Loading...
HomeMy WebLinkAbout06-043 - RL Alia Company - Allentown/Foster Point Water and Sewer ImprovementsCITY OF TUKWILA CONTRACT CHANGE ORDER NO. 076 Sheet 1 of 2 DATE: June 8, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( \ ) X PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown / Foster Point — Pressure Switches (Issue 098) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 350,713.11 Date $ 3,908.31 $ 6,893,621.42 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA &// /0 7 Crnc ,�1INA4A Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 076 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown / Foster Point — Pressure Switches (Issue 098) Change Order Narrative Description of Change The City of Tukwila directed the Contractor to furnish and install pressure switches at both the Allentown and Foster Point Pump Stations. Justification for Change Per the City of Tukwila's request. Cost Summary ID Description Unit Amount 098 Allentown / Foster Point — Pressure Switches LS $3,908.31 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 075 DATE: June 8, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( hl,\.1) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown / Foster Point — Intrinsic Safe Barrier Relays (Issue 097) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 bel ACCEPTED: Date. By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 349,869.96 $ 843.15 $ 6,889,713.11 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: President APPROVED BY THE CITY OF TUKWILA __ Date ....../0r_ By: an / V\ Mayor--_•--�- ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 075 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown / Foster Point — Intrinsic Safe Barrier Relays (Issue 097) Change Order Narrative Description of Change The City of Tukwila directed the Contractor to furnish and install intrinsic safe barrier relays for float switches at both the Allentown and Foster Point Pump Stations. Justification for Change Per the City of Tukwila's request. Cost Summary ID Description Unit Amount 097 Allentown / Foster Point — Intrinsic Safe Barrier Relays LS $843.15 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water DSidewalk ❑ Storm CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 074 Sheet 1 of 2 DATE: May 24, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 00-f) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown: Additional Water Services (Issue 031) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 abo,elow. ACCEPTED: D, s/25/v7Contractor: R.L. Alia Company By. Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 474,869.96 ($ 125,000.00) $ 6,888,869.96 Additional Calendar Days for this change: Zero (0) days Title: President APPROVED BY THE CITY OF TUKWILA Date eel/ By: Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 074 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown: Additional Water Services (Issue 031) Change Order Narrative Description of Change The City and DMJM Harris have reviewed the quantity of water service connections added to the contract in Schedule B — item B-3. Based on a takeoff of the bid documents, a total of 34 planned water services were counted, and should have been included in the base bid for the project. Section 1-04.6 of the Standard Specifications states that quantities over 25% of the planned quantity can be subject to renegotiation. 25% of the planned 34 water services provides a total quantity of 43 services, or an additional 9 services that would be performed at the unit price of $3,000 — as bid. The total additional water services provided by R.L. Alia total 88 each, or a total of 122 services added. This does not include those service called for being adjusted in the plan documents, which were excluded from the total of 43 planned services. Per Section 1-04.6, a total of 9 services would be paid at the bid price of $3,000. The remaining 79 services would be paid for at a unit price of $1,417.72 each. The unit price of $1,417.72 is based on a measured mile analysis prepared by DMJM Harris. The daily production is based on a production of 3 services per day. From previous work, the crew rate is $1,850 (inclusive of all markups). The materials cost for the work is estimated at $250 per service. Adding some additional markup to this and rounding provides a unit cost of $1,417.72 per service. Inspector's records indicate that an average of 4 to 6 services were actually installed per day — which would provide a unit price of $650 per service. The unit price of $1,417.72 is being used to account for any difficulties with installation. Based on this, there would be a credit due the City equal to 79 service connections at an approximate cost savings of $1,583.00 per service, or a total credit of $125,000.00. Item Qty Unit Price Amount Plan Qty 9 $3,000.00 $27,000.00 Over 25% of plan 79 $1,417.72 $112,000.00 Total Amount $139,000.00 Paid to Date (88 x $3,000) $264,000.00 Adjustment Amount ($125,000.00) Justification for Change Adjust unit price due to significant quantity overrun. Cost Summary ID Description Unit Amount 031 Allentown — Additional Water Services LS <$125,000> Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 073 May 15, 2007 BUDGET NO.: 402.02.594.353.63.21 01-SW02 CONTRACT NO.: 06-043 C 1� U., Allentown / Foster Point Water and Sewer Improvements Foster Point — Lift Station Fence (Issue 095) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 bel ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $472,069.96 $ 2,800.00 $ 7,013,869.96 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: President Date By: APPROVED BY THE CITY OF TUKWILA .. .� ' /07 VV\VVV Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 073 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Lift Station Fence (Issue 095) Change Order Narrative Description of Change The Foster Point Lift Station generator included an enclosure. Upon seeing the generator in place, it was observed that the north face of enclosure door would not open wide enough for operations to maintain service. The proposed resolution included removal of a panel of fencing and cantilevering that section of fence to be flush with the outside face of the block wall foundation. This provided over 10 inches of additional space and access to the service door on the generator sound shield. Justification for Change To accommodate operation access to generator. Cost Summary ID Description Unit Amount 095 Foster Point — Lift Station Fence LS $2,800.00 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. ©72 DATE: May 15, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( ‘f5t)� PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Forcemain Conflicts on Interurban (Issue 094) TO: R.L. Aha Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. AH claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 abobelow. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 463,089.11 Date $ 8,980.85 $ 7,011,069.96 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA 6 A (331-9 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 072 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Forcemain Conflicts on Interurban (Issue 094) Change Order Narrative Description of Change 1) Drawing C4.01 shows the force main (FM) alignment next to the existing concrete sidewalk in the asphalt trail. However, at Sta. 201+50 there is an existing box, 2' x 4', forcing the trench to the north. This put the trench in direct conflict with the duct bank. Also, the duct bank was full of water, flooding out the crew. 2) Sheet C4.01 shows electrical line, 2 each at Station 201+40. A total of 9 each were in the duct bank causing delays with extra depth and crossing Sta. 201+80. 3) The Contractor's crews ran into concrete duct bank, fiber optic duct bank and direct bury cable, none of which were shown on the contract drawings. Justification for Change Unforeseen site conditions. Cost Summary ID Description Unit Amount 094 Foster Point — Forcemain Conflicts on Interurban LS $8,980.85 Additional Time for Change No additional time is warranted for this change. Location: Foster Point ❑ Allentown Taxable Z Yes ❑ No Funding Source ❑ All work ❑ Roadway ▪ Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 071 Sheet 1 of 2 DATE. May 15, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 C\05) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Additional Block at Foster Point Lift Station (Issue 093) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Con proposal is approved, above, and perform a prices shown above a ACCEPTED: Date: By: have given careful consideration to the change proposed and hereby agree, if this rovide all equipment, furnish all materials, except as may otherwise be noted ssary for the work above specified, and will accept as full payment therefore the Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 458,704.11 Date $ 4,385.00 $ 7,002,089.11 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA !.� 9/e2T IVN, ly 2_et--- Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2of2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 071 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Additional Block at Foster Point Lift Station (Issue 093) Change Order Narrative Description of Change To provide for positive drainage of the lift station towards the roadway, and prevent drainage onto private property, an additional 2 courses of cement masonry units (CMU) were added to the block wall. All facilities at the pump station were adjusted accordingly at no additional cost. Justification for Change Change necessary to control runoff from pump station. Block wall necessary, as designer did not obtain slope easement from private property owner. Cost Summary ID Description Unit Amount 093 Foster Point — Additional Block at Foster Point Lift Station LS $4,385.00 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm Sheet 1 of 2 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 070 May 15, 2007 BUDGET NO.: 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 `) (*) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown/Foster Point — Channelization on 42nd Avenue & 56th Avenue (Issue 092) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 - ices -cessary for the work above specified, and will accept as full payment therefore the prices shown above ACCEPTED: Date: By: Original Contract ( ithout tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 442,278.11 $ 16,426.00 $ 6,997,704.11 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: President Date APPROVED BY THE CITY OF TUKWILA /i'q/07 By: ���V Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 070 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown/Foster Point — Channelization on 42nd Avenue & 56th Avenue (Issue 092) Change Order Narrative Description of Change Channelization is added to 42nd Avenue South, which was not addressed in the contract plans. This channelization will include the following: • Stop bar at S. 124th Street (Sta. 10+60) and S. 116th St. (Sta. 38+53) • Single broken yellow (SBY) stripe (per Tukwila Std. Plan RS -13) for the length of 42nd Avenue S — aprox. 2,793 LF • Install R8-3 signs on existing power poles, and angle towards road, facing south, at the following locations along 42nd Avenue South: Sta. 13+02, 16+25, 20+25, 23+30, 26+90, 30+75, and 35+40. • Fog line on 42nd Avenue South, from Sta. 10+60 to Sta. 38+53 In addition to this striping, stop bars, bike lane striping and other channelization will be installed along 56th Avenue in Foster point as previously transmitted. Both the channelization for 42nd Avenue South and 56th Avenue have been previously transmitted. Justification for Change Channelization was deemed necessary for traffic safety reasons. This was not addressed in the base contract. Cost Summary ID Description Unit Amount 092 Allentown/Foster Point — Channelization on 42nd Avenue & 56th Avenue LS $16,426.00 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point El Allentown Taxable r] Yes ®No Funding Source ❑ All work ® Roadway ❑ Sanitary Sewer [1] Water ❑Sidewalk ❑ Storm DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 069 May 15, 2007 BUDGET NO.: Sheet 1 of 2 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 Chc., PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown / Foster Point- Additional Asphalt and Re -Grading (Issues 090 and 091) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 s- rices -cessary for the work above specified, and will accept as full payment therefore the prices shown above an ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 429,576.44 Date $ 12,701.67 $ 6,981,278.11 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA fio7 iVllLlcv�k, Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 069 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown / Foster Point- Additional Asphalt and Re -Grading (Issues 090 and 091) Change Order Narrative Description of Change After the streets were paved throughout Foster Point and Allentown, the City Engineer and DMJM Harris reviewed the site and identified driveways that should have receive hot mix asphalt (HMA) aprons to accommodate driveway transitions. Also included in this change is the asphalt around the flow -meter vault at Foster Point and adjusting the vault to grade. The asphalt was needed around the flow -meter due to its proximity to the bridge and the edge of the roadway. In addition, a landscape strip behind the Foster Point Lift Station was not desired for maintenance purposes, and this area was paved with HMA. Justification for Change Existing grade on 50th Place, 57th Avenue, 56th Avenue and 133rd Street was such that additional asphalt was needed to make the transitions from the driveway to the road. These transitions were not addressed in the drawings and specifications. Additionally, the flow -meter vault that was installed at Foster Point needed to be raised in order to keep water from running into it. Cost Summary ID Description Unit Amount 090 and 091 Allentown / Foster Point - Additional Asphalt and Re -Grading LS $12,701.67 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ® Allentown Taxable ❑ Yes No Funding Source ❑ All work ® Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 068 May 15, 2007 BUDGET NO.: 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 Sheet 1 of 2 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 C, \l • ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Additional Concrete for Property Owners on 42rd Avenue (Issue 086) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 al ervi -s necessary for the work above specified, and will accept as full payment therefore the prices shown above ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 426,776.44 Date $ 2,800.00 $6,968,576.44 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA 61/9/e 7 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 068 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown —Additional Concrete for Property Owners on 42nd Avenue (Issue 086) Change Order Narrative Description of Change Additional concrete was required to meet existing conditions of driveways and existing sidewalks along 42nd Avenue. In some cases, steps were formed and placed as well as extending aprons to meet existing concrete driveways. Justification for Change Additional concrete, beyond what was indicated on the plans, was necessary to match field conditions and private driveways. Cost Summary ID Description Unit Amount 086 Allentown — Additional Concrete for Property Owners on 42nd Avenue LS $ 2,800.00 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ❑ Yes Funding Source ❑ All work ❑ Storm ® No ® Roadway ❑ Sanitary Sewer ❑ Water Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 067 DATE: May 15, 2007 BUDGET NO.. 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 L 1,)0•) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Woody Debris Backfill (Issue 084) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). L 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 a : - ces necessary for the work above specified, and will accept as full payment therefore the prices shown above ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT _51 z S1 c.7 Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 426,141.46 Date $ 634.98 $ 6,965,776.44 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA 1/a..7..