Loading...
HomeMy WebLinkAbout20-038 - Saybr Contractors, Inc - Public Works Fleet and Facilites Building -- Paint Booth DemolitionPublic works Fleet and Facilities and Minkler Shop improvement CA revised December 2016 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CITY OF TUKWILA Short Form Contract Contractor/ Vendor Name: Saybr Contractors, Inc. Address: 3852 South 66th Street Tacoma, WA 98409 Telephone: 253-531-2144 20-038 Contract Number: Council Approval 3/23120 Project No, 91630601 Budget Item: Demolition 91630601.3000.124 and 306.98.594.480.62.00 Project Name: Public Works Fleet and Facilities Building — Paint Booth Demolition Please initial all attachments, then sign and return copies one and two to: City of Tukwila, Public Works Department, 6200 Southcenter Boulevard, Tukwila, Washington 98188. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this 5 day of VI 0%, 2020, by and between the City of Tukwila, hereinafter referred to as"City", and Saybr Contractors, Inc. , hereinafter referred to as "Contractor." The City and the Contractor hereby agree as follows: 1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as If fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. TIME OF COMPLETION. The work shall be commenced on May 4, 2020 and be completed no later than JuIv3i. 2020 . 3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $106,615.54 at a rate of N/A , except by written agreement of the parties. 4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 5. PAYMENTS. The City shall make payments on account of the contract at completion of the project. 6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the work, provided the contract is fully performed and accepted. / 9/:. Page 1 7. CONTRACT DOCUMENTS. • The contract includes this Agreement, Scope of Work and Payment Exhibit • The intent of these documents is to include all labor, materials, appliances and services of every kind necessary for the proper execution of work, and the terms and conditions of payment therefore. The documents are to be considered as one, and whatever is called for by any one of the documents shall be as binding as if called for by all. The Contractor agrees to verify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. 8. MATERIALS, APPLIANCES AND EMPLOYEES. • Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools, water, power and other items necessary to complete the work. Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. Contractor warrants that all workmen and subcontractors shall be skilled in their trades. 9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the execution of the work shall be secured and paid for by the Contractor. Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. 10. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to any act or neglect. 11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times. 12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved. 13. CORRECTION OF WORK. The Contractor shall re -execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. 14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contract or, at the City's option, may terminate the contract and take possession of all materials, tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City. 15. PAYMENTS. Payments shall be made as provided in the Agreements. Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. CA revised December 2016 Page 2 16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with alminimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement, There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Com ensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. D. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. CA revised December 2016 Page 3 G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business -days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 17. PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction a performance bond at 100% of the amount of the contract and in a form acceptable to the City. In lieu of bond for contracts less than $25,000, the City may, at the Contractor's option, hold 5% of the contract amount as retainage for a period of 30 days after final acceptance or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens, whichever is later, 18. LIENS. The final payment shall not be due until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien, 19. SEPARATE CONTRACTS. The City has the right to execute other contracts in connection with the work and the Contractor shall properly cooperate with any such other contracts. 20. ATTORNEYS FEES AND COSTS. In the event of legal action hereunder, the prevailing party shall be entitled to recover its reasonable attorney fees and costs. 21. CLEANING UP. The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the work, shall remove from the premises all rubbish, implements and surplus materials and leave the premises clean. 22. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractors waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 23. PREVAILING WAGES. The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with RCW 39.12.040. 24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 25. ENTIRE AGREEMENT. MODIFICATION. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised December 2016 Page 4 26. SEVERABILITY AND SURVIVAL. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 27. NOTICES. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 28. APPLICABLE LAW; VENUE; ATTORNEY'S FEES. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above written. CITY OF TU By: jrZhi Signature Printed Name: Allan Ekbero, Mayor Date: 5 /5 /24)247 ATTEST/A,! qt7.i.FN11CATE e34 0.6,7(a.he,t City Clerk, Christy Oflaherty APPRLIA:6;i'Crs RM: ezweet,- eoti,t9 BY: Office of the City Attorney By: Signs Printed Name: Title: •-(611C0L-1 Date: 70fr CA CA revised December 2016 Page 5 E.-K~~b^t A u�ilding Relationships SCOPE OF WORK Date: February 11'2O2B Contract Name and No.:City ofTukwika#l8S0237 Project Name: Heiser Building Paint Booth Demolition Bid No.: 02 Work Location: Heiser Building 1l21DTukwila International Blvd Tuhwita,VVA981Q8 SaybvProject Manmger:}ohmPaUottm,2S3-96l'O490 Work Hours: Day shift Monday through Friday, including overtime hours ifrequired Estimated Duration: 4SDays following NTP Long Lead Items: NA Project Summary: Demolish three paint booths. GENERAL INFORMATION: This Scope of Work is based on the information received from the City of Tukwila representative Hari Ponnmkantiatthe Joint 5co[�inBMeeting held onNovember l3,2O19. Performance ofall work will hm|maccordance with all OSHA and Washington DUSHrequirements. DaNyjob site cleanup is required before the work crew leaves the site each day and final clean-up is required prior tofinal inspection and acceptance. Contractors will beresponsible for their own waste disposal. Project requires State of Washington prevailing wages to be paid, including filing intents to pay, certified payroll, and affidavits ofwages paid. Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager TECHNICAL SCOPE OF WORK: 1. General Construction All work performance shall be completed in accordance with the all local, city, and state AHJ requirements and regulations. Provide all labor, materials, and, equipment to complete the following work package to the extent necessary to complete the intended scope of work including all parts, pieces, and'components: 2. Permitting I.1. Provide demo and new floor plans. 1.2. Provide duct capping details. 1.3. Review drawings with City prior twpermit submission. 1.4. Stampand aign dravvioga. 1.5. Complete form and other items necessary for permits. 1.6. Provide printed drawings and submit permits. Page SaybrContractors, Inc. ..