Loading...
HomeMy WebLinkAbout11-112 - Green River Construction - 2010-2011 Small Drainage Program11- 112(h) Council Approval N/A ,NILA dt sy Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 08 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, is subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Make modifications to the proposed drainage system at Site #3 (Museum.of Flight) per Field Directive #09 attached. This Change Order will reimburse for impacts to productivity of lowering the drainage pipe along East Marginal way, changing out the casting in the intersection and credit the reduced material costs for 8" vs. 12" ductile iron pipe. A time extension will also be provided to include a weekend no work period. This Change will be compensated under Schedule A Storm Drainage. There is a three day time extension associated with this Change Order. 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 abov and below. ACCE E Date 3� //L Contracto /t By ki 40' W) Title Origi I ContqV 788,005.50 r/ APPROVED BY THE CITY OF TUKWILA Previous Change Order 29,711.20' This Change Order 619.79 B 9 Y V REV. CONTRACT AMOUNT 818,336.49 ORIGINAL: City Clerk (I of 2) Contractor (2 of 2) J Note: Sales tax shall be included in the various unit prices, per Standard Specification 1 -07.2(2) (APWA Supplement 1 -99) and WAC 458 -171 5 "di cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; le: 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: N CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 009 To: Green River Construction 6402S.144 1h St. #1 Tukwila WA 98168 Attn: Jerry Knudson Date: 11/17/11 Project Name: 2010/2011 Project No.: 91041201 I Contract No.: 11 -112 Small Drainage Proj. I Work to be performed: Modify the drainage pipe elevations and size per the exhibit attached. Drop the main line run from CB #2 to CB #3 by 12" to clear below the existing signal conduit. Downsize the pipe from CB #1 to CB #2 to 8" ductile iron while maintaining the existing crown elevation to clear the unknown concrete block between these. two structures. Provide Ethifoam pads between tight pipes at crossings to ensure separation. Modify the CB #2 lid from a solid rectangular lid to a solid ring and cover. Convert the Type 1 CB to the round lid using an appropriate adapter or cast in place brick and grout transition. Track changes to original plan (plus and minus) using Force Account rules. Reason for modification: Potholing of existing utilities exposed conflicts with the existing installation plan. The revised plan resolves these conflicts through changes in depth and pipe size. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of any change to the contract price to be tracked using Force Account Resolution of Utility Conflicts. With impact to the contract completion date evaluated using Time Impact Analysis. Performance of 0'a"' Id Directive is authorized by all signatures below: Accepted by: �y tractor's Rep —Name T` Date hilt Approved by. City Construction Engineer 1L Date ��'I` I act i Verified by: City Construction Inspector Date x 2011 SDP FA 11- 18- 11.xlS FA Sheet No.: 001 DAILY REPORT OF $i FORCE ACCOUNT WORKED� Project Name: 2011 Small Drainage Project No: 91041201 Item No.: CO #08 Date: 11/17/12 11/21/12 Description of Work: Productivity impact for changes to scope of work at Site #3 (EMW). Extra speed shoring at joint locations, new pipe type and conversion of castings. Work by Subcontractor No Prime Contractor: Green River Construction Sub Contractor: ffi W LABOR STRAIGHT TIME OVERTIME DOLLAR NAME CODE OCCUPATION Hrs 1 Hourly Rate I Hrs OT Rate I AMOUNT Joel Johnson ISuper ISuperintendant 1 1.501 61.33 106.55 92.00 David Knudson 1Fore IForeman 1 1.001 61.36 106.60 61.36 Denny Mellot IMec Op IMechanic and operator 1.501$ 59.81 103.94 89.72 Kyle Copland IPipe 1PipeLayer 1.001$ 47.91 1 83.48 1 47.91 Chris Parshal (Pipe lPipeLayer 1.50 47.91 83.48 71.87 Phil Knudson 1Lab (Laborer 1.50 47.43 82.66 71.15 Steve Hatfield (Truck ITruck Driver 1 1.001 45.63 1 79.56 1 45.63 I 1$ I 1$ SUBTOTAL LABOR: 479.64 LABOR OVERHEAD PROFIT 29% 139.10 LABOR TOTAL 618.74 NT EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR Equipment Equipment Description Hrs I Hourly Rate I Hrs (Standby Ratel AMOUNT GR -PC120 I PC 120 I 1.501$ 59.73 1 -1 15.31 1 89.60 GR -58OBH 1580 Backhoe (x2) I 2:001 33.30 1 1.001 8.37 1 74.97 GR 10T 110 CY Dump Truck I 1.001$ 45.68 1 1 8.79 1 45.68 GR -5T &Tools 15 CY Dump Truck/Small Tools 1 1:.501$ 34.97 1 1 8.24 J$ 52.46 GR -ST1 IService Truck I: 1.501 20.85 1 1 I 31.28 1 I I s I I$ I$ SUBTOTAL EQUIPMENT 293.99 EQUIPMENT OVERHEAD PROFIT 21 61.74 EQUIPMENTTOTAL 355.73 'MATERIALS /SERVICES /RENTALS' MATERIALS SERVICES l Tax I Quantity I Units l Unit Price I AMOUNT 1 I I I$ I$ I$ SUBTOTAL OVERHEAD PROFIT 21 TOTAL Verification of Hours Worked: TOTAL: 974.47 12% MARKUP (for prime when subcontract work) Contrajftor's PApreselative Date SHEET TOTAL: 974.47 W e tivv Y(B Date Z_ Pay Estimate Entered. Date: By: 2011 SDP FA 11- 18- 11.xlS Q* GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246 -9456 Fax: (206) 246 -2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Attn: Mr. Mike Ronda Aj a o K Re: 20120/2011 Small Drainage Program #11 -112 Close -Out Information Ring Cover vs. Frame Grate Cost Difference Dear Mike: The following is.pur calculation for the cost difference between the ring 1 3t cover vs. frame grate at Site Ring Cover East Jordan Iron Works #3427733 294.58 Frame Grate Olympic Foundry #219780 218.00) Difference Markup 21% Use Tax on Mat'I Diff 9.5 =Tc Total Sincerely, Jerry Knudson President W/'0 zvZ IL i INVOICE AST.IORDAN 800.626.4653 .,RON WORKS EST.1883 www.ejiw.com AVER YOUR INFRASTRUCTURE' ast Jordan Iron Works, Inc. Department 59601 P.O. Box 67000 r Detroit, MI r 48267 -0596 OC U J Sales Branch: Northwes Area Yard' 9 SOLD TO: 9012 1 MB 0.390 E0191X 10303 D386872946 P899346 0001:0001 GREEN RIVER CONSTRUCTION 6402 S 144TH ST STE 1 TUKWILA WA 98168 -4636 00371783A01 3715ZPT C1 PT GKT HL1 TUKWILA STM LO STORM /SEAL OF TUKWILA,WASHINGTON 1908 2008 (HAZELNUT LOGO) Non cancelable, Non returnable DEPARTMENT 59601 P.O. BOX 67000 DETROIT, MI 48267 -0596 Green River Construction 6402 S 144th Street Jerry 206 730 -2825 Tukwila, WA 98108 OC 25 2011. 269.02 A V 1 of 1 342773: 10/19/1 10/18/1 342773; 673: 41( 11/18/1' 269.02 EJIW is transitioning to electronic delivery (emailing and FAX) of all customer invoices. Please send customer number, email address or fax number to Accountsreceivable@ejiw.com or fax a copy of your invoice to 231- 536 -4619 with the information. Thank you! i I A monthly FINANCE CHARGE will be added to any unpaid balance which is not paid when due. The FINANCE CHARGES are computed by a AMOUNT 269 periodic rate of 1 112% per month (from and after the due date) which is an ANNUAL PERCENTAGE RATE OF 18% applied to the unpaid balances after deducting payments made before the due dates and/or credits. Payments received on account are applied against the amounts first due. 0 o y 25.5E We hereby certify that these goods were produced in compliance with all applicable requirements of Sec. 6, 7, 12 of the Fair Labor Standards Act, as amended, and of regulations and orders of the United States Department of Labor issued under Sec. 14 thereof,. OGi FREIGHT EJIW, Inc. terms conditions apply. Document available at www.ejiw.com TOT D 39 Invoice Page: 1 Olympic Foundry QUALITY CASTINCS r"', 1900 Invoice No.: 0000219780 Olympic Foundry, Inc. Invoice Date: 10/13/2011 5200 Airport Way South Customer No.: GrRiCoJAC Seattle, WA 98108 (206) 764 -6200 Branch: 06 Salesperson:: Lee H. 0.00 Our Order No: SO- M34919 SH Code: PPAI e e Green River Construction 1729 2010/2011 SMALL DRAINAGE PROGRA 6402 S 144th Street Ste 1 13800 INTERNATIONAL BLVD Tukwila, WA 98168 USA TUKWILA, WA 98168 -3169 USA CusiorrieiP.O. Shi FOB..._ —Terms-- JERRY OurTruck Jobsite 1% 10 Net 30 Descriptione 12- 4520SET 06 SM60 CB FRAME /SOLID DI DT 1 218.000 T 218.00 12- 4525SET 06 SM60 CB FRAI& NED DI DT 17 218.000 .00 OCT 1 8201, I d Contact: Rhonda Subtotal 3,924.00 Shipping Handling 0.00 Sales Tax Terms and Conditions of Sale Trade Discount 0.00 Payment/Credit Amount 0.00 Quantity variations must be reported within5 days of receipt of material. 3,924.00 All other claims and returns must be accompanied by an invoice within 30 days. All returns are subject to a re- stocking fee. You may deduct $39.24 if paid by 10/23/2011 r'. GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246 -9456 Fax: (206) 246 -2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 s s C.- Attn: Mr. Mike Ronda Re: 20120/2011 Small Drainage Program #11 -112 Close -Out Information -8" DI vs. 12" DI Dear Mike: The following is our calculation for the 8" DI vs. 12" DI credit to be taken by the City of Tukwila Copies of our quote and invoice from Pacific States Cast Iron Pipe have been attached for your rafarPnra 12" DI 8" DI Difference Markup 21% Use Tax on Mat'I 9.5% Total Actual 8" DI installed: Site #3 Museum of Flight Site #4 Allentown Total 25.29/LF 17.60/LF)` 7.69/LF 1.61/LF S 17.3.1LE 10.03 /LF 14P 42 LF 132 LF Credit calculation: 132 LF x $10.03 /LF 1,323.96 C( $1,323.96 $58.00 (12" DI) 2�of 12" D1-- p Sincerely, Jerry Knudson 4 1 0 A 21� President Project: City of Tukwila Storm Sewer 2011 Location: Tukwila, Wa Glenn Watkins District Manager POBox 770 Maple Valley, WA 98038 Office: (206)719 -4090 Fax: (801)377 -0338 Mobile: (206)719 -4090 Bid Date: 09/0112011 Bid Time: 8:00 AM Quote No.: 3012 Revision: We are pleased to quote you on the materials set forth below conforming to specifications in our catalog and subject to'Pacific States Cast Iron Pipe Company's terms and conditions found at our website www.pscipco.com. All prices are quoted F.O.B. foundry with freight charges allowed to the jobsite in minimum 40,000 pound truckload quantities, where accessible to standard truck and trailer movements. Unloading charges are not included. Prices are exclusive of any state or city sales or use tax which may apply. Payment terms are 11% 10 net 30 days. A service charge of eighteen percent (18 per annum or the maximum allowed by law, whichever is greater, will be added on any unpaid amount. Prices are based on supplying 3" to 4" pipe in 18' nominal lengths and 6" to 36" in 18' nominal lengths with standard cement lining and seal coating inside and out, unless otherwise noted. Gaskets are quoted as standard SBR material, unless otherwise noted. Polywrap is not included unless it is specifically itemized on the quotation. Layout drawings are not included. Quoted prices are valid for a period of 45 days from the original quotation date. Due to continuing volatility in raw materials, energy, and transportation costs, delivery must be taken within 90 days of the original purchase order. Orders that remain open after that 90 day period will be subject to price review and /or cancellation, at our sole discretion. These terms supersede Paragraph 2 (Quotations) of McWane's standard Terms and Conditions, of which all other provisions govern this agreement. Orders placed after the 45 day period will be subject to a price review and /or a price increase, at our sole discretion. Pacific States makes every effort to generate an accurate quote; however we do not guarantee its accuracy and completeness. We caution the ordering party to check and verify the accuracy of all quantities and the compliance with the project specifications before submitting a bid and /or PSCIPCO PACIFIC STATES CAST IRON PIPE COMPANY �3 DIVISION OF MCVJANE, INC. P.O. BOX 1219, PROVO, UTAH 84603 ak TELEPHONE (AREA CODE 801) 373 -6910 1 I 1,200 LF 112 TJ X PE 50 CL SC /SC Date: 2/2/2012 30,348.00 To: Green River Construction Project: City of Tukwila Storm Sewer 2011 Location: Tukwila, Wa Glenn Watkins District Manager POBox 770 Maple Valley, WA 98038 Office: (206)719 -4090 Fax: (801)377 -0338 Mobile: (206)719 -4090 Bid Date: 09/0112011 Bid Time: 8:00 AM Quote No.: 3012 Revision: We are pleased to quote you on the materials set forth below conforming to specifications in our catalog and subject to'Pacific States Cast Iron Pipe Company's terms and conditions found at our website www.pscipco.com. All prices are quoted F.O.B. foundry with freight charges allowed to the jobsite in minimum 40,000 pound truckload quantities, where accessible to standard truck and trailer movements. Unloading charges are not included. Prices are exclusive of any state or city sales or use tax which may apply. Payment terms are 11% 10 net 30 days. A service charge of eighteen percent (18 per annum or the maximum allowed by law, whichever is greater, will be added on any unpaid amount. Prices are based on supplying 3" to 4" pipe in 18' nominal lengths and 6" to 36" in 18' nominal lengths with standard cement lining and seal coating inside and out, unless otherwise noted. Gaskets are quoted as standard SBR material, unless otherwise noted. Polywrap is not included unless it is specifically itemized on the quotation. Layout drawings are not included. Quoted prices are valid for a period of 45 days from the original quotation date. Due to continuing volatility in raw materials, energy, and transportation costs, delivery must be taken within 90 days of the original purchase order. Orders that remain open after that 90 day period will be subject to price review and /or cancellation, at our sole discretion. These terms supersede Paragraph 2 (Quotations) of McWane's standard Terms and Conditions, of which all other provisions govern this agreement. Orders placed after the 45 day period will be subject to a price review and /or a price increase, at our sole discretion. Pacific States makes every effort to generate an accurate quote; however we do not guarantee its accuracy and completeness. We caution the ordering party to check and verify the accuracy of all quantities and the compliance with the project specifications before submitting a bid and /or placing an order. Bid Item I Quantity I Description I Price Total 1 I 1,200 LF 112 TJ X PE 50 CL SC /SC I I 25.29 30,348.00 2 I 140 LF 18 TJ X PE 50 CL SC /SC I a 17.60 I 2,464.00 r 32,812.00 a ivies IN U C _H C 1 U K r i� U C 4 V I t t I j�� iv c r_.1 Vii_ K_L, 1 r r. P age I of, Invoice Page: 1 PSCIFCO Pacific States Cast Iron Pipe Company Invoice: 0000034148 P.O. Box 1219, 2550 S. Industrial Parkway Date: 10/7/2011 Provo, UT 84603 -0219 Customer: 27950 Phone: (801) 373 -6910, Fax: (801) 377 -0338 Warehouse: Main REMIT TO: P.O. BOX 848312, DALLAS, TX 75284 -8312 Territory: Seattle Sales Order: 0000015437 B.O.L.: 0000038162 Sold To GREEN RIVER CONSTRUCTION CO 6402 S. 144TH SUITE 1 TUKWILA, WA 98168 -4636 USA Ship Via Tradewinds Description 12 TJ X PE 50 CL SC /SC 12 TJ GASKET GALLON PIPE LUBRICANT LAST ITEM Customer P.O. STORM SEWER QTY UOM Item 32.00 Each 41210501111 32.00 Each iG12RI0 1.00 Each I L1GLX 1 i Contact: JERRY KNUDSON Ship To GREEN RIVER CONSTRUCTION CO. 6402 S. 144TH SUITE 1 206 730 -2825 JERRY TUKWILA, WA 98168 -4636 USA F.O.B Terms Plant Prepaid 1% Discount in 10 Days Net 30 Qty Shipped UOM P Amount 580.000 LF X25.29 14,668.20 32.0001 Each """'0':00' 0.00 1.000. Each 0.00 0.00 i It�V 0 7 Subtotal 14,668.20 0.00 0.00 Trade Discount 0.00 Payment/Credit Amount 0.00 Balance 14,668.20 GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246 -9456 Fax: (206) 246 -2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Attn: Mr. Mike Ronda Re: 20120/2011 Small Drainage Program #11 -112 Request for Additional Days Dear Mike: We are requesting that the additional days be added to our contract.�� 9.22.11 —Site 5 Evergreen Foods 1 ry Waiting for decision on backfill of void under 24 pipe. a 9.30.11— Site 5 Evergreen Foods �°�1�`� I& AV Regrading parking lot adjacent to new structure and resetting existing structures s%- C 10.17.11 Site 4 Allentown 1 Day Extra 90LF storm CB at 12227 10.20.11— Site 4 Allentown Added grading paving of thickened edge 10.28.11 10.31.11— Site 1 Wells Trucking Additional contaminated soil export 11.23.11 Site 3 Museum of Flight Sincerely, Jerry Knudson C Z W010 -6 WF President ,opt ID 0144- M> Al "d W -�v A 2 Days 51/ 6011.'