Loading...
HomeMy WebLinkAbout22-078 - Tucci & Sons, Inc - 2022 Overlay and Repair Program22-078(a) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. DATE: 12/7/2022 PROJECT NO.: 80010401 PROJECT NAME: 2022 Overlay Program TO: BUDGET NO.: 92210401-3000156 CONTRACT NO.: 22-078 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; 6, The rights of the "Owner" are not prejudiced; C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit al Field Overhead and Home Office Overhead Rates for approval In advance of all change orders. CHANGE: See Attached Exhibit "A" 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, fumish 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 a« +ye and below, ACCEPT Date By i/V?, 3 Contractor Tucci & Sons, Inc. Michael F. Tucci Title President Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 1,612,609.75 $ 0 APPROVED BY THE CITY OF TUKWILA Date 26,665.52 By $ 1,639,275.27 Original Contract Time: 60 Additional Contract Time for this Change Order: Updated Contract Time: 65 5 City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File e.gined SwarnloorOom.ra 4,7 irte ' 11711 '104,44,54....12:14,,,,,,F0fint, cc:Finance Department (w/encumbrance) Project Management File 0nn Overlay - CO #1 - Exhibit A Change � Order � Page 1 of 3 Project Number: 80010401 Project Owner: CITY OF TUKWILA Project Name: 2022 Overlay Program Change Order Number: 001 Prime Contractor: Tucci & Sons Inc. Subcontractor: Amaya E Ordered by the Engineer under the terms of section 1-04.4 of the Standard Specification Ei Change proposed by Contractor Surety Consent (i equiredj Attorney in Fact Date Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change $1612,509.75 51,612,809.75 $26,665.52 $1,629,375.27 Original Contract Duraton Current Contract Duration Additional Days This Order Proposed Contract Duration 60 Working Days 60 Working Days SWorking Days 65 Working Days Fl �Appmva|Remmmended El Approved � nate 720 12/09/2022 �' ',=°°° "w°~�r pproval Recommended EApproved �� � ~ '�~~ Michael F.Tucci, President Project Engineer Matt North, KPG 1 Contractor - �c. Date Date D Approval Recommended [l Approved Project Owner - Mike Ronda, CITY OFTVKVY|LA Date Other Approval When Requred Signature Date Representing Change������ � Order � Page 2 of 3 You are ordered to peiforrn the following descrThed work upon receipt of an approved copy °Phis change order: Background: Per the City otTukwiI Request, Conduit was added mSCHEDULE 13'SI44THST&46THAVE 5SCHOOL CROSSING by Field Work Directive (FWD) #002 Ths charige order combines the prior pad force account bid item Bi Unexpected Site Changes of $24`57Z.Il,and BZ9°Rmsu;utinnofUtility Cenfl|us"of$1,993.41tobemoved from 13I&B29uoanew bid item B44for the FWD #0O2work, totaling $26,665.52. Both were previously processed in pay estimate #1, Following the execution of this change order #001, prior payments toBI&B29 will be moved out of these pay items toanew Schedule sbid item: 844 '144th & 46th Conduit Addition'. This shift iri pay notes will restore B1& 829 bid items to the force account budgeamounts as originally indicated at bid time. No additional payment will be processed for this change under the new CO #1 bid item of B44, As part of this change order, additional working days are awarded' to Tucci to offset work performed under the following Field Work Directives #001, #002, #007 & #008 detailed below. n for Change: Work added per City Request in FWD #002 Stated: "Contractor shall install additional conduit as noted in attached annotated plan sheet 24. Further, there is a conflict with an existing guy anchor on 46th Ave Justification to FWD #002 staed~Toemendpevertoonexishng flashing crosswalk sign approximately 50' west of the current project removal limits, as well as to provide the City with spare pathways for future use..." Adjustments in Working Days: FWD 001 'Oriilia Castings These broken castings added Haif (0.5) of a working day to the effort atOriUia. The replaclemenit of these broken castings and the associated additional curb, gutter and sidewalk removal/replacement were not in the ariginal scope. For FWD #UOZnoted above Addftional days were needed to install the requested conduits. The work zon!e at 144th/46th was very restricted and construction under traffic required work to be performed one corner at a time, Progression of the work was sk,wed by (3) working days due to Iimited site access with multiple contractors working in the same area. mVD007 "37thPaving & Berms" - This work impacted progress of the project by haif (0.5) of a working day for saw cutting, removals, layout and replacement once the majority of the paving area was deleted from 37th. The lack of the full overlay scope on 37th complicated the edge restoration which was part of the small drainage mprovement in this area. FWD 008 "44th Ave S Back of Walk Revision'' - Field design and installation of special drainage features not anticipated in the original design slowed progress in Allentown by one (1) Working day. No change in working day per the following FVYD's: FWD 003^37th/OriUiaPave Swap" offsetting scope, FWD QD4"RAMP PLAN I44TM5T 4§THAVE S^Roots otramp FWD 005 - 37th Storm Modifications FWD 006 SE Corner of l4Oth & 37th ADA Rarnp Revision Description of Change: Contract Items Added/Deducted: New Items Added: Add new item: CO #1 - B44 - FWD 002 Conduit Add: Add 1 LS Five (5) additional working days are added to the contract thine. Change Order 1 Page 3 of 3 Measurement: Measurement for New Item #CO #1 - B44 will be per LS, Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, Install, and successfully complete all work for the above-described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount - .. Subtotal Existing Items: $0.00 Change Order !terns Item No. Description Unit Qty. Unit Price Amount CO tfl - 344 FWD 002 Conduit Add LS 1 $26,665.52 26,665.52 Subtotal Change Order Items: $26,665.52 SUBTOTAL CHANGE ORDER AMOUNT: $26,665.52 WSST (%): $0.00 TOTAL CHANGE ORDER AMOUNT: $26,665.52 ORIGINATING DOCUMENTS CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 188 Phone: (206) 433-0179 FIELD DIRECTIVE # 02 To: Tucci & Sons Inc, Date: 08/09/2022 4224 Waller Rd E Project Name: 2022 Overlay Program Tacoma, WA 98443 Project No.: 80010401 Attn: Troy Ihlen Contract No.: Work to be performed: Contractor shall install additional conduit as rioted in attached annotated plan sheet 24. Further, there is a conflict with an existing guy anchor on 46th Ave S. Contractor shall reduce the Iimits of the proposed improvements 2' north of the guy anchor. See attached annotations of plan sheet 24. Reason for modification: To extend power to an existing flashing crosswalk sign approx 50' west of the current project removal |knita, as well as to provide the City with spare pathways for future use. To avoid conflict with down guy anchor. Work under this Field Directive modification will be accomplished: o With no change to the contract price. o For a Iump sum increase/decrease of to the contract price. o On a unit price basis with a maximum allowable increase/decrease of csi With work to start immediately and determination of any change to the contract price and/or completion date to be negotiated. Negotiations to be complete by TRACK FORCE ACCOUNT. AGVVORK|8COK8PLETED(). o VVith no change in contract completion date. • VVith consideration for contract time to be determined by CPM analysis by Project Engineer. o With contract con1petion date extended/decreased calendar days. Performance of this ie d Accepted by: Approved by: Verified by: iective is authorized by all signatures below: Michael F. Tucci cvmramvranwn—wamr President da:t9 City Construction Eng�, City Construction Inspect Pl qa7/el Date Date 1:1911fifiii 19 de I ER ge I E., 8 LI 51; h wIg4;z ti4 lb 2o I, 8 se E g Hi:111;11N 110880©®(:)@®®@®® h.p c 0 U— CC 0 U) 0 < Z 00 0 0 a H 0 0 CC N, 7 7 U.) 6! 00 — A S 3AV H19P !0" 0 SIGN SCHEDULE 8 0 3 9 A z G 1 V) 0 0, 8 8 w 0 30) w 9 :4. a pi.4:010.111.11.0.4.1\4,4,4101.3V...0=71,41r1r4okt%3ro.11 CONTRACTOR'S PROPOSAL / COST ESTIMATE City of Tukwila 2022 Overlay Program SU Y -IE .D OTh RECORD KPG #: 21148 COT #: 80010401 Bid Item: 81 Unexpected Site Chan! Pay Est.. Pay Estimate Period: From: 8/15/2022 To: Schedule Roadway Improvements 9/20/2022 Inspector: Cody Hallman Calculated by: Cody Ha !man Quantity Calculation (Attach supporting information as needed) Date Work Performed Location of Work Performed Calculations FA Quantity 8/31/2022 9/1/2022 8/26/2022 9/6/2022 9/14/2022 See FA 01 See FA 02 See FA 03 See FA 04 See FA 05 Per Calculations on FA 01 - Pay $2,110.39 Per Calculations on FA 02 - Pay $5,706.70 Per Calculations on FA 03 - Pay $10,698.08 Per Calculations on FA 04 - Pay $2,290.27 Per Calculations on FA 05 - Pay $3,866.67 2,110.39 5,706.70 10,698.08 2,290.27 3,866.67 titRiiiikr— '1' rn aterial Acceptance .41,"`edi 1,f/Atofp..gruri,, 110 0,13V0031k1,001MIVINVIA (1r/41414100'4;111,11410.4tiroly,411110[1.', ,1,110 000,10 101411'10110 ,C1 "1 ,T""t" hudy.' Total 24672.11 Material Brand Name / Manufacturer Model / Type RAM or Sub. Basis of Acceptance Pay Summary Item Bid Item Unit Qty Unit Price Contract Total B1 Unexpected Site Changes FA 1 1,000.00 1,000.00 Quantity due this pay Estimate 24 67 2467% 24,672.11 Total paid on previous Estimate(s) 0.00 (3% Total Paid to Date 24.67 2467% 24,672.11 Amount left in Bid Item -23.67 -2367% (23,672 11) Posted By: Keelie Hyppa, Documentation Date: Verified/Checked By:Matt North, Resident Engineer Signature. ) 09/27/2022 Vat Zona Date: Signature: 03 For K SEATTLE • TACOMA DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: 2022 Tukwila Overlay Program Project No: 80010401 Date: 8/31/2022 Bid Item: B1 Unexpected Site Changes Pay Est: 1 Description of Work: Amaya Electric used a Lavelle vac truck (LT sub to Amaya) per the City of Tukwila's approval to pothole for additional conduit installation on 144th & 46th per FWD 002. Amaya's crews and equipment worked to trench and install the conduit and materials. Prime Contractor: Tucci Sub Contractor: Amaya Electric NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION , 0 . • • • • $ • $ $ - $ • $ • $ . $ • $ • $ - $ - 6. - $ - $ - $ • $ - $ • $ • $ • $ $ • $ • $ $ $ $ . $ . PRIME LABOR SUBTOTAL $ - PRIME LABOR TOTAL INCLUDING 31 A MARKUP $ EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION r L,..- 1 l, $ - $ - $ - $ - $ , $ - $ - $ - $ - $ - $ . $ - $ - $ . $ i' PRIME EQUIPMENT SUBTOTAL $ MATERIALS (add lax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ . $ - PRIME MATERIALS SUBTOTAL 6 - PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ . PRIME,SUBTOTAL/,', , z/ / ' $ NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION Anthony Jordan / ' Electrician -Journey level (Foreman) . - - 4 $ 108,29 $ - $ - $ - $ . $ • $ - $ • $ - $ - $ • $ • $ 433,16 $ $ $ - $ $ SUBCONTRACTOR LABOR SUBTOTAL $ 433,16 SUBCONTRACTOR LABOR TOTAL INCLUDING 31% MARKUP $ 567.44 EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION 425 2018 Ford F-150 Service Truck 4 $ 27,24 $ • $ - $ - $ - $ • $ - $ • S 108.96 $ • $ - $ • SUBCONTRACTOR EQUIPMENT SUBTOTAL $ 108.96 MATERIALS (add tax to unit price il applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if app(, EXTENSION $ $ SUBCONTRACTOR MATERIALS SUBTOTAL $ SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ 131,84 SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION Lavelle Vac Truck Service Lavelle Lavelle Invoice #22-0322 HR 3.5 $ 230.00 $ 805.00 Vac Truck Pothole or Native Disposal Fee (Dickson) Lavelle Invoice #22-0322 TON 3.8 100.00 $ 380,00 SUBCONTRACTOR INVOICINVOICE TOTAL 1,185.00 SUBCONTRACTOR SUBTOTAL $ 1,884,28 Pti ME bONTACTOFI,MARKUP AT;12% 1 226„11 SUBCONTRACTOR TOTAL INCLUDING 12% PRIME MARKUP j $ 2010,39 ,ypn t, Approval of Forco Account Worked; 9, 'Nate 7lona 09/27/2022 Enneer Date SHEET TOTAL: $ 2010.39 Invoice 979 FA No.: Project Name: Bid Item No.: Description of Work: SEATTLE • TACOMA Project No: 2 0.2 eV:" 4 4 03 / tlk(? rDate: e, z_ vs -8 c: ft r Li- A )/'.4$ FIVi V ,,VV,1 Alt Prime Contractor: 4,00401,f4 SO150,41,4',',1,114001piqVil$4,5i 0.441,,d040110,44apa% Vow AVA, clump ,10061,1,0 )C9CCUPAT ON Work by Subcontractor?: Sub -Contractor: r tit 1„,Y4,1„1 V I OVERTIME COMMENTS HOURS HOURS "WillOrgrgencfMINFOgrinallrlin „040,047',91 14,0101014 41.1 f J)I EQUIPMENT OR ATTACHMENTS r-ls- STRAIGHT HOURS 0 01 '1'1'11PIPlifili111161061,0141,AMIAMYlltifliMIll iqlf4H1,1 „04,„,,,,"2,1,111111110,'''.711110M1110Hp9111110,11.