~. Building Relationships 2' Paint Booth Demolition 2.2- Demolition qfpaint booths 2.1.1.Three paint booths tobcdemolished. Original model numbers: Go|danvvestTDSD4ODK4s/n:O3, 2518A,Go|denwes TDSD400Mn/n: 0l-2.S2SA,and Go|deowmvtTDSD7ODK4s/n:02'Z53SA. 2.1.2.W1eiaUwill bctaken tnalocal recyderper City regulations. 2.1.3. Cleanup and properly dispose of all general construction debris off site. 3. HVAC and piping 3.1. Piping 3.1.l. Demo %" &D° Air Drops tn Paint Booths 3.1.2.Demo lY2" &2"Air Mains back toneaimstwall and cap 3.2. HVAC 3.2.1. Demo (8)eight-36"diameter vent ducts from, paint boothstoceiHmgandcap 3.2.2. Disconnect Air Handlers from Paint Booths 3.3. Cleanup and properly dispose ofall general construction debris off site. 4. Fire Sprinkler 4.1. Demolition 4.1.l.Disconnect fire sprinkler piping supplying the three paint booths. Cap piping where it ties into existing main pipe. 4.1.2. Remove horizontal piping from connection point tovertical piping. 4.1.].Cleanup and properly dispose ofall general construction debris off site. • This proposal excludes asbestos removal. Owner to provide Good Faith Hazardous Materials Report. w The existing building requires no additional upgrades to execute all work associated with this work order, including all walls, ceilings and floors. All existing configurations and components meet all ofthe current local, city, and, state AH]codes and requirements. • Existing gas line and HVACunits onroof are toremain. ° Asbestos removal bnot included. w No concrete slab demolition mrrepa,|m are anticipated. ° Hanger and seismic upgrades toexisting sprinkler mains and branch, lines toremain. ° Seismic upgrades toductmxrrkand mechanical units hnremoain. * Wall Cutting, Patching, Painting. * Permit fees, If paid by Saybr Contractors, the receipt will be submitted for reimbursement. PERMITS: w Per information received 3/l/2labuilding permit will berequired. • Trade permits will be obtained for electrical and fire sprinkler work. SUBMITTALS: r Construction Schedule • Permit Drawings Page SavbrContractors, Inc. Building Relationships ARCHITECT'S SCOPE OF WORK PERMIT DRAWINGS SCOPE OF WORK: 1. Permitting 1.1. Provide demo and new floor plans. 1.2. Provide duct capping details. 1.3. Review drawings with City prior to permit submission. 1.4, Make corrections, compile, stamp and sign drawings. 1.5, Complete form and other items necessary for permits. 1.6. Provide printed drawings and submit permits. ASSUMPTIONS: 16 hours 8 hours 4 hours 8 hours 2 hours 4 hours • Since this is a demo only project, drawings are to be based off of existing information provided by City of Tukwila. Existing building will not be verified. • Hours break down is provided for reference only. EXCLUSIONS: • Structural, Mechanical, and Electrical engineering. Page 1 Saybr Contractors, Inc. Final Scope of Work Job Order Contract To: Cynthia Brantley From: Hari Ponnekanti Saybr Contractors, Inc City of Bellevue 3852 S. 66th St 6300 Southcenter Blvd Tacoma, WA 98409 Tukwila,WA 98188 (253) 531-2144 (206) 431-2455 Job Order #: IAA-TUK19-002B Job Order Title: PW Fleet and Facilities Budding - Paint Booth Demo The following items detail the scope of work as discussed at the site„ AU requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. Subject to the terms and conditions of JOC Contract 1850237 Please refer to the Request for Proposal dated December 30, 2019 for additional information ?Vie. /9421472, 4/14/2020 ontractor Prolect Manager Date Client Project Manager Date •111111••••• 03 - Final Scope of Work Page 1 of 1 Exhibit B Job Order Contract JOC Total Price Summary Date: Contract No: Job Order No: Job Order Title: Contractor: Proposal Name: Proposal Submitted: Subtotal for Electrical: February 18, 2020 1850237 IAA-TUK19-002B PW Fleet and Facilities Building - Paint Booth Demo Saybr