HomeMy WebLinkAbout03-031 - RW Scott Construction - Tukwila International Boulevard Phase I Construction (South 152nd Street to South 138th Street)CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 17
Page 1 of 3
DATE: 8/18/2004 BUDGET NO. 104/02.595.300.63.07
PROJECT NO. 91-RWO3 (P-STPUL-TA96(097) CONTRACT O. 03-031
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: R.W. SCOTT CONSTRUCTION COMPANY
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, is subject to all contract stipulations and
covenants;
B. The rights of the "Owner" are not prejudiced;
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. See attached additional requirements.
CHANGE:
See attached page(s)
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and
perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown
above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED Date:
By:
/— Contractor: R.W. SCOTT CONSTRUCTION COMPANY
Original Contract (without tax)
Previous Change Order
This Change Order
REV. CONTRACT AMOUNT
$ 6,844,847.17
$ 578,663.16
$ 2,043.00
$ 7,425,553.33
Additional Calendar Days for this Change: NONE
Title: Project Manager
APPROVED BY THE CITY OF TUKWILA
Date:
Bydao
,z A1/45'
Mayor
There is no impact on the critical path.
ORIGINAL: City Clerk (1 of 2)
Contractor ( 2 of 2)
J:\99511 Tukwila TIB\Construction Mgt\Change Orders\Final\ CO_17.xls]just_col6
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3
ENTD FEB 04 200 R I GI GALS
/51013
• •
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 17
Page 2 of 3
DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
The following change will be made to the Contract:
Add new pay items:
Change
Order Item
No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
CO17-001
Agreed lump sum price for payment of all costs for
hand watering irrigated landscape islands.
1
LS
$4,000.00
$ 4,000.00
C017-002
Agreed lump sum price for payment of all costs to
install additional landscape planting requested by the
City
1
LS
$3,372.00
$ 3,372.00
C017-003
Agreed lump sum price for payment for 14 additional
brick wall seal plaques that were not installed
1
LS
$2,671.00
$ 2,671.00
CO17-004
Agreed lump sum price for credit for not installing 20
street lights
1 _
LS
($8,000.00)
$ (8,000.00)
TOTAL INCREASE THIS CHANGE ORDER: $ 2,043.00
Attachments: DESCRIPTION / JUSTIFICATION
• •
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO.17
Page 3 of 3
DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: - CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
DESCRIPTION / JUSTIFICATION
New Item #
Attached Backup Documentation:
C017-001 See Contractor Claim of hours dated 10-04-2004 and negotiated documentation dated 12-30-04
C017-002 See West Coast Letter dated 12/16/04
C017-003 See RWS letter dated 12-28-04
CO17-004 negotiated cost @ 400 per light
J:\99511 Tukwila TIB\Construction Mgt\Change Orders\Final4C0_17.xIs]just_co16
CO17-001
Agreed lump sum price for payment of all costs for hand watering irrigated landscape islands.
SCL did not provide power to the Power Service Cabinet at 148th Street. The delay caused the Contractor to
hand water the landscape islands that were to be operated by the irrigation controller which needed the power.
The Contractor hand watered the islands for approximately 3 months
C017-002
Agreed lump sum price for payment of all costs to install additional landscape planting requested by
the City
The City requested that additional planting be installed in various area and agreed to pay the Contractor a
negotiated unit price for plant replacement. See attached correspondence
C017-003
Agreed lump sum price for payment for 14 additional brick wall seal plaques that were not installed
The City agreed to pay the Contractor for the additional Seal Plaques that were not installed so that they may
have extra ones for the future.
C017-004
Agreed lump sum price for credit for not installing 20 street lights
Street lights can not be installed until SCL removes the overhead power lines. The City agreed to pay 100% of
the lump sum illumination system item and then take a credit for the street lights that were not installed. The
City will install the street lights once the overhead power is removed.
Attached Backup Documentation:
C017-001 See Contractor Claim of hours dated 10-04-2004 and negotiated documentation dated 12-30-04
C017-002 See West Coast Letter dated 12/16/04
C017-003 See RWS letter dated 12-28-04
CO17-004 negotiated cost @ 400 per light
J:\99511 Tukwila TIB\Construction Mgt\Change Orders\Final4C0_17.xIs]just_co16
�. _
• •
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 16
Page 1 of 2
DATE: 8/18/2004 BUDGET NO. 104/02.595.300.63.07
PROJECT NO. 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO. 03-031 ()
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: R.W. SCOTT CONSTRUCTION COMPANY
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, is subject to all contract stipulations
and covenants;
B. The rights of the "Owner" are not prejudiced;
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. See attached additional requirements.
CHANGE:
See attached page(s)
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED Date:
By:
S-zf, -e V
Original Contract (without tax) $ 6,844,847.17
Contractor: R.W. SCOTT CONSTRUCTION COMPANY
Title: Project Manager
APPROVED BY THE CITY OF TUKWILA
Previous Change Order $ 464,863.16 Date: 7O.Y
1 04—
This Change Order $ 113,800.00 By:
REV. CONTRACT AMOUNT $ 7,423,510.33
Mayor
Additional Calendar Days for this Change: NONE There is no impact on the critical path.
idk
ORIGINAL: City Clerk (1 of 2)
Contractor ( 2 of 2)
J:\Construction_Services\99511 _IntIBlvd_PacHwy\Change_Orders\CO_12-161[CO_16.xls]pg_1
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3
• •
CITY OF TUKWILA
Page 2 of 2
CONTRACT CHANGE ORDER NO. 16 DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
The following change will be made to the Contract:
Add new pay items:
Change
Order Item
No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
C016-001
Agreed lump sum price for payment of all costs for
installation of asphalt paving geotextile - Bid Item
No.16, Construction Geotextile for Asphalt Paving
1
LS
$28,800.00
$ 28,800.00
CO16-002
Agreed lump sum price for payment of all costs to
construct Asphalt Paving Base Lift
1
LS
$10,000.00
$ 10,000.00
C016-003
Agreed lump sum price for payment of all costs for
delays in underground power trench excavation
1
LS
$65,000.00
$ 65,000.00
C016-004
Agreed lump sum price for payment of all costs for
revisions to irrigation and planting installation
1
LS
$10,000.00
$ 10,000.00
TOTAL INCREASE THIS CHANGE ORDER: $ 113,800.00
Attachments: DESCRIPTION / JUSTIFICATION
J:\Construction_Seryices\99511 _Intl B I vd_PacHwy\C hange_O rders\CO 12-16\[C 0_ 16. xls]pg_1
•
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 15
Page 1 of 5
DATE: 8/18/2004 BUDGET NO. 104/02.595.300.63.07
PROJECT NO. 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO. 03-031 (p)
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: R.W. SCOTT CONSTRUCTION COMPANY
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, is subject to all contract stipulations
and covenants;
B. The rights of the "Owner" are not prejudiced;
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. See attached additional requirements.
CHANGE:
See attached page(s)
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED Date: 6 - ZG -0 Y
By: 921 sZ•
Original Contract (without tax)
Previous Change Order
This Change Order
REV. CONTRACT AMOUNT
$ 6,844,847.17
$ 389,128.10
$ 75,735.06
$ 7,309,710.33
Contractor: R.W. SCOTT CONSTRUCTION COMPANY
Title: Project Manager
APPROVED BY TH
-41/
Additional Calendar Days for this Change: NONE There is no impact on the critical path.
