fire 8 .Casualty Company Signature of Authorized Official Attorney in Fact (Attach Power ofAttomey). Kathleen Earle, Attorney -in -Fact Title Name and address of local office of agent and/or Surety Company: Andreini & Co. 2430 Camino Ramon, Ste. 335 San Ramon, CA 94583 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. Major Maintenance for Three Bridges Project Rev. 5-1$-74 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfullness, accuracy or validity of that document. ♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦ State of California County of Contra Costa On MAY 2 4, 3017 personally appeared Kathleen Earle } before me, Karen Lanette Hummel , Notary Public Name and or Names of Signers) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of t he State of California that the foregoing paragraph is true and correct. Witness my hand and official seal Signature CG'l/fl' Notary bile Signature OPTIONAL Name and Tale of Notary LANETTE HUMMEL] COMM. # 2182345 ..I NOTARY PUBLIC • CALIFORNIA E COUNTY 7 COMM.m. EXP EXP. FEBRUARY 5 202 ^ Place Notary Public Seat Above Though the information below Is not required by law, it may prove valuable to the persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Document Date Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited CI General ❑ Guardian or Conservator ❑ Attorney -in -Fact ❑ Trustee ❑ Other: Signer is representing RIGHTTHUMBPRINT, •OF SIGNER +<.: Top of thumb ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited 0 General ❑ Guardian or Conservator ❑ Attorney -in -Fact ❑ Trustee ❑ Other: Signer is representing RIGHT THUMBPRINT OF SIGNER Top of gaunt ♦♦♦♦♦♦♦♦♦♦♦♦♦♦•♦♦♦♦♦♦•♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦ UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UM UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX . 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED .COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY. COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a. corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint STEVEN N. PASSERINE, KATHLEEN EARLE,'BENJAMIN WOLFE, DOREEN GREEN, EACH INDIVIDUALLY of SAN MATEO CA their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $30, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed:; ... The Authority hereby granted shall expire the 3rd day of November;' 2018 . un 1 ess: sooner revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and -.executed: pursuant to and byauthority of the following bylaw duly adopted on. May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies :of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. Zaa ,,,,,,IIMII,II, IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its 0-tQpcl`FOP oTa��; vice president and its corporate seal to be hereto affixed this 3rd day of November, 2016 CORPORATE ;= _ e _.,,Y UNITED FIRE & CASUALTY COMPANY z s�L Jt' is 19E6 •b€ UNITED FIRE & INDEMNITY COMPANY • \ / IFOP. FINANCIAL PACIFIC INSURANCE COMPANY 111111tttt�� By: State of Iowa, County of Linn, ss: ice President On 3rd day of November, 2016, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he, resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his namethereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Judith A. Davis lowa.Notarial Seal Commission number 173041 My Commission Expires 04/23/2018 otary Public My commission expires: 04/23/2018 I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary. of 'F ITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF. SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony_whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 24th day of May , ;;0 : 17 . 01040144 utioo P G�PPOH`'.4e, a�•._2 a• ci£ 0: )JLY 2Z :c ail.. 1986- yv a /Munlgdq '''/��ryryhirl1t11ntP\�\\P���` _ Secretary, OF&C Assistant Secretary, OF&UFPIC BPOA0045 0115 Non -Collusion Declaration P-11 NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named Major Maintenance for Three Bridges Project, Project Nos. 91510408, 91510407, and 91510406 and Federal Aid Nos. BHOS-1302(004), BHM-1288(005), and BHM-1274(009) Q•g2.. S c.14 r&LC. Name of Firm Signature of Authorized Official ° reS: ""03AA lA P • ilk3 1-csCN Title Signed and sworn to before me on this \ day of '(�� US• , 20 Sign re of Notary Public inn and for State of Washington, residing at :mC,\- ? ki„J4 -5121442 My appointment NOTICE TO ALL BIDDERS 1-800.424-9071 The U.S. De • '•,,•.,y,��=�'" ransportation (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. Major Maintenance for Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Non -Collusion Declaration P-12 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON -COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities 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. SR DOT Form 272-0361 EF 0712011 Major Maintenance for Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Disadvantaged Business Enterprise Utilization Certification 1343 �� Washington state VAIII Department of Transportation Disadvantaged Business Enterprise Utilization Certification To be eligible for Award of this Contract the Bkder shall MI out apd submit, as ;$ satpplemcnt to its stated Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agermy shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly dernt)nstrates that thb Skitter will meet Me DBE participation requirements in one of the manners provided for th the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder's DBE Utilization Certification shall be deemed a part of � the nn resulting Contract. Dox 1: tf+.�c 2 t ICUItr orb -• certifies that the pSE firms listed below have been contacted 'regarding parflclpatibn on this project. if this Bidder is successful on this project and is awarded the Contract It shall assure that subcontracts or supply agreements are executed with named DBEs, (If necessary, use additional sheets.) Bsix2: (>S or istua r Awriu. d' 4fily tit. GA4Qir-0 C9lu hi 1 Name of DOB (See tnstructtons) Column 2 Prot Rote (86e lrwiructlorta) CdOmn Description of Work (Bee Instructions) Cbinmi 4 Amount Subcontracted to DBE Vito instructions) '031[ern S Amount to be Applied Towards Goal .