Contractors, Inc. Copy (Feb 13 2020 1 38PM) of PVV Fleet and Facilities Building - Paint Booth Demo 02/17/2020 $3,918.19 Subtotal for Fire Alarm: Subtotal for Fire Suppression: Subtotal for HVAC: $2,292.36 $4,114.89 $5,272,78 Subtotal for Interior Demo: Subtotal for Permitting: Subtotal for Plumbing: $68,386.41 $6,756.40 $6,182.19 Work Order Total Co ractor's Signature: Ad# Pal.Aftea., John J. Pallotta, JOC Divipsion Manager Saybr Contractors, Inc Washington State Sales Tax (10%) Total Price of Construction City of Tukwila: Director (Up to $20,000) Mayor (Up to $40,000) Council Approval (Over $40,000) 4 4/2020 Date Date Date Date $96923.22 $9,692.32 $106,615.54 JOC Job Order Package - IAA-TUKI9-002B JOC Total Price Summary 2/18/2020 Page 1 of 1 905 Job Order Contract Contractor's Price Proposal - CSI Date: February 18, 2020 Contract No: 1850237 Job Order No: lPA-TUK19-002B Job Order Title: PW Fleet and Facilities Building - Paint Booth Demo Contractor; Saybr Contractors, Inc. Proposal Amount: $96,923 22 Proposal Name: Copy (Feb 13 2020 1 3 PM) of PW Fleet and Facilities Building - Paint Booth Demo Proposal Submitted: 02/17/2020 Rec# Sect. Item Mod. DOM Description Line Total Electrical 01 22 23 00-0045 WK 40Electric, Articulating (Up/Over) Boom Manlift Quantity Unit Price Installation 1.00 x 874.43 x Required for electrical work at the cellling and over paint booths Factor 1.3249 = Total $1,158 53 51,158 53 2 01 71 13 00-0003 EA Equipment Delivery, Pickup, Mobilization And Demobilization Using A Tractor Trailer With Up To 53' Bed Includes delivery of equipment, off loading' on site, rigging, dismantling, loading and transporting away. For equipment such as bulldozers, motor scrapers, hydraulic excavators, gradalis, road graders, loader-backhoes, heavy duty construction loaders, tractors, pavers, rollers, bridge finishers, straight mast construction forklifts, telescoping boom rough terrain construction forklifts, telescopiing and articulating boom manlifts with >40' boom lengths, etc, Quantity Unit Price Factor Installation 1.00 x 402.63 x 11.3249 = Mobilization of Manllft for Electrical Total $533 44 $533 44 26 01 20 91-0002 EA Lock Out/Tag Out Local Disconnect Quantity Unit Price Factor Total Installation 6,00 x 20.46 x 1.3249 = $162.64 Lock out for electricall systems in paint booth and HVAC $162 64 4 26 01 20 91-0003 EA Lock Out/Tag Out Breaker Or Motor Starter Quantity Unit Price Factor Total Installation 6.00 x 20.46 x 1.3249 = $162.64 Lock out for electrical systems in paint booth and HVAC $162.64 26 01 20 91-0004 EA Lock Out/Tag Out Tags Quantity Unit Price Factor Total Installation 12.00 x 4.13 x 1.3249 = $65,66 Lock out for electricalsystems in paint booth and HVAC $65,66 JOC Job Order Package - IAA-TUK19-002B Contractors Price Proposal - Category Detail 2/18/2020 Page 1 or 6 Contractor's Price Proposal - Category Detail Continues.. Job Order Number: IAA-TUK19-002B Job Order Title: PW Reel and Facilities Building - Pant Booth Demo Real Sect. Item Mod, UOM Description Fectrical Line Total 6 26 01 20 91-0006 EA Motors, Diconnects And Other Single Source Devices, Existing Circuit Tracing Per Device Quantity Unit Price installation 12.00 x 17.02 Lock aut for electrical systems In paint booth and HVAC Factor 1.3249 Total $270 60 $270,60 7 26 05 33 13-0009 CLF 3/4'' Electrical Metallic Tubing (EMT) Conduit Assembly With 2 #12 Copper THHN And 1 #12 Copper Insulated Grounding Conducter Includes conduit, set screw oonnectors, set screw couplings, straps, wire as indicated, Not for use where detail Is available. Quantity Unit Price Factor Total Installation 0.00 666.01 x 11.3249 = $0.00 Demolition 6.00 x 196.83 x 1.3249 = $1,564.68 Demo of conduit and cabling to booths $1,564.68 Subtotal for Electrical: Fire Alarm 26 05 33 13-0009 $3,918.19 1 CLF 3/4'' Electrical Metallic Tubing (EMT) Conduit Assembly With 2 #12 Copper