Loading...
HomeMy WebLinkAbout20-048 - Saybr Contractors, Inc - Minkler Shop Restroom ProjectCITY OF TUKWILA CONTRACT CHANGE ORDER NO 02 Sheet 1 of DATE: 4/22/2021 BUDGET NO.: 402.98.594.353.48.00 PROJECT NO.: 91930606 CONTRACT NO.: 20-048/19-135.01 PROJECT NAME: Minkler Restroom Rerriadel TO. Melanie Miller 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; and C. All claims against the "Owner which are incidental to or as a consequence of this change are waived. CHANGE: See Attached Exhibit "A", incorporated herein by reference. Saybr Total = $1,999.94 after tax. Gordian Total = $94.45 after tax. 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 other/vise 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 be ow. AC EPTED: Date) Contractor ( acovric t /1 By vi a/ 4,y( Title iv APPROVED BY THE CITY OF TUKWILA Original Contract (w/out tax) $ 236,174.69 Previous Change Order 1,918.14 This Change Order (w/out tax) $ 1,909.03 REV. CONTRACT AMOUNT $ 240,001.86 Date 06/03/2021 HP C.70-ezt-t ,Me/kg By .........Q10 fb bab9 e UaSUeec__bc, Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance); Construction Inspector; Construction Engineer; file: Minkler Restroom Remodel Change Order #2 - Exhibit A Project Information Contract Information Prol'act Costs April 05, 2021 Job Order #: Department/Division: Job Order Title: CIP No.: Contract: Contractor: Construction Construction Tax 10% TGG Licensing 1.95% Licensing Tax 10.0% TGG Consulting 3.05% Total IAA-TUK19-001.02 City of Tukwila PW Minkler Shops Upgrades Supplemental 2 1850237, dated 09/19/2019 Saybr Contractors, Inc. 3852 S. 66th St. Tacoma WA 98409 $1,818.13 $181.81 $35.45 $3.55 $55.45 $2,094.39 Job Order Contract Schedule Project Duration: Start Date: Completion Date: Cover Sheet Page 1 of 1 CONTRACTORS, INC. Building Relationships Date: February 27, 2020 Revised 5/19/20, 22/17y20,2' 23/21,3-26-21 Supplemental 002 SCOPE OF WORK Contract Name and No.: City ufTukwila Project Name: Minkler Building Restroom Remodel — MODULAR Bid No.: 01 Work Location: Public Works Fleet and Facilities Buliding 600 Minkler Blvd Tukwila, WA 98188 SaybrProject Manager: Melanie Miller, 253-753-33IZ Work Hours: Day shift Monday through Friday Estimated Duration: 200 Calendar Days foliowing NTP Project Summary: Provide new modular restroom at location shown in the attached. GENERAL INFORMATION: • This Scope of Work is based on the information received from the City of Tukwila representative Hari Ponnekantt at the Jaint Scoping Meeting held on November 13, 2019 and further meetings December 30, 2020 and February 28, 2020 � Performance of all work will be in accordance with all OSHA and Washington DOSH requirements. • Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is required prior to final inspection and acceptance. • Contractors will be responsible for their own waste disposal. ° Project requires State of Washington prevailing wages to be paid, and Certified Payroll, including filing intents to pay and affidavits of wages paid. • Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager TECHNICAL SCOPE OF WORK: A. GENERAL CONSTRUCTION 1.1. All work performance shall be completed in accordance with the "Project Drawings," and all local, city, and state AHJ requirements and regulations. 1.2. Provide all labor, materials, and equipment to complete the following work package to the extent necessary to complete the intended scope of work including all parts, pieces, and components: B. MODULAR 1. Design 1.1. Verification of Existing Conditions 1.1.1. Perform limited site survey to provide background for drawings required for permit. 1.1.2. Prepare CAD as -built drawings as backgrounds for design of new layout. Page 1 Saybr Contractors, Inc. CONTRACTORS, INC. Building Relationships `°-_:=.-`'�°^ ~^~*.= .-~- ~ .—.=' 3. Modular unit 3.1. New modular unit ( Vesta Modular) 3`1.1. Custom design to include men's restroom and Iockerroom. 3.1.2. Exterior to be manufacture's standard materials. No windows are required. SingIe exterior door will be provided. 3.1.3. Ramp and stairs to be provided for acces.|ndudps1O'x3I'meta|awoing. 3.1.4. Plumbing fixtures to include: two toilets, sink, shower, urinal, 3.1.5. Manufacture's standard toilet partitions and toilet accessories will be provided. 3.1.6. Manufacture's standard Iighting and HVAC will be provided. 3.1.7. Trailer will be outfitted with 20 — 15" foot wide metal lockers. Knocked down style. Penco Vanguard is the basis of design. Standard louvers and recessed lock/door handle. Color to be chosen from manufacture's standard colors. 3.1,8. Upgrcide toilet partitionsfrom rnetci/ to HOPE to/let partitions. 3.1.9, Loc*er security lock samp'es. Prvvide key /ocks and (2) keysfor eachfor (14) lockers, 3.2. Water and sewer connections: 3I1. City ofTukwila to provide trenching and piping from trailer Iocation to existing water and sewer lines. Backfill and pavement patching also by the City ofTukwila. 