__ N\ Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 1 Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 067 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Woody Debris Backfill (Issue 084) Change Order Narrative Description of Change The soil backfill, over the woody debris buried in the bank at Foster Point, was entirely washed away by tidal action of the river. This void required fill of the light loose mixture (one-man .to 4" size rock) to provide fill for the void, armoring of the bank and security of the bank embedded portion of the woody debris. Justification for Change Within the hydraulic permit, the woody debris required armoring and bank stabilization to prevent additional scour and erosion, as well as possibly having the woody debris being dislodged and floating away. Cost Summary ID Description Unit Amount 084 Foster Point — Woody Debris Backfill LS $634.98 Additional Time for Change No additional time is warranted for this change. Location: El Foster Point ❑ Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ISidewalk ❑ Storm CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 066 Sheet 1 of 2 DATE: May 15, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 C,b�� PROJECT NAME Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Installation of 8" Water Line to Connect to 4" Line (Issue 040) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 424,627.54 Date $1,513.92 $ 6,965,141.46 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILP, ',//a/6r.7 cr) i\Avert Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 066 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Installation of 8" Water Line to Connect to 4" Line (Issue 040) Change Order Narrative Description of Change After installing the 8" water line to connect to the existing 4" line at 42nd Avenue and 124m, the Contractor was directed to make the connection further back to eliminate all of the old 4". In doing so, the new line was approximately 2 '/' higher than the new connection point. In order to make the connection, the City of Tukwila required all pipe to be restrained to an "H" beam assembly encased in concrete at Sta. 27+34, 2' LT. Justification for Change The location on the drawings for the connection was not true to the actual location in the field. Therefore, the Contractor incurred additional excavation and material costs, including the H beam blocking. Cost Summary ID Description Unit Amount 040 Allentown — Installation of 8" Water Line to Connect to 4" Line LS $1,513.92 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm DATE: CITY OF TUKWILA CONTRACT CHANCE ORDER NO. 065 May 15, 2007 BUDGET NO.: Sheet 1 of 2 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (No vv\, ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Guardrail on 42nd Avenue (Issue 079) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 se oes necessary for the work above specified, and will accept as full payment therefore the prices shown above a ..elow)': ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 411,254.41 Date $ 13,373.13 $ 6,963,627.54 By: dm APPROVED BY THE CITY OF TUKWILA c'e /MA' 7 Additional Calendar Days for this change: Zero (0) days Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 065 PROJECT NAME Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Guardrail on 42nd Avenue (Issue 079) Change Order Narrative Description of Change Following paving of the roadway and adjoining shoulder on 42nd Avenue, the edge of the road appeared closer to the edge of the Duwamish river bank. Near 116th Street, it was particularly close. For this reason, an additional 250 feet of guardrail from Sta. 33+00 to Sta. 36+00 is added to the contract. Justification for Change Safety concerns for traffic on 42nd Avenue. Cost Summary ID Description Unit Amount 079 Allentown — Guardrail on 42nd Avenue LS $13,373.13 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ❑ Yes ® No Funding Source ❑ All work ® Roadway 111 Sanitary Sewer ❑ Water ['Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 064 DATE: May 15, 2007 BUDGET NO : 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 C No L) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown / Foster Point — Conduit Size Increase (Issue 083) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 sery -. necessary for the work above specified, and will accept as full payment therefore the prices shown above and ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company_ Title: President $ 6,539,000.00 $ 398,839.39 Date $ 12,415.02 $ 6,950,254.41 By: Additional Calendar Days for this change: Four (4) days APPROVED BY THE CITY OF TUKWILA 6 l "/0.7_ vv\,Vt42Qc(— Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 064 PROJECT NAME Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown / Foster Point - Conduit Size Increase (Issue 083) Change Order Narrative Description of Change Seattle City Light required the 2" conduit be increased to 3" at both the Allentown and Foster Point Pump Stations. Drawings and specifications required 2" conduit from generator to service pole. This change also increased the size of the junction box. Per Seattle City Light, this is a standard that was not addressed in the design process. Due to the scheduling of the pavement for both lift stations, the Contractor was directed to utilize all work force and work overtime to complete the replacement of conduit in order to start paving the following week. Justification for Change Required per Seattle City Light standards. Cost Summary ID Description Unit Amount 083 Allentown / Foster Point — Conduit Size Increase LS $12,415.02 Additional Time for Change Four (4) days. Location: ® Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 063 May 15, 2007 BUDGET NO.: 01-SW02 Sheet 1 of 2 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 CONTRACT NO.: 06-043 (\ �1) Allentown / Foster Point Water and Sewer Improvements Allentown — 42nd Avenue PSE Gas Main Relocation (Issue 012) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 aL.services necessary for the work above specified, and will accept as full payment therefore the prices shown above nd below. ACCEPTED: Date:'r By: .5..._Z.._ /07 Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 389,010.71 Date $ 9,828.68 $6,937,839.39 By. Additional Calendar Days for this change: Thirty (30) days APPROVED BY THECITY OF TUKWILA ///, 7 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 1 Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 063 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — 42nd Avenue PSE Gas Main Relocation (Issue 012) Change Order Narrative Description of Change PSE was on-site under emergency conditions to replace the aging 2" gas main from 116th Avenue to 122nd Avenue. This line was reported as leaking, with a noticeable smell in the vicinity of the leak. PSE performed a replacement of the gas line over the entire project limits of 42nd Avenue South. Contractor was directed to cease work operations to allow PSE to replace the line. Impact to the contractor included extending critical work activities into adverse weather conditions, as well as re -sequencing the Contractor's work. Justification for Change The contractor was directed to install import material for sidewalk bedding due to adverse weather conditions in order to place concrete for sidewalk, and that the gas line improvements and repair were necessary. Cost Summary ID Description Unit Amount 012 Allentown — 42nd Avenue PSE Gas Main Relocation LS $9,828.68 Additional Time for Change Thirty (30) days. Location: ❑ Foster Point Taxable ❑ Yes ® No ® Allentown Funding Source ❑ All work ® Roadway ❑ Sanitary Sewer LJ Water ❑Sidewalk ❑ Storm CITY" OF TUKWILA CONTRACT CHANGE ORDER NO. 062 Sheet 1 of 2 DATE: May 15, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 No)) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Generator Size Increase (Issue 082) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ACCEPTED: Date: By: Original Contract Previous Change Order This Change Order REV. CONTRACT AMOUNT $ 6,539,000.00 $ 382,265.51 $ 6,745.20 $ 6,928,010.71 By: frri) Contractor: R.L. Alia Company Title: President APPROVED BY THE CITY OF TUKWILA Date 6//q/c) 7 Additional Calendar Days for this change: Zero (0) days Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 062 PROJECT NAME Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Generator Size Increase (Issue 082) Change Order Narrative Description of Change Increase Foster Point Pump Station generator set and associated custom sound attenuated enclosure from 25 kw to 35 kw. This modification is to replace the original 25 kw generator originally planned for this site to accommodate the increase in pump size planned for this pump station. Cost increase includes cost from Cummins Northwest for the upsize in the generator set and related enclosure, as well as additional costs for Ashford Electric to remove previously installed conduits in the generator slab and relocate due to the change in position of the conduit stub up location related to the new generator set. Justification for Change The Foster Point pump velocity was increased due to increased need for capacity. In turn, the generator size was increased for operation. Cost Summary ID Description Unit Amount 082 Foster Point — Generator Size Increase LS $6,745.20 Additional Time for Change No additional time is warranted for this change. Location: Foster Point ❑ Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water Sidewalk ❑ Storm At 4 - DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 061 May 15, 2007 BUDGET NO.: 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 Sheet 1 of 2 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 694, 111 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Pavement Section Change on 56th Ave. S and S 133rd St. (Issue 048) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. AH claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 abovj;'elow. ACCEPTED: D By: Original Contract Previous Change Order This Change Order REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 372,537.95 Date $ 9,727.56 $ 6,921,265.51 By: Additional Calendar Days for this change: Two (2) days APPROVED BY THE CITY OF TUKWILA ee///07 M Mt4a212t-- Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File C Sheet 2of2 CITY OF TUKWiLA CONTRACT CHANGE ORDER NO. 061 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Pavement Section Change on 56th Ave. S and S 133rd St. (Issue 048) Change Order Narrative Description of Change The pavement section will be changed on 56th Avenue South and South 133rd Street as described in DMJM Harris letter of October 4, 2006. This change will reduce the width of the travel lane froml2 feet to 11 feet, and provide a 5 foot walking path. The thickened edge will be reduced from 18" wide to 6". The net result is an increase in roadway width by 1 foot. Striping 8" in width will be added to the roadway to delineate the road striping. The total estimate quantity is 1,700 LF. The material shall be thermoplastic. A new type 22 catch basin and 24 LF of 8" DIP (class 52) will be added to provide drainage from the proposed lift station to the stormceptor catch basin at Sta. 14+95.18 — 12' RT. The location for the new catch basin is Sta. 14+95 — 12' LT. Reference plan sheet C1.01. Justification for Change Road section changed to provide paved walking lane. Drainage added to account for super -elevation transition from bridge to roadway. Cost Summary ID Description Unit Amount 048 Foster Point — Pavement Section Change on 56th Ave. S and S 133rd St. LS $9,727.56 Additional Time for Change Two (2) days. Location: ® Foster Point Taxable ❑ Yes Funding Source ❑ All work ❑ Storm ® No ❑ Allentown ® Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 021 DATE: June 6, 2007 PROJECT NO.: 01-SW02 PROJECT NAME: NAME OF CHANGE: Pump Changes (Issue 029) BUDGET NO.: CONTRACT NO.: 402.02.594.353.63.21 06-043 (b h`) Allentown / Foster Point Water and Sewer Improvements TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ACCEPTED: Date: By: 6— cf--r)7 Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 240,705.89 Date $ 1,293.50 $ 6,780,999.39 By: ..............__... APPROVED BY THE CITY OF TUKWILA 6/./ 91/4 7 Mayor Additional Calendar Days for this change: Sixty -Nine (69) days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File r�� Sheet 2of2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 021 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Pump Changes (Issue 029) Change Order Narrative Description of Change During the submittal review process, a discrepancy was discovered between the pumps at Allentown and Foster Point. The City has decided to use pumps form Paco. Due to the length of time to decide on the approved pump, the contractor's quote for the bid pumps expired, resulting in additional costs. During the review process, a number of pump manufacturers were discussed. Quotes were received for providing Cornell pumps for both projects. Based on cost of the Cornell pumps of approximately $10,000 in added costs, the use of Paco pumps was approved. The pumps in Allentown were increased in size from 2 to 3 horsepower, based on further review of the pump performance curves and intended use. The added costs include impacts due to expired quotes, upsizing of pumps from 2 to 3 horsepower, and extending the power supply cords from 25 to 40 feet. Justification for Change Provide similar pumps for all City projects to simplify future maintenance needs. Cost Summary ID Description Unit Amount 029 Pump Changes LS $1,293.50 Additional Time for Change An additional 69 days is justifiable based on the Contractor's schedule update of October 20, 2006, which shows a delay in the pump line item from the preceding item due to additional time for the ordering of the pumps. The contractor has requested 153 additional days for this issue. Location: ® Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ['Sidewalk ❑ Storm Sheet 1 of 2 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 060 February 23, 2007 BUDGET NO.: 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 l' \Th PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown – Restoration of 124th Avenue S (Issue 083) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: 1. Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company .......... Title: President $ 6,539,000.00 $ 358,102.00 Date $ 14,435.95 $ 6,911,537.95 By: Mayor APPROVED BY THE CITY OF TUKWILA 4g/07......__.-...._...-.. ..... --... — – Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File / st 0 I c; F' I / 4 Sheet2of2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 060 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Restoration of 124th Avenue S (Issue 083) Change Order Narrative Description of Change Sheet 52 of the contract drawings provides exact stationing for road restoration on 124th Avenue South in the three areas disturbed by construction. Area 1 — 290 LF, Area 2 — 175 LF, Area 3 — 105 LF. While areas 2 and 3 are correct, Area 1 in actuality is 405 LF. This is a delta of 115 LF additional restorations. In R.L. Alia's letter dated December 21, 2006, a linear foot price was established for the work in this area and a credit was issued based on this unit price. The unit price established was $125.53 per linear foot. R.L. Alia now seeks compensation for the additional 115 LF at the established price of $125.53 per linear foot, totaling $14,435.95. Justification for Change Inconsistency between actual station locations and those located on Plan Sheet 52. Cost Summary ID Description Unit Amount 083 Allentown — Restoration of 124th Avenue S LS $14,435.95 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ❑ Yes Funding Source ❑ All work ❑ Storm .� 20i. ® No ® Roadway ❑ Sanitary Sewer El Water / Mo. i'3 ['Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 059 DATE: February 23, 2007 BUDGET NO.: 402.02.594.353.63.21 ..... _.._.. _......... PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( \pc -) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Potholing (Issue 034) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ..46111111011111,5"' ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT o....7 Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 356,164.72 Date $ 1,937.28 $ 6,897,102.00 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA ‘3/g, Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File s ��, d)Z /6/A/ SLS. Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 059 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Potholing (Issue 034) Change Order Narrative Description of Change During construction there were various locations the Contractor was directed to pothole for possible revisions to the contract documents. Exploration was needed in order to make a decision on a more feasible and less costly change. Justification for Change Potholing was needed outside of the contract in order to locate the 20" gas main and existing water mains to make a decision on a new location for the sewer main. Ultimately, the potholing led to a value engineering decision. Cost Summary ID Description Unit Amount 034 Allentown — Potholing LS $ 1,937.28 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No i� Int . `1\< Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm Sheet 1 of 2 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 058 February 23, 2007 BUDGET NO.: 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (1OL,) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Pavement Section Change on 50th Place South (Issue 007) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. AH claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 servicesjessary for the work above specified, and will accept as full payment therefore the prices shown above and below ACCEPTED: Date: By: y Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT 6 o? $ 6,539,000.00 $ 326,122.94 Date J1910,7 $ 30,041.78 $ 6,895,164.72 By: Contractor: R.L. Alia Company Title: President APPROVED BY THE CITY OF TUKWILA Additional Calendar Days for this change: One (1) day Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File s'" ,9 6) i c/ A/A L Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 058 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Pavement Section Change on 50th Place South (Issue 007) Change Order Narrative Description of Change The pavement section on plan sheet 52 of 70 varied from the conditions found in the field. The existing pavement depth varied from over 12" of ACP to 2" of ACP. To provide a consistent pavement section from Sta. 11+47 to Sta. 23+86, and to provide a stronger cross section for the truck traffic on this roadway, the following pavement section was agreed to, as outlined in DMJM Harris' letter of October 16, 2006. The design section had shown a 2" layer of ACP Class B over 2" of CSTC. The paving was revised to the following: • Sta. 11+47 to 18+75: 4" ACP Class B over 12" of ground existing roadway • Sta. 18+75 to 23+86: 2" ACP Class B overlay The change resulted in an increase of 310.5 tons of ACP Class B, a reduction of 278 feet of pavement grinding, and a reduction of 370.18 tons of crushed surfacing top course (CSTC). Justification for Change Creates better quality product for the amount of traffic using the road. Cost Summary ID Description Unit Amount 007 Allentown — Pavement Section Change on 50th Place South LS $30,041.78 Additional Time for Change One (1) day Location: ❑ Foster Point ® Allentown Taxable ❑ Yes Funding Source ❑ All work ❑ Storm No Roadway ❑ Sanitary Sewer /6),5;-3; / K ❑ Water i2 - ['Sidewalk • Sheet 1 of 2 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 057 February 23, 2007 BUDGET NO.: 401.02.594.343.63.18, 402.02.594.353.63.21, 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (\D J) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — VMS Signage for ACP Placement on 50th Place (Issue 082) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 servic=. necessary for the work above specified, and will accept as full payment therefore the prices shown above and be ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 324,915.44 Date $ 1,207.50 $ 6,865,122.94 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File �sf �, ,2 0.4 /CIW4c. Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 057 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — VMS Signage for ACP Placement on 50th Place (Issue 082) Change Order Narrative Description of Change Upon review of the traffic control plan for 50th Place South paving, it was decided that Variable Message Signs (VMS) should be utilized. Justification for Change 50th Place South is a main thoroughfare for traffic from Interurban to SR900 through Allentown. The paving activities required shutting 50th Place South down, thus VMS signs were used in advanced to warn traffic to use alternate routes, therefore lessening the impact to the community. Cost Summary ID Description Unit Amount 082 Allentown — VMS Signage for ACP Placement on 50th Place LS $1,207.50 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ❑ Yes ® No Funding Source ❑ All work ® Roadway ❑ Storm X13)&) ❑ Sanitary Sewer ❑ Water ['Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 056 DATE: February 23, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Lift Station No. 8 Gate Modification (Issue 081) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 324.485.78 $ 429.66 $ 6,863,915.44 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company .._......................... Title: President Date By: APPROVED BY THE CITY OF TUKWILA v ' vA--- Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File �Sf �, (lA 16 IA/ Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 056 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Lift Station No. 8 Gate Modification (Issue 081) Change Order Narrative Description of Change The fence gate at Lift Station No. 8 in Foster Point was designed to open into the street. Due to the proximity of the gate to the street, the fence was redesigned to slide. This required additional hardware and fence modifications. Justification for Change Safety to both City of Tukwila personnel and traffic on 56th Avenue. Cost Summary ID Description Unit Amount 081 Foster Point — Lift Station No. 8 Gate Modification LS $429.66 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No ti 31 - Funding Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ['Sidewalk ❑ Storm Sheet 1 of 2 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 055 January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 402.02.594.353.63.21 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (Y)\r, PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Increase Road Width at S 122nd (Issue 076) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 cessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 323,792.18 Date $ 693.60 $ 6,863,485.78 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA 07 Mayor I51- O'iZlG//VVLS ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 055 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Increase Road Width at S 122nd (Issue 076) Change Order Narrative Description of Change Direction was provided to the Contractor to increase the width of the road along S 122nd' from Sta. 27+75 to 30+30 (reference plan sheet 5 of 70) from 18' to 20'. This will permit improved turning movements on the roadway. The typical section specified a width of 18' on plan sheet 52 of 70. This change provides payment for the added 8 tons of ACP necessary to accomplish this widening to a 20' width. Justification for Change 18' wide street is not sufficient for this curve. Cost Summary ID Description Unit Amount 076 Allentown — Increase Road Width at S 122nd (Issue 076) LS $693.60 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ❑ Yes Funding Source ❑ All work ❑ Storm ® No\al� \ \A ® Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 054 DATE: January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( .b ck---) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Added Fittings for Fire Hydrant on 44th Place (Issue 073) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 etow. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT //2-4/07 Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 322,985.63 Date $ 806.55 $ 6,862,792.18 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA /13(7c-7 Mayor / 5 o I G,e/6, 4 S ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File • • CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 054 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Added Fittings for Fire Hydrant on 44th Place (Issue 073) Change Order Narrative Description of Change Sheet 2 of 2 The added hydrant at Sta. 10+75 (reference Issue 47) was moved from the west side of the street to the east side. This move was made to provide a more protected location for the hydrant. This change required additional fittings to vertically deflect the hydrant service line to provide adequate clearance under the existing road side ditch. This change provides payment for the additional fittings and labor to provide to affect this change. The hydrant was paid for under a separate issue. Reference plan sheet 4 of 70. Justification for Change Lower water main below the existing roadside ditch. Cost Summary ID Description Unit Amount 073 Allentown — Added Fittings for Fire Hydrant on 44th Place LS $806.55 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable Yes ❑ No 10 Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm K CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 053 DATE: January 25, 2007 BUDGET NO.: 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (c 7 ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Stub Out for Storm Pipe on 51St Place (Issue 072) TO: R.L. Alia Construction Sheet 1 of 2 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 322,630.53 Date $ 355.10 $ 6,861,985.63 By: APPROVED BY THE CITY OF TUKWILA /1.50/0 Sr- cr Mayor Additional Calendar Days for this change: Zero (0) days / 44- J� C/k76-j/L//16 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 053 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Stub Out for Storm Pipe on 51st Place (Issue 072) Change Order Narrative Description of Change Contractor directed to install 4 LF of 8" DI storm drain to existing road side ditch from CB Type 1 at Sta. 18+84. This change provides payment for connection to CB, pipe installation, and grading. Reference plan sheet 8 of 70 and field directive dated 12/19/06. Justification for Change To provide drainage inlet from roadside ditch on 51S` Place between 124th and 129`h. Cost Summary ID Description Unit Amount 072 Allentown — Stub Out for Storm Pipe on 51St Place LS $355.10 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk ® Storm Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 052 January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 01-SW02 CONTRACT NO.: 06-043 ( tw Allentown / Foster Point Water and Sewer Improvements 1 Allentown — Waterline Connection at 50th Street and 124th (Issue 071) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 an. below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT // 4/4> $ 6,539,000.00 $ 320,947.88 $ 1,682.65 $ 6,861,630.53 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: President Date By: APPROVED BY THE CITY OF TUKWILA l ©/CC Mayor d (6,,V LS ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 052 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Waterline Connection at 50th Street and 124th (Issue 071) Change Order Narrative Description of Change Existing water main has three feet of cover on 124th at Sta. 27+05. The connection to the existing 8" water main on 50th Avenue South did not match in profile. Additional fittings and work was necessary to vertically adjust the waterline and make the tie-in. The assembly was shackled, and a 6" x 8" reducer added. This change provides payment for the added fittings and labor. Reference plan sheet 11 of 70 and RFI 044. Justification for Change To connect pipes from two different elevations. Cost Summary ID Description Unit Amount 071 Allentown — Waterline Connection at 50th Street and 124th LS $1,682.65 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No ` \i -k( Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ['Sidewalk ❑ Storm CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 051 Sheet 1 of 2 DATE: January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (, \ {) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Realignment of Water Line on 51st Street S and Sewer Encasement for Water Line (Issue 070) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 312, 942.69 $ 8,005.19 $ 6,859,947.88 Additional Calendar Days for this change: One (1) day Contractor: Title: Date By: R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA ciFm‘ Mayor /51-dj cC(6 ,.& -t ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2of2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 051 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Realignment of Water Line on 51st Street S and Sewer Encasement for Water Line (Issue 070) Change Order Narrative Description of Change In response to RFI 53, the waterline on 44th Place South, from Sta. 20+55 to Sta. 21+80, was shifted north, to provide more separation between the proposed waterline and the existing 20" high pressure gas. Field investigation had shown only minimal horizontal separation between the gas and the proposed waterline. Costs for the horizontal shift in the waterline at Sta. 20+55 amounted to $1,478.24, for the added fittings, pipe, and related work. At Sta. 21+80, where the line was to bend back to the south and tie into the existing 8" line, the crossing of the sewer line presented clearance issues. To provide adequate protection between the waterline and the existing sewer, both the water and sewer were encased in 5 CY of cement concrete. The waterline was sleeved in separate casing 10 feet each side of the crossing. The affected area had to be hand dug, dewatered, and form work placed due to the high groundwater table and the close proximity to the high pressure gas line. This sewer crossing work amounted to $6,526.95. Reference plan sheet 2 of 70. Justification for Change Local existing conditions prevent the separation of 10' between sanitary sewer and existing water lines. Cost Summary ID Description Unit Amount 070 Allentown — Realignment of Water Line on 51St Street S and Sewer Encasement for Water Line LS $8,005.19 Additional Time for Change One (1) day Location: ❑ Foster Point Taxable ® Yes ❑ No ® Allentown Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ['Sidewalk 111 Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 050 DATE: January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (c ki..,> PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Stainless Steel Band Repair (Issue 068 and 069) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT //ZG//U..7 Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 311,789.62 Date $ 1,153.07 $ 6,851,942.69 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA no/ (Fm AiN Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 050 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Stainless Steel Band Repair (Issue 068 and 069) Change Order Narrative Description of Change At Sta. 13+90 on 124th Street (Plan sheet 13 of 70), the Contractor discovered an existing 2" corp stop that had been plugged, in close proximity to a planned 10"x12" tee. This change provides for the removal of the 2" corp stop, plugging the main, and providing and installing a 12" stainless steel repair band. Justification for Change Repair to existing water main. Cost Summary ID Description Unit Amount 068, 069 Allentown — Stainless Steel Band Repair LS $1,153.07 Additional Time for Change No additional days are warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ®Yes El No tto'Al". Funding Source ❑ All work ❑ Roadway El Sanitary Sewer ® Water ['Sidewalk ❑ Storm DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 049 January 25, 2007 BUDGET NO.: 01-SW02 CONTRACT NO: 412.02.594.383.63.98 06-043 (c. C/N) Allentown / Foster Point Water and Sewer Improvements Allentown —Added Curb Inlet on 51st (Issue 067) TO: R.L. Alia Construction Sheet 1 of 2 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: •//7,-‘A7 Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 309,327.54 $ 2,462.08 $ 6,850,789.62 Additional Calendar Days for this change: Zero (0) days Contractor: Title: Date By: R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA t d/Q r, vv, Mayor 0,e(6 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2of2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 049 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Added Curb Inlet on 51st (Issue 067) Change Order Narrative Description of Change Upon meeting with the City of Tukwila Operations Division after a heavy amount of rainfall, it was noticed that the property at 12234 51st Place South is exceptionally low and would requires a curb inlet to collect storm runoff. The Contractor was directed to provide a curb inlet at Sta. 13+65 to capture runoff from. Reference plan sheet 6 of 70. Justification for Change To collect storm runoff to property at 12234 51st Place South. Cost Summary ID Description Unit Amount 067 Allentown — Added Curb Inlet on 51s` LS $2,462.08 Additional Time for Change No additional days are warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes El No Funding Source El All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk ® Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 048 DATE: January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (G: -) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Fire Hydrant Relocate at Sta. 31+00 (Issue 066) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 servic-s necessary for the work above specified, and will accept as full payment therefore the prices shown above and belo ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 306,401.96 Date $ 2,925.58 $ 6,848,327.54 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA /L5/- ct O (6 AiJ-mss ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 048 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Fire Hydrant Relocate at Sta. 31+00 (Issue 066) Change Order Narrative Description of Change During construction, the existing hydrant at Sta. 31+00 on S. 124th Street (reference plan sheet 13 abandoned, as the 4" water line was being disconnected. The City Water Department determined should be relocated and connected to the new 12" waterline. This change provides payment for reconnection of the existing to the new 12" main. This included necessary piping, a new 6" gate fittings. Justification for Change Plans did not address reconnection of existing hydrant. Cost Summary ID Description Unit Amount 066 Allentown — Fire Hydrant Relocate at Sta. 31+00 LS $2,925.58 Additional Time for Change No additional days are warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No }� . Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 2 of 2 of 70) was to be that this hydrant the removal and valve, and other f CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 047 Sheet 1 of 2 DATE: January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (e t) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Water service upgrade from 3/4" to 1 1/2' at 12218 51st PI. S. (Issue 065) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 1 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 305,948.02 Date $ 453.94 $ 6,845,401.96 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA 20/e7 uv\ r-\, Mayor 5 f chi 0 aQ (G -/Am -e-) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 047 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Water Service Upgrade from 3/4" to 11/2" at 12218 51st PI. S. (Issue 065) Change Order Narrative Description of Change The existing water service at Sta. 12+10 (12218 51st Place S) was increased in size from 3/4" to 1 '/z", as directed by the City of Tukwila Water Department. Reference plan sheet 6 of 70. This property is a commercial machine shop, requiring higher volumes of water. This change is for changes in material cost only. Justification for Change To better match water usage of property. Cost Summary ID Description Unit Amount 065 Allentown — 3/4' Water Service Upgrade to 1 IA" LS $453.94 Additional Time for Change No additional days are warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 046 January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 402.02.594.353.63.21 412.02.594.383.63.98 01-SW02 CONTRACT NO.: 06-043 (' Allentown / Foster Point Water and Sewer Improvements Foster Point - Steel Plate Root Barrier (Issue 064) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT `/7 $ 6,539,000.00 $ 305,365.43 $ 582.59 $ 6, 844, 948.02 Additional Calendar Days for this change: Zero (0) days Contractor: Title: Date By: R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA ....... o/Q 4V\ 5r`di- Mayor G2 dr/ 6/ N/A- C- S ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 046 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Steel Plate Root Barrier (Issue 064) Change Order Narrative Description of Change Existing tree roots were cut during installation of sanitary sewer along the north side of street on 57th at Sta. 44+80. A steel plate root barrier was installed to prevent roots from extending into the roadway prism. Reference plan sheet C1.05. Justification for Change Steel Plate was installed to keep roots from tree up heaving ACP. Cost Summary ID Description Unit Amount 064 Foster Point — Steel Plate Root Barrier LS $582.59 Additional Time for Change No additional days are warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ❑ Yes Funding Source ❑ All work ❑ Storm ® No �ca� ® Roadway ❑ Sanitary Sewer ❑ Water ['Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 045 DATE: January 25, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 C r; ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Re -Alignment of Sanitary Sewer on 47`h and 124th (Issue 063) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ani -below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT i/ /'7 Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 304,352.98 $ 1,012.45 $ 6,844,365.43 Additional Calendar Days for this change: Two (2) days Date APPROVED BY THE CITY OF TUKWILA //io 7 By: .�ti 11r\rr� Mayor / c'J ) C.)2 )6 Ac. ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 045 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Re -Alignment of Sanitary Sewer on 47th and 124th (Issue 063) Change Order Narrative Description of Change During installation of the Sanitary Sewer line on S. 124th Street, from Sta. 17+50 to 21+30, the existing 8" waterline was found to be 5 feet closer to the proposed sewer alignment than indicated on the plans. The line was only 5 feet from the proposed sewer alignment. The thrust block for the tee at Sta. 19+90 was exposed during trenching operations. This required the replacement of the thrust block. The waterline was immediately shut down, and coordinated with the City of Tukwila Water Department. This change provides for the replacement of the thrust block, temporary bracing, and coordination with the City. Reference plan sheet 11 of 70. Justification for Change Existing utility not as shown in design plans. Cost Summary ID Description Unit Amount 063 Allentown — Re -Alignment of Sanitary Sewer on 47th and 124th LS $1,012.45 Additional Time for Change Two (2) additional days. Location: ❑ Foster Point Taxable ® Yes ❑ No ® Allentown Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ['Sidewalk ❑ Storm Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 044 January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 01-SW02 CONTRACT NO.: 06-043 c, <L Allentown / Foster Point Water and Sewer Improvements Foster Point — Wheaton Property Water Service (Issue 062) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 elow. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 302,679.16 Date $ 1,673.82 $ 6,843,352.98 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA J/o3o/D 7 /�r scr Mayor cf (uC(6/V/4-LS ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 044 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Wheaton Property Water Service (Issue 062) Change Order Narrative Description of Change A five foot minimum separation between water lines and sanitary sewer is required per the Department of Health standards. At Sta. 14+40 RT on 56th Avenue South (reference plan sheet C1.01), house number 13361, known as the Wheaton property, the property owner's water service was within inches of the sanitary sewer. Per Criteria for Sewage Work Design Standard dated December 1998, the water service was encased in PVC pipe, and backfilled with CDF. Justification for Change Sanitary conditions for water service. Cost Summary ID Description Unit Amount 062 Foster Point — Wheaton Property Water Service LS $1,673.82 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No 4 NO Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm 1 Sheet 1 of 2 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 043 January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 402.02.594.353.63.21 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( ' `' PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Revised Grades at 57th and 133rd (Issue 060) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 s rvices necessary for the work above specified, and will accept as full payment therefore the prices shown above an. below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 295,568.64 Date $ 7,110.52 $ 6,841,679.16 By: Additional Calendar Days for this change: One (1) day APPROVED /�/B/Y� THE CITY OF TUKWILA Mayor l 5 C g r' 6 i tif-t S ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 043 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Revised Grades at 57th and 133rd (Issue 060) Change Order Narrative Description of Change The planned elevations for ACP placement at STA. 41 +92 (corner of 57th Ave S. and S. 130th St.) are too low for residential driveway transitions. Contractor added 7 tons of recycled concrete to bring sub — grade up 12 inches. Justification for Change The planned elevations for ACP placement would leave existing driveways with a severe transition. Cost Summary ID Description Unit Amount 060 Foster Point — Revised Grades at 57th and 133rd LS $7,110.52 Additional Time for Change One (1) day Location: ® Foster Point Taxable ❑ Yes Funding Source ❑ All work ❑ Storm ® No ❑ Allentown ® Roadway l ❑ Sanitary Sewer C< U3. ❑ Water ❑Sidewalk Sheet 1 of 2 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 042 January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 402.02.594.353.63.21 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (a c') PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Extension of Overlay on 130th (Issue 059) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 b=low. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 286,506.76 Date $ 9,061.88 $ 6,834,568.64 By: er APPROVED BY THE CITY OF TUKWILA l/` c/c Additional Calendar Days for this change: Zero (0) days Mayor toca_ CV— d- a(60QAt,s ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 042 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Extension of Overlay on 130th (Issue 059) Change Order Narrative Description of Change Change Order 1 extended and re -aligned the PSD on S. 130th Street to the east side of the roadway, and also extended the PSD north to Sta. 84+37, in Foster Point. Following installation of the PSD, it was determined that the subgrade conditions were saturated, and not suitable for a 2" ACP overlay from Sta. 82+70 to Sta. 81+60. Additional shoulder preparation was performed, and the addition of a 2" lift of ACP Class B was constructed to provide a weather proof base, and improve the roadway section strength. Secondly, the limits of the overlay were extended from Sta. 84+30 to Sta. 82+90 on S. 130th Street, to improve the roadway following the installation of the PSD on the west side of the roadway. This resulted in an additional 44 Tons of ACP and related preparation, striping, and other work. Justification for Change This is the sole access for the rendering plant, and their trucks. Additional Overlay and Pre -Leveling provides for a more stable and smooth transition. Cost Summary ID Description Unit Amount 059 Foster Point — Extension of Overlay on 130`h LS $9,061.88 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ❑ Yes Funding Source ❑ All work ❑ Storm ® No ® Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk Sheet 1 of 2 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 041 January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 402.02.594.353.63.21 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (c.. rA PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown - Pre -level Transition from 50th Place to 130th Street (Issue 058) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and/below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 285,379.66 Date $ 1,127.10 $ 6,825,506.76 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA /_%j0/0 7 CT") 5t e)d" d CIetc, IIvig-S it' 1 %i \, Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 041 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown - Pre -level Transition from 50th Place to 130th Street (Issue 058) Change Order Narrative Description of Change The existing asphalt pavement conditions at the intersection of 50th Place S. and S. 130th Street in Allentown required the placement of 13 tons of pre -level to provide a consistent cross slope and profile of S. 130th Street, as it ties into 50th Place South. The existing paved surface was severely distressed and very uneven. An overlay would not provide a suitable roadway section. This is further described in the field directive of October 27, 2006. Justification for Change Poor condition of existing roadway and need to improve transition to 50th Place South. Cost Summary ID Description Unit Amount 058 Allentown - Pre -level Transition from 50th Place to 130th Street LS $1,127.10 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ❑ Yes Funding Source ❑ All work ❑ Storm ® No E Roadway ❑ Sanitary Sewer ,y ❑ Water ['Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 040 DATE: January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 L (7, rr\ PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Water Corp Repair (Issue 057) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 285,141.14 Date $ 238.52 $ 6,824,379.66 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA _qcile, 7 9(v) „OA— Mayoryor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 022 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown - Conflict with Existing 12" Force Mains on 44th Place South (Issue 032) Change Order Narrative Description of Change While installing sanitary sewer in Allentown, the existing twin force mains which are depicted on the plans to parallel the 8" sewer Zine on 44th Place South, were in conflict with the centerline of the 8" PS for 40% of the length of the run (MH 122-11 to newly located MH 44 PL -01). As a result, portions of the two force mains had to be removed with the excavation of the 8" PS, causing slow down, extra work and eventual disposal of the removed pipe. The sewer main between MH 50 PL -03 and 50 PL -01 was lowered from 1.0% to 0.4%. As a result, the 8" PS stub out of MH 50 PL -01 was in direct conflict with the two 12" abandoned force mains, which had to be cut out and plugged with concrete. Justification for Change Existing location of twin force mains was in conflict with proposed design. Cost Summary ID Description Unit Amount 032 Allentown - Conflict with Existing 12" Force Mains on 44th Place LS $8,354.85 Additional Time for Change Two (2) days Location: ❑ Foster Point ® Allentown Taxable ® Yes ✓ El No 73S.? -3 Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ✓ ❑ Water ❑Sidewalk ❑ Storm Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 039 January 25, 2007 BUDGET NO.: 01-SW02 401.02.594.343.63.18 402.02.594.353.63.21 412.02.594.383.63.98 CONTRACT NO.: 06-043 ('C: „k Allentown / Foster Point Water and Sewer Improvements Foster Point — Toddland Addendum 3 (Issue 055) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 be .w. r / ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT //2 $ 6,539,000.00 $ 284,296.05 $ 845.09 $ 6,824,141.14 Additional Calendar Days for this change: Zero (0) days / Contractor: Title: Date By: R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA SD/O% Mayor 5 ,) /ti'/�C ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File x CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 039 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Toddland Addendum 3 (Issue 055) Change Order Narrative Description of Change Sheet 2 of 2 At the intersection of S. 133`d Street and 57th Avenue South (Sta. 42+64), the design shows a portion of the roadway extending beyond the 90 degree turn in the road. This section of road is to act as a fire lane. As directed by the fire marshal, the limits of paving for this area are to be extended 10 feet in width, for a total width of 30 feet, to provide suitable turnaround for the fire department. This change will provide for the added pavement and related grading in this area. Justification for Change Grading and paving to meet fire department codes. Cost Summary ID Description Unit Amount 055 Foster Point — Toddland Addendum 3 (Issue 055) LS $845.09 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ❑ Yes Funding Source ❑ All work ❑ Storm ® No ® Roadway '?S'a ® Sanitary Sewer ❑Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 038 DATE: January 25, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (es 11--) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Addition of Manhole on 44th (Issue 054) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 282,352.46 Date $ 1,943.59 $ 6,823,296.05 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA sm /zo/O _ Mayor / d 0,16//G/14 -6S ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 038 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Addition of Manhole on 44th (Issue 054) Change Order Narrative Description of Change As requested by the City of Tukwila, An additional sanitary manhole was added at Sta. 18+50 on 44`h Place South. Reference plan sheet 3 of 70. In addition, install a 8" PVC stub to the property line, approximately 25 LF. This new stub will provide service for future development. Justification for Change Additional future service determined by the City. Cost Summary ID Description Unit Amount 054 Allentown — Addition of Manhole on 44th LS $1,943.59 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No i)-7/ G _3 Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ['Sidewalk ❑ Storm a' Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 037 January 25, 2007 01-SW02 BUDGET NO .: 401.02.594.343.63.18 CONTRACT NO.: 06-043 (c; J ) Allentown / Foster Point Water and Sewer Improvements Foster Point — Water District #125 Inter -Tie (Issue 053) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 1 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that tie 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 b: low. / ACCEPTED: Date: By: i Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 281,536.51 $ 815.95 $ 6,821,352.46 Additional Calendar Days for this change: Zero (0) days Contractor: Title: Date By: R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA /p070 7 vv-vS2..Q4_ Mayor >1 d,g- C 6i kirt(—'S ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 037 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Water District #125 Inter -Tie (Issue 053) Change Order Narrative Description of Change As directed by City of Tukwila Water Department, the Contractor coordinated a water shutdown with Water District #125 and removed an existing 2" inter -tie tap off the existing 8" main. Repair hole from 2" service connection on 8" main with a stainless steel repair band. Approximate location at Sta. 45+40 RT on 57th Avenue S in Foster Point. Justification for Change To better manage pressure control between two water systems. Cost Summary ID Description Unit Amount 053 Foster Point — Water District #125 Inter -Tie LS $815.95 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No 171 s6 Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 036 DATE: January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( c��� PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Replace 3/4" Corp with Stainless Steel Repair Band (Issue 052) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 service: necessary for the work above specified, and will accept as full payment therefore the prices shown above and belo ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 281,036.51 Date $ 500.00 $ 6,820,536.51 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA / °3C)/07 cif ti\Vti1vL,�� Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 036 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Replace %" Corp with Stainless Steel Repair Band (Issue 052) Change Order Narrative Description of Change Abandoned water service at Sta. 13+40 on 50`h Place South was struck by Contractor. The service was unmarked and unknown. The City of Tukwila Water Department directed the Contractor to remove the existing 3/4' corp service from the top of the existing water main and install a City provided stainless steel band to patch the hole. Justification for Change The service was unmarked and unknown, and City staff were unable to attend to the repair in a timely fashion. Cost Summary ID Description Unit Amount 052 Allentown — Replace 3/4' Corp with Stainless Steel Repair Band LS $500.00 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 035 DATE: January 25, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (es h ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Tree Stump Removal at Sta. 14+64 RT (Issue 050) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. 7- / -i ACCEPTED: Date: l/Z a7 Contractor: R.L. Alia Company By: Title: President Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 280,843.66 Date $ 192.85 $ 6,820,036.51 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA 1/4°/°' 63:111' Mayor / St 671 Cig llliv N,S ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 (CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 035 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Tree Stump Removal at Sta. 14+64 RT (Issue 050) Change Order Narrative Description of Change Tree stump encountered at Sta. 14+64 RT, at house 12253 515` Place was not shown on plans. The stump had to be removed to install a 6" side sewer. Directive dated 10/6/06 was provided to the Contractor to remove the stump in question. Justification for Change Unforeseen site conditions. Cost Summary ID Description Unit Amount 050 Allentown — Tree Stump Removal at Sta. 14+64 RT LS $192.85 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 034 January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 01-SW02 CONTRACT NO.: 06-043 C_ ctics) Allentown / Foster Point Water and Sewer Improvements Allentown — Water Main Extensions at 124th and 51s` (Issue 049) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 sere es necessary for the work above specified, and will accept as full payment therefore the prices shown above and bow. ACCEPTED: Date: By: _iA • Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT /z-0? Contractor: Title: $ 6,539,000.00 $ 276,824.75 Date $ 4,018.91 $ 6,819,843.66 By: Additional Calendar Days for this change: One (1) day R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA Mayor 16, tv A (,-S ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet2of2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 034 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Water Main Extensions at 124th and 51St (Issue 049) Change Order Narrative Description of Change Highline water district intertie Water district 75 intertie Water district #75 intertie The proposed sanitary profile conflicted with the design grades of the waterline at the intertie on plan sheet 13 of 70 — Sta. 18+05 (51st Place South), at the intersection of 515 Place South and 124th Avenue. The resolve the conflict, the following additional work was performed: 1. Construct a vertical waterline adjustment, per plan sheet 47 and 48 2. Replace the thrust block on the waterline, east of the sanitary sewer, as the existing block was disturbed. 3. Encase the new 8" sanitary sewer in 12" ductile iron pipe for a length of 20 feet, centered on the waterline crossing. The sanitary sewer will be above the waterline. 4. Backfill the affected area with CDF. Justification for Change Utility conflict between water and sewer line. Casing provided to meet DOH requirements. Cost Summary ID Description Unit Amount 049 Allentown — Water Main Extensions at 124th and 51st LS $4,018.91 Additional Time for Change One (1) day Location: ❑ Foster Point Taxable ® Yes D No ® Allentown 353 " Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 033 DATE: January 25, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 1.C';k ' ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Addition of 7 LF of 12" PSD (Issue 036) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 . -cessary for the work above specified, and will accept as full payment therefore the prices shown above and below ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 276,604.25 Date $ 220.50 $ 6,815,824.75 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA .43617 7 Lem v\ vL-QQA-4— Mayor `Still l7✓C /6/ /V 4 -L - ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2of2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 033 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Addition of 7 LF of 12" PSD (Issue 036) Change Order Narrative Description of Change Addition of 7 LF of 12" PSD on 56th at added catch basin near the Pump Station. Due to a conflict with an existing MCI fiber vault, the catch basin was relocated from Sta. 14+95, 12' LT to Sta. 15+10, 12' LT. The added crossing, catch basin, and connection to the stormcepter manhole at Sta. 14+95, 12' RT, was addressed by Issue 048 and a separate change order. This specific change is for the shifting of the catch basin, and subsequent need for 7 LF of 12" PSD. Justification for Change Proposed location of CB conflicted with existing MCI fiber vault. Cost Summary ID Description Unit Amount 036 Foster Point — Addition of 7 LF of 12" PSD LS $220.50 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm 7 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 032 Sheet 1 of 2 DATE: January 25, 2007 BUDGET NO.: 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (0„ C) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Replace 18" Storm Drain Pipe With 18" Ductile Iron Pipe (Issue 045) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 265,963.79 $ 10,640.46 $ 6,815,604.25 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: President Date APPROVED BY THE CITY OF TUKWILA 1.7 D_..% -D_.. __.... _......