. fl aQS 1 DaY V-16CROXIV- ID, TO ,jg .1 r',;.`% X 44' .'e ,kl f 11- 112(g) Council Approval N/A J�wILA, kk o� sZ Sheet 1 of 1 �o CITY OF TUKWILA 2 CONTRACT CHANGE ORDER NO. 07 Ila 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, is subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Make various modifications to the proposed drainage system at Site #1 (Wells Trucking) per Field Directive #07 attached. The specific items in this Change Order include investigations and modifications at existing CB #5 and rerouting an existing 4" drain line to CB #l: Other items listed in the Field Directive are handled separately. Several items for this Change Order have been previously paid under Minor Change. The amounts paid will be credited back to the Minor Change item with the execution of this Change Order. This Change will be compensated under Schedule A Storm Drainage. There is a two day time extension associated with this Change Order. 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 specif ACie d will accept as full pa ment therefore the prices shown above and beloG��� /!2!� CE TE Date 3� Contractor By Title Ori al Contra 788,005.50 APPROVED BY THE CITY OF TUKWILA Previous Change Order This Change Order REV. CONTRACT AMOUNT 20,912.79' Date 8.798.41 817,716.70 *arf ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) M ote: Sales tax shall be included in the various unit prices, per Standard Specification 1- 07.2(2) (APWA Supplement 1 -99) and WAC 458 -171 p yip d L 1 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 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: M CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite 9200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 007 To: Green River Construction Date: 10/12/11 j 6402S. 144' St. #1 Project Name: 2010/2011 Small Drainage Proj. 1 1 Tukwila WA 98168 Project No.: 91041201 I Attn: Jerry Knudson I Contract No.: 11 -112 Work to be performed: Make various modifications to the proposed Wells Trucking (Site 1) drainage system per the attached Exhibit. Change MH #3 and MH #4 castings to locking solid metal lids to avoid surface water infiltration at these locations. Grade existing gravel parking area near MH 43 to drain to existing private water collection feature with oil water separator. Attach the existing underdrain pipe that currently discharges onto the sidewalk near CB #1 to new MH 92. Perform potholing surrounding the existing MH #5 to investigate existing connections to this manhole and determine feasibility of adding an additional barrel section to the manhole to bring the flat top lid within City standards for future access. Once potholing is complete provide a cost estimate to add the barrel section if requested. Reason for modification: The Wells trucking site has extensive heavy industry traffic continuously moving through the parking area where we are placing our storm pipe. The original plan showed the installation of vaned grates on two of our new structures to avoid surface water ponding in the parking area. This option could introduce untreated and contaminated water into the public system which discharges directly into a salmon bearing stream. The proposed solution will provide increased protection to the salmon stream by routing the private runoff through the existing private detention /treatment system prior to discharge. Additional investigation is also requested to ensure an accurate understanding of how the private drainage system currently works. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of any change to the contract price to be tracked by Force Account Property Restoration and existing unit price items for Additional Drainage Connection, CSTC, and Potholing. Any impact to the project completion date will be evaluated based on Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: cJ� ilr�'in actor Rep Name V, C� Approved by. City Construction Engineer Date Verified by: City Construction Inspector Date x x A� Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 Awe IL Field Directive 47 October 25, 2011 Site 1- CB #5 Rehab Existing unsuitable soil Labor Denny Mellott Eq Op 4.0 Hrs $59.81/Hr Joel Johnson Supr /Eq Op 8.0 Hrs $61.36/Hr Chris Parshall Laborer 8.0 Hrs $47.91/Hr Kyle Copeland Laborer 3.0 Hrs $47.91/Hr Labor Subtotal Markup 29% Total Labor Eouipment 580M Backhoe UHO 330 Service Truck Trash Pumps Discharge Hose Equipment Subtotal Markup 21% Total Equipment Material Sandbags Sand Cement Dump Fees Material Subtotal Markup 21% Total Material C**o1r 239.24 490.88 383.28 383.28 1,496.68 434.04 1,930.72 I le, Hrs $47.48/Hr 0 39.84 �S! �Irs $166.68/Hr 8 9;44 C>� 8.0 Hrs $20.85/Hr 166.80 �9�$9f 2.0 EA EA 3D8� ""42= �Wh* S incl -@8- 1,5 s('7, 48��.f 15,•`x'7 -�"S'2 J1� 25 EA $7.25/EA 181.25 3 Sets $22.50 /Sets 67.50 1 Load $125.00 /Ld S 125.00 373.75 78.49 452.24 Subcontractor Pacific Concrete Services #35164 Vactor truck with dump fees Markup 12% Total Sul Potholes Extra Total 1,018.00 Y 122.16 l a <A $8 /EA 1,140.16 5, 347 1 NC�1. 'P. W G v, 4 7 Washifrigton State Department of Transportation Daily Report of Force Account Worked Contract Number Date Item Number Item Name Prime Contractor Subcontractor/ Lower Ter Subcontractor Line Station Group Basls of Material Acceptance RAMS Number Description of Work Performed Time Worked Record l Workers andlor Equlpment I Occupation of Workers or I Hours Workodl }v O.T. Amount j i Working f EqutpmentSIze Reg. 1. O.T. I Rate Rate 1, I I ti( 4 Lai 101���: I I I I I 12 13l�� 14 l I I 17 1.,.. l I I u Y' A lQ I r L i I lJ 201 ORS Calculated By Checked By Date Total Ledger Entry Number Entered By f Date Entry Vedfied I pate lnsp ctor tgnatura Contractor's Representative Signature. Title DO Form 422 -0OSEF Revised 0912008 PACIFIC CONCRETE SERVICES Invoice 26220 79th Ave So Kent, WA 98032 -7327 Date Invoice 253.856.2572 Phone lo/zs /2o11 35164 2 53.859.5087 Fax Bill To Job Name Green River Construction Wells Trucking 6402 S 144th St Suite #1 21677 E. Marginal Way S Tukwila, WA 98168 -4609 Tukwila, WA P.O. Number Terms Due Date Rep Date Complete I I Net 30 11/24/2011 I SM I I 1 10/25/2011 (111 Quantity Description Rate Amount 3 Hours Vac Truck Clean (1) type 2 Catch Basin 145.00 435.00 400 Gallons Dump Fee Liquids 0.32 128.00 3 Yards Dump Fee Solids 135.00 405,00 1 Tank Wash Out required to eluninate. sludge 50.00 50.00 Total $1,018.00 Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 PAY Total 0�_ 099 3 Directive #7 W�""" Field October 28, 2011,, Site 1- Existing CB #S Labor w Bob Parshall Eq Op 2.0 Hrs $59.81/Hr 119.62 Joel Johnson Supr /Eq Op 2.0 Hrs $61.36/Hr 122.72 Phil Knudson Laborer 2.0 Hrs $47.27/Hr S 94.54 Labor Subtotal 336.88 Markup 29% 97.70 Total Labor 434.58 Equi pment S90M Backhoe 2.0 Hrs $47.48/Hr 94.96 PC 120 2.0 Hrs $75.34/Hr 150.68 Service Truck 2.0 Hrs $20.85/Hr S 41.70 Equipment Subtotal 287.34 Markup 21% S 60.34 Total Equipment 347.68 Material 2'- 54" Section 1.0 EA $429.00/EA 429.00 54" Flat Top 1.0 EA $318.00/EA 318.00 20 "x24" Frame Grate 1.0 EA $253.75/EA 253.75 1n nTnnc Q S ?O 5Q /Tr X361 r F nntaminatc i o A VAK't' W t(�( Material Subtotal l9OO M Markup 21% 5 Aq-6-ffr" zt0 L Total Material Total 0�_ 099 3 Wasbington Stafie ./AO Department of Tfransportafion Contract Number Date t o Prime Contractor Daily Repott of Force Account Worked" Item Number Item Name Subcontractor i Lower ner Subcontractor Une Station Group Basis of Material Acceptwco RAMS Number Description Work Perform d Time Worked Record Workers andfor Equipment Worktnq Occupation of Workers or Eauipmant Sfze I Hours Worked l Reg. Reg. O.T. Rata O.T. Amount I Rate 2 `��.hG f G r f I r z I I I I PC- I I I I .L 1 i 6 s te �-���c I 2 i i I I eA I I I I vIn 5- 121 141 I I 171 1 I I I I•. I ;201 Calculated By I Rate Checked By Date Total Ledger Entry Number Entered By Date Entry Vedttecr flats k !n ctor' ignaiure. Contractor's Representative Signature Title DO'1 hem s a oanoo p r k Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 Labor Bob Parshall Joel Johnson Phil Knudson Labor Subtotal Markup 29% Total Labor Field Directive 47 October 28, 2011 Site 1- E Existing CB Eq Op 2.0 Hrs $59.81/Hr Supr /Eq Op 2.0 Hrs $61.36/Hr Laborer 2.0 Hrs $47.27/Hr Equipment 580M Backhoe PC 120 Service Truck Equipment Subtotal Markup 21% Total Equipment Material 2' 54" Section 54" Flat Top 11-,20 "x24" Frame Grate a Q /8" Crushed Rock :Dump Fees Contaminated Soils Material Subtotal Markup 21% Use Tax on Mat'I Only 9.5% Total Material 2.0 Hrs $47.48/Hr 2.0 Hrs $75.34/Hr 2.0 Hrs $20.85/Hr 1.0 EA $429.00/EA 1.0 EA $318.00/EA 1.0 EA $253.75/EA 10.0 Tons $20.50 /Tn 15 Tons $71.00 /Tn 119.62 122.72 94.54 336.88 97.70 94.96 150.68 41.70 287.34 60.34 2,270.75 476.86 Total 434.58 347.68 11"Oa. S 2�$ `ma 4442 TA s A 3 GRANITE PRECASTING CONCRETE 4116 BAKERVIEW SPUR BELLINGHAM, WA 98226 Phone: (360) 671 -2251 Fax: (360) 671 -0780 Job Number: 3573 Ship to: SMALL DRAINAGE PROGRAM- TUKWILA TUKWILA, WA Sold to: GREEN RIVER CONSTRUCTION 6402 S. 144TH STREET, STE. #1 TUKWILA, WA 98168 INVOICE 18041 CUSTOMER 10/28/2011 I i I NET 10TH I 1 KAt A16494613 IQty Item Description Weight Unit Price TX Extension Structure: 1 CUS 54'X 2' SPECIAL MANHOLE RISER $429.00 $429.00 1 54TSR 54" FLATTOP ROUND HOLE $318.00 $318.00 Structure Total $747.00 Taxable $747.00 Non- Taxable $0.00 Sub Total $747.00 Tax r $0.00 Invoice Total $747.00 Less Deposit $0.00 Invoice Balance $747.00 l Invoice Olympic Foundry QUALITY CASTINGS S(NCE 1900 Olympic Foundry, Inc, 5200 Airport Way South Seattle, WA 98108 (206) 764 -6200 1 00 Page: 1 Invoice No.: 0000219780 Invoice Date: 10/13/2011 Customer No.: GrRiCoJAC Branch: 06 Salesperson:: Lee H. Our Order No: SO- M34919 SH Code: PPAI Green River Construction 1729 2610/2011 SMALL DRAINAGE PROGRA 6402 S 144th Street Ste 1 13800 INTERNATIONAL BLVD Tukwila, WA 98168 USA TUKWILA, WA 98168 -3169 USA 0: JERRY OurTruck Jobsite 1% 10 Net 30 0 I= 12- 4520SET 06 SM60 CB FRAME /SOLID DI DT 1 218.000 218.00 12- 4525SET 06 SM60 5 DDT 17 218.000 TM6 66 I Oct 8 ?011 LAD Contact: Rhonda Subtotal 3,924.00 Shipping Handling 0.00 Sales Tax 0.00 Terms and Conditions of Sale Trade Discount 0.00 Payment/Credit Amount 0.00 Quantity variations must be reported within 5 days of receipt of material. 3.924.00 All other claims and returns must be accompanied by an invoice within 30 days. All returns are subject to a re- stocking fee. You may deduct $39.24 if paid by 10/23/2011 Washington State /JF Department of Transportation Contract Number Date to Prime Contractor Line Station Descriptlon qf Work Perform d t-t— I Group Daily Repott of Force Account Worked Item Number Item Name Subcontractor I Lower Tler Subcontractor Basis of Material Acceptance RAMS Number Q> Time Worked Record Workers and/or Equipment Working OCCUPSUDn of Workers or 1 hours Worked 1 Reg, O.T. Equipment Slzo Reg. O.T. Rate Rate I 2 e 4 lr -e— �-O 7 10 C- 12 1 31 141 v; 2o] Calculated By Date Checked By Date Total Ledger Entry Number Entered By I Date Entry Vedfled I IDate Amount Ins -,toeIqnatu(e.,. Contractor's Representative Signature We Do Rev1s orm 422-006 EF ed 0312008 Sd Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 fmv AY 1� Labor Joel Johnson Chris Parshall Labor Subtotal Markup 29% Total Labor Field Directive #7 November 4, 2011 Site 1- Connecting 4" pipe to CB 1 Supr /Eq Op Laborer Equipment 580M Backhoe Service Truck Equipment Subtotal Markup 21% Total Equipment Material 4" PVC 4" Bends 4" MH Adap 4" Wye 4" Fernco 9" CO Casting Material Subtotal Markup 21% Use Tax on Mat'I Only 9.5% Total Material 1.5 Hrs $61.33/Hr 92.00 1.5 Hrs $47.43/Hr S 71.15 163.15 47.31 1.5 Hrs $47.48/Hr 71.22 1.5 Hrs $20.85 /Hr 31.28 102.50 21.53 14.0 LF $0.97/LF 13.58 3.0 EA $6.50 /EA 19.50 1.0 EA $13.35/EA 13.35 1.0 EA $4.53/EA 4.53 1.0 EA $7.80 /EA 7.80 1.0 $79.00 /EA 79.00 137.76 28.93 13.09 210.46 124.03 179.78 Total 514.27 AW Washington State Department of Transportation Daily Report of Force Account Worked Contract Number Date Item Number Item Name Prime Contractor Subcontractor I Lower Tier Subcontractor Line Station Group Basis of Material Acceptance Description of Work Performed Time Worked Record Workers and/or Equipment Occupation of Workers or Working Equipment Size 2 V 3 4 5 4 t k, 6 All 7 P 10 121 13 14 151 1 16 17 18 191 1 201 Calculated By Date Checked By Ledger Entry Number Entered By Date Inspectbes Signature Contractoi's Representative Signature RAMS Number lHoursWorkedl Reg. O.T. Reg. O.T. Rate Rate I Date Entry Verified Tide Total I Date Amount DOT Form 422-008 EF Revised 0312008 GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246 -9456 Fax: (206) 246-2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Attn: Mr. Mike Ronda Re: 20120/2011 Small Drainage Program #11 -112 _Request for Additional Days Dear Mike: We are requesting that the additional days be added to our contract.` 9.22.11— Site 5 Evergreen Foods 1 Waiting for decision on backfill of void under 24" pipe. 9.30.11— Site 5 Evergreen Foods j l Regrading parking lot adjacent to new structure and resetting existing structures 1�s af'b Cgs 10.17.11— Site 4 Allentown 1 Day;°` Extra 90LF storm CB at 12227 10.20.11— Site 4 Allentown Added grading paving of thickened edge 10.28.11 10.31.11— Site 1 Wells Trucking IV Additional contaminated soil export 11.23.11— Site 3 Museum of Flight Sincerely, Jerry Knudson President e,-�- M 1 AV 2 Days 1 Day 11 -1120) Council Approval N/A JF WILA, gs Sheet 1 of 1 y J CITY OF TUKWILA 1 CONTRACT CHANGE ORDER NO. 06 Conditions: A. The following change, and work affected thereby, is subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Remove various sections of abandoned concrete pipe at Site 44 (Allentown) not shown on the plans per Field Directive #08, and tracked w/FA 48, FA 411 and FA #12, attached. These items have previously been paid under Minor Change and need to be wrapped into a Change Order to finalize payment. The amounts paid will be credited back to the Minor Change item with the execution of this Change Order. This Change will be compensated under Schedule A Storm Drainage. There is no time extension associated with this Change Order. 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 specifie and will accept as full payment therefore the prices shown above and below. ACCE T Date 3A712— Contractore��t J It By T T itle Origi I Contrac 788,005.50 APPROVED BY THE CITY OF TUKWILA Previous Change Order This Change Order REV. CONTRACT AMOUNT 19,868.00V Date 3 l 1.044.79 By A40-,-r 1�7• o 808,918.29 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) A ote: Sales tax shall be included in the various unit prices, per Standard Specification 1- 07.2(2) (APWA Supplement 1 -99) and WAC 458 -171 6 10/ a C11—(G1N�S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 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. CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 006 To: Green River Construction Date: 10/12/11 6402S.144 th St. #1 I Project Name: 2010/2011 Small Drainage Proj Tukwila WA 98168 Project No.: 91041201 Attn: Jerry Knudson Contract No.: 11 -112 Work to be performed: Resolve various utilitiy conflicts at Allentown drainage installation (Site 4) per the exhibit attached. Normal water service adjustments should be done with Inspector verification to assure adequate separation following adjustment. Track these adjustments using Force Account Resolution of Utility Conflicts. The abandoned concrete culvert removal can be accomplished and tracked using Force Account. Property Restoration. Reason for modification: Various minor modifications to existing utilities were required to place the proposed storm system. Normal RUC items can be performed under verbal field direction by the inspector however the concrete pipe removal was not a true obstruction and requires a specific directive. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of any change to the contract price to be tracked by Force Account as detailed above. With no change in contract completion date. Performance oft Is Fiel Directive is authorized by all signatures below: Accepted by: C.r�2 o tra torts Rep —Name l� T' a �l Approved by. City Construction Engineer Dat- Verified by: City Construction Inspector Datt x x Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila i 2010/2011 Small Drainage Program, Contract 11 -112 Field Directive 46 October 11, 2011 Site 4 Unknown pipe at 12222; then removed 16' Labor Denny Mellott Eq Oq 1.5 Hrs $59.81/Hr 89.72 Joel Johnson Supr /Eq Op 1,5 Hrs $61.36/Hr 92.04 Phil Knudson Laborer 1.5 Hrs $47.27/Hr 70.91 Kyle Copeland Laborer 1.5 Hrs $47.91/Hr 71.87 Labor Subtotal 324.54 Markup 29% 94.12 Total Labor 418.66 Equi pment UHO 135 1.5 Hrs $84.99/Hr 127.49 580M Backhoe 1.5 Hrs $47.49/Hr 71.22 Service Truck 1.5 Hrs $20.85/Hr 31.28 Equipment Subtotal 229.99 Markup 21% 48.30 Total Equipment 278.29 Material Material Subtotal Markup 21% Total Material 0.00 Total 696.95 0 a P AIM '#M"NpWtadm t ily Report of Forco Account Worked Gprttrect Nvmb+r 3 f !!ern tlem Name Mitre Ca tMdor SUDaWWrww) LOW Tw SL&Wdact" L" t $Won Grow Suit of A4aOdel A=epMoS RAMS rFtxidbet D"a"m of WO* Perfumed .rte' 1-44_ A./ TIMO worked .Romm wmtm wN., E*� owvpwm of or j o. -r. war" B.wWMstlt elmo u r. 121. 1 I I 131 I I I I I I 1t 1 1S! 1 I la] 171 I 181 1 cowai+ a 1 Data f t cad By LedW Ef&y Number Ennd ay 6 DaEe Erb vffined Total M 1+w1G4 h Contrecloea kopm Slpt,1(ur9 rift Dot 4W j f >iav W Poe PV Z Green River Construction, Inc. wood Daily Report of Force Account Worked Q" City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 Material Material Subtotal Markup 21% Total Material 0.00 Total 173.92 COIN o� Field Directive #6 October 13, 2011 Site 4—Unknown pipe at C68, then removed 9' 12" concrete pipe Labor Denny Mellott Eq Oq .5 Hrs $59.81/Hr 29.91 Joel Johnson Supr /Eq Op .5 Hrs $61.36/Hr 30.68 Phil Knudson Laborer .5 Hrs $47.27/Hr 23.64 Labor Subtotal 84.23 Markup 29% 24.43 Total Labor 108.66 Equi pment UHO 135 .5 Hrs $84.99/Hr 42.50 Service Truck .S Hrs $20,85/Hr S 11.43 Equipment Subtotal 53.93 Markup 21% 11.33 Total Equipment 65.26 Material Material Subtotal Markup 21% Total Material 0.00 Total 173.92 COIN o� AM VrAf pcwe Daily Roport of Force Account WorMd C&*ad Numbof t7eJe F>eTS! t ��#EAY p� mot t Lara� T� Ste' LW*) Stilton #atoe 8atls of htstwW A=apWmS !&abet Desralpdc» 4yorR �f f� �l V ✓1 1 r t t"./ TC7 r:= ON ZIAI�I AMOL Vt t 1 DdW Tole! Yer�d pad Time Worked Record Work"$ 4rAvm gqwprma oocu of ltf lwWo or Sft fD� 121 t41 15� 191 171 !8i !D1 201 I CaDa.aabed $y i oat& Cb6tkad By LOW Ej�*y Number Enww Bar 1 tits r:= ON ZIAI�I AMOL Vt t 1 DdW Tole! Yer�d pad r-A- `:'t 2. Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 Labor Denny Mellott Joel Johnson Phil Knudson Labor Subtotal Markup 29% Total Labor Field Directive #6 October 13, 2011 Site 4 Unknown pipe at CB1, then removed 8' 12" concrete pipe Eq Oq 5 Hrs $59.81/Hr 29.91 Supr /Eq Op .5 Hrs $61.36/Hr 30.68 Laborer .5 Hrs $47.27/Hr 5 23.64 84.23 24.43 DV__ f WL VOL 108.66 Equi pment UHO 135 Service Truck Equipment Subtotal Markup 21% Total Equipment Material Material Subtotal Markup 21% Total Material Total \11_' .5 Hrs $84.99/Hr .5 Hrs $20.85 /Hr 42.50 S 11.43 53.93 S 11.33 65.26 0.00 173.92 Ab .u► IDsHy Report of Fore Account Worked Coidract tram r�,t /e ms tt� tie y "t Prdne C&*IW" &AMOMactat t Laves Twr Sub rx Um 18tsl m Group 660 of MMSM tm►ce RAMS timber rsw*tlon of Walk Pftk med 1, *4 y t� L. r� ef.- fir. ct I 1' fima Worked Record 1 www swApmtnt 00modion at 0r ROM 4 8 I a� ;t}I I 121 I 131 1 1 #I l ,a1 I ,t1 1�1 201 I SW 13Y 1 Dale aT, III I I ra� Er I I I I I I I I I I 1 i I i I I I Lo Entry t%mbar i lmspe t3tonsSu CanttsCtprsF4eptesrtriadve6dgriatwt TV* �R Ot QA row I Dete 11- 112(e) Council Approval N/A J ,WtLA, k" Sheet 1 of 1 y CITY OF TUKWILA �N 2 Jso$ CONTRACT CHANGE ORDER NO. 05 l la 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, is subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Perform drainage modifications at Site #4 (Allentown) per Field Directive #08 attached. Add new drainage features and pavement thickened edge to channel roadway runoff to the observed low point. Quantity adjustments to be included in this Change Order include new ductile iron pipe, catch basin, thickened pavement edge and an extra drainage connection. These quantities will be credited from previous payment with the execution of this Change Order. This Change will be compensated under Schedule A Storm Drainage. There is a 1.5 day time extension associated with this Change Order. 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 specifie and will accept as full payment therefore the prices shown above and below. ACC TE Date 3 Contractor By Title OrigiWal Contrac 788,005.50/ APPROVED BY THE CITY OF TUKWILA Previous Change Order 11,773.51 3 1 i This Change Order 8.094.49 By le REV. CONTRACT AMOUNT 807,873.50 Sy r RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) ote: Sales tag shall be included in the various unit prices, per Standard Specification 107.2(2) (APWA Supplement 1 -99) and WAC 458 -171 15"- 09161 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 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: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 008 To: Green River Construction I Date: 10/17/11 6402S.144 th St. #1 1 Project Name: 2010/2011 Small Drainage Proj. Tukwila WA 98168 Project No.: 91041201 Attn: Jerry Knudson I Contract No.: 11 -112 Work to be performed: Modify drainage features at Site 4 (Allentown 44t Ave S) per the exhibit attached. Additional thickened edge, drainage pipe and structure placement will be tracked and paid using existing unit price items. Additional pavement restoration for driveway approaches will also be tracked for unit price compensation. Total additional quantities are all within minor bid items and are not eligible for a unit price adjustment. Reason for modification: Additional drainage issues were identified by site review after all original drainage features were in place and we were marking up final restoration items. Inconsistencies in driveway tie -ins, gaps in thickened edge, and an additional low point structure needs to be installed to address these issues. The additional drainage items will ensure low side properties do not continue to see runoff cross the Right of Way line and enter their property from the street. Work under this Field Directive modification will be accomplished: With unit price quantity adjustments made for additional compensation. With contract completion date evaluated using Time Impact Analysis. Performance of thi ie Directive is authorized by all signatures below: Accepted by: `tractorsrs Rep Name l Ti v Da `I Approved by: City Construction Engineer Date Verified by: I M, 1� 0:A) 3�i1 City Construction Inspector Date x x W m GREEN RIVER CONSTRUCTION CO, INC. 6402 South 1 44th, Suite #11 Tukwila, Washington 98168 Office: (206) 246-9456 Fax: (206) 246-2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite 4100 Tukwila, Washington 98188 M OO G I Attn: Mr. Mike Ronda Re: 20120/2011 Small Drainage Program #11-112 Close-Out Information 8" DI vs. 12" DI Dear Mike: The following is our calculation for the 8" DI vs. 12" DI credit to be taken by the City of Tukwila Copies of our quote and invoice from Pacific States Cast Iron Pipe have been attached for your reference. A 12" DI 8" DI Difference Markup 21% Use Tax on Mat'l 9.5% Total Actual 8" DI installed: Site 43 Museum of Flight Site 44 Allentown Total 25.29/LF 17.60/LF) 7.69/LF 1.61/LF L��F 42 LF 90 LF 132 LF Credit calculation: 132 LF x $10.03/LF 1,323.96 $1,323.96 $58.00 (12" DI) 2L -34,Zo f 1 DI Sincerely, Jerry Knudson 07— President PSCIPCO PACIFIC STATES CAST IRON PIPE COMPANY DIVISION OF MMANE, INC. L E` -fi P.O. BOX 1219, PROVO, UTAH 84603 TELEPHONE (AREA CODE 801) 373 -6910 Date: 2/2/2012 To: Green River Construction Project: City of Tukwila Storm Sewer 2011 Location: Tukwila, Wa Glenn Watkins District Manager POBox 770 Maple Valley, WA 98038 Office: (206)719 -4090 Fax: (801)377 -0338 Mobile: (206)719 -4090 Bid Date: 09/01/2011 Bid Time: 8:00 AM Quote No.: 3012 Revision: We are pleased to quote you on the materials set forth below conforming to specifications in our catalog and subject to Pacific States Cast Iron Pipe Company's terms and conditions found at our website www.pscipco.com. All prices are quoted F.O.B. foundry with freight charges allowed to the jobsite in minimum 40,000 pound truckload quantities, where accessible to standard truck and trailer movements. Unloading charges are not included. Prices are exclusive of any state or city sales or use tax which may apply. Payment terms are 1% 10 net 30 days. A service charge of eighteen percent (18 per annum or the maximum allowed by law, whichever is greater, will be added on any unpaid amount. Prices are based on supplying 3" to 4" pipe in 18' nominal lengths and 6" to 36" in 18' nominal lengths with standard cement lining and seal coating inside and out, unless otherwise noted. Gaskets are quoted as standard SBR material, unless otherwise noted. Polywrap is not included unless it is specifically itemized on the quotation. Layout drawings are not included. Quoted prices are valid for a period of 45 days from the original quotation date. Due to continuing volatility in raw materials, energy, and transportation costs, delivery must be taken within 90 days of the original purchase order. Orders that remain open after that 90 day period will be subject to price review and /or cancellation, at our sole discretion. These terms supersede Paragraph 2 (Quotations) of McWane's standard Terms and Conditions, of which all other provisions govern this agreement. Orders placed after the 45 day period will be subject to a price review and /or a price increase, at our sole discretion. Pacific States makes every effort to generate an accurate quote; however we do not guarantee its accuracy and completeness. We caution the ordering party to check and verify the accuracy of all quantities and the compliance with the project specifications before submitting a bid and /or )lacing an order. Bid Item l Quantity I Description 1,200 LF 112 TJ X PE 50 CL SC /SC 140 LF 18 TJ X PE 50 CL SC /SC Price %U it i Total 25.29 I 30,348.00 17.60 „;R' 2,464.00 32,812.00 A A MANUFACTURERS OF DUCTILE IRON PRESSURE PIPE Page 1 of 1 Invoice �nvo�ce Page: l PSCIPCO Pacific States Cast Iron Pipe Company Invoice: 0000034148 p.0. Box l2l9.2503. Industrial Parkway Date: 10/7/2011 Provo, DT 84603'0210 Customer: 27950 Phone: (8Ol)373'69lC\ Fax: (8Ol)]77'O338 \Pozobouou: &{uio �.O. BOX 8483l2 DALLAS, TX7Su84'83lz Territory: Seattle Sales Order: 0000015437 B4O.L.: 0000038162 |3oQIo GREEN RIVER CONSTRUCTION CO 6402 G. 144TH SUITE l 7I7KWIL/\,WAV8l68'4636 USA Ship To GREEN RIVER CONSTRUCTION CO. 6402 S. 144TH SUITE l 206-730-2825 JERRY Customer P.O. Sh Via F.O.B Tunoo 8TOD]� S8\�BR 7ruduw�dx Plant Prepaid lY6 Discount bol0DoyuN 30 `o QTY U0M Item Description Qty.8hippxd U0&{ Amount i 32� i O�ucb 4l2lO50llll l%7}J{985OCLSC/SC 58&000 LF l4�6814,668.20 32.00 8uob �2TJG&8��T 32.000 Bucb ~~~~(�88 080 1.00 Each !GALLON PIPE LUBRICANT 1.000 Each 0.00 0.00 LA8TlT8&d i '�1 |\`Y~ 1 /,�y' i Subtotal 14,66820 ­--freight 0.00 0.00 Trade Discount 0.00 Puymont/Crodit&mount 0.00 Contact: JERRY K0lJD8ON Balance �l4�0D�J AT)JUSTMENTS CAN BE MADE FOR DAMAGES OR LOSS UNLESS YOU IMMEDIATELY FURNISH PACIFIC STATES CAST IRON PIPE COMPANY A FREIGHT BILL INSPECTION REPORT, OR DELIVERY 11"T NTH A NOTATION OF THE DAMAGE OR SHORTAGE SHOWN THEREON OVER THE SIGNATURE OF THE TRANSPORATIOIN COMPANY'S AGENT OR DRIVER. THE PRODUCTS OF PACIFIC Q 'MENTS OF THE FAIR LABOR STANDARDS ACT OF 1 193S AS A.MIENDED. _CAST IRON PIPE COMPANY LISTED ON THIS INVOICE WERE PRODUCED IN COMPLIANCE WITH THE REQUIRE E CHARGE OF 1.5% WILL BE ADDED AFTER THE DUE DATE. COMPLETE TERMS AND CONDITIONS CAN BE FOUND AT WWW.PSCIPCO.COM/TERMS.HTML. PL�.r I�EAD THEM CAREFULLY. Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 Labor Denny Mellott Joel Johnson Kyle Copeland Chris Parshall Kellie Newnom Labor Subtotal Markup 29% Total Labor Field Directive #6 October 17, 2011 Site 4 -Field engineering for storm line to be added Eq Oq Supr /Eq Op Laborer Laborer Flagger 2.0 Hrs $59.81/Hr 2.0 Hrs $61.36/Hr 2.0 Hrs $47.91/Hr 2.0 Hrs $47.91/Hr 2.0 Hrs $40.93/Hr 119.62 122.72 95.82 95.82 S 81.86 515.84 149.59 665.43 Equipment 580M Backhoe Service Truck Equipment Subtotal Markup 21% .Total Equipment Material 6" Pipe 6" Sand Collar 6" Cap Material Subtotal Markup 21% Use Tax on Mat'I Only 9.5% Total Material Tota I 2.0 Hrs $47.48/Hr 2.0 Hrs $20.85/Hr 4.0 LF $1.40 /LF 1.0 EA $23.00 /EA 1.0 EA $6.95/EA 94.96 41.70 136.66 28.70 t,r e er, g'a rc :d a5ot'-.•.`C ii+'d t .t$`�1 'b L- J 165.36 46.40 877.19 F�'x "Y e.*.�s�t1 �'s f �?;.N 6 v u�'a y$ i.�:r. �•en '`y6.. "a ttl :'a,�, C c A" (+'a 'vee,•;•`' key Fs+ i t 3 q1 wvhp. Uki ID 5.60 23.00 6.95 35.55 7.47 3.38 an State of Transportation ,-otAract Number Date Prime Contractor Daily Report of Force Account Worked Item Number Item Name Subcontractor/ Lower Tier Subcontractor Line Station Group Basis of Material Acceptance RAMS Number Qescnption of Work Performeq A&W VO Y11— Worked Record 4— r!, VIorkereandlor Equipment Working Occupation of Workers or Equipment Size Hours Workedl Reg. O.T. Amount Reg. O.T. Rate Rate I, yJ L-p e �loo► I lea �b 2 31 '4 7 e 4, w� 4. Q,-- r 8 1 121 13 141 171 201 Calculated By Date Checked By Date Total Ledger Entry Number Entered By I Date Entry Verified Date Inspectors Signature Contractor's Representative Signature Me DOT Form 422-008 5F Revised 0312008 GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246 -9456 Fax: (206) 246 -2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Attn: Mr. Mike Ronda Re: 20120/2011 Small Drainage Program #11 -112 Request for Additional Days Dear Mike: We are requesting that the additional days be added to our contract. AO s 9.22.11– Site 5 Evergreen Foods 1 Waiting for decision on backfill of void under 24 pipe. 9.30.11– Site 5 Evergreen Foods Regrading parking lot adjacent to new structure and resetting existing structures Mejs sk 4 10.17.11 Site 4 Allentown 1 Day V �+WA Extra 90LF storm CB at 12227' 4vis i e 10.20.11– Site 4 Allentown �F-10W z Added grading paving of thickened edge 10.28.11 10.31.11– Site 1 Wells Trucking Additional contaminated soil export 11.23.11– Site 3 Museum of Flight Sincerely, Jerry Knudson President 2 Days 1 Da M}q7 Py- R� 2�dnj G- 931041"-` 1 c• GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246 -9456 Fax: (206) 246 -2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Attn: Mr. Mike Ronda Re: 20120/2011 Small Drainage Program #11 -112 Request for Additional Days Dear Mike: We are requesting that the additional days be added to our contract. 9.22.11— Site 5 Evergreen Foods Waiting for decision on backfill of void under 24 pipe. a 9.30.11— Site 5 Evergreen Foods Regrading parking lot adjacent to new structure and resetting existing structures tin 10.17.11 Site 4 Allentown 1 Day Extra 90LF storm CB at 12227 10.20.11 Site 4 Allentown Added grading paving of thickened edge 10.28.11 10.31.11— Site 1 Wells Trucking Additional contaminated soil export 11.23.11 Site 3 Museum of Flight V,}5 SLIP tf1 ALP.,2 Sincerely, Jerry Knudson President l me 2 Days 1 Day ar :�P,;`'�"a ate; P 11- 112(d) Council Approval N/A Sheet 1 of 1 or y, CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 04 ,mss 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, is subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Deliver extra 18" and 24" HDPE pipe sections from Site #2 (TIB) and Site 95 (Evergreen Foods) to a City designated staging area. This Change Order compensates for additional material'left over after a reduction in material quantity at Evergreen Foods. The pipe lengths desired are as follows: 18" HDPE SDR -21 Pipe 2 14.5' and 1 13.5' (Total length 42.5') 24" HDPE SDR -26 Pipe 1 50' and 1 15' (Total length 65') This Change will be compensated under Schedule A Storm Drainage. There is no time extension associated with this Change Order. 