3.3J. Saybrto provide final connection to sewer and water lines provided by City. 3.3. Electrical connections: 3.3.1. City of Tukwila to provide trenching from trailer location to existing building. Backfill and pavement patching also by the City ofTukwila. 3.3.2. Saybr to provide final connection from existing building to trailer, includirig: 3.3.2.1.Reconfigure circuits to altow space for a new 100A, 2 pole breaker. Provide and install(1) 100A, 2 pole breaker. 3.3.2.2.prnvideand install a1W°EMT raceway and aI0O4`IJO/34OV'single phase circuit from panel to Iocation of modular restroom buliding. 33,2.3. Provide and install a 100A, NEMA 3R, 120/240V, fused disconnect near the new building. ].].2.4.Pvovideaninstall a1'/I,PVC raceway and alO0Acircuit underground from the new disconriect to the connection point on the modular trailer and make electrical terminations at the moclular building existing panel. 3.3.2.5. Provide and install grounding per NEC article 250 3.3.3. Fire alarm and Fire suppression 3.3.3.1. Stand alone smoke detectors and alarm to be provided. 3.33.2. No sprinklers are included. Page 3 Saybr Contrac ors, Inc. IN b Order Contract Contractor's Price Proposal - CSI Date: Contract No: Job Order No: Job Order TItIe: Contractor: Proposal Amount: Proposal Name: Proposal Submitted: April 05, 2021 1850237 IAA-TUK19-001.02 PW Minkler Shops Upgrades Supplemental 2 Saybr Contractors, Inc. $1,818.13 PW Minkler Shops Upgrades Supplemental 2 03/23/2021 Rec# Sect. Item Mod. UOM Description Line Total AWNING DESIGN AND CALCS 01 22 20 00-0053 HR Architect Installation Awning Design Quantity 3.00 x Unit Price 133.00 Factor 1.3249 = Total $528.64 $528.64 2 01 45 23 00-0046 HR Associate Engineer Quantity Installation 3.00 x Awning Engineering Unit Price 152,94 Factor 1.3249 Total $607.89 $607.89 Subtotal for AWNING DESIGN AND CALCS: $1,136.53 LOCKER LOCKS 08 71 23 00-2233 EA Provide Extra Keys (Above The Three Provided For New Locks) Or Duplicate Keys Quantity Installation 50.00 x 50 blank keys for lockers Unit Price 1.12 x Factor 1.3249 = Total $74.19 $74.19 4 10 51 26 00-0147 Built In Key Lock For Solid Plastic Lockers Quantity Unit Price Installation 18.00 x 25.47 x 24 Keyed locks. Material only plus shipping Factor 1.3249 = Total $607.41 $607.41 Subtotal for LOCKER LOCKS: $681.60 Price Proposal Total This proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub -totals and the nmonsal Intel in due to rohndinn of the line totals. and sith-Intaln The Percentage of NPP in this Price Proposal: 0.00% $1,818.13 JOC Job Order Package - -TUK19-001.02 Contractor's Price Proposal - Category Detail 4/5/2021 Page 1 of 1 Job Order Contract Detailed Scope of Work Date: April 05, 2021 6:32 pm Job Order No: IAA-TUK19-001.02 Job Order Title: PW Minkler Shops Upgrades Supplemental 2 Location: Brief Scope: LillPreliminary I-1 Final The following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work: JOC Job Order Package - IM-TUK19-00 .02 Detailed Scope ofWo 4/5/2021 Page 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 0 Sheet of 1 DATE: 3/17/2021 PROJECT NO.: 91930606 BUDGET NO.: 40298.594.353,48.00 CONTRACT NO.: 20-048/19-135.01 PRC)JECT NAME. Minicler Restroorn Remodel TO Melanie Miller 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; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. CHANGE: See Attached Exhibit "A", incorporated herein by reference. Saybr Total = $2,009.48 after tax. Gordian Total = $94.90 after tax. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date By Original Contract (w/out tax) Previous Change Order This Change Order (w/out tax) $ 236,174.69 0.00 $ 1,918.14 Contractor Contractor . - Title ' r(1 -C 1 //17 0 APPROVEDJBY THE CITY OFITUKWILA 06/03/2021 REV. CONTRACT AMOUNT $ 238,092.83 Date By_ Mayor e,Ignecl SeamlessDocs.com C(62 -t -t 6.66eAg ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance); Construction Inspector; Construction Engineer; file: ontract InforMation, December 30, 2020 Job Order #: Department/Division: Job Order Title: Contract: Contractor: Minkler Restroom Remodel Change Order #1 - Exhibit A IAA-TUK19-001.01 PW Minkler Shops Upgrades Supplemental 1850237, dated 09/19/2019 Saybr Contractors, Inc. 3852 S. 66th St. Tacoma WA 98409 Job Order Contract t?rojeci,Casts Construction Construction Tax 10% TGG Licensing 1.95% Licensing Tax 10% TGG Consulting 3.05% Total Project Duration: Start Date: Completion Date: $1,826.80 $182.68 $35.62 $3.56 $55.72 $2,104.38 Cover Sheet Page 1 of 1 CONTRACTORS, INC. Building Relationships Date: February 27, 2020 Revised 5/19/ 0, 12/17/20 Supplemental 001 SCOPE OF WORK Contract Name and No.: City of Tukwila Project Name: Minkler Building Resroom Remodel — MODULAR Bid No.: 01 Work