/dna
ORIGINAL: City Clerk (1 of 2)
Contractor ( 2 of 2)
J:\Construction_Services\99511_IntIBlvd_PacHwy\Change_Orders\CO_12-16\[CO_15.xlslpg 1
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3
CITY OF TUKWILA Page 2 of 5
CONTRACT CHANGE ORDER NO. 15
DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
The following change will be made to the Contract:
Add new pay items:
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
C015-001
Agreed lump sum price for payment of all costs to reset
vault C776
1
LS
$425.04
$ 425.04
CO15-002
Agreed lump sum price for payment of all costs to
change elevation of 5" conduit run between V676 & V759
1
LS
$1,783.17
$ 1,783.17
C015-003
Agreed lump sum price for payment of all costs to
reroute conduit between V686 - V689
1
LS
$670.01
$ 670.01
CO15-004.001
Agreed lump sum price for payment of all costs to install
temporary power service to hook-up power for signal
(144th)
1
LS
$392.59
$ 392.59
C015-004.002
Agreed lump sum price for payment of all costs to install
temporary power service to hook-up power for signal
(144th)
1
LS
$377.50
$ 377.50
CO15-005
Agreed lump sum price for payment of all costs to install
service stubs for KFC
1
LS
$694.18
$ 694.18
CO15-006
Agreed lump sum price for payment of all costs to install
two 5 inch 65 degree rigid bends to TP 25
1
LS
$800.70
$ 800.70
C015-007
Agreed lump sum price for payment of all costs to
remove & replace signal conduit in conflict with SCL duct
bank near 144th
1
LS
$3,203.07
$ 3,203.07
C015-008
CO15-009.001
Agreed lump sum price for payment of all costs to
reroute conduits around water line and gas line vicinity
vault 668
Agreed lump sum price for payment of all costs for
materials to replace the covers on SCL vaults
1
1
LS
LS
$2,000.00
$5,370.00
$ 2,000.00
$ 5,370.00
CO15-009.002
Agreed lump sum price for payment of all costs to
replace the 42" round vault lids on SCL vaults
1
LS
$1,180.00
$ 1,180.00
C015-009.003
Agreed lump sum price for payment of all costs to
replace 42" round vault lids + set traffic bearing vault lids
1
LS
$1,250.00
$ 1,250.00
CO15-009.004
Agreed lump sum price for payment of all costs to
change SCL vault covers
1
LS
$800.00
$ 800.00
continued on next page
•
CITY OF TUKWILA
Page 3 of 5
CONTRACT CHANGE ORDER NO. 15 DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
The following change will be made to the Contract:
Add new pay items:
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
$ 750.00
continued from previous page
CO15-009.005
Agreed lump sum price for payment of all costs to
replace SCL vault covers
1
LS
$750.00
$ 750.00
CO15-009.006
Agreed lump sum price for payment of all costs to switch
vault lid on 150th W side @mini mart
1
LS
$280.00
$ 280.00
C015-009.007
Agreed lump sum price for payment of all costs to
palletize for shipping vault lids switched out
1
LS
$320.00
$ 320.00
C015-009.008
Agreed lump sum price for payment of all costs to load
out vault lids & covers changed on SCL vaults
1
LS
$200.00
$ 200.00
CO15-009.009
Agreed lump sum price for payment of all costs to pave
asphalt concrete around SCL vaults
1
LS
$1,500.00
$ 1,500.00
C015-010.001
Agreed lump sum price for payment of all costs to
reroute conduit runs between 56+60 & 57+00 RT. SCL
electrical stub in wrong location
1
LS
$630.00
$ 630.00
C015-010.002
Agreed lump sum price for payment of all costs to
reroute conduit runs between 56+60 & 57+00 RT. SCL
electrical stub in wrong location
1
LS
$1,250.00
$ 1,250.00
C015-010.003
CO15-011
Agreed lump sum price for payment of all costs to
reroute conduit runs between 56+60 & 57+00 RT. SCL
electrical stub in wrong location
Agreed lump sum price for payment of all costs to install
2 additional ground rods in SCL vaults
1
1
LS
LS
$750.00
$12,800.00
$ 750.00
$ 12,800.00
C015-012.001
C015-012.002.
Agreed lump sum price for payment of all costs to
C015-012.003 secure and support existing utility poles for four days
(-012.001 thru -012.004)
C015-012.004
,
1
LS
4,a
$4,100.00
.. .
$ 4,100.00
continued on next page
• •
CITY OF TUKWILA
Page 4 of 5
CONTRACT CHANGE ORDER NO. 15 DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
The following change will be made to the Contract:
Add new pay items:
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
$ 950.00
continued from previous page
C015-013
Agreed lump sum price for payment of all costs to
relocate conduit runs to reset power pole
1
LS
$950.00
$ 950.00
C015-014.001
Agreed lump sum price for payment of all costs to
excavate and remove conduits in concrete encasement
and extend to revised TP 23 location and to install a new
vault set west of TP 23 (west side of 146th - SCL)
1
LS
$1,100.00
$ 1,100.00
C015-014.002
SAME AS CO15-014.001
1
LS
$900.00
$ 900.00
C015-014.003
SAME AS CO15-014.001
1
LS
$1,500.00
$ 1,500.00
C015-014.004
SAME AS CO15-014.001
1
LS
$670.00
$ 670.00
C015-014.005
SAME AS CO15-014.001
1
LS
$750.00
$ 750.00
C015-014.006
SAME AS CO15-014.001
1
LS
$170.00
$ 170.00
C015-014.007
SAME AS C015-014.001
1
LS
$2,800.00
$ 2,800.00
C015-014.008
SAME AS CO15-014.001
1
LS
$200.00
$ 200.00
C015-014.009
SAME AS CO15-014.001
1
LS
$1,010.00
$ 1,010.00
C015-014.010
SAME AS CO15-014.001
1
LS
$15,500.00
$ 15,500.00
C015-014.011
C015-014.012
SAME AS CO15-014.001
SAME AS CO15-014.001
1
1
LS
LS
$910.00
$1,350.00
$ 910.00
$ 1,350.00
C015-014.013
SAME AS CO15-014.001
1
LS
$1,150.00
$ 1,150.00
C015-014.014
Agreed lump sum price for payment of all costs to grade
level area around switch pad 746
1
LS
$550.00
$ 550.00
C015-014.015
Agreed lump sum price for payment of all costs to install
Block wall for level area around switch pad 746
1
LS
$600.00
$ 600.00
continued on next page
• •
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 15
Page 5 of 5
DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
The following change will be made to the Contract:
Add new pay items:
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
$ 410.00
continued from previous page
TOTAL INCREASE THIS CHANGE ORDER: $ 75,735.06
Attachments: DESCRIPTION / JUSTIFICATION
J:\Construction Services\99511_IntIBlvd_PacHwy\Change Orders\CO_12-16\[CO 15.xls]pg_1
C015-015
Agreed lump sum price for payment of all costs to install
Bollards in front of Switch Pad 746
1
LS
$410.00
$ 410.00
C015-016
Agreed lump sum price for payment of all costs to install
a sloped riser on vault 643
1
LS
$1,550.00
$ 1,550.00
C015-017
Agreed lump sum price for payment of all costs to
remove 8 -inch gas from underground power trench
excavation
1
LS
$1,521.78
$ 1,521.78
CO15-018
Agreed lump sum price for payment of all costs to install
additional 4" rigid conduit road crossing
1
LS
$617.02
$ 617.02
TOTAL INCREASE THIS CHANGE ORDER: $ 75,735.06
Attachments: DESCRIPTION / JUSTIFICATION
J:\Construction Services\99511_IntIBlvd_PacHwy\Change Orders\CO_12-16\[CO 15.xls]pg_1
DATE:
8/18/2004
• •
Page 1 of 4
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 14
BUDGET NO. 104/02.595.300.63.07
PROJECT NO. 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO. 03-031 (in-)
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: R.W. SCOTT CONSTRUCTION COMPANY
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, is subject to all contract stipulations
and covenants;
B. The rights of the "Owner" are not prejudiced;
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. See attached additional requirements.
CHANGE:
See attached page(s)
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED Date:
By: 72:.
x-.-44 —0 V
Original Contract (without tax)
Previous Change Order
This Change Order
REV. CONTRACT AMOUNT
$ 6,844,847.17
$ 352, 340.48
$ 36,787.62
$ 7,233,975.27
Contractor: R.W. SCOTT CONSTRUCTION COMPANY
Title: Project Manager
APPROVED BY THE CITY OF TUKWILA
Date:
Bv: %� � � l v , IN/
Mayor
Additional Calendar Days for this Change: NONE There is no impact on the critical path.
