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