Location: Public Works Fleet and Facilities Building 600 Minkler Blvd Tukwila, WA 98188 SaybrProject Manager: Melanie Miller, 258'753'3312 Work Hours: Estimated Duration: Day shift Monday through Friday 200 Calendar Days following NTP Project Summary: Provide new modular restroom at location shown in the attached. GENERAL INFORMATION: • This Scope of Work is based on the information received from the City of Tukwila representative Hari Ponnekanti at the Joint Scoping Meeting held on November 13, 2019 and further meetings December 30, 2020 and February 28, 2020. • Performance of all work will be in accordance with all OSHA and Washington DOSH requirements. • Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is required priorto final inspection and acceptance. • Contractors will be responsible for their own waste disposal. • Project requires State of Washington prevailing wages to be paid, and Certified Payroll, including filing intents to pay and affidavits of wages paid. • Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager TECHNICAL SCOPE OF WORK: A. GENERAL CONSTRUCTION 1.1. All work pe nnanu,shaUbecomp|etedinaccordancevviththe"ProjectDr wings,`andaU|ocaLcity and state AHJ requirements and regulations. 1.2. Provide all labor, materials, and equipment to complete the following work package to the extent necessary to complete the intended scope of work including all parts, pieces, and components: B. MODULAR 1. Design 1.1. Verification of Existing Conditions 1.1.1. Perform limited site survey to provide background for drawings required for permit. 1.1.2. Prepare CAD as -built drawings as backgrounds for design of new Iayout. 1.2. Construction Document Phase Page 1 Saybr ContractorsInc. CONTRACTORS, INC. Building Relationships -`�` . -~ - unit is in pIzce. 3. Modular unit 3.1. New modular unit ( Vesta Modular) 3.1.1. Custom design to include men's restroom and locker room. 3.1.2, Exterior to be manufacture's standard materials. No windows are required. Single exterior door will bevid d pro e . 3.1.I Ramp and stairs to be provided for access Includes 10' x 32' metal awning 3.1.4. Plumbing fixtures to include: two toilets, sink, shower, urinal. 3.1.5. Manufacture's standard toilet partitions and toilet accessories will be provided. 11.6 Manufacture's standard Iighting and HVAC will be provided. 3.1.7. Trailer will be outfitted with 20 — 15" foot wide metal lockers. Knocked down style. Penco Vanguard is the basis of design. Standard louvers and recessed lock/door handle. Color to be chosen from manufacture's standard colors. 3.1.8. Upgrade toilet partitions from metal tnHDPE toilet partitions. 3.2. Water and sewer connections: 3.2.1. City of Tukwila to provide trenching and piping from trailer location to existing water and sewer lines. Backfill and pavement patching also by the City ofTukwila. 3.2.2. Saybr to provide final connection to sewer and water lines provided by City. 3.3. Electrical connections 3.3.1. City of Tukwila to provide trenching from trailer location to existing building. Backfill and pavement patching also by the City ofTukwila. 3.3.2. Saybr to provide final connection from existing building to trailer, including: 3.3.2.1.Reconfigure circuits to allow space for a new 100A, 2 pole breaker. Provide and install(1) 100A, 2 pole breaker. ].3.I.J.Proxideand install a1'/1.EMT raceway and alOUA,l20/%4D\\single phase circuit from panel to location of modular restroom building. 3.3.2.3. Provide and install a 100A, NEMA 3R, 120/240V, fused disconnect near the new building. 3.3.2.4.Provide an install a 1 1/4" PVC raceway and a 100A circuit underground from the new disconnect to the connection point on the modular trailer and make electrical terminations at the modular building existing panel. 3.3.I.5. Provide and install grounding per NEC article 250. 3.3.3. Fire alarm and Fire suppresion 3.33'1. Stand alone smoke detectors and alarm to be provided. 33.3.2. No sprinklerare included. Page 3 Saybr Contractors, Inc. Job Order Contract JOC Total Price Summary Date: December 30, 2020 Contract No: 1850237 Job Order No: IAA-TUK19-001.01 Job Order Title: PW Minkler Shops Upgrades Supplemental Contractor: Saybr Contractors, Inc. Proposal Name: PW Minkler Shops Upgrades Supplemental Proposal Submitted: 12/24/2020 Subtotal for 10 - Specialties: $1,826.80 Work Order Total Washington State Sales Taxes (10%) Contractor's Signature: Melanie Miller, Project Manager Saybr Contractors, Inc. Date $1,826.80 $182.68 $2,009.48 Total Price Including WSST: $2,009.48 Mike Ronda, Project Manger Date JOC Job Order Package - IAA-TUK19-001.01 JOC Total Price Summary 12/30/2020 Page 1 of 1 ‘911 Job Order Contract Detailed Scope of Work Date: December 30, 2020 3:17 pm Job Order No: IAA-TUK19-001 01 Job Order Title: PW Minkler Shops Upgrades Supplemental Location: Brief Scope: riPreliminary ri Final The following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work: JOC Job Order Package - IAA-TUK19-001.01 Detailed Scope of Work 12/30/2020 Page 1 of 1 20-048 City of Tukwila Contract Number: Council Approval 3/23/20 6200 Southcenter Boulevard, Tukwila WA 98188 CITY OF TUKWILA Short Form Contract Contractor/ Vendor Name: Savbr Contractors, Inc. Project No. 91930606 Address: 3852 South 661h Street Tacoma, WA 98409 Budget Item: 91930606.3000.178 and 402,98.594.353.48.00 Telephone: 253-531-2144 Project Name: Minkier Restroom Project Please initial all attachments, then sign and return copies one and two to: City of Tukwila, Public Works Department, 6200 Southcenter Boulevard, Tukwila, Washington 98188. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this 10th day of June, 2020, by and between the City of Tukwila, hereinafter referred to as "City% and Savbr Contractors, inc, hereinafter referred to as "Contractor." The City and the Contractor hereby agree as follows: 1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. TIME OF COIVIPLETION. The work shall be commenced on June 15, 2020 and be completed no later than December 31, 2020 3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amountto be paid shall not exceed $259,792.16 at a rate of N/A , except by wriften agreement of the parties. 4. CONTRACTOR BUDGET, The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 5. PAYMENTS. The City shall make payments on account of the contract at completion of the project. 6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the work, provided the contract is fully performed and accepted. 7. CONTRACT DOCUMENTS. ° The contract includes this Agreement, Scope of Work and Payment Exhibit. CA revised May 2020 The intent of these documents is to include ail labor, materials, appliances and services of every kind necessary for the proper execution of work, and the terms and conditions of payment therefore. The documents are to be considered as one, and whatever is called for by any one of the documents shall be as binding as if called for by all. The Contractor agrees to verify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. 8 MATERIALS, APPLIANCES AND EMPLOYEES. Except as otherwise noted, the Contractor shall provide and pay for all materials, labor„ tools, water, power and other items necessary to complete the work. Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. Contractor warrants that all workmen and subcontractors shall be skilled in their trades., 9 SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the execution of the work shall be secured and paid for by the Contractor, Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. I O. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to any act or neglect. 11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times, 12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved, 13. CORRECTION OF WORK. The Contractor shall re -execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. 14.OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contract or, at the City's option, may terminate the contract and take possession of all materials, tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City. 15. PAYMENTS. Payments shall be made s provided in the Agreements. Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. 16.INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, CA revised May 2020 Page 2 representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single lirnit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage 3. WorkersCompensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Rill Availability of Contractor Limits, If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. 'Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining CA revised May 2020 Page 3 the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISG CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business -days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 17. PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction a performance bond at 100% of the amount of the contract and in a form acceptable to the City. In lieu of bond for contracts less than $25,000, the City may, at the Contractor's option, hold 5% of the contract amount as retainage for a period of 30 days after final acceptance or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens, whichever is later. LIENS. The final payment shall not be due until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien, 19. SEPARATE CONTRACTS. The City has the right to execute other contracts in connection with the work and the Contractor shall properly cooperate with any such other contracts. 20. ATTORNEYS FEES AND COSTS. In the event of legal action hereunder, the prevailing party shall be entitled to recover its reasonable attorney fees and costs. 21. CLEANING UP. The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the work, shall remove from the premises all rubbish, implements and surplus materials and leave the premises clean. 22. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 23. PREVAILING WAGES. The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages' in conformance with RCN 39.12.040. 24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the 1 CA revised May 2020 Fag e 4 presence of any disability in the selection and retention of employees or procurement of materials or SUppljes. 25. ENTIRE AGREEMENT; MODIFICATION. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 26. SEVERABILITY AND SURVIVAL. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 27, NOTICES. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature tine below. 28. APPLICABLE LAW: VENUE; ATTORNEY'S FEES, This Agreement shall be governed by and construed in accordance with the laws of the State of Washington, In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit, IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above written. CITY OF TUKVVILA By • ,9//1 Signature Printed Name: Allan Ekberg, M Date: ATTEST/AUTHENTICATED: C-hzitq 06771ezhe49:g City Clerk, Christy O'Flaherty APPROVED AS TO FORM: 6Dafted c„,scif,t9 BY: 11.-thalr K,H timed Office of the City Attorney CA revised May 2020 By: Signature Printed Name! John Pallotta JOC Division Manager Date: „June 10, 2020 Page 5 May 26; 2020 Job Order #: Department/Division: Job Order Title: Brief Scope of Contract: Contractor: IAA -TU K19-001 City of Tukwila PW Minkler Shops Upgrades ork: Relocate Eockers and renovate facility. Construction Construction Tax 10°,' TGG Licensing 1.95% Licensing Tax 10% TGG Consulting 3.05% Total 1850237, dated 09/1912019 Saybr Contractors, Inc. 3852 S: 66th St. Tacoma WA 98409 $236,174,69 $23,617.47 $4,605.41 $460.64 $7,203.33 $272,061.44 Project Duration: 200 Calendar Days past NTP Start Date: TBD Completion Date: en's and wo Job Order Contract ens restrooms in the pubiic w ks Final Scope of o To: John Pallotta Saybr Contractors, Ind: 3852 S. 66th St. Tacoma, WA 98489 (253) 531.2144 From: Peter Lau City of Tukwila Job Order # IAA-TUK19-001 Job Order Title:: PW Minkler Shops Upgrades Job Order Contract The following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. Subject to the terms and conditions of JOG Contract 1850237Please refer to the Request for Proposal dated for additional information: 6110/202[ ohn Pali a, Contractor Project Manager Date Peter Lau, Project Manager` Date 03 - Fina Scope of work Page 1 of Building Relationships February 27, 2020 Date: Revised 5/19/20 Contract Name and No.: City of Tukwila Project Name: Bid No.: Work Location: Saybr Project Manager: Work Hours: Estimated Duration: Project Summary: SCOPE OF WORK Minkler Building Restroom Remodel MODULAR 01 Public Works Fleet and Facilities Building 600 Minkler Blvd Tukwila, WA 98188 Melanie Miller, 253-753-3312 Day shift Monday through Friday 200 Calendar Days following NTP Provide new modular restroom at location shown in the attached. GENERAL INFORMATION; • This Scope of Work is based on the information received from the City of Tukwila representative Hari Ponnekanti at the Joint Scoping Meeting held on November 13, 2019 and further meetings December 30, 2020 and February 28, 2020. * Performance of all work will be in accordance with all OSHA and Washington DOSH requirements, • Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is required prior to final inspection and acceptance. * Contractors will be responsible for their own waste disposal, • Project requires State of Washington prevailing wages to be paid, and Certified Payroll, including filing intents to pay and affidavits of wages paid. Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager TECHNICAL SCOPE OF WORK: A. GENERAL CONSTRUCTION 1.1. All work performance shall be completed in accordance with the "Project Drawings," and all local, city, and state AH1 requirements and regulations. 1,2, Provide all labor, materials, and equipment to complete the following work package to the extent necessary to complete the intended scope of work including all parts, pieces, and components: B. MODULAR 1. Design 1.1, Verification of Existing Conditions 1.1,1,Perform limited site survey to provide background for drawings required for permit. 1.1.2.Prepare CAD as -built drawings as backgrounds for design of new layout, 1.2. Construction Document Phase 1.2.1.Provide documents for permitting and construction. 1.3. Facilitate Obtaining Building Permit 1.3.1.Building Permit Fees are not included in this proposal. These receipts will be provided to the City for direct reimbursement. Page 1 Saybr Contractors, Inc. rRACTORs, INC. Building Fielationships 3. Modular unit 3.1. New modular unit ( Vesta Modular) 3.1.1, Custom design to include men's restroom and locker room. 3.1.2. Exterior to be manufacture's standard materials. No windows are required. Single exterior door will be provided. 3.1.3. Ramp and stairs to be provided for access. Includes 10 x 32' metal awning. 3.1.4. Plumbing fixtures to include: two toilets, sink, shower, urinal. 3.1.5. Manufacture's standard toilet partitions and toilet accessories will be provided. 3.1.6. Manufacture's standard lighting and HVAC will be provided. 3.1.7. Trailer will be outfitted with 20-15" foot wide metal lockers. Knocked down style. Penco Vanguard is the basis of design. Standard louvers and recessed lock/door handle. Color to be chosen from manufacture's standard colors. 3.2. Water and sewer connections: 3.2.1. City of Tukwila to provide trenching and piping from trailer location to existing water and sewer lines. Backfill and pavement patching also by the City of Tukwila. 3.2.2. Saybr to provide final connection to sewer and water lines provided by City. .3. Electrical ccinnections: 3.3,1. City of Tukwila to provide trenching from trailer location to existing building. Backfill and pavement patching also by the City of Tukwila, 3.3.2. Saybr to provide final connection from existing building to trailer, including: 3.3.2.1. Reconfigure circuits to allow space for a new 100A, 2 pole breaker. Provide and install (1) 100A, 2 pole breaker. 3.3.2.2. Provide and install a 1174" EMT raceway and a 100A, 120/240V, single phase circuit from panel to location of modular restroom building. 3.3.2.3. Provide and install a 100A, NEMA 3R, 120/240V, fused disconnect near the new building. 3.3,2,4. Provide an install a 1 1,4" PVC raceway and a 100A circuit underground from the new disconnect to the connection point on the modular trailer and make electrical terminations at the modular building existing panel. 3.3.2.5. Provide and install grounding per NEC article 250. 33.3. Fire alarm and Fire suppression 33.31. Stand alone smoke detectors and alarm to be provided. 33.3.2. No sprinklers are included. Page 2 Saybr Contractors, Inc. ASSUMPTIONS: EXCLUSIONS: • The following are assumed not needed, and are not included: c Design Review Board Materials '& Process o Health Department Coordination & Submittals o CUP (Conditional Use Permit) o Change of Use and other Land Use Actions • SEPA Checklist Arborist Report, Tree Inventory and Tree Retention Plans • Interior Design Presentation board of all interior selections and furnishings.: Finishes will be discussed in an informal sit-down meeting. Sustainable Acquisition ▪ Audio/Visual Communications/Law Voltage system modifications, • City of Tukwila Building Permit. Trade permits. SUBMITTALS:: • Design documents for permitting. • Product Data Sheets • Construction Schedule O&M Manuals Warranty ROUGH ORDER OF MAGNITUDE PRICING:: The ROM proposal for this work is: $ 236,174.69 (a x). A simplified breakdo f these costs: aunt excludes sales Description lodui Survey and Permit Drawings ical Connections Plumbing connections Modular restroom, set up, delivery, ramps and stairs ROM Canopy covering stairs and ramp Lockers ROM Modular Only $ $236,174.69 Page 3 Saybr Contractors, Inc. NTRACTORS, INC. Building Relationships Concept Exterior: PAINT COLORS TO BE SELECTED BY CITY Unit will have no windows and one door. Page 5 Saybr Contractors, Inc. ALTERNATE 1 Concept modular floor plan: The Entrance door will be moved to the left side of the drawirig per owner instructions. 6 CO RS, INC. Building Relationships UL C: Hievo ainoori .2i4 Page 6 Saybr Contractors, Inc. CONTRACTORS, INC. Building Relationships Concept Exterior: PAINT COLORS TO BE SELECTED BY CITY Unit will have no windows and one door. Page 7 Saybr Contractors, Inc. ,IHC. u ilding Relationships Concept modular site plan: AV, 4 AV "4 444' ,4"4,4441"' 44144P4P4,444" 44' 4'141 '44) ;',14‘441g1,441A'', 4:44 4;,;444,11444444..44 , t*„ NEW RESTROO LOCATIO Page 8 Saybr Contractors, Inc. Job Order Contract JOC Total Price Summary Exhibit B Date: Contract No: Job Order No: Job Order Title: Contractor: Proposal Name: Proposal Submitted: May 26, 2020 1850237 IAA-TUK19-001 PW Minkler Shops Upgrades Saybr Contractors, Inc., PW Minkler Shops Upgrades 05/21/2020 Subtotal for 10 ft. Overhang/canopy: Subtotal for 25 LF of Steel Locker; Subtotal for Electrical: Subtotal for Engineer and Architecture: Subtotal for Modular: Subtotal for Plumbing: Subtotal for Stairs and Landing: $21,145.40 $7,067.68 $14,675.33 $31,531.36 $133,924.39 $1,831.54 $25,998.99 Work Order Total Washington State Sales Taxes (10%) Contractor's Signature: John P otta, Project Manager Saybr Contractors, Inc, The Gordian Group JOC License Fee, 5.00% Total Price Including JOC License Fees City of Tu kwi la : Peter Lau, Project Manger 6/10/2020 Date Date $236,174.69 $23,617.47 $259,792.16 $11,808.73 $271,600.89 JOC Job Order Package - -TUK19-001 JOC Total Price Summary 5/26/2020 Page 1 of 1 0 "X ...1 CI 4 --I Job Order Contract Contractor's Price Proposal - CSI Date: Contract No: Job Order No: Job Order Title: Contractor: Proposal Amount: Proposal Name: Proposal Submitted: May 26, 2020 1850237 IM-TUK19-001 PW Nlinkler Shops Upgrades Saybr Contractors, Inc. $236,174.69 PW Minkler Shops Upgrades 05/21/2020 Rec# Sect. Item Mod. UOM Description Line Total 10 ft. Overhang/canopy 13 34 19 00-0162 SF Up To 20 SF, Prefinished Aluminum, 'Wall Hung Canopy hp to T projection from wall. Includes finished underside and edges. Quantity Unit Price 300.00 x 53.20 Installation Factor 1.3249 = Total $21145.40 $21,145,40 Subtotal for 10 ft. Overhang/canopy: $21,145.40 25 LF of Steel Locker 2 10 51 13 00-0019 EA 12 x 15" x 72" Two Tier Institutional Or Corridor Locker Installation Quantity Unit Price Factor 25.00 x 196.71 x 1.3249 Total $6,515.53 $13,515.53 10 51 13 90-0019 0176 EA For 14 Gauge Doors, Add Quantity 25.00 Installation Unit Price 16.67 Factor 1.3249 = Total $552,15 $552 15 Subtotal for 25 LF of Steel Locker: Electrical 4 26 05 19 16-0016 MLF #10 AWG Cable - Type TIHN-THWN, 600 Volt Copper, Single Solid, Placed In Conduit Installation Quantity Unit Price Factor 1.50 x 685.40 x 1,3249 Total $1,362 13 $7,067.68 $1,362 13 5 26 05 19 16-9027 MLF 6AWG Cable - XLP (XHI1W-2), 600 Volt Copper. Single Stranded, Placed In Conduit Installation Quantity 0.20 x Wire for bonding and grounding Unit Price 1,522 05 x Factor 1 3249 = Total $403.31 5403.31 26 05 19 16-0125 MLF 412 AWG Cable - Type THHN-THWN, 600 Volt Single Stranded Copper, Underground Feeder And Branch Circuit Quantity Unit Price Installation 0.50 x 563.40 From disconnect to modular Factor 1.3249 = Total $373.22 5373.22 JOC Job Order Package - -TUK1 -001 Contractor's Price Proposal - Category Detail 6/26/2029 Page 1 of 5 Contractor's Price Proposal - Category Detail Continues.. Job Order Number: IAA-TUK19-001 Job Order Title: PW Minkler Shops Upgrades Red/ Sect. !tern Mod.. UOiVI Description Line Total Electrical 7 26 05 26 00-0097 314' Diarneter x 8 Long Copper -Clad Ground Rods Quantity Unit Price 2.00 x 97.56 Installation x Factor 1.3249 = Total 8258.51 5258 51 26 05 26 00-0148 EA 3/4" Bronze Ground Rod Clamp Quantity Unit Price Factor Total Installation 2.00 x 20.73 x 1.3249 = $54.93 $54.93 9 26 05 29 00-0007 LF >2' Length x 1-5/8" VVide x 1-5/8" High, 14 Gauge, Steel Unistrul Channel Quantity Unit Price Factor Total Installation 20,00 x 7,64 x 1,3249 = $202.44 20 locations at 1' par. 520244 10 26 05 29 00-0087 1-114" Diameter, Steel, Standard Pipe And Rigid Conduit Clamp For Unistrut 5118.18 Channel Quantity Unit Price Factor Total Installation 20.00 x 4.46 x 1.3249 = 8118.18 20 locations 11 26 05 29 00-0376 LF 112' Diameter, Plain Finish Steel, Low Carbon Threaded Rod Quantity Unit Price Factor Total Installation 40.00 x 3.24 x 1.3249 = $171.71 20 locations at approx. 1 per side 5171.71 12 26 05 29 00-0392 EA 1/2" Inside Diameter, Zinc Plated Steel, Low Carbon Flat Washer 536.04 Quantity Unit Price Factor Installation 40.00 x 0.68 x 1 3249 = 13 26 05 29 00-0406 Total $36,04 EA 1/2' Diameter, Zinc Plated Steel, Low Carbon/Grade 2 Hex Nut 534.45 Installation Quantity Unit Price Factor 40.00 x 0.65 x 1.3249 Total 834.45 14 26 05 33 13-0064 LF 1-1/4' Rigid Galvanized Steel (RGS) Conduit With Threaded Coupling $6,485.39 Installation Quantity Unit Price Factor 500.00 x 9.79 x 1.3249 = Total $6,485 39 /5 26 05 33 13-0077 EA 1-1/4r Rigid Galvanized Steel (RGS) 90 Degree Standard Radius Elbow Quantity Unit Price Factor Installation 6.00 x 46.62 x 1,3249 = Approx. 6 elbows Total $370.60 5370.60 16 26 05 33 13-0228 EA 1-1/4" Rigid Galvanized Steel (RGS) Box Connector, Insulated With Set Screw 5100.28 Quantity Unit Prica Factor Total installation 3.00 x 25.23 x 1 3249 . $100,26 1 at existing panel. 2 at new disconnect 7 26 05 33 13-0339 EA 1-1/4" Rigid Galvanized Steel (RGS) Off -Set Nipple, Insulated Quantity Unit Price Factor Installatiori 0.00 x 20.69 x 1.3249 Total' $0.00 50.00 JOC Job Order Package - IAA-TUK1 -001 Contractor's Price Proposal - Category Detail 5/26/2020 Page 2 of 5 Contractor's Price Proposal Category Detail Continues., Job Order Number: IAA-TUK19-001 Job Order Title: PVV Mink[er Shops Upgrades Real Sect. Item !Vied. DOM Description Line Total Electrical 26 05 33 13-2434 EA 1-1/4" Type LB, Threaded, Two Hub Cast Aluminum Conduit Body With Cover Quantity Unit Price Factor Installation 2.00 x 70.98 x 1.3249 1 each exiting the existing building and 1 each at hew moduiar, Total 6188.08 6188.08 19 26 05 46 00-0103 EA 20', Steel Taped Shaft Distribution Pole Quantity Unit Price Factor Installation 0.20 x 2,164.73 x 1.3249 New post for Disconnect at new modular, quantity reduce to reflect