Loading...
HomeMy WebLinkAbout18-045 - SCI Infrastructure - 53rd Avenue South Street Improvement18-045 (g) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 7 DATE: May 29th, 2019 PROJECT NO.: 99110301 PROJECT NAME: 53rd Ave S Project TO: SCI Infrastructure, Inc BUDGET NO.: 103.98.595.300.65.000 CONTRACT NO.: 18-045 Sheet 1 of 3 VIED a01d 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. ., LLC ACCEPTED: Date -� i Conttrracctor Tyson L shbrook, SCI, Inc, By. Original Contract (without tax) Previous Change Order Title /' $ 5,701,847.00 APPROVED BY THE CITY OF TUKWILA $ 581,227.87 - Date ...:, This Change Order (without tax) $ REV. CONTRACT AMOUNT 0.00 $ 6,283,074.87 ., Original Contract Time: 215 Working Days City Engineer Additional Contract Time for this Change Order: 31 Working Days Updated Contract Time: 289 Working Days Hari Ponnekanti, P.E. ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) Exhibit A Change Order 7 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: SCI has requested that 31 days be added due to the hours worked on Force Account related Bid Items. This request includes additional time for Force Account #1 thru #136 (2-20-19). There is no cost for this additional time as all overhead has been paid as part of each Force Account. Reason/Justification for Change: This is a Contractor requested change for time. Description of Change: New Items Added: N/A Contract Items Added/Deducted: N/A Working Days: Thirty-one (31) additional working days are added to the contract time. Change Order 7 Measurement: N/A Page 3 of 3 Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above -described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount Change Order Items Item No. Description N/A Subtotal Existing Items: Unit Qty. Unit Price Subtotal Change Order Items: Amount $0.00 $0.00 1 TOTAL CHANGE ORDER AMOUNT: $0.00 CONTRACTOR'S PROPOSAL / COST ESTTh4A1E S1IInfrastructure, LLC 3/07/2019 Mike Mayfarth KPG Engineers 2502 Jefferson Ave Tacoma, WA98402 Re: Additional Working Day Request from Force Account Work 1801-: 53rd Ave S, Tukwila - 99911031 [TDB 8-1-116(012)1] Serial Letter 3 Dear Mike: SCI Infrastructure LLC, is writing in regards to working days associated with force account work. SCI has attached a spreadsheet calculating the crew hours for SCI and AES. The calculation does not consider potholing and property restoration for utility work. The sheet has three yellow items that represent same day work on different scope. The total shift hours is equal to 247 . This totals 31 8 hour working days. SCI is requesting a no cost change order adding 31 working days to the contract. Please issue SCI a no cost 31 day contract working day change order so we can provide a schedule update showing the project completion. If you have questions or need additional information please call us at 206-242-0633 Sincerely, SCI Infrastru , LLC ./ I"yson Lashbrook Project Manager 2821 S 154th Street, SeaTac, WA 98188, P206-242-0633 / F206-242-0792, SCIINL*993JA 53rd Ave S (1801) - Worked Crew Hours for F/A 05/11/18 05/14/18 05/17/18 06/12/18 06/22/18 08/09/18 08/10/18 08/13/18 08/16/18 08/17/18 08/22/18 08/23/18 09/10/18 09/13/18 09/21/18 09/24/18 09/27/18 8 2 10/01/18 2 10/2/185 1 10/06/18 1.5 10/12/18 10/18/18 10/15/18 10/26/18. 10/29/18 10/30/18 1 10/31/18 11/01/18 11/02/18 8 11/05/18 0 11/06/18 0 11/08/18 4.5 11/09/18 1 11/10/18 8 11/13/18 4 11/14/18 5 11/15/18 4 11/16/18 11/19/18 6 11/20/18 2.5 11/26/18 1.5 11/29/18 2 11/30/18 1 2 12/03/18 j 8 12/04/18 0 12 10 18 1�......12/11/18 2 _. 12/12/18 5 12/13/18 5 12/17/18 4 12/18/18 12/19/18 01/02/19 0 01/07/19 8 01/14/19 1 01/17/19 6 01/18/19 6 01/21/19 2 01/22/19 2 01/23/19 01/24/19 01/25/19 01/28/18 01/29/19 01/30/19 3 01/31/19 4.5 02/18/19 02/20/19 3 2 3 7 same day 5 same day 3 2 8 2 1.5 3 3 12 same day 8 2 1 0 2 2 1 1.5 8 2 2 2 3 1 0 8 8 3 2 4.5 1 8 4 5 4 4 6 2.5 1.5 2 2 8 8 1.5 4 2 5 5 4 0 0 2.5 8 1 6 6 2 2 3 8 3 3 0 3 4.5 0 2 TOTAL HOURS: 247 Additional Days: 30.875 ADDITIONAL BACK ' 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 IF CE ACCIU T L_•G Updated: >/29/201 9 FA Date Item No. No. 12 13 04/09/18 04/11/18 04/12/18 04/13/18 04/16/18 04/17/18 04/18/18 04/19/18 18 04/20/18 05/08/18 05/11/18 05/14/18 RY Description SCI conducted potholing in various locations to verify existing utilities as shown using vac truck to hydrovac. See pot hole data sheet. SCI conducted potholing in various locations to verify existing utilities as shown using vac truck to hydrovac. See pot hole data sheet. A06 SCI conducted potholing existing utilities as shown pot hole data sheet. .......... ............ SCI conducted potholing existing utilities as shown pot hole data sheet. SCI conducted potholing existing utilities as shown pot hole data sheet. SCI Potholing for verificat A06 A06 A06 A06 B01 B01 B01 14 05/17/18 A05 15 08/09/18 B01 16 08/10/18 B01 17 06/22/18 A01 SCI conducted potholing existing utilities as shown pot hole data sheet. SCI continued to pothole in various locations to verify using vac truck to hydrovac. See in various locations to verify using vac truck to hydrovac. See in various locations to verify using vac truck to hydrovac. See ion of existing utilities for conflicts in various locations to verify using vac truck to hydrovac. See existing utility for conflict SCI continued to pothole existing utility for conflict SCI continued to pothole existing utility for conflict SCI Encountered large stone 6'x3'x3' over existing 8" concrete sanitary sewer. Unable to dig with excavator. Had to hand dig to expose pipe and determine area to be repaired. Sta 15+61 LT This time to excavate for 3rd water main(2 shown). Unable to excavate with mini due to them being too close together. Hand digging required to route pipe beneath existing. During excavation for water main found 18" storm and JUT - Brian Still with City on sire - who gave permission to go over storm with ED7. SCI installed 2-2"-45 degree DI Bends for vertical offset. Time to execute and plan route of install CenturyLink phone not as shown - 137/53 - locate off approximately 10' Removing 12" water line on Interurban; City didn't turn off 6" water main connected at tee so when removing 12", 6" flooded trench During excavation for water main encountered unlocated utility not shown in construction. Time to find utilities to determine clear route through existing Flo Bond for dust control Amount $ 5,551.28 $ 7,716.59 $ 9,102.61 $ 6,995.62 $ 5,197.39 $ 6,416.09 $ 5,857.98 $ 5,112.57 $ 5,793.42 $ 3,675.16 1,368.10 $ 2,453.40 $ 2,081.16 $ 2,191.33 $ 2,253.27 $ 5,367.99 $ 1,092.00 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 IF I CE T L• l Updated: FA No. 5/29/2019 Date Item No. 18 06/11/18 19 06/12/18 21 06/13/18 08/16/18 A Y Description Amount C13 Tie into VO1 with bends to avoid storm line. SCL informed SCI to stop work due to bends not meeting their plans. 100% SCL Differing site conditions with JUT delaying water main. 100% SCL B01 This work to hydro vac and expose unlocated / unidentified utilities at Interurban. Time to field engineer revision require to install water main through utilities not shown on construction documents. C01 During excavation for service connection at 13902 53rd Ave S found a septic tank which wasn't decommissioned. This time to expose and determine how to proceed. 22 08/16/18 C13 During excavation for H17 on SCL easement, encountered 2-1" poly water services. This time to expose and determine conflict of backfill excavation. 23 08/17/18 B01 During excavation at ....i....... .........u,w aInterurban and 52nd to install water main- found unlocated duct bank and force main sewer. This time to intercept and work to clean utilities with water main. 24 08/17/18 C01 During excavation to conduit service conversion at 14010 53rd Ave S. - found damaged existing A/C sanitary sewer not located. This time to excavate, expose and repair to achieve separation with SCL utility. 25 08/17/18 C88 Property restoration at 14010 53rd Ave - graded and restored gravel driveway 26 08/22/18 C13 27 27 27 REV 28 08/23/18 08/23/18 08/23/18 08/23/18 This time to field engineer JUT and storm sewer pipe - JUT for design into VO1 elevation conflict with 24th storm. Suggesting revision to design slope to clear installed conduit with storm crossing C43 C13 C4-3 err ._..-.. i o `ric.rz iuti^cr� -F.�.:.".. 4_..°�+eC{^�1�+'rcilnG��it—�arh.��r.�°:�r5��:�r, „!UT to TP31 (Sta 31 +95) . !n oonf!ict Wfutu o-et-o n - o^a1a:.,r : r,rk Th'time-te :xposs:a/dete.r... `yaz-if its-aa^+. pamevrri. During cxcs n..fo c± 1" sty , o ,nduit while -digging JUT tc...'.L:.P34..(--t 4,95) Ir1 ocnfi s t future stern; Bower --work This time to expi4eterm4r:o if its 2,4ive_ riz -noL . ,` hr. removed_.. During excavation found 4" steel pipe/conduit while digging JUT to TP34 (Sta 31+95) - In conflict with future storm sewer work - This time to expose/determine if its active and needs to be removed. $ 3,383.13 $ 8,140.98 3,225.95 1,148.09 354.49 3,933.96 1,775.55 $ 796.25 2,094.35 1,365.78 $ (1,365.78) $ 1,521.07 Unknown p pe r d!tch...linc for prima, rung to TP3i1 2 had to remove. $ 1,449.66 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 Updated: FA No. 28 REV 29 5/2.9/2 0 11 Date Item No. 543 C13 09/10/18 C01 A05 31 09/10/18 C88 32 09/21/1 /18 C13 33 09/24/18 C88 09/27/18 C01 35 10/01/18 C01 36...... 10/01/18 C88 37 10/01/18 C88 38 10/02/18 C01 Description Unknown. pipe ;n ditch Ilne for primer, running to TP34. and had to remove. Unknown pipe in ditch line for primary running to TP34 and had to remove. CL17 (STA 21+22) could not be installed due to difference in grade from adjacent property's yard with no retaining wall called for in plans. Solution must be determined to support adjacent yard at current grade before installing CL17. SCI crew backfills foundation that was excavated for CL17. During excavation to set CL19 damage encountered damaged side sewer. This time to expose concrete pipe and cut to make repairs and backfill. Property restoration service conversion at 13924 53rd Av e South SCI-Excavator to set CL 13- found existing power and com line. Approx. vault this time to expose utility and backfill to write RFI for CL13 conflict. Property Restoration 13910 53rd Ave South- prepare for grass seed. This time to find PSE gas service line for 14010 53rd Ave South. Gas locate off by 10FT: crew had to hand -shovel to find . This time to expose septic tank to pump- utility is in use and decommission - 13902 53rd Ave South- pay F/A per FWD - 004 This time to repair 3/4" water service - unlocated- on private property- 13969 53rd. Found 3/4" water service during excavation of service Conversion. This time to expose plus time and materials to repair 13969 53rd Ave S. 39 10/02/18 C88 40 10/02/18 C88 This work to pump septic tank. 13902 53rd Ave S. - verify not in use & decommission- back in top and fill with CSTC - as per FWD - 004 This time to remove a portion building footing to install SCL conduits and riser close to extension wall. Property restoration- 13969-53rd - Grade driveway; place CSTC & rolled with double drum roller 41 10/06/18 C13 Contractor found 3"steel conduit approx. st 17+75.This time to dig back and lower installed water main to clear unlocated utility 42 10/12/18 C01 This time to work through unlocated utilities (concrete storm pipe and irrigation lines) and conduit repairs. 77"- .41 Amount $ (1,449.66) $ 515.10 1,547.36 624.13 $ 313.52 $ 276.95 $ 235.16 $ 1,594.45 $ 283.90 $ 168.80 $ 680.24 $ 767.97 $ 681.88 $ 567.76 $ 1,108.64 $ 454.88 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 F r CI CC TL• 51" / (1 Date Item No. Updated: FA No. Description 119 Amount 43 44 45 47 48 49 50 51 53 54 55 56, 6 10/12/18 C88 10/12/18 C01 ..................... 10/15/18 C13 10/18/18 C13 10/23/18 A06 Property restoration and prep for seeds. 13970 53rd Ave South. This time to remove VO-6 and reset due to revisions to risen heights after issuance of FWD -Directed to use 12" riser- SCI revised to 18" riser. This work follows RFI 29 - Relocate condu its at V09 to different window to allow easing path behind CL 17 for routing of conduits. V06 conflict with PSE gas. This time to provide alternate conduit routing out of V06 - KPG, SCL, & SCI consulted to change conduits 10/26/18 A05 10/29/18 C88 10/29/18 C88 10/30/18 C01 .............. 10/30/18 C88 .......... 10/30/18 C01 10/31/18...., CO1 ......�.. 10/31/18 C88 11/01/18 A06 Pothole for utilities - Gas, com, and power (SCL) at 144th/53rd for utility crossings. Hydro ex through existing for water main. Pothole at 137th for Century Link. 900 pair CL 25 over set SCI workingSouth out of CB 169 and found d4"gas main; unable to storm pipe. Also found 6" side sewer lateral from park restorations in conflict with design slope of pipe. Time to expose, sheet and wait for direction. Property restoration prep for seed at 14219 53rd Ave South Property restoration and irrigation repair at 14207 53rd Ave S prep for seed This time to cut existing CMP with PSE gas pipe through penetration - PSE gas still in service - storm pipe to be removed This time to place grass seed at service conversions. Property restoration at the following addresses on 53rd: 13726, 13738, 13951, 13924, 13910, 14004, 13969, 13970, 14207 & 14219 found non decommissioned septic tank at 14241 53rd - This time to confirm with City and homeowner that the tank is not in use. Deemed connected to sewer by City. Directed to remove. This time to evaluate, fill with gravel, crush tank and work around unlocated drain pipe to complete service conversion. This time to modify existing foundation projection to locate SCL service riser as close to existing brick veneer face - 14241 53rd Ave S Property restoration at 14241 - restore work area and gravel driveway This time to expose existing water service to determine type of material used on private side of water meter to be per plan relocated .... $ 571.92 $ 5,312.38 $ 421.75 $ 705.34 3,091.20 $ 3,155.86 $ 445.04 $ 834.18 $ 344.17 294.60 $ 2,132.50 $ 588.73 $ 1,190.85 $ 3,779.71 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 IR ..-.A!; Chi NTL G-SU Updated: 5/29/20119 FA Date No. 57 11/01/18 58 11/02/18 59 11/06/18 60 11/05/18 Item No. C01 A05 A01 C01 11/05/18 C01 62 11/06/18 C13 63 11/08/18 A01 64 65 66 67 68 11/08/18 11/09/18 11/10/18 11/13/18 11/14/18 B01 A01 A05 A05 A01 AY Description Found unlocated utilities at 14231 53rd - this time to relocate. SCL power to North side of house due to greater than 24" between service connections and route new service conduits through gas to drain likes to new locations. RFI written to use alt bends Due to PSE conflict at relocated PSE gas in wrong location - caused sanitary sewer connection to be lowered to clean utilities - to install 18" storm drain pipe CB 169 to CB 136 - This work discussed with Glen at PSE. PSE to pay for utility conflict resolution Per City of Tukwila and KPG request, SCI obtained and set up "road will be closed" signs at requested areas on jobsite; this includes retrieval and set up of signs 14239 53rd - found unlocated utilities during excavating for service conversions. This time to hand dig through existing sanitary sewer connection to water service to route and install conduits 14239 53rd Ave S - found septic tank which was not decommissioned. Deemed not in use. This time to fill with CSBC and crushed tank Due to conduit routing revisions at gas conflict with CO-6. This time to relocate SCL secondary to south side of VO-6 seal holes and core new openings While installing 12" storm south out of CB 12, found 2" PSE gas storm pipe. This time to determine cause of action. Scheduled meeting with PSE gas pipe to be lowered. Sta 18+00 on 142nd While digging water service at 21+74.23 Lt 22.35 show as 3/4 meter. This service is 1". Time to remove, replace saddle, corp, new copper. Directed by Rory and Jason. While conducting for storm encountered steel gas service approx. 14+80 Lt and unable to continue storm install. This time to hand dig to determine if steel line goes to main. Verify steel service line to PSE main. Found steel conduit - thought to be Comcast if conflict to set CB 03 - unable to continue storm. Rory directed to pothole at CB 02 to CB 149 to verify if additional conflict steel gas services and conduit in conflict with storm install. During excavation CB 15 to CB 14 found unlocated Century Link utilities in conflict with storm. This time to expose/relocate to continue storm trench and place a lock on trench set CB's, 14 & 15. This time to assist PSE Gas (Infrasource) with removal of steel plates - Exposing PSE Gas main to gas services and providing coordination of utility lowering to remove conflict PSE Gas with new storm installation. hip Amount $ 2,456.48 $ 10,860.04 $ 807.69 $ 1,303.87 $ 616.57 $ 317.69 1,355.27 757.39 745.01 $ 8,696.42 $ 3,643.98 $ 880.08 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 IF C CUT Updated: 5/ 2/2,1 9 FA Date No. 69 70 71 72 73 74 75 76 77 78 79 80 81 L Item No. A01 C01 A01 11/16/18 A01 11/19/18 B01 11/19/18 A01 11/19/18 �... _.... A01 11/14/18 11/15/18 11/16/18 S1; A Y Description This time to relocate CB-13 due to conflict with installed JUT conduit and connect existing drain at CB 14 - Shown as 8" storm drain - existing is 4" This time requested due to SCL scheduled for inspection for trench backfill - No Show from SCL inspector. Crew unable to conduct trench backfill for JUT / SCL conduits Assisting PSE Gas (Infrasource) with removing/replacing steel sheets for gas service relocation (4gas services + main) 12" DI from existing not per plan - this time to excavate 12" DI storm - remove and relay to set into CB-10 and compact B7 material This time to expose 10" water main at 139th/53rd to install shackle rod restraint to allow removal of ecology blocks (thrust blocks) installed over SCL, JUT conduits, Remove ecology blocks and backfill. Approx Sta 27+08 PSE gas storm conflict with existing 2" steel main. This time to dig back and lower ply PSE gas and raise storm crossing Aprrox 4' at CB 06 to CB 07 This time to backfill open storm trench to allow Infrasource to install shoring to conduct lowering of 2" steel gas main at 142nd/53rd to resolve utility conflict with storm sewer 11/19/18 A01 This time to assist Infrasource with removal and resetting of steel sheets for PSE conflict with storm at 142nd/53rd 11/20/18 B01 This time to expose existing water main tie in Sta 201+16.04 Lt 18' determine utility conflict of existing conduits. Due to available elevation 12' gate valves would set proud of road surface. Use butterfly valves at this location plus backfill and excavation 11/26/18 A01 During excavation to set CB 01 found unlocated Century Link 900 phone line at approx Sta 13+04 Rt 10.67 - Cable was damaged. Unable to set CB 01. Called Century Link to report strike - yesterday - no repairs have been dispatched 11/29/18 B01 C13 C13 This time to unbolt 12" gate valves at tie in (Sta 201+23 Lt 18') and bolt up 12" butterfly valve due to depth of existing water main at tie in. Jason with City requested 12" butterflu valve. 12" gate valve would be proud at roadway grade. Amount 1,174.33 2,847.87 366.95 $ 2,995.01 $ 1,788.13 $ 430.32 $ 449.74 $ 167.69 2,220.54 1,246.72 3,767.93 This time to expose existing 900 pair Century Link phone cable to allow access for splicing for relocation to install CB 01. $ 500.01 This time to excavate adjacent utilities not shown to set CL 13 vault. Vault shifted to avoid utilities $ 898.17 All Above FA was paidb 2 sub mited wage rates... S• based on_9/12/18 s.... 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 F F Updated: 5/24:/20 FA Date No. 86 87 87 87 REV 88 89 90 91 92 93 Item No. Description 2/03/18 C13 Work to set CL 06 - 467 TA found conduits (2-4") 100 pair phone. Direct bury electrical cables approx 1.2' into structure. This time was to excavate, find utilities and determine ownership. PSE ducts to primary. 12/03/18 12/03/18 12/03/18 A06 This time to Hydo ex to find SCL intercept point 140th/53rd also crossing H07 to C4/C5 stubs, Hydro Vac at V03. PSE vault to determine conduit routing to set CL06 C01 A05 A01 12/03/18 S0-1- 12/03/18 GO-1- 12/03/18 C01.. 12/04/18 C13 12/04/18 C13 12/05/18 C01 12/10/18 12/11/18 12/12/18 C01 C01 C01 'This time to remove reset conduit bends at riser due to exposed bend at TP155 This time to remove installed 3" conduits H07 to south due to non approval by SCL due to inadequate clearances to existing water and storm utilities. RFI to KPG for modification of SCL conduits to South. ............. The North elevation change for CB31 was not clouded for revisions. This time to trouble shoot to modify North opening. This structure was procured prior to issuance for C01 Duo to -trra44.gernent of SGL hondo Thic time to ct�.11 r;y d steel pipe/cond t-fe .be ;.de.Iess-thaa.1.9' aciPPg VC,15 to TP155 Due to -arrangement of SCL bond-. This time to instail rigid- ctoe{ pipercen„r�',,uit..,,for enctc-4&acc, than._10 cp c+ing V05 to TP155 Due to arrangement of SCL bends. This time to install rigid steel pipe/conduit for bends less than 10' spacing - V05 to TP155 Additional pole hold due to addional excavation to lower bend below grade and provide clearances to existing S/S/L not shown This work directed byRFI 032 to install revised 36" radius bends to install riser conduits at pole This time to reinstall conduits (SCL) and excavate to reinstall SCL conduits with 6" foam separation with existing storm pipe. Note to file: SC: 3" existing conduit in contact with existing storm pipe - intercept paint SCL 856.64 3,467.95 $ 710.58 $ 730.80 $ 1,809.54 $ 1,719.83 $ (1,719.83) $ 1,763.29 $ 2,350.94 1,995.38 $ 592.59 CL 25 overset to intercept 900 pair phone not shown. This time to ex to expose live direct bury CenturyLink cable. Conduct additional excavation to set structures to locate for splicing under existing. $ 2,167.74 This time to remove and replace steel sheets to access for splicing direct bury 900 pair phone cable. Flagging for North Sky by SCI flagger. Overset and intercept not shown. This time to dig back on existing 900 pair to allow spliced cable to contour into CL25. Remove top section to modify to get cable into vault. Reset and remove know outs as per Paul Delong - Flagging by SCI $ 494.36 2,277.36 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 IFS C U TIG UI Updated: / I0/ k' ... FA Date Item No. No. 94 12/13/18 C01 95 12/13/18 C01 96 12/13/18 C01 97 12/14/18 C01 98 12/17/18 A01 Description As directed by Paul Delong, CenturyLink Inspector- Install 264TA - CL26 (revised from Paul). This time to set and install conduits at 264TA - Also to remove and reinstall conduits as directed. Not shown as entercept vault. Field revised and flagging by SCI This time to core new in CL 25 Intercept to better align with existing 900 pair phone cable. As directed by Paul Delong, CentruryLink inspector This time to remove installed conuits in CL26 (264TA) to reinstall into revised location as requested by Paul Delong, CentruryLink inspector These materials used due to less than 10' between bends- H15toJUT, - Pay for materials only. Per FWD 007 - This time to limb and remove hazard tree approximately Sta 17+10, Rt and dispose. There will be another one for removal of stump. 99 12/17/18 A01 Per FWD 007 - This time to remove tree stump. (this completes thiswork) ®e..._..... ............._,., 100 12/21/18 C01 Install steel sheet at SCL shallow consuits at H07 101 01/02/19 C01 This time to core new holes in HO13 - SCL poles to set too close to use as shown at butterfly. This work required SCL Ito be able to get conduits onto vaults and terminate. 102 01/02/19 C01 This time to plumb out of HO13 with deflection bends to install into revised windows and install to TP155 103 01/07/19 'A01 Due to emerging gas main replacement by PSE (Infrasource) This time to coordinate - Water service and p replacementdue to strike on utility conduit repair - ......... 104 01/07/19 (A01 This time to remove existing cherry tree approx. Sta 21+08, Rt 28' not shown to be removed - Removal is necessary to access SCL easement to install conduits 105 01/09/19 C01 106 01/14/19 A01 107 01/17/19 .... . A05 Due to storm utility elevation - Deflection bends used to get under sotrm rigid conduit used. Less than 10' separation at bend This time to oversee - provide locates of installed utility - follow up with damaged water services to protect SCIs work This time to lower water service at approx 30+79 to route under wall 11 and reinstall backflow device for the irrigation meter. 108 01/18/19 A05 109 01/18/19 fA05 110 01/18/19 A05 This time to verify and conduct repair to existing side sewer lateral found during excavation for wall 24 approx Sta 28+96 Rt for address 13705 53rd. This time to existing exposeservice in p PSE gas conflict with wall 19 & 20 - To allow vertical relocation to route under wall footing with sleeve This time to excavate to lower private side water service in conflict with wall 24 - to provide sleeve cross routing under wall 24 77-7 $ 2,237.12 $ 147.18 $ 490.95 1,471.96 146.31 165.24 321.59 147.18 2,041.63 $ 1,126.62 $ 1,471.96 $ 204.51 $ 1,716.06 $ 218.36 $ 241.28 $ 555.53 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 F I %C A Updated: FA No. U T L. 5129/2o 141 Date Item No. Description Amount %% 111 116 117 118 119 120 121 122 123 124 125 126 01/18/19 A05 01 /21 /19 A05 01/22/19 A05 01/23/19 A06 01/23/19 A06 01/24/19 A05 01/24/19 A01 01/25/19 A06 01/25/19 A01 01/28/19 A05 01/28/19 A05 01/28/19 B01 01/29/19 C88 01/29/19 C88 01/30/19 B01 01/30/19 A05 This time to expose existing PSE gas service - in conflict with wall 24 (13276 53rd) to allow vertical relocation to place under wall footing with sleeve This time---- to remove and reinstall existing CB in conflict with wall 10 Approx Sta 26+95 Lt 46' This time to complete excavation and backfill for PSE gas service in conflict with wall 24 This time to pothole existing utility and point of intercept for SCL from H11 to 14108 53rd Ave S. This time to pothole adjacent to TP 155 for 3" SCL service to 5210/5216 53rd for tin in for conversion over head to underground Water service (private side) in conflict with wall 23 - This water supply below wall fou ndation undation lower --- This time to Hydro Ex to determine conduit for 14225 53rd Ave South - Along side concrete driveway - Outside heat pumps as discussed and directed by Mike Mayfarth 14208 53rd Ave South - Pothole to locate existing underground connection for service. This time to complete hydro excavation at 14225 53rd Ave S. to determine best route of conduits to conduct service connection - Directed by Mike Mayfarth- Started 01-24-19 & completed 01-25-19 - did not want done on overtime. This time to hydro excavate through existing utilities to relocate SCL service conduit to location as directed by Ken with SCL to provide vertical separation to existing PSE gas and existing drain lines. 14237 53rd Ave South This time to expose and backfill PSE gas service piping in conflict with wall from 13969 53rd wall 7 to 14038 53rd Ave S Wall 21, excavation 10x2x2 (2) This time to lower w resolve service an private side to resolve conflict with walls. 14038 53rd Ave South 14210.., 53rd Ave South - Fine grade to restore work area prep for seed. 14218 53rd Ave South - Fine grade to restore work area prep for seed. This time and material to lower private side water service in conflict with wall 17 and wall 6 14207 53rd Ave South ..i.... - This time to excavate to lower PSE Gas on the private side to resolve conflict with wall 6 $ 535.10 $ 482.57 $ 623.12 $ 360.05 $ 720.08 $ 446.20 $ 2,880.33 $ 360.05 720.08 $ 360.05 $ 1,008.93 $ 503.22 $ 296.15 $ 444.25 $ 717.72 241.28 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 F R EA C • U'°! Ti,� Updated: FA No. Date 127 01/30/19 128 01/30/19 129 01/31/19 Item No. A IIfY Description C88 14250 53rd Ave South - This time to restore work area / driveway C88 A01 130 01/31/19 C88 131 01/31/19 A06 132 01/31/19 C13 133 02/18/19 C88 134 02/18/19 C01 135 02/20/19 C88 136 02/20/19 14234 53rd Ave South - This time to fine grade work are and prep for grass seed This time was to remove existing block walls at 14255, 14247 and 13924 53rd Ave S and stack removed blocks on pallets (left on site for homeowner to use) 13924 had no notes on LTC. Contractor was to remove and dispose This time to prep work area at 14231 53rd Ave S. due to excavation to install conduit conversion 14258 53rd Ave S. This time to pothole to locate existing secondary power (PSE) in conflict with new com-lines. This time to add additional bends and install at TP155 for Century Link and Concast conduits. Per RFI 37, to get arounf SCL conduits to terminate at bracket This time to restore driveway work are grade and place CSTC in driveway. This time to modify existing drain line (foundation drains) to conduits through drainage piping route new 14264 53rd Ave S - This time to restore area in yard and prep for seed. C01 This time to hand dig to relocate com-lines at 13969 53rd Ave S - Relocation was suggested by property owner. %%/ Amount 758.15 296.15 725.28 228.39 1,440.16 $ 380.54 $ 511.39 $ 246.30 $ 337.66 $ 224.53 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 6 DATE: March 13, 2019 PROJECT NO.: 99110301 PROJECT NAME: 53rd Ave S Project TO: SCI Infrastructure, Inc 1 8-045(f) Council Approval N/A BUDGET NO.: 103.98.595.300.65.000 CONTRACT NO.: 18-045 c i Sheet 1 of 3 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 Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: Tyson Lashbrook, SCI, Inc. t,i.^ $ 5,701,847.00 -' APPROVED BY THE CITY OF TUKWILA $ 577,530.39 Date 3,697.48 B Allan Ekberg, Mayor $ 6,283,074.87 " Original Contract Time: 215 Working Days Additional Contract Time for this Change Order: 0 Working Days Updated Contract Time: 258 Working Days 7IG1NAL:: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Title City Engineer Hari Ponnekanti, P.E. cc: Finance Department (w/encumbrance) Project Management File (11/2014) Exhibit A Change Order 6 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: The electrical subcontractor originally planned the scope of the installation of the illumination foundations during the late summer to early fall. Due to the previous schedule impacts this work is now being performed in wet conditions. AES and SCI have provided the differrence in material cost between the original SonoTube and the Corrugated Steel Pipe. Reason/Justification for Change: Due to Schedule Delays this work is being impacted by weather. Description of Change: New Items Added: Add new item: C06-01- Foundation Casing Materials Add 1 LS Contract Items Added/Deducted: N/A Working Days: Zero (0) additional working days are added to the contract time. Change Order 6 Measurement: Measurement for New Item #C06-01 will be per LS. Payment: Page 3of3 Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above -described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount Subtotal Existing Items: Change Order Items !Item No. C06-01 Description Foundation Casing Materials Unit LS Qty. 1 Unit Price $ 3,697.48 Amount 3,697.48 Subtotal Change Order Items: $3,697.48 TOTAL CHANGE ORDER AMOUNT: $3,697.48 Infrastructure, SCI February 27, 2019 Mike Mayfarth KPG 2502 Jefferson Ave Tacoma, WA 98402 Re: 1801: 53rd Ave S Project, Tukwila - Additional Costs for Illumination Bases Dear Mr. Mayfarth, This letter is to provide notice that our Electrical Subcontractor, American Electrical Services, is requesting additional compensation for the construction of illumination bases. The basis of their claim is that due to project delays beyond their control, they are unable to use fiberboard sono tubes as originally planned due to the wet weather conditions encountered because of the schedule delay; and are now required to use corrugated steel tubes because of such conditions. They are requesting the delta between corrugated steel and the sono tubes, in the amount of $3,697.48. Attached is the documentation for your reference. Please let us know if you would like to discuss further. Thank you, SCI Infrastructure, LLC 2821 SC Al 54ah StrCet, SeaTaC, WA 98188 Office 2o6-242-o633 Free Soo-255-0.633 Fax 2,06-242-0.79.2 w-ww,sciinfras'.tructure.coni, Contractor .License SCUNI,k95/.3JA S:\JOBS11801 - 53rd Ave S Tukwila105 Extra Work\Corrugated Steel Light BasesCorrugated Steel Light BasesSummary 2/27/2019 nfrastruct Corrugated Steel Light Pole Bases in Lie of Sono Tunes Item Total Cost 1 Corrugated Steel Material Delta LS S:IJOBS11801 - 53rd Ave S Tukwila105 Extra Work\Corrugated Steel Light BasesCorrugated Steel Light Bases02 Install Vault Risers VAT (ilJ Sri 1A !Labor: 1B Equipment: Rate/MH I No. I Hours / Day I Days Rate/Hr No. Hours / Day 1 Days 1C !Subcontractors I Quantity ( UM Cost/Unite Subtotal Labor Subtotal J $ 29% Labor Markup 6 $ Total Labor Costs $ Subtotal Equipment Subtotal 21% Equipment Markup $ 5% for Small Tools I $ Total Equipment Costs 1D 'Subcontractor Materials Original Sono Tubes (39) Vault Risers Quantity UM Cost/Unit 1 LS $ (1,121.00) LS $ 3,943.50 Subtotal (1,121.00) 3,943.50 Subcontractor Subtotal $ 12% Subcontractor Markup $ Total Subcontractor Costs $ Material Subtotal I $ 2,822.50 21% Material Markup I $ 592.73 10% Subcontractor Markup $ 282.25 Total Material Costs $ 7117 3,697.48 DATE 2/25/2019 PCO # 3 Revised 2 DESCRIPTION OF WORK: Corrugated steel light pole bases in lieu of sono tubes due to delays into wet months Costs r _for DESCRIPTION Labor 'Operator Foreman - Regular Rate Operator Foreman - OT Rate Operator Foreman - DT Rate Groundman - Regular Rate iGroundman - OT Rate Groundman - DT Rate Electrician Journeyman - Regular Rate Electrician oume man - Electrician Joume an - DT Rate Equipment Tool Truck - 2017 Ford F550 #78 Tool Truck - 2012 Ford F550 #52 Foreman Truck - 2017 Chev 3500HD #61 Excavator - 2015 Cat 305E Backhoe - 2008 Cat 420E Skid Steer- 2006 ASV120 Dump Truck - 1992 Peterbuilt Material On !nal Sono Tube with Sales Tax PCO3 Revised.xlsx 2/25/2019 10:34 AM QUANTITY U/M RATE 0.00 71.94 L 0.00 IE CONTRACT # 99110301 83.72 li 119.62 155.5250.00 Iffs MEL SLTE 0.00 E I 50.00 0.00 E 20.63 30.63 S Page 1 LABOR EQUIP & MATL SUBCONTRACTOR SPECIAL FORCES BOND & INSURANCE 52.822.5 AMOUNT LABOR 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.822.50 0.00 SUMMARY $0.00 $2,822.50 50.00 S0.00 S2.822.50 EQUIP & MATL -1.121.00 3.943.50 2.822.50 MU % 06/9 0% 6% 6% SUBTOTAL + OTHER SUBTOTAL GRAND TOTAL MARKED UP TOTAL 50.00 S2,822.50 $0.00 50.00 52.822.50 S0.00 $2,8Z2.50 $0.00 0.00 SPECIAL FORCES 0.00 Sheetl CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 5 DATE: March 8, 2019 PROJECT NO.: 99110301 PROJECT NAME: 53rd Ave S Project TO: SCI Infrastructure, Inc 18-045(e) Council Approval N/A BUDGET NO.: 103.98.595.300.65.000 CONTRACT NO.: 18-045 Sheet 1 of 1 HVED 2 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 specified,acceptpayment Rnces shown above and below. necessaryfor the work above and will as full a ment therefore the ' t Contractor: Tyson Lashbrook, ACCEPTED:. Date _..