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 specifi nd will accept as full payment therefore the prices shown abov below. ACC PTE Date a����, Contractor �vo4 C�P l 4' B T itle O /evious, Contr t 788,005.50 APPROVED BY THE CITY OF TUKWILA P Change Order 6,075.06 Date 0/ This Change Order 5.698.45' G REV. CONTRACT AMOUNT 799,779.01 Maya/ G�G/ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) X ote: Sales tax shall be included in the various unit prices, per Standard Specification 1- 07.2(2) (APWA Supplement 1 -99) and WAC 458 -171 /Sr,JJ 02 6 Y_ 16 //fAt-�S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: You are hereby directed to make the herein described changes to the plans and specifications or ao the following described work not included in the plans and specifications on this contract: FA Sheet No.: DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: 2011 Small Drainage Project No: 91041201 Item No.: CO #04 Date: Future Date Description of Work: Transportation cost to deliver extra HDPE pipe to City Staging Area. 002 Work by Subcontractor No Prime Contractor: Green River Construction Sub Contractor: LABOR NAME CODE OCCUPATION Joel Johnson (Super ISuperintendant i Phil Knudson (Lab (Laborer 1 I I I I I STRAIGHT TIME I OVERTIME Hrs I Hourly Rate I Hrs I OT Rate 1.501$ 61.33 1 1 106.55 I 1.001$ 47.43 1 I 82.66 1 DOLLAR AMOUNT 92.00 47.43 I$ I I$ I$ I$ I I$ I$ I I$ I$ SUBTOTAL LABOR: LABOR OVERHEAD PROFIT 29% LABOR TOTAL EQUIPMENT EQUIPMENT OR ATTACHMENTS Equipment Equipment Description GR -580BH 1580 Backhoe GR -10T 110 CY Dump Truck OPERATED I STANDBY Hrs I Hourly Rate I Hrs (Standby Rate 1 1.501$ 33.30 1 J 8.37 1 1 1.001$ 45.681 J 8.79 1 Is I Is Is Is I Is Is Is I Is Is SUBTOTAL EQUIPMENT EQUIPMENT OVERHEAD PROFIT 21 EQUIPMENT TOTAL MATERIALS /SERVICES /RENTALS 139.43 40.43 179.86 DOLLAR AMOUNT 49.95 45.68 95.63 20.08 115.71 MATERIALS SERVICES I Tax I Quantity I Units I Unit Price I AMOUNT I I I I I$ I I I I Is I I I I Is SUBTOTAL OVERHEAD PROFIT 21 TOTAL Verification of Hours Worked: TOTAL: 295.57 12% MARKUP (for prime when subcontract work) Contra*r's ReRresentAive_ n Date'7� SHEET TOTAL: 295.57 Date Pay Estimate Entered: PC-04 W /(,.0.444 Date: By: 2011 SDP FA 02- 23- 12.xls GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246 9456 Fax: (206) 246 -2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Attn: Mr. Mike Ronda Re: 20120/2011 Small Drainage Program #11 -112 Close -Out Information HDPE Pipe Qty Difference Dear Mike: The original plans called out for 60 LF of 18" HDPE at Site 42 and 125 LF of 24" HDPE at Site #5. We actually installed the 60 LF of 18" but only 85 LF of the 24 for a difference of 40 LF. It was agreed that GRC would be reimbursed for the costs associated with the pipe quantity difference. The following is our calculation. 24" HDPE (12992405) Freight Charges (12993153) Fusion Charges (13009491) Use Tax @9.5% on Mat'I Subtotal Markup 21% Total 40LF +f Sincerely, 32.38/LF 11.08/LF 12.30/LF 3.08 /LF� 7 -n.. 3, 4 Z4&4=F f' Jerry Knudson, President f If 717) e Elf -y 40 SE 30t St., Bellevue, WA 98005 i Box 160, Bellevue, WA 98009 -0160 FOWL ne 425-746-8400 Fax 425-641-8885 D ER C OMPANY A C r C'filc Branch x 160, Bellevue, WA 98009 -016) 43 Thornton Avenue SW 1b. 7, voice y ci ic, WA 98047 Number 12992405 PADS (253) 863-8600 Fax (253) 863-8681 077400 Ship to. VARIOUS SITE ADDRESSES 2 GREEN RIVER CONST. CO. TUKWILA WA 98188 6402 S 144th St Ste 1 Order# Inv Date: Order Writer: Tukwila WA 98168-4636 03692687 09/06/11 Jan Brooks 3/3 Terms: NEI 10 IN PRUA Due: 177971 PO/JOB: t:r)R• PAr.TC)PY Shia via: DIRECT 2010-2011 SMALL DRAINAGE PRO 1v I Sub total 7,N0'-00 Freight__ 0.00 Tax 0 Grand Total 110 .00 RRY Serving the Pacific Northwest since 1911 www.hdfovvler.com _ZZ.48 6' 2,248.00 M,3- mF corporate uttices 13440 SE 30th St., Bellevue, WA 98005 PO Box 160 Bellevue WA 98009 -0160 vrz H.D. FOWLER Phone 425- 746 -8400 Fax 425- 641 -8885 COMPANY Pacific Branch y_` Box 160, Bellevue, WA 98009 -0160 1417 Thornton Avenue SW oice Nu111ber 12993153 PAWN Pacific, WA 98047 077400 (253) 863 -8600 Fax (253) 863 -8681 Ship to: VARIOUS SITE ADDRESSES 1/1 I„ L„ �I' I �I� "IIIII'I�I'll�ll'll���l�l�'ll 2 GREEN RIVER CONST. CO. TUKWILA WA 98188 6402 S 144th St Ste 1 order# Inv Date: order Writer: Tukwila WA 98168 -4636 03692680 09/07/11 Jan Brooks erms: NET 1071 PHUA [due: 1U71 U/1 FuljoB: FOB: FACTORY Ship Via:.DIRECT 2010 -2011 SMALL DRAINAGE PRO FRT/ BILLABLE FRT ON PO P1377906 18" 24" FUSION PIPE SEPD5 2011 SEP By �1 T Sub total 2,770.00 Freight 0.00 Tax 0.00 Grand Total 2,770.00 .ir -'l IZY �IJ() L Serving the Pacific Northwest since 1911 www.hdfowler.com FOW COMPANY PO 86x 160, Bellevue, WA 98009 -0160 Invoice Number 13009491 BEWH 077400 To: Corporate Offices 13440 SE 30th St., Bellevue, WA 98005 PO Box 160, Bellevue, WA 98009 -0160 Phone 425 746 -8400 e Fax 425 641 -8885 r .r Ship to: VARIOUS SITE ADDRESSES 2 GREEN RIVER CONST. CO. TUKWILA WA 98188 6402 S 144th St Ste 1 urd F4 Inv uate: ur ed®r W Tukwila WA 98168 -4636 03743860 09/29/11 eric antonelli Fi erms: NET 10TN X Due: ii 011 @l`I`1° j E FOB: H. D. FOWLER COMPANY Ship Via: SALESPERSON DELI 7E00-20 SMALL DRAINAGE PRO (r 3 n s' 4 5 d cc Qty Qty Par# Unit Ex{ended T' Ship'd BO'tl UoM Deception Pnpe Pnce 13u FOSiaN IG MN fuu.IJ66 (20 -36 MUST BE RENTED WITH HDFCO TECHNICIAN AS OPERATOR *SET UP FOR 24" WELDING FULL DAY ON 9/21 1 0 EA MSFMTECH DAILY RATE FOR FUSION TECH (8 600.000 600.00 Y HOURS ON SITE) *FULL DAY ON SITE WELDING ON 9/21 1 0 EA MSFMTECH DAILY RATE FOR FUSION TECH (8 300.000 300.00 Y HOURS ON SITE) *HALF DAY WELDING ON SITE ON 9/27 160 0 EA MSFMDELIVERY PER MILE ROUND TRIP FUSION 1.500 240.00 DELIVERY/TRAVEL CHARGE *40 MILES ROUND TRIP TO JOBSITE FROM BELLEVUE. TWO DIFFERENT TRIPS TAKEN FOR TOTAL OF 160 MILES OF TRAVEL 1 0 EA MSFIV1123 6 DAILY RATE OF 1236 FUSION MACHINE 350.000 350.00 (20"-36") MUST BE RENTED WITH HDFCO TECHNICIAN AS OPERATOR *SET UP FOR 18" WELDING HALF DAY ON SITE ON 9/27 ab Ir Cell -!8 Serving the Pacific Northwest since 1911 �b Sub total Freight Tax Grand Total 2,190.00 0.00 85.50 2,275.50 I w GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246 -9456 Fax: (206) 246 -2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Attn: Mr. Mike Ronda Re: 20120/2011 Small Drainage Program #11 -112 Close -Out Information HDPE Pipe, Extra Material Dear Mike: The original plans called out for 60 LF of 18" HDPE at Site #2 and 125 LF of 24" HDPE at Site #5. Because of the way the pipe was manufactured, Green River Construction took delivery of more pipe than was needed. If the City of Tukwila wanted to purchase the pipe, the following prices would apply. 24" Pipe Available: 42 LF 24" HDPE (12992405) 32.38/LF Freight Charges (12993153) 11.08/LF Use Tax on Pipe 3.08 /LF Total 46.54/LF 18" Pipe Available: 37 LF 18" HDPE (12992405) 20.34/LF Freight Charges (12993153) 11.08/LF Use Tax on Pipe 1.93/LF Total 33.35/LF V Sincerely, Jerry Knudson m President ;g 4 t 40 4 KV 1 )`f7' 1 Wt{ v H.D. FOWLER LL COMPANY Box 160, Bellevue, WA 98009 -0160 mbe 12993153 PAWH #077400 Inlinll�I�IIIIIiIIIIiIIIiiIIIII "11 2 GREEN RIVER CONST. CO. 6402 S 144th St Ste 1 Tukwila WA 98168 -4636 3 r i erms: A Due: i FOB: FACTORY Ship Via:.DIRECT %-UI PUICILt' vi n�cz 13440 SE 30th St., Bellevue, WA 98005 PO Box 160, Bellevue, WA 98009 -0160 Phone 425 -746 -8400 e Fax 425 641 -8885 Pacific Branch 1417 Thornton Avenue SW Pacific, WA 98047 (253) 863 -8600 Fax (253) 863 -8681 Ship to: VARIOUS SITE ADDRESSES TUKWILA WA 98188 Order# Inv Date: Order Writer: 03692680 09/07/11 Jan Brooks PU /JOB: 2010 -2011 SMALL DRAINAGE PRO FRT BILLABLE FRT ON PO P1377906 18" 24" FUSION PIPE SEP 5 2011 r1j y �b` L9 i y C SEp 12 20?? By 1 �m o. OD 2-4� 1-(6- 4 -�O(S A� F RY too Serving the Pacific Northwest since 1911 www.hdfowler.com Sub total 2,770.00 Freight 0.00 Tax 0.00 Grand Total 2,770.00 1/1 D. FOWLE COMPAN ox 160, Bellevue, WA 98009 -016 umber 12992405 PADS #077400 I'D SE 30th St., Bellevue, WA 98005 Bellevue, WA 98009 -0160 I r c ne 425 746 -8400 Fax 425 641 -8885 P c ic Branch 141 Thornton Avenue SW ci WA 98047 (253) 863 -8600 Fax(253)863 -8681 Ship to: VARIOUS SITE ADDRESSES 3/3 1111111 I III 11111111111111 [lift r 2 GREEN RIVER CONST. CO. TUKWILA WA 98188 6402 S 144th St Ste 1 Order# Inv Date: Order Writer: Tukwila WA 98168 -4636 03692687 09/06/11 Jan Brooks Terms: Ift I QUA Due: 1i 1 PO /JOB: FOB: FACTORY Ship Via: DIRECT 2010 -2011 SMALL DRAINAGE PRO i j 1 100 0 LENGTHS PE3408 "P'' FT NS -DRPH -6272 18" HDPE SDR -21 PIPE (50FT) PE4710 Sy .t v Llj ;RY Serving the Pacific Northwest since 1911 www.hdfowler.com Sub total Freight Tax Grand Total 2,248.00 N.. 1� 7, 05.00 0.00 .0 ,10 .00 11- 112(c) Council Approval N/A tA. W A. Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 03 ;9oa kin 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, is subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify the drainage system at Site 2 (TIB) as detailed in Field Directives #4 and 45. The compensation provided in this Change Order will include all effort to connect an existing 4" underdrain, substitute relevant structures to provide a working system, modify the existing MH on the shoulder of TIB and compensate for an extra custom Manhole structure not used. This Change will be compensated under Schedule A Storm Drainage. There is no time extension associated with this Change Order. 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 specifi nd will accept as full payment therefore the prices shown above nu belo AC EPT D: Date �A Contract By Title Or* final Contr 788,005.50 APPROVED BY THE CITY OF TUKWILA, Previous Change Order 1,100.25y Date This Change Order 4.974.81 REV. CONTRACT AMOUNT 794,080.56 A iRIGINAL: City Clerk (1 of 2) Contractor (2 of 2) ote: Sales tax shall be included in the various unit prices, per Standard Specification 1- 07.2(2) (APWA Supplement 1 -99) and WAC 458 -171 1 -0-df 69 (6 //IAt'� cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 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: �h CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 004 To: Green River Construction Date: 10/05/11 6402 S. 144`' St. #1 Project Name: 2010/2011 Small Drainage Proj. Tukwila WA 98168 Project No.: 91041201 Attn: Jerry Knudson Contract No.: 11 -112 Work to be performed: Reroute and connect the additional 4" underdrain pipe to the lower overflow debris cage structure as shown on the exhibit attached. Shift MH #3 and MH #2 slightly to the south and modify inverts to fit the proposed contours. All of the site restoration features will shift slightly south as well however the overall quantities and placement details will be mostly unchanged. For further direction see FD #005. The only extra cost to the contract from this Field Directive should be the additional 4" drain details. Reason for modification: Upon excavation for MH #3 (Site 2) we discovered an active 4" drain line which discharged at grade below the pipe we were scheduled to connect to with the manhole. This pipe is believed to be the discharge from the adjacent wall system just uphill from the work zone. This pipe needs to be connected to MH #2 to allow continued functioning of the drainage system. The other changes in project features are considered of mutual benefit and do not change the operation of the system. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of the change to the contract price to be tracked by Force Account Resolution of Utility Conflict and unit price for additional connection. With no change in contract completion date. Performance of is Fit Id Directive is authorized by all signatures below: Accepted by: .A- of tracto s ep -Name Approved by: Verified by: Ti City Construction Engineer alb City Construction Inspector 117V( De ie Date Revegetation design 1l! 41- Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 Field Directive #4 September 26, 2011 Site 2 -Tie in unknown 4" drain line Labor Joel Johnson Supr /Eq Op Denny Mellott Eq Oq Chris Parshall Laborer, Gen'[ Phil Knudson Laborer, Gen'I Labor Subtotal 1.0 Hrs $47.27/Hr Markup 29% 47.27 Total Labor 1.0 Hrs $61.36/Hr 61.36 1.0 Hrs $59.81/Hr 59.81 1.0 Hrs $47.91/Hr 47.91 1.0 Hrs $47.27/Hr S 47.27 1 Set $22.50 /Set 216.35 S 62.74 Equipment PC 200EX Service Truck Pump Cut Saw Equipment Subtotal Markup 21% Total Equipment Material 4" PVC 4" Bend 4" Coupler 4" MH ADP Sand Cement Material Subtotal Markup 21% Total Material 1.0 Hrs $95.42/Hr 95.42 1.0 Hrs $20.85 /Hr 20.95 100.00 S 75.00 291.27 S 61.17 14 LF $0.97/LF 13.58 1 EA $6.50 /EA 6.50 1 EA $8.50 /EA 8.50 1 EA $13.35/EA 13.35 1 Set $22.50 /Set S 22.50 64.43 5 13.53 Q�- P u�- 279.09 352.44 77.96 Total 709.49 WOO ==Of rrwAporwian Daily Report of Force Amount Worked. ContractManbef CM Item Number llemNwe Prime Ca*amr SubomtWcw i Lower Tier SLd=r*jjCkw Lk* I slaw Croup BOVS of Witerial Acaptance RAM$ N=hsr DesaiprOon of Work Pert rnbd Time Worked Record Wbrx*maraarErMvma t WOW" 41 'ectupatio* of warkoza Or f_jv_V_rkWodmd1 Rea. Amount Stre FM*. -3 A PC 6zry Y, 7 a eL/ I bY 14 19 Ucuiged $y i Date Total LedgW ETWV NUMM Date .En" Vented i i Date DOT Form 422A8 EF Rtybod 0/20s Cor#Wort Represerietlyt 8Vtk6Iw8 TV& 13 j X CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 005 To: Green River Construction I Date: 10/11 /11 6402S.144 1h St. #1 Project Name: 2010/2011 Small Drainage Proj. Tukwila WA 98168 Project No.: 91041201 Attn: Jerry Knudson Contract No.: 11 -112 Work to be performed: Modify manhole placement on TIB (Site 2) per the exhibit attached. Move structure proposed for MH #1 location to MH #2 location. Shift structures #2 and #3 slightly from original locations to allow better alignment with existing core holes. Reuse the base at MH #1 location and attach 18" HDPE pipe to existing structure. Replace flat top lid at MH #1 location with a new lid and orient as shown on the original plan. Replace ladder to align with new grate position. Provide dual directional vaned grate to capture water from either direction. Reason for modification: The core holes in MH #1 and MH #2 were placed incorrectly. By the time the error was discovered the structures were on site ready to be placed. The final configuration will allow the system to work as designed while simplifying restoration requirements and disruption on the shoulder of TIB. Work under this Field Directive modification will be accomplished: Work to be compensated per the original contract price and unit price items with the exception of modifications to the existing structure (at MH #1 location). Pay an additional Connect to Existing Drainage Structure item to attach the HDPE to this structure. Pay invoice price for materials only for the new MH section #1 and deliver to City storage yard. Track cost to modify existing structure at MH #1 location (including new lid section, ladder placement, and custom vaned grate) per Force Account and pay by Change Order. With no change in contract completion date. Performance of Accepted by: Approved by: Verified by: Id Directive is authorized by all signatures below: City Construction Inspector i R 4 I t Date pLI poi Dak i City Construction Engineer x x fA, 4L3 Green River Construction, Inc. Daily Report of Force Account Worked City of Tukwila 2010/2011 Small Drainage Program, Contract 11 -112 (o /3 Field Directive #5 October;e, 2011 Site 2 Replacing Tie -in MH flat top Labor Denny Mellott Eq Op Joel Johnson Supr /Eq Op Chris Parshall Laborer Phil Knudson Laborer Labor Subtotal 3.5 Hrs $47.43/H r Markup 29% 165.45 Total Labor 3.5 Hrs $S9.81 /Hr 209.34 3.5 Hrs $61.33/Hr 214.76 3.5 Hrs $47.43/Hr 167.69 3.5 Hrs $47.43/H r S 165.45 757.24 S 219.60 Equi pment 580M Backhoe Dump Truck 5 CY Service Truck Compressor Jack Hammer Equipment Subtotal. Markup 21% Total Equipment Material 48" Flat top 20 "x24" Frame Grate Sand Cement Cold Mix Material Subtotal Markup 21% Total Material Connection to existing CB Total 3.5 Hrs $47.48/Hr 166.18 3.5 Hrs $50.00 /Hr 175.00 3.5 Hrs $20.85/Hr 72.98 100.00 514.16 107.97 1.0 EA $256.50/EA 256.50 1.0 EA $253.75/EA 253.75 1 Set $22.50 /Set 22.50 S 100.00 632.75 S 132.88 Z- 976.84 622.13 765.63 Wr to -3 Contract Number Date Prime Contractor Line Station Group Daily Report of Force Account Worked Item Number Item Name RAMS Number Subcontractor/ Lower'ner Subcontractor Basis of Material Acceptance Des ceiption 4 Work Performed Tune Worked Record Workers and/or Equipment Occupation of Workers or Hours Worked Reg, I O.T. I Amount, Working Equlpment Size ttoq. O.T. Rate Rate 3 Mot 11 -wl�.y tv►.