the actual' size of 8'. Total $573 61 6573.61 20 26 24 13 00-0155 EA 100/100 Amp, 500 Volt, 3 Pole Twin Branch Switch Unit Quantity Unit Price Factor Total Installation 1.00 x 1,545.55 x 1.3249 = $2,047.70 New circuit breaker at existing panel for new modular 62,047.70 21 26 24 19 00-0343 EA Circuit Breaker, GFR Ground Fault Quantity Unit Price Factor Total Installation 1.00 x 1,324.04 x 1.3249 = $1,754.22 Electrical Circuit Breaker and Disconnect 61,754 22 22 26 27 16 00-0196 EA 8" x 8" x 6' Hinged Cover, Galvanized Steel NEMA 3R Enclosure Installation Quantity Unit Price 1.00 x 106,07 x Factor 1 3249 = Total $140.53 5140.53 Subtotal for Electrical: $14,675.33 Engineer and Architecture 23 01 22 20 00-0051 HR Principal Architect Quantity Installation 77.00 Unit Price 180.00 Factor 1.3249 = Total $18,363.11 618,363 11 24 01 22 20 00-0055 HR Principal Engineer Quantity Unit Price Factor 40.00 x 180.00 x 1.3249 Installation Total $9,539.28 69,539.28 25 01 22 20 00-0058 HR Draftsman Installation Quantity Unit Price Factor 40.00 x 55.00 1.3249 Total $2,914.78 $2,914 78 26 01 71 23 16-0003 ACR Survey Clear Area With Few To No Obstacles Quantity Unit Price 1.00 x 539.05 Installation Factor 1.3249 = Total 6714.19 $714.19 Subtotal for Engineer and Architecture: $31,531.36 Modular 27 74 19 00-0013 EA 15 CY Dumpster (2 Ton) "Construction Debris" Includes delivery of dumpster, rental cost, pick-up cost, haufing, and disposal fee, Non -hazardous material, Quantity Unit Price Factor 1.00 x 598.99 1.3249 installation Min. Cost for debris Total 6793.60 5793.60 JOG Job Order Package - IAATUK19OO1 Contractor's Price Proposal - Category Detail 5/26/2020 Page 3 of 5 Contractor's Price Propos& - Category Detail Continues.. Job Order Number: fAA-TUK19-001 Job Order Title: PW Minkler Shops Upgrades Reort Sect. Item Mod, UCM Description Line Total Modular 28 01 74 1900-0037 TON Traditional Building Construction Materials, Landfill Dump Fee Installation Min. Oast for debris Quantity 1,00 x Unit Price 105.00 Factor 1.3249 = Total $139.11 $139 1 29 13 34 23 14-0003 SF Modular Classroom, Connected, Complete Wiih Doors, Windows, Fixtures, Toilets And Teachers Work Room Quantity Unit Prtce Factor Total Installation 1,535 00 55.20 x 1.3249 = $112,261.43 Best fit on purchase directed by owner for custom modular( Vesta Modular) unit for ADA compliance and staffing requirements Built to owners specifications, 30 13 34 23 14-0003 0022 SF For Each Anchoring Into Asphalt Or Concrete, Add $112,261,43 Installation Quantity 120.00 x Unit Price Factor Total 110.00 x 1.3249 $17,488.88 317468.68 31 13 34 23 14-0003 0023 SF For Each Delivery And Set -Up (Block And Level), Add Quantity Unit Price Installation Factor 1.00 x 2,446.65 x 1.3249 . Total $3,241 57 33,241 57 Subtotal for Modular: $133,924.39 Plumbing 32 01 22 20 00-0027 HR Plumber For tasks not included in the Construction Task Cataroge and as directed by owner only. Quantity Installation 16,00 Unit Price 86.40 x Factor 1.3249 = Total $1,831 54 51,831,54 Subtotal for Plumbing: Stairs and Landing 33 13 34 23 13-0031 EA 110-3/4" Long x 72' Wide Switchback Landing Section, Aluminum Modular Access Ramp Quantity Unit Price Installation 1.00 < 4,408.86 x 1.3249 1= 1 switch back at ramp Factor Total $5,841.30 $1,831.54 35,841.30 34 13 34 23 13-0032 EA 60-1/4" Long x 61-3/4" Wide Intermediate Landing Section, Aluminum Modular Access Ramp Quantity Unit Price Factor Total Installation 4.00 x 2,067.65 x 1.3249 = 610,957.72 Approx. 24 feet of landing 510,957.72 35 13 34 23 13-0033 EA 71-3/4" Long x 52-1/4" Wide Intermediate Landing Section, Aluminum Modular Access Ramp Quantity Unit Price Factor Installation 1.00 x 2,046.95 x 1.3249 = 1 each ramp Total $2,712.00 52,712 00 36 13 34 23 13-0037 EA 42" High x 110' Long x 52-3/8" Wide Step Section, Aluminum Modular Access Ramp installation Quantity 1.00 Unit Price 2,309.32 x Factor 1 3249 Total $3 059,62 $3,059.62 JOC Job Order Package - IAA-TUK19-001 Cont actor's Price Proposal - Category Detail 5/26/2020 Page 4 015 Contractor's Price Proposal - Category Detail Continues.. Job Order Number: Job Order Title: IAA-TUK19-001 PW Minkler Shops Upgrades Rec# Sect. kern Mod. UOM Description Line Total Stairs and Landing 37 13 34 23 13-0038 EA 49High x 124 Long x 52-3/8" Wide Step Section, Aluminum Modular Access Ramp Installatiori Quantity 1.00 x 2587.63 x 1.3249 = $3,428.35 Unit Price Factor Total $3428.35 Subtotal for Stairs and Landing: $25,998.99 Price Proposal Total This proposal total represents the correct total for the proposal. My discrepancy between line totals, suh-totals and the oronosal total is cilia to roundino of thA lino totals and Lih-tntAk The Percentage of NPP in this Price Proposal: 0,00% $236,174.69 JOC Job Order Package - IAA-TUK19-001 Contractors Price Proposal - Category Detail 5/26/2020 Page 5 of 5