^1...110100100001,114,11,4n,,,,,,,q0,010 ,0%10010y.. ''''''4111111111111111I )11111 4114) Mu') 1W, Aoh, Ow ma,„41041,11„,youquoonlive. tvok 1111,,101 hippwaiM9D,,l,k1100,d111111111111111011111111 1\1,11,11,11,11,11,11, ji,111511,,(1,11,1,111 1111111,1,ppoololoollp,,si STANDBY HOURS COMMENTS 44 4ts loop hmemeTAN WW11,94,41ob g1411+4410, leroirtypq opri 11,01117111100 44014 '1101) AAP \ /AM °tap IT(1°111115'71!WITIP119415111111r1101019111i1111;111NrOilitrillill 414 10• 111,1,1141+144,4 $1,.,aw POPO 4 MATERIALS UANTITY NAM IN '',N116$,S2#4 rpOIROVrer4,11111041XlitirlaN9 'Ir*"",'' MO 110,p4th*trifff*yOr***0 111114'3,1111, 1, 0,46,1,1,0 „, g'1,11g404,014f4j"'"010,91,111111,0,u4,11,,,,i9,1#0011110,0141” oi,j4,,Aorq0 Ao A OCry, 41P2i7011'41046)bittieillgOlu COMMENTS Quantities as me fired in the field litigririTle#441144011r11411; Apporiggroro 4 J'd101140, 4 ed 4,11[4a 041111111aP4,i,i01110'1Aliallilo,I,CHT11111114,FP11 1P? 011' nk INVOCE.- flCusing 10.(1,) IA*** *c,147'' 41,1i1111111111/111,1,',1111,1 if,',41M,RwVoom*,* NO 0* 51 V ) ITY UNIT DOLLAR AMOUNT Verification of Hours Worked: Contractor's Representative Owner's Representative COMMENTS: 9 'Nee Zona 09/22/2022 AMAYA ELECTRIC P.O. Box 98686 Lakewood, WA 98496-8686 Force Account PHONE 253 582-8566 FAX 253 582-8568 EMAIL: lisaw@amayaelectric.com To: Tucci and Sons Fax: Amaya Job No.: 9395 Attn: Troy Ihlen Ph: Ref: FD02 Date: 9/14/2022 Project: City of Tukwila 2022 Overlay Program Change: F & I conduit for future use. Install OF boxes ..*******/ Lower fiber conduit run Materials: See attached Equipment: #23 2019 Chevy Cargo Van Ohr @ 27.24/hr #4 2003 Mitsubishi Flatbed Dump 0 hrs @ $ 31.40/hr #19 2008 Chevy Flatbed 8 hrs @ $27.24/hr $ 217.92 #304 2019 35G John Deere Mini -Excavator 8 hrs @ $25.79/hr $ 206.32 #25 2018 Ford F-150 Service Truck 12 hrs @ 27.24/hr $ 326.88 Subcontractors: Proposed Amount 1. LaValle Vac & Drainage - 8/31 & 9/1 $ 3,238.50 2 Labor: $ 3,238.50 Hours Rate Total FM 20 $ 108.29 $ 2,165.80 JW 0 $ 100.81 Total $ 2,165.80 Subtotal $ 6,155.42 M/U Mti/Equil @ 21% 827.64 0/H Labor @ 29% 628.08 M/U Subs @ 12% 388.62 Use Tax @ 10.1% TOTAL $ 7,999.76 Submitted By: Lisa Wislocker AMAYA ELECTRIC WORK ORDER Work Order Number WORK ORDER INFORMATION: BILLING INFORMATION Firm: -7-0 Firm: Location: NCI cia- (-14:271-1 NG:& Address: (Required) Contact: V)1»1T cf11117,44.L. Requested By: Phone: 3 I I L. Phone: SCOPE OF WORK TO BE PERFORMED: V6c, frf_ CON Do K- t--),) Fax: )(•3,7s-wieu(_,C FuTur2c- " ALC.,mc 1<, MATERIALS REQUIRED: VAN/SHOP STOCK WHOLESALE HOUSE LABOR: Dat Name Hours Mileage -70/\A( HRS EQUIPMENT: Date Item Boom Truck Hours Bucket Truck Trencher Forklift Uniloader Rental: Rental: Other: :5, L, 0,131_ //..),5 1/ LaVelle Vac & Drainage, LLC P.O. Box 3028 Federal Wav, WA 98063 Phone it Fax # (253) 815-0988 (253) 815-0325 Bill To Amaya Electric P.O. Box 98686 Lakewood, WA 98496 Invoice Date Invoice # 9/3/2022 1 22-0322 Job Location 2022 Overlay Program Project Conti act #22-078 4602 S 144th Si. Tukwila, WA 98168 P.O. No. Terms Due Date Finance Charge on all past of 1.5% per month will be charged due balances over 30 days. Net 30 10/3/2022 Quantity Description Rate Serviced Amount 3.5 3.8 5.5 6.85 1 Prevailing Wage Vacuutn Truck Services: Hydr-excavate as directed - WO#12242 Pothole or Native Disposal Fee Prevailing Wage Vacuum Truck Services: Hydr-excavate as directed - WO#12254 Pothole or Native Disposal Fee 5% Fuel Surcharge on trucking only $2070.00 230.00 100.00 230.00 100.00 103.50 8/31/2022 9/1/2022) ' 805.00 380.00 1,265.00 685.00 103.50 Thank you for your business. Subtotal $3,238.50 Total $3,238.50 Sales Tax (101.1%) $0.00 Balance Due $3,238.50 P,O.Box 3028 Federal Way, WA 98063 253.815.0988 253.815.0325 Fax 12242 Date, Truck a Technicians P.O. NUMBER JOB NAME CONTACT LOCATION CUSTOMER NAME a r CONTACT ADDRESS PHONE FAX EMAIL RESALE OTHER CLASS PREVAILING WAGE JOB DESCRIPTION AUTHORIZED CUSTOMER SIGNATURE 4 IA I authorize Lavelle Vac&Drainage LLC to perform the above mentioned fob, Invoice t,'"o;b'e clue net. 15. All past due InvdIces will be accessed a Mance charge, OFFICE USE ONLY EQUIPMENT/MATERIAL_ TIME LOG Driver Si DISPOSAL Bill Of lading # Hose BILLING Quote Leave Shop Date Other # Hours Arrive Dis. Site, Vendor @ Rate of Depart Liquid Other Disposal Arrive Shop Solids Vendor @ Rate of Tech Other Other Water Leave Shop Other Vendor @Rate of Arrive WATER Confined Space Depart Location @ Rate of Arrive Shop Meter Travel Time Amount @ Rate of C.) _02 CO Waller Rd. Gravel Pit Rate Amount 1.1.1 CO Fo. a co UJ NNW 0 Clean Vactor Mud S Ticket System co -0 E 0 .c Z .0 DI 0 fe- LAI 0 For DAILY REPORT OF FORCE ACCOUNT WORKED r*wu ' Project Name: 2022 Tukwila Overlay Program Project No: 800/0401 Date: 0/1/2022 Bid ItemB1 Unexpected Site Pay Est: 1 Descriptlon of Work: Amaya Electric worked'mtrenching and installing (2)c^conduits from the ~ J box at the flashing beacon on 144th to the corner m*omper FWD one.xmava ummuLavowVac truck tpomvw(LT sub mx ). Prime Contractor: Tucci Sub Contractor: Amayae|ow,/c NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION -----------'--'---------�--�--------------------_____$-_--.$__-_��_____��___ __-____________��__________-____-____'�___-__-^�����-_ .$• -_ ' �������������� $_--�- $' m-� $'$- $ ^ _._'� - $ $ - . $- $�� '__ $ ' - PRIME LABOR SUBTOTAL $ . PR88E LABOR TOTAL INCLUDING 31� MARKUP $ ' EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION ii $ ' $ - $ ' $ - $ ^ $ ' $ - $ ' $ ' $ ' $ . $ . $ . $ - $ ` 1 PRIME EQUIPMENT SUBTOTAL $ ' MATERIALS (a8d lan to un price 1 applicable) ir INVOICE UNIT QUANTITY PRICE "* Tax n"",/ EXTENSION $ - $ , $ ' 4 PRIME MATERIALS SUBTOTAL m PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION AnthonyJordan �r�numom Electrician ' Journey level <Fomma > Electrician level ' ' • - 8 8 $ 108.29 $ 108.ee $ ' $ - $ ' $ ' $ ' $ - $ , $ - $ ' $ ' $ mmaa $ o���� ,32 $ ' $ . $ . $ ' SUBCONTRACTOR LABOR SUBTOTAL $ 1,732.64SonoowrnxoronLxoonrorALwoLuoINamkm«nwup- $ 2,269.7e EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION 8ounmFord p'1suService Truck *1ou0000�v �v�mpo�manon"^x 8�eo�y�m`noovmwm��o. |�Mini 8 8 8 $ 27,24 $ er�� $ 25.79 $ ' $ - $ ' $ ' $ ' $ 217,92 $ 217,92 $ 206.32 $ ' ( SUBCONTRACTOR EQUIPMENT SUBTOTAL $ *421e MATERIALS (add tax munit price //applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION i $ • o ' SU000NTRACTOR MATERIALS SUBTOTAL $ . SUBCONTRACTOR MATERIALS uEQUIPMENT TOTAL INCLUDING a1mMARKUP $ 777.01 auacowrnxoron/asov/us INVOICE UNIT QUANTITY PRICE w/Tax iranv|. EXTENSION Lavelle Vac Truck Service Lavelle Invoice we2oucu HR s.s $ 230,00 $ 1.265u0 Lavelle Vac Truck Pothole u,Native Disposal Fee (Slurry Solutions) Lavelle Invoice 82u'uoun TON 6,8 $ 10000 $ oouou Lavelle Vac Truck s%Trucking Fuel Surcharge Lavelle Invoice 822'0322 INV / $ 10350 $ 10350 SUBCONTRACTOR /nvo/ocTOTAL m 2.0*8a0 SUBCONTRACTOR SUBTOTAL 6,095.27 CONTAGTOR MARKUP AT 1E%� ���� '�����$ 611.43 _-O~'RR OTALINCLUD MARKUP `�' �`� -`�'�Gl������+^�6,706.70 _ ._ ..... ' 'all - fowl pproval of Force Account Worked: /7 'Ne^7�°a 09/27/2022 Dote SHEET TOTAL: $ 5,706.70 DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: ' 2z_ C..) v,,eilloa / Bid Item No.: fD a4' Invoice #: 992 FA No.: SEA LE TACOMA Description of Work: Thc7,-,t4 14 Prime Cant actor: 2 Project No: Date: 1:w 47 it ILI 64.LSCP \ L •zr (('11 -,:c(1&. 7 6 T71-yjnic aa yftioppeol,;04,,I,,,t.„,30freetririrolmor Tr/pm rr reekkoloh, ,411A4, oladolok.v1p41,0 /a MO 104X10140500 Work by Subcontractor"): Sub -Contractor: 14,41 SlOfTfirpijkl01111X Vorer 01411,vorttatokm,y 0511044404,040 IRn I , , ohr9 011111[111104111N1r, 111,00,,iiimittrtritogryilotr„ othdlito lultot,t, 4414 AAA Alk0 thlbh m4,0i10„„u,,,„ 11 NAME OCCUPATION OVERTIME HOURS COMMENT olhopkyvisp,„,v ip,14 ur,r0,4x„11$51m illort(vmdqfp,14),0001 EQUIPMENT OR ATTACHMENTS STRAIGHT HOURS 11111111III 141,„,4I / 110( V111111141111111P4P‘ knlYVIL 111 11111°L1h111114111k101/311111111'iiliilf'1111,11111111'111111111111PIIIIIIII STANDBY HOURS COMMENTS ,forfoyekirpliremysporyworyiroloyurifelitirior,liip,,orgyolifigypitstyltrilfrifylotiol,!,Firly0 ,pookYtyy, ,90 „,,„10,0,0,00010 ityllifiltimill$14.1ektyklial40004%* Vow0,110,041Pafk,k90AmpiY10115/ 4060000/1144'0,10$ qk41,011,filkYVIt' 0 00 yyk. 00 um ;0 0 y Yip ' 01111,4k. 11v11,11 MATER IA QUANT TY 0,41401.(11 i 41000000,00r11014.01,25),,,Apt1071,014firlfilig,,r,i,Yllypk','",?/10' '""—^"f"r"'"wrIg'^r11111141143YYYX4»,4110114, 194100 0#0404,y444,404 yy44,0000%4,y00, 400,000 oltyplo yy,100010pykY0,44,4,0,:,:o %ill, 0,4 pot; „4„ 11,,,Y 0,110 agAvion4 hlotolimillOONIN1601W) 011,114.041,,dompev.im COMMENT r a titas measured in the field 111004PoRARIAPriall".114110400611111,1111441,nirr,1071/fillyrtr/#54,4410,10' ago AtLI, 4,6 oda 0„p, ,641, INVOICES 6„„0 ,04414004140000, 0,4,0064040,4 ytypoyoy gymm, I wpm OpleRINWsk 011,146 0440,301„,k utyaro 4444 Noy 4.4 A0 ,pff TrIvixTrFrynfirrOffikler QUANTITY UNIT DOLLAR AMOUNT If c Verification of Hours Worked: X Includin Dump Contractor's Representative Date Owner's Representative Date COMMENTS: netetze4 09/22/2022 AMAYA ELECTRIC P.O. Box 98686 Lakewood, WA 98496-8686 Force Account To: Tucci and Sons Fax: PHONE 253 582-8566 FAX 253 582-8568 EMAIL: lisaw@amayaelectric.com Amaya Job No.: 9395 Attn: Troy Ihlen Ph: Ref: FD02 Date: 9/14/2022 Project: City of Tukwila 2022 Overlay Program ) w Change: F & I conduit for future use. Install OF boxes -OW ; Lower fiber conduit run Materials: See attached Equipment: #23 2019 Chevy Cargo Van Ohr @ 27.24/hr #4 2003 Mitsubishi Flatbed Dump 0 hrs @ $ 31.40/hr #19 2008 Chevy Flatbed 8 hrs @ $27.241hr $ 217.92 #304 2019 35G John Deere Mini -Excavator 8 hrs @ $25.79/hr $ 206.32 #25 2018 Ford F-150 Service Truck 12 hrs @ 27.24/hr $ 326.88 Subcontractors: 101 Proposed Amount 1. LaValle Vac & Drainage - 8/31 & 9/1 $ 3,238.50 2 Labor: $ 3,238.50 Hours Rate Total FM 20 $ 108.29 $ 2,165.80 JW 0 $ 100.81 $ - Total $ 2,165.80 Subtotal 6,155.42 M/U Mtl/Equii @ 21% 827.64 0/H Labor @ 29% 628.08 M/U Subs @ 12% 388.62 Use Tax @ 10.1% TOTAL $ 7,999.76 Submitted By: Lisa Wislocker AMAYA ELECTRIC WORK ORDER Work Order Number WORK ORDER INFORMATION: BILLING INFORMATION Firm: TRiCe– I Flrm: Location: 1(40"f Lgo 1/4 A•k- ,---• — Address: (Required) Contact: Phone: M g Requested By: Phone: Fax: SCOPE OF WORK TO BE PERFORMED t tsoso-€ox iT ELIk=i6e 0 F t4 L.9114 qD FE 14\i0 U0 ---c 100 5 k A MATERIALS REQUIRED: Lf,S VAN/SHOP STOCK WHOLESALE HOUSE /1Q K„rl/Q,_ .)e. ,t,' 0.t. 1e -1(e, WI k) 1 L.74C.