Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
02-002 - Wilder Construction Company - South 180th Grade Separation
CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 46 DATE: October 18, 2004 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 PROJECT NAME: S 180`h St Grade Separation TO: Wilder 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. Sheet 1 of 2 BUDGET NO.: 104/01.595.500.63.59 Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. The rights of the "Owner" are not prejudiced. CHANGE: Revise the Condition of Award Subcontractor amount to include Gonzales Boring and Tunneling, Inc., for $145,145.00 in accordance with the attached spreadsheet to obtain the DBE goal of $1,500,000.00. This amendment is made in a good faith effort to offset underruns. We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date i By �� m. Title Original Contract Previous Change Orders This Change Order REV. CONTRACT AMOUNT Contractor $ 14,915,266.27 $ 558,091.09 0.00 $ 15,473,357.36 Additional Calendar Days for this Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA Date Bvd Mayor CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 45 DATE: September 28, 2004 Sheet 1 of 1 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Add new lump sum item 4501 "Claim 3 and Final Settlement". This change provides final payment for Claim 3 and all other outstanding issues as outlined in attached Settlement Agreement. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, e9aiiratrem plete compensation. ACCEPTED: Date ©1 (( Contractor By t_1 Title L Original Contract (without tax) $ 14,915, 266.27 Previous Change Orders $ 383,091.09 Date This Change Order $ 175.000.00 REV. CONTRACT AMOUNT $ 15,473,357.36 Additional Calendar Days For This Change: 0 APPROVED BY THE CITY OF TUKWILA ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) ENTD OCT 12 2 4 DATE: July 16, 2003 PROJECT NO.: PROJECT NAME: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 44 Sheet i of 1 DATE RECEIVED JUL M3 BUDGET NO.: 104/01.595.500.638 .DER COP TRUCT1O i 02-002 f 3 # 87-RWO9 CONTRACT NO.: S 180th St Grade Separation TO: WILDER 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. B. C. D. CHANGE: The following change, and work affected thereby, are subject to all contract stipulations and covenants; The rights of the "Owner" are not prejudiced; 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. Final settlement for Claim 2 (railroad embankment shoring claim). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date f By Original Contract (without tax) Previous Change Orders This Change Order REV. CONTRACT AMOUNT $ 14,915,266.27 $ 355 „520,24' $ 21,000.00 $1.41,29.4i784,6+ Contractor Title f >.;i C: -f J/-14 At.,.n "�►t.. Date APPROVED BY THE CITY OF TUKWILA By Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) EN'D OCT 012003 DATE: July 16, 2003 Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 43 DATE R CET 'ED JUL 21 2003 BUDGET NO .: 104/01.595.500.63.59 WILDER CONSTRUCTION PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER 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. 02-002 Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Final settlement for Claim 1 (shoofly fill productivity issues). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and materials, except as may otherwise bk.) 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date ' / "' e' ..w+ w Pwppw+ww"p, By Original Contract (without tax) Previous Change Orders This Change Order REV. CONTRACT AMOUNT $ 14,915,266.27 $ ,,.,...375211724 $ 12,000.00 $ 4- 'N2° '0-g6e...5 I Contractor e( Of/t jr(/.5' , '4 Title Date ,7m APPROVED BY THE CITY OF TUKWILA ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) CITY OF TUKWILA 2'03 Sheet 1 of 1 CONTRACT CHANGE ORDER NO. 42 DATE: June 25, 2003 BUDGET NO.: 104/01.595.500.63,59 1; REC 1VED PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 ) PROJECT NAME: S 180t" St Grade Separation -) JUL 3 0 2003 TO: WILDER CONSTRUCTION COMPANY WILDER CO(USTRUC TiOii, You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Additional work by Wilder's CDSM subcontractor, Raito, Inc., for trenching through unforeseen cobble material on the weekend of June 29 and 30, 2002. Work is directly related to Change Order 21, that provided payment only for Wilder's extra weekend work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date 6) — By Original Contract (without tax) $ 14,915,266.27 Previous Change Orders $ 339,682.22 This Change Order $ 10,408.87 REV. CONTRACT AMOUNT $ 15,265,357.36 D APPROVED BY THE CITY OF TUKWILA By Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) : f<< WW11103 Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 41 DATE: June 18, 2003 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 PROJECT NAME: S 180th St Grade Separation TO: WILDER 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. are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Additional subgrade preparation and placement of 63.50 tons of Crushed Surfacing Base Course and 48 CY of Asphalt Concrete Pavement removal and disposal. This change order is directly related to Change Order 36 "Extra Asphalt Concrete Pavement". We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date Contractor W/GDie BY q .......__.. rs )f.")....... Title ? `,Ge. -1 APPROVED BY TJ' E CITY Date <� I / / : ._-' Original Contract (without tax) $ 14,915,266.27 Previous Change Orders This Change Order REV. CONTRACT AMOUNT $ 337,531.22 $ 2,151.00 $ 15,254,948.49 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) l03 DATE: June 13, 2003 PROJECT NO.: PROJECT NAME: S 180' St Grade Separation TO: WILDER CONSTRUCTION COMPANY CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 40 BUDGET NO.: 104101.595.500.63.59 87-RWO9 CONTRACT NO.: 02-002 Sheet 1 of 1 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 ..re waived; and D. The Contractor must submit all Field Overhead and Horne Office Overhead Rates for approval -in advance of all change orders. CHANGE: Credit to the City of ukwila for two (2) shotcrete test panels not provided for two full production days of shotcrete placemert't. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, ,equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Original Contract (without tax) $ 14,915,266.27 Previous Change Orders $ 341,531.22 This Change Order 3 <4,000.00> REV. CONTRACT AMOUNT ORIGINAL City Clerk (1 of 2) Contractor (2 of 2) $ 15,252,797.49 Contractor Title Date APPROVED BY THE CITY OF TUKWL4 Mayor DATE: May 20, 2003 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER 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. Sheet 1 of 1 DATE RECEIVED MAY 2 0 2003 02-002 l n(t) WILDER CONSTRUCTION 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 ordrs. CHANGE: As a result of Time Impact Analysis 3, add 3 calender days to the Road Open milestone, extending it from May 13, 2003 to May 16, 2003. The contract time will remain at 490 calendar days as a result of this change. We the undersigned Contractor, have given careful consideration to the';hange proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Original Contract (without tax) Previous Change Orders This Change Order (time only) $ 14,915,266.27 &34,,22., REV. CONTRACT AMOUNT $ 1.,5°254„°79.79 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) W4/6,3 Title APPROVED BY THECIOi"' TUKWILA Late By Mayor CITY OF TUKWILA CONTRACT CHANGE ORDER NO. DATE: May 20, 2003 BUDGET NO.: PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY Sheet 1 of 1 DATE RECEIVED 104/01.595.500`n 200 3 02-002 iM WILDER CONSTRUCTION You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Install a beveled edge ledger board at top of shotcrete wall. This change order covers all additional labor, material and equipment for the above additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Contractor Title l or' la 14 Original Contract (without tax) $ 14,915, 266.27 APPROVED BY THE ITY OF TUKWILA Previous Change Orders $ 339,531.22 Date This Change Order $ 2.000.00 By REV. CONTRACT AMOUNT $ 15,256,797.49 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) //z3 Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 37 DATE: May 6, 2003 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 ` ;,:'rb') PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Delete trenching and backfill for lateral irrigation lines. Add staking for irrigation heads. This change order covers all additional labor, material and equipment for the above additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Contractor Imo) N "`m Title Original Contract (without tax) $ 14,915, 266.27 APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 340,574.22 Date This Change Order $ <1.043.00> B REV. CONTRACT AMOUNT $ 15,254,797.49 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 36 DATE: May 6, 2003 BUDGET NO.: PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 PROJECT NAME: S 180th St Grade Separation 104/01.595.500.63.59 TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Add additional ACP as shown on the attached sketch (Farmer's Insurance driveway, east end of roadway, widened access road at control building, and the west end of the 7220 parking lot). This change order covers all additional labor, material and equipment for the above additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Contractor Original Contrac ith6uttax) $ 14,915, 266.27 APPROVED BY THEMYSIF TUKWILA Previous Change Orders $ 334,496.14 This Change Order REV. CONTRACT AMOUNT $ 15,256,628.49 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 35 DATE: May 6, 2003 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 -_ PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Modify Control Building exhaust fan by mounting above trusses, rather than below. Add collar to extend intake grille to ceiling, additional labor above ceiling and duct insulation in unheated attic. This change order covers all additional labor, material and equipment for the above additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By ' Original Contract (without tax) Previous Change Orders This Change Order $ 788.00 REV. CONTRACT AMOUNT $ 15,250,550.41 Additional Calendar Days For This Change: 0 Contractor (.,,,L) / .,.' Title $ 14,915, 266.27 APPROVED BY THE CITY OF TUKWILA $ 334,496.14 Date Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 33 DATE: May 5, 2003 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 (va PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Modify irrigation system. Add one (1) 2 -inch yard hydrant, one (1) building mounted hose bib, one (1) RP device with 'Hot Box' enclosure on concrete pad (wiring paid by force account), protective bollards; Deduct (1) Febco 850y and (1) one Wilkins regulator. This change order covers all additional labor, material and equipment for the above additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date I Contractor (O 10° BY �,� ...._.._ Title Original Contract (without tax) $ 14,915, 266.27 APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 333,708.14 Date This Change Order $_ 7.078.00 REV. CONTRACT AMOUNT $ 15,248,974.41 Additional Calendar Days For This Change: 0 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 34 DATE: April 16, 2003 BUDGET NO.: PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 104/01.595.500.63.59 02-002 / Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Add two (2) IMSA 50-2 two -conductor traffic loop lead-in wire from the controller to the stop bar, junction box, and one jumper of same conducter between advance boxes. This change order covers all additional labor and equipment for the above additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Original Contract (without tax) $ 14,915, 266.27 Previous Change Orders $ 325,963.54 This Change Order $ 666.60 By REV. CONTRACT AMOUNT $ 15,241,896.41 Additional Calendar Days For This Change: 0 Contractor , Title APPROVED BY THE CITY OF TUKWILA Date Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) DATE: March 19, 2003 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 32 BUDGET NO.: 104/01.595.500.63.59 Sheet 1 of 1 PROJECT NO.: 02-002 p PROJECT NAME: S 180th St Grade Separation TO: WILDER 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. 87-RWO9 CONTRACT NO.: Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Delete: The City of Tukwila shall contract directly with Cummins Northwest, Inc. in order to furnish and deliver the specified generator system. Add new lump sum item 3201 "Pump Station Modifications". We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date Original Contract (without tax) Previous Change Orders This Change Order (credit) REV. CONTRACT AMOUNT $ 14,915,266.27 $ 357,190.45 $ (31,226.91) $ 15,272,456.72 jit 11/ Contractor ...!t'(............................G77 a..............._ Title / lLo %��� / ° APPROVED BY THE CITY OF TUKWILA Date By'?/' Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) DATE: March 12, 2003 PROJECT NO.: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 27 BUDGET NO.: 104/01.595.500.63.59 87-RWO9 CONTRACT NO,: 02-002 PROJECT NAME: S 180th St Grade Separation TO: WILDER 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. 0 Sheet 1 of 1 Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Revise the Control Building roof and siding from unpainted galvanized steel to factory finished painted steel. Add new lump sum item 2701 "Metal Siding and Roofing". We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By r Original Contract (without tax) $ 14,915,266.27 Previous Change Orders $ 356,888.31 This Change Order $ 302.14 REV. CONTRACT AMOUNT $ 15,272,456.58 Contractor Title APPROVED BY TIE CITY OF TUKWILA 1 Date By ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 26 DATE: November 7, 2002 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 Sheet 1 of 1 PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: As a result of Time Impact Analysis 1 & 2, add 5 calendar days to the Road Open milestone, extending it from May 8, 2003 to May 13, 2003. The contract time will remain at 490 calendar days as a result of this change. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By („") )Original Contract (without tax) $ 14,915,266.27 Previous Change Orders $ 356,888.31 This Change Order (time only) $ REV. CONTRACT AMOUNT $ 15,272,154.58 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Contractor Title At 44, 4,t APPROVED BY THE CITY OF TUKWILA 1 Date By Mayor Sheet 1 of 1 DATE: October 23, PROJECT NO.: PROJECT NAME: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 25 2002 BUDGET NO.: 104/01.595.500.63.59 87-RWO9 CONTRACT NO.: 02-002 S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Delete: The City of Tukwila shall furnish and deliver the following for installation by the Contractor: telemetry/control/motor starter panel; transducer and cable; antennae and cable; floats; and furnish programming and telemetry setup. Add: Upgrade pumps from ITT Flygt Model CP 3152.980 MT, to Pumpex Model K 208 F-CF5295. Add new lump sum item 2501 "Pump Station Modifications". We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date - 7 ""( ""` 0 °i'" Contractor By "a . �...., � Title Original Contract (without tax) Previous Change Orders This Change Order (credit) REV. CONTRACT AMOUNT $ 14,915,266.27 $ 384,254.07 $ (27,365.76) $ 15,272,154.58 APPROVED BY THE CITY OF TUKWILA ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 24 DATE: October 23, 2002 BUDGET NO... 104/01.595.500.63.59 „ PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 ':) PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Contractor shall furnish and install conduit hangers for the 6" conduits to be installed by PSE and other future utilities. Add new lump sum item number 2401 "Conduit Hangers for Pedestrian Bridge". ACCEPTED: Date 70 t4(-41 Contractor Title 271 Original Contract (without tax) $ 14,915, 266.27 APPROVED BY THE CITY OF TUKWILA Previous Change Orders This Change Order $ 1,330.32 REV. CONTRACT AMOUNT $ 15,299,520.34 $ 382,923.75 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Mayor CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 23 DATE: September 17, 2002 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 Sheet 1 of 1 PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Contractor shall furnish and install a bronze plaque on the northwest soldier pile fascia, at approximately 13+92 left, about five feet above finished sidewalk elevation. The location of the plaque may be modified to avoid conflicts with vertical expansion joints or other wall features. Location of the plaque shall be field verified by the City. A full scale working drawing, or proof, shall be submitted prior to fabrication for approval, showing dimensions, lettering details and spacing. The border of the plaque shall be a raised rectangular pattern; the background of the plaque shall be oxidized to a dark tablet color. Surfaces of lettering and border and exterior edge of border shall be machined smooth with crisp edges and finished to a satin or brushed finish. The plaque shall be cast directly into the fascia panel wall; the face of the plaque shall be flush and not extend beyond the face of the fascia panel wall. The plaque shall be attached to formwork prior to concrete placement. The plaque shall have integral bronze studs cast into the back of the plaque, in order to secure the plaque into site -cast concrete. The face of the plaque shall be covered prior to concrete placement, to ensure that the face remains clean and free of concrete splatter. The plaque shall also be masked, or covered, during painting operations, to ensure that the face does not receive paint material. This work shall be completed at no additional cost to the City; contract time further remains unaltered from this change. Other than the provisions included herein, no other contract requirements apply to this scope of work, including warranty and third party damage provisions. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By /; ( ac Original Contract (without tax) Contractor Title $ 14,915, 266.27 APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 382,923.75 This Change Order $ 0.00 REV. CONTRACT AMOUNT $ 15,298,190.02 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) CITY OF TUKWILA AUG 2 1 ? ^'fLOER CONCTr i „ CONTRACT CHANGE ORDER NO. 22 DATE: August 20, 2002 PROJECT NO.: PROJECT NAME: S 180thSt Grade Separation BUDGET NO.: 104/01.595.500.63.59 87-RWO9 CONTRACT NO.: 02-002 ,. TO: WILDER CONSTRUCTION COMPANY Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: The CDSM drill rigs encountered numerous obstructions that have been summarized, including the prime contractor's (Wilder Construction Co.) markup on the subcontractor's work (Raito, Inc.) on the attached sheets, titled "CDSM Obstructions —DFA Summary". Raito has submitted 50 Daily Force Account (DFA) sheets, as of the date of this change order. Because we have agreed to $55,715.37 in force account for obstructions encountered to date; and further that we expect that there is potential for more obstructions; for estimate purposes, this change order is being established at an estimated $70,000.00. Create new pay item number 2201 "CDSM Obstructions", payable by Force Account, per section 1-09..6 of the WSDOT/APWA Standard Specifications. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Original Contract (without tax) Previous Change Orders This Change Order REV. CONTRACT AMOUNT $ 14,915, 266.27 3t2,gqz3.75 $ 308,801.50 $ 70 000.00 I 5, zi8, /go. oz. $ 1-594,0G7.80 Contractor Title „ :.. f -t APPROVED BY THE CITY OF TUKWILA Date By 'j. d k:/.t,, Mayor Additional Calendar Days For This Change: (To be addressed under a separate Time Impact Analysis, that may or may not result in a time extension) ORIGINAL: City Clerk (1 of 2) (.,„::„ I.), „,„ Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 21 DATE: August 23, 2002 BUDGET NO.: PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 PROJECT NAME: S 180th St Grade Separation 104/01.595.500.63.59 TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: The shoofly shoring completion was impacted by the unforeseen presence of cobbles in the shoofly materials during shoring cross tie installation. The CDSM subcontractor attempted to trench with standard equipment and had to bring in larger equipment. The additional subcontractor labor and equipment will be handled in a separate change order. The additional time required to install the shoring cross ties by the subcontractor, forced Wilder Construction Co. to work the weekend of June 29th and 30th for the grading work in the shoofly area and placement of the subballast. This allowed the railroads unrestricted access on Monday July 1st to begin placing their shoofly ballast, ties and rails. This change order covers all additional labor and equipment for the above weekend work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date`' ) 0 Contractor a `" t' By Original Contract (without tax) $ 14,915, 266.27 APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 308,801.53 Date This Change Order $ 4,122.22 By REV. CONTRACT AMOUNT $ 15,228,190.02 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 19 DATE: August 5, 2002 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 02-002 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: During asphalt concrete pavement removal, it was discovered that the actual pavement thickness varied from 8" to 14", or2" to 8" thicker than shown in the contract plans. Create the new lump sum item number 1901, "Extra Depth ACP". We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if 'thismmmm� proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By, Original Contract (without tax) Previous Change Orders This Change Order REV, CONTRACT AMOUNT $ 14,915, 266.27 $ 285,812.23 $ 20.875.55 $ 15,222,510.38 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Contractor Wf t,U taZ4,15 Title 4-6 APPROVED BY THE CITY OF TUKWILA Mayor Sheet 1 of 1 DATE: July 15, 2002 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 20 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Add new lump sum item 2001 "Wood Plank Road Removal". This change providesforall costs associated with the removal of all wooden plank materials encountered in the roadway excavation activities near the railway crossing. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Original Contract (without tax) Previous Change Orders This Change Order REV. CONTRACT AMOUNT $ 14,915, 266.27 $ 286,368.56 Date Contractor (A)1 i)1. � ._ c Mram�..a 5:7140 : 76.7 c.), ,.,. Title ...................:_.... �:...__�__........ APPROVED BY THE CITY OF TUKWILA 2.113.75 $ 15,234,491.16 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Byft� Mayor Sheet 1 of 1 DATE: July 15, 2002 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 18 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Add new lump sum item 1801 "Sanitary Sewer Unsuitable Materials". This change provides for all quarry spalls used for unsuitable foundation bedding, all gravel backfill used as trench backfill, and the excavation and stockpiling of petroleum contaminated soils found in the sanitary sewer trench (haul off and treatment of PCS paid for under Change Order 10). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date Original Contract (without tax) $ 14,915, 266.27 Previous Change Orders $ 239,920.56 This Change Order $ 46 448.00 REV. CONTRACT AMOUNT $ 15,201,634.83 Additional Calendar Days For This Change: 0 Contractor IV ... :.,. eep ,)2.... • Title pizeuiv4 .041 4 „A APPROVED BY THE CITY OF TUKWILA Date ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Mayor CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 14 DATE: June 26, 2002 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 02-002 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Relocate 300 If of waterline , per attachments, near building 7220 due to conflicts with CDSM and wall cap cap construction. Create new item no. 1401, lump sum $49,347, "Relocate Waterline Near 7220 building". This new item includes new 12" ductile iron pipe, fittings, thrust blocks, trench shoring, shackle rods, connection to existing, revised 7220 S 180th water service, flushing, chlorination, testing, fire hydrant relocation, removal and disposal, tie-ins, gate valves, etc. Provide and install temporary sheet pile shoring to protect the existing waterline casing on the north and part of the parking lot at 18000 72nd Ave S, per attachments. Create new item no. 1402, lump sum $78,735, "Install Temporary Sheet Pile Shoring". We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all labor, equipment, and 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date -„1' x''' Contractor ( By „,,,, ty Title 1-"k- Original -” Original Contract (without tax) $ 14,915, 266.27 APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 105,093.27 Date This Change Order $ 128,082.00 By REV. CONTRACT AMOUNT $ 15,148,441.54 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Mayor CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 12 DATE: June 28, 2002 Sheet 1 of 1 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 02-002 r You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Credit for deletion of landscaping at Springbrook Creek. This landscaping is not required because revised grading plans do not impact creek or bank of creek. Create new lump sum . _..�.... item no. 1201 Credit for Deletion of Springbrook Creek Bank Landscaping mm( -mm 556mmmmm_33�_ 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By _" Original Contract (without tax) Previous Change Orders ) This Change Order REV. CONTRACT AMOUNT $ 14,915, 266.27 $ 103,615.57 mm„<556.33> $ 15,018,325.51 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Contractor 61.,,r Title CZ, 15-re.YL>Grrtxrtat,J, 11.44-4L, » Date APPROVED BY THE CITY OF TUKWILA 2 1101 or` CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 10 DATE: April 10, 2002 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 02-002 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Add bid item 1001 "PCS Removal and Disposal" to be paid at $56.95 per ton for an estimated 100 tons. This will provide compensation for all collection, transportation for treatment of all stockpiled Petroleum Contaminated Soil (PCS). The soil will be thermally treated by TPS Technologies in Tacoma, WA. Tukwila will fill out a Soil Data and Certification Sheet for TPS and has previously provided laboratory analyses results for the PCS. 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date Original Contract (without tax) $ 14,915, 266.27 Contractor 4:t/e" Title n1,44/46 -t.2 -o, Previous Change Orders (1 & 2) $ 2,719.00 Date This Change Order 5,695.00 REV. CONTRACT AMOUNT $ 14,923,680.27 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA cc: Finance Department (w/encumbrance) Construction Inspector Construction Engineer file: Change Order File DATE: June 5, 2002 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 13 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: The City of Tukwila directed Wilder Construction to procure and install ecology blocking for temporary thrust restraint at the tee in the 12 -inch ductile iron waterline at station W31+29 due to poor soil conditions. 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date L . 5 ZOO . By Original Contract(withouttax) $ 14,915, 266.27 Contractor f��� P tfi... aVoi 401,,,A 2 Title Previous Change Orders (1 & 2) $ 103,615.57 Date This Change Order $ 1.477.00 REV. CONTRACT AMOUNT $ 15,020,359.54 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA \ Mayor CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 11 DATE: May 13, 2002 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: In addition to the specified 6" Polyethylene (PE) underdrain pipe, the railroads require the drain pipes in their right of way to be Corrugated Metal Pipe (CMP). Add Bid Item No. 1101 "6 - inch CMP underdrain pipe for railroad" This change includes all labor, equipment, and materials to make this change, including all fittings between CMP sections and between the CMP and PE pipe. 