(See.krstructions) �:8rc � �'R t,6L �q t9 X�t, ��Oif 00 �p A cot a unMll r' ct C. Ji etas, $ •,,rr'tI +' to 0 all �t Go Disadvantaged Business Enterprise Candltion of Award Contract Goal eoic 3 5 By checking Box 5 the Bidder is stating that their attempts the OA Contract goai has been unsuccessful and good faith elf Section 1-02.9 of the Contract AMT Rorm272-058 Revised 07/2016 Total DBE Commltrfnt hip °C2. CO Bart 4 O. solicit st,iiflcient DBE participation to meat ort will be submitted in accordance with Major Maintenance for Twee Bridges Project Rev. 5.13.14 Disadvantaged Business Enterprise Utilization Certification P-14 Box 1 Box 2: Name of Bidder (Proposal holder) submitting Bid. Name of the Project. Instructions for Disadvantaged Business Enterprise Utilization Certification Form Column 1 Name.of the Disadvantaged Business Enterprise (DBE). Repeat the name of the DBE for each Project Role that will be performed. Column 2: The Project Role that the DBE will be performing as follows; Subcontractor Subcontractor (Force Account) Work sublet as Force Account must be listed separately. Manufacturer Regular Dealer • Work sublet to a Regular Dealer must be listed separately. • Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity, Washington State Department of Transportation, on each Contract. • Broker • Work sublet to a Broker must be listed separately. List each project role to be performed by a single DBE individually on a separate row(s), The role is used to determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal (colurrtn 5). Column 3: A description of the Workto'be performed by the DBE must be consistent with the certified/eligible Description of Work in the OMWBE Directory of Certified DBE firms. The bidder may rely upon the descriptors listed in the Directory of Certified DBE Firms available from OMWBE, online at: hltp:/lwww,ornwbe.wa ciov or Toll Free 1-866208-1064. • A Bidder subletting a portion of a bid item shall state "Partial" and describe the Work that is included. • For example; "Electrical (Partial) -Trenching". • "Mobilization" will not be accepted as a description of Work. Column 4: List the total amount to be subcontracted to each DBE for each Project Role they are performing. Column 5: This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting the COA Contract goal. It may be that only a portion of the amount subcontracted to a DBE in Column 4 is eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3. The Contracting Agency will utilize the sum of this column (Box 4) to determine whether or not the bidder has met the goal. In the event of an arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column four, See Note 1, Note 2, Note 3; then the mathematics will be corrected and the total (Box 4) will be revised accordingly. Note 1: For Work sublet as Force Account the bidder may only claim 50% of the amount subcontracted (Column 4) towards meeting the goal (Column 5). This information will be used to demonstrate that the DBE contract goal is met at the time that the bidder, submits, their bid. For example; amount sublet as force account = $100,000 (Column 4) equates to ($100,000 X 50%) = $50,000 (Column 5) to be applied towards the goal. Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60% of the cost of the materials or supplies (Column 4) towards meeting the goal (Column 5). For example; Material cost = $100,000 (Column 4) equates to ($100,000 X 60%) = $60,000 (Colurrrn 5)'to be applied, towards the goal Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the goal (Column 4). For example; amount sublet to a broker = $100,000 (Column 4) equates to ($100,000 reasonable fee 9/0) = $ (Column 5) to be applied towards the goal. Box 3. Box 3 is -the COA Contract goal which is the minimum required DBE participation. The goal stated in the Contract will be in terms of a dollar amount or a percentage in the Contract. 'When expressed as a.percentage. you must multiply the percentage times the sum total of all bid items as submitted in the Bidder's Proposal to - determine the dollar goal and wnte,it in Box 3,, In the event of an error in this box, the Contracting Agency will revise the amount accordingly. Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal amount written in Box 3 or; Box 5: Check Box 5 if. insufficient DBE Participation has been achieved and a good faith effort is required. Refer.to the subsection titled, Selection' of Successful Bidder/Good Faith Efforts (GFE) in the Contract See Crediting DBE Participation toward Meeting the Goa! as described in the Disadvantaged Business Enterprise Condition of Award Participation specification in the Contract for more information. DOT Form 272-056 Revised 07/2016 Major Maintenance for Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal it rzipl 9 past ct' rRfrrtgi trr1raz 1-�0�15[Ai3 :lbssurt . "4-"rr 1ifbBE f 0 T Form 27,V,01v6 Reinsed r074t21) i 6'_ Major Maintenance for Three Bndges'Rroject Disadvantaged Business Enterprise,Utilrzetion Certification Rohr btiOnf tOlki4ga3} a2f iP id dui �I� l �viiit urnj!&R > ,pUrt r e end n iI r `d srr` I.kinf R� 04. Q Q 41r1d 7ii t d31� �t tIC1 ,-dcre thratair� .D Et]� � E rdj c n jeq firemen f r tad �TD'ir€h 8rc a ir.�411%3 �i3rai�ld+hTi; d@ a15 - C alffiI 112p9 •Q` �-r 'in. i r F�' � rrt['� "� . iiitIp3uon an � m p of c ( Bici t£1 � StaG� or f t ect &n*1 QSulf{ irde'i 'ti ra 'wait': i r�tr� sr tr .P iaa�rats asp ex rt ct tr ^lIr ti6 rGiti� 4010 '1se iz ticn 'dS a'Jt lr laith tii 'tiaraVtil aran,r pr decI darts 10• h cl lil,Su i•.-yy {s7,it:bIr • • AAa4P.l;0t11 r.r ItO n't�eeY'�d and&POWNIMU3 + it q Rev, 5-1.3=14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Certification for Federal -Aid Contracts P-17 Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his.or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid;' by or on behalf of the undersigned, to any person for influencing :or attempting to influence an officer or employee of any Federal agency, a Member of Congress; an officer or employee of Congress, or,an employee of a Member of Congress in connection with the awarding of any Federal contract, the making ofany Federal grant-, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of. the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a:civil penalty of not Tess than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier • subcontracts. which exceed $100,000 and that all such subrecipients shall certify and disclose: accordingly. DOT Form 272-040 EF Revised 1/2000 Major Maintenance for Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-18 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. hR 22 C crvG -h rCM on- - Name of Bidder: Address of Bidder: Contractor's License No. (k'q'2.2-CC-1gS U License Bond Registration No.