—.' ,� � SCI, Inc. , By (2,�. Original Contract (wuthou (tax) $ 5,701,847.00 Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Title V Af:r .-tit.,. APPROVED BY THE CITY OF TUKWILA $ 547,530.39 way° Date $ 30,000.00 -' By $ 6,279,377.39 Original Contract Time: 215 Working Days Additional Contract Time for this Change Order: 4 Working Days Updated Contract Time: 258 Working Days IGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File City Engineer Allan Ek Hari Ponnekanti, P.E. or cc: Finance Department (w/encumbrance) Project Management File (11/2014) Change Order 5 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: PSE has requested that the direct bury wire be replaced by conduit between the existing PSE power vault and the two homes (14210 and 14202) as shown on the attached sketch. PSE will be providing and installing the handholes. SCI will install the 4" and 3" conduit per the sketch. SCI will remove the small amount of driveway required for PSE to install the handhole over the existing secondary direct bury wire. All materials, excavation, backfill, compaction and dump fees are included in the LF price of the conduit. All sales tax and overhead markups have been included. Reason/Justification for Change: This is a PSE Power requested change. PSE Power will need aninvoice referenci.�obngnumber 101118163 Description of Change;, New Items Added: Add new item: C05-01- PSE Power 4in Conduit Add new item: C05-02 - PSE Power 3in Conduit Contract Items Added/Deducted: N/A Working Days: Four (4) additional working days are added to the contract time. Add 150 LF Add 150 LF Change Order 5 Measurement: Measurement for New Item #C05-01 will be per LF. Measurement for New Item #C05-02 will be per LF. Page 3 of 3 Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above -described tasks SUMMARY OF QUANTITIES Stem ivirr. id Item Adjus Oescription Change Order items Item No. C05-01 C05-02 Description PSE Power4in Conduit PSE Power 3in Conduit Unit nty. Unit Price Amm!ni Subtotal Existing Items: Unit LF LF Qty. 150 150 Unit Price $ 100.00 $ 100.00 $0.00 Amount $ 15,000.00 $ 15,000.00 Subtotal Change Order Items: $30,000.00 L TOTAL CHANGE ORDER AMOUNT: $30,000.00 170 165 _u 160 155 . [ 150_... x145 5 5 8 140 Change Order 05 14231 14225 14219 )7, LT ELEV L 135 _ ma Er r_ E dosed., 15043 150164 150,43 15+00 14218 WALL 17- II tt =cld L 15007 15028 150107 PN STA .--.16+00.96. Pan ELEV.= 149.91 8001'..VC 149 39 149,60 149,30 16+00 14218 314 47+ 30 I 14705 Vr�,idsd ,•v P_G 0 10 20 40 60 SCALE IN FEET EXISTING GROUND -'— AT CONSTRUCTION 14171 147,92 146.71 14567 145688 143 67 17+00 PROFILE PM STA = 17,41.85 PVI ELEV = 14918 5000' vC, 143 a3 144,04 143,63 A 11+iz LT 142.84 14, 83 INTE SEC 6ON ETAILS. SHEET is a6*47.0 20 DE 1 ;1 51A 16+64.36 "" 0) 8+1471 7 14128 521 v rani non iE AT CONSTRUCTION CL 140,33 141,69 146 54 14148 14033 135 18+00 19+00 ROADWAY PLAN & PROFILE GENERAL NOTES 1, CONSTRUCT CEMENT CONC. CURB, CUTTER, AND SIDEWALK PER TYPICAL SECTIONS, SHEET 4. 2. FOR SIDEWALK TRANSITIONS, PAVEMENT TRANSITIONS, AND CURB POINTS NOT SHOWN ON ROADWAY PLAN SHEETS, SEE DRIVEWAY PLAN AND PROFILES, SHEETS 41-52. 3. FOR REMOVALS, SEE SITE PREPARATION 404N, SHEETS 7-11. 4. FOR STORM DRAINAGE PLAN AND PROFILES, SEE SHEETS 21-25. 5. FOR WATER AND SEWER PLANS, SEE SHEETS 30-3B. 6. FOR ILLUMINATION AND CHANNEUZATION PLANS SEE SHEETS 66-71 7 FOR LANDSCAPE PLANS & DETAILS. SEE SHEETS 72-77 8. FOR JOINT UTILITY TRENCH PLANS k DETAILS, SEE SHEETS 85-93.111111 CONSTRUCTION NOTES 0 MATCH EXISTING. 2 CONSTRUCT CEMENT CONC. DRIVEWAY ENTRANCE TYPE 2 AND RECONSTRUCT DRIVEWAY AS SHOWN ON SHEETS 41-52. CONSTRUCT CEMENT CONC. DRIVEWAY ENTRANCE TYPE i AND .� RECONSTRUCT DRIVEWAY AS SHOWN ON SHEETS 41-52. J OCONSTRUCT MODULAR BLOCK CUT WALL. SEE WALL PLAN, ELEVATION, AND DETAIL SHEETS 53-65. OCONSTRUCT NODULAR BLOCK FILL WALL SEE WALL PLAN. ELEVATION. AND DETAIL SHEETS 53-65. 170 165 160 155 150 45 140 141,48 OCONSTRUCT 90 OETRAL EARTH CIT WALL. SEE WALL PLAN, ELEVATION, AND CIUAIL SHEETS 53-65. OADJUST SEWER MANHOLE/VAULT TO GRADE. COORDINATE W11H CITY OF TUKWILA. REPLACE FRAME AND LID DURING ADJUSTMENT OF VAULT PER CITY OF NKVALA STD DETAIL SS-11, 12 ADJUST GAS VALVE TO GRADE. COORDINATE WITH PUGET SOUND ENERGY. 3 0 RELOCATE EXISTING MAILBOX PER DETAIL SHEET 5. 14 RELOCATE TELEPHONE RISERS BY OTHERS. 20 CONSTRUCT CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION 0 PER WSDOT STANDARD PLAN F-40.16-03. 0 CONSTRUCT CEMENT CONC. STAIRS PER DETAIL SHEET 6. 22 INSTALL INTEGRAL CURB. PER DETAIL SHEET 5. 28 REMOVE AND RESET CHAIN UNK GATE. 0 INSTALL WOODEN FENCE IN -KIND TO EXISTING FENCE. 0 CONSTRUCT CEMENT CONC. WALKWAY PER DETAIL SHEET 6. ROADWAY PLAN & PROFILE LEGEND �...I HMA FOR TYP PAVEMENT SECTION. SEE SHTS 4 & 6 '"" """"•"' HMA FOR DRIVEWAYS, SEE SHi 52 CEMENT CONC. SIDEWALK AND/OR PAVEMENT -� CRUSHED SURFACING BASE COURSE V / / / / / / 4 MODULAR BLOCK OR STRUCTURAL EARTH WALL % CHAINLINK FENCE WOODEN FENCE ...... ................ .... XSW; 6.11:4F C* FAG ........ ..........a65964 , 8,8ERTa L 63.6e. on 3-47 u u PUBLIC «WORKS DEPT_ • F,NGMEERING*STREETS*WATER*SEWER*BUILDING* O y x• by dare ° aU. InIerdioniPliovEV 9 113 Fi'MA 2SOik W49B402 s4L+ w4sa121 z�lsnarza 1 �Q'" CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 1 1 1____. des°oa ° n _ 13 checked crocked 100 -0V En I 1 ROADWAY PLAN & PROFILE 53RD AVES STA 14+50 TO STA 19+00 file no 16065RD01.DW( scaO I"=2, Feld bk no " 44l0 tevfsfoos data ORIGINATING DOCUMENTS Mike Mayfarth From: Neely, Luke <luke.neely@pse.com> Sent: Thursday, February 28, 2019 4:47 PM To: Mike Mayfarth; Rory Woody Cc: Steve Carstens Tukwila; Hari Ponnekanti Subject: RE: 53rd Tukwila meeting Attachments: Sheet 13 - PSE Notes.pdf Hi Mike, PSE will provide and install the four secondary handholes and pull the new conductors through the new 4" and 3" conduits that you install. After construction is complete, I will need to receive an invoice from the contractor or city for the conduit installation referencing our job number 101118163 on the invoice. Thank you ! Luke Neely Cell 253-569-2523 PSE Original Message From: Mike Mayfarth <mikem@kpg.com> Sent: Thursday, February 28, 2019 3:50 PM To: Neely, Luke <luke.neely@pse.com>; Rory Woody <rory@kpg.com> Cc: Steve Carstens Tukwila <Steve.Carstens@TukwilaWA.gov>; Hari Ponnekanti <hari.ponnekanti@tukwilawa.gov> Subject: RE: 53rd Tukwila meeting Luke, I have attached a marked up plan sheet for your reference. SCI has provided pricing to install the 4" conduit and set the two hand holes that had been previously discussed. After our site meeting we ironed out the additional conduit needed to install the remainder of the service conduit. SCI priced out the 150LF of 4" conduit at $100/LF (approx.), continuing this pricing to the 3" conduit (an additional 150LF) we would expect the total price to be $30,000. I will need to get concurrence from the City before issuing a change order to the contractor, but it is our understanding that PSE will be compensating the City the full amount of the change order. Please let me know if this is different than our previous discussions. Regards, Michael Mayfarth Resident Engineer KPG I SEATTLE • BELLEVUE • TACOMA • WENATCHEE Construction Management and Inspection C: 253.307.9808 Original Message 1 From: Neely, Luke [mailto:luke.neely@pse.com] Sent: Thursday, February 28, 2019 7:48 AM To: Rory Woody <rory@kpg.com> Cc: Mike Mayfarth <mikem@kpg.com> Subject: Re: 53rd Tukwila meeting OK that works. Luke Sent from my iPhone > On Feb 28, 2019, at 7:40 AM, Rory Woody <rory@kpg.com> wrote: > We have a meeting with the City at 10:00. Should be close to back on > site by 11:00. Thanks Rory > Sent from my iPhone » On Feb 28, 2019, at 7:32 AM, Neely, Luke <luke.neely@pse.com> wrote: » Hi Rory, » Let's meet on site at 11am due to another meeting. » Luke » Sent from my iPhone »> On Feb 28, 2019, at 6:53 AM, Rory Woody <rory@kpg.com> wrote: »> »> Good morning Luke I know it's early but I'm trying to get a site »> visit w/ you and have Mike Mayfarth also attend. Is there a way to »> meet on site 8:30/9:00 o'clock this morning to get eyes on the »> issues at hand. If so would like to get Mike as much notice due to »> travel time from Tacoma. Please advise if this works or another time »> is necessary due to other commitments. Thanks Rory »> »> Sent from my iPhone »> »> CAUTION: This email originated from outside of the organization. Exercise extra caution when responding, opening attachments, and clicking links. 2 Peter Lau From: Sent: To: Cc: Subject: H i Peter, address is 690r 5 22 n ee , �iaa C`< you Luke Neely Regionsi En S '_ King County PUGET so Ni r,t®i RGY 90. ` S 22 ;th Street, ..80f.: Kent,. , xieV .,rue • _m aH a«a Neely, Luke <luke.neely@pse.com> Monday, April 1, 2019 5:25 PM Peter Lau Mike Mayfarth; Gail Labanara; Perrin, Michelle 101118163 Need your business address 98032 „! 1_" SKCOFIC a nd one new 3-inch conch From: Peter Lau <Peter.Lau@TukwilaWA.gov> Sent: Monday, April 1, 2019 5:02 PM To: Neely, Luke <luke.neely@pse.com> Cc: Mike Mayfarth <mikem@kpg.com>; Gail Labanara <Gail.Labanara@TukwilaWA.gov> Subject: Need your business address CAUTION: This email originated from outside of the organization. Exercise extra caution when responding, opening attachments, and clicking links. Hi Luke, I am Peter Lau, the City of Tukwila's current Project Manager for the 53rd Avenue South Project in City of Tukwila. How are you? am trying to process a change order for the construction project. This change order is about installing 2 new 3-inch & 4-inch conduits serving 14210 & 14202 of 53rd Avenue South. The job # is 101118163. The City will include this job # on the invoice sending to PSE, once this task for PSE is completed. Can you tell me the business address that this invoice should be sent to, and who should we address to? Much appreciated. Thanks, Peter CAUTION: This email originated from outside the City of Tukwila network. Please DO NOT open attachments or click links from an unknown or suspicious origin. 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 DATE: December 20th, 2018 PROJECT NO.: 99110301 PROJECT NAME: 53rd Ave S Project TO: SCI Infrastructure, Inc 18-045(d) Council Approval N/A BUDGET NO.: 103.98.595.610.65.00 CONTRACT NO.: 18-045 ) Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. 9'1 ACCEPTED: Date By 7 // / Contractor: Tyson Lashbrook, SCI, Inc. Title /./:///,'");/://';':/))/ Original Contract (without tax) $ 5,953,249.60 ,,,/ APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 542,830.99 ) Date 3 77 '' // / This Change Order (without tax) $ 4,699.40 -/ / By ///,//- - L.- ,3 ,-- Allan Ekberg, Mayor — REV. CONTRACT CONTRACT AMOUNT $ 6,500,779.99 Original Contract Time: 215 Working Days Additional Contract Time for this Change Order: 13 Day /Updated Contract Time: 254 Working Days City Engineer Hari Ponnekanti, P.E. ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) CITY OF TUKWIIA CHANGE ORDER #4 ��D" Order � ��u«��]���� ��ruaer �� x�� Page 1 of 3 Project Number: 99110301 Project Owner: City ofTukwila Project Name: S3rdAve S Change Order Number: 004 Prime Contractor: SCI, Inc Subcontractor: SphnghiULLC -]OrderedbytheEngineerunderthetenn»ofsection1-04.4oftheStandand5pecification LJ Change proposed by Contractor Endorsed by Contractor Surety Consent (if required) Attorney inFact Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change $5,953,249.60 $6,496,08 .59 $4,699.40 $6,500,779.99 Original Contract Duration Current Contract Duration Additional Days this Order Proposed Contract Duration ZI5Working Days Z54Working Days UWorking Days Z54Working Days [�iAoprova|Reccommended []Approved Digitally signed by Michael Mayfarth �_ Approva|Reccommended Approved PnVs "^ // /2'2/ � 10:05:49-08.00. Contractor - Tyson LashbvookSC|'Inc Date Date [.] Approval Reccommendad LJApproved L Other Approval When Required Project Owner - Steve Carstens, City ufTukwila Signature Date Date Representing ��l� ���� � ��ux��]���� Order ~� �� Page 2 of 3 You are ordered mperfonnth,following described work upon receipt of an approved copy of the change order: Background: The Block Wall Subcontractor, SphnghiULL[ submitted engineered drawings for the SEW and Modular Block Walls that indicated longer than planned Geo-Grid lengths. These would extend beyond the Temporary Easements that had been acquired for the project. Also Wall 11 Geo-Grid would be interwoven with the utilities for Storm Water and Joint Utility Trench. This can cause future issues with repairs or improvements. Springhill suggested switching to Ultra -Block to avoid the need for Geo-Grid in the ROW. At the suggestion of SCI, the associated wall bid items will be combined into one Lump Sum. SO will submit a Lump Sum Breakdown for this new bid item and all payments will be based on the submitted breakdown. The quantity for excavation and backfill for walls have been reduced. 250 Square Feet will be left in Bid Item AZ3Modular Block Wall toallow for additional block wall asneeded. Reason/Just0cation for Change: This change istodocument the changes tothe wall types and pay for additional engineering for the new wall types. The new wall types are due to the length of grid required for the per plan wall installation and easement offsets. Description of Change: New Items Added: Add new item: C04-01 - Wall Tvpe Change Order Add 1 LS Contract Items Added/Deducted: Decrease Bid Item A17 ' Structure Exfor Walls: Decrease Bid Item AJ3' Modular Block Wall: Decrease Bid |temAZ4 5turcutm| Earth Wall: Decrease Bid Item A25 Gravel Borrow for Walls: Increase Bid Item [88 Service Conversion, Property Restoration � Working Days: Zero (0) additional working days are added to the contract time. Deduct 750(Y Deduct I18OSF Deduct S54OSF Deduct 5OOCY Change Order 4 Page 3 of 3 Measurement: Measurement for New Item #C04-01 will be per LS. SCI to submit Lump Sum Breakdown. Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above -described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount A17 Structure Ex for Walls CY -750 30.00 (22,500.00) A23 Modular Block Wall SF -2180 23.00 (50,140.00) A24 Sturcutral Earth Wall SF -5540 $ 22.00 (121,880.00) A25 Gravel Borrow for Walls CY -500 45.00 (22,500.00) C88 Service Conversion, Property Restoration EST 1 ######### (30,000.00) Subtotal Existing Items: -$247,020.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount C04-01 Wall Type Change Order LS 1 $ 251,719 40 251,719 40 - . - . Subtotal Change Order Items: $251,719.40, TOTAL CHANGE ORDER AMOUNT: $4,699.40 ORIGINATING DOCUMENTS nfrastructure, LLC ffe4Cove814 IAN TO: Mike Mayfarth KPG 2502 Jefferson Avenue Tacoma, WA 98402 PHONE: 253-307-9808 FAX: EMAIL: mikem@kpg.com CC: REQUEST FOR INFORMATION SCI Infrastructure, LLC 1801- City of Tukwila - 53rd Ave S FROM: Justin McCain SCI Infrastructure, LLC 2825 S 154th Street Seattle, WA 98188, PHONE: 206-388-8028 FAX: 206-242-0792 EMAIL: justin@sciinfrastructure.com Page 1 of 1 DATE: 10/8/2018 RFl#: 027 DATE REQUIRED: ASAP SUBJECT: RFI # 027 Structural Earth Walls — Grid Length and ROW Limits DRAWING #: 53-65 & 12-16 SPEC SECTION: QUESTION Based on our Submittal # 027 Structural Earth & Gravity Wall Submittal, the geogrid lengths range from 8 feet to 12 feet from face of wall. At the cut wall locations 3, 6, 7, 21 and 24, it appears that the geogrid lengths may extend beyond the right of way line and be located on private property. Please review the geogrid lengths submitted and advise if the geogrid locations are an issue on private property (or if there is an easement). SUGGESTION: If the geogrid is on private property we can provide an updated wall design type and unit prices. RESPONSES DATE REPLY TYPE FROM (FIRM) FROM (CONTACT) DATE REPLY REQUIRED Please review Submittal #27 and address comments with Wall Designer in conjunction with this RFI Response. There should be opportunity to optimize wall limits and geogrid lengths that remove 3,6, and 21 from the above list. For Wall 7 we have 8' of space available from face of wall to back of easement. From Station 1+30.5 to 2+43.75 Geogrid says 10. Confirm with Designer 10geogrid required. If so, please provide updated wall design type (ie. double back to back gravity block, 21.5" block for Structural Earth, stronger Geogrid type that allows 0.8H, etc.) to keep geogrid within easement available. For Wall 24 we currently have 9' from face of wall to back of easement. Confirm with Designer 10' and 12' geogrid is required. If so, please provide updated wall design type ( double back to back gravity block, 21.5" block for Structural Earth, stronger Geogrid type that allows 0.8H, etc. KA - 10/16/18 CONTRACTOR'S PROPOSAL / COST ESTIlVIA'1'E SCIInfrastructure, December 13, 2018 Mike Mayfarth KPG 2502 Jefferson Ave Tacoma, WA 98402 Re: Job # 1801: 53rd Ave S, Tukwila: Wall Design Changes & 'Material Type Pricing Dear Mr. Mayfarth, SCI infrastructure LLC, is writing in response to the various meetings we have had with KPG and our Wall Subcontractor Springhill LLC. In these meetings we have discussed changes in wall designs as well as wall materials, to better accommodate the needs of the Project. The total net change to the contract value for the changes as outlined in Submittal #027-01. Structural Earth and Gravity Wall Resubmittal is $73,949.4. As discussed, please change the unit of measure directly associated with Springhill's LLC. Scope (Bid Items A23 & A24) to a lump sum amount for ease of tracking. All other bid items associated with the wall excavation and backfill will be measured in place and billed using the established unit prices and units of measure in the contract. In the event that the field conditions warrant a change in wall quantities (A23 & A24), we will use the original bid item unit prices to make any monetary adjustments needed. Attached is a detailed summary of the changes made and the costs associated with these changes. Please issue SCI a change order for $57,743.40 and modify bid item A23 Modular Block Wall to Lump Sum for a total of $74,934 and bid item A24 Structural Earth Wall to Lump Sum for a total of $119,042. If you have questions or need additional information please call our office at 206-242-0633. SCI Infrastructure, LLC S:UOBS\1801 '53rdAve S Tukwi|a\05 ExdnaVVorkXSphnghi|K18O1 VVa| Design Changen1801 'VVa| Design ChangesSummary 12/13/2018 Changes to Wall Design and Material Type Item Description 1 A23 Modular Block Wall Change UOW1haLS 2 A24'Structural Earth Wall Change UOMtoLS 3 Additional Engineering 4 SEW Conversion hoBack hoBack 5 Wall 11Revisions S Wall 15Revisions 7 Wall 24Revisions 8 10% Markup on Subcontractor Work Total Cost 0 L3 LS LS LS LS LS 0 LS Total Add Lump Sum LS The price shown includes all changes hmthe original contract scope. Bid items A23and A24wiU be changed from SF unit of measure to LS, and the total cost has been updated with the revised wall quantities. In the event the field conditions warrant a change in quantities, the original unit prices will be used to apply any monetary adjustment based on the change, All other bid items associated with the excavation and backfill of the walls will be measured and paid by the bid items and unit prices established 1801 - 53rd Ave S - Springhill Wall Design Changes 12-13-18 Original Bid Description SF $/SF Extension Notes Modular Block A23 Structural Earth Wall A24 Total 2,430.00 $ 5,540.00 $ 23.00 $ 55,890.00 22.00 $ 121,880.00 $ 177,770.00 Current Shop Drawings Description SF $ / SF Extension Notes Modular Block A23 Structural Earth Wall A24 Total 3,258.00 $ 5,411.00 $ 23.00 $ 74,934.00 22.00 $ 119,042.00 $ 193,976.00 Quantity Driven Increase of $16,206 Re -engineering Costs Description SF $/SF Extension Notes Back to Back Sections/Calcs StoneTerra Calcs Ultrablock Calcs Total $ 1,750.00 $ 1,250.00 $ 1,225.00 $ 4,225.00 Net Add SEW Conversion Back -to -Back Gravity Description SF $ / SF Extension Notes Modular Block Total 1,621.00 $ 23.00 $ 37,283.00 $ 37,283.00 Net Add Wall 11, SEW to UB Gravity Description SF $/SF Extension Notes Ultrablock Cost SEW Credit Total $ 70,002.00 (2,555.00) $ 22.00 $ (56,210.00) $ 13,792.00 Net Add 1801 - 53rd Ave S - Springhill Wall Design Changes 12-13-18 Wall 15 Description SF $/SF Extension Notes SF Reduction 2 FT EL. Missed Originally 21.40 - 19.40 Total (420.00) $ 1,201.00 $ 22.00 $ (9,240.00) Contractor to have option to provided back to back 2.00 $ 2,402.00 at no additional cost to owner. Owner to faciltate possible wall reduction in field. $ (6,838.00) Net Savings Wall 24, SEW to StoneTerra Gravity Description SF $ / SF Extension Notes StoneTerra Cost SEW Credit KPG Design Straightens Wall/Eliminates Angles Option Add 5x5 Corner Stacks (if design doesn't change) Total $ 33,818.00 (1,295.00) $ 22.00 $ (28,490.00) (216.00) $ 6.00 $ (1,296.00) 2.00 $ 2,400.00 $ 4,800.00 Not included in total $ 4,032.00 Net Add Summary Lump Sum Wall Amount (A23 & A24) $ 193,976.00 Additional Engineering SEW Conversion to Back to Back 4,225.00 $ 37,283.00 Wall 11 Revisions $ 13,792.00 Wall 15 Revisions $ (6,838.00) Wall 24 Revisions 4,032.00 10°A) SCI Markup 5,249.40 Total Lump Sum 251, 719.40 QTY Driven Increase of $16,206 Change in contract value (excluding QTY changes for bid item A23 & A24). $52,494. SINRAS Inter}zce for SCI INFRASTRUCTURE, LLC File Edit Records options Tools Windows Help 22521,2220 J Project Management 1- Purchase Order Li Reports Service Management 123 Subcontract Ledger Viewpoint Admrestration Interface 0 Suggestion Box Vista CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 DATE: October 15, 2018 PROJECT NO.: 99110301 PROJECT NAME: 53rd Ave S Project TO: SCI Infrastructure, Inc 1 8-045(c) Council Approval N/A BUDGET NO.: 103,98.595.610.65.00 CONTRACT NO.: 18-045 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date By Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: Tyson Lashbrook, SCI, Inc. Title , $ 5,953,249.60 I APPROVED BY THE CITY OF TUKWILA $ 549,183.10 ^, $ -6,352.11 $ 6,496,080.59 Original Contract Time: 215 Working Days Additional Contract Time for this Change Order: 13 Day Updated Contract Time: 254 Working Days Date 6- A0- By,4/,/,/, Allan Ekberg, Mayor /, City Engineer \/C Hari Ponnekanti, P.E. ',ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) Change Order # 03 Change Order Checklist 7v Change Order LJ VVSDOTLAG Change Order Checklist 7 Originating Documents (Verbal Approval, i.e. CCD, email, memo tofile) [] Independent Cost Estimate /|[E\ [� Contractor's Proposal/Cost Estimate (RFP—Request for Proposal) [] Time Impact Analysis (T|A) [� Back Up Date Sent to Contractor: Date Signed/Acknowledged by Contractor: uau-xvnmveuuvxKencv: CITY OF TUKWILA CHANGE ORDER #3 ��� ���� � m�uu��]���e Order .� �� Page 1 of 3 Project Number: 99110301 Project Owner: Project Name: City ofTukwila Change Order Number: 003 Prime Contractor: SCI, Inc Subcontractor: AES 7 Ordered by the Engineer under the terms of section 1-04.4 of the Standard Specification 7 Change proposed by Contractor Endorsed by Contractor ~~ � Surety Consent (if required) Attorney in Fact_, ate Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change $5'953'249.60 $6'502'432.70 '$6']5Z.1l Original Contract Duration Current Contract Duration Additional Days this Order Proposed Contract Duration 215Working Days 241Working Days l3Working Days 254 Working Days ��Approva|Reccommended Approved [lApproval Reccommended 7Approved Project Engineer Michael W1ayfarth,KPG ~^�`Contractqr,' Tyson iashbnook,S[|'Inc Date Date Approva|Reccommended Approved 7Other Approval When Required Project Owner - Steve Carstens, City ofTukwila Signature Date Date Representing ��� Order � ��uu������e ��rv�er ~� �� Page 2 of 3 Yott are ordered mperform th,/olloning described work upon receipt ofan approved copj, of the change order: Background: At the time of Bid it was understood that the lighting at the intersection of 53rd Ave and 144th St was under the scope ofSeattle City Light. |twas determined that these lights are owned bythe City nf Tukwila. The work to modify the existing lighting system is per the attached change order and RFP. The associated bid items; C14, C17 and C30, have been included as a deduction to the total contract value. The additional time added on this change order is due to the Operator's Union Strike. SCI has requested 13 days and has provided an updated schedule for the project. The contractor has followed the provisions ofVV5DOTStandard Specifications l{N.8Extensions nfTime. Reason/Justification for Change: The lighting is not SCL's responsibility at this intersection. The bid items Description of Change: New Items Added: Add new item: CO3-01 - Lighting Changes Add 1 LS Contract Items Added/Deducted: Decrease Bid Item C14 Conduit 3inDiam SCLLightinw: Deduct 330LF Decrease Bid Item [17 Street Lighting Bend, 3in Diam: Deduct Z4EA Decrease Bid Item [3O'Utility Structure, S[LType 3Handho|e: Deduct 2EA Working Days: Change Order 3 Page 3 of 3 Measurement: Measurement for New Item #CO3-01 will be per LS. Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above -described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount C14 Conduit 3in Diam - SCL Lighting LF -330 16.00 (5,280.00) C17 Street Lighting Bend, 3in Diam EA -24 $ 389.00 (9,336,00) C30 Utility Structure, SCL Type 3 Handhole EA -2 $ 2,500.00 (5,000.00) - - - - Subtotal Existing Items: -$19,616.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount CO3-01 Lighting Changes LS 1 $ 13,263.89 13,263.89 Subtotal Change Order Items: $13,263.89 TOTAL CHANGE ORDER AMOUNT: -$6,352.11 ORIGINATING DOCUMENTS IP REQUEST FOR PROPOSALSLA-FTLE- 5-10-18 99110301 � 53mAve S � Illumination Changes TO: PRIME CONTRACTOR � BUDGET NO.: CONTRACT NO.: PLAN REF: Vol iS|dB5 iVp|2 Shts2fk12 Provide proposal and time impact analysis, within fifteen (15)days oranstated above for the scope ofwork described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed an the issue. SCOPE: During the bidding of the project it was determined that the existing illumination on the corner of 1441h and 53rd Ave was not Seattle City Light's aquiprnerd, but was owned and operated by the City ofTukwila and |nho|ight. This RFPisbzprovide pricing for the modifications tnthe illumination system required to install new junction boxes and extend the existing conduit runs tothe new locations per the attached revised plans. The associated change order will also remove the following bid items from Schedule C;C14.C17and C30. MEASUREMENT AND PAYMENT: Provide LS price for modifications to the existing illumination system as indicated on the attached revised plan sheets. Include cost of all work associated with the installation of new junction boxes and extending conduits tothe new junction box locations. By Michael yWayfarth.KPG Date: May Q.2O18 CC: BI Unit Quantity Bid tab $ $ C14 Conduit, 3 In. Diam. - SCL LIGHTING Delete (LF) 330 $ 16.00 $ 5,280.00 Add (LF) C17 Street Lighting Conduit Bend, 3 In. Diam. - SCL Delete (EA) 24 $ 389.00 $ 9,336.00 Add (EA) C30 Utility Structure, SCL Type 3 Handhole Delete (EA) 2 $ 2,500.00 $ 5,000,00 Add (EA) 19,516.00 Materials for City of Tukwila Conduit and Handholes - Add to L5 Illumination Package? BI Unit Quantity NA Conduit, 3 In. Diam. Delete (LF) Add (LF) 50 NA Utility Structure, WSDOT Type 1 Handhole Delete (LF) Add (EA) 2 Notes: 1 Bid Tab pricing used from similar items deleted. 2 PSE Intolight to be notified 2 weeks prior to work for proper shut -offs at power source along S 144th ST, 3 City of Tukwila Tim Kirkland contacted to pull and splice wiring from proposed H19 to H18. Matt Maynard - P5E Intolight Matt Maynard I Account Manager Puget Sound Energy Street Lighting 3380 146th PI 5E t1310 Bellevue, WA 98007 0:425-462-3620 C: 425-559-3448 Michael Hammons - PSE Intolight ke.y m Tim Kirkland - City of Tukwila Tim,KirkiandaTuKwIlaWA.gov C: 206-730-8476 art 1':-2' C 1-4`- '`�4 ClI2-4' O C102 J Cl i 2' C 1-2"- CL 121 272i_ TRENCH SECTION NOTE rnSEE 92 i#Et,CH SECPCN SHEET 93 AND TRENCH DETAIL SHEETS 90- -(1*909) r(C401) 14264 CV01 9 Cz2' {CLO4) 14261 ,14255 SCL23'- SCL33` C22° I CL 1 2' - Cl 2-2° - CL T-a C 1-2° ; 7 7 (CV02 ?- SCL 2+4' CL 3-4' C 2-4' PLAN d. ty2" 258 0 10 20 40 50 SCALE IN FEET SCL 1-3' 6L 1 R7 96 a4-4' Sa.4-4' Cl 1-4'! 14250 (CV02.1) CL 1 Y C 1-2 `-Cll. 2-4' —(C106) 14234 SCL 2 3' 14739 CL 2 2' C 2-2' s6l 1-3' CLi 2' C 1 2 (CL07) CL 1-4' C 2-4' UTILITY STRUCTURE TABLE ID STATION '.I OFFSET STRUCTURE DESCRIPTION H19 10+21.33 . 44.95: LT TYPE 1 WSDOT HAND HOLE (CITY LIGHTING) H18 '.. 10+22_10 142.52' RT I T1PE 7 WSDOT HAND HCtE (dTY LIGHTING) CL02 10+2837 W 96' RT 3'XS' CENTURYUMC VAULT 7P909 it+0609 35.86' LT I EXISTING SCL POLE 0401 11+15.69 "i 13.73' LT 2436 COMCAST VAULT 0401.1 11+28,66 12.76' RI 1419 CO8CAST VAULT CL03 11+32 34 _ 13.26' RT 3046 CENIURYUNK VAULT C104 11+84.68 20.00' LT 1669108 LINK PEDESTAL H16 11+9255 f 15.82' LT i 233-LA SCL HAND HOLE 6 V172 12+43.67 13.50' IT 13048 COMCAST VAULT CV021 12+45.08 'i,,. 1278 RT 1419 COMCAST VAULT C105 12+58.66 1325' Ri ', 3048 CENTURYUNK VAULT 606 12+89 59 13.49' LT 577-LDA SCL VAULT CLOD '', 13+15.89 14.00' RT 467-1A CENTUR/LNK VAULT C107 74+3211 120.99 LT I CENTURYLNK PEDESTAL 0601 200+07,39 2821' RT ' 3'X5' COMCAST INTERCEPT VAULT c GENERAL NOTES 1. FOR SEATTLE CITY LIGHT CONSTRUCTION NOTES SEE SHEET 90. 2. FOR GENERAL JOINT UTILITY TRENCH CONSTRUCTION NOTES SEE DIED' 91, CONSTRUCTION NOTES 11 PROTECT ETSTTNG POLE TO REMAIN. ,L PROTECT EMSPNG VAULT TO REMAIN. QCASTING POLE TO BE REMOVED BY OTHERS AFTER CONVERSION COMPLETE, EXISTING UTTUCOMPLETETY STRUCTURE TO BE REMOVED BY OTHERS AFTER 4 CONVERSION zAINSTALL C0Nd1YDJ1TU061.. TO FASTING STRUCTURE.Oi COD0NA1E 61TH 6 SEATRE CORE DRILL CASTING VAULT. INSTALL C0NONT TO EXISTING 7 STRUCTURE. COORDINATE WITH CENTURY LINK. QCORE DRILL EXISTING VAULT. INSTALL 60NDUIT TO EXISTING 8 STRUCTURE. COORDINATE 9618 COMCAST. ,L RECONNECT EXISTING CONDUIT TO NEW CONDUIT. 14 INTERCEPT EXISTING CONDUIT APROVIDE CONDUI? STUB OUT 3' INTO PROPERTY AND CAP. @CITIFY STUB OUT LOCATION FOR FUTURE CONNECTION, Q12CONTRACTOR TO COORDINATE WITH PSE POWER FOR UTILITY RELOCATON IF REQUIRED FOR INSTALLATION OF SC1 AND COMMUNICATION SERVICES AND HANDH01E5. SEE VOLUME 2 PSE POWER RELOCATION PLANS. APROTECT EMOTING FRANCHISE UPUTY POLE UTILITY LEGEND EZE 0 JOINT UTILITY TRENCH SERVICE CONVERSION LINE SCL HANOHOLE/VAULT SCL PRIMARY SERVICE VAULT COMCAST PEDESTAL COMCAST HMI/HOLE/VAULT CENT12RTUNK HANDHOLE/VAULT CENTURYUNK PEDESTAL REMOVE EXISTING UNDERGROUND ■ POWER AFTER COLIVDPS10N COMPLETE PZT/3".IC WORKS /30 _F'T_ 4 ENGINEERING 4'STREETS 4WATER. SEWER +BUILDING* Mound drawn eek&, ene ra DA NJD d.,te lue nut, KPG I<iplin.2 CCsign N!3t1E. 4e 3'.k tik0 i� NA 2C0 �,Nn 5164 ralm CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 1 JOINT UTILITY TRENCH PLAN 53RD AVE S STA 10+00 TO STA 14+50 (s\ 4/96/ta s 14411/ 00614G u 85 100 p !N`R'„ G0 DWG date °Lee. PLAN 0 10 20 40 60 SCALE IN FEET UTILITY LEGEND -'MEIN .064T UTILITY TRENCH SERY10E CONVERSION UNE iea SCL HANDHOIE(VAULT S0'. PRIMARY SERMCE VAULT COMCAST PEDESTAL COMC_AST HANDHC4E/VAULT CENTURH.7NK HANOHCLE/VAULT CEN1URYUNK PEDESTAL REMOVE EXISTING UNDERGROUND POKE AFTER CONVERSION COMPLETE UTILITY STRUCTURE TABLE ID STATION OFFSET STRUCTURE DESCRIPTION 10+2133 4495' LT TYPE 1 WSDOT HAND HOLE (Cat UGH11NG) 4118 10+22.10 142,52' RT TYPE 1 WSOOT HAND HIXE (CITY LtGM71NGj H16 TT+9255 T582' LT 233—LA HD SCl ANHOLE H6 11+92.55 15.82' LT 577—LDA SCL YAULT DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION PZJBLIC W©RKS Z?t PT_ *ENG[VEERING*STREETS*17+ATER*SEWER*BUILDING* dc5i2+ed draw, atrired SCL KPG 6Cl date ,z.t7 12,7 Interdisciplinary Design 313,DC4. :xl€Isv .iµxc�. CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT- JOINT UTILITY TRENCH PLAN 53RD AVE 5 STA 10+00 TO STA 14+50 /3fj 4I++18 914415 1/(1+44 wale I.e Nate I r,Eucus date matte LOW-Vau0E (480 VOLTS) CO4DLNTS SHALL BE FARTHEST FROM THE FACE Of THE POLE, CO1nn1IT ON POE (COMAE RISERS) 1. POLE STANDOFF BRACKET *INSTALL 9' ABOVE GROUND. .uSE THREE (4'104) LAG SCREWS. MUCH MATH NOTCH IN POLE —�- 2. CONDUIT RISERS .RIGID STEEL FIRST 10' *4.5' SPACING NGIRMN CONDUIT & POLE AND I' BETWEEN CONDUITS *CONDUITS SHALL RISE VER11CA0LY FROM TRENCH. 