— . t -u A , .6(70\kA LABOR: Rite Name Hours Mileage C -Ll 304_(0 V‘f 8 f -vs )vv\ t /1/7,2 \hio EQUIPMENT: Date Item Boom Truck Hours Bucket Truck /1 Rental: Other: ).e,f`ii,(1 1/1,14 P.O.Box 3028 Federal Way, WA 98063 253.815.0988 253.815.0325 Fax Date 9 Truck Technicians tA, P.O. NUMBER 12252 JOB NAME LOCATION „„/ . CONTACT o 4/1 CUSTOMERNAME iti,„;), „ , ADDRESS CONTACT A ,„ PHONE FAX EMAIL OTHER RESALE JOB DESCRIPTION e CLASS IA( ° PREVAILINGWAGE / .1,44'," . t 'J.-4.'4, • 3/,, • ,...\.v . . . . . . . ( 1' • AUTHORIZED CUSTOMER SIGNATUR, I authorize Lavelle Vac&Drainage LLC to perform the above mentioned Job. Invoice to be due net, 15. All past due invoices will be accessed a finance charge. OFFICE USE ONLY TIME LOG DISPOSAL EQUIPMENT/MATERIAL BILLING Driver "("\ 1 ( / k Bill Of lading # Hose Quote @ Leave Shop (, , ,,) r 1 yy, Date Other # Hours Arrive ): ( )( ) loyn Dis, Sites",‘ 4,04 \ „,) 1: kyendor @ Rate of Depart / j : 36, orl Liquid Other Disposal Arrive Shop r 6) Solids Vendor @ Rate of Tech Other Other Water Leave Shop Other Vendor @Rate of Arrive WATER Confined Space Depart Location @ Rate of Arrive Shop Meter Travel Time Amount @ Rate of "r„ For Gr. SEMTLE TACOMA DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: 2022 Tukwila Overlay Program Project No: 80010401 Date: 8/26/2022 Bid Item: B1 Unexpected Site Changes Pay Est: Description of Work: Amaya Electric used a Lavelle vac truck (LT sub to Amaya) per the City of Tukwila's approval to pothole for additional conduit installation on 144th & 46th per FWD 002. Amaya's crews and equipment worked to install the additional conduit & materials and backfilled the trench. Prime Contractor: Tucci Sub Contractor: Amaya Electric rr, NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION lf . - - . $ • $ • $ - $ - $ - $ • $ • $ - $ - $ • $ , $ $ $ PRIME LABOR SUBTOTAL $ PRIME LABOR TOTAL INCLUDING 31 / MARKUP $ - )' EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ - $ - $ - $ - $ $ - PRIME EQUIPMENT SUBTOTAL $ AM TERIALS (add Mx to unit price if applicable) INVOICE UNIT QUANTITY PRICE vd/Tax 0.40 EXTENSION i $ - $ . $ - PRIME MATERIALS SUBTOTAL $ - PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21 % MARKUP $ NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION Anthony Jordan Jacob Trumbell i Electrician - Journey level (Foreman) Electrician - Journey level (Foreman) - 8 8 $ 108.29 $ 108,29 $ . $ - $ - $ • $ - $ - $ - $ - $ i $ • $ 86632 $ 866.32 $ - $ • $ - $ - SUBCONTRACTOR LABOR SUBTOTAL $ 1,732,64 SUBCONTRACTOR LABOR TOTAL INCLUDING 31/o MARKUP $ 2,269.76 EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION 423 2019 Chevy Cargo Van i 419 2008 Chevy Flatbed Foremans Truck i 44 2003 Mitsubishi Flatbed Dump 8 8 8 $ 2724 $ 27.24 $ 31.40 $ . $ - $ - $ - $ - $ 217.92 $ 217.92 $ 251.20 $ - SUBCONTRACTOR EQUIPMENT SUBTOTAL $ 687,04 MATERIALS (add Mx to unit price 0 applicable) INVOICE UNIT QUANTITY PRICE w/ Tax 7 a ppl. EXTENSION 5/8" CSTC 2" PVC Conduit Sch 80 ICON Invoice 460646 Tacoma Electric Invoice 42953064-00 TN LF 7.17 520 $ 27,00 $ 4.95 $ 193,59 $ 2,575.47 2" PVC End cap Tacoma Electric Invoice 42953064-00 EA 4 3,35 13.41 PVC Bell End Tacoma Electric Invoice 42953064-00 EA 16 4,62 $ 73,97 Conduit Coupling Tacoma Electric Invoice 42953064-00 EA 32 0,71 $ 22,68 PVC 90 Degree Elbow Tacoma Electric Invoice 42953064-00 EA 16 11.59 185.37 $- SUBCONTRACTOR MATERIALS SUBTOTAL $ 3,064.49 SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ 4,539.35 SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax 7 appl, EXTENSION Lavelle Vac Truck Service Lavelle Invoice 422-0317 HR 6.5 230,00 1,495 DO Lavelle Vac Truck Pothole or Native Disposal Fee (Ventilation Power Cleaning) Lavelle Invoice 422-0317 TON 11.73 100,00 $ 1,173.00 Lavelle Vac Truck 5% Trucking Fuel Surcharge Lavelle Invoice 422-0317 INV 74 75 $ 74.75 SUBCON TRACTOR INVOICE TOTAL $ 2,742.75 SUBCONTRACTOR SUBTOTAL $ 9,551.86 PR ME CONTACTOR MARKUP ,T 12% $ 1 „146.22 SUBCONTRACTOR OTAL INCLUDING 12% PRIME MARKUP 8 10698.a8 Kr,t,111-rypp3,1,(Ki(rAcreEncrrrinecrr Approval of Force Account Worked: 9. 7frlate 7/10.za 09/27/2022 Dole SHEET TOTAL: $ 10,698.08 DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: Bid Item No.: Description of Work: Invoice #: 1004 FA No.: SEATTLE • TACOMA Project No: Date: Prime Contractor: pN OVI ,.. 100.0.1.001t9u,IPAV04,100000011,000 OCCUPATION Work by Subcontractor?: Sub -Contractor: STRAIGHT TIME HOURS [11 0111VVIIIII 11111111p1,, 1114 10), WM110.16,401, ),,14 j1h1°N140ii''41440116111111, u“,111110' 'A,111" ... Al Pau OVERTIME HOURS COMMENTS dein v a u � V,,,,01111111111111111111111,1„. 111111„, „,,,1111111111fivoll111111111111111111111111hOil',''111:11011101.411,1,1„„h„„ 11111111111 1111111111,,,„„ 111,'"10y, '11400000111.0 .00000110011001001. 01101 d NKr EQUIPMENT OR ATTACHMENTS 1 23 '-/,9.•I r 4631 ft µ... // %i/4]1y STANDBY HOURS 1,11'0,00,00pre01,001,00010 0.0,,0401 COMMENTS mot) eig Ate 40400'3030n ,01P,00,0110000.0100,01P 0100000I 0'000, 1101110Y'4°1111ft '1111 ‘ft01,' '1,11100000111,R, MATERIALS [3 QUANTITY UNITi111100100Vi0064100*.56'00440,040040,V60.0^1',:e400NN0Mil 0401011140 up �,,4114,1614,0 ��°l COMMENTS �Pr5iF.i 2 `I Pcrc Qeetto6'1/ Quantities as measured in the field ■ Yy /4. ,„-0 t INVOICES 11'10111b 41,V,I UANTITY golkilimpFlypiporN *Val tilv 111110, Porri10991V r it, 1C0,606,0 DOLLAR AMOUNT Verification of Hours Worked: COMMENTS: Contractor's Reprasenlah p. "Mee7'lacte 09/22/2022 Owners Representative Date AMAYA ELECTRIC P.O. Box 98686 Lakewood, WA 98496-8686 Force Account PHONE 253 582-8566 FAX 253 582-8568 EMAIL: Iisaw@amayaelectric.com To: Tucci and Sons Fax: Amaya Job No.: 9395 Attn: Troy !hien Ph: Ref: FD02 Date: 9/14/2022 Project: City of Tukwila 2022 Overlay Program Change: F & I conduit for future use. Install OF boxes Work Date 8/26/2022 Materials: See attached Equipment: #23 2019 Chevy Cargo Van 8hr @ 27.24/hr #4 2003 Mitsubishi Flatbed Dump 8 hrs @ $ 31.40/hr #19 2008 Chevy Flatbed 8 hrs @ $27.24/hr Subcontractors: 1. LaVelle Vac & Drainage 2 Labor: Proposed Amount $ 3,190.07 $ 217.92 $ 251.20 $ 217.92 $ 2,892.75 $ $ 2,892.75 Hours Rate Total FM 16 $ 108.29 $ 1,732.64 JW 0 $ 100.81 Total $ 1,732.64 Subtotal $ 8,502.50 M/U Mtl/Equil @ 21% 814.19 0/H Labor @ 29% 502.46 M/U Subs @ 12% 347.13 Use Tax @ 10.1% 322.19 TOTAL $ 10,488.47 Submitted By: Lisa Wislocker AMAYA ELECTRIC FIELD WORK ORDER SHEET Job Number y F BILLING INFORMATION WORK ORDER [NFORMATION: Firm: Firm: Location: Address: (Required) (-?!-• /1,,, Ay? Contact: A1(.4 ,„ Requested By: Phone: 6 5)1 Phone: Fax: SCOPE OF WORK TO BE PERFORMED: V Ac:_. -11LEAA:41, e.) 14:// (7i ViT C i Lt. MATERIALS REQUIRED: VAN/SHOP STOCK WHOLESALE HOUSE tti LABOR: Date Name Hours Atz, .-rii.ovt Owner / General Contractor Representative: Amaya Electric Representative: (.`) JL,/ (r EQUIPMENT: Date Item Boom Truck Hours Bucket Truck MiniEx (/2 Van tI Uniloader L11- T. E D (,/, Other: V 1\ C- d a-) - tr Tteltfc, v rotZ„ rL tcuS LaVelle Vac & Drainage, LLC P.O. Box 3028 Federal Way. WA 98063 Phone # Fax # (253) 815-0988 (253) 815-0325 Bill To Amaya Electric P.O. Box 98686 Lakewood, WA 98496 Invoice Date Invoice # 8/27/2022 22-0317 Job Location 2022 Overlay Program Project Contract 1/22-078 4602 S 144th St. Tukwila, WA 98168 P.O. No. Terms Due Date Finance Charge of 1.5% per month will be charged on all past due balances over 30 days. Net 30 9/26/2022 uan ity Description Rate Serviced Amount 6.5 11.73 Prevailing Wage Vacuum Truck Services: Hydr-excavate as directed - WO#12238 Pothole or Native Disposal Fee Administration Fee - New Prevailing Wage project - one time fee 5% Fuel Surcharge 230.00 100.00 150.00 74.75 8/26/2022 1,495.00 1,173.00 150.00 74.75 Thank you for your business. Subtotal $2,892.75 Sales Tax (10.1%) $0.00 Total $2,892.75 Balance Due $2,892.75 aVelle VAC & DRAINAGE, LLC JOB NAME P.O.Box 3028 Federal Way, WA 98063 253.815.0988 253.815,0325 Fax 12238 Date 8x -p6, .7,? Truck ut Technicians \i/Ni cAL,L. P.O. NUMBER CONTACT ' LOCATION /(O S. Vtq /A-1- 9%- CUSTOMERNAME &rciyq ADDRESS CONTACT Tq. PHONE FAX EMAILOTHER RESALE CLASS 1,4 PREVAILING WAGE }/ JOB DESCRIPTION 14701rd Y‘.(eiv(+.1? S 171cUL, Vr-11.0( v CCccr AUTHORIZED CUSTOMER SIGNATURE I authorize Lavelle Vac&Dralnage LLC to perform the above mentioned Job. Invoice to be due net. 15. All past due invoices will be accessed a flnance charge. TIME LOG DISPOSAL OFFICE USE ONLY EQUIPMENT/MATERIAL BILLING Driver r), Bill Of lading # Hose Quote @ Leave Shop '30 Ori Date Other # Hours Arrive C.)01114/Dis, Site Vendor Depart 0 Liquid Other @ Rate of Disposal Arrive Shop c cqrt1 Solids Other Tech Vendor @ Rate of Other Water Leave Shop Other Vendor @Rate of Arrive WATER Confined Space Depart Location @ Rate of Arrive Shop Meter Travel Time Amount @ Rate of Ventilation Power Cleaning, Inc. 3914 Leary Way NW Seattle, WA 98107 Ph 206-634-2750 Fax 206-634-2753 Cont. Reg. VENTIPC243PA Work Order # Joth.Name 'Proflle# 16,y,f, ----Q14-w4 Customer Signature N• L -vv. Weigh Master Signature Other Information ..„ TAIEDMA 25199O�S�ee SouthTaooma.VVXB8444 ELECTRIC |�^IK�^ phone: (253) 475-0540 �=��°SUPPLY ) A Winsupply Company cusr.#: 1099 SHP TO: [ALTO: STUCK-AM\Xk ELECTRIC 2519 1O4TH STREET CT S 253'582'8566 LAKEWOOD, WA 98499 AMAYA ELECTRIC LAKEWOOD,PO BOX 98686 WA 98496 ***PLEASESEE NEW REMITTANCE ADDRESS*** REMIT TO: KN�����K���� ^`~ ~ �^�� , *IVnocDaw ORDERNa 000000 08/24/22 2953064-00 9395FD02 Winsupply Tacorna WA C0 2519 96tA Street South Tacoma WA 98444 PAGE # 1 � INSTRUCTIONSTERMS VAR1ONET25TH STnPOa oxPvw ' SHIPPED Tacoma OUR TRUCK 3 08/24/22 No. PRODUCT AND DESCRIPITON QUANTITY ORDERED QUANTITY QTY. SHIPPED om mwPRICE AMOUNT 1 PVC200ENDCAP 4 0 4 C 335.18750 13.41 PVC END CAP 2" 50/8OX ' 2 PVC200BE 16 0 16 C 462.29268 73 g7 PVC BELL END 2'' 40/8UX ' ' 3 PVC200CPLG 32 0 32 C 70.86250 22 h8 PVC 2'' C0NOUITCPLG 40/80X ' ' 4 PVC20000OSCH8O 16 0 16 E 11 58637 185.37 �PVC QU° ELBOW SCH 80 2'' 15/8OX ' PVC200SCH8O 520 0 520 C 4A5 28235 2575.47 PVC CONDUIT SCH 80 2" IOFT ' 6 PVC1QTCEMENT 1 0 1 E O 8.64 04 PVC 1QT CEMENT N/8Q8IH T 8P ' ' 7 NSIULTD627 1 0 1 each 110 .83750 IlO 84 6^'' RED DETECTABLE UNDER ' ' 7 Lines Total Qty Shipped Total 590 Total 2990.38 Invoice Total 2990.38 ThIS INVOICE MAY CONTAIN SALES TAX, IF ¥OU BELIEVE YOU ARE EXEMPT -ROM SALES TAX, PLEASE EMAIL A COPY OF YOUR WASHINGTON STATE ,E^ .,=,",' .,.°^@.