�c_(Iv�' `I OP��tl� -�S` 1�3/ I I 7 121 &e re J 13 Cd a tl"; I I I 15 e t I 16 1 I I I 17I 1 201 'fliv kq?�j Calculated By Date Checked By Date Ledger Entry Numb Entered By I Date Entry Verified :Y Inspector'stignature Contractor's Representative Signature Title Total I. Date DOT Form 422 -008 EF Revised 03/2008 W �Il GREEN RIVER CONSTRUCTION CO., INC. 6402 South 144th, Suite #1 Tukwila, Washington 98168 Office: (206) 246-9456 Fax: (206) 246-2274 February 2, 2012 City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Attn: Mr. Mike Ronda I P W 0 Re: 20120/2011 Small Drainage Program #11-112 Close-Out I nformation 48" x 6" Base Dear Mike: The following is our cost for the cored MH that we were unable to use at Site #2. Granite Precasting Concrete #44883 48" x 6' Base w/Hole 365.95 Use Tax 9.5% 34.77 Total 400.72 P/ Sincerely, Jerry Knudson President GRANITE PRECASTING CONCRETE 4116 BAKERVIEW SPUR INVOICE 44883 BELLINGHAM, WA 98226 Invoice Date: 9/16/2011 Phone: (360) 671 -2251 Fax: (360) 671 -0780 n y w- i° ;3 �f r Job Number: 5268 I� C Ship to: 2010 2011 SMALL DRAINAGE PROGRAM 1 SEE MAP c s AI; I! TUKWILA, WA 98188 f 1" Sold to: GREEN RIVER CONSTRUCTION By 6402 S. 144TH STREET, STE. #1 s TUKWILA, WA 98168 ar AK• mv* r T, �+',c, �c^ .yl"�r '>T ;I�v'X d` 9/16/2011 Mike Hudson -103 NET 10TH 1 S wCC+•' sT`� r .2 "7 N r ^.r, 1 a m� N r .v[:x.�..9...ia..,.: ..'1'Mad s'.s35xb9mLi +ma �azzur�a a� f+.:s �,v ee"�.'., U,uv.': 1�;.?�'tar�md4�. xi�aaF�wb� ^.`.�.rw.�?e�V�3��k,..s�. i_sv a�.._.i..y...,_as:. �.,.sE. o3v?r y 5?: DMB A16494611 Qty Item Structure: 1 CBR -04 1 CBR -06 1 048TSP 1 048X01R 1 048X06BWC 2 048RG 1 L05P Structure: 1 048X01 R 1 048X06BWC 2 048RG 1 L05P Structure: 1 CBR -06 1 048TSP 1 048X04R 1 048X05BHKO 2 048RG 1 L04P Description TUKWILA INTE 4" CB RISER 6" CB RISER 48" FLATTOP/ SQUARE HOLE 48" X 1' RISER 48" X 6' BASE W/ HOLE 48" GASKET 5 STEP POLY MH LADDER TUKWILA INTE 48" X V RISER 48" X 6' BASE W/ HOLE 48" GASKET 5 STEP POLY MH LADDER TUKWILA INTE 4" CS RISER r 48" FLATTOP/ SQUARE HOLE 48" X 6' BASE W/ HOLE 48" GASKET Weight Unit Price TX Extension 180 Structure 1 CBR -04 1 048TSP 950 048X06BWC i 04bKt, 1 L05P Structure: 1 CBR -06 1 048TSP 1 048X04R 1 048X05BHKO 2 048RG 1 L04P Description TUKWILA INTE 4" CB RISER 6" CB RISER 48" FLATTOP/ SQUARE HOLE 48" X 1' RISER 48" X 6' BASE W/ HOLE 48" GASKET 5 STEP POLY MH LADDER TUKWILA INTE 48" X V RISER 48" X 6' BASE W/ HOLE 48" GASKET 5 STEP POLY MH LADDER TUKWILA INTE 4" CS RISER r 48" FLATTOP/ SQUARE HOLE 48" X 6' BASE W/ HOLE 48" GASKET Weight Unit Price TX Extension 180 $41.00 260 $42.00 1,580 $111.15 950 $96.85 6,838 $365.95 0 $0.00 20 $0.00 Structure Total NEEDS DEBRIS CAGE BY OTHERS 950 $96.85 6,979 $365.95 0 $0.00 20 $0.00 Structure Total 5 STEP POLY MH LADDER WELLS TRUCK $41.00 6" CB RISER 1,1,,1..15 48" FLATTOP/ SQUARE HOLE $365.95 y 48" X 4' RISER 48" X 5' BASE HIGH K.O.�,"\ $0.00 48" GASKET $330.20 4 STEP POLY MH LADDER L $0.00 17 Structure:. WELLS TRUCK 180 $41.00 1,580 1,1,,1..15 7,028 $365.95 y 0 $0.00 20 $0.00 Structure Total $41.00 $42.00 $111.15 $96.85 $365.95 $0.00 $0.00 10 $656.95 I0 \S $9 $365.95 $0.00 $0.00 $462.80 $41.00 $111.15 $365.95 $0.00 $0.00 $518.10 260 $42.00 $42.00 1,580 $111.15 $111.15 3,600 $204.10 $204.10 4,912 $330.20 $330.20 0 $0.00 $0.00 17 $0.00 $0.00 Structure Total $687.845 6 11- 112(b) Council Approval N/A ti Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 02 1908 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, is subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify the restoration details at Site 2 (TIB) and Site 5 (Evergreen Foods) as requested in Field Directive #2 and Field Directive #3. Payment for each new material will be per PSIPE unit price with scope defined in the contract for similar PSIPE materials and will not exceed the total value listed below. The total cost of restoration will be partially offset by reductions in other unit price quantities. 15 Western Red Cedar at 12.95 ea. 30 Big Leaf Maple at 12.95 ea. This Change will be compensated under Schedule A Roadside Development. This change also includes a''V2 day time extension for additional restoration to the pavement at Site 5. 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, d will accept as full payment therefore the prices shown above d below. ACCEP E Date 3,h1/� Contracto4 By Title /vldAI�� OrigiContract 788,005.50 APPROVED BY THE CITY OF TUKWILA Previous Change Order 517.50 /Date 3 9 This Change Order 582.75 By REV. CONTRACT AMOUNT 789,105.75 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Note: Sales tax shall be included in the various unit prices, per Standard Specification 1- 07.2(2) (APWA Supplement 1 -99) and WAC 458 -171 5f-d f a <�/Z( (3 tA/* —S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 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: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite 4200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 002 To: Green River Construction Date: 9/29/11 6402 S. 144`' St. #1 Project Name: 2010/2011 Small Drainage Proj. Tukwila WA 98168 Project No.: 91041201 Attn: Jerry Knudson Contract No.: 11 -112 Work to be performed: r_wc` Modify the restoration plantings at Site 2 (TIB) and Site 5 _-e4@4;i6c acility) per the exhibit attached. Provide unit price for Western Red Cedar and Big Leaf Maple and any impact caused by quantity modification to the Topsoil and Vine Maple as noted. Reason for modification: Final review of the restoration details produced comments which are reflected in the plan markups. The modifications seem minor and we would like to make the changes unless it dramatically impacts the price to install. Work under this Field Directive modification will be accomplished: On a unit price basis as detailed above. With no change in contract completion date. Performance of this ield irective is authorized by all signatures below: Accepted by: Congo Rep —Nam T r a� ►I .14111 Approved by: t City Construction Engineer Date Verified by: n City Construction Inspector Date x x CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 003 To: Green River Construction I Date: 10/03/11 6402S.144 th St. #1 1 Project Name: 2010/2011 Small Drainage Proj. Tukwila WA 98168 Project No.: 91041201 Attn: Jerry Knudson Contract No.: 11 -112 Work to be performed: Modify the pavement restoration limits and drainage feature repair at Site 5 (Evergreen Foods) per the exhibit attached. Extend pavement replacement and reslope the localized pavement depression to drain to private system. Shift proud MH lid back into alignment with lower sections and grout in place prior to paving. Reason for modification: Final review of the restoration details showed a challenging pavement edge to reconnect our pavement patch to. In addition, the existing pavement surface in this area did not drain exclusively to the private system, instead routing a significant portion of the water from the parking area directly to the creek and /or through the public system. The new pavement boundaries will channel water through the orifice structure on the private side before discharging into the public system. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of the change tc tracked by Force Account Property Restoration and unit price items. With no change in contract completion date. Performance of t is Fiel Directive is authorized by all signatures below: Accepted by: k Co a is Rep Name Title Approved by City Construction Engineer Verified by: AAA �41bou City Construction Inspector the contract price to be /r4/1, IN A Date_ Dat x GREEN RIVER CONSTRUCTION CO INC 64U2 South l44th Suite #1 Tukwila, Washington 98l68 Office: (206) 246 Fax: (206) 246 February 2,2OlZ City of Tukwila Department of Public Works 6]OUSouthcenter Boulevard, Suite #l0U Tukwila, Washington 98188 Attn: Mr. Mike Ronda Re: 202ZO/2OI1 Small Drainage Program #Il'1l2 Request for Additional Days Dear Mike: VVe are requesting that the additional days be added to our contract. Mr 9.ZZ.11-Site 5 Evergreen Foods 1 Waiting for decision nnbackƒiUof void under I4"pipe. -�m�u�t� 9.30.l1-Site 5 Evergreen Foods Regrading parking lot adjacent to new structure and resetting existing stru lO.I7.11- Site 4Allentown l Day Extra yOLF storm &CBat1ZIZ7 1O.JO.11- Site 4Allentown Added grading paving of thickened edge 1O.Z8.11&lU31.Il- Site 1 Wells Trucking Additional contaminated soil export 1l.Z3.l1-Site 3-Museum of Flight Jerry Knudson President lDay v�— 9 m~�- ^���8��m "m- 11- 112(a) Council Approval N/A A w N Sheet 1 of 1 CITY OF TUKWILA ,9 -.0;3 CONTRACT CHANGE ORDER NO. 1 DATE: 09 /29/11 BUDGET NO.: PROJECT NO.: 91041201 CONTRACT NO.: 11 -112 a) PROJECT NAME: 2011 Small Drainage Project TO: Green River Construction CO. Attn: Jerry Knudson, President 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, is subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Provide an access point through the Gilliam Creek (site #9) trash rack per the Field Directive #1 attached. The use of Galvanized hardware as opposed to the stainless bolts previously discussed will be permitted. Replaceable bar material should be the same base metal and treatment methods as the rest of the structure. This Change Order will be added to the Storm Drainage portion of the contract. There is no time extension associated with this Change Order. 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 belo X. ACCE E Date: 11, 41// Contractor: 12 p� d L t 94 Y B 4 Title: 15 L; r Origir,iA Contra 788,005.50 APPROVED BY THE CITY OF TUKWILA Previous Change Order 0.00 Date: NINP W_42eh This Change Order 517.50 By: r Mayo/ REV. CONTRACT AMOUNT 788,523.00 61 ORIGINAL: City Clerk (I of 2) Contractor (2 of 2) Note: Sales tax shall be included in the various unit prices, per Standard Specification 1- 07.2(2) (APWA Supplement 1 -99) and WAC 458 -171 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 1 ,5J 2 o9 1611UA-e-S CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 01 To: Green River Construction Date: 08/11/11 6402S.144 1h St. #1 Project Name: 2010/2011 Small Drainage Proj. Tukwila WA 98168 I Project No.: 91041201 Attn: Jerry Knudson Contract No.: 11 -112 Work to be performed: Modify the Gilliam Creek (Site #9) trash rack structure per the attached Exhibit to provide access through the trash rack for routine maintenance and construction. The access will be provided by creating three removable bar sections at the center of the trash rack as shown. Use galvanized hardware as apposed to the stainless bolts previously discussed. Replacable bar material should be the same base metal and treatment methods as the rest of the structure. Reason for modification: In the original design no provision was made to allow man access /egress from the inlet end of the culvert following the installation of the trash rack. In addition, installation actually requires the trash rack assembly to be bolted to the substructure mount points. This would require accessing the culvert from the downstream end and potentially removing the flap gate. With a one way structure and open flow to the river this creates a potentially hazardous confined space condition. For routine maintenance City personnel will either remove the bolts for reuse or cut them off and provide new hardware after each access operation. Work under this Field Directive modification will be accomplished: For a lump sum increase of $517.50 to the contract price. With no change in contract completion date. Performance of this Field Directive is authorized by I signatures below: Accepted by: J F V f o tra Contractor's Rep Name l Approved b pp Y J City Construction Engineer Verified by: City Construction Inspector e b Date Date �I 1 o rr O ww. 4 CL- cy-- 1 a a a Q U r N 1 Cl N 1 a� m t7 w U Q _or ��3 1 0� 5� 1 C -1 AGREEMENT FORM 11-112 CONTRACT NO. Council Approval 7/18/11 THIS AGREEMENT is made and entered into on this of b v4 ;:I 20�, by and between the City of Tukwila, Washington "Owner and Gcem Q,vin nSar c a "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 2010 /2011. Small Drainage Program Project No..91041201, 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. Payrrients. Owner shall pay Contractor at the unit a. nd lump sum prices, and by force account as specified in tine 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. Com})letion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated. damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this.Agreemerit, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties,, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (.Owner) By d t�• Ma C Attest: This Ll day of AA 20 __1 City Clerk f/ Approved as to Form: City Attorney" Address for cliving notices: 6300 SAd s %E loo VX (Con actor) By: Title: Attest: T This day oft 20 Contractor's License No. Address for giving notices: i S e a oz16iva�" Page 24 Agreement Form P,ovided to Builders Exchange of VITA, Inc. For usage Conditions see •,1, a.com Always Verify Scale C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 105637172 We, Green River Construction, Inc. and Travelers Casualty and Surety Company of America (Principal) (Surety) a Connecticut corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington "Owner in the penal sum of Seven Hundred Eiqhtv -Eight Thousand Five and 50/ 100ths Dollars 788.005.50 the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors,. or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated 20 11 between Principal and Owner for a project entitled 2010/2011 Small Drainage Program Contract No. "Contract The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; Pays all laborers, mechanics, subcontractors, lower tier 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 for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in full force and effect at 10% of the total bid price for one (1) year after Final Completion of the Contract, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20 Page 25 Payment and Performance Bond Payment Si Performance Bond if any modification or change increases the total amount to be paid under the Contract, Surety's obligation tinder this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty -five percent (25 of the original amount of the Payment and Performance Bond without the prior written consent of Surety. This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 3rd day of August 2011 een iver Construction, Inc. Principal icln e of Authorized Official Title Travelers Casualty and Surety Company of America n Surety Signaturb of Authorized Official By Julie R. Truitt, Atto'rnev -in -Fact Attorney in Fact (Attach Power of Attorney) Name and address of local office of agent and /or Surety Company: C -3 Propel lncuranr 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 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. Page 26 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 22 935 Certificate No. 003769499 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Eric Zimmerman, Karen Swanson, Brent E. Heilesen, Anne E. Strieby, James B. Binder, Peter J. Comfort, Jennifer L. Snyder, Lisa Kerstetter, Julie R. Truitt, Peggy A. Firth, Tamarie Ellingsen, Steve Marinkovich, Melinda Carlson, and Christopher Kinyon of the City of Tacoma State of Wa shington their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or;proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 15th day of July 2010. Farmington Casualty Company r j St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 1 Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company GI.SU,� C�1977 6�6i N Fry .0 u" 9 �,,n ?tN j S E A �a SEALa3 t ytd �w a .ps� a State of Connecticut City of Hartford ss. By: Georg6 Thompson, error ice President On this the 15th day of July 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. OPP In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30,th day of June, 2011. Marie C. Tetreault, Notary Public 58440 -4 -09 Printed in U.S.A, WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United.States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies; which is in•full forceand effect and has not been revoked. 