Loading...
HomeMy WebLinkAbout10-065 - Scarsella Bros - Southcenter Parkway Extension / Tukwila SouthCITY OF TUKWILA CONTRACT CHANGE ORDER NO. 031 10-065 (ae) DATE: February 28, 2013 1 CITY CONTRACT NO.: 10-065 Le]) PROJECT NO.: 84 -RW37 i FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Final Settlement for Nationwide 14 Permit Delay Claim and All Other Impending Change Orders for the Contract TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications, or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #031 "Final Settlement for Nationwide 14 Permit Delay Claim and All Other Impending Change Orders for the Contract ". The total lump sum cost for this Change Order is $600,000.00. This Change shall occur per WSDOT Standard Specification, 2008 version, Section 1 -04.4, Item 1 "Deleting any part of the Work ", Item 3 "Altering Specifications ", Item 4 "Altering the way the Work is to be done ", and Item 7 "Ordering the Contractor to delay the Work ". A Contract time extension of 233 calendar days shall be granted for this Change Order, making the total Contract duration at 965 calendar days. The parties agree to work together towards administrative closeout of this project. As part of this Change Order, the Project Punch List has also been declared complete and the project deemed physically complete as of February 26, 2013, except for the following items. 1. The City is reviewing the previously submitted as built drawings, and upon completion of its review, may request reasonable and necessary modifications to the drawings. Scarsella agrees to perform such modifications if and when requested by the City, provided the review is complete by May 10, 2013. 2. Scarsella provided Contractors Daily Diaries through substantial completion. The City is reviewing the previously provided daily diaries, and upon completion of its review, may request reasonable and necessary additional information in the event it identifies missing information. Scarsella agrees to work with the City to provide the missing information provided the review is complete by May 10, 2013. 3. Scarsella provided Traffic Control Supervisors Reports. The City is reviewing the previously provided reports, and upon completion of its review, may request reasonable and necessary additional information in the event it identifies missing information. Scarsella agrees to work with the City to provide the missing information provided the review is complete by May 10, 2013. 4. Scarsella provided Certified payrolls. The City is reviewing the previously provided payrolls, and upon completion of its review, may request reasonable and necessary additional information or corrections in the event it identifies missing or incorrect information. Scarsella agrees to provide the missing information or correct the payrolls provided the review is complete by May 10, 2013. 5. Scarsella provided Affidavits of Wages Paid from its subcontractors. It is preparing and will submit an affidavit of wages paid for itself. The City is reviewing previously provided Affidavits of Wages Paid, and upon completion of its review may request reasonable and necessary additional information in the event it Page 1 of 3 / 5-1-0( / a at (6/4/4-1--S CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 031 Final Settlement for NW 14 Permit Delay Claim and All Other Impending COs for the Contract identified missing information. Scarsella agrees to provide the missing information provided the review is complete by May 10, 2013. 6. Scarsella originally obtained a demolition permit for the golf building demolition. The permit expired. Scarsella agrees to work with the City to complete and close out the permit necessary for the golf building demolition, provided Scarsella will not be required to pay any additional permit fees or inspection fees associated with the work provided the review is complete by May 10, 2013. Scarsella agrees to provide the missing information, if any, provided the review is complete by May 10, 2013. 7. Scarsella shall prepare a notice of transfer and /or termination for the NPDES permit. 8. Scarsella shall provide training documentation required by the contract. No additional payments by the City or credits from Scarsella will be made as a result of training documentation provided. The City reserves the right to review the training documentation previously submitted and upon completion of its review, request reasonable and necessary additional information. 9. Scarsella provided material submittals required by the contract. The City is reviewing previously provided submittals, and upon completion of its review, may request reasonable and necessary additional information in the event it identifies missing information. Scarsella agrees to work with the City to provide the missing information. 10. The parties will make every attempt to review and provide all documents prior to May 10, 2013. However, if either party makes a reasonable request for additional time, such request shall be granted. Please see the attached settlement terms as part of this Change Order. Cost Summa ID Description Quantity Unit Unit Price Total Amount CO #31 Final Settlement for Nationwide 14 Permit Delay Claim and All Other Impending Change Orders for the Contract 1 LS $600,000.00 $600,000.00 Total: $600,000.00 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 labor, equipment, furnish all materials, and perform all services necessary for the work above specif o, -nd will accept as full payment therefore the prices shown above and below. ACCEPTED: By: Title: Presi.ent Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) 4REV. CONTRACT AMOUNT Change Order Narrative $ 16,030,030.64 $2,047,456.40 ✓ Date $600,000.00 $18,677,487.04 / By: Date: March 21, 2013 Contractor: Scarsella Bros. Tnc. APPROVED BY THE CITY OF TUKWILA 3 Mayor 1r'; j' aggerton One component of the Project includes placing roadway fill material within a stream (Stream E) that is regulated by the US Army Corps of Engineers (USACE). At the time the Project was awarded on May 17, 2010, a Section 404 Permit under the Clean Water Act that included the work for the filling of Stream E, had been submitted by the Segale Properties, and was under review by the USACE for more than a year. While issuance of the Section 404 Permit was anticipated prior to construction, there was a contingency plan for the City to obtain a Nationwide 14 Permit if necessary. This Project was eligible for a Nationwide 14 Permit, which allows for limited filling of streams and wetlands Page 2 of 3 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 031 Final Settlement for NW 14 Permit Delay Claim and All Other Impending COs for the Contract related to linear transportation projects. The City subsequently submitted the Nationwide 14 Permit application, when the Section 404 Permit approval had yet to arrive. During the week of August 9, 2010, the Contractor began filling Stream E prior to approval of the City's Nationwide 14 Permit. On August 19, 2010 City of Tukwila staff discovered the stream filling, and directed the City's construction management staff to halt all Scarsella Brother's work related to the filling of Stream E. On September 24, 2010 the USACE performed a site visit, noted the filling of Stream E that had occurred, and began an investigation of a possible violation of the Clean Water Act. The investigation and subsequent resolution of the violation concluded on March 9, 2011 by the issuance of an after - the -fact Nationwide 14 Permit by the USACE. The resultant work to fill Stream E resulted in an approximate 6 month delay to the Project. Description and Justification for Change Along with Change Orders #17 and #26, this Change Order concludes the Contractor's Nationwide 14 Permit Delay Claim filed on August 15, 2012, with an administrative final settlement between the City and Scarsella Brothers, Inc. This administrative final settlement also declared completion of the Project Punch List and attainment of Project Physical Completion as of February 26, 2013, except the Administrative Punch List items still need to be completed by the Contractor. Additional Calendar Days for this Change Order: Two Hundred and Thirty -Three (233) Days ORIGINAL: City Clerk (1 of 2), Contractor (2 of 2) cc: Finance Department, Project Management File Page 3 of 3 PROJECT CLOSE -OUT AND SETTLEMENT TERMS This Project Close -Out and Settlement Terms ( "Terms ") is entered into as of February 26, 2013, by and between the City of Tukwila (the "City ") and Scarsella Brothers, Inc. (the "Contractor"). RECITALS A. The City and Contractor entered into a contract dated June 1, 2010 (the "Construction Contract "), which provided that Contractor would complete work for a project entitled Southcenter Parkway Extension, Project No. 84 -RW3 and Federal Aid No. STPUL- 1041(003) in accordance with the contract documents (the "Project "). B. After the issuance of the notice to proceed, the parties discovered additional permits would be required by the Federal Government for work to proceed as designed. The additional permits required a suspension of work, and delayed project completion by 197 days. C. The delay, and mitigation efforts to minimize the impact of the delay, increased the Contractor's cost to perform the work. The purpose of this Agreement is to close out the Project and deliver final payment to Contractor. AGREEMENT For good and valuable consideration, the receipt and sufficiency of which is acknowledged, the City and Contractor agree as follows: SECTION 1: FINAL PAYMENT AND RETAINAGE A. Final Payment. The City shall execute Change Order 031, attached hereto and incorporated herein by this reference, in an amount equal to Six Hundred Thousand Dollars ($600,000) (the "Final Payment ") and shall provide payment to Contractor for said change order no later than March 29, 2013. The Final Payment shall be IN ADDITION TO CURRENTLY PENDING PAY ESTIMATE 25 IN THE AMOUNT OF $178,747.84. B. Release of Retainage. No later than sixty (60) days after mutual execution of this Agreement, Contractor shall complete all outstanding administrative punch list items and provide to the City all final documentation required pursuant to the contract documents, including but not limited to lien releases from the Department of Revenue and all Department of Labor and Industries affidavits of wages paid (including all subcontractors and suppliers). Within thirty (30) days of completion of all administrative punch list documents and receipt by the City of all required documents the City shall release the retainage bond provided by the Contractor. If the retainage is subject to such a claim, then applicable laws (including chapter 60.28 RCW) will govern the claim and the retainage. If the Department of Revenue or another person or agency other than the City asserts a claim for the retainage withheld with respect to the Project under chapter 60.28 RCW, then the thirty (30) days will be extended by the duration of the delay caused by the claim for the retainage. C. Tax Indemnity. In the event that the Department of Revenue or any other taxing authority with jurisdiction over enforcement of the retail sales tax in Washington asserts (whether Page 1 by audit or otherwise) that the Final Payment is a taxable purchase, then Contractor shall promptly notify City and provide access to all communications received from the taxing authority. Provided that Contractor complies with its obligation to promptly notify City of any such assertion by any taxing authority, City will defend, indemnify and hold harmless Contractor from all costs, losses, expenses, fees (including legal fees) associated with any audit, investigation or assessment of additional retail sales tax associated with this Agreement. SECTION 2: MUTUAL RELEASE Except for the parties' obligations under this Agreement, the City and Contractor hereby release and fully and forever discharge each other from any and all claims, demands, debts, guarantees, liabilities, obligations, liens, general, special or consequential damages, losses, or potential losses, through any and all actions or causes of action of any nature whatsoever, whether known or unknown, foreseen or unforeseen, at law or in equity or by statute, that the City or Contractor now has or that may subsequently accrue to the City or Contractor, that are based upon, arise out of or in any way relate to the Construction Contract or the Project. For the purposes of this Section 2, the term "Contractor" refers to Scarsella Brothers, Inc. and its shareholders, officers, directors, employees, agents, representatives, attorneys, affiliates, parent companies, direct and indirect subsidiaries, affiliated entities, insurers, successors and assigns. For the purposes of this Section 2, the term "City" refers to the City of Tukwila and its officers, employees, agents, representatives, attorneys, affiliates, affiliated entities, insurers, successors and assigns. SECTION 3: MISCELLANEOUS PROVISIONS A. Governing Law. The laws of the State of Washington, without giving effect to principles of conflict of laws, govern all matters arising out of or relating to this Agreement. B. Venue. The parties shall bring any litigation arising out of or relating to this Agreement only before the King County Superior Court. C. Complete Agreement. This Agreement constitutes the entire agreement of the parties relating to the subject matter of this Agreement. This Agreement supersedes and replaces all other written or oral agreements thereto. D. Amendment. No amendment to this Agreement will be effective unless it is in writing and signed by the Mayor of the City and an authorized representative of Contractor. E. Waiver. No waiver of satisfaction of any condition or nonperformance of an obligation under this Agreement will be effective unless it is in writing and signed by the party granting the waiver, and no such waiver will constitute a waiver of satisfaction of any other condition or nonperformance of any other obligation. F. Severability. If any provision of this Agreement is unenforceable to any extent, the remainder of this Agreement (or the application of that provision to any persons or circumstances other than those as to which it is held unenforceable) will not be affected by that unenforceability and will be enforceable to fullest extent permitted by law. G. Attorneys Fees and Costs. The prevailing party in any action brought to enforce any obligations under this Agreement shall be entitled to recover from the non - prevailing party Page 2 or parties an amount equal to the reasonable attorneys fees and costs incurred by the prevailing party, including without limitation any costs incurred on appeal or in any bankruptcy proceeding. H. Captions. The titles of sections are for convenience only and do not define or limit the contents. I. Negotiated Agreement. The parties acknowledge that this is a negotiated Agreement, that they have had the opportunity to have this Agreement reviewed by their respective legal counsel, and that the Agreement is not to be construed against any party on the basis of which party drafted the Agreement. IN WITNESS WHEREOF, the City and Contractor have executed this Agreement as of the date first above written. CITY: CITY OF TUKWILA WASHINGTON Date ATTEST: Date: APPROVED AS TO FORM: , City Clerk Ro-c ►-e-i .-cu 6 1% r) Date: r (Q U ( J Page 3 , City Attorney CONTRACTOR: SCARSE . ROS., INC. By: Its: r.� (2_5 Date Page 4 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 030 DATE: December 28, 2012 CITY CONTRACT NO.: 10-065 PROJECT NO.: 84-RW37 FEDERAL AID NO.: STPUL-1041(003) PROJECT NAME: Southcenter parkway Extension ~ NAME OF CHANGE: Extra Grinding & Pavement at S200th TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #030 "Extra Grinding & Pavement at S200th"; total lump sum payment for this Change Order is $19,300.83. This Change shall occur per Standard Specification 1-04.4. Item 1 "Deleting any part of the Work" and Item 3 "Adding New Work". No Contract time extensions are granted for this change. Cost Summa ID Description Quantity Unit Unit Price Total Amount FA 297 Best Sweeping Invoice for final day of grinding. 1 LS $467.54 $467.54 FNR's from FVVDO107 Quantities Calculated from Unit Prices Provided w/FWD 167 1 LS $10.972.08 $10.972.08 MCO 111 Minor Change Order for Extra Grinding and support (w/out sweeping or asphalt replacement costs) — MCO processed will be credited back w/this CO. 1 LS $7,870.21 $7.87021 CO #30 Extra Grinding & Pavement at S200th Lump Sum Change Total: *19.309.83 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we U|pnov`-aU abor, equ.ment, furnish all materials, and perform all services necessary for the work above specified, as ful ment therefore the prices shown bove and below. ACCEPTED: By: Title: Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) EV, CONTRACT AMOUNT / $1G,O3003OG4v $2.028.146.57v' Date $1Q3USO3" . $18,077,487.04 By: Date: Contractor: ��� � ��" ~~ A APPROVED BY THE CITY OF TUKWILA ° CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 030 Extra Grinding & Pavement at S200th Change Order Narrative As per Field Work Directive #167, the Contractor was to remove the additional loose pavement and thin trench sections described below and replace them with the appropriate amount of new asphalt. Measurement and payment for the agreed scope of work has been calculated using field measurements of the actual asphalt quantities placed which were applied to the unit price of asphalt established in Change Order #12. All other costs were supported by invoice and/or tracked and paid by Force Account. Previous payment for the majority of the removals has been made under Minor Change Order #111. After calculating the final totals for asphalt replacement and receiving the final details on the work, the total Change cost pushed the payment past the $15,000 threshold which is allowed under Minor Change. The amount previously paid onK4CO#111 represents the work from FA#241.241A.241B and 241C and iu being credited back to the Minor Change budget item with this Change Order. An additional Force Account (#297) picks up the invoice cost for the sweeping support provided on the final grinding operation but not previously paid. Description and Justification for Change Upon performing the required 2" neat line asphalt grinding removal on S200th in preparation for overlay the contractor exposed a top lift of residual asphalt which was weakly bonded to the underlying pavement. Much of this additional material came up with the initial grinding operation but a significant portion remained after the contractually required grinding pass. Further field testing revealed that large flakes of the remaining asphalt were easily dislodged by hand and that much of the remaining pavement would likely act as a failure plane if it was allowed to remain in place beneath the overlay. This would likely lead to premature failure of the roadway and increased maintenance costs on S200th. The corrective action determined was to remove this remaining loose layer of asphalt and chip into the lower smooth asphalt surface jus slightly to provide an adequate bonding surface for the overlay. The additional volume of both removal and replacement was not anticipated at the time of bid and added a significant amount to the contractors asphalt volume on S200th. In addition, because this removal was not performed with the initial grinding operation the grinder and support crews needed to be remobilized to support a separate removal pass. The cost for the grinder and operating crew alone was quoted at $3,400 for a half day's minimum callout charge. Other grinding was integrated into normal removal operations and these were tracked at more traditional Force Account rates. In addition to the thin asphalt condition listed above we found a thin trench section running east west on the north edge of the S200th/SCP intersection when the contractor was grinding for edge tie-ins and trench repairs. This area was not associated with other work on the project and it's removal was requested by verbal direction in the field. The additional trench paving was included in the extra asphalt removal and replacement calculated for S200th. This Change Order will compensate for all costs associated with the additional grinding and asphalt replacement on S200th, There is no time impac for the Change as the construction sequence used allowed all work to be performed in parallel to the project Critical Path. Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2), Contractor (2 of 2) cc: Finance Department, Projec Management File FA Sheet No.: 297 DAILY REPORT OF FORCE ACCOUNT WORKED KB Project Name: Item No.: Description of Work: Prime Contractor: NAME Southcenter Parkway Extension Project No: Date: 84-RW37 Change Order #30 , 05/21/2012 Sweeping services for S200th extra grinding Per FWD #167 Sca seIla Brothers OCCUPATION Work by Subcontractor?: Sub-Contractor: LABOR STRAIGHT x (mark "x" if yes) DOLLAR AMOUNT OVERTIME TIME HOURS WWR HOURS WWR $ - $ - $ - $ - EQUIPMENT OR ATTACHMENTS EQUIPMENT HOURS WORKING LABOR OVERHEAD HOURS STANDBY SUBTOTAL & PROFIT LABOR ADJUSTED RATE - LABOR: @ 29% TOTAL STANDBY RATE $ - $ - $ - DOLLAR AMOUNT $ . $ _ $ . $ _ $ _ MATERIALS EQUIPMENT OVERHEAD MATERIALS / SERVICE QUANTITY SUBTOTAL-EQUIPMENT & PROFIT EQUIPMENT UNIT @ 21% TOTAL PRICE $ - $ _ $ - AMOUNT Best Parking Lot Sweeping 3 hrs $ 115.00 $ 345.00 $ - $ - $ - SUBTOTAL MATERIALS OVERHEAD & PROFIT MATERIALS MATERIALS @ 21% TOTAL $ 345.00 $ 72.45 $ 417.45 Verification of Hours Worked: 12% Prime 12%: 10%: 7%: TOTAL: MARKUP (for prime when subcontract work) SHEET TOTAL: Markup on Subcontractor: < $25,000 $25,000 to $100,000 > $100,000 this work is in dispute. By signing this to the time and effort needed to accomplish to be determined at a later date. 417.45 50.09 0, r. torsres °'e A 1 Date re ,i.d. I21/2—( 11-- $ 467.54 form, parties the task. Owners Representative Date Pay Estimate Entered: 4 ?is- Date: 121-L( I j Z, U If checked, are agreeing Entitlement By: IAA-Leit, 1 of 1 P-12 (Rev. 9/09) BEST P ING LOT C P0 BOX 159 S I ER, WA 98390 Voice: Fax: Bill To: 253-863-3330 253-770-0724 NG INC SCARSELLA BROTHERS, INC. HEAVY HIGHWAY CONS T. PO BOX 68697 SEATTLE, WA 98168 Customer ID CONSCA Customer PO Invoice Job Site: PW105 SOUTHCENTER PKWY EXT JOB#2501 TUKWILA , WA Payment Terms Net 30 Days Invoice Number 116444 Invoice Date May 21, 2012 Page: Job S1i •scription JOB SLIP 784 5/18 JOB SLIP 078.59 5/18/12 DISPOSAL OF S $90.00 PER YARD WATER CH 7' PER LOAD FUEL SU ,HARGE PER JOB SLIP Hours 12 is)fx ti,ts c, !'"f) tA L i> PA; SI MALii.* ,)C „ 0C. VAC VAC DIRT LOADS Each a 'a 3.00 2.00 1.50 1.00 2.00 a s'orz,t ,c)1 (r, Price fi" '105.00 05.00 ..wretromvrn. UtV.A'OSAtr 151V-i Due Date 6/20/12 Net 315.00 210.00 135.00 10.00 20.00 .5„ vy/ irfbm 4 6 IDS* x x„. 2 :1.77 Z. opoemt4) pict5tts110D ) ). TERMS: NET 30 DAYS MONTHLY FIN CHRG =1,75% PLEASE SHOW INVOICE NUMBER WITH YOUR PAYMENT ALL INVOICE DISPUTES MUST BE SUBMITTED IN WRITING PRIOR TO INVOICE DUE DATE Subtotal Sales Tax Total Invoice Amount Payment/Credit Applied TOTAL 690.00 65.56 755.56 755.56 ,,,,, City Soothceuter = � - ^ of Tukwila ' - • Parkway Extension Southcenter Parkway Extension Field PVV: Work Directive FWOU187 84-RW37 Co Na e: Contractor: --- Scarse|�a Brothers Inc. Fed Aid #: Additional Grinding @ 200th [JGte: STPUL-1041(003) � . Subject: 5/18/12 Scope: Measurement Attachment: Provide additional grinding to remove the entire top lift of asphalt on South 200th Street. Scarify the existing asphalt below the top hft slightly to promote bonding of the new HMA. The limits will match the original contract grinding limits. and Payment: The grinding shall be nald at the agreed upon price of $3,400 plus general contractor's mark-up, The additional traffic control and street cleaning for this work shall be tracked by force account per WSDOT Standard Specification 1-08.6. The asphalt will be paid at the previously agreed to rate unit rate of $88.20 for the tonnage used over the yie|d0orthe2^uontractovodoy. Thothreepayi\omswiUbepuidunderbiditemD1.minnrohenga. N/A Cunb'~ By: or s' ^l Sc s c -Signature D a Jason Bradley. Proiect Manpoo, Owner Apoval: K6A. Inc -Signature Date c/ Brad Wheeler, Resident Engineer .�>�/. �� By: • /»v�,�_�_ ���� _ City of Tukwila -Signature Date Mike Mathia,Project Manager THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, ANDIOR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME E,TEwsmwoncowrnxcrpx/cc INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW z'o4.sop THE wSoOT STANDARD SPECIFICATIONS field note record extra paving extra grinding and truck ticket calculations north lanes south lanes extra grind depth varied considerable extra pavement depth was added in the intersection S200th Pav Volume Ca lc Ticket Mort (Tr4�&��� <7r i ^� D-2� Ticket # ` l Type 3605967 31.83 Superpave 1/2" PG 64-22 3605969 29.73 Superpave 1/2" PG 64-22 3605975 3135Superpave1/2"PG64'22 3605976 31.883uperpave1/2"PG64-22 3605993 1E875 Superpave 1/2" PG 64-22 3606041 II925Superpave1/2"PG64-I2 3606042 3I.026uperpave2/2"P664-22 3606043 31345uperpave1/3"PG64-32 3606047 26.12 Superpave 1/2" PG 64-22 3606048 31.46uperpavo1/I"PG64-22 3606055 32.216uperpave1/2"PG64-22 3606063 29.98 3uperpave1/2"P664-22 3606064 2623 SuperpaveI/2"PG64'22 3606065 31J7Superpove1/2"PG64-I2 3606068 31.51Superpave1/2"P564-22 3606070 31.83 6uperpave1/2"PG64'22 3606071 31.26SuperpaveI/2"PG64-22 3606078 32.45 Superpave 1/2" PG 64-22 524.29 Total Estimate for S200th Length 789 210 Total Ar aof520Oth Width Total Area 32 32 Volume at diff rent depths 2 31968 2.5 31968 2.625 31968 2.75 31968 06/11/2012 Eastbound curb lane S200th EB Curb Lane & EB Through Lane G200th EB Through Lane S200th EB Curb Lane & EB Through Lane 5300th EB Through Lane S200th (Partial load) WB Curb Lane S200th (Partial load) VVD Curb Lane S20Oth(24'x13') WB Curb Lane S200th VVBS2OOth WB Curb Lane S200th WB Curb Lane S200th WB Curb Lane & WB Through Lane S200th No location noted on ticket WB Through Lane S200th WB Through Lane S200th WB Through Lane S200th WB Through Lane S200th WB Through Lane S200th 25248 sf 6720 sf 5328 sy 6660 sy 6993 sy 7326 sy 197.3333 cy 246.6667 cy 259 cy 271.3333 cy 404.5333 <---Neat Line 505.6667 <--- Use This 530.95 556.2333 Field Note Record CONSTRUCTION UAMACCUNNT Contract # 94° P1/403-7 Work Started Date Line ?k. Work Competed Date Station i Field Representative Signa 84-rw37 south 200th line N� Item No te Item Description Date Unit Quantity Est. No. Posting Initials Minor Change Order #111 Contract Number 84-RW37 Contract Title Southcenter Parkway Extension Project Federal Aid Number STPUL-1041(003) Minor Change Order Number 111 Change Description Additional Grinding at S200th Date 09/10/2012 Agency City of Tukwila Project Manager Mike Mathia Phone Number 206-431-2446 Prime Contractor Scarsella Brothers Inc. 11110rdered by Engineer under the terms of Section 1-04.4 of the Standard Specifications or the RFP GIChange proposed by Contractor Change Description As per FWD 0167, the Contractor is to provide additional grinding to remove the entire top lift of asphalt on South 200th Street. Measurement and payment for the additional grinding performed by Ground Up Road Construction to be per the attached Force Account Sheets 241, 241A, 241B and 241C (see attached). Force Account 241: $306.76 Force Account 241A: $1,428.00 Force Account 241B: $2,327.45 Force Account 241C: $3,808.00 Total for MOO 111: $7,870.21 All work, materials and measurements to be in accordance with the provisions of the Contract for the type of construction involved unless stated otherwise in this document. No change to lump sum contract amount or contract time by this Minor Change. Original Minor Change Amount (Item D1) $ 100,000.00 Current Minor Change Amount (Item Dl) $ 52,892.79 Net Minor Change This M.C.O. $ 7,870.21 Revised Minor Change $ DM 45,022.58 ACCEPTED BY: Scarsella Bros, Inc. Signature: Tide: , ,.. Date: / :.. OWNER APPROVAL: Signature: -nue: Signature: - Date: City Tukwila - Project Manager ..0 / 1., :- i Date: 9 ifftli 2-- Title: CoT - Resident Engineer 1 of 2 Minor C = an e Order #111 Contract Number 84-Rm/37 Contract Title Southcenter Parkway Extension Projec Federal Aid Number STPUL-1041(]03) Minor Change Order Number 111 Change Description Additional Grinding at S200th Date 09M0/2012 Agency City of Tukwila Project Manager Mike Mathia Phone Number 206-431-2446 Prime Contractor / Design-Builder Scarsella Brothers Inc. Brief Description of Problem I Reason for Entitlement: The amount of grinding to be completed as specified in the contract left areas with additional asphalt remaining in a thin, poorly adhered layer above the remaining existing pavement. The contractor was asked to remove the remaining asphalt to promote bonding of the new HMA. The limits for the work will match the original contract grinding limits. Measurement and Payment: The Owner agrees to pay the Contractor for labor, materials, and equipment including markups and applicable sales tax via a lump sum amount of $7,870.21 Payment to be made in accordance with WSDOT Spec. 1{44(1) oo amended, under the Bid Item "Minor 0mnga.^ Payment to be allocated toward Bid item Dl, Minor Change. A time impact analysis will not be required under Minor Change. Distribution: Original w/Attachments Resident Engineer/Project Offic File copy of page 1 W/ Attachments Prime Contractor copy WI Attachments Project Mgr COT I. : —- City of ' ' Southcenter Parkway Extension Field Work Directive FWD0167 Contract Name: Southcenter Parkway Extension PW: 84-RW37 Contractor: Scarsella Brothers, Inc. Fed Aid #: STpQL-1041(003) Subject: Additional Grinding @ 200th Date: 5/18D12 Scope: Measurement Attachment: Provide additional grinding to remove entire top lift of asphalt on South 2001h Street. the existing asphalt below the top lift slightly to promote bonding of the new HMA. The limits will match the original contract grinding limits. and Payment: The hndin hall b paid at th reod upon price of $3,400 pl general contractor' mark-up. The ditional traffic control and street cleaning for this work shall be tracked by force account per WSDOT Standard Specification 1'09.6. The asphalt will be paid at the previousl agreed to rate unit rate of $88.20 for the tonnage used over the yield for the 2 contract overlay. The three pay Items will be paid under bid Item Dl, minor change. N/A Con '' By: or o / ment� � �u�V/" ar, Inc. -Signature Date Jason Bradley. Project Mannpar Owner App oval: 2_ — KBA, Inc. -Signature Date Brad Wheeler, Resident Engineer By: ' ,'~ ` ° � ' . ' . adr "5/4 /2 City of Tukwila -Signature Date Mike Mathia, Project Manager THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM{SI OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS, FA Sheet No.: 241 DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: Southcenter Parkway Extension Project No: 84-RW37 Item No.: D1 - Minor Change 41°- L1L Date: 05/17/2012 Description of Work: Additional grinding support & material disposal for final trench paving at S200th. Field Work Directive #167 Prime Contractor: Scarsella Brothers NAME OCCUPATION Work by Subcontractor?: Sub-Contractor: STRAIGHT TIME (mark "x" if yes) OVERTIME HOURS WWR HOURS WWR DOLLAR AMOUNT ason Davis Teamster 2 $ 52.05 104.10 $ S UBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL $ 104.10 30.19 134.29 EQUIPMENT EQUIPMENT OR ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT 9-60 Mack Solo Dump Truck 2 $ 71.27 42,54 SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL $ 142.54 29.93 172.47 MATERIALS MATERIALS / SERVICE QUANTITY UNIT PRICE AMOUNT Ground Up Road Construction - See separate FA sheet Replacement paving by Icon - Paid by UP - See FNR SUBTOTAL MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% $ MATERIALS TOTAL Verification of Hours Worked: Contr tor's jepres1 taji Date Owner's Representative Date Pay Estimate Entered: 2-4 Date: cgiq (2_ By: TOTAL: 306.76 12% MARKUP (for prime when subcontract work) SHEET TOTAL: 306.76 Prime Markup on Subcontractor: 12%: < $25,000 10%: $25,000 to $100,000 7%: > $100,000 If checked, this work is in dispute. By signing this form, parties are agreeing to the time and effort needed to accomplish the task. Entitlement to be determined at a later date. 1 of 1 P-12 (Rev. 9/09) FA Sheet No.: 2-1. DAILY REPORT OF FORCE ACCOUNT WORKED KB Project Name: Southcenter Parkway Extension Project No: 84-RW37 Item No.: 1)1 - Vik (A-11443..&t- Date: - ---ar- I IlLtore-- Description of Work: gA PS) fl1& c i 1tkL% CL f) S - A Work by Subcontractor?: (mark "x" if yes) Prime Contractor: Scarsella Brothers Sub-Contractor: NAME LABOR t i llt5 VERT1ME it STR4IJ1T ¶IME tit D1LtR OCCUPATION .HOURS' WWR OUS 7.3! it .,„.., )14ADILI. 11) M1c, $ $_ $ $_ 1 tA,i, ii ' tritirtnligittiiii EQUIPMENT SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL - $ - - AE#J(JSTED SANDBV OLLAR F4OUNT HOURS WORKING 1OURS Si. A - $- $ _ $ - $- SUBTOTAL-EQUIPMENT - EQUIPMENT OVERHEAD & PROFIT @ 21% $ - MATERIALS / SERVICE MORNMITERSIK 4-qgaMattatiaidgaignagrAg .',:.,RO EQUIPMENT ,,'2:4'4.9,.„ TiAl TOTAL PRICE 75t,„,.. $ - FNA':4„.y.,,,,,,,,exiq , _. UP „ —........ $ ' id t , s) - $- , fM)11& ' - C ,_____ t - A- SUBTOTAL - MATERIALS - MATERIALS OVERHEAD & PROFIT @ 21% $ - MATERIALS TOTAL - Verificaf of Hours Worked: TOTAL: $ - 12% MARKUP (for prime when subcontract work) $ - Contra torsli:rentative)e Date ,--- , SHEET TOTAL: - Prime Markup on Subcontractor: 12%: < $25,000 10%: $25,000 to $100,000 El If checked, this work is in dispute. By signing this form, parties are agreeing to the time and effort needed to accomplish the task. Entitlement to be determined at a later date. Owners Representative Date Pay Estimate Entered: Date: By: 1 of 1 P-12 (Rev. 9/09) BROTHERS INC. DAILY FORCE ACCOUNT / EXTRA WORK REPORT P.O. Box 68697 Sealile, WA 98168 -0697 Office: (253) 8727173 Fax: (253) 395 -1209 CONTRACT NAME, NO.: OWNER / CONTRACTOR: DATE: COST CODE: DESCRIPTION OF WORK: LABOR - Name, Classification HOURS LOADED HOURLY RATE EXTENDED AMOUNTS REG $ O/T $ REG $ O/T EQUIP. NO. EQUIPMENT OWN or RENTAL? HOURS HOURLY RATE EXTENDED AMOUNTS OPER $ STDBY OPER STDBY $ REG $ O/T S OPER $ STDBY S REG $ O/T $ OPER $ REG $ O/T S REG O/T $ STDBY OPER STDBY $ OPER STDBY $ REG O/T $ OPER $ STDBY $ REG $ O/T $ OPER $ REG $ O/T $ REG $ O/T $ STDBY OPER $ $ STDBY r•. OPER $ STDBY SUBTOTAL LABOR: $ SUBTOTAL EQUIPMENT: $ SUBCONTRACTORS $ $ $ $ MATERIAL QTY. UNIT COST EXTENDED AMOUNTS $ $ $ $ $ SUBTOTAL SUBCONTRACTORS: $ SCARSELLA BROS., INC. REPRESENTATIVE DATE OWNER / CONTRACTOR REPRESENTATIVE DATE SUBTOTAL MATERIAL: $ SUBTOTAL SUBCONTRACTORS: $ % MARKUP SUBCONTRACTORS: $ SUBTOTAL LABOR: $ % MARKUP LABOR: SUBTOTAL EQUIPMENT: $ % MARKUP EQUIPMENT: $ SUBTOTAL MATERIAL: % MARKUP MATERIAL: $ TOTAL THIS REPORT: FA Sheet No.: 241A DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: Southcenter Parkway Extension Item No.: D1 - Minor Change 41-It t Description of Work: Additional grinding for final trench paving at S200th and proof of concept skim grind. Project No: 84-RW37 Date: 05/17/2012 Field Work Directive #167 Prime Contractor: Scarsella Brothers NAME OCCUPATION Work by Subcontractor?: X (mark `5c" if yes) Sub-Contractor: Ground Up Road Construction STRAIGHT TIME OVERTIME HOURS WWR HOURS WWR DOLLAR AMOUNT EQUIPMENT OR ATTACHMENTS , HOURS WORKING SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL $ HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT SUBTOTAL - EQUIPMENT $ EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL SUBCONTRACTOR BY INVOICE MATERIALS QUANTITY UNIT PRICE AMOUNT Ground Up Road Construction - Grinding (By Invoice) .5 H $ 850.00 1,275.00 SUBTOTAL - SUBCONTRACTOR INVOICES $ OVERHEAD & PROFIT - NO ADDITIONAL MARKUP % MATERIALS TOTAL $ 1,275.00 1,275.00 Verification of Hours Worked: D7. e) 22112- Owner's Representative Date Pay Estimate Entered: Date: By: TOTAL: $ 1,275.00 12% MARKUP (for prime when subcontract work) 153.00 SHEET TOTAL: $ 1,428.00 Prime Markup on Subcontractor: 12%: < $25,000 10%: $25,000 to $100,000 7%: > $100,000 LI If checked, this work is in dispute. By signing this form, parties are agreeing to the time and effort needed to accomplish the task. Entitlement to be determined at a later date. 1 of 1 P-12 (Rev. 9/09) FA Sheet No.: 241B DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: Southcenter Parkway Extension Project No: 84-RW37 Item No.: D1 Minor Change 4- I I.( Date: Description of Work: Final grinding support at S200th to remove remaining skim of asphalt. 05/21/2012 Per FWD #167 Prime Contractor: Scarsella Brothers Kent Howard Work by Subcontractor?: Sub-Contractor: LABOR STRAIGHT TIME OVERTIME " DOLLAR OCCUPATION HOURS WWR HOURS WWR AMOUNT (mark "x" if yes) Operator / Foreman 2.5 $ 59.71 $ 149.28 Carl Magnusson Operator 4.5 $ 56.86 255.87 Alan Chase Operator 2.5 $ 56.86 142.15 Steve Willet Laborer 2.5 $ 46.44 116.10 Kenneth Kripp Teamster 4.5 $ 52.05 234.23 Jaime Gaspar Flagger 4.5 $ 39.46 177.57 Julie Steinman TCS 3 $ 41.75 125.25 Zelda Flagger 3 $ 39.46 118.38 EQUIPMENT OR ATTACHMENTS Mack Truck Dump SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL EQUIPMENT HOURS HOURS WORKING STANDBY ADJUSTED STANDBY RATE RATE 4.5 71.27 1,318.82 382.46 1,701.28 DOLLAR AMOUNT 320.72 Loader 1 48.7 48.70 Broce Broom / Sweeper 3 24.19 72.57 Isuzu Pick-up / Traffic Truck 13.1 39.30 F-450 Flatbed 1 16.77 16.77 Arrow Boards (2EA @ 4.5 Hours) 9 MATERIALS' EQUIPMENT OV MATERIALS / SERVICE QUANTITY 2.16 SUBTOTAL - EQUIPMENT ERHEAD & PROFIT @ 21% EQUIPMENT TOTAL UNIT PRICE 19.44 517.50 108.67 626.17 AMOUNT Ground Up Road Construction (Paid on Separate Invoice) Best Parking Lot Sweeping (Paid on Separate Invoice) SUBTOTAL MATERIALS $ MATERIALS OVERHEAD & PROFIT @ 21% $ MATERIALS TOTAL $ Verification of Hours Worked: Owner's Representative Date Pay Estimate Entered: Date: By: TOTAL: $ 2,327.45 12% MARKUP (for prime when subcontract work) $ SHEET TOTAL: $ 2,327.45 Prime Markup on Subcontractor: 12%: < $25,000 10%: $25,000 to $100,000 7%: > $100,000 El If checked, this work is in dispute. By signing this form, parties are agreeing to the time and effort needed to accomplish the task. Entitlement to be determined at a later date. 1 of 1 P-12 (Rev. 9/09) DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: Southcenter Parkway Extension FA Sheet No.: Item No.: FLA:A) i(97 Description of Work: C Project No: 84-RW 7 Date: Prime Contractor: Scarsella Brothers Work by Subcontractor?: ub-Contractor: LABOR - (mark x" if yes) 1-C., 3 flqc EQUIPMENT SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% $ LASOR TOTAL $ - 05 SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL MATERIALS SERVICE A(.45244111031§61,101Faii,::,,,M. QUA TY, PRICE AMOUWT SUBTOTAL MATERIALS MATERIALS OVERHEAD & PROFIT @21% MATERIALS TOTAL Verif),clation of Hours Worked: Date Owners Representative Dc Pay Estimate Entered: Date: By: TOTAL: $ 12% MARKUP (for prime when subcontract work) $ SHEET TOTAL: Prime Markup on Subcontractor: 12%: < $25,000 10%: $25,000 to $100,000 7%: > $100,000 El If checked, this work is in dispute. By signing this form, parties are agreeing to the time and effort needed to accomplish the task. Entitlement to be determined at a later date. 1 of 1 P-12 (Rev. 9/09) DAILY REPORT OF FORCE ACCOUNT WORKED FA Sheet No.: 241 C Project Name: Southcenter Parkway Extension Project No: 84-RW37 Item No.: D1 - Minor Change it- (I( Date: Description of Work: Final grinding at S200th to remove remaining skim of asphalt. Per FWD #167 Work by Subcontractor?: X (mark "x" if yes) Prime Contractor: Scarsella Brothers Sub-Contractor: Ground Up Road Construction STRAIGHT TIME OVERTIME HOURS VVVI/FI DOLLAR AMOUNT EQUIPMENT OR ATTACHMENTS EQUIPMENT HOURS WORKING SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% $ LABOR TOTAL HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT SUBTOTAL - EQUIPMENT $ EQUIPMENT OVERHEAD & PROFIT @ 21% SUBCONTRACTOR BY INVOICE MATERIALS QUANTITY Ground Up Road Construction - Grinding (By Invoice) EQUIPMENT TOTAL $ UNIT PRICE AMOUNT LS ,400.00 ,400.00 SUBTOTAL - SUBCONTRACTOR INVOICES OVERHEAD & PROFIT - NO ADDITIONAL MARKUP % MATERIALS TOTAL ,400.0 Verification of Hours Worked: cont .cto nrea.,61k ;3)a Z,Z1/ Owners Representative Date Pay Estimate Entered: Date: 9101(z_ By: ,400.00 TOTAL: 3,400.00 12% MARKUP (for prime when subcontract work) $ 408.00 SHEET TOTAL: $ 3,808.00 Prime Markup on Subcontractor: 12%: < $25,000 10%: $25,000 to $100,000 7%: > $100,000 0 If checked, this work is in dispute. By signing this form, parties are agreeing to the time and effort needed to accomplish the task. Entitlement to be determined at a later date. 1 of 1 P-12 (Rev. 9/09) Ground Up Road Construction Inc. DBA 11/78M Road Recycle PO Box 1690 Milton, WA 98354-1690 P: 253.891.1413 F: 253.891,1425 Email: susanggradup.com BID To Scarsella Brothers, Inc. PO Box 68697 Seattle, WA 98168-0697 I Contract TA-2508 SouthcenterPkwyExpansion Up Jot 10-224pw 5/ 4/20 2 5/17/2012 B03) Equipment Mobilization - included Milling Bituminous Pavement - Rate is lump sum (WR06) 5,981 SY @ 2 inches thick (VVR06) 1,045 SY @ 5 inches thick (LB04) Equipment Mobilization - included Milling Bituminous Pavement - Rate is lump sum (VVR09) 439 SY @ 6 inches thick nt 1.00 0,00 0.00 1.00 5,500.00 5,500.00 1.00 0.00 0.00 1.00 3,400.00 3,400.00 We appreciate the opportunity to serve you. Please refer to our Quote for Terms & Conditions, Past due balances are subject to finance charges @ 1.0% monthly (excludes retention). Total Net 30 Payments/Credits Balance Due $8,900.00 $0.00 $8,900.00 DATE: PROJECT NO.: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 029 December 28, 2012 84 -RW37 CITY CONTRACT NO.: FEDERAL AID NO.: PROJECT NAME: Southcenter Parkway Extension Project 10-065 (ac) STPUL- 1041(003) NAME OF CHANGE: Remove & Replace Sidewalk at Claim Jumper TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #029 "Remove & Replace Sidewalk at Claim Jumper"; total lump sum payment for this Change Order is $18,037.66. This Change shall occur per Standard Specification 1 -04.4, Item 1 "Deleting any part of the Work" and Item 3 "Adding New Work ". No Contract time extensions are granted for this change. Cost Summa ID Description Quantity Unit Unit Price Total Amount FA 296 Removal of Additional Curb and Gutter at S180th NE Corner. 1 LS $529.18 $529.18 FNR from FWD0164 Quantities Calculated from Unit Prices Provided w /FWD 164 1 LS $17,508.48 $17,508.48 CO# 29 Remove & Replace Sidewalk at Claim Jumper Lump Sum Change Total: $18,037.66 We the undersigned Contractor, have proposal is approved, that we for the work above specifie ACCEPTED: By: Title: careful cons'.eration to the change proposed and hereby agree, if this labor, e. i. ent, furnish all materials, and perform all services necessary ept as full a,r ent therefore the prices show ry above and below. Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) "REV. CONTRACT AMOUNT $ 16,030,030.64 V $2,010,108.91 / Date $18,037.66 $18,058,177.21 ' By: Page 1 of 2 Date: Contractor: Se-rAk< 1.1E APPROVED BY THE CITY OF TUKWILA CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 029 Remove & Replace Sidewalk at Claim Jumper Change Order Narrative The only remaining section of existing sidewalk along the project limits between S180th and S200th was a roughly 300' long section along the frontage of Claim Jumper on the eas side of Southcenter Parkway. The sidewalk in this area did not meet current ADA slope and the curb and sidewalk panels had been damaged in several places during construction, either through the contractors activities or other third-party contractors working in the area. When the area was reviewed for restoration near the end of the project it was determined that the best option was to remove and replace the entire section of curb, gutter and sidewalk to "fill the gap" between new sidewalk at the S180th intersection and the new sidewalk south of the Claim Jumper approach. The prime contractor agreed to remove the existing concrete at no additional cost and the City agreed to pay for replacement features per the prices established with Change Order #12. Because no price was available for concrete approach a number was synthesized from the existing sidewalk price to establish a basis for payment. Description and Justification for Change As per Field Work Directive #164, the Contractor was to proc re and install curb, gutter and sidewalk along the west edge of the Claim Jumper property from approximately Sta 110+75 LT to Sta 113+80 LT. The new sidewalk will fill the gap from the curb return at the corner of Sl8Oth and SCP to the new sidewalk along SCP to the south. Measurement and payment for the above scop of work has been calculated using field measurements of actual quantities placed which were applied to the unit prices provided in Change Order #12 and the Field Directive as modified by the Field Note Record notes. Additional restoration was included for curb and gutter replacement on the north edge of S180thoao of the intersection to pick up payment for an item which was not included in Minor Change Order #103. The total of all these quantities pushed the payment past the $15,000 threshold which is allowed under Minor Change. This Change Order will compensate for all remaining costs associated with the sidewalk and restoration in this area. Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1oxz). Contractor (2mu) cc: Finance Department, Project Management File FA Sheet No.: 296 DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: Item No.: Description of Work: Prime Contractor: NAME Southcenter Parkway Extension Project No: Date: of S180th/SCP 84-RW37 BI D2 - Property Restoration - to CO #29 05/15/2012 Removal of additional curb and gutter FIE corner per verbal direction of SM in addition to work paid by MCO #103. Scarsella OCCUPATION Work by Subcontractor?: Sub-Contractor: LABOR STRAIGHT TIME DOLLAR AMOUNT OVERTIME HOURS WWR HOURS WWR Rob Elzig Operator Enrique Castro Laborer Robin Johnson Laborer EQUIPMENT OR ATTACHMENTS EQUIPMENT HOURS WORKING LABOR OVERHEAD HOURS STANDBY SUBTOTAL & PROFIT LABOR ADJUSTED RATE - LABOR: @ 29% TOTAL STANDBY RATE $ 299.60 $ 86.88 $ 386.48 DOLLAR AMOUNT 15-57 Cat 950 1 58.15 $ 58.15 35-808 Compressor 2 5.75 $ 11.50 3-73 Tool Truck 2 24.14 $ 48.28 $ $ - $ - MATERIALS EQUIPMENT OVERHEAD MATERIALS / SERVICE QUANTITY SUBTOTAL - & PROFIT EQUIPMENT UNIT EQUIPMENT @ 21% TOTAL PRICE $ 117.93 $ 24.77 $ 142.70 AMOUNT $ - $ - $ - $ - $ - SUBTOTAL MATERIALS MATERIALS OVERHEAD & PROFIT @ 21% MATERIALS TOTAL $ - $ _ $ - Verification of Hours Worked: TOTAL: 12% MARKUP (for prime when subcontract work) SHEET TOTAL: Prime Markup on Subcontractor: 12%: < $25,000 10%: $25,000 to $100,000 7%: > $100,000 Cl If checked, this work is in dispute. By signing this are agreeing to the time and effort needed to accomplish Entitlement to be determined at a later date. $ 529.18 $ - Con r c or's °,-p e / Date IA ai„dik...1aA 1. 24, ' L $ 529.18 form, parties the task. Owner's Representative Date Pay Estimate Entered: `/.2--S--- Date: 12-1-al (2.. By: WkfAL- 1 of 1 P-12 (Rev. 9/09) LY FORCE ACCOUNT / EXTRA WORK REPORT CONTRACT NAME, NO.: OWNER I CONTRACTOR: COST CODE: P.O. Box 68697 DESCRIPTION OF WORK: Seattle, WA 98168 -0697 Office: (253) 872 -7173 Fax: (253) 395 -1209 EXTENDED AMOUNTS SUBTOTAL SUBCONTRACTORS: MARKUP LABOR: 69 % MARKUP EQUIPMENT: HOURLY RATE SUBTOTAL EQUIPMENT: HOURS EQUIPMENT 5 a EXTENDED AMOUNTS LOADED HOURLY RAT SUBTOTAL L'ABOR:I LABOR - Name, Classification MATERIAL SUBTOTAL MATERIAL: SUBTOTAL SUBCONTRACTORS: % MARKUP SUBCONTRACTORS: SUBTOTAL LABOR:] MARKUP LABOR: SUBTOTAL EQUIPMENT: % MARKUP EQUIPMENT: SUBTOTAL MATERIAL: MARKUP MATERIAL: TOTAL THIS REPORT: OWNER I CONTRACTOR REPRESENTATIVE City "'remo" ^ Soothcenter Parkway uzu_no|mu ontract Name: Southcenter Parkway Extension Field Work Directive Contractor: Scarsella Brothers Dc Fed Aid Curb and Sidewalk 84-RW37 : STPUL-1041|00 Date: j 4/19/12 Scope: Replace the existing curb, sidewalk and driveway approach between approximate STA 110+75 LT and 113+80 LT (Claim Jumper frontage) Contractor to locate and protect all existing utilities and traffic loops. easurement and Payment: The City will measure and pay fo tom 1 Sidewalk 2 Curb and Gutter � 6 Extruded Curb w 7 HMA Driveway Approach Q Asphalt Patching ~.9 Added property restomhon e ollowing items per the item All other work required for the replacement including demolition, disposal, grading and CSTC to be performed by Scarsella at no cost to the City. Payment to be made on a future change order. Abachmandy):N/A Contra or Acknowled By: rother, nc. -Signature son Bradley Po-fir-ant Man.wlor Date Owner Approval: KBA, Inc. -Signature Brad Wheeler City of Tukwi(a -Signature Mike Mathia Project mnnooer THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXT NS0wonxc*xwsEmTHecowTxAuTpnms. LABOR, EQUIPMENT ANoiOR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID NGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES, ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS. CONSTPUCTI0 MANAG Contract Work Started Date ine Station Work Competed Date Field Note Record Field, Representative Signature Scott Moore concrete sidewalk concrete approach Item Description Quantity Est. No. Posting Field Note Record CONSTRUCTION MANAGEMENT Contract # Line Station Work Started Date Work Competed Date Field Reprl;sentative Signature Date Item No Item Description Date Unit Quantity Est. No. Posting Initials measurements asphalt patching because of construction method was minimal removal of this curb concrete curb and gutter extruded curb hma driveway approach asphalt patching CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 012 ADA Compliance and Curb, Gutter, Sidewalk Restoration After negotiations regarding the counter-proposal, the City and Contractor agreed to the following: Description Units Quantity Unit Cost Total ADA Ramps EA 14 $ ,30Q.00 $18,200.00 Sidewalk SY 846 $27,072.00 Curb and Gutter LF 2013 ('''''' 23.00 $46,299.00 12" DI Storm Drain Pipe LF 180 "r5a6.00 $27,000.00 Storm Drain Inlet EA 3 $1,550.00 $4,650.00 Traffic Island EA 1 $2,300.00 $2,300.00 Survey LS 1 $4,400.00 $4,400.00 CSTC TN 391 $30.00 $11,730.00 Site Preparation LS 1 $93 500.00 $93,500.00 Extruded Curb LF 40 fareilik ' $31.00 $600.00 $3,038.00 HMA Driveway Approach SY 98 Storm Adjustments EA 7 J5 $5,600.00 Utility Adjustments EA 14 $500.00 $7,000.00 Asphalt Patching TN 280 ' ' 8.20 $24,696.00 Total; ---- $276,085.00 Initial payment for this change shall be Lump Sum; all quantities to be field measured per the above and any adjustments based on field measurements will be per the unit cost. If needed, another Lump Sum Change Order will be issued at a later date to adjust the total cost based on the verified field measurements. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) Qontraptor cc: Finance Department (w/encumbrance) 1*-"retuiW AfPfeo„ke.44- IS TIT ce" ilt414,44, K.. 5 wily 444, 51. boa y 4, pc-0 ,r) MA+ ftoq.544,- 5,129'5 C4.6.* /4-9 (to/4,4'A+ USE x 5ID CA14466 SA4M 4.bA1i4r scrag:I-) mcb ME 'Ft*. APPeoiket+ f'L/si54-Crvk/1-txr SID 030 , MfQAtft * IU/Y7 1 e I '4427J, 2o3s 6pd 51 gze td' 4101 3 16 r' 4 1730 P-04 (Rev. 4/10) Page of 3 V1G1,441k) Kffo A-W 1,7 5' -6" 6'4//4, 3s Mq, PREMOLDED EXP. JOINT (TYPICAL) 8' SIDEWALK 5' 6' 2% 2" MIN. OR MORE AS DIRECTED. * DEPENDS ON DRIVEWAY PROFILE 2" - 518" CRUSHED ROCK (MAX. GRADE IS 15%) SECTION A -A TOP OF CURB AT DRIVEWAY 5% CURB DETAIL NOTES: 1. THIS ALTERNATE SHOULD BE USED ONLY AFTER STUDYING CLOSENESS OF DRIVEWAYS, DRAINAGE, TOPOGRAPHY, DRIVEWAY GRADES, RIGHT OF WAY, ETC. 2. DRIVEWAYS WITH HIGH VOLUME (AS NOTED BY CITY ENGINEER) MAY BE APPROVED FOR INTERSECTION TYPE ACCESS. 3. TURNING RESTRICTIONS MAY BE APPLIED BY THE CITY ENGINEER. 4. CONCRETE SHALL BE CLASS 4000. 5. INSPECTION REQUIRED BEFORE PLACING CONCRETE. AT LEAST 24 HOUR NOTICE MUST BE GIVEN TO TUKWILA PUBLIC WORKS DEPARTMENT FOR INSPECTION. 6. ALL DRIVEWAY APRONS SHALL BE A MINIMUM OF 6" THICK. 7. WHERE DRIVEWAY WIDTHS EXCEED 15', A 3/8" X 5 -1/2" EXPANSION JOINT SHALL BE PLACED LONGITUDINALLY ALONG THE CENTERLINE. 8. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH APWA/WSDOT PLANS AND SPECIFICATIONS OR AS DIRECTED BY THE CITY OF TUKWILA. 9. AN ASPHALT APRON MAY BE USED IN AREAS WHERE NO CURB EXISTS. 10. REMOVAL OF EXISTING CONCRETE CURB, GUTTER OR SIDEWALK SHALL BE TO THE NEXT EXPANSION JOINT; SCORE JOINTS MUST BE SAW CUT AND REPLACED WITH AN EXPANSION JOINT. NOT TO SCALE City of Tukwila COMMERCIAL DRIVEWAY SHEET: RS -09 REVISION #1: 08.03 LAST REVISION: 04.08 APPROVAL: BOB GIBERSON, CITY ENGINEER i SIDEWALK WIDTHS MINOR ARTERIAL* PRINICIPAL ARTERIAL* TUKWILA URBAN CENTER (SEE NOTE 1) MIN. 4' LANDING SCORE JOINTS EVERY 5' A 3" WIDE EDGER FINISH e/8" FULL DEPTH EXPANSION JOINT CURB & GUTTER (SEE RS-08A) 2% MAX. SECTION A-A NOTES: s/8" MINUS CRUSHED ROCK THICKENED EDGE ON RADIUS 2" 1s EXPANSION JOINTS EVERY 15' PLAN VIEW 1" WIDE X 3/8" DEEP SCORE JOINTS a/8"xn� EXPANSION JOINT ELEVATION 1. SIDEWALKS SHALL BE A MINIMUM OF 8 FEET WIDE AT BUS STOPS AND PULLOUTS, OR WHERE THE SPEED LIMIT IS OVER 35 MPH, OR WHERE A TRAIL AND SIDEWALK ARE COMBINED. 2. PLACE CEMENT CONCRETE OVER 2" OF 5/8" MINUS CRUSHED ROCK OR AS SPECIFIED IN THE CURRENT APWA/WSDOT STANDARD SPECIFICATIONS. 3. REMOVE EXISTING CONCRETE CURB, GUTTER OR SIDEWALK TO THE NEAREST JOINT; SCORE JOINTS MUST BE SAW CUT AND REPLACED WITH NEW. * SEE TMC 9.48.040 NOT TO SCALE • City of Tukwila SIDEWALK SHEET: RS-11 REVISION #1: 08.03 LAST REVISION: 04.08 APPROVAL: BOB GIBERSON, CITY ENGINEER � CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 028 DATE: PROJECT NO.: June 1, 2012 I CITY CONTRACT NO.: 84 -RW37 FEDERAL AID NO.: 10- 065A\'J-) STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Change out signal pole mast arm at S178 /SCP TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #028 "Change out signal pole mast arm at S178 /SCP "; total lump sum payment for this Change Order is $19,179.84. This Change shall occur per Standard Specification 1 -04.4, Item 1 "Deleting any part of the Work" and Item 3 "Adding New Work ". No Contract time extensions are granted for this change. Cost Summa ID Description Quantity Unit Unit Price Total Amount FA 294 Materials Invoice and Markup for Mast Arm 1 LS $8,612.18 $8,612.18 MCO 110 Minor Change Order for Mast Arm Replacement (w /out materials) — MCO processed will be credited back w /this CO. 1 LS $10,567.66 $10,567.66 CO# 28 Change out signal pole mast arm at S178 /SCP Lump Sum Total: $19,179.84 We the undersigned Contractor, have given c- -ful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide a abo', equipm- t, furnish all materials, and perform all services necessary for the work above specified, an acc •t a II pa - t therefore the prices shown above and below. ACCEPTED: By: Title: Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) 3/REV. CONTRACT AMOUNT Date: Contractor: $ 16,030,030.64 $1,990,929.071 Date Date $19,179.84✓ $18,040,139.551 By: ,L. 9; 1.04/3 !4'4'4 'U -4 nre . APPROVED BY THE CITY OF TUKWILA Mayor ;•erton j 5i '� o 6//V4 -'S Page 1 of 2 -P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 028 Change out signal pole mast arm at S178 /SCP Change Order Narrative The City of Tukwila's Traffic Signal Operations Department requested a modification to the signal mast arm at the S178th /SCP intersection due to safety concerns at the new signal. These modifications have resulted in a net additional cost to the Owner. Description and Justification for Change The design for the traffic signal at the S178th /SCP intersection did not line up correctly with eastbound traffic coming down the hill on 178th. After the new system was installed and in operation the problem was noted by the Signal Operations Department who requested the signal alignment be corrected. The quickest solution to allow the intersection to remain in service was to take a similar cross arm extension section from the intersection within the project limits (D -Line) which was not yet open to the public and substitute it for the incorrect arm. A replacement arm extension was ordered for the D -Line signal and later replaced at additional cost. The work was initiated by Field Directive #156 to be tracked by Force Account and paid by future Change Order. The FA's #251, 252 and 283 tracked the work to swap out the arm extension at 178th and install the final extension section at D -Line. These force accounts were initially charged to Minor Change #110 but did not include the material cost for the replacement extension section. With the extension cost procured and submitted by Scarselia the total value of the change exceeded allowable limits for Minor Change and the work must be processed as a full Change Order per contract requirements. In parallel to the processing of this Change Order an administrative Minor Change Order will be processed to credit the Minor Change account the $10,567.66 amount previously billed and included in the cost of this Change. The signal at 178th now meets alignment requirements and D -line is fully functional as designed. There is no time impact for the Change as the construction sequence referenced above allowed all work to be performed in parallel to the project Critical Path. Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2), Contractor (2 of 2) cc: Finance Department, Project Management File Page 2 of 2 P -04 (Rev. 4/10) FASheetNo.: 294 DAILYREPORTOF FORCEACCOUNTWORKED ProjectName:SouthcenterParkwayExtensionProjectNo:84-RW37 ItemNo.:ChangeOrder#28Date:05/04/2012 DescriptionofWork:Changeoutsignalpolemastarmat178th/SCPperFWD#156. MaterialCostonly.SeeMCO#110forPreviouspaymentsforlaborequipment. & WorkbySubcontractor?:(mark"x"yes) PrimeContractor:Scarsella Sub-Contractor: NAME OCCUPATION SUBTOTAL-LABOR: $ LABOROVERHEADPROFIT @ $ LABORTOTAL EQuipMENTORATTACHMENTS SUBTOTAL-EQUIPMENT $ EQUIPMENTOVERHEADPROFIT @ EQUIPMENTTOTAL ReplacementMastArmforD.Line(AltusIndustriesInvoice) (MaterialsbySB!.PreviouspaymentassumedCoTsupplied) 7,117.50 SUBTOTAL-MATERIALS $ MATERIALSOVERHEADPROFIT 1,494.68 & MATERIALSTOTAL 8,612.18 VerificationofHoursWorked: 8,612.18 TOTAL: MARKUP(forprimewhensubcontractwork) 8,612.18 SHEETTOTAL: Owner'sRepresentativeDate PayEstimateEntered: D I's Date:'Z. By:~ 11 of P-12(Rev.9/09) ctllll~ Blaine,WA98230 # Date Quote Phone360-255-7699 Fax#360-855-1692 5/4/2012 Customer Item Cost Description /"BO'~'~'~:(i1' PolesHardware 6,500.00 6,500.00 ''t:._;.:.: STANDARDTER.!\1SANDCONDITIONS PAYMENTREQUIREDFORCUSTOMfbR~~,&. REQUlRED\ RESALEeERTIS SEATTLE,WA,98168 k/IJ.9'II' Total USD6,500.00 ,~~ : MinorChange#110 SouthcenterParkwayExtensionProject Dale 06/27/2012 178thSignalMastArmReplacement 206-431-2446 ofTukwilaMikeMathia ScarsellaBrothersInc. in 100,000.0063,460.4510,567.6652,892.79 ACCEPTEDBY: OWNERAPPROVAL: Proi~~ £~ 1 Title' 12 of MinorChane#1 ConlractNumber SouthcenlerParkwayExtensionProject 84.RW37 041(003) MinorChangeOrderNumber 1781tlSignalMastArmReplacement 206-431-2446 BriefDescriptionofProblem/ReasonforEntitlement: ThePole1/2extensionarmorderedfor18oth/17ethViasnotthecorrectlengthtoallowthetraffic signalheadstoaligncorrectlywiththelanasInthisarea.Uponreviewitwasdiscoveredthatpole 111exlensionarmfromD-L1newouldaligncorrectly.Sincethe180lh/178thsignalpolewasunder activetrafficitwasagreaterprioritythanD-L1nethereforethecontractorwasInstructed10move pole#1armextensionfromD-Lineto180th/1781handorderanewarmextensionforD-L1nebe installedatalaterdate. TheOwneragreespaytheContractortorlabor,materials,andequipmentincludingmarkupsand applicablesaleslaxviaalumpsumamountof$10,567.66. PaymenllobemadeinaccordancewilhWSDOTSpoc.1-04.4(1)asamended,underlheBidItem"MinorChange." PaymenttobeallocatedtowardBidilem01,MinorChange. AlimeimpactanalysiswillnotberequiredunderMinorChange. Olslrir.JtIOrJ.Origina!w.~AHnchml?nlS-ResidentOfficeFile Copyotpage1WiMtachmenlS.P;lmeContraclor COT FASheetNo.: DAILYREPORTOF FORCEACCOUNTWORKED ProjectNC),me:SouthcenterParkwayExtensionProjectNo:84.RW37 ItemNo.:BIMinorChangeDate:03/29/2012 DescriptionofWork:RemovemastarmNEcornerDlineandmovetoSEcornerof S180thSCPo-PerFWD#156. WorkbySubcontractor?:X(mark'x'yes) PrimeContractor:ScarsellaSub.Contractor:TotemElectric ':"oo[(;')\Ff"". OCCUPATION NAME 354.80 Foreman RobVeltung 170,15 Appr.Elec.1year TobMcDaniels 287.10 Operator CoryMiller SUBTOTAL.LABOR: LABOROVERHEADPROFIT29% @ LABORTOTAL EQUIPMENTORATIACHMENTS 543,25 Crane 93,60 [-276UtilityTruck 194.40 $ $ 831.25 SUBTOTAL.EQUIPMENT 174.56 EQUIPMENTOVERHEADPROFIT21% @ 1.005.81 EQUIPMENTTOTAL SUBTOTAL-MATERIALS MATERIALSOVERHEAD&PROFIT21% @ MATERIALSTOTAL 2,053.36 VerificationofHoursWorked: TOTAL: 246.40 12%MARKUPprimewhensubcontractwork) 2,299.76 SHEETTOTAL: Date O",nflr'sRepresentative PayEstimateEnlered: o Date: 11 DAILYREPORTOF FORCEACCOUNTWORKED ProjectName:SouthcenterParkwayExtension ProjectNo:84-RW37 ItemNo.:Date: DescriptionofWork:-,-)---------------- SUBTOTAL-LABOR: LABOROVERHEAD8.PROFIT29% SUBTOTAL-EQUIPMENT EQUIPMENTOVERHEADPROFIT21% @ SUBTOTAL-MATERIALS MATERIALSOVERHEAD8.PROFIT@21% TOTAL: 12%MARKUP(forprimewhensubcontractwork) PayEstimateEntered: o Date: By: P-12(Rev. 252 FASheetNo.: DAILYREPORTOF FORCEACCOUNTWORKED ProjectName:SouthcenterParkwayExtensionProjectNo:84-RW37 ItemNo.:BI01-MinorChangeDate:03/30/2012 DescriptionofWork:RelaceMastArmatS.180thandSCPw/armfromD.Line. PerFWD#156. (mark'x"yes) Sub.Contractor:TotemElectric 5.5 396,72 $ 425.76 5.5 315.81 5.5 2,029.66 588.60 2,618.26 5.510B.65$597.56 167.28 213.84 64.92 1.258.52 264.29 @ @ 4,141.07 VerificationofHoursWorked: Date Owner'sHepresenla!ive PayEstimateEntered: Date: 11 P-12(Rev.9/09) FASheetNo.: DAILYREPORTOF FORCEACCOUNTWORKED PrimeContractor:ScarsellaBrothers Sub-Contractor: $ $ $ @ @ $ $ $ $ ';;C1n;;s~,c~onlnli'IO SHEETTOTAl: PayEstimateEntered: Date: P-12(Rev. FASheetNo.: FORCEACCOUNTWORKED ProjectNo:B4-RW37 ProjectName:SouthcenterParkwayExtension Date: ItemNo.:81MinorChange nalheadsandoneticon DescriptionofWork:InstallreplacementD.Linesignalolemastarm #156. andlandwiresinterminalcan.-PerFWD (mark'x"Ifyes) Sub-Contractor:TolemElectric PrimeContractor:Scarsella 454.74 425.76 6 338.22 7 238.21 @ LABORTOTAL $ 130.74784.44 15.8595.10 40.95245.70 $ $ 1,125.24 & 236.30 @ & @ $ VerificationofHoursWorked:3,240.98 3B8.92 3,629.90 Owner'sRepresentative PayEstimateEntered: Date: P.12 11 FORCEACCOUNTWORKED $ $ $ $ $ @ & WORTOTAL $ $ $ $ $ Date: [0 of Cily ofTukwila FWD0156 PW:84-RW37 FedAid th Installthemastarmextensionshaftfrompole#1attheo-lineintersectiononthemastarmforpole #2atthe180/178intersection.Procureanewmastarmextensionshaftpertheoriginal approvedshopdrawingsforpole#1ato-lineandre-install. MeasurementfortheproposedworkshallbetrackedbyforceaccountperWSoOTStandard Specification1-09.6.Paymentfortheauthorizedworkshallbebyafuturechangeorder. -;:;/;13 Date' KBA,Inc. -Signature BradWheeler ResidentEngineer" CityofTukwila -Signature MikeMathia ProjectManager MinorChangeOrder#123 ContractNumber ContractTitle FederalAidNumber 84-AW37 SouthcenterParkwayExtensionProject STPUL-1041(003) MinorChangeOrderNumber ChangeDescription Date 123 178thSignalMastArm-Credit-BilltoCO#28 12113/2012 Agency ProjectManager PhoneNumber CityofTukwila MikeMathia 206-431-2446 PrimeContractor ScarsellaBrothersInc• •OrderedbyEngineerunderthetermsofSeclion1-04.4oftheStandardSpecificationsortheRFP CChangeproposedbyContractor ChangeDescription MinorChange#110waspreviouslyprocessedtoprovidepaymentfortemporarilyreplacingthe signalmastarmatthe178th/SCPintersectionwithonefromD-Lineandsubsequentlyplacinga newarmatD-Linetoreplacetheonetransferedto178th.Itwassubsequentlyrealizedthatthe materialprovidedforthereplacementmastarmhadbeenpurchasedbyWithChangeOrder #28itwasappropriatetowraptheadditionalmastarmmaterialcostwiththeoverallchangeand preservetheMinorChangebudgetforotheritems.ThisMinorChangecreditstheamount previouslyprocessedtoallowpaymentunderChangeOrder#28. Acreditof<$10,567.66>willbeappliedtotheMinorChangebudgettocorrecttheledger.No Contracttimeextensionisgrantedforthischange. Allwork,materialsandmeasurementstobeinaccordancewiththeprovisionsoftheContractforthetypeofconstruction involvedunlessstatedotherwiseinthisdocumen!.NochangetolumpsumcontractamountorcontracttimebythisMinorChange. OriginalMinorChangeAmount(ItemD1)I~urrentMinorChangeAmount(ItemD1)I~etMinorChangeThisM.C.O. S100,000.0015,431.59-10,567.66 $. S25,999.25 ACCEPTEDBY: ScarsellaBros,Inc. ~MM."