Iv/J
ORIGINAL: City Clerk (1 of 2)
Contractor ( 2 of 2)
J: \Constructi on_S ervices\99511 _Intl B Ivd_PacHwy\C hange_Orders\C O_12-16\[CO_14. xl s] pg_1
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3
• •
CITY OF TUKWILA
Page 2 of 4
CONTRACT CHANGE ORDER NO. 14 DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
The following change will be made to the Contract:
Add new pay items:
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
CO14-001
Agreed lump sum price for payment of all costs to
connect existing catch basin not shown on plan (6" storm
vicinity 7-11)
1
LS
$400.00
$ 400.00
CO14-002
Agreed lump sum credit amount for "out of spec" pipe
bedding
1
LS
($688.04)
$ (688.04)
CO14-003
Agreed lump sum price for payment of all costs to
provide additional construction survey
1
LS
$1,854.10
$ 1,854.10
CO14-004
THIS INTENTIONALLY LEFT BLANK
$ 182.25
CO14-005
Agreed lump sum price for payment of all costs to install
quarry spalls vicinity 148th Ave E
1
LS
$182.25
CO14-006
Agreed lump sum price for payment of all costs to modify
base 96 inch catch basin
1
LS
$726.00
$ 726.00
CO14-007
Agreed lump sum price for payment of all costs to
pothhole for hydrant relocates
1
LS
$637.55
$ 637.55
CO14-008
Agreed lump sum price for payment of all costs to
redesign modular block wall
1
LS
$1,851.36
$ 1,851.36
CO14-009
Agreed lump sum price for payment of all costs to install
wet tap for fire hydrant relocation
1
LS
$2,452.80
$ 2,452.80
CO14-010.001
CO14-010.002
Agreed lump sum price for payment of all costs to
remove fire hydrant at NE corner 144th
Agreed lump sum price for payment of all costs to
remove fire hydrant at SW corner 148th
1
1
LS
LS
$2,025.70
$1,561.76
$ 2,025.70
$ 1,561.76
CO14-011
Agreed lump sum price for payment of all costs to
remove curb and gutter vicinity 51+33 (NAPA Parts
Store)
1
LS
$146.37
$ 146.37
CO14-012
Agreed lump sum price for payment of all costs to
relocate J -box and luminaire #88
1
LS
$423.45
$ 423.45
continued on next page
CITY OF TUKWILA
Page 3 of 4
CONTRACT CHANGE ORDER NO. 14 DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
$ 742.00
continued from previous page
CO14-013
Agreed lump sum price for payment of all costs to
relocate pedestrian signal and J -box vicinity 41+50.RT
1
LS
$742.00
$ 742.00
CO14-014.001
Agreed lump sum price for payment of all costs to adjust
luminaire #119 because of curb grade change
1
LS
$518.10
$ 518.10
CO14-014.002
Agreed lump sum price for payment of all costs to
relocate luminaire #89A
1
LS
$276.55
$ 276.55
C014-015
Agreed lump sum price for payment of all costs to
remove a portion of driveway vicinity Salaama
Restaurant
1
LS
$497.01
$ 497.01
C014-016
Agreed lump sum price for payment of all costs to adjust
pedestrian pole because of curb grade change
1
LS
$37.22
$ 37.22
CO14-017
Agreed lump sum price for payment of all costs to
provide additional construction survey
1
LS
$1,003.52
$ 1,003.52
CO14-018
Agreed lump sum price for payment of all costs to
provide additional construction survey
1
LS
$2,089.92
$ 2,089.92
C014-019
THIS INTENTIONALLY LEFT BLANK
1
LS
$650.00
$ 650.00
CO14-020
Agreed lump sum price for payment of all costs to
provide additional construction survey
CO14-021
CO14-022
Agreed lump sum price for payment of all costs to
regrade for sidewalk vicinity NE & SE corners of 150th
Agreed lump sum price for payment of all costs to install
signal loops prior to paving
1
1
LS
LS
$600.00
$3,600.00
$ 600.00
$ 3,600.00
CO14-023
Agreed lump sum price for payment of all costs to install
signal loops prior to paving
1
LS
$1,050.00
$ 1,050.00
CO14-024
Agreed lump sum price for payment of all costs to install
signal loops prior to paving
1
LS
$1,700.00
$ 1,700.00
continued on next page
•
CITY OF TUKWILA
Page 4 of 4
CONTRACT CHANGE ORDER NO. 14 DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
$ 1,350.00
continued from previous page
TOTAL INCREASE THIS CHANGE ORDER: $ 36,787.62
Attachments: DESCRIPTION / JUSTIFICATION
J:\Construction_Services\99511 _InttBlvd_PacHwy\Change_Orders\CO_12-16\[CO_14.xls]pg_1
C014-025
Agreed lump sum price for payment of all costs to
remove paint line and traffic arrows
1
LS
$1,350.00
$ 1,350.00
C014-026
Agreed lump sum price for payment of all costs to
refinish bus shelters
1
LS
$7,750.00
$ 7,750.00
C014-027
Agreed lump sum price for payment of all costs to
provide additional modifications to City seal plaques
1
LS
$2,650.00
$ 2,650.00
C014-028
Agreed lump sum price for payment of all costs to
construct level areas around fire hydrants as directed by
City
1
LS
$700.00
$ 700.00
TOTAL INCREASE THIS CHANGE ORDER: $ 36,787.62
Attachments: DESCRIPTION / JUSTIFICATION
J:\Construction_Services\99511 _InttBlvd_PacHwy\Change_Orders\CO_12-16\[CO_14.xls]pg_1
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO.13
Page 1 of 2
8/25/2004;;9:21 PM
DATE: 8/18/2004 BUDGET NO. 104/02.595.300.63.07
PROJECT NO. 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO. 03-031 Cm)
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: R.W. SCOTT CONSTRUCTION COMPANY
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions:
A. The following change, and work affected thereby, is subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
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. See attached additional
requirements.
The following change will be made to the Contract:
Add new pay item:
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
Agreed lump sum price for payment of all
C013-001 costs to provide Uniformed Traffic Control as 1 LS $13,900.00 $13,900.00
required.
TOTAL INCREASE THIS CHANGE ORDER: $13,900.00
Attachments: SEE DESCRIPTION / JUSTIFICATION
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted
above, and perform all services necessary for the work above specified, and will accept as full payment therefore the
prices shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED Date: Contractor: R.W. SCOTT CONSTRUCTION COMPANY
By:
Original Contract (without tax)
Previous Change Order
This Change Order
$ 6,844,847.17
$ 338,440.48
$ 13,900.00
Title: Project Manager
APPROVED BY THE CITY OF TUKWILA
Date:
Mayor
REV. CONTRACT AMOUNT $ 7,197,187.65
Additional Calendar Days for this Change: NONE There is no impact on the critical path. /01D -
ORIGINAL:
d1a
ORIGINAL: City Clerk (1 of 2)
Contractor ( 2 of 2)
J:\Construct ion_Seryi ces\99511 _I ntI Bivd_PacHwy\Change_O rders\C O_12 -16\[C 0_13.x1 sjpg_1
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3
• •
CITY OF TUKWILA
Page 2 of 2
printed: 8/25/200421.20 CONTRACT CHANGE ORDER NO.13 DATE: 8/18/2004
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St. PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACTOR: CONTRACT NO. 03-031
R.W. SCOTT CONSTRUCTION COMPANY BUDGET NO. 104/02.595.300.63.07
DESCRIPTION / JUSTIFICATION
New Item #
CO13-001 Agreed lump sum price for payment of all costs to provide Uniformed Traffic Control as required.
This change order is to reimburse the Contractor for the cost of hiring off duty uniformed Police Officers to
control traffic during paving operations as requested by the City. The price for this work is supported by the
attached documentation of the hours worked by the police officers.
Included in the agreed lump sum price is payment for all related costs incurred together with payment for
overhead and profit.
The City determined police officers would be needed to control the flow of traffic at intersections during work
operations to properly provide for the public safety and to maintain an orderly flow of traffic.
Attached Backup Documentation:
Ref. Item #
C013-001 cost worksheet for uniformed traffic control
invoices submitted
RWS check stubs for payment
J:\Construction_Services\99511 IntIBlvd_PacHwy\Change_Orders\CO 12-16\[CO_13.xls]pg 1
•
Page 1 of 2
CITY OF TUKWILA
CONTRACT CHANGE ORDER N0.12 (.9-)
DATE: 8/18/2004 BUDGET NO. 104/02.595.300.63.07
PROJECT NO. 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO. 03-031 (.0
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: R.W. SCOTT CONSTRUCTION COMPANY
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions:
A. The following change, and work affected thereby, is subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
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. See attached additional
requirements.
The following change will be made to the Contract:
Add new pay item:
Change Order
Item No.
ITEM DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
C012-001
Agreed lump sum price for payment of all
costs to modifiy the Illumination System as
described in the attached pages.
TOTAL INCREASE THIS CHANGE ORDER: $ 8,100.00
Attachments: SEE DESCRIPTION / JUSTIFICATION
1
LS
$ 8,100.00 $ 8,100.00
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, except as may otherwise be noted
above, and perform all services necessary for the work above specified, and will accept as full payment therefore the
prices shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED Date: 6 --z. .::z2 .y Contractor: R.W. SCOTT CONSTRUCTION COMPANY
By: ' 2 2....-- Title: Project Manager
Original Contract (without ax) $ 6,844,847.17 APPROVED BY THE CITY OF TUKWILA
Previous Change Order $ 330,340.48 Date:
This Change Order $ 8,100.00 By:
REV. CONTRACT AMOUNT $ 7,183,287.65
Additional Calendar Days for this Change: NONE There is no impact on the critical path. /d0
7/9/o
Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
J:\Construction_Services\99511 _IntlBlvd_PacHwy\Change_Orders\CO_12-16\[CO_12.xls]pg_1
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3
printed: 8/25/2004 21:19
PROJECT NAME:
T.I.B. Phase 1, South 152nd St. to South 138th St.