\002.531 S Bidder is a(n): 0 Individual U0gr State WA State UBI N Dept. of Worker's L&I R4� 1 ���- 'Comp. Acct. No. O � ❑ Partnership 0 Joint Venture Incorporated in the state of LEA . Zip Code boa 5by y�cg List business names used by Bidder during the past 10 years if different than above: No14E.. Bidder has been in business continuously from Bank Reference ,,c�-k• `r,P.e,r4Q Bank No. of regular full-time employees:. 5\i\e\\ 2do`S Year Account Officer Officer's Phone No. Number of projects in the past 10 years completed: _ ahead of schedule 100 on schedule behind schedule Bidder has had 'experience in work comparable' tothat required for this Project: As a prime contractor for \2- years. As a subcontractor for 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 P,&Tg4 c 4, 14 ufry.totkees Ric,4'j elz"R LeRatro mYJU 47r Ta Lr /)",AA+,a 6alP SUS few How.Lono With Bidder 17/ )%A7 Major Maintenance for Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-19 Name the Scheduler to be used on this Project, who has developed, created, and maintained at least 2 computerized schedules of similar .size and complexity of this contract. Attach a resume outlining the experience and qualifications of the Scheduler. Scheduler's Name: PA-TlLcrK hbs�A4,s 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 Q No Surveyor's Name C>9Tlev P�/NTH 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. AYT,l aea L-.I rr 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 S aw i Aro Gov ,4. 1.8a j-'i + 94ODO ± % Itoy 000 Pv r L �- .. P H%s Bidder, or any representative or partner thereof; ever failed to complete a contract? Nil No 0 Yes If yes, give details: No Bidder ever had any Payment/Performance Bonds called as a result of its work? 0 Yes If yes, please state: Major Maintenance for Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-20 Protect Name Contracting Party Bond Amount H s Bidder ever been found guilty of violating any State or Federal employment Taws? gAl ❑ Yes If yes, give details: Has Bidder ever fit l for protection under any provision. of the federal bankruptcy laws or state insolvent laws? No 0 Yes If yes, give details: HA any adverse legal judgment been rendered against Bidder in the past 5 years? SA No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other i surance company for accidents resulting in fatal injury or dismemberment in the past 5 years? ® No 0 Yes If yes, please state: Date Type of Iniury Agency Receiving Claim 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 f-c Title: �r•LS'i Q (Ifs" \b,A • 460 tt6 CfJ Date: 5 \ \ ""LcA Major Maintenance for Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposed Equipment and Labor Schedule P-21 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION W Isl ZENT 5 Kvi-'1zAc -1:Ir..:=)c=' gdiLbs U - e. Az' 313 Svcs sitcrn;Z Cr 'ExcaxvAo- 3% ' Ail Cc),-+ s:Sa2 LI41,-i- PLA.r -s S, �t 7 ,... c p rJ.. l,S Stee Arty". -1--.1s 1 04 '-'00 Labor to be used: C,A9z.i'a r-vm.s —r S) — ,ssc- `fAFLAci- l PT. -- 2 bftPa-s.1ns. o,a u4z4 .c Laa u v...rrJ "--1 M1=1-1 LA' V,tszL,8 z Name of Bidder, Signature of Authorized Official ,-3 Title Major Maintenance for Three Bridges Project Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposed Subcontractors P-22 Local Agency Name Local Agency Address Local Agency Subcontractor List Prepared in compliance with RCW 39.30.060 as amended �(�Q,�� To Be Submitted With the Bid Proposal Project Name c �"(' (�1S(,�1't\ nC.p of 41.1‘1.e � 1.) QCO Failure to list subcontractors with whom the bidder, if awarded the contract, witF'directlysubcontract for performance of the work of heating, Ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non -responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW ,must be listed below. The work to be performed is to be listed below the subcontractof(s) name. To the extent the Project includes one or More categories of work referenced in RCW 39.30.060. and no subcontractor is listed below to perform such work. the bidder certifies that the work will either lil be performed by the bidder itself. or (ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed kooe V\N1etc_ kYti`0ti ns A/vtetya 1-/4°Grfr1G 6,yr. " Bidder's are notified that is the opinion of the enforcement agency that PVC or metal .conduit, junction boxes,, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR DOT Forth 271-015A EF Revised 08/2012 Major Maintenance for Three Bridges Project Rev, 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Recycle Material Proposal Form P-23 APWA-WA Division.1•CornmIttee rev. 1/8/2016 Proposal for Incorporating Recycled Materials into the Project In compliance: with a new law that went into effect January 1, 2016.(SHB 1695), the Bidder shall propose below, the total percent.of construction aggregate and concrete materials_ to be incorporated into the Project -that are recycled materials: Calculated percentages must be within the :amounts allowed in Section 9-03.21(1)E, Table. on Maximum Allowable Percent `(By Weight) of Recycled Material, of the Standard Specifcati_ons_. Proposed total percentage: © percent. -Note': Use of recycled materials ishlghly encouraged within..the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or r more lowest responsive Bid totals are. exactlyequal, in which case proposed recycling percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractorshould do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.0 of the Special Provisions: Bidder: ' 21- T÷AC., ;Signature of Authorized Official: /2 A Date: 5\3\ \20n �CIAMb, P • 4SrA.LOS-e.,-4 Major Maintenance for Three Bridges Project Rev, 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ADDENDUM NO. 1 City of Tukwila Major Maintenance of Three Bridges City Project Nos. 91510408, 91510407, and 91510406 Date of Issue: May 18, 2017 Bid Submittal Date: May 31, 2017 at 9:30 a.m. Date of Opening: May 31, 2017 at 10:00 a.m. 