~~. /~./tl/,2 OWNERAPPROVAL: Date: CityofTukwila-ProjectManager Date: CoT-ResidenlEngineer MinorChangeOrder#123 ContractNumber ContractTitle FederalAidNumber STPUL-1 84-RW37 SouthcenterParkwayExtensionProject 041(003) MinorChangeOrderNumber ChangeDescription Date 178thSignalMastArm-Credit-BilltoCO#28 12/13/2012 Agency ProjectManager PhoneNumber 206-431-2446 CityofTukwila MikeMathia PrimeContractorDesign-Builder ScarsellaBrothersInc. BriefDescriptionofProblemReasonforEntitlement: ThisisanadministrativeMinorChangetocredittheamountfromMCO#110whichwasincludedin ChangeOrder#28. MeasurementandPayment: ThiscreditwillreplentishamountspreviouslyspentfromtheMinorChangebudget. Thecreditwillbeforalumpsumamountof<$10,567.66>. Paymenl/CredittobemadeinaccordancewithWSDOTSpec.1-04.4(1)asamended,undertheBidItem"MinorChange." Paymenl/CredittobeallocatedtowardBiditem01,MinorChange. AtimeimpactanalysiswillnotberequiredunderMinorChange. Dislribution:Originalw/Atlachmenls-ResidentEngineerlProjectOfficeFile Copyofpage1Attachments-PrimeContractor CopywiAttachments-ProjectMgr•COT of CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 027 DATE: November 30, 2012 CITY CONTRACT NO.: 10 -065 CG 0,, 1 PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Owner Directed Pump Station Modifications II TO: Scarsella Brothers, Inc. You _areJ -iereby_directed_to_makethe 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 changes, and work affected thereby, are subject to all contract stipulations and c ovenants; 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. Cost and Time Impact This work shall be paid under the new item CO #027 "Owner Directed Pump Station Modifications II "; total lump sum payment for this Change Order is $9,961.59. This Change shall occur per Standard Specification 1 -04.4, Item 1 "Deleting any part of the Work" and Item 3 "Adding New Work". No Contract time extensions are granted for this change. Cost Summa ID Description Quantity Unit Unit Price Total Amount RFP 031 Deletion of Load Bank for Pump Station 1 LS - $1,533.00 <$1,533.00> RFP 039 Pump Station 11 — Wall Mounted Ladder 1 LS No Cost $0.00 FWD 158 Pump Station ATS 1 LS $4,879.35"^ $4,879.35 MCO 115 Pump Station conduit Changes (Gen -CP & LC- XFrmr) 1 LS $2,554.86 $2,554.86 MCO 116 Pump Station Transformer Disconnect 1 LS $1,570.29 $1,570.29 MCO 114 Pump Station 3 Phase Service Meter Disconnect 1 LS $2,490.09 $2,490.09 CO# 27 Owner Directed Pump station Modifications II Lump Sum Total: $9,961.59 We the undersigned Contractor, have given proposal is approved, that we will '.r- ide for the work above specifie ACCEPTED: By: full consid; ;tion to the change proposed and hereby agree, if this t, furnish all materials, and perform all services necessary nt therefore the prices s n above and below. Date: lit. 401, equi Title: f/ed Original Contract (without tax) Previous Change Order(s) This Change Order (without tax) EV. CONTRACT AMOUNT Contractor: ScaksELL,A 890S,=a�c_ $ 16,030,030.64 ✓ $1,980,967.48 ✓ Date $9,961.59 /` $18,020,959.71 ✓ By: Page 1 of 2 APPROVED BY THE CITY OF TUKWILA ayor Jim H S i d „,,2.6.4067/WS P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 027 Owner Directed Pump Station Modifications II Change Order Narrative The City of Tukwila's Operations Department and Field Inspectors requested several modifications to Pump Station No. 11 that will address design discrepancies and future maintenance issues. These modifications have resulted in a net additional cost to the Owner. Description and Justification for Change On February 28, 2011 John Howat with the City of Tukwila's Operation Department requested that the Toad bank for the submitted generator should be deleted from the Contractor's scope of work. This request to delete the load bank was then incorporated into the submittal review comments for Submittal #466. A Request for Proposal (RFP) 031 was issued to the Contractor on June 2, 2011 requesting a lump sum credit proposal for the deletion of the load bank. On June 3, 2011, the Contractor submitted a credit proposal for the deletion of the load bank. John Howat requested that additional safety and maintenance design features be incorporated in the pump station wet well. The requested changes would eliminate the concrete slope at the bottom of the wet well and to make modifications to the wet well work platform to allow easier access by city personnel. A Request for Proposal (RFP) 039 was issued to the Contractor on January 17, 2012 requesting a lump sum proposal for the these changes. On April 11, 2012 the Contractor submitted a no cost proposal for these owner directed changes. The Contract Documents called for an ATS 300 to be supplied and installed by the Contractor. The Contractor submitted the ATS 300 and this was approved by the City of Tukwila. The ATS 300 was procured and shipped to site and upon inspection by the City of Tukwila it was realized that this unit was incompatible with the original intent of the design. On March 8, 2012, the Contractor was requested to provide pricing and availability for the ASCO ATS 7000 Model, which had the desired features per the City of Tukwila's Maintenance Department. Pricing was provided by the Contractor on March 16, 2012. Approval to procure and install was authorized by the City of Tukwila's issuance of FWD 0158 on 3/23/12 (attached). Submittal 802 was approved on 4/4/12 to ensure the proper ATS would be ordered. The original specified ATS 300 is to be delivered to the City of Tukwila's Public Works Maintenance Facility as the manufacturer would not allow this item to be re- stocked. In additional three Minor Changes ( #114, 115 and 116) were tracked and processed for various changes caused by the pump station control building configuration and electrical and utility code requirements. These items are being included in this Change Order because they reflect additional changes to the pump station system. The previous payment under Minor Change will be credited back to the Minor Change budget using an administrative Minor Change Order. For more information on these items see the specific Minor Change documents for each. Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2), Contractor (2 of 2) cc: Finance Department, Project Management File Page 2 of 2 P -04 (Rev. 4/10) ♦ • _ r ♦yam • • C;ty of Tukwila Southcenter Parkway Extension City of Tukwila: Southcenter Parkway Extension Project S. 180th Street to S 200th Street City Project No. 84 -RW37 /Federal Aid No. STPUL — 1041(003) Submittal Review Comments Submittal: #466 ❑ NET = No Exceptions Taken ❑ EAN= Exceptions as noted — Resubmission not required ❑ MC =Make Corrections Noted i� SI= Submit Specific Item ❑ RR = Revise and Resubmit ❑ RJ = Rejected Review Comments: • Submit Certificate of Compliance • Shop drawings approved • Acceptance based upon visual verification at time of delivery rovide O oad Bank is to be removed. A forth coming Request For Proposal williil b asking for credit on this item. Date: 3/3/) Date: 3/L1/1( ! 1( By: Brad Wheeler Resident Engineer B ike Mathia COT Project Manager This review is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Corrections or comments made on the submittal during this review do not relieve contractor from compliance with the requirements of the Contract Documents. Approval of a specific item shall not include approval of an assembly of which the item is a component. Contractor is responsible for: dimensions to be confirmed and correlated at the jobsite; information processes or to the means, methods, techniques, sequences, and procedures of construction; coordination of the VVork of all trades; and for performing all work in a safe and satisfactory manner. Page 1 Submittal No.466.00pen2011-01-18T13_45_09.xml Page 1 of 1 Close .Read Responek. tnternai Attachments Contractor Submittal Form kclark Submittal No: 466 .0 00929-00.03 Populate information from Requireil Submittals list by selecting title from this list: I r Manually Enter a Insert item Submittal Short Name: Generator Resubmittal WBS Task: Specification Section: From Sub/Supplier/Manufacturer: Submittal Type: Totem Electric 1De = electrical Related Bid Items a Insert item Description Related Documents in GC Drop Library: You may attach documents by uploading them to the GC Drop Library. When you associate uploads with a related Submittal or RFI then they automatically display in the table below (requires Submittal Number be created first). IMPORTANT: Unless otherwise instructed by the CM Team, documents uploaded after the date of submission will not be considered in Submittal review. Title Generator Resubmit-WI Povreul rcilinfoPathlorms Services Link Created Created By Notes . , . Open -iere 2011-01-18 1349:38 Kevin Slater For Office Use Only Internal Short Name (can be edited by CM): Open Schedule Related Required Submittal Date CPM Activity No I 0 _ CPM Start Date , bAlk ,e,0 IWO (k)r rehAtk 1‘.4 4 0\4 / 44A604_ Fe32. ins(' http://www.kbacmportal.net/projects/spe/ Jayouts/FormServer.aspx?XmlLocation=/project... 1/18/2011 CITY OF TUKWILA Request for Proposal (RFV') 0031 DATE: June 2, 2011 BUDGET NO.: PROJECT NO.: 84 -RW37 PROJECT NAME: FEDERAL AID NO.: STPUL - 1041(003) Southcenter Parkway Extension Project SUBJECT: Deletion of Load Bank for Pump Station Generator 1 PLAN REF: SPECIFICATION REF: 16230 ATTACHMENTS: - TO: Scarselia Brothers, Inc. Provide proposal and time impact analysis, within fifteen (15) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: DELETE the following feature / accessory as specified for the packaged engine generator per Special Provision 16230.1.1: • Load Bank MEASUREMENT AND PAYMENT: PROVIDE a proposal clearly indicating the deductive costs for the deleted scope change. By: Brad Wheeler Date: June 2, 2011 CC: Mike Mathia, File 655.3.0031 Page: 1 of 1 P-45 (04/10) Jason Cundey From: Jason Bradley [Jason.B @SCARSELLABROS.com] Sent: Friday, June 03, 2011 2:27 PM To: Bradley Wheeler; Jason Cundey Cc: Rick Krier; Casey Nelson Subject: FW: Southcenter Parkway Ext.: RFP 031 Attachments: CO #16 - Delete Loadbank.pdf After further review, offer a credit of $1533.00 for RFP 031. Jason Bradley Scarsella Brothers, Inc. 253 - 261 -4099 rm CTRIC of Tacoma Inc Phone (253) 383 -5022 Fax (253) 272 -5214 June 37d, 2011 Scarsella Bros. 8404 S. 196th St Kent, WA 98031 Attn: Jason Bradley Re: Southcenter Parkway Extension Project Contract #84 -RW37 Totem Job #4162 Totem CR #16 — Generator Loadbank Mr. Bradley, Note below is our credit to make changes as requested by the Project Engineer in RFP031 to delete the generator loadbank. Our credit includes the material only. Our credit for the work as referenced is $1,533.00 A breakdown of our costs estimate is included for your review. This change proposal is based on the usual cost elements such as labor, materials, and approved overhead/profit and does not include any amount for interference, disruptions, rescheduling and change in the sequence of work, delays and/or associated acceleration. Totem Electric expressly reserves the right to submit charges for any of these items should we be faced with performing our work under any of these conditions. Totem reserves the right to submit charges for impact costs and/or time extensions associated with this cost proposal. Work which may be required to complete this change order which is the work of other trades is not a part of this change proposaL This cost proposal supersedes all previously submitted cost proposals relating to this same work or change request. This quote is valid for thirty (30) calendar days from the above date and void thereafter. All work affected by either the acceptance or rejection of this change is on hold pending notification by the General Contractor to Totem Electric. Call me if you have any questions. Sincerely: Totem Electric of Tacoma, Inc. tr- Ryan Guthmiller Project Manager Enclosures (2) cc: Mike Shaffer Wade Sanders Rob Veltung File Industrial and Commercial Contractors State Contractors Registration# TOTEMET31SBS WE ARE AN EQUAL OPPORTUNITY EMPLOYER PROJECT NAME : Southcenter Parkway Extension TOTEM JOB # : 4162 CHANGE REQUEST :16 CONTRACT : 84-RW37 UNIT Credit to delete generator loadbank per City of Tuwklla RFP31 DESCRIPTION TOTEM ELECTRIC of TACOMA Inc. CHANGE REQUEST -1 Delete Generator Load Bank HOURS MULTIPLIED BY BURDENED RATE MARK UP APPLIED TO LABOR TOTAL MATERIAL MARK UP APPLIED TO MATERIAL LAB O R MATERIAL UNIT TOTAL UNIT TOTAL UNIT 0.00 1,400.00 ($1,400.00) 0.00 ($1,400.00) EQUIPMENT $70.96 0.00% 0.00% TOTAL EQUIPMENT MARK UP APPLIED TO EQUIPMENT 0.00% TOTAL SUBCONTRACTOR MARK UP APPLIED TO SUBCONTRACTOR 0.00% SUB TOTAL USE TAX APPLIED TO MATERIAL AT 9.50% TOTAL OF CHANGE REQUEST $0.00 $0.00 ($1,400.00) $0.00 $0.00 $0.00 $0.00 60.00 (61,400.00) (6133.00) ($1,533.00) SUBCONTRACTOR TOTAL UNIT $0.00 $0.00 TOTAL 60.00 $0:00 11HaWUpstairslSMARTIIISECT0Z8 - Ryan1201014182 - Southcenter Parkway ExtenslonlCHANGE REQUEST\Change Request Spread SheettChange request form CITY OF TUKWILA Request for Proposal (RFP) 0039 DATE: January 17, 2012 1 BUDGET NO.: - PROJECT NO.: l 84-RW37 ' FEDERAL AID NO.: STPUL- 1041(003) ! PROJECT NAME: ! Southcenter Parkway Extension Project ; ! SUBJECT: ° Pump Station 11 — Wall Mounted Ladder SPECIFICATION REF: i I !PLAN REF: i ATTACHMENTS: RFP 0039 Sketches — sheets US07, US08, UM02, dated 1/23/2012 TO: Scarselia Brothers, Inc. Provide proposal and time impact analysis, within fifteen (15) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: DELETE the following scope of work from Pump Station 11: • Concrete fill at base of Wet Well. ADD the following scope of work to Pump Station 11: • Delete the kick plate and rails on the western end of maintenance platform rail panel. • Replace the (3) rails with (3) stainless steel safety wire rope or chains. Install fixed ends of safety wire or chains on post adjacent to wall and stainless steel latching mechanisms on the opposite post. • Provide and install a wall mount ladder with 2" flat bar treads as previously submitted and approved. Wall mounted ladder is to provide access from maintenance platform to floor of wet well. All hardware to be stainless steel. MEASUREMENT AND PAYMENT: PROVIDE a proposal clearly indicating the additive and deductive costs for this change. Attachements: Sketches — sheets US07, US08, UM02, dated 1/23/2012. By: Brad Wheeler Date: January 17, 2012 CC: Mike Mathia, File 655.3.0039 Page: 1 of 1 P -45 (04/10) *0 Dl (2) /8 O B` 0.G BOT. PRE -CAST NET WELL ADO'L (3) /8 O 6'GG SOT. / / a / i i i I !anima �� ii r \\ S 1 11 �i�e 42 1 1 I I I � .m.!1 gni ' all 398148.0. ACCESS TCN ur DOCK PAD 1 1 \ 111 \\ 1 \ `\. / I l / / ,/ / :I lift ia a 20' 4 12' CABLE CHANNEL WET WELL TOP PLAN STRUCTURAL SECTION SCALE 1/T • T-0• 1101ST MOUNT SLEEVE ('UCL ADVANCED HOIST braR,M' OR EQUAL d 3B' • 42' C.O. ACCESS HATCH elw 3' -0' GO. (2) ADO'L /e 0 r G0., BST. 12• THICK CONC. TOP SLAB (2) AWL /8 • 8' 0.C.. 801. /µ4 6 12 0 C. EA. WAY ROIL 0 0 B' 0.C.. 80T. EFLUENT MANHOLE TOP PLAN STRUCTURAL SECTION O SCALE 1/5 • TA• 1' -O' LAP MIN. (11P.) TYPICAL RENF. /4 0 12 O.C.• AO. EA WAY HATCH 38' S0. ACCESS HOIST MOUNT SLEEVE ('UCL ADVANCED HOIST SYSTEM' CR EQUAL) AODl (3) 16 • B' 0.C. 80T. _O'�2' (2) H CORNER BARS 0 8' 0.0.. Tag L8v6 v 8600'- 5'02 -0' O.0. 8/ (1) WO S.S. ANCHOR BOLT. EMBmEO 74' MN. W/ 111111 HIT -RE 300 -80 AOI(\E SHORT S.OTT0 HOLE FOR %'+ SS. BOLT W/ NUT AND WASHER EMBEDED 8' MIN. /6 0 12 DOWELS W/ THREADED MECHANICAL GOOFIER BO 12` EF.E.W. 0 0 12 116 12' FINISHED GRADE. SEE SITE PLAN, SHEET 11CO3 T.O.C. 31.70 12-0'0 0.0.) PRE -CAST RISER RINGS ASTM C-478 PRE -CAST CONCRETE SS WIN 10. SS tANCRoP FORM TO MATCH PRE -CAST 0-RING CASKET OR OROUTE0 ANT (0 -RING 51.10.01) 12' CONCRETE SLAB V. 66012' 0.0. EACH WAY p O 12' TNREADSEO UN STUR6m SOIL 4' R CUTTING SHOE DETAIL (0P116HAL)O SCALE 0.T.8. ...TN/Tr MAINTENANCE PLATFORM ARO RAILING SEE OEfAA2 ON SHEET USW 70P OF PLATFORM FL 13.50 WALL. M .+ 4r8 i.••••¢.1/2." FLAT- EAR 11061105 AND SitE(CAIL-5 r •ilea dufora')ti'yi'• 7 7`'� :�1'‘.4.'701".711P , ,1 WET WELL STRUCTURAL SECTION SCALE 1/2• . T-0• (2) MATS 115 0 12" O.0. EA. WAY 1&B, (3` CL) CALL 46 MRS B'IPD PLTBLIC WORKS D.EP? • EMOINEERINO •STREETS•WATER•SEWERMARKS• WSAINO DAVID EVANS ANEASSOCIATES 1Ne. 410- 11801Avwus OE 6.1010 166066610,01005-3516 now 4661631600 FEDERAL Aq PR0.lECT N0. 61RN,•/0b (OO1h SOUTHCENTER PARKWAY EXTENSION PUMP STATION NO. 11 STRUCTURAL DETAILS 611 a F u a o- F v F•I0080IAWAR 008 M•IGIIY0 / !la MY OLIO OP o'37 S1ci:rc+f 1.13 -l2 'LOG, DIM RKbM CA WET WELL 12' DIA- WET WELL I4155<04 WALL 'i !II 11111i! 1 1 1111111111 111i',;.. 1 111111111111111 1 1111 ii f,. d 111111m111111111111 II I 1 IN! 111111111111111111 11111111 ;11 i! . 11111 11 11111111 1 1111111 1111111 II, 1/1111111 II CLCi11)Y�IIIIIIII 111 'mum' ii.'::' .1111111111Y1 11111 11111 11111E fill 11 11111 11111'i 1111 I)p1111 III 1111111111111111'. B R B K W n l I 1111 1111111111 11 1114 111111111 1 1111111 1111111 1111111111111111 11 11 1111 I I I . 1111111111111! 'II ;11)116 1 111111'1" "" " 1 11 111111111111111111111I 111111' II 1i1111 111111111 II111111IIII 11.1' .II 11111 Ilia I14' 111 11111111 1 1' 111111111 1 11111 111111 II,;'' 11 1 111 1111 111111! o' 11 11111 111 11 II! )" III 111111WI! 1; ' :III MAINTENANCE PLATFORM FRAMING PLAN SCALE V2' • TA' (4) W • STAINLESS STEEL HILTI :MK BOLT II (TIP.) 4' EMBEDMENT O DALY. STEEL W434' RADIUS TO MATCH WET WELL CA WELL NON –SHRWK GROUT FRP PL 12512476' (17P.) FRP 1)4' EACH FAQ 5(k4)1' 64 FRP WIDE FLANGE (TM.) SST BOLTS (2) PER ANGLE FACE CONNECTION BEAM TO WALL CONNECTION O SCALE: r • ?Jr EQUAL EQUAL EQUAL mace SQUARE TUBE FRP POST NET ' 5E2. ttgv1SIC?L oh1 L15c° p "ET <44LL WALL l RY P i� 5 "1 SI,.EYLN, WALL SHOP FILL BOTTOM 10' OF POST WftH RESIN STIFFENER Box FRP 1110E FLANGE (rel..) RAIL PANEL FRONT ELEVATION SCALE 11.0. . 1'A' CONTINUOUS FRP KICK PLATE )f' MAX. ■••• 2' FRP P011800EO GRATING w/ STAINLESS 5TED. CUPS 2x57(1 FRP SQ. 'MBE SPACER (2) RE0'0 AS SHOWN (2) ger SST. BOLTS GUARDRAIL CONN. SECTION O SCALE r • f-0' O NET WELL INTERIOR WALL 2 FRP POL1RUDE0 GRATING w/ STAINLESS STEEL CUPS CALIF. STEEL L 34340.25 RADIUS TO MATCH NET WELL INTERIOR %'• STAINLESS STEEL 111111 KINK BOLT II (1YP.) 4 EMBEDMENT ANGLE TO WALL CONNECTION 5 SCALE r.TN BERM YOODUDIG CC4telMUND 3 F U PUBLIC WORKS DEPT. •ENOINEERINO•STRBE TB•WATIOt•SEWER•PARKS•RUILDINO• • DAP (MAX$' .) DAVID EVAN8 ANDASSOCIATE9IWQ. FEDERAL ND PROJECT NO. BTPIA4041(003) SOUTHCENTER PARKWAY EXTENSION ..----g,. /14 NBE RAIL AND POST (TW.) b FI.NAi'G.N0•rA, NODULAR FRP HANDRAIL W/ / //, KICK PLATE e201/ ( l 11111111111111111 111111111111111 ,b; t°' J I IIIIIIIIIIIIIII11111111111111N1 I 111(IIIIGII111111IIINiuri)NiI I II11111111111111I11111111111111I mace SQUARE TUBE FRP POST NET ' 5E2. ttgv1SIC?L oh1 L15c° p "ET <44LL WALL l RY P i� 5 "1 SI,.EYLN, WALL SHOP FILL BOTTOM 10' OF POST WftH RESIN STIFFENER Box FRP 1110E FLANGE (rel..) RAIL PANEL FRONT ELEVATION SCALE 11.0. . 1'A' CONTINUOUS FRP KICK PLATE )f' MAX. ■••• 2' FRP P011800EO GRATING w/ STAINLESS 5TED. CUPS 2x57(1 FRP SQ. 'MBE SPACER (2) RE0'0 AS SHOWN (2) ger SST. BOLTS GUARDRAIL CONN. SECTION O SCALE r • f-0' O NET WELL INTERIOR WALL 2 FRP POL1RUDE0 GRATING w/ STAINLESS STEEL CUPS CALIF. STEEL L 34340.25 RADIUS TO MATCH NET WELL INTERIOR %'• STAINLESS STEEL 111111 KINK BOLT II (1YP.) 4 EMBEDMENT ANGLE TO WALL CONNECTION 5 SCALE r.TN BERM YOODUDIG CC4telMUND 3 F U PUBLIC WORKS DEPT. •ENOINEERINO•STRBE TB•WATIOt•SEWER•PARKS•RUILDINO• • DO DAVID EVAN8 ANDASSOCIATE9IWQ. FEDERAL ND PROJECT NO. BTPIA4041(003) SOUTHCENTER PARKWAY EXTENSION °.1 FI.NAi'G.N0•rA, �� e201/ ( l .'p:'. ,b; t°' J ©=010 — 415.1/BM Ammo SE e.IrXU.ww16llmn118005as1e "°"` +25518.5e60 PUMP STATION NO. 11 STRUCTURAL DETAILS - 2 "°°H°"" FWD SL/ NA Dee R11NRW Ode Ode 0250 '1tfqP G'i'i SkT--ru.{ WL I-L3 IL PL:.CT 11' -0" 14'_0" 6' CHAIN UNK FENCE, SEE DE1AIL®j 3' CLEAR OPENING 4" A.C. PAVEMENT/ 8" CRUSHED ROCK (30" -o• W/ GEDTEXTLE FABRIC), GYP F.G. 31.48 F.S. 31.81 3041. SST CABLE HOLDER "FLYG1 MODEL N0. 639 07 00 W/ (5) HOOKS SEE DETAIL 4" A.C. PAVEMENT/ 8" CRUSHED ROCK (r-o" W/ GE0IEX010 l F.S. 31.70 12• THICK WNC. TOP SLAB SEE DETAIL 4" AC. PAVEMENT/ 8" CRUSHED ROCK FABRIC) W/ 000105TLE 'RAVEN 405' COATING i I II ,� ♦ _A,.,.t._ .,1•: -g l < \i„ .'.� }._. ;fit`_. mss.. it (Tw) vri 25 MIN. 'RAVEN 405' COATING CLEAR OPENING 'RAVEN 405' COATING MP.) WET WELL EL 22.50 EL 19.53 VALVE BOX LIFT NUT 'RAVEN 405' COATING BY -PASS OVERFL0 STEM SUPPORT O 8'3 (TIP.) PIPE CLAMP 'ANVIL' FIG. 103 OR APPROVED EQUAL ANCHOR STRAP AT EVERY WATER (TYP.), SEE DETAIL M YJ /diT LOOM -UP AirAao-ItNr 12' DIAL PRE -CAST NET NEU- ASTM C -478 EL 13.50 MAINTENANCE PLATFORM W/RAIUNGS EL 11.50 NIGH WATER ALARM EMERGENCY PUMP '0N" EL 10.00 PUMP NO. 2 '0N' EL 9.00 PUMP N0. 1 "ON" 1 EL 13.50 ASPHALT COD TAR COATING RISER 1040SAST AVM 0 -478 ALL JOINTS SHALL BE SEALED W/ PREFORMED MASTIC TO FORM A WATERTIGHT SEAL ASPHALT COLD TAR COATING KEEL PAINT PIPING 9/ EPDXY COATING - GRAY. (TIT'. ALL PIPING IN WET WELL AND VALVE VAULT) E1. 6.75 PUMPS 'OFF' EL 5.67 MIN. LEVEL., S..0_0117 FLANGED FRAME (NORMALLY OPEN) _ I EL 4.50 BOTTOM OF NET WO. Ike PROVIDE MN. 12' F"elr'''Fire4e4P44-i. WilVir'kWe'le4PA-1.44-.411P'We'VAIr* COMPACTED TO 95% 1W-9"4- CRUSHED ROCK 32E.4.r*1F; COWL 64.L SECTION A•A !KALE: I/O" • 1.-0" INFLUENT SEVER 'GU UNER" MANHOLE RASE UNER 4' -10' PRE -CAST CONCRETE VAULT (FULL THICKNESS WALL) 13 STANDARD DEFORMED STEEL REINFORCED POLYPROPYLENE PLASTIC STEPS (LANE 900EL ND P- 13938) LEGEND OF VALVES AND FITTINGS O1 10" DIP., CL 52 O 10. 0 8' WEE (FLG) 03 10' D.I.P. SPOOL (815). 78" LONG © ID" MAGNETIC FLOW METER - "R050MDUNT" MODEL 870515R100C1W3NOG1 (PROVIDE 10' FLO. SPOOL TO REPLACE METER) 0 10" D.I.P, LONG PATTERN FLX. COIIPUNG W/ RESTRAINED JOINTS © 10" FLOANOED COUPLING ADAPTER W/ RESTRAINED JOINTS 0 8" PLUG VALVE (FULL PORT) W/ HANOWHEEL (FLG.) pe B' 90' LONG RAO. 1120W (F10.) 0 8" 0.I.P. LONG PATTERN FLX. COUPLING W/ RESTRAINED JOINTS 10 C 0.1.8., CL. 53 11 8' 45' 0.208 (FIG.) © 8' D.I.P., CL 53 (F10, z PE) 13 8' CHECK VALVE (FLG) 1© 8' SUBMERSIBLE SEWAGE PUMP "41.161 MODEL N0. NP -3127, 421 LT IMPELLER W/ MIX - FLUSH, 10 H.P. MOTOR, 1735 R.P.M. j) NET NELL HATCH COVER (3%) PER "FLY01 MODEL "FLET- H0- 420985i4" W/ SLAM LOCKS AND SAFE HATCH SYSTEM OR APPROVED EQUAL • 16.-11.. 9' -1' PRE -CAST CONCRETE VAULT (FULL THICKNESS WALL) 1© 'LW. PRODUCTS' N0. HS-3A ALUMINUM 36' SG ACCESS HATCH W/ DRAIN CHANNEL SPRING ASSISTED 0008. SINGLE LEAF 1® LINK SEAL AND GROUT FILL 19 'STANTON' PIPE SUPPORT ("ANVIL" FIG 284) ® 2" SEWAGE COMBINATION AIR VALVE, "VENT- o-MA1, TYPE 2 MODEL N0. 050- R001021 (75 pal) 21 ANGLE CONNECTION, SEE DETAIL 0 © INTERMEDIATE GUIDE BAR BRACKET ® 2' GUIDE RAIL SCHEDULE 40 SS PIPE (2 PER PUMP) ® 3 " ANCHOR BOLT (4). SEE DETAIL ® PRESSURE GAUGE ASSEMBLY, SEE 0010J1G ® 4' PVC, SCH. 40 DRAIN LINE © 3' PVC, SCH. 40 DRAIN LINE ® "ZURN" FLOOR DRAIN MODEL NO. 7 -730 -V W/ BACKWATER VALVE 'LW. PRODUCTS" 140. HS -38 ALUMINUM 38" x 42' ACCESS HATCH W/ DRAIN CHANNEL, SPRING ASSISTED DOOR, SINGLE LEAF (INFLUENT MANHOLE) ®0 WALLMOUNT UDDER W/ 2" FLAT 841 TREADS AN0 SIDE RAILS 9/ OWNER SUPPLIED LADDER -UP ATTACHMENT iO 'ANVIL' PIPE SUPPORT, SEE DETAIL ® 1)4" PVC, SCH. 40 PIPE (ACCESS HATCH DRAIN) ® Y PVC, SCH. 40 (AIR VALVE VENT) ® 2' SST ISOLATION VALVE AT AIR VALVE ▪ "LW. PRODUCTS' N0. 95-10 36' x 86" ALUMINUM ACCESS HATCH W/ DRAIN CHANNEL SPRING AMSTED DOOR (VALVE VAULT) ® 20' D.I.P., CL 50 (FLO x P.E.) ® 60'4 FLAT TOP MANHOLE - AST0-478, SEE OETAO.� MAINTENANCE PLATFORM. SEE DETAILS ON SHEET 8506 ©B 8" FLANGED COUPUNG ADAPTER W/ RESTRAINT JOINTS ® 3' "ZURN' FLOOR DRAIN MODEL NO. Z -730 -0 W/ BACKWATER VALVE CALL 4e HOURS coNtREFORE YOU D 3 u ID 0 6. IL, . � PUBLIC WORKS DEPT_ DIY �Z. (I 1 DAVID !VANE Awe ASSOCIATES oo. FEDERAL/JO PROJECT NO. STPUL.1041(003) SOUTHCENTER PARKWAY EXTENSION ,TAE /tny ruL3ozl t J v • INWNESRIMO •ETREETS•WATIR•SIWIR•PARKS. BUILDING• °C+7 MP Eno 415.1TemAwnw6E ee9eWewwh9bDleaoeas+e Phan: 425519.6600 PUMP STATION NO. 11 WET WELL & VAULT SECTION AND NOTES MN. � ,ILO 0b R.N. O.. am •Kr120.1 Skxful M 3 -Z3-7Z Jason Cundey From: Jason Bradley [Jason.B @SCARSELLABROS.com] Sent: Wednesday, April 11, 2012 3:02 PM To: Bradley Wheeler Cc: Paul Garrett; Kelly Clark; Jason Cundey Subject: RFP 039 Attachments: [Untitled].pdf Backup attached. I think we can handle this one as a no -cost. Jason Bradley Scarsella Brothers, Inc. 253 - 261 -4099 G .0RAC•rC SGARSELLA 8ROTHE SIUC DAILY FORCE ACCOUNT / EXTRA WORK REPORT P.O. Box 68697 Seattle, WA 98168-0697 Office: (253) 872-7173 Fax: (253) 395-1209 CONTRACT NAME, NO.: OWNER / CONTRACTOR: DATE: COST CODE: DESCRIPTION OF WORK: LABOR - Name, Classification HOURS LOADED HOURLY RATE EXTENDED AMOUNTS Laborer - Pipelayer REG -8 47.58 - 380.64 0/T 0 General Laborer REG -6 46.73 - 280.38 OIT 0 REG 60 0 O/T 0 REG 46.73 0 O/T 0 Operator Foreman REG -2 57.12 - 114.24 OR 0 REG 57.12 0 O/T 0 REG 0 0/T 0 2508 - Southcenter Parkway City of Tukwila RFP 039 Delete Sloped Concrete Fill EQUIP. NO. EQUIPMENT OWN or RENTAL? HOURS HOURLY RATE EXTENDED AMOUNTS 1 -Ton Tool Truck OPER -8 22.5 -180 STDBY 0 930 Loader OPER 53.5 0 STDBY 0 930 Loader OPER 53.5 0 STDBY 0 Operated Truck & Trailer OPER 125 0 STDBY 0 Foreman Pickup OPER -2 20 -40 STDBY 0 OPER 0 STDBY 0 OPER 0 STDBY 0 REG 0 O/T 0 REG 0 OJT REG 0 O/T 0 SUBTOTAL LABOR: - 775.26 SUBCONTRACTORS OPER 0 STDBY 0 OPER 0 STDBY 0 OPER 0 STDBY 0 SUBTOTAL EQUIPMENT: -220 MATERIAL QTY. UNIT COST EXTENDED AMOUNTS Delete 3 CY Concrete (Short Load) 1 -650 -650 0 SUBTOTAL SUBCONTRACTORS: 0 0 0 SCARSELLA BROS., INC. REPRESENTATIVE DATE OWNER / CONTRACTOR REPRESENTATIVE DATE SUBTOTAL MATERIAL: -650 SUBTOTAL SUBCONTRACTORS: $0.00 12 MARKUP SUBCONTRACTORS: $0.00 SUBTOTAL LABOR: - $775.26 29 % MARKUP LABOR: - $224.83 SUBTOTAL EQUIPMENT: - $220.00 21 MARKUP EQUIPMENT: - $46.20 SUBTOTAL MATERIAL: 4650.00 21 Y. MARKUP MATERIAL: -$136.50 TOTAL THIS REPORT: 42,052.79 a DAILY FORCE ACCOUNT / EXTRA WORK REPORT TRACT wr CONTRACT NAME, NO.: DATE: (............CARSELLA OWNER /CONTRACTOR: "' P.O. Box 68697 COST CODE: 8RIIHERSINC, WA 98160-0697 DESCRIPTION OF WORK: ft$51 OS) Office: (253)872.7173 2508- Southcenter Parkway City or Tukwila RFP 039 Add Opening and Ladder Fax (, Fax ( 53) 395-1209 LABOR • Name, Classification HOURS LOADED HOURLY RATE EXTENDED AMOUNTS EQUIP. NO. EQUIPMENT OWN or RENTAL? HOURS HOURLY RATE EXTENDED AMOUNTS Laborer- Pipelayer REG 7 47.58 333.06 1 -Ton Tool Truck OPER 7 22.5 157.5 O/T 0 STDBY 0 General Laborer REG 7 46.73 327.11 930 Loader OPER 53.5 0 O/T 0 STDBY 0 REG 60 0 930 Loader OPER 53.5 0 OJT 0 STDBY 0 REG 46.73 0 Operated Truck & Trailer OPER 125 0 OJT 0 STDBY 0 Operator Foreman REG 2 57.12 114.24 Foreman Pickup OPER 2 20 40 OJT 0 STDBY 0 REG 57.12 0 OPER 0 O/T 0 STDBY 0 REG 0 OPER 0 O/T 0 STDBY 0 REG 0 OPER 0 O/T 0 STDBY 0 REG 0 OPER 0 OJT 0 STDBY 0 REG 0 OPER 0 O/T 0 STDBY 0 SUBTOTAL LABOR: 774.41 SUBTOTAL EQUIPMENT: 197.5 SUBCONTRACTORS MATERIAL QTY. UNIT COST EXTENDED AMOUNTS Aluminum Ladder 1 625 625 SS Anchor Bolts 6 7.5 45 0 0 SUBTOTAL SUBCONTRACTORS: 0 SUBTOTAL MATERIAL: 670 SUBTOTAL SUBCONTRACTORS: $0.00 12 MARKUP SUBCONTRACTORS: $0.00 SCARSELLA BROS., INC. REPRESENTATIVE DATE SUBTOTAL LABOR: $774.41 29 % MARKUP LABOR: $224.58 SUBTOTAL EQUIPMENT: $197.50 21 MARKUP EQUIPMENT: $41.48 SUBTOTAL MATERIAL: $670.00 OWNER/CONTRACTOR REPRESENTATIVE DATE 211‘ MARKUP MATERIAL: $140.70 TOTAL THIS REPORT: $2,048.66 o ° ° • ' City of Tukwila Southcenter Contr ctor Acknowted • = r nt: /,,I- Field Work Directive FWD0158 -. - • Parkway Extension Contract Name: Southcenter Parkway Extension PW: 84 -RW37 Contractor: Scarsella Brothers, Inc. Fed Aid #: STPUL- 1041(003) Subject: Pump Station ATS Date: 3/23/12 Scope: Proceed with procurement and installation of the revised ATS for the pump station. The model number shall be D7ATSA31 OON5XC per the specification attached to Totem Electrics 3/15 letter. Measurement and Payment: Measurement for the proposed work shall be lump sum for $4,879.35. Payment for the authorized work shall be under bid item D1, minor change. Attachment(s): Totem Electric letter and attachments dated 3/15/12 Contr ctor Acknowted • = r nt: /,,I- S ,+pct sella Br, `Tr, Inc. - Signature Date Jason Brad ey Project Manager Owner Approval: By: 7�!.A.-- `....___. l2-. KBA, Inc. - Signature Da e Brad Wheeler Resident Engineer By: �/ . 9t' ity of Tukwila - Signature Date Mike Mathia Project Manager THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND /OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1 -04.5 OF THE WSDOT STANDARD SPECIFICATIONS. CIFC71171 ELECTRIC of Tacoma Inc Phone (253) 383 -5022 Fax (253) 272 -5214 March 15th, 2012 Scarsella Bros. 8404 S. 196th St Kent, WA 98031 Attn: Jason Bradley Re: Southcenter Parkway Extension Project Contract #84 -RW37 Totem Job #4162 Change Request #37 — Automatic Transfer Switch Dear Mr. Bradley: Note below is our price to make changes as requested by the Project Engineer to change the ATS for the pump station. Our price includes the material to perform this work. Our price for the work as referenced is $4,35657 A breakdown of our costs estimate is included for your review. This change proposal is based on the usual cost elements such as labor, materials, and approved overhead/profit and does not include any amount for interference, disruptions, rescheduling and change in the sequence of work, delays and/or associated acceleration. Totem Electric expressly reserves the right to submit charges for any of these items should we be faced with performing our work under any of these conditions. Totem reserves the right to submit charges for impact costs and/or time extensions associated with this cost proposal. Work which may be required to complete this change order which is the work of other trades is not a part of this change proposal. This cost proposal supersedes all previously submitted cost proposals relating to this same work or change request. This quote is valid for thirty (30) calendar days from the above date and void thereafter. All work affected by either the acceptance or rejection of this change is on hold pending notification by the General Contractor to Totem Electric. We await your written approval and direction before proceeding with the referenced work. Sincerely Totem Electric of Tacoma, Inc. P "iAh� Ryan Guthmiller Project Manager Enclosures (2) cc: Wade Sanders Rob Veltung File Industrial and Commercial Contractors State Contractors Registration R TOTEMET31 SBS WE ARE AN EQUAL OPPORTUNITi' EMPLOYER 4.7rd: ELECTRIC PROJECT NAME TOTEM JOB # CHANGE REQUEST # CONTRACT # Southcenter Parkway Extension 4162 37 84RW37 Description of Proposed Change: Add pull box per RFP 27 UNIT DESCRIPTION LABOR MATER 1 ASCO #7ATSA3280N8C 1 Freight 1 Deliver Original ATS Equipment to City EQUIPMEN SUBCONTRACTOR UNIT TOTAL UNIT TO AL NIT TOT [T TOTAL 0.00 0.00 2,775.00 $2,775.00 0.00 $0.00 0.00 $0.00 0.00 0.00 300.00 $300.00 0.00 $0.00 0.00 $0.00 3.00 3.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00 0.00 0.00 $0.00 18.72 3.00 $3,075.00 HOURS MULTIPLIED BY BURDENED RATE $71.25 MARK UP APPLIED TO LABOR TOTAL MATERIAL MARK UP APPLIED TO MATERIAL 29.00% $213.75 $61.99 $3,075.00 21.00% $645.75 TOTAL. EQUIPMENT MARK UP APPLIED TO EQUIPMENT 21.00% TOTAL SUBCONTRACTOR MARK UP APPLIED TO SUBCONTRACTOR 12.00% SUB TOTAL USE TAX APPLIED TO MATERIAL AT TOTAL OF CHANGE REQUEST 9.50% $58.18 $11.79 $0.00 $0.00 $4,064.44 $292.13 $4,356.57 Flatbed Truck $56.16 $18.72 per hour $0.00 • We are pleased to quote the followinLASCO 7000 Series Transfer Switch: Item No.: 1 Quantity: 1 Cat. No: D7ATSA3100N5XC Product TATS - Automatic Transfer Switch Ampacity: 100 Poles: 3 Voltage: 480V Phase: 3 Phase Enclosure: NEMA 1 Dimensions: 48"Hx18"Wx13 "D Weight 125Lbs. Withstand Current Rating: 22,000 A w /Specific Circuit Breakers 110,000 wlAny Breaker. Size & Qty of Screw -Type Lugs: 30-230A = (1 ea) #14 to 4/0 AWG This offering is UL1008 LISTED & LABELED Time Delays Engine Start Transfer to Emergency Transfer to Normal Engine Cool Down Engine Exerciser. Sensing Over Voltage on Norm/Emer (customer to Activate) Under Voltage on Norm/Emer Over Frequency Sensing on Norm/Emer (Customer to Activate) Under Frequency Sensing on Norm /Emer Phase Voltage Sensing on Norm/Emer and Includes the following Standard features: Sensing Coned. Phase Rotation Sensing on Norm/Emer (Customer to Activate) Other Standard Features 3- Position Test Switch (Test, Automatic & Reset) Engine Start Contacts Dry Contacts (two sets) for ATS Position (1) Set LED's Indicates Closed on Norm/Emer (1) Set LED's Indicates Availability on Norm/Emer User Interface Visual (4) Line by (20) Character LCD Display with Membrane Key Pad Scrolling System OPTIONS (INCLUDED: 1 BB/G -Two (2) pole contacts (each) for Normal & Emergency source voltage available 22- Solid neutral with full rated terminals. 131 -ARRA Compliant (American Re- Investment and Recovery Act -Buy American). inals. NOTES/COMMENTS: -This quote is based only on your e-mail of 3/9/12. - Start -up assistance is NOT included. Corrtact our office if you desire start-up by ASCO Services, Inc. IF "ARRA" 1S REQUIRED. THIS QUOTATION MUST BE REVISED PRIOR TO ORDER ENTRY.' Minor Change Order #114 Contract Number 84 -RW37 Contract Title Southcenter Parkway Extension Project Federal Aid Number STPUL - 1041(003) Minor Change Order Number 114 Change Description 3 Phase Service disconnect at Pump Station Date 08/27/2012 Agency City of Tukwila Project Manager Mike Mathia Phone Number 206 -431 -2446 Prime Contractor Scarseila Brothers Inc. I■Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications or the RFP OChange proposed by Contractor Change Description As per FWD0169 the contractor is to provide a service disconnect ahead of the meter to the pump station as required by PSE. The disconnect needs to be UL listed, in a NEMA 3R box for external mount and rated for 480V, 3- phase, 200A (Modified to 100A by verbal change). Measurement and payment for the 3 phase service disconnect by Totem Electric to be per Force Account Sheets 280, 281, and 282 (see attached). Force Account 280: $234.02 Force Account 281: $1,554.01 Force Account 282: $702.06 Total for MCO 114: $2,490.09 All work, materials and measurements to be in accordance with the provisions of the Contract for the type of construction involved unless stated otherwise in this document. No change to lump sum contract amount or contract time by this Minor Change. Original Minor Change Amount (Item 01) $ 100,000.00 Current Minor Change Amount (Item 01) s 30,58 Net Minor Change This M.C.O. s 2,490.09 Revised Minor Change (Item 01) $ 28,099.67 ACCEPTED BY: / Scarsdla Bros, Inc. . Signal lZ,:., fy,,,1_. ,_._., ..t Date: /!! 4i, /'/7 tie: OWNER APPROVAL: Signature:. 