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