3. TAPE CONDUIT *TAPE 8' ABOVE AND BELOW THE GROUND UNE, USE VINYL PIPE WRAP TAPE ONLY. 4. FI90W A7 PAM OF P01 F +RIG@ STEEL •90 DEG BEND MIN. 4' RADIUS 6N0 BENDS ABOVE MADE DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION HMI —VOLTAGE (26.000 VOLTS) CONDUITS SHALL BE NEAREST TO THE FACE 00 THE POLE. 4.5' 8EIWEEN POLE AND CONDUIT SJY BIRD'S EYE VIEW ^YNCAL CONOiIIT—N1S[N INSTALLATION COVER ODCASRE N0. 23-2436P 350 LBS VAULT OLDCASTLE NO. 233—BL 1,750 LBS. —� ISOMETRIC VIEW 233—LA HANDHOLE (H02, H03, H05, H06, H07, H08, H09, H10, H11, H14, H15, H16, H17) NTS M 22.5 DEG RIG) STEEL BEND (4' MIN. RADIUS) -- GRADE POLE PROFILE TYPICAL DETAIL r 1.1EGRLE RICKOU1 1' GAM. SMOOTH UFT HOLE 6 PLACES - COVER OLOCASTLE N0. 55-42C 766 LBS. VAULT OLDCASTLE N0. 504—BL PSE /7663900 2,950 LBS. — ISOMETRIC VIEW 574—LA HANDHOLE (H04, H12, H13). NTS Na. O CON05310 SIZE FROM TO 1 2' SON 40 CONDUIT H19 INTERCEPT CONCERT TO ME WEST OF PROPOSED HANDHOLE 1 2' SCH 40 CONDUIT H19 INTERCEPT CONDUIT TO THE EAST OF REMOVED Ek1571NG NANOH0E 2' SCH 40 CONDUIT N78 INTERCEPT CONDUIT TO THE EAST OF PROPOSED HANDHOLE 1 2' SCH 40 CONDUIT H18 INTERCEPT CONDUIT TO ME WEST OF REMOVED E0S1NG HANDHOLE _. DIA4. THREADED . UFT HOE FOR A. ) EYE BOLT 42 TLE 0— 80. 0. 5 LBS 600 LBS tee, aLt Let CITY OF TUKIWLA STREETLIGHT CONDUIT TABLE —(4) 8' RIBS ' W7' 1-1/2' DAM. UFT HOE OIDCA51LE N0. 4220—HD 680 LBS LEI ISOMETRIC VIEW 577—LDA HANDHOLE (V01, V03, VO4, V05, V06), NTS FULL 180 DECREE OPEN — COVER OLDCAS1LE N0. 5711-2-332—OV 2,100 LBS. HINGE ODE --J§' PULLING IRON 2 PLACES IN EDGE 4 W' 0AM. NNOMOUT 6 RACES IN PNIDER INSERT E SIDE ONLY VAULT OLDCA511E N0. 577-61 6,600 LBS. -LeREMOVABLE577 BINDER WALL 876 LBS. LTRLIC WORKS i— ENGINEERING *STREETS *WATER+SEWER*BUILDING * deshed Hawn checked rm31 Weld t5-1. no 5 SCL 11PB 5CL dare KPG :nierataciM-ary Design. 1111..10:—u,R,8 `at4 as6'0101L gg a ,HA 1 1�;1, , pc... won, cool CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT - JOINT UTILITY TRENCH DETAILS 33 lile 00 '1501,014<01105 Halo no 4101 dale 0113111 �i#y uI unwna 53rd Avenue South SCI Infrastructure LLC ,\�\. \,.-. \ \���\\\\\ .�� \�\\�% � \�\ 53rd Avenue South Delay and Strike 08 Apr 18 08 t1-Apr 19 2 III!. ,. € -{i ��� ilii t - r , - \\�\�\\*\\\�\\\ \�-\�\\ \\\ \\�\ \\�\\ \� \\\��\ \.\ \- - \\,\ emu �ti~\-.;c \,\� i\\ \\`\\ �\�\.\\� \� \\\�F.\ Rtt-I - ` \�„,„,,4- . ,,,\\,\ I Notice to Proceed A1010 09-Apr-18 Of 09-Apr-18 ( 1 A1020, Mobilization _A1020 10-Apr-180f 12-Apr-18 ( 3 A1010 _A1000 121-Ma Notice to Proceed Mobilization _ Y -18 04 PM Prec n o struction - - Submittals A103.0 10-Apr-_18 of 21-May-18 30 A1010 Initial Surveyand Locates - -_ A1040 10 Apr 18 OF 11 Apr-18 C 2 A1010 - 1 Place VMS Boards for Notification A1070 10 Apr 18 O£ 10-Apr-18 ( 1 'A1010 Submittals Initial Surrey and Locates - Place VMS Boards for Notification - - - - Site PreparattoatErosiQn Control- . V�y, , A„_s 13-Apr-18 0€ 03-Apr-19 t Install BMP's per SWPPP and Site Preparation Plans A1000 13 Apr-180f 16-Apr-18 C 2-A1020-A1080, Utility Potholing A1009 17-Apr-18 0£ 30-Apr-18 ( 10 A1000 A1080 - . tall BMP's per-SWPPP and Site Preparation Plans - - Utility Potholing - - - - - - - ----- '- ---- -- �_ �;_ tQ1-Cv14y-1$Ei--t15-May-1$ :-- 'fS - _ ] --._i Install Side Sewer Laterals with Main Repairs STA 11+58 7 to 18+75.42 A1080 01-May-18 0 07-May-18 - 5 A100C A1090 Install Side Sewer Laterals with Main Repairs STA 18+75.42 to 29+76.53 A1090 08-May-1S 0 15-May-18 6: A1080 A1105 Water __ _ --_ l"�115-May-1804 PM, Sewer Install Side Sewer Laterals with Mein Repairs STA 11+58.7 to 18+75.42 Install Side Sewer Laterals with Main Repairs STA 18+7542 to 29+76.53 - j Install Temporary Waterline 53rd 10+00 to 18+00 A1105 16 May-18 0 24-May-18 7 A1090-A1106, - Pressure test and Purities for Temporary Water Lines A1106 25-May-18 0 29-May-18 3 A1105 A1107 Install Temporary Connections 4" to 8" S139th. Cut and Cap 142nd and 53rd A1107 30-May-18 0 30-May-18 1 A1106 A1109 Water 53rd Ave STA 44+77.94 39+40 A1108 25-May-18 0 28-May-18 2 A1105 Cut and Cap 144th Connect Services to Temporary Service Line STA 10+00 tc A1109 30-May-18 0 31-May-18 2 A1107 A1150 Install Water Main, Services and Appurtences 53rd 32+00 to 10+00 A1150 01-Jun-18 Of 12-Jun-18 ( 8 A1109 -A1160 ' - pP_ l install t - - s ( Temporary Waterline' 53rd 10+00 Pressure test and Purities for Temporary Install Temporary Connections 4" to 8" Water 53rd Ave STA 44+77.94 39+40 fo 18+00 Water Lines S139th. Cut and Cap 142nd and 53rd , to Temporary Service Line STA 10+00'to 1 Appurtences 53rd 32+OOto10+00 Project Delay A1160 13-Jun-18 Of 18-Jul-18 0 26 A1150 -A1161 - Fill Flush and Purities 137th to Interurban 'A1161 23-Jul-18 08 26-Jul-18 0 4 A1160 A1162 Water Interurban Connections to 53rd Ave S. A1162 27-Jul-18 08 08-Aug-18 • 9 A1161 = A1242 Project Delay Fill Flush and Purities 137th to Interurban f t -- Trench Preparation with HMA Paving A1163 20-Sep-18 0 24-Sep-18 3 A1243 A1164 Install Water Man Services Appurtences Water Interurban } ConrectiMS to 53rd Ave S. Trench Preparation with HMA P and 53rd to 32+00 to 10+00 Post De A1164 25-Sep-18 0 19-0ct-18 ( 19 A164C A1170 Fill, Flush Test Purities 144th to 53rd STA 18+00. A1170 22-Oct-18 Of 24-Oct-18 ( 3 A1164 A1180, - Fill Flush and Test Purities 53rd STA 18+00 to 32+30 A1180 23-Oct-18 of 25-Oc1-18 ( 3. A1170 A1210 Connect to existing Cutover Services 144th to 18+00 A1200 25-Oct-18 of 29-Oct-18 1 3 A1170 Connect to Existing Cutover Services 18+00 to 32+30 A1210 26-Oct-18 Of 31-Oct-18 ( 4 A1180 } - - i 1 1 ; `' I Install Water Man S Fill. Flush Test Pu Fill Flush and-Tes ' Connect to exist - - Connect to.Exir Excavate Set Vaults for Seattle City Light Excludes Handholds A1230 25-May-18 0 01-Jun-18 1 6 A1105 A1240 Begin JUT STA 32+00 to 144th A1240 04-Jun-18 0t 12-Jun-18 ( 7 A1230 A1241 Project Delay A1241 6-'- Excavate Set Vats for-�}eattle City Light Excludes - 't-- Begin.JUT SFA 32+QO to 144th - Handholds 13-Jun-18 0t 18-JuI-18 0 26 A1240 A1161 Reset Vaults A1242 09-Aug-18 0 20-Aug-18 8 A1162 A1640 ") Project Delay €gam _ Rest Vaults and Install Crossings with new bends A1243 10-Sep-18 0, 19-Sep-18 8 A1640 A1251, JUT 32+_00 to 144th Post Delay Reset jam- Vaults R Rest Vaults and Install Crossing A1251 24-Sep-18 0 18-Oct-18 ( 19 A1243 A1280, Secondary From Handholds to Services STA 32+00 to 18+00 A1280 ' 19-0ct-18 0f 30-Oct-18 ( 8 A1251 "A1290 Secondary From Handholds to Services STA 18+00 to 9+77 A1290 31-Oct-18 0f 06-Nov-18 5 A1280 A1620 Private Services j _ - - i _ JUT 32+_00 to 144th ':- Secondary Fron - _ Secondary F A1300 10-Oct-18 Of 13-Nov-18 26 A1251 A1620 - Overhead to Underground Conversion ---- 1 €-- - , s - - - ovate S --_.... 9 A1620 23-Nov-18 0 14-Feb 191 60 A130C A1630 Complete Conversion A1630 14 Feb 191 0 A1620 : 1 .._ _ .:.'ftI411110q'.:.::'.. -_.. .,,.., :: Operator Strike 07-Sep-18 PM Labor Strike 1 A1640 22 Aug 18 0 07-Sep-18 13 A1242 A1164, ff 5rator S ke Install Storm Drainage CB 31 Flow Splitter to Type 1 CB 149 A1310 15-Oct 18 Ot 02-Nov-18 15 A1251 A1350, Install Storm Drainage Crossing and Side Street Inlets A1320 05-Nov-18 0 12-Nov-18 6 A1310 A1330 - Install Storm C 1 Instal( Sto ® Primary Baseline A- Remaining Work • • Milestone Page 1 of 2 TASK filter: All Actties (c) Primavera Systems, Inc ® Actual Work t Critical Remaining Work 7I.1 Summary City of Tukwila stN it Install Yard Drains - a▪ nd Gutter Drains Install Modular Wetlands with Outfall. Structure Excavation A for Walls Install Wall #11 Install Wall #24 Install Wall #10 and #23 Install Wall #7 Install Wall #6 and Wall #3 City Electrical Install Light Bases and Handholds Install lights and Wire Roadway H d B HMA d Avenue South A1330 13-Nov-18 0 16-Nov-18 A1340 19-Nov-18 0 21-Nov-18 4 A1320 A1340 3 A1330 A1420 A1350 31-Oct-18 01 20-Nov-18 15 A1310 A1360 A1360 21-Nov-18 0- 27-Nov-18- 5' A1350 A1370 A1370 28-Nov-18 0 30-Nov-18 3. A1360 A1380 A1380 03-Dec-18 0 07-Dec-18- 5 A1370 A1390 A1390 10-Dec-18 0 12-Dec-18 3 A1380 A1400 A1400 13-Dec-18 0 18-Dec-18 4 A1390 . A1440, 19-Dec-18 0 03-Apr-19 ( 76 A1420 19-Dec-18 0 01-Jan 191 10 A140C A1430 A1430 26-Feb-19 01 04-Mar-191 5 A148C oa way ar scapas, esas, ,19-Dec-18 0 i 25-Feb-19 I ! €9 Roadway Excavation and Subgrade 32+00-10+00 A1440 19-Dec-18 0 01-Jan 191 I 1 Place and Compact Crushed Surfacing CSTC and CSBC 32+00-1. A1450 02-Jan-19 01 11-Jan-19 Place Concrete Curb and Gutter 32+00-10+00 RT/LT A1460 14-Jan-19 of 17-Jan-19 1 Place HMA Base Course : A1461 18-Jan-19 01 24-Jan-19 ( Fine Grade for Driveways and Sidewalks A1470 25-Jan-19 Ot 07-Feb-19 1 10 A1461 Place Concrete Sidewalks and Driveways and Handrails A1480 05-Feb-19 01 25-Feb-19 1 15 0A1400 A1450 8 A1440 A1460 4 A1450 A1490, 5 A1460 A1470 A1480 A1470 A1500, 14 Jan-19 0i 03-A r-19 ( 581 Irrigation Sleeves A1490 14-Jan-19 0i 15-Jan-19 Install Irrigation A1500 26-Feb-1901 07-Mar-191 Install Topsoil A1510 08-Mar-1901 15-Mar-191 Install Plantings A1520 18-Mar-19 01 27-Mar-19 1 Landscaping 2 A1460 8 A148C 6 A1500 8 A1510 A1500 A1510 A1520 A1540 Place HMA Wearing Course with Driveways A1540 28-Mar-19 01 29-Mar-19 1 2 A1520 A1560 Place Channelization and Permanent Signage A1560 01-Apr-19 Of 03-Apr-19 ( 3 A1540 A1580 _ t ,tttt, ���� \\� tttt t \-,.._\ \ \t, \� ttta\\ tttt ,.- t \ �.t �� o~t - \tomt t \t Request Substanstial Completion A1580 04-Apr-19 Of 04-Apr-19 ( 1 A1560 A1590 a Punch List Inspection A1590 05-Apr-19 0£ 05-Apr-19 ( 1 A1580 A1600 Complete Punch List A1600 08-Apr-190f 10-Apr-19 ( 3 A1590 A1610 Final Completion A1610 11-Apr-19 of 11-Apr-19 C 1 A1600 SC I Infrastructure LLC Struc In: Primary Baseline Remaining Work • • Milestone Actual Work Critical Remaining Work Summary Page 2 of TASK filter. All Activities Icl Primavera Systems, Inc CONTRACTOR'S PROPOSAL / COST ESTIMATE SCIInfrastructure, LLC 8/10/2018 Mike Mayfarth KPG Engineers 2502 Jefferson Ave Tacoma, WA98402 Re: RFP 001 Illumination Changes Revision #1 1801-: 53rd Ave S, Tukwila - 99911031 [TIB 8-1-116(012)1] Serial Letter 1 Dear Mike: SCI Infrastructure LLC, is writing in regards to RFP 001 Illumination Changes. Not utilizing these bid items creates a cost issue for SCI. SCI's subcontractor AES procured materials for delivery to not hinder schedule and avoid costly material increases. SCI is asking for Bid Items C14, and C17 materials be paid for under the MOH invoices. Bid item C30 will not have cost at the vaults were ordered and never shipped. Attached is a breakdown for the two added Type 2 Junction Boxes from SCI's subcontractor AES. The subcontractor cost complete the work and burden the cost of materials that are not able to be returned is $11,842.76. Add 12% for SCI markup $1,421.13. For a total of $13,263.89 Please issue SCI a change or in the amount of $13,263.89 for the additional Type 2 Handholes and Non Returnable MOH If you have questions or need additional information please call our office at 206-242-0633 Sincerely, SCI Infras Tyson Lashbrook Project Manager 2821 5 154th Street, SeaTac, WA 98188, P206-242-0633 / F206-242-0792, SCIINL*993JA DATE 5/16/2018 0:00 PCO #RFP 001 CONTRACT* 99110301 DESCRIPTION OF WORK: RFP 001 LABOR EQUIP & MATL SUBCONTRACTOR SPECIAL FORCES BOND, INSURANCE, B&O, ETC SUMMARY MU % 52,496.42 29.00% $7,125.93 21.00% $0.00 6.00% $0.00 6.00% SUBTOTAL + OTHER SUBTOTAL O 1 GRAND TOTAL MARKED UP TOTAL $3,220.38 $8,622.38 50.00 50.00 $11,842.76 50.00 $11,842.76 50.00 $11,842.76 LOCATION DESCRIPTION QUANTITY U/M SUBTOTALS -> C $9,62235 0 D RATE E AMOUNT $2,496.42 LABOR $7,125.93 EQUIP & MATL SUB $0.00 $0.00 SPECIAL FORCES L Add 2 Type one WSDOT handholes Pipe and fittings Labor Journeyman Groundman Labor Tool Truck Materials Bid Item C-15 Materials Bid Item C-17 Copy of RFP001-2 8/10/2018 1:46 PM 200 1.00 18.00 18.00 1.00 1.00 1.00 E E E E E LS 340.00 224.00 83.72 54.97 400.00 3949.93 1872.00 Page 1 L L L 680.00 224.00 1,506.96 989.46 400.00 3 1,872.00 622.35_ 1,506.96 989.46 2,496.42 680.00 224.00 400.00 3,949.93 1,872.00 7,125.93 0.00 0.00 Sheet1 SUPPLYNil cusu; 1103 SHIP TC: TUKWILA, WA 98168 eILLTo. AMERICAN ELECTRICAL SERVICES PO BOX 1350 BUCKLEY, WA 98321 TACOMA 1311 S. Tacoma TWA 98409acoma Y ELECTRIC Phone: (253) 475-0540 1�9 REMIT TO: INVOICE uPC VEt 0R 1 (AMINO. 000000 04/26/18 2821267.00, PA. NO, PAGEM 1892 1 Tacoma Electric Supply Inc PO Box 84257 Seattle, WA 98124-5557 g l lRUCitiC)N8 TSB 253.217.6431 VAR1ONET25TH sHiP Pthit BHP VIA si IPPED ** Drop Ship ** DIRECT 04/26/18 .0. 1 PVC20020FT PVC CONDUIT SCH 40 2" 20FT 2 PVC200SCH80 PVC CONDUIT SCH 80 2" 10FT 20' lengths * 340 0 340."C 182.92 (j/ 1' i 621.93 3 PVC3005Cti8020FT PVC 3" SCHED 80 20FT 4 PVC30020FT 2600 0 2600" C 128.00 C/ 3328.00 PVC CONDUIT SCH 40 3" 20FT 12400 0 12400 C 177.00 948.00 5 PUC40020FT PVC CONDUIT SCH 40 4" 20FT 6 CAN5335967 2000 2000 0 each 0.79674 0.00 4X2 BASE SPACER 7 CAN5336019 2000 2000 0 each 0.93200 0.00 4X2 INTER SPACER 8 CAN5335964 2000 2000 0 C 0.73629 0.00 3X2 BASE SPACER 9 CAN5336020 2000 2000 0 each 0.69551 0.00 3X2 INTER SPACER 10 CAN5133828 72 72 0 each 1.45 0.00 2-IN 90D PVC ELBOW 11 CAN5144008 72 72 0 each 2.28 0.00 2-IN PVC END BELL 12 CAN6141628 144 144 0 each 0.34100 0.00 '2-IN COUPLING 13 CAN5 050 258 258 0 each 1.11 0.00 3- FEMALE ADPTR 14 400 132 132 0 each 1.45 0.00 C 1 N PVC FEMALE ADPTR AMOUNT 14 Lines Total 4000 400 0 0 4000 C 400," C Qty Shipped Total 19740 THIS INVOICE MAY CONTAIN SALES TAX IF YOU BELIEVE YOU ARE EXEMPT FROM SALE8 TAX, PLEA8E EMAIL A COPY OF YOUR WASIINOTON STATE RE8ELLER'S PERMIT TO TAX/FACOMAELECTRIC.COM OR FAX TO 2834764204. 67.00 43 2580.00 102.28 # 7 3 409.12 Total 28987.05 Invoice Total 28987.05 Cash Discount 579.74 If Paid By 06/10/18 L8t Page All sales are subJeot to the terms & conditions found on our we elte www.tacomaelectrlo.com. For a hard copy call (253) 476-0540 T 1 CUSTJ: TACOMA 1311 S. Tacoma Tacoma, WA 98409 Way ELECTRIC Phone: (253) 475-0540 $UPPLY 1103 SHIPTa 1892 53RD AVE SO TUKWILA AMERICAN ELECTRICAL 3608292149 53 AVE SOUTH - ROADWAY TLKWILA, WA 68 BILL TO: AMERICAN ELECTRICAL SERVICES PO BOX 1350 BUCKLEY. WA 98321 REMIT TO: INVOICE UPC VENDOR INVOICE Dew 000000 ORDMRNO. 2824680-00 Tacoma Electric Supply Inc PO Box 84257 Seattle. WA 98124-5557 RAGE INSTRUCTIONS VAR1ONET25TH smpPoim SIMPVIA SHIPPED Tacoma OUR TRUCK PRODUCT AND DESCRIPTION QUANTITY ORDERED CUANTITY B.O. Or.. SHIPPED OTT. UNIT PRICE 1 GAL30036R900 24 GALV RIGID ELBOW 90° 3" 36" RADIUS 2 GAL4004E1R900 . 42 GALV RIGID ELBOW 90° 448" RADIUS 3 GAL40036R22120 164 GALV RIGID ELBOW 22-1/2° 4" 36" RADIUS 0 24 E Ci 18712200 0 42 " E 150.00' 6300.60 0 164 E 102.00,, 01 16728.00 3 Lines Total Qty Shipped Total 230 THIS INVOICE MAY CONTAIN SALES TAX IF YOU HEUEVE YOU ARE EXEMPT FROM SALES TAX, PLEASE EMAIL A COPY OF YOUR WASHINGTON STATE RESELL-ER*13 PERMIT TO TAXGTACOMAELECTRIC.COM OR FAX TO 283476.1264. Total 24900.00 Invoice Total 24900.00 Cash Discount 498.00 If Paid Within Terms Last Page All sales are subject to the terms & conditions found on our website wwwtacomaelectricycom, For a hard oopy call (253) 475-0540 ADDl'1TONAL BACKUP SC nfrastructure, LLC 9/27/2018 Mike Mayfarth KPG Engineers 2502 Jefferson Ave Tacoma, WA98402 Re: Request for Extension of Days 1801-: 53rd Ave S, Tukwila - 99911031 [TIB 8-1-116(012)1] Serial Letter 2 Dear Mike: SCI Infrastructure LLC, is writing in accordance with section 1-08.8 of the standard specifications. SCI is requesting 13 working days be added to the contract for the delay associated with the operators union. The labor strike effected all trades in King County including laborers, teamsters, masons, electricians. With the picket lines in place all labor work was stopped due to the ethics followed by the supporting members. The attached schedule is updated showing the impacts of the delay and SCI's anticipated completion of the project on April 10th, 2019. Please issue a no cost change order for 13 working days associated with the labor strike delay If you have questions or need additional information please contact our office at 206-242-0633 Sincerely, SCI Infrastruc ure, LLC /of Tyson Lashbrook Project Manager 2821 5 154th Street, SeaTac, WA 98188, P206-242-0633 / F206-242-0792, SCIINL*993JA 18-045(b) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 DATE: August 21, 2018 BUDGET NO.: 103.98.595510.65.00 PROJECT NO.: 99110301 CONTRACT NO.: 18-045 )0 PROJECT NAME: 53td Ave S Project TO: SCI Infrastructure, 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 c1/2 -/1 io( Tys Lcs14sc? By S.s+ n M C.Ca a n Original Contract Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT 7.V Original Contract Time:.24 Working Days p Additional Contract Time for this Change Order ?,Day pdated Contract Time:.241 Working Days Contractor: Tyson Lashbrook, SCI, Inc. V ' l Cgs4 Title Qf �,� ee.÷ /4,41n Cr' $ 5,953,249.60i APPROVED BY THE CITY OF TUKWILA $ 544,863.10 $ 4,320.00 / Byd1,4f $ 6,502,432.70 / City Engineer Date 0 C_-h3 her- 5 , Pe) Allan Ekber-, Mayor k� P Hari Ponnekanti, P.E. IGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File aZ/6ircr.e-S (11/2014) Change Order 2 Page 1 of 3 Project Number: 99110301 Project Owner: City of Tukwila Project Name: 53rd Ave S Change Order Number: 002 Prime Contractor: SCI, Inc Subcontractor: 0 Ordered by the Engineer under the terms of section 1-04.4 of the Standard Specification ❑ Change proposed by Contractor Endorsed by Contractor Date Surety Consent (if required) Attorney in Fact Date Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change $5,953,249.60 $6,498,112.70 $4,320.00 $6,502,432.70 Original Contract Duration Current Contract Duration Additional Days this Order Proposed Contract Duration 215 Working Days 241 Working Days 0 Working Days 241 Working Days Approval Recco ed ❑ Approved ❑ Approval Reccommended ❑ Approved Project E gineer - Michael Mayfarth, KPG ' 7, A - Contractor - Tyson Lashbrook, SCI, Inc , Da Date ❑ Approval Reccommended ❑ Approved ❑ Other Approval When Required Project Owner - Steve Carstens, City of Tukwila Signature Date Date Representing Change Order 2 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: Root barrier is identified on the plan sheets for the street tree wells. No bid item is identified to include the root barrier as incidental. The Contractor submitted RFI 013 identifying this issue. Reason/Justification for Change: No measurement and payment was identified for Root Barrier. Description of Change: New Items Added: Add new item: CO2-01 - Root Barrier Add 360 LF Contract Items Added/Deducted: N/A Working Days: Zero (0) additional working days are added to the contract time. Change Order 2 Page 3 of 3 Measurement: Measurement for New Item #CO2-01 will be per LF. Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above -described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount Subtotal Existing Items: $0.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount CO2-01 Root Barrier LF 360 $ iz.00 $ 4,320.00 Subtotal Change Order Items: $4,320.00 TOTAL CHANGE ORDER AMOUNT: $4,320.00 ORIGINATING DOCUMENTS MPG REQUEST FOR PROPOSAL SEAT ILE •TACOMA DATE: 5-10-18 BUDGET NO.: - PROJECT NO.: 99110301 CONTRACT NO.: PROJECT NAME: 53'd Ave S SUBJECT: Add Root Barrier Bid Item SPECIFICATION REF: PLAN REF: Vol 1 shts 72 - 77 ATTACHMENTS: - TO: PRIME CONTRACTOR • Provide proposal and time impact analysis, within fifteen (15) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: RFI 013 brought up the item Root Barrier as called out on the plan sheets. It was determined that it was missed in the specifications and a new bid item is needed. Please provide pricing to furnish and install root barrier per the contract plans. MEASUREMENT AND PAYMENT: Provide a per LF price for furnishing and installing Root Barrier. The estimated quantity is 360 LF. By: Michael Mayfarth, KPG Date: May 29, 2018 CC: INDE ' ENDENT COST ESTMATE CHANGE ORDER 2 INDEPENDENT COST ESTIMATE KpG SEATTLE - TACOMA Project Name: 53rd Ave S Project No: Date: 99110301 Change Order Number: CO2 8/21/2018 Description of Work: Add Root Barrer Bid Item Prime Contractor: SCI, Inc Sub -Contractor: 0 LABOR OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS WWR HOURS WWR • SUBTOTAL -LABOR: LABOR OVERHEAD & PROFIT @ 29% . LABOR TOTAL $ $ $ - EQUIPMENT EQUIPMENT OR ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL $ $ - $ - MATERIALS MATERIALS QUANTITY UNIT PRICE DOLLAR AMOUNT $ - $ - $ - Quantities as measured in the field SUBTOTAL - MATERIALS Price per invoice MATERIALS OVERHEAD & PROFIT @ 21% MATERIALS TOTAL $ - $ - $ • SUBCONTRACTOR TOTAL SUBCONTRACTOR WORK QUANTITY UNIT PRICE DOLLAR AMOUNT $ $ SUBTOTAL - SUBCONTRACTOR $ SUBCONTRACTOR MARKUP @ 12% $ SUBCONTRACTOR TOTAL $ - - - TOTAL ENGINEER'S ESTIMATE FOR CO2: $ - Summary of Negotiation: Date Notes Contractor's Proposal: $ 4,320.00 Engineer's Estimate: $ - Accepted Cost: Prepared By: Michael Mayfarth Date: 8/21/2018 Title: Resident Engineer Approved By: Date: Title: CONTRACTOR'S PROPOSAL / COST ESTIMA'1I, SIIInfrastructure, LLC lfeipi Bui, d he.Northwest August 9, 2018 Mike Mayfarth KPG 2502 Jefferson Ave Tacoma, WA 98402 Re: Root Barrier — Request For Proposal Pricing Dear Mr. Mayfarth, This letter is in response to your Request For Proposal — Add Root Barrier Bid Item, dated May 10, 2018. The LF price for furnishing and installing root barrier is $12 per LF. Thank you, SCI Infrastructure, LLC 2821 South 254th Street, SeaTac, WA 98288 Office 206-242-0633 / Toll Free 800-255-0633 Fax 206-242-0792 www.sciinfrastructure.com Contractor License SCIINL*993JA Change Order # 02 Change Order Checklist 0 Change Order ❑ WSDOT LAG Change Order Checklist E Originating Documents (Verbal Approval, i.e. CCD, email, memo to file) ❑ Independent Cost Estimate (ICE) 0 Contractor's Proposal/Cost Estimate (RFP — Request for Proposal) ❑ Time Impact Analysis (TIA) E Back Up Date Sent to Contractor: Date Signed / Acknowledged by Contractor: Date Approved by Agency: Date Fully Executed Copy Sent to Contractor: 18-045(a) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: August 16, 2018 BUDGET NO.: 103.98.595.610.65.00 PROJECT NO.: 99110301 CONTRACT NO.: 18-045 PROJECT NAME: 53rd Ave S Project TO: SCI Infrastructure, 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 aboye ancl,belox. \ ,,ed e t"'"ct ACCEPTED: Date IDA )5 Contractor: Tyson Lashbrook, SCI, Inc. By 444CI-; Title ?(=(',) e qjei Original Contract (without tax) $ 5,701,847.00 Previous Change Order $ 0.00 Date - /18 This Change Order (without tax) $ 544,863.10 Byi144" REV. CONTRACT AMOUNT $ 6,246,701.10 Original Contract Time: 215 Working Days Additional Contract Time for this Change Order: 26 Day Updated Contract Time: 241 Working Days APPROVED BY THE CITY OF TUKWILA City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) 1FC1PC4� Change Order C62CQ'st LZ Change Order LJ VVSOOTLAG Change Order Checklist L� Originating Documents (Verbal Approval, i.8.CCD, email, memo tofile) Z, Independent Cost Estimate /|[E\ 2 Contractor's Proposal/Cost Estimate (RFP—Request for Proposal) LJ Time Impact Analysis (T|A) Fil Back Up Date Sent to Contractor: Date Signed / Acknowledged byContractor: Date Approved bvAgency: Date Fully Executed Copy Sent mContractor: CI'IY OF TUKWILA CHANGE ORDER #1 ��Q~ ��"�^� � n�mx�8����� ����m�� � «�~ _ Page I of 3 Project Number: 99110301 Project Owner: City ofTukwila Project Name: 53ndAve S Change Order Number: 001 Prime Contractor: SCI,/nc Subcontractor: AESBec%rc Ordered by the Engineer under the terms of section 1-04.4 of the Standard Specification Change proposed by Contractor Endorsed by Surety Consent (if required) Attorney in Fact Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change $5�54,217.10 $5'954217.10 $544,863.10 $6499,08020 Original Contract Duration Current Contract Duration Additional Days this Order Proposed Contract Duration 21SWorking Days 21S Working Days 2GWorking Days 241 Working Days F71Approval Reccommended FlApproved [] Approval Reccommended El Approved Project Engineer ' Michael K4ayfarth'KPG Contractor ' Tyson Lashbronk,6C|'Inc Date Date E.'Appnova|Reccommended El Approved FlOther Approval When Required Project Owner Steve Carstens, City ofTukwila Signature Date Date Representing Change Order 1 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Background: See RFP 003 - SCL Conduit and Vault Change. Due to the constraints of existing utilities, maximum conduit bend limits and the elevations of hand holes and vaults; the JUT plan sheets have been revised and coordinated with Seattle City Light for approved vertical bend locations. The Storm sheets 25 and 26 have also been revised to provide more clearance under the storm run for the secondary conduits at SCL V01. All of the revised plan sheets are attached. During the installation of VO1 SCI was halted by SCL due to the installation of back to back 22.5 degree bends on the 4 inch primary conduits. The close bends caused the pulling tension calculations to exceed the allowable limit. SCL requested the locations of all vertical bends. KPG, the City and SCI met with SCL to work through the conduit routing. KPG compiled a revised set of plans along with a "bend sheet" table that identified all of the vertical bends required to route the conduit from the JUT to each vault and hand hole. This table and the revised plan sheets is the basis of the added work and thus the change order. Reason/Justification for Change: The added work is to accommodate the requirements of SCL and allow for the installation and subsequent approval of the complete infrastrucutre by SCL. The additional days and impacts from the delay of the work are related to the time required to achieve approval from SCL. Description of Change: New Items Added: Add new item: C01-01 - Scope 1 Add new item: C01-02 - Scope 2 Add new item: C01-03 - Scope 3 Add new item: C01-04 - Scope 4 Add new item: C01-05 - Scope 5 Add new item: C01-06 - Scope 7 Add new item: C01-07 - Scope 8 Add new item: C01-08 - Scope 9 Add new item: C01-09 - Scope 11 Add new item: C01-10 - Scope 15 Add new item: C01-11 - Scope 16 Contract Items Added/Deducted: N/A Add 1 LS Add 1 LS Add 1 LS Add 1 LS Add 1 LS Add 1 LS Add 1 LS Add 1 LS Add 1 LS Add 1 LS Add 1 LS Working Days: Twenty-six (26) additional working days are added to the contract time. ��� ���� � m�uu��]�K�e Order � m� Measurement: Measurement for New Item #01-01will beper LS. Measurement for New Item #CO1-02will beper LS. Measurement for New Item #01-Bwill beper LS. Measurement for New Item #01-04will beper LS. Measurement for New Item #01-OSwill beper LS. Measurement for New Item #CU1-O6will beper LS. Measurement for New Item #CO1-07will beper LS. Measurement for New Item #CU1'U8will beper LS. Measurement for New Item #[O1'O9will beper LS. Measurement for New Item #CO1-10will beper LS. Measurement for New Item #CO1'11will beper LS. Page 3 of 3 Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider ma,k-up, overhead and profit required to furnish, install, and successfully complete all work for the above -described tasks SUMMARY OF QUANTITIES Bid Item Adjustments _Existing .~_"_~..'����~_`~�-~ �� � � �� ` .� .~' .==~~�._ v*~��w� N�°~~- �^ , ,~ Amount . Subtotal Existing Items: $0.00 Change Order Items �" Item No. �u�m�m�m�n `^�` ` : ` .� �.�� ���:����~~—~_ ^~.'^ ~��* City. xUnit Price °�~oun"` [O1{1 Scope L3 l $ 33,s7.27 $ 33,573.27 C01-02 Scope LS 1 $ a\rssoo g 60\755.88 [0I-03 Scope L5 I $ 28,430.00 $ 28,430M C01-04 Scope LS 1 $ 125'554.46 $ 125'5s4A6 [01-05 Scope L3 1 $ 90,113.08 $ 90,113.08 C01-06 Scope LS 1 $ 43.815.31 S m'ozs.sz [U1'07 Scope LS 1 8,460.00 $ 8,460.00 [01-08 Scope LS 1 so'am,o $ 59,870.72 [01'09 Scope11 LS 1 $ 71'96230 $ n'yoz,ru C01'10 Scope15 LS 1 $ zz'onu.zs $ 12'e0&23 [01-11 Scope16 LS 1 $ y'*zyAs $ 9'419.45 Subtotal Change Order Items: $544,063.10 TOTAL CHANGE ORDER AMOUNT: $544,863.10 Change Order 01— Bid Item Description The descriptions listed below are from SCI and itemize the 16 Scopes of Work identified in the RFP. SCOPE) 01 --- Vault Rerncv,ii and Re.Sinstallr ti $33,573.27 LUMP SUM a ere The scope of this work includes all labor, equipment and materials necessary to remove the vaults, shore, perform additional excavation, fine grade and reset all of the 577-LA Vaults. SCOPE 02 — Furnish and Install Risers and Set Slope Riser to lish Grar: $60,755,88 LUMP SUM The scope of this work includes all labor, equipment and materials necessary to procure the required risers, install the risers to finish grade for all vaults and hand holes shown on the drawings. SCOPE. 03 De.mobilizaticrn From the Site and Rernobilization to the Site $28,4.30.00 LUMP SUM This price is inclusive of all costs for demobilizing and remobilizing equipment for SCI and AES. SCOPE 041 Standby tor Eiqui rr7ent end Trailers Onsrtre during the Delay $125,554.46 LUMP SUM This price is inclusive of all owned and rented equipment that was on site during the delay as well the critical project personnel who were not reassigned to new projects. SCOPE. 0.5 Crory sings frorrr Vaults to Mainhine. JUT lc inee ring vati $90,113.08 LUMP SUM This scope of work includes all additional labor, equipment, shoring, forming and dump fees required to excavate from the vaults (excludes V01) to the JUT and install the additional bends as specified in the revised drawings. Contract bid items will be used for all applicable items (conduits, bedding, shoring, CDF, FTB, trench backfill, etc.) with the exception of the items included in Scope # 11— Bends, Rigid Pipe and Couplers. In the event of any conflict with the design drawings and conditions encountered in the field, SCI will promptly write an RFI to obtain resolution. OPE.0C6. Remov NO COST its a V01 arir.E i eir stall intt(kill This scope of work will be conducted using existing bid items. In the event that an issue arises, the Schedule C Utility Conflict Resolution bid item will be used to track the time and materials associated with the resolution of the impact. 0C)PE.07 r t. for. E_ x t: rr $43,815.31 LUMP SUM This scope includes all labor and equipment necessary for the additional traffic control required which was incurred from the additional 26 working days. Page 1 of 3 Change Order 01— Bid Item Description ,SCOPE. (E)8 - St.irvey and $8,460,00 LUMP SUM rra,T f .7oc.iaated with kelc:ar.Eated Vaults and Hand This scope includes all survey required to perform the field layout of all plan changes and additions made as well as to re -stake all pertinent identified utility crossings and any survey which was destroyed during the delay. COPE 0) Acc:c lerr,ticrn l-irrre ifor 7irrr€ f..a°(t $59,870.72 LUMP SUM This scope accounts for acceleration costs for the (24) working days which were lost during the delay. (2) Hours of premium time, per lost day are accounted for to work overtime to make a good faith effort to make up for time lost to the delay. Please note that at this time SCI are unsure what schedule and availability impacts that other subcontractors may face as a result of this delay. Therefore, SCI requests a review meeting to quantify any potential additional subcontractor impacts near the completion of the JUT, as further acceleration may be required to try and satisfy the contract completion date. SCOPE. ,10 Additional VVorkirof C)ay4', 26 WORKING DAYS 26 additional working days are required account for the days incurred due to the additional work being added by the change order. SCOPE 11 Bends, piers $71,962.70 LUMP SUM This price includes all of the rigid pipe and couplers specified in the RFP drawings. The contractor will be allowed to use the previously purchased 22.5 degree bends in lieu of the identified 45 degree bends per the "Conduit Run Bending Quantification" spreadsheet as provided in the original RFP. The Contractor will be responsible for any impacts to existing and planned infrastructure due to the revised conduit path relating to the use of the reduced angle bends. SCOPE :1.2 steel Plate l it;ic::l ,at Sec(i y Wf-ere� Staacl< of (i.) (cnduil Enter and E::: xit FORCE ACCOUNT SCI requests to perform this scope of work on force account as SCI is unsure of the specific standards and time required to complete this scope of work. All efforts will be made by all parties to reduce the need for this work, however some Hand Hole and Vault locations cannot be adjusted to provide minimum cover depth per SCL Construction Standards. This is due in part to the limits applied by SCL to the amount of riser that is allowed on each Hand Hole and Vault. SCOPE 1.3 - (P tr> V01_ Excravraticari NO COST This scope of work will be conducted using existing bid items. In the event of any conflict with the design drawings and conditions encountered in the field, SCI will promptly write an RFI to obtain resolution. Schedule C Utility Conflict Resolution bid item will be used to track the time and materials associated with the resolution of the impact. Page 2 of 3 Change Order 01— Bid Item Description `: COL 114 mov it c 1 WOn;finally Ins NO COST This scope is covered under Scope 06 — Remove Conduits from V01 and Reinstall into JUT. (w"Q['f- .. Temporr ry i'and dernOv l c $12,908.23 Lump Sum Waterli r This scope includes resuming work (started 7/16/18) for the waterline on 139th, 52nd Ave S and Interurban Ave. The intent of performing this work out of sequence is to make a good faith effort to address the public complaints received from the existing gravel patches in the roadway. Performing this work requires us to perform additional water testing and pay additional paving costs. 