°^""°=^^u,xm,CmnuxFAX nocm4/54ow. Cash Discount 54.63 If Paid By 09/10/22 Last Page All sales are subject to the terms & conditions found on our website . ICON ACN$[OHTAW 1508 Valentine Ave SE Pacific, WA 98047 AMAYA Electric COD PO Box 98686 Lakewood WA 98498-0686 Date Geode - Material Descrip Customer No: Invoice No: Inv Date: Page: Customer PO: ICON Materials 1508 Valentine Ave SE Pacific, WA 98047 206-575-3200 QTY UM Unit Price 60646 3473232 08/26/22 Page 1 of 1 AMAYA ELERTRIC Mall Total Tax Total Plant: 01504 Seattle S&G JOB 91 PO # / AMAYA ELERTRIC 08/26/22 2350- 518'-0" CRUSHED ROCK 08/26/22 467750 - Fuel Surcharge - Ton 08/26/22 487000 - Environmental Surcharge Total Invoice: Ticket number(s) shipped from plant 01504 - Seatile S&G `45423712 7.17 TON 7.17 TON 7.17 EA 21.51 27.00 193.59 0.00 193.59 0.35 2.51 0.00 2.51 0.50 3.59 0.00 3.59 199.69 0.00 199.69 We Appreciate You and Your Business! New Portal Website as of Sept. 2021- https://mycentralpremix.myamatportal.com/Questions? Accounts Receivable Department Contact 509-536-3042. Customer Name: Customer No: Invoice 9: Date: Finance Charges will be applied to any late invoices at a rale of 1.5% per month per credit agreement or the State's Lawful Amount AMAYA Electric COD 60646 3473232 08/20/22 Customer PD: AMAYA ELERTR(C Due Date: 08/26/22 Invoice Amount: Amount Paid: 199.69 if you have any questions about your invoice please call 206-575-3200 Remit Payment To: ICON Materials PO Box 742421 Los Angeles, CA 90074 Please provide your email address below if you would like to start receiving your invoices via email *° For E3'�� SEATTLE TACOMA DAILY REPORT OF FORCE ACCOUNT WORKED '~~~ ~ Project Name: 2022 TukwilOverlay Project No: 8001 0401 Etid Item: BI Unoxpected Site Changes Pay Est: 1 Description of Work: Amaya Electric was on site to install the 2" conduit from the RRFB J Box on 144th to the J Box on 46th per FWD 002. Prime Contractor: Tucci Sub Contractor: Amaya Electric NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION __-_____� _____ _�'______ _''______-__�___�________�__-'$-$_- ---------------------------�--------'---- _• -------_-_____2-_._-__$-__$ ' . $-__•$•__$�_ $ ' $ . $ ' $_ o. ___ $ ' PRIME LABOR SUBTOTAL $ ' PAIME LABOR TOTAL INCLUDING 31 /o MARKUP $ - EQUIPMENT OR ATTACHMENVS WORKING RATE S^woav RATE EXTENSION $ ' $ - $ ' $ ' $ ' $ ' PRIME EQUIPMENT SUBTOTAL $ ' MATERIALS (add lax * unit price xapplicable) INVOICE UNIT QUANTITY pRICE °v Tax n=pl EXTENSION $ ' $ ' $ - 0 . p PRIME $ ' ° PAIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ ' NAME OCCUPATION ST HOURS wwn OT HOURS WWR EXTENSION Anthony Jordan Donald Stambaugh Electrician -Journey level (pnevm.) Electrician . Journey evel (Foreman) - ' ' - 4 4 $ 108.29 $ 10829 $ • $ ' $ ' $ ' $ ' $ ' $ ' $ ' $ - $ - $ 433.16 $ 433.16 $ . $ • $ . $ ' SUBCONTRACTOR LA8OFI SUBTOTAL $ 866.32 SUBCONTRACTQR LABOR TOTAL INCLIJDING 31 /. MARKUP $ 1.13*u8 EQUIPMENT 00 ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION ^oouo1eChevy Cargo Van #304 2019 John Deere Mini Excavator #zsuo1eFord r1snService Truck 4 4 4 $ 27.24 $ 25,79 $ 27,24 $ - $ ^ $ ' $ - $ ' $ 108,96 $ 103,16 $ 108,96 $ ' SUBCONTRACTOR EQUIPMENT SUBTOTAL $ 3e1o8 MATERIALS (add Ia"munit price xapplicable) INVOICE UNIT QUANTITY FRICE w/ Tax if appl. EXTENSION (2^PVC Sch. noConduit PVC euDegree Elbow Sch. on Tacoma Electric Invoice #conu000'no Tacoma Electric Invoice wuosonoy'oo LF EA 80 3 $ 495 $ 115e $ 396.23 w 3476 � o ' ` * ' - . * ' $ ' SUBCONTFIACTOR MATERIALS SUBTOTAL $ 430,99 SUBCONTRACTOR MATERIALS & EOUIPMENT TOTAL INCLUDING 21% MARKIJP $ 910.00 SUBCONTRACTOR /SERVICE INVOICE UNIT QUANTITY PRICE w/Tax irapn|. EXTENSION $ . - . $ ^ SUBCONTRACTOR INVOICE TOTAL $ . SUBCONTRACTOR SUBTOTAL $~ 2,044.08 'PRIME' CONTACTOF1 MAHKURAT 12%��g�� ^���SUBCONTFIACTOR TOTAL INCLUDING 12% PRIME MARKUP 2,290,27 Dale of ForcAccount Worked: 12..:2„.. 9 x~*i°~~~0927/2022 Date SHEET TOTAL: $ 2,290.27 OVERTIME HOURS DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: Bid Item No,: Description of Work: Prime Contractor: ev4ithi y Invoice #: 993 FA No.: 1:1 1? Project No: Date: SEATTLE TACO MA e) .',,-' r 4' 6.1 (,1" i5.,11,111 Pil'I'MOIVflinfOliWEINOIRZ„,444,411r#1#444 11111,11Voloil,141,1,11 ) o' NAME OCCUPATION 44 I Work by Subcontract Sub -Contractor: .'11110111iiiiiiiir :114 41011q4,,,,p 1111111101pU111011101 STRAIGHT TIME HOURS bit L( /At (.0 10 1VP(111111114 111R' 411011 tlossolitovsimliropprsossolissallsoplism,I,11,,,,, EQUIPMENT OR ATTACHMENTS STRAIGHT N ,C,491Siiiiisr11000iii!,4"1410061410,0,,,Ainoveinom,„„, 1:71, voy Plqt:Ar 40141,0,,,toputopro,11#114100,1,11111111111,,11,1 ''11111,,,NAAA,AyHcAMAA. 190 STANDBY HOURS HOURS COMMENTS irAilioN COMMENTS t4, C„( 4,1-4 ;11, 64; C,c, F 41111#;####r to### qvIA#111"1 Pilr17#010### votilerrt'FROFfrrr rVt VVVVVIM V ' ' ,i,^4VVO R,;,11,11,tqlrlikilVip#Pv Nql#101)10' 1111e11' ONlit 41100v#401161 0,0 W0.1A)Ii?,`,9tOlkOwn„? OAP r" #44014Aik #1yeavi 411,14004k )42wpo,c` (0 A,a, 1Ahibky 40,4011y4 ATERIALS QUANTITY 0111 " °VIVI; 11 Y vy,trft 1°1916 flO4 Q?/' 10 PP 0 41)64,, 111111#1 IV# Y11,11111,00t14.09,######J UNIT COMMENTS pVe p‘ ct(3, 2 Quantitie s measured in the fleld italot0 Tf011)11010M(10(1,11,11111r471V 4'141,1101[RN' '01111 '[1111R11111111,'111 hp 4111105 INVOICES iffilAl A W QUANTITY 41111114,q51#:,1 ,E14, ,jjt g ,111111g21114111 11114 411 111#* Irroiro dlotroN UNIT DOLLAR AMOUNT Verification of Hours Worked: COMMENTS: Contraclor's Representative K / Date elloc/7- Owner's Representative Date 7freette Ityta 09/22/2022 AMAYA ELECTRIC P.O. Box 98686 Lakewood, WA 98496-8686 Force Account PHONE 253 582-8566 FAX 253 582-8568 EMAIL: lisaw@amayaelectric.com To: Tucci and Sons Fax: Amaya Job No.: 9395 Attn: Troy Ihlen Ph: Ref: FD02 Date: 9/1412022 Project: City of Tukwila 2022 Overlay Program Change; F & 1 conduit for future use. Install OF boxes - Work Date 9/6/2022 Lower fiber conduit run Materials: See attached Equipment: #6 2016 Chevy Cargo Van 4hr @ 27.24/hr #4 2003 Mitsubishi Flatbed Dump 0 hrs @ $ 31.40/hr #19 2008 Chevy Flatbed 0 hrs @ $27.24/hr #304 2019 35G John Deere Mini -Excavator 4 hrs @ $25.79/hr #25 2018 Ford F-150 Service Truck 4 hrs @ 27.24/hr Subcontractors: 1 2 Labor: Proposed Amount $ 430.99 $ 100.96 $ $ $ 103.16 $ 100.96 $ $ $ Hours Rate Total FM 8 $ 108.29 $ 866.32 JW 0 $ 100.81 $ Total $ 866.32 Subtotal 1,602.39 M/U Mtl/Equil @ 21% 90.50 0/H Labor @ 29% 251.23 M/U Subs @ 12% Use Tax @ 10.1% 43.53 TOTAL $ 1,987.65 Submitted By: Lisa Wislocker �,.. OIIMY �NN�U�6WI���mh�II,,mi�l."Xo.��yylu"sl�iYiilp, 1 tl o'yp��" W,"Y."II 14 �IIII'J inVli'i�, � f dw�dii"M00011 45in� ��ry°��P%�I��Ii4I�d611W'm'ra"I?�"^IY � YUWrIYUMdu M, WWII Id''VU�'tiVdN�'^.`Yv'���P�IP41�b' 1i7',1'�YINh JIJn%I�Xw�'I^�' UV,!di4UMU�l4°GUrfU"Ini; ,Iii �I III re+.i • f i d, 2 n'Iua 1 ,ri"'I`II I'� u I uhmPU�� 16, UIj4(iNl�'�°uu19S�dbwj �';' P'u,Vl�" H k, IJ (Nu,� I�,%ii'^xl�til a TACOMA 2519 96th Street South Tacoma, WA 98444 ELECTRI Phone: (253) 475-0540 SUPPLY A Winsup ply Company CUST.#: 1099 SMPTO: STOCK-AMAYA ELECTRIC 2519 104TH STREET CT S 253-582-8566 LAKEWOOD, WA 98499 BUM AMAYA ELECTRIC PO BOX 98686 LAKEWOOD, WA 98496 ***PLEASE SEE NEW REMITTANCE ADDRESS*** NO, PRODUCT ANODESCRIPTION REMITIa 000000 INVOICE INVOICEOMe ORDERNa 09/06/22 1 2953939-00 P0, NO. PAGE# 9395-FD2 1 3'7---0; dC6X..c 0 9 ) Winsupply Tacoma WA CO 2519 96th Street South Tacoma WA 98444 INSTRUCTIONS TO SHOP BEFORE NOON SMPPOM Tacoma QUANTITYT wormy ORDERED 1 Ra. LEAVE ON SIDE WLK IN FRONMT OF THE SHOP 1 PVC200SCH80 80 0 PVC CONDUIT SCH 80 2" 1OFT 2 PVC20090DSCH80 3 0 PVC 90* ELBOW SCH 80 2" 15/BOX 2 Lines Total Qty Shipped Total TERMS VAR1ONET25TH SMPVIA SHIPPED OUR TRUCK 3 r.09/06/22 QTY. [CITY' [ UNIT AMOUNT SHIPPED U/M PRICE 80 .0 495.28235 396.23 3 E 11.58537 34.76 83 Total Invoice Total THISINVOICEMAYCONTMNSALESTAX.IFYOUBELIEVEYOUAREEXEMPT FROMSALESW,PLEASEEMMLACOPYOFYOURWASHINGTONSTATE ESELLER'SPERMITTOTAX@TACOMAELECTRIC,COMORFAXT0253-476-1204. Cash Discount Last Page All sales are subject to the terrns & conditions found on our websIte www.tacomaeleclric.cont For a hard copy call (253) 475-0540 430.99 430.99 8.27 IC Paid By 10/10/22 For SEATTLE • TACOMA DAILY REPORT OF FORCE ACCOUNT WORKED '°"" b Project Name: 2022 Tukwila Overlay Program Project No: m001040o« oW��e1unmm��S�Changes Est: — ' Description of Work: invoice for Junction Boxes, Prime Contractor: Tucci Sub Contractor: Amaya Electric NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION Ci, _-___-• __ -$ '______ -_'__� -_-' _-______-_--_____� -_____________��� � - $ -$•_'$-_ ' $ ' $ - $'__$-_ �__-�_ $ ' $---$--------- $ .� $ ' po/ms/AaonauarorAL $ . PRIME LABOR TOTAL INCLUDING 31 7,, MARKUP $ ' EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ ' $ ' $ - $ ' * . $ . PRIME EQUIPMENT SUI3TOTAL $ - MATERIALS (add tax w=vprice .' applicable) INVOICE UNIT QUANTITY PRICE °v Tax //""p/ EXTENSION $ . $ ' $ ' p PRIME MATERIALS $ . PRIME MATERALS & EQUIPMENT TOTAL INCLUDING 21'/O MARKUP $ ' PRVmE SU NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION Anthony Jordan Electrician ' Journey level (pvmmun) ' ' ..a ' 2,5 $ /no.uo $ - � ' $ ' ' $ ' $ ^ $ ' $ ^ $ ' $ ' $ - $ umm $ . $ . $ $ . $ . I SUBCONTRACTOR LABOR SUBTOTAL $ 270.73 SUBCONTRAcTQR LABOR TOTAL INCLUDING 31 /0 MARKLJP $ m:.oa EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION vccco1sChevy Cargo Van 2.5 $ 27.24 $ - $ ' $ . $ . $ ' $ ' . $ 68.10 $ . $ ' $ ' SUBCON'ORACTOR EQUIPMENT SUBTOTAL $ uoxo MATERIALS (add tax 10 unit price 11 applicablo) INVOICE UNIT QUANTITY PRICE w/ Tax 1 appl. EXTENSION Type 1 Non SlipJunction Box racomaElectric Invoice wunxwys'un EA 4 $ euu»o $ 2.49e.00 $ ' S . • ' m ' � * ' ' SUBCOI4TRACTOR MATERIALS SUBTOTAL $ 2,e2/0 SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ 3,e7z2 SUBCONTRACTOR/SERVICE INVOICE UNIT QUANTITY PRICE */ Tax |fann| EXTENSION $ . $ ' $ - SU CONTRACTOR INVOICF TOTAL $ ' SUBCONTRACTOR SUBTOTAL , ;41, , U CONTRACTOR TOTAL IN LUDING 12% PRIME • RK P 3 8 .,67 | Approval of Force Account Worked: | ~//�`-7| y/ n°+p7�~*a 09/27/2022 Date SHEET TOTAL: $ 3,866.67 DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: Bid Item No.: Description of Work: 2 c -T7(..,/,-.77 6/4 Ft-ir„) c.)o Project No: ti Date: '-')//y/z Replace OC 41IMINkftiimok,b`lo Work by Subcontractor?: Prime Contractor: Sub -Contractor: ,t1 411111 14111 , 1,410 ,,u'lmg,111,111gy',#,I, OCCUPATION OVERTIME COMMENT HOURS HOURS ,1virri n t wA4,116.0,,,,g45,44A4g4iplobbviofigleope,,,,„„ot doopot olyorl'110511A0,1,01,19,1,,;,,;,,,,,„toliv jp,p „, 01,111,11i, EQUIPMENT OR ATTACHMENTS 7Z I S— vy A e„„„„„„„„ 0,0,11,notrikilmile4 4 r11 00011111111 [IA 11111111 STRAIGHT HOURS Ski 11141t11:1Mil'111111,1111111011111,,,,,,,IXIC,1011111,1,1,1, SIttt,11111, '111111,1q11,11110 COMMENTS Rlit0,4r, /1,104146,414#1.#11 4 4o4H1 ett twt,ptygottortm!h ttItttyqg totinthitheit PT,012111101iti1119,0,,,,,,;,11114141141.4001,00014„1141k WA144,titelztR,i,"""' libtliS,4114Cttnitkittallikt,tikmaktififittldittlh Attwatt,,,,tbAltott l'I'Otil$ttliVttkOttt MATERIALS QUANTITY 106c I PktOst 54° UNIT COMMENTS ilies as measured in the field fetigglepoproK AT," thavolotoerfloymmnirtpl, Asp, lareunitArogimipalsogatimz Ilia6dimitioabiloviloak -,.........-- INVOICES 1,4,C13/014011.NAI, %.1044 QUANTITY UNIT DOLLAR AMOUNT Verification of Hours Worked: Contractor's Representative Date Owner's Representative Date COMMENTS: P, Mae itoft,t4 09/22/2022 AMAYA 'MECUM P.O. Box 98686 Lakewood, WA 98496-8686 Force Account PHONE 253 582-8566 FAX 253 582-8568 EMAIL: lisaw@amayaelectric.com To: Tucci and Sons Fax: Amaya Job No.: 9395 Attn: Troy !hien Ph: Ref: FD002 Date: 9/14/2022 Project: City of Tukwila 2022 Overlay Program Change: Replace JB CoT provided from their inventory Materials: Type 1 Non -slip $ 2,492.00 Equipment: #22 2015 Chevy Cargo Van 2.5hr min @ 27.24/hr $ - Subcontractors: 1 2 Labor: Proposed Amount $ $ $ Hours Rate Total FM 0 $ 108.29 $ Apprent. 