CONTRACTOR:
R.W. SCOTT CONSTRUCTION COMPANY
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO.12
Page 2 of 2
DATE: 8/18/2004
PROJECT NO. 91-RWO3 (P-STPUL-TA96(097)
CONTRACT NO. 03-031
BUDGET NO. 104/02.595.300.63.07
DESCRIPTION / JUSTIFICATION
New Item #
C012-001 Agreed lump sum price for payment of all costs to modifiv the Illumination System as described in
the attached pages.
This work involves the additional compensation to be paid to Contractor for the modifications made to the
Illumination Plans. The work described was not included in the contract and was not included in the bid Lump
Sum amount for Bid Item #102 — Illumination System, Street Lighting. The work involved in the Illumination
modification is as follows:
Technical Memorandum #29, attached, issued 2-11-04, requested the Contractor to install 2 additional
luminaires, resize approximately 1520 LF of wire, extend the Street Lighting Trench approximately 80 LF on
both the East and West sides of the roadway and extend 2" conduit for an additional camera for future
installation.
The complete installation will be measured and paid per Std Spec 1-09.4 Equitable Adjustment.
Luminaires, poles and mast arms shall be provided by owner for installation by Contractor.
Owner determined additional street lighting would be needed at the intersection of S. 152nd St once the
existing power poles and luminaires were removed as part of the under ground power work.
Attached Backup Documentation:
Ref. Item #
C012-001 Technical Memorandum #29
Change Order request from City
Determination of Cost
J:\Construction_Services\99511 _Intl Blvd_PacHwy\Change_Orders\CO_12-16\[C0_12.xls]pg_1
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 11
Page 1 of 2
DATE: 11/14/03 BUDGET NO.: 104/' °--. - x.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, is 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. See attached additional requirements.
CHANGE: Add new pay item listed below per the attached pages.
CO11-001
Lump sum price for revisions to SCL Vault Schedule
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED: Date /1- 2 I-0 3 Contractor of. &v.. S.( 5 7/ cal, do/
By
Title �� ir-z.an— a� .�
Original Contract (without tax) $ 6,844,847.17 APPROVED BY CITY OF TUKWILA
Previous Change Order $ 322, 867.52 Date: lc -Y 3
This Change Order $ 7,472.96 By: W\(A120A---
Mayor
REV. CONTRACT AMOUNT $ 7,175,187.65
Additional Calendar Days for this Change: NONE
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3
C:\Documents and Settings \edwinac.LAKEWOOD.001\Local Settings\Temporary Internet Files\OLKIC9\CO No.1 l_dft92.doc
.,
Ist�t2
S
ENT'D DEC 2 6 2003
• •
CHANGE ORDER NUMBER 11
DESCRIPTION / JUSTIFICATION
Description
Page 2 of 2
This work involves the additional compensation to Utility Vaults as follows:
Change in Vault Schedule by Seattle City Light (SCL).
No changes to the Contract special provisions will be made.
Justification
Due to revisions in the Seattle City Light "Vault Schedule", Utility Vault requested additional compensation resulting
from changes in risers and door combinations.
The Following change will be made to the Bid Proposal:
Add new pay item:
CO11-001
Lump sum price for revisions to SCL Vault Schedule
1
LS
$7,472.96
$7,472.96
$7,472.96
The net change of this Change Order is estimated to be $7,472.96
C:\Documents and Settings \ edwinac.LAKEWOOD.001 \Local Settings\Temporary Internet Files\OLKIC9\CO No.1l_dft92.doc
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 10
Page 1 of 2
DATE: 11/14/03 BUDGET NO.: 104/02.595.300.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO.: 03-031 610
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders. See attached additional requirements.
CHANGE: Modify the bid items listed below per the attached pages.
43
Tukwila Seal Plaques, 6" diameter
43a
Tukwila Seal Plaques, 18" diameter
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED: Date //—Z o -03 Contractor 4 w- Sc e 4'
By '2»
Original Contract (without tax)
Previous Change Order
This Change Order
$ 6,844,847.17
$ 319,673.20
$ 3,194.32
REV. CONTRACT AMOUNT $ 7,167,714.69
Additional Calendar Days for this Change: NONE
Title Mc, de."—
APPROVED BY CITY OF TpKWILA
Date: /3/ '/ d3
By: ten ( t iAQQsiA--
Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
)(a :
1:199511 Tukwila TIB\Construction Mgt\Change Orders \Final \CO No.10.doc
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3 /01,2
ORIGINAL
• •
CHANGE ORDER NUMBER 9
DESCRIPTION / JUSTIFICATION
Description
Page 2 of 2
This work involves a modification of the unit price of the following bids items:
#43 Tukwila Seal Plaques, 6" diameter
Unit price is increased from $250.00 to $277.61
#43a Tukwila Seal Plaques, 18" diameter
Unit price is increased from $500.00 to $538.84
No changes to the Contract special provisions will be made.
Justification
Added two additional colors to the plaques that will highlight the veins in the leaves and flowers.
The Following change will be made to the Bid Proposal:
Delete original Bid Items:
43
Tukwila Seal Plaques, 6" diameter
(96)
EA
$250.00
($24,000.00)
43a
Tukwila Seal Plaques, 18" diameter
(14)
EA
$500.00
($7,000.00)
Subtotal - Decrease ($31,000.00)
Add new Pay Items
CO10-001
Modified Tukwila Seal Plaques, 6" diameter
96
EA
$277.61
$26,650.56
CO10-002
Modified Tukwila Seal Plaques, 18" diameter
14
EA
$538.84
$7,543.76
Subtotal - Increase $34,194.32
TOTAL NET INCREASE This Change Order Is Estimated To Be: $3,194.32
l:\99511 Tukwila TIB\Construction Mgt\Change OrdersTinal\CO No.10.doc
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 9
Page 1 of 2
DATE: 10/10/03 BUDGET NO.: 10 0.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT N
PROJECT NAME: T.I.B. Phase 1, South 152"d St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders. See attached additional requirements.
CHANGE: Modify the bid item listed below per the attached pages.
26
Cement Conc. Barrier Curb and Gutter
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED: Date /0->. n� Contractor P- (,/ . — c 6 4
By
Title ���� �
Original Contract (without tax) $ 6,844,847.17 APPROVED BY CITY OF T KWILA
Previous Change Order $ 327,236.00 Date: /0 0
This Change Order $ -7,562.80 By:(r) V I
<J
Mayor
REV. CONTRACT AMOUNT $ 7,464,439.37
1-1Ib415P.3�
Additional Calendar Days for this Change: NONE
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
XC :
L'.
l:\99511 Tukwila TIB \Construction Mgt\Change Orders\Final\CO No.9.doc
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3
/st of
ORIGINALS
ENTD NOV 2 0 2003
•
CHANGE ORDER NUMBER 9
DESCRIPTION / JUSTIFICATION
Description
Page 2 of 2
This work involves a modification to the proposed Island Detail affecting the quantity and/or unit price of the following
bid items:
#26 Cement Conc. Barrier Curb and Gutter
Quantity is reduced from 11,850 LF to 10,095 LF.
The change involves replacing the Cement Conc. Barrier Curb and Gutter in the landscaped islands, shown on the
plans, with Extruded Curb, Type 6, in accordance with WSDOT Std Plan F-2.
No changes to the Contract special provisions will be made.
Justification
It was determined that the use of Extruded Curb in the landscaped islands would ease constructability and traffic
control.
#26 Cement Conc. Barrier Curb and Gutter: Reduction in quantity (1460 LF) is equal to $15,330.00.
The Following change will be made to the Bid Proposal:
Original quantities and unit price
26
Cement Conc. Barrier Curb and Gutter
-1460
LF
$10.50
-15,330.00
Adjusted quantities and unit price
C09-001
$ (15,330.00)
Extruded Curb for Landscaped Medians
1460
LF
$5.32
7,767.20
$ 7,767.20
The net change of this Change Order is estimated to be $ (7,562.80)
J:\99511 Tukwila TIB\Construction Mgt \Change Orders\Final\CO No.9.doc
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 8
Page 1 of 3
DATE: 10/7/03 BUDGET NO.: 104/02.595.300.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO.: 03-031 09
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders. See attached additional requirements.
CHANGE: Modify the bid item listed below per the attached pages.
11
Roadway Excavation Including Haul
18
Asphalt Treated Base
19
Planing Bituminous Pavement
20a
Crack Sealing
20
Asphalt Conc. Pavement Class A
21
Asphalt Conc. Pavement Class A (2 in. Overlay)
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED: Date /0Contractor
By
Original Contract (without tax)
Previous Change Order
This Change Order
Title
$ 6,844,847.17
$ 359,600.00
$ -32,364.00
REV. CONTRACT AMOUNT $ 7,172,083.17
Additional Calendar Days for this Change: NONE
APPROVED BY CITY OF T KWILA
Date: lop.Te 3
Byern trvY‘.