0 a IN TESTIMONY WHEREOF, I have hereunto set my hand a_nd affixed the seals of said Companies this day of 20 f 4 Kori M. Johans�a/Assistant Secretary pI.SU,� F\PE� W INSG j \Ng�q a tY ANO 30R ������ttY Z 6 o 1977 G "t i f t E a NRRrwaD, itaaao T� 1896 o =.SEAL CANN. c Ca7N. �e A �y �N s vcnr+cb a'•....... 'Ian -f i b v.'•... aD s gar t Yf ,p To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Client#: 121099 GREERIVE8 DATE (MM /DD /YYYY) ACORU. CERTIFICATE OF LIABILITY INSURANCE 7/26/2011 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 I (:NAME: ONTACT Christine Maden Propel Insurance PHONE g00 499 -0933 FAX 253- 752 -8659 (A/C, No. Ext): I (A/C, Nol: Tacoma Commercial Insurance I ADDRESS: CLM @propelinsurance.com 1201 Pacific Ave, Suite 1000 PRUDUL;.,t CUSTOMER ID Tacoma, WA 98402 INSURER(S) AFFORDING COVERAGE NAIC INSURED I INSURER A: Continental Western Insurance C I Green River Construction Co Inc I INSURER B: I 6402 South 144th Street, #1 I INSURER C I Tukwila, WA 98168 I INSURER D INSURER E: I INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE FOLICIES 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 I TYPE OF INSURANCE: INSIt IjyVD I POLICY NUMBER I(MM /DD E /YYYY) I(MM/DD/YYYY) I LIMITS A GENERAL LIABILITY X X CWP2912671 12/08/2010 12/08/20111 EACH OCCURRENCE 1$1,000,000 X MMERCIAL GENERAL LIA131LITY TO RENTED PREMISES (Ea occurrence) $100,000 H DAMAGE CLAIMS -MADE a OCCUR I MED EXP (Any one person) 1$5,000 X PD Ded: $1,000 I PERSONAL &ADV INJURY 1$1,000,000 GENERAL AGGREGATE 1$2,000,000 PER: I PRODUCTS COMP /OP AGG I $2,000,000 GEN'L AGGREGATE LIMIT APPLIES POLICY I AI %r.T F LOC Is A AUTOMOBILE LIABILITY X CWP2912671 12108/2010 12/08/2011 COMBINED SINGLE LIMIT (Ea accident) $1.000.000 X ANY AUTO BODILY INJURY (Per person) Is ALL OWNED AUTOS BODILY INJURY (Per accident) I SCHEDULED AUTOS PROPERTY DAMAGE X HIRED AUTOS (Per accident) X NON OWNEDAUTOS I Is Is A UMBRELLA LIAB X OCCUR CU2912672 12/08/2010 12/08/20111 EACH OCCURRENCE 1$2,000,000 EXCESS LIAB CLAIMS -MADE I AGGREGATE 1$2,000,000 I Is H DEDUCTIBLE RETENTION I Is WORKERS COMPENSATION (WA Stop Gap) WC Y LIMIT X OTH -I ER AND EMPLOYERS' LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE i CWP2912671 12/08/2010 12/0812011 E.L. EACH ACCIDENT 1$1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) I E.L. DISEASE EA EMPLOYEEI $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE POLICY LIMIT 1$1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Re: 201012011 Small Drainage Program Project No. 91041201 The City of Tukwila and its officers, elected officials, employees, agents, engineering Consultants, (See Attached Descriptions) CERTIFICATE HOLDER City of Tukwila 6300 South Center Blvd., Ste 100 Tukwilla, WA 9,8188 CANCELLATION 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 01988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) 1 of 2 The ACORD name and logo are registered marks of ACORD #S713144/M563877 BEB00 on DESCRIPTIONS (Continued from Page 1) Construction Managemanet Consultants and volunteers are named as Additional Insured per attached endorsement. AMS 25.3 (2009/09) 2 of 2 #S713144IM563877 Why We Are Using the Latest ACORD 25 Certificate of Insurance In September 2009, ACORD revised the ACORD 25 Certificate of Insurance form. One of the major changes was the removal of the cancellation notice provision. For the following reasons, we are unable to issue an older edition of this form, modify the current form, or complete a proprietary form you provide Notice of cancellation is a policy right, not an unregulated service. No insurer shown on this certificate is able to provide the cancellation notice you desire by endorsement. For example, the insured can canc=el immediately, so it would be impossible for the insurer to give you the notice you request. State law also grants the insurer the right to cancel for reasons such as nonpayment with less notice than you require. For the reason just cited, if our agency was to issue a certificate that provides the cancellation notice you request, we would do so with the full knowledge that.it would be impossible to actually give that amount of notice under certain circumstances. As such, the certificate could be alleged to constitute a misre=presentation or fraud which could subject our agency and staff to serious civil and criminal penalties. If a certificate purports to provide a policy right different from that provided by the policy itself, then the certificate effectively purports to be a policy form. Policy forms must be filed and approved by our state department of insurance. Use of nonfiled policy forms is illegal and could result in legal sanctions distinct: from the assertion that the certificate is fraudulent. Under the ACORD Corporation's licensing agreement, the prior editions of superseded forms can be used for one year from the time the new forms are introduced. Beginning in September 2010, this is another reason we cannot use an older edition of the ACORD 25. Doing so would violate ACORD's licensing agreement and, as a copyrighted document, federal copyright law. Likewise, we are unable to modify the new certificate to add a notice of cancellation. ACORD forms are designed to be completed, not altered. ACORD's Forms Instruction Guide says that a certificate should not be used "To waive rights To quote wording from a contract—To quote any wording which amends a policy unless the policy itself has been amended." In addition, our insurance company contracts only allow us to issue unaltered ACORD forms. We are often asked to issue proprietary certificates provided by the certificate requestor. Again, our insurance company contracts only allow us to issue unaltered ACORD forms. Many proprietary certificates include broad, vague or ambiguous language that may or may not be incompliance with state laws, regulations, and insurance department directives. Therefore, we cannot issue any proprietary certific=ates. We appreciate your understanding of the legal restrictions on our ability to fully comply with your request Green River Construction Co Inc CW P2912671 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS AUTOMATIC STATUS WHEN REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section 11— Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to "bodily injury" and "property damaige" caused, in whole or in part, by "your work" at locations specified in the written contract or agreement and included in the "products completed operations hazard With respect to the insurance afforded to these additional insureds, this insurance does not apply to "bodily injury" or "property damage" that occurs prior to the execution of, or subsequent to the expiration of, the contract or agreement in which you agreed that such person or organization be added as an additional insured on your policy. CL CG 20 14 0 Includes copyrighted material of Insurance Services Page 1 of 1 Offices, Inc., with Its permission Green River Construction Co Inc CWP2912671 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS If SECTION I COVERAGE C MEDICAL PAY- MENTS is not otherwise excluded from this Coverage Part: 1. The Medical Expense Limit provided by this policy, subject to the terms of SECTION III LIMITS OF INSURANCE, shall be the greater of a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. B. FIRE, LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREM- ISES YOU RENT If damage to premises rented to you under Cov- erage A. is not otherwise excluded from this pol- icy, the following applies: 1. The last paragraph of SECTION I COV- ERAGE A.2. Exclusions is deleted and re- placed by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion or sprin- kler leakage to premises while rented to your or temporarily occupied by you with permis- Sion of the owner. A separate limit of insur- ance applies to this coverage as described in SECTION III LIMITS OF INSURANCE. 2. Paragraph 46. of SECTION 111 LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to 5. above, the greater of a. $300,000; or b. the Damage To Premises Rented To 'You Limit shown in the Declara- tions; is the most we will pay under COVER- AGE A for damages because of "prop- erty damage" to any one premises, while rented to you, or temporarily occupied by you wit) the permission of the owner arising out of any one fire, lightning, ex- plosion or sprinkler leakage incident. 3. Paragraph 4.b.(1)(b) Other Insurance of SECTION I'V COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and re- placed by the following: (b) That Is Fire, Lightning, Explosion or Sprinkler Leakage insurance for prem- ises rented to you or temporarily occu- pied by you with the permission of the owner; 4. Paragraph 9.a, of SECTION V DEFINI- TIONS is deleted and replaced by the follow- ing: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that Indemnifies any person or organization for damage by fire, lightning, explosion or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "in- sured contract C. NON -OWNED WATERCRAFT 1. Paragraph g.(2� of SECTION I COVER- AGE A.2. Exclusions is deleted and re- placed by the following: A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not used to carry persons or property for a charge. D. SUPPLEMENTARY PAYMENTS SECTION I SUPPLEMENTARY PAYMENTS COVERAGES A AND B is amended as fol- lows: 1. The limit of insurance In paragraph 1.b, is increased from $250 to $2,500; and 2. The limit of insurance in paragraph 1.d. is increased from $250 to $500. E. AUTOMATIC ADDITIONAL INSURED SPECIFIED RELATIONSHIPS The following is added to Paragraph 2. of SEC- TION II WHO ISAN INSURED: e. Any person or organization described in paragraph f. below, whom you and such per- son or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional in- sured on your policy. CL CG 00 20 03 07 Includes copyrighted m aerial of Ins urance Services Page 1 of 6 Office, Inc„ with Its permission Green River Construction Co Inc CWP2912671 Such person or organization is an insured (c) The ownership, maintenance, or use provided: of any elevators. (1) The written or oral contract or agree- F. ADDITIONAL INSURED OWNERS, LESSEES ment is: OR CONTRACTORS AUTOMATIC STATUS (a) Currently in effect or becomes effec- 1. SECTION 11 WHO IS AN INSURED is tive during the policy period; and amended to include as an additional insured (b) Executed prior to an "occurrence" or any person or organization for whom you are performing operations when you and such offonse to which this insurance would apply. person or organization have agreed in writ- ing in a contract or agreement that such per (2) They are not specifically designated as son or organization be added as an addi- an additional insured under any other tional insured on your policy. Such person or provision of, or endorsement added to, organization is an additional insured only this policy. with respect to liability for "bodily injury', f. Only the fallowing persons or organizations "property damage" or "personal and adver- tising injury' caused, in whole or in part, by. are additional insureds under this endorse- ment, and coverage provided to such addi- a. Your acts or omissions; or tional insureds is limited as provided herein: b. The acts or omissions of those acting on (1) The manager or lessor of a premise your behalf; leased to you, but only with respect to li- ability wising from the ownership, main- in the performance of your ongoing opera tenanco or use of that part of the prem- tions for the additional insured. ises leased to you and subject to the fol- A person's or organization's status as an ad- lowing additional exclusions: ditional Insured under this policy ends when This Insurance does not apply to: your operations for that additional insured (a) Any "occurrence" which takes place are completed. aft(-.:r you cease to be a tenant of that 2. With respect to the insurance afforded to premises. these additional insureds, the following addi- (b) Stnictural alterations, new construc- tional exclusions apply: tion or demolition operations per- This insurance does not apply to: forrned by or on behalf of the man ager or lessor. a. �"Bodily injury", "property damage" or personal and advertising injury arising (2) Any person or organization from whom out of the rendering of, or the failure to you lease equipment, but only with re- render, any professional architectural, spect to liability for "bodily injury", "prop- engineering or surveying services, in- erty damage" or "personal and advertis- cluding: ing injui" caused, In whole or In part, by your maintenance, operation or use of (1) The preparing, approving, or failing equipment leased to you by such per- to prepare or approve, maps, shop son(s) or organization (s). drawings, opinions, reports, surveys, field orders, change orders or draw I However, this insurance does not apply y ings and specifications; or to any occurrence' which takes place after the equipment lease expires. (2) Supervisory, inspection, architec- (3) Any state or political subdivision, subject tural or engineering activities. to the ft >Ilowing additional provision: b. "Bodily Injury" or "property damage" This insurance applies only with respect occurring after: to the 'following hazards for which the (1) All work, including materials, parts state or political subdivision has issued a or equipment furnished in connec- permit in connection with premises you lion with such work, on the project own, rent, or control and to which this in- (other than service, maintenance or surance: applies: repairs) to be performed by or on (a) Thee existence, maintenance, repair, behalf of the additional insured(s) at the location of the covered opera construction, erection, or removal of advertising signs, awnings, cano- tions has been completed; or piest, cellar entrances, coal holes, (2) That portion of "your work" out of driveways, manholes, marquees, which the injury or damage arises hoist away openings, sidewalk has been put to its intended use by vaults, street banners, or decora- any person or organization other tions and similar exposures; or than another contractor or subcon- (b) They construction, erection, or re- tractor engaged in performing op- moval of elevators; or eratlons for a principal as a part of the same project. CL CG 00 20 03 07 Includes copyrighted material of Insurance Services Page 2 of 6 office, Inc., with Its permission Green River Construction Co Inc CWP2912671 3. The insurance provided by this endorsement is primary insurance and we will not seek contribution under any insurance policy un- der which such additional insured is a named insured, if such policy was procured and paid for by such additional insured, or a parent or related entity of such additional in- sured. 