_..._. By: cr VV\ vV1u,QQ.l Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File w ,5t 0� (•lr� 1 c i IVric- '� Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 032 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Replace 18" Storm Drain Pipe With 18" Ductile Iron Pipe (Issue 045) Change Order Narrative Description of Change Per the request of John Howat, City of Tukwila, the following changes are being made to the storm drain system: 1. Plan sheet C3 of C5 and 4 of 70 — Replace existing 18" concrete pipe with 45 LF of 18" ductile iron pipe from CB 5 (Sta. 21+71.93 — 14.14 RT) to the roadside ditch at Sta. 21+72 LT. Install a new CB Type II — 48" diameter, and install 100 LF of 24" diameter Hancor Hi -Q pipe (HDPE), and construct a rock spillway in the existing roadside ditch. 2. Plan sheet 3 of 70 — Delete the proposed 60 LF of 18" ductile iron culvert at Sta. 16+00 LT. This location was found to be at a high spot in the ditch profile, rending the proposed culvert useless. Justification for Change Per City of Tukwila's request to provide for added capacity in light of upcoming development. Cost Summary ID Description Unit Amount 045 Allentown — Replace 18" Storm Drain Pipe w/ 18" Ductile Iron Pipe LS $10,640.46 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk ® Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 031 DATE: January 25, 2007 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (a cL ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Electric Line Entangled in Magnolia Tree (Issue 078) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 bel w. ACCEPTED: Dat By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Itz G'd7 Contractor: R.L. Alia Company l� Title: President $ 6,539,000.00 $ 265,196.78 Date $ 767.01 $ 6,804,963.79 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA /.6/ Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 031 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Electric Line Entangled in Magnolia Tree (Issue 078) Change Order Narrative Description of Change A magnolia tree was in line with the location for a side sewer service at the residence of 12050 44th Place (plan sheet 2 of 70). Due to the proximity, the sewer location remained and the magnolia tree was removed with the property owner's permission. Upon removal of the tree and its root -ball, adjacent underground utilities to the house were damaged, as the roots had grown around the underground lines for power. Charges were compiled by RL Alia and total $767.01 for these impacts and for the removal of the tree. Justification for Change The damage to the underground lines was unanticipated, and the tree removal was additional to the contract. Cost Summary ID Description Unit Amount 078 Allentown — Electric Line Entangled in Magnolia Tree LS $767.01 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No L Vick Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm tip CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 030 DATE: January 25, 2007 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (c,;(:;) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Field Adjustments for Fiber Optic (Issue 037) TO: R.L. Alia Construction Sheet 1 of 2 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT z /° Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 262,974.86 Date $ 2,221.92 $ 6,804,196.78 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA vv\vv,i,d2,4_Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File % 5¢- dty. d G) (r / /ltn-tS Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 030 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Field Adjustments for Fiber Optic (Issue 037) Change Order Narrative Description of Change Conflicts were encountered with the buried fiber optic cable running near the centerline of 56th Avenue South. On 5/13/06, while setting Manhole 4 in Foster Point, the fiber optic line was found to cross directly in the planned location of SSMH 4. This manhole was moved 2.5' south to avoid the conflict. On 5/31/06, while constructing 8" SS pipe towards SSMH 5, the fiber optic line conflicted with the proposed sanitary sewer alignment, requiring slowed production to protect the existing fiber optic facilities. The fiber optic line was not as shown on the bid documents. Justification for Change Inaccurate as -built information provided by fiber optic company to the City of Tukwila. Cost Summary ID Description Unit Amount 037 Foster Point — Field Adjustments for Fiber Optic LS $2,221.92 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No r Vis. 69. Funding Source ❑ All work D Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm r Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 029 (cb) January 25, 2007 BUDGET NO.: 01-SW02 CONTRACT NO.: 402.02.594.353.63.21 06-043 (c Allentown / Foster Point Water and Sewer Improvements Allentown — Relocation of Sewer on 49th Avenue S and 124th (Issue 033) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 aboveAnd below. ACCEPTED: D By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT i% GA 7 Contractor: Title: $ 6,539,000.00 $ 277,458.61 Date ($ 14,483.75) $ 6,801,974.86 By: Additional Calendar Days for this change: Zero (0) days R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA SO/0 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2of2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 029 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Relocation of Sewer on 49th Avenue S and 124th (Issue 033) Change Order Narrative Description of Change Per field directive dated September 29, 2006, the location of SSMH 4-124-04 (plan sheet 12 of 70) at the intersection of South 124th Street and 49th Avenue South was moved north approximately 7 feet. SSMH 4-124-03 (west of SSMH 4-124-04) was moved 2 feet to the north. This moved the sewer line out of the roadway to limit the amount of impact to the truck traffic along 124th and reduced the overall amount of roadway rehabilitation necessary, of approximately 175 LF on 124th Street. Justification for Change To avoid disruption of 124th Street, reduce project costs, and maintain the same level of product service. Cost Summary ID Description Unit Amount 033 Allentown — Relocation of Sewer on 49th Avenue S and 124th LS ($14,483.75) Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes Funding Source ❑ All work ❑ Storm ❑ No ❑ Roadway ® Sanitary Sewer ❑ Water ['Sidewalk Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 028 DATE: October 9, 2006 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (c. c-) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Additional Fire Hydrants (Issue 047) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 necessa or he work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 256,335.61 Date $ 21,123.00 $ 6,816,458.61 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA l! fl}/6_ o, Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 4 02 OE -I GAM -C-5 r Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 028 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Additional Fire Hydrants (Issue 047) Change Order Narrative Description of Change At the request of the City of Tukwila, four additional fire hydrants are to be added to the project at the following locations: Allentown 44th Place South 10+75 — 23' RT; Allentown 10 50th Place South 21+25 — 20' RT; Foster Point C1.06 Pamela Drive 61+39 — 17' RT; Foster Point C1.02 56th Ave S. 20+80 — 17' RT. Justification for Change To meet fire code requirement of 300 feet to a hydrant. Cost Summary ID Description Unit Amount 047 Additional Fire Hydrants LS $21,123.00 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway El Sanitary Sewer ® Water ❑Sidewalk ❑ Storm t. Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 027 DATE: October 9, 2006 BUDGET NO.: 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( 2.) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Curb and Gutter on 42nd Avenue (Issue 044) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 f•itiwork above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 255,084.01 $ 1,251.60 $ 6,795,335.61 ` Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: President APPROVED BY THE CITY OF TUKWILA Date � f L/ By: Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File /54- oe_16/r\/A4s Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 027 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Curb and Gutter on 42nd Avenue (Issue 044) Change Order Narrative Description of Change Based on field review of existing conditions, additional driveways were added to the contract as well as widths of driveways being adjusted to accommodate existing driveway locations. Justification for Change To provide a better match to existing conditions. Cost Summary ID Description Unit Amount 044 Allentown — Curb and Gutter on 42nd Avenue LS $1,251.60 Additional Time for Change No additional time is warranted for this change Location: ❑ Foster Point ® Allentown Taxable ® Yes Funding Source All work ✓ El Roadway ❑ Sanitary Sewer ❑ Water ❑ Storm ❑ No Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 026 October 9, 2006 BUDGET NO.: 401.02.594.343.63.18 01-SW02 CONTRACT NO.: 06-043 Allentown / Foster Point Water and Sewer Improvements Allentown — Fire Hydrant Relocation (Issue 042) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have • -• careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will p'•vide all e)uipment, furnish all materials, except as may otherwise be noted above, and perform all services necessa for the w• k above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 253,004.62 Date $2,079.39 $ 6,794,084.01 ; By: Additional Calendar Days for this change: One (1) day APPROVED BY THE CITY OF TUKWILA ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 3r df dP f6,,\J S Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 026 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown - Fire Hydrant Relocation (Issue 042) Change Order Narrative Description of Change Contractor relocated two existing fire hydrants. The fire hydrant at STA 30+97 LT (Plan Sheet 13 of 70) is in direct conflict with the proposed 8" sanitary sewer, and was extended beyond the limits of the sewer trench. The fire hydrant at STA 28+06 RT (Plan Sheet 28 of 70) is to be moved out of the proposed sidewalk limits. Both locations were reviewed and approved by the City of Tukwila Fire Marshall. Justification for Change To resolve conflicts with proposed improvements that were not addressed in the plans. Cost Summary ID Description Unit Amount 042 Allentown - Fire Hydrant Relocation LS $2,079.39 Additional Time for Change One (1) day Location: ❑ Foster Point ® Allentown Taxable Yes ✓ ❑ No + /yd.y Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 025 DATE: October 9, 2006 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (x) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Temporary Replacement of Old Water Service (Issue 041) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have proposal is approved, that we will pr and perform all services necessa shown above and below. ACCEPTED: Date: By: en careful consideration to the change proposed and hereby agree, if this ide all equipment, furnish all materials, except as may otherwise be noted above, for the wcrk above specified, and will accept as full payment therefore the prices I Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT //jv/6 Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 252,766.10 $ 238.52 $ 6,792,004.62 Additional Calendar Days for this change: Zero (0) days Date By: APPROVED BY THE CITY OF TUKWILA wvr, Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File / s o O IC. 16' itJ 4 -tis t Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 025 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown - Temporary Replacement of Old Water Service (Issue 041) Change Order Narrative Description of Change R.L. Alia directed to temporarily replace the old leaking water service to 12219 49th Avenue. Justification for Change Leaking water service. Cost Summary ID Description Unit Amount 041 Allentown - Temporary Replacement of Old Water Service LS $238.52 Additional Time for Change No additional time is warranted for this change Location: ❑ Foster Point ® Allentown Taxable ® Yes Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water -' ❑Sidewalk ❑ Storm ❑ No Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 024 October 9, 2006 01-SW02 BUDGET NO.: 401.02.594.343.63.18 CONTRACT NO.: 06-043 iw) Allentown / Foster Point Water and Sewer Improvements Allentown — Extension of Water Main on 42nd Avenue (Issue 039) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we wi •rovi•e : equipment, furnish all materials, except as may otherwise be noted above, and perform all services neces.ary for the ork above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 252,450.10 $ 316.00 $ 6,791,766.10 Additional Calendar Days for this change: Zero (0) days Contractor: Title: R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA Date ticlyrt i __ L Y\ Mayor � 4L By: ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 1 5fei 0416/AM-6--c Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 024 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Extension of Water Main on 42nd Avenue (Issue 039) Change Order Narrative Description of Change Ten feet of additional 4" line was installed at STA 27+34 on 42nd Avenue South (Plan Sheet 28 of 70). The shackle rod restraint and removal of thrust block is incidental to contract work indicated on the plan note for the water line. Justification for Change Improve the integrity of the 4" water line. Cost Summary ID Description Unit Amount 039 Allentown — Extension of Water Main on 42nd Avenue LS $316.00 Additional Time for Change No additional time is warranted for this change Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ['Sidewalk ❑ Storm Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 023 October 9, 2006 BUDGET NO.: 401.02.594.343.63.18 01-SW02 CONTRACT NO.: 06-043 (1) Allentown / Foster Point Water and Sewer Improvements Allentown — Locate Water on 44th and 122nd (Issue 038) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will pr all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessa ; for th- work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT /�� 6 Contractor: Title: $ 6,539,000.00 $ 250,354.24 Date $ 2,095.86 $6,791,450.10 By: Additional Calendar Days for this change: Zero (0) days R.L. Alia Company President APPROVED BY THE CITY OF TUKWILA ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 151" ei [ c cg-t6/iv,/4-L- Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 023 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown — Locating Water on 44th Place and 122nd Street (Issue 038) Change Order Narrative Description of Change Pothole to locate existing 8" water main in vicinity of proposed sanitary sewer at 44th Place and 122nd Street. Based on finings, City directed contractor to install two temporary water services to 12207 51st Place and 4918 122nd Avenue. Justification for Change Conflict between existing water line and proposed sanitary sewer. Cost Summary ID Description Unit Amount 038 Allentown — Locating Water on 44th Place and 122nd Street LS $2,095.86 Additional Time for Change No additional time is warranted for this change Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No 7_ 6fy Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 022 October 9, 2006 01-SW02 BUDGET NO.: 402.02.594.353.63.21 CONTRACT NO.: 06-043 Allentown / Foster Point Water and Sewer Improvements Allentown - Conflict with Existing 12" Force Mains on 44th Place South (Issue 032) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, h. e given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we pro 'de all equipment, furnish all materials, except as may otherwise be noted above, and perform all services nec: scary fir the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 241,999.39 $8,354.85 $ 6,789,354.24 Additional Calendar Days for this change: Two (2) days Contractor: R.L. Alia Company Title: President Date By: APPROVED BY THE CITY OF TUKWILA (330, qtue v.. Ail v\r\ Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File / .51 cif Cie 16 Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 020 DATE: October 9, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 C t) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Lift Station Block Wall at Foster Point (Issue 028) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we pro' •e all equipment, furnish all materials, except as may otherwise be noted above, and perform all services ne ssary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT 11/06 Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 231,505.89 Date $ 9,200.00 $ 6,779,705.89 • By: Additional Calendar Days for this change: Four (4) days APPROVED BY THE CITY OF TUKWILA //7/_q_i_& Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sfpi CJG/AlnUS Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 020 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Lift Station Block Wall at Foster Point (Issue 028) Change Order Narrative Description of Change A CMU block wall with foundation is being added at the lift station at Foster Point to enable positive drainage from the lift station pad to the roadway, and to minimize the grading impact on private property. The proposed design (attached), includes the concrete foundation, split face CMU wall, concrete cap at the top of the CMU wall, sleeves for fence pots, and allowable area for paving. All other work will be performed per the original design. Justification for Change To eliminate impact to private property and control drainage. Cost Summary ID Description Unit Amount 028 Lift Station Block Wall at Foster Point LS $9,200.00 Additional Time for Change Four (4) days Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No fhQ9. G Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ✓ ❑ Water ['Sidewalk LI Storm DMJM I Isrris JO+; TITLE--�- 7. JOB NO 4�IYx75 41 I•.O CALCULATION NO. SHEET 1 OF ORIGINATOR REVIEWER G JM HARRIS AECOM DATE 1 Z� DATE _T — 0 t cf \g' r 1 b, . I r 1 .1,_.rte L•_J •.a s—c-'Q -P,,lc.- � 'b Y 1c5 3 7_21rvl . <614C.. A? . • • t kZ' — • Ft76 4Z5PN) Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 019 DATE: October 9, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point Lift Station Surface Elevation (Issue 027) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 necessathe work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: / L// tlo C Contractor: R.L. Alia Company By: rr Title: President Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $ 229,806.66 Date $1,699.23 $ 6,770,505.89 ` By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA //q/c24, C Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File / _5f dJ ) Dg/6/AM-4-5 Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 019 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point Lift Station Surface Elevation (Issue 027) Change Order Narrative Description of Change The Foster Point Lift Station site was raised one foot to provide drainage towards the street. The cost to supply and install a one foot section for the 72" wet well totals $1,015.32, and the cost to supply and install a one foot section for the 48" manhole to match the raised wet well totals $683.91. Cost for grade adjustments and related features will be dealt with separately. Justification for Change Elevations modified to achieve run-off from Lift Station. Cost Summary ID Description Unit Amount 027 Foster Point Lift Station Elevation LS $1,699.23 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point El Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ✓ ❑ Water ❑Sidewalk ❑ Storm A. Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 018 DATE: October 9, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 C r) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point Dewatering (Issue 026) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. r CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will pr• ide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necess. for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT v/ 6 Contractor: R.L. Alia Company Title: President $ 6,539,000.00 $ 195,234.66 Date $34,572.00 $ 6,768,806.66 , By: Additional Calendar Days for this change: Zero (0) day APPROVED BY THE CITY OF TUKWILA (r) ik& YVVAi\taizE Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File / 5k d- a O,Zi 6/AIDS Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 018 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point Dewatering (Issue 026) Change Order Narrative Description of Change The two monitoring wells installed in Foster Point, near the lift station, were converted to production wells. Per the meeting of April 26, 2006 with the Contractor and their dewatering sub (Malcom Drilling), the two monitoring wells were installed to the same specification as a production well without the installation of pumps and related piping. The specified monitoring wells in the contract were a simpler design, not requiring casing, larger diameter drilling, and backfill with washed rock. Specification Section 9-39 states "Where the necessary trench excavation extends more than 3 feet below the ground water level and the Engineer/Owner determines that dewatering wells and/or well points are necessary for proper installation, dewatering shall be accomplished and paid under force account..." Based on findings from the installation of the lift station, it was necessary to convert the two monitoring wells to production wells. Total cost for two added dewatering wells in Foster Point total $45,215.00, minus the cost of the eight monitoring wells (included in the contract) at a cost of $10,643.00. The net increase to the contract is $34,572.00. Justification for Change Groundwater conditions required dewatering wells, as sump dewatering proved ineffective. Cost Summary ID Description Unit Amount 026 Foster Point Dewatering LS $34,572.00 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ®Yes - No f Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer V. ❑ Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 017 DATE: October 9, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Addition of Flow Meters at Lift Stations (Issue 024) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, h proposal is approved, that we will and perform all services necessa shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT n careful consideration to the change proposed and hereby agree, if this I equipment, furnish all materials, except as may otherwise be noted above, work above specified, and will accept as full payment therefore the prices /// O/ a 6 Contractor: R.L. Alia Company_ Title: President $ 6,539,000.00 APPROVED BY THE CITY OF TUKWILA $ 134,113.66 Date $61,121.00 $6,734,234.66 By: Mayor Additional Calendar Days for this change: Ten (10) days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File /3/ D/ 0,e 16 iAA- Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 017 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Addition of Flow Meters at Lift Stations (Issue 024) Change Order Narrative Description of Change City requested two flow meters at both the Allentown and Foster Point Lift Stations. Alia was directed to furnish and install a meter vault with square access hatch. It is the intention of the design to place the meter vaults out of the paved roadway and to have a minimum of 4 feet of straight pipe on each end of the meter. The vault may be either a square or round structure, whichever is more cost effective. A meter vault will be needed for each of the two force mains on the project, one at Allentown and one at Foster Point. The City of Tukwila will provide the two Mag Meters (Magflow mac S100 4") for installation by the Contractor. Justification for Change This device will provide operation and maintenance control by providing flow information to the City of Tukwila. This will also assist with future development in the City of Tukwila. Cost Summary ID Description Unit Amount 024 Addition of Flow Meters at Lift Stations LS $61,121.00 Additional Time for Change Ten (10) days. Location: ® Foster Point Taxable ® Yes ❑ No ® Allentown r 5.3K'. uc Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer [1] Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 016 DATE: November 9, 2006 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( ' y;' PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Electrical Hookup to Waterline (Issue 023) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ne_sary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: L!_..//07u Contractor: R.L. Alia Company Title: President Original Contract (without tax) $ 6,539,000.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 133,147.67 Date /1///q/CC', This Change Order (without tax) $ 965.99 ' REV. CONTRACT AMOUNT $ 6,673,113.66 By:(33``\ r� v�i� Mayor Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File j 5k d ic /A144 --s Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 016 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Foster Point — Electrical Hookup to Waterline (Issue 023) Change Order Narrative Description of Change While performing work in Foster Point, the Contractor encountered an existing Ductile Iron Pipe for water service at the residence of 13315 — 56th Avenue. The pipe encountered was carrying thirty volts of electricity, which was touching the steel shoring. There was no lost time and no first aid was necessary. Cost impact for this issue included one and a half hours of shutdown time to analyze the situation. Justification for Change Correct a safety hazard that existed in the field. Cost Summary ID Description Unit Amount 023 Foster Point — Electrical Hookup to Waterline LS $965.99 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water v❑Sidewalk ❑ Storm a - Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 015 DATE: October 9, 2006 BUDGET NO.: 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Gas Line Conflicts at 122nd and 46th (Issue 016) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contracto have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that wvide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services nea-ssary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without ax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT ///0/0, $ 6,539,000.00 $ 132,753.81 $ 393.86 $6,672,147.67 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: President APPROVED BY THE CITY OF TUKWILA Date By: Cr Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File st`,i 01 agi6 4N13 -C --S Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 015 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Gas Line Conflicts at 122nd and 46th (Issue 016) Change Order Narrative Description of Change RL Alia lowered the existing gas line due to conflict with installation of an existing 30" storm drain at 122nd and 46th in the Allentown area. PSE gas crews were unavailable to perform the work in a timely manner. Justification for Change Conflict resolved by having R.L. Alia self perform minor adjustment to the gas service line. Cost Summary ID Description Unit Amount 016 Allentown — Gas Line Conflicts at 122nd and 46th LS $393.86 Additional Time for Change No additional time is warranted for this change Location: ❑ Foster Point ® Allentown Taxable ® Yes ✓ ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk ® Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 13 DATE: September 19, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 eyv1� PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point - Relocate Side Sewer Tee 13048 57th Ave S. TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 1 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT y' Z d/ Contractor: RL. Alia Company Title: $ 6,539,000.00 $123,764.82 $1,133.04, ,,. , $6,663,897.89 By: c`—moi"""' ►N�'� Mayor APPROVED BY THE CITY OF TUKWILA Date 7-0(7_0(0 Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 13 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point - Relocate Side Sewer Tee 13048 57th Ave S. (Issue 021) Change Order Narrative Description of Change The side sewer stub for 13048 57th Avenue (Sta. 43+25 RT — Plan sheet C1.04) was installed the planned location. Following installation of the stub, the property owner requested a change in the location. The Contractor relocated the stub location on a time and materials basis. The original location was plugged and a new tee was cut into the main. Justification for Change Cost for this change was tracked on a time and materials basis, and was significantly less than the $5,000 unit price for additional sewer stubs. Cost Summary ID Description Unit Amount 021 Foster Point - Relocate Side Sewer Tee: LS $1,133.04 Additional Time for Change No additional time is warranted for this change Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ['Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 14 DATE: September 19, 2006 BUDGET NO.: 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (th,-) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Additional Quarry Spalls at Outfall Locations TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ACCEPTED: Date: By: Original Contract (wi out tax) $ 6,539,000.00 Previous Change Order $124,897.89 This Change Order (without tax) $7,855.92 REV. CONTRACT AMOUNT $6,671,753.81 By: Contractor: R.L. Alia Company Title: Date Additional Calendar Days for this change: One (1) day APPROVED BY THE CITY OF TUKWILA Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 14 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Additional Quarry SpaIls at Outfall Locations (Issue 022) Change Order Narrative Description of Change The storm drain outfalls at Foster Point and Allentown specified 4 cubic yards of Quarry SpaIls per location. Due to the steep bank conditions and varying topography of the river bank, additional quarry spalls were needed. The installation at Foster Point required a significant quantity of quarry spalls to achieve an installation acceptable to the Department of Fisheries. A total of 137.4 tons of quarry spalls were placed at the outfalls. Justification for Change The additional quarry spalls were necessary to match field conditions. Cost Summary ID Description Unit Amount 022 Additional Quarry SpaIls LS $7,855.92 Additional Time for Change One (1) day Location: ® Foster Point Taxable ® Yes E No ® Allentown Funding Source ® All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ['Sidewalk ❑ Storm ti • Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 12 DATE: September 19, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (.. ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Cut and plug existing 18" Clay Pipe TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approve • we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all se ices ecessary for the work above specified, and will accept as full payment therefore the prices shown above and ACCEPTED: D By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $6,539,000.00 $123,540.12 $224.73 $6,662,764.85 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: Date APPROVED BY THE CITY OF TUKWILA _v— o By: ern Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 12 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Cut and plug existing 18" Clay Pipe (Issue 019) Change Order Narrative Description of Change During installation of the 8" PVC sewer main, an existing 18" clay pipe was encountered at the intersection of 122nd and 42nd (see plan sheet 25 of 70). The 18" clay pipe was broken. A 12" HDPE had been sleeved through the clay pipe by others. The profile grade of the new 8" PVC was partially into the clay pipe. The Contractor was directed to seal up any opening made as a result of this pipe crossing. Justification for Change The Contractor was directed to affect repairs to the 18" clay pipe. Cost Summary ID Description Unit Amount 019 Allentown — Tunneling 18" Clay Pipe LS $224.73 Additional Time for Change No additional time is warranted for this change Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source E All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk El Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 11 DATE: September 19, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (l.) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Removal of Trees TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigne proposal is approve and perform all se shown above and b ACCEPTED: Date: By: , that •ces ne ow. tractor, have given careful consideration to the change proposed and hereby agree, if this will provide all equipment, furnish all materials, except as may otherwise be noted above, essary for the work above specified, and will accept as full payment therefore the prices Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT ..........2d/U C $ 6,539,000.00 $117,035.73 $6,504.39 $6,662,540.12 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: APPROVED BY THE CITY OF TUKWILA Date q_`�7�00 By: eyn m Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 011 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Removal of Trees (Issue 020) Change Order Narrative Description of Change Contractor was required to remove additional trees which were not shown on the contract drawings. Due to the lack of survey during design along Pamela Drive and 57th, the limits of construction could not be determined until clearing limits were staked. Following staking of the clearing limits, additional trees were required to be removed. RL Alia removed these trees prior to the notice to proceed. The trees included the following: 30" caliper cottonwood tree, 100 LF row of 70' tall Cedar trees on 57th Justification for Change Trees had to be removed to facilitate construction, as they conflicted with proposed trench lines and paving limits. Cost Summary ID Description Unit Amount 020 Foster Point — Removal of Trees LS $6,504.39 Additional Time for Change No additional time is warranted for this change Location: ® Foster Point 111 Allentown Taxable ® Yes ❑ No Funding Source ® All work ❑ Roadway El Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 10 DATE: September 19, 2006 BUDGET NO.: 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown Ditch — Additional 8" Inserta-Tee on S 122nd Street at Sta. 21+00 TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 b ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: $ 6,539,000.00 APPROVED BY THE CITY OF TUKWILA $116,703.52 Date $332.21 $6,656,035.73 By: Mayor Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File • Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 10 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown Ditch — Additional 8" Inserta-Tee on S 122nd Street at Sta. 21+00 Change Order Narrative Description of Change Installation of an additional 8" inserta-tee to connect an unmarked 4" PVC pipe to the 30" Storm at Station 21+00 in the Allentown Ditch area. See plan sheet C3 of C5. Justification for Change Connection of unknown and unmarked storm pipe. Cost Summary ID Description Unit Amount 017 Allentown — Additional 8" Inserta-Tee LS $332.21 Additional Time for Change No additional time is warranted for this change Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk ® Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 009 DATE: September 19, 2006 BUDGET NO.: 412.02.594.383.63.98 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 ( t ) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Hancor Pipe to Ductile Iron Pipe TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 ACCEPTED: Date: By: Original Contract (without tax) $ 6,539,000.00 Previous Change Order $116,448.50 This Change Order (without tax) $255.02 REV. CONTRACT AMOUNT $6,655,703.52 Additional Calendar Days for this change: Zero (0) days Contractor: R.L. Alia Company Title: Date By: APPROVED BY THE CITY OF TUKWILA JIM qoA 11\/ IN1 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 4 Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 09 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Hancor Pipe to Ductile Iron Pipe (Issue 015) Change Order Narrative Description of Change Per the City of Tukwila's direction, the section of storm pipe between Catch Basin 22 and Catch Basin 23 on 57th will be changed from Hancor Pipe to Ductile Iron Pipe. Justification for Change Due to low cover of the proposed crossing, the pipe material was changed ductile iron to improve overall life of the pipe. Cost Summary ID Description Unit Amount 015 Foster Point — Hancor Pipe to Ductile Iron Pipe LS $255.02 Additional Time for Change No additional time is warranted for this change. Location: ® Foster Point ❑ Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ['Sidewalk ® Storm Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: Name of change: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 008 September 19, 2006 01-SW02 BUDGET NO.: 401.02.594.343.63.18 CONTRACT NO.: 06-043 Oh) Allentown / Foster Point Water and Sewer Improvements Foster Point — Pamela Drive Fire Hydrant Extension (Issue 010) TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 service 4 -ssary for the work above specified, and will accept as full payment therefore the prices shown above and belo ACCEPTED: Date: By: Original Contract (w hout tax) $ 6,539,000.00 Previous Change Order $114,044.10 This Change Order (without tax) $2,404.40 Contractor: R.L. Alia Company Title: APPROVED BY THE CITY OF TUKWILA Date - REV. CONTRACT AMOUNT $6,655,448.50 By:ocr ut' V\r Mayor Additional Calendar Days for this change: One (1) day ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 008 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of change: Pamela Drive Fire Hydrant extension — Foster Point (Issue 10) Change Order Narrative Description of Change Extending fire hydrant at Station 64+33.73 (Foster Point), moving the hydrant north approximately 38 feet. The hydrant's existing location was approximately 5 feet inside the proposed paved cul-de-sac. This hydrant had recently been placed by Water District 125. Justification for Change Existing fire hydrant is located in the street. Extension will move it beyond the sidewalk into the City