65% 0 $ 69.92 $ $ $ Submitted By: Lisa Wislocker Total $ NI Subtotal $ 2,492.00 Mark-Up MtI @ 21% 523.32 0/H Labor @ 29% Use Tax @ 10.1% 251.69 TOTAL 3,267.01 giTACOMA ELECTRIC SUPPLY CUSTA 1099 mHIPrm STOCK-AMAYA ELECTRIC CITY OF TUKNlLA 600 MINKER BLVD TUKWlLA, WA 08188 BILL TO: AMAYA ELECTRIC LAKEWOOD,PO BOX 98686 WA 98496 2519 96th Street South Tacoma, WA 98444 Phone: (283)475-O540 UNE PRODUCT NO, umu'Sun,now QUOTE DATE ORDER NO. [UPCVENDOR 000000 | 00/07/22 | 2964195-00 80010401 FD#2 CORRESPONDENCE TOTacoma Electric Supply 251996th Street S' Tacoma, WA 98444 INSTRUCTIONS TERMS VAR1ONET25TH SHP POINT o,v Tacoma OUR TRUCK SIT QUANTITY | QUANTITY D.O.ORDERED SMPPED 1 HPC1NSLT H2 TYPE 1 NON SLIP LT H/GRD STRAP 2 HPC1NSTS H2 TYPE 1 NON SLIP TS N/GRD STRAP 2 Lines Total Last Page Last Page 2 2 PMCE URN Total AWWNT 1246.00 1246.00 2492.00 Invoice Total 92.]O City of Tukwila 2022 Overlay Program SU E .D N TE RECORD KPG #: 21148 COT #: 80010401 Bid Item: B29 Resolution of Utility Conflicts Pay Est.: Pay Estimate Period: From: 8/15/2022 Schedule Drainaqe Improv* To: 9/20/2022 en Inspector: Cody Hallman & Austin Maier Calculated by: Cody Hallman & Austin Maier Quantity Calcu a on (Attach supporting information as needed) Date Work Performed Location of Work Performed Calculations EST Quantity 8/31/2022 111 See FA 06 Per Calculations on FA 06 - Pay $1,993,4 do od 4 41 „, fr.10 d I d k 0 0 dy kloddf144 0 00 41 00 0 Lk k 444 d 4, 0 I II kd d 111 k k 4, L Idykk, k kt L d d d ky o0Ck kkk Lo4kkd doddhkddoidel, p C`cc,t4 ciccc CC1 c cC c It 11114 cci• ccv 4 Material Acceptance 1,993.41 yr,01 tml) nem 000007rytWOopt , Total 1993.41 Material Brand Name / Manufacturer Model/Typo RAM or Sub. Basis of Acceptance Pay Summary Item # Bid Item Unit City Unit Price ContractTotal B29 Resolution of Utility Conflicts EST 3,000.00 3,000.00 Quantity due this pay Estimate 1993.41 66.45% 1,993.41 Total paid on previous Estimate(s) 0.00 0.00% Total Paid to Date 1993.41 66.45% 1,993.41 Amount left in Bid Item 1006.59 34% 1,006.59 Posted By: Keelie Hyppa, Documentation Verified/Checked By:Matt North, Resident Engineer Date: 09/27/2022 Signature: 6 'Mat 71,ona Signature: / ' w w 0 SEATTLE • •rAcomA DAILY REPORT OF FORCE ACCOUNT WORKED • Project Name: Bid Item: Description of Work: Prime Contractor: • . . . . v . • V 2022 Tukwila Overlay Program Project No: 80010401 Date: 8/31/2022 B29 Resoluton of Utility Conflicts Pay Est: 1 Tucci crew hauled spoils and backfilled conduit trench that Amaya electric excavated for additional conduit on 144th & 46th at STA 91+82, 15LT to STA 92+10, 15' LT per FWD 002. Tucci Sub Contractor: None NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION Delbert Taylor Brandon Copenhaver David Gallagher Truck Drivers - Durnp Truck and Trailers Laborer (Apprentice Step 2 Western WA) Laborer 8 4 4 $ 80,08 $ 63.91 $ 63.91 $ - $ - $ - $ - $ - $ - $ $ - $ - $ 640,64 $ 255,64 $ 255,64 $ $ PRIME LABOR SUBTOTAL PRIME LABOR TOTAL INCLUDING 31% MARKUP $ 1,151,92 $ 1,509.02 EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION Kenworth 2005 5 Yard Dump Truck 8 $ 50,04 $ - $ 4.93 $ - $ 400.32 $ - PRIME EQUIPMENT SUBTOTAL $ 400.32 MATERIALS (add tax to unit price il applicable) INVOICE UNIT QUANTITY PRICE w/ Tax If appl, EXTENSION $ • $ - $ . PRIME MATERIALS SUBTOTAL PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21 /. MARKUP $ $ 464.39 PRIME SUBTOTAL. , ' „ z„ „ „ ,;;„ / 7,,- ,„ 4 , fA /$ 199341 NAME OCCUPATION ST HOURS WWR OT HOURS WWR EX FENSION - • - $ - $ - $ • $ • $ - $ - $ - $ - $ - $ • $ - $ - $ . $ . $ . $ $ $ SUBCONTRACTOR LABOR SUBTOTAL SUBCONTRACTOR LABOR TOTAL INCLUDING 31 h. MARKUP $ $ - EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ - $ - $ . $ - $ - $ - $ • $ - $ .. $ $ . $ SUBCONTRACTOR EQUIPMENT SUBTOTAL $ - MATERIALS (add lax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl, EXTENSION 16 Tons of CSTC used INVOICE NEEDED $ - $ SUBCONTRACTOR MATERIALS SUBTOTAL SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ - SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax if a poi, EXTENSION $ $ - $ - SUBCONTRACTOR INVOICE TOTAL $ - SUBCONTRACTOR SUBTOTAL , $ P •NTA T•R NIAFI UP AT 12% ' SUBCONTRACTOR TOTAL I CLUDING 12% PRIME MARKUP $ Force Account Sheet By: Approval of Force Account Worked: I,,A5,1 , 1J^Ht Vatel 09/27/2022 I\ANlY 717/1,`,,h1oH1 Dale SHEET TOTAL: $ 1,993.41 FA No.: DAILY REPORT OF FORCE ACCOUNT WORKED 0 SEATTLE TACOMA Project Name: Bid Item No.: Description of Work: Prime Contractor: t'LA' A 04' 7i/Gl.t liA•t)lch Project No: //E. -/g Date:,/, !1/2 Z. //cab 7-17 (V.11 1 0(1- FLA' (1— [5 l Iv 1 PIA c, o r 5749I••142 - Work by Subcontractor?: Sub -Contractor: w�r NAME OCCUPATION STRAIGHT TIME OVERTIME COMMENTS HOURS HOURS r toIIo2 GAvdo s nrllAr4wit, TC -"A .47.5te (2(.1a1 4 a. g to_ $ (t U N tria (o3. UIPMENT EQUIPMENT OR ATTACHMENTS STRAIGHT HOURS STANDBY HOURS COMMENTS rN ()j/V}() T714tk- TERII MATERIALS QUANTITY UNIT COMMENTS rG 1L'-‘4..< Quantities as measured in the field VOICES INVOICES QUANTITY UNIT DOLLAR AMOUNT Verification of Hours Worked: COMMENTS: Contractor's Representative Date Owner's Representative Date ('CUSSfJN M ( a �= CPM Time Impact Analysis Contract: CITY OF TUKWILA - 2022 Overlay Program Contract #: 80010401 Contractor: Tucci & Sons Inc. Change Order: C01 CM Reviewer: Matt North Date: 12/07/22 Requestor of Change: Tucci & Sons Inc. Initiator of Change: Tucci & Sons Inc. Detailed Description of Change: Per the City of Tukwila Request, Conduit was added to SCHEDULE 8- S 144TH ST & 46TH AVE S SCHOOL CROSSING by Field Work Directive (FWD) #002. This change order restores the overrun force account bid item B1 ""Unexpected Site Changes"" back to original bid dollar amount. Bid item 81 & B29 were used to pay for FWD #002 work within pay estimate #1. The total of $26,665.52 paid to bid item B1 in pay estimate #1 will be converted as part of this change to a new schedule B bid item as B44 - "144th & 46th Conduit Addition" and the B1 bid item credited the equivalent amount. No additional payment will be processed for this change. As part of this change order, additional working days are awarded to Tucci to offset work performed under the following Field Work Directives #001, #002, #007 & #008 detailed below. Reference Drawings: N/A Reason for Change: Work added per City Request in FWD #002 Stated: "Contractor shall install additional conduit as noted in attached annotated plan sheet 24. Further, there is a conflict with an existing guy anchor on 46th Ave S...." Justification to FWD #002 stated "To extend power to an existing flashing crosswalk sign approximately 50' west of the current project removal limits, as well as to provide the City with spare pathways for future use..." Adjustments in Working Days: FWD 001 "Orillia Castings" - These broken castings added Half (0.5) of a working day to the effort at Orillia. The replaclement of these broken castings and the associated additional curb, gutter and sidewalk removal/replacement were not in the original scope. For FWD #002 noted above - Additional days were needed to install the requested conduits. The work zone at 144th/46th was very restricted and construction under traffic required work to be performed one corner at a time. Progression of the work was slowed by (3) working days due to limited site access with multiple contractors working in the same area. FWD 007 "37th Paving & Berms" - This work impacted progress of the project by half (0.5) of a working day for saw cutting, removals, layout and replacement once the majority of the paving area was deleted from 37th. The lack of the full overlay scope on 37th complicated the edge restoration which was part of the small drainage improvement in this area. FWD 008 "44th Ave S Back of Walk Revision" - Field design and installation of special drainage features not anticipated in the original design slowed progress in Allentown by one (1) Working day. No change in working day per the following FWD's: FWD 003 "37th/Orillia Pave Swap" offsetting scope. FWD 004 "RAMP PLAN 144TH ST 46TH AVE S" Roots at ramp FWD 005 - 37th Storm Modifications FWD 006 - SE Corner of 140th & 37th ADA Ramp Revision Attached Supporting Documentation: Force Account Payment to FWD #002 per bid item B1 Unexpected Site Changes Impacts of this Change on Related Work: Five (5) additional working days are added to the contract as a result of the above items of work Other Information: INDEPENDENT COST ESTIMATE CHANGE ORDER i INDEPENDENT COST ESTIMATE isciplinary InterdDesign Project Name: 2022 Overlay Program Project No: Date: 80010401 Change Order Number: C01 12/7/2022 Description nfWork: FVVOs Reconciliation Prime Contractor: Tucci & Sons Inc. Sub -Contractor: Amaya Work Preformed Under Force Account SUBCONTRACTOR WORK QUANTITY UNIT PRICE DOLLAR AMOUNT Seo Attached FA Work Sheets * 26.665a2 $ ' $ $ ' $ ' m $ ' $ ' � SUBCONTRACTOR $ ' SUBCONTRACTOR MARKUP 12n $ SUBCONTRACTOR TOTAL $ - - TOTAL ENGINEER'S ESTIMATE FOR C01: $ 26,865.52 Summary ofNegotiation: Date Notes Contractor's Proposal: $ 26.665.52 Engineer's Estimate: $ 26.685.52 Accepted Cost: $ 26.805.52 Prepared By: Matt North Date: 12/7/2022 Title: Resident Engineer Approved By: Date: WSDOT LAG NUAL CHANGE 0 1 ER C 1 CKLIST Local Administered Projects Change Order Chapter 52 Appendix 52.106 Checklist Question Yes No N/A 1. Does the change order alter the termini, character, or scope of the work? X If yes, you must have H & LP approval to be eligible for federal funds. X If yes, you must submit a revised page 1 of the prospectus. X 2. Is the Change Order over $7,500.00 and outside the scope of work? X If yes, the change cannot be a change order and must be an independent work. X 3. Does the Change Order detail all items involved in the change? X 4. Does the Change Order include an adjustment to working days? X If yes, the time extension must be stated in the Change Order. X If yes, an independent engineer's estimate of time must be included to document the extension. X If no, that must be stated in the Change Order. X 5. Does the Change Order alter the DBE Condition of Award? X If yes, you must obtain concurrence from H & LP. X If yes, you must obtain the DBE's signature on the Change Order X 6. Does the Change Order involve a material subsitution? X If yes, you must determine if a material credit is appropriate. X 7. If Change Order work started prior to it's execution, prior verbal approval by the Approving Authority must be granted and documented. X 8. Has the Change Order been signed by the contractor? X 9. Has the Change Order been executed by the Approving Authority? X If you are a "non CA Agency", you must have the acting C Authority's approval. X 10. Has an independent engineer's estimate justifying the costs and time extensions been completed and documented? X 11. Has a detailed memo outlining the chronology of events, basis of need, cost and working days been prepared and placed in the file accompanying the Change Order? X Page 52-18 WSDOT Local Agency Guidelines M 36-63.18 October 2012 22-078 Council Approval 6/27/22 C-1 AGREEMENT FORM CONTRACT NO 22-078 THIS AGREEMENT is made and entered into on thisl2th day of July , 2022, by and between the City of Tukwila, Washington ("Owner') and Tucci & Sons, Inc. ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled 2022 OVERLAY PROGRAM, Project No. 80010401 including all changes to the Work and force account work, in accordance with the Contract, Documents, as described in Section 1-04.2 of the Supplemental General Requirements, 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3, Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal: If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees, In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer, No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original, CITY OF TUKWILA, WASHINGTON (Owner) eSIgretl SeamlessLocs com ((-ZU/t 6A-Ge/c9: HP By: Key: 31,0.bc71,0[7.21catabfdtav Ic7v, Mayor 07/12/2022 Title: President Michael F. Tucci Attest: Attest: This day of----"Z(//P , 20 22 This 12th day of July 2022 eSignecl via SeamlessDocs.com - 2 fl7farCleSeG.162.0a00See0,310.1.51,37.2 Acting City Clerk Approved as to Form: e.