THHN And 1 #12 Copper Insulated Grounding Conducter Includes conduit, set screw connectors, set screw couplings, straps, wire as indicated. Not for use where detail is available, Quantity Unit Price Factor Installlation 0.00 666.01 x 1.3249 = Demolition 4.00 x 196.83 x 1,3249 . Removal of Fire Alarm conduits and cabling to booths and ducts Total $0.00 $1,043 12 $1,043 12 9 28 46 21 33-1231 Intelligent Addressable Laser Duct Smoke Detector (Notifier FSL-751D) $243.57 Quantity Unit Price Factor Total Installation 0,00 x 776.92 x 1,3249 = $0.00 Demolition 6.00 x 34.64 x 1.3249 . $243.57 Removal of duct detectors 10 28 46 2 -2067 HR Test And Certification Of Fire Alarm System GCC Programming and Engineering; Programming of the Fire Alarm System, Quantity Unit Price Factor Installation 5.00 x 151.81 x 1.3249 = Total $1,005.67 Best fit for fire alarm tech to be on -site one day to remove points and then test and reinitialize system $1,005 67 Subtotal for Fire Alarm: $2,292.3 Fire Suppression 11 01 22 23 00-0045 401 Electric, Articulating (Up/Over) Boom Manlift Installation Quantity Unit Price 1,00 x 874.43 Required for fire suppression work at the ceiling and over paint booths Factor 1.3249 = Total $1,158.53 $1,158.53 JOC Job Order Package - IAA-TUK19-002B Price Proposal - Category Detail 21.11812020 Page 2 of 6 Contractor's Price Proposal - Category Detail Continues.. Job Order Number: IAA-TUK19-00213 Job Order Title: PW Fleet and Facilities Building - Paint Booth Derno Rec# Sect. Item Mod. UOM Description Line Total Fire Suppression 12 011 71 13 0 EA Equipment Delivery, Pickup, Mobilization And Demobilization Using A Tractor Trailer With Up To 53' Bed Includes delivery of equipment, off loading on site, rigging, dismantling, loading and transporting away. For equipment such as bulldozers, motor scrapers, hydraulic excavators, gradalls, road graders, loader-backhoes, heavy duty construction loaders, tractors, pavers, rollers, bridge finishers, straight mast construction forklifts, telescopiing boom rough terrain construction forklifts, telescoping and articulating boom manlifts with >40' boom Ilengths, etc, Quantity Unit Price Factor I n stal labor' 1 00 x 402 63 1,3249 Mobilization of Manlift for Fire Suppression Total $533.44 $533 44 13 21 01:1091-0004 LF Bleed Existing Lines Of Water Quantity Unit Price Factor Total installation 600.00 x 0,43 x 1.3249 = $341.82 Drain sprinkler lines. Assumes that sprinklers can be isolated in this part of the budding. $341.82 14 21 Oil 10 91-0005 LF Refill Existing Lines With Water Quantity Unit Price Factor Installation 600,00 x 0.51 x 1,3249 = Refill sprinkler lines. Assumes that sprinklers can be isolated in this part of the building Total $405 42 $405 42 15 2101 30 91-0011 EA Disarm/Arm System Quantity Unit Price Factor Total Installation 2.00 x 61.20 x 1.3249 = $162.17 Disarming and rearming sprinkler system while work is occurring. $162 17 16 22 11 0-0004 LF 1" Schedule 40 Threaded Galvanized Steel Pipe With 150 LB Malleable Iron Fitting Assembly Includes all hangers and all galvanized malleable iron fittings (couplings, elbows, tees and reducer fittings). All hangers are complete assemblies, Not for use where detail is available. Quantity Unit Price Factor Total Installation 0.00 16.69 x 1,3249 = $0.00 Demolition 250.00 x 3.77 x 1.3249 xi. $1,248.72 Demolition sprinklers to paint booths $1,248 72 17 23 01 20 91-0003 EA >1"To 3', Lock Outrfag Out Valve Quantity Unit Price Factor Total Installation 2.00 x 26.11 x 1.3249 = $69.19 Lock out sprinkler system at local valve $69 19 18 23 21 13 23-0132 EA 1", 1150 LB, Black Malleable Iron Cap $71.03 Quantity Unit Price Factor Total Installation 3.00 x 17 87 x 1.3249 = $71,03 Capping sprinkler lines at paint booths 19 23 21 13 23-0 EA 1", Cut And Thread Existing In Place Black Steel Pipe $124,57 Quantity Unit Price Factor Total