of Tukwila's right of way. This location has been approved by the City of Tukwila Fire Marshall. A construction note 3 shows a proposed hydrant outside the edge of paving, but the construction states "not used". For this reason, the hydrant was relocated, and moved to the north. Cost Summary ID Description Unit Amount 010 Foster Point — Pamela Drive Fire Hydrant Relocation LS $2,404.40 Additional Time for Change One (1) day Location: ® Foster Point Taxable ® Yes ❑ No ❑ Allentown Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 007 DATE: September 19, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (o) PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Foster Point — Realign Sewer on 56th Avenue TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 se► ' - necessary for the work above specified, and will accept as full payment therefore the prices shown above an ACCEPTED: D By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $6,539,000.00 $119,950.50 ($5,906.40) $6,653,044.10 Additional Calendar Days for this change: Zero days. Contractor: R.L. Alia Company Title: Z - APPROVED BY THE CITY OF TUKWILA Date V— a7—Go(- By: Cr r� Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 007 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change Foster Point — Realign Sewer on 56th Avenue (Issue 001) Change Order Narrative Description of Change The sanitary sewer on 56th Avenue South alignment is being modified from SSMH 10 to SSMH 3. The offset of the sewer line will be a consistent 3' right of centerline. The effect of this change will be a minor decrease in the quantity of 8" sanitary sewer pipe, eliminating two of the sanitary manholes, and improving the overall constructability of the sewer line, as the line will now be near the center of the road. Clearance to the waterline was reduced to maintain a minimum 5 foot of separation, as required by DOH. Justification for Change The excavation will have less of an impact on surrounding utilities and private property. These changes are reflected in red lined plan sheets C1.02 and C1.03. The credit is based primarily on restocking of manholes. Cost Summary ID Description Unit Amount 001 Foster Point — Realign Sewer on 56th Avenue LS ($5,906.40) Additional Time for Change No additional time is granted for this change. Location: ® Foster Point ❑ Allentown Taxable Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm R:\60005346 Tukwila - On Call Services\Supplement No. 1 - Adler -down \600 Construction \616 Plan Changes_Design Rev isions\Issue 001 - FP Sewer Re-Alignment\Change Order DRAFT Issue 001 REVISED 091906.doe Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: Name of Change CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 006 September 19, 2006 01 -SW 02 BUDGET NO.: 412.02.594.383.63.98 CONTRACT NO.: 06-043 C� Allentown / Foster Point Water and Sewer Improvements Extension of 12" Storm Drain at Sta. 24+10 TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). 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 serviccessary for the work above specified, and will accept as full payment therefore the prices shown above and be ACCEPTED: Date: By: Original Contract (wi out tax) $ 6,539,000.00 Previous Change Order $118,846.22 This Change Order (without tax) $1,104.28 crREV. CONTRACT AMOUNT $6,658,950.50 By:) Contractor: R.L. Alia Company Title: APPROVED BY THE CITY OF TUKWILA Date q_ 7 - L ; Additional Calendar Days for this change: One (1) day Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File r Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 06 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change Extension of 12" Storm Drain at Sta. 24+10 (Issue 014) Change Order Narrative Description of Change Sheet C3 of C5 for the Allentown Ditch indicates the connection of the new pipe from CB 6 to the existing pipe. The change is to extend approximately 21 LF of 12 storm drainage from CB 6 to the existing CB to the SE. An additional work day is granted for the added work. Justification for Change City maintenance determined a direct connection to the existing catch basin would provide for a better long term installation and reduce maintenance costs. The work resulted in the pipe crew working nearly an entire day on this connection. Cost Summary ID Description Unit Amount 014 Foster Point — Extension of 12" Pipe at Station 24+10 LS $1,104.28 Additional Time for Change One (1) day Location: ® Foster Point Taxable ® Yes ❑ No ❑ Allentown Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ['Sidewalk ® Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 05 DATE: September 19, 2006 BUDGET NO.: 402.02.594.353.63.21 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 (&T') PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Revised SS Profile on 44th Place, S 122nd Street and 515' Place S TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, th., ill provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all service - .sary for the work above specified, and will accept as full payment therefore the prices shown above and belo ACCEPTED: Date: 2 G 0 Contractor: R.L. Alia Company By: Title: Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $10,999.22 $107,847.00 $6,657,846.22 Additional Calendar Days for this change: Zero (0) days Date APPROVED BY THE CITY OF TUKWILA y- By: cr-rp fn1 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Sheet 2 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 05 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Revised SS Profile on 44th Place, S 122nd Street and 51st Place S (Issue 008) Change Order Narrative Description of Change As noted in RFI No. 34, the sanitary sewer profiles along 44th Place South, S. 122nd Street, and 51st Place South have been adjusted. Revised plan sheets 2 through 10 have been issued under separate cover. The profile for the sanitary sewer along these 3 roads is being raised in an effort to minimize the amount of dewatering on the project, while still providing sewers at a depth which will serve current and future development. This will not only reduce dewatering, but also reduce excavation, backfill, and the depth of sanitary sewer manholes. Justification for Change This change resulted in a significant reduction in the amount of dewatering needed for the pipe installation along 44th Place, 122nd Street and 50th Avenue South. Test holes dug in the vicinity showed a higher than anticipated groundwater table than stated in the geotechnical report. The result of the change in profile reduced the overall length of trench requiring dewatering by means of wells from 1,200 LF to 500 LF. The total cost for dewatering the 1,200 feet was estimated to be $275,000. The actual costs of dewatering the 500 feet of trenchline was $116,847. The reduction in the amount of excavation and other related profile adjustments resulted in a credit of $9,000. The net result is an increase to the contract of $107,847.00. Page SP -174 of the Special Provisions, states that force account will be utilized for payment of dewatering wells beyond the originally planned quantity of 8, which were used elsewhere. Cost Summary ID Description Unit Amount 008 Allentown — Revised SS Profile on 44th Place, S 122nd Street and 51st Place S LS $107,847.00 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes ❑ No Funding Source ❑ All work ❑ Roadway ® Sanitary Sewer ❑ Water ['Sidewalk 111 Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 04 4 DATE: August 30, 2006 BUDGET NO.: 401.02.594.343.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Watermain modification on S. 125th Street TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: D By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: $6,539,000.00 $5,504.73 Date $5,494.49 $6,549,999.22 By: Additional Calendar Days for this change: One (1) day APPROVED BY THE CITY OF TUKWILA q /A— Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 4 Sheet 2 of 2 ('ITV OF TIJKWII A CONTRACT CHANGE ORDER NO. 04 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change Allentown — Watermain modification on S. 125th Street (Issue 011) Change Order Narrative Description of Change Based on field review of the soil conditions, it beame apparent that the bank stability of along the Duwamish River (from Station 15+00 to 17+00 on plan sheet 15 of 70) was suspect. Installation of the waterline with planned mechanical joins could have resulted in failure of the line. To strengthen this section of pipe, 300 LF of restrained joint pipe will be added in this vicinity with 2 additional gate valves being added to the project to provide additional isolation should a leak or slope failure occur. This work is shown on the attached sketch, and made part of this change order. Justification for Change The pipes can be restrained by the use of field lock gaskets. City of Tukwila's re -design included a valve past the fire hydrant on each side. Cost Summary ID Description Unit Amount 011 Allentown — Watermain modification on S. 125th Street LS $5,494.49 Additional Time for Change One (1) day Location: ❑ Foster Point Taxable ® Yes ❑ No ® Allentown Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ® Water ❑Sidewalk ❑ Storm Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 03 (G) DATE: August 29, 2006 BUDGET NO.: 401.02.959.300.63.18 PROJECT NO.: 01-SW02 CONTRACT NO.: 06-043 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE: Allentown — Gingko Tree Caliper Reduction to 1.75" TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date: By: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: $6,539,000.00 APPROVED BY THE CITY OF TUKWILA $6,479.73 Date -$975.00 $6,544,504.73 By: cro Additional Calendar Days for this change: Zero (0) days. Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File k �� d V -(U1K S Sheet 2 of 2 ('ITY OF TI IKVV11 A CONTRACT CHANGE ORDER NO. 03 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change Allentown — Gingko Tree Caliper Reduction to 1.75" Change Order Narrative Description of Change The Contractor was unable to locate a supplier who could guarantee availability of the 39 Ginkgo trees with a 2" caliper, as specified. In lieu of the specified tree, the Contractor proposed substituting the required 2" Gingko trees with 1.75" Gingko trees, offering a $25.00 credit per tree. The trees are slated to be installed on the east side of 42nd Avenue South. Justification for Change Specified trees are unavailable, and credit is reasonable. Cost Summary ID Description Unit Amount 009 Allentown — Gingko Tree Caliper Reduction to 1.75" LS ($975.00) Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable ® Yes No Funding Source ❑ All work ® Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk ❑ Storm , & 04 3(19) Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 02 (b) DATE: August 30, 2006 BUDGET NO.: 412.02.594.383.63.98 PROJECT NO: 01-SW02 CONTRACT NO.: 06-043 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements NAME OF CHANGE Allentown Ditch – Extension of 12" DIP at Sta. 21+71 TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. f� ACCEPTED: Date; By: — Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor: R.L. Alia Company Title: $6,539,000.00 $5,631.05 Date $848.68 $6,545,479.73 By: Additional Calendar Days for this change: Zero (0) days APPROVED BY THE CITY OF TUKWILA 51/4/4, VSSOLA— Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File• M dr d vim` Sheet 2 of 2 PITY OF TUKWII A CONTRACT CHANGE ORDER NO. 02 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of Change: Allentown Ditch — Extension of 12" DIP at Sta. 21+71 (Issue 005) Change Order Narrative Description of Change For the Allentown Ditch portion of the project, replace the existing pipe at Sta. 21+71 with 26 LF of Class 50 Ductile Iron Pipe. The existing pipe was found to be in poor condition, warranting replacement. Ductile Iron Pipe is being used due to low cover and close proximity to existing water and gas lines. The plan indicates that the pipe is an existing 18" culvert. The actual pipe was found to be 12". This pipe will commence fro Structure 5 at Sta. 21+71.93 (14.14' RT) and proceed North. Justification for Change Pipe not shown properly in the base map, and general poor condition made replacement necessary. Cost Summary ID Description Unit Amount 005 Foster Point — Extension of 12" DI Pipe for Storm LS $848.68 Additional Time for Change No additional time is warranted for this change. Location: ❑ Foster Point ® Allentown Taxable Yes ❑ No Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ❑Sidewalk ® Storm R.\60005346 Tukwila - On Call Services\Supplement No. 1 • Allentown\600 Construction\613 Contract Changes Change Order 2\CO 2 Issue 005.doc Sheet 1 of 2 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 (-c,� August 30, 2006 01 -SW 02 BUDGET NO.: 412.02.594.383.63.98 CONTRACT NO.: 06-043 Allentown / Foster Point Water and Sewer Improvements Foster Point - 130th / 56th Avenue Storm Drain Realignment TO: R.L. Alia Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See attached page(s). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: By: 1si I 04 Contractor: R.L. Alia Company Title: Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,539,000.00 $0.00 Date $5,631.05 $6,544,31.05 By: Additional Calendar Days for this change: Two (2) days APPROVED BY THE CITY OF TUKWILA Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File / SFol o) Og.16, N/3( -S Sheet 2 of 2 CITY OF TI WWII A CONTRACT CHANGE ORDER NO. 01 PROJECT NAME: Allentown / Foster Point Water and Sewer Improvements Name of change Foster Point - 130'h / 56th Avenue Storm Drain Realignment (issue 003) Change Order Narrative Description of Change The original design had the storm line crossing through private property at the SW corner of S. 130th Street and 56th Avenue South (plan sheet 1.03, 2.01, and 2.02). In addition to this, a related storm run to the east on S 130th Street crossed a high pressure gas line at a slight angle, requiring a significant amount of protection of the high pressure gas line. A redesign was performed to alleviate the encroachment onto private property, ease the crossing of the gas line, and better match the outlet catch basin. This change included the following, items of work: modify location of catch basins 31, 32, Stormceptor 3, catch basin 12A, 12B, deleting Catch Basin 33 and connecting to Catch Basin 34; potholing 56 th and 130th for 130th and 56th Storm. Justification for Change This revision is to minimize the impact to the 20" gas line, the water line, the existing force main on 130th South, and to eliminate encroachment onto private property. Cost Summary ID Description Unit Amount 002 Foster Point - 130th / 561h Avenue Storm Drain Realignment LS $5,631.05 Additional Time for Change Two (2) working days. Location: ® Foster Point Taxable ® Yes ❑ No ❑ Allentown Funding Source ❑ All work ❑ Roadway ❑ Sanitary Sewer ❑ Water ['Sidewalk ® Storm R.\60005346 Tukwila - On Call Services\Supplement No. 1 - Allentown\600 Construction\613 Contract Changes\Change Order No. 1\CO 1 Issue 003 doc C-1 AGREEMENT FORM CONTRACT NO. OZ-' THIS AGREEMENT is made and entered into on this / % day of �A^. 7, , 20c �, , by and ' between the City of Tukwila, Washington ("Owner") and , L.�'.tdr <'t - ("Contractor"). Now, therefore the parties a ee as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Allentown/Foster Point Water and Sewer Improvements, Project No. 01-SW02, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor by the Network Analysis Schedule method as required by Special Provisions Section 1-08.11, and as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed to Contractor. The Work under this Agreement shall be compieted within the time specified in the Proposal. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON R. L - A LI P4 By: Owner 1\1 - Attest: Attest: 74 This / / day of Mayor 20 el.,' City Clerk By: Cont Title: Attest: This I c -4'k day of 4f'R, c. , 20 00 �2 7, /6I MLS Rev. 2004 Agreement Form C-2 Approved as to Form: Contractor's License No. AL=C-* 104 -Pr t rA ttey Address for giving notices: iQ 3oo bice 1l ✓d 57 /26) Address for giving notices: /0 -7 tit)/ L. Li elms 4 vE 5 /Pc,J7,J, r }A %cuss Rev.2004 C-3 PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 52BCSDN8070 We, R.L. ALIA COMPANY ,and HARTFORD FIRE INSURANCE COMPANY (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 sIx MILLION NINE HUNDRED EIGHTY TWO THOUSAND FOUR HUNDRED THIRTY TWO DOLLARS AND 00/100 Dollars ($ 6,982,432.00 ), 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 Performance Bond is provided to secure the performance of Principal in connection with a contract dated , 20_ , between Principal and Owner for a project entitled Allentown/Foster Point Water and Sewer Improvements, 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 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. PROVIDED, however, that after the Final Acceptance of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this Performance Bond shall be reduced to the sum of SIX HUNDRED NINETY EIGHT THOUSAND TWO HUNDRED FORTY THREE DOLLARS AND Dollars ($ 698,243.20 ) (10% of Total Bid Price), to insure against all defects appearing 20/100 or developing in the material provided or workmanship performed under this Contract within one year after Final Acceptance. The liability of Surety shall be limited to the penal sum of this Performance Bond. Rev. 2004 Performance Bond C-4 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 Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this 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 Performance Bond without the prior written consent of Surety. This 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 day of , 20 R.L. ALIA (» PANY HARTFORD FIRE INSURANCE COMPANY incipal Sur Signature of Authorized Official Signature of Authorized Official By DEANNA M. MEYER Title Attorney in Fact (Attach Power of Attorney) Name and address of local office of PARKER, SMITH & FEEK. INC. agent and/or Surety Company: 2233 112TH AVE. N.E. BELLEVUE, WA 98004 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. Rev.2004 POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: Direct Inquiries/Claims to: THE HARTFORD BOND, T-4 P.O. Box 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax.. 860-757-5835 Agency Code: 52-815037 X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Charles A. Szopa, Barbara R. Johnson, Marie 1. Matetich, David L. Eckroth, Karen A. Hunt of Anchorage, AK; Peter H. Hammett, Carl Newman, Karen P. Dever, Deanna M. Meyer, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, April L. Champagne, Scott Fisher, Stephen J. Wachter of Bellevue, WA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 0,2-„,,x)y Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. COUNTY' OF HARTFORD On this 4th day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Hartford David T. Akers, Assistant Vice President Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2007 I, the