-ignetl via Se-mlessLocs com 671feWeit Key: vatliOtlievCrlOae71.ultD101,c,e0 City Attorney Address for giving notices: Contractor's License No, TUCCIS*379NO Address for giving notices: 4224 Waller Road 6200 Southcenter Boulevard Tacoma, WA 98443 Tukwila, WA 98188 2022 OVERLAY PROGRAM MAY 2022 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 107587308 We, Tucc & Sons, Inc. and Travelers Casually and Surely Company of America, (Principal) (Surety) a CT corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of One Million Six Hundred Twelve Thousand Six Hundred Nine and 75/100-- - Dollars ($ 1,612,609 75 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated July 12 , 2022 , between Principal and Owner for a project entitled 2022 OVERLAY PROGRAM , Contract No. 80010401 ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond, Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. 2022 OVERLAY PROGRAM MAY 2022 Performance & Payment Bond C-3 This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 29th day of June , 20 22 , Tucc & So Signature o Authorized Official Michael F Tucci President Title Tr ve e s asualty and Surety Company of America Surety „, , Signature of Authorized Official By Julie A Craker Attorney in Fact (Attach Power of Attorney) Name and address of local office of Hentscheil & Associates, Inc. (Agent) agent and/or Surety Company: 1436 S. Union Avenue Tacoma, WA 98405 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 2022 OVERLAY PROG RAM MAY 2022 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, Thal Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, arid St. Paul Fire and Marine Insurance Company are corporations duly organized under the taws of the State of Connecticut (herein collectively called the "Companies, and that the Companies do hereby make, constitute and appoint Julie A. Craker of TACOMA Washington , their true and lawful Atlomey(s)-in-Fact to sign, execute„ seal and acknowledge any and all bonds ° recognizances, conditional undertaking's and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to he signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. Slate of Connecticut By: City of Hartford as, Robert L Raney ---- enior Vice President On this the 21st, day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President at each of the Companies, and that he, as such, being authorized so to do, executed the foregoing! instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recogmzance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED, that the Chaimian„ the President, any Vtce Chairman, any Executive Vice Presuclent, any Senior Vice President or any Vice President may delegate alt or any part of the foregoing authority to one or more officers or employees of this Company„ provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, f e cog n iz a !Ice , or conditional undertaking shall be valid and binding upon the Company when la) signed by the President, any Vice Chairman, any Executive Vice President„ any Senior Vice President or any Vice President, any Second Vice Prestdento the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seat by a Secretary or Assistant Secretary:, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power Iprescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and blinding upon the Company and any such power so executed arid certified by such facsimile signature and facsimote seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. V„ Kevin E. Hughes„ the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in 'IA force and effect. Dated this 29th day of June 2022 Kevin E. Hughes, Asa !ant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-388O. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. To the Mayor and City Council City of Tulewila, Washington PROPOSAL (unit price) P-1 Contractor's Name TUCCI & SONS, INC, Contractor's State License No, TUCCIS'379NO City of Tukwila Project No, 80010401 The undersigned (Bidder) hereby certifies that he personally examined the iocation and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled 2022 OVERLAY PROGRAM, which project includes but is not limited to Hot Mix Asphalt (HMA) overlay of up to Five (5) sites within Schedule A, planing bituminous pavement, removing pavement and pavement repairs, installation of concrete curbs, sidewalks, driveways and ramps, installation of traffic loops and junction boxes, signal modification, adjusting surface utflities to grade, installing new channelization and signage, providing all necessary traffic control labor and devices; one project site within Schedule A includes installation of two new RRFB Systems; the Schedule B project site includes relocation of an existing RRFB system and construction of new curb ramps and crosswalk; work for all schedules includes providing temporary erosion/water pollution control and other items necessary to complete the Work as shown on the Contract Documents; and has read and thoroughiy understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) ",f;i bid bond or 0 cash, 0 cashier's check, 0 certified check, or postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto, Bidder understands that, should this offer be accepted by Owner within ninety (90) caiendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be nuil and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within SIXTY (60) working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08,9 of the Standard Specifications for every working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay, 2022 OVERLAY PROGRAM MAY 2022 P (led to Bei Iders EX Ch. ast.(je of WA , Inc For usage Condi.t i our,, Pre e me nt see. www „ xm a , 1%1. Verify Susi Proposal 2022 Overlay Program Project No. 800101101 Nate Una punts r lidos extenscors, and the' keFe amount buf mind ,palov,rn Wnerff c().11R10 OCCUYS beween flIe rind once aro the E:giW annount setandred for ana dem Me Villa once 51'011 ptenal on0 Mars snarl be col reefed to conform thereto Rote: fo ff.:Nelda:8110 for fterachnin of pay demsinciode applindbie sates tax shall be inciedect ra the %fancies unit ana lump cum prices, per section 1-07,7(11 and 1/4firAC 458-20-171, P-2 SCHEDULE A- OVERLAY & SIDEWALK IMPROVE 'ENTS Item No Spec Item Description Qty Unit Unit Price Amount ROADWAY IMPROVEMENTS 1-04, Unexpected Site Changes A2 1-07 SPCC Plan 5 8,000 00 5 6000.00 A3 1-09 Mobilization 1 LS A4 1-10 Projcct, Temporary Traffic Control 1 LS A5 Off -Duty Uniformed Police Officer 300 HR A6 Asphalt. Pavement Removal 500 SY A7 Removal of Structure and Obstruction LS Roadway Excavation Inc, Haul 1 LS A9 2-03 unsuitable Foundation Excavation Ind, Haul 40 CY Gravel Borrow Ind, Haul 200 TON 1 4-04 Crushed Surfacing Top Course, 650 TON 12 5-04 Pavement Repair Excavation Ind, Ha.ull 60 CY 13 5-04 HMA CII, 1/2" PG 58H-22 2850 14 5-04 HMA for Pavement Repair Ci. 1/2' PG 58H-22. 90 i5 5-04 Temporary Pavement 30 16 504 Thickened Edge 1110 5-04 Planing Bituminous Pavement 16150 Al 7 Al 8 A19 A20 A21 A22 2-02 2-02 2-02 TON TON TON LF Asphalt Cost Price Adjustment tritt 7-05 A24 Adjust Manhole Adjust Catch Basin Adjust Water Valve Hydrant Relocation inlet Protection Adjust Monirnent Case and Cover 32 EA 19 EA EA 3620. 250 P r i d Bui. 1de r s Exchange,: of WA, I nc_ For. usage Condit on s. r.e.emer.,,,t see com Alma ys "/'if Scal Proposal P-3 2022 Overlay Program Project No, 80010401 More ff.Jrf prores ror vete extensforo and file for. rft amount1 1mutg bcr shown Whore rforact OCCUI'S fhe urg pow and autt tong areautu spenfazid any item f vat, once shaff proyal, and totals r'droff fro ronecord fo (forgot ro l .fti 1., 11defrof Ion of pay ffornsfrtellude applicable sales tax 5 hal% be lalclude,0 in the wantans unit and Vamp .SUM prices, per section 1.07,20) and WAC 460-20,171, tern No. Spec Item Description Unit Unit Price Amount' SIDEWALK iMPROVE.MENTS A25 1-05 ADA Features Surveying LS A2G 2-02 Cement Com Sidewalk Removal Incl t-taul 250 SY A27 2-02 Cement Conc Curb Removal tact Haul 780 LF Replace lExisting Frame and Grate with Solid A28 7-05 EA, Locking Cover A29 8-04 Cement Conc, Curb and Gutter 1700 LE A30 8-06 Cement Conc, Driveway Entrance 180 SY A31 8-06 Cement Conc. Driveway 1 SY A32 8-14 Cement Conc. Sidewalk 500 S'Y' A33 8-14 Cement Conc Curb Ramp 12 EA 8-14 Cement Conc Pedestrian Curb 65 LF DRAINAGE IMPROVEMENTS A35 7-04 A36 7-05 A37 7-05 Crushed Surfacing Top Course for Storm Drainage Improvements HMA Cl 1(2 PG 58H-22 for Storm Drainage Improvements A.38 7-04. Ductile. lron Storm Sewer Pipe 6 in. Diam, 00 Ductile Iron Storm Sewer Pipe 12 In Diam Storm Drain Marker A41 7-05 7-05 Catch Basin Type 1 EA EA EA New Pipe Connection to Existing Storr Structure or Pipe Drain A43 8-31 Protect UtilityPole Resolution of Utiiity Conflicts 5 6 000 00 A45 8-32 Pothole Utility Provided. to Wei ider Exchange of WA, Inc_ For. usage CwnAiie ions A(greemcflett. use wmw. Fswel- corn - Always Verify Soul Propospt 2022 Overlay Program Project No, 80010401 Nora Una. paces Iron Penis an extensrons and 11MS'. yarar amour% bred mootL del phosys hosopon 'rho prora rand Ole rdoi alTS)unt speohed rarY any [lona the lahCa Shaa prCsaA laialS Shall Se CV reClaSS Carta rrn Pyourna, Roast to iraavorn4ror "i rya; crera non or hay rpansischyrie applicanie sre' tax shali be in (laded in nie various and lump Slum prices, per section 1-07,241) anti MC 458-20471. P-4 TRAFFIC SIGNALS A46 A47 Item Description. Traffic Signal Modifications (Ori lila Rd S & S 200th 8-20 St), Complete RRFB Systems Installation (S 1)[r Street e044th Avenue s and S124th Street & d16th Avenue S), Complete FRANCHISE UTILITY ITEMS M8 A49 Adjust Franchise Utility Manhole/Vault Unit. Unit Price ,Amount 1 8-19 ROADSIDE DEVELOPMENT A50 A51 8-01 8-02: Adjust Gs Valve ErosionA/Vater Pollution Control Property Restoration A52 8-18 Mailbox Relocation TRAFFIC CONTROL DEVICES A53 A54 A55 A56 A57 A58 A59 A60 A61 Prov 8-05 8-21 8-22 8-22 8-22 8-22 8-22 Speed Cushion Permanent Signing Plastic Traffic Arrow LS LS EA EA 5 425000 $ 4 250 00 $ 700000 5 7,000 00 Plastic Stop Line Plastic Crosswalk Line 1200 EA LS EA LF SF Paint Linen 8 Inch Paint Line, 4 Inch Plastic Yield Lone Symbol Temporary Pavernent Markings 3160 LE 7800 F 17 EA 4600 Lr 1 t Sul r a 1tuc of.lA, in,co For usage ConAit ono A,g oe.e.rtorit see www com — Always Veri, S cal. Proposal P-5 2022 Overlay Program Project No., 80010401 Note dal oozes for all Pedro all extenordra, and dfor toter. amorpre tod MtAbt be shown rAthere cordlryt occurs lactopron Coo pair ebbb and the tdol art rood spopfrod far aro' Pero. afe teat pope shalt procaP ord tarolc. dad be corrected tc. Conform thereto Refer to ff.:Wrap:to 'f ft tor derpotron ot pay rtortorlocludo. applicable sales tax shun 1- included in the various and and 'lump sum prices, per section 1-07i2ii1) and WAG 45Erii2bi1 71, SCHEDULE B- $ 144TH ST & 46TH AVE S SCHOOL CROSSING Itern No Spec ROADWAY IMPROVEMENTS tem Description Qty Amount 1-04 Unexpected Site Changes SPCC Plan 1-07 1-09 1-10 Mobilization 9 1,000 00 1,000 00 Project TemporaryTraffic Control Asphalt. Pavement Removal Removal of Structure and Obstruction Roadway Excavation Ind. Haul Unsuitable Foundation Excavati onAncl Haul Gravel Borrow Ind Haul Crushed Surfacing Top Course HMA Cl 1/2" PG 50H-22 B12 B13 B14 Temporary Pavement Adjust Catch Basin 7-12 Adjust Water Vaive Inlet Protection SIDEWALK IMPROVEMENTS B16 1-05 ,ADA Features Surveying B17 2-02 Cement, Conc., Sidewalk Removal Incl Haul Cement Conc Curb Removal Ind Hul Cement Conc. Curb and Gutter Cement Conc, Driveway Entrance Cement Conc. Sidewalk Cement COrIC, Curb Ramp Cement COnc, Pedestrian Curb 1 LS 60 SY 370 LF 410 LF 40 SY 80 SY 3 EA 100 LF Provided to. Buil dpi s Exchange o WA, Inc , For 1sage Conditions Agreement see! 1.1m com - Always Verify Snag Proposal 2022 Overlay Program Project No., 80010401 Note Unit nnees Mr a If dads aft extenteans rarld Ms hetet amount bat nv.;51 ted shown t,Nloany conthat occus between the kdrIkr, pane and the Med amount speeded lcr any Ilenl the prat nese snett prevaa anal tiatals sloe cotrectedM nonitorm Mended Refer to Demeon 10 Mr delintion of pay domslachade applithableStdeS tax shall be idduded in the various unit and lump sum prices, per section 11477,20) and WAC 158-204 71, Pit3 DRAINAGE IMPROVEMENTS 7-04 Solid Vi/ali PVC Storm Sewer Pipe 18 lin, Diarrt 7-05 Catch Basin Uype 2 48 In Diam LF if Replace Existing Frame and Grate with Solid Locking Cover 7-05 Catch Basin Type 1 7-05 8-32 Storm Drain Marker Resolution of Utitity Conflicts Pothole Utility B30 .TRAFFIC SIGNALS 831 8-32 8-20 FRANCHISE UTILITY ITEMS B32 8-19 RRFB Modifications (S 144th St Complete 5 EA 1 EST 3000,00 5 300000 5,000 00 S 500000 & 46th Ave S Adjust Franchise Utility Manhole/Vault 833 8-19 Adjust Gas Valve 2 EA EA ROADSIDE DEVELOPMENT 834 8-01 Erosion/Water Pollution Control FA 5 4,250,00 $ 4,250,00 835 8-02 Property Restoration 8 10,000 00 $ 10„000.00 836 8-18 Mailbox Relocation 1 TRAFFIC CONTROL„ DEVICES 837 8-09 Raised Pavement Marker Type 1 838 8-09 Raised Pavement Marker Type 2 839 8-21 Permanent Signing 840 8-22 Plastic Stop Line B41 8-22 Piastic Crosswalk Line B42 8-22 Paint Line, 4 Inch 1 LS 30 LF 200 SF 180 LF Provided to 11»»! rs Exchancle o1. WA, 1nch 7tar 1»»age Conditions Aglieliment see www „ 1imma , coo Always. 