Installation 3.00 x 31.34 x 1.3249 = $124.57 Cut and thread pipe where pipe is to be capped JOC Job Order Package - IAA-TUK19-002B Contractor's Pilce Proposali - Category tail 2/118/2020 Page 3 of 6 Contractors Price Proposal - Category Detail Continues.. Job Order Number: IAA-TUIK19-002B Job Order Title: PW Fleet and Facilities Building - Paint Booth Demo Rec# Sect Item Mod. UOM Description Line Total Subtotal for Fire Suppression: $4,114.89 20 23 31 13 13-0007 LB Sheet Metal Ductwork, Medium Pressure, Shop Fabricated, Galvani7ed, Field Assemble And Install Quantity Installation 0.00 Demolition 1,216.00 Unit Price 6.39 2.57 x x Factor 1.3249 = 1.3249 Total $0 00 $4,140 47 [Demolition of supply and return ductwork - 6 ducts 30" dia * 12 ft = 564 sf * 2.156 for 18 ga metal = 1216 lbs $4,140,47 21 23 31 13 13-0919 LF >4 To 6 SF Cross Section, Rework Existing Ductwork Quantity Unit Price Installation 12.00 x 71 22 x Best fit for cutting and capping ductwork at ceiling Factor Total 1.3249 = $1,132.31 $1,132 31 Subtotal for HVAC: Interior Demo 22 01 22 23 00-0376 $5,272.78 WK 1-3/8 To 1-1/2 CY Hydraulic Excavator With Full -Time Operator Installation Quantity 0.00 Heavy equipment 10 demolish paint booths Unit Price 6,216.41 Factor 1.3249 = Total $0.00 $0 00 23 01 22 23 00-0390 WK Thumbs Or Grapple Attachment For Hydraulic Excavators Quantity Unit Price Factor Total Installation 0.00 x 318.01 x 1.3249 = $0.00 Grapple attachment to demolish paint booths $0 90 24 01 0-0003 EA Equipment Delivery, Pickup, Mobilization And Demobilization Using A Tractor Trailer With Up To 53' Bed Includes delivery of equipment, off loading on site, rigging, dismantling, loading and transporting away. For equipment such as bulldozers, motor scrapers, hydraulic excavators, gradalls, road graders, loader-backhoes, heavy duty construction loaders, tractors, pavers, rollers, bridge finishers, straight mast construction forklifts, telescoping boom rough terrain construction forklifts, telescoping and articulating boom manlifts wtth >40' boom lengths, etc. Quantity Unit Price Factor Installation 0.00 x 402.63 x 1.3249 = Mobilization of Excavator Total $0 00 $0.00 25 01741900-0037 TON Traditional Building Construction Materials, Landfill Dump Fee $4,173,44 Quantity Unit Price Factor Installation 30.00 105.00 x 1.3249 = Total Weight of pant booths = 46400 Ibs + 1216 ductwork = 24 tons +6 tons for piping, lights, glass, insulation Total ,173 44 26 01 74 19 00-0039 CYM Hauling On Paved Roads, First 15 Miles $4,443,18 installation Quantity 5,240.00 x Unit Price Factor Total' 0.64 x 1.3249 = 54,443.1 8 01741900-0037 has weight quantities. CY assumes material will be crunched to 845 CY " 6.2 miles to Bow Lake Transfer station = 5240 CYM JOC Job Order Package - I -TUK19-002B Contractor's Price Proposal - Category Detail 2/18/2020 Page 4 of 6 Contractor's Price Proposal - Category Detail Con inues.. Job Order Number: IAA-TUK19-002B Job Order Title: PW Fleet and Facilities Building - Paint Booth Demo Rec# Sect. Item Mod. UOM Description Line Total Interior Demo 1 27 02 41 16 13-0008 CCF By Pneumatic Tools/Hand, Steel Framed Building Demolition Quantity Installation 652.00 x 1400 sf+ 960 sf + 900 sf = 3260 • 20 ft tall/100 = 652 CCF Unit Price 47.39 x Factor 1.3249 = Total $40,937.13 $40,937.13 28 02 41 16 13-0008 0003 CCF For Floor -To -Floor (Or Floor -To -Structure) Heights >18' To 21', Deduct Installation Quantity 652.00 Unit Price -10,66 x Factor Total 1.3249 = $-9,208.48 $-9,208,48 29 02 41 16 13-0008 0005 CCF For >500 To 1,000, Add Installation Quantity Unit Price Factor Total 652,00 9.48 x 1.3249 = $8,18,9.15 $8,189 15 30 02 41 16 1 3-0008 0010 CCF For Volume Of Area Within 15' To An Adjacent Building, Add Quantity Unit Price Factor Total Installation 552.00 x 15.64 x 1.3249 = $11,438,23 $11,438.23 31 02411613-002 CCF Sorting Of Material