Loading...
HomeMy WebLinkAboutLloyd Enterprises 11-15 - CP1109 CONTRACT Contract No. 11-15 THIS AGREEMENT AND CONTRACT, made and entered into, in triplicate, at Auburn, Washington, this _[J: ` day of &&AtA 2011, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Lloyd Enterprises, Inc., PO Box 3889' Federal Way, WA 98063, hereinafter called the CONTRACTOR. WITNESSETH. That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP1109, 2011 Storm Pipeline Repair and Replacement Program — Phase I,"which are by this reference incorporated herein and made a part of this Contract,the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project CP1109, 2011 Storm Pipeline Repair and Replacement Program — Phase I — the construction of storm drainage conveyance improvements at various locations throughout the City including the replacement of 400 linear feet of 12-inch diameter storm culvert pipe, installing a 48-inch diameter catch basin with sluice gate, and constructing 50 tons of asphalt pavement repair for a unit bid price of one hundred forty-one thousand one hundred sixty- nine dollars and fifty cents ($141,169.50) and Washington State Sales Tax of thirteen thousand four hundred eleven dollars and ten cents ($13,411 10)for a total contract value of one hundred fifty-four thousand five hundred eighty dollars and sixty cents ($154,580.60) in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City within 7 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 5 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 25 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages)of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. CITY SHINGTON By Peter B. Lewis,Mayor Countersigned: ��nn this 1day of IYC �P/�, 2011 ATTEST A Danielle E. Daskam,City Clerk 7 APPR ED AS AO FORM. r,14A - ie . Hwd, � ttorney LLOYD ENTERPRISES, INC. By Authorized Official Signature CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 1 Contract No.,Project No.and Project Title: CPI 109,2011 Storm Pipeline Repair& Replacement Contractor Name and Address: Lloyd Enterprises Inc. PO Box 3889 Federal Way, WA 98063 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1 At the 37th Street NW site-provide alternate sluice gate and larger depth manhole per Engineer's design change. The Contract time is extended by 1 days. - - - - - - - - - ---- - -- -- Sales Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax 01- A 7-05 Alternate Sluice Gate w/Manhole 1 LS 4278.57 $ 4,278.57 Y Modifications Subtotal $ 4,278.57 Washington State Sales Tax (9.5%) on applicable items $ 406.46 TOTAL $ 4,685.03 Base Amoimt .Total iiicl: Tax, f T6fa1-CostthisC/O' $ 4,278:67 .$. . .:.4,685:03 2. TotahCost Previous C/O; $' $ - 3. Ori inalContract*Amount $ 141;169.50 $ 154,5606C" 4. Revised.Contraet Amount- .--. - _ - $ 1.45,448.07 $ 159265.63' This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensible. Contractor, Inspector• ///7// Datf Project Manager ° City Engineer- _ _ I Z S. Da" Approved by Dare MgUyor, City Date H:\Forms\FCO25.xls J , LL3 41KID 1 N T 1 0 P 0 1 1 1 1 I N C. 34667 Pacific Highway South,Federal Way,WA.98003 P.O Box 3889 Federal Way,WA.98063 Tele(253)874-6692 Fax(253)838-0103 CNANGE OROER REQUEST Job Title:2011 Storm Pipeline Repair and Job No: CP 1109 Date: 11/7/2011 COR No:001 Replacement COR Title: Change Sluice Gate Ref Dwg/Spec:7-05 From: Ken Homan Signature: Title:estimator To: Robert E. Lee Fax/email:253 931-3053 Copy Page 1 of 1 SCOPE OF WORK Description of Change: Change gate per Engineer specification Reason for Change: Better fits needs of project Related Issues& Impacts (RFI, activity#, EWO#) Assumptions/Conditions: Exclusions: PROPOSED