1» r1fy Sca 1. 1ds Submitted on Computer Prntouts P-7 Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid., as long as the following requirements are rnet. Each sheet Of the computer printout must contain the exact. same information as shown on the hard- copy bid form — Project Name, Schedule Name, column headings i— in the order shown, totals., etc, The computer printout of the Bid Proposal must have the exact certification Ilanguage shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and ail addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions„ the unit bid prices shown on the cornputer printout will be used to determine the hid. Put this certification on the last sheet of the Bid computer printout, and sign: TUCCI & SONS_ , INC (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out, (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be terrnined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities sho d form then totaling all of the extended amounts. Signed: MLQHAELE—IILQ.Q Title:PRESIDENT Date: MAY 25, 2022 2022 OVERLAY PROGRAM MAY 2022 Provided to Builders Exchange of WA, Ing„ For usage Conditions.: Agreement see www.b.swagdosn Always Verily Scal Proposal P-8 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No, 1 2 Addendum No„ 3 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified, By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Docu ents and will provide the required coverage. The below signed bidder acknowledges that bids must be complete and submitted for the the entire Bid Schedule A and Schedule B. Partial or incomplete bids will not bo considered, The Bass for determining the low bidder shall be the lowest total of Schedule A. At the City's sole discretion and based on available funding, the CiTY may elect to award only Schedule A or Schedule A plus Additive Schedule B (A + B). Total Bid Schedule A: Total Additive Bid Schedule B. Schedule A plus Schedule B: Note: Unit prices for all items all extensions and the total arnount of bid must be shown, All entries must be typed or entered in ink. The Surety Company which Mil furnish the required Payment and Performance Bond is TRAVELERS CASUALTY AND SURETY of ONE TOWER SQUARE COMPANY OF AMORIGYA HARTFORD, CT 06183 (Address) Bidder: TUCC NC. Signature of Authorized Official: 1, I Printed Name and Title: Address: 4224 WALLEB ROAD., TACOMA, WA 93443 Circle One: Individual / Partnership / State of incorporation: WASHINGTON MICHAEL F. TOCCUERESIDENT Joint Venture Corporation Phone No.: 253 922-6676 Date: MAY 25, 2022 This address and phone number is the one to which all communications regarding this proposal should be sent NOTES: 1 It the Bidder is a co -partnership, give firm name under which business is transacted proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as appFicable and enter it on the bid form. It there is no unit price or extensionfor one or more bid item(s), the proposal MI be rejected 2022 OVERLAY PROGRAM MAY 2022 Provided to Builders Exchange of. WA, Inc., For usage Condatiorls Agrssesseat www,bmmsicoss - Almay' Velsify Sc. BID SECURITY P-9 Id Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ — OR — Bid Bond: The undersigned, Tucci & Sons, Inc. (Principa I), and Travellers Casualty and Surety Company of America (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Total Bid Amount-- - — --- dollars ($5% of Total Bid Amount which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond, Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for 2022 OVERLAY PROGRAM, Project No, 80010401, according to the terms of the Proposal and id Documents, Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages The obligations of Surety and its Bid :ond shall be in no way impaired or affected by any extension of time within which Owner may accept bids, and Surety does hereby waive notice of any such extension. Signed and dated' this 25th day o Tucci & Sons, Authorized Official Title Name and address of local office of agent and/or Surety Company: , 2022 Travelers Casualty and Surety Company of America Surety / By Atterney in Fact (Attach Power of Attorney) Julie A. eraker ( Hentschell & Associates., Inc, (Agent) 1436 S. Union Avenue Tacoma, WA 98405 Surety companies executing bonds must appear on the current Authorized insurance List in the State of Washington per Section 1-02„7 of the Standard Specifications. 2022 OVERLAY PROGRAM MAY 2022 ?rOVided to. Builders Exchange of WA, Inc. For. usage Conditions Agreement scewww. bxw corn""' Always Verify Scal TRAVELERS. Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America.„ Travelers Casualty and Surety Company, and St, Paul Fire, and Marine Insurance Company are corporations duly ,organized under the laws of the State of Connecticut. (herein collectively called the "'Companies"), and that the Companies do hereby make, constitute and appoint Julie A. Craker of TACOMA Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recogniz.ances, conditional undertakings and other writings ,obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut By: City of Hartford ss,„ Robert L. Rene enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L, Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing an behalf of said Companies by himself as a duly authorized officer, IN WITNESS WHEREOF, I hereunto set my hand and official seal, My Commission expires the 30th day of ,June, 2026 PAM' PO r.:LIC; 244 Anna P, Nowik„ Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as foltows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's 'name and seal with the Company's seat bonds, recognizances, contracts of Indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any lime may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chatrman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such derogation is in wntrng and a copy thereof Is tiled in the office of the Secretary, and it Is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shat t be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretaryt or (Li) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her cettficate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers: Presrdent, any Executive Vice Prestdent, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents„ Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached, I, Kevin E„ Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full .force and leffect, Dated this 25th day of May 2022 Kevin E. Hughes, Assidant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. STATE OF WASHJNGTON ) COUNTY OF IODIG, PIERCE) NON-COLLUS1ON DECLARATION ss P-10 The undersigned, being first duly sworn on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named 2022 OVERLAY PROGRAM, Project No, 80010401. Signed and swor IDefo e me on this Name of Firm MICHAEL F. TUCCI Signature of Authorized Official PRESIDENT Title day of , 20 a Signature f Notary Public in and for the State of Washington, residing at ANAMAY My .9, ires„ EL 140 TA R y a:Co:54a PUB Li C 11,1 0 4" ,OS,0 AS84"'" To repart o ragOing activities call: +11 2026, NOTICE TO ALL E3IDDERS 1-800-424-9071 The US.Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8,00 a.m. to 5:00 p.m, eastern time„ Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities, The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General, All information will be treated confidentially and caller anonymity will he respected. 2022 OVERLAY PROGRAM MAY 2022 Provided Bm i I de rs xbbsax, ge of WA, 11 , For us age Condit Lon s Ag e elmB nt see my wF b xm , o m Always Ve r S P-11 RESPONS1 LE ODER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: TUCCI & SONS, INC. Address of Bidder: 4224 WALLER ROAD TACOMA, Cay WA 98443 State zip Code Contractor's License No. TUCCIS*79N0 WA State UBI No. 278 021 315 DL&I .81S103485221BCM ept, of License Bond Registration NC) Worker's Comp. Acct. No. 700,260-00 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture ncorporated in the state of If Out -of -State Corporation, has Bidder complied with WA Corporation lavvs? YES NO List business names used by Bidder during the past 10 years if different than above: N/A Bank Reference WASHINGTON TRUST Bank Year JEFF LA COSS Accoutlt Officer A (425) 799-5516 Officer's Phone No, of regular full-time employees: 200 Number of projects in the past 10 years completed: 80 ahead of schedule 2 2 on schedule N/A behind schedule Total value of contracts in hand (gross): $ 143M idder has been in business continuously from AUGUST 20, 1963 Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 70+ years. As a:subcontractor for 70+ years. Describe the general character of work performed by your company: GENERAL CONTRACTING, TRAFFIC CONTROL, CONCRETE FORMWORK, HOT MIX ASPHALT PAVING AND SUPPLY List major equipment anticipated for this project; state whether Contractor -owned, or if it will be rented or leased from others. PLEASE REFER TO THE ATTACHED EQUIPMENT LISTING. 