Mayor
ORIGINALS
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
AC:
1:\99511 Tukwila TIB\Construction Mgt\Change Orders\Final\CO No.8.doc
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3 lab
ENT'Q NOV 2 0 2003
CHANGE ORDER NUMBER 8
DESCRIPTION / JUSTIFICATION
Description
• Page 2 of 3
This work involves a modification to the proposed roadway section affecting the quantity and/or unit price of the
following bid items:
#11 Roadway Excavation Including Haul
Quantity is reduced by for reduction in excavation depth between Project Station 10+00 and 41+00 due to
reduction in asphalt depth on proposed roadway section and elimination of excavation and ATB placement
under curb and gutter.
#18 Asphalt Treated Base
Reduction in quantity. No change in Unit Price
#19 Planing Bituminous Pavement
Increased quantity and change in Unit Price
#20 Asphalt Concrete Pavement Class A
Increased quantity, no change in Unit Price (Class A Asphalt used in lieu of Asphalt Treated Base.)
#20a Crack Sealing
Reduction in amount, item may not be entirely utilized
#21 Asphalt Concrete Pavement Class A 2 in overlay
Increased quantity due to asphalt overlay thickness changed to 3 -inches. No change in unit price.
See attached Typical Roadway Section (Change Order #8 Exhibit).
The change involves grinding the entire roadway surface between the Roadway Excavation Limits and at all matching
intersections and reducing the asphalt pavement section by 5 inches.
Measurement of Planing Bituminous Pavement shall be made upon completion of the design pavement planing pattern
per the proposed roadway section. No pavement planing area will be measured twice to achieve the design planing
depths as shown on the proposed roadway section. Refer to the Proposed Roadway Section attached.
No changes to the Contract special provisions will be made.
Justification
It was determined in the Field the Roadway was to "rough" for a two-inch overlay. The pavement life will be extended
by increasing the overlay thickness and planing the existing surface will remove the surface irregularities and increase
the pavement depth to 6 -inches at the sawcut cold joint, allow the reinforcing pavement fabric to placed deeper in the
asphalt section, thus improving its ability to reduce reflective cracking and deflection.
#11 Roadway Excavation Including Haul: Reduction in quantity (-1500 CY) is equal to $22,500.00. Contractor has
encountered cement concrete pavement in unanticipated areas and agrees to perform all excavation and haul
including cement concrete pavement if encountered for the Lump Sum amount of $69,000. Sawcutting for the removal
cement concrete pavement shall be paid in addition if necessary under the current bid item CO#1-001, Sawcutting.
This is agreed to be a mutually beneficial and equitable adjustment for the removal of cement concrete pavement in
areas under existing asphalt concrete pavement
#18 Asphalt Treated Base, #20 Asphalt Concrete Pavement Class A, #21 Asphalt Concrete Pavement Class A 2
in overlay: No change in unit prices for changes in quantity. City receives benefit from reduction. in total quantity of
the combined items. Contractor receives benefit by place the asphalt more efficiently.
#19 Planning Bituminous Pavement: Modified unit price due to increase quantity
#20a Crack Sealing: The modification of the road section will greatly reduce the need for crack sealing, it is not know
how much crack sealing will be reduced, therefore, only a 50% reduction will be made at this time.
J:\9951 1 Tukwila TIB\Construction Mgt\Change Orders\Final\CO No.B.doc
The Following change will be made to the Bid Proposal:
Page 3 of 3
Original quantities and unit price
11
Roadway Excavation Including Haul
-4600
CY
$15.00
-69000
18
Asphalt Treated Base
-7000
TON
$46.83
-327810
19
Planing Bituminous Pavement
-1075
SY
$7.00
-7525
20a
Crack Sealing
-12000
FA
$1.00
-12000
20Asphalt
Concrete Pavement Class A
-4300
TON
$46.83
-201369
21
Asphalt Conc. Pavement Class A (2 in. Overlay)
-5300
TON
$37.00
-196100
$ (813,804.00)
Adjusted quantities and unit rice
C08-001
Roadway Excavation Including Haul
4600
LS
$15.00
69000
C08-002
Asphalt Treated Base
1400
TON
$46.83
65562
C08-003
Planing Bituminous Pavement
28000
SY
$2.60
72800
C08-004
Crack Sealing
6000
FA
$1.00
6000
C08-005
Asphalt Conc. Pavement Class A
6600
TON
$46.83
309078
C08-005
Asphalt Conc. Pavement Class A (3 in. overlay)
7000
TON
$37.00
259000
$ 781,440.00
The net change of this Change Order is estimated to be $ (32,364.00)
J:\99511 Tukwila TIB\Construction Mgt\Change Orders\Final\CO No.B.doc
• •
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 7
Sheet 1 of 2
DATE: 9/24/03 DGET__. NO.: 104/02.595.300.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) BONTRACT NO.: 03-031 cl ,
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St. _
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders. See attached additional requirements.
CHANGE:
C07-001 Truncated Domes per SF
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED: Date 9--Z25.---__0_3
By
Original Contract (without tax) $ 6,844,847.17
Previous Change Order
This Change Order $ 7,800.00
Contractor Z. £ - Se 1G Ce. -4
Title
4'
APPROVED BY CITY OF TUKWILA
$ 351,800.00 Date: / 4)//7/0
REV. CONTRACT AMOUNT $ 7,204,447.00
Additional Calendar Days for this Change: NONE
Byr
NA A4—
Mayor
5
ORDINALS
ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance)
Contractor (2 of 2) Construction Inspector
Construction Engineer
file: 91-RWO3
):\99511 Tukwila T1B\Construction Mgt \Change Orders \Final\CO No.7.doc
CITY OF TUKWILA
•
•
CONTRACT CHANGE ORDER NO. 6
Sheet 1 of 3
DATE: 8/27/03 BUDGET NO.: 104/02.595.300.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO.: 03-031 ( )
PROJECT NAME: T.I.B. Phase 1, South 152nd St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders. See attached additional requirements.
D.
CHANGE:
C06-001 Delete Bid Item No. 114, Trench Excavation, Including Haul
C06-002 Add New Pay Item, Underground Power Trench Excavation
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above,
and perform all services necessary for the work above specified, and will accept as full payment therefore the prices
shown above and below. This change represents a fair, equitable and complete compensation.
ACCEPTED: Date '-
Contractor
w�
S c -v
Title /..a / .ti.,7
Original Contract (without tax) $ 6,844,847.17 APPROVED BY CITY OF TUKWILA
Previous Change Order $ 351,800.00 Date: 9/1G 7--5
This Change Order $ 0.00 By:- brain
Mayor
REV. CONTRACT AMOUNT $ 7,196,647!''
Additional Calendar Days for this Change: 30
61ALS
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
1:\99511 Tukwila T1B\Construction Mgt\Change Orders \Final \ CO No.6 revised.doc
cc: Finance Department (w/= brance)
Construction Inspector
Construction Engineer
file: 91-RWO3 TD OCT 0 3 2003
•
Sheet 2 of 3
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 6
Contract Change Order #6 Scope of Work
This change order comes about because of certain omissions, ambiguities, and uncertainties in the plans
and details provided by Seattle City Light for the installation of the underground power conduits. This
resulted in the Contractor requesting additional compensation for the additional costs incurred to work
under the actual field conditions. Upon review of Bid Item No. 114, Trench Excavation, Including
Haul, the bid proposal quantity is expected to underrun approximately 30% to 40%. The Contractor
states he has significant overhead costs and profit included in this pay item and that the underrun will be
detrimental to him. Further, the Contractor states that he has incurred additional costs due to loss of
production because of conflicts with but not limited to underground utilities, abandoned concrete bases,
trench excavation depth in excess of 10 ft to avoid utility conflicts and contaminated soil not shown on
the plans. This Change Order shall resolve all additional costs incurred on that phase of the contract
work associated with the trench excavation for the undergrounding of power facilities.
Contract Change Order #6 Conditions
1. This contract change order will have the following effect upon the previously established
completion date for this contract.
a. NONE (See item 7f.)
2. The work to be performed under this Contract Change Order shall be carried out in compliance
with the provisions of the Original Contract (except as modified by this and any previous change
orders), including compliance with the Standard Specifications and Project Special Provisions.
3. This Contract Change Order does not relieve the Contractor from strict compliance with the
guarantee and warranty provisions of the Original Contract, except with times and dates
modified by this Change Order.
4. The Contractor expressly agrees that it will place all work covered by this Contract Change
Order under coverage of its Performance Bond, Payment Bond, and Contractor's Insurance.