4. With respect to the insurance afforded to these additional insureds, SECTION III LIMITS OF INSURANCE is amended as fol- lows: The limits applicable to the additional in- sured are those specified in the written con- tract or agmement or the limits stated in the Declarations, whichever is less. If no limits are specified in the written contract or agreement, the limits applicable to the addi- tional insured are those specified in the Dec- larations. The limits of insurance are inclu- sive of and not in addition to the limits of in- surance shown in the Declarations. G. PROPERTY DAMAGE TO BORROWED EQUIPMENT 1. Paragraph 2.j. of SECTION I COVER- AGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is amended ais follows: Paragraphs (3) and (4) of this exclusion do not apply to tools or equipment loaned to you, provided they are not being used to per- form operations at the time of loss. 2. SECTION III LIMITS OF INSURANCE is deleted and replaced by the following: The most we will pay in any one "occur- rence" for "property damage" to borrowed equipment is $15,000. This limit of insur- ance Is the most we will pay regardless of the number of a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits 3. Deductible Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as appli- cable to "property damage" as the result of any one "occurrence regardless of the number of persons or organizations who sustain damages because of that "occurrence c. We may pay any part or all of the de- ductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the de- ductible amount as we have paid. H. BROADENED NAMED INSURED Paragraph 3. of SECTION II WHO IS AN IN- SURED is deleted and replaced by the following: Any organization, other than a joint venture, over which you maintain ownership or majority inter- est of more than 50% will be a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. b. COVERAGE A does not apply to "bodily in- jury" or "property damage" that occurred be- fore you acquired or formed the organiza- tion. c. COVERAGE B does not apply to "personal and advertising injury" arising out of an of- fense committed before you acquired or formed the organization. I. CONSTRUCTION PROJECT GENERAL AG- GREGATE LIMIT For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: a. A Single Construction Project General Aggregate Limit applies to each con- struction project away from premises owned by or rented to the insured, and that limit Is equal to the amount of the General Aggregate Limit shown in the Declarations. b. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COW ERAGE A, except damages because of "bodily injury" or "property damage" in- cluded in the "products completed op- erations hazard and for medical ex- penses under COVERAGE C regardless of the number of: b. The terms of this insurance, including (1) Insureds; those with respect to our right and duty (2) Claims made or "suits" brought; or to defend the insured against any "suits" (3) Persons or organizations making seeking those damages; and your duties claims or bringing "suits in the event of an occurrence claim, or "suit" apply irrespective of the application of the deductible amount. CL CG 00 20 03 07 Includes copyrighted material of Insurance Services Page 3 of 6 Office, Inc., with its permission Green River Construction Co Inc CWP2912671 c. Any payments made under COVERAGE J. KNOWLEDGE OF OCCURRENCE A for damages or under COVERAGE C for medical expenses shall reduce the The following is added to paragraph 2. Duties In Single Construction Project General Ag- The Event Of Occurrence, Offense, Claim Or Suit of SECTION IV COMMERCIAL GEN- gregate Limit for that construction pro- sect away from premises owned by or ERAL LIABILITY CONDITIONS: rented to the insured. Such payments e. A report of an "occurrence offense, claim shall not reduce the General Aggregate or "suit" to: Limit shown in the Declarations nor shall they reduce any other Single Construc- (1) You, if you are an individual, tion Project General Aggregate Limit for (2) A partner, if you are a partnership, any other separate construction project away from premises owned by or rented (3) An executive officer, if you are a to the insured. corporation, or d. The Iimlits shown in the Declarations for (4) A manager, if you are a limited liability Each Occurrence, Fire Damage and company, Medical Expense continue to apply. However, instead of being subject to the is considered knowledge and requires you to "occurrence General Aggregate Limit shown in the notify us of the offense, claim, or "suit" as soon as practicable. Declarations, such limits will be subject to the applicable Single Construction f. We are considered on notice of an Project General Aggregate Limit. "occurrence offense, claim or "suit" that is 2. For all sums which the insured becomes reported to your Workers' Compensation insurer for an event which later develops into legally obligated to pay as damages caused by "occurrences" under COVERAGE A an "occurrence offense, claim or "suit" for (SECTION II), and for all medical expenses which there is coverage under this policy. However, we will only be considered on caused by accidents under COVERAGE C (SECTION 1), which cannot be attributed notice if you notify us as soon as you know only to ongoing operations at a single desig- the claim should be addressed by this policy rather than your Workers' Compensation Hated construction project away from preen- policy. ises owned Iby or rented to the insured: a. Any payments made under COVERAGE K. UNINTENTIONAL OMISSIONS A for damages or under COVERAGE C The following is added to paragraph 6. Repre- for medical expenses shall reduce the sentations of SECTION IV COMMERCIAL amount available under the General Ag- GENERAL LIABILITY CONDITIONS: gregate Limit or the Products Completed d. If you unintentionally fail to disclose any ex- Operations Aggregate Limit, whichever is applic able; and posures existing at the inception date of your policy, we will not deny coverage under this b. Such payments shall not reduce any Coverage Part solely because of such failure Single Gonstructlon Project General Ag- to disclose. However, this provision does gregate Limit. not affect our right to collect additional pre mium or exercise our right of cancellation or a for liability arising out of the 3. When coverage Y 9 non renewal. "products completed operations hazard" is provided, any payments for damages be- This provision does not apply to any known cause of "bodily injury" or "property damage" injury or damage which is excluded under Included in the "products completed opera- any other provision of this policy. lions hazard" will reduce the Products- L. MENTAL ANGUISH Completed !operations Aggregate Limit, and not reduce r:he General Aggregate Limit nor Paragraph 3. of SECTION V DEFINITIONS is the Single Construction Project General Ag- deleted and replaced by the following: gregate Limit. 3. "Bodily injury" means bodily injury, sickness 4. If the applicable construction project away or disease sustained by a person, including from premises owned by or rented to the in- mental anguish or death resulting from any sured has been abandoned, delayed, or of these at anytime. abandoned and then restarted, or if the au- M. WAIVER OF TRANSFER OF RIGHTS OF RE- thorized contracting parties deviate from COVERY AGAINST OTHERS plans, blueprints, designs, specifications or timetables; the project will still be deemed to ra h pars 8. Transfer Of Rights Of Recovery Paragraph 9 be the same: construction project. Against Others To Us of SECTION IV COM- MERCIAL GENERAL LIABILITY CONDITIONS 5. The provisions of Limits Of Insurance is amended by the addition of the following: (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. CL CG 00 20 03 07 Includes copyrighted m ateriat of Ins urance Services Page 4 of 6 Office, Inc., with its permission Green River Construction Co Inc CWP2912671 We waive any right of recovery we may have be- cause of payments we make for injury or dam- age arising oul of your ongoing operations or "your work" done under a contract requiring such waiver with that person or organization and in- cluded in the "products completed operations hazard However, our rights may only be waived prior to the "occurrence" giving rise to the injury or dam- age for which we make payment under this Cov- erage Part. The insured must do nothing after a loss to impair our rights. At our request, the in- sured will bring "suit" or transfer those rights to US and help us enforce those rights. N. LIMITED JOB SITE POLLUTION 1. Exclusion f„ under Section I Coverage A is replaced by the following: 2. Exclusions This insurance does not apply to: f. Pollution (1) "Bodily injury" or "property dam- age" arising out of the actual, al- leged or threatened discharge, dispersal, seepage, migration, release or escape of "pollut- ants": (a) At or from any premises, site or location on which any Insured or any contractors or subcontractors working directly or indirectly on any Insured's behalf are per- forming operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way re- spond to, or assess the ef- fects of, "pollutants or (b) At or from a storage tank or other container, ducts or piping which is below or par- tially below the surface of the ground or water or which, at any time, has been buried under the surface of the ground or water and then subsequently exposed by erosion, excavation or any other means if the ac- tual, alleged or threatened discharge, dispersal, seep- age, migration, release or escape of "pollutants" arises at or from any premises, site or location which any in- sured or any contractors or subcontractors working di- rectly or indirectly on any in- sured's behalf are perform- ing operations if the "pollut- ants" are brought on or to the premises, site or loca- tion in connection with such operations by such insured, contractor or subcontractor. Subparagraph (b) does not apply to "bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire (2) Any loss, cost or expense aris- ing out of any: (a) Request, demand, order or statutory or regulatory re- quirement issued or made pursuant to any environ- mental protection or envi- ronmental liability statutes or regulations that any insured test for, monitor, clean up, remove, contain, treat, de- toxify or neutralize, or in any way respond to, or assess the effects of, "pollutants or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, con- taining, treating, detoxifying or neutralizing or in any way responding to or assessing the effects of, "pollutants However, this paragraph does not apply to liability for those sums the insured becomes le- gally obligated to pay as dam- ages because of "property dam- age" that the insured would have in the absence of such re- quest, demand, order or statu- tory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental author- ity. 2. With respect to "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants a. The "Each Occurrence Limit" shown in the Declarations does not apply. b. Paragraph 7. of Limits Of Insurance (Section Ill) does not appy. c. Paragraph 1. of Section III Limits Of Insurance is replaced by the following: The Limits Of Insurance shown in this endorsement, or in the Declarations and the rules below fix the most we will pay regardless of the number of: (1) Insureds; CL CG 00 20 03 07 Includes copyrighted material of Insurance Services Page 5 of 6 Office, Inc., with Its permission Green River Construction Co Inc CWP2912671 (2) Claims made or "suits" brought; or (3) Persons or organizations making claims or bringing "suits d. The following are added to Section III Limits Of Insurance: 8. Subject to 2. or 3. above, whichever applies, the most we will pay for the sum of a. Damages under Coverage A; and b. Medical expenses under Cover- age C because of "bodily injury" or "prop- erty damage" arising out of the ac- tual, alleged or threatened dis- charge, dispersal, seepage, migra- tion, release or escape of "pollut- ants" is $100,000. 9. Subject to 8. above, the Medical Expense Limit is the most we will pay under Coverage C for all medi- cal expenses because of "bodily in- jury" sustained by any one person arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or es- cape of "pollutants O. OTHER INSURANCE If this policy includes a Coverage Form or an Endorsement which provides coverage for loss or damage covered by one or more of the Ex- tensions of this endorsement, the limit and the coverage provided by this endorsement are de- leted and replaced by the limit and coverage provided by that Coverage Form or Endorse- ment. CL CIS 00 20 03 07 Includes copyrighted m aterial of Insurance Services Page 6 of 6 Office, Inc., with Its permission P -1 PROPOSAL Contractor's Name. Contractor's State License No.. City of Tukwila Project No. 97041201 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 2010/2011 Small Drainage Program which includes drainage improvements: at up to nine (9) locations, including, but not necessarily limited to; removing and replacing existing storm drain pipes and drainage structures, installation of new storm drain pipes: and drainage structures, slipline pipe liner rehabilitation of existing storm drains, steel trash rack fabrications and installations, providing temporary erosion/water pollution control, removing and replacing HMA paving, concrete curbs installation of traffic loops, compliance with Hydraulic Project Approval for in -water work, site .restoration, and other items necessary to complete the Work as described .in the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in. this 'improvement and the methods by whic4 payment will. barnacle 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. with the Contract Documents. As evidence of good faith (check one) Mbid bond or cash, cashier's check,.❑ certified check, or postail 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, °stipuld 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 one hundred [100] calendar 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 i mo&9 of the Standard -Specifications for every calendar day work is not Physically Complete after the expiration of the,Contract time stated above. In addition, Bidder shall compensate.. Owner for actual enginearing inspection and supervision costs and any other legal fees incurred by Owner.as a result of such delay. gage 10 Proposal )rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P -2 201012011. Small Drainage Program Project No. 91041201 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 `f 0 for d6finition of pay items. Sales tax $half be included In the various unit and lump sum prices; per Standard Specification section 1- 07.211) and WAG 468-20-171. SCHEDULE A Sites 1 through 9 Item No. Item Description City Unit Unit Price Amount. ROADWAY 1A Minor Change: 1 FA 15 15,000.00 1 Mobilization 1. LS wo0> oz) ew,IV 2 Temporalr Water Pollution I Erosion Control 1 LS 12" 5??D. /Z,.m,67 3 Resolution of Utility Conflicts 1 FA 20 000.00: 20;000:00 4 PrQject.Temparary Traffic Control 1 LS Z; D 5 Clearing, and Grubbing 1 LS 6 Pavement Removal 520 Sy 7 Removal of Extruded Curb 20 LF DD 8 Unsuitable Foundation Excavation Incl. Haul 75 CY 9 Gravel Borrow including Haul 600 TN 10 Contaminated. Soil. Excavation Incl. Haul 500 TN 7/-OV 11 Controlled iQertsity Fill 20 CY Itq.6V 12 Crushed Surfacing Top Course 595 T.N 13 HMA 112 IPG 64 -22 235 TN 3&ZIXAD 14 HMA Thickened Edge 320 LF 15 Cement Concrete Extruded Curb 20 LF 7, o a 16 Traffic Laoi) Replacement, Complete 1 LS. ox 0 age 3 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com Always Verify Scale Proposal P -3 2010/2011 'Smaill Drainage Program Project No. 91041201 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.shalI be. corrected to conform thereto. Refer to Division 10 for definition of pay items. Sales tax. shall be included in the. various unit and lump sum prices, per Standard Specification section 1- 07.2(1) and WAC 458 -20 -171, SCHEDULE A SiteS through 9, cont'd .Item Item Description Qty Unit Unit Price Amount No. TRAFFIC CONTROL DEVICES 17 Storm brain Marker 16 EA Jam bpd 18 Replace Existing Channelization ROADSIDE DEVELOPMENT 19 Remove and Replace Water Service Connection. 20 Topsoil/Firie.Compost 21 Hydroseed 22 Erosion Control Blanket 1 LS�'" 5 EA /Sze 75 70 CY 38 165 SY 380 SY 23 PSIPE Azer CirinatumNine Maple, 1 Gal. Cont. 1.10 IyAV!;� PSI PE Malhonia Aguifolium /Oregon Grape, 1 110 24 Gal. Cont. FA 1.0,000.00. 10 PSIPE Rubus Parvifoliia/Thimbleberry, 1 Gal. 110 25 Cont. PSIPE. Syrnphoricarpus Albus/Snowberry, 1 110 26 Gal. Cant. 27 Property Restoration 1 28 Remove and Replace Chainlink Fence 29 Remove and Replace Mailbox EA 121, /4/2-qSD EA �Zy� IyAV!;� EA EA f f' FA 1.0,000.00. 