COST AND TIME Change Contract Amount? ®Yes [_]No Amount:$4,564.05 Impact Costs? []Included® None❑ Deferred Change Contract Time? ®Yes ❑No ❑Deferred Calendar Days Change Time Impact Analysis ❑Attached ®Not Done Work Is: ❑Completed ❑On-going ®Pending When Agreement Needed ASAP Impact If Late CHANGE ORDER COST SUMMARY Labor 212.45 29%WSDOT MIJ on Labor 61.61 Equipment 304.51 21%WSDOT MIJ on equip/materials 695.00 Materials 3005.00 Subtotal Project Cost 4278.57 Subcontract Subtotal-Direct Costs 3521.96 Subtotal before tax 4278.57 9.5%sales tax(use tax) 285.48 Subtotal—Jobsite Costs 3521.96 Total Amount of Contract Change 4564:05 Lloyd Enterprises, Inc. Fill Dirt,Gravel P O Box 3889, Federal Way WA 98063-3889 Dump trucks and Trailers Crushed Rock,Topsoil FAX,253-838-0103 Loaders and Dozers PHONE.253-874-6692/253-927-0416 LLOYDI.238 QB 11/7/2011 City of Auburn 25 West Main St Auburn, WA 98001-4998 Attn: Robert E. Lee Subject: Contract 11-15 2011 Storm Pipeline Repair and Replacement Dear Mr. Lee: Attached is our proposal for the revision to the sluice gate including cost back-ups. The labor is for one hour- Excavator OP @ $ 59.20 Hoepac/loader Op @ $ 58.19 Pipelayer @ $47.90 Laborer a, $ 47.16 $212.45 Also one hour for equipment: Excavator- @ $139.52 Hoepac @ $ 92.86 Loader @ $ 57.25 Trench box 14.88 $304.51 Materials: Additional cost of Fresno 8200 vs Waterman AC31 :$2,230.00 Additional section for the 96"manhole: $ 775.00 $3,005.60 Sincerely, Lloyd Enterprises Inc. 01 Ken Homan Estimator Attach: /29/I1 10: 15 AM NO Fowler Company via VSI-FAX Page 3 of 5_ #427417 F Bid No:6181955 Page 3 of S Une Qty UoM Description Unit Price Extended Price 15 1 EA 48"WATERMAN C-10 SLUICE GATE W/NOWR51NG SS STEM No Bid *v' ALTERNATETOWATERMIANC-.1Arw+. Note 17 1 EA 48"AC-31 FB ALUMINUM CANAL GATE,MIN H=8T',NON RISING STEM 6,765.00 6,765.00 (SUBJECT TO APPROVAL FOR BIDDING PURPOSES ONLY) 3-Wi;EKLF1 nta.bkJMNl":IiSO. AeOUT4,5H'z DISTANCE.48" Note GATE IS N p 67°MIN,AtSO:fto a ot*ING'(*MING.FROM THE BACK (UNSPATO HEAD):Cf)NfF=:R.XGYERIFM H DISTANCE BEFORE ORDERING A tjJ25/11 OB 08 AN HO Fowler Company via VSI=FAX Page 2 of 3 x436221 i 6-y�— Bid NO:8183721 Page 2 of 3 H.M FOWLER COMPAINY Customer LLOYD ENTERPRISES Bid No: 8183721 Estimator: STEVE BRICKER Bid Date: 10/25/2011 Job Name: 2011 STORM PIPELINE REPAIR ALTERNATE VALVE Location: AUBURN Line Qty UOM Item Description Unit Price Extended Price 1 1 EA WZZPA-7562 FRESNO 00200 FABRICATED ALUMINUM SLIDE GATE WITH 48'FRAME NDN- 81995.00 8,995.00 SELF CONTAINED,MRS,3-SIDED)A SEARS,WITH GEM LIFT AND LEFT WALL MOUNT,RIGHT WALL MOUE WALL MOUNT FLUSH TOP WALL la SEATING AND UNSEATING HEAD CA.TO TOW DISTANCE IS 609" Appreodinste Total 8,99S.Oo ?ken Homan From: Steve Bricker lsteveb @hdfowler.com] Sent: Monday, October 10, 2011 3:15 PM To: Ken Homan Subject: RE: 2011 Auburn Storm drain repair Ken the section is $775.00,but I am confused I thought Kamins construction was low?Also I have a alternate number for the 48"gate that you should have. spb Steve Bricker I WaterWorks Sales Hb Fowler Company I Pacific Branch Phone:(253)863400 ext. 123 Fax:(253)863-86811 Cell:(253)405.9884 -----' ---'---. .__.