undersigned, Assistant Vice President of the Companies, 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 still in full force effective as of Signed and sealed at the City of Hartford. Gary W. Stumper, Assistant Vice President POA 2005 Additional Insured -Automatic - Owners, Lessees Or Contractors Broad Form ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'l. Prem Return Prem. CP0286246703 10/01/2005 10/01/2006 10/01/2005 73791000 $N/A $N/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. WHO IS AN INSURED (Section H) is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and advertis- ing injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if: 1. The "bodily injury" or "property damage" results from your negligence; and 2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from: a. Your ongoing operations; or b. "Your work" completed as included in the "products -completed operations hazard", performed for the additional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. b. That is not provided to you in this policy; or That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: 1. `Bodily injury", "property damage" or "personal and advertising injury" that results solely from negligence of the addi- tional insured; or U -GL -1175-A CW (9/03) Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 2 ALIACOMPICERT05 - Revised 2. `Bodily injury", "proper, image" or "personal and advertising injury" ing out of the rendering or failure to render any professional architectural, engineering or surveying services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim: 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by an- other insurer under which the additional insured also has rights as an insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in- surance available to any additional insured person or organization unless the other insurance is provided by a contractor other than you for the same operations and job location. Then we will share with that other insurance by the method de- scribed in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as writ- ten. U -GL -1175-A CW (9/03) Pagc2of2 ALIACOMPICERT05 - Revised P-1 PROPOSAL (unit price) Contractor's Name R. L. /t --'A 02P1 Contractor's State License No. %c L4 L.rC. '+ io , r City of Tukwila Project No. 01-SW02 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 Allentown/Foster Point Water and Sewer Improvements, which project includes but is not limited to: Construction of approximately 11,000 linear feet of 8" PVC gravity sanitary sewer, 900 linear feet of 4" diameter force main, 2 sanitary sewer lift stations with generators and control buildings, 10,700 linear feet of 6" through 12" ductile iron water lines, installation of 15 fire hydrant assemblies, the filling in of the ditch next to South 122"d Street, installation of 6,000 linear feet of 8" through 30" diameter storm drain, water valves, connection of existing water services, fire hydrants, fittings, storm/sanitary manholes, connections to existing systems, 6" PVC side sewers, bypass pumping, dewatering and treatment, testing, wastehaul, compaction, backfill, surface restoration, erosion control, safety systems, traffic control, asphalt paving, trench restoration, stormwater system improvements, curb and gutter, sidewalk, landscaping and associated work as further specified and shown in the Contract Drawings. The bidder has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following proposed prices. The Bidder hereby understands that this proposal is a firm fixed price covering all work detailed in the plans and specifications. As evidence of good faith, (check one) g bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required 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. 52 - Bidder Bidder shall attain Substantial Completion in all respects within *-89"calendar days from the date of written Notice to Proceed. If the work is not substantially completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not substantially complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Rev. 2004 Proposal P-2 Allentown/Foster Point Water and Sewer Improvements Project No. 01-SW02 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Show unit prices in both words and figures (ink or typed), and where conflict occurs, the written or typed word shall prevail. 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. SCHEDULE A - BASE BID Item No. Item Description Quantity Unit Unit Price Amount A-1 ALL WORK Lump Sum Lump Sum - v (,5/9 a 5/x rn(L.:L./�N �,,/r Mj,,i/n/eGSrq, /i//'E7E "7"y4,/s�v6 and ko /100 Dollars A-2 Trench Safety Systems Lump Sum Lump Sum— 23, vw .0 0 cx� . 7"4:-iviy / ffwus A and /100 Dollars Schedule A — Subtotal $ .53�, ve=t) 8.8% State Sales Tax (except on Roadway Items*) $ 9413, 41 32 -- TOTAL 2— TOTAL PROJECT COST (Schedule A Only) $ . 922-, 932 - SCHEDULE B - UNIT PRICE OVERRUN ITEMS (See P-3 for explanation) Item No. Item Description Quantity Unit Unit Price Amount B-1 Unsuitable Foundation Excavation C.Y. °o %/7/2: y and ti'' /100 Dollars B-2 Pit Run Trench Backfill Ton 25—" `77-4J,:;:larY Fi✓(� and No /100 Dollars B 3saddle Installation domestic water service with 1" Type K copper line, meter box, corp stop, and meter set (up to 50') and A/ , /100 Each Dollars 3,OCO _ // er - / /- u i , D B-4 6" side sewer from main to ROW installed with all wyes, connections, fittings, market trema ina. bedding and backfill 1 I 1 Each 5,000" roc -7/.4,a_<-4,1b and Mt v /100 Dollars Rev. 2004 Proposal P-3 SCHEDULE C - ADDITIVE ALTERNATE: PLAN SHEETS AND ITEMS MARKED "NOT IN CONTRACT (N.I.C.)" Item No. Item Description Quantity Unit Unit Price Amount C-1 ADDITIVE ALTERNATE — ALL WORK Lump Sum Lump Sum 000— 2 75, 0 ._ —ruck) avAIMC--' SE•vei,iy A i 'uw 4 Jo and ' /100 Dollars C-2 ADDITIVE ALTERNATE —Trench Safety Systems I Lump Lump Sum ( Sum _ ' /7 V --ri-tls4.7,44 and cA, /100 Dollars Schedule C — Subtotal $ 8.8% State Sales Tax (except on Roadway Items*) $ SCHEDULE C — TOTAL COST $ ° - moo, NOTE: If unit price items exceed plans and specification quantities or limits, Schedule B prices shall be used. Schedule B will not be a basis for bid award and won't be tabulated for bidders. BASIS OF BID AWARD WILL BE ON SCHEDULING A — BASE BID (ITEMS A-1 AND A-2). SCHEDULE C — ADDITIVE ALTERNATE, MAY OR MAY NOT BE AWARDED, DEPENDING ON DIFFERENCE BETWEEN BASE BID AND CITY BUDGET. *AII ROADWAY items required to be grouped for reporting are partially tax exempt per Rule 171 and all required taxes shall be included in the prices (see Std Spec Section 1-07.2(2) (APWA Only), Div. 1-99, Pages 1-130. Items that are subject to the 8.8% State Sales Tax are: 1) Sanitary sewer installation including pipe, trenching, backfill and services. 2) Water installation including pipe, trenching, backfill and services. Taxable items should be shown in the Network Analysis Schedule (NAS) under Section 1-08.11. Rev. 2004 Proposal P-4 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt 1 -4 8/06 2 27//51(>6? 4 Addendum No. Date of Receipt 3/z 3V NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that he has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Performance Bond is (Name) Bidder: Signature of Authorized Official: Printed Name and Title: Address: of W(.1 (Address) l � c#74-44 L . At -/A /4f 4E -Ad( /07 14/ f(1. /Awls Ak s. Re-fi roti, t,✓4. 770511 Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: WAsifiNC,7)Ai Corporation Phone No.: (i2-5-) Date: 2 - off, This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank they will be entered as $0.00 no charge. Rev. 2004 P-5 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ) • Bid Bond: The undersigned, R.L. ALIA COMPANY (Principal), and HARTFORD FIRE INSURANCE COMPANY (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of FIVE PERCENT (5% OF TOTAL AMOUNT OF BID -- dollars ($ ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for Allentown/Foster Point Water and Sewer Improvements, Project Nos. 01-WT02, 01 -SW02 and 01-DR02, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all other respects perform the Contract created by the acceptance of said Proposal, then this Bid Security shall be released: otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 28TH day of FEBRUARY , 20 06• R.L. ALIA COMPANY Signature o' Authorized Official Title Name and address of local office of agent and/or Surety Company_ HARTFORD FIRE INSURANCE COMPANY Surety By ' Attorney in Fact (Attach Power of Attor DEANNA M. METER PARKER, SMITH & FEEK, INC. 2233 112TH AVE. N.E. BELLEVUE, WA 98004 y 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, Rev. 2004 ?'OWER OF . TTORNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: THE HARTFORD BOND, T-4 P.O. Box 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 Agency Code: 52-815037 X X X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Charles A. Szopa, Barbara R. Johnson, Marie L Matetich, Alissa M. Stevens of Anchorage, AK; Peter H. Hammett, Carl Newman, Karen P. Dever, Deanna M. Meyer, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, April L. Champagne, Scott Fisher of Bellevue, WA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. COUNTY OF HARTFORD On this 4th day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Hartford David T. Akers, Assistant Vice President CERTIFICATE Scott E. Paseka Notary Public My Commission Expires October 31, 2007 I, the undersigned, Assistant Vice President of the Companies, 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 still in full force effective as of . FEBRUARY 28 , 2006 Signed and sealed at the City of Hartford. POA 2005 Coat �t �' 1979 /g t 19791' MMMywfl*fl Gary W. Stumper, Assistant Vice President P-6 NON -COLLUSION AFFIDAVIT STATE OF WASHINGTON ) ) ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named Allentown/Foster Point Water and Sewer Improvements, Project Nos. 01-WT02, 01-SW02 and 01-DR02. Signature of Authorized Official Signed and sworn to before me on this 2R'71 day of pcc., ' Signature df Notary Public in and for he State of Washington My appointment expires: s" --c. SEAL 011111N, \\\ ? M K/E i'i • My COMM 9u5 25 2 1075 O =N� .�— , o f W P`�, j,\\\� Title , 20 06 . Rev. 2004 P-7 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: / 4/4 6/M4 -Ay Address of Bidder: /o7 til/ LLIMO3- ,4ve 5 hAtrt411 (AM ?go Ls -- City State Zip Code Contractor's License No. A-ALrc-J��� PT Contractor's State Tax No. C C "(P 37S Dept. of L&I Bond Registration No. Worker's Comp. Acct. No. 3j. - a Bidder is a(n): ❑ Individual 0 Partnership 0 Joint Venture Si -Incorporated in the state of W4 List business names used by Bidder during the past 10 years if different than above: /1/4IOAIE Bidder has been in business continuously from Year Bank Reference 194114 uF 1141E -KP -4 p C hCG Bank Account Officer No. of regular full-time employees: 1 Z Number of projects in the past 10 years completed. _ ahead of schedule - e ind schedu e Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 3/ -4' years. As a subcontractor for years. (2-00 62 9'3 Officer's Phone No. on schedule List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder ((�� #.4..0.41:1tc-1Z, pa. -c -r /!14(2 /C3 (#.4-440 Z. �Li4 PP1.i ciper t r"Aemm a S.nicc /Ntcp i7�✓ »1 vk 6/4 -Ka. su , Aioeur Vents - '3r -11-5,A/ s 2 r A/ /t9 C 6o v M /Lcry!?Ar+/ /C yc ti- Rev. 2004 Responsible Bidder Determination Form P-8 List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner/Reference Name and Phone S A`r*1i List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Project Amount or Litigated of Claims P4 -(21c 4 9 v 5-c�v c sv, c o C u14'Te 2 -m4a, ir'EA.4zC�n E&r 1.0a). QW -5 O ' , c)a) Has Bidder, or any representative or partner thereof, ever failed to complete a contract? 51. No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? %No ❑ Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? 5I'No 0 Yes If yes, give details: Rev.2004 Responsible Bidder Determination Form P-9 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? LI No 0 Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? BI" No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? ®'No 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge) The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Pr rDevr Date: Rev.2004 P-10 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT f Kom krsu 6O0 ,,7 y 6uuD ow,j i<odnk-r14 'S/(0 f', cis -0 C, -r c -2-) ` 7T 1 AA, "?y i N 5r0 C A -F CZE " f YY /0 y% D. -77aucki (it) '7�� '7� Puf /,mss (y) `7P- 'Q, 1,-o y � ?J L �'L • 7 (49e----auIPS S r -77 z4.1 Lau `7t) ,\/ 1t Labor to be used: Ilexky Liu(iv/id-Air OPERfTve-s) 1 P )esj L j, 7L.J 1 rL�Ci6RS% IZ �Qt✓en f /nEci-f /ics j 01 C. J -./1-6/1M-xi. ---Cil PET- f Go -re AI teal - 4t,4 (,irn y Nam Bidder Signature o Authorized Official i DE -747— Title Rev. 2004 P-11 PROPOSED SUBCONTRACTORS Name of Bidder R L • /4/4 �v0A°i7 The following is a list of the heating, ventilation and air conditioning, plumbing and electrical subcontractors that will be used in the work if the Bidder is awarded the contract. In accordance with RCW 39.30.060, revised in 1999, this only applies to contracts expected to cost one million dollars or more. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Schedule/Bid Item Numbers Name Subcontractor will perform % of Total Bid -s/- /21 N©c - / % ),1- L. ,4L,4 7,6,1-A6 I-FU/� ELE7%lt(-. Rev. 2004 R. L. ALIA COMPANY CONTRACTS COMPLETED Projects completed in the last 8 years: Maple Road Sewer Collection Extension — Alderwood Water District $ 450,000 (425) 743-4605 Arden Blackledge Completed in 1998 85% with Alia forces Sanitary, Storm Sewer & Water Main Improvements — City of Everett $ 580,000 (425) 257-8931 Tom Fuchs Completed in 1997, 90% with Alia forces Lift Station # 7/8 Upgrade — City of Everett $ 1,300,000 (425) 257-8931 Tom Fuchs Completed in 1998, 75% with Alia forces AC Watermain Replacement — Coal Creek Utility District $ 750,000 (425) 235-9200 Tom Peadon Completed in 1998, 90% with Alia forces "B" Street Sanitary Sewer Interceptor — Pierce County $ 3,500,000 (253) 798-4050 Robin Ordonez Completed in 1999, 85% with Alia forces Evergreen Way Improvements — City of Everett $ 2,200,000 (425) 257-8931 Tom Fuchs Completed in 1999, 70% with Alia forces Lift Station No. 10 By -Pass Project — City of Everett $ 1,125,000 (425) 257-8931 Tom Fuchs Completed in 1999, 75% with Alia forces Lift Station No. 4 Force Main — City of Everett $ 450,000 (425) 257-8931 Tom Fuchs Completed in 1999, 90% with Alia forces Sewer Main Replacement — Phase I — SW Suburban Sewer District $ 1,000,000 (206) 244-9575 Jodie Baker Completed in 1999, 85% with Alia forces Sewer Main Replacement — Phase II — SW Suburban Sewer District $ 1,950,000 (206) 244-9575 Jodie Baker Completed in 2000, 65% with Alia forces Page 2 Sanitary Sewer Realignment @ 18600 SR -99 — City of Lynnwood $ 60,000 (425) 775-1971 Kevin Kinsella Completed in 1999, 90% with Alia forces 9th Street SW Improvement Project — City of Puyallup $ 875,000 (253) 841-4321 Bob Ackridge Completed in 2000, 70% with Alia forces Stevens Way Repaving — University of Washington $ 590,000 (206) 221-4382 Ivan Turner Completed in 1999, 75% with Alia forces Snohomish Cascade Pipeline — Alderwood Water District $ 750,000 (425) 743-4605 Arden Blackledge Completed in 1999, 85% with Alia forces Sunny Hills Interceptor — Sammamish Plateau Water & Sewer District $ 1,300,000 (425) 392-6256 Kyle Wong Completed in 2000, 80% with Alia forces Abandoned Sea Wall — King County $ 295,000 (206) 684-1010 Gary Ikeda Completed in 1999, 85% with Alia forces ULID S-18 — Sammamish Plateau Water & Sewer District $ 70,000 (425) 392-6256 Tim Wallace Completed in 1999, 90% with Alia forces ULID 96-02 — Alderwood Water District $ 800,000 (425) 743-4605 Arden Blackledge Completed in 2000, 80% with Alia forces 1999 Small Sewer Projects — Northshore Utility District $ 500,000 (425) 398-4400 John Hastig Completed in 2000, 85% with Alia forces Holly Park Infrastructure — Seattle Housing Authority $ 4,900,000 (206) 619-3525 Carter Hart Completed in 2002, 85% with Alia forces Sanitary Sewer and Water Main, Fulton Street — City of Everett $ 1,100,000 (425) 257-8931 Tom Fuchs Completed in 2001, 85% with Alia forces Page 3 Silver Crest Lift Station — Silver Lake Water District $ 300,000 (425) 337-3647 Bruce Nelson Completed in 2001, 90% with Alia forces Waterline Replacement Segment 3A — City of Anacortes $ 2,600,000 (360) 293-1920 Gordon Bruchner Completed in 2001, 90% with Alia forces Big K Sanitary Sewer & Lindental — City of Kent $ 950,000 (253) 856-5500 Pete Tenerelli Completed in 2001, 90% with Alia forces Auburn/Redondo Siphon — Lakehaven Utility Distrcit $ 650,000 (253) 946-5430 John Lee Completed in 2002, 85% with Alia forces Lincoln Reservoir Valve Vault & Bypass Pipeline Replacement — City of Seattle $ 1,950,000 (206) 423-2603 David Tucker Completed in 2002, 75% with Alia forces Clearview Pipeline — Alderwood Water District and the Clearview Group $ 11,000,000 (425) 881-1100 Harry Dunham 99% complete as of Apr. 2003, 95% completed with Alia forces ULID No. 9 Booster Pump Station — King County Water District #119 $ 65,000 (253) 952-7797 Joe Dominczyk Completed in Jan. 2003, 85% with Alia forces CT Detention Pipeline and Park Improvements — City of Renton $ 857,000 (425) 430-7295 J.D. Wilson Completed in 2003, 85% with Alia forces Sewer Contract 2002-3 — Northshore Utility District $ 920,000 (425) 398-4400 Jack Stillwell Completed in 2003, 90% with Alia forces Des Moines Field House Improvements — City of Des Moines $80,000 (206) 870-6568 Corbitt Loch Completed in 2003, 90% with Alia forces Combined Sewer Improvements "E" — City of Everett $1,000,000 (425) 257-8931 Tom Fuchs Completed in 2004, 90% with Alia forces Page 4 51st Ave SW Storm Drains — City of Federal Way $50,000 (253) 661-4015 Fei Tang Completed January 2004, 90% with Alia forces 2003 First Ave South Sewer Bypass — Lakehaven Utility District $200,000 (253) 946-5430 John Lee Completed in October of 2004, 80% with Alia forces Fredrickson Trunk Sewer — Pierce County $1,700,000 (253) 798-4050 Arnie Sheppard Completed November 2004, 85% with Alia forces Northend Basement Flood Reduction "F" — City of Everett $1,700,000 (425) 754-6588 Al Rosenzweig Completed in March 2005, 90% with Alia forces Pump Station Rehabs — City of Renton $120,000 (425) 430-7206 Michael Benoit Completed in November 2005, 85% with Alia forces 90th Place SW Sewer Replacement — Olympus Terrace Sewer District $580,000 (425) 353-6000 Roger Darling Completed in September 2005, 85% with Alia forces Lincoln High School Sewer/Storm Line Upgrades — Seattle School District No. 1 $760,000 (206) 587-0473 Ian Kell Completed in September 2005, 90% with Alia forces Woodridge Open Space Storm Water Improvements — City of Bellevue $220,000 (425) 452-6977 Chris Brookes Completed in November 2005, 90% with Alia forces CDS Pump Station Elimination — Val Vue Sewer District $430,000 (206) 242-3236 Dan Dick Completed in December 2005, 75% with Alia forces