Debris For Recycling Prior To Hauling Ott Quantity Unit Price Factor Total Installation 652.00 x 6.13 x 1,3249 = $5,295,31 1400 sf+ 960 sf + 900 sf = 3260 ' 20 ft tal1/100 = 652 CCF $5,295 31 32 02 41 16 13-0020 0005 CCF For >500 To 1,000, Add Quantity Installation 652,00 Unit Price 1.23 x Factor Total 1.3249 = $1,062.52 $1,082 52 33 05 05 23 00-0086 EA 3/4' Diameter x 8" Long, Plain Finish A490 High Strength Structural Bolt Quantity Unit Price Factor Total Installation 0 00 x 19 86 x 1.3249 = $0.00 Demolition 1,304.00 x 1 19 x 1.3249 =. $2,055 93 Removal of bolts at base of paint booths Subtotal for Interior Demo: S6E1,386.41 Permitting 34 01 22 20 00-0053 HR Architect Installation Quantity Unit Price 40 00 x 133 00 Saybr's on -staff architect providing stamped drawings for permit. Factor 1.2700 = Total $6,756,40 $6,756.40 Subtotal for Permitting: $6,756.40 35 01 2223 00-0045 40' Electric, Articulating (Up/Over) Boom Manila Installation Quantity 2.00 x Unit Price 874.43 Factor 1.3249 = Required for plumbing and HVAC work at the ceiling and over paint booths Total $2,317,06 $2,317.06 JOC Job Order Package - IAA-TUK19-002B Contractor's Price Proposal - Category Detail 2/18/2020 Page 5 of 6 Contractor's Price Proposal - Category Detail Continues.. Job Order Number: lAA-TUK19-002B Job Order Title: PW Fleet and Facilities Building - Paint Booth Demo Rea Sect. Item Mod. UOM Description Une. Total Plumbing 36 01 71 13 00-0003 EA Equipment Delivery, Pickup, Mobilization And Demobilization Using A Tractor Trailer Witch Up To 53Bed Includes delivery of equipment, off loading on site, rigging, dismantling, loading and transporting away. For equipment such as bulldozers, motor scrapers, hydraulic excavators, gradalls, road graders, loader-backhoes, heavy duty construction loaders, tractors, pavers, rollers, bridge finishers, straight mast construction forklifts, telescoping boom rough terrain construction forklifts, telescoping and articulating boom manlifts with >40' boom lengths, etc. Quantity Unit Price Factor 1 00, . x 40263 x In.stallation 1,3249 = Mobilization of lift for Plumbing work at the ceiling and over paint booths Total $533.44 $533_44 37 22 11 16 00-0002 LF 1 /2'' Schedule 40 Threaded Galvanized Steel Pipe With 150 LB Malleable Iron Fitting Assembly Includes all hangers and all galvanized malleable iron fittings (couplings, elbows, tees and reducer fittings). All hangers are complete assemblies. Not for use where detail is available. Unit Price Factor Total installation Quantity 0.00 x 13.55 x 1.3249 = $000 Demolition 590.00 x 3$2501.41 ,20 x 1.3249 e . Demolition of air lines , $2,501,41 38 22 11 18 00-0007 LF 2' Schedule 40 Threaded. Galvanized Steel Pipe With 150 LB Mallealble Iran Fitting Assembly Includes all hangers and all galvanized malleable iron fittings (couplings, elbows, tees and reducer fittings). All hangers are complete assemblies. Not for use where detail is available. Quantity Unit Price Factor Total installation 0.00 x 25.28 x 1.3249 = $0.00 Demolition 85 00 x 5 61 1.3249 = $631.78. Demolition of air main $631 78 39 22 11 1600-0123 2'', 150 LB, Galvanized Malleable Iron Cap Installation Cap main air lines Quantity 2.00 Unit Price Factor Total 37.47 1.3249 = $99.29 $99.29 40 22 11 16 00-0341 EA 2'', Cut And Thread Existing In Place Galvanized Steel Pipe $99 21 Quantity Unit Price Factor Total Installation 2.00 x 37.44 x 1.3249 = $99.21 Thread main air ines where cut for capping Subtotal for Plumbing: $6,182.19 Price Proposal Total This proposal total represents the correct total for the proposal. Any discrepancy between line totals, siih-total% and the orrionsal total le due to rotendinn of the line total% and sub -totals The Percentage of NPP in this Price Proposal: O.00% $96,923.22 JOC Job Order Package - IAA-TUK19-002B Contractors Price Proposal - Category Detail 2/18/2020 Page 6 of 6