10 25 LF 1 5z r 3 EA /1S 3 7S 'age 12 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P -4 2010/2011 Small] Drainage Program Project No. 91041201 Note Unit prices for gill 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, Sales tax.shall be included in the various unit and lump sum prices, per Standard Specification section 1 -07.2(1) and WAC 458- 20471. SCHEDULE.A Sites 1 through 9, cont'd .Item Item Description Qty Unit Unit Price Amount No. STORM DRAINAGE 30 Shoring or Extra Excavation Class B 1 LS 3 31 Construction Geotextile for Separation Trash Rack and Access for Control Structure, 32 Complete 33 Trash Rack for Inlet Pipe, Complete 34 Storm Drain Pipe, 12" Ductile .Iron 35 Stone Drain Pipe, 18" PVC 36 Storm Drain. Pipe, 18" HOPE 37* Storm Drain Pipe, 24" HDPE 38 Storm Drain Pipe, 24" HD PE Bend W/ Vent, 39 Remove /Abandon. Existing Stone Drain Pipe 40 Connect to Existing Drainage Structure 41 Catch Basin, Type 1 42 Catch Basin Type 2, 48 In. Diam. 43 Catch Basin Type 2, 54 In. Diam. 44 Overflow Debris Cage, 48 In. Diam. 'age 13 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale 265 SY 33/2,5: Da 1 LS 1 Ls 1,070 LF 275 LF 7"J7 0 Z 66 LF 4o37O• 6P 125 LF 1 EA 425 LF 4 EA /S�•l� (aD�D 13 EA /DD .v� /ydG10. 6 EA 3�v�.d a ZpyLY�,d7� 1 EA 1 EA 'age 13 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P -5 2010!2011 Small Drainage Program Project No. 91041201 Note:' Unit prices for all items; all extenslons, and the total amount.bid must be shown. Where Conflict acours between the.unit price and the total amount specified for any item, the unit price.shali prevail, and totals shall be. corrected to,conform.thereto. Refer to DiVlsion: 10 for. definition of pay items. Sales.tax shall be included.)n the various unit'and lump sum prices, per standard Spec)fication section 1 07.2 {t) and WAC 45 8 SCHEDULE -A Sites 1 through 9, cont'd Item Item Description No. 45 Construct Outfall 46 Trench .Blt:if f Pillow, Complete 46A Existing Drainage Structure Modifications, Site 1 Cornple'le- 47 Pothole Existing .Utilities: 48 Rehabilitate 36 CMP Pipe Site 5 49 Rehabilitate. 36" CMP Pipe, Site 6 .50 Rehabilitate 36 "'CMP Pipe, Site 7 5i Rem ove Piipe bbstruction 52 Temporary Water Bypass System 53 High Visibiliity Fence 54 Quarry Spalls:& Light Loose Rip Rap for Channel Protection. 0 Qty Unit Unit Price Amount 1 i_s 1 LS 1 LS 5 E4 1 Ls 1 -/731e,tV y73iff 0 1 LS /Z 1 LS AD 1 FA 5.,00.0:00 5 1 LS 200 LF 1 60 TN CIS 7720, vD Total Bit!" 7��Cos I S&I •r►.iis.auu►u...u.:.:.•i a•ru.. tiu.: a. i...ia.... r..�r r:. All 4applicable sales tax shall be included in the total base bid price, per Standard Specification section 1- 07.2(2) (APWA.Supplement 1 -99) and WAC 458 -171. Note: Determination of low bidder will be based solely on the Total Bid' (Schedule A). 'age 4 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement we www.bxwa.com Always Verity Scale Proposal! Bids Submitted on Computer Printouts W. 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 oNginal computer printout sheet with theirbid, as long as the following requirements are: met: 1. Eachi sheet of the computer printout must contain the exact same information as shown on the hard copy bid for)n Project Name, Schedule Dame, .column headings in the,order shown totals,. etc. 2. The'computer printout of the .Bid Propo al must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a. computer printout is used, the bidder. must still execute that port ion 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 sure 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 Bi 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 thq computer printout will be used to determine the bid. Put this-certification on the, last sheet of'the Bid computer-printout, and sign:. (YOURFiR,iT'S.NAME). certifies. that the unit prices shown. on this complete computerprnt= 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 pricey and no .other information from this print -out.. ('YOUR FIRM's NAND acknowledges And agrees: the iotal bid amount shown will be.read as its .total -bid and further agreas.that:Ehe official total Bid amount. will. be .determined by. multiplying the unit Bid prices shown in this punt -out by the respective estimated cluadtities shown on the Bid form-then totaling all of the extended amounts. Signed: Title: Date: Dage 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P -7 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No.. Date of Receipt 1 1i�1 li_i 3 2 4 NOTE: Failure .to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and.Owner reserves the right to determine whether the bid will. be disqualified. By signin.G below, Bidder certifies. that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The below signed bidder acknowledges that bids must be submitted for'the 'Total Bid'. Partial bids will not be considered. It :is understood that Owner may accept or reject. all bids. The basis for determination of the low bidder shatI be based solely on the'Total Bid', The Owner reserves the right to accept:any, all, or no Additivo Items at time of Award, or any time thereafter: The ,Surety Company which will.furnish the required Payment and Performance Bond is of (Address) Bidder: Bignature of. Authorized Official: o Printed Name and Title: Address; �QL /5�S/ T�/,�,ii Circle One: Individual Partnership State of Incorporation: r.L114 Joint'Venture../ or oration> Phone No.: �'9vs Qate: 4 %L. 2 -!/t This addewis 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 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_,gs.extension for one.ot rnore bid item(s), the proposal will.be rejected. 'age 16 3 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale 6 t �i O .Dep h wre v P. I i h-e form of ca sh deposit, oertiftea _or cash qrqpr. 1h. ier�.-� ,beck. or poot. the amount of 40 Bld 8 T hi.6 U n Green River Construction. Inc. Iptin" ;M. Travelers- an Casa and Suretv Comnv of America :-wwh. an Or ly: 'Unt6lhO� Glut of TO 96 M, Five Percent (5%1 of Bid Amount w Ont 0.- Bi Am ount pyrnO 5% of d Am !�.trat6e 6u 0 and Principal and. Sufet}i p d MMSOVO.s, their heirs; Ut a b 10 th 's did M Th .1. Mi.ty 7 `,$Vral thit. do 1h Y of this BCcI Bond; t .50/ n MOO 0 V 0 h IN Jh i Ob Th 00... 0, 04 ­Old: A. m 'fu ax.!O is. y.Printipal id.. 0.".. the N d' °�44- 4 OK Albg :saf fax -6.. -0 b. p e 0 0 I :St .1 I W201 1. t Na 01. .41.20,-, ja., r....Oq -4 ner or ft FOO AY A gaiter 1h h &fig 1 'go mro half, -01 0 M. ts t A V 44 Ond. jR 4. ip# A00 s 4 d, q`.b'w-nqr,,.. all In all. In Or ty.- rA V go !1 9 :gY p oun'j.h frdal 1W "11 ih-Ai fa l l) fa tes 4no bff w end JW M160". if s h all ebitn'ti n th4ff �AM Ow Of-t. Rilnqal :oh, W ap t! 4 kodk 6f. -th Rid 1 w qN. ate TEt -pena. .n An Whl. of> Urq p ".k.. *a'-,B' n 1.rp j." Y: b.4 0�6 extensloin VO a&� n Co nstruction, Inc. N L j r agerif a d h l_bf 0. June 20 Travelers C Mualty and Surety Company of America y ard= -.NLO p enn' er L. Eder Pmpf-.l Tngurar PO Box 2940. 'Tacoma, WA 98401 S­­ t hd th' A A t� d I n Y--,09� Fk 1.9% td -Ormy) tp 01149.-OR-WA fri 45t:r T dn' I tAthe" rid&' j�p.�,Oift.dflbht.. w e Oh 021 Page 17 Bid Security WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TR AVELERS J Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 221935 Certificate No. 003769436 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duty organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called th(; "Companies and that the Companies do hereby make, constitute and appoint Eric Zimmerman, Karen Swanson, Brent E. Heilesen, Anne E. Strieby, James B. Binder, Peter J. Comfort, Jennifer L. Snyder, Lisa Kerstetter, Julie R. Truitt, Peggy A. Firth, Tamarie Elllingsen, Steve Marinkovich, Melinda Carlson, and Christopher Kinyon of the City of TacomE! State of WashinLton their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or gtaranteeing bonds and undertakings required or permitted in any actions or- proceedings allowed by law. IN WTTNFS$ WHEREOF, the Compani h ave caused this instrument affixed, to be signed and their corporate seals to be hereto axed, this J 15th day of l: Farmington Casualty Company Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company J P+ `MS(, 'J 1Y ANye ,�1TSy r 2 CjnI 'o epyy n OdMI N 1896 t D 7951 i o "S E H bL,,'D r o b ar F~ I� ��FAUG d !S A�,T 1Y.... TT State of Connecticut City of Hartford ss. By: Aliv_J94,41 George( Thompson, nior ice President 15th July 2010 On this the day of before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Mariiae Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. TAI? In My Commission expires the 30th day of June, 2011. Marie C. Tetreauh, Notary Public 58440.4 -09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretay or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United _States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Comp2niizs, whic)} is iii full force' atld effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of saidG'oriipanies this 6� day of 20 Kori M. Johansri./Assistant Secretary aRSV�r )7 rf RSA t o To verify the authenticity of this Power of Attorney, call 1 -800- 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER NON COLLUSION DECLARATION STATE.OF= WASHINGTON ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnershil), 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 .1m. restraint of free competitive bidding in: connection with the City of Tukwila project named 2010/2011' Small. Drainage Program, Project No. 91041201. �1Y aE�iJ� Name of 8ignatur f Authorized.0ificial Title anal .sworn to before me. on this day of /!/ham 20 Signatu� ,j!' ti F n d for the State of Washington, residing at '1�l'tG� r dsio>y ���i��� My as �i�pt�� G 2 SEAM TA p'$' b" O t� WAS 1 NOTICE TO ALL BIDDERS To report bid rigging activities call: 1- 800 424 -9071 The U.S. Department of Transportation USDOT) operates the above toll -free "hotline* Monday through F=riday, 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 undeir.the direction of the USDOT Inspector General. All information will be. treated confidentially and caller anonymity will be respected. gage 18 Non Collusion Declaration provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale P -10 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as. necessary to fully provide the information required. Name of EJdder: rte if .0 0_ ZC�. Address of Bidder. _d02—".5. /�Y"�7� City state Zip Code Contractor's License No. l01 WA State U.BI No. S 9y=7 Dept. of L &I License Scind Registration No. rzone Worker's Comp. Acct. No. 57/, Bidder is ai(n): U Individual O Partnership O Joint Venture IY�ncorporated in the .state of &t 4 List business :names used by Bidder during the past 10 years if different than above:. Bidder has been in business continuously from. /g 7� Yea f� Bank. Reference: J4 s /Z BanCl AccoOht Officer Officer's Phone N o; No. of regular f uli -time employees: Number of projects in the. past 10 years completed: ahead of schedule /Aolon schedule behind schedule Bidder has had experience in work.. comparable to that required. for this Project:. As a prime.contractor for years. As a subcontractor for /8 years; List the supervisory personnel to be employed by the Bidder and available for work on this. project (project Manager, Principal Foreman, Superintendents, and Engineers): !Name Title i ....L tea/ How Long With Bidder 'age 19 Responsible Bidder DAermination Form 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Responsllble Bidder Determination Form P -1 Name the Surveyor to be used.on this Project, who will directly supervise all surveying activities.. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the.State.of Washington (a PLS)? avles No Surveyor's Name: 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 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 fe courts: Total Claims. Amount of Contract Arbitrated Settlement Name of Client and Proiect Amount :or Litioated of Claims Ha5�,-€3idder, or any representative or partner thereof, ever failed to complete a contract? o O Yes. If yes, give details: HH Bidder. ever -had any Payment/Performance Bonds called as a result of. its work? 6I�vo D Yes. If yes, please state: Proiect Name Contractino Partv Bond Amount 'age 20 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.I>xm.com Always Verify Scale Responsible Bidder Determination Form P -1 2 Hays' Bidder ever- been found guilty of violating any State or Federal employment laws? C#'No O Yes if yes, give details: Has. Bidder ever fileVor protection. under any provision of the federal bankruptcy laws or state insolvency laws? O'No 0 Yes If yes, give details: N any adverse legal judgment been rendered against Bidder in: the past 5 years? o 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State. Workman's Compensation or other in company for accidents resulting in fatal injury or dismemberment in the past 5 years? ta'No I] Yes If yes,. please state: Date Type of in"um Aaencv Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate: to the best of his wiedge. The. undersigned authorizes the City of. Tukwila to verify all information contained Signature of. Bidder Titl e: Date: 41 illl Dage 21 provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale P -13 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to,be used: DESCRIPTION/TYPE YEAR CONDITION I OWN /RENT Labor to be used: f �Q�G c°r� �-�+c Name of Bidder Title gage 22 Proposed Equipment and Labor Schedule Drovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale P -14 PROPOSED SUBCONTRACTORS Name of Bidderdz dj8e- In accordance With RCW 39.30.060 as amended, every bid that totals $1 million or more .shall include below the names of the stibcontractors with whom the Bidder, If awarded the contract; will subcontract for performance of the work of: HVAG, (heating, ventiiation, and air conditioning); plumbing as described in chapter 18.1.06 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 bld to be performed by Bidder 63. Sehedule/Bld item Numbers 0 of Subcontractor will perform Total Bid W, 62> o z�22 AAA gage 23 Proposed Subcontracb)rs ?rovided to Builders Exchange of WA, Inc_ For usage Conditions Agreement see www.bxwa.com Always Verify Scale m m 2 k o 7 u a g J 2 2 2 2 I Q V). iA. 4^ 1A. V1. tn in <n -C4 V). q 0 S° g 0 0 o o o E E o 0 0 a 0 0- Q J E t 3 k e oef E_: k k// 7 P4 0 E e rk 0 /2 k to 4-4 o m m m o k tD 4 J t 00 o mC14 E LA m_ w in� q� CL m� f m mit Ln 0 o/ m g q\ q 0? Ln t c A. k- c f/ E/ kƒ (A 2 3 c E/ 2§ 0 k k 3 0 t o e 7 k m 4J m z g e u- O V) W- 91. o� 0 0 0 0 o c o 0 0 0 R o o g 0 0 0 R 0 o a d d C� o o ui a q q -1 m r- 0 0) 2 2\/ g g E% cq E co m q r, o r- m in m o V). iA. 4^ 1A. V1. tn in <n -C4 V). q 0 S° g 0 0 o o o E E o 0 0 a 0 0- Q J E t 3 k e oef E_: 7 c o o c e rk 0 /2 k fto m o J t ƒ E k w in� CL a J 0 (;I Resume PROJECT ROLE President EDUCATION Course Work, Civil Engineering Shoreifine Community College REGISTRATION Professional Land Surveyor, State of Washington, Oregon and Idaho DANIEL K. ROUPE, P.L.S. PRESIDENT I PROFESSIONAL LAND SURVEYOR Mr. Roupe has 32 years of experience as Professional Land Surveyor of Record on many ALTA/ASCM Land Title surveys, commercial site surveys, construction surveys and topographic and boundary surveys as well as boundary line adjustments and final plats and short plats. AFFIILIATIONS Land Surveyors Association of Washington, Oregon and Idaho REPRESENTATIVE EXPERIENCE AIdeivood Water Wastewater District, City of Mukilteo Topographic surveying in right of ways for water main replacement for Srightwater and the City of Mukil'.teo. Crista MinistHes,.Shoreline, Washington Mr. Roupe was responsible for overseeing the collection.of all the necessary field data for the preparation of an ALTA/ACSM Land Title Survey. As Survey Department Manager and Professional Land Surveyor of Record, Mr. Roupe prepared the final survey documents for the topographic survey on the 70 -acre site. Issaquah School District, Issaquah, Washington As Survey Department Manager and Professional Land Surveyor of Record, Mr. Roupe was responsible for overseeing the construction staking for water, sewer, and storm facility improvements including final preparation of easements and the boundary and topographic survey. City of Edmonds, Edmonds, Washington As Sur-vey Department Manager and Professional Land Surveyor of Record, Mr. Roupe was responsible for the final topographic surveying documents for the demolition, design and construction of various water mains.