1(OPE: lb Water IT k (:)")eIay $9,419.45 LUMP SUM This scope includes the water truck and driver which has been utilized daily for dust suppression during the (24) working days of the delay. . ntai (.h r c, r L.S Page 3 of 3 ORIGINATING DOCUMENTS PROJECT NO.: PROJECT NAME: SUBJECT: SPECIFICATION REF: | ATTACHMENTS: TO: PRIME CONTRACTOR ��m REQUEST FOR PROPOSAL ~�~�~� UX 7414Q � 99110301 BUDGET NO.: CONTRACT NO.: � 53mAve S DSC Delay Costs and Changes to SCL JUT and Vaults PLAN REF: Revised Plan Sheets for JUT and Storm Provide proposal and time impact analysis, within fifteen (15)days oruestated above for the scope ofwork NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: Due to the constraints of existing utilities, maximum conduit bend limits and the elevations of hand holes and vaults; the JUT plan sheets have been revised and coordinated with Seattle City Light for approved vertical bend locations. The Storm sheets 25and 20 have also been revised to provide more clearance under the storm run for the secondary conduits at 8CL V01. All of the revised plan sheets are attached. Also due to the above listed issues the contractor, SCI, was unable to continue work. The City or Tukwila is requesting pricing for a lump sum change order to address the following items; |. Vault Runo,u| and Kc-|umuUuhon, l Funnixhond |namU risers and set slope 6x`xm finish grade. I DuuoN|izu/ioohnmthe site ondKomvN|i«uh"omthe site, 4� Standby for equipment and traders vuxkedvrm.-the delay. 5. (roxuiouo from You|w to main|iocJUT Field GWincoingund f`zc,vohon k Kunon:[ondviIS 0,0111 v0\ and Reinstall inm)DT. 7, Traffic Control horExtra Work. 8, Survey and Engi"noiugnosoriutod with relocated vxv|m and hand holes. q, Acceleration Time k.,Time Lost. 10� Additional Working Days, I Bends, rigid pipc.and ouup|cm. 12. Steel P\otw.Rigid mSecondary where stack o[4conduitenter and xuk |I TP34*Y0lLumpQumExcuvu/ion' 14. Removal o[YOi BvodsOriginally |oomUcJondKeliocud. 15. Temporary Patch and Removal oil, Waterline. The fO|k]vvOg list provides clarification for the iDSt8|k]UoD of the GCL Primary and 88CDOd8[y conduits oOthe project. Theae items have been approved bvSCLand will b8the criteria the @C[ Inspectors will be looking for. SCL Conduit |DSt3|{aUOD Guidelines; 1. 12" Tangent of the elbow does count as part to the 2'min between bend and vault face. ��� REQUEST FOR PROPOSAL ~�~�~� UW 2.10' of separation isrequired between bends both horizontal and vertical onprimary conduits, The 12" tangent on the straight leg of the bend elbow (see SCL Std 7050.05) is included as part of the 10' minimum between bends. 3. The primary conduit run between vaults shall be a maximum 225-degrees per Contract Plans Vol 1 sheet 90 of 100 ncdeE2. 4. The secondary conduit run between vault and hand hole (or) hand hole to hand hole shall not exceed 270 degrees. 5. 5' of separation is required between bends both horizontal and vertical on secondary conduits. The 12''tangent on the straight leg of the bend elbow (see SCL Std 7050.05) is included as part of the 5' minimum between bends. O�12''ofPVC ioapproved between vault face and elbow. 7. 12^ofPVC is approved between hand hole face and elbow. 8.11.25degree rigid steel bend for 4^conduit shall bm48''radius. Additionally the {|dv will quantify and deduct the tracked inspection overtime hours for the additional working hours on the project to date from the total value of the change order. MEASUREMENT AND PAYMENT: Provide a Lump Sum Pricing for the above listed elements. By: Michael Mayfarth, KPG 53rd Ave 5 • Conduit Run Bending Quantifications Cog: Kelsey Anderson 6-25-18 (updated 6-29-18) Conduit route Bends per plan Additional deflection bends required Total Deflection Maximum Deflection Comments on Additional Bends Approximate Elevation at top of Mainline Trench below Existing Grade Approximate Elevation at top of Mainline Trench below Final Grade V01 H02 90 90 11.25 11.25 22,5 225 270 (1) 11 25 deg bend off face of V01. (1) 11.25 deg bend under storm to enter mill nline from V01, (1)22.5 deg bend off face of H02. Roll 90 deg horizontal bend 22.5 deg off mainline to H02. V01= 6.5' 1102= 6.5' V01= 5.4' H02= 7 5' V01 H03 90 90 11.25 11.25 22.5 225 270 (1) 11.25 deg bend off face of VOI. (1) 11,25 deg bend under storm to enter mainline from V01. (1) 22.5 deg bend off face of H03. Roll 90 deg horizontal bend 22.5 deg off mainline to H03. V01= 6.5' H03= 65' V01= 5.4' 1103= 6.75' V01 V03 90 45 45 11.25 191.25 225 (1) 11.25 deflection bend out of V03 under storm. V01=65' V03= 7.0' V01= 5.4' V03= 7.6' V01 5734 90 11,25 22.5 123.75 225 Deflect conduit down at 3 deg to horizontal 90 degree bend. Roil 90 degree bend. Roll 11.25 deg horizons 1 bend, (1) 22.5 deg deflection bend to meet TP34 conduit riser. 6' (a 90 bend 8.2' @ 11.25 bend 7' 9v0 90 bend 8,2' 7r 11.25 bend V03 VO4 45 45 45 45 11.25 11.25 202.5 225 (1) 11.25 bend out of V03. (1) 11.25 bend out of VO4. V03= 7.0' VO4- 7.0' 403= 7 8VO4= 8' V03 1406 45 45 90 11,25 22.5 213,75 270 (1) 11. 25 bend out of V03, (1) 22.5 deg bend off face of H06. Roll90 deg harm/Mai bend 22. 5 deg off mainline to H06. V03= 7.0' 1106= 7,0' V03= 7.8' 806" 7.8' V03 1-104 45 45 90 22,5 22.5 11.25 11.25 247.5 270 (1) 11,25 bend out of V03. Roil honzotal 90 deg bend off main Me at 11.25 deg sip 139th. Roll 22.5 deg horizontal bends as necessary. (1) 11,25 bend out face of H04. V03= 7,0' H04= 6,5' V03= 7,8' H04v 6.5' H06 H07 90 90 11.25 11.25 22.5 22.5 22.5 270 270 (1) 22.5 deg bend off face of H06. Roll 90 deg horizontal bend 22,5 deg off mainline to H06. (1) 22.5 deg bend off face of H07. (1) 22.5 deg bend to enter main line from H07, H06= 7.0' H07= 7.0' H06= 7.8' H07= 7.8' VO4 V05 45 45 90 11.25 11.25 202.5 225 (1) 11,25 bend out of VO4. May need (1) 11.25 bend out of V05 to allow level entry Into mainline. 54,,11 delir;rt'ny, 4Vi rvd4o, npdow,,..i r ,.x l,y,Tro ,„, `,iA 1 400 ,,,,,,,r( nlo ,I , 0, va.r n Ir,,` vl Ra,too , ( , I',r inw I,,tinu,, 1 ai4 MA.,,,,lr c v.,rH :r', b. t,4 uf Ail,, 51A if+,!, approx 10 c .,:law ,r,11111,, gl =rip. Ad"(11 itA 0,1, elf ,t,Gn bend,lo',gn ,In'r:,'duit' V'ux51'AIf (h ;ait744 f; r, n, doomar:ppro ,I3 k/ 75afic 11.25 rr „ .,. VO4= 7.0' V05= 5.5' VO4= 7.9' V05= 5,5' 004 H08 45 45 90 11.25 22.5 213.75 270 (1) 11.25 bend out of VO4. (1) 22.5 deg bend off face of H08, Rail 90 deg horizontal bend 22.5 degrees off mainline to H08. 004= 7.0' 808= 6.8' 004= 7.9' 008= 7.5' VO4 H09 45 45 90 11.25 22.5 22.5 236,25 270 (1) 11.25 bend out of VO4. (1) 22.5 deg bend off face of H09 and (1) 22.5 deg bend to enter malnline from H09. Option to roll 90 deg horizontal bend off mainline to H09. VO4= 7.0' H09. 6.5' VO4= 7.9' H09= 7.0' VO4 H10 45 45 90 11.25 22.5 22.5 236,25 270 (1) 11.25 bend out of VO4. (I) 22,5 deg bend off face of 1110 and (1) 22.5 deg bend to enter mainline from H10. VO4= 7.0' H10= 6.5i VO4= 7.93' H10= 7.0' V05 V06 90 90 13.25 11.25 202.5 225 May need (1) 11.25 bend out of V05 to allow level entry into mainline. May need )1) 11.25 bend out of V06 to allow level entry into mainline. V05= 5,5' V06= 5.5' V05= 5,5' V06= 6' V05 H11 90 90 11.25 11.25 22.5 225 270 (1) 11.25 bend out of V05. Roll 90 horizontal bend 11.25 deg off mainline towards V05, (1) 11.25 bend along JUT mainline between V05 and H11. (1) 22,5 deg bend off face of H11. Roll 90 deg of mainline 22.5 deg towards /111. wnrr .k,, v rlr ilJi,r,: ,, , ,,.r,t r , c tots 20=77 V05. S.5' H11= 6.75' V05=59 H11= 6.6' V05 H12 90 00 11.25 22.5 213.75 270 (1) 11.25 bend out of V05. Roll 90 horizontal bend 11,25 degrees off malnline towards V05, (1) 22.5 deg bend off face of H12. Roll 90 horizontal bend 22.5 deg off mainline towards H12. V05= 5.5' 1112= 10.5' V05= 5.i 1112= 9.5' V05 H13 90 90 11.25 11.25 202,5 270 (1) 11,25 bend out of V05. Roll 90 deg horizontal bend 1.1.25 off mamline towards V05. Roll 90 deg horizontal bend off malnline towards f113 down 142nd. V05=5.5' H13= et V05= 5.5' HI a= xx V0S H1.4 770 NoChanges V06 1-115 90 90 11.25 11.25 22.5 22.5 247.5 J,10 (1) 11.25 bend out of V06. Roll 90 horizontal bend 11.25 deg off mainline towards V06. (1) 225 deg bend off face of H75 and (1) 22. 5 deg bend to enter ina(n11ne + c , is _ ., nn1 , , , ...., .0 nn .. .,_. V06, 5.5' HIS,, 5.5' V06= 6.0' HIS. 6.0' V06 H16 90 90 11.25 J II 25 22.5 225 247.5 270 (1) 11.25 bend out of V06. Rolf 90 horizontal bend 11.25 deg off mainline toward., V06. (1) 22.5 deg bend off face of 1416 and (1) 22. 5 deg bend to enter mainline , , . ,r v ., , ,.,, ,.. ... V06= 5.5' 1116. 5_, V06=6.0' 016= 6.0' SCL INSTALLATION GUIDELINES: 1. 12" Tangent of the elbow does count as part to the 2' min between bend and vault face, 2. 10' of separation is required between bends both horizontal and vertical on primary conduits. The 12" tangent on the straight leg of the bend elbow (see SCL Std 7050.05) is included as part of the 10' minimum between bends. 3. The primary conduit run between vaults shall be a maximum 225-degrees per Contract Plans Vol 1 sheet 90 of 100 note E2. 4. The secondary conduit run between vault and handhole (or) handhole to handhole shall not exceed 270 degrees. 5. 5' of separation is required between bends both horizontal and vertical on secondary conduits. The 12" tangent on the straight leg of the bend elbow (see SCL Std 7050.05) is included as part of the 5' minimum between bends. 6. 12" of PVC is approved between vault face and elbow. 7. 12" of PVC is approved between handhole face and elbow. 8. 11.25 degree rigid steel bend for 4" conduit shall be 48" radius. Suggested local Suppliers are Stusser, Platt, and Northends Rentals per SCL Civil Inspector. INDEPENDENT COST ESTMATE 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 Updated: t/ //11 I B SCI Submitted Scope - SUMMARY SEATTLE • TACOMA FA — Date Item Description eted ///' —0 MENTS; 1 07/18/18 SCL SCOPE 1 - Vault Removal & Reinstall $ 33,573.27 $ 40,021.20 $ 33,573.27 $ 6,447.93 Corrected Equipment Rates to match equipment onsite 2 07/18/18 SCL SCOPE 2 - Furnish & Install Risers $ 60,755.88 $ 66,149.89 $ 60,755.88 5,394.01 Corrected Equipment Rates to match equipment onsite 3 07/18/18 SCL SCOPE 3 - Demobe and Remobe to Site $ 28,430.00 $ 28,430.00 $ 28,430.00 - No changes 4 07/18/18 SCL SCOPE 4 - Standby for Delay $ 102,069.33 $ 159,687.91 $ 125,554.46 $ 57,618.58 Calculations did not match SCI total, Adjusted Equipment Rates and Equipment Onsite 5 07/18/18 SCL SCOPE 5 -Crossings from Vault to JUT Field Engineering & Excavations $ 64,709.11 $ 89,349.19 $ 90,113.08 24,640.08 Adjusted SCI Crew to match equipment and past crew size for similar work. Reduced hours for Electrical Sub for installation of bends only, assumed 1/4 of the time. Sub will be paid per bid item rates for LF of conduit installed. 6 07/18/18 SCL SCOPE 6- Remove Conduits from VO1 & Reinstall to Mainline JUT $ 20,784.86 $ 21,517.98 $ - 733.12 None of the bends at the JUT are encased in FTB, None of the conduits have been installed into the vault, No utilities between JUT and face of vault, See attached photos. The duration has not been adjusted, further discussion needed. Corrected Equipment Rates to match equipment onsite. 7 07/18/18 SCL SCOPE 7 - Traffic Control $ 26,963.27 $ 43,815.31 $ 43,815.31 16,852.04 The contractor has asked for 26 working days be added. 10 of the days requested were initially discussed to be done concurrently with Mainline JUT (SCOPE 5). This would reduce the Extension of days to 16. The Cost sheet has been adjusted for this. 8 07/18/18 SCL SCOPE 8 - Survey & Engineering for Relocated Vaults and Handholes 8,460.00 $ 8,460.00 $ 8,460.00 - No changes 9 07/18/18 SCL SCOPE 9 - Acceleration Time for Time Lost $ 59,870.72 $ 84,831.50 $ 59,870.72 24,960.78 Adjusted SCI and Subcontractor Crew to match equipment and past crew size for similar work. 10 07/18/18 SCL SCOPE 10 - Additional Working Days - $ - • - 50 - This could be adjusted if Scope 5 is concurrent with the additional 24 days for contract work 11 07/18/18 SCL SCOPE 11 - Bends, Rigid Pipe, and Couplers $ 76,662.27 $ 141,710.25 $ 71,962.70 65,047.98 Reduced the quantity of bends to match the "Bends Sheer that was provided with the RFP. Also reduced the cost by "accepting" the 22.5 degree bends in leiu of the 45 degree bends. This will be noted and caveated that the contractor is now responsible for ensuring conduit runs clear all utilities with the smaller bends. 12 07/18/18 SCL SCOPE 12 - Steel Plates, Rigid where Stacking $ - - - $ - FA 13 07/18/18 SCL SCOPE 13 - TP to VO1 Change $ - $ 23,506.73 $ - $ 23,506.73 The costs proposed by SCI do not account for the work that would have been per contract. This scope is reccommended to be performed at bid item prices. 14 07/18/18 SCL SCOPE 14 - Removal of VO1 Bends $ - $ • $ • $ - UNDER SCOPE 6 15 07/18/18 SCL SCOPE 15 - Temporary Patch and Removal of Waterline $ 12,908.23 $ 13,518.73 $ 12,908.23 $ 610.50 Corrected Equipment Rates to match equipment onsite 16 07/18/18 SCL SCOPE 16 - Water Truck During Delay $ 9,419.45 $ 9,419.45 $ 9,419.45 (0.00) Verified Matched Equipment Onsite TOTAL= $ 504,606.40 $ 730,418.14 $ 544,863.10 $ 225,811.74 1 1 1 FA No.: DAILY REPORT OF FORCE ACCOUNT WORKED SEATTLE • TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 1 - Vault Removal & Project No: Date: 7/18/2018 33573.27 Work by Subcontractor?: Prime Contractor: SCI Infrastructure ROMP 11P mq,70 0464NOSTMAK WINE NAME OCCUPATION 60755.88 Sub -Contractor: 28430 10, 'rum AISIONOWNWORIMANONOMIGTES STRAIGHT TIME OVERTIME HOURS WWR HOURS WWR Foreman Operator Operator Laborer Laborer Teamster 24 72.20 48 68 67 24 68 67 48 54.47 48 54 47 4 62 17 0 0 0 0 0 0 90113.08 0 $ 43,815.31 $ 8,460.00 $ 59,870.72 $ 71,962.70 $ - DOLLAR AMOUNT 1,732 80 3,296 16 1,648 08 2,614 56 2,614 56 248 68 rimoi,1000100000,,, 111Arl',1,',1111r110,1V,41141(1,111,101',:''' EQUIPMENT OR ATTACHMENTS HOURS WORKING SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL A ,01111111',11,,11P, )1`,11',, HOURS STANDBY ADJUSTED RATE - $ 12,154 84 12908.23 $ 9419.4 3,524 90 15,679.74 STANDBY RATE STANDBY DOLLAR AMOUNT 325/201 1 Ton Tool Truck CAT 320E Excavator 48 48 20.80 $ $ 109 00 998 40 5,232 00 Loader 938H Class 24 61 58 $ Plate Compactor Shoring Box Truck & Trailer 48 48 4 5 15 $ 7 55 $ 85 00 $ SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS @ 5% 1,477.92 247.20 362.40 340.00 8,657.92 1,818 16 432 90 EQUIPMENT TOTAL $ 10,908 98 r/VVI 4 IV \ 9 '1011 N't WITT, P10644i'VAerithAthatiaNkabindiltifiNhi MATERIALS INVOICE # QUANTITY UNIT PRICE DOLLAR AMOUNT Excavate (5) ex11'x1' 16.5 TN Dump Fees Crushed Surfacing Base Course Quantities as measured in the field 11 16.5 16.5 TN TN 25 00 21 00 SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT © 21% MATERIALS TOTAL 412 50 346 50 759 00 159.39 918.39 SUBCONTRACTOR STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR Foreman Groundman 24 72.20 53 53 68 67 0 0 0 54 47 54.47 62 17 0 DOLLAR AMOUNT 1,732 80 2,56944 $ SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL 4,302 24 1,247 65 516.27 6,066.16 Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: SHEET TOTAL: 33,573.27 Mike Mayfarth, KPG Resident Engineer Date FA No.: 2 DAILY REPORT OF FORCE ACCOUNT WORKED sEATTLE TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 2 - Furnish & Install Project No: Date: 7/18/2018 33573.27 Work by Subcontractor?: 60755.88 Prime Contractor: SCI Infrastructure Sub -Contractor: 28430 1111114101111AUSIDISISINIERESIM 731 4111111111111111111,111111111110111202/11111111in STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR 90113 08 0 DOLLAR AMOUNT Foreman 32 72.20 - $ 43,815.31 $ 2,31040 Operator 64 68 67 8,460 00 $ 4,394 88 Laborer 54 47 $ 59,870 72 $ 3,486 08 Laborer 64 54 47 3,486 08 Grade Engineer 68 67 $ 71,962 70 $ 4,394 88 SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTA 18,072.32 5,240.97 23,313.29 MOMPEENMENNINIMINIEMONSENIENgir'l MilfflignalISMINEUMMINREEINENEMER EQUIPMENT OR ATTACHMENTS HOURS WORKING HOURS ADJUSTED STANDBY STANDBY RATE RATE RATE fJOLLAR AMOUNT 325/201 1 Ton Tool Truck 64 20.80 $ 1,33120 CAT 320E Excavator 109.00 - $ 0 $ 12908.23 $ 6,976 00 8,307 20 1,744 51 415.36 10,467.07 terligIMENERIPIIIIPPRISPEEMEnirellffirr 77141.11MISIMMENCONAININIMENNOMMINEENI MATERIALS INVOICE # SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS @ 5% EQUIPMENT TOTAL QUANTI UNIT PRICE DOLLAR AMOUNT Vault Risers LS $ 18,966 00 18,966 00 Steel Riser Shims 1 LS $ 300.00 300.00 Type I/11 Cement 39 34.00 1,326 00 Quantities as measured in the field " 1,1,'11,11111101, SUBCONTRACTOR SUBTOTAL - MATERIALS $ 20,592 00 MATERIALS OVERHEAD & PROFIT @ 21% $ 4,324 32 SUBCONTRACTOR MARKUP 10% $ 2,059 20 MATERIALS TOTAL $ 26,975.52 ttalmt,, ""'''''311111,1111111111111iii.111111131111111111,1111111101111111111111111111111111111 STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR DOLLAR AMOUNT 72.20 53.53 0 68.67 0 54 47 0 54.47 0 62 17 0 SUBTOTAL -SUBCONTRACTOR: LABOR OVERHEAD & PROFIT © 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: SHEET TOTAL: $ 60,755.88 Mike Mayfarth, KPG Resident Engineer Date FA No.: 3 DAILY REPORT OF FORCE ACCOUNT WORKED PG- SF_ATTLE TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 3 - Demobe and Project No: Date: 7/18/2018 33573.27 Prime Contractor: SCI nfrastructure Work by Subcontractor?: 60755.88 Sub -Contractor: 28430 111111/1111111111111111.11411111110111111,11111111111EL 11111111111111/11111111111/111111111111111111111111 NAME OCCUPATION STRAIGHT TIME OVERTIME HOURS WWR HOURS WWR 90113 08 0 DOLLAR AMOUNT $ 43,815 31 $ 8,460.00 $ 59,870 72 - $ 71,962 70 h ',"'"4111i "1)'ilioq,0701,3tik4. EQUIPMENT OR ATTACHMENTS HOURS WORKING STANDBY RATE RATE RATE SUBTOTAL - LABOR: $ - $ LABOR OVERHEAD & PROFIT @ 29% 0 $ LABOR TOTAL 12908.23 $ ailleNVERNIMINEMENSEENSMI HOURS ADJUSTED STANDBY Nill44011411k 104 DOLLAR AMOUNT CAT 320E Excavator $ 2,500 00 2,500 00 CAT 320E Excavator $ 2,500.00 2,500 00 Komatsu Excavator 128 $ 2,500 00 2,500.00 Komatsu Excavator 128 $ 2,500 00 $ 2,500 00 Yanmar Mini Excavator $ 2,500 00 2,500 00 Yanmar Mini Excavator $ 2,500.00 2,500 00 HAM Roller $ 2,500.00 2,500 00 HAM Roller $ 2,500.00 2,500 00 '" Jomodul 11' MATERIALS INVOICE # SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL 110101. Vollip„Nr , QUANTITY UNIT 20,000 00 4,200.00 24,200.00 ,kvoitina,ti,,NALA u'4103), PRICE DOLLAR AMOUNT LS LS EA Quantities as measured in the field IllivoinvIr,,illwilooloold'ol000lo' ,,„he000101,' "'" Ifilhog)161), 014 SUBCONTRACTOR SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% SUBCONTRACTOR MARKUP 10% MATERIALS TOTAL STRAIGHT TIME $ OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR DOL LAR AMOUNT Demobe Truck #72 500 00 0 500 00 Demobe Truck #52 $ 500 00 0 $ 500.00 Demobe Truck #79 500 00 0 500 00 Remobe Truck #72 $ 500 00 0 500 00 Remobe Truck #52 $ 500 00 0 500 00 Remobe Truck #79 500 00 0 500 00 SUBTOTAL - SUBCONTRACTOR: $ 3,000.00 LABOR OVERHEAD & PROFIT @ 29% $ 870.00 SUBCONTRACTOR MARKUP @ 12% $ 360.00 SUBCONTRACTOR TOTAL $ 4,230.00 Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: SHEET TOTAL: $ 28,430.00 Mike Mayfarth, KPG Resident Engineer Date FA No : 4 DAILY REPORT OF FORCE ACCOUNT WORKED SEATTLE • TACOMA Project Name: 53rd Ave S Project No: Item No,: Date: 7/18/2018 Description of Work: SCOPE 4 - Standby for 33573.27 Prime Contractor: SCI Infrastructure Work by Subcontractor?: 60755.88 Sub -Contractor: 28430 410ANVOMMANNIM NUMANOWNOMMIAMIWZ ' r WINOMINOMMEMINOMIE POOPRINNIMPOI NAME OCCUPATION STRAIGHT TIME HOURS WWR OVERTIME HOURS VVWR 90113 08 DOLLAR AMOUNT Foreman 192 72 20 0 $ 43,815.31 13,86240 Foreman 192 72 20 0 - $ 8.46000 13,86240 Traffic Control Supervisor 48 49.39 0 - $ 59,870.72 2,37072 Project Engineer 192 55.00 0 10,560 00 SUBTOTAL - LABOR, $ 71,952 70 $ 40,655.52 11,790 10 LABOR TOTAL 5 $ 52,445.62 111111111111111111111311111111161111111111111811111111111117=1"MICEBBEEMEEMENI VEREEM 111111111111111111111, HOURS HOURS ADJUSTED STANDBY 12908.23 DOLLAR EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE 9419.45 AMOUNT 325/201 1 Ton Tool Truck 192 $ 2080 $ 4 54 871 88 Loader 938H Class 192 61.58 $ 17.22 $ 17.22 3,306 24 650H Dozer 192 78 91 $ 11 86 2,277 12 400D Off Road Truck 192 $ 121 79 $ 31 82 6,10944 Gravel Tub 192 25,00 $ 12.50 2,400.00 Gravel Tub 192 25 00 $ 12 50 SUBTOTAL - EQUIPMENT 50 k Standby Rate EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS I:41 5% EQUIPMENT TOTAL 14,964.48 3,142.54 748.22 18,855.24 EQUIPMENT USED & RENTALS HOURS WORKING HOURS ADJUSTED STANDBY STANDBY RATE RATE DOLLAR AMOUNT 10X30 Site Trailer 192 4 32 829.44 10x40 Site Trailer 192 3 27 627.84 15KVA Office Generator 192 5 08 975.36 Standard Restrooms 384 12 460 80 Temporary Fence Panels 6912 0 03 207,36 Recology Dumpster 192 12 23040 Club Cart 192 3 53 677 76 Ditch Box 12'x6' 192 4.23 81216 Ditch Box 8'x6' 192 3 78 725 76 Ditch Box fi's13' 192 3 02 579 84 Steel Plates 8'x20' 1344 1,344 00 Steel Plates 8'x15' 384 0.75 288 00 Steel Plates 8'x12' 192 0 6 11520 Steel Plates 4'x12' 192 0 6 115 20 Steer Plates 8'48' 384 0.4 15360 Traffic Control Sign Stands 1920 0 39 748 80 Traffic Control Devices 192 3 576 00 8x10 x Lap w 48" x 72" Struts 788 7 55 5,79840 4"x8'x10 Trench Shield 192 6 11 1,173 12 Steel Plates 8x20' 384 1 64 629 76 8x10x LAP w/ 72" Struts 576 6.86 3,951.38 4 Leg Chain Sling 3/8" x 12' 192 1 6 307.20 Aluminium Vertical Rail 4608 0.89 4,101.12 Quantities as measured in the field 000080000000001001100000000180000000008000000000110000000000000010000000000iiiiii;lillilliiillillill!IIIIIIrip11111111',1111,1!' '41 1 iv? SUBCONTRACTOR SUBTOTAL - EQUIPMENT USED & RENTALS EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS @ 5% EQUIPMENT USED & RENTALS TOTAL 25,428 48 5,33998 Mike Mayfarth: Only 1 gravel tub onsite that KPG has seen. Mike Mayfarth: Used Equipment Watch (WSDOT Standard Method) to determine Standby Sotes 30,768.46 STRAIGHT TIME OVERTIM NAME OCCUPATION HOURS WWR HOURS WWR DOLLAR AMOUNT Mike Mayfartly Shouldn't get ST&S on rental and small tools. SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL $ Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7•24,18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: $ 102,069.33 FA No.: DAILY REPORT OF FORCE ACCOUNT WORKED SEATT'LE TACOMA Project Name: 53rd Ave S Project No: Item No.: Description of Work: SCOPE 5 -Crossings from Date: 7/ 8/2018 33573.27 Prime Con rector: SCI Infrasiructure Work by Subcontractor?: Sub -Contractor: 60755 88 28430 eteleACAIMNANIMANNIVSZKONNIMEOPErgrin,:),.?)', :I27,151MIIPENINMENIMMIIMMININOMMISVON NAME INP,MOCIIR STRAIGHT TIME OVERTIME 90113.08 DOLLAR OCCUPATION HOURS WWR HOURS WWR 0 AMOUNT Foreman 40 $ 72.20 - $ 43,815.31 $ 2,888.00 Operator 80 $ 68.67 - $ 8,460.00 $ 5,493.60 Operator 40 $ 68.67 $ - $ 59,870.72 $ 2,746.80 Operator 40 68.67 - $ - $ 2,746,80 Laborer 80 54.47 $ - $ 71,962.70 $ 4,357.60 Grade Engineer 80 $ 68.67 $ - $ - $ 5,493.60 SUBTOTAL - LABOR, $ - $ 23,726.40 LABOR OVERHEAD & PROFIT (tp 29% 0 $ 6,880.66 LABOR TOTAL 12808.23 $ 30,607.06 , m cipdvvrqvuonialicurothowramr:r,Y, '„r;ss,„:' 00101115111MNN4A 111111111111111111111111111111111111111111 HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE RATE AMOUNT 325/201 1 Ton Tool Truck 80 $ 20 80 $ $ 1,664.00 CAT 320E Excavator 80 $ 109 00 $ $ 8,720 00 Loader 938H Class 40 $ 61.58 $ $ 2,463.20 4000 Off Road Truck 40 $ 133 09 $ $ 5,323 60 Hydraulic Compactor 40 $ 25.00 $ $ 1,000 00 SUBTOTAL - EQUIPMENT $ 19,17080 EQUIPMENT OVERHEAD & PROFIT Og 21% $ 4,025.87 SMALL, TOOLS el 5% $ 958.54 EQUIPMENT TOTAL $ 24,155.21 IliiiiiiiillelgilgtililililililililitINESIIIIIIIRANIIIENINIM:2=r713:1111,11/1111111NiiiiiiiiiiiMP111110.8.11111111RISIN MATERIALS INVOICE 0 QUANTITY UNIT PRICE DOLLAR AMOUNT Excavate (5) 0x1tx V 44.5 TN $ Dump Fees 44.5 TN $ 25.00 $ 1,112.50 Quantities as measured in the field SUBTOTAL - MATERIALS $ 1,112.50 MATERIALS OVERHEAD & PROFIT a 21% $ 233.63 MATERIALS TOTAL $ 1,346.13 '1111111111111111111,11.1111111111111111.,11, ^un'411',111111111111111'11:1111111111::::::::::::::::11111111111111111111111111111111111?I'llr''111'111'111'111'11j1:10116"''')t'l ‘,',Urr'Iri,'i..,1:,,11,,,,i,',,,';',"1,,illliR,ii111111111111111?,11111111,1111111111111111111111111111111,D1111,1111111111111,VOItl!?1,11111[‘lidll,111111%,igull,l,11 10,11111111111!fil!!t1,011111';,,,jt'i,i 211 SUBCONTRACTOR STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS WWR HOURS VVWR DOLLAR AMOUNT Foreman 72.20 2,88800 Groundman 20 53 3 1.070 60 Groundman 20 53. 3 1,070.60 Groundman 3 53 1 070 60 SUBTOTAL SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL 6,099.80 1,768.94 731 98 8,600.72 Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7'24-18 Approval of Force Account Worked: Mike Maylarth, KPG Resident Engineer Date SHEET TOTAL: 64,709.1 Reduced Laborers, added second operator for equipment Reduced Groundman time due to being paid per F to install conduit vs engineering of trench. This time is only for installing the bends FA No.: DAILY REPORT OF FORCE ACCOUNT WORKED N.C1='4G- SEATTLE • TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 6 - Remove Prime Cori 10,11,1008 Project No: Date: 7/18/2018 33573.27 actor: SCI Infras ucture Work by Subcontractor?: Sub -Contractor: 0114104,141 MOB tfringliMEISSINV NAME 60755.88 28430 71111111111111111111111111111111111111C1111. STRAIGHT TIME OVERTIME OCCUPATION HOURS WWR HOURS WWR 90113 08 0 DOLLAR AMOUNT Foreman 8 72.20 - $ 43,815 31 577 60 Operator 16 68 67 $ 8,460 00 1,098 72 Operator Laborer Laborer 8 68 67 16 54 47 16 54 47 $ 59,87072 - $ 71,96270 549 36 871 52 871 52 Grade Engineer 16 68 67 1,098 72 UIl1IIIUIIIIS1IIURI1IIIIIUI EQUIPMENT OR ATTACHMENTS HOURS WORKING SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL ,vere411A HOURS STANDBY ADJUSTED RATE 5,067 44 1290823 $ 941 .45 1,469 56 6,537.00 STANDBY RATE STANDBY DOLLAR AMOUNT 325/201 1 Ton Tool Truck CAT 320E Excavator Loader 938H Cass 400D Off Road Truck Hydraulic Compactor Shoring Box 111111111111.111 MIIIIIIMIIIIIMM MATERIALS 16 16 8 8 16 114,10110k INVOICE # 45.00 $ 109 00 $ 61 58 $ 133 09 $ 25 00 $ 7.55 $ SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% 911 85 SMALL TOOLS @ 5% 217 11 EQUIPMENT TOTAL 5,471.12 720 00 1,744 00 492 64 1,064 72 200 00 120 80 4,342 16 „2,,,,,,,l':)V454101,4100,W„r„,W0Mglit 1014rPt4,, QUANTITY Noti UNIT PRICE DOLLAR AMOUNT Conduits Sand Bedding Trench Backfill FTB (Short Load) Quantities as measured in the field SUBCONTRACTOR NAME OCCUPATION SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT 21% MATERIALS TOTAL STRAIGHT TIME HOURS WWR HOURS OVERTIME WVVR Foreman Groundman Groundman Groundman 16 16 16 16 Disposal of Demolished Materials 1250 72 20 53.53 53.53 53.53 2 00 DOLLAR AMOUNT 1,155 20 85648 856 48 856 48 2,500 00 SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL 6,224 64 1,805 15 746 96 $ 8,776.74 Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: $ 20,784.86 FA No.: 7 DAILY REPORT OF FORCE ACCOUNT WORKED K.131G SEATTLE • TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 7 - Traffic Control Project No: Date: 7/18/2018 33573.27 Prime Contractor: SCI Infrastructure Work by Subcontractor?: 60755.88 Sub -Contractor: 28430 WHIONROPTEMOINW 1WWWWWWWWWWW7 "rWOMMAANSWIRMA 411100111111,10,1111112 NAME OCCUPATION STRAIGHT TIME HOURS WWR OVERTIME HOURS WWR 90113.08 DOLLAR AMOUNT Traffic Control Supervisor 64 49 39 $ 43,815.31 $ 3,160 96 Flaggers 128 46 20 - $ 8,460,00 $ 5,91360 Flaggers 128 46.20 - $ 59,870.72 $ 5,913,60 naggers 128 46,20 - 5,91360 - $ 71,962.70 $ 0 $ 20,901 76 6,061 51 0 26,963.27 2111011111111.11111MISIEMININIESSIEVErr 1114/1111111211111111111151,11MINERIMENE EQUIPMENT OR ATTACHMENTS HOURS WORKING SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT (§ 29% LABOR TOTAL HOURS ADJUSTED STANDBY 9419.45 STANDBY RATE RATE DOLLAR AMOUNT SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT © 21% SMALL TOOLS 5% EQUIPMENT TOTAL l000vvISIlloolooloihs00000000000000000000000000010Ui11111100110oloommoP"'^ ' 1111i1111"11611111',111111111''',1111111''11111,111' +`;')111111,11,1 ' ' nY'V TERIALS INVOICE # QUANTI UNIT PRICE DOLLAR AMOUNT $ Quantities as measured in the fled SUBTOTAL MATERIALS MATERIALS OVERHEAD & PROFIT 8t 21% MATERIALS TOTAL Misha V,446 0100, ,VM0,1FAMAINNIMIWISASTPCJ.;','" MAIL WAMMIrTIMPAIK NIENKININNIolki SUBCONTRACTOR STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS VVWR HOURS WWR DOLLAR AMOUNT 0 $ $ 0 $ $ 0 SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT EP 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG 0ate7.24-18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: $ 26,963.27 The contractor has asked for 26 working days be added, 10 of the days requested were initially discussed to be done concurrently with Mainline JUT (SCOPE S). This would reduce the Extension of days to 16. The Cost sheet has been adjusted for this. FA No.: DAILY REPORT OF FORCE ACCOUNT WORKED SEATTLE • TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 8 - Survey & Project No: Date: 7/18/2018 33573.27 Prime Contractor: SCI Infrastructure Work by Subcontractor?: Sub -Contractor: 60755.88 28430 1,11,11111111211111, d1111114 N NAME OCCUPATION STRAIGHT TIME OVERTIME HOURS WWR HOURS WWR , ',„11,, di00600111110::BP 1111110041' EQUIPMENT OR ATTACHMENTS HOURS WORKING SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL 11,1191X HOURS STANDBY ADJUSTED RATE STANDBY RATE 90113.08 0 $ 43,815.31 $ $ 8,460.00 $ $ 59,870.72 $ - $ $ 71,962.70 $ $ $ - $ DOLLAR AMOUNT 12908.23 $ 9419.45 STANDBY DOLLAR AMOUNT SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS @ 5% EQIJIPMENT TOTA MATERIALS NVOICE " 7'7 II NI QUANTITY UNIT PRICE DOLLAR AMOUNT Quantities as measured in the field ',,I",°,,,,No°,'Nvo'10°.