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By Contractor Title Original Contract (without tax) $ 14,915, 266.27 Previous Change Orders $ 99,719.00 Date This Change Order $ 3,702.00 By REV. CONTRACT AMOUNT $ 1..5.1,,.8..1...,.$.4 APPROVED BY THE CITY OF TUKWILA Mayor Additional Calendar Days For This Change: 0 ----------------------- ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Construction Inspector Construction Engineer file: Change Order File DATE: May 8, 2002 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 9 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 02-002 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: In addition to Bid Item No. 49 from "48 -inch Shallow Type B Manhole" , add new bid item number 901 "54 -inch Shallow Type B Manhole", to be paid as Lump Sum, $1,109.57. This change is a result of a discrepancy between the sanitary sewer design and the referenced City of Renton Standards. 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date By ^ 1,0 f1" II (7 °ii,... ,/te,;� "y � '�k">. "'ca° � "d �` r �. �'7 , Contractor Original Contract (without tax) $ 14,915, 266.27 Previous Change Orders $ 93,109.00 This Change Order $ 1.109.57 REV. CONTRACT AMOUNT $ 15,009,484.84 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Title APPROVED BY THE CITY OF TUKWILA Date By Mayor cc: Finance Department (w/encumbrance) Construction Inspector Construction Engineer file: Change Order File CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 8 DATE: April 23, 2002 Sheet 1 of 1 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 02-002 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Due to the moisture sensitive nature of the specified Common Borrow, upgrade the imported shoofly fill material (bid item 9) to Select Borrow. Add new bid item number 801 "Shoofly Select Borrow", for the estimated quantity of 23,000 tons at $3.93 per ton to cover the differential material costs between the Common and Select Borrows. Sales Tax will be added to this new item 801 at the time of payment, the same as bid item 9. 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 order represents a fair, equitable, and comp compensation. ACCEPTED: Date ` aoo BYaNra Original Contract (without tax) $ 14,915, 266.27 Contractor Title APPROVED BY THE CITY OF TUKWILA Previous Change Orders (1 & 2) $ 2,719.00 Date This Change Order $ 90,390.00 By Mayor REV. CONTRACT AMOUNT $ 14,917,985.27 Additional Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Construction Inspector Construction Engineer file: Change Order File "��. DATE: April 5, 2002 aap Momfunit CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 02-002 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: No cost change order to increase the road closure period from 365 days to 389 days. S 180th will be closed on April 15, 2002 and will re -open on May 8, 2003. The contract time will remain at 490 calendar days as a result of this change. The intent of this change order is to eliminate the impacts due to third party utility relocations and railroad work. This extended closure allows the third parties to expedite their work allowing Wilder Construction to stay on schedule. PSE has committed to totally complete their 16" high pressure gas main relocation by May 9, 2002. 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 order represents a fair, equitable, and complete compensation. No time extension is requested nor granted as a result of this change. ACCEPTED: Date By Original Contract (wi Previous Change Orders This Change Order 14,915, 266.27 Contractor Title $ 2,719.00 Date 0.00 REV. CONTRACT AMOUNT $ 14,917,985.27 APPROVED BY THE CITY OF TUKWILA Additional Contract Calendar Days For This Change: 0 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Alice Deacy (for encumbrance) Construction Inspector Construction Engineer file: Change Order File CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 DATE: March 4, 2002 Sheet 1 of 1 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: PROJECT NAME: S 180th St Grade Separation TO: WILDER CONSTRUCTION COMPANY 02-002 DATE RECE:;1VED MAR 1 2 NT? WILDER CONSTRUCTION You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Extra Work for all labor, material, equipment to install temporary power and change out branch breaker from 200 amp to 100 amp, to match new 100 amp branch panel. 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 order represents a fair, equitable, and complete compensation. ACCEPTED: Date n„ By Title Original Contract (without tax) Previous Change Order This Change Order _ 1.869.00 By REV. CONTRACT AMOUNT $ 14,917,985.27 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Contractor $ 14,915, 266.27 $ 850.00 APPROV D BYJIH E CVTY OF TUKWILA Mayor cc: Finance Department (w/encumbrance) Construction Inspector Construction Engineer file: Change Order File CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: March 4, 2002 Sheet 1 of 1 BUDGET NO.: 104/01.595.500.63.59 PROJECT NO.: 87-RWO9 CONTRACT NO.: 02-002 PROJECT NAME: S 180th St Grade Separation TO: WILDER 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, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Extra Work for all labor, material, equipment to remove all recently discovered asbestos at 7220 S 180th. Asbestos abatement will be done by licensed asbestos abatement subcontractor. 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 order represents ACCEPTED: Date ' IV 0 By Original Contract (without tax) Previous Change Order This Change Order REV. CONTRACT AMOUNT ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) $ 14,915, 266.27 0.00 $ 850.00 $ 14,916,116.27 Contractor tt-D c J4r Toni Title .r APPROVED BY THE CITY OF TUKWILA Date B erl) •.1!► Mayor cc: Finance Department (w/encumbrance) Construction Inspector Construction Engineer file: Change Order File 4G..#& Cow. PROPOSAL (unit price) Contractor's Name Wilder Construction Company Contractor's State License No. WILDECC073K4 City of Tukwila Project No. 87-RWO9 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 South 180th Street Grade Separation, which project includes but is not limited to building demolition and modification, sewer and water line relocation, railroad shooflies, cement deep soil mixing, secant pile walls, soldier pile walls, railroad bridges, pedestrian bridge, storm drain system, storm drain pump station, wetland mitigation, illumination, paving, curb and gutter, sidewalk, 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) f21 bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required performance bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall complete the Physical Work in all respects within four hundred ninety (490) calendar 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. Proposal South 180th Street Grade Separation Project No. 87-RWO9 Note: Unit pnces for all items, all extensions, and the total amount bid must be shown. Show unit prices in both words and figures (ink or typed), and where conflict occurs, the written or typed word shall prevail. Where conflict occurs between the unit pnce and the total amount specified for any item, the unit puce shall prevail, and totals shall be corrected to conform P-2 Item No. Item Description Quantity Unit Unit Price Amount ROADWAY 1 2 3 Mobilization 1 LS Q'vb ( 7d, ev I Sex>:Cerz, / 'coo, pdro ,f ? : -2e0' �►£ ir, ,, , v.� X -4,R µ p R� Roadway Reconstruction and x/100 1 LS bpi #1,c1./04/ ,t. 'kga) Walls andY'/100fi_`' .0 Dollars 1 LS and`4100 %1�Iec&i 0 f tit- c e) Fit, I- A�� ' Dollars 4 Railroad & Pedestrian Bridge frsAwP Superstructures 1 LS �� cz F, y..ir / � I� r'2�r 4)) 71i i 7�x2a and /100 Dollars re 0, ol• 5 Cement Deep Soil Mixing 1 LS a .S' o 7S' 6o t1 f �U v`r 6a f and d//100 f /Uf ri*/iL.i-r D� Sfu&nl. Fiume Te 5if ollars 6 Removing Structures & Obstructions 1 LS 64 00 — 60, Gbo " anr100 5, x4-14 447ou5a Oct Dollars 7 Struts 1 LS boo, o00 --000, coo An100 Six ha.ndrr 4014..scen01 Dollars 8 Wetland Mitigation & Landscaping D44hit7olise 7,/7,r MouSCL-ot 1 LS and00 Dollars 130, ood — /3o, o00 7 9 Railroad Shoofly 1 LS too 5s1)4/ bb6 cto r 0-6115 and/ 100 ho i 1444 Z'4r i/F'l 720-(54.4)b Dollars Rev. 2001 Proposal South 180th Street Grade Separation Project No. 87-RWO9 P-3 Item No. Item Description Quantity Unit Unit Price Amount WATER LINES 10 Extra Trench Excavation I 50 CY 3 2. °9. / boo . and °100 VI/ r ," +Wc Dollars 11 Foundation Material 50 CY Lig '15. Z'ico • E'or Ei 9 h f- and°/100 Dollars 12 Bank Run Gravel for Trench Backfill 300 CY 140.°---5. / 2, Doo ? ro ,cam and °9100 Dollars 13 Controlled Density Fill for Trench Backfill 150 CY o-0 90 13,500" N/we 77 and X100 Dollars 14 Gate Valve 8 In. Diam. And Valve Box EA 1co FV) — ESO °= • E -1 ,i.- hundre? et944-y /100 Dollars 15 Gate Valve 10 In. Diam. And Valve Box 2 EA /3o0" 2600 // One ,ousar,a(, 46 Ku..., i1cLnd1i and °01100 Dollars 16 Gate Valve 12 In. Diam. And Valve Box 5 EA /�5d0 7/500 One Aousa�d ✓e havnclr_ea/— and 4(9100. Dollars 17 Air Release/Air Vacuum Valve Assembly 2 In. 2 EA _ 0,306 -71-,E, 00 %u0, >6.404t5t4,1ce v45 rex_ Auno4rr4 and --100 Dollars . . �) Rev. 2001 Proposal P-4 South 180th Street Grade Separation Project No. 87-RWO9 Item No. Item Description Quantity Unit Unit Price Amount 18 Temporary Hydrant Assembly 1 LS �.