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. Bidders shall acknowledge receipt and acceptance of this Addendum #1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement may result in disqualification of the Bidder's submittal. PROPOSAL SPECIAL PROVISIONS PLANS 1. Revision to sheet C-TCO1, page 37, DELETE the following text: WORK ZONE PLAN (PROPOSED SEQUENCE OF ACTIVITIES) PROPOSED WORK ZONE SEQUENCE And REPLACE with the following text: WORK ZONE PLAN (SUGGESTED SEQUENCE OF ACTIVITIES) SUGGESTED WORK ZONE SEQUENCE Addendum No. 1 Major Maintenance of Three Bridges May 18, 2017 Page 1 of 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 2.. Revision to sheet C-TC01, page 37, ADD the following General Note: AT THE DISCRETION OF THE CONTRACTOR AND APPROVAL BY THE ENGINEER, SOME OF THE ITEMS LISTED ON THIS SHEET THAT CAN BE RELIABLY COMPLETED THROUGH THE USE OF TEMPORARY LANE CLOSURES, MAY BE DONE BY THAT METHOD. 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 acknowledged and conditions agreed to this t 110 day of A-tA Z O 7 2017. Bidder: A ZZ CovAS k-n,t d -i on T-0-4 c. (Contractor) A ' Authorized Official: A e _,-e (Signature) Name and Title: n h k Qt , 4.p On tA,SS e.i.9 — 2t'e.5;�..t (Print) Addendum No, 1 Major Maintenance of Three Bridges May 18, 2017 Page 2 of 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ADDENDUM NO. 2 City of Tukwila Major Maintenance of Three Bridges City Project Nos. 91510408, 91510407, and 91510406 Date of Issue: May 24, 2017 Bid Submittal Date: May 31, 2017 at 9:30 a.m. Date of Opening: May 31, 2017 at 10:00 a.m. Notice to All Planholders: This Addendum No. 2, 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. Bidders shall acknowledge receipt and acceptance of this Addendum #2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement may result in disqualification of the Bidder's submittal. PROPOSAL SPECIAL PROVISIONS Section 1-10.5(2) Item Bids with Lump Sum Incidentals, page SP-84, line 9, DELETE line 9 and REPLACE with the following: "Flaggers, rein. Bid $65.00", per hour". 2. Section 117.23(1) Construction Under Traffic, page SP-68, ADD the following text after line 20: (May 2, 2017 APWA GSP) Modification Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other acconrrnodation may be allowed during construction. Addendum No. 2 Major Maintenance of Three Bridges May 24, 2017 Page 1 of 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 3. Section 1-07.23(2) Construction and Maintenance of Detours, page SP-69, DELETE lines 40-44 and REPLACE with the following: From the date of initial closure of the Frank Zepp bridge to traffic, the Contractor is required to complete the physical improvementsto the bridge structure, the approaches, temporary striping and all contract requirements necessary to enable traffic to bellowing continuously on the Frank Zepp bridge structure within 224 hours. The .entire interval of construction and bridge closure shall occur during a non-Holiday.period. 4. Section 1-08.1 Subcontracting, page SP-72, DELETE lines 46-48 and page SP-73, DELETE lines 1-5 and REPLACE with the following: (May 2, 2017 APWA GSP) Modification Delete the eighth paragraph and .replace it with the following: On all projects funded with. Federal assistance the Contractor shall submit "Monthly Report of Amounts Credited as DBE Participation" (form #422-103 EF) to the Engineer each month, regardless of whether payments were made or Work occurred, between Execution of the Contract and Physical Completion. The monthly report is due 20 calendar days following the end of the month. Delete the third sentence of the ninth paragraph and replace it with the following: On all projects funded with Federal assistance, the Contractor shall submit a Monthly Payment Summary form to the Engineer in PDF format within 20 calendar days following receipt of a progress payment from the Contracting Agency, unless specifically requested otherwise by the Engineer for projects not funded with Federal assistance. 5. Section 1-08.5 Time for Completion, page SP-74, DELETE lines 2-44 and REPLACE with the following: (September 12, 2016 APWA GSP, Option A) Modification Revise the third and,fourth paragraphs to read: Contract tirne shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, .until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical Addendum No. 2 Major Maintenance of Three Bridges May 24, 2017 Page2of4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal completion of the contract. The statement will also show the nonworking days and any. partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailedprotest in that period, the Contractor shall be deemed as having accepted the Statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a .week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events Must occur before the Completion Date can be established: 1. The physical work on the project must be.comp1ete,; and 2. The Contractor mustfurnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Cert f icatioia Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d, Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f Property owner releases per Section 1-07.24 6. Section 1-10.1 General, page SP-79, DELETE lines 40-45 and REPLACE with the following: The Contractor shall shut down and barricade S 180th Street from the west side of the Frank Zepp bridge to the east side of the bridge prior to SR 181 for all modes of traffic except pedestrians during Stage 2, with full weekend and weekday continuous shutdown of traffic on the Frank Zepp Bridge structure daring Stages 2 until construction is completed to a point when traffic may utilize the completed facility continuously as determined by the Contracting Agency. 7. Section 1-10.1 General, page SP-80, DELETE lines 4-11 and REPLACE with the following: Addendum No. 2 Major Maintenance of Three Bridges May 24, 2017 Page 3 of 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal The Contractor shall provide set-ups and removals of required signs for the immediate operation of the bridge detour just prior to re-routing traffic and closing the bridge. These signs are .within 1 mile of the approaches form both the East and West approaches, This on -going operation requires flagging personnel, a uniformed police officer for signal shutdowns, and sign covering material for signs which need immediate visibility by the motorists. The signs which can remain in place between active detours shall have opaque sign covering secuirely installed to snake the sign faces invisible to the motoring public until the initiation of the subsequent detour operation. 8. Section 10, Bid item.C22 - Removing Asphalt Conc. Pavement, page SP-152, DELETE lines 22 through 25 and REPLACE with the following: Included in the bid item pric-e•shall be, but shall not be necessarily limited to: asphalt concrete and HMA rernoval to the limits shown on the Plans for installation of proposed work. including grinding to required elevation, removal, and disposal as shown in the Plans and specified herein. PLANS ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. All bidders shall .acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to 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 Tischrnak, P.E. City Engineer Receipt acknowledged and conditions agreed to this `I day of Zo t' 2017. Bidder: Authorized Official: Name and Title: (Signature) " CN*- (LAS N, SS-01 - PrecL'fr (Print) Addendum No. 2 Major Maintenance of Three Bridges May 24, 2017 Page 4 of 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Centre Pointe Scanning & Surveying Services, P.S. Providing quality construction, asbuilt, topographic, and boundary surveying services throughout the State of Washington . We have surveying expertise in many areas, including: Government Construction • Libraries in Tukwila, Renton, Federal Way, and Puyallup. • Community Center, Seatac. • Renton College Automotive Center. • I-5 Open Space, Seattle. • UW Ethnic Cultural Center, Seattle. • Bellevue Youth Theater. • Marymoor Park improvements, Redmond. Government Topography • Athletic fields for almost all of the regional school districts. • Provided topographic survey and consultation for lawsuit for the State of Washington Transportation and Public Construction Division in the City of Mt. Vernon, Washington. • Bonney Lake City Hall. • Park Way, Milton. 3-D Scanning • 1-405 Noise Walls, Bothell. • Seattle Monorail. • Cowlitz Falls Dam. • Wild Waves Park, Federal Way. • Francisan Medical Buildings in Tacoma and Auburn. Commercial Construction • Peterson Card Lock in Tukwila, WA • Family Fun Center amusement park in Tukwila, WA • Walgreens in Tukwila, WA • Jacksons Store in Tukwila, WA • Seahawk Training Facility in Renton, WA • Franchises, strip malls, warehouses and offices throughout the Puget Sound. Housing Project Experience (Multi -Unit Apartments & Condominiums) • Cascade Meadows Apartments in Bellingham, WA • Courtside Apartments in Olympia, WA • Orchard Point Apartments in Vancouver, WA • Saffron, A Village in Sammamish, WA Subdivision of Land • Heleena Hills in Lake Stevens, WA (146 lot plat) • Eagle Ridge in Sultan, WA (120 lot plat) • Windsor Crossing in Pierce County, WA (92 lot plat) American Land Title Association (ALTA) surveys for large commercial properties • Tacoma Landfill • Key Banks in western Washington • Everett Marina Village, Port of Everett, WA • U.S. Customs detension warehouse in Auburn, WA Patrick A. Humphres 17713 75th Ave E. Puyallup WA 98375 Phone: Cell : (425) 615 - 4844 - Office : (253) 904-8281 E-Mail: pahumphresl@comcast.net Objective Obtain a project management position where my extensive construction industry knowledge can be utilized and result in significant benefits to a company. Willing to provide a wide variety of project management services as an employee or as a contract service provider. Experience Project Management: • Extensive experience in project management in the construction industry for over 35 years. • Ability to perform wide range of project management skills including estimating, submittals, subcontracts, material and supply procurement, progress payments (quantification and verification), change orders (identification, negotiation, and resolution), correspondence, scheduling, design support and owner relations. • Areas of Specialty Includes: o Arterial Improvements: stream restoration and slide repair, excavation, embankments, utility installation, storm treatment and storage structures, signals, illumination, retaining walls, sidewalks and resurfacing. o Interstate Highway: Bridge rehabilitation, bridge seismic retrofit, retaining & noise walls, and resurfacing. o Concrete structure carbon fiber reinforcement. o Contract claim preparation and resolution through negotiation, mediation, arbitration and expert witness for various clients. o Concrete structure rehabilitation projects in Washington, Oregon, Montana and Idaho. Work History [ Construction Consultant 2010 - Present Contract claim preparation and resolution through negotiation, mediation, arbitration and expert witness for litigation for various clients. [Construct Company LLC 2006-2010 Project Manager on multiple W.S.D.O.T and Municipal contracts with a combined value of $16.8 million. 