°0Noo.N00000000.0000,"'"° 1,0111111111111111111111;ANINd',°°,1I„'N,',"i'LLINyI,000,'",IIIII'N'If SUBCONTRACTOR SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT © 21% MATERIALS TOTAL $ IXUIIII1IIIIIIilIUUUURUllIUIU STRAIGHT TIME NAME OCCUPATION HOURS WWR HOURS DOLLAR WWR AMOUNI Additional Survey 40 150 00 6,000 00 SUBTOTAL - SUBCONTRACTOR: $ 6,000.00 LABOR OVERHEAD & PROFIT @ 29% $ 1,740.00 SUBCONTRACTOR MARKUP @ 12% $ 720.00 SUBCONTRACTOR TOTAL $ 8,460.00 Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: $ 8,460.00 FA No.: DAILY REPORT OF FORCE ACCOUNT WORKED K 4G- SEATTLE TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 9 - Acceleration Project No: Date: 7/18/2018 33573.27 Prime Contractor: SCI Infrastruc e Work by Subcontractor?: Sub -Contractor: KINNANURIMMAINNYMMINNIMORMIKIE, NAME OCCUPATION 60755.88 28430 ONNIAVErosidiffiMINVENTEMINEM STRAIGHT TIME OVERTIME HOURS WWR HOURS WWR 90113 08 0 DOLLAR AMOUNT Andy Pa Foreman 48 96.72 43,8 5.31 $ 4,642 56 Pete Steele Foreman 48 96.72 8,460 00 $ 4,642 56 Foreman 0 96.72 $ 59,870.72 Kyle Kayser (OP) Operator 4 91.90 4,411 20 Don Sessions Operator 48 91.90 71,962.70 4,411 20 Operator 0 91.90 Anthony Esptita (LA) Laborer 48 74.70 3,585.60 Carlos Rodriguez Laborer 48 74.70 ,585.60 Grade Engineer 0 91.89 $ 12,908.23 Teamster 48 82 9 9,419 45 3,945 12 Mechanic / Oiler 0 93 86 1,011,1011110000P1 fi; 111-110:11;,000000000" EQUIPMENT OR ATTACHMENTS Mechanic/Fuel Truck HOURS WORKING 0 SUBTOTAL - LABOR: DTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTA HOURS STANDBY 29,22 84 8,474 9 37,698.75 '000000D000000110111111111111111H111111111111111111°/gt111111111111111 °' 111111111111111111"111 114111111 111?0111110ilh00001000100000100000000000000°111111 ADJUSTED RATE 41 6 STANDBY RATE SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL DOLLAR AMOUNT 111'1 t)1 ° 11111T filr 711('1101 MI' 41' 111}' Nr 411101101111 Ili 1q411 1)1)1d0 ‘M MATERIA INVOICE QUANTITY UNIT PR CE DOLLAR AMOUNT Quantities as measured in the field 0000 000000001'110000III,'1000"10,, 400000000i4000.10iIIIIIIIIIIIIIIIII6P0000,)',0,0'',}1,1,,,,, ,,,"00,""„', SUBCONTRACTOR SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% MATERIALS TOTAL STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR DOLLAR AMOUNT Foreman 48 96.72 4,642 56 Operator 0 91.90 Groundman 48 76.96 3,694.08 Groundman 48 76.96 3,694 08 Groundman 48 76.96 3,694 08 SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% 4,560.19 SUBCONTRACTOR MARKUP @ 12% 1,886.98 SUBCONTRACTOR TOTAL 22, 71.97 5,724.80 Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-2 8 Approval of Force Account Worked: Mike Moyfarth, KPG Resident Engineer Date SHEET TOTAL: 59,870.72 FA No.: 10 DAILY REPORT OF FORCE ACCOUNT WORKED 1-CX:0G- SEATTLE TACOMA Project Name: 53rd Ave S Item No,: Description of Work: SCOPE 10 - WORKING Project No: Date: 7/18/2018 33573.27 Prime Contractor: SCIInfrastructure Work by Subcontractor?: Sub -Contractor: 60755.88 28430 211WOMAINAMteltatitallittifVERNIVAIK NAME OCCUPATION STRAIGHT TIME 1i0imitrota1IItisaltiANCEINAIMIUM OVERTIME HOURS WWR HOURS WWR 90113.08 DOLLAR 0 AMOUNT $ 43,815.31 $ 8,460.00 $ $ 59,870.72 $ - $ 71,962.70 11110i00000'1000iolool'ologoir,' ' EQUIPMENT OR ATTACHMENTS HOURS WORKING SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL HOURS STANDBY - $ 12908.23 $ 9419.45 ,r,"fill1111111111111111111111111111111111111111111111111111111111,11111111111111111111,1111111 ADJUSTED RATE STANDBY STANDBY RATE DOLLAR AMOUNT SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS @ 5% EQUIPMENT TOTAL °1111101,1'i 16,1";""''""„lplithodi6NothrtiVA'',,'KRIVir MATERIALS INVOICE # tl' '1AN ro;;,fv,"11, 71,1411k110107egulimgc,;,;,1,w QUANTITY UNIT PRICE DOLLAR AMOUNT Quantities as measured in the field l000poolooh,„ ' SUBCONTRACTOR NAME OCCUPATION SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT © 21% MATERIALS TOTAL 31,1, antavagh. Lwitlodan STRAIGHT TIME HOURS WWR HOURS OVERTIME WWR $ DOLLAR AMOUNT SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL $ Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: FA No.: 11 DAILY REPORT OF FORCE ACCOUNT WORKED :CP G SEATTLE - TACOMA Project Name: 53rd Ave S Project No: Item No.: Description of Work: SCOPE 11 - Bends, Rigid Date: 7/18/2018 33573.27 Work by Subcontractor?: 60755.88 Prime Contractor: SCI Infrastructure Sub -Contractor: 28430 1112111111111 IUIIIEE STRAIGHT TIME 'PrAtifirinidiVIROISitgih VOA Mt OVERTIME 90113.08 DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR 0 AMOUNT $ 43,815.31 $ $ 8,460.00 $ $ 59,870.72 $ PAIONir,104'w‘le';''rilNtrif'101'041140CIMPRIPMENIV0110°''' EQUIPMENT OR ATTACHMENTS HOURS WORKING SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL Rt)10,1111111 - $ 71962.7 $ 0 PrreiriNiPaliqr,WWWGIVIRMIFUric HOURS ADJUSTED STANDBY STANDBY RATE RATE 0 12908.23 DOLLAR AMOUNT 9,419 45 $ 00,1011011100100000,1 MATERIALS Additional 11.25 deg Bends Additional 22.5 deg Bends 4" GRC 4" Set Screw Connectors 3M #37 Tape Rolls 4" Threaded Couplings 4" PVC FA's Revised 45 Degree Bends Purchased 22.5 Degree Bends Quantities as measured in the field 1„1„1,1,11„11,11,1',',11111111,'"''''''sv,1,11111111111111111111111111 111111 SUBCONTRACTOR NAME OCCUPATION INVOICE # SUBTOTAL - EQUIPMENT - EQUIPMENT $ EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS @ 5% EQUIPMENT TOTAL '' ,"„o"„:"1"," gool0000000000lolo0111110hol01110I10 v1,1',11"11 10„0„,'""",11,""Algv"0"00000d1""illiiiiiiiii111,1000111i,,,,11,11160, O, QUANTITY UNIT PRICE 48 EA 36 EA 980 100 100 30 EA 0 EA 207.00 207.00 DOLLAR AMOUNT 9,936.00 7,452.00 2.78 2,724.40 202.19 33,967.92 9.75 33.08 975.00 3,30800 5.25 157.50 207.00 0 EA 208 00 SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% SUBCONTRACTOR MARKUP @ 10% MATERIALS TOTAL STRAIGHT TIME HOURS WWR HOURS 58,520 82 12,28937 5,852.08 76,662.27 OVERTIME WWR DOLLAR AMOUNT SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: $ 76,662.27 FA No.: 12 DAILY REPORT OF FORCE ACCOUNT WORKED SEATTLETACOMA • TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 12 - CONTRACTOR Project No: Date: 7/18/2018 33573.27 Prime Contractor: SCI Infrastructure Work by Subcontractor?: Sub -Contractor: 60755.88 28430 liNaditiflORMUL NEWERMENNEWINIVIC ,innerViliKONSIMEWINVINIMPEMIMINEM NAME OCCUPATION STRAIGHT TIME OVERTIME HOURS WWR HOURS 90113 08 DOLLAR WWR 0 AMOUNT $ 4 ,815.31 8,460 00 $ $ 59,870.72 Itigarmill1111111111111111,1111111115 EQUIPMENT OR ATTACHMENTS elmotEcor HOURS WORKING SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL fr091...ar HOURS STANDBY 71962 7 0 $ `',"',11143144PH MnigtiatiMralraN1111PRIERN ADJUSTED RATE STANDBY RATE 0 12908.23 DOLLAR AMOUNT 9,4 9.4 1110000110000000IVI ' '' 1'11" MATERIALS 111111111111i'11111"''P" INVOICE SUBTOTAL -EQUIPMENT - EQUIPMENT $ EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS 5% EQUIPMENT TOTAL QUANTITY EA EA PRICE 111111,11,111(1(111111101111111[11 DOLLAR AMOUNT Quantities as measured in the field SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% SUBCONTRACTOR MARKUP @in, MATERIALS TOTAL '111111,',0 NIRO ;10'100,) 9 111111111111111111111111 SUBCONTRACTOR STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR DOLLAR AMOUNT SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL $ Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force AccountWorked: ike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: FA No : DAILY REPORT OF FORCE ACCOUNT WORKED MC_ SEA I i LE TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 13 - TP to VO1 Project No: Date: 7/ 8/2018 pieyuudLeu This rthbuidi se tracked Sy Item Ludt rates vs a L.S. it thisbe priced by LS olparige„ deductior nriitied to be made for WaS ortgtrialiy included in the contract tdid !tern works Prime Contractor: SCI Infrastructure NAME Work by Subcontractor?: Sub -Contractor: 60755.88 28430 INNORTHIMAINNIRLININNIC APINNINENTAKKICHNIMIHRINSIBMISSIM OCCUPATION STRAIGHT TIME OVERTIME HOURS WWR HOURS 90113.08 DOLLAR WWR 0 AMOUNT Fore an 0 72.20 $ 43,8 5.3 Operator 0 68.67 $ 8,460.00 $ Operator 0 68 67 59,870.72 aborer 0 54 47 aborer 0 54.47 71,962.70 Grade Engineer 0 68.67 EQUIPMENT OR ATTACHMENTS HOURS WORKING SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL I lvTovi'ilooid000011k,' " HOURS STANDBY ADJUSTED RATE STANDBY RATE 12908.23 $ 9419.45 STANDBY DOLLAR AMOUNT 325/201 1 Ton Tool Truck 0 20.80 CAT 320E Excavator 0 109 00 $ Loader 938H Class 61 58 400D Off Road Truck 0 1 3 09 Hydraulic Compactor 25.00 SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS @ 5% EQUIPMENT TOTAL $ V1;116 140,1111111'""V ' ATTINMIFINNT,'`,,PANNORT ,Nr1411111VMPVIVRIPPTIFX MATERIALS INVOICE # QUANTITY UNIT PRICE DOLLAR AMOUNT Quantities as measured in the field 011,,110010110101110„„111111111,11111L11111,1111,1V111111111" '1111111 '11111i110000000110000000000001,00f101111+,+PIIII0,110,1111d \',''11111141111frillallholirilli0111111111111111111110.111101010,1000001)11t1'111',',40000'00i0'0101)01111011)1115'1,, SUBCONTRACTOR SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% MATERIALS TOTAL STRAIGHT TIME migiii;ouii'ili'16000 rillIVV 111117iiiiiiii111111011000000001 OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR DOLLAR AMOUNT Foreman 0 96 72 Operator 0 9 90 Groundman 0 76.96 Groundman 0 76.96 Groundman 76.96 SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: SHEET TOTAL: Mike Mayfarth, KPG Resident Engineer Date FA No.: 14 DAILY REPORT OF FORCE ACCOUNT WORKED ]F* SEATTLE • TACOMA Project Name: 53rd Ave S Project No: Item No.: Date: 7/18/2018 Description of Work: SCOPE 14 - 33573.27 Prime Contractor: SCI Infrastructure Work by Subcontractor?: 60755.88 Sub -Contractor: 28430 INVOVENRINNINKINZIAMININIOIVENV hantiliNINSISNIMAIRMESSIMMWM NAME OCCUPATION STRAIGHT TIME OVERTIME 90113 08 HOURS WWR HOURS WWR 0 DOLLAR AMOUNT $ 43,815 31 $ 8,460 00 $ 59,87072 $ 71,962 70 SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL 12908.23 $ 9419.45 $ 111111111111101111111111111111111111 '''''‘Iiiiiiiiiiiiiiiiiill111111111111111111111111111111111111111111111 EQUIPMENT OR ATTACHMENTS HOURS WORKING HOURS ADJUSTED STANDBY RATE STANDBY RATE STANDBY ArTiN DOLLAR AMOUNT SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% SMALL TOOLS @ 5% EQUIPMENT TOTAL Walt WEE 1,, VAO, 1000001MitiMENSiAidliikieted,:5 t„;;J,, 40,1100ViiACALfi MATERIALS INVOICE # QUANTITY UNIT PRICE rniuiiuiuitiiiiuii DOLLAR AMOUNT Quantities as measured in the field SUBCONTRACTOR SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% MATERIALS TOTAL '16000'1' A n 1,P1? "11111°,),111,11!!11"'' w '11011 l'1"1011@i', STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR DOLLAR AMOUNT Disposal of Demolished Materials SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: FA No.: 1 DAILY REPORT OF FORCE ACCOUNT WORKED SEA LE • TACOMA Project Name: 53rd Ave S Item No.: Description of Work: SCOPE 15 - Temporary Rtatetnig Project No: Date: 7/ 8/20 8 33573.27 Prime Contractor: SCI Infrastructure Work by Subcontractor?: Sub -Contractor: MEMENNINENUSMININISHISINr 60755.88 28430 1011112611111,15.611AFIMPERCillOMMINFI STRAIGHT TIME OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR 90113.08 0 DOLLAR AMOUNT Foreman 8 $ 72.20 $ $ 43,815.31 $ 577.60 68.67 $ - $ 8,460.00 $ 549.36 68.67 $ - $ 59,870.72 $ 549.36 54.47 $ - $ - $ 435.76 $ 54.47 $ - $ 71,962.70 $ 435.76 SUBTOTAL - LABOR: $ $ 2,547.84 LABOR OVERHEAD & PROFIT © 29% 0 $ 738.87 LABOR TOTAL 0 $ 3,286.71 Operator Operator Laborer Laborer 8 8 8 8 " 91 EQUIPMENT OR ATTACHMENTS 1111MVIRIM 1111111111110.111111,1911111111111111111111111111 otelip,100,11;1„gLivalk HOURS HOURS ADJUSTED STANDBY 9419 45 DOLLAR WORKING STANDBY RATE RATE AMOUNT 325/201 1 Ton Tool Truck 8 $ 20.80 $ $ $ 166.40 CAT 320E Excavator 8 $ 109.00 $ $ 872.00 Loader 938H Class 4 $ 61.58 $ $ 246.32 400D Off Road Truck 4 $ 133.09 $ $ 532.36 monnoomouolomolool0000lovoilHolovouP114:)'„;11p6,1,;i0iiloolio, ",$;01008101108,1r,,l',11111,101711',,,,,„ MATERIALS INVOICE # It SUBTOTAL - EQUIPMENT $ 1,817.08 EQUIPMENT OVERHEAD & PROFIT @ 21% $ 381.59 SMALL TOOLS © 5% $ 90.85 EQUIPMENT TOTAL $ 2,289.52 QUANTITY UNIT PRICE DOLLAR AMOUNT Quantities as measured in the field SUBCONTRACTOR $ $ $ - $ SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% MATERIALS TOTAL STRAIGHT TIME ',111l1197 MINIIIIIPON0140% %CHO OVERTIME NAME OCCUPATION HOURS WWR HOURS WWR DOLLAR AMOUNT AdditionalMobilization & Short Load... 1 5,200.00 5,200 00 SUBTOTAL - SUBCONTRACTOR: $ 5,200.00 LABOR OVERHEAD & PROFIT @ 29% $ 1,508.00 SUBCONTRACTOR MARKUP @ 12% $ 624.00 SUBCONTRACTOR TOTAL 7,332.00 Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: 12,908.23 FA No.: 16 DAILY REPORT OF FORCE ACCOUNT WORKED SEATTLE TACOMA Project Name: 53rd Ave S Project No: Item No.: Date: 7/18/2018 Description of Work: SCOPE 16 - Water Truck 33573.27 Work by Subcontractor?: 60755.88 Prime Contractor: SCI Infrastructure Sub -Contractor: 28430 1.1111MNIMENNIEMEMMUMWSMEr irineRMINMENNEENEIRMININIVER STRAIGHT TIME OVERTIME 90113.08 DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR 0 AMOUNT Teamster 72 62 17 $ 43,815 31 4,476 24 $ 8,460.00 $ 59,870.72 $ 71,962.70 MI111111 EQUIPMENT OR ATTACHMENTS HOURS WORKING SUBTOTAL - LABOR: $ LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL - $ 4,476.24 0 $ 1,298.11 0 $ 5,774.35 HuIIi1m1IlIIrnuuuuIft1uN1 HOURS ADJUSTED STANDBY 9419 45 STANDBY RATE RATE DOLLAR AMOUNT SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT © 21% SMALL TOOLS @ 5% EQUIPMENT TOTA 1'1( 49100,' ' 1,11,0 11111' , doluoiv 01, "1111,` 1 ), ;" Ir,!11111,1111°1111°111,, 1„1 EQUIPMENT OR ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED STANDBY RATE RATE DOLLAR AMOUNT Water Truck 72 41.84 3,012 48 Quantities as measured in the field 1r101011frEr'':, r1111111100010001P1P11,111116'11,11111,1111,1111,111111!111111111111111111,1111111111; ''',111Q111,1,11"111,1;11111"11111"1 "1,'"'"T1,1;;;111',, fir SUBCONTRACTOR SUBTOTAL - MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% MATERIALS TOTAL STRAIGHT TIME 3,012 48 632.62 3,645.10 1111111111111111111611111M111111111111111 NAME OCCUPATION HOURS WWR HOURS OVERTIME VVVVR DOLLAR AMOUNT SUBTOTAL - SUBCONTRACTOR: LABOR OVERHEAD & PROFIT @ 29% SUBCONTRACTOR MARKUP @ 12% SUBCONTRACTOR TOTAL Pay Estimate Entered: Force Account Sheet By: Kelsey Anderson, KPG Date7-24-18 Approval of Force Account Worked: Mike Mayfarth, KPG Resident Engineer Date SHEET TOTAL: $ 9,419.45 CONTRACTOR'S PROPOSAL / COST ESTIMATE SCI n r structure, LLC P 4, July 18, 2018 Mike Mayfarth KPG 2502 Jefferson Ave Tacoma, WA 98402 Re: DSC Delays Costs and Changes to SCL JUT and Vaults RFP Job # 1801: 53rd Ave S, City of Tukwila Project No. 99110301 TIB Project No. 8-1-116(012)-1 Dear Mr. Mayfarth, We have reviewed your Request For Proposal - DSC Delays Costs and Changes to SCL JUT and Vaults, dated July 11, 2018 and have attached our pricing for the work. Below is a brief summary of the items priced, the detailed cost estimates and backup documentation are provided in the subsequent pages. SCOPE 01 — Vault Removal and Reinstallation, $40,021.20 LUMP SUM The scope of this work includes all labor, equipment and materials necessary to remove the vaults, shore, perform additional excavation, fine grade and reset all of the 577-LA Vaults. SCOPE 02 — Furnish and Install Risers and Set Slope Riser to Finish Grade, $66,149.89 LUMP SUM The scope of this work includes all labor, equipment and materials necessary to procure the required risers, install the risers to finish grade for all vaults and hand holes shown on the drawings. SCOPE 03 — Demobilization from the Site and Remobilization to the Site, $28,430.00 LUMP SUM This price is inclusive of all costs for demobilizing and remobilizing equipment for SCI and AES. SCOPE 04 — Standby for Equipment and Trailers Onsite during the Delay, $159,687.91 LUMP SUM This price is inclusive of all owned and rented equipment that was on site during the delay as well the critical project personnel who were not reassigned to new projects. DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 1 SCOPE 05 - Crossings from Vaults to Mainline JUT Field Engineering and Excavation, $89,349.19 LUMP SUM This scope of work includes all additional labor, equipment, shoring, forming and dump fees required to excavate from the vaults (excludes V01) to the JUT and install the additional bends as specified in the revised drawings. We will use the contract bid items for all applicable items (conduits, bedding, shoring, CDF, F 1'B, trench backfill, etc.) with the exception of the items included in Scope # 11 - Bends, Rigid Pipe and Couplers. In the event of any conflict with the design drawings and conditions encountered in the field, we will promptly write an RFI to obtain resolution. SCOPE 06 - Remove Conduits from VO1 and Reinstall into JUT, $21,517.98 LUMP SUM This scope of work includes all additional labor, equipment, demolition, shoring, forming and dump fees required to excavate from the VO1 and reinstall to the JUT with the additional bends as specified in the revised drawings. We will use the contract bid items for all applicable items (conduits, bedding, shoring, CDF, FIB, trench backfill, etc.) with the exception of the items included in Scope # 11 -- Bends, Rigid Pipe and Couplers. In the event of any conflict with the design drawings and conditions encountered in the field, we will promptly write an RFI to obtain resolution. SCOPE 07 - Traffic Control for Extra Work, $43,815.31 LUMP SUM This scope includes all labor and equipment necessary for the additional traffic control required which was incurred from the additional 26 working days SCOPE 08 - Survey and Engineering Associated with Relocated Vaults and Handholes $8,460.00 LUMP SUM This scope includes all survey required to perform the field layout of all plan changes and additions made as well as to re -stake all pertinent identified utility crossings and any survey which was destroyed during the delay. 282 1 South 15411 Street, SeaTac, WA 98188 Office 2o6-242-0633 /Toll Free Soo-255-0633 Fax 2o6-242-0792 www.sciinfrastructure.com Contractor License SCIINL'993JA DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 2 SCOPE 09 — Acceleration Time for Time Lost $84,831.50 LUMP SUM This scope accounts for acceleration costs for the (24) working days which were lost during the delay. (2) Hours of premium time, per lost day are accounted for to work overtime to make a good faith effort to make up for titre lost to the delay. Please note that at this time we are unsure what schedule and availability impacts our other subcontractors may face as a result of this delay. Therefore, we request a review meeting to quantify any potential additional subcontractor impacts near the completion of the JUT, as further acceleration may be required to try and satisfy the contract completion date. SCOPE 10 — Additional Working Days, 50 WORKING DAYS This (50) additional working days required account for the (24) working days lost during the delays and (26) working days incurred due to the additional work. SCOPE 11 — Bends, Rigid Pipe and Couplers, $141,710.25 This price includes all of the additional bends, rigid pipe and couplers specified in the RFP drawings. One item that we request clarification on is the Conduit Run Bending Quantifications Spreadsheet included in the RFP. Under the columns "Bends per Plan", the degrees of the bends are specified, however in the original contract drawings, the 45 degree bends were not specified. The reason we are addressing this is that we did not originally procure 45 degree bends, we procured 22.5 degree bends. Therefore, we provided a price for 45 degree bends and the cost of the 22.5 bends (vendor will not restock). However, if 22.5 degree bends conform to the design requirements, please update the table to reflect this and we will issue a credit. SCOPE 12 — Steel Plates, Rigid at Secondary Where Stack of (4) Conduit Enter and Exit — FORCE ACCOUNT We request to perform this scope of work on force account as we are unsure of the specific standards and time required to complete this scope of work. SCOPE 13 — TP 34 to VO1 — Lump Sum Excavation, $23,506.73 LUMP SUM This scope of work includes all additional labor, equipment, shoring, forming and dump fees required to excavate from CP 34 to VO 1 and install the additional bends as specified in the revised drawings. We will use the contract bid items for all applicable items (conduits, bedding, shoring, CDF, FIB, trench backfill) etc.) with the exception of the items included in Scope # 11 — Bends, 2821 South 1S4thStreet, SeaTac, WA 98188 Office 206-242-0633 /Toll Free 800 255 0633 Fax 2o6-242-o792 www.sciinfrastructure.corn Contractor License SCIINL*993JA DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 3 Rigid Pipe and Couplers. In the event of any conflict with the design drawings and conditions encountered in the field, we will promptly write an RFI to obtain resolution. SCOPE 14 — Removal of VO1 Bends Originally Installed and Rejected, NO COST This scope is covered under Scope 06 — Remove Conduits from VO1 and Reinstall into JUT. SCOPE 15 — Temporary Patch and Removal of Waterline, $13,518.73 This scope includes resuming work (started 7/16/18) for the waterline on 139th, 52nd Ave S and Interurban Ave. The intent of perfoiming this work out of sequence is to make a good faith effort to address the public complaints received from the existing gravel patches in the roadway. Performing this work requires us to perform additional water testing and pay additional paving costs. SCOPE 16 — Water Truck During Delay, $9,419.45 LUMP SUM This scope includes the water truck and driver which has been utilized daily for dust suppression during the (24) working days of the delay. The total pricing for the (16) Scope items requested in the Request for Proposal is $730,418.14 and (50) Working Days. Due to the delays and additional work, we have concerns about completing weather dependent work before the wet season. As addressed under Scope 09, we request an impact review meeting near the completion of the JUT work as we are unable to quantify (potential) additional subcontractor schedule and availability impacts at this time. Please issue SCI a change order for $730,418.14 and (50) Working so that we may resume work as expeditiously as possible and limit the impact from further delays. Please let us know if you have any questions or if you would like to discuss the pricing further. We look forward to a successful project completion. Thank you, SCI Infrastructure, LLC 2821 South 1540' Street, SeaTac, WA 98188 Office 206-242-0633 / Toll Free 80o-295-0633 Fax 206-242-0792 www.sciinfrastructure, Contractor License SCIINL*9931A DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 4 SCIInfras ructure, LLC RFP - DSC Delay Costs & Changes to SCL JUT & Vaults Item Total Cost 1 Vault Removal & Reinstallion 2 Furnish & Install Risers 3 Demoblization & Remobilization 4 Standby Costs for Delay 5 Crossings from Vaults to JUT 6 Remove Conduts from VO1 & Reinstall JUT 7 Traffic Control for Extra Work 8 Survey & Engineering for Vaults & Hand Holes 9 Acceleration Time for Time Lost 10 Additional Working Days 11 Bends, Rigid Pipes & Couplers 12 Steel Plates & Rigid Conduits at Secondary Vaults 13 TP34 to VO1 Excavation 14 Removal of VO1 Bends Originally Installed & Rejected 15 Temporary Patch & Removal of Waterline 16 Water Truck During Delay Total add Lump Sum The price shown includes all work outside of original contract scope. LS LS LS LS LS LS LS LS LS EA LS FA LS LS LS DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 5 IA Labor: Kate/MH No. Hours / Day Days Subtotal Foreman 7220 l 4.00 5.00 $ 1.732.80 Operator 68.07 l 8.00 5.00 $ }.296]6 Operator 68.67 l 4.00 6.00 $ 1.648.08 Laborer 54.47 2 8.00 6.00 $ 5.22912 Teamster 63.17 l 4.00 1.00 $ 348.68 Labor Subtotal $ 72,/54.84 29%Labor Markup S 3.57490 Total Labor Costs S /5,679.74 lD Kate/Hr No. Hours / Day Days Subtotal I In Tool Truck 45.00 l 8.00 6.00 � 2,160.00 CAT 330 Excavator 151.69 l 8.00 6.00 7.Z8l]2 Loader 95OClass 6O23 4.00 6.00 \.445.B Plate Compactor 5]5 l 8.00 6.00 � 24720 Shoring Box 7.55 ]hZ.40 Truck & Trailer 85.00 l Equipment Subtotal 21 % Equipment Markup 2,485,6/ 5% for Small Tools $ 59/.87 Total Equipment Costs $ /4\Y/I66 Subcontractors Kae/MH No. Hours /Day Days Subtotal Foreman 722 l 4O0 6U0 $ 3.465.50 Gmundman $ 53.53 / 8.00 5O0 $ 2.509.44 Subcontractor Subtotal $ 6,835.04 Z9%Labor Markup $ 7,750./6 12% Subcontractor Markup $ 72420 Total Subcontractor Costs $ 8,5094/ Materials Quantity UM Cost/Unit Subtotal Excavate (5) h'x l)'x l' 15.5 TN Dump Fees 16.5 TN $ 25.00 $ 412.50 Crushed Surfacing Base Course 16.5 TN $ 21.00 $ 346.50 Material Subtotal $ 759.00 Zl% Material Markup $ /59.39 DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 6 lA I Labor Kate/MH No. Hours /Day Days Subtotal Foreman 72.20 l 4.00 8.00 $ 2.310.40 Operator 68.07 l 8.00 8.00 S 4.394.88 Laborer 54.47 Z 8.00 8.00 $ 5.972.16 Grade Engineer 58.67 | 8.00 8.00 S 4.394.88 Labor Subtotal S /8,072.32 29%Labor Markup $ 5,240.97 Total Labor Costs $ 23,3/I29 Equipment: Rat/Hr No. Hours /Day Days Subtotal Tool Truck 45.00 l 8.00 8.00 $ 2.880O0 [ATB0 Excavator 151.69 l 8.00 8.00 S 9.708l5 I Subcontractors Quantity UM Cost/Unit I Equipment Subtotal $ 72,588.76 21%Equipment Markup $ 2,643.5/ S%fnr 5maUTon|s S 629.4/ Total Equipment Costs $ /5,86/.08 Subcontractor Subtotal $ - l2%Subcontractor Markup $ - Total Subcontractor Costs $ - Subcontractor Materials Quantity UM Cost/Unit Subtotal (39) Vault Risers l L5 S 18.966.00 18.960.00 Steel Riser Shims l L5 S ]OOOO 300.00 Type VUCement 39 EA $ 34.00 1.325.00 Material Subtotal S 20.592.00 21%Material Markup $ 4,324.32 l0%Subcontractor Markup $ 2,059.20 Total Material Costs $ 26,975.5/ DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 7 IIA Kate/MH No. Hours / Day Subtotal lO Labor Subtotal 29% Labor Markup Total Labor Costs Equipment: Rat /Hr No. Hours/Day Days Subtotal Cat BO Excavator Demob 2.500.00 l 1.00 1.00 $ 2.500V0 Cat ]]O Excavator Mob 2.500.00 l 1.00 1.00 $ 2.500.00 Komatsu Excavator 128 Demob 2.500.00 l 1.00 1.00 $ 2.500.00 Komatsu Excavator 128 Demob 2.500.00 l 1.00 1.00 $ 2.500.00 Yanmar Mini Excavation Demob 2.500.00 l 1.00 1.00 $ 2.500.00 Yanmar Mini Exavator Mob 2.500.00 l 1.00 1.00 $ 2,500.00 HAM Roller Demob 2.500.00 l 1.00 1.00 $ 2.500�00 Ham Roller Mob 2,500.00 l 1.00 1.00 $ 2.500.00 Equipment Subtotal $ 20,000.00 27%Equipment Markup $ 4(20800 Total Equipment Costs $ 24,200.00 IC Subcontractors Kate/MH No. Hours/Day Days Subtotal Demobo Truck #72 500.00 1.00 1.00 $ 500.00 DemobeTruck #52 500M 1.00 1.00 $ 500.00 DemobnTruck #7A 500M 1.00 1.00 $ 500.00 RemobeTruck #72 500.00 1.00 1.00 $ 500.00 RemobeTruck #52 500.00 1.00 1.00 $ 500.00 RemobeTmck#7Q 500.00 1.00 100 $ 500.00 Subcontractor Subtotal S 3,0V400 29NLabor Markup $ 870�00 12% Subcontractor Markup S 360.00 Total Subcontractor Costs S 4\23000 I Materials Quantity UM Cost/Unit Subtotal Material Subtotal $ - 2l%Mmeha|Markup $ - Total Material Costs S - DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 8 IA I lO Labor: uate/MH No. Hours /Day Days Subtotal Foreman 7220 3 8.00 24.00 $ 27.724.80 Traffic Control Supervisor 4939 l 2.00 2400 S 2.370J2 Project Engineer 55.00 l 8.00 24.00 $ 10.550.00 Labor Subtotal S 40,65I52 29&Labor Markup $ //.79a/0 Total Labor Costs $ 52,445.62 Equipment Standby Rate/Hr No. Hours /Day Days Subtotal Tool Truck 45o0 l 8.00 24.00 $ 8.640.00 962 C Loader $ 62.32 l 8.00 24.00 $ 11,965.44 650HDnze/ $ 7891 | 8.00 24.00 $ 15.150J2 40ODOff Road Truck $ 121J9 l 8.00 24.00 S 23,383.68 Gravel Tub $ 25.00 2 8.00 24.00 $ 9.600.00 Equipment Subtotal S 68,739� 84 50% Standby Rate S (34.369.82) 2l%Equipment Markup $ /4\43I37 5%for Small Tools $ 3,476.99 Total Equipment Costs $ 52,24228 Equipment Used &Rentals Kate/H, No Hours /Day Days Subtotal lOx3USite Trailer $ 4.32 l 8.00 24.00 $ 829.44 lOxx40Site Trailer $ 3.27 | 8.00 34.00 $ 627.84 l5KVAOffice Generator $ 5.08 l 8.00 24.00 $ 975.36 StandardResunoms $ 120 Z 8.00 24.00 $ 460.80 Temporary Fence Panels S 0.03 35 8.00 24.00 $ 207.36 Reco|ogyDumpster $ 1.20 l 800 24.00 $ 230.40 Club [art $ 3.53 l 8.00 24.00 $ 677.75 Ditch Box 12'x U' $ 423 l 8.00 24.00 $ 81I15 Ditch Box 8'x6' $ 3.78 l 8.00 24.00 $ 725.76 Ditch Box 5'xt; $ lOZ l 8.00 24.00 $ 579.84 Steel Plates 8'xZO' $ 1.00 7 8.00 24.00 $ 1.344.00 Steel Plates 8'x/5' $ 0J5 Z 8.00 24.00 $ 288.00 Steel Plates 8'x12' $ 0.60 l 8.00 24.00 $ 115.20 Steel Plates 12' x 4 $ 0.60 l 8.00 24.00 $ 115.20 Steel Plates 8'x8' $ 0.40 Z 8.00 24.00 $ 153.60 Traffic Control Sign Stands $ 0.39 lO 8O0 24.00 $ 748.80 Traffic Control Devices $ 3.00 l 8.00 24.00 $ 576.00 RxlOxLap w48^x72^Struts * 7.55 4 8.00 24.00 $ 5.798.40 4" x 8' x lO^Trench Shield $ 6] l l 8.00 24.00 $ 1.173.12 Steel Plates 8'x20'xl^ $ 1.84 Z 8.00 24.00 $ 629.76 mx|OmLAP wV 72^Struo $ 8.86 3 8.00 24.00 $ 3.951.36 4 Leg Chain Sling 3/8^ x |Z $ 1.60 l 8.00 24.00 $ 307.20 A|uminunVertica| Rail $ 0.89 24 8.00 24.00 S 4.701.12 Equipment Subtotal S 25,42848 zl%Equipment Markup $ 5.339�98 5% For Small Tools $ 1.271.42 DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 9 IA lD l[ I Labor: Rate/MH No. Hours /Day Days Subtotal Foreman $ 7220 l 4.00 1000 $ 2.888.00 Operator $ 68.67 l 8.00 10.00 S 5.493.50 Operator $ 68.67 l 4.00 10.00 $ 2,740.80 Laborer $ 54.47 Z 8.00 10.00 $ 8,715.20 Grade Engineer $ 68.67 l 8.00 |O.00 $ 5.493.60 Labor Subtotal S 25,33720 2gNLabor Markup $ 7,347.79 Total Labor Costs $ 32,684.99 Equipment: Rate/Hr No. Hours /Day Days Subtotal Tool Truck $ 45.00 l 800 10.00 $ 3.600.00 CAT B0Excavator $ 151.69 l 8.00 10.00 $ 12.135.20 Loader 950Class S 6023 ) 4.00 10.00 $ 2.40920 4ODDOff Road Truck S 12179 l 4.00 10.00 $ 4.871.60 Hydraulic Compactor S 25.00 l 4.00 /0.00 $ 1.000.00 Equipment Subtotal S 24,0/600 Zl%Equipment Markup $ 5,043.36 5%fu,Sma||Ton|s $ /'2Du80 Total Equipment Costs $ 29,059.36 Subcontractors Rate/MH No. Hours /Day Days Subtotal Foreman $ 7220 l 8.00 10.00 $ 5.776.00 Cmundman $ 53.53 3 8.00 10.00 $ 12.84720 Subcontractor Subtotal S /8,62I20 29% Labor Markup $ 5,400.73 lz%Subcontractor Markup $ 2,23478 Total Subcontractor Costs $ 26,258.7/ Materials Quantity UM Cost/Unit Subtotal Excavate l3(/x5'xl' 44.5 TN Dump Fees 44.5 TN $ 25.00 $ 1,112.50 Material Subtotal $ 1.112.50 Zl% Material Markup S 233.63 DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 10 IA I Labor: Kate/MH No. Hours /Day Days Subtotal Foreman 7220 l 4.00 2.00 $ 577.60 Operator 68.67 l 8.00 2.00 $ 1.09872 Operator 68.67 l 4.80 2V0 $ 54935 Laborer 54.47 I 8.00 2.00 $ 1.743.04 Grade Engineer 68.67 l 8.00 2.00 $ 1,098J2 Labor Subtotal $ 5,067.44 29%Labor Markup $ /'469.56 Total Labor Costs $ 6,f37.D0 Equipment: Kate/H, No. Hours /Day Days Subtotal Tool Truck 45.00 l 8.00 2.00 $ 720.00 [ATBO Excavator 151.69 l 8.00 3.00 $ 2.427.04 Loade/95O Class 5023 l 4.00 2.00 $ 481.84 4OUDOff Road Truck 121.79 l 4V0 2.00 $ 974.32 Hydraulic Compactor $ 25.00 l 4.80 2.00 $ 200.00 Shoring $ 7.55 l 8.00 2.00 $ 120.80 Equipment Subtotal S 4,924.00 31%Equipment Markup S /'07404 5%for5maUToo|s 246.20 Total Equipment Costs 6,204.24 l[ Subcontractors Quantity UM Cost/Unit Foreman $ 72.20 | 800 2.00 $ 1.155.30 Cmundman $ B�B 3 8.00 lOU $ 2.569.44 Disposal ofDemolished Materials 1250 l 1.00 2O0 $ 2,500.00 lD Subcontractor Subtotal S 6,224.64 Z9%Labor Markup $ 1,885-/5 12% Subcontractor Markup $ 746.96 Materials Quantity UM Cost/Unit Subtotal Conduits Sand Bedding Tmnch8ackMU FTB (Short Load) Material Subtota $ - 2l%Maeria|Markup S - Total Material Costs S - DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 11 IA Labor: Rate/MH No. Hours /Day Days Subtotal Traffic Control Supervisor 49.39 l 4.00 26.00 $ 5.1]6]6 Raggen 4520 ] 8.00 26.00 $ 38.828.80 Labor Subtotal $ I3,965,36 Z9%Labor Markup $ 9,849.95 Total Labor Costs S 43,8/5.3/ I Equipment: Kate/Hr No. Hours /Day Days Subtotal Traffic Control Devices Traffic Control Stands TC5Truck l[ Subcontractors Quantity UM Cost/Unit Equipment Subtotal $ - Zl%Equipmert Markup $ - Total Equipment Costs $ - Subcontractor Subtotal $ - Z9%Labor Markup $ - 12% Subcontractor Markup $ - Total Subcontractor Costs S - lD Materials Quantity UM Cost/Unit Subtotal Material Subtotal $ - 21% Material Markup S Total Material Costs DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 12 IA Rate/MH No. Hours /Day Subtotal Labor Subtotal _ 29% Labor Markup Total Labor Costs I Equipment: Rate/Hr No. Hours /Day Subtotal Equipment Subtotal $ - Zl%Equipment Markup S - Total Equipment Costs $ - IC Subcontractors Rate/MH No. Hours /Day Days Subtotal Additional Survey $ 150.00 l 8.00 5.00 � 6,000.00 Subcontractor Subtotal S 6,000.00 29&Labor Markup S 7,74800 l2%Subcontractor Markup $ 72800 Total Subcontractor Costs $ 8,460.00 I Materials Quantity UM Cost/Unit Subtotal Material Subtotal � _ Zl% Material Markup - Total Material Costs DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 13 IA I I Labor Rate/MH No. Hours /Day Days Subtotal Foreman 95J2 3 2.00 24.00 $ 13.927.68 Operator 9190 3 2.00 24.00 $ 13.233.60 Laborer 74J0 2 2.00 2400 $ 7.171.20 Grade Engineer 91.89 l 2.00 24.00 $ 4.41072 Teamster 82.19 l 2.00 24.00 $ 3.945.12 Mechanic/Oiler 93.86 l 2.00 4.00 S 750.88 Labor Subtotal $ 43,439.20 Z9%Labor Markup $ /2,597I7 Total Labor Costs $ 56,036.57 Equipment: Kate/Hr No. Hours /Day Days Subtotal wechanic/Fue|Truck 41.65 l 2.00 4O0 $ 33320 Equipment Subtotal $ 333�20 2l%Equipment Markup $ 69.97 Total Equipment Costs $ 483/7 Subcontractors Rate/MH No. Hours /Day Days Subtotal Foreman S 96J2 l 2.00 2400 $ 4.64I50 Operator $ 91.90 l 2.00 24.00 $ 4.41120 Cmundman $ 70.96 3 2.00 24.00 $ 11.08224 Subcontractor Subtotal S 28/3I00 Z9%Labor Markup S 5,/39�44 lZ% Subcontractor Markup $ 2,4/6.32 Total Subcontractor Costs S 28,39776 I Materials Quantity UM Cost/Unit Subtotal Material Subtotal $ - 2l%Mmeha|Markup S - DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 14 IA Kate/MH No. Hours /Day Subtotal Labor Subtotal Z9WLabor Markup Total Labor Costs l8 Kate/H, No. Hours / Day Subtotal Equipment Subtotal $ - Zl%EquipmemMarkup $ - Total Equipment Costs $ - l[ Subcontractors nate/MH No. Hours / Day Subtotal lD Subcontractor Subtotal 29%Labor Markup 12% Subcontractor Markup Total Subcontractor Costs Materials Quantity UM Cost/Unit Subtotal Additional ll25degree bends 60.00 EA $ 207.00 $ 12.420.00 AddidonaZZ.5degree bends 38.00 EA $ 307.00 S 7.805.00 4^CRC 980.00 EA $ 2J8 $ 2.724.40 4^Set Screw connectors 194.00 EA $ 202.19 $ 39.224.86 JM#37Tape rolls 100.00 EA $ 9.75 $ 975.00 4^Threaded Couplings lOOOU GA S 33.08 $ 3.308D0 4^PVC FA's 30.00 EA S 525 $ 157.50 Revised 45degree bends 100.00 6A $ 207V0 S 20.700.00 Purchased 22.5degree bends lOOOO EA S 208.00 $ 20.800.00 Material Subtotal $ 108.175.76 Zl%wmehal Markup S I2,7/6.9/ 10% Subcontractor Markup $ /0,8/758 DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 15 DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 16 IA I I C Labor: Kate/MH No. Hours /Day Days Subtotal Foreman 7220 \ 8.00 2.00 $ 1.15520 Operator 68.67 Z 8.00 2.00 $ 2.19744 Laborer 54.47 2 8.00 2.00 $ 1.743.04 Grade Engineer 68.67 l 8.00 2.00 $ 1.09872 Labor Subtotal $ 6,/94.40 Z9%Labor Markup $ 7,796.38 Total Labor Costs $ 7,99878 Equipment: Rate/Hr No. Hours / Day Days Subtotal Tool Truck $ 45O0 l 8.00 2.00 720.00 [AT]3O Excavator $ 151.69 l 8.00 2.00 $ 2.427.04 Loader 95OClass S 6023 l 4.00 2.00 S 481.84 4OODOff Road Truck $ 121.79 l 4V0 2.00 $ 974.32 Hydraulic Compactor S 25.00 l 4.00 2.00 S 200.00 Equipment Subtotal S 4\80I20 21% Equipment Markup S /'008.67 5%for Small Tools S 248/6 Total Equipment Costs S 6,052.03 Subcontractors Rae/MH No. Hours /Day Days Subtotal Foreman $ 9672 l 8.00 2.00 $ 1.547J2 Operator $ 91.90 l 8.00 2.00 $ 1.47040 Cmundman $ 76.96 3 8.00 2.00 S 3.694.08 Subcontractor Subtotal S 6,7/I07 Z9%Labor Markup $ 7,94648 lZ% Subcontractor Markup $ 805.44 Total Subcontractor Costs S 9,46I92 ID Materials Quantity UM Cost/Unit Subtotal Material Subtotal $ - 21% Material Markup $ - Total Material Costs $ - DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 17 ]A I lC Labor Kae/MH No. Hours /Day Days Subtotal Foreman 72.20 | 8.00 1O0 $ 577.60 Operator 68.67 2 8.00 1.00 $ 1.09872 Laborer 54.47 2 8.00 1.00 $ 871.52 Labor Subtotal $ �547.&4 29% Labor Markup Total Labor Costs $ �286.77 Equipment: Rate/Hr No. Hours /Day Days Subtotal Tool Truck $ 45.00 l 8.00 1.00 $ 360.00 CAT 33OExcavator S 151-69 l 8.00 |.UO $ 1.21I52 Loader 95OClass $ 60.23 l 4.00 1.00 $ 240.92 4O0DOff Road Truck $ 13179 l 4.00 1.00 $ 487.16 Equipment Subtotal $ 2.30/.60 21%Equipment Markup $ 48734 5%for Small Tools $ //5.09 Total Equipment Costs $ 2,900.02 Subcontractors Rate/MH No. Hours /Day Days Subtotal Additional Mobilization & Short Load P. $ 5.200.00 ) 1.00 1.00 $ 5.200.00 Subcontractor Subtotal $ 5,200.00 29% Labor Markup $ 7,528.00 lZ%Subcontractor Markup $ 624�00 Total Subcontractor Costs S 7,332.00 lD Materials Quantity UM Cost/Unit Subtotal Material Subtota $ - z|%materia|Markup $ - Total Material Costs $ - DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 18 I lB Labor Kat /K4H No. Hours /Day Days Subtotal Teamster (Water Truck Driver) 62.17 l 3.00 24.00 $ 4.47624 Labor Subtotal S 4'47624 Z9&Labor Markup $ /'288.// Total Labor Costs $ 5,774.35 Equipment Used 8Rentals Rate/Hr No. Hours /Day Days Subtotal Water Truck $ 41.84 l 3.00 24.00 $ 3,013.48 Equipment Subtotal S 3,072.48 21% Equipment Markup $ 632.62 Total Equipment Costs $ 3,645.10 l[ Subcontractors Rate/HR No. Hours /Day Subtotal Subcontractor Subtotal lZ% Subcontractor Markup _ Total Subcontractor Costs I Materials Quantity UM Cost/Unit Subtotal Material Subtotal $ - 31NMatehal Markup $ - DSC - Delay Costs & RFP Pricing 7/18/18 - Page - 19 ADDITIONAL BACKUP 53rd Ave S KPG Project No.15085 City of Tukwila No 99110301 Updated: B/7/.2018 SCI Submitted Scope - SUMMARY SEATTLE • TACOMA FA Date item Description - „Negotiated ,,•/ ,DR COMMENTS 1 07/18/18 SCL SCOPE 1 - Vault Removal & Reinstall $ 33,573.27 $ 40,021.20 $ 33,573.27 6,447.93 Corrected Equipment Rates to match equipment onsite 2 07/18/18 SCL SCOPE 2 - Furnish & Install Risers $ 60,755.88 $ 66,149.89 $ 60,755.88 $ 5,394.01 Corrected Equipment Rates to match equipment onsite 3 07/18/18 SCL SCOPE 3 - Demobe and Remobe to Site $ 28,430.00 $ 28,430.00 $ 28,430.00 $ - No changes 4 07/18/18 SCL SCOPE 4 - Standby for Delay $ 102,069.33 $ 159,687.91 $ 125,554.46 57,618 58 Calculations did not match SCI total, Adjusted Equipment Rates and Equipment Onsite 5 07/18/18 SCL SCOPE 5 -Crossings from Vault to JUT Field Engineering & Excavations $ 64,709.11 $ 89,349.19 $ 90,113.08 24,640.08 Adjusted SCI Crew to match equipment and past crew size for similar work. Reduced hours for Electrical Sub for installation of bends only, assumed 1/4 of the time. Sub will be paid per bid item rates for LF of conduit installed. 6 07/18/18 SCL SCOPE 6 - Remove Conduits from VO1 & Reinstall to Mainline JUT $ 20,784.86 $ 21,517.98 $ - 733.12 None of the bends at the JUT are encased in FTB, None of the conduits have been installed into the vault, No utilities between JUT and face of vault, See attached photos. The duration has not been adjusted, further discussion needed. Corrected Equipment Rates to match equipment onsite. 7 07/18/18 SCL SCOPE 7 - Traffic Control $ 26,963.27 $ 43,815.31 $ 43,815.31 16,852 04 The contractor has asked for 26 working days be added. 10 of the days requested were initially discussed to be done concurrently with Mainline JUT (SCOPE 5). This would reduce the Extension of days to 16. The Cost sheet has been adjusted for this. 8 07/18/18 SCL SCOPE 8 - Survey & Engineering for Relocated Vaults and Handholes $ 8,460.00 $ 8,460.00 $ 8,460.00 $ - No changes 9 07/18/18 SCL SCOPE 9 - Acceleration Time for Time Lost $ 59,870.72 $ 84,831.50 $ 59,870.72 24,960.78 Adjusted SCI and Subcontractor Crew to match equipment and past crew size for similar work. 10 07/18/18 SCL SCOPE 10 - Additional Working Days $ - - - $ - 50 - This could be adjusted if Scope 5 is concurrent with the additional 24 days for contract work 11 07/18/18 SCL SCOPE 11 - Bends, Rigid Pipe, and Couplers $ 76,662.27 $ 141,710.25 $ 71,962.70 $ 65,047.98 Reduced the quantity of bends to match the "Bends Sheer that was provided with the RFP. Also reduced the cost by "accepting" the 22.5 degree bends in leiu of the 45 degree bends. This will be noted and caveated that the contractor is now responsible for ensuring conduit runs clear all utilities with the smaller bends. 12 07/18/18 SCL SCOPE 12 - Steel Plates, Rigid where Stacking $ - $ • $ • $ - FA 13 07/18/18 SCL SCOPE 13 - TP to VO1 Change $ - $ 23,506.73 $ - 23,506.73 The costs proposed by SCI do not account for the work that would have been per contract. This scope is reccommended to be performed at bid item prices. 14 07/18/18 SCL SCOPE 14 - Removal of VO1 Bends $ - $ - $ - $ - UNDER SCOPE 6 15 07/18/18 SCL SCOPE 15 - Temporary Patch and Removal of Waterline $ 12,908.23 $ 13,518.73 $ 12,908.23 $ 610.50 Corrected Equipment Rates to match equipment onsite 16 07/18/18 SCL SCOPE 16 - Water Truck During Delay $ 9,419.45 9,419.45 $ 9,419.45 (0.00) Verified Matched Equipment Onsite TOTAL= $ 504,606.40 $ 730,418.14 $ 544,863.10 $ 225,811.74 I 1 I 105 100 90 85 80 28+00 PLAN 0 10 20 40 60 SCALE IN FEET ALL 24 \J 100 95 90 XISIING GROUND AT CONSTRUCTION CL. 29/CB 1 TATYPE 30+46.94, 10.67' R7 RIM 96 46 IE IN 93.57 (72"E) IE OUT 93.57 (I2"W) 2. LF 12" SD 5=2.56% • SG,Sry 501% 29+00 $..........__-30+0 C'U TYPE IL SOLID COVER 2 STA 30+47.1518.26 RRT .,.8 RIM 95.72 WALL DRAIN CONNECTION IE IN 94.20 (CS), 100 IE OUT 93.70 (12'W), "-8 LF 12" SD 5=,7 95 CONTRACTOR TO DETERMINE INVERT ELEVATION PRIOR TO CONSTRUCTION 90 SAME STRUCTURE PROPOSED GROUND AT CONSTRUCTION Q 85 -_ Q altk 46 LF 7 r1i CB TYPE 2-48" STA 30146.58, 11.57' lT RIM 97.07 If IN 91.05 (18"S) ..--. IE IN 93.0() (12"E) IE OUT 91.05 (18"N) 30+00 PROFILE P'LTRIL, .IC WORKS _D.EI'T_ * ENGINEERING *ST'REE'T'S * W A'TER*SEWER *[BUILDING desimed d/0W17 decked WALL DRAT by dale TJ5 OS/H WRE 11/17 KS 01/10 pr41i ea4 yrei dir field bk no II 00 95 90 85 SEt)110DULAR WETLAND DETAIL SHEET 27 351� B TYPE 2-48" - RSLL 35 STA 311475/ 5774 I.T�\ RIM 9325 E IN 86,97 (12"S) IE OUT 86.97 (12`NE) 100 • CONTINUATION ON MODULAR WETLAND DETAIL. SHEET 27 95• _. C8 TYPE ...357A 31+71.27, 10.00..R- 7 RIM 90.39 IE OUT 87.30 (12"W) L _ SAME_ C8 TYPE 2-72" - FLOW SKI STRUCTURE ''IA 30+92.10, II.49' LT 0-,.) RIM 94.01 I IN 89.GO (18"S) IE IN 9205 (6"W) - --CONNECT WALL DRAIN 48 TYPE 2-54 I' OUT 89.29 (12°NW)----00N0INUATON ON STA 31+7I.27, 9.65' 11 :S4 IE OUT 89.00 (24'N) MODULAR WETLAND RIM 90.06 DETAIL SHEET 27 IEIN 86.08 (24"S) IE IN 86.09 (12"561) IN 86.71 (12"E) OUT 85.08 (24"N) 31+00 K1�G Interdisciplinary Deeign 1131EI604w 2502JdMwrAw Sde460 Isom ITAWW2 Sa04WAM171 6696214220 206121,946411 swiss= 20 CONFORMED DOCUMENTS T 32+00 32+50 SAME___ GENERAL NOTES I. STORM DRAINAGE STRUCTURES SHALL BE PER CITY OF TUKWILA STANDARD DETAILS. 2. INSTALL 20'x24" VANED GRATES WITH LOCKING FRAME ON CATCH BASINS UNLESS OTHERWISE NOTED ON PROFILES. CATCH BASINS LABELED RSU. REWIRE ROUND SOLID LOCKING LTD. 3. LOCATION, DEPTH, AND SIZE OF EXISTING UTILITIES ARE APPROXIMATE. CONTRACTOR TO VERIFY WITH POTHOLING PRIOR TO CONSTRUCTION. 4 SEE STORM DRAINAGE PROFILES FOR STRUCTURE CAl1WTS. STATION AND OFFSET USTTI) IS TO CENTER OF THE STRUCTURE. 5, HAND DIG WITHIN 2 FT OF ALL EXISTING UTILITIES. INSTALL ETHOFOAM PAD AT ALL 011UTY CROSSINGS WTH LESS THAN 6" CLEARANCE TO NEW STORM DRAIN. 6, STORM DRAIN CONNECTIONS MAY EXIST THAT ARE NOT SHOWN ON ME PLANS. CONTRACTOR SHALL CONNECT FOUND PIPES TO THE NEW STORM DRAIN SYSTEM AS DIRECTED BY THE ENGINEER. CONSTRUCTION NOTES 0 ADJUST STORM DRAINAGE STRUCTURE TO GRADE OCOTRUCTUNNECTRNEW STORM DRAIN PIPE TO EXISTING STORM DRAINAGE S O STRUCTUCONNECTRE EXISTING STORM DRAIN PIPE TO NEW STORM DRAINAGE ® REMOVE EXISTING STORM DRAINAGE STRUCTURE OIN7STALL WATER DUALITY TREATMENT FACILITY PER DETAIL ON SHEET 2 O INSTALL WALL DRAIN MATHCLEANOUTS PER TUKWTLA STD PLAN NO SS-03 AND CONNECT TO NEAREST CATCH BASIN AS SHOWN WITH 6' DRAIN PIPE AT 0.5% MIN SLOPE. SEE WALL PLANS SHEETS 53-65. ® SEE DRAINAGE STRUCTURE DETAIL ON SHEET 26 LEGEND r1 CATCH BASIN TYPE I OR 1L 110 A CATCH BASIN TYPE 2 rM1 YARD DRAIN [4,301 8' X 20' MODULAR WETLAND MEDIA FILTER UNIT -- STORM PIPE 'WM DIRECTION OF FLOW _.. 1, ..... _._ REMOVE OR ABANDON STORM DRAIN PIPE 100 95 95 90 90 85 85 80 80 53RD AVENUE SOUTH VOLUME 1 J C8 TYPE 2-48' - RSLL 14 8 STARIM 831+390.29,90 14.62' I. IE IN 4.38 (24"5) IE OUT 84. 36 (18"W); 95 I,I t,fi111 f ! 411 A 11/891, 304c 11 =141 81, /:f 1E: INN 83.(18"N2 I��0" (8'NEiE)- 90 IE CONNECT NEW PIPE IE WI 62 90 (It°w1 TO EXISTING STRUCTURE DRAINAGE PLAN & PROFILE 53RD AVE S STA 28+00 TO STA 32+05 85 80 16 LF 18" SD 5=7.97% 0 SCL SAIAIS 2 25 file8 100 10000SD01 DWG scale e.40 00 date revisions date 07403/10 / 1E 121.00, 12" SD (NE) IE 121.00, 12" SD (S) ( PLAN STRUCTURE711 CB TYPE 2 — 54" IE 85.08, 24' SD (N IE 86.09, 12' SD (SW) FLOW 1, 12' SD (E) IE 86.08 24' SD (S) PLAN STRUCTURE 34 CB TYPE 2 — 54" FTDW— 16 24" SD IE=89.00' C8 TYPE 2 — 72' STRUCTURE 31 FLOW SPLITTER DETAIL NTS IE 89.29, 12' SD (W)--- ROUND SOLID LOCKING LIDS IE 89.00, 24' SD (N) IR WALL SEE NOTES IE 89.00, 18' SD (S) PLAN STRUCTURE 31 CB TYPE 2 — 72" 8" SD IE=89 00 NOTES SAWCUT W NEAT VERTICAL LINE, SEAL WITH PAVING OIL EXISTING PAVEMENT, DEPTH VARIES ------ 2' HMA CL )4' PG 64-22 OVERLAY, WHERE SHOWN ON PLANS 3" HMA CL (8" PG 64-22 6" CSBC FOR SPECIFIED BACKFILL, SEE BACKFILL NOTES THIS SHEET GRAVEL BACKFILL FOR PIPE ZONE BEDDING SDP AND SSP, SIZE AS SHOWN ON PLANS--------- TRENCHBACKFILL NOTES: I. UNDER SIDEWALK AND HMA PAVEMENT AREAS, BACKFILL WITH GRAVEL BORROW, CSBC, OR SUITABLE NATIVE BACKFILL IF APPROVED BY THE ENGINEER, UP TO SUBGRADE ELEVATION. 2. NATIVE BACKFILL MATERIALS SHALL ONLY BE USED WHEN APPROVED BY DIE ENGINEER, THEREFORE THE CONTRACTOR SHALL ASSUME ALL TRENCHES SHALL BE BACKFILIED WITH SELECT MATERIALS. TYPICAL STORM AND NTS 1. PRECAST WEIR WALL SHALL BE 6' THICK AND HAVE j4 REBAR AT 12' SPACING EACH WAY. 2. PRECAST WEIR WALL SHALL BE KEYED AND GROUTED IN PLACE WITH WATER-1I01T JOINTS. 3. TOP OF WEIR WALL SHALL BE INSTALLED LEVEL AT THE ELEVATION SHOWN. STORM DRAIN MARKER NTS CONC. SIDE 2" CSTC ND151URBED SUBGRADE _ MAX.PAY UNIT •ID 1 30- FOR 8.0 & In SDP • (.5 . ID) ♦ 18' FOR SDP 18 0 OR GREATER, WHERE ID IS NOMINAL PIPE DIAN. SANITARY SEWER PIPE TRENCH DETAIL 12' DEPTH QUARRY SPALLS & HAND PLACED RIPRAP FOR CHANNEL PROTECTION. 5' MIN WIDTH. CHOKE VOIDS WITH QUARRY SPALLS EXISTING CHANNEL -- 2:1 MAX SLOPE --- FL0 RSV rear PIPE INLET (DITCH) DETAIL NTS A 4' STAINLESS STEEL DISC PAINTED (BLUE) MARKER "NO DUMPING DRAINS TO STREAM' SHALL BE INSTALLED AT ALL GRATED CATCH BASIN LOCATIONS. 2 WHERE CATCH BASIN IS ADJACENT TO CURB, STORM DRAIN MARKER SHALL BE PLACED ON TOP OF THE CURD FACING THE SIDEWALK. 3. WHERE CATCH BASIN IS NOT ADJACENT TO CURB, STORM DRAIN MARKER SHAD. BE PLACED ON THE ROADWAY AS DIRECTED BY THE ENGINEER. CONSTRUCTION GEOTEXTILE FOR SEPARATION ---COMPACTED SUBGRADE P L_ JF3L.1 c ' WOR__K S *ENGINEERING *STREETS *WATER* SE W E.R *I3U I..DINCG designed drawn checked by TJS WRE KR5 dale 05/11 12/17 01/18 prof eng pui du field bk no KPC Interdisciplinary Design 3131Erc9/65 25021085e9Aw SWe&(tl Tem.WA8MLR 9.80 WA 66121 120162711170 (88)2851640 w30400 CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 1 DRAINAGE DETAILS Q 6/28,18 SR VAULTS no date revisions 26 100 file no 15085E1E101.DWG Week l' 40 dale 0121/18 (01V01 PLAN SLY (TP909) 521t 1 cvol 3 I CL 1-2" C 1-2" SCL 2-4' CL 2-4" C 2-4" 1 142721 0 10 20 40 60 SCALE IN FEET TRENCH SECTION NOTE SEE TRENCH SECTION SHEET 93 AND TRENCH DETAIL SHEETS 90-92 4 0 1-4• 14264 169.62 SOUTH 169.64-- EAST ST I HI9 64 NORTH 169.66 16827 - W --- 16819 S I H18 N 168 25 168.92-- W 168.83 SICV0IIII 168.94- E -- 168.85 168.79 5 16882 E 158.02 5 158.04 I CL031 4261 SCL 2-3' 05 1-2' CI-2"I -(0104) 14255 C 2-2"- SGY 3-3 CL 1-4a (GV02) az-2'/ /A 7-SCE 2- SCL 2- 4' 142--" a 3-1,55 . C2 169,63-.. WEST 169,49 SW EH I CV01 1 NORTH 169.59 - EAST 169.45 163.58-- W - 163.26 16355 - E -- 163,23 158,50-- W - 15808 S 1 CV02 1 N 158.46 _.. E ttt.,...158.04 168.55 15494- W--154,61 5 168.58 154.89 -- E -- 154.56 W 15785 CV02,1 E 15787 156,95- W -- I56.65 S I CL05 I N 156.99 _. E ... 15668 IMI6 ICI /2°1_113.L IC WORKS 113, PT_ +ENGINEERING S'PRFITS*WA'IBR*SEWER*BUILDING* SCL C11-2' 2 I4247 1--(,) ; SCL 4-4" CL 4-4' I SCL 4-4 C 2-4"/ C 1-2" 1 - Lr \ CL 1-4' / (C105) 14250 NOTE: ELEVATIONS ARE TO EDGE OF VAULT UD AT FINAL GRADE. FIELD VERIFY ELEVATIONS AND MATCH SIDEWALK GRADES PER TYPICAL SECTIONS, ROADWAY PLAN & PROFILES, INTERSECTION PLANS, AND WALL PLAN & PROFILES PER CONTRACT PLANS by date 1p1 checked ptoj ep8 PHq dtr field bk no 1071 A 0911 D 01718 KPG tnt*Mlscipu Ten Design 3131EIY*Aw 0E020e0em7Aw 41:1 Te1400 8* M{R 4a, 848*121 I2430210120 Ixe-IMu w,v49mn • SCL 4-4 SCL I-3" CL 1-2' C 1L. 2-4" CCL.(16) SCL 2-3' CL 2-2' C 2-2" a 1-4' SCL 4-4" Cl. 3-4' C SCL CL 4-4 14239 O 2-4' 14234 UTILITY STRUCTURE TABLE ID STATION OFFSET STRUCTURE DESCRIPTION HI9 10+21 33 4495 LT TYPE 1 W500T HAND HOLE (CITY LIGHTING) H18 10+22.10 42.52' RT TYPE 1 WSDOT HAND HOLE (CITY LIGHTING) 0102 10+2831 4096 +1 TP909 11+0609 35,86' LT CV01 11+15 69 13 73' LT 01V01.1 11+28.66 12.76' RT CL03 11+3233 1360 RT CL04 11+8468 20.00' LT H16 11+92.55 18.17' LT CV02 12+42.94 17.49' LT 00021 12+45,08 12.75' RT CL05 12+5866 1359' Ri V06 12+89 59 16 49 LT CL06 13+15.89 14.50' RT CL07 14+32.17 20.99' LT 01001 200+0739 2821' RT 3'X5' CENTURYUNK VAULT EXISTING SCL POLE 2436 COMCAST VAULT 1419 COMCAST VAULT 3048 CENTURTUNK VAULT CENTURYUNK PEDESTAL 233-LA SCL HAND HOLE 3048 COMCAST VAULT 1419 COMCAST VAULT 3048 CENTURYUNK VAULT 577-IDA SCL VAULT 467-TA CENTURYUNK VAULT CENIURILNK PEDESTAL 3'X5' COMCAST INTERCEPT VAULT CONFORMED DOCUMENTS I SCL 1-3 CL 1-2' C 1-2 -(CL07) N C7 GENERAL NOTES 1. FOR SEATRE CITY LIGHT CONSTRUCTION NOTES SEE SHEET 90. 2 FOR GENERAL JONT UTILTY TRENCH CONSTRUCTION NOTES SEE SHEET 91, CONSTRUCTION NOTES Qj PROTECT EXISTING POLE TO REMAIN. PROTECT EXISTING VAULT TO REMAIN, ACOSTING POLE TO DE REMOVED BY OTHERS AFTER CONVERSION 3 COMPLETE. A4EXISTING UTILITY STRUCTURE TO BE REMOVED BY OTHERS AFTER CONVERSION COMPLETE. QINSTALL CONDUIT TO EXISTING STRUCTURE. COORDINATE W1H 6 SEATIE CITY UGHT. QCORE DRILL EXISTING VAULT. INSTALL CONDUIT TO EXISTING 7 STRUCTURE. COORDINATE IN RI CENTURY LINK. QCORE DRILL EXISTING VAULT, INSTALL CONDUIT TO EXISTING STRUCTURE. COORDINATE 111114 COMCAST. Qg RECONNECT EXISTING CONDUIT TO NEW CONDUIT. 10 INTERCEPT EXISTING CONDUIT. Q1t PROADE CONDUIT STUB OUT 3' INTO PROPERTY AND CAP, IDENTIFY STUB OUT LOCATION FOR FUTURE CONNECTION. QCONTRACTOR TO COORDINATE WITH PSE POWER FOR UTIUTY 12 RELOCATION IF REWIRED FOR INSTALLATION OF SCL AND COMMUNICATION SERVICES AND HANDHOLES. SEE VOLUME 2 PSE POWER RELOCATION PLANS. QPROTECT EXISTING FRANCHISE UTIUTY POLE 53RD AVENUE SOUTH VOLUME 1 UTILITY LEGEND JOINT UTILITY TRENCH PLAN 53RD AVE S STA 10+00 TO STA 14+50 n LID L bI 0018 6/6/ 6 JOINT URU1Y TRENCH SERVICE CONVERSION UNE SCL HANDHOLE/VAULT SCL PRIMARY SERVICE VAULT COMCAST PEDESTAL COMCAST HANDHOLE/VAULT CEN1URri1NK HANDHOLE/VAULT CENTURYUNK PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE 1441H U]I1WG 8A S 6/A616 SCL vM41S Q J 100 f W no 10065JUT01 DWG e 1'-40 Oe de SCL 3-3" i .. CL 2-2'/- C 2-4" 0 3-27 114231(CV03) I / O 1-4" C 2-2 CL I-2' PLAN 0 10 20 4D 60 SCALE IN FEET SCL 1-3" CL 1-2" C I 2' C 3-4" 1_. CL 1-4'. /-(CL08) 14218 TRENCH SECTION NOTE 0 SEE 1RENCH SECTION SHEET 93 AND TRENCH DETAIL SHEETS 90 -92. SCL I-3' CL I-2' C I-2' (CLIO) I42119 SCL 1-3' CL 1-2" SCL 2-4' CL 3-4" C 2-4' 150.90- W -- 150.88 S I CV03.1 I N 150.93- E - 150.91 149.35 149.39 748.71 S 148.74 CL09 14923 14927 W 14861 CV04,I E 148.64 143.69- W - 143.63 S I CV05.1 I N 743.70-- E -- 143.64 143.52-- W -- 143.35 5I CL13jN 143.54 -- E -- 143.37 143.17-- W 143.19... E IH12 C I 2' / 14218 SCL 2-4' I CL 3-4' 1 1 1 C 3-4' 1420/ CL 1-2 C 1_2" 14210,(CV04.7) 15135-- W 5) CV03I N E -- 151.27 151 30 151.31._.. 151.29 151.32 151.30 SI H15 I N E - 151.27 14922 -- W 14911 S I H14 JN 149.19--. E -- 149.08 149.32- W - 149.21 1510 149.29- E - 14918 147.23-. W --- 14711 S I CV04J N I47.20 - E -- 147.08 143.06 144.88 _... 143.08 ICol 14486-- E 744.45-- W--744.25 14474 S N 144.41-- E -- 144.20 V05 144.69 ... E 144.75 144.71 144.59 144.54 SCL 1-3' SCL 2-4" CL 1-2 C 2-4" NOTE: ELEVATIONS ARE TO EDGE OF VAULT UD AT FINAL GRADE. FIELD VERIFY ELEVATIONS AND MATCH SIDEWALX GRADES PER TYPICAL SECTIONS, ROADWAY PLAN & PROFILES, INTERSECTION PLANS, AND WALL PLAN & PROFILES PER CONTRACT PLANS. SCLCL 1!-44' 4' 1P155, f ICLSC 3I3--4-2I" SCL 44-\4 2CSCL2-1-3'4'CC-24-4 ' CI. 3-4"I SCL 6-4"1 021 4-4' / // SCL 8-4' CL 4-4 C 3-4' J� C17-4' / 4202 C 1-4" CL 1-2' C I-2' ID CVD3 H15 CV031 C108 CL09 C110 H14 CV041 CV04 CL71 CVOS V05 CV051 CL12 CL13 H72 HI 1P755 CFP01 UTILITY STRUCTURE TABLE STATIONTOFFSET STRUCTURE DESCRIPTION 14+60 59 16 49 LT 14+68 94 19 66' LT 15+03.19 1315 RT 15+06 96 17 52' RT 3048 COIACAST VAULT 233-LA SCL HAND HOLE 1419 COMCAST VAULT CENTURYUNK PEDESTAL 16+20.23 13.59' RT 3048 CENIURYLNK VAULT 16+2736 21 00' LT 1730 CENTURYUNK HAND HOE 16+2803 1633 LT 233-LA SCL HAND HOLE 16+3872 1438' RT 1419 COMCAST VAULT I6+77.37 14.00' LT 1730 COMCAST VAULT 17+3983 1845'LT 3048 CENTURYUNK VAULT 17+4228 13.50' LT 3048 COMCAST VAULT 17+52.46 15.53' LT 577-LDA SCL VAULT 17+7915 1814 RT 1419 COMCAST VAULT 17+79.36 2633' RT CENTURYUNK PEDESTAL 17+8957 19.55' RT 467-TA CENTURYUNK VAULT 18+02.80 19 20' RT 504-LA SCL HAND HOLE 299+18.43 10.40'RT 504-LA SCL NAND HOLE 299+4648 10.48' RT SCA. POLE -.. -.... 299+5997 3099'LT COMCAST PEDESTAL SCL 2-3" (REROUTE EXISTING) (C1P01) SCL 6-4' C 1-2' C I-2" 14128 D TO ADDRESS 14118 14118 5216 SCL 4-4" CL 3-4' C 2-4' GENERAL NOTES 1. FOR SEATTLE CITY UGHT CONSTRUCTION NOTES SEE SHEET 90. 2. FOR GENERAL JOINT UTIUTY 1RENCH CONSTRUCTION NOTES SEE SHEET 91. CONSTRUCTION NOTES QPROTECT ExIS11NG VAULT TO REMAIN. 3 EXISTINGPLETE. POLE TO BE REMOVED BY OTHERS AFTER CONVERSION COM QE%STNG U11UTY STRUCTURE TO BE REMOVED BY OTHERS AFTER 4 CONVERSION COMPLETE. NEW POLE TO BE INSTALLED BY OILERS. QRECONNECT EXISTING CONDUIT TO NEW CONDUIT. 1p INTERCEPT EASING CONDUIT, CONTRACTOR TO COORDINATE WITH PSE POVER FOR U11UTY 12 RELOCATION IF REWIRED FOR INSTALLATION OF SCL AND COMMUNICATION SERVICES AND HANDHOLES. SEE VOLUME 2 PSE POWER RELOCATION PLANS QPROTECT EXISTING FRANCHISE U11U1Y POLE UTILITY LEGEND Mien,r 11 m JOINT UTILITY TRENCH SERVICE CONVERSION UNE SCL HANDNOIE/VAULT SCL PRIMARY SERVICE VAULT COMCAST PEDESTAL COMCAST HANDHOLE/VAULT CEN1URYLINK NANDHOLE/VAULT CENIURYLINK PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE tJ113L.IC WC)FZ «ENGINEERING *STREETS +WATER«SE.WER«L3UILDING « by date designed drawn 5L4cked N6DA N30 10/1T O5/17 01/18 Droi en4 7Nl dtl field bk no KPG InteNisciplinery Design 313161b4Am DO/ J48.4Ave 9414100 (ram WA48401 98148, WA M171 I26N 6279721 17061286780 waw4pj047 CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 1 JOINT UTILITY TRENCH PLAN 53RD AVE S STA 14+50 TO STA 19+00 4/25)18 COMCAST RENEW 4/3/18 8/8/ 8 RFFIS MO SET BACKS 2I 6/28)'18 SCL VAULTS 86 100 file 50 15066LUT010WG Ingle 1'=40 no (date I revisions dat4 mama SCL 1,-4" CL3 4' C 2-4" C 1-4" C 1-4" C 1-4" 2I4 \ CL 2-2 14100 (CV052) CL 1-4' CL. I-2' (CLI4) C 1-2" UTILITY STRUCTURE TABLE ID STATION OFFSET STRUCTURE DESCRIPTION CLI4 19+1030 1376' RT 3048 CENTURYLINK VAULT CV052 19+21.48 1304' RT 1730 COMCAST VAULT--- H11 19+3951 13.34' RT 233-LA SCL HAND HOLE CV06 20+90 14 16.50' LT 3048 COMCAST VAULT CV06.1 20+92 81 16.00' RT 1730 COMCAST VAULT H10 21+0906 20.66' LT 233-LA SCL HAND HOLE H17 21+11 14 80.74' RT 233-LA SCL HAND HOLE CLI6 21+1267 61,42' R7 CENTURYLINK PEDESTAL CL15 21+15.63 21 50' LT CENTURYLINK PEDESTAL CL17 21+2267 19.00' RT 467-TA CENTURYLINK VAULT H09 21+3226 21.01' RT 233-LA SCL HAND HOLE H08.1 21+95.63 61.67' RT 233-LA SCL HAND HOLE C.181 21+9886 31.12 RT CTL FLOWER POT CV06.2 22+01.79 17.02' RT 1730 COMCAST VAULT CL18 22+49.56 A, 17.53' RT CENTURYLINK PEDESTAL H08 22+9379 16.67' RT 233-LA SCL HAND HOLE L 2-4' 2-4" 2-4 1,39 SCL 1-3" CL 1-2" C 1-2" SCL 1- TRENCH SECTION NOTE K SEE -92 TRENCH SECTION SHEET 93 AND TRENCH DETAIL SHEETS 90 SCL 1-3" CL 1-2" C I-2" CL 1-2' C 2-4' A4038 1403811/2 L 1-3 OVERHEAD SERVICES FROM TP-15 I -SCL 2-4" C 1-2" SC 1-3" PLAN SO. 1-3" I / CL 1-2' 0 10 20 40 60 SCALE IN FEET CL 3-4' SCL 2-4" SCL 4-4' C 2-4' 2-32 CL 1-2' SCL 6-4' C 3-4' C 2-4' _-C1 2-2" (CV06.2) (CL18) -/ `--(CL181) SCL 2-3" 14028 /6)040003/ CL 2-4" C2-4" -SCL 2 SCL CL 1-2 3 CSCL I I- 2'3 I)QIO . ' i SCL 1-3" II 14063-- W CLI4 SCL 8-4" CL 2-4" C 2-4" CO CO 40.52 133.48-- W 140.66 - E -- 140.56 140.35 - W -140.28 5 CV05.2I N 140.38 - E --. 140.31 139.87 IH11 I 139.90- S 133.43--. E CV06 GENERAL NOTES 1 FOR SEATTLE CITY LIGHT CONSTRUCTION NOTES SEE SHEET 90. 2 FOR GENERAL JOINT UTILITY TRENCH CONSTRUCTION NOTES SEE SHEET 91, CONSTRUCTION NOTES Q3EXISTING POLE TO BE REMOVED BY OTHERS AFTER CONVERSION COMPLETE. ,L RECONNECT EXISTING CONDUIT TO NEW CONDUIT. 10 INTERCEPT EXISTING CONDUIT. QPRONDE CONDLBT S1U8 OIT 3'INTO PROPERTY AND CAP. IDENTIFY t1 SN8 OUT LOCATION FO2 FUTURE 00NNEC11U4. QPROTECT EXISTING FRANCHISE UTILITY POLE UTILITY LEGEND �11 JOINT UTILITY TRENCH SERVICE CONVERSION LINE LG SCL HANDHGLE/VAULT I L7 SCL PRIMARY SERVICE VAULT IJ1 COMCAST PEDESTAL COMCAST HANDHOLE/VAULT 071.1 CENTURYLINK HANDHOE/VAULT CENTURILNK PEDESTAL 133.25 133,21 132.57 W :-132.44 IHI0 13255 E - 132.42 13979 128.14-. W 128.10 N S I H08 I N -139.81 128.17 E --128.13 133.26 W -- 133.12 S I CV06.1 N 133.29- E 13315 131.91 131.93-. E ICL17 129.52- s ICVT16.2 129.55- E 129.47 131.64 131. 44 W :--131.32 I 5I H09 N 131.66 131.46 - E -- 131.34 REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE NOTE: ELEVATIONS ARE TO EDGE OF VAULT LID AT FINAL GRADE. FIELD VERIFY ELEVATIONS AND MATCH SIDEWALK GRADES PER TYPICAL SECT0NS, ROADWAY PLAN & PROFILES, INTERSECTION PUNS, AND WALL PLAN & PROFILES PER CONTRACT PLANS. LJF3LIC WO.! JCS 11:7.71:1*T. ENGINEERING*STREETS *WATER*SEWER *BUILDING designed drawn chskal by KA KDA NJD date 10/P 055/17 01/18 Prol e6R pruldu field by /0 I PG InterdisoPOnary Design 910/819+0 75011611inan4 Sdn409 /841,WA86401 1e04,10ee111 8016210120 1YI9I288.16w wwl8J50 CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 1 JOINT UTILITY TRENCH PLAN 53RD AVE S STA 19+00 TO STA 23+50 3/3071e SCL RENEW 3/19/14 e6/6/16 RN/15 SWAT SET 8A01 6/28,18 RP/5 6/7/14 6/18, 18 R'1/6 6/4/18 e/2e71 dale 8 SCL WITS revisions 87 100 file n0 15095JUT01 DWG scale r=49 detc 01,23/1a 1.. SCL 2 4' SCL 4-4" I SCL 6 4' (CV(7) I r-�2211' h'G I-4' rn 4 s\L-CL. 5-4' II SCL SCL 1-3' (CL19) CI-1=4' CL (cL2o) - C 2-4' cIVO2 2 a o y SCL 2-4' CL 3-4" C T-4' TRENCH SECTION NOTE 171 SEE TRENCH SECTION SHEET 93 AND TRENCH DETAIL SHEETS 90-92 100400100 SCL 4-4" CI 3-4" C 2-4" CL 1-2' SCL 1-3" 3' 17 I.. C 1-4' SCL 4-4' CL C2-4' CL 2- 2' 1C2-" SCL SCL 13910 UTILITY STRUCTURE TABLE ID STATION OFFSET STRUCTURE DESCRIPTION VO4 23+70.43 25.50' LT 577-LDA SCL VAULT CV07 23+8882 2250 LT 3048 COMCAST VAULT __-- --- H06 25+95.47 17.66' RT 233-LA SCL HAND HOLE CV081 26+1620 1800 RT 1730 COMCAST VAULT CL21 26+19 87 17 94 RT CENTURYUNK PEDESTAL CV08 26+33.94 15.49' LT 3048 COMCAST VAULT V03 26+40.22 2550' LT 577-LDA SCL VAULT ---- ---- H05 26+8453 1334 LT 233 LA 5C1 HAND HOLE CL23 27+45.76 1700' RT 467-TA CENNRYLINK VAULT H07 400+38.78 17,85' LT 233-LA SCL HAND HOLE ---- CIV02 400+42 95 1410' RT 2436 COMCAST INTERCEPT VAULT CIV02.1 400+4330 18.67' LT 1419 COMCAST INTERCEPT VAULT CLI9 400+5041 1750' RT 467-TA CENIURYLINK VAULT CL20 400+7417 1772' RT CENTURYUNK PEDESTAL CL22 5501.30 04 L799 LT. CENTURYONK PEDESTAL CV08.2 550+36,14 8.25' LT 1730 COMCAST VAULT IP01 550+44.36 7,66' LT SCL POLE -- - - - - H04 550+56.41 6.92' LT 504-LA SCL HAND HOLE CFP02 550+5869 8,23' RT COMCAST PEDESTAL PLAN P14.4411141 0 10 20 40 60 SCALE IN FEET 118.78 11881 117,89 S W IH0 I W ICV08 1 117.92- E SCL 2-3'-- L 4-4' C2 4" SCL 4-4' SCL 4-4 C 1-4" CL 1-4' I.... C31-2° 13902 SCL 1-3" SCL I-3" 2-4 11865 12697 N 5 118.68 126.97 -- --117.77 126.60 80 126.55 112.34 W --112.00 5 I CL23 N 11240 - E - 172.06 114.81-- W--114.65 S I H05 I N 114.78-- E -- 114.62 SCL 2-4' , SCL 2-4' CL 2-4" / C 2-4' to _ : C 2-4' SCL 2-4' / CL 3-4° C 2-4" CL 3-4 CL23 CL 1-4' -(CV08.2) TP01� --- SCL 2-4", Et-fi--2" ---- CL 1-4` C 2-2" SCL 4-4' SCL 2-4' {CID 126.97 126,97 126.49 -12644 11716 W - 11697 SI CV08IN 11712 -- E '-- 11692 116.97 - W - 116,97 S V03 N 116.97 E--116.97 NOTE: ELEVATIONS ARE TO EDGE OF VAULT UD AT FINAL GRADE. FIELD VERIFY ELEVATIONS AND MATCH OOEWALK GRADES PER TYPICAL SECTIONS, ROADWAY PLAN & PROFILES, INTERSECTION PLANS, AND WALL PLAN & PROFILES PER CONTRACT PLANS. 28 GENERAL NOTES 1. FOR SEATTLE CITY LIGHT CONSTRUCTION NOTES SEE SHEET 90. 2 FOR GENERAL JOINT UTILITY TRENCH CONSTRUCTION NOTES SEE SHEET 91. CONSTRUCTION NOTES QEXISPLTINGETE. POLE TO BE REMOVED BY OTHERS AFTER CONVER90N 3 COM rn A EXISTING UTILITY STRUCTURE TO 46 REMOVED BY OTHERS AFTER 00 LIU CONVERSION COMPLETE. 73 NEW POLE TO BE INSTALLED BY OTHERS. t0 INTERCEPT EXISTING CONDUIT. QPROVIDE CONWIT SNB OUT 3' INTO PROPERTY AND CAP. IDENTIFY 1t SNB OUT LOCATION FOR FUNRE CONNECTION, QPROTECT EXISTING FRANCHISE UTILITY POLE UTILITY LEGEND JOINT UTILITY TRENCH SERVICE CONVER90N UNE SCL HANDHOLE/VAULT SCL PRIMARY SERVICE VAULT COMCAST PEDESTAL COMCAST HANDHOLE/VAULT CEN'NRYLINK HANDHOLE/VAULT CENTURYLINK PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE li 0 } I1.,1 A 6R` 19Ua y PLJRLIC' WO_R_KS D.EPT_ *ENGINEERING STREET"S«WA7"EiR«SEWISI2*BUIL,1)INC+* " byN,W K1"G teNlsciplinery NJ,WAN) S"4pt Stlan WAM41 finel2s616a Design 2562D0rsmAw tamm,W"" R51182ftlT1U Na CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 1 A 3/30,18 SCL RENEW 3/19/18 -- designed NA 101,1 6/6/4B RR416 VAVL7 SET 6ACK5 88 drawn HDA 0L71 6/28A18 SCL VAULTS 100 checked NJO mnfi acoienx JOINT UTILITY ATRENCH PLAN STA 23+50DT0 STA 28+00 (1CpUs(tlsJUT01oWG poidir Nude NJ 411 field bk Iro g0 dau [CVISIOgY d0M 01/23,18 / oo SCL 2-4' CL 3-4" C 2-4" 0003000011 w1� m 1MIMS CL 1-4' SCL 1-3" CL 1-2' C I-2" 13738 Se. 2_S'. SCL 4-4' CL 2-4' C 2-4' C 1-4' 1- (CV'09)' (6L24) --SCL 2-3' TRENCH SECTION NOTE OSEE TRENCH SECTION SHEET 93 AND TRENCH DETAIL SHEETS 90-92. 13726 13742 105.87 -- W -105.71 IHU2 10589 E-105.73 105,11 W-104.80 S ICL24 N 105.06- E -- 104.75 103 64 W -- 103.43 S ICV09 IN 10369 E - 10348 SCL 4-4 SCL 2-3T--. 0003000010 (CV10}i D 2-4 C PLAN 0 10 20 40 60 SCALE IN FEET 99.38-... W IH03 99.34 E 9588 W SJ CV10 95 84 E 9917 --99.13 95.64 -- 95.59 91,40-- W - 91.40 SI VOt N 91.40 .. E i ,-_ 91.40 I i 13L .IC WORKS _DF.P. • ENGINEERING 'STREETS • W ATER• SEW ER •B11HIDING • designed drawn checked NOTE. ELEVATIONS ARE TO EDGE OF UD AT FINAL GRADE. FIELD VERIFY ELEVATIONS AND MATCH SIDEWALK GRADES PER TYPICAL SECTIONS, ROADWAY PLAN @ PROFILES. INTERSECTION PLANS, AND WALL PLAN & PROFILES PER CONTRACT PLANS. that 10/17 05/17 01/16 pris eng pro; du Odd bk no KPG Intwdisciplinary Design 9161E196Aw 2612 Arson AM Sabel Tama WA66402 So3a,WA98111 115315270n0 (205)2661610 wwlp0am SCL 6-4' CL 2-4" C 2-4' L CL 2-4' CONFORMED DOCUMENTS 12 4' 2+30 10 4' L\(TP34) CL I-4' ID H02 CL24 CV09 H03 CV10 VO1 CL25 C126 1P34 UTILITY STRUCTURE TABLE STATION OFFSET STRUCTURE DESCRIPTION 28+6434 21 34' RT 233-LA SCL HAND HOLE 28+7230 1653' RT 264-TA CEN1URYUNK VAULT 29+09.93 21. 50' RT 3048 COMCAST VAULT 30+06 89 I5 66 LT 233 LA SCL HAND HOLE 30+7010 15 48' LT 3048 COMCAST VAULT 31+55.09 24.86' LT 577-LDA SCL VAULT 32+06.32 4373' RT1 467TA CENTURYUNK VAULT 32+2071 989' RT GENII/RA.1NX PEDESTAL 600+3681 2323' RT SCL POLE GENERAL NOTES 1. FOR SEATTLE CITY LIGHT CONSTRUCTION NOTES SEE SHEET 90. 2 FOR GENERAL JOINT WWII' TRENCH CONSTRUCTION NOTES SEE SHEET 91, CONSTRUCTION NOTES QPROTECT EXISTING VAULT TO REMAIN. ECXOMISPLETINGTE. P01E TO BE REMOVED BY OTHERS AFTER CONVERSION QECO4XISTING 10N UTILITYCOMPLETESTRUCTURE TO BE REMOVED BY OTHERS AFTER 4 1128 . QNEW POLE TO BE INSTALLED BY OTHERS. Ip INTERCEPT EXISTING CONDUIT. PROVIDE CONDUIT 51U8 OUT 3'INTO PROPERTY AND CAP. 1DENT1FY 11 STUB WT LOCATION FOR FUTURE CONNECTIae. 13 PROTECT EXISTING FRANCHISE UTILITY POLE 53RD AVENUE SOUTH VOLUME 1 UTILITY LEGEND JOINT UTILITY TRENCH PLAN 53RD AVE S STA 28+00 TO STA 32+05 1C110 Ply) JOINT UTILITY TRENCH SERVICE CONVERSION UNE LL..d SCL HANDHOLE/VAULT SCL PRIMARY SERVICE VAULT COMCAST PEDESTAL COMCAST HANDHOLE/VAULT CENTURYLINK HANDHOLE/VAULT CENIURYLINK PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE L5 6/6/ 6 RFI/15 VAULT SET BACKS ^ //\ 6/28/16 SCL VAIOS 9 100 file no 1506510E111/WC scale 1•=6P 00 date revisions date 01/22716 PRIVATE SERVICES SCHEDULE ADDRESS SCL COMCAST CENTURYLINK NOTES CONDUIT FROM VAULT CONDUIT FROM VAULT CONDUIT FROM VAULT WEST SIDE OF 53RD AVE S 13951 53RD AVE $ 3-3' SHIO 2-2' CV06 2-2" CL15 2-3" STUBS SCL 13969 53RD AVE S 2-3" SHIO 1-2' CV06 1-2" CL15 1-3" STUB SCL 5210 5 142N0 ST 1-3' SIR3 CONNECT TO EXISTING UG SCL NOT SERVICE CONVERSION 5216 5 142ND ST 1-3' SH13 I-4' CFP01 1-4' CLI3 CONNECT TO EXISTING UG SCL 14205 53RD AVE 5 1-4' SI/05 1-4' CV05 1-4" CL13 OVERHEAD SERVICE 171155 14207 53RD AVE S 1-3' SHt4 1-2" CV04 1-2" CLII 14219 53RD AVE S 1-3' 57/4 1-2" CV04 1-2" CLIO 14225 53RD AVE S 1-3' SH15 1-2' CV03 1-2" CL07 14231 53RD AVE 5 1-3' SH15 1-2" CV03 1-2" CL07 14239 53120 AVE 5 1-3' SH15 1-2" CV03 1-2" C107 14241 53RD AVE 5 1-3' SH15 1-2' CV03 1-2" CL07 14247 53RD AVE 5 1-3" 5H15 1-2' CV02, CV03 1-2" CL07 14255 53RD AVE 5 1-3' SH/6 1-2' CV02 1-2" CLO4 14261 53RD AVE 5 2-3' SH/6 1-2" CVO/ 1-2" CLO4 SCL CONNECT TO EXISTING H624 5218 53RD AVE 5 1-3" 5H16 1-2' CVO/ 1-2" CLO4 OVERHEAD TP909 EAST SIDE OF 53RD AVE S 13705 53RD AVE S NO PROPOSED SERVICES 13742 53RD AVE 5 N0 PROPOSED SERVICES 13726 53RD AVE 5 2-3' SH02 1-2" CV09 7-2" CL24 I-3" STUB SCL 13738 53RD AVE S 2-3' SH02 /-2' CV09 1-2" CL24 1-3" STUB SCL 13744 53RD AVE S 2-4" 5H04 1-2" CV08.2 1-2" CL22 OVERHEAD SERVICE 1P0/ 13902 53RD AVE S SN04 ® 2-2' CFP02 CV08.1 ®® 2-2' CL21 STUB SCL (3-3" STUB SCL) MULTIPLE LOCATIONS 13910 53RD AVE S 5H06 13924 53RD AVE S SHO7 1-2". 1-4" CV08.1, CIVO2.1 1-2" CL21 1-3" STUB SCL 14004 53RD AVE 5 SH07 I-2' CIV02 7-2"' CL20 (1-3" STUB SCL) (1-2" STUB C) 14010 53RD AVE S SH08 1-2" CV062 1-2" CL18 1-3" STUB SCL 14028 53RD AVE S SH08.1 1-2' CIV06.2 1-2" CL18.1 1-3" STUB SCL FROM 5H08.1 PRIVATE SERVICES SCHEDULE ADDRESS SCL COMCAST CENTURYLINK NOTES CONDUIT FROM VAULT CONDUIT FROM VAULT CONDUIT FROM VAULT 14030 53RD AVE S 1-3' 1-3' SHOD STUB S7117 SERVICE 1-2' CVO6.1 1-1" CL16 1-3" STUB SCL/ SERVICE FROM UTILITY EASEMENT 14038 53RD AVE S 1-3' SH17 I-2' CV06.1 1-2' CLI6 SERVICE FROM UTIUTY EASEMENT 14038.5 53RD AVE S 1-3' SH17 1-2" CV061 1-2" CIA SERVICE FROM URUTY EASEMENT OVERHEAD TP15 13970 53RD AVE 5 2-3" SHII 1-2" CV06 1 1-2' CL14 1-3" STUB SCL 14108 53RD AVE S 1-3' SH11 1-2' CV05.2 I-2" CL14 SCL CONNECT TO EXISTING H629 14118 53RD AVE S 1-3' SH12 SCL INTERCEPT EXISTING CONDUIT NOT SERVICE CONVERSION 14128 53RD AVE S 1-3" SH12 1-2" CV051 1-2" CL12 SCL CONNECT TO EXISTING H626 14202 53RD AVE S 1-2" CV05.1 1-2" CL12 PSE POWER 14210 53RD AVE S 1-2' CV041 I-2' CL09 PSE POWER 14218 53RD AVE 5 2-2' CV03.I, CV04.1 2-2' CL09, CL08 (PSE POWER) (TIPLE COMM LOCATIONS)MUL 14234 53RD AVE S 1-2" CV03.1 I-2' CL08 PSE POWER 14250 53RD AVE S 1-2' CV02.1 1-2' CL05 PSE POWER 14258 53RD AVE S 1-2' CV02.1 1-2" CL05 PSE POWER 14264 53RD AVE 5 1-2' CV01.1 I-2' CL03 PSE POWER 14272 53RD AVE S 1-2' CV01.1 1-2" CL03 PSE POWER 3 u } PLI3LIC `VOR.IKS * EN(GIN EER ING *STREETS *WATER*SEWER «DUI LDIN(3 * designed drawn checked by 8A 6A NJD daft; 10/11 11/17 01/18 prof r A Midis field bk no. Kl"G Interdi608linefy Dssign 219ID3o2Aw 20216Wn0AW $Y8010 /WWm.0A8402 960088A8121 00162/418 L:612861861 wmiNmm CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 1 JOINT UTILITY TRENCH DETAILS 3/3018 SCL RENEW 3/19/18 6/28/ 18 8/115 6/1/f6 6/28/1 8 r61+8 6/4/18 92 100 fi1e 80 1sMO O G, DWG seaN 1•=ea PO date revisions date 01/23/18 2( 115/ DI vg9+3. 14272 521 88885 81 1,111 1188.8 /4111 1.1111 LOP', 11(5, 11885 478 IT 14264 8 14 2K.F 8 811111111111111111111111111111111111 14255 5)0 155, (848 .i,(1,111,11.1 1124/0ZTA' 1551# 74 NEEDED TO ENTER 1,) Pa WAD/ 1451.1 815 48, 15.18 011(2, 1,61 NAND AYE 1/1) 14258— SIlLe 85185 80 1 85 PANE 51(115 1, AAP (at 5 BEND 08,1t) 1A-2771 22 5 Me DEF. EDT ION BENO (10,1 IN.1. AD PON BEND 0,16 AVENJ 41 VW 11l. .111111.11C.:111111111,41.17•,H . / ADD 1 HIDER DA DEG DED NODICONIA, 1/1011i2ON BENDA 11051.ED AS BENDS Rai L ED NEEDED TO EWER 11 AS DED MANANE AU 11 ENTER MANI NE ( IA1 82,21 28/ JOT (17,76 SODA) PANP, 11-1116 48 V( -118 145111 (4250 PLAN 0 10 20 40 60 SCALE IN FEET SCL Installation Guidelines: 1. 12" Tangent of the elbow does count as part to the 2min between bend and vault face. 888 19401 14234 14239 IWO 1.1151/19a 1 10 IP DA (Ai EA 1 FAA( 1/5111.1 AO 2. 10' of separation is required between bends both horizontal and vertical on primary conduits. The 12" tangent on the straight leg of the bend elbow (see SCL Std 7050.05) is included as part of the 10' minimum between bends. 3. The primary conduit run between vaults shall be a maximum 225-degrees per Contract Plans Vol 1 sheet 90 of 100 note E.2. 4. The secondary conduit run between vault and handhole (or) handhole to handhole shall not exceed 270 degrees. 5. 5' of separation is required between bends both horizontal and vertical on secondary conduits. The 12" tangent on the straight leg of the bend elbow (see SCL Std 7050.05) is included as part of the 5' minimum between bends. 6. 12" of PVC is approved between vault face and elbow. 7. 12" of PVC is approved between handhole face and elbow. 8. 