� / h TAeee AhouSe ,nJ SQVevt Li and 100 Dollars '3,700•" 3700 19 Standard Hydrant Assembly 2 EA y / oo • S Z OC. • - .� and /100 1;4,rA4ousa„d p 4 e 4144rdr<4- Dollars 20 Flush Hydrant Assembly 2 EA 5 -zoo • /O,YOc) ,ri v.r, 14r014san oC 744)o %inatr<L and /100 Dollars 21 Service Connection 2 In. Diam. 4 EA 3706) . I y., g / / 7X ree Mous 4�Q, 5 Lvcn Ate/lire"- ire"- and X100 Dollars 22 Ductile Iron Pipe for Water Main and Fittings 8 In. Diam. 120 LF 54 .` / L/8C> . ri Fry Four ancP 100 Dollars 23 24 Ductile Iron Pipe for Water Main and 350 Fittings 10 In. Diam. LF 5e- r 70 . ZO 3 73 O5) . -- and�100 ,wry 6---//4-A Dollars Ductile Iron Pipe for Water Main and 1,115 Fittings 12 In. Diam. LF 5,2v I/ o/ ek .41/ar's /,<r-0---- and /100 Dollars 25 Ductile Iron Pipe for Water Main and Fittings 12 In. Diam. With Restrained Joints 142- 28-14 LF �P /• / 7/3 Z T -- and -1100 Si X7z/ 0r2 e..._ Dollars 26 Remove and Salvage Hydrant 2 Assembly EA 650 .— / 3c • /� an 100 5�,e hu hczrQa/ moi ' Y Dollars Rev. 2001 Proposal P-5 South 180th Street Grade Separation Project No. 87-RWO9 Item No. Item Description Quantity Unit Unit Price Amount 27 Connection to Existing Water Main 4 EA / T d 4a US 441 c✓ g +'ee �7II44'1CZ and100 `' Dollars 2, 300 920v • 28 Remove and Salvage Gate Valve 7 EA w� Lr u h arc ✓ se and—p 9100 Dollars 206 • — /, 400 . — 29 Concrete Thrust Blocking and Dead- man Anchor 30 CY I r YE 44,, c r•eoL /-y and /100 53 Dollars /6, ,-0 0 av 30 Shoring or Extra Excavation Trench 5500 SF die and X100 ,� Dollars 1 / —j SSOD . — 31 Steel Casing 22 In. Diam. for Water Main — Jacked 200 LF OJ rwo iiund,r-eoZ ao and° '/100 200 . - 40, 00o Dollars 32 Steel Casing 30 In. Diam. for PSE Electrical — Jacked 200 LF 00 04e .[,' I u n of r� .SQ Y2r1 ' 7 Od and /100 / 70 — Dollars 31{ • — 33 Steel Casing 36 In. Diam. for PSE Gas — Jacked 200 LF ,o 7:40 Au 0 clreL -7-eh andD°/100 j0 2/0 Dollars 4 coZd • 34 Steel Casing 22 In. Diam. for Water Main — Trenched 83 LF 1 0o dr!e Li h cZr¢,c . ov and X100 /00 • Dollars 73 OCA . 35 1 Steel Casing 30 In. Diam. for PSE I Electrical — Trenched 83 LF 7470•— wl ,V, Nery and -7P/1 00 Dollars qc • 36 Steel Casing 36 In. Diam. for PSE Gas — Trenched 148 LF co qS $Td • - - TAt Aundr¢ iLen and -/100 Dollars 3/0 • Rev. 2001 Proposal South 180th Street Grade Separation Project No. 87-RWO9 P-6 Item No. Item Description Quantity Unit Unit Price Amount 37 Jacking and Receiving Pits 1 LS ".... • /3, boo • - /3,000 • 7rh/r4-<er,-/,vusan ✓ and °P/1 00 Dollars 38A Dewatering 1 LS I ao o00 ' 00 SODU• ri ✓e �,o 14 so*" cC and °D/100S Dollars 38B 1 Galvanic Anode 2 EA 3000 . One vusa.nd _.--v hund-rc.cL ane9/100 Dollars ° Subtotal - Water Lines $ S`34, 884-i,"-0 SANITARY SEWER 39 Structure Excavation Class B Incl. Haul - Sanitary Sewer 295 CY / 750 /s 5e va.K./-c„cr, and °'/100 Dollars 40 Shoring or Extra Excavation Class B - Sanitary Sewer 3,290 SF / •� -3Z v (j,., e_ and tO/100 Dollars 41 Sewer Cleanout 6 In. Diam. 4 EA a� . o -o it ace) Ona_,ausa.K(Z�i,C,ly and --°%100/05-6' Dollars 42 Sewer Cleanout 8 In. Diam. 3 EA /06/0603/ 00 80 D,,e_ )1-17oksa.nS,xfy and! -?/100 Dollars 43 Testing Sewer Pipe • 760 LF 3 2 z g0 • OO r ce_ and —/100 Dollars 44 PVC Sanitary Sewer Pipe 6 In. Diam 65 LF Zei 3 G95 ,° << , c. ix ane and 1100 Dollars 45 1 PVC Sanitary Sewer Pipe 8 In. Diam 345 LF ! ' el <7/ /5-/F0 . �° kOr747 -our and 69100 Dollars �2_ Rev. 2001 Proposal P-7 South 180th Street Grade Separation Project No. 87-RWO9 Item No. Item Description Quantity Unit Unit Price Amount 46 C-900 Sanitary Sewer Pipe 6 In. Diam. 100 LF co 36 .- 300 0° ,rq..y Sr,,C and °p/100 Dollars 47 C-900 Sanitary Sewer Pipe 8 In. Diam. 250 LF cm (S •`° / 4, 250 . - 6.0L-4-1--qvL and°°/100 Dollars 48 Manhole 48 In. Diam. - Standard 2 EA 1 GSoo �, /3000 .� I . S0X4o/,sane 4✓e 1unfired. and -/100 Dollars 49 Manhole 48 In. Diam. - Shallow Type B 2 EA Soov X ° 0 _ i- ve_... 7,0asa,r/ .. ander/100 Dollars 50 Manhole 48 In. Diam. - Shallow Type C 1 EA eo 37000 '- F,vc /10 usa k 1 and I'D/100500o.— Dollars Subtotal - Sanitary Sewer $ , 9/ O - TRAFFIC CONTROL 51 Temporary Traffic Control Devices 1 LS 7, oco •--- z oo c> • °Q cS�x•�y S�ver-�kousanL andtrO/100 Dollars 52 Pavement Markings for Detours 1 LS g000 so g000 o� ��-h� '�fiouS4� and °�/100 Dollars 53 Revisions to Pavement Markings and Construction Signs for Detours FA 7,500.00 7,500.00 Seven Thousand Five Hundred and /100 Dollars 54 Not Used -,S., •4;1-.• and /100 Dollars Rev. 2001 Proposal South 180th Street Grade Separation Project No. 87-RWO9 P-8 Item No. 55 Item Description Quantity Unit Unit Price Amount 5Z ooc, • Traffic Control Labor (minimum) 2,000 HR 26.00 Twenty -Six and oo/too Dollars 56 1 Traffic Control Supervisor 400 HR 37 '- / 4, Soo 7-11)r 4 -Lt 5 e v.. and 00/100 Dollars 57 Construction Signs, Class A -7758- /3cc SF 16 ZU goo . o0 5or,4e„ and�7100 Dollars 58 Railroad Flagging FA 274,000.00 274,000.00 Two Hundred Seventy -Four Thousand and 00/100 Dollars TRAINING 59 Training $-000 2000 HR 5 • % O, DD U co �r v, FORCE ACCOUNTS and°O/1000o Dollars 60 61 Property Restoration and Miscellaneous Work FA 10,000.00 20,000.00 10,000.00 20,000.00 Ten Thousand Potholing & Resolution of Utility Conflicts and 00/100 Dollars FA Twenty Thousand and 00/100 Dollars Subtotal .8,G. +s 9—So Sales Tax © 8.8% -i-1--1411 ; 46,4-0a D P )0-36F,' 3$,445-,'79 > 9-4-,322.27 * 3q —so , -74 74.49 TOTAL BID PRICE S `7`,?4,1, /00 i t cr¢, 322.2744 14) 9/5-1 z66. ?/pA NOTE: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto, Sales tax shall be included in accordance with the Special Provision on state taxes. Section 1-07.2(2) shall apply to Railroad Shoofly, Water Line Subtotal, and Sanitary Sewer Subtotal. / 175 7 S2 Rev 2001 Proposal P-9 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt 1 aoiol 2 2-91 I Addendum No. Date of Receipt 3 9lza6/ 4 (€),c, IA( 5 161iZt�l NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that he has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Performance Bond is Travelers Casualty & Surety 3850 Columbia Center, 701 Fifth Ave. Company of America of Seattle, WA 98104 (Name) (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: Wilder Construction Company 1525 E. Marine View Drive, Everett, WA 98201 Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: Washington Corporation Phone No.: 425-551-3100 Date: f o l 19 t o I This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank they will be entered as $0.00 no charge. Rev. 2001 WILDER CONSTRUCTION COMPANY CORPORATE HEADQUARTERS October 18, 2001 TO: City of Tukwila 6200 Southcenter Blvd. Tukwila, WA 98188-2544 RE: Project: South 180th St. Grade Separation SUBJECT: Authorized Signor(s) The following individuals are authorized to execute proposals, contracts, bonds and other documents and/or instruments on behalf of Wilder Construction Company, a corporation for the above referenced project. Name Signature Title Tom Zamzow" ""., r . ` . Washin', on Mana .er Ronald D. Egge Senior Estimator WILDER CONSTRUCTION COMPANY or).21 onald M. March, President Subscribed and sworn to before me this 18th day of October., a e / —7731 4- RY c U cSZ P - 2– b Al V PVC3\\G Notary Public My commission expires: 1525 E. Marine \Oew Drive Everett. VvA 93201-1027 (425) 551-3100 • Fax (425) 551-3116 BID SECURITY P-10 Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ 1. Bid Bond: The undersigned, Wilder Construction Company a Travelers Casualty and Surety Company of (Surety), (Principal), an in are held and firmly bound unto the City efrliiia (Owner) in the penal sum of _Five percent of total amount bid 5% dollars ($ 5% ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for South 180th Street Grade Separation, Project No. 87-RW09, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all other respects perform the Contract created by the acceptance of said Proposal, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages, . The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 7th day of September Wilder Construction Company rQnature of Authori Tom Zallizow Washington Manager Title Name and address of local office of agent and/or Surety Company: 20 01 Travelers Casualty and Surety Company of America Surety By Attorney i act (Attach Power of Attorney) Cindy L. Villasista Bush, Cotton & Scott, LLC P.O. Box 3018 Bothell, WA. 98041-3018 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 1 1 1 1 1 1 TRAVELF"S CASUALTY AND SURETY COMPANY OF ' TERICA T. ELERS CASUALTY AND SURETY COMPA. FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Cindy L. Villasista, Darlene Jakielski, Julie M. Glover, M.J. Cotton, Mike Amundsen, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle, Lawrence J. Newton, Andy D. Prill, of Bothell, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VO1'ED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of July 2001. STATE OF CONNECTICUT } SS. Hartford COUNTY OF HARTFORD ,R'j�*�i4 MIN ; Humana TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY B George W. Thompson Senior Vice President On this 2nd day of July, 2001 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. My commission expires December 31, 2002 Nota Carol A. Thompson Public CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 7th September , 20 01. By� at Kori M. Johanson Assistant Secretary, Bond day of P-11 NON -COLLUSION AFFIDAVIT STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named South 180th Street Grade Separation, Project No. 87-RW09. Wilder Construction Company Name of Firm Signa Tom Zan Washington Manager Title Signed and sworn to before me on this / 9 day of 04 40 20 °. ed,,, c Signature of Notary Public in and for the State of Washington My appointment expires: 7-2-04 SEAL DISCLOSURE OF LOBBYING ACTIVITIES Complete ems form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure.) •a••••••• b. O•••a 1. Type of Federal Aciron: 3 contract b gram c. cooperative agreement d. loan e loan guarantee l loan insurance 2- Status o1 Federal Actions Ca. bidlofedapplication b. initial award c. post -award 3. Report Type: n a. 