-------------------------------------- — From: Ken Homan [maiito:kenh@lloydenterprisesinc.com] Sent: Monday, October 10, 20118:14 AM To: Steve Bricker Subject, 2011 Auburn Storm drain repair Steve: please quote on a 3 ft 96"section for the 96" Manhole on your bid no.8181955. Thanks 10/10/2011 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 2 Contract No.,Project No. and Project Title: CP1199,2011 Storm Pipeline Repair& Replacement Contractor Name and Address: Lloyd Enterprises Inc. PO Box 3889 Federal Way, WA 98063_ The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1 Install 14 linear feet of strom drainage pipe,plug abondoned storm pipe, and repair asphalt pavement and sidewalk at location shown on attached drawing. The Contract time is extended by 4 days. Sales Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax (+/ ) ($) (+/-) (Y/N) 02-1 A 7-OS Pipe Connection at 17th St SE/M St SE- 1 LS 7096.68 $ 7,096.68 Y Complete Subtotal $ -7;096.68 Washington State Sales Tax(9.5%)on applicable items $ 674.18 TOTAL Base.Amount Totals incl:Tax 1. Total Cost this-C/O $ 7,096...68 $ 7,770.86 2.- Total,Cost Previous C/O $ 4,278.57 $ 4,685.03 3. Original Contract Amount $ 141,169.50 $ 154,586.60 4. Revised Contract Amount $ 152,544.75 $167,036.50 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensible. Contractor* Inspector- Dace Project Manage .i 23N'oJ70 t/ Dare City Engineer• Approved by Date Mayor, City ofAuburn Date H:\Forms\ChangeOrder.xls LL T P a 1 1 1 1 1 N C. 34667 Pacific Highway South,Federal Way,WA.98003 P.O Box 3889 Federal Way,WA.98063 Talc 0253)874-6692 Fax(253)838-0103 CHARGE ORDER PROPOSAL Job Title:2011 Storm Pipeline Repair and Job No: CP 1109 Date: 11/23/2011 COR No:002 Replacement COR Title: "M"Stand 17th ST SE Ref Dwg/Spec:7-05 From: Ken Homan Signature: Title:estimator To: Robert E. Lee Fax/email:253 931-3053 Copy: Page 1 of 1 SCOPE OF WORK Description of Change: Replace storm pipe at NW comer of intersection Reason for Change: Engr Request Related Issues&Impacts(RFI,activity#, EWO#) Assumptions/Conditions! Exclusions: PROPOSED COST AND TIME Change Contract Amount? ®Yes ❑No Amount:$7,146.08 Impact Costs? []Included®None❑Deferred Change Contract Time? ®Yes ❑No ❑Deferred Calendar Days Change Time Impact Analysis ❑Attached ®Not Done Work Is: ❑Completed ❑On-going ®Pending When Agreement Needed ASAP Impact If Late CHANGE ORDER COST SUMMARY Labor 1805.44 29%WSDOT MU on Labor 523.58 Equipment 1329.06 21%WSDOT MU on equip/materials 386.20 Materials 620.00 12%WSDOT MU on sub 272.40 Subcontract 2260.00 Subtotal Project Cost 7096.88 Subtotal-Direct Costs Subtotal before tax 9.5%sales tax(use tax) 49.40 Subtotal—Jobsite Costs 6914.6 Total Amount of Contract Change 7146.08 Lloyd Enterprises, Inc. Fill Dirt,Gravel P.O. Box 3889, Federal Way,WA 98083-3889 Dump trucks and Trailers Crushed Rock,Topsoil FAX:253.838-0103 Loaders and Dozers PHONE:253.874.66921 253-927.0416 LLOYD[•238 OB 11/23/2011 City of Auburn 25 West Main St Auburn,WA 98001-4998 Attn: Robert E. Lee Subject: Contract 11-15 2011 Storm Pipeline Repair and Replacement Dear Mr. Lee: Attached is our proposal for the DI pipe replacement including cost back-ups. These are direct costs to which WSDOT markups would be added. Labor: Sm excavator OP @$ 59.20 Pipelayer @ $ 47.90 Laborer @$4716 Flagger @$ 36.09 Truck driver 35.33 $225.68 x 8 hrs=$1,805.44 Equipment: Excavator: @$ 48.75 Compressor @$ 42.50 Jumping jack @$ 46.75 Service truck @$ 1742 Solo truck 67.09 $221:51 x 6 hrs=$1,329.06 Materials: 2 Tn cstc $ 20.00 2 Tn HMA $ 130.00 Traffic control devices $ 100.00 Pipe $ 270.00 Subcontract(estimate)concrete work $2,000.00 Sawcut 260.00 Estimated cost $5,914.50 Se- re Lloyd Enterprises Inc. m ww ��m w ad � s o � J cm lR5 s � � a�� �s3 ��l5 a� �� o � Z s a s 11s 11s Is Ia w if 0 0 0 0 0 0 0 s � E, ° t 1 gg$ l I I I I I m t _ W s �� tt as40 8%�btjw&, a a to Z'scn in Li�itg: i a �WW ly .11 II a ° 1gg ", 8 � F4 W]LLVJWWWO A� �ss a�g �t STA 10+66*. 3Z*L L17 1105-9293 IX RIY�ELEV- 11583 H Sr_SE aIX IE((aIT)= 113. SB•)'E, 0 NEW IE(OUT)' 410: (3)(87 4 I I s 4• �2 �h STA 10+00 NINA REPNR 3 1 Gl 'g\ 'O \ -o N= 110217.77 N KIND q:e` T !1 E 1297857.22 ❑ 8' SD ' ' r ' \ \ Vl � ��• 0 20 40 60 ---- --_-----_— NEW I4 CE 6 aAI DUCTILE IRON 52) a _ STA dO+8 1833' LT. E%. CB, 1 I /y5. `iD aCf3` GRAPHIC SCNE 83 S.R. 5 1 ,H,NO. 0215 36' SS rrwm3B.SS 36, SS 36'SS 77 - S N 8p9p'3.p8p24•Wes- -Z- 2 py' 21' SD 24 50"- 2C'SO 24" 50 24! SW 24' SD 24' 4 rn•,` +,2 G 2"G r��' 2' G y 0 ° 1 Il 1Srh 12371 SIE 5 LF. 8 2 2.. 0 _/"� 2• G 2•G rn 1 8' e' W— a/"XW- tee. .��'-, _w. W I r"•�- ST 8.13':. .b. STA 2+00 =-?-;, ?• % PE 60 aA = 11021648 EX CB'No. C12t4 E - 1298057.22 T b \B+ v RIY Eg° = 1167 t) �!! $ °�, ----------- CONSTRUCTION NOTES: 714060- 045 0 \I \mod . -- ---.---_ —��'` Parking Lot and Street 17M'ST BE � ' '1- -i \�� O 1 SAW CUT AND REMOVE FISTING A.C.PAVEMENT OR CEMENT CONCRETE FLAT WORK. EXTENT OF REMOVAL AS NDICATED.OR AS DIRECTED BY THE,ENGINEER O REMOVE EXISTINO CURB AND GUTTER. REMOVAL 1 122 SHALL BE TO THE NEAREST EXPANSION JOINT STA. 10+68 6 I RT. 01 CUT AS DRIECTED BY THE ENGINEER I EX. CB_-NO. C 2T4__ TYPE 2-60'r — O3 INSTALL NEW KMA PAVEYQNT ROADWAY RESTORATION T E%GRADE AT ' RIN'EIEV• 11 .70(3 -_- -— B _ NE 20 pfp.p7y OF N,BURN.SFANDARO DETAIL TRAFF1fr02, OR PER SECTION-DETAIL,IF SHOWN. IX:IE((N 1 1.84 12 SW EX IE(IN 1 1.814 I SE - _---- OS INSTALL NEW CELRNT CONCRETE SIDEWAL(PER CITY EXJE a_._1 7.80-(24 E _-__ OF AUBURN StANDARD•STNIDARO.DETNL TRAFFIC-24. a,IE OUT)= 101 (2C) OB INSTALL NEW CEMENT CONCRETE TRAFFIC CURB AND 11 I / 118 WTTER PER WSDOT STANDARD PLAN F-10.12-00. STA 1" 3. 8 133' LT. Storm RIM ELEV- 115.18 �� -_— 2❑INSTALL FRY/STORM DRAINAGE PIPE LENGTH,42E, 11 NEW I 11210. 6 'HE I _ 118 TYPE;OF PIPErMATAL AND PIPE SLOPE AS SPECIFIED. ---__- -_- _ _ g 4�FILL Dt STORM-PIPE WIN CDF AND ABANDON M PLACE 114 14 2 NEW 1 It LF.,6.OfA. 11 i I OUCMI E IRON (M 521 SL• 11093 2 EX 8 WATER I I 110 I O,24 SiORN� 110 EEX2eiRY —I- 0 08 LEGEND. ' 06 � New HMA Rfpar _ I _ � New Cone&&I -�---- �� Ea Caw.SltlewalW'CU68Cu9er DA1Wf HRP 04 104 10{00 10+50 11+00 N+50 12+00 BURIED UnUTIES INAREA PLEASE GALL BEFORE YOU DIG 611 No. Date Revision ow.wNTOSCUE. U WYKCIVCRIED o tERmoucTwx BY DATE PBOAECT 1 N/ie/201 This el,eeE...addM m ITnwn NLB „rleagn ._ / REVIEWED BY: DATE. 2011 STOW PIPELINE REPAIR AND NUM= These drmwrge conf.W ft V9 a REPLACEMENT PROGRAIM-PHASE'1 CP7109 change Of order far this Contrac,oYa awnSVOCtian reaoN9 RMewed REL 11/182011 - .��J� .�� e CITY OF s PUBLIGWORKS DEPARTMENT Proled Onager IKejeaE(cPno9). F APParad IYD „a,aa„ (},�$ �, ° 25 West.Main Street St7E 4.17thSTREET SE at°5P STREET SE wl3mEn o S Onem er, own SCALE' Her V-z �`I� V' "tJ Washington 11.15 ° °2 Auburn, Washin on $ Oenw,recHanmepeoYea S I� �pe4 "®B �'�•_= WASHINGCON SIMPIPEINSTALLATION 7 AS&M / censwcBaR Manage PLAN and PROFILE,STA 10+00 to STA 12+75 or 7 Me: mloI � yy CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 3 Contract No.,Project No.and Project Title: 11-15, CP1109,2011 Storm Pipeline Repair& Replacement Contractor Name and Address: Lloyd Enterprises Inc. PO Box 3889 C/, Federal Way,W? 98063 n 0� The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attach-D bha&is ar���. 'Y a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance, with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1. At the 37th St NW site:replace existing 72 inch Diameter catch basin with a new 84" diameter catch basin, connect the exiting 12" storm pipes to the new catch basin,adjust location of installed structures as indicated on revised plan sheet 5. The Contract time is extended by 7 days. Sales Item Scb. Sec.No. Item Description Quantity Units Unit Price Total Price Tax (+/) ($) (+/-) (Y/N) _27._ _.A- _8_05 .- Structure Dewaterin System--- 1 EA 1,950.00 $ 1,950.00 Y CO3-1 A 7-OS Catch Basin Type 2, 84 Inch Diam 1 LS 28,263.80- $ 2816180 Y Subtotal $ 28,263.80 Washington State Sales Tax(9.5%)on applicable items $_ _ 2,970.3,1_ TOTAL $ 31,134.11 �,;'I}aseaA�iotEtji �4�itneTi.'1' .� btal:Cosftliis:iC/Ot' < .> " r 3d''134:II:1 2'"Iotal:C�os"tAll'P'rev0us`CZO'� .$y� , -, ,'.d;1>3,•75.�Sj ;'$�°a`��:12;455.:9b°.I _,,.. 3»Qti a1 ContiAittO rut., . 3 ; $"'" " 1$:1',f6§:Sb;; °$+!: id 5.80:60.1 4iaRegisedcCoiitractAin8un4' ` ` `�> ; 't$; "-:�i;l'80;8Q8>55.1 �$`�'1:,t1�8;]'70;"61a This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensible. Contractor* Inspector- Project Manage Dat` City Engineer- (2 Dare Approved by _ _ _ Date Mayor,CI&a e0� Date H:\Forms\ChangeOrder.xls CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 3 Contract No.,Project No.and Project Title: I M5,CPl 109,201 1 Storm Pipeline Repair& Replacement Contractor Name and Address: Lloyd Enterprises Inc. PO Box 3889 Federal Way,WA 98063 i The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and mc,asurcments for the type of construction involved shall he in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: I At the 37th St NW site: replace existing 72 inch Diameter catch basin with a new 84"diameter catch basin,connect the exiting 12"storm pipes to the new catch basin,adjust location of installed structures as indicated on revised plan sheet 5. The Contract time is extended by 7 days. Sales Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax (+/-) (S) (Y/N) 27 A 1 8-05 _ Structure Dewatering System 1 EA 1;950.00 $ 1,950:00 Y i CO3-1 A 1 7-05 JCatch Basin Type 2,84 Inch Diam 1 LS 28,263.80_ $ - 28,263.80 Y Subtotal $ 30,213.80 Washington State Sales Tax(9.5%)on applicable items $ 2,870.31 TOTAL $ 33,084.11 .U.-- e'i$moutit;: g:TO`t_al ncl nTa ' 1:, Ttital;Cp tArls'.CfO r-<;y .:...a. $ i - 302 3-8b; ,:53;$x=13:: 2:"Ctifal CpsrAll PievroUs C70;`. . °`:e i ` .$ „t : iW'375.25� ' 112: 3..:04 "a1G ntract'Amourti d-.Revis6d Ctin0h6tAmount ;,_ r,$*,.;. &¢x75$55_ This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensible. All other terms and conditions of the contract remain unchanged. Contractor* L64 —9 Inspector• ` Project Manager • iD t3 'zoi�` City Engineer /o ` Approved by .\�A 6 vy Mayo, Cit Aubarn o t° H:\Forms\C h ange0rd er.xls CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 4 Contract No., Project No.and Project Title: 11-1.3, C207A,A Street NW Extension Contractor Name and Address: Miles Resources,_LLC 400 Valley Avenue Puyallup, WA,98372 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: I Due to high groundwater levels and the additional work to install plantings through the Jute Matting previously placed in Pond I and Pond 2 for erosion control in the fall of 2011,and per the response to RFI#16,planting location and spacing within the ponds is revised. The slough sedge is to be planted starting from the top Elevation of 64 working down to the standing-water surface elevation of the ponds at the time of planting. The slough sedge shall be spaced at a minimum of 12-inches on center to maximize the number of plantings up to the total quantity of 1290 plants. Therefore,Pay Item 99's unit price is revised as follows. The Contract time is extended by 0 days. Sales Item Sch. Sec.No. Item Description Quantity Units Unit Price Total Price Tax (+/-) ($) (+/-) (YEN) 99 A 8-01 PSIPE-Carex Obriupta/Slough Sedge(1("Plug) -1290 EA 1.50 $ (1,935.00) N 99A A 8-01 PSIPE Carex Obnupta/Slough Sedge(10'Plug) 1290 EA _ _1.95_ $ 2,515.50 _ N Subtotal $ 580.50 Washington State Sales Tax(9.5%)on applicable items $ TOTAL $ 580:50 Base Amount Total'incl.Tax 1._Total.Cost this C/O _ __ _ _ $ 580.50 $ 580.50 2. Total Cost Previous C/O .$_ 282 242.55 $ 283 299.93_ 3. Original Contract_Amount�_ .w $ 4 715 268.72 $ 4,749 837.23 4. Revised Contract Amouni-" $ 4,998;091 77 $ 5,033,717.66 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. I 6sare ompensib le. All other terms and conditions of the contract remain unchanged. Contractor* Inspector- Project Manager City Engineer: _ Da" Approved by Date _Ma_y­o­r,_4Cb uburn Date H:1Forms\ChangeOrder.xis Ox- CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 5 Contract No.,Project No. and Project Title: 11-13,C207A,AStreet NW Extension Contractor Name and Address: Miles Resources, LLC 400 galley Avenue Puyallup,WA,98372 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials,measurements,and bid items for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1. This work involves the addition of posts for chainlink fence to go from 10 foot spacing to 6 foot spacing to match the guarrail post spacing and the addition of bolts to anchor the chainlink fence to the existing guardrail system along the Structural Earth Retaining wall due to the limitation of adequate space to construct the fencing normally Verbal authorization of this work was provided on 8/17/2012. 2. This work includes the addition of approximately 1084 SY of bituminous planning at the tie in points with 14th Street, 10th Street,and 3rd Street to address grade concerns and areas impacted by construction. In addition,this replaces a portion of the reconstructed roadway where concrete under the asphalt was found. Verbal authorization of this work was provided on 7/23/2012. 3. The Contractor shall provide 66- 16 R pressure treated rails for the split rail fence meeting the requirements of the contract for the mitigation site materials. These shall be provided as bundels with a protective covering for long term storage by the City This is not considered FHWA Eligible work. The Contract time is extended by 0 days. Item Sch. See.No. Item Description Quantity Units Unit Price Total Price 77dditional Chain Link Fence Posts an - 005-1 A 8-12 Bolts 1 LS 288.00 $ 288.00 Planning Bituminous Pavement 37 A 5-04 (additional quantity) 34 SY 35.00 $ 1,190.00 Planning Bituminous Pavement(re- 37A A 5-04 negotiated quantity) 855 SY 8.69 $ 7,429.95 C05-2 C 8-02 Additional Fence Railing 1056 LF 0.63 $ 665.28 Planning Bituminous Pavement(re- 005_3 D 5-04 negotiated quantity) 195 SY 8.69 $ 1,694.55 Subtotal $ -11;267 78 Washington State Sales Tax(9.5%)on applicable items $ - TOTAL $ 11;267 78 H:\PROJ\C207A-AStreetNWCorridor\Constmction Docs\CHANGE ORDER\Change Order Form.xls 1 of 2 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 5 Contract No.,Project No.and Project Title: 11-13, C207A,A Street NW Extension =base-Amount. Total:incl.Tax L. Total Cost this'C/O = '°` ° ' $ ', 41,267.78 :$ _ 11,26.7,:78, 2;'TotalCost Previous C/6--- " "--_----- $:_ 282,823.05, $ 283 880.43 3:_Ori i . :Contract Amount - " : $. 4;715;268.72 ,$._4 749 837.23 4. Revised Cont-Tact Amount $ -5;009;359:55' $ '_'5;044;98.5.44 This change order constitutes full and complete compensation for all labor,cqui mcnt,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes ther costs are non-compensible. All other terms and conditions of the contract remain unchanged. .t Contractor, Inspector• Fl,J PPS Project Manager- City Engineer: rte Approved by Del Mayor, Cily of Auburn H:\PROJ\C207A-AStreetNWCorridor\Constructlon Docs\CHANGE ORDER\Change Older Form.xls 2 of 2 i CITY OF AD * k BPeter B. Lewis, Mayor WASHINGTON 25 West Main Street Auburn WA 98001-4998 * www.auburnwo.gov * 253-931-3000 j March 19, 2013 I i CERTIFIED MAIL RETURN RECEIPT REQUESTED Ken Homen Lloyd Enterprises, Inc. PO Box 3889 Federal Way, WA 98063 � RE: Contract No 11-15 Project No. CP11,09, 201'1 Storm Pipeline Repair& Replacement Program-Phase 1 Letter of Final Acceptance I Dear Mr. Homen: Enclosed is your Final Pay Estimate in the amount of$1,522.57 for the above-referenced project. All of your obligations in regard to this project have been met in accordance with Section 1-08.5 of the Standard Specifications. The one-year warranty period begins as of the date of this Final Acceptance Letter. Your retainage in the amount of$8,091.69 will be released approximately 60 days after this date, provided all necessary releases have been received, and there are no outstanding claims.against the retainage. All approved Labor& Industries Affidavits of Wages Paid from your firm and all subcontractors on the project must also be received before your retainage can be released. i The total contract amount for this project, as shown on your Final Pay Estimate, is $177,207.93. If you have any questions, please contact JoAnne Andersen, Contract Administration Specialist, at 253-931- 3012. i Sincerely, 1 i )C) � Dennis Selle, P.E. City Engineer/Assistant Director i Department of Public Works DS/ja/mh i Enclosure i cc: Dani Daskam, City Clerk Robert E. Lee, III, Project Engineer ' File 13.11 (CP1109) i i AUBURN >r: MORE THAN YOU IMAGINED I CITY OF AUBURN CO.NO,11-15 ! CP1409 2011 Storm Pipeline Repair&Replacement Program Phase 1 PAY ESTIMATE#6&FINAL SCHEDULE A: Storm Utility Improvements ITEM ' ESTIMATE TOTAL PERIOD UNIT PERCENT EST. NO, ITEM DESCRIPTION QUANTITY QUANTITY QUANTITY TY UNIT COST TOTAL COST PERIOD COST QTR, 1 Winor Cha09es _ ,_-_ 1 0.744901 0.1457 >_ , 10,00 . $ 7,449.01 ,457.00 74 D 2 Utilit Potholin _._._-Eq_._-__.270- . $ 700.00 3 Mobilization 1 1 LS 6,1b0.00 $-pfd 100 4 Construction Site Sign($) 1.... 1 EA $ 650.00 - 5, Traffc Control Labor _ 100 _,r HR 4 ,573.50 - 153%1 6 Traffic Control Su ervisor _ 1 LS 1 550.00 $ 650.00 7 Removal of Structures and Obstructions 1 1 LS 3,100.00 $ 3,100.00 $ 3 Unsuitable Foundation Excav_aticn Ingludi 15 0 ..Cy 9 Gravel Borrow Including_Haul -•,., -_ 15 0 CY 25.00 $ - $ - 0% 10 Shoring or Extra Excavation Class B 2500 600 SF 0.03 $ 18.00 $ - 4 ° -_ 11 Crushed Surfacing To p Course 130 0 TN 1$.25 $ - $ - 657. 12 Commercia(HNIA 50 23.3 TN 215. $ 5,009.50 $ Solid Wall Polyvinyl Chloride(PVC)Storm 13 Pipe,SDR-35,84nch Diam. 55 55 LF 46.50 $ 2,557.50 $ - 100% i Solid Wall Polyvinyl Chloride(PVC)Storm r-7 Pipe,SDR-35,12_inch Diam, 1 348 LF 41.50 $ 14,442.00 I $ - .190% Solid Wall Polyvinyl Chloride(PVC)Storm Pipe,SDR-21,124nch Diam. 217 72 42.50 $ 3,060.00 $ - 33% StorrnSewerTelevlsionlns ction 455.•._.......•..• _,.„---_ LF 2.40 $ 1,024.08 - t{atch-Basin T e l 1 2 EA 00.00 -$------T-2-U0-.-00 $ - 0 D _�lP Catch Basin Type 3,964n.Diam.w/Sluice 8 Gate 1 1 EA 40,000.00 $ 40,000.00 $ 100% Catch apin Type 2 48=In._Diar n........._............... .---_2. EA 2,450.00 $ 7,350.00 20 Connect to E)dstlnq Catch Basin 3 3 _E� - 1,06 .00 1 .00 100% 21• Pipe Foundation Material 105 0�- 17.110 $ . -- $ 0 D 22 Im orted Elpe Bedding _ _ ___210 _ TN 13.5 657.72 - 23"Io 23 Select Pi Trench Backtill - - 525 7.09 TN 179.45 - 3% i 24 Temporary Water Pollution/Erosion Control 1 0 __._ _ ...._-__....... -D 25 Landscape Restorat�On 1 0. 10 12 Ea. 5,000.00 52.56 $ f _._.. 26 Trench Dewatering System 100„_.._._........._...............___._ LF 17. $ - 0% 27 Structure Dewatering System 2 2 EA 1,960.00 $ 31900.00 $ - 100% 1 28 _Residential Driveway_Apron 44 78.23 gy 13 �1U,326.36 $ 17 % CO 1 Alternate Sluice Gate ui/Manhole 1 1 LS 4,278.57 $ 4,278.57 $ 100% j Pipe Connection at 17th St.SEIM SL SE- -- CO 2 Complete 1 1 7,096.68 $ 7,096.68 $ - 100% CO-3 increase Quantity Bid Item#27 0 -$ $ -..