11.25 degree rigid steel bend for 4" conduit shall be 48" radius. Suggested local Suppliers are Stusser, Platt, and Northends Rentals per SCL Civil Inspector, 20 UTILITY LEGEND JOINT UllUTY TRENCH SERVICE CONVERSION UNE ErE SCL HANDHOLE/VAULT SCL PRIMARY SERVICE VAULT 1 1 GOMCAST PEDESTAL C 1 CI COMCAST HANDHOLE/VAULT CENTURYUNK HANDHOLE/VAULT pal CENTURDJNK PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CCNVERSION COMPLETE ID H19 H18 H16 006 UTILITY STRUCTURE TABLE STATION OFFSET STRUCTURE DESCRIPTION 10+21 33 44 95' LT TEPE 1 W5D0T HAND HOLE (CITY LIGHTING) 10+2210 11+92.55 12+89.59 42.52' RT isir LT 16.49' LT TYPE 1 WSOOT HAND HOLE (CITY LIGFIING) 233-LA SCL HAND HOLE 577-LDA SCL VAULT DESIGNED AND REVIEWED BY SEATTLE or( LIGHT FOR CONSTRUCTION I L_J-13_1_,..1C: %Az-C.)12K wS If> F J1 • ENGINEERING•STREETS•WATER•SEWER•BUILDING* designed drawn checked poi trig proi dir bk no by SCL KPG SCL dee 12/11 12/11 12/11 ICE"G Interdisciplinary Design 113181/0 Au, 1502411414864 Sae 410 Tuee,096410 99090IVA88121 12533250120 ocepesleA rninocqcom CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT - JOINT UTILITY TRENCH PLAN 53RD AVE S STA 10+00 TO STA 14+50 A\ 4/3018 S 1441H UG4111/46 A Nu,. SCA MOS scale LE tevisioas date mama f• A001 U.EH 9 DEG NOR L fA. NED NEEDED aD EN1 ER MA vm. Nr u.,1 ,54.,cu0 DEG DE 41 E1':1ON BEND 0,1G1i1 ueW (. 1 5+( 14218 14218 CXI5111ku 1 1'0 1E ;,5"LUMC'IF It 1k10) ,:N?0 hv* 14207 5 rxsD L SEND 1 HP 0.2141VA (Y 0740)? A -1I' I- LED /6' 4208 14210 PLAN (21 N70 1112 T 0 10 20 40 60 SCALE IN FEET SIAHl DER f.NG MAIN, INE Al 0 U110 DOWN H 11 .11/, MICR .1" ON BEND 17 (2) 0' A C' PIhEW[. II) 141141 so DEG HORIZONTAL BEL NDS HOED AS NEEDED ENTER O MAINt JUT SO DEG ,5) II40,0,04774I. (5554,556 40501 BENDS BOti1ED EN I EH MAN, (ea.wslse 49 SO 5210 I X5,11,16 553 (16 5,5 ,&,6145.44_ 11 5451 i 1M) #4, (1) 5' 1 )161414I N s 16, iE u1a r; Ia D NC. 1), 41))1,(n4--.._.......-- d lI G242, )l I )) I1fV( HIS 571 4 5 If .5 U lONYA. ENTERDEG 0 MANCNf. Jll ISI azi 21W...1I It 5 DE SE UA "1MA NL NE ON O✓SA) 5,5515 (2112), If ai lb ,u'VG ANSI N(I) 11 162414 14I2e 3k4 1)Y'3 l,l DE NF h(Y1)1L) 1),1I4(, 1741.8 21 Ifj 14128 14118 DEn DEG F. . EGTIDN FIEND (SI,5e) UTILITY LEGEND LID 17C7.1 cud JOINT U11UTY TRENCH SERVICE CONVERSION UNE SCL HANDHOLE/VAULT SCL PRIMARY SERVICE VAULT COMCAST PEDESTAL COMCAST HANDHOLE/VAULT CENTURYUNK HANDHOLE/VAULT CENTURYUNK PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE UTILITY STRUCTURE TABLE ID STATION OFFSET w H15 14+68.94 1966' LT gH14 16+2803 16.33' LT V05 17+52.46 15.53' LT H12 18+0280 19.20' RI H13 299+1843 1040. RI 8 STRUCTURE DESCRIPTION 233—LA SCL HAND HOLE 233—LA SCL HAND HOLE 577—LDA SCL VAULT 504—LA SCL HAND HOLE 504—LA SCL HAND HOLE DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION PUBLIC WORK. S _DEFT_ •ENGINEERING •STREET'S •W A' 1'ER•SEWER•F3UIL.DIN(i• designed 686wn checked by 50I. KPG 6C1 de4 1017 12/11 12/11 prof c5K jeui IOr Oda bk 60 KI"G Interdisciplinary Design 3131046Aw 359JNIaam he 36244 Tam, 4346402 Gala WA 43171 425372141Y0 (08(08164 waxwamm CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT JOINT UTILITY TRENCH PLAN 53RD AVE S STA 14+50 TO STA 19+00 (5 6/28 IB S6. mum 3 33 tilers IN93JU1,01.2 DWG 60 dale 01/13116 111E t1.1t11'.'g'11,r1P6' ( 1k/ ikt kkl,..1k10 I II, kkk. IA0E WA: 144 okikb I I Sk ,F1,1 F MOH 1,1 1,11,ke 1/1,1/ AV1 I k.kkIk MAIN, 41 3 i1rtiAlt0 ILL 1A13 3 AWE 3 It 131 ADD 1 003E11 13[70 13969 2.2 5 DEC 11Eit EC1 ON BENG -......- ;11 DEG DON (ON rA BEND DU ED AS NEEDED 10 LW. MAGI NE DDT 141 GE) 14058 1/2 ADD , kk/11501,i,:i AO' 0911 30 DEG 30111DONIAA BEND MAE ED AS NEEDED TO ENT. MAW NE 31.11 45.461 4038 WC) FZ_I‹ • ENGINEERING•S IREE.TS•WATER•SEWER•BUILDINCi• 1333333.5 13951 0 0 22 DEG DUI EGT ON BEND 00 431 '22 DEO DE, EC1 BEND (47,018, .1146 FUR HIO 11.11k1f1 ,PkNikk 22 11 DEG DEE...110N BENG 016461 k'ik I_ li'kl.11'''11.01, I lkikkikil k \ \ \-1:01 1104 1.IW I ' \, 4030 ' 611k,1)11.14 (.4.1k ki01.1. in , 11191114 Hj1" 10 Lth 01 I 1l1141141.1.) IN I I 1k) PLAN 11) 0 10 20 40 60 SCALE IN FEET desigoed drawn checked Mi. mg pro i dir field bk co by date Id 12/11 KPG 12/37 SCI 12/11 ADO 1 GIBED tit NO II) lk 1108 1..8110k ,14/ JEC.IPIG Interdisciplinary Design 31312323188 261241024138 SAGO 33338832856402 3023654284121 (26316210,8 203)42.1640 .866612224 20270400031 4 4 - DEG 1101110011103 3,1 L3, 13,' L1"i1 1141'1 244123I220 All (94 427 3704 E7.1 [CI) 4L11,13,1 (1'). Y, E.O. IDA (1,1 111 t WA. (H08 91 14028 10 53 ,03855.355 WIN 1-.111,111.1, 01141 22 DEG DEF1 ECT ON BEND 313,461 1Igo,' It 27 A 11t 31161/211/ IRON &OW, 215i,1 .166 no), \ RUN SERVICES TO HOUSE OR POLECO CONFORMED DOCUMENTS NEW MID p;. s DEG BEND 04,43, 024 14004 141101, kak UTILITY LEGEND 1, =MI JOINT HUTT TRENCH SERVICE CONVERSION UNE SCL HANDHOLE/VAULT SCL PRIMARY SERVICE VAULT I COMCAST PEDESTAL I C 1 0 CONGAS! HANDHOLE/VAULT I7T3) CENTURYLINK HANDHOLE/VAULT rat CENTURYLINK PEDESTAL. AY DEG 11011,00N1A, REMOVE EXISTING UNDERGROUND BENI/ E 01 AS GONER AFTER CONVERSION COMPLETE NEEDLE, 10 EN1E.11 MA,101 NE JUT 0,5 76) (4,14 43,96 1.48, UTILITY STRUCTURE TABLE ID STATION OFFSET H11 19+39 51 13 34' RT H10 21+09.06 20 66' LT H17 21+11.14 80.74' RT H09 21+32 26 21.01RI H081 21+95 65 61.66' RT H08 22+93.79 16.67' RT STRUCTURE DESCRIPTION 233—LA SCL HAND HOLE 231—LA SCL HAND HOLE 233—LA SCL HAND HOLE 233—LA SCL HAND HOLE 233—LA SCL HAND HOLE 233—LA SCL HAND HOLE 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT - JOINT UTILITY TRENCH PLAN 53RD AVE S STA 19+00 TO STA 23+50 DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION 3/30,18 SCL RENEW 3,19/18 6/28,18 RFII8 ap/te 6/28,18 Rnp 6/4/10 6/28,18 SCL VA2215 110 date revisiOnS 4 33 fflepo 1336511.122002 DWG 62424 2' 40 428 03/23/18 DEN EDI ON REND )15 )61 45 11131 31CIFELON IN BEND WA EN AI 11 26 OF DET) EC I ON FROM DOELONIA. 1), ANE ,(1.14 M) ADD INSED 167041110100 22d DER DEE LCDON NO NEW 3114 099 W. 04. /22122/2.2,0 9 93,21,2/ ), A WO, Ala 45 DE:C(110R CONTAI BEND DO ECI AS NEEDED TO ENTER MANI NE Alf ME, F1,121 DED HON CONTAt BEND HO ED AT II 23 DEG DEI FECTON FROM MOR/20141A VI ANE 47,181 ID .14 , DEP . ON BEND El 993 3E3E3- 1,13 3,3 33 DEG HON ZONYA „„),_ REND RO El/ AS 141.1.131.0 10 NIF MA NI NE Nil (al 441 ..111.11.11. 25+00 ADD I N(S. ±50 827 22 DEG DEN ECION BEND (4,2) 9'3)34 (I 39" 1136 DFFI FCT ON 83393 OD 41) 45 DEG MON ZONI A) BEND .. 10 ENT. MAIN_IND JUT )3/ 331(7, 72, I 101103 /212 P2911/ f 91 E*1222,421) 01 IP /30 GK. TO I 10 1/10 Av S 22 5 DE0 DEE. ECI ION BEND (3738134 .421 ADD I FESER (1119 (R/I2 1/3 1101.2,11) (1,10 27+00 (90 IW- O" 1.." 0-'313 ,II/1/13 k1,92 /9(2 112 (2 [',INA 11221 324 21)14' 1224 (20 _ 40 DEO 110FCONTAI BEND M9,9'w RO, (ED 22 5 DER TO ENTER 0 0 20 40 60 SCALE IN FEET ADD I RICER 213 DEG 11011.2031131 SENDS ROL ED AG NEEDED TO ENTER h104 11/12/) 8 ADD I RISER 043) DOR ZONTA BEND 140, I ED AT I 23 DEN DEF ECTION FROM DORI/ONTA F) ANE (20.63 68 V) (35 33,1B 2/1 11 2, DEG DEE EC1ON kiao C. 6986 679 (35,6.2(1.21) DEG HOP CONTAI BEND DO, ED AS NEEDED TO ENTER MA NI ME NO (A) 38,6F) (35.36.26,21) e 0110310 1/09 (10 I12 91(111921.121 k 0.1,9,93 IP 142, 1112, 19. 9251,0 • 4,,„ Li NI. FLU I ,k (1)4 4 1411 k11.41, IHUN VUS I I 25 DEG DEN ECTON BEND 116.21) UTILITY LEGEND JOINT U1111TY TRENCH SERVICE CONVERSION LINE L3 SCL HANDHOLE/VAULT EE11 SCL PRIMARY SERVICE VAULT I COMCAST PEDESTAL C 1 0 COMCAST HANDHCLE/VAULT 90 1.3).0 110141./ON I A-1-- CENTURYIJNK HANDHOLE/VAULT F. SENOR°, , ED Al I 25 DEO DEE ECTON EROM 141 110(1110N1 ANE CENTURYLINK PEDESTAL i2e 21 /Cal) 28 8 ID 7104 H06 VD3 H05 H07 TPOI H04 REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE UTILITY STRUCTURE TABLE STATION OFFSET STRUCTURE DESCRIPTION 23+70.43 25.50' LT 577—LDA SCL VAULT 25+9547 17 66' RT 233—LA SCL HAND HOLE 26+40.22 25.50' LT 577—LDA SCL VAULT 26+84.53 1334' LT 233—LA SCL HAND HOLE 400+38 78 17.85' LT 233—LA SCL HAND HOLE 550+44.25 753' LT SCL POLE 550+56.41 6.92' LT 504—LA SCL HAND HOLE DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION PLLE31_,LI C V4"C..)12.K • ENGINEERING•STREEFSAWATER4SEWER4BUILDING• deswed drawn checked by SC KP6 SCt due 12/11 12/11 12/1/ prI9 eng pro dIr fKld bk no IMPG traerdiscIpliniKy Dos/en 1131964780 2501.983sooks 1443428 Tame, WA69102 6011,4/4121 76962164 (064266164 wralogcom CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT JOINT UTILITY TRENCH PLAN 53RD AVE S STA 23+50 TO STA 28+00 A 3/30/18 SO. RENEW 3/16/18 6/28 8 sa +39115 DO dam levisions 33 u, 15[(620VOIDW4) sale 49Ov thue mama ..„) 000.1000011 )0 CLOT...Al At Et1.10 EEC A I ZEE t NOM .114.21.1, 1) ANL /25.26/ 00 I ,M111111111111 t.'IA 2)C. .12 CE1 ADO NW, 22 uurtEc.. Ott. OVEN 1.0.1 123,241 29+00 30+00 E tittt (I), feT /TT ( 1.10T1 ''T.TOTT'' 6 TTAT. 1 sTr DEC DEE.F000N eirsis Te,.2T) ACE N FEN 13742 Otti r101,01,11.1 BEND 0011ED AT 22 t)FFI ECTON MOM PI ANE t23 24I PLAN TNT T' 0003000010 FGEON C RCN I-ACt EAU I (232A,Fal 9 6( 110) vs, 'TETTSTIN.T . . 0 10 20 40 60 SCALE IN FEET 11 tti CEO CERFECON BEND (23,24 -2622t) P,,,,T(TrrT Att EI OVLIT „, for, ART A 31+00 a a w ® Y ITTIS fA, A 00 0101106402T21I 110, , Ati NETTED TO t NIL FI MA,NI NE AEI ADD 12.1bEW T.Th IT. 0 KAI 0 14 (1r, (T4.3a0,4 (TRH) 0 0(91441 .0E0/100.20NTAI BEND ...FE (61,02) II It NW ZON FAL BEND 10 Ell (CI 621 32+30 'a TO r p(Tyl, UTILITY LEGEND JOINT U DUTY TRENCH SERVICE CONVERSION LINE SCL HANDHOLE/VAULT L LI SCL PRIMARY SERVICE VAULT I COMCAST PEDESTAL 1210 COMCAST HANDHOLE/VAULT CID CENTURYUNK HANDHOLE/VAULT HY] CENTURTUNX PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE ID H02 H03 VO1 TP34 UTILITY STRUCTURE TABLE STATION OFFSET STRUCTURE DESCRIPTION 28+64 34 21 34 RT 233—LA SCL HAND HOLE 30+06 89 15 66' LT 233—LA SCL HAND HOLE 31+55 09 24 86' LT 577—LDA SCL VAULT 600+36 81 23 23' RT SCL POLE DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION 1=' L 113L1(7=> 12K SL F71'T. • EN N EF RI NG +STREETS •WAT ER•SE WER •13L1 MANG designed drawn checked by 51/1 KPG SCI date 12/0 12)11 12)11 Pus era prot du field IA 00 ICIPG interdisciplinary Design EToTAx, 28206400824 644424 Tams, WATINOT S2414 WA 118121 (.202 47i0i8 (208)240/84 662189186 CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT JOINT UTILITY TRENCH PLAN 53RD AVE S STA 28+00 TO STA 32+05 6/28 sa VAULTS 6 33 fiJ, pp 150842UTVOU066G scale Ill n40 00 dein revisions date 01/2311 vENI-tD HD ON 11.11 .JRML{, it I I 1 L ‘/I 1 I 10 L Vr1 11 0 0 F) 0 7.) 0 821 N11,4 Ih' 'JUL ID I ID n1,1 131,14 ,DE 00 Cx) vJL k f PR ,H I 7 VIEW ,`,// VAUL ) Al I DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION FLIB LIc WC:01:2_1',CS • ENGINEERING *STREETS v•WA TER • SEW ER *BUILDING • desiped drawn checked prof cog proi dir field bk oo by SCI 7(221 SCi date 12/17 12/17 12/17 ICIPG inlerdisGplinary Design 3131 BO A. 2502 Merton Ava &goat) Tea. WA9602 Sae* NIA 1$111 1.253)827{1/20 (Z8126-184 wagg com CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT - JOINT UTILITY TRENCH DETAILS A 3/30/18 SCI. Sisre 3/70/8e no daic revisions 33 fik20 151404011/Oa OM ScSic V. 40 date mare 18R I11 1,1,III Irlr „Ir riC)Cfp 1411,3 r111 0)3' rr, rlf,rrr. tr, rr,r. 881- ! LPIL)H -I, -HI) ))/ ))FN ) 1)7W r„. Orr,11‘, 71`. 1.141m dr (II ri I ill 'A' V‘) L'P')./L)) •* 88 la NJ 1 ' nom VLIrILL) LIO rkA14 E 7 11 )1[ 11111 111 1 11'11111111 r 11 111,111 111[ 111 'fl I [ I 1,11,11111, AII( 1,1 7) ( ( 111)1 lIrr 1 1 \/) ) ) ) LEL kl,)P If Id I VILW /7 11)4, V4,111 Al NUN 1,111, Ill) oN )A1) 11RItrr, 7171 (714 vo, (2)4 17 V174 DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION LJ 13L. .1 C7 W *ENGINEERING*STREETS*WATER.SEWER.BUILDING. designed drawn checked by KPG SCI date 12/11 12/11 12/11 proj eng prof dir field bk no Interdisciplinary Design 111181414 4812,114rton Ave 440 Tacame,818984(8 &ate WA14121 03)8,18/24 48)286 1840 wavgcvn CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT - JOINT UTILITY TRENCH DETAILS A 3/30,18 272 8E11E11 3/10/10 40 date revisions 8 33 file op 150954111./WOWS 0A8 1.. 40' date 0123/18 ) I NNI ) 00111 I , I ) 1ellk H11111 H (M1)) rTT 111 0 11100 111, 1 111,11 1 0 HE 111) 11 11,11,1 11( )11 )1,1101 1111 1 1 HF 11 I II th.3) (0 140, 11)0, RN -fir -NI I %/CI v1. PI( kfl )1) le Mt, I./1 ) PI 11lit 1)1 )21( W 233-00) ). /VH0 LOADINI, CHICK a I le 0,11 L ()Id C20,1 I 11(0 r, OR /1 00 0.11 ER pe1j011 Tf-FH /Lf-(F VIPW ; FIANDI INLL feel (2) 01(' CCINDUFIS 10 HAND110(11) !) DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION IL 1-> Li 13 1_, II C07 WRJ< S If) .V.:1 7 ENGINEERING.STREETS.WATER.SEWER.BUILDI NG. designed &awn decked by set KPG SC1. 12810 12/17 12/1) 12/11 Mien poi dir field bk no NEI*Gr Interdisciplinary Design 3131Ellako 10220keenhe 02840/ racee,WARata Seale WA*121 122ID(.004 (26(1)21)8,1640 *weep. CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT JOINT UTILITY TRENCH DETAILS A 3/30/18 SD, RENEW 3/1i1/10 A46/128,10 RDP 6P/18 • 5/28,I8 Rf116 6/4/18 00 date revisioni 9 33 4O2JUTV01.20WG scale 111.40. dlue mom } DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION u o- F PUBLIC WOl2_KS +ENGINEERING *STREETS +WATER+SEWER+BUILDING+ doalgoo4 drawn choked by soh 0P6 sot date 12n] 12I11 1211 prai ooQ 1.1dr field bk ad MPG Interdisciplinary Design 3131E4he 2R2eatteohe s,aaao r,a.texa800 sulk 'WW2' RE3)Wette tx3l tsw �ww,moea; CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT - JOINT UTILITY TRENCH DETAILS A 3/30n8 SU RENEW 3/18/18 6J28,18 54 00081B e0 date n 10 33 fileoo 1Y000UIW4046 gale r=a date 012y18 NE IS ) II I ) ) 1 I 1 111 1 1 ( )1)11)1 I ( 11 1 )1 1 1'1 111 11 11 1 N ( )M 1 )1 ( / 1 )11 1 )1 1 1\ 11 E ) ( ( 1 1 M I ) 11 1 1 1 f 1 1 1 011141/ 110 (IN li I, (HALF, 014( ".•5 10163 1010 (,) (,) 0 C.(P () () 0 0 V( ) xlf 1,10H 10101, 11-)1((l.VIW (A( '1)A 'A ALF NEM' ' ovID L/13 ON , NA( Hill Si NII)( ) (2/ 4" V(i3 DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION _P• L.T13 LICI WORKS 11, 'I 7 • ENGINEERING •S'FREETS•WATER• SEW ER *kill II. DI NG • designed drawn checked by SCI KPG SCI date 12/11 12/1i 12/11 oroi eng psnj dir field bk NEP r Interdisciplinary Design JUICIghe Siege WAlle121 geg2891819 2592101asonhe rums WASIAS (41E2)10110 tealwom CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT JOINT UTILITY TRENCH DETAILS 3/30(18 SCL WAR 3/19/18 6/28 8 Set vA81.78 60 date revisions 11 33 fflcroo 13385J16T4OL2DWG scale r c date oval LOW -VOLTAGE (480 VOLTS) CONDUITS SHALL BE FARTHEST FROM THE FACE OF THE POLE.. CONDUIT ON POLE (CONDUIT RISERS), I POLE STANDOFF BRACKET *INSTALL 9' ABOVE GROUND. .USE THREE (4'X14") LAG SCREWS. •ALIGN WITH NOTCH IN POLE 2. CONDUIT RISERS .RIGID STEEL FIRST 10" •4.5' SPACING BETWEEN CONDUIT & POLE AND 1' BETWEEN CONDUITS, •CONDUITS SHALL RISE VERTICALLY FROM TRENCH. 3. JAPE CONDUIT •TAPE 8' ABOVE AND BELOW THE GROUND UNE. USE VINYL PPE WRAP TAPE ONLY. 4. EI ROW AT BASF OF PO F RIGID STEEL •90 DEG BEND MIN. 4' RADIUS •NO BENDS ABOVE GRADE DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION HIGH -VOLTAGE (26,000 VOLTS) CONDUITS SHALL BE NEAREST TO THE FACE OF THE POLE. 4.5' BETWEEN POLE AND CONDUIT TOP OF CONDUITS 36' MIN. DEPTH BIRDS EYE VIEW TYPICAL CONDUIT -RISER INSTALLATION COVER OLDCASIIE N0. 23-2436P 350 LBS VAULT IY OCASTLE N0, 233-81 1,750 LBS. - ISOMETRIC VIEW 233-LA HANDHOLE (H02, H03, H05, H06, H07, H08, H08,1 H09, H10, H11, HI4, H15, H16, H17) NTS 22,5 DEG RIGID STEEL BEND (4' MIN. RADIUS) GRADE POLE PROFILE TYPICAL DETAIL ?2- DEGREE KICKOUI 1' DAM, SMOOTH LIFT HOLE 6 PLACES COVER O.00ASTLE N0, 55-42C 766 LBS. VAULT OLDCASILE N0. 504-8L PSE /7663900 2,950 LBS. -- ISOMETRIC VIEW 504-LA HANDHOLE (1104, H12, H13), NTS SOLID COVER OLDCASTLE N0. 4220-S 600 LBS N0. OF CONDUITS S1ZE FROM TO 2' SCH 40 CONDUIT H19 INTERCEPT CONDUIT TO THE NEST OF PROPOSED HANDHOLE 2' SCH 40 CONDUIT H79 INTERCEPT CONDUIT TO THE EAST OF REMOVED EXISTING HANDHOLE 2' SCH 40 CONDUIT H16 INTERCEPT CONDUIT TO THE EAST OF PROPOSED HANDHOLE 2' SCH 40 CONDUIT HIB INTERCEPT CONDUIT TO THE WEST OF REMOVED EXISTING HANDHOLE ie" DIAM. THREADED LIFT HOLE FOR EYE BOLT CITY OF TUKIWLA STREETLIGHT CONDUIT TABLE (4) 0' RIBS W/ 1-1/2' DIAM. LIFT HOLE FRAME ODCASTLE N0. 4220-HD 680 LBS ISOMETRIC VIEW 577-LDA HANDHOLE (V01, V03, VO4, V05, V06), NTS FULL 180 00080E OPEN COVER OLT/CASTLE N0. 57TE-2-332-0V 2.100 LBS HINGE SIDE )I" PULLING IRON 2 PLACES IN EDGE 4 )1" DIAM. KNOCKOUT 6 PLACES IN DIVIDER DIAM. INSERT 3 Of! ONE SIDE ONLY VAULT OIDCASTLE N0. 577-BL 6,600 LBS. --REMOVABLE 577 DIVIDER WALL 876 LBS. 3 u 0 } K. �'N'W uwt a �,.�1]y��j��/jyyG/, /`-� " 1908 F"ZJ.BL.IC WG7IER,SEW S ILDING, _ 2 +ENGINEERIN( +S7"RESTS•WATER+SEWLbR+[BUILDING• by date i�'i,% ''' 'P ery fl9l cowAw awil.,«w„/,.e Sam, imien90 aa3P08.1610 we. 2og m CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS A 47b,1B 51µ,H.N,�d designed SCI iv11 ,2 Kph 1v11 33 checked Chrd sc1 1vn P1Al e11g SEATTLECITYLIGHT -JOINTUTILITYTRENCH DETAILS hle nu 19WMUN511 DWG piul dir 1 �� field la, no no date revisinav daze ovtoe / 400 CONWIT N0. SIZE FROM TO 61 ® 4" PRIMARY V01 TP34 63 64 4" PRIMARY VOi STUBS 67 68 4" PRIMARY V01 V03 69 70 4" PRIMARY V03 SUBS 71 72 4" PRIMARY V03 VO4 4" PRIMARY VO4 V605 75 4" PRIMARY VO4 V05 77 78 4" PRIMARY V05 V06 79 80 4" PRIMARY V05 1P155 81 82 4" PRIMARY V06 SUBS PRIMARY CONDUIT TABLE CONDUIT N0, SIZE FROM TO 19 20 3' SECONDARY H03 STUBS 21 22 3' SECONDARY H03 SUBS 23 24 4" SECONDARY V01 H03 25 26 4' SECCNOARY V01 H02 27 28 4' SECONDARY V03 H04 29 30 4' SECONDARY H04 1P01 33 34 4' SECONDARY H04 H627 35 36 4' SECONDARY V03 H05 37 38 4' SECONDARY V03 H06 39 40 3' SECONDARY H05 SLHH 41 42 4' SECONDARY H06 H07 43 44 4' SECONDARY VO4 H08 46 4' SECONDARY VO4 H09 47 48 4' SECONDARY VO4 H10 49 50 4' SECONDARY V05 H11 51 52 4' SECONDARY V05 H12 53 54 4' SECONDARY V05 H13 ® 56 4* SECONDARY H13 58 4' SECONDARY V05 JI 60 4' SECONDARY V06 I7 4" SECONDARY V06 16 4" SECONDARY H08 EXISTING SERVICE POLE 13 14 4' SECONDARY H09 H17 SECONDARY CONDUIT TABLE CONDUIT N0. SIZE FROM i0 Al A2 3° SERVICE H02 Al STUB, A2 TO 13726 53RD AVE 5 A3 A4 3' SERVICE H02 A4 STUB, A3 TO 13738 53RD AVE S 81 B2 3" SERVICE H06 SUBS, 3' INTO 13910 53RD AVE S 83 B4 3" SERVICE H06 83 SUB, 84 TO 13910 53RD AVE 5 85 3" SERVICE H05 SUB FOR INTERCEPTING EXTG SVC CI C2 3' SERVICE H07 CI SUB, C2 TO 13924 53RD AVE S C3 C4 3" SERVICE H07 C4 5U8, C3 i0 14004 53RD AVE S DI 3" SERVICE HOB SUB, 3' INTO 14010 PROPERTY D2 3" SERVICE H08 14010 53RD AVE S Et 3" SERVICE H09 El SUB, 3' INTO 14030 P80864TY Fl 3" SERVICE H10 13951B 53RD AVE S F2 F3 3' SERVICE H10 SUBS, 3' INTO 13951A PROPERTY F4 F5 3" SERVICE H10 F5 SUB, F4 TO 13969 53RD AVE 5 G1 C2 3" SERVICE H11 GI SUB, G2 TO 13970 53RD AVE S G3 3' SERVICE HII H629 OF 14108 53RD AVE S HI 3' SERVICE H12 14118 53RD AVE S H2 3' SERVICE H12 H626 OF 14128 53RD AVE S J1 3" SERVICE H13 5216 142ND AVE 5 J2 3" SERVICE H13 5210 142ND AVE 5 KI 3" SERVICE H14 14207 53RD AVE 5 K2 3° SERVICE H14 14219 53RD AVE S L1 3' SERVICE H15 14225 53RD AVE 5 L2 3' SERVICE H15 14231 53RD AVE S L3 3' SERVICE H15 14239 53RD AVE S L4 3' SERVICE H15 14241 53RD AVE S L5 3" SERVICE H15 14247 53RD AVE S M1 3' SERVICE H16 TP909 5218 53RD AVE S M2 M3 3' SERVICE H16 H624 OF 14261 53RD AVE 5 M4 3" SERVICE HI6 14255 53RD AVE S 15 3° SERVICE H08 SUB, 3" INTO 14028 PROPERTY 16 3" SERVICE H08 14028 53RD AVE 5 31 32 3' SERVICE H04 31 SUB 3' INTO 13902 PROPERTY 32 TO 13902 53RD AVE S NI 3' SERVICE H17 14038 53RD AVE 5 N2 N4 3' SERVICE H17 14038.5 53RD AVE 5 FROM NEW 1P-15 N3 3" SERVICE H17 14030 53RD AVE S SERVICE CONDUIT TABLE DESIGNED AND REVIEWED BY SEATTLE CITY LIGHT FOR CONSTRUCTION 3 u 0 } 111 PZJSLIC' WOI?IKS L PEPT_ •ENGINEERING• STREETS•WATER•SEWE,R• 8LIILDING• designed drawn checked by 611 KP6 SCI dale nun 1201 12711 prol eng pro' din field bk n0 Kl"G interdisciplinary Design 313121121106 Magenta Ave Saga Tamve,W1S832 6936448121 033)6270m A12631601 10063026om CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS SEATTLE CITY LIGHT - JOINT UTILITY TRENCH DETAILS 3/30 8 SOL RENEW 3/4/18 6/2e afy5 p/ 6 6 18 6/20 18 R046 6/4/18 13 33 gig n0 I5820OTg12OWN teak no (dale date DyA1ne / 14108 13970 13969 13951 14038 1/2 C'4(4) 0048 14030 PLAN 0 10 20 40 60 SCALE IN FEET 4) 0,0100L00 ( 44N) 0!J0(10!11 010 1 1670400037 CJ UTILITY LEGEND JOINT 00011 TRENCH SERVICE CONVERSION UNE E....E SCL HANOH0IE/VAUIT L'L.y SCL PRIMARY SERVICE VAULT I. 1 COMCAST PEDESTAL 1_00J 0 COMCAST HANDHOLE/VAULT ICIL CENTURYUNK HANDHOLE/VAULT FELJ CENIURYUNK PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE DESIGNED AND REVIEWED BY COMCAST FOR CONSTRUCTION I"USL,IC WORKS .If> V'T_ ENGINEERING *STREETS *WA TER. SEWER*BUILDING * designed drawn Checked by CON KPG CON date 12/11 12/11 12/11 R1n1 en8 Ural do field bk 80 KPG Interdisciplinary Design 3131E9.81e 210241v4Aw SA4011 lama, W991992 Sm24,WAO121 (264)62]2)20 I208(288162 w4Rgpm CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS COMCAST JOINT UTILITY TRENCH PLAN 53RD AVE S STA 19+00 TO STA 23+50 6/29 46 KO 6/1/1a A 8/2818 6616 6/4/18 16 33 scale 1''= 4a 0o dale date 01R8/18 14108 13 70 I 3969 I 395• Jim 14038 1 /2 / 2 4' PC 0 01 14 40.48 14030 11 1 1" PLAN 0 10 20 40 60 SCALE IN FEET (I Ed r'hI, 47, 04,412i AU 2. 14028 00144 840422411 r 010 1670400037 r UTILITY LEGEND JOINT 0111078 117478 SERVICE CONVERSION UNE 0 SCL HANDHOLE/VAULT EL3 SCL PRIMARY SERVICE VAULT I1 COMCAST PEDESTAL 22211 E.1 COMCAST HANDHOLE/VAULT CIL] CENTURMJNK HANDHOLE/VAULT CENTURYUNK PEDESTAL REMOVE EXISTING UNDERGROUND POWER AFTER CONVERSION COMPLETE DESIGNED AND REVIEWED BY CENTURYLINK FOR CONSTRUCTION _F° 1_113_1-1 C: 00_12.1‹..S 17, ENGINEERING .STREETS +WATER. SEWER.BUILD1NO designed drawn checked by Cr, KFIG 1111 date 12/11 12/9 12/11 prof cog dir field bk no lECIPG Interdisulpfinery Design 3111 2142033 2482.18fle004 240DO Dam WA98402 4080* WA BB121 14627.1220 20622264640 444vggcom CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS CENTURYLINK -JOINT UTILITY TRENCH PLAN 53RD AVE S STA 19+00 TO STA 23+50 zI 6/28 18 2293 6/7/16 6 6J26I6 441/6 6/4/98 21 33 likno 1000U02102110WG kale 21 le no 14410 1 mvisioas date 01/2308 22 5 DEG RIGID STEEL BEND (4' MIN. RADIUS) 9}s"MIN FINISHED GRADE COMMUNICATION CONDUIT RISER DETAIL SCALE: NTS IVl I) ✓1 A1IH MI (E R/ '.L.) 1,4) VIE W 1 U 1111 I R5I h f'l1LE I5IW 4 / 1 1D T))1- 1<uN DIWN I/'Lfry ill NLW II) 4 Ill i;v lr.) I1r411 h NEW () , .111E rj II Hnr,I nolE 1113) ('Ll IdEW ) IG ,)))1 (.) I(/ I I E 71r 14I W (11 _ IL) . E 14 FF11 F `111r) NLW (I) )CE) I16W(I)4 „gVDU11I 12' 11) 1) INIEk EPT OVERHEAD I./LW )1) 0. /IIUUIi 1 1_ IF) i( ,I FVI E. 1;ST19 P— ;II IN III W (IV,IJ' (Il'('I) LI W 0) 4" %i. .I 1 , i-11) IRVr(E 14 `)5 ' W (7) + t/III ili; I11 VA))11 (),CI i TH VII W lit W F`,51 h r {E (1E1) 14) W ( ) 4 1 uNl , 1 10 H'I(DHIIE 11101 ,CL) (11 : ONl 1 r0 e1. Ih`,z In 1111Lr Lh v11 S 1-.; „CH 5T NEN 11 ? Idfi11 I) Cv rig 11) 1RV 1_I4 W 0i > to PLD lt/ EN 9 E !fW(r) 3 N11111),1J.. hllfl)11 it I: (HI/) Nr W () 7 l u51),ii V11 ( ) 7 / INTFn LP 5171+19_AD 1',/Ilr bl 15Ew 4 r /rd(nnv. VAdi 1 (v /I) ().) NE (1) 2" TO V06.1 ())) Tv `kNAil 14,5,t)5 I( 11 VIE W IiEw (`()wr (1f' (PL.t _VILE PIEW 1))WER I'C1L[ (TWA) 1� NPA (1) 7 )ON))))11 II ..LLS (CII I1 II1.1F IUEFI (1V1RI-FAD `) S/111 St WE` 1 I LJE L 1C WO.1.2I IS If) PT_ • ENGINEERING *STREETS * W A"rER. SEWER .BUILDING* designed d awn checked by Ruf RPG dale 01/18 01/I8 01/18 prof ant) Prol dir Geld bk no KPG Inlerdla0Pioary Design 1131EII8Aw 27022kbwnMe 502400 isms,, 2006102 54802..W689121 (2035218/20 (86286,1681 6360800 CONFORMED DOCUMENTS 53RD AVENUE SOUTH VOLUME 2 FRANCHISE UTILITY DRAWINGS COMMUNICATION - JOINT UTILITY TRENCH DETAILS 3/30/1e 60. REVIEW 3/16p8 4/25 8 COMCASt READY 4/3/18 6/28,18 RRg e/1/18 6/28,18 MO 6/4/18 no date revuin6 18-045 Council Approval 3/5/18 C-1 AGREEMENT FORM CONTRACT NO. THIS AGREEMENT is made and entered into on this IS- day of VW*U , 201eL, by and. between the City of Tukwila, Washington ("Owner") and S C L L . t- ("Contractor). Now, therefore the parties agree as follows: 1. Project. Contractor shall :complete all work and. furnish all labor, tools, materials, and equipment for the project entitled 53rd Ave S, Project. No, 99110301, 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 withinthe time specified, as detailed in the Contract. Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees: In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable 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 purposesbe deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) By: zi tlavt 1 a3 - Mayor Attest: y.. This h day; f FWC4 20 I9, 2 .y Cier Approved as to Form;.. City Attorney Address for giving notices: 6'300 i✓ (bvc91 S T e rca iu kA UP 9& ise SC1 INFRASTRUCTURE, LLC (Contracto;) By: Title: I" + A Jt L� Attests -T \� This g day of l" ► (4, 20 16 Ra(\L screc010 Contractor's License No. SCI)1Q14s 9,3,3A Address for giving notices:. 282t S (t¢7r1 S 9(9e 53rd Ave S Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 7 ® A� CERTIFICATE OF LIABILITY INSURANCE03/06/2018 DATE (MMIDDIYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Parker, Smith & Feek, Inc. 2233 112th Avenue NE Bellevue, WA 98004 CONTACT NAME: PHONEINC 425-709-3600 FAx 425-709 7460 No. Extl: lac, Not: E-MAILE-M ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Transportation Ins. Co. INSURED SCI Infrastructure, LLC 2821 South 154th Street SeaTac, WA 98188 INSURER B : Valley Forge Insurance Company INSURER C : Continental Insurance Co. INSURER D : Indian Harbor Insurance Company INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDIYYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X X 4016281533 4/1/2017 4/1/2018 EACH OCCURRENCE $ 1 ,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 MED EXP (Any one person) $ 15,000 CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY $ 1 ,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE 7 POLICY X LIMIT APPLIES PR JECOT X PER: LOC $ B AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS NON -OWNED AUTOS X X 4016281516 4/1/2017 4/1/2018 (EOa aocideDtSINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X 5091288088 4/1/2017 4/1/2018 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2'000'000 $ DED X RETENTION$ 10,000 p' WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N / A 4016281533 Washington Stop Gap 4/1/2017 4/1/2018 WC STATU- TORY LIMITS X OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ D Pollution Liability PEC004562502 4/1/2017 4/1/2018 $5,000,000 Each Pollution Condition/Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) SCI Job #1801. Project: 53rd Ave S, #99110301 The Contracting Agency and its officers, elected officials, employees, agents, and volunteers, engineering consultants, construction management consultants, and material testing consultants hired by the City for design and construction support on this project, City of Seattle, WA, Puget Sound Energy, Comcast, Centurylink are an additional insured and coverage is primary and non-contributory on the general liability, automobile, and excess liability policies per the attached endorsements/forms. Waiver of subrogation applies on the general liability, automobile and excess liability policies per the attached endorsements/forms. Per project aggregate applies on general liability per the ... (See Attached Description) CERTIFICATE HOLDER CANCELLATION City of Tukwila 6200 Southcenter Blvd. Tukwila, WA 98188 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE lAtukkik, C fut ACORD 25 (2010/05) 1 of 12 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD (MCR01) ibo20001oEo2443 CNA CNA71527XX (Ed. 10/12) ADDITIONAL INSURED — PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations. Any person or organization, but only if you are required by Written contract or written agreement to make that person or organization an additional insured under this policy. 1. In conformance with paragraph A.1.c. of Who Is An :Insured of Section 11= LIABILITY COVERAGE, The person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and'non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the. Policy remain -unchanged. CNA71527XX (10/12) Page 1of1 Insured Name: Copyright CNA Aii f3igt;ts'Reserved. Policy No: 4 0162 81516 Endorsement No: Effective Date. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement contract to be primary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply .solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1-15) Page 2 of 2 TRANSPORTATION INSURANCE COMPANY Insured Name: sCi INFRASTRUCTURE, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Sery ces Office, Inc., with its permission. Policy No: 4016281.53.3 Endorsement No: 11 Effective Date: 04/01/2017 CNA Policy Number: 5091288088 CNA Paramount Excess and Umbrella Liability Policy D. Coverage D - Key Employee Exclusions With respect to Coverage D - .Key Employee, this insurance does not apply to any actual or alleged: 1. Death or Disability death or permanent disability of a key employee relating to, or arising out of: a. nuclear reaction or radiation or radioactive contamination, however caused; b. sickness or disease, including mental illness or mental injury; c. pregnancy, childbirth, miscarriage or abortion; d. suicide, attempted suicide or self inflicted bodily injury, while sane or insane; e. the key employee's intoxication, impairment or otherwise being under the influence of alcohol or controlled substances; f. war, including undeclared or civil war; g. warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or h. insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. 2. Other Expenses a. expenses the Named Insured incurs which the Named Insured would not have incurred if the Named Insured had used all reasonable means to: i. find a permanent replacement for the key employee; and ii. reduce or discontinue the key employee replacement expense; as soon as possible after the Named Insured's permanent Toss of the services of the key employee caused by a covered accident. b. additional expenses incurred due to the Named Insured's loss of the services of a permanent replacement appointed or hired to replace a key employee, however caused. However, this exclusion does not apply if the replacement employee is included in the definition as a key employee and the Named Insured's loss of the services of the replacement employee is caused by a covered accident. IV. WHO IS AN INSURED The following persons or organizations are Insureds. A. With respect to Coverage A - Excess Follow Form Liability, the Named Insured and any persons or organizations included as an insured under the provisions of underlying insurance are Insureds, and then only for the same coverage, except for limits of insurance, afforded under such underlying insurance. B. With respect to the Coverage B - Umbrella Liability: 1. If the Named Insured is designated in the Declarations of this Policy as: a. an individual, the Named Insured and the Named Insured's spouse are Insureds, but only with respect to the conduct of a business of which the Named Insured is the sole owner. b. a partnership or joint venture, the Named Insured is an Insured. The Named Insured's members, the Named Insured's partners, and their spouses are also Insureds, but only with respect to the conduct of the Named Insured's business. Copyright CNA All Rights Reserved. • CNA CNA Paramount Excess and Umbrella Liability Policy iv. will cooperate with the Insurer in the investigation or settlement of the claim or defense against the suit; v. will assist the Insurer, upon its request, in the enforcement of any right against any person or organization which may be liable to the Insured because of injury or damage to which this insurance may also apply; and vi. will not voluntarily make .a payment, except at its own cost, assume any obligation, or incur any expense, other than for first aid, without the Insurer's prior consent. 3. Cooperation With respect to both Coverage A - Excess Follow Form Liability and Coverage B — Umbrella Liability, the Named Insured will cooperate with the Insurer in addressing all claims required to be reported to the Insurer in accordance with this paragraph O. Notice of ClaimslCrisis Management Event/Covered Accident, and refuse, except solely at its own cost, to voluntarily, without the Insurer's approval, make any payment, admit liability, assume any obligation or incur any expense related thereto. P. Notices Any notices required to be given by an 'Insured shall be submitted in writing to the Insurer at the address set forth in the Declarations of this Policy. Q. Other Insurance If the Insured is entitled to be indemnified or otherwise insured in whole or in part for any damages or defense costs by any valid and collectible other insurance for which the Insured otherwise would have been indemnified or otherwise insured in whole or in part by this Policy, the limits of insurance specified in the Declarations of this Policy shall apply in excess of, and shall not contribute to a claim, incident or such event covered by such other insurance. With respect to Coverage A — Excess Follow Form Liability only, if: a. the Named Insured has agreed in writing in a contract or agreement with a person or entity that this insurance would be primary and would not seek contribution from any other insurance available; b. Underlying Insurance includes that person or entity as an additional insured; and c. Underlying Insurance provides coverage on a primary and noncontributory basis as respects that person or entity; then this insurance is primary to and will not seek contribution from any insurance policy where that person or entity is a named insured. R. Premium All premium charges under this Policy will be computed according to the Insurer's rules and rating plans that apply at the inception of the current policy period. Premium charges may be paid to the Insurer or its authorized representative. S. In Rem Actions A quasi in rem action against any vessel owned or operated by or for a Named Insured, or chartered by or for a Named .Insured, will be treated in the same manner as though the action were in personam against the Named Insured. T. Separation of Insureds Except with respect to the limits of insurance, and any rights or duties specifically assigned in this Policy to the First Named Insured, this insurance applies: G Copyright CNA All Rights Reserved. C-2 PAYMENT AND PERFORMANCE .BONA Bond to City of Tukwila,. Washington Bond No. 2269454 We, SCI Infrastructure, LLC ., and North American Specialty Insurance Company, (Principal) (Surety) a New Hampshire .corporation; and .as a surety, corporation authorized to become a surety upon Bonds of.. Contractors with 'n)unicipalcorporations :in Washington State, are jointly and severally bound to the City of Tukwila, Washington • :("Owner"), in the penal sum of Five Million Nine Hundred Fifty Three Thousand Two Hundred Forty Nine & 60/100-------- (?oilers ($5,953,249.60 ), the payment of which sum, on demand, we bind ourselves ..and our successors, heirs, .administrators,. executors, or personal representatives, as the case. May be. This Payment and Performance: Bond is provided to -:secure the performance of Principal in connection with a contract dated t11 tq,rcth 15 r 2= , 20 , between Principal and Owner for a project entitled 53RD AVE S , "Contract No. 999110301 ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax,' as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment. and Performance: Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of: the Contract and changes authorized by Owner in the manner and"withinthe time specified as may be extended under the.Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material .men, and all other persons or agents who supply labor, equipment, or. materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action,. damages, and costs tor such. payments for labor, equipment, and materials by. satisfying all claims and demands incurred under the Contract, and reinibursing and paying Owner all expenses that Owner may incur in making goo"d:any default by Principal, and. • Indemnifies and holds" Owner harmless from all. claims, .liabilities, causes of action, damages and costs, including property damages and personal injuries,. resulting from any defect appearing:: or developing in the material provided or workmanship "performed under the Contract. The indemnities to. Owner _shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in.connection with.the Project. The liability of Surety shall be limited to the: penal sum of this. Payment and Performance Bond. No change,. extension of time,. alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. :Surety hereby waives notice of°arty change, extension of time, alteration,. or addition to. the terms of the Contract or the Work, with the eicoeption that Surety shall be notified if the Contract time is extended by more than. twenty percent.(20%). • If -any modification or 'change 'increases the total amount to be paid under the Contract,, Surety's obligation :under thls Payment and Performance Bond shall autornaticaliy increase in a like amount. Any Such. increase .shall not exceed twenty-five percent (25%) of :the original amount of the Payment and Performance Bond without the prior written consent of Surety. 53rd Ave S Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always. Verify Seal SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE A. CRAKER, KAREN J. SMITH, and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ���G�ALTY j t����� wx uuuoty4 yQ,�'pPOq�G l/(^/�/ i10Nq(�y • ee F., By ,�etp`pRPOR,gd!'� •, SEAL Steven P. Anderson, Senior Vice President of Washington International Insurance Company , SEAL TS o? yam, iYl, 1973 Qto;On — & Senior Vice President of North American Specialty Insurance Company to AN By Michael A. Ito, Senior Vice President of asbmgton International Insurance Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 19 day of JANUARY , 2018 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 19 day of JANUARY , 2018 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL 1 M.KENNY Notary Public - State of llliunis I My Commission Expires V t M. Kenny, Notary Public' I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of , 20 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company P-1 PROPOSAL ,(unit price) Contractor's Name S,I INFRASTRUCTURE, LL Contractor's State License No. St i N Y 9 DJ t\ 'City of Tukwila Project No. 99110301 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 53RD Ave S, which ;project includes but is not limited to: Construction of approximately 2200 linear feet of street improvements within and outside of the right-of-way of 53rd Ave S, including but not limited to construction 'of asphalt roadway, curb, gutter, planters, and sidewalk; retaining walls; roadway excavation, and hot mix asphalt overlay; new storm conveyance and treatment system; new utility water main; undergrounding of existing franchise utilities with joint utility trench and service conversions; utility adjustments; illumination; landscaping; channelizatiion. and signing; and other work necessary to complete the Work as specified and shown in the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with, these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) ® 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 two hundred fifteen (215) working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. 53rd -Ave S Proposal 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum ;prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE A -ROADWAY IMPROVEMENTS P=2 Item No. Item Description Qty Unit Unit Price Amount ROADWAY Al Unexpected Site Changes 1 EST $ 30,000.00 $ 30,000.00 A2 Roadway Surveying 1 LS +55 ©iv, 4S ON- A3 ADA Features Surveying 1 LS / 00 (dad- / b/ Am- A4 SPCC Plan 1 LS 1, 000 /, 006- A5. Resolution of Utility Conflicts 1 EST $ 30,000.00 $ 30,000.00 A6 Utility Potholing 1 EST $ 25,000.00 $ 25,000.00 A7 Type B Progress Schedule 1 LS „; of - S. OM - A8 Field Office Building 1 LS 2._e, ODD— 2 DLYI.- A9 Mobilization 1 LS Lice►on_ Li co, 000 - Al Project Temporary Traffic Control 1 LS "300, 000 - `300, OM All Uniformed Police Officer 60 HR / 0 - 6,, f%a7 - - Al2 Clearing and Grubbing 1 LS ?SOi O� 3p, co... A13 Removal of Structure and Obstruction 1 LS 4(24 ply _ LO-1 00 0 • A14 Gravel Borrow Incl. Haul 990 TON Z / 91 44, A15 Roadway Excavation Incl. Haul 2,400 CY 2S- G b; ptx) - A16 Unsuitable Foundation Excavation Incl. Haul 390 CY 21 /6,'725= A17 Structure Excavation Class A Incl Haul for Walls 920 CY 73t) z. 7 %o©— A18 Shoring or Extra Excavation Class A for Structural Earth Walls 1 LS 000 - OM - A19 Crushed Surfacing Base Course 2,500 TON 2 e — 7©, 00 "- Proposal 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE A (Cont'd P-3 Item No. Item Description Qty Unit Unit Price Amount A20 Crushed Surfacing Top Course 970 TON 3t 2 j` / Db-- A21 HMA CI 1/2" PG 64-22 2,140 TON TT - 1 G 9, 9- A22 Commercial HMA 220 TON 1460 _ Z9 / COO- A23 Modular Block Wall 2,430 SF 23 - sc Q, A24 Structural Earth Wall 5,540 SF '2_s CZ1, sto J A25 Gravel Borrow for Structural Earth Wall Incl. Haul 600 CY 45---- Z-71 DlI — A26 Erosion Control and Water Pollution Prevention 1 LS /flfppp, 1 0,Y109 -- A27 Integral Curb 150 LF $S - i21 �S G - A28 Extruded Curb, Type 5 80 LF 1-4-' 1 i 3 G o A29 Cement Conc. Traffic Curb and Gutter 4,810 LF 1 G.'-5 — 'pi S 6 a� A30 Cement Conc. Traffic Curb 20 LF ZG_ A31 Cement Conc. Pedestrian Curb 400 LF 27- 1018.Q0. A32 Cement Conc. Driveway Entrance Type 1 450 SY (42 - 2cl,G_ A33 Cement Conc. Driveway Entrance Type 2 420 SY (VG _ 22-, 7-2a- A34 Cement Conc. Driveway 510 SY C4 J K3,660- A35 Black Vinyl Coated Chain Link Fence 1,072 LF 3 0- Z,160- A36 Remove and Replace Wooden Fence 300 LF I.1 G� 12f OM- A37 Remove and Reset Chain Link Fence 90 LF 35 - ;IS G- Proposal 53rd Ave S City Project No. 99110301 P-4 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE A I!Cont'd) Item No. Item Description Qty Unit Unit Price Amount A38 Remove and Reset Chain Link Gate 3 EA Li 00_ { 1200_ G, 00 - A39 Remove and Install Monument Assembly 3 EA 2 rwa - A40 Remove and Replace Mailbox Support 27 EA Goo- l G 1290 - A41 Stairs Hand Railing 30 LF 1 S O 1 Soa SIDEWALK A42 Cement Conc. Sidewalk 1890 SY g7.50- 4altig - A43 Thickened Edge Sidewalk 1070 LF 6S_ s q ISs0 - A44 Cement Conc. Stairs 30 SY 1-9 s - Z31860_ A45 Cement Conc. Curb Ramp Type Parallel A 3 EA 4300..., 3, / 0 0- A46 Cement Conc. Curb Ramp Type Parallel B 1 EA 1 q S O - i , 5,50 A47 Cement Conc. Curb Ramp Type Single Direction A 3 EA 2, ri Oo- GI300 A48 Cement Conc. Curb Ramp Type Single Direction B 5 EA 2100 0 1 0, 000- STORM DRAINAGE A49 Removal/Abandonment of Existing Storm Catch Basin 34 EA 00 - 3. (ADO A50 Removal/Abandonment of Existing Storm Main 2,820 LF g Zs/ 3bt<- A51 Shoring or Extra Excavation Class B for Storm Drainage 13,000 SF j , 5-0 '9 5'Z+O-- A52 Trench Backfill Incl. Haul for Storm Trench 1,400 CY 46---- 63, O6b - A53 Wall Underdrain Pipe 6 in. Diiam. 1,510 LF / /)'^ 2 f l 00 -- Proposal 53rd Ave S City Project No. 99110301 P-5 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. 'Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE A - (Cont'd) Item No. Item Description Qty Unit Unit Price Amount A54 Drain Pipe 6 In. Diam. 410 LF 46 .— /4 *V — A55 Ductile Iron Pipe 12 In. Diam 150 LF 8 7 - / 3, O A56 Storm Sewer Pipe 12 In. Diam. 1060 LF 5-4. - 5-19/ 3a •- A57 Storm Sewer Pipe 18 In. Diam. 1390 LF 6,— %%I!0 — A58 Storm Sewer Pipe 24 In. Diam. 100 LF / / b _ / /, a oa — A59 Storm Drainage Television Inspection 1 LS 7, 5 00 .- fi7,c00 — A60 Yard Drain 7 EA 7 o o - 4 0) � D •-- A61 Catch Basin Type 1 16 EA / r L dtt — 1 9 Z(d — A62 Catch Basin Type 1 L 9 EA /, 33'7 s- / 2. 3 7S — A63 Catch Basin Type 2 48 In. Diam. 11 EA 2-�7 .0 -- 6 Z5-6 — A64 Catch Basin Type 2 54 In. Diam. 3 EA , l do — 9! 00 v A65 Flow Splitter Catch Basin Type 2 72 In. Diam, 1 EA / D/ go e — / Oi gef, — A66 Adjust Catch Basin 3 EA .psti-- % 5-66-- A67 Replace Frame & Grate with Solid Locking Cover 5 EA °%Pi 6 - 3 cp8 — i A68 Connect Proposed Pipe to Existing Drainage Structure 4 EA ¢�1i — % 8a0 A69 Connect Existing Pipe to Proposed Drainage Structure 2 EA ¢yQ r 9.4 b -- A70 Storm Drain Marker 34 EA 4D0 — .24/40.,A;T, A71 Modular Wetland Unit, 8' x 20' 2 EA I114 1206— ZZgi — A72 Temporary Water Bypass System 1 LS Z,9, 5ti — Z fca9-- Proposal 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE A - (Cont'd P-6 Item No. Item Description Qty Unit Unit Price Amount ILLUMINATION AND SIGNAL MODIFICATIONS A73 Illumination System, Complete 1 LS 24S1000 - `7)-0.1030- TRAFFIC CONTROL DEVICES A74 Raised Pavement Marker Type 1 4 HUND 5(20 - '2,og0'' A75 Raised Pavement Marker Type 2 0.5 HUND A76 Permanent Signing 1 LS ‘DGO .. $ t C00- A77 Plastic Stop Line 80 LF $^SO, cgo A78 Paint Line 170 LF - L1�� 0 A79 Plastic Crosswalk Line 890 SF 5,50- 1-1,V°1. S A80 Sharrow Bicycle Symbol 19 EA 150- Z,(‘SO- ROADSIDE DEVELOPMENT A81 Property Restoration 1 EST $ 30,000.00 $ 30,000.00 A82 Topsoil Type A 650 CY A83 Bark or Wood Chip Mulch 70 CY A84 Seeded Lawn Installation 2250 SY 1.Coo- 3 t aoo A85 PSIPE Nyssa sylvatica'David Odom'/ Afterburner Tupelo; 2.5" Cal., 12'-14' Ht. 11 EA 400-a tiit 1100' A86 PSIPE Pyrus calleryana 'Glen's Form'/ Chanticleer Pear; 2.5" Cal., 12'-14' Ht. g EA 3S0 - 3,15 0- A87 PSIPE Berberis thunbergii'Concorde'/ Concorde Japanese Barberry.; 1 Gal. Cont. 160 EA i2LS 1-2-, S 0 - 1._,,000 1 1 I 1 C2t,C0^ A88 PSIPE Calluna vulgaris 'Spring Torch?Spring Torch Scotch Heather; 1 Gal. Cont. 157 EA A89 PSIPE Lavandula angustifolia 'Hidcote Blue'/ Hidcote Blue English Lavender; 1 Gal. Cont. 242 . EA 1 \ - 2tiig(o2— 20 0$ — A90 PSIPE Spiraea japonica'Walbuma'/ Magic Carpet Spirea; 1 Gal. Cont.. 210 EA to,50. Proposal 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE A - (Cont'd, P-7 Item No. Item Description Qty Unit Unit Price Amount A91 PSIPE Teucrium chamaedrys/ Wall. Germander; 1 Gal. Cont. 69 EA rZlSa.� '&221S0J A92 PSIPE Fragaria 'Lipstick'/ Lipstick Ornamental Strawberry; 1 Gal. Cont. 405 EA I 0 , 0-' 1,1,252.1.00- A93 PSIPE Helianthemum nummularium 'Fire Dragon'/ Fire Dragon Sunrose; 1 Gal. Cont. 595 EA 1 2,50" "qIi-l3 0- A94 PSIPE Rubus calycinoides 'Emerald Carpet'/ Emerald Carpet Creeping Bramble; 1 Gal. Cont. 505 EA (0 , S 0 .' 00-2- S 0 A95 PSIPE Veronica peduncularis 'Georgia Blue'/ Georgia Blue Speedwell; 1 Gal. Cont. 800 EA 0, S 0 - 'l'{ 0 0 A96 PSIPE Schizachyrium scoparium 'The Blues'/ The Blues Little Bluestem; 1 Gal. Cont. 40 EA I. 7, co'' i S' 0 - A97 Automatic Irrigation System, Complete 1 LS C,;1090 - S 3t00o - Total - Schedule A $ /I31I evi," * For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458-20-171. Note: Determination of low bidder will be based solely on the 'Total Bid'. SCHEDULE B- WATER & SEWER IMPROVEMENTS Item No. Item Description Qty Unit Unit Price Amount WATER B1 Unexpected Site Changes 1 EST $ 20,000.00 $ 20,000.00 B2 Removal of Structure and. Obstruction 1 LS '71,865 r%, /300 `-' B3 Removal/Abandonment of Existing Water Main 6000 LF S = 34 f'00- Unsuitable Foundation Excavation & Backfill1204 Incl. Haul 370 CY a ! p 17 ,l - B5 Shoring or Extra Excavation Class B for Water 22800 SF / -- ZZ ND .— P B6 Trench Backfill Incl. Haul 2080 CY 3-7 -- '71,1 9&)— B7 HMA CI 1/2" PG 64-22 .340 TON /40-- 47, / 1)b Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal 53rd Ave S City Project No. 99110301 P-8 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales lax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE B - (Cont'd) Item No. Item Description Qty Unit Unit Price Amount B8 Class 52 Ductile Iron Pipe for Water Main, 4 In. Diam. 40 LF % Db pDp — B9 Class 52 Ductile Iron Pipe for Water Main, 6 In. Diam. 86 LF / DO _ g ADD — B10 Class 52 Ductile Iron Pipe for Water Main, 8 In. Diam. 183 LF 75 — / 3 '71J = B11 Class 52 Ductile Iron Pipe for Water Main, 10 In. Diam. 26 LF /'70— 41 B12 nlasD a2 Ductile Iron Pipe for Water Main, 12 3423 LF 95-�m. 7�� S /KC B13 Connection to Existing Water Main 13 EA /, 75-0 --- 77 1.750 •— B14 Additional Class 52 Ductile Iron Pipe Fittings for Water Main 3000 LBCO 16, SDQ — B15 Concrete for Thrust Blocking 40 CY Z80 — 1 / zpa— B16 Electronic Markers 130 EA / ZD — % 5,4OD "' 817 Gate Valve 4 In. 1 EA /4-75-" /, 4 76 B18 Gate Valve 6 in. 1 EA /i 4D - • /, 4--p-- 1319 Gate Valve 8 In. 4 EA /j •75d— 7, / z b — B20 Gate Valve 10 In. 1 EA 2, 35-D 213 51 — B21 Gate Valve 12 In. 29 EA Z1 12-6 — 75; 9Qa -- B22 Hydrant Assembly 13 EA 5 ZQp— /0`7, 646-- B23 Service Connection 3/4 In. Diam. 49 EA % 6 e r_ 92, "-6S"— B24 Service Connection 1 In. Diam. 2 EA 2 5-S? — 5, /pa — 825 Service Connection 1-1/2" In. Diam. 1 EA ,S 006 — c DDd — B26 Service Connection 2" In. Diam. 3 EA 2-1 SDD— 7� ,5-Q(j -- 627 Service Connection 4" In. Diam. 1 EA 3 QM— '3, D P— B28 Temporary Water Service 1 LS 3 0) DDd — Mi me J Proposal 53rd Ave S P-9 City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20471. SCHEDULE B - (Cont'd) Item No. Item Description Qty Unit Unit Price Amount SANITARY SEWER B29 :estosCement Sanitary Sewer rce Main 2,000 LF Z�� 5� I B30 Shoring or Extra Excavation Class_'B for Sanitary Sewer 900 SF 2-1 j, 900 B31 Adjust Sewer Manhole 9 EA j dv .— '#1 pp-- B32 Replace Sanitary Sewer Frame and Lid 9 EA to 06-- .?�-D8 r B33 Sanitary Sewer Pipe 8 In. Diam. 60 LF 15-p — 15; Ian B34 Temporary Sewer Bypass System 1 LS 7, ©DD , 7 ON — B35 Sanitary Sewer Television Inspection 1 LS % 500 — I .5' — I B36 Sanitary Side Sewer 320 LF / 26 — 3e 40 - B37 Sanitary Side Sewer Cleanout 16 EA 6_671 — /6 1 0 -- Subtotal - Schedule B Schedule B Washington State Sales Tax at 10% Total - Schedule B $ 140 011-1oS-- $ (0G,€ 01S * The Contractor shall collect from the Contracting Agency retail sales tax on the SCHEDULE B contract Note: Determination of low bidder will be based solely on the 'Total Bid'. S C H E D U L E C- FRANCHISE UTILITY IMPROVEMENTS Item No. Item Description Qty Unit Unit Price Amount FRANCHISE UTILITY ITEMS C1 Unexpected Site Changes 1 EST $ 25,000.00 $ 25,000.00 C2 Adjust Gas Valve 6 EA .4-C6 •— Z( 7do — C3 Unsuitable Foundation Excavation Incl. Haul 230 CY Z7 5'a . 6 t 3 Z r--- Structure Excavation Class B Incl. Haul for Joint Utility Trench 4330 CY b — I ki 1 - C5 Shoring or Extra Excavation, Class B for Joint Utility Trench 20600 SF % — ZD/bDf)`, Proposal 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. salestax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE C - (Cont'd) P-10 Item No. Item Description Qty Unit Unit Price Amount C6 Joint Utility Trench Pipe Zone Bedding, Incl. Haul - Communications 320 CY �7� l f, �b - C7 Joint Trench Backfill, Incl. Haul - Communications 1000 CYgoo 37' -57/ C8 Crushed Surface Base Course - Structures 430 TON Z C' / 5,057) -- C9 Joint Utility Trench Pipe Zone Bedding, Incl. Haul -SCL 410 CY 21-- / 4 OD -- C10 Joint Trench Backfill, Incl. Haul - SCL 2240 CY '3-7 -- S ZI goo .- C11 High Strength FTB - SCL 470 CY f n0 — 476 ded-' C12 CDF - SCL Structures 230 CY / DO.- 23, CJL — C13 Resolution of Utility Conflicts for Joint .Utility Trench 1 EST $ 25,000.00 $ 25,000:00 C14 Conduit, 3 In. Diam. - SCL LIGHTING 330 LF I co- 51 Zg 0 - C15 Conduit, 3 In. Diam. - SCL 2600 LF l 0 - 46303 - C16 Conduit, 4 In. Diam. - SCL 12400 LF Z, - ZGA L OO- C17 Street Lighting Conduit Bend, 3 In. Diam. - SCL 24 EA 3S1 - . 9133 G- C18 Primary Conduit Bend, 4 In. Diam. - SCL 66 EA 390 _ 2.51 �-9 °- C19 Secondary Conduit Bend, 4 In. Diam. - SCL 105 EA 500 - '92i S 00- C20 Service Conduit Bend, 31n. Diam. - SCL 164 EA 1- OO' G51 GOO "- C21 Install Conduit, 2 In. Diam. - CENTURYLINK 2200 LF 5 [ 5 - 11 0- C22 Install Conduit, 4 In. Diam. - CENTURYLINK 7400 LF .Tt310-- sq1 oio C23 Install Conduit, 2 In. Diam. - COMCAST 2000 LF 71 i'S " ) 01S60 C24 Install Conduit, 4 In. Diam. - COMCAST 6500 LF -3 a - 1-tl -is G' C25 Conduit Riser - SCL 10 EA 'i3G, 0- 13 0oo C26 Conduit Riser - CENTURYLINK 7 EA �SSQ - C 5,15 0 Proposal 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE C - (Cont'd P-11 Item No. Item Description Qty Unit Unit Price Amount C27 Conduit Riser - COMCAST 8 EA W10 _ GI WO- C28 Core Drill Existing Vault - CENTURYLINK 2 EA 9 15 - ' -- C29 Core Drill Existing Vault - COMCAST 2 EA /. is _ Z.30 - C30 Utility Structure, SCL Type 3 Handhole 2 EA 21500 - 5/ co 0" C31 Utility Structure, SCL 233-LA Handhole 13 EA 1 s46.4. 3.3j, eo0._._ _33 C32 Utility Structure, SCL 504-LA .Handhole 3 EA LYS O _ I tA iS5 O C33 Utility Structure, SCL 577-LDA Vault 5 EA t i500— 4-1 L150 0 — C34 Install Utility Structure, CENTURYLINK 264-TA Vault 1 EA ;30 — 3G C35 Install Utility Structure, CENTURYLINK Pedestal 11 EA 20 0— 72.00 — hot of o - C36 Install Utility Structure, CENTURYLINK 467-TA Vault 6 EA 3 0 _ C37 Install Utility Structure, CENTURYLINK 3048 Vault 5 EA LA30-- 2, 1.50 — C38 Install Utility Structure, CENTURYLINK 1730 Hand Hole 1 EA `'l3 0-1130-- C39 Install Utility Structure, CENTURYLINK 3x5' Vault 1 EA tA30 143o — C40 Install Utility Structure, COMCAST 2436 Vault 1 EA 200 . 'Zoo C41 Install Utility Structure, COMCAST 1419 Vault 5 EA G0j30 3 — C42 Install Utility Structure, COMCAST 3048 Vault 8 EA 3 — -z 61-10 C43 Install Utility Structure, COMCAST 1730 Vault 6 EA ZOC1- l 1ZOU' 00-- C44 Install Utility Structure, COMCAST Pedestal 2 EA 7_00J C45 Install Utility Structure, COMCAST 2436 Intercept Vault 1 EA 2.00' 200 -- C46 Install Utility Structure, COMCAST 1419 Intercept Vault 1 EA (050 -I65O-' Proposal P-12 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included In the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. SCHEDULE C - (Cont'd Item No. Item Description Qty Unit Unit Price Amount C47 Install Utility Structure, COMCAST 3x5' Intercept Vault 1 EA 14 3 G` Li 3 d C48 Conduit, 3 In. Diam. - SCL Private Service 1400 LF l' — 1---5t2CO- C49 Install Conduit, 2 In. Diam. - CENTURYLINK Private Service 1600 LF 1-30— (i 050" C50 Install Conduit, 2 In. Diam. - COMCAST Private Service 1600 LF 1-30- 1l,%$4' 316 06— C51 13951 53rd Ave S, Service Conversion 1 LS 3iro GG, 052 13969 53rd Ave S, Service Conversion 1 LS - 6GCI - I 3t &co' C53 5216 S 142nd St, Service Conversion 1 LS Fi600— 3f 6 00 - C54 14205 53rd Ave S, Service Conversion 1 LS 3(600 -- 316 co C55 14207 53rd Ave S, Service Conversion 1 LS 31606 — 316 0 © ' C56 14219 53rd Ave S, Service Conversion 1 LS 3,6 co - 3, 600 — C57 14225 53rd Ave S, Service Conversion 1 LS 3, 6,0G — 3 600 — C58 14231 53rd Ave S, Service Conversion 1 LS 3f 600— 059 14239 53rd Ave S, Service Conversion 1 LS 3,600 , 66a- C60 14241 53rd Ave S, Service Conversion 1 LS 3Goo- 3, 60 0 C61 14247 53rd Ave S, Service Conversion 1 LS ;t c,,— 31C00 — C62 14255 53rd Ave S, Service Conversion 1 LS 3( — 3f 600- C63 14261 53rd Ave S, Service Conversion 1 LS '5160 - 3,600 C64 5218 53rd Ave S, Service Conversion 1 LS 3,600 -I 3, 6&o -- C65 13726 53rd Ave S, Service Conversion 1 LS ,60(j ' 3, 600- C66 13738 53rd Ave S, Service Conversion 1 LS ? Q0 . 3v606— C67 13744 53rd Ave S, .Service Conversion 1 LS 4600J 3, 6 60-- C68 13902 53rd Ave S, Service Conversion 1 LS 3, 600-' 6 0Q✓ C69 13910 53rd Ave S, Service Conversion 1 LS 3, 600.., 3,606 P-13 Proposal 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. JVI7GLJVLG v—ivy's'y/ Amount Item No. Item Description Qty Unit Unit Price C70 13924 53rd Ave S, Service Conversion 1 LS 31600- 31a-CG C71 14004 53rd Ave S, Service Conversion 1 LS 316 oc - 34 Goo - C72 14010 53rd Ave S, Service Conversion 1 LS 31 G.G,d ' 3, G O'd _ C73 14028 53rd Ave S, Service Conversion 1 LS Li S o 0 r- 11 915 G,4 ,. C74 14030 53rd Ave S, Service Conversion 1 LS 3 k4 . 3 GOO' C75 14038 53rd Ave Si Service Conversion I 1 LS r 4t.500 C76 14038.5 53rd Ave S, Service Conversion 1 LS t't►sao C77 13970 53rd Ave S, Service Conversion 1 LS ( Go- 34.0(r C78 14108 53rd Ave S, Service Conversion 1 LS 340o - 3� 6 0 - C79 14128 53rd Ave S, .Service Conversion 1 LS C80 14202 53rd Ave S, Service Conversion 1 LS �l (000- 3[C,,0a' C81 C82 C83 14210 53rd Ave S, Service Conversion 14218 53rd Ave S, Service Conversion 14234 53rd Ave S, Service Conversion 1 1 1 , LS LS L 3 , o- _ 3 [ G00-' S C84 14250 53rd Ave S, Service Conversion C85 14258 53rd Ave S, Service Conversion C86 14264 53rd Ave S, Service Conversion C87 14272 53rd Ave S, Service Conversion C88 Service Conversion, Property Restoration C89 Franchise Utility Coordination C90 Temporary Utility Pole Support 1 1 1 1 1 1 4 LS LS LS LS EST LS EA 60o- 3f600- 3, Goo- $ 60,000.00 C1c'o- 3, 00-' 3160o- 3[6o-- 3,6oa- $ 60, 000.00 Proposal 53rd Ave S City Project No. 99110301 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified .for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Division 10 for definition of pay items. For SCHEDULE A. sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20.171. SCHEDULE C - (Cont'd) Subtotal - Schedule C- JUT P-14 3,1ys3,s��— Schedule C Washington State Sales Tax at 10% Total - Schedule C - JUT $ 1 (Oi-141.1 y.y * The Contractor shall collect from the Contracting Agency retail sales tax on the SCHEDULE C contract price per section 1-07.2(2) and WAC 458-20-170. Total Schedules A, B, & C: a Schedule A brought forward $ 311 3 `l , SO' 31 ' ' 1 Schedule B brought forward ..........$ ceDv IC Schedule C brought forward $ t t %0 i t9,1 1-, 1 0 /►" TOTAL_ BID $ 51 9 5 1\ Li 7 Note: Determination of low bidder will be based solely on the 'TOTAL BID'. P-15 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. 1f a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order., the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid.: Put this Certification on the 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 FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quant jigs shown on the Bid form then totaling all of the extended amounts. Signed: Title: M Date: 62 — 53'4-Ave S Proposal P-16 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt Addendum No. 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 N k-S .50 ? of 14 2-0 51 cfiiscvS 1r ii, WA (Name) (Address) Bidder: SCI INFRASTRUCTURE, LLC Signature of Authorized Official: Printed Name and Title: C a Gc-© L 0 Address: 2` 21 S i S'T 11 S-ri S GKT9"� 'UU/k Circle One: Individual / Partnership / State of Incorporation: " N Gr—ro N Joint Venture / Corporation 1M1"1 t.i f"t$ It-iT^( Crn-iPA'JyD Phone No.: 2©(— Z 4 2' Ob 33 Date: 0'2- — i3 t 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. 53RD Ave S P-17 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). -- OR . . Bid Bond: The undersigned, SCI Infrastructure, LLC (Principal), and North American Specialty Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal' sum of Five Percent of Total Bid Amount dollars ($ 5% of Total Bid Amount ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for 53rd Ave S, Project No. 99110301, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 13th day of February SCI Infrastructure, LLC , 2018 North American Specialty Insurance Company Principal Surety Signature of Authorized Official ,4 •PAI 1�— Title Name and address of local office of agent and/or Surety Company: By l., ey in Fact (Attach Power of Attorney) Joanne Reinkensmeyer, Attorney -in -Fact Hentschell & Associates, Inc. 1436 S. Union Ave. Tacoma, WA 98405 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. 53rd Ave S SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE A. CRAKER, KAREN J. SMITH, and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company Michael A. IItto, Senior Vice President of Washing�International Insurance Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 19 day of JANUARY , 2018 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 19 day of JANUARY , 2018 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington Intemational Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Notary public - State of Illinois My Commission Expires 12/0412021 M. Kenny, Notary Public {� I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,QQwhich is still in full force and effect. fP IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this/ day of 1 O, Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company P-18 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 53rd Ave S, Project No. 99110301. tt �N Signed and sworn to before me on this 1� SCI INFRASTRUCTURE, L LC Name of irrn Signature of Authorized Official Title day of F %-17-1 ; 20 IS SignatureL e ry Public in an for the State of Washington, residing at _ 1..1C1 Ail PS .. My appointment expires: 05 —Z4 — 2� JENNIFER LEA SCOCCOLO EAL L Notary Public State of Washington My Commission Expires May 24, 2021 To report bid rigging activities call: NOTICE TO ALL BIDDERS 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, '8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction. contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 53'dAve S P-19 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required Name of Bidder: SC1 INFRASTRUCTURE, LLC Address of Bidder: Sg21 S I4-`T1 S 7 S T/rL W 9 (3 f3 City State Zip Code Contractor's License No. SC i 1 Kii- O 93) A WA State UBI No. t, 0 2- ©i 1- 7 Dept. of L&I License Bond Registration No; g$11e3 Worker's Comp. Acct. No. 009, 8 14 —0 0 Bidder is a(n)::D Individual 0 Partnership 0 Joint Venture 0 Incorporated in the state of WA 'An 1 i-A ice,11.-r ( C c i`-t P h-N `' If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES ❑ NO 401 Employment Security Department No. 14 $ 4 9 V 0 0- 0 State Excise Tax Registration No. 6 0 Z 094 'a 5 7 List business names used by Bidder during the past 10 years if different than above: Year Bank Reference Aiv VC- 0 F 7t-rC tI J E,,,S 7, -Tt1 t4 , To 6 -3D 3 -7 S 6 3 Bank Account Officer Officer's Phone No. No. of regular full-time employees: 3 Number of projects in the past 10 years completed: ° ahead of schedule (6)0 on schedule behind schedule Total value of contracts in hand (gross): $ 2-1 tP M 11,L4, a N Bidder has been in business continuously from t °) 5 2- Bidder has had experience in Work comparable to that required for this Project: As a prime contractor for 0 years. As a subcontractor for Co years. Describe the general character of work performed by your company: S (7 f o lZ- F Ap9- vrt/ o P-4L, U uav t V "71 L( 7 t S 53rd Ave S Responsible Bidder Determination Form P-20 List major equipment anticipated for this project; state whether Contractor -owned, or if it will be rented or leased from others. - S rclAtP. N. 0 AJ 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 (I S o tJ td'S t rzoo tV- I v Phi N/s 3 1it.) Nt(An, C4 `)Ave SOP Nsei ► Fit.) to N �2 How. Long With Bidder 7,10 'L.0-5 Name the Surveyor to be used on this Project who will irectly supervise all surveying activities. Attach a resume outlining the experience and qualifi tions of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Yes ❑ No Surveyor's 'Name: Z�- - List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous experience working with these firms, if any. Subcontractor Scope of Work No of Previous Contracts Worked with Bidder �?a7'1 tf% eTt?�t.-t-rl-e----/ �,c/I N 5-1) 4— V/ / LStrfr. L_ ay✓Li,z4'e- eov e---,--e-A L L i 4 r z siamii't S'---t 1 r. W/t ii i' c‘isziii ,/P? l�L / a #- List all those projects of similar nature and size completed by Bidder within the past 10 years: Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years' experience working on projects of similar nature and size. Year Contract Proiect Name Completed Amount Owner/Reference Name and Phone 53b Ave S Responsible Bidder Determination Form ;P-21 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 Has Bidder, or any representative or ,partner thereof, ever been disqualified from bidding under RCW 39.06.010 or 39.12.065(3)? i,No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever failed to complete a contract? ytNo 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed With liquidated damages within the past 5 years? )tNo 0 Yes if yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any offense that has resulted in your firm being barred from bidding' or performing work for any State, Local or Federal agency? No 0 Yes If yes, give details:. Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any illegal restraints of trade, including collusive bidding? No 0 Yes If .yes, give details: _ ___� Has Bidder ever had any Payment/Performance Bonds called as a result of its work? Y,No !0 Yes If yes, please state: Project Name Contracting Party Bond Amount 53rd Ave S Responsible Bidder Determination Form :P-22 Has Bidder ever been found guilty of violating any State or Federal employment laws? g No 0 Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? tit No 0 Yes If yes, give details: — Does the Bidder owe any delinquent taxes to the Washington State Department of Revenue? '0,No 0 Yes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? 7 No D Yes to/A Has any adverse legal judgment been rendered against Bidder in the past 5 years? F{No ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workrnan's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? No 0 Yes If yes,please state: Date .Type of Injury Attach additional sheets as needed: 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 14111//(----"" Title: /h`j Date: OZ-f3 - 53r"-Ave S P-23 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets_ if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT S A-7-1A7f-- LiS MA_. OUUNE-D Labor to be used: L 12-sz Of I 6 ` SC1 INFRASTRUCTURE, LLC Signature of Authorized Official Title 53'd Ave S P-24 PROPOSED SUBCONTRACTORS Name of Bidder _ SC1 INFRASTRUCTURE, LLC In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or ;more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed' by Bidder G / % Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid FMK-ewe/4W .gj1� -cetre_.:5 '/t& , A-5, -'i-6f,r; e44.- /A- d 5ez Za $741h LIZ 01-3 - 8Zz3 10/6,frt 4/04 53rdAve S REVISED: 09/11/2017 EQUIPMENT LIST SCIInfrastructure, LLC Helping-suad the,North hest Caterpillar 631D EARTHMOVERS ,��,�� �,�p� y.��� Caterpillar 623E Scrapers 4 *spa 11 Scrapers DOZERS Caterpillar D-9 Dozers D-8 Dozers D-5 Dozers D61 Dozers John Deere 1050 Dozers John Deere 850 Dozers John Deere 700 Dozers John Deere 650 Dozers John Deere 450 Dozers Caterpillar Caterpillar Komatsu 1 1 9 EXCAVATORS Caterpillar 349E Excavator Yanmar V-io55 Excavator Caterpillar EX330D Excavator Volvo 210LC Excavator Komatsu 240LC10 Excavator Caterpillar 320ELLR Excavator Caterpillar 314DLCR Excavator Komatsu PC128 Excavator Komatsu PC138 Excavator John Deere 245G Excavator Komatsu PC490 Excavator Yanmar V-io45 Excavator Kubota U35 Excavator 1 1 1 1 1 1 1 1 OF 2 REVISED: 09/11/2017 EQUIPMENT LIST TRACTOR/LOADER/BACKHOES John Deere 310 Backhoe WHEEL LOADERS John Deere 844K 3 Komatsu 470 1k Caterpillar 930G,H Loader 21,4 Caterpillar 962G Loader 1 JAM Caterpillar 928G Loader 1 NOM Caterpillar 938H Loader 1 Seidl Caterpillar 950H Loader 1 10 COMPACTORS Caterpillar 815 Pad Foot 1 Mamm 3412 Compactor 1 s 1'I Caterpillar CS563 Compactor 2 rll-► Dynapac CA 150D Single 1 Drum Wacker 1.5T Double Drum MOTOR GRADERS Caterpillar 140H Grader Caterpillar 160M Grader Caterpillar 140G Grader 2 1 1 4 'i reilktma isilkbra TRUCKS Mack End Dump w/Trailer Mack End Dump ARTICULATED TRUCKS John Deere 400D SWEEPER TRUCKS Tymco 600 4 y45" 2 44 1 SPECIALTY EQUIPMENT 3-4000 Gallon Water Trucks Asphalt Grinder Light Plants, Generator Sets, Air Compressors Sweeper Broom 2 OF 2