2022 OVERLAY PROGRAM MAY 2022 Provded to Builders Exc h, n.ge of WA , inc For usage Contht,ions Agreement see www b Id a ,corr - Aiwayo Ve rd. :Ey Scal„ Responsible Bidder Determination F01771 P-12 List the supervisory personnel to be employed by the Bidder and aver able for work on this Project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name RANDY L OTTII 10. Title How Long Wfth Bidder PROJECT MANAGER 4 YEARS E.: AN ,2iLABS Name the Surveyor to be used on this Project who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? X Yes El No Surveyor's Name: 0180 AJ List all other anticipated subcontractors Bidder intends to use on this project,. Indicate previous experience working with these firms, if any. Subcontractor Scope of Work No of Previous Contracts Worked with Bidder 00 T List all those projects of similar nature and size completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include ail this information. Bidder must have at least 10 years' experience working on projects of similar nature and size. Year Project Name Competed 2020 ASPHALT OVERLAYS 2021 2020 2020 K1TS,AP A,RE,A, PAVING N 52ND ST .T0 BENNETT Sr" 6TH ST PRESERVATION 1ST.AVE SOUTH! OVERLAY Contract Amount 957 115 1i5,736,427 $394,116 202.0 $893,844 20,2 SR18 WB W VALLEY HVVY 2019 2022 OVERLAY PROGRAM 81,862,354 $6,301,580 Ownc.../Reference Name and Phone CITY OF KENT - ERIC CONNOR (253 856-5533 WSDOT MICHELE BRITON 360 874-3000 CIFY OF RUSTON - KEVIN MOSER (253) 370-5224 C1TY OF BREMERTON -CHRISTOPHER DI MITT (36(1).473-2307 CITY OF BUR1EN - ROBIN T)SCHMAK (206) 241-4647 WSDOT - MIKE ASKARIAN (20(1) 768-5861 MAY 2022 Provid.ed i 1 deg's Eet, change of WA, Inc. For usage Condi 1ions :Aga' a erne e wm w x w a 0 m Al ways Veri fy Soul 1410:4, INTERNATIONAL O'Bunco engineering Offering Civii/En,ironmental Engineering, Surveying & Construction M nagement Service MICHAEL R MERRITT, PLS, CFedS Regional Survey Manager CERTIFICATIONS / TRAINING Professional Land Surveyor: Nevada, Oregon, Washington, Idaho Land Surveyor in Training (LSIT): California CFedS Certification PROFESSIONAL EXPERIENCE Mr, Merritt has been involved in a wide spectrum of iand surveying projects in many regions of the United States. His career has inciuded an expansive array of surveying on residential, institutional, commercial, industrial, transportation, highway, airport runway and taxiway, railway, tunnel, high rise building, topographic and photogrammetric projects, Mr, Merritt's roles for these projects have included management in both field and office applications, SELECT PROJECT EXPERIENCE 2021 to 2022 : City of Carnation, Professional Land Surveyor Services for Plat Reviews, HNTB for City of Carnation, WA. As a Professional Land Surveyor, Mr, Merritt is performing review of short plats, subdivisions, records of surveys, and easements submitted by land developers and/or owners to the the City of Carnation. Mr, Merritt performs research of surveys, easements, and verifies the information prepared by the Owner's or Land Developer's surveyor, Additionally, he checks the submitted plats for compliance with City of Carnation codes and requirements MERCER WEST CORRIDOR P OJECT, SEATTLE, WASHINGTON, 2013-2015 Mr. Merritt was the lead surveyor, and Professional Land Surveyor for this project from its inception well into the final stages of the project, Mr, Merritt was responsible for all aspects of surveying on the project including scheduling, calculations, staking, topographic surveying, settlement monitoring, bridge calculations and staking, as-builts and other deliverables. This project was difficult from a staging and safety standpoint, with a constant stream of heavy traffic. This project was also a pilot program for Real Time Asset Mapping, an as -built program initiated by Seattle Public Utilities, Mr. Merritt was responsible for all components of this program, including the deliverable exhibits. SR -522 WIDENING PROJECT, SNOHOMISH COUNTY, WASHINGTON, 2012-2013 Mr. Merritt was the lead surveyor for this project which featured 2 superelevated bridges over the Snohomish River. Mr, Merritt was responsible for all scheduling, calculations, deliverables, and safety issues on this project, SPOKANE VIADUCT WIDENING (WEST SEATTLE RIDGE), SEATTLE, WA., 2010-2012 Mr. Merritt was the lead surveyor on this mile long elevated viaduct project. Mr, erntt was responsible for all scheduling, layout, and safety issues on this project, BALLARD WHO REPLACEME T PROJECT, BALLARD, WASHINGTON, 2013 Mr. Merritt was lead surveyor an this 150° deep, 10" diameter tunnel under Lake Union, Mr. Merritt was responsible for all scheduling, calculations, control, layout, settlement monitoring and deliverables on the project. This project presented many unique challenges from an accuracy and safety standpoint, HA FORD UCLEAR FACILITY, HANFORD, WASHINGTON, 2011-2013 r. Merritt was lead surveyor on various projects associated with the Superfund nuclear cleanup at the Hanford Nuclear Site, UNITED STATES FOREST SERVICE, HUMBOLDT-TOIYABE NATIONAL FOREST, NEVADA, AND CALIFORNIA, 2009-2010 Mr. Merritt was lead survey technician on the Humboldt-Toiyabe National Forest in Nevada and California, This job included a wide array of responsibilities and duties related to the Public Land Survey System of the United States. OPERATING ENGINEERS LOCAL 3, CALIFORNIA, 1985-2002 Mr. Merritt was a party chief in charge of numerous large projects in the San Francisco Bay Area. Mr. Merritt was responsible for projects which included residential, topographic, photogrammetric, tunnel, high-rise, control, boundary, A.L.T.A., etc. surveys OILFIELD PIPELING SURVEYING, OKLAHOMA, TEXAS, ARKANSAS, 1980-1983 Mr. Merritt began his surveying career in the oilfields of Oklahoma, Texas, and Arkansas as chain -man and instrument man. Responsible Bidder Determination Form P-13 List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project NONE Contract Amount Tota i Claims Arbitrated or Litigated Amount of Settlement of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? No 0 Yes if yes, give details: Has Bidder, or any representative or partnerthereof, been assessed with liquidated damages within the past 5 years? No Yes If yes, give de 1 Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any offense that has resulted in your firm being barred from biddingor performing work for any State, Local or Federal agency? No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any illegal restraints of trade, including collusive bidding? No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? 0:4 No 0 Yes If yes, please state: Project Name Contracting Party Bond ,Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? MI No * Yes If yes, give details: 2022 OVERLAY PROGRAM MAY 2072 P' ro demi t o Boi, 1 de rs Ex Chu: of WA, ra For C. on (1..1 t ion s Agreemen t. o e WWW,b, xm. a c am a,yf;', Vt. f y $ cal. Responsible Bidder Oetermination Form P-14 Has Bidder ever fUed for protection under any provision of th federafederal bankruptcy laws or state insolvency laws? P No 0 Yes If yes, give details: Does the Bidder owe any delinquent taxes to the Washington State Department of Revenue? EIN No 0 Yes if yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? 0 No 0 Yes Has any adverse legal judgment been rendered against aganst Bdder n the past 5 years? No 0 Yes if yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? No 0 Yes If yes, please state: Date Type of lniury Attach additional sheets as needed. Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge, The under1red ?uthorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: PRESIDENT Date: MAY 25, 2022 2022 OVERLAY PROGRAM MAY 2022 P r o vd the d to I3ut 1de r s E.xcharqeof WA, I nc For usage Condi t ons Agreement see wemmb.xwa, mom - Aways Ve rify Scal Equipment to be used: PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) DESCRIPTION/TYPE EE ATTACHED EQUIPMENT LISTING YEAR CONDITION P-15 OWN ENT Labor to he used: TEAMSTERS. OPERATORS, L BC ERS JL INC Name of Signature of AuthorizeMole! PRESIDFNT 2022 OVERLAY PROGRAM 'Title MAY 2022 Providad to, Bualde., r a Exchange of. WA, Inc, For. usage, Condi t ions Av re emo nt see, wmmi, hixma hom Always Verity Seal Description of Equpm 'Hydraulic Excavator, 1 A Hydraulic Excavator, 1 A Hydraulic Excavator, 4 Hydraulic Excavator, 2 Hydraulic Excavator, 2 Hydraulic Excavator, 1 Hydraulic Excavator, 2 ' Hydraulic Mini Excavator, Cat 305 5 Thumb Attachment for Hydraulic Excavator 1 Swivel Attachment for Hydraulic Excavator 2 ICompactor Attachment for Hydraulic Excavator 7jRubber Tired Backhoe, Cat 430, Cat 436 7 !Compactor Attachment for Rubber Tired Backho 2 Trench Conveyor, Kros 48R (wlo Operator) 2 1Rubber Tired Front End Loader, Cat 980 1 Rubber Tired Front End Loader, JD 824 4 Rubber Tired Front End Loader, Cat 966 Cat 385 Cat 375 Cat 245, Magnum IBoom Cat 345, Cat 235 Cat 325 Cat 320 Cal 314 EquipmentRental Rate Schedule 4 I Rubber Tired Front End Loader, JO 624 1 'Landscape Loader, JD 210 with Gannon Box 1;Skid Loader, Bobcat 730 1 'Motor Grader, Cat 14 4 1Motor Grader, Cat 140 6 'Scraper, Cat 631 4 Scraper, Self Loading, Cat 623 2 B 'Dozer, Cat 0-9 2 B 1Dozer, Cat 0-8 1 IDozer, Wide Track, Cat 0-6 1 I B Dozer, Cat D-6 1 J B Dozer, JD 650 2 B Dozer, JD 450, Cat D-3 1 Dozer, Rubber Tired, Cat 824 3 Clearing Rake Attachment for Dozer 5 Roller, Vibratory Steel ‘A/heel, Cat 563, Cat 533 2 IRoller, Pheumatic 25 Ton Rubber Tired, Dynapac 2 Roller, Paving, Dynapac CC -722, lngersal DD -158 2 Roller, Paving, Ingersol DO -110, ingersol DD -90 3 Roller, Paving, Ingersol DD -24, DD -34 1 Roller, Paving, 1 Ton Roll Pac 3 A Paving Machine, Cat, ingersol, Road Tec 1 Paving Transfer Machine, Blaw Knox 1 A Road Widener, MidlandI 1 Power Broom, John Deere 2 1Generator, 125 kw, 75 kw Notes A - Pl'ice includes twooperating engineers. - Price of Ripper Teeth, if used, are extra, 11 1111 TUCCi & SOFS Inc 4221 Wall& P.od •Tmcpnra, VVA 011442 P (251) T22,64'0'5 F F2531922.20,1; ascription of Equiriment 14 Dump Truck, 11 Cubic Yards 14 Dump Truck with Dump Trailer, 22 Cubic Yards 6 Dump Truck with Transfer Trailer, 22 Cubic Yards 1 Tractor and Double Belly Dump, 24 Cubic Yards 5 Water Tank Truck, 3500 Gallons 1 Oil Distributor Truck 2 Heavy Equipment Hauler with Driver (Job Related) Foreman & Utility Truck (Ind, Small Tools) Mechanic and Mechanic Crane Truck with Tools Manhole Builder and Specially Equipped Truck Asphalt Crew Truck and Utility Trailer lUtilty Truck, Bare 'Traffic Control Supervisor with Truck Operator Only Oiler or Grade Checker Laborer Only Flagger 1Operator/ Laborer Overtime Excess Rate, Time and a Half Operator/ Laborer Overtime Excess Rate, Double Time Description of Equipment GPS Grade and Machine Control System Laser instrument 'Portable Truck Wheel Wash System Portable Water Dop Tank, 12,500 Gallon 'Portable Sedimentation Tank Trailer Mounted Water Tank Compressor, Jackhammer and Accessories Tack Trailer or AR Sealing Trailer ;Light Plant Portable Generator Steel/ Concrete Cut Off Saw, Chain Saw Subinersible Electric IPumps (per each), Gas Trash Pumps Walk Behind Compactor IPlate Compactor, Jumping Jack Compactor j Trench Box Steel Sheets (per each Sheet) Variable Message Board Sequential Arrow Sign 'Truck Mounted Attenuator Traffic Barrel (per each) 'Misc Traffic Control Devices Confined Space Entry Equipment Minimum Charge There will be a FOUR HOUR minimum charge on all equipment per day. Operators will be charged out for either FOUR or EIGHT hours per day, There will be a TWO HOUR minimum charge on a water or oil truck. Our Prices Include Operator, Fuel, Maintenance, Insurance Our Prices do not Include Mobilization and Barricades P-16 PROPOSED SUBCONTRACTORS Name of Bidder TUCCI & SONS, INC. In accordance with RCW 39,30,060 as amended, every bid that totals 81 million or more shalt include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, 'ventilation, and ail Iconditioning): plumbing as described in chapter 18,106 ROW; and electrical as described in chapter 1928,ROW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work Identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the primecontract bidders bid nonresponsive and, therefore, void, The successful Bidder must have the written permission of the Owner to make any change to this list, Percent of total bid to be performed by Bidder Name Schedule/Bid Item Numbers Subcontractor will perform % of Total Bid •g*ucirt 2022 OVERLAY PROGRAM MAY 2022 Pravideli. 10 Builder's Ex,o aAglf 0f' WA, Inc ., Fot 0sage Condit i o nff Ag'T'eeme.'.r1 t www bxwa offm - Always 'Ve,rlfy Scal