4"`2 /eA J f' Z- Date: / 3t/ Titie: City of Tukwila - Project Manager Manager Signatur . °'� Date: IO1'j1 /('— Title: CoT - Resident Engineer 1 of 2 Minor Change Order #114 Contract Number 84 -RW37 Contract Title Southcenter Parkway Extension Project Federal Aid Number SIP UL- 1041(003) Minor Change Order Number 114 Change Description 3 Phase Service disconnect at Pump Station Date 08/27/2012 Agency City of Tukwila Project Manager Mike Mathia Phone Number 206 - 431 -2446 Prime Contractor / Design - Builder Scarselia Brothers Inc. Brief Description of Problem / Reason for Entitlement: There was no disconnect shown in the pump station electrical drawings, but PSE field inspection required a service disconnect ahead of the meter at the pump station prior to energizing the service. Field investigation Indiciated that the location below the meter base appeared to be the most convenient place to install the disconnect. The contractor researched and installed the requested disconnect to meet PSE's requirements. Measurement and Payment: The Owner agrees to pay the Contractor for labor, materials, and equipment including markups and applicable sales tax via a lump sum amount of $2,490.09. Payment to be made in accordance with WSDOT Spec. 1- 04.4(1) as amended, under the Bid Item "Minor Change." Payment to be allocated toward Bid item D1, Minor Change. A time impact analysis will not be required under Minor Change. Distribution: Original w /Attachments - Resident Engineer /Project Office File Copy of page 1 w/ Attachments - Prime Contractor Copy w/ Attachments - Project Mgr - COT 2 of 2 Minor Change Order #115 Contract Number 84 -RW37 Contract Title Southcenter Parkway Extension Project Federal Aid Number STPUL- 1041(003) Minor Change Order Number 115 Change Description Pump Station Conduit Changes Date 08/27/2012 , Agency City of Tukwila Project Manager Mike Mathia Phone Number 206 -431 -2446 Prime Contractor Scarsella Brothers Inc. ■Ordered by Engineer under the terms of Section 1.04.4 of the Standard Specifications or the RFP a Change proposed by Contractor Change Description As per response to RFI #73 and in -field verbal direction from Inspector the contractor is to provide additional conduit in the pump station control building for a spare from the generator to the control panel, another conduit to the valve vault for an extra lighting circuit and within the building footprint in order to relocate the building Xfmr to the opposite wall to fit within the building and maintain code clearance requirements. Measurement and payment for the additional conduit by Totem Electric to be per the attached Force Account Sheets 275 and 292 (see attached). Force Account 275: $465.21 Force Account 292: $2,089.65 Total for MCO 115: $2,554.86 Ail work, materials and measurements to be in accordance with the provisions of the Contract for the type of construction involved unless stated otherwise in this document. No change to lump sum contract amount or contract time by this Minor Change. Original Minor Change Amount (Item 01) $ 100,000.00 Current Minor Change Amount (Item 01) S 28,099.67 Net Minor Change ThIs M.C.O. S 2,554.86 Revised Near Change (Item 01) $ 25,544.81 ACCEPTED BY: / Scarsella Bros, Inc. Signatu :� � �.��f _' _ �� Date: ! ��'i� ��.,�� %� Title: v OWNER APPROVAL: � Signature: Date: / 0 Z nue; City of Tukwila - Project Manager d / Signature: 1 131/1 1/4,4 � Date: � Title: CoT - Resident Engineer 1 of 2 Minor Change Order #115 Contract Number 84 -RW37 Contract Title Southcenter Parkway Extension Project Federal Ald Number STPUL - 1041(003) Minor Change Order Number 115 Change Description Pump Station Conduit Changes Date 08/27/2012 Agency City of Tukwila Project Manager Mike Mathia Phone Number 206- 431 -2446 Prime Contractor / Design - Builder Scarsella Brothers Inc. Brief Description of Problem / Reason for Entitlement: The original pump station control building design did not anticipate the interior building transformer being as large as the one delivered to the jobsite. With the increased size and weight of the transformer the components no longer fit within the building in the original configuration. Each component also requires clear space above, below or in front of the electronic component to meet electrical code. To make this work within the existing building the contractor needed to reconfigure the components. This put the transformer on the opposite wall and required additional conduit connect the transformer to the circuit breaker panel. The spare conduits from the generator to the control panel and from the control building to the valve vault were desired by the Operations and Maintenance personnel following the bid. Measurement and Payment: The Owner agrees to pay the Contractor for labor, materials, and equipment including markups and applicable sales tax via a lump sum amount of $2,554.86. Payment to be made in accordance with WSDOT Spec. 1- 04.4(1) as amended, under the Bid Item "Minor Change." Payment to be allocated toward Bid item D1, Minor Change. A time impact analysis will not be required under Minor Change. Distribution: Original w /Attachments - Resident Engineer /Project Office File Copy of page 1 w/ Attachments - Prime Contractor Copy w/ Attachments - Project Mgr - COT 2 of 2 Minor Change Order #116 Contract Number 84 -RW37 Contract Title Southcenter Parkway Extension Project Federal Aid Number STPUL - 1041(003) Minor Change Order Number 116 Change Description Disconnect in Front of Step Down Xfrmr Date 08/27/2012 Agency City of Tukwila Project Manager Mike Mathia Phone Number 206 - 431 -2446 Prime Contractor Scarsella Brothers Inc. ■ Ordered by Engineer under the terms of Section 1.04.4 of the Standard Specifications or the RFP CI Change proposed by Contractor Change Description As per in -field verbal direction from Inspector, the contractor is to provide an additional disconnect within 10' of the transformer per NEC. Mount disconnect, run conduit and flex. Pull wire, bond, and terminate wire. Measurement and payment for the additional conduit by Totem Electric to be per the attached Force Account Sheet 286 (see attached). Force Account 286: $1570.29 Total for MCO 116: $1570.29 All work, materials and measurements to be in accordance with the provisions of the Contract for the type of construction involved unless stated otherwise in this document. No change to lump sum contract amount or contract time by this Minor Change. Original Minor Change Amount (Item 01) $ 100,000.00 Current Minor Change Amount (Item 01) $ 25,544.81 Net Minor Change This M.C.O. $ 1,570.29 eavised M1norChenga (Item nit $ 23,974.52 ACCEPTED BY: Scarseila Bros, Inc. Signatu _,,.,, Date: !/ .i.- � eg,V� Title: v OWNER APPROVAL: Signature!�i'(� Title: Signature: Title: f Date: l0/ g Ole City of Tu ila - Project Manager C / !�`��"Cl Date: 10131 1I 2- CoT - Resident Engineer 1 of 2 Minor Change Order #116 Contract Number 84 -R W37 Contract Title Southcenter Parkway Extension Project Federal Ald Number STPUL - 1041(003) Minor Change Order Number 116 Change Description Disconnect in Front of Step Down Xfrmr Date 08/27/2012 Agency City of Tukwila Project Manager Mike Mathia Phone Number 206 - 431 -2446 Prime Contractor / Design - Builder Scarsella Brothers Inc. Brief Description of Problem / Reason for Entitlement: The internal building load transformer as provided by the contractor would not fit in the location designated in the plans and meet required code working clearances. The transformer was shifted to the opposite wall. This shift in location Increased the distance from the toad panel to the transformer and code required a new disconnect between these locations. The Issue was discovered during electrical inspection and verbal direction was given to add the additional disconnect. The electrical foreman secured the parts, disassembled the current wiring and installed the disconnect as requested. Measurement and Payment: The Owner agrees to pay the Contractor for labor, materials, and equipment Including markups and applicable sales tax via a lump sum amount of $1570.29. Payment to be made In accordance with WSDOT Spec. 1- 04.4(1) as amended, under the Bid Item "Minor Change." Payment to be allocated toward Bid item 01, Minor Change. A time impact analysis will not be required under Minor Change. Distribution: Original w /Attachments - Resident Engineer /Project Office File Copy of page 1 w/ Attachments - Prime Contractor Copy w/ Attachments - Project Mgr - COT 2 of 2 10-065(z) CITY OF TUKWILA Council Approval N/A CONTRACT CHANGE ORDER NO. 026 Contract Contingency Used for this Change Order August 14, 2012 CITY CONTRACT NO PROJECT NO.: 84 -RW37 FEDERAL AID NO PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Nationwide 14 Permit Delay Impact Settlement TO: Scarsella Brothers, Inc. 10 -065 STPUL- 1041(003) 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 changes, 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 Cost and Time Impact This work shall be paid under the new item CO 026 "Nationwide 14 Permit Delay Impact Settlement"; total cost for this Change Order is $373,695.97. This Change shall occur per Standard Specification 1 -04.4, Item 7 "Ordering the Contractor to delay the Work Cost Summary ID Description Quantity Unit Total Amount CO# 026 Nationwide 14 Permit Delay Impact Settlement 1 LS $373,695.97 1 Total: $373,695.97 The above compensation includes all labor, equipment, and overhead costs incurred by the Contractor during the NWP 14 permit delay of 197 Calendar Days. 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 labor, equipment, furnish all materials, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. It has been mutually agreed by both parties that this Change Order does not preclude the Contractor from seeking further compensation on the following items: Time, equipment, and materials cost for TESC during the partial project suspension, Subcontractor impacts, fuel escalation, material escalation, flagging labor escalations and impact to unchanged work. If these additional delay costs are proven valid, and allowable by the contract, these items will be negotiated and dealt with in future Change Orders. ACCEPTED: By:: Date: Title: I—F fpm A� Contractor: Original Contract (with tax) 16,030,030.64 APPRO3 THE CITY OF TUKWILA 7 Previous Change Order(s) $1,607,271.51 Date This Change Order (without tax) $373,695.97 REV. CONTRACT AMOUNT $18,010,998.12 By: Slo Ma yor Jim Haggerton J o a Page 1 of 1 Outstanding Extended Duration Cost Original Agreed Amount Change Order 17 Correction for 2011 Audit 1 $3,591.00 Total 1 707,427.00 1 294,080.00) (39,651.03) 1 373,695.97 10- 065(Y) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 025 DATE: May 21, 2012 CITY CONTRACT NO.: 10 -065 (L PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: S. 180 Street Storm Line Utility Conflict Resolution TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #025 "180 St. Storm Line Utility Conflict Resolution total lump sum for this Change Order is $17,009.16. This Change shall occur per Standard Specification 1 -04.4, Item 3 "Adding New Work No Contract time extensions are granted for this change. Cost Summary ID Description Quantity Unit Unit Price Total Amount Force Account I Force Accounts for 1/11/12 1 LS $656.58 $656.58 Force Account I Force Accounts for 2/13/12 to 2/14/12 1 LS $16,352.58 $16,352.58 CO# 25 S. 180th Street Storm Line Utility Conflict Resolution Lump Sum Total: $17,009.16 We the undersigned Contractor, have given e u onsideration to the change proposed and hereby agree, if this proposal is approved, that we will o e labor, uipm nt rnish all materials, and perform all services necessary for the work above specified an ac pt as f pay n erefore the prices shown above and below. ACCEPTED: By: Date: Title: Contractor: Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) $1,590,262.35 Date (1 2D This Change Order (without tax) $17,009.16 REV. CONTRACT AMOUNT $17,637,302.15 By: Mayor Ji erton Page 1 of 2 Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 025 S. 180 Street Storm Line Utility Conflict Resolution Change Order Narrative During potholing activities done by the Contractor in preparation for the installation of the storm drainage along South 180th Street, several utility conflicts were encountered, that are not shown on the plans. To avoid these conflicts, the Contractor was requested to revise the invert elevations for manholes PS -3 and PS -2. The Contractor was directed to perform this scope of work under Field Work Directive ('FWD') 0135, dated 1/11/2012. During night time excavation operations on January 23rd 24th, 2012, the Contractor encountered a concrete obstruction on the north side of the trench. After some investigation, the obstruction appeared to be a concrete encasement or a thrust block for the 66" WSDOT pressure line. The concrete extended approximately 2' into the north side of the new manhole location. The excavation was stopped at the top of the concrete so as not to disturb the bearing should the obstruction be a thrust block. The plans originally called for the storm drainage on South 180 Street to be installed per plan sheet PP22 and PP23, dated 3/11/2010. Description and Justification for Change Meetings were held between the City of Tukwila, the Project Designer (David Evans Associates), and the Construction Management team (KBA, Inc.) to discuss possible solutions to avoid this obstruction as it was not desirable to disturb or alter the thrust block or WSDOT 66" pressure line. The design solution for this problem was to add two (2 each) new manholes, manholes PS -3A and PS -313, between the previously designed manholes PS- 4 and PS -3. This design would allow the storm line to be routed around the concrete obstruction. The existing sanitary sewer line will go through the new PS -2A manhole. This design change was approved and implemented via Field Work Directive 0138, dated 2/26/2012. Measurement for the scope of work associated FWD 0135 and FWD 0138 was tracked by Force Account per WSDOT Standard Specification 1- 09.06. The following is a summary of the Force Accounts that tracked the directed work: Force FWD Account No. Date No. FA Sheet Total 135 1/11/2012 225a $215.20 135 1/11/2012 225b $441.38 138 2/13/2012 225c $1,943.71 138 2/13/2012 225d $646.72 138 2/14/2012 225e $812.46 138 2/14/2012 225f $12,064.18 138 2/14/2012 2258 $617.00 138 2/14/2012 225h $268.51 Total: $17,009.16 Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2), Contractor (2 of 2) cc: Finance Department, Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10-065W Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 024 DATE: May 15, 2012 CITY CONTRACT NO.: 10 -065 C XJ PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: 1 Non- Conforming Recycled Concrete CSBC Credit TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #024 "Non- Conforming Recycled Concrete CSBC total lump sum CREDIT for this Change Order is $20,682.46. This Change shall occur per Standard Specification 1 -04.4, Item 3 "Altering the Specifications No Contract time extensions are granted for this change. Cost Summary ID Description Quantity Unit Unit Price Total Amount NCR 06 Recycled Concrete CSBC 34,470.77 Ton <$0.60> <$20,682.46> CO# 24 Non Conforming Recycled Concrete CSBC Lump Sum CREDIT Total: <$20,682.46> We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will povide all or, uipm furnish all materials, and perform all services necessary for the work above specified, an a pay erefore the prices shzn bove and below. ACCEPTED: By: Date: /f /J Title: Contractors Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) EV. CONTRACT AMOUNT 16,030,030.64 V APPROVED BY THE CITY OF TUKWILA $1,610,994.81 Date 4w,�,p <$20,682.46> $17,620,292.99 By: fA X47 Mayor J' ggerton SrG� c ;2 t6 /7Zk-5_ Page 1 of 2 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 024 Non Conforming Recycled Concrete CSBC Credit Change Order Narrative Contractor submittal #520 requested the allowance of recycled concrete to be used for crushed surfacing base course (CSBC). The approval was given to allow this material to be used as a CSBC, as long as all material meet WSDOT standard specification 9- 03.9(3) and the material could be compacted to the specified requirements. The City reserved the right to reject the material if these conditions were not met. Samples of the recycled concrete were taken throughout delivery to the project. The laboratory tests on 9/20/2011 and on 9/29/2011 from these samples showed that the material did not meet the specification 9- 03.9(3). Due to this, on 10/7/2011, Non Conformance Report No. 06 was issued. Description and Justification for Change Per Non Conformance Report #06, the corrective action required of the Contractor was as follows: a. For material being brought to the site: Change the processing method at the Renton Recycle pit to provide material that meets the WSDOT specification or change the source of the CSBC being supplied to the project. b. For the material already placed either: 1. Remediate the out of spec material currently placed on site to meet the WSDOT specification for CSBC. -OR- 2. Contractor to propose a credit for leaving out of spec material in place. The credit must be acceptable to the City. Material must meet the compaction requirements for the project. On December 8, 2011, the Contractor responded that a credit would be offered of $0.60/Ton for CSBC placed on or after 9/20/2011. The Contractor's proposed action was accepted on 12/15/2011. Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2), Contractor (2 of 2) cc: Finance Department, Project Management File 4 Page 2 of 2 P -04 (Rev. 4/10) T 10-065(w) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 023 DATE: May 7, 2012 CITY CONTRACT NO.: F 10 -065 C w PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Median Soil Substitution —Type B TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #023 "Median Soil Substituion total lump sum CREDIT for this Change Order i$10,800.00. This Change shall occur per Standard Specification 1 -04.4, Item 3 "Altering the Specifications No Contract time extensions are granted for this change. Cost Summary ID Description RFI 076 Median Soil Type A per Contract (CREDIT) RFI 076 Median Soil Type B with amendment RFI 076 CO# 23 I Median Soil Substitution Type B Quantity Unit Unit Price Total Amount 1200 CY $14.00 <$16,800.00> 1200 Cy $5.00 $6,000.00 Lump Sum CREDIT Total: <$10,800.00> We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we w9 provide equipme t, furnish all materials, and perform all services necessary for the work above specified, will accept as f I pa therefore the prices shown above and below. ACCEPTED: By: Date: Title: rV.{P Contractor: Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) $1,621,744.81 Date This Change Order (without tax) <$10,800.00> EV. CONTRACT AMOUNT $17,640,975.45 V By: R 'lob Mayor Ji gerton Page 1 of 2 lJ� 6 //j0�- P -04 (Rev. 4/10) CITY OF tUKWILA CONTRACT CHANGE ORDER NO. 023 Median Soil Substitution Change Order Narrative The Contractor shall substitute Type B soil for the Type A soil in all but the top 12" of the median planter islands as is shown on Plan Sheet LD -01, Detailed C "Median Berm Planting Contractor to incorporate a 14 -18 -12 fertilizer at a rate of 8 lbs. per 1,000 SF to the Type B soil. Contractor to incorporate the Type A soil lift into the top 6" of the Type B soil. Description and Justification for Change On March 6, 2012, the Contractor submitted RFI 076 requesting the permission to use onsite Type B topsoil for placement in the center landscape median islands. They requested the depth and conditions should this substitution be approved. The response to RFI 076 was given on March 26, 2012, allowing the Contractor to proceed with the substitution provided that an acceptable credit was approved and specific conditions were fulfilled when installing the soils (see above narrative). The Contractor submitted a credit proposal on April 16, 2012. This initial proposal was rejected due to inefficient credit for the material substitution. A revised proposal was submitted on April 18, 2012 by the Contractor and accepted by the City of Tukwila on April 20, 2012. The Contractor was then directed to proceed with the substitution for the agreed to lump sum credit of $10,800.00. Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2), Contractor (2 of 2) cc: Finance Department, Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10-065(v) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 022 DATE: April 17, 2012 CITY CONTRACT NO.: 10 -065 PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Pedestrian Push Buttons and Traffic Loops at 180 Intersection TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #022 "Pedestrian Push Buttons Traffic Loops at 180th total cost for this Change Order is an agreed to lump sum payment of $29,392.38. This Change shall occur per Standard Specification 1 -04.4, Item 3 "Altering the specifications and design No Contract time extensions are granted for this change. Cost Summary ID Description Quantity Unit I Unit Price Total Amount RFP035 Signal detection at S. 178 Street Credit 1 LS <$5,942.64> <$5,942.64> RFP038 Install loops on eastbound S 180 Street 1 LS $2,113.41 $2,113.41 RFP036 Vibro tactile pedestrian push buttons 1 LS $33,222.21 $33,222.21 CO# 22 I Pedestrian Push Buttons Traffic Loops at 180 I Lump Sum Total: I $29,392.98 We the undersigned Contractor, h9 e proposal is approved, that we will vi for the work above specified, a )11 ACCEPTED: By: Title: scR2sECC q .P. Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) �*EV. CONTRACT AMOUNT areful consideration to the change proposed and hereby agree, if this all 19bor, equippYgnt, furnish all materials, and perform all services necessary asas ful!XayFnent therefore the prices shown above and below. Date: a- s a— Contractor: S Ciq 9 E.L L( t 6eos 777 16,030,030.64 APPROVED BY THE CITY OF TUKWILA $1,592,351.83 Date 5/ $29,392.98 $17,651,775.45 By: X i� Mayo ggerton S o C G /A25*S Pagel of 2 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 022 Pedestrian Push Buttons Traffic Loops at 180th Change Order Narrative The following is the scope of work to be performed by the Contractor: Delete the traffic loops and the associated appurtenances on S. 178th Street (4A1, 461, 4A2, 4132, 7A1, 7A2, 4A, 463, 7A3, 4A4, 464, 4A5, and 4135). Install the City provided camera mounted on the mast arm for east bound signal heads (Pole #2). The camera is currently mounted temporarily on the mast arm for southbound traffic and will need to be moved to the eastbound mast arm. The City will provide the mounting hardware for the camera. Wiring shall be installed in the mast arm and is not to be surface mounted. Install two traffic loops in the eastbound lanes on South 180th Street at STA 09 +70. The loops will replace the existing counting loops that will be removed during storm drain construction. Replace the originally specified Polara Bulldog #RBDLM2 -B -4H with the Polara Navigator model EN25AN0- X. Install the new vibro tactile pedestrian push button assemblies on all new signalized intersections. Supply five (5) CCU units for the push buttons, model CCU2EN and deliver to the City signal shop for installation by the City. Supply one EZ Configurator model ECONFIG and deliver to the City signal shop. Description and Justification for Change RFP 035: During discussions about the scope of work for S. 178 Street, it was realized that video detection would be the preferred option for this signal. The following was the justification for making this change: To minimize traffic impacts by deleting the designed traffic loops. An omission from the plans did not indicate that traffic bearing loop stub boxes would b required. This would be an additional cost to the Contract. The metal loop stub boxes would be installed on a steep slope; this may have created a safety issue during freezing weather events. Video detection would be a viable solution and deletion of the planned loops would result in a credit. This leg of the intersection is in review and may be rebuilt in the next 2 -5 years. Based on this justification, Request for Proposal 035 was issued on November 11, 2011. The Contractor provided pricing on December 8, 2011. After review by the Construction Management team, it was determined that the cost proposal was not in -line with the scope of work. A revised proposal was requested. On January 4, 2012 the Contractor submitted a revised proposal that was accepted by the City via FWD 144. RFP 036: Since Federal funding is being used on this project, newly installed ADA components must be in compliance with current ADA requirements. The WSDOT Design Manual states, "Pedestrian APS pushbutton devices shall provide tactile and visual signs on the face of the device or its housing or mounting to indicate crosswalk direction and the name of the street containing the crosswalk served by the pushbutton." RFP 036 was issued on November 14, 2011 and requested that the originally specified Polara Bulldog Push Buttons be replaced with the Polara Navigator Push Button at all five signalized intersections. This model meets the requirements as outlined by the WSDOT Construction Manual. The Contractor provided pricing on December 8, 2011. After review by the Construction Management team, it was determined that the cost proposal was not in -line with the independent estimate. A revised proposal was requested. On January 27, 2012 the Contractor submitted a revised cost that was accepted by the City via FWD 144. RFP 038: There was an omission in the plans for the re- installation of two traffic loops that would be removed during the grind and overlay work occurring on S 180` Street. The City was contacted about this issue and confirmed that these two loops would need to be re- installed. RFP 038 was issued on January 4, 2012. The Contractor provided pricing on January 10, 2012. After review by the Construction Management team, it was determined that the cost proposal was not in -line with previously provided pricing for this type of work. A revised proposal was requested. On January 26, 2012 the Contractor submitted a revised proposal that was accepted by the City via FWD 144. Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2), Contractor (2 of 2) cc: Finance Department, Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10- 065(u) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 021 DATE: March 25, 2012 CITY CONTRACT NO.: 10 -065 (U-, PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Imported Trench Backfill For Highline Waterline TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #021 "Imported Trench Backfill For Highline Waterline total cost for this Change Order is an agreed to lump sum payment of $50,000.00. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Increasing quantities No Contract time extensions are granted for this change. Cost Summary ID Description Quantity I Unit Unit Price Total Amount CO# 021 Imported Backfill Material For Highline Waterline Trench 1 LS $50,000.00 $50,000.00 Lump Sum Total, includes WSST: $50,000.00 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 labor, equipment, furnish all materials, 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: Date: 4 3 -1 DI C- J Title: Contractor: ��s�(j Z .V. ...._1? Original Contract (with tax) Previous Change Order(s) This Change Order (with tax) P7 V. CONTRACT AMOUNT 16,030,030.64 $1,542,351.83 $50,000.00 $17,622,382.47 APPROVED BY THE CITY OF TUKWILA Date 23,�Dld�... By: Mayor J' aggerton j S l G i�/� c-S Page 1 of 2 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 021 Imported Trench Backfill For Highline Waterline Change Order Narrative: The Contractor's subcontractor, Nelson Construction, submitted a request stating that at the time of bid they did not include pricing for imported trench backfill in their unit bid items. Rather, do to ambiguities in the Contract Documents, the Contractor understood that existing native material would be acceptable as trench backfill. The timeline for the Highline water main installation and change request is as follows: 6/14/11: Nelson Construction (subcontractor) begins work on the waterline. This included the import of 5/8" minus crushed rock and stockpiling for use in the trenches on the same day (6/14/11). 7/29/11: Nelson Construction's request, dated 7/20/11, seeking additional compensation for the use of imported material during the backfill of trenching operations. 8/15/11: CM team issues response to request; initially finding no entitlement for additional compensation. 8/23/11: Contractor requests that a Disputes Review Board review this issue. Description and Justification for Change: It was agreed to by both the City and Contractor that a Disputes Review Board shall be set -up per Standard Specification 1- 09.11(1) to assist with providing resolution to disputed issues that has arisen on the Southcenter Parkway Extension project. The DRB was comprised of 3 members knowledgeable in the type of roadway construction involved in this project. The DRB held it's hearing of the issues on March 2, 2012. The following issue was reviewed by the DRB: Issue 1: The Contractor requested compensation for imported material used for pipe bedding and trench backfill for the Highline. The City's stance was that no additional compensation is due and that no ambiguities exist in the Contract Documents; this backfill material should have been included in the base bid. The Contractor contends that because of perceived ambiguities in select sections of the contract documents additional compensation is due. Nelson Construction imported a total of 7,989 tons to the project, in addition to the 1,627 tons provided by Scarsella, for a total of 9,616 tons of imported material for trench pipe bedding, pipe zone backfill, and the area above the pipe. After deducting for the quantity required for pipe bedding, 1,009 tons; which includes the quantity under the existing pavement at 200 the total unanticipated quantity of material imported for trench backfill amounts to 8,607 tons. On March 2, 2012, after hearing both sides of the above three issues, the DRB encouraged the parties to seek resolution through further negotiations, if possible. Both parties agreed that Issue 1 could be resolved through negotiations and began that process after the hearing had concluded. On March 5, 2012, the City issued a letter to summarize the agreed to settlement on Issues 1 and 3. The following is the agreed to settlement for Issue 1: Backfill of waterline trench: Lump sum payment of $50,000.00 Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department Project Management File Page 2 of 2 P -04 (Rev. 4/10) 1LLA q cos CITY OF TUKWILA 10-065(t) Council Approval 5/17/10 Contract Contingency Used for this Change Order CONTRACT CHANGE ORDER NO. 020 February 26, 2012 i CITY CONTRACT NO.: 10 -065 C t� PROJECT NO.: I 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: I Southcenter Parkway Extension Project NAME OF CHANGE: Buffer Reduction Mitigation TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be credited to the Contract under the new item CO #020 "Buffer Reduction Mitigation on a lump sum basis as per the pricing proposal agreed to by Scarsella Brothers, Inc. on November 8, 2011. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Adding new Work The total lump sum shall be for all labor, equipment, and materials for the work as herein described. No Contract time extensions are granted for this change. Cost Summary ID Description Proposal Unit Total Amount RFP013 Revised Buffer Reduction Mitigation $58,070.72 LS $58,070.72 CO #020 TOTAL ADD: $58,070.72 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, and perform all services necessary for the work above specified, andwi�ll acce s full payment therefore the prices shown abov and below. ACCEPTED: Date: Contractor: i By: Title: Original Contract (with tax) $16,030,030.64V APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) This Change Order (without tax) �EV. CONTRACT AMOUNT $1,484,281.11 $58,070.7211 $17,572,382.47 J Pagel of 2 Date By: Mayor aggerton I6W4� i P -04 (Rev. 4/10) °CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 020 Buffer Reduction Mitigation Change Order Narrative The City of Tukwila is requiring that buffer and wetland restoration, and wetland enhancements be preformed to mitigate impacts that occurred to the Wetland 1 Buffer. This City of Tukwila mitigation requirement will be done from STA. 162 +15 to STA. 168 +74. A total of 16,381 SF of buffer was impacted and the total mitigation provided by this change is 25,779 SF. Description and Justification for Change On October 11, 2010, RFP 013 was issued to the Contractor for pricing. Initial pricing for this scope was received on November 11, 2010. However, due to a partial suspension of the Southcenter Parkway Extension project, the buffer mitigation work was placed on hold. On September 22, 2011, after review of the buffer and existing site conditions, RFP 013 was revised to incorporate several options that would benefit the conditions in this area. On October 3, 2011, the Contractor submitted revised pricing. After discussion with the Contractor and their subcontractor, three pricing options were proposed to the City. On November 21, 2011 the City authorized serial letter LTR031, accepting the Contractor's lump sum price confirmed in their November 8, 2011 email. The Scope of Work for this Change Order shall be per plan sheet BP01 through BP06, dated September 2010, by David Evans and Associates, Inc., including the following revisions and conditions: On plan sheet BP 03 eliminate all "Emergents a total of 1,302 each, and replace these with 1,032 each live stakes of Pacific Willow (Salix lucida). The City of Tukwila will pay all fees associated with the irrigation water meter. The installation of the meter shall be paid per the Contract unit price in Bid Schedule E and is not included in this Change Order. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10- 065(s) Council Approval N/A :jtILA b DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 018 November 15, 2011 CITY CONTRACT NO.: 10 -065 C S� PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Concrete Sleds for Sanitary Sewer Manholes TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #018 "Concrete Sleds for Manholes total cost for this Change Order is $13,334.75. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Adding new Work No Contract time extensions are granted for this change. Cost Summary ID Description Quantity Unit Unit Price Total Amount CO# 018 Concrete Sleds for Sanitary Sewer Manhole 11 EA $1,212.25 $13,334.75 Lump Sum Total: $13,334.75 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 labor, equipment, furnish all materials, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices sho/ab a andbelow. ACCEPTED: By: Date: Title: Contractor: Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) $1,218,182.36 Date This Change Order (without tax) $13,334.75 LJ EV. CONTRACT AMOUNT $17,261,547.75 By: Mayor gerton Page] of 2 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 018 Concrete Sleds for Sanitary Sewer Manholes Change Order Narrative On September 28, 2010 the Contractor submitted Request For Information (RFI) No. 0019. The Contractor requested direction on how to handle the apparent sinking of newly installed Sanitary Manholes due to the point load of the concrete manhole structure being greater than the sub -soil bearing capacity. Per Owner direction, David Evans and Associates surveyed manholes #1, #3, #4, and #5 to confirm movement of the manholes. Survey results indicated that the manholes moved slightly after installation. The manholes that were measured and shown to be sinking were installed with an additional two (2) foot of over excavation that was then replaced with quarry spalls. This provided in total four (4) foot of over excavation of existing soil, which was then replaced with geotextile and quarry spalls. This base should have been sufficient to provide stabilization of the subgrade material, but due to extremely poor soil conditions not anticipated, other means had to be devised to provide stabilization. Description and Justification for Change The Design Engineer recommended a solution to ensure that no movement will occur; two (2) concrete sleds shall be placed under each Manhole per the new design plan: Sheet UT24, dated October 2010, by David Evans and Associates. On October 11, 2010 Field Work Directive (FWD) 0033 was issued to provide a notice to proceed for installation of concrete sleds starting at Manhole #6. Request For Proposal 0014 was issued requesting unit pricing for the installation of concrete sleds per Plan Detail Sheet UT24. On October 15, 2010, the Contractor submitted pricing for the installation of concrete sleds per RFP 0014. The City authorized issuance of Serial Letter LTRO03 on October 20, 2010 approving the Contractor's unit price of $1,212.25 per Manhole for the installation of concrete sleds at new Sanitary Sewer Manholes. Installation of concrete sleds at Manholes was authorized by FWD 0040 and 0082. The Resident Engineer also provided further field notice and approval for each concrete sled installed in the field. A total of eleven (11) Manholes were authorized to have concrete sleds installed on the project. The following sanitary sewer manholes were installed with concrete sleds underneath: MH #6, MH #7, MH #8, MH #9, MH #10, MH -#12, MH #13, MH #22, MH #23, MH #24, and MH -#25. Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10-065(r) Council Approval 5/17/10 �.f11Lq y 4S y 4 Y'. Q O DATE: PROJECT NO. PROJECT NAME: NAME OF CHANGE Contract Contingency CITY OF TUKWIL.A Used for this Change Order CONTRACT CHANGE ORDER NO. 017 T October 10, 2011 CITY CONTRACT NO.: 10 -065 C 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) Southcenter Parkway Extension Project Nationwide 14 Permit Delay Impact TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #017 "Nationwide 14 Permit Delay Impact"; total cost for this Change Order is $294,080.00. This Change shall occur per Standard Specification 1 -04.4, Item 7 "Ordering the Contractor to delay the Work A Contract time extension shall be granted for this change totaling 182 Calendar Days. Cost Summary ID Description Nationwide 14 Permit Delay Impact CO# 017 Quantity Unit Total Amount 1 LS $294,080.00 1 Total: $294,080.00 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 labor, equipment, furnish all materials, 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: Title: Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) REV. CONTRACT AMOUNT Date: Contractor: 16,030,030.64 APPROVED BY THE CITY OF TUKWILA $924,102.36 V Date $294,080.00 $17,248,213.00 J By: Mayor raggerton If 2 0 61NA1 Page 1 of 3 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 017 NWP 14 Delay Impact Change Order Narrative A construction Notice to Proceed was issued to Scarsella Brothers, Inc. on July 8, 2010. One component of the project includes placing roadway fill material within a stream (Stream E) that is regulated by the US Army Corps of Engineers USACE). At the time the project was awarded, May 17, 2010, a Section 404 Permit under the Clean Water Act that included the work for the filling of Stream E, had been submitted by the Segale development and was under review by the USACE for more than a year. While issuance of the 404 Permit was anticipated prior to construction, there was contingency plan for the City to obtain a Nationwide Permit (NWP) 14 if necessary. The roadway project was eligible for a NWP 14, which allows for limited filling of streams and wetlands related to linear transportation projects. The City subsequently submitted the NWP 14 application. During the week of August 9, 2010, the Contractor began filling Stream E without an approved NWP 14 and without following all requirements in the Contractor provided NPDES permit and erosion control plan. Specifically, diversion pathways and some silt fencing were not installed per the approved NPDES permit. On August 19, 2010 the City of Tukwila's construction management staff was notified of the error and halted all work related to the filling of Stream E. On September 24, 2010 the USACE performed a site visit, noted the filling of Stream E that had occurred, and began an investigation of a possible violation of the Clean Water Act. The investigation and subsequent resolution of the violation concluded on March 9, 2011 by the issuance of an after the -fact NWP 14 Permit by the USACE. The resultant work to fill Stream E resulted in an approximate 6 month delay to the project. Description and Justification for Change Additional Calendar Days: A delay of 121 Working Days (170 Calendar Days) is attributable to the late delivery of the USACE Nationwide 14 permit. Preload -A was built per the baseline schedule date. Preload -B was scheduled to start on September 16, 2010 (immediately after "A but due to the lack of a permit, work began instead on Preload -C. Therefore, the permit delay period starts on September 16, 2010 (baseline start date for Preload -B) and runs through March 16, 2011. Although the Nationwide 14 Permit was received on March 9, 2011, a one week re- mobilization and set -up was factored into the assessment, per the contractor's request, thereby setting the end date of the permit delay impact to March 16, 2011. Based on a 170 Calendar Day impact, the current Contract completion date is set at June 27, 2012 Non working days assigned or granted during the permit delay period are concurrent (not additive). The overall time impact to the project is 170 Calendar Days, as a result of the permit delay. Time extensions for weather take effect only when it affects the critical path. Five (5) weather days non working days occurred during the delay period of September 16, 2010 through March 16, 2011. These days are concurrent and therefore included in the 170 delay days. In addition, Sanitary Sewer impacts that occurred and were addressed in Change Order 013 are concurrent with the NWP 14 permit delay. Based on the Weekly Statement of Working Days (through Statement #64) an additional twelve (12) non working days due to weather occurred after the project re -start on March 16, 2011. These weather days are non compensable, but shall be added to the Contract Completion Date. Therefore, the new Contract Completion Date shall be July 9, 2012. A summary of the Contract Completion Date is as follows: Item Contract Completion Description Date Original Contract Completion based on NTP plus 550 Calendar Days I 01/09/12 Nationwide 14 Permit Delay equals 170 Calendar Days I 06/27/12 Non compensable Weather Days equals 12 Calendar Days 07/09/12 Page 2 of 3 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 017 NWP 14 Delay Impact Cost Impact: Based on the above time impact analysis and the determination by the City of Tukwila that the Contractor bears a shared responsibility for the impact, as outlined in the City of Tukwila's Serial Letter LTR025 dated September 21, 2011; the following is a summary of the NWP 14 permit delay cost and compensation: Description I Total Days I Cost per Day I Total Equipment Standby Compensation I 99 I $2,777.59 I $274,981 Total days for equipment standby are based on the partial project suspension beginning 12/7/2010, per LTR007, to the project re -start of 3/16/2011. Delay Impact Compensation (i.e., Overhead, 170 $1,842.23 $313,179 Field Office, Direct Employees) Delay days based on the time impact analysis see Exhibit 'A'. Total Impact Cost: $588,161 Contractor Compensation 50% of Total Impact Cost: $294,080 The above compensation includes all labor, equipment, and overhead costs incurred by the Contractor during the NWP 14 permit delay of 170 Calendar Days. It has been mutually agreed by both parties that this Change Order does not preclude the Contractor from seeking further compensation on the following items: Time and materials cost for TESC during the partial project suspension, Subcontractor impacts, fuel escalation, material escalation, and labor escalations. If additional delay costs are proven valid, these items will be negotiated and dealt with in future Change Orders. Additional Calendar Days for this change: One Hundred Eighty Two (182) Days RIGINAL: City Clerk (1 of 2) cc: Finance Department Contractor (2 of 2) Project Management File Page 3 of 3 P -04 (Rev. 4/10) 10- 065(q) Council Approval 5/17/10 Contract Contingency Used for this Change Order CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 019 DATE: January 24, 2012 CITY CONTRACT NO.: 10 -065 PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Tukwila 205 Levee Improvements TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #019 "Tukwila 205 Levee Improvements total cost for this Change Order is $215,951.00. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Adding new Work No Contract time extensions are granted for this change. Cost Summary ID Description Quantity Unit Unit Price Total Amount CO# 019 Tukwila 205 Levee Improvements 1 LS $252,764.00 $252,764.00 Lump Sum Total: $252,764.00 We the undersigned Contractor, have eful consideration to the change proposed and hereby agree, if this proposal is approved, that we pro. de all la r, equ' m t, furnish all materials, and perform all services necessary for the work above specified, accep s full I rit therefore the prices shown above and below. ACCEPTED: By: Date: Title. Contractor: Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) A EV. CONTRACT AMOUNT 16,030,030.64 APPROVED BY THE CITY OF TUKWILA $1,231,517.11 Date 3. ON $252,764.00 $17,514,311.75 By: 12 g Mayor J' gerton Page 1 of 2 I sad f 6 //(,S P -04 (Rev. 4/10) OIYY OF TUKWILA CONTRACT CHANGE ORDER NO. 019 Tukwila 205 Levee Improvements Change Order Narrative: The design for the Tukwila 205 Levee was originally called out to be decertified by the USACE as per SP 87: "The top of the existing levee, Stations 169 +00 to 170 +50, may not be lowered in elevation until a new levee, south of S 200th Street, constructed by Segale Properties has been certified by the U.S. Corps of Engineers. The Contractor is allowed to build the embankment and preload on and adjacent to the existing levee. The Contractor shall anticipate that certification of the new levee may not be obtained until July 1, 2011.The Contractor may install storm sewer, sanitary sewer, water main, irrigation, and conduits prior to new levee certification from April 1 to October 1 of the same year. Prior to the new levee certification, the Contractor is not allowed to have any open trenches or breaches of the existing levee from October 1 of any year to April 1 of the following year. The Contractor may need to provide temporary plugs to prevent water flow through the newly installed utilities through the levee." In January of 2011, the City of Tukwila (CoT) was notified that the USACE would not be certifying the new levee that was to be constructed by Segale Properties. Because the new levee south of South 200th Street was not going to be certified, the road and utility crossings over the existing levee at STA 169 +00 to 170 +50 had to meet USACE requirements. The original design was based on a de- certification, so a revised design was coordinated by the CoT and their Design Engineer to allow the levee to remain intact. A design alternative for the 205 Modification was submitted to the USACE on February 10, 2011. Request For Proposal 027 was issued to the Contractor on April 27, 2011; which was based upon the plans of the Tukwila 205 Levee improvements and alterations as approved by the USACE. Description and Justification for Change: On June 27, 2011 the Contractor submitted a lump sum price of $427,382.05 for RFP 027. Negotiations between the CoT and the Contractor began on July 5, 2011 regarding the lump sum price for this scope of work. On August 22, 2011 the Contractor submitted a letter stating that they agreed to reduce their price on survey and monitoring. However, all other pricing provided would remain as submitted. The City agreed to these price reductions, but provided further clarification that gravel borrow would be provided per Contract Owner Directed Item D6. On September 27, 2011, the Contractor further stated that they did not agree to this term of payment for gravel borrow and provided protest on this issue. The CoT provided review of the duck bill material submittal, Submittal #614, and requested that pure gum rubber be used with a stainless steel flange for mounting. These clarifications to the duck bill valve increased the price and on November 17, 2011, the Contractor provided the new price for the duck bill valve. To further clarify current pricing and previous agreed to pricing, KBA issued an email on November 29, 2011; with Contractor approval provided on December 7, 2011. The gravel borrow pricing was in dispute between the parties. To date the City has paid $84,637.50 under Bid Item D6 for 9,250 Tons of additional fill at the levee. Payment for added costs of gravel borrow used to adjust profile grade was settled by agreeing to a lump sum payment of $36,813.00 in addition to the previous payment under Bid Item D6, per the negotiations between the Contractor and the City of Tukwila as outlined in Serial Letter LTR 035. The following is a summary of the agreed to pricing for this Change Order: RFP0027 Levee Modification Approved Description Total Cost 1 I Survey for fill I $4,032 2 1 Additional Pre -Load I $41,448 3 I Pre -level I $12,469 4 Over excavation ($1,836) 5 I CDF I $46,612 6 I Sanitary Sewer Changes I $7,948 7 I Storm Drainage Pipe Changes I $9,833 8 I Storm Drainage Vault Valves I $91,839 9 Highline Water Mainline Changes Force Account 10 I Survey I ($5,000) 11 I Additional cost on Duckbill with mark -up I $8,606 12 I Gravel Borrow lump sum add I $36,813 Total without additional fill: I $252,764 1 Additional Calendar Days for this change: Zero (0) Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Page 2 of 2 cc: Finance Department Project Management File P -04 (Rev. 4/10) 10- 065(p) Council Approval NIA CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 016 DATE: September 27, 2011 CITY CONTRACT NO.: 10 -065 PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: ADA Compliance Change Order 12 Reconciliation TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #016 "ADA Compliance CO #12 Reconciliation total cost for this Change Order is $39,294.73. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Adding new Work No Contract time extensions are granted for this change. Cost Summary ID I Description I Quantity Unit Total Amount RFP0024 ADA Compliance CO #12 Reconciliation 1 LS $39,294.73 f CO# 016 1 Total: $39,294.73 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 labor, equipment, furnish all materials, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. q ACCEPTED: By: Date: Title: Contractor: Original Contract (with tax) $16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) SN,501,, 611e-,914-,8 883N Date This Change Order (without tax) 33"9 .73 REV. CONTRACT AMOUNT 16,954,133.00 By: U Mayor ggerton Page 1 of 2 rr P -04 (Rev. 4110) ��d 1 a 64016 /A/A&S CITY-OF TUKWILA CONTRACT CHANGE ORDER NO. 016 ADA Compliance Change Order 12 Reconciliation Change Order Narrative: KBA, Inc. reviewed the condition of existing curb, gutter, and sidewalk along the length of the project, from Minkler Boulevard to South 180th Street. During this site review, the conditions of the existing ramps and damaged driveways were inspected. FHWA Policy and The Americans with Disabilities Act (ADA) of 1990 require that ADA compliant pedestrian facilities be provided on highway improvement projects and /or preservation projects. These inspections determined the ramps and damaged driveways did not meet current ADA requirements. Plan Sheets addressing this issue and the replacement of curb, gutter, and sidewalk needing replacement due to the installation of the new sanitary sewer, was issued as RFP 0024 on March 8, 2011. The Contractor submitted pricing on April 25, 2011. Review of RFP 0024 by the City of Tukwila lead to negotiated unit pricing that was approved by both parties and incorporated into Change Order 12. Change Order 12 provided compensation for the installation of ADA compliant ramps and the replacement of curb, gutter, and sidewalk damaged during the sanitary sewer work. Change Order 12 was issued to the Contractor on June 8, 2011. Description and Justification for Change: Per Change Order #012: "Initial payment for this change shall be Lump Sum; all quantities to be field measured per the above and any adjustments based on field measurements will be per the unit cost. If needed, another Lump Sum Change Order will be issued at a later date to adjust the total cost based on the verified field measurements." Field measurements have been performed by KBA staff and the following adjustments were identified: IternA Justification Unit Qty. Overa e Unit Cost Amount ADARamps I EA 1 0 1,300.00 1$ Sidewalk SY 613.8 32.00 19,641.60 Curb and Gutter I LF 596.5 23.00 13,719.50 12" D.I. Storm Drain Pipe I LF I 11.4 150.00 I 1,710.00 Storm Drain Inlet EA I 0 1,550.00 I Traffic Island EA 0 2,300.00 Survey LS 0 4,400.00 CSTC for Grading Purposes I TN 310.17 I 30.00 9,305.10 Site Preparation LS 1 0 1 93,500.00 Extruded Curb LF 21.6 I 15.00 324.00 H MA Driveway Approach SY 16.7 i 31.00 517.70 Storm Adjustments EA 10 800.00 8,000.00 Utility Adjustments EA 10 500.00 I 5,000.00 Asphalt Pricing TN -280 88.20 (24,696.00) Force Account f LS 1 5,772.83 5,772.83 �Amount'of Change. 39,294.73 I Asphalt pricing was removed from this Change Order and will be negotiated in another Change Order that deals with the asphalt patching needed in total from Minkler Boulevard to South 180 Street. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) cc: Finance Department Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10-065(o) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 015 DATE: August 4, 2011 CITY CONTRACT NO.: 10 -065 (4w) PROJECT NO.: I 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: I Southcenter Parkway Extension Project NAME OF CHANGE: Paving Fabric TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #015 "Paving Fabric total cost for this Change Order is $22,515.83. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Adding new Work No Contract time extensions are granted for this change. Cost Summary ID Description Quantity Unit Total Amount RFP029 Pavinq Fabric 1 LS $22,515.83 CO# 015 1 Total: $22,515.83 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 labor, equipment, furnish all materials, 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: sC o_w seI a`. Title: �v ud Date: Contractor: APPROVED BY THE CITY OF TUKWILA Date 1 0 By: C4� Mayor Ji rton Page 1 of 2 Sip f �i //"I/�_5 4/10) Original Contract (with tax) 16,030,030.64 V Previous Change Order(s) This Change Order tax) $862,291.80 v $22,515.8V/ (without REV. CONTRACT AMOUNT $16,914,838.27Y Date: Contractor: APPROVED BY THE CITY OF TUKWILA Date 1 0 By: C4� Mayor Ji rton Page 1 of 2 Sip f �i //"I/�_5 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 015 Paving Fabric Change Order Narrative: During the preparation for curb removal along the east and west side of the Southcenter Parkway, the observation was made that the HMA overlay subgrade (existing material) was fatigued and cracked in some areas. Due to this observation, it was recommended that the most cost efficient and reasonable approach to increase overlay longevity would be to apply paving fabric. Request for Proposal 029 was issued on June 1, 2011 requesting unit pricing for paving fabric. The estimated quantity was approximately 5,000 SY based on field measurements. On June 8, 2011 a pre- activity meeting was held for paving. Stan Anderson with the City of Tukwila was in attendance and provided his endorsement for the use of paving fabric to increase the lifespan of the overlay. His approval of use was dependent upon the unit cost of paving fabric. Another paving pre- activity was held on June 15, 2011, this time with the Contractor's subcontractor in attendance; pricing for paving fabric was reviewed and verbally approved by the City at this time. With City authorization, Field Work Directive 0093 was issued on June 15, 2011 to the Contractor directing use of paving fabric per RFP 029, for the approved unit cost of $6.15/SY. Paving fabric locations were marked in field and reviewed with the Contractor and subcontractor. On the night of June 22, 2011 the inspector measured and documented 1,723.61 SY of placed paving fabric. On the night of June 23, 2011 the inspector measured and documented 1,937.50 SY of placed material; for a total of 3,611.11 SY placed. Description and Justification for Change: Paving fabric, saturated with an asphalt tack coat, forms an interlayer media within which stresses can be absorbed. Stresses associated with limited movement along cracks and joints in existing pavements (HMA overlay subgrade) are absorbed within the paving fabric system and therefore, are not translated, or reflected, up into the asphalt concrete. The result is an increase in the lifespan of the new overlay. The City of Tukwila has used this type of product on overlay projects before, including on the Southcenter Parkway, with success and positive results. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10- 065(n) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 014 DATE: August 4, 2011 CITY CONTRACT NO.: 10 -065 Cy PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Bow Lake Recycling and Transfer Station Wastewater Connection TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #014 "BLRTS Sewer Connection total cost for this Change Order is $74,182.56. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Adding new Work The parties agree this work was performed after the suspension period, therefore no time extension is requested or granted by this change. Cost Summary ID Description I Quantity I Unit Total Amount RFP0022 I Bow Lake Recycling Transfer Station Sewer Connection I 1 I LS I $67,746.63 I WSST I Washington State Sales Tax I 9.5% $6,435.93 CO# 014 I I I Total: I $74,182.56 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 labor, equipment, furnish all materials, 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: _PY tA Title: /�A—a1LL� Original Contract (with tax) 16,030,030.64 Previous Change Order(s) $788,109.24 V This Change Order (with tax) $74,182.56 REV. CONTRACT AMOUNT $16,892,322.44 Page 1 of 2 Date: ;kO t C Contractor: fi APPROVED BY THE CITY OF TUKWILA Date 9- By. Mayo aggerton P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 014 BLRTS Sewer Connection Change Order Narrative: In September 2010, the City was notified that King County would be installing a new sewer line from the Bow Lake Recycle and Transfer Station that would connect to the new Southcenter Parkway Extension Sanitary Sewer. Meetings between the City and County determined that the work would be limited to the sanitary sewer connection that is within Southcenter Parkway Extension project limits. The Contractor will perform the installation of the mainline structure (SSMH -C), which is in the Southcenter Parkway, and the installation of the lateral line to the first Bow Lake Manhole (SSMH B). Field Work Directive 0071 was issued on April 21, 2011 to authorize the Contractor to proceed with procurement of long lead items, such as the GU lined Manhole, to ensure that the project schedule would not be affected by this additional scope of work. On June 3, 2011, Field Work Directive 0088 was issued providing the authorization to proceed with the scope of work as outlined in Request for Proposal 0022, dated January 7, 2011. Description and Justification for Change: The justification for this additional scope of work to be performed by the Contractor is as follows: Minimize the coordination of multiple contracts and contractors on the Southcenter Parkway Extension sanitary sewer pipe installation. Eliminate warranty issues and road prism sub -grade issues associated with this connection. Contractor shall install the Sanitary Sewer Manhole "C Sanitary Sewer Manhole "B and approximately 60 LF of 12" CL 52 Ductile Iron Pipe with an epoxy coated lining per Special Provision 124 to connect these structures; all work per the following attached plan sheets with notes: Bow Lake Recycling and Transfer Station Site Facilities Contract Offsite Wastewater Profile, Sheets 1 -3 (C1, C2, and C3), dated 11/12/10, by R.W. Beck, Inc. Scope of work shall meet all requirements of Contract Documents. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10-065(m) Council Approval 5/17/10 Contract Contingency Being used for this Change Order CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 013 DATE: July 6, 2011 CITY CONTRACT NO.: 10 -065 PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Sanitary Sewer Impacts Minkler to 180 TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #013 "Sanitary Sewer Impacts Minkler to 180th total cost for this Change Order is $497,718.14. This Change shall occur per Standard Specification 1 -04.4, Item 2 "Increasing quantities" and Item 4 "Altering the way Work is to be done No Contract time extensions are granted in this change. Contract Cost Adjustment Summary: Bid Item Description Quantity Unit Unit Price Total Amount B1 Sewer Impact I 1 I LS I $283,110.65 $283,110.65 WSST I Sales Tax 9.5% I 1 I LS I $26,895.51 I $26,895.51 D4 Unsuitable Over Excavation for CSTC I 4,177.43 I CY $9.15 I $38,223.48 D9 I Additional CSTC for Trench Backfill I 7,118.50 I TN I $21.00 I $149,488.50 CO# 013 1 I I Total: I $497,718.14 Contract Quantity Adjustment Summary: Bid Item Description I Quantity Unit D4 Unsuitable Over Excavation and Backfill Incl. Haul I 471.65 I CY D7 I Quarry Spalls I 5,700.05 I TN Quantity Adjustments shall be made in Contract under the corresponding Bid Item. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we have provided all labor, equipment, furnished all materials, and performed all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. Page 1 of 4 o� GIN P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 013 Sanitary Sewer Impacts Minkler to 180 ACCEPTED: By: Title: Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) �7 V. CONTRACT AMOUNT Change Order Narrative: 16,030,030.64 $290,391.10 $497,718.14%/ 16,818,139.88 v Date: xlow Contractor:��� f APPROVED BY THE CITY OF TUKWILA Date May #(Haggerton Unforeseen extra work with the Sanitary Sewer. On February 14, 2011, Scarsella provided a letter that detailed the total cost of sewer production impacts. KBA reviewed the Contactor's provided backup against Inspector's Daily Reports "IDR's and other KBA documentation to determined production rates for each section of pipe and to compare extra costs. Separate spreadsheets analyzing the production rates and the cost impacts were prepared and used to determine the appropriate compensation to the Contractor for the unforeseen extra work. Bid item D4 D7 overage and interpretation. In a separate letter on February 14, 2011, Scarsella requested payment for the quarry spalls for the volume of over excavation below the planned 2 foot depth. During construction, the conditions found that there was a lens of peat, and that to get through it, required additional excavation. Had this layer of material been left in place, the integrity of the pipe system would have been suspect and possibly settled. The removal and subsequent backfill of the void (below the planned 2' of over excavation) was warranted. At issue with the quarry spalls is payment. The intent of the designer was to have Item D4 include both the excavation and the backfill of the void with quarry spalls. However, the contractor's review of the specification revealed a discrepancy. On page SP 272 and SP 273 of the Special Provisions, the item D4 'Unsuitable Over Excavation and Backfill Incl. Haul' states that the work will include, among other items, "placement of quarry spalls This Bid Item did not include in its description any terms for "providing" or "furnishing" Quarry Spalls as a part of the Unit Price. In Item D7 "Quarry Spalls", the item indicates that the work shall be per ton of material furnished and placed. Sanitary sewer crushed surfacing overrun. As a result of the additional sloughing that occurred during excavation; this additional material was removed and determined to be unsuitable for use as backfill; CSTC was used as backfill. It was agreed that a certain amount of sloughage and over excavation was necessary and should have been anticipated for the installation of the deep sanitary sewer. The agreement between all parties is to provide payment for the volume of material beyond the limits of the anticipated over excavation for the trench sidewalls. Description and Justification for Change: The original Contract Documents did not provide for the following: Inadeauate aeotechnical information. The plans did not provide geotechnical information north of 180 The ground conditions north of 180`" demonstrated a variety of conditions. Subsurface conditions revealed a lens of peat that required added excavation and use of quarry spalls. Subsurface conditions also revealed soils that caused excessive sloughing of the trench. Discovery of buried wood and other debris complicated and slowed excavation and shoring. Page 2 of 4 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 013 Sanitary Sewer Impacts Minkler to 180 Shoring method. SP -88 2- 09.3(3)D requires structural shoring for excavations deeper than 6 feet and open for more than one hour. Trench boxes are allowed for deeper excavations open less than an hour. The production rates reasonably anticipated and actually achieved left excavations open for less than an hour. Utilities not shown on the plans. Existing utilities, including fiber optics, power, copper phone lines, gas, and other facilities were not shown on the plan where they impact both the sewer installation and the installation of the dewatering wells. The bid documents did not provide any geotechnical data for the Sanitary Sewer installation between Minkler Avenue to South 180"' Street. Had geotechnical data been provided at the time of bid the Contractor would have been able to anticipate the subsurface conditions and the possibility of slower production rates. Additional Pavement patching was necessary, as during the work, the Contractor opted to backfill the trench with minimal compactive effort. The ground was sloughing significantly and was in danger of undermining or damaging a nearby 4" gas line. The Contractor's plan was to come back and construct the final paving section at a later date. As a result of this, a 2" lift of HMA was placed to provide a temporary driving surface for the public. KBA reviewed all data provided by the Contractor and the following lump sum cost adjustment was agreed upon by the parties as being fair and reasonable compensation for the production loss during the construction of sanitary sewer: Items making up Sewer Impact Lump Sum KBA Proposal Pump Impact $4,370.51 Labor and equipment impact on pipe crew $113,129.19 700 numbers (Scarsella cost code for extra work) I $7,682.66 Temporary Pavement Patching (Overage) I $69,103.23 Additional police officers efficiency loss I $24,596.74 Additional flagging efficiency loss I $64,228.32 Total: I $283,110.66 After negotiations with the Contractor regarding the interpretation of Bid Item D7 "Quarry Spalls" and D4 "Unsuitable Over Excavation and Backfill Incl. Haul all parties agreed that Bid Item D4 did not include Quarry Spall material and the quantity of Quarry Spalls utilized in D4 shall be paid through Bid Item D7. The bid pricing for Item D4 was $9.15 per CY, and D7 at $16.50 per TN. The price for the quarry spalls is not included within Bid Item D4. Based on this, it has been agreed that quarry spalls placed in areas of additional over excavation (e.g., Bid Item D4) will be paid under Bid Item D7 using a conversion factor of 1.3 tons per over excavation cubic yard. Previous quantities of quarry spalls, up through Pay Estimate 8, utilized under Bid Item D4 shall be paid based on this agreement. Future use of Bid Item D4 and D7 shall be based on this agreement. The following is a summary of adjustment for Bid Item D4 D7: No. 4 Item 4 Qty Unit Unit :Amount Price 471.65 I CY I $9.15 I $4,315.60 5,700.05 I TN I $16.50 I $94,050.83 4,177.43 I CY I $9.15 I $38,223.48 D4 I Unsuitable Over Excavation -In Contract Adiustment D7 I Quarry Spalls -In Contract Adjustment D4 I Unsuitable Over Excavation for CSTC Change Order Amount The crushed surfacing (CSTC) overrun quantity was calculated and agreed upon by all parties utilizing the following method: An estimate of four feet outside the limits of the trench for the limits of planned over excavation. This volume was used to determine the volume of neatline excavation. This was subtracted from the estimated cubic yardage of material placed and using a conversion factor from Tons to Cubic Yards based on material test reports. The total agreed to additional overrun quantity is 7,118.5 at a unit price of $21.00 Ton. Page 3 of 4 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 013 Sanitary Sewer Impacts Minkler to 180 This Change Order provides compensation to the Contractor for all additional costs incurred as a result of the change in conditions encountered with the sanitary sewer installation between Minkler Avenue and South 180` Street. The schedule impact associated with this Change Order cannot yet be determined, as this delay was concurrent with the delay associated with the non issuance of the USACE Nationwide 14 permit. Resolution to any working day impacts shall be resolved at a later date. Additional Calendar Days for this Change Order: Zero (0) days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 4 of 4 P -04 (Rev. 4/10) 10 -0650) Council Approval on 5/17/10 IZJI N o ;�1 f lo; rr DATE: Contract Contingency Being used for this Change Order CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 012 May 13, 2011 CITY CONTRACT NO.: 10 -065 PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) I PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: ADA Compliance and Curb, Gutter, Sidewalk Restoration TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #012 "ADA Compliance and Curb, Gutter, Sidewalk Restoration total cost for this Change Order is $276,085. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Adding new Work No Contract time extensions are granted for this change. Cost Summary ID I Description I Quantity Unit Total Amount RFP0024 ADA Compliance and Curb, Gutter, Sidewalk Restoration 1 LS $276,085.00 CO# 012 1 Total: $276,085.00 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will pryvide all labor, equipment, furnish all materials, and perform all services necessary for the work above specified, and dl eaccep full payment therefore the prices shown above and below. Y ACCEPTED: B YllLA........_ Date: Title: 0- Contractor: Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) This Change Order (without tax) A REV. CONTRACT AMOUNT $14,306.10 $276,085.00 16,320,421.74 Date ..__......�j.....— --.l f Mayo J' aggerton Paget of 3 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 012 ADA Compliance and Curb, Gutter, Sidewalk Restoration Change Order Narrative: KBA, Inc. reviewed the condition of existing curb, gutter, and sidewalk along the length of the project, from Minkler to 180th Ave. During this site review, the conditions of the existing ramps at intersections and driveway were inspected. FHWA Policy and The Americans with Disabilities Act (ADA) of 1990 require that ADA compliant pedestrian facilities be provided on highway improvement projects and /or preservation projects. These inspections determined the ramps and driveways did not meet current ADA requirements. A report was put together and presented to the City of Tukwila on December 22, 2010 to show these findings. After review, the City of Tukwila provided approval to begin designing plan sheets to bring the project within compliance. The City of Tukwila contacted WSDOT to determine which ADA items were required for compliance when an overlay project is performed. The response was to upgrade the ADA ramps only. Standard driveway aprons do not need to be upgraded unless the work to be performed includes construction /reconstruction of the concrete driveway. At -grade (asphalt) driveways with ADA ramps do need to be upgraded. The final plans for this scope of work were revised to reflect this recommendation by WSDOT. In addition, during the excavation of the new sanitary sewer, very unstable soil conditions were encountered that led to excessive sloughing, and collateral damage to neighboring utilities, curb, sidewalk, and other items. The original bid documents did not provide any geotechnical data in this area, which would have given a clearer picture of the subsurface conditions. In conjunction, the plans did not require structured shoring, which could have limited the amount of sloughage and over excavation, thereby limiting the curb, gutter and sidewalk damage. This Change Order will provide compensation to allow for repair and replacement of curb, gutter, and sidewalk damaged during the sanitary sewer work. This restoration work was also incorporated into the fina! plan set for compliance with ADA requirements. Description and Justification for Change: The original Contract Documents did not provide for the following: Federal Fundina Reauirement. Since Federal funding is being used on this project, ADA Ramps and driveway aprons, if being replaced for any reason, must be brought into compliance with ADA requirements. The WSDOT Design Manual states, "If an existing ramp does not meet the ADA minimums, then it will need to be removed and constructed or modified to meet the standards for improvement projects Shorina method. The plans did not require structured shoring, which could have limited the amount of sloughage and over excavation. This, however, would have been significantly more expensive, and resulted in a lengthy closure of Southcenter Parkway during the work. SP -88 2- 09.3(3)D requires structural shoring for excavations deeper that 6 feet and open for more than one hour. Trench boxes are allowed for deeper excavations open less than an hour. The production rates reasonably anticipated and actually achieved left excavations open for less than an hour. Inadeauate aeotechnical information. The plans did not provide geotechnical information north of 180th. The ground conditions north of 180th demonstrated a variety of conditions. Subsurface conditions revealed a lens of peat that caused excessive sloughing of the trench. This allowed the curb, gutter and sidewalk to become undermined and subsequently fail. Due to these exclusions, the City of Tukwila requested an updated design be issued to the Contractor that provides ADA compliance on the project and provides compensation for the repair and replacement of curb, gutter, and sidewalk damaged during sanitary sewer construction. On March 8, 2011, RFP 0024 was issued to the Contractor. A proposal based on RFP 0024 was submitted on April 25, 2011. After review, a City counter proposal was issued requesting revisions to the proposal. Page 2 of 3 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 012 ADA Compliance and Curb, Gutter, Sidewalk Restoration After negotiations regarding the counter proposal, the City and Contractor agreed to the following: Description I Units I Quantity I Unit Cost I Total ADA Ramps EA 14 $1,300.00 $18,200.00 Sidewalk SY 846 $32.00 $27,072.00 Curb and Gutter LF 2013 $23.00 $46,299.00 12" DI Storm Drain Pipe LF 180 $150.00 $27,000.00 Storm Drain Inlet EA 3 $1,550.00 $4,650.00 Traffic Island EA 1 $2,300.00 $2,300.00 Survey LS 1 $4,400.00 $4,400.00 CSTC TN 391 $30.00 $11,730.00 Site Preparation LS 1 $93,500.00 $93,500.00 Extruded Curb LF 40 $15.00 $600.00 HMA Driveway Approach SY 98 $31.00 $3,038.00 Storm Adjustments EA 7 $800.00 $5,600.00 Utility Adjustments EA 14 $500.00 $7,000.00 Asphalt Patching TN 280 $88.20 $24,696.00 Total: $276,085.00 Initial payment for this change shall be Lump Sum; all quantities to be field measured per the above and any adjustments based on field measurements will be per the unit cost. If needed, another Lump Sum Change Order will be issued at a later date to adjust the total cost based on the verified field measurements. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 3 of 3 P -04 (Rev. 4/10) 10-065(k) Council Approval NIA /p�� 4l4 �y f^ Q q3� jo, M r DATE: PROJECT NO. CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 011 February 18, 2011 CITY CONTRACT NO.: 10 -065 1l� 84 -RW37 FEDERAL AID NO PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Tukwila Water Main Revisions TO: Scarsella Brothers, Inc. STPUL- 1041(003) 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 changes, 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. Cost and Time Impact This work shall be paid under the new item CO #011 "Tukwila Water Main Revisions total cost for this Change Order is $50,994.22. Due to differing site conditions this Change shall occur per Standard Specification 1 -04.4, Item 4 "Altering the way the Work is to be done No Contract time extensions are granted for this change. Cost Summary ID Description RFP0023 Tukwila Water Main Revisions Proposal Sales Tax cO# 011 Quantitv Unit Total Amount 1 LS $46,570.06 9.5% WSST $4,424.16 Total: $50,994.22 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we W9 provide a equip nt, furnish all materials, and perform all services necessary for the work above specified will ac pt full p nt therefore the prices shown above and below. ACCEPTED: By: Date:......._............��9! G• ...........A?- Title: Contractor: Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) REV. CONTRACT AMOUNT 16,030,030.64 36,688.12> v $50,994.22 16,044,336.74 Pagel of 2 APPROVED BY THE CITY OF TUKWILA Date ,QM„ p 2A4 By: ._k Mayo aggerton I sd ��0'�6iie/i9{ -S P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 011 Tukwila Water Main Revisions Change Order Narrative Field Work Directives 0049 Revision 1 and Field Work Directive 0051 were issued to the Contractor providing the scope of work to allow the new Tukwila water main to be installed at the original designed depth and avoid existing utility conflicts. These FWD's provided direction on a new connection point, installation points for vertical bends, design details for deadman on 45 degree bends, and placement of the deadman. RFP 0023 was issued requesting a lump sum price for the scope of work per FWD 0049 Revison 1 and FWD 0051. Description and Justification for Change During the construction of the Tukwila Water Main, the Contractor encountered utilities that were not shown on the Contract Plans. These utilities were at the same depth that the new water main needed to be installed. It was determined that a suitable and cost effective solution would be to bend the water main around the existing utilities. Design direction and details were provided by the City of Tukwila Public Work Water Department. FWD 0049 Revision1 and FWD 0051 were issued on January 20 and 21, 2011, respectively. The following is the scope of work authorized: 1. Revise the south connection point to the existing main. The new connection will be made at STA109 +00. Install rolled vertical bends to connect to the existing main. 2. Install the new water main over the existing gas line at approximate STA 105 +88. Deflect the water main gradually to rise approximately 0.2' to allow an ethafoam pad between the water main and the gas line. 3. Install the new water main under the existing power duct bank at approximate STA 104 +72. Use vertical bends with deadman and H beam anchors per COT detail WS 11A revised 1/20/11. 4. Install the new water main over the existing power duct bank at approximate STA 99 +80. Deflect the water main gradually to rise approximately 0.2' to allow an ethafoam pad between the water main and the concrete encasement. 5. Install the new water main under the existing power duct bank at approximate STA 94 +73. Use vertical bends per COT detail WS 11A revised 1/20/11. 6. Install the new water main under the existing gas line at approximate STA 93 +30. Deflect the water main gradually approximately 1.2' down to allow an ethafoam pad between the water main and the gas line. 7. Install the new water main under the existing storm drain line at approximate STA 91 +53. Deflect the water main gradually approximately 0.5' down to allow an ethafoam pad between the water main and the storm drain line. 8. Install the new water main under the existing Qwest duct bank at approximate STA 89 +79. Use vertical bends with deadman and H beam anchors per COT detail WS 11A revised 1/20/11. Request For Proposal 0023 was issued on January 26, 2011 requesting pricing for the scope of work per FWD 0049 Revison 1 and FWD 0051. The Contractor submitted a lump sum proposal on February 21, 2011, which was revised on March 11, 2011, after discussions regarding equipment and man hours. The revised Contractor pricing brought the lump sum proposal within reason to the independent cost estimate. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10 -0650) Council Approval N/A iy fo �ti CITY OF TUKWILA la. CONTRACT CHANGE ORDER NO. 010 DATE: February 16, 2011 CITY CONTRACT NO PROJECT NO.: 84 -RW37 FEDERAL AID NO.: PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Emergency Flood Wall Restoration TO: Scarsella Brothers, Inc. 10 -065 C STPUL 1041(003) i 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 changes, 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. Cost and Time Impact This work shall be paid under the new item CO #010 "Emergency Flood Wall Restoration total cost for this Change Order is $4,522.77. This Change shall occur per Standard Specification 1 -04.4, Item 4 "Altering the way the Work is to be done Total cost is based on the approved unit pricing as authorized by FWD0043 Revision 1, dated December 7, 2010. Work was also performed under Force Account per FWD0050, dated January 12, 2011. This work shall be full payment for all labor, equipment, and materials for the work described. No Contract time extensions are granted for this change. Cost Summary ID Description I Quantity Unit Unit Cost Amount RFP0019 Emergency Flood Wall Restoration 5/8" CSTC 501.08 TONS $8.15 $4,083.80 FA0016 Moving CSTC Flood Wall Stockpile for Pump Station 1 LS $438.97 $438.97 CO# 010 Total: $4,522.77 We the undersigned Contractor, have given ul consideration to the change proposed and hereby agree, if this proposal is approved, that we wilJ/Provide I eq ment, rnish all materials, and perform all services necessary for the work above specified, /and4w�lXlccejas ful aym herefore the prices shown above and below. y ACCEPTED: B Date: C_._... Title: Contractor: ff -.�Ld- .cam. Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) 41,210.89> Date This Change Order (without tax) $4,522.77 REV. CONTRACT AMOUNT 15,993,342.52 By: r Mayor Jim erton -113 Pagel of 2 SD P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 010 Emergency Flood Wall Restoration Change Order Narrative A Request For Information was issued by the Contractor on October 20, 2010 for direction on how to proceed with the restoration of the flood wall. Since no work can currently be performed in this area, it was requested that the Contractor submit a plan for repair of the flood wall if an emergency situation should arise. It was determined that a suitable material for emergency use to fill the flood wall gap would be crushed rock (5/8" CSTC). This crushed rock base would then be topped by large sand bags, which had been previously removed and stored per the Contract Documents. FWD0043R1, approved use and compensation for the crushed rock, minus the price of gravel borrow previously planned for the area. The stockpiled materials were initially stored by the flood wall at the Pump Station No. 11 site. Once Pump Station No. 11 work began, it was agreed that the Contractor would relocate the stockpiles. This was tracked by Force Account and will be paid under this Change Order. Description and Justification for Change Due to the Nation Wide 14 Permit non issuance and the Contractor being required to stop work within the limits of Stream 'E', the Contractor could not complete the restoration of the flood wall. On October 20, 2010 the Contractor submitted RFI 0026, requesting direction on how to proceed with the restoration of the flood wall. The Contractor was asked to submit a plan to repair the flood wall within eight (8) hours after notification, if an emergency situation should arise. An Emergency Flood Wall Restoration Plan was submitted by the Contractor on November 2, 2010 detailing the proposed method for repairs. After review of the proposed plan by the City of Tukwila, it was decided that the proposed gravel borrow would be inadequate for repairs and a crushed rock, in conjunction with the large sand bags, should be used to prevent breach of the flood wall. Request For Proposal 0019 was issued on November 12, 2010 requesting pricing for the placement of 5/8" CSTC in the event of an emergency. The Contractor submitted unit pricing on December 6, 2010, which was reduced by the Tukwila CM Team to show proper gravel borrow credit on December 7, 2010. FWD0043R1 was issued December 7, 2010 providing direction to stockpile the specified materials for repairs and to provide all repairs per the Contractor's Emergency Flood Wall Restoration Letter, dated November 2, 2010 should notification be given by the City of Tukwila. The approved unit cost for 5/8" CSTC includes stockpiling, and use in emergency restoration or later sub -grade incorporation should the material not be needed for the flood wall. FWD0050 was issued on January 12, 2011 directing the Contractor to move the stockpiles to a specified location to allow Pump Station No. 11 excavation work to begin. The moving of the stockpile was tracked by Force Account and included in this Change Order. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) ON DATE; PROJECT NO CITY O a, �1 Z �om. kk January 26, 2011 84 -RW37 CITY CONTRACT NO.: FEDERAL AID NO PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Installation of TESC Force Main Pipe TO: Scarsella Brothers, Inc. 10 -065 STPUL 1041(003) 10- 0650) Council Approval N/A 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 changes, 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. Cost and Time Impact This work shall be paid under the new item CO #009 "TESC Force Main Piping"; total cost for this Change Order is $15,383.40. Total cost is based on the approved linear foot pricing as authorized by LTR004, dated November 2, 2010. A total of 1,150 linear foot of TESC Force Main Piping was installed and measured in field. This work shall be full payment for all labor, equipment, and materials for the work described. No Contract time extensions are granted for this change. Cost Summary ID Description Quantity Unit Unit Cost Amount RFP0017 TESC Force Main Piping 8" HDPE C -900 690 LF $13.54 $9,342.60 j RFP0017 TESC Force Fain Piping 12" HDPE 360 LF $16.78 $6,040.80 co##OQ9 C Total $15,383.40 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, 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: Date: w Title: Contractor. Original Contract (with tax) Previous Change Order(s) This Change Order (without tax) REV. CONTRACT AMOUNT 16,030,030.64 N/ 56,594.29> $15,383.40 15,988,819.75 Page 1 of 2 APPROVED BY THE CITY OF TUKWILA Date By: B GL.. W erton Mayor Ji 67k 161 1V* —S P -04 (Rev. 4/10) 10- 065(h) Council Approval N/A d' �t O 14� �Oi CONTRACT CHANGE ORDER 00 .,1908/ DATE: December 14, 2010 CITY CONTRACT NO. 10 -065 C h PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE: Ultra Block Alternative to Gravity Block Gabion Wall (Submittal 196) TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changes, 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. Cost and Time Impact Approval of Ultra Block as an alternative wall material for the following details: "Typical Gravity Block Cut Wall" and Gabion Wall Detail as shown on South Center Parkway Extension sheet DT01, dated February 2010, by David Evans and Associates, Inc. No Contract time extensions regarding the project duration shall be granted for this change. 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, and pe orm all ice necessary for the work as specified, and will accept as full payment therefore the prices shown abo nd b ow. ACCEPTED: Date: Contractor: By: Title: Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) 56,594.29> Date_ This Change Order (without tax) $0.00 c REV. CONTRACT AMOUNT 15,973,436.35 By: Ma&OAaggerton Page 1 of 2 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDtR NO. 008 Ultra Block Alternative to Gravity Block Wall Change Order Narrative As outlined below and in Submittal #196, Ultra Block is an acceptable alternative material to the gabion wall and the segmental block wall materials. This shall be a no cost change to the Contract. Description of Change: Ultra Block Wall is an acceptable alternative to the gabion wall and the segmental block and the foundation preparation, drainage, and wall backfill shall be installed as specified on the plan details with the following exceptions: 1. Wall foundation shall be quarry spalls and geotextile fabric as outline by Gabion Wall detail on plan sheet DT01. 2. Wall drain shall be 6° pipe, geotextile fabric, and 12" of drain rock as outlined by gravity block wall detail on plan sheet DT01. Additional Calendar Days for this change: Zero (0) days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) W 1L o r J 0 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE 10-065(g) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 007 November 11, 2010 CITY CONTRACT NO 10 -065 84 -RW37 FEDERAL AID NO. STPUL- 1041(003) Southcenter Parkway Extension Project Central Business District Moratorium Extension TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions. A. The following changes, 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. Cost and Time Impact Modification of Special Provision 1 -07.25 "Opening of Sections To Traffic" shall generate a no cost change to the Contract under the new item CO #007 "Central Business District Moratorium Extension" No Contract time extensions regarding the project duration shall be granted for this change 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, and perform all services necessary for the work as specified, and will accept as full payment therefore the prices shown abo d *ow ACCEPTED Date: Contractor l By: Sc'A2S�I�A �Beos. ti� c Title F2Rr�K 5��2UF��( -1 Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) 56,594.29> Date �_�n/ow) This Change Order (without tax) $0.00 REV. CONTRACT AMOUNT 15,973,436.35 By V Mayor J' F"ggerton Page 1 of 2 P -04 (Rev 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 007 Central Business District Moratorium Extension Change Order Narrative As outlined below, a modification shall be made to Special Provision 1 -07.25 "Opening of Sections to Traffic" This change shall provide conditions for the extension of the moratorium that is in place for the intersection of South 180th Street and Southcenter Parkway, to the north project limit, and on S 180th Street. This shall be a no cost change to the Contract. Description of Change: REPLACE Special Provision 1 -07.25 "Opening of Sections to Traffic" with the following: No travel lane closure on Southcenter Parkway shall take place from the intersection of South 180th Street and Southcenter Parkway, to the north project limit, and on S 180th Street from November 15 of any year to January 3 of the following year, with the following exception: 1 Travel lane closure shall be allowed from the intersection of South 180th Street and Southcenter Parkway, to the north project limit, and on S 180th Street from November 15, 2010 to November 19, 2010 only during the hours between 10 and 8 2. Due to the potential for change in hours of operation for businesses located in the Central Business District during the November 15, 2010 to November 19, 2010 time period, the City reserves the right to alter the extended work hours to correspond with the closing of these businesses. The City shall provide a 12 hour notice to the Contractor should the extended work hours need to be changed per the above. Additional Calendar Days for this change: Zero (0) days ORIGINAL. City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev 4/10) 10-065(f) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 006 DATE. October 6, 2010 CITY CONTRACT NO 10 -065 PROJECT NO: 84 -RW37 FEDERAL AID NO STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE. Work Hour Extension from Minkler Boulevard to S 180th Street TO: Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued Conditions. A. The following changes, 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. Cost and Time Impact Modification of Special Provision 1 -08 0(2) "Hours of Work" shall generate a no cost change to the Contract under the new item CO #006 "Work Hour Extension from Minkler Boulevard to S 180th Street" No Contract time extensions are granted for this change 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, and perform all services necessary for the work as specified, and will accept as full payment therefore the prices shown above and below ACCEPTED Date /G'? 7.?0 /d Contractor By; Title Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) 56,594.29> Date This Change Order (without tax) $0.00 REV. CONTRACT AMOUNT 15,973,436.35 By /mod Mayor ggerton Page 1 of 2 P -04 (Rev 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 006 Hours of Work from Minkler Boulevard to S 180th Street Change Order Narrative As outlined below, a modification shall be made to Special Provision 1 -08 0(2) "Hours of Work" This change shall provide conditions for the extension of work hours along Minkler Boulevard to S 180th Street. This shall be a no cost change to the Contract. Description of Change: ADD the following paragraph(s) to Special Provision 1- 08.0(2). Work hours for Southcenter Parkway, from Minkler Boulevard to S 180th Street, requiring lane restrictions or closures Will be permitted 24 -hours a day with the following conditions. 1. Due to potential traffic congestion, the City reserves the right to require immediate traffic control revisions (including reduction in number of closed lanes), or revoke the Contractor's right for day shift sewer work permanently 2. The Contractor shall only carry out day shift sewer work as a continuation of the night shift sewer work, or vice versa. The Contractor shall not perform only day shift sewer work. Refer to page 1 -3, Paragraph 5 for only night shift hour restrictions 3. Temporary traffic control plan(s) shall be submitted by the Contractor, and approved by the City, prior to the Contractor starting day shift sewer work. 4 At a minimum, one driveway shall be maintained at all time for all businesses 5. Current requirements of temporary cold mix time limits (per Plan Sheet 104) shall not be altered by this change 6 No additional cost shall be requested by the Contractor to the City, in association with this Change Order. This change order is to provide an option to the contractor to increase production on sewer installation and maintain the preliminary overall contract schedule critical path. With approval of this Change Order, the Contractor acknowledges that the special considerations provided by the City shall improve the sewer construction progress, from the one intended in the preliminary CPM schedule. Additional Calendar Days for this change Zero (0) days ORIGINAL. City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 7 o r z. J Wf r 1905 DATE: PROJECT NO.: PROJECT NAME: NAME OF CHANGE. 10- 065(e) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 005 October 4, 2010 CITY CONTRACT NO 10 -065 84 -RW37 FEDERAL AID NO STPUL- 1041(003) Southcenter Parkway Extension Project Owner Directed Pump Station Modifications TO Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE. This change order is not effective until approved by the "Owner" and a notice to proceed is issued Conditions. A. The following changes, 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. Cost and Time Impact This work shall be credited to the Contract under the new item CO #005 "Owner Directed Pump Station Modifications on a lump sum basis as per the pricing proposals provided by Scarsella Brothers, Inc for RFP No 003, 005, 008, and 012 The total lump sum credit shall be for all labor, equipment, and materials for the work as herein described No Contract time extensions are granted for this change. Cost Summary ID Description I P I Unit I Plus Tax I Total Amount RFP003 Flow Meter Modification (Credit) <$231 97> LS <$22.04> <$254 01> RFP005 Deletion of Key Switch (Credit) I <$652 03> I LS <$53 91> I <$705 94> RFP008 Additional Conduit and Sleeve (Add) $445.10 I LS I $42.28 I $48738 RFP012 I Concrete Masonry Unit Applications (Credit) <$792.75> I LS I <$75.31> I <$868 06> CO #005 Owner Directed Pump Station Modifications CREDIT TOTAL: I <$1,340.63> 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, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown abo a and below ACCEPTED Date. C/L7 /ld Contractor �4�/'�GG� ti!J, By Title. Original Contra t (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) 55,253.66 Date 1 1 i itD1l This Change Order (with tax) -$1,340.63 REV. CONTRACT AMOUNT 15,973,436.35 By A Mayor J' Berton Page 1 of 2 L 16 -1 P -04 (Rev 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 005 Owner Directed Pump Station Modifications Change Order Narrative The City of Tukwila's Operations Department requested several modifications to Pump Station No. 11 that will address design discrepancies and future maintenance issues These modifications have resulted in a net cost savings to the Owner. Description and Justification for Change John Howat with the City of Tukwila's Operation Department requested that the flow meter be modified to match the flow meters and parts that are present in other City of Tukwila Pump Stations. This change would allow consistency between Pump Stations and reduce the spare parts stocked for repairs. A Request for Proposal (RFP) 003 was issued to the Contractor on July 16, 2010 requesting a lump sum proposal for change of the Flow Meter and Flow Converter. On August 20, 2010 the Contractor submitted a credit proposal for the change On July 19, 2010 John Howat with the City of Tukwila's Operation Department confirmed that the key intrusion switch can be deleted from the Contractor's scope of work. A Request for Proposal (RFP) 005 was issued to the Contractor on July 19, 2010 requesting a lump sum credit proposal for the deletion of the key intrusion switch and all appurtenances. On August 10, 2010, the Contractor submitted a credit proposal for the deletion of the key intrusion switch. John Howat requested that additional conduit and sleeving be installed for the allowance of an automated cleaning device in the future. This change would reduce the amount of maintenance performed by the City once the device is installed. A revised Request for Proposal (RFP) 008 was issued to the Contractor on August 18, 2010 requesting a lump sum proposal for the additional conduit and sleeve. On August 11, 2010 the Contractor submitted a proposal for the change The Contractor submitted RFI 0018 asking for clarification on the type of sealants and coatings needed for the Concrete Masonry Block (CMU) on Pump Station No. 11. The response to RFI 0018, dated September 17, 2010 provided clarification for Tnemec coatings per specification and no additional sealants. A Request for Proposal (RFP) 012 was issued to the Contractor on September 17, 2010 requesting a lump sum proposal for the deletion of the sealants that are listed in the specifications On September 28, 2010 the Contractor submitted a credit proposal for the deletion of the sealants Additional Calendar Days for this change Zero (0) days ORIGINAL. City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10-065(d) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 004 DATE. September 30, 2010 CITY CONTRACT NO 10 -065 (d—) PROJECT NO 84 -RW37 FEDERAL AID NO.. STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE. Modified Gravel Borrow TO. Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE. This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions. A. The following changes, 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 Cost and Time Impact Modification of the Gravel Borrow specification shall generate a cost savings (credit) to the Contract under the new item CO #004 "Modified Gravel Borrow on a lump sum basis in the amount of $60,095 00 This credit shall be for all labor, equipment, and materials for the work described No Contract time extensions are granted for this change Cost Summary Contract Estimated ID Item Description Unit Quantity Unit Price Total CO #004 Modified Gravel Borrow (Credit) LS 1 ($53,095 00) ($53,095 00) D6 Owner Directed Work Gravel Borrow TON 20,000 ($0.35) ($7,000.00) Total Credit for Change Order No. 004 ($60,095.00) 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, and perform all services necessary for the work as specified, and will accept as full payment therefore the prices shown abov and below ACCEPTED: Date d Contractor r,�y��/Yl�G� By- /E r Title Original Contract (with tax) 16,030,030.64 Previous Change Order(s) 4,841.34 This Change Order (with tax) <60,095.00> REV. CONTRACT AMOUNT 15,981,776.98 Page 1 of 2 APPROVED BY THE CITY OF TUKWILA Date By' d t Mayor Ji rton 1 P -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 003 Delete Drop Connection at SSMH #4 Change Order Narrative As outlined below, a modification shall be made to WSDOT Standard Specification 9 -03 14(1) This change shall provide a lump sum settlement (credit) for the use of a modified Gravel Borrow material in the roadway embankment. The Engineer has determined that the modified Gravel Borrow is suitable for the construction of the roadway embankment. The credit is being provided by the Contractor, as this material does not meet the contract requirement for Gravel Borrow Description of Change: 1 Acceptance of the modified Gravel Borrow for mass fill (embankment) shall be based upon a. Sieve Size U.S. No 40 shall be modified from "30 max." to "50 max. as shown in Standard Specification 9- 03.14(1). b. Sieve Size U.S No. 4 shall be modified to "40 -80" c. Oversized material U.S. No 4 Sieve Size) shall be evaluated by visual inspection of the soil characteristics (in- place) and in -place density tests results d. All other gradation and sand equivalent requirements, as shown in Standard Specification 9- 03 14(1) shall remain unchanged 2. The Contractor shall employ methods of spreading and placing the delivered specified material onsite to remove the majority of large rocks. The current method of using the road grader and 'blading' the large material to the side slopes is acceptable Removal of oversized rocks from the side slopes shall be accomplished prior to placement of joint utility trench fill and top soil installation. 3. The final six (6) inches of mass fill (embankment), below CSBC of road section, shall be Gravel Borrow conforming to 9 -03 14(1) from approved Miles Pit (B -345) The modified Gravel Borrow material, described above, shall not be used in this final six inches. 4 Gravel borrow for pipe trench detail A (Plan Sheet 104) shall be either: a. Modified gravel borrow, as listed in item #1 above, passed through an onsite 4" square screen b Gravel Borrow conforming to 9 -03 14(1), from approved Miles Pit (B -345) Note Pipe zone bedding and 2 -foot over excavation shall remain unchanged from Pipe Trench detail A (Plan Sheet 104). Pipe Trench detail B (Plan Sheet 104) shall remain unchanged from the contract plans and specifications. To ensure quality of modified acceptance criteria of the mass fill (embankment) and trench suitability, as listed above, the engineer reserves the right to request that Gravel Borrow meeting 9 -03 14(1) be the material placed on site as outlined in the plans and specification. The determination of this request will be based upon weather conditions and visual inspection of the in -place material. The determination and request shall not be applied retroactively on materials placed before the date of this Change Order Contractor takes responsibility of the modified material listed above. This change modification to the gravel borrow is at the request and risk of the contractor. The contractor, at any time, may switch from the modified gravel borrow to the gravel borrow conforming to 9- 03.14(1) from approved Miles Pit (B -345) at no additional cost to the City 7 Contractor shall be responsible for the cost(s) of any required retest(s) of the modified gravel borrow that does not conform to above listed items 1.a, 1 b, 1.c, and 1.d 8 The Unit Price Bid for Contract Bid Item No D6 "Gravel Borrow" shall be modified to $8 80 per Ton. Additional Calendar Days for this change Zero(0)days ORIGINAL. City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10-065(c) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 003 DATE. September 16, 2010 CITY CONTRACT NO 10 -065 C 1 PROJECT NO. 84 -RW37 FEDERAL AID NO STPUL 1041(003) PROJECT NAME. Southcenter Parkway Extension Project NAME OF CHANGE. Delete Drop Connection at SSMH #4 TO Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE. This change order is not effective until approved by the "Owner" and a notice to proceed is issued Conditions. A. The following changes, 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 Cost and Time Impact This work shall be credited to the Contract under the new item CO #003 "Delete Drop Connection at SSMH #4 on a lump sum basis as per Request for Proposal 0007, dated July 19, 2010 This credit shall be for all labor, equipment, and materials for the work described No Contract time extensions are granted for this change Cost Summary ID I _Description I Unit Amount CO #003 I Delete Drop Connection at SSMH #4 (Credit) I LS <$954 95> 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, and perform a services necessary for the work above specified, and will accept as full payment therefore the prices shown above eIo ACCEPTED Date 2 I Contractor' By j .�._l�s Title Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order(s) 5,796.29 Date This Change Order (with tax) <954.95> REV. CONTRACT AMOUNT 16,034,871.98 By. at-- Mayo4igteon Page I oft f U� P-04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 003 Delete Drop Connection at SSMH #4 Change Order Narrative The Contractor asked if the outside drop connection at the new Sanitary Sewer Manhole #4 could be deleted and the associated side sewer pipe slope would be increased accordingly. Description and Justification for Change The Contractor's supplier Hanson Pipe noted that the 12" inlet and drop inlet are too close together This would cause a weakness in the manhole structure and not leave adequate room for the Kor -N -Seal boots that connect the two pipes. The space between the two 16 inch cores would be less than 5 inches. On July 7, 2010, Scarsella Brothers, Inc. submitted a Request For Information ('RFI') 008 asking for the deletion of the outside drop inlet. The RFI was answered stating that the drop connection can be deleted and the slope for the side sewer would be increased accordingly. On July 19, 2010, a Request for Proposal (RFP) 007 was issued to delete the drop connection as shown on UT02 and as described by RFI 008 On July 28, 2010, the Contractor submitted a credit proposal for the deletion of the drop connection On August 20, 2010, the Contractor submitted a revised credit proposal for the deletion of the drop connection The revision occurred due to a restocking fee for the returned project specific pipe material. Additional Calendar Days for this change Zero (0) days ORIGINAL. City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10- 065(b) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 002 DATE. September 8, 2010 CITY CONTRACT NO 10 -065 b� PROJECT NO.. 84 -RW37 FEDERAL AID NO STPUL- 1041(003) PROJECT NAME. Southcenter Parkway Extension Project NAME OF CHANGE Capping Highline Water Main Sta. 168 +50 54' RT TO Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE. This change order is not effective until approved by the "Owner" and a notice to proceed is issued Conditions. A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #002 "18" Cap on Highline Water Main on a lump sum basis as per Request for Proposal #0009, dated August 25, 2010 This work shall be full payment for all labor, equipment, and materials for the work described No Contract time extensions are granted for this change Cost Summary ID I Description CO #002 18" Cap On Highline Water Main I Unit I Amount I LS 1 $4,570 41 I 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, and perforrrvall service�ecessary r the work above specified, and will accept as full payment therefore the prices shown 4abo nd,below. ACCEPTED Date C� Contractor d y Title. l i Original Contract (with tax) Previous Change Order(s) This Change Order (with tax) REV. CONTRACT AMOUNT 16,030,030.64 APPROVED BY THE CITY OF TUKWILA 1,225.88 Date 4,570.41 J 16,035,826.93 By: gerton 01." ZO Mayor J' Page 1 of 2 s�D 6 1 7 iN./) -04 (Rev. 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 002 Capping Highline Water Main Change Order Narrative Request For Proposal was issued for the installation of a 18" Ductile Iron Cap (Mechanical Joint) with above ground 2" stand pipe and gate valve to de- activate the mainline and reduce pressure that had built -in line from a leaking gate valve on the Highline Water District Main Description and Justification for Change The Highline Water District Mainline that was de- activated for preload activities was determined to have a leaking valve. The faulty valve continued to allow the Mainline to charge. To correct this problem, Highline Water District deactivated an additional section of mainline, which caused a disruption in service that had not originally been anticipated. To remedy this issue, an 18" cap with an above ground "blow -off' was recommended to deactivate the Mainline, reduce pressure, and allow the additional mainline to be pressurized This scope of work was approved by both Highline Water District and the City of Tukwila's Fire Marshal Request For Proposal No 0009, dated August 25, 2010 was issued to the Contractor Pricing from the Contractor was received on August 26, 2010 and was deemed to be fair and equitable by all parties. Additional Calendar Days for this change: Zero (0) days ORIGINAL. City Clerk (1 of 2) cc* Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) 10- 065(a) Council Aproval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 001 DATE. August 9, 2010 �d I L, l,' PROJECT NO. 84 -RW37 FEDERAL AID NO. STPUL- 1041(003) PROJECT NAME: Southcenter Parkway Extension Project NAME OF CHANGE. Addition of Photocell Conductors TO Scarsella Brothers, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE. This change order is not effective until approved by the "Owner" and a notice to proceed is issued Conditions. A. The following changes, 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. Cost and Time Impact This work shall be paid under the new item CO #001 "Addition of Photocell Conductors on a lump sum basis as per Request for Proposal #006, dated July 19, 2010, by Scarsella Brothers, Inc. This work shall be full payment for all labor, equipment, and materials for the work described No Contract time extensions are granted for this change Cost Summary ID Description I Unit I Amount CO #001 Addition of Photocell Conductors per RFI #006 1 LS 1 $1,225 88 We the undersigned Contractor, have given careful consideration to the change proposed pnd hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, and perforra all s ice necessary for the work above specified, and will accept as full payment therefore the prices shown aboy� nd elow. ACCEPTED: Date. �1 Contractor By- d6 Title. �fD Original Contract (with tax) 16,030,030.64 APPROVED BY THE CITY OF TUKWILA Previous Change Order 00.00 Date �f .{ate /l] This Change Order (with tax) 1,225.88 REV. CONTRACT AMOUNT 16,031,256.52 By Mayor Ji gerton Page 1 of 2 P -04 (Rev 4/10) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 Addition of Photocell Conductors Change Order Narrative Install three (3) #12 AWG conductors from the five (5) service cabinets to the nearest luminaire for photoelectric control. Contractor shall use same contract provided conduit for both the added conductors and the contract provided luminaire conductors. Description and Justification for Change During the review of submittals, Scott Bates with the City of Tukwila noted that the Plan Set wiring schedule (Sheet IL10) does not contain conductors for photoelectric control The project designer, Jonathan Gellings with David Evans and Associates was contacted. His response 'was that the necessary conductors were not called out in the respective wiring schedules. The Contractor will need to provide three (3) #12 AWG conductors from each of the service cabinets to the nearest luminaire for photoelectric control The affected conduits have the capacity to carry the additional conductors. On July 12, 2010, Scarsella Brothers, Inc submitted a Request For Information (`RFI') asking for clarification on the photocell conductors for street lighting, stating that the plans did not adequately address the conductor type or location and routing. The RFI was answered with the above response from David Evans and Associates to the Contractor A Request for Proposal was issued based on the RFI generated by the Contractor The Contractor submitted a proposal for three (3) #12 AWG conductors from each of the service cabinets to the nearest luminaire for photoelectric control Additional Calendar Days for this change. Zero (0) days ORIGINAL. City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Project Management File Page 2 of 2 P -04 (Rev. 4/10) AGREEMENT FORM CONTRACT NO. 10 065 Council Approval 5/1 (/10 THIS AGREEMENT is made and entered into on this day of 2V*Le 20 /p, by and between the City of Tukwila, Washington "Owner and Scarsella Bros., Inc "Contractor Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Southcenter Parkway Extension, Project No. 84 -RW3 and Federal Aid No. STPUL- 1041(003), 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. The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Sixteen Million, Thirtv Thousand, Thirtv 64/100 dollars ($16,030,030.64), which includes the price bid for the Owner Directed Work, which may only be performed if authorized, and all of which is subject to additions and deductions as provided in the Contract Documents. The Contract Sum is based upon and includes the following additives and alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: Item Description Schedules A, B, C, D, Schedule E (Additive) Schedule F (Additive) Total Contract Sum Lump Sum Price $14,289,251.10 1, 367, 930.94 372,848.60 $16,030,030.64 Other Additive(s), if any, which were included in the Bid Proposal may be added at a later date, via a Contract Modification. The Bid Prices for those Additive(s) shall remain valid until the time stated in the Contract Documents. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this 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. 5 -L 0 O o? c K t C /1�✓S Southoenter Parkway Extension S 180 Street to S 200 Street REV. 5 -25 -10 age 32 Agroement Form C-2 pin OF TUKWILA, WWINGTON (Owrio J3y: e This 1 day:of Adept:. Aletil Cite. Clerk APprOved AtrPotiv ttQrneY Address for giving notices: 43e6 ,19A-42".te8/vd sr& /C 144,;>k, 109 M'/' Scarsella Bros.. Inc (Cortt•ttor Tits: Frank S President Attest:,, This I day of NiAt4 edataetatV Nth, SCARSBI183B8 20 10 Address for givIrtg notices: P0 Box 68697 Seattle. WA 98168-0697 Southcenter Parkway Extension S 180th Street to S 200th Street Rev. 4-15-09 Payment and Performance Bond C -3 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 6709783 We, Scarsella Bros., Inc. and Safeco Insurance Company of America (Principal) (Surety) a Washingtoncorporation, 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 SixtPPn Million Thirty Thousand Thirty 64/100 Dollars 16,030,030.64 the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract .dated May 21 20 between Principal and Owner for a project entitled Southcenter Parkway Extension, Contract No. 84 -RW37 "Contract The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: Faithfully 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 ail other persons or agents who supply labor, equipment, or materials to the Project; Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10 of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20 Southcenter Parkway Extension S 1800 Street to 200th Street Rev, 4 Page 33 Payment and Performance Bond Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Payment and Feeorinanbe Bond Reny modification .or change increases the total amount to be paid under the Contra Ct, Surety's Obligation under and ParfotMalletvOond snail aUtpmetfcalty increase in a Ike amount. Any Stich increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. Thia •Peyrtierit and PerforManCe Bond shall be governed and construed by the laws of the State of WaShinOtOn, and •renueehall be in King COUnty, Waslitn.gton. ;WITME WHEREOF, the partfet have executed thiS instrunient In two (2) identical 0.0.01N 2 1 s t dayof May 20 10 Scarsella Bros., Inc. Signatuke Authorized °Molar President Title Name and addresS of Iota! office Of egant and/or Surety Company: Safeco Insurance Company of America Surety. A =5 ft Signature of Autho' Moist By Anne E. Strieby, Attorney-In-Fact Attorney in Fat (Attach of Ahomoy) Propel Insurance 925 4th Ave. Suite 3200 TA gr:11(14 Surely companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of Standard Specifications. C-4 Page 34 Provided to Builders Exchange of WA, Inc. For usage Conditions Agteement see www.bxwa.com Always Verify Scale Soutiscentor Partway Extension S 180th Street to S 200th Street Rey. 4-15-09 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *JAMES B. BINDER; PETER J. COMFORT; PEGGY A. FIRTH; BRENT E. HEILESEN; LISA KERSTETTER; CHRISTOPHER KINYON; JENNIFER L. SNYDER; ANNE E. STRIEBY; KAREN SWANSON; JULIE R. TRUITT; MELINDA WOOMER; ERIC A. ZIMMERMAN: Tacoma, WA************************ its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents S- 0974/DS 3/09 this Nfier this 28th I s 4- iifiritpoitt A. my POR A SEAL SEA 195' t 4 avi� i POWER OF ATTORNEY No. 634 day of August Dexter R. Legg. Secretary Timothy A. Mikolaiewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.” Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation day of fAtclit p4or e11 Dexter R. Legg, Secretary 2009 WEB PDF ACORD. CERTIFICATE OF LIABILITY INSURANCE PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 INSURED I NSK JJ L N SRN TYPE OF INSURANCE A GENERAL LIABILITY B X COMMERCIAL GENERAL LIABILITY 1 CLAIMS MADE OCCUR I X I PD Ded: $5.000 GEN'L AGGREGATE LIMIT APPLIES PER: 17 POLICY n jE n LOC D AUTOMOBILE LIABILITY X X X Scarsella Bros., Inc. PO Box 68697 Seattle, WA 98168 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS UMBRELLA LIABILITY OCCUR I I CLAIMS MADE DEDUCTIBLE CERTIFICATE HOLDER RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE YN f p F EXCLUDED? If yes, describe under SPECIAL PROVISIONS below C OTHER Contractors Pollution Liab Client#: 111013 I City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite 100 Tukwila, WA 98188 2083280154 71C7000340101 ACORD 25 (2009/01) 1 of 3 #S442530/M431406 SCARBROSI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: National Fire Ins Co of Hartfor INSURER B: Everest National Insurance Comp INSURER C. Illinois Union Insurance Compan 1 INSURER D: Valley Forge Insurance Company 1 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. AT POLICY NUMBER I DA ECMMFDDWYYY) I DATE (MM DDDWYY 05/01/2010 05/01/2011 1 EACH OCCURRENCE 1 DAMAGE TO NTE PREMISES (Fa RE nccur rencel 2083280171 05/01/2010 05/01/2011 05/01/2010 05/01/2011 2083280154 05/01 /2010 05/01 /2011 (WA Stop Gap) MED EXP (Any one person) 1 PERSONAL ADV INJURY I GENERAL AGGREGATE 1 PRODUCTS COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY EA ACCIDENT OTHER THAN AUTO ONLY: EACH OCCURRENCE AGGREGATE DESCRIPTION OF OPERATIONS LOCATIONS I VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS RE: Southcenter Parkway Extension Project. City of Tukwila, the Contracting Agency, Highline Water District and its officers, elected officials, employees, agents and volunteeers, David Evans and Associates, Inc., R &W Engineering, Inc., KPFF, Inc., and their employees, agents, and subconsultants, Puget Sound Energy, Quest and Comcast and their employees, (See Attached Descriptions) LIMITS EA ACC AGG I TORY IMITS I X I ER E.L. EACH ACCIDENT E.L. DISEASE EA EMPLOYEE I E.L. DISEASE POLICY LIMIT CPYG24880357002 05/01/2010 05/01/2011 Occurrence: $2,000,000 Deductible: $25,000 DATE (MM /DD/YYYY) 5/19/2010 NAIC $1,000.000 $1,000.000 $5,000 $1,000,000 $2.000,000 $2,000,000 $1,000,000 $10,000,000 $10,000,000 $1,000,000 $1 ,000,00 0 $1,000,0 CANCELLATION 10 Days for Non Payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 0 1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CTOO ACORD 25 (2009/01) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 2 of 3 #S442530/M431406 AMS 25.3 (2009/01) 3 of 3 #S442530/M431406 DESCRIPTIONS (Continued from Page 1) agents, and subconsultants are additional insured per the attached endorsement. Coverage is Primary and Non contributory. C'NA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Person(s) Or Organizations (As required by written contract/agreement per Paragraph A. below.) Location(s) of Covered Operations (As per the written contract/agreement, provided the location is within the "coverage territory" of this Coverage Part.) (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. Section II Who Is An Insured is amended to include as an additional insured any person(s) or organization(s), including any person or organization shown in the Schedule above, whom you are required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided: a. The written contract or written agreement was executed prior to: 1. The "bodily injury" or "property damage or 2. The offense that caused the "personal and advertising injury" for which the additional insured seeks coverage under this Coverage Part; and b. The written contract or written agreement pertains to your ongoing operations or "your work" for the additional insured(s). B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf G- 140331 -B (Ed. 01/09) a. b. c. G- 140331 -B (Ed. 01/09) in the performance of your ongoing operations for the additional insured(s) or c. "Your work" that is included in the "products- completed operations hazard" and performed for the additional insured, but only if this Coverage Part provides such coverage, and only if the written contract or written agreement requires you to provide the additional insured such coverage. 2. However, we will not provide the additional insured any broader coverage or any higher limit of insurance than the least of those: Required by the written contract or written agreement; Described in B.1. above; or Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract or agreement requires this insurance to be primary. In that event, this insurance will be primary relative to insurance which covers the additional insured as a named insured. We will not require contribution from such insurance if the written contract or written agreement also requires that this insurance be non contributory. But with respect to all other insurance under which the Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 2 CNA additional insured qualifies as an insured or additional insured, this insurance will be excess. 4. The insurance provided to the additional insured terminates when your operations for the additional insured are complete. But if the written contract or written agreement specifies a date until which this insurance must apply, then this insurance terminates: a. On the date specified in the written contract or written agreement; or b. When this policy expires or is cancelled, whichever occurs first. C. With respect to the insurance afforded to the additional insured, the following additional exclusions apply. This insurance does not apply to: 1. "Bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of, or the 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. 2. "Bodily injury," "property damage," or "personal and advertising injury" arising out of any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. D. SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part; Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; and (4) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit." We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: (3) 4. Other Insurance G- 140331 -B (Ed. 01/09) a. Primary Insurance This insurance is primary and non- contributory except when rendered excess by this endorsement, or when Paragraph b. below applies. E. The provisions of the written contract or written agreement do not in any way broaden or amend this Coverage Part. G- 140331 -B Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 2 of 2 (Ed. 01/09) oposal Proposal P PROPOSAL Contractor's Name C LL Contractor's State License No. R City of Tukwila Project No. 84 -RW37 Federal Aid No. STPUL 1041(003) 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 Southcenter Parkway Extension, which project includes but is not limited to: Bid Schedule A Public Roadway Improvements Construction of approximately 7,400 linear feet of roadway within public right -of -way along Southcenter Parkway from S. 180th Street to S. 200th Street. Street improvements include, but are not limited to, building demolition, excavation; embankment; construction of curbs, sidewalks, road approaches, and driveways; installation of storm drainage structures and pipes; paving with hot mix asphalt and hot mix asphalt overlay; and installation of landscaping, illumination, traffic signals, signal interconnect, irrigation, restoration, channelization, signing, and pavement removal, Bid Schedule B City of Tukwila Sanitary Sewer improvements Construction and installation sanitary sewer pipe and sanitary sewer lift station in the project area (Minkler Boulevard to S 200th Street), as shown in the Contract Documents. Bid Schedule C Building Demolition The demolition of Southcenter Golf Driving Range building, as shown in the Contract Documents. Bid Schedule D Owner Directed Work Contingent work items that may be required for completion of Contract Requirements as determined and directed by the Engineer. Bid Schedule E Hiahline Water District Water Improvements Construction and installation water line in the project area (S 180th Street to S 200th Street), as shown in the Contract Documents. Bid Schedule F City of Tukwila Water Improvements Construction and installation water line in the project area (Minkler Boulevard to S 180th Street), as shown in the Contract Documents. AND Other items necessary to complete the Work as shown on the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. Southcenter Parkway Extension S 180th Street to S 200th Street Rev. 4 -15 -09 Proposal P -2 The Bidder understands that this proposal is a firm fixed price covering all Work indicated in the Contract Documents. The Bidder further agrees that there shall be no change in scope, schedule, Total Base Bid, or Bid Unit Prices for the Project, unless and until the Owner's change order procedure has been correctly and fully followed by all parties, and a change to the contract is authorized by the Owner. As evidence of good faith, (check one) I'bid bond or cash, cashier's check, certified check, or postal money order made payable to the City of Tukwila equal to five percent (5 of the. Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance. Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within 550 calendar days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1 -08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Southcentei Parkway Extension S 1SOth Street to S 2001h Street Rev. 4 to Riiilriarc FYrhanna of 1/\ /A Inr Fnr i icana lnnrli+innc Anracrrcn+ coo lAAAAn/ h ne.o .-n.+. I..Pa./c. Bid Schedule P Southcenter Parkway Extension Project Project No. 34 -RW37 Federal Aid No. STPUL -1041 (003) Bidders must provide a cost for each and every bid item whether lump sum or unit price, and whether Base Bid or Additives, for the bid to be considered responsive. The work of the various items is described throughout the Contract Documents, with specific listing in Division 10 of the Special Provisions. BASE BID. Bid Schedules A. B. C. and D: The Bidder agrees to accept as full payment for the Work, as specified in the Contract Documents, and based upon the undersigned's own estimate of quantities and costs, the following stipulated sums: BID SCHEDULE A PUBLIC ROADWAY IMPROVEMENTS Item No. Al A2 A3 A4 A5 A6 A7 A8 Item N o. B1 B2 Item Description Unit Roadway Improvements, Complete and /100 dollars Temporary Erosion and Sedimentation Control (TESC) LS Training and /100 dollars and /100 dollars Project Temporary Traffic Control and /100 dollars Shoring or Extra Excavation Class B and /100 dollars Spill Control, Prevention, and Countermeasures (SPCC) Plan and /100 dollars Potholing for Utilities As Marked and /100 dollars Type C Project Schedule (Minimum Bid $50,000) and /100 dollars Total Bid Schedule A Item Description Sanitary Sewer, Complete and /100 dollars Trench Safety Total Bid Schedule B Southcente; Parkway Extension S 1 Street to S 200th Street lid Schedule Buildars FYr•hanno of \AID LS HR LS LS LS EA LS 1 Unit LS 1 and /100 dollars LS Subtotal Sales Tax 9.5% Estimated Unit Price Total Quantity Bid dL S 1 1 1 1 1,500 1 1 20 BID SCHEDULE B CITY OF TUKWILA SANITARY SEWER IMPROVEMENTS Estimated Quantity as C.C. 0C r5 C. 0O0.00 I I CC() 0 C+_ c on. co 2,Snc.('•C 2 s'cc. cr Sc•c^_._nn 1t\,C'co.C`C' 11 4-k 'a c� nu All applicable sales tax shall be included in the bid price per APWA GSP 1 -07.2, Rule 171 and WAC 458 -20- 171. Unit Price Bid LS LS Total P 7 SC) 000 1.0 9 t r t i G- The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule B contract price per APWA GSP 1 -07.2, Rule 170 and WAC 458 -20 -170. Rev. 4 -15 -09 fir; Bid Schedule P BID SCHEDULE C BUILDING DEMOLITION Item No. C1 Item Description Building Demolition, Complete and /100 dollars Total Bid Schedule C d4 C C C 0 All applicable sales tax shall be included in the bid price per APWA GSP 1 -07.2, Rule 171 and WAC 458 -20- 171. BID SCHEDULE D OWNER DIRECTED WORK Unit Owner Directed Work: See Special Provisions Division 10 for when and how Owner- Directed Work will be authorized and paid. Bidder shall include the pre- entered Extension amounts for "Estimate" items in the total. Items with an Owner estimated quantity and Contractor's unit price shall be performed for the Bid unit price, regardless of actual final quantities used. Item No. D1 I Minor Changes 1 D2 I Resolution of Utility Conflicts 03 I Property Restoration D4 Unsuitable Over Excavation and Backfill Incl. Haul D5 I Explorative Excavation As Directed D6 I Gravel Borrow D7 I Quarry Spells I D8 I Asphalt Cost Price Adjustment Total Bid Schedule D Item Item Description No. Item Description Unit EST EST EST CY EST TON TON CALC LS 1 Estimated Unit Price Quantity Bid Estimated Quantity 100,000 80,000 60,000 10,000 50,000 20,000 10,000 1 The additive bid item(s) listed below shall include full compensation for the cost of labor, material, tools, equipment, transportation, overhead and profit, and any additional costs associated with the bid item. The Owner reserves the right to accept or reject any or all Additive Bid Items and prices up until the date cited in Division 10 for each Additive Item. Unit Estimated Unit Quantit Price Fn Rnitrarc Fv•hanna of 1A /A Inr Fnr neano fnnrllfinne Anroomonf eoo ten,n,v hv,,,o rnrv, he,.31/c- /erif„ Total Total 'r:', 0CC'.. '-i_ \,l'C:is Cr: Unit Price Total Bid $1.00 $1.00 $1.00 1 $100,000.00 I I $80,000.00 $60,000.00 9 �oo.Oo $1.00 $50,000.00 g. i._; I i f33 e ct?, Co 1 1(. G I/c occ:.c:01 $120,000 I $120,000 1 34 S'C.C� C`() All applicable sales tax shall be included in the bid price per APWA GSP 1 -07.2, Rule 171 and WAC 458 -20- 171. BID SCHEDULE E PROJECT ADDITIVES (as described in Special Provisions Division 10) HIGHLINE WATER DISTRICT WATER IMPROVEMENTS El Mobilization LS I 1 and /100 dollars Ar L" 0 I. C" 0 Southcenter Parkway Extension S 160th Street to S 200th Street Rev. 4 Bid Schedule E2 E3 E8 E9 E10 Ell Ell E13 E14 El 5 E16 El 7 E18 E19 E20 E21 Trench Safety System and /100 dollars Cut in and/or Connect to Existing Syste?n and /100 dollars Furnish and Install Ductile Iron Pipe for Water E4 Main 16 In. Diameter and /100 dollars Furnish and Install Ductile Iron Pipe for Water E5 Main 12 In. Diameter and /100 dollars Furnish and Install Ductile Iron Pipe for Water E6 Main 8 In. Diameter and /100 dollars 16 -inch Gate Valve Valve Box and /100 dollars 12 -inch Gate Valve Valve Box and /100 dollars 8 -inch Gate Valve Valve Box and /100 dollars 6 -inch Gate Valve Valve Box and /100 dollars 10 -inch Blowoff Assembly and /100 dollars 4 -inch Blowoff Assembly and /100 dollars Fire Hydrant Assembly and /100 dollars Service Connections, 5/8" to 1" and /100 dollars Service Connections, 2" and /100 dollars 2 -Inch Combination Air Valve Assembly and /100 dollars Additional Water Main Fittings and /100 dollars Additional Megalug Joints and /100 dollars Remove Existing Fire Hydrant and /100 dollars Abandon Existing PRV Station and /100 dollars Resolution of Utility Conflicts and /100 dollars Total Bid Schedule E Southcenter Parkway Extension S 180th Street to S 200th Street 'Builders Fxnhanne of 5N4 Inr LS 1 EA 14 LF 6,510 LF 3,370 LF 1,010 EA 15 EA 19 EA 12 EA 2 EA 1 EA 21 EA 53 EA 6 EA 1 EA 12 LB 10,000 LB 5,000 EA 6 EA l 2 FA i I 7, -i 0.1'0 r or 1:;':J. t C'C.,CC n, en) i C)(\ 00 7900. re) 1. 