1 Pacific Road & Bridge Company 2003 to 2006 Project Manager on multiple W.S.D.O.T. contracts with a combined value of $9 million. Mitsubishi Chemical Corporation _ 1999-2003 Project Supervisor and Quality Control Technician of carbon fiber reinforcement restoration projects using Carbon Fiber Reinforced Polymer. Supervised a total of sixteen projects in Washington, Oregon, Idaho, Utah, Iowa, Kentucky, New York, Maryland and Puerto Rico. PO BOX 657 + SEDRO WOOLLEY • WA. 98284 PHONE 1-360-661-0660 • RICKELEAZER@AOL.COM RICK ELEAZER Objective: Superintendent Field Supervisor / Superintendent 2009- 2012 Trim Contracting, Burlington, U7a. 98233 • Underground utilities. Road widening projects. Water booster, Sewer pumps stations. Sub division. Private and commercial development. City; County. • General contractor of projects for city, county. • Subcontractor coordination. Daily operation of ordering of supplies, resources, equipment and labor. Field Supervisor / Superintendent 2003- 2009 Marshbank Construction, Lake Stevens; Wa. 98258 ■ Under ground utilities. Road widening projects. MSE Walls. Box culverts. • Water tower and bridge replacement projects. York Bridge. Sauk River Bridge. Quite Cove. • Sub contractor and general contractor of City, County, State projects • Subcontractor coordination. Daily operation of ordering of supplies, resources, equipment and labor. Field Supervisor / Superintendent 2000-2003 Mini Construction, Bellingham, Wa 98227 ■ Under ground utilities. Road widening projects. Sub division. ■ Private and commercial development City, County. • Subcontractor coordination. Daily operation of ordering of supplies, resources, equipment and labor Field Supervisor / Superintendent 1997- 2000 Mid Mountain Contractors, Kirkland, Wa.98033 • Under ground utilities. Road widening projects. Sub division. Private and commercial development. City, County, State. • Sub contractor coordination. . • Daily operation of ordering of supplies, resources, equipment and labor. Field Supervisor / Superintendent 1993-1997 Wedco Construction, Bellingham, Va. 98226 • Under ground utilities. Road widening projects. Sub division. Private and commercial development. City, County, State. • Sub contractor coordination. Permits. Traffic control plans. Oversee daily operations of multiple sites. Scheduling, supplies, equipment, labor and Sub -Contractors. Asphalt Placement 1992-1993 Wilder Construction, Bellingham, Wa. 98227 ■ Graded and paved, Streets, Highways and Parking lots. • Equipment operator and labor. Lead labor to field supervisor 1985-1992 Henifin &Associates, Bellingham, Wa. 98227 ■ Under ground utilities. Road widening projects. Sub divisions Detention retention ponds above and below ground. Asphalt paving. Concrete finishing. Sewer lift stations. Water booster/ pump stations. Concrete block walls. Traffic control. On site layout and surveying. Equipment operator. Excavator. Dozer. Loader. Drain roller. • Subcontractor coordination. ■ Private, residential and commercial development City, County, State. INTERESTS He Ling the Communiy, Fishing, Caving, and Wood Dorking. EDUCATION Castle Park High. School Chula Vista, Ca. 91909 Superior Training Services Los Angles, Ca. 90004 Heavy Equip. School Cascade College Bellingham, Wa. 98226 Computer Science Skagit fire Dist. #8 Fire Fighter/EMT. Sedro Woolley, Wa. 98284 Current Washington State Certified. City of Arlington Public Works December 5, 2014 Donald. A. Rasmussen Razz Construction, Inc. 4055 Hammer Drive Bellingham, WA 982.26 RE: Letter of Recognition for Outstanding Performance Project Superintendent Rick Eleazer Prairie Creek Drainage Improvement Project, Phase 2A Dear Mr. Rasmussen, As the City goes through the close-out phase for this project, I want to thank Razz Construction for the high quality construction team assigned to the above referenced project, with specific recognition for the quality service provided by Project Superintendent Rick Eleazer. This turned out to be a more challenging project than originally planned. Mr. Eleazer had to coordinate work while maintaining one lane open on a heavily traveled road, while working next to a major Arlington industrial center, while working next to a 6-inch medium -pressure gas main, and while working around a live Frontier Communication fiber optic cable. A lot of this work had to be performed independently without on -site construction management or supervision; within the 'first few days I had full confidence in Mr. Eleazer capabilities and was comfortable with leaving the project site in his control. A responsible Project Superintendent such as Mr. Eleazer is a great asset to Razz. Construction. I was very satisfied with the quality of work performed by Razz construction and would welcome working together in the future should Razz. Construction win an Arlington project bid. Please feel free to contact me by phone at 360.403.3505, o. r by email at jkelly a arlingtonwa.gov, if you have any questions regarding this letter of recognition or if you have any questions about Arlington's 2015 Capital Irnprovernent Program. Sincerely, es X. Kelly lic Works Director 154 W. Cox Avenue - Arlington, WA 98223 - 36U-4O3-353C3 - fax 360-435-7944 - www,arlingtonwa.gov Rick Eleazer P.O. Box 657 Sedro Woolley, WA 98284 1-360-661-0660 February 9, 2013 To whom it may concern, 1 am a construction superintendent with 28 years' experience in utility installation. I have experience in complete civil infrastructure for roadways, subdivisions, bridges, water towers and wet land legation. My experience also includes placing and finishing concrete and asphalt. As a superintendent, I also manage the project through scheduling, ordering supplies, managing crews, equipment and subcontractors. Other office related experience includes estimating, planning, traffic control planning, and permitting. Along with my superintendent experience, I can operate heavy equipment such as dozers, excavators, loaders and backhoes. My work ethic is one of motivation and diligence to get the job done. 1 consider myself a mentor to my crew and strive to create an environment where teamwork is the foundation upon which our projects are built. Another important goat with any project is client satisfaction. 1 strive to complete every job safely, efficiently and on schedule. Given my extensive experience as a superintendent, I believe my skills a.re a good match for your position. I look forward to discussing this opportunity with you at your earliest convenience. Sincerely, Rick Eleazer FROM ;RiciaJoni Eleazer January 10, 2012! RE: Referral for Rick Elea2:er FAX NO. :13608547962 Feb. 02 2013 12:51PM P3 • Mortehson conetruetion RErgavABLE ENIEReY GROUPS M. A. Mortensen Oarripany TOO Minutely Lane North Minneapolis, MN Ssca main 763.122.2in0 fox 763.287.5.570 www.moTtension_cam .-. I have worked with Rick since the late 1990s at Henij in Construction and liforshbank Construction and have kept Rick as a friend. In our business relationship, I was Pi oject Manage s with Rick as Superintendent_ Notable and financially significant projects included: • Soccer Fields at City Of Ferndale • Widening of Sunset from Woburn. to 1 lannegan (City of Bellingham) • Ash Avenue Park and Ride Marysvillit(WSDC11) • City of Marysville Water Transmissio a Main and Reservoir • Lummi CaSin0 and Wetland Mitigatic a (50 acres, 200,000 oy) The projects were multi million dollars in value and all were aggressive in schedule, I have bad very positive experience with Rick as Superintendent. He is: • Knowledgeable of all phases of heavy/civil vp nk • Ethical in his dealings • Understands the project documents and thepr .arity of interpretation • Operates a safejob and will not "cowboy" pa: t a challenge • Meticulous in his job paperwork and time reo irding • Undesstanding of the change order and Force Account processes and recording • Respectful of the owner and designers . . • Very willing to raise his hand and ask questio Is when he gets out of his "comfort zone' • Willing to research and make suggestions to i uprovejob processes • Acts in a mentor rote with crew members and leads by example rather than directive FROM :Rithaloni Eleazer FR 140. :136 Narne Date Page 2 547962 Feb. 02 2013 12:52PM PS Rick has a work ethic that is unusual and a throwback o a period when construction workers were proud of their work instead of the size of their paycheck. Many cons .ruction workers have a clock that mans at 6:SS and turns off at 4:55. Rick has a different clock. My job is national oversight Ocilla construction for IV ...A. Mortensen and I would welcome employment of several dozen Rick amen as Site Superintendent-5. Please fec.I free to call me at 208.827.1501 •if you have aay questions about Rick or his qualifications. tespectfully submitted. Etik Golubjatnikov, Satior Civil S.! erintendent I MORTENSON CONSTROCT1ON FROM : R i oic&Jon i E tazer suagaist A Armen 04111110 January 12, 2012 Rick Eleazer rickeleazer@aol.r,ont To whom it may Concern, FAX NO. •13608547962 Feb. 02 2013 12: 51PM P4 It has been my pleasure to work with Rick Etc zer on a number or pipeline projectaover the years. Rick is very knowledgeable in the comb notion industry. His work has always been above approach, works well with all patties associate 1 with the project. Xt is any pleasure tO write a recommendation for Rick Eleazer. Please do not hesitate to contact rne with anyquesti�fls Sincerely, Swede atave4 11.06-6(11-1 3 90 Brandt Barnes Construction Manager l'4.3 I ',3t,p,Agfr.A.:4 tEl 425 rixt1 - To whom it may concern, 1-31-13 I have worked with Rick Beazer on the W.I.T. project in Oahu, HI., and found him to be a competent superintendent who constantly provided corrective guidance for his workers while always keeping schedule, quality and production as a priority. This 60 million dollar project was extremely detailed and Rick performed outstanding as the working field superintendent in all aspects of underground infrastructure, concrete and paving, including with his own sUb contractors management. I would recommend you to consider him to become an asset for your team. Regards, Mike Southard Project QCM 808-445-3302 February 9, 2013 To whom it may concern, This letter is my personal recommendation for Rick Eieazer. l have worked with Rick for the last three months on the USAGE Warriors in Transition project on Oahu.1 found him to be consistently a team player who is always eager to find a solution to whatever problem came up. I found him to bea pleasure to work with, always upbeat and ready to take on the next challenge. Besides being a joy to work with,, Rick is a technically competent superintendent. The project included site grading, storm drain, sewer, and water system installations. in all aspects ofthe work, Rick was highly knowledgeable and able to direct the crevus in a safe and efficient manner. I highly recommend Rick for employment as a project superintendent. He is a team player who would make a great asset to any organization. Sincerely, Vehicle and Equipment Master Location List Construction, Inc. Equip # Year Description Model Serial Number License Plate AB01 14' Alumium Boat • AB02 1992 22' Raider Aluminum Skiff Boat ZRGER034H292 AB03 Don's Little Red Boat AB04 18 Ft. Aluminum Work Boat WN7224ME AB05 Magnum 20' Aluminum Boat MGN19W18J091 Needs AT34 2001 Toyota Echo JTDBT123210103869 597YAM AT36 2011 Kia Sorento 5XYKTCA18BG165025 319WOQ AT38 1996 Chevy Lumina sedan Lumina 2G1WL52M7T11464170 AWZ6613 AZ10 2016 6150 SF Zee Sheets (Steel sheet pile) AZ26 2016 _ SF Zee Sheets (Steel sheet pile) CO303 2005 Cat Asphalt Drum Roller CB-224E 22401160 N/A CO304 2007 Hamm Single Drum Roller 3410 H1690967 N/A CO305 2006 Ingersol Rand DD22 Roller DD22 194824 N/A CR701 1996 Grove 4x4x4 Terrain Crane RT635C 83010 N/A CR702 1995 Linkbelt LS208H 75 Ton Crawler Crane LS208H C3L15-3540 DT101 1997 Ford 8yd Dump Truck 1FDYL90E8VVA25146 A98089U DT102A 1990 Peterbilt T/A Dump Truck - SOLD 377 1XPCD29X9LD288853 B94340B DT102B 1972 Reliance 2-Axle Transfer - SOLD 218TP0 72241 0564TJ DT103A 1987 Kenworth Dump Truck T800 1XKDD29X3HS346260 B20074D DT103B 1991 Reliance 2-Axle Transfer 1REFA6301MC911283 3830TY DT104A 1995 Freight Liner Dump Truck FLD 120 SD 1FUYFDYBOSP553801 804699E DT104B 1993 Sturdyweld Quad Trailer Sturdyweld Quad 1S9CA54480L189539 4707XT DT105A 1998 Kenworth Tri/A Transfer T800B 1XKDPBEX3WR777375 B830335 DT105B 1998 General 4-Axle Transfer FSAP 1G9FSAP58WA008030 4372YA DT105C 1992 Assembl 3-Axel Dump Trailer 0R92453 4706XT DT106 1986 Int'I 5 Yard Dump Truck 9V4/CC 1HTLDTVR3GHA64836 B06866Y DT107 1987 Morooka MST800 Crawler Dumper MST800 1325 DZ401 1993 Komatsu Crawler Tractor • D31P-20 45163 N/A DZ402 2006 Caterpillar D5G D5G LGPCB - 0RKG02632 N/A GD450 Grader I ET71 1984 Traileze 20 Ton Trailer 1DA12TD22EP007414 7740RZ ET72 2001 6 Ton Equipment Trailer 4UGFH16281D008265 0123VI ET73 2004 Mirage Exterra Gold TrI 5M3BE162X41010463 1124XH ET75 1999 TrailMax Equipment Trlr TD54 1G9KS3737XA065314 1664VK ET80 2005 Carson 5 Ton Trailer HD202 4HXHD20215C086994 4080VW ET81 1978 Mille Equipment Trailer 21670 4666XM ET82 2012 14,000# Flatbed Trailer 8'6" X 20' FB T 1M9BF2028CM798202 8508XW ET83 1972 40' Stepdeck Trailer FWN204901 4609XT ET84 2009 Olympic 16' T/A Trailer 1C9UF16229T997135 8050VB ET87 1998 Manc 53' Step Deck 53' Tridem Step D 2M5131615W1049949 1988ZL ET88 . 