__._._...__............ ..... ... _. CO-3-1 Catch Basin Type 2 84" 1 1 LS 28,263.80 $ 28,2&3.80 $ - 100 SCHEDULE TOTAL. Y 1,457.00 s i Period Dates Begin:Oct 21,2012 End: Dec 20,2012 h.%proflpe1CP1109 PE.As 1 01`4 1/911013 at 1027 AM CITY OF AUBURN CO,NO.11-15 CP1109 2011 Storm Pipeline Repair&Replacement Program Phase I PAY ESTIMATE#6&FINAL SCHEDULE A: Storm Utility Improvements ES71MATE TOTAL PERIOD INO. ITEM DESCRIPTION I QUANTITY UANTITY QUANTITY UNIT i UNIT COST TOTAL COST 1 PERIOD COST PERCiT EST. COAA Alternate Sluice Gate wlManhole Material on Hand 1,00 I LS 4 0 4,045.60 - 10 o Material Installed - 1.00 i $ (4,045.00) - TOTAL 0.00 I $ 18A Catch Basin Type 3,96-in.Diam W/sluice,..._ - Mate rial.on Hand 1.00 1,00 LS $ 8,995.00 8,995.00 $ - 10.00/ Materiallnstalled 1.00 1 $ (8,995.01)) TOTAL 1 0.001 $ - I Material on Hand $ Material Installed TOTAL - $ - I I t Period Dates Begin: Oct 21,2012 End: Dec 20,2012 i I i h:tprorpe1CP1109 PEAS 2 of 4 1/9/2013 at 10:27 AM CO.No.11-15 CITY OF AUBURN CP1109,2011 Storm Pipeline Repair&Replacement Program Phase 1 2011 Storm Pipeline Repair&Replacement Program Phase I PROJECT SUMMARY CO.NO.11-15 PAY ESTIMATE 46&FINAL Original Contract Contract Change Amount Orders Total Payment This Period Percent/Contract SCHEDULE A: Storm Utility Improvements Contract $ 141,169.50 $ 42,915.82 $ 161,833.73 $ 1,457.00 88% i Material on Hand Sales Tax(+9.5%) $ 13,411.10 $ 4,077.00 $ 15,374.20 $ 138.42 Retainage(-5%) $ (8,091.69) $ (72.85) SCHEDULE TOTAL $ 154,580.60 $ 46,992.82 $ 169,116.24 $ 1,522.57 j i i I i i TOTAL CONTRACT AMOUNT TO DATE (including Sales Tax) $ 177,207.93 TOTAL PAYMENT TO CONTRACTOR $ 169,116.24 $ 1,522.57 PAYMENT DUE CONTRACTOR: $ 1,522.57 Begin: Oct 21,2012 End: Dec 20.2012 i h:lproppe1CP1109 PE.)ds 3 of 4 119/2013 at 10.27 AM i CITY OF AUBURN CO. NO. 11-15 , CP1109 PAY ESTIMATE#6& FINAL CONTRACTOR: Lloyds Enterprises, Inc. PO Box 3889 Federal Way,WA 98063-3889 Phone: 253-874-6692 i The undersigned has reviewed and approved this final pay estimate. I agree that it is a true and correct statement j showing all monies due me from the City of Auburn under this contract; that 1 have carefully examined the final pay estimate estimate and understand it and that I hereby release the City of Auburn from any and all claims of whatsoever i nature which I may have, arising out of this contract,which are not set forth in this estimate. I I i PAYMENT DUE TO CONTRACTOR= $ 1,522.67 I Signatures: Contractor v1—` �as�'L1 -E'° Date /J(0 3 Inspector Date l Project Mana r Date City Engineer �`�—t/V`�' Date 3 15 j 3 I I h:\proj\pe\CP1109 PEids 4&4 VW2013 at 10:27 AM i CITY OF AUBURN,STATE OF WASHINGTON 98001 ACCOUNTS PAYABLE CHECK NO. 421109 INVOICE NUMBER''':+',: ''.1',- DATE •P:O.,NUMBER " DESCRIPTION _ " DISCOUNT °A MOUNT i I 11-15/#6&FINAL 03/04/2013 13-000735 2011 Storm Pipeline Repair& 0.00 1,522.57 1 ! i ' I i i i ! I PLEASE DETACH BEFORE DEPOSITING Kg8ank National Association' 19_10 ` ^, Auburn,Washington 98001 VOID-8 MONTHS I ACCOUNT$`FAYABLE #' %'' CLAIMS CHECK AFTER CHECK DATE 1250 l ..�N Y-;p�� 1.800-kEY2YOU CITY OF AUBURN µ,:VENDOR; ;QATE:' CHECK;':, CHEGK'AMOUNT-z•;: i w'- 5 NUMBER- 1 25-WE$TMAIN STREET ` .U222280 y„ ` 03/ 8/2013 421109 ***""*1 'STATE OF WASHINGTON 98001 522.57 ...�...�... WASH I N G'l'ON � � PAY One Thousand Five Hundred Twenty Two Dollars and Fifty Seven;Cents TO THE LLOYD ENTERPRISES INC ell ORDER PO BOX 3889 Mayor�: ' .'. .: : •.:. ., "`. ".:„�:;;, `,.-'..-,'":• m \ FEDERAL WAY, WA 98063-3889 fJ 1 OF 11'0 4-2 110 911■ 1. 1 250005.741: , 47143 X003 23811' e• e o e o e• =o o e e o• re a �t re e