1r OC (`n RC.(0 LL. co .src. _SZ!c.co �i r:co. cc coo,() r)r(1, 12 o0J, 7r;n, nn '-;nn. rtn oc, e 1, lin v) o. rc 1 61 cce.c 0,000.00 Subtotal At,t C', Sales Tax 9.5% S' (o'7 1 C. riU- The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule E contract price per APWA GSP 1 -07.2, Rule 170 and WAC 458 -20 -170. Rev 4 -15 -09 P -5 Bid Schedule P Total Schedules A. S. C. D and E Schedule A brought forward Schedule B brought forward Schedule C brought forward Schedule D brought forward Schedule E brought forward TOTAL BASE BID PRICE 4 ci. f zi: 7 `f 3 O. r) L t I BID SCHEDULE F PROJECT ADDITIVES fas described in Special Provisions Division 101 CITY OF TUKWILA WATER IMPROVEMENTS: The additive bid item(s) listed below shall include full compensation for the cost of labor, material, tools, equipment, transportation, overhead and profit, and any additional costs associated with the bid item. The Owner reserves the right to accept or reject any or all Additive Bid Items and prices up until the date cited in Division 10 for each Additive Item. Item No. F1 F2 Item Description City of Tukwila Water Line, Complete and /100 dollars Trench Safety Total Bid Schedule F and /100 dollars Soulhcenter Parkway Extension S 180th Street to S 200th Street Unit Estimated Unit Quantity Price LS 1 LS LS 1 LS to Pi lilrlorc Gvrhanno of IA /A Inn Pnr 1 ,c Cnnrlitinnc Anr.carnont coo \MMA/ hv1Ma rnm Ahnrave /orifi, gnat= Total 3 Ito 5� COO Subtotal Sales Tax 9.5% 3 1 3 4'7 to C 3'7;2 (00 J. ©0 The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule F contract price per APWA GSP 1 -07.2, Rule. 4-7-1 and WAC 458 -20 -171. i '7Ci COMPLETE BID: Contractor shall include all costs of doing the work shown, described, and intended by the Contract Documents, within the unit and lump sum bid prices in the Proposal. If the intended scope of the Project, in place and complete, requires work that has no unit or lump sum bid item in the Proposal, costs shall be incidental to and included within the stipulated sum amount in the Contract. LOW BIDDER DETERMINATION: The Proposal contains separate bid schedules A, 6, C, D and additive bid schedules E and F. Bid Schedules A, B, C, D and E shall constititue the Total Base Bid and shall be basis for determination of lowest bidder. The Owner reserves the right to accept any, all or no Additivie items at time of Award, or at any time thereafter. Rev. 4 -15 -09 Bid Schedule P Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink or the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard copy bid form Project Name, Schedule Name, column headings in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the Bid form which acknowledges the Bid Guaranty, Time of Completion, all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two. unit Bid orices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printoui will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print -out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print -out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print -out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title: Date: Southcenter Parkway Extension S 180th Street to S 200th Street Rev. 4 BuiidPrs Fxrhanna of \NA Ir,- Fr,, Proposal Signature Sheet P -8 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 t, ..l. 3 3 I'7 I1 i Ilil/t) s a lls- i t 3 ;1 (4 liu NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is �C1 F C '.T4. (7 1 1 r;;4,6:7 i t i;r k�Fitr_!r iI. of S 1 9'0C: I (Name) (Address) Bidder: c)( Fa�<Sf Signature of Authorized Official: Printed Name and Title: Address: p roposal Signature Sheet 'RAP, cc;r•r -1eSLL LA Vi /3 c.A., P, l'I, f[ 2 7 F3TYL_.F'. C. A 1 `1 67 C< Circle One: Individual Partnership State of Incorporation: l.t'i =1 S1-ti Alrt`ij J Joint Venture Phone No.: :15;:),- 7 �7 1 _3 Date: 1(B I/ L This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co- partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. Southcenter Parkway Extension S t SDth Street to S 200th Street Rev. 4 n Rpiilrlorc Fvrhanno of 1AJ■ Inr Fnr iicana. r'nnrfitinnc Anroamant cao M/1Me/ hv\nra rnm Alwavc /arifv .Sralw Bid Security P-9 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 1. OR Bid Bond: The undersigned, Scarsella Bros Inc (Principal), and Safeco Insurance Company of America (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Bid Amount dollars 596 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 Tess than five percent (5 of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for Southcenter Parkway Extension Project, Project No. 84 -RW37 and Federal Aid No. STPUL 1041(003), according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 18th day of March Signature of Authorized Official �IIC A2fst�f r Title Name and address of local office of agent and /or Surety Company: 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. Southcenter Parkway Extension S 1SOth Street to S 200th Street BID SECURITY ,20 10 Safeco Insurance Company of America Surety Bye s c. r` Attorney in Fact (Attach p r of Atto Anne E. Strieb Page 20 Bid Security Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Propel Insurance 925 4th Ave., Suite 3200 Seattle, WA 98104 Rev. 4 -15 -09 this Poi* a.{q1 this g SEAL J lit S- 0974 /DS 3/09 28th COM A '�y CORPORATE O 9 S EAL to WdS*i POWER OF ATTORNEY No 634 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *JAMES B. BINDER; PETER J. COMFORT; PEGGY A. FIRTH; BRENT E. HEILESEN; LISA KERSTETTER; CHRISTOPHER KINYON; JENNIFER L. SNYDER; ANNE E. STRIEBY; KAREN SWANSON; JULIE R. TRUITT; MELINDA WOOM ER; ERIC A. ZIMMERMAN: Tacoma, WA************************ its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents day of August day of 2009 Dexter R. Leao. Secretary Timothy A. Mikolaiewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company In the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V, Section 13 of the By -Laws, and (11) A copy of the power -of- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation Ea Dexter R. Legg, Secretary ..dZb t WEB PDF Pion- Collusion Declaration P -10 STATE OF WASHINGTON ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named Southcenter Parkway Extension Project, Project No. 84 -RW37 and Federal Aid No. STPUL- 1041(003). NON- COLLUSION DECLARATION t Signed qnd sworn to before me on this 1 6 day of I p ,e(4.I 1 Signature of Notary Public in and for the State of Washington, residing at ice. EN ,7 L.,)ta ���tttofffr/ tttrafer.1 rt'res: 1 5----/ A �ktAssio4,4. Sept -x 2010 �o j •C' et,,„„ W,ec\' O R Y P' N\ To rePto01 activities call: NOTICE TO ALL BIDDERS 1- 800 -424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respectec. Southcenter Parkway Extension S 180th Street to S 2001h Street Rev. 4 -15 -09 Non Collusion Declaration o Builders Exchange of WA. Inc, For usage Conriitinnc Anraomont coc k�•.� ham of F" 2 Signature of Authorized Official Title ,20 !C'!. t lt.yi.Lt i ?`rs nt> C7' a;;,17\. Ltti /O 11 'ztjl• D g 2.r�Gc�iG;,i c�i. Tre_i.-CT /Oil 3.. 4. G k. Ta b2 eligible for sward of this contract the bidder must fill out and submit, as part or its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise. (DBE) requirements. The Contracting Agency shall consider as non responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bid•derwill meet the DBE participation requirements in one of the manners provided for in the proposed contract. If the bidder is relying on the aaod faith effort method to meet the DBE assigned contract goal, documentation in addition to the certificate roust be submitted with the bid proposal as support for such efforts. The successful bidders DBE Certification .shall be deemed a part of the resulting contract. Information on certified firms is available from O fu1WBE, telephone 360- 753 -9693. C k. s` L.L f i :BR f.'�. i_r sC_ certifies that the Disadvantaged Business Enterprise Name or tlI er {DBE} Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract. it shall assure that subcontracts or supply agreements are executed with those firms where an 'Amount to be Applied Towards Goal is listed. Of necessary, use additional sheet.} 1 0. Disadvantaged Business Enterprise Utilization Certification P -11 ififastinghm State 1 Department of Transportation Name of DBE Certificate Number L iH a j 5'807 Disadvantaged Business Enterprise Subcontracting Goal: Ri:;iu ar L1:a:r:: st:11.i! III.st b: E:lpir:dJd pnr-,r 1: t. J +?j tun th:l Dy the UIficC of I r'Erspodla.I i1 li cord.Ikct. .^-,era the. ae.c:icm 'CAL.n:in0 OBE Pa/ lirsrinn Tr.: Lard rth airg rah:: i;-n in the Coltm Dort) •ent. 111c Cr ilic:Cliny Ap41I..y II uh Iti: tll.S ainuunl .0 do {C:rnr iP v ir`r Jr nt: the: O :J!'i tl'Ie 2 01 e.'1 EW 1.1rrIC'Ir:: 0111 LetA•av; rl th 1::4 41 a ld :t'if su° tti• lid 'Ad Ja •31nCurit rst;3c:.jt eve, than :ti sure dr1ti= "c.I11reJrIlc IR;1N 1 shall plbv:3i grid tie :Thal it ravi ed Southcenter Parkway Extension S 180th Street to S 200th Street Project Role (Prime, Subcontractor, Menufa 1i,ret, Regular Dealer) 5�t c. G1.17 .Ac C, 5 LI e c:r stAcre f Disativarta•> ed Business Enterprise Utilization Certification Amount to Description of Work be Applied Towards Goal P L 7 ;TC: t 1r 3t<S',000,. 00 E+�rbr .a w Lt riL.r r!I a, r`71-1 Lu L' KLr< Disadvantaged Business Enterprise Utilization Certification to Builders Exchanae of WA. Inc. For usaae Conditions Aareernent spa www hxwa rnm Aiwavc /prif,, .Cralp ,LOs;00 0, CC 1 tra in DBE Total 1 7 �'.=5 0Ot CO I ?:1 1 r or rr 2 Xt t Rev, 4 -15 -09 Certification for federal -Aid Contracts P 12 Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Forrn -LLL, "Disclosure Form to Report Lobbying,'' in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100.000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in fl louder tier subcontracts. which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Southcenter Parkway Extension S 180th Street to S 200th Street Rev. 4 -15 -09 .3ertification for Federal -Aid Contracts o Builders Frrhanne of IAIA Int- Fnr +o r n y E'OI Forn 2 EF R 112C DU Disclosure of Lobbying Activities P DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disdcse lobbying aetivties pursuant to 31 U.S.C. 1352 (See revere for public burden disclosure.) 1. Type of Federal Action: 1.; t 2. Status .f Federal Action: 3. Report Type. I'..i' 4 a contract a. Bid /aiferrappllt:atIon I a. Initial Filing b. Grant b. Initial Award b. Mrateriftl Ghange c. Cooperative Agreement c. Post avant For Material Change Only: d. ban e. Lan Guarantee Year Quarter 1. Lean Insurance 4. Name and Address of Reporting Entity Prime Su bawardee Tier Congressional District. if known: a. Federal Department Agency; 7. Federal Program Narr &Description: 8. Federal Action Number, ifk^,c•.vn: 10. a. Name and Address of Lobbying Entity Cif individual, Last name fist 'lame, kV): I.)' if known: 1\,, Lr L._0 ICS 1Sci e7 llcT \I tT 1 f S 15. Continuation Sheet(s) SF -L_L•A attar?hed Yes Tk Ie. Information required through this form Is 3Ltit2iized by Title 31 U.S.C. aectlpt 1:2;,2. This di oloaura of Ic,byinq ectioties is a material re pretentahon of fact u ptn v■, ∎sh reliance was plated try the her above when this transar.bon ans made nr entetad into This d'isr.lasure is required pursuant to 31 IJ.Si 1:5.. The inrcrmation will be iepc t d to the :.ongrees semi annually and .rill be available ror pukris inspestinn. Any person who Fails to file the required disclosure :hats be -ublest to a cwt) penalty a' not I ess than 'oto.oG: and nut more than 1:1Cr iv: each :ucii feel um. 5. If Reporting Entity in No 4 is Subawardee, Enter Name and Address al Prime: P.. a se, 4 TL 4: f-) rj I c q 7 Congressional District. if known: CFDA Number. it applicable: 9. Awa rd Amount, if known: Date of last report b. Individual Performing Services (including address if different ,from No 10a.) (fast nary. first nary JJ4): 'attach Ganfirxzafion Shnotfs) SF.LtL. -A X mussgsary 1 11. Amount el Payment (check all that appl5): 13. Type of Payment cheak all Mat apn6): -0 Actual Planned a. Retainer b. One- time Fee 12. Form )f Payment (check al/ that apply): c. Co mission e. Cash I I b. Iii kind: specify: nautre d. Contingent Fee specify: e. Deferred value f. Other; specify: 14. Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s), empioy.ee(s), er 1. ember(sl contacted, for Payment Indicated in item 11: Ie ach Gonrin..,rbr., .w; -t bb.LU,A Xnec:ssart r Signature: Font Name: LIE') 7 Federal Use On Southcenter Parkway Extension S 180th Street to S 200th Street Disclosure of Lobbying Activities o Builders Exchanae of WA. Inc. For usaae Conditions Aareement see wvvw bxwa cnm Always Varifv .Sr•aIP Title: V I Lt r i, E L.7 i 1 Teleph�e,e f•le. ,Z5 7 a -1 1 "7 0t&: 1 f gl /rt I Aulhcrieei rot Local Rephwluctinn SurdardForm LLL -r Rev. 4 -15 -09 Disclosure of Lobbying Activities P INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure =orm shall be completed by the reporting entity, ..M1 ether subawardee or prime Federal recipierlt, at the initiation or receipt of a covered Federal action, or a rnaterila change to a previous filing, pursuant to title 31 U S C. section The filing of a form is required for each payment or agreerne.ntto make payment to any lobbying entity for influencing or attempting to influence and officer or employee of any aoency, a Member of Ccngr &SS. an officer or employee of Congress. or an employee of a Member of Congress in connection with a covered Federal action. Use :he SF- LLL -A. Continuation Sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and r change report. Refer to the implementing guidance. published Icy the Office of Nla.nagerrent and Budget for addition al information. 1. identify the type of covered Federal action for which Icbbyinn activity is sand /or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported. Enter the year and quarter in vrhich the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. 'Enter the full name address. city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee. e.g. the first subawaardee of the prime is the 1st tier Subawards include but are not limited to subcontracts, subgrants, and contract awards under grants. If the organization filing the report in item 4 checks'Suharvardee then enter the full name, address. city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the avoid or loan commitment. Include at least one organizational level be low agency name if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered federal action (item 1), if known. Enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, arid loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number grant announcement number, the contract, grant or loan award nun the applicationiproposal control nun assigned by the Federal agency, Include prefixes. e.g. 'RFP -DE -90 -001.' C. For a covered Federal action where there has been an award or loan commitment by the Federal agency. enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state, and zip code ofthe lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action (b)Enter the full names of the indi.'idua!s performing senxices. and include full address k different from 10 (a). Enter Lest Name. First h'Jarne, and Middle Initial Q•Aij. 11. Eider the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the. payment has been made (actual) or will be mad? (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of p:eyrneni made of planned to be made. 12. Gheck. the appropriate bcx(es. Check all boxes that apply. Ifpa. vrnentisrna'. fe through an in-lord oontrit:ution. specifyrthe nature and value of the in -knd payment. 13. Check the appropriate hox (es 't. Check all boxes that apply. 1` other, _peony nature. 14. Provide a specific and detailed description of the seances that the lobb'ylst has performed, or v will be e:•:pected to perform, and the date(s) of any services rendered. Include all preparatory and related acti. it'J, not just time spent in actual contact with federal c.f11olars. Identfy the F ?d.dera offi1L ls) or employee(s) contacted or the officer employees or t'aernber)s) of Congress that'••',er C:cn4LaCted 15. Check r,'tiether or not a L:F L LL -A Continuation Sheet `s; is -attached f :.The c:artif, fact official shall sign and date tnrforrn print hlsrher nacre. pith.: nd tr- iep• number. P :rhlrl repertinn burden for thief coller:i' n of Inforrnahan I.; es;Imater, to 30 minutes per r ?spy, ;e, imauciIri rime tor revie win!) instruccticrs, .ieerchinp eY.15I trig .mate sources. gathering am nalntarrang the data needed. and c.inp, and revs ',r:nn fno C,Vlecrrun ci information. Send comment& regarding the bard =n estimat ar en? ntherespsct of this collection cf infarrn:,hon, Inciudlnt :;ug?esliun:; fur reducing this burden. to the cltir.e of management and Burin ?t, Paper.'c k f eauctrn Prilert 1034(.• -L' 14fil :':'e shin ptuh, D.G. _DSife, Southcenter Parkway Extension S 180th Street to S 200th Slreel Rev. 4 Builders Fxr..hanna of 1A /A Inc Responsible Bidder Determination Form P RESPONSIBLE BIDDER DETERNIIN.ATICON FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: `1.'' r `t Address of Bidder: r, 0 I v'( C1 1 City State Zip Code Contractor's License No. 5„;c'.Ae X' WA State UBI No. 5 `6 w License Bond Registration No. 6- _:',1 C) .x Bidder is a(n): Individual Partnership Joint Venture 1$I Incorporated in the state of lx..) List business names used by Bidder during the past 10 years if different than above: IQ A Bidder has been in business continuously from Bank Reference AntAz' ftr f iFt'tcF -1A Bank No. of regular full -time employees: 9,: C7' Number of projects in the past 10 years completed: SD ahead of schedule 1.3 on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for LAC` 4 As a subcontractor for 1 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 i CK K ►L.t Z` i :S14.4 .1 K (F_ H tdiLc.OA.r 1z E.I 7 ,Li :1Z3 f1 CS. 1! Southcenter Parkway Extension S 160th Street to 5 200th Street Title years. years. 1 t2c T 1 f IC_ f?c e L T rclo a:7-; 6G ,c(r_,i I �l c-/ Year F,0 ter 6 G>:`_.L Fl_(_. .Account Officer iO Responsible Bidder Determination Form to Builders Exchanne of WA Inc For tisane Conditions Anrpemant sPP www hxwa r.nm Alwavc V rif, .SraIo '7.;:? Dept. of L &I Worker's Comp. Acct. No. 1 (O Officer's Phone No. How Lono With Bidder Rev. 4 -15 -09 Responsible Bidder Determination Form P Name the Scheduler to be used on this Project, who has developed, created, and maintained at least 2 computerized schedules of similar size and complexity of this contract. Attach a resume outlining the experience and qualifications of the Scheduler. Scheduler's Name: r l:, :cr' Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of VVashington (a PLS)? Ei Yes No Surveyor's Name: cfe .;r_ FLt 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 Proiect Name Completed s,� .�c ct ;/trcc:vF D, t1c. r rt. 5 Ll e S R.9 SY rl± r1 Ak,W' IS siaci SC4 ;P4 rarJ. S451,.. ac 09 „rc FEEPt A •rt+ 2 irlrNt,..� loo R 523 Se: t.Cee m 7 *t He'll 7 N ,1iity dALC4 S ter facer f-11G7p i ce Tr A.4IF nukc.:A -L/ 0_u c4 047) 0 �n Pricirz. t+wq. SO- Name of Client and Proiect Southcenter Parkway Extension S 180th Street to S 200th Street Contract Amount J Q 3 '2 7 .S `��;.77 /0 '74 I R ST .'�.S t 0:3_ C t., I s9 'R/-& CO 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: Contract Amount Owner /Reference Name and Phone fc'1' 3 :35Dr' :rn1 C,i t Gi c 3.' 54 Cit Lt(.f MAk'..Lln? Lft is :r).3 lc C.'l 7)135; c,ei3 .Pdo.. &C'• a- 7IJ3 i.95uf.T 1'A-- I- re_;JCL_b 3 (rC 4- _ZCCZ() e. tr..' OF Ma h4A :res tyLSrf.•C -K S3 S` ?L1-7 T0 CM n F,rf4' 53s-76- C0 5-f K /106 4t26- aLi{.. Li3s e.lrL/ Pt`s t.ti 17‹. t( E 0 Total Claims Arbitrated or Litigated Amount of Settlement of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? 51 No Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? 131 No Yes If yes, please state: Rev. 4 -15 -09 Responsible Bidder Determination Form P -17 Has Bidder ever been found guilty of violating any State or Federal employment laws? No Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? No Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? No 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 Yes If yes, please state: Date Proiect Name Signature of Bidder CJI Title: 'J LC,c: Contractina Party Bond Amount Type of Iniy Agency Receiving Claim The undersigned warrants under pen y of Perjury that a foregoing information is true and accurate to the best of his /her know) ge. The u9dersjnnuthorizes the City of Tukwila to verify all information contained herein. Date: <3 frg 1/0 Southcenter Parkway Extension S 100th Street to S 200th Street Rev. 4 Proposed Equipment and Labor Schedule P-18 Equipment to be used: DESCRIPTION/TYPE YEAR j CONDITION 1 OWN/RENT c': n :7: .44v c.".1--ri- f-' a C 7 c'.;.?: CC P c.: 3 c C "--'1 1 14 re Kr: 4 (1 Pc. I 4* C) E F-1 :11 P._ 0 07 1 cli P 1 z i nr 1) g ie. z-c• .---.).c.o...a_ 1 Le;P r)02.F.1 e SC, 14 Ai bE-t: .1- T L‘i ID 1 >C Li'... e:. Co („c I I I CA 1 Lill e, .J-& I--e.; A1>.(P. ca-r6.ePitc_p q sCr.) 6 1 ---3(41.)Cre. ..L g 4 4 t I 14 frf 3 /..1. \)(8P.A te_c :.•-le 0 7. CATeiC Pl Li..rik_ i 4 -to Hi Al OnID 6,P_A LIco Li 4 4 i 1 A 3.S7 &OK A f-'7 'Vet:v:1K c.‘ 0 c, t, 44 Labor to be used: irra..tz.:- ELP,c.,LI 4 c tC21 4,0r) 1 e_Acil 6 roposed Equipment and Labor Schedule PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) e,-, i A34:7 t 6 x 1 1-O 4-I fti2 1 LL I 2 is 15?-ce of foc Biader 74' C. f2, Signature of Authorized Official 1 0 Title Southcentei Parkway Extension S 180th Street to S 200th Street Rev. 4-15-09 Proposed Subcontractors P_19 PROPOSED SUBCONTRACTORS Na of Bidder r: I ..LL.. 4' In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates. in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Schedule /Bid Item Numbers Name Subcontractor will perform C`.L.L o t1.' ti re../t f rC77 l_ I Prlerl r c.. Pi. n:7 1, l� IL-So: h' CL n 1 E27 1lk L l Fi,( r f�9t (v CA. tit. 'ileitcT' /r, r,1 Proposed Subcontractors A-/ P4( I AL E/1 erl4 ?Al 0 /F/c r c /a.L b k) i-rk' i E -a l of Total Bid 'a:T--/ 0 r 'ICt _9 1 L� T co tJ H A-r-Ff ,Ii Le, /4/ Pi-le L ASP/44E7 Pi4ui k16 X e.-.1 P 1 C r I Al A V I A 01 7 PF1'v l id 6,_ F'f et .f -:7 1. c:. r1 I=' •TGt Ct`(11 rx.C.r Ai CA Der/ AL_ 6 c7fi;!["Ll1_ /i A. 2. q C ---F4 61;4.>,;_ f P i =3c_ c_fc•reicA[. (1.. I "%a (1) 4- I-7 IA., i 1 -n 4. C lan.. 't'.•• ��;"%1,'Ir, R 1 `i A72.7'1.1 L. i..i U f1C t Southcenter Parkway Extension S 180th Street to S 200th Street Rev. 4 tr, Ri ,ilrlere F..nhanno of \A/ In, Fnr 1 ,cano fnnrlifinnc nroomont coo ,nnnnn, hv,n,o rnrn A llnraIC /orif,, Cralo EDUCATION EXPERIENCE Bachelor of Science School of Engineering, Construction Management Program, Washinaton State University. June 1982, GPA 3.52 Primavera P3 and P6 certified ADDITIONAL EDUCATION RESUME OF STEVEN G. SUNICH LECTURES Steve gives lectures at Washington State University and Central Washington University to Senior CPM Scheduling classes listed below. Washinaton State University. Prof. Rick Cherf, rcherf(@wsu.edu (509) 335 -5539 Course: CstM 462 Planning Scheduling Taught: 2004 Present Central Washinaton University. Prof. David Carns, dcarns( cwu.edu (509) 963 -1756 Course: CMGT 447 Construction Scheduling Taught: 2008 Present Seminars "Scheduling and Proof of Claims" "Construction Law" "Washington Construction Law" Annual Oles Morrison Construction Law Seminar SGS ASSOCIATES, LLC Quality Pacific Inc. (1994 to Present) Owner. Owns and manages an independent CPM scheduling consulting firm for past 15 years. It specializes in providing independent construction CPM scheduling and delay analysis services to contractors and owners. Work is done with on -site personnel, attorneys, other consultants and owners. Work product is used to manage projects, analyze delays and make presentations to Disputes Review Boards, mediators, arbitrators and other agencies. 1 HUNT, COBURN ASSOCIATES (1994 to 2007) Associate with Hunt, Coburn Associates (construction consultant). Involved with construction scheduling work as an independent consultant above. GENERAL CONSTRUCTION COMPANY (1988 -1993) Lacey V. Murrow Bridae Replacement Office Engineer. This was a concrete pontoon and structural steel project. Value: $76 million. Responsible for project CPM schedule. Analyzed delays and acceleration. Negotiated time extensions. Coordinated major structural steel and reinforcing steel suppliers. Designed temporary structures and field erection plans. Estimated and negotiated change orders. Proficient with computers and Computer Aided Drafting systems. Everett Homeoort Carrier Pier and Marainal Wharf Scheduling and Office Engineer. This was a marine pile driving and concrete placement project. Value: $60 million. Responsible for project CPM schedule. Analyzed complicated delays and negotiated time extensions with owner. Formwork and falsework design. Coordinated reinforcing subcontractor and reviewed reinforcing steel shop draw- ings. Alaska Ferry Terminal Proiect Project Engineer. This was a concrete pile and structural steel project. Value: $2.5 million. Responsible for the entire project from engineering to supervision. This included cost reporting, structural engineering, schedule and claims. Berth 3 Replacement. Port of Olympia Project Engineer. This was a marine pile driving and pre -cast placement project. Value: $2.5 million. Responsibilities were same as directly above. S.J. GROVES SONS (1982 -1988) Gallipolls Locks Replacement Chief Office Engineer. This Ohio River Project consisted of 14 million cubic yards of excavation, 800,000 cubic yards of concrete and 14 million pounds of reinforcing steel. Value: $218 million. Lock and Dam #26 Phases I and II Office Engineer and Scheduling Engineer. This was an extensive pile driving, concrete placement and steel erection project on the Mississippi River. Value: $160 and $228 million, respectively. MEMBERSHIPS Independent Business Association Seattle Yacht Club Washington Fly Fishing Club US Rowing 2 CPM Scheduling Consulting Qualifications STEVEN G. SUNICH SGS Associates, LLC 13555 Bel -Red Road, Suite 206 Bellevue, Wash. 98005 425 -746 -1189 E -mail SGSAssociatesLLCCacs.com Website CPMProfessionals.com Steve Sunich is a key principal and owner of SGS Associates, LLC, an independent consultant to the construction industry in CPM scheduling and delay analysis. He has over 20 years experience in CPM scheduling on a large variety of successful marine, civil and commercial projects throughout the United States. Steve has dealt with today's most sophisticated scheduling specifications, schedules and delay analyses. He is competent in the use of the major CPM scheduling software products, most extensively Primavera P3 P6 and SureTrak. A condensed list of his project experience is provided below. Many of these projects were fully cost and resource loaded and involved significant delay issues requiring extensive schedule analysis. Steve also makes presentations to DRB's and guest lectures for college scheduling classes. Protect Owner Client Value Scott Paper Cleanup City of Anacortes Pacific Pile Marine $11M Explosive Handling Wharf US Navy General /Kiewit $3M Sunnyside Wastewater Facility Lake Stevens Balfour Beatty $90M FTW 306 Fort Wainwright Railhead COE DV Contracting $8M SCWA Vineyard SWTP Sacramento Cty. Balfour Beatty $205M DaIles Dam Spillways 8/9 COE General /Kiewit $40M Wanapum Dam Fish Bypass Grant Co. PUD General /Kiewit $40M 1- 405/1 -5 to SR 167 Design Build Washington DOT Tristate Construction $91M Tolt Middle School Riverview Schools Allied Construction $10M CVN Pier Maintenance Replmt. US Navy ACC West Coast $29M Pier 7 Replace Fendering System US Navy General Construction $5M East End Bridge -Lake Pend Oreille BNSF Pacific Pile Marine $10M Deh Cho Bridge Canada Ruskin Construction $22M Terminal 30 Upgrade Port of Seattle General Construction $37M Folsum South Canal Connection East Bay Municipal Balfour Beatty $90M 1 -405 Widening Design Build Washington DOT Atkinson Construction $124M South Channel Bridge Alaska DOT Hurlen Construction $30M Freeport Water Intake Freeport Water Balfour Beatty $120M Carnation Wastewater Trtmt Plant King County Harbor Pacific $12M Berth Reconfiguration City of Ketchikan Hurlen Construction $30M Campbell River Cruise Ship Terminal Campbell Indian Hurlen Construction $10M Chief Joseph Dam Gas Abatement COE Traylor Pacific $15M Terminal 18 North Apron Upgrade Port of Seattle Manson Construction $30M Friday Harbor Ferry Terminal Wa. State Ferries Hurlen Construction $12M Campbell Shipyard Port of San Diego Traylor Pacific $10M Downtown Seattle Transit Tunnel Sound Transit Balfour Beatty $82M Renton Cogeneration Plant King County Harbor Pacific $11M Howard Hanson Dam COE Traylor Pacific $22M Fairbairn Water Treatment Plant Sacramento Balfour Beatty $30M Sacramento River WTP Water Intake Sacramento Balfour Beatty $30M City of Homer Multipurpose Dock City of Homer Hurlen Construction $1 OM Henderson /ML King Tunnel Pipelines King County Tristate Construction $40M San Mateo Bridge CalTrans Balfour Beatty $100M Tolt River Pipeline City of Seattle TriState Construction $10M V17/2010/WED 01:36 PM P. 003/004 joseph J. Fcnsburg, PT _S, Director of Surveying EDUCATION Highline Community College, Business, 1987 Renton Technical College, Survey and AutoCAD, 1989 LSAW Continuing Education, 2000 2009 EXPERIENCE Licensed Professional Land Surveyor Joseph Flansburg has over 23 years of office and field experience in land surveying, civil engineering, land planning, construction management, and project management. As the Director of Surveying for C.E.S., his responsibilities include; supervising in -house and field personnel, meeting budget and schedule requirements, communication with agencies, providing quality control of all production work, and providing project management for all major survey projects. His accomplishments include: Performance as a project and construction manager, design engineer, land planner, and CAD technician. Responsibility for all phases of land surveying and civil engineering projects, including commercial and residential. Determining property boundaries and writing legal descriptions. Interpreting construction plans and survey related data. Use of computer aided design. Direction and scheduling of office and field crew work. Site planning for multi family, single family, and commercial developments. fait /1' /ZU1U /WED 01:36 PM The following is a sample of some the projects and duties for which Joseph has been responsible: 1 Union Avenue Redevelopment, City of Lakewood. This major road project consisted of new curb, sanitary sewer system, arid storm drainage system. High Pointe Community Church, managed all aspects of entitlement, survey and civil engineering during the design stage of a 42,000 square foot church operating under a conditional use permit. This project is located within the Graham Community Plan on 224' Street East. Washington Market, project management, survey, and civil design for a mixed use commercial development project located in downtown Sumner. Project included; removal of three existing buildings, relocating existing utilities, extensive stormwater analysis, stormwater facility design, sanitary sewer connections, and water line design. Hawthorne Lane Apartments, a 32 unit multi family project located in the South Hill Community Plan of Pierce County. Project was part of an existing binding site plan that required design of a sanitary sewer extension and stormwater infiltration system. Ravensdale Mining Sites, a 320 acre former coal mining site located within the King County jurisdiction of Ravensdale. The project goal was to increase timber harvesting by filling trenches through a filling and grading permit. Plat of Lake Louise, completed civil design and final plat recording for this 14 lot single family residential plat located in Lakewood. Design consisted of site grading, water system sanitary sewer extension, and stormwater collection facilities. Four Lakes Apartments, managed all aspects of entitlement, surveying, and civil design of this 218 unit multi family site located in the city of .Auburn. Project included; numerous permit applications, civil engineering plans for site development, survey construction staking, and a boundary line adjustment. Sunrise Apartment, a 384 unit multi- family development located within the Sunrise Master Plan Community. Responsibilities included; planning, civil design, surveying, and entitlement. Project included; design for sanitary sewer extension, water line extension, stormwater facility, boundary line adjustment, and condominium survey. McKinley Park, South Park, and Jefferson Park, project management for these City of Tacoma Metro Parks included utility research, topographic survey, meetings with city staff and architect, and an as -built survey. 19` and Yakima, a multi family and office mixed use development located in downtown Tacoma. This project consisted of planning, civil engineering site development plans, topographic survey, site development applications, and an ALTA survey. P. 004/004