5. In accordance with Sections 1-04.4 and 1-04.5 of the Tukwila and WSDOT Standard
Specifications, the Contractor accepts all requirements of this change order by signing where
indicated. Further, the Contractor agrees to waive any protest or claim it may have regarding this
change order and acknowledges and accepts that this change order constitutes full payment and
final settlement of all claims of any kind or nature arising from or connected with the project
prior to execution of change order and any work either covered or affected by this change order,
including without limitation, claim related to contract time, onsite or home office overhead, or
J:\99511 Tukwila TIB\Construction Mgt\Change Orders\Final\Change Oder #6 Conditions.doc
• •
Sheet 3 of 3
lost profits. By this Change Order, Contractor releases in full all work and project issues, which
were known or should have been known as of the date of execution of this Change Order.
Should Contractor later attempt to bring a claim for work or project elements addressed by this
Change Order, the payments and time granted by this Change Order shall be construed as
advances, and the City shall be allowed to take the position that no payment(s) or time would be
due and owing. Contractor agrees that this language is enforceable and constitutes full and final
settlement of all matters to date related to this Change Order work and the Project.
6. The Contractor agrees that this Change Order provides the City with a full release of all claims
which were made or could have been made as of the date of execution of this Change Order,
including everything that is known or should have been known as of the date of this Change
Order, regardless of schedule(s) of work identified, except for the list of items identified in Item
7 below. .The City agrees that the prices for the work described in Item 7 below have not yet.
been agreed upon with the Contractor. The Contractor agrees that there shall be no time or
impact costs associated with these items and that there will be no additional time granted for this
work.
7. The items not covered by this Change Order include:
a. Additional charges by Colvico for additional fittings due to the re-routing of the Conduit
Duct Bank. Colvico has submitted Force Account worksheets for payment relating to this
issue and reserves the right to continue to submit these for additional compensation as they
occur.
b. SCL Power Trench Excavation for the S. 146th Street Crossing - unknown existing utility
conflicts and excavation deeper than 10 feet. Similar conflicts are expected with crossing
TIB at 146th (STA 31 +35)
c. Delays due to loss of production due to Contaminated Soils and unknown underground
storage tanks. (ie: corner of 144th @ KFC)
d. Asphalt Pavement cross section revision, anticipated reduction in cost.
e. Concrete demolition and removal under existing asphalt areas, see previous correspondence.
^ C. .f COS 4 CSO GI i d •071-K 'Deo -S. -G4.._ -a C,4 /„,1-4-7
Contract Change Order #6 Justification
The agreed lump sum price for this work is mutually beneficially to the Contractor and the City. The
Contractor is reimbursed for his costs, overhead and profit. The City avoids the additional cost of
accounting for and administering the Contractor's request for extra payment under force account. The
resultant cost is the same as the original bid proposal amount.
The Following change will be made to the Bid Proposal:
Pay Item No. Description Unit Qty Unit Price Amount
C06-001 Delete Bid Item No. 114, Trench Excavation, Including Haul CY -8100 $32.00 ($259,200.00)
C06-002 Add New Pay Item, Underground Power Trench Excavation LS 1 $259,200.00 $259,200.00
NO COST THIS CHANGE ORDER $...0.00
J:\99511 Tukwila TIB\Construction Mgt\Change Orders\Final\Change Oder #6 Conditions.doc
DATE: 5/19/03
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 5
Sheet 1 of 2
BUDGET NO.: 104/02.595.300.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO.: 03-031 (e)
PROJECT NAME: T.I.B Phase 1, South 152"d St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders; and
E. A total of 0 Working Days will be added to this contract.
CHANGE: C05-001 Anti -Graffiti Wall Coating
We the undersigned Contractor, have given careful consideration to the change proposed and hereby
agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may
otherwise be noted above, and perform all services necessary for the work above specified, and will accept
as full payment therefore the prices shown above and below.
ACCEPTED: Date
By
—7 Z Contractor
Original Contract (without tax)
Previous Change Order(s)
This Change Order (without tax)
REV. CONTRACT AMOUNT
$ 6,844,847.17
$ 335,800.00
$ 16,000.00
$ 7,196,647.17
Title % -
APPROVED BY THE CITY OF TUKWILA
Date CV/ 7�D
By i �C u rt( Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RW03-12
ORIGINAL
• CHANGE ORDER NUMBER 5 •
DESCRIPTION / JUSTIFICATION
Description
Fabrishield® Paint Repellent or approved equal is to be applied per manufacturers specifications to the walls and bus
shelters as an anti -graffiti measure. See attached information.
Measurement and Payment shall be per the Square Foot of material applied to brick walls, caps and bus shelter
surfaces between finish grade of both sides of the wall and modular block walls.
Justification
The City has requested that anti -graffiti be applied to brick walls, caps and brick bus shelters (not the metal and glass
structure) and modular block walls.
The Following change will be made to the Bid Proposal:
Bid Item # Description
Unit Qtv
Unit Price Amount
C05-001 Anti -Graffiti Wall Coating
SF 8,000 $2.00 $16,000.00
The net change of this Change Order is estimated to be $ 16,000.00
DATE: 5/16/03
•
CITY OF TUKWILA
•
CONTRACT CHANGE ORDER NO.4
Sheet 1 of 2
BUDGET NO.: 104/02.595.300.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO.: 03-031 (CO
PROJECT NAME: T.I.B Phase 1, South 152"d St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders; and
E. A total of 0 Working Days will be added to this contract.
CHANGE: C04-001 Modular Block Retaining Wall
C04-002 (Reduce Qty Item #15) Modular Block Retaining Wall
We the undersigned Contractor, have given careful consideration to the change proposed and hereby
agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may
otherwise be noted above, and perform all services necessary for the work above specified, and will accept
as full payment therefore the prices shown above and below.
ACCEPTED: Date (o —I 2-0.3 Contractor
By
Original Contract (without tax)
Previous Change Order(s)
This Change Order (without tax)
REV. CONTRACT AMOUNT
$ 6,844,847.17
$ 315,225.00
$ 20,575.00
$ 7,180,647.17
Title
,e. -. ,s o �i
APPROVED BY THE CITY OF TUKWILA
Date0./i\i7ifv/
By
2
Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RW03-12
ORIGINAL
CHANGE ORDER NUMBER 4
DESCRIPTION / JUSTIFICATION
Description
Renegotiated bid price due to change in wall height from 4 feet to approximately 10 to 11 feet after a new wall profile
and cross section were provided. The new wall design is required to be a structural wall with geogrid reinforcement
and additional excavation.
Measurement and payment for modular block wall shall be by the square foot and shall include excavation, haul and
disposal of material, block, geogrid, crushed surfacing for base leveling, backfilling and compaction. Gravel Borrow for
backfill shall be paid for by the Ton under the Roadway Schedule for importing backfill material.
Justification
Original ground information was incorrect. Wall is needed to construct sidewalk and brick walls. See letters from
Contractor and sub contractors regarding cost proposal for wall.
The Following change will be made to the Bid Proposal:
Bid Item # Description Unit Qty Unit Price Amount
CO4-001 Modular Block Retaining Wall SF 1100 $24.50 $ 26,950.00
CO4-002 Modular Block Retaining Wall SF <425> $15.00 <$ 6,375.00>
The net change of this Change Order is estimated to be $ 20,575.00
DATE: 5/16/03
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 3
Sheet 1 of 2
BUDGET NO.: 104/02.595.300.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO.: 03-031 (C)
PROJECT NAME: T.I.B Phase 1, South 152"d St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders; and
E. A total of 0 Working Days will be added to this contract.
CHANGE: Add Bid Item CO3-001 Contaminated Soil Removal, Disposal and Backfill
Including Haul
Add Bid Item CO3-002 Gravel Borrow
We the undersigned Contractor, have given careful consideration to the change proposed and hereby
agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may
otherwise be noted above, and perform all services necessary for the work above specified, and will accept
as full payment therefore the prices shown above and below.
ACCEPTED: Date %— /2 0 Contractor
By ch Title %YoJ 4-.G�
Original Contract (without tax)
Previous Change Order(s)
This Change Order (without tax)
REV. CONTRACT AMOUNT
$ 6,844,847.17
$ 180,225.00 Date
135,000.00 By
$ 7,160,072.17
APPROVED BY THE CITY OF TUKWILA
/0i d
Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RW03-12
ORIGIIAL
CHANGE ORDER NUMBER 3
DESCRIPTION / JUSTIFICATION
Description
Contaminated soils were encountered within the ROW near the SE corner of 140th and TIB; approximate project station
51+00. Soil tests were performed by PBS under a separate City contract but after construction had started. This bid
item is established to track the costs of the contaminated soil within the ROW.
Kleen Environmental technologies, Inc (KET) will perform the soil removal as a sub -contractor to RW Scott (see
attached description of work and cost determination from KET). The removal limits shall be limited to the contaminated
soil within the Right -of -Way. A PVC liner shall be installed at the ROW line when contaminated soil outside of the
ROW is adjacent to clean backfill. All removal and disposal shall be in accordance with State and EPA requirements.
Kleen Environmental will coordinate testing with PBS. Work performed by PBS will be billed directly to the City.
Backfill of removed soil shall be made with Gravel Borrow as specified in the contract special provisions and shall be
paid for material invoice, haul cost plus mark up.
Justification
This is work is required to provide safe working conditions to install the SCL facilities.
The width of the removal will be approximately 10 feet along TIB. This is the approx. width between the ROW and the
sewer trench (East and West limit of the removal). The length of removal will occur over approximately 500 LF of
roadway. The depth of removal will be approximately 8 feet, and the top 3 feet is being separated out since it is mostly
asphalt and gravel road base. The amount of material to be removed is (500' x 10' x 5')/27CF/CY x 1.6 T/CY= 1480
Tons, say 1,500 TONS. The cost for hauling and disposal of material is about $65/Ton according to Kleen
Environmental, this would amount to approximately $97,500. Labor (3 people), equipment and steel plating to perform
the removal will cost approximately $1,500 per day according to Kleen Environmental. It is estimated that a total of 12
days will be needed to complete the work, which equals approximately $18,000. There is no extra cost associated with
separating the material that needs to be treated. The current process is that the material is being stockpiled (in two
separate piles) then hauled off. RW Scott is importing and stockpiling gravel borrow to backfill the excavation.
The excavation will be backfilled with Gravel Borrow, approximately 1,500 tons at 15 $/Ton = $22,500.00.
It has been agreed upon to pay for Gravel Borrow by the TON at the same unit price used elsewhere in the contract.
The amount of material to be hauled off is the most significant impact on the total cost and is the most critical and
unpredictable variable. It is possible that this change order could amount to $135,000 to $150,000.
Payment shall be made by the Force Account method as defined in Section 1-09.6 of the Standard Specifications for
the PCS removal. Gravel Borrow shall be measured and paid by the ton for hauling, placing and compacting the gravel
borrow. Payment shall be full compensation for all labor, material, equipment services, mobilization and contractor
markup on subcontractor's and shall include but not be limited all items of work for the removal, disposal, haul of the
contaminated soil and backfilling with gravel borrow.
The Following change will be made to the Bid Proposal:
Bid Item # Description Unit Qty Unit Price Amount
CO3-001 Contaminated Soil Removal, Disposal EST FA *112,500 $1.00* $112,500.00
and Backfill Including haul
CO3-002 Gravel Borrow TON *1,500.00 $15.00* $ 22,500.00
The net change of this Change Order is estimated to be $ 135,000.00
* Quantity is estimated for the purpose of establishing an amount; the actual cost of the work will be calculated as the
work is performed.
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 2
Sheet 1 of 2
DATE: 5/13/03 BUDGET NO.: 104/02.595.300.63.07
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO.: 03-031 (
b)
PROJECT NAME: T.I.B Phase 1, South 152nd St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders; and
E. A total of 0 Working Days will be added to this contract.
CHANGE: Add Bid Item CO2 -001 Concrete Backfill for Conduit
Add Bid Item CO2 -002 Reinforcing Steel (#4 bar)
Add Bid Item CO2 -003 Gravel Borrow Backfill
Reduce qty Bid Item CO2 -004 CDF (original bid item #116)
We the undersigned Contractor, have given careful consideration to the change proposed and hereby
agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may
otherwise be noted above, and perform all services necessary for the work above specified, and will accept
as full payment therefore the prices shown above and below.
ACCEPTED: Date (D 0:3 Contractor
Original Contract (without tax)
Previous Change Order(s)
This Change Order (without tax)
REV. CONTRACT AMOUNT
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
$ 6,844,847.17
$ 75.00
$ 180,150.00
$ 7,025,072.17
xe: 04.'.F1-:86': 5/07163.
Title
APPROVED BY THE CITY OF TUKWILA
VO -3Date :s 0-3
By M1i Mayor
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 91-RWO3 -12/
ORIGINALS
• •
CHANGE ORDER NUMBER 2
DESCRIPTION / JUSTIFICATION
Description
Seattle City Light required that all trenches with more than 2, 4 -inch conduits be backfilled with cement concrete or
FTB, a special concrete mix. All other trenches shall be backfilled with red CDF. The concrete slump shall be greater
than 5 inches, if the slump is 5 inches or less the Contractor shall vibrate the concrete into place at their own expense.
The use of the concrete (FTB) backfill requires that reinforcing steel (#4 bar) be placed wherever there will be a cold
joint of concrete. (See SCL Construction Guidelines for concrete backfill requirements). The concrete shall be have
the same red color requirement as the CDF bid item.
The concrete backfill for conduit shall be measured by the cubic yard delivered and placed. Truck tickets shall be
taken and shall indicated the volume of the concrete delivered, date and time delivered. The volume of the concrete
delivered shown on the Truck Tickets will be verified by determining the difference between the gross weight and tare
weight of the truck (equals the weight of concrete delivered) divided by the density of the concrete mix.
Reinforcing Steel (#4 bar) shall be measured by the linear foot of steel placed, see SCL Construction Guidelines for
steel placement.
Gravel Borrow Backfill Incl. Haul is required for road crossings and where native material is deemed unsuitable for
trench backfill. This bid item will be measured by the ton and is added to the Underground Power schedule for quantity
tracking purposes in accordance with 2-03.3(14)J of the Special Provisions.
Justification
Seattle City Light indicated they will pay for the additional cost for the concrete backfill (CO items 001 + 002 + 003 —
004). A reduction in the CDF bid item is assumed at this time to offset the cost of the other items since the Concrete
will be replacing the CDF. The City of Tukwila will negotiate the increased costs with SCL.
The Following change will be made to the Bid Proposal
Bid Item # Description Unit Qtv Unit Price Amount
CO2 -001 Concrete Backfill for Conduit CY 4250 $ 87.00 $ 369,750.00
CO2 -002 Reinforcing Steel LF 1000 $ 0.40 $ 400.00
CO2 -003 Gravel Borrow Backfill TON 2800 $ 15.00 $ 42,000.00
CO2 -004 Controlled Density Fill CY <4,000> $ 58.00 $<232,000.00> ✓
The net change of this Change Order is estimated to be $ 180,150.00
DATE: 3/28/03
•
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 1
Sheet 1 of 2
BUDGET NO.: 104/02.595.300.630
PROJECT NO.: 91-RWO3 (P-STPUL-TA96(097) CONTRACT NO.:
PROJECT NAME: T.I.B Phase 1, South 152' St. to South 138th St.
TO: RW SCOTT CONSTRUCTION
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following change, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders; and
E. A total of 0 Working Days will be added to this contract.
CHANGE: Change Sawcutting Specification to include utility trench as designated by the
Engineer. Measurement of Bid Item 10 Sawcutting;will change from LF to •
Sub Contractor Invoice plus 10% markup. See the attached Description and
Justification for agreed upon sawcutting costs.
We the undersigned Contractor, have given careful consideration to the change proposed and hereby
agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may
otherwise be noted above, and perform all services necessary for the work above specified, and will accept
as full payment therefore the prices shown above and below.
ACCEPTED: Date (7--z vv -0-3 Contractor ,ew . c.S .4- (a -2
By Title /-1J/
Original Contract (without tax) $ 6,844,847.17 APPROVED BY THE CITY OF TUKWILA
Previous Change Order $ 0.00 Date IO3
This Change Order (without tax) $ 75.00 By M ki)":24— Mayor
REV. CONTRACT AMOUNT $ 6,844,922.17
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: 16t Of a"
ORI bi
• •
CHANGE ORDER NUMBER 1
DESCRIPTION / JUSTIFICATION
Description
The Contract Plans and Specifications required the Contractor to saw cut the roadway and remove all pavement
between the roadway edge to a line behind the sidewalk prior to installation of utilities. The Contractor proposes to saw
cut for each trench installation to reduce costs in other bid items, minimize the risk of overruns in Temporary Water
Pollution and Erosion Control, lessen impacts to the public and facilitate easier maintenance of utility locate marks and
survey staking. The proposed change is mutually beneficial to the City and the Contractor. The proposed
change resulted in a renegotiated price for saw cutting per the agreed upon subcontractor cost (see attached)
plus a General Contractor markup of 10%. This will appear on the Bid Proposal as Force Account (FA).