'nidal tiling L.J b. matenal change For Material Change Only: year quarter date o1 last report Name and Address of Reporting Enliey: Pnme O Subawardte Tier , if known: W t.Dt4Q_ 'W IJ STR.aae—.1-10 v Co 4.-12 Isar E r, et t 1 ,>: ti t tut "taw f. fuf-itERt Ott 98.)-0t Congressional District. if known: G. Federal Department Agency S. 11 Reporting En ity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District it knower: 7. Federal Program NamerDescription: CFDA Number, r/applicable- 11. Federal Action .umber. d known: S. Award Amount. r1 known: s !ll. a. name and Address of lobbying Entity rd ,nonr.dual. fait name. bite name. 4U.: Vitt -DAA„ CoNSrT/LacTtc , siyw.t also $ r.1 0? oft. " Loeb -M Pc-rto to S • b. Individuals Performing Services uncludrng Jodrell .1 calfccnr from NO, IOa) flasl name. first name. M!h anarh Convw., 000. Sheena 11•Ut•A .1 •ccessan• 1t. Amount of Payment tcheck a!! Vial aWiv,: c = 3Ct1.al = planned 12. Form or Payment tcheck a!1 that apply,: = a CJSn b .n•crnd speafr nature • alue 13. Type of Payment !check all that apply): O a. retainer O b one-time lee ❑ c. commission O d contingent tee O e deterred C 1. other. specify: 14 Brie' Description 01 Services Performed or to be Performed and Datetsl of Service. including otficertsl. emploveetsl. or Mernoerts) contacted. for Payment Indicated in Item 11: 011.01 Caan,auna• Sheriff S/{ll.4 d •ererran. ontinuation Sheens) SF.LLL•A attached: C Yes Q No 1L ••••••••••• ewrw•w u..•qr. •.. ••e•• • tweu•uw M IMO 11 1.1.3 C. mamma •n: n.. •t./r•ww / tate.• /13.3.3363. e •.•nn31 artmwenss. e• tort rum yew% messy es sem/ N tM •.r. •a•w w• SIM n•w/•...w •r • •rw•.w awe n, •assompe a morose ••.a• we r n u S: snnt raw .ems..—1 ..• a. wa..w r sir Cwp.e• WOW ...MI. •rm w+ b...r.be. r • ow a•waa•r am Immo w e.w r am w mm.ee• •>IIA.. Moa IS .etre • • ewe taw I raw - M 1411111 a,.• e.. gee 1SW {VW O S. •er• w/• nr•r- nue Washington Manager Telephone Nat; 5-55 1 —3119,9, 1 0/19/01 Federal Use Onlr •eha •y.ae4 1a. Log al arr e.wl.aw 11 Suws{a.S /sow. - W P-12 P-13 INSTRUCTIONS FOR COMPLETION OF 5F -LLL, DISCLOSURE OF LOBBYING ACTIVIT'ES This disclosure form shall be completed by the reporting entity. whether subawardee or pnme Federal recoment. a: rhe mmaiton or receipt of a covered Federal action. or a marenal change to a previous 61ing pursuant to tide 31 1,„S C. section 1.3S2. The filing of a form it required for each payment or agreement to make payment to any lobbying entry for influencing or anempttng to influence an officer or employee of any agency. a Member of Congress. an officer or employee of Congiess, or an employee of a Member of Congress to connection with a covered Federal action, Use ire 5F•11.1.•A Continuation Sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional intormatlon. 1. Identify the type of covered Federal action for which lobbying activity is andfor has been secured to influence the outcome of a covered Federal action. 2. Idennfy the status of the covered Federal action. J. Identity the appropnate classification of this report. If this is a foilowup report caused by a matenaf chine. .., information previously reposed. enter the year and quaver in which the change occurred. Enter the Cate a ;- previously submitted report by this reposing entity for this covered Federal action. 4 Enter the full name. address. city, state and zip code oI the reporting musty, Include Congressional Cistnct. .I known. Check the appropnate classification of the reporting entity that designates if it is. or expects to be. a pnme or subaward recipient. Identify the tier of the subawardee. e.g.• the hest subawardee of the pnme is the 1st her 5ubawarJs include but are not limited to subcontracts. subgrants and contract awards under grants. 5 11 the organization filing the report .n item 4 checks -Subawardee”. then enter the full name. address. or state inml rip code of the pnme Federal recipient. Include Congressional District• d known, 6. Enter the name of he Federal agency making me award or loan commitment. Include at least one organizational revel below agency name..1 known. For example. Department of Transposatton. United States Coast Cuard. 7. Este• triy federal program name or description for the covered Federal amen (item 1). If known, enter ere I d Catalog of Federal Domestic Assistance (CFDAI number for grants. cooperative agreements. loans. ant ioa, commitments. S. Enter the most aooroprsate Federal identifying number available for the Federal action identified in .:em 1 t. t _ Request tor Proposal (RFP) numoer, Invitation for Bid OF8) numoer, grant announcement numoer ice cor;rac: grant. or loan aware] numoer the appltcatiorvproposal control number assigned by the Federal agent.i trcr.ce prefixes. e.g.. -RFP-DE-90-00 1.- 9 For a covered Federal action where there has been an award or loan commitment by the Federal agencs enter ere Federal amount of the awarcloan commitment for the pnme entity identified in item a or 5. 10 (a)Enter the full name. address. city, state and zip code of the lobbvng entity engaged by the rezoning Crit:^, identified in .tem 4 to influence the covered Federal action. tblEnte• the full names of the individualist performing services. and induce hill address at different nom 10 tat Enter Last name. First Name. and Middle Inttiaf (MI). 11 Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity lite—. of to tr•• l000ving entity stem 10) Indicate wnether the payment has been matte (actual) or viii) be mace (punned, Che_. all boxes that apply. 11 this is a marenal change repos. enter the cumulative amount of payment maoe or pian-eo to be mace 1:. Check the aooroonate boxiest. Check all boxes that apply. If payment is made through an in•lund Contnbuton spew the nature and value of the m•kind payment. 13, Check the appropnate boatel/. Check all boxes that apply. If other, specify nature 14 Provide a specific and detailed descnotion of the services that the lobbyist has performed. or will be exoectea to perform. and the dates) of any services rendered, Include all preparatory and related activity, not lust time seers .n actual contact with Federal officials. Identity the Federal officially) or employeets) contacted or the orticer,$). empioyeets), or Mernbens) of Congress that were contacted. 15. Check whether or not a SF•LLL•A Continuation Sheetts) is attached. 16 The cernfying official shall sign and date the form. punt his•her name. title. and teiephone number. rue11K repomns burden for tips collection of inlonnargn ,s esoinated.. est awtrale 34 mwnrspey per response, including, dine ioro reviewns iii sinacuont. searchoi% Canting dau sources, $atsstnng and matnUinsng this drsa asst cdpnptietsng and ievme.sns Ole Co)lesspcn ss sn)orma*ion Send comments ressrnsng. the burden tartrate or mss acne, aspen al ttui ceflrraon of eflonnauon, incluoin;° v.sj•stirans r0 the Qnoce Oi rwanxgement and eudse . Pape++.ort ZeCuelson poiewtt ttJ)l4404.4t,'waahing!on, 0 C.:ClO) P-14 NON -COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline' to report such activities. The 'hotline' is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. AH information will be treated confidentially and caller anonymity will be respected. DOT Fon, 272.035H Reviseo 10/94 P-15 PROPOSAL - CONTINUED The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND ❑ IN THE AMOUNT OF ❑ DOLLARS ❑ ($ ) PAYABLE TO THE STATE TREASURER • IN THE AMOUNT OF 5% OFTHE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) / 2. 3 HOR'IZED OFFICIAL(S) FIRM NAME Wilder Construction Company (ADDRESS) 1525 E. Marine View Drive Everett, WA 98201 STATE OF WASHINGTON CONTRACTOR'S UCENSE NUMBER WILD073K4 FEDERAL I ID NO. 9 1 1 41 6 12 17 1 1 1 6 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4' of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. DOT 272•0360 Rswsd 693 i3 2- - P-16 41111b. Disadvantaged Business Department of Transportation Washington State Enterprise Utilization Certification !4 o be eligible for award of this contract the bidder must fill out and submit, as part of his/her proposal, the following certification relating to Disadvantaged Business Enterprise (DBE) requirements. This certification shall be deemed a part of the resulting contract. Failure to fill out and submit this certification, the inclusion of a false certification, or insufficient projected use of DBEs, shall be considered as evidence that the proposal is non-responsive to the invitation to bid. Information on certified firrns is available from OMWBE, phone (360) 753-9693. Wilder Construction Company certifies that the following Disadvantaged Business Enterprise(s) Name of Bidder (DBE) have been contacted regarding participation on this project and, if it is the successful bidder on this project, it shall award subcontracts to or enter into supply agreements with the following DBEs as indicated: (if necessary, use additional sheet). Name of DBE Certificate Number .J 1 1e.Pe":112. CNTR.kcTo2, IrJG byfL153lo1) 9 Capacity * (Prime, Joint Venture, Subcontractor, Manufacturer, Regular Deafer, Service Provider) S v 81✓o.v7124 C,7o2 Description of Work D EMoc./7/on1 Amount to be Applied Towards Goal ex) 2. Qi' P L.