2001 Trail King Low Boy - HDG110 1TKJ051301M125948 ET88A 2001 Trail King Low Boy - Flip Axle TK22FA 1TKS005121M125949 EX504 2006 Cat 315 Excavator 315 CL CJC03516 N/A EX505 2007 Cat 304C Excavator 304C CR 919528 N/A EX506 2005 Cat 320 Excavator 320 CLU PAC00649 N/A EX507 2000 Cat 345 Excavator 345 BL-GMX 8RW00270 N/A EX508 1995 Hitachi EX 120 Excavator EX 120-3 12B-43664 N/A EX510 2005 Yanmar Mini Excavator Vi055-5 50511E N/A EX511 2013 Cat 305 Excavator 305ECR XFA01866 N/A EX513 2006 John Deere 200CLC 200CLC FF200CX508369 N/A EX514 2004 Cat313CSR 313CSR CAT0313CTWSA00368 N/A FB52 2000 Ford F550 Manlift Truck F550 1FDAF57F3YEE10506 C98067B FB53 2001 Ford F450 Flatbed F450 1FDXF46F61EA29843 B98987W FB54 2001 Ford F450 Flatbed F450 1FDXF46F11EB44429 C98068B FB56 2004 Chevrolet 3500HD Flatbed 3500HD 1GBJC34244E368350 B40394U FB57 2006 Ford F450 F450 1FDXF46P36ED51677 C98069B FB58 2004 Ford E-350 Cutaway E-350 Cutaway 1FDWE35L64HA92282 B40806U FB59 2003 Ford F550 Super Duty F550 1FDAF56P83ED45932 B65586R FB60 2001 Dodge Ram 350 Ram 3500 3B6MC36761M263868 B38853V FB61 2005 Ford F550 XL SD Diesel F550 XL 1FDAF56P55EA37376 B04195Y FB62 2003 Ford E450S Box Van Ford E450SD 1FDXE45F23HB31016 FL901 1995 Sky Trak Forklift 8042 0366 N/A FL902 2001 Cat V60D Forklift V60D Unknown N/A FL903 2001 TH63 Telescopic Forklift TH63 CATOTH63E5WM07287 N/A FL904 2000 Skytrak 8042 Forklift 8042 160002566 N/A FL905 2002 Skytrak 8042 Forklift 8042 11848 N/A FM01 2006 Bidwell 2450 Paver 2450 2450-2006-215 N/A FM02 ? Layton H500B Paver H500B H10823601 N/A JS091 1980 48' Fruehauf Storage Van MET007048 4334YA J5092 1992 Blazer 8 x 32 Job Trailer S832AT923745 1984YL 15093 1987 Alloy 28' Van 1ALSP6187H5870063 4982TL JS094 1987 Alloy 28' Van 1ALSP6186HS870037 4981TL JS095 1996 10'x32' William Scotsman 296-108 2478YL JS096 2004 10 X 30' Pacific Mobile 4077 4331YA JS100 1972 Fruehaul Van Trailer MAP352849 Needs JS101 ? Williams Scottsman Job Shack Unknown Needs JS102 2000 Blazer Office Trailer (Old Razz Office) OSR12566PS009996 259489 15104 1979 Hobbs Job Trailer BLV-463-70 Needs JS105 1978 Little Gray Job Trailer 473-108 Needs JS106 1997 Swift Van Trailer 1JJV532U7VL425608 8389XW JS107 1997 Van Trailer - Parsons 7U93563003 5108YJ JS110 1996 40 FT Container TRLU6088125 N/A JS111 40 Ft Conex I JS112 40 Ft Conex JS113 40 Ft Conex LD601 2002 New Holland Tractor • TC29 Tractor: G035036 N/A LD602 1997 John Deere Loader Backhoe 410E T0410EX831702 N/A LD603 2004 Caterpillar IT28 Loader IT28G DBT01517 N/A LD604 2000 John Deere 310SE Backhoe . 310SE T0310SE886909 N/A MI807 ? 42" Rotary Front Mower 33553 N/A MI808 1999 Polaris Big Boss 500 ATV Big Boss 500 4XAAE50A9XD112818 426249A M1809 2005 Whisperwatt 70 MQ70 7304541 Needs MI813 ? Taylor Dunn 24 Volt Cart - SOLD 3/7/16 Unknown N/A MI814 ? Whisperwatt 25 DCA-2555IU 7102568 Needs MI815 ? Sullivan Air Compressor d2100it 14303A Needs MI816 ? Morrison Power Buggy QMPB16 0103-70035 N/A MI817 ? Whiteman Mixer WM-80 Uknown N/A MI818 2006 Nighthawk LT12 Light Tower LT12 4GNLT09156B904378 9170YZ MI819 2006 Nighthawk LT12 Light Tower LT12 4GNLT09116B904359 9171YZ MI821 2006 Sullair 185 Compressor 185DPG-JD 200604200039 9216XW MI822 2007 Roketa Quad 150 ST 2X4 ATV- A1ZATV56H7S0109766 MI823 2007 Sullair 185 Compressor 185 200703260098 9172YZ M1824 2005 Atlas Copco 185 Comp. 185 4500A10195R014807 9215XW M1826 ? Multiquip 1 CY Mixer Bellingham Needs MI828 ? Electric Cart with Bed (Cushman) Bellingham N/A MI830 2006 Multiquip Light Tower - LT12 4GNLT09135B903827 5107YJ MI831 ? Chemrout Grout Pump - Uknown MI832 ? Benner HB-16W Rebar Bender Uknown MI833 ? Multiquip Plate/Trench Compactor Unown M1834 2010 Magnum 6kw Light Tower • MTL4060M SAJLS161XAB007461 MI835 2014 Multiquip LT12D Portable Light Tower LT12D 4GNBL1014EB036371 &32208 ML952 1994 Snorkel Boom Lift TB-A42RDZ 4X4 9420371094 N/A ML953 2006 JLG Electric Scissorlift 1930ES 0200153579 N/A ML954 ? 37' Snorkelift 37 880190188 N/A MT21 1996 Kenworth Mechanics Truck - T300 3WKMA78Z6TF676792 B38834V PF01 2012 McElroy DIPS Fusion Machine No. 28 DIPS C22349 PF02 2015 Integrifuse Fusion Machine I Fuse 105 00030 PF03 ? McElroy Pitbull Fusion Machine , Pitbull #14 261760349486 PU14 1989 Ford F250 Pickup F250 1FTHF26M6KPB40071 B04313Z PU15 2007 Ford F150 Pickup F150 1FTRF12237NA02462 C98070B PU16 2001 Dodge Ram Pickup Q25 / 4C 1B7KF23691J552935 C98071B PU18 2007 Ford F150 Pickup . F150 1FTRF12W27KC32322 B18293H PU19 2005 Dodge Ram 1500 4X4 1500 1D7HU18N855302067 B66187T PU20 2008 Ford F150 F150 1FTRF12228KE56575 B78710H PU21 2006 Ford F250 Supercab F250 1FTSX21P46EC29482 C98055B PU22 2009 Dodge 2500 4X4 Pickup 3D7KS26TX9G547954 PU23 2009 Dodge 2500 4X4 Pickup 3D7KS26T19G547955 SCO2 Air Powered Concrete Chain Saw ACH-GB20 SS1 2012 Safespan Platform 30,000 sqft. N/A ST500 1987 Mack Semi/Water Truck E6-350 Maxitorq 1M2T157C9HM003941 B65864U ST500A 1984 Lemon T/A End Dump 29' T/A 1LTED142XEP000047 9214XW ST501 1994 Kenworth Truck Tractor T800 2XKDDR9X2RM935132 B36401W ST501A 2013 Jet Side Dump 47' Side Dump 5JNSS4731DH00587 2229YB ST502 2005 Kenworth T600 Tractor T600 1XKAP40X15R978180 C99051B ST502A 2008 Sidedump'r Trailer Super Triple Axle 1YPFS48338P002386 2327YL ST810 1994 International 8100 Truck Tractor 8100 1HSHBAZN4RH54507 C63410F SW652 2004 Lay-Mor 8HC Ride on Broom 8HC 29745007 N/A SW653 (Pony 2000 Elgin Crosswind Sweeper (Pony Motor) Int'I 4700 1HTSCABN5YH665166 B19961U TC1 2009 Traffic Signal PLT2.4x 2F9TSA1C39P084100 2314UL TC2 2009 Traffic Signal PTL2.4x 2F9TSA1C37P084101 2313UL TC3 2004 Ford F650 w/Attenuator F650/MPS-350 3FRNF65E94V696921 B37107V TC4 2001 Allmand Arrow Board 302AB01 6707WK TC5 Precast Concrete Barrier 1,100 LF N/A TC6 2012 Precision Solar Changeable Message Trailer SMC 1000ST 1P9101714CG301272 9459YU TC7 2011 Precision Solar Changeable Message Trailer SMC 1000ST 1P91D1712BG30148 9460YU WE1 2010 Miller Trailblazer 302 Trailblazer 302 MB021698A N/A WE2 2012 Miller Trailblazer 302 Trailblazer 302 MC141938R N/A WT751 2005 Wylie 500g Water Trailer 25N55300 2075YL