This Change Order has been agreed upon to be fair and equitable and shall be full compensation for the proposed
change. The proposed change will allow the contractor to complete the work faster by confining the trench excavation,
temporary patching and temporary erosion control work.
No additional saw cutting payment will be made for the installation of the Illumination System.
Justification
As a result of the proposed change, the quantity for saw cutting increased from 16,450 LF to approximately 70,000 LF
to saw cut for the installation of the storm drain system, underground power, roadway excavation and roadway
crossings. The additional quantity is considered a significant change (>125%) in the bid quantity amount. See
attached saw cutting proposal from RW Scott's sub contractor, Penhall Company for sub contractor saw cutting costs.
It is estimated that the final cost for the bid item will be approximately $10,000.00 over the original contract amount of
$31,255.00. The anticipated overrun in this bid item should be offset by a reduction in cost of other bid items.
The proposed change is expected to reduce the cost of temporary asphalt patching. The estimated reduction in cost is
as follows:
#23 Temporary Asphalt Patch (2 -inch)
#24 Temporary Asphalt Patch (4 -inch)
<750> SY @ 10.50 $/SY
<100> SY @ 22$/SY
Estimated Cost Reduction
_ $ < 7,875.00>
= $ <2,200.00>
= $ <10,075.00>
The proposed change also reduces traffic impacts with smaller disturbed areas resulting in smoother and smaller
temporary patching. By minimizing the amount earth exposed, the risks of overruns in Temporary Water Pollution
Erosion Control are also minimized. This savings has not been accounted for since it is difficult to predict what the cost
saving might be.
The Following change will be made to the Bid Proposal (bold print indicates change to original proposal)
Bid Item # Description Unit Qty Unit Price Amount Net Change
2 Sawcutting FA 41,255 , $1.00* $41,255.00 +10,000.00
23 Temporary Asphalt Patch (2 -inch) SY 750 $10.50 $7,875 - 7875.00
24 Temporary Asphalt Patch (2 -inch) SY 900 $22.00 $19,800 - 2200.00
The net change of this Change Order is estimated to be + 75.00
* Unit Price varies depending on depth and composition of sawcut. Cost is estimated to be $41,255.00
Sub contractor invoices for saw cutting shall be verified and compared to the agreed upon sawcutting cost
prior to payment.
C-1
AGREEMENT FORM
CONTRACT NO. 03-031
THIS AGREEMENT is made and entered into on this 2 day of Alii. -2.4w , 2003, by and
between the City of Tukwila, Washington ("Owner") and R • vv. , . i.Orst uc+iir 7 .
("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 Tukwila International Boulevard, Project No. 91-RW03,
including all changes to the Work and force account work, in accordance with the Contract
Documents, as described in Section 1-04.2 of the Supplemental General Requirements.
2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force
account as specified in the Proposal according to the Contract Documents as to time, manner, and
condition of payment. The payments to Contractor include the costs for all labor, tools, materials
and equipment for the Work.
3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed to
Contractor. The Work under this Agreement shall be completed within the time specified in the
Proposal. If the Physical Work under this Agreement is not completed within the time specified,
Contractor shall pay liquidated damages and all engineering inspection and supervision costs to
Owner as specified in the Proposal.
4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the
prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert
witness fees.
5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this
Agreement, except as expressly provided in this Agreement.
6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties,
each of which shall for all purposes be deemed an original.
CITY OF TUKWILA, WASHINGTON
(Owner)
By:
Attest: rid
This Z day of
Mayor
^^'' Attest:
, 20Q; Th o33" day of - , 20p_q
-P1)1kit±
c„,+Jity Clerk
_)04,x.(39 ..`_vikik),
/6,k.2
ORIGINAL
Rev. 2000
Agreement Form
Approved as to Form:
v
ity Attorney
Address for giving notices:
« I •-• 1 0",,, I 51 0
Contractor's License No.
C-2
C-3
PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No. CMB08627166
We, R.W. SCOTT CONSTRUCTION COMPANY , and FIDELITY & DEPOSTT m- ()F MARYT,AND
(Principal) (Surety)
a MARYLAND corporation, and as a surety corporation authorized to become a surety upon
Bonds of Contractors with municipal corporations in Washington State, are jointly and severally
bound to the City of Tukwila, Washington ("Owner"), in the penal sum of
SIX MILLION EIGHT HUNDRED FORTY FOUR THOUSAND RTGHT HUNDRED FORTY SEVEN 17/100 Dollars
($ 6, 844, 847.17 ), the payment of which sum, on demand, we bind ourselves and our
successors, heirs, administrators, executors, or personal representatives, as the case may be.
This Performance Bond is provided to secure the performance of Principal in connection with a
contract dated DECFMRF2 71 , 20 02, between Principal and Owner for a project entitled
Tukwila International Boulevard, Contract No. ("Contract"). The initial penal sum
shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted
by Principal.
NOW, THEREFORE, this Performance Bond shall be satisfied and released only upon the
condition that Principal:
• Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
• Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men,
and all other persons or agents who supply labor, equipment, or materials to the Project;
• Indemnifies and holds Owner, 'its officers, and agents harmless from and against all
claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment,
and materials by satisfying all claims and demands incurred under the Contract, and
reimbursing and paying Owner all expenses that Owner may incur in making good any default
by Principal; and
• Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,
damages and costs, including property damages and personal injuries, resulting from any
defect appearing or developing in the material provided or workmanship performed under the
Contract.
The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by Owner in connection with the Project.
PROVIDED, however, that after the Final Acceptance of this Contract and the expiration of the lien
period, and if there are no liens pending, then the penal sum of this Performance Bond shall be
reduced to the sum of SIX HUNDRED EIGHTY FOUR THOUSAND FOUR HUNDRED EIGHTY FOUR 71/100
Dollars ($ 684,484.71 ) (10% of Total Bid Price), to insure against all defects appearing
or developing in the material provided or workmanship performed under this Contract within one
year after Final Acceptance.
The liability of Surety shall be limited to the penal sum of this Performance Bond.
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect Surety's obligation on the Performance
Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the
Rev. 2000
•
Performance gond
Rev.2000
•
•
BOND #CMB08627166
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and L. L. GOUCHER, Assistant Secretary, in
pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, which are set forth on the reverse
side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and
appoint Michael J. GIRIAS, Tamara M. PELLETIER, Jud R. SHEET and Sandra L. MARINELLI, all of Renton,
Washington, EACH its true and lawful agent and Attorney- b . ct, to m • ecute, seal and deliver, for, and on its behalf
as surety, and as its act and deed: any and all bonds an rtakin • in a penalty not to exceed the sum of SIX
MILLION DOLLARS ($ 6,000,000) and the executio 4' ) nch bon in pursuance of these presents, shall
.1;7be as binding upon said Company, as fully and am. all inte purposes, as if they had been duly executed and
acknowledged by the regularly elected officers of pany . ice in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on be Michae14 , RIAS, Tamara M. PELLETIER, Judy R. SHEETS, and
Sandra L. MARINELLI, dated September 7, 2 ccs`_+
The said Assistant Secretary does hereby ce ,'%1 at the ex i set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By -Laws of said Company �S. now in f i
IN WITNESS WHEREOF, the sai Preside Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of theeFIDELI D DEPOSIT COMPANY OF MARYLAND, this 2nd day of
November, A.D. 2001. `_
ATTEST:
State of Maryland )
County of Baltimore
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
ofoe By:
Y
Assistant Secretary M. P. Hammond
L. L. Goucher
Vice President
On this 2nd day of November, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came M. P. HAMMOND, Vice President, and L. L. GOUCHER, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
POA -F 180-2741
Carol J. Fader Notary Public
My Commission Expires: August 1, 2004
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the
date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of
the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in
Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 27TH day of DECEMBER , 2002 .
Assistant Secretary
P-1 a
PROPOSAL
(unit price)
Contractor's Name seLli Scu-i% ( +
Contractor's State License No. RW SC,o C. $ !tit (A
City of Tukwila Project No. 91-RW03
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 Tukwila International Boulevard, which project includes but is not limited to
construction of approximately 5020 linear feet of street improvements within the right-of-way and
easements of Tukwila International Boulevard, including but not limited to the addition of curb,
gutter, storm drainage, sidewalk, pavement overlay, luminaires, pedestrian lights,
undergrounding utilities, landscaping and other work necessary to complete the Work as
specified and shown in 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.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith, (check one) l7' i bond or 0 cash, 0 cashier's check, 0 certified check,
or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total
Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner
within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to
enter into an Agreement and furnish the required performance bond and liability insurance within
ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid
Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner
as liquidated damages, all as provided for in the Bid Documents.
Bidder shall complete the Physical Work in all respects within 260 working days from the date of
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.