-*/.. 'Sc-AP1NG tNC.' ISvaC.onIZA.44C7o p2F0 -700 21-i 3. lri°r6.1 e l.. Co Po8.4710 n1 0111144410q6191 _. L*, PS 'NG? sMvP 11221Fa-71o/i ' Sv3cowv7e4c2o12 1 Confc1[ETt STi2-4)c-veES 5. fQMe_ oa .4-1- _17 Sg4leo.uT4 rte Qc�`-'F0.4ee 1 /'i rSi6£{ – Piqe .0 1 ”f A- 1 65;7, a)oaa ip- 00 F/ePoo. Disadvantaged Business Enterprise Subcontracting Goal: 4_57:e), DBE Total $ 5..%l(i Do • Regular Dealer status must be approved by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. * See the section "Counting DBE Participation Toward Meeting the Goal" in the Contract Document. The Contracting Agency will utilize the above data to determine whether or not the bidder has met the goal or the average goal attainment of all bidders. 007 Form 272-056A EF Revised 12/97 P-17 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: WILDER CONSTRUCi'10N COMPANY Address of Bidder: 1525 E. Marine View Drive Everett WA 98201 City Contractor's License No. WILDECC073K4 State Zip Code Contractor's State Tax No. 601 213 302 Dept. of L&I Bond Registration No. ° 3 $10 3 59‘085 &A( Worker's Comp. Acct. No. 572, 672-00 Bidder is a(n): ❑ Individual ❑ Partnership 0 Joint Venture ® Incorporated in the state of WA List business names used by Bidder during the past 5 years if different than above: Bidder has been in business continuously from 1911 Year Bank Reference Bank of America Mr. Hank Knottnerus 206-358-3369 Bank Account Officer Officer's Phone No. SUBMIT FINANCIAL STATEMENT "rot w iz - No. of regular full-time employees: mm 2.7 '2 - Number Number of projects in the past 5 years completed: x ahead of schedule * on schedule 1-10,ndreAs 4 POe.c+Fs 1hh0..m. behind schedule .s.ifiJ.sr or" 4-, ter. o y 'd►*acW.. 16. $41"4"-1-*-- — Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 90 As a subcontractor for 90 years. years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title SPhdf,,' 601a_rdce,s f 1,4a.vla e r Tek WOct-\ I eve- n Su.P-err h, 4414.R. it 7)0n 5e -h roe cL r- S4-ruc lives rwc How Long With Bidder ears 5 years 13 Years G 1,20.4-.5 2,• Responsible Bidder Determination Form P-18 List all those projects, of similar nature and size, completed by Bidder AND completed by proposed subcontractors within the past 5 years. Include a reference for each. Any attached preprinted project listing must include all this information for each category .of work: Clearly note what work will be done by Bidder and what work will be by a specific subcontractor. ALL categories must be filled out in order for bid to be considered as responsive. ROADWAY CONSTRUCTION (Curb, gutter, sidewalk, base and paving) Project Name Toellts►oE BU.Ss rits Year Completed E►,.��on AFD ko.,t00.1n+,Pm4.r 9 100 E Hb sr Etc. 161 o0 Sn+ i►rperh ll,nfleso}.:Q.. Cvvlt Rcc%& Nwv 99 142 5 v.1 20V SCJ 10199 1 lot) boo N. S-aa.ttt1, Ca") -mw,.., 4.114#1_1111._ -So ►ter v i Qct Twp 6 I i Nov t.a s Ev et ett1�„ , I" g Contract Amount 4,093,950 11,44$, 000 11,871,1,61 16I'a41,97,L 4.% , 9bo 100,000 5, 3oo,00c) 13, Soo, oaz, UTILITY CONSTRUCTION (Water, Sewer and Storm Year Contract Proiect Name Completed Amount !�►►lal 304-1 uss f)0 5700 ?Co,°co Fred t4tyer �i►11 r�-�. 1,� 98 5, 100, 000 �ac �agcoy.ltZ ►c '3-i 15/ ,0-00 CDSM (see Special Provision section 2-13 mandatory submittals with the bid documents) Year Contract Proiect Name Completed Amount s/ b4>;,t,4eraa 5127-#4 S7,/ *3,iov,000,' Owner/Reference Name and Phone Po++ of t-vtyatt 4as - 259- 314'1 US Oct nnvn u -r, o.tkn- 101-IS3 Ms.Wa+tS W s Ddi +d5 -739-1760 Jam LaV &ssa,r AKbcr 90"1-21)9-b44 so D.tnnisCam tiov-P. S kar4i+ 4 P►d,b►c Worcs 340 -36-9'ioo Wye Z 1 ade, C►i-%) v Lynnwove( 9a,s-1-11-9576 a74-44-ocobsc►., Shat,. WA Zoo -57.7-3653 acwt N4 4wtll C+Ci.1 e� cl I ,t1.5LL z, 3400 676 -IA(,/ JAI* 7A134 -1t WS_ 9as- 339 - I2.7o Mon-Iw, Lentsor- Drains) Owner/Reference Name and Phone r` T lal►oTr► �otA las( bts P�bl$-woNks� D J541-4o�q .w,.k %<a k N 4 Z.SS RoKnti Cerp. Sos 197 -?mss doNs LNtSe-.6 Por4 .4 Sea..-tzoc-51vs- 53ter IraACE- Yan.►.�; subsection 3.01 B QUALIFICATIONS for 1rk 1y a .V.07L 40 Y ' 'Dl 4-4.? ODd j4o VVt 10•5A Co iec Wes, �1 l,Gh � Dvfl l9►,-�4A1 i 1c/ L#Jg 14.9. -2/0 i l 8',00p4006 Owner/Reference Name and Phone Pa CAC. L'?- L o j. --k 1,613,4-p L/r o GR,ND fk,R►Lf4 Lo0S. )D,, 7 es GS leo Vs,V, A 7p eetylrf c- ,T ? L `. �i'. A r 1c% e - 51�Lk ATI, R -N7) olwy • v>? ai.401Ii�s s ¢ a&i j 3GG-aG&o Rev 2001 Responsible Bidder Determination Form P-19 DRILLED SHAFTS/RETAINING WALLS (See Special Provisions) Project Name Year Completed eas-e eaG In 4 Contract Amount Owner/Reference Name and Phone STRUCTURES (precast concrete and steel bridges; see Special Provision for PEDESTRIAN BRIDGE for mandatory submittals with this bid document) Year Contract Project Name Completed Nov (1.14-4i 13>z4 doeex?,oc� I>>IGhuck etswr Prudes... 5191 Sa..»+s k t) kA 4vw as 11),A yeJell at tit.Qtter Evtu 9, II(Al 44411,4;10- &fILY i312ti . Liu iv -tomo- $/u.l tri 4q WETLAND MITIGATION (Grading and Year Completed 12'400 01 10141 Project Name Si 528 Read $aar Gunk E4{tgattnuxt T,oynFw, C k Amount 139$, oac 3, Lt it, 04-7 1, q37,'1s ff1092, 2.66 1t, -%s/, Z2o Planting) Contract Amount 3$S, 5 71 Z,'i91,95� 1,1ot,ao-o Owner/Reference Name and Phone k►n C+ Dor 206 -2.05 -5231 cre„Ic Ney4 A, Snoltemi. Chi PALM tclJks 414,5308-3'/8 ct 4 Ba.!iinsi1444..r. 3640-616-061 3 Qur'a4-- 4-14444470.14.szr 4as-335-7...fioo A-rfa.4, wsDor 4d$ -33'1-127o un►�1,n�KSS + Ce Ali,. cl: ga/leu tu_ y aS 4/51- ):751 bowe C,€r, ,Owner/Reference Name and Phone 64-1 oP Adfkroyi ice. leak .;7, 65t_saao ,,, tie,.. IJS DoT &i X5.7 39 - 114o .39 IAN .6504" Cckt o,F ,Grm-ttie, ao6-wM-S-coo Skula. Wonda Responsible Bidder Determination Form P-20 WORKING ON RAILROAD RIGHT-OF-WAY WITHIN 25 FEET OF AN ACTIVE TRACK Project Name Completed Amount Mc r ick a Boj 4 Site. 9( 9q 300, boo .- Al � �h n. 10119 i ik W41, 9 2t, Silva✓&no guiRM+. 10 e Z, 359, to7 &vLr 1i Access a...., '/49 1, 137.1iSv In.ar1&, c,. S`IrtaioaLc ,, AS 38z,000 6v`rcet Sfi, 11.-rno L I oz 872,779 Owner/Reference Name and Phone 62lLL bOt 5b3-22.9-54Lo S 0046-14 Alaska ti'r 987 e69_ogs6 b. %i/do,.,C $ NSF, 4.PeR, HT i42i vsw 26.3-814-055S G„ack 5. - x 24Di5 4i r " 8>vs� 9is-ss)-µ3s/ H.6. -f rmtcs- 4 Evtrat 9a5.Z57-456s Jac- 4!c ra 4 List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project Contract Amount Total Claims Arbitrated or Litigated Amount of Settlement of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? j$I No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? gi No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? 1E No 0 Yes If yes, give details: Responsible Bidder Determination Form P-21 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? X No 0 Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? 21 No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? 0 No 0 Yes If yes, please state: Date a-Il.-ao Type of Injury - t hTPt ►r. Agency Receiving Claim Lu A r j'_L.' e e . T• -aur The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained he Signature of Bidder Tom Zamzo Title: Washington Manager Date: 10/19/01 Y -, P-22 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWWRENT IL4 G. Crai3 i- A DC 't 36 C-.- t3,4+ -Ct. HD& 1 . Jfil )c u /( 4.-.i. 7" Exce_ll.e A f 0.14; r1 awry CI! ZS PD .54 -eel k K bb -W 8/Owel( b-eck Fir? (skit r" Illa-- 1990 Ex c.e.il -e..,.7`' Cxc.¢,l/.en-/" Du1 n pwrl ZSr» Conore.te pur»p as T /4yd. Crane IenD ReN /' 12T $Doe, Trkck .TD bSo Dozer 1990 19 9 _f .Erxc.a.//-nf Ex ce 1144ct- o-wr\ &urn D -S C.+ 2bzpr LG -P GIST ELZA0 6-K . kJ. -iv I 1997 1442. -L:-73G,/le4t1 G-ooD owr` o Wn CAT 32-5 Ex c&vct-tor SD 992_ v cay. -Far 2.s_kri- QeA"t Co4T TW s3 Pe? rKiift 9 /rG Gtr Lo a4 c r I tib 19 ti 4 Exc..a,l(en-I' E- c.11 /f-Q.►11- 6Lk, vt o -co -r _Tr 7.8 C* r Lca e- / Ton F/a f ded / 19S VA -216-5 Crao p Cee D 0 w,, era.) h Labor to be used: Labortr-s0-p-era' , C&r -t.+-1 .r I-rkak dr+viens, Ou-nRAA - -; rworickr-5 I Imo. bucks Wilder Construction Company alae of Bidder Washington Manager Title Gori 32 Rev 200' P-23 PROPOSED SUBCONTRACTORS Name of Bidder Wilder Construction Company The following is a list of the heating, ventilation and air conditioning, plumbing and electrical subcontractors that will be used in the work if the Bidder is awarded the contract. In accordance with RCW 39.30.060, revised in 1999, this only applies to contracts expected to cost one million dollars or more. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder ` Name CtEerd - iRRA25 7 f H r//9- / Schedule/Bid Item Numbers Subcontractor will perform jan, --r„fit-. c 7 I�Al2T/�'L of Total Bid a �o rCdss yigd / S_ [56L9 ON X2t/YJ] OS:' 1HLL TO/ST/OT TANGENT PILE WALLS & SECANT PILE CUTOFF WALLS MALCOLM DRILLING CO., INC, 7808 S, 207th Court Kent, WA 98032 PH: 25S-3954300 PRIEST NAMEJYea Lakemont Blvd. Extension Bellevue, WA Cargill Grain Portland, OR Columbia Blvd. Pump Station Portland, OR Cold Creek Pipe Replace. Vancouver,W A 1211 23 Ave. SW/Dakota St. Slide Repair Seattle, WA Bellevue Access Bellevue, WA JIM Totem Lake/I 405 (WSDOT) 1.1112 Luther Burbank to N. Mercer Undercrossing (WSDOT) Edmonds Wastewater Treatment Plant DESCRIPTION GENERAL CONTRACTOR Secant Pile Wall (dia. 481 W/Permanent Tiebacks Secant Pile Wall (dia. 48") w/Permanent Tiebacks Slope Stabilization Secant Pile Wall With tiebacks/seal slab w/tie-doWn anchors Secant Piles Secant Pile Wall (dia 36") for Slope Stabilization Secant Pile Wall for Perm. Shoring (dia, 60') Secant Piles with Permanent Tiebacks (dia. 60") Cylinder Piles, Tangent Piles, Secant Piles, Soldier Piles, Tieback Anchors, Vertical Drains, Horizontal Drains (dia. 6'/5'14') Soldier Piles, Tiebacks Secant Pile Cutoff Wall (dia, 20 Wilder Construction, Inc, Joe Spink 425-865-9522 Malcolm Drilling — (General) Gene Loeffler -- (Owner) 503-281-9177 Natt McDougall Company 503-968-7552 RCI Construction, Inc. 503-537-1652 Gary Merlino Construction Brad Merlino 206-762-9125 General Construction 206-938-6200 Rivera & Green Construction 206-271-1041 Max J. Kuney Company Karsten Olsen, P.E. 509-535-0651 Wright Schuchart Harbor 206-771-8145 [96L9 ON X2I/Xzl O4:!" 1H,L TO/9T/OI DRILLED SHAFT/CAISSON PROJECTS Prolect jLocatloal Terminal 18 Harbor Island, WA DFS Galleria Honolulu, HI 164t&I5 Snohomish County MALCOLM DRILLING CO., INC. 7808 S. 207th Court Kent, WA 98032 PH: 253395-3300 ata Tower & Parking Sructure Waikiki, Honolulu, HI 164th to WR 526/SR 5 HOV Lanes Snohomish County Allen Street Bridge Kelso, WA South 196th Street Bridge Kent, WA SR 90 Cle Elum Weigh Station Cie Elurri, WA Vat River Bridge Kent, WA SR101 MP 174 Lost Creek Bridge Forks, WA Nug eats Vicin Bridge Bellingham, W `b TonaSket Bridge Tonasket, WA Marine View Drive Slide Repair Des Moines, WA Description Drilled Shafts 2m and 3m Dia, Shafts In silts & sands 21 24' 50' Shafts 3' & 5' Dia Shafts Drilled Shafts Drilled Shafts & Soil Nail Wall Drilled Shafts 8ft dia. in silt & sand Drilled Shafts 8ft dia. in silt & sand Drilled Shafts Drilled Shafts/Permanent Casing-8ft dia. Drilled Shafts Drilled Shafts 8ft dia, Drilled Shafts- 5'dia, X 16" Drilled Shafts General Contractor Morrison Knudsen 206-4 034 Albert Kobayashi, Inc. 808-671-6460 Mowat Construction 425-398-0205 Hawaiian Dredging Construction 808-735-3211 Mowat Construction Co. 425-398-0205 General Construction Co, 206-388-6300 Frontier -Kemper Constructors 206-766-8106 Scarsella Bros. 253-8727173 MKB Constructors 206-634-1700 Scarsella Brothers, Inc. 253-872-7173 Max J. Kuney 509-535-0651 F,E.Ward 360-573-8929 Able Wright & Company 206-824-7012 c,1, IT1'1T]l!7 1.11r 1'111-II.I I.LJQC•C Tfit17'QT' I"u'1 [56L9 O.i Y2{/X,LI OS:IT :1H.L TO/8T/OT Drilled Sha'ft/Caissons Page 2 Prosect (Location rio klyn Sub Jefferson, OR Napoleon - ridge Stevens County, WA Marble Creek Bridge Skarhania County Lakemont Blvd. SE Extension Everett, WA Enchanted Parks Sumner, WA M voila Bridge Seattle, WA PDX Air Traffic Control Tower Portland, OR SR520 104th Ave. NE WSDO wud ale 2 3 I Ave Multnomah County, OR Robe Menzel Bridge Granite Falls, WA Neches River Bridge Yakima County, WA WSOOT SUzie Creek Bridge SR 112/38 Port Angeles, WA WSDOT Pass Creek Slide Stabilisation Douglas County, OR Oregon DOT Terminal 5 Exp SW Harbor Seattle, WA ccc, • nk i Description Drilled Shafts 7' Diameter Shafts Drilled Shafts 7' dia. w/ rock sockets Drilled Shafts and Permanent Tiebacks 5ft dia. w/ rock sockets Drilled Shafts Drilled Shafts for Bridge Bracing Support Drilled Shafts 9ft dia. in silt & sand Drilled Shafts Drilled shafts and Anchors Drilled Shafts Drilled Shafts (12' diameter/ 40' deep) Drilled Shafts (12 ea) (4' tO 6` diameter) Drilled Stone Columns (5' dimeterl4O' deep) Drilled Shafts (8 ea 5' dia, 7 ea 5' dia, 8 ea 8' dla) General Contractor Malcolm Drilling Co. Inc. 253-395-3300 Robert B, Goebel 509-535-8877 Weaver Construction Company 541-963-5226 Wilder Construction 206-551-3116 Robison Construction Inc.(RCI) 206-863-$200 Mowat Construction Company 206-827-7393 PCL Construction Services, Inc. 206-454-8020 Max J. Kuney Company 509-535-0651 Kiewit Pacific Co. 360-693-5582' One Way Constru 206-856-2838 Weaver Construction 541-963-5226 MKB Constructors 206-634-1700 1n, Inc. JAL Construction, Inc. 541-289-6568 Fletcher General Construction 206>} -6999 °'1,IT11T?ICT W7M7HW Wr19S:c T21717'8T'1i0 [96L9 ON XH/X,L] 04:/ Drilled Shaft/Caissons Page 3 Pro' Location Hyundai 6-4 Project Eugene, OR Smokey Point to SR 529 Marysville, WA 1H,L TO/8T/OT SR 67 -15th NW to 84th S. (Stage 2) Auburn/Kent, WA WSDOT #4771 Bryant Station Bridge No, 407 Snohomish, WA JFK Library Addition Cheney, WA No Nerne Creek/ Snoqualtnie Valley Trail Tukwila to Lucile St. - Stage 3 Seattle, WA (WSD'QT) PACCAR Bellevue, WA SR 509/99 DUWamish River First Avenue Bridge Tukwila to Lucile Street Tukwila, WA (WSDOT) Intalco Aluminum Co. Ferndale, WA Pilchuck River Bridge #5 Snohomish County, WA Bryant Station Bridge #407 Pacific Ave. to Dock Street (WSDOT) Description Drilled Shafts (250 ea 3' dia/145 eel 4' dia.) Shafts (8 each -5' dia. 50' deep) Furnish & Place Permanent Casing afts, Furnish & Place - 7' diameter Casing Drilled Shafts Drilled Piers Rock Anchors Machine -Drill Shafts Hand -Excavation -Shafts Drilled Shafts for Bridge Widening (4' dia.) Drilled Shafts for Pier Foundations 9' Diameter Shafts with Perrnahent Casing Soil Excavation. Rock Excavation 6' Permanent Casing ShoringMaiers Braces and Lagging Drilled Shafts for Bridge Footing 5' 6' dia. x 42' avg. (6 ea) 9' 6° dia. shafts (4 ea) General Con r ctor Marshall Contractors, Inc. 408-765-2717 (job site) TriState Construction, Inc. 206-632-7717 Max J. Kuney 509-534-6828 Heritage Construction 206-334-7044 Shea Construction, Inc. 509-534-1030 WESPAC Construction 206-636-0373 Atkinson Construction 206-255-7551 Baugh Construction Co. 206-720-8000 Guy F. Atidnson Construction 206`255-75511 Mowat Construction Co. 206-6277393 Wagstaff, Inc. 509-922-1404 R -Excavating, Inc. 206.259-5960 Heritage Construction 206-334-7044 Max J. Kuney Company 509-535-0651 ckIT"11T?drt 1 71-1-1lHIA LL— :q TG1ll?'HT'1:0 AGREEMENT FORM C-1 CONTRACT NO. THIS AGREEMENT is made and entered into on this day of , 20l, by and between the City of Tukwila, Washington ("Owner") and Wilder Construction Commany ("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 South 180th Street Grade Separation, Project No. 87-RW09, 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 counterpart, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) Bydrin Attest:,, j' This day of Mayor City Clerk WILDER CONSTRUCTION COMPANY Tom Zar6ew- Title: Washington Manager Attest: This day of bcc inL.G,-, 20 4/ Agreement Form C-2 Arpved as to Form: City Attorney Address for giving notices: Contractor's License No. WITrECC073K4 Address for giving notices: Everett WA 98201-1927 Rev.2001 C-3 PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 103647286 We Wilder Construction Company and Travelers Casualt and Surety Com+any of (Principal) ( al A ) America (Surety) a CT 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 Fourteen Million Nine Hundred Fifteen Thousand Two Hundred SI'ti /1�OIIarS ($14,915,266.27 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Performance Bond is provided to secure the performance of Principal in connection with a contract dated , 20_ , between Principal and Owner for a project entitled South 180th Street Grade Separation, Contract No. HP -1998 (024,Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. PROVIDED, however, that after the Final Acceptance of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this Performance Bond shall be Dollarsreduce(olt e 491 52m t1One /Million 0% ur of Total Bid Ninety one Price), to insure Thous ainst all def 0 e Ti ty Six ($) ( � } g 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. 3/ 3z Addendum 5 11 October 2001 Performance Bond C-4 No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Performance Bond without the prior written consent of Surety. This Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this Pi day of act. 20 / Wilder Construction Company Principal Signature of Tom Zamzow Washington Manager Official Title Name and address of local office of agent and/or Surety Company: Travelers Casualty and Surety Company of AmericaSure Sig ,cure of Authorized Official By Cind L. Villasista Attorney 111 Fact (Attach Power of Attorney) Bush, Cotton & Scott, LLC P.O. Box 3018 Bothell, WA. 98041-3018 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 3Z°63-- TRAVELEPS CASUALTY AND SURETY COMPANY OF A"ERICA TF ELERS CASUALTY AND SURETY COMPA1 FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Cindy L. Villasista, Darlene Jakielski, Julie M. Glover, M.J. Cotton, Mike Amundsen, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle, Lawrence J. Newton, Andy D. Prill, of Bothell, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard)