Loading...
HomeMy WebLinkAboutScarsella Brothers C201A - 11-01 CONTRACT Contract No. 11-01 THIS AGREEMENT AND CONTRACT made and entered into, in duplicate, at Auburn, Washington, this I' 1' day of 2012, by and between the CITY OF AUBURN, WASI-IINGTON, a municipal corporate , and Scarsella Brothers, Inc. PO Box 68697 Seattle, WA 98168-0697 hereinafter called the CONTRACTOR. WITNESSETH That, in consideration of the terms and conditions contained in the Contract Documents entitled `C201A, M Street SE Grade Separation (Underpass), which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: 1. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project C201 A, M Street SE Grade Separation (Underpass) — the construction of grade separating M Street SE from the BNSF Stampede Pass Rail line by lowering the roadway raising the railroad tracks, constructing two side by side railroad bridges, retaining walls, utility relocations, widening 1600 feet of M Street SE from 3rd Street SE to 8th Street SE, lowering and reconstructing 350 feet of 6th Street SE and 350 feet of 4th Street SE, replacing the traffic signal at 4th Street SE and M Street SE, replacing street lighting, installation of two side by side 400 foot long 54 inch casings using trenchless construction methods, storm pump station construction, survey construction staking and traffic control for a unit bid price of eleven million two hundred twenty-one thousand six hundred thirty-one dollars and sixty- three cents ($11,221,631 63) and Washington State Sales Tax of fifty-six thousand nine hundred eleven dollars and ninety-seven cents ($56,911.97) for a total contract value of eleven million two hundred seventy-eight thousand five hundred forty-three dollars and sixty cents ($11,278,543.60) 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 300 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. 1' -) Ill. 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 OF AUBU• ► ASHINGTON By Peter B. Lewis, Mayor Countersigned: this /4-11-day of g 2012 ATTEST 4 ( i D 'elle E. Daskam, City Clerk APPROVED AS TO FORM. / I . � Viel B. T►ty A omey SCARSELLA BROTHERS, INC. ASS . thorized Ofcial Signature Frank Scarsella, President C 1 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. I Contract No.,Project No.and Project Title: Contract#11-01, Project#C201 M Street Grade Separation (Underpass) Contractor Name and Address: Scarsella Brothers, Inc P.O. Box 68697 Seattle,WA 98168-0397 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 Added quantity to Bid Item Number 66 up to 125%of plan quantity Add vertical sod nails to Wall LU6 The nails shall be placed on the same frequency as defined in the existing contract plans and specifications,(see Plan Sheet RT-21,vertical nail detail).The nails shall be measured and payment made per the contract Bid Item 66 Vertical Nails. The nails shall extend from the top of the shotcrete fasma to 2 feet below the bottom of the shotcrete fasma at a minimum. Payment will be made based on field measurements of actual vertical nails installed. All work shall conform to Section 6-15 of the Special Provisions 2. Create new Bid Item Number 66A for that portion of the vertical sod nails installed in excess of 125%of planned quantity The nails shall be placed on the same frequency as defined in the existing contract plans and specifications,(see Plan Sheet RT 21,vertical nail detad) The nails shall be measured per the contract Bid Item 66 Vertical Nails Payment shall be made per the new Bid Item 66A. The nails shall extend from the top of the shotcrete fascia to 2 feet below the bottom of the shotcrete fascia at a minimum. Payment will be made based on field measurements of actual vertical nails installed All work shall conform to section 6-15 of the Special Provisions 3. Added quantity to Bid Item Number 24 The Contractor shall excavate,place and compact 450 CY of roadway excavation for the purpose of creating access to place the vertical soil nails in Wall LU6 Once the vertical sod nails are placed,the Contractor shall remove and dispose of the 450 CY All work shall include haul and disposal of material at locations designated by the Engineer. All work shall conform to Section 2-3 of the Special Provisions. 4. Added compensation for demobilization and mobilization for Pile Contractors The Contractor moved their sod nail drilling operation to Wall LU6 based on exhausting sod nail work south of the new BNSF bridges due to issues related to existing SR 18 footers This mobilization was not compensable. The Contractor was notified that vertical sod nails were to be installed on Wall LU6 on Thursday evening October 4,2012. The Contractor had fully mobilized to the site and was in the process of installing horizontal sod nails. The tol row of horizontal nails were completed by close of business 10/4/12 The Contractor will be required to demobilize sod nail equipment from the site in order to allow installation of the berm to install the vertical soil nails The Contract time is extended by 0 days. Item Sch. Sec.No. Item Description Quantity Units (+/-)_ Unit Price($) Total Price 66 A 6=15' Vertical Nails --1;325- SF 10.00 $- - -13,250:00 COI-66A A 6-15 Vertical Nails 224 SF 26.05 $ 5,835.20 24 _ A_ 2103: Roadway Excavation Includin 'Haul 900 CY 6.80 $ _ _ _6,120.00. C014 A 1-04.4 De-Mob and Re-Mob LU6 1 LS 5,533.65 $ 5,533.65 Subtotal $ 30,738.85 Washington State Sales Tax(9.5%)on applicable items $ TOTALI $ 30,738.85 ._$ SO'738i85 :' : ::.:v: 30'738.85' $0 06: i_07"" CoiaGaatAinouilt?i .`•'_ _ 'g,.;-31229'634:83 '278 543:60 3 ,; 4 aot 1:1:3 '282;45 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. H:\Forms\FCO25.xls (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. I Contract No.,Project No.and Project Title: Contract#11-01, Project#C201A M-Street Grade Separation(Underpass) / i f Contractor: / {d 1�a ' L DW Inspector- t _ /D�Zb(�1, Dw Project Manager- Resident Engineer. O/ZZ tl D City Engineer- {0 Z. S j2 o�m Approved by: Mayor,Ciliyof Auburn D.. H:%Fonns%FCO25.x1s (Revised 0512012) CYFY OF AUBURN CONTRACT CIIANGE ORDER AGREEMENT NO. 2 Contract No. Project No.and Project"[Contract#11-01, Project#C201A M Street Grade Separation(Underpass) Contractor Name tmit Address. Scarsella Brothers, Inc P.O. Box 68697 Seattle,WA 98168-0397 The Common,is hercb}directed to male the changes to the Contract as described herein This document and all attachments are a supplement to the contract All IOrk,nrmeriuls and measurements for the type of construction in\olred shall be in accordance with the contract documents of the above named project unless stated other" e in this change order Summary of Proposed Changes: 1 Delete Bid Item Number 72(Shall 24' Diameter)in total for soldier pile tie back al Is(LU4,LU5 RU-'and RU4) Change was initiated because a W]2X53 pile ,I tit associated 2 PGA As through each pile is larger than a 14 inch Diameter shaft This affects the rental alignment of W 12,53 steel I I-pda The vertical alignment oft he piles cannot be achieved within the shaft diameter as indicated on the contract plans 2 Add 777 LF of item C042-72A(Shall 3b' Diameter)for soldier pile lie back walls t LU4_LI t5 RU'and RU4 i Chai_e wi initialed because a W 12x53 pile with 2 VGA a,emblies through the pile wen requires a 30 inch minimum diameter shaft to achieve plan vertical alignment The Contract time is emended by 0 days Item Sch. Sec.No. Item Description Quantity' thnih (+/-) Unit Price(S) Total Price 72 A 6-16 Strait 24"Diameter -777 LF 8000 $ (62,16000) CO#2-72A A 6-16 Shaft 30"Diameter 777 LF 12320 $ 95,726 40 Subtotal $ 33,56640 Washington State Sales Tax(9 5%)on applicable items $ FOTAL $ 33,56640 Buse Amount Total met "Fax 1. Total Cost,thls C/0..':,,," l i '$ 33,566 40 $ " '33,566A0 2. Total Cost PrevioueC/Ot. ':':',..x;" ". $, 30,738 85 $ 30,738.85 3, On"inahContract Amount _ $' .11,221",631;63' -$ 11,278,543.60 4 Revised Contract Amount'. 'c'!!''..""" .$' :...11,285,936.88"1$ " 11,342,848 85' I lits change order consmums full and complete c ofict setion for all labor,equipniem,materials,no enccad,profit,anv and all indirect cods, and nme adlusmienl to pet'ona the above desert bed chiniges 411 other costs are non-compensihle All other terns and conditions ofthe contract mmom unchanged B �J Contractor Oa¢ Inspector- / // um Project Manager 7 9 /3 tia10 Resident Engineer 12/21/12 c, w�� Cite Luglncer- r l3 Dn¢ Approed by r v r.Cip• ubur � o"° H\Forms\FCO25 As (Revised 05/2012) .c� - CITY OF AUBURN CITY of AUBURN CITY CLERKS OFFICE CONTRACT CHANGE ORDER AGREEMENT NO. 3 MAY _q 2013 Contract No.,Project No.and Project Title: Contract#11-01, Project#,C201A1 M Street Grade Separation(Underpass) Contractor Name and address: Scarsella Brothers, Inc P.O Box 68697 Seattle,WA 98168-0397 The Contractor is herebx 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 The City gave verbal authorization to proceed with this work on 10/17/12 2 Add quantity to bid item number 24(Roadway Excavation Including Haul) the Contractor shall excavate,place and compact 500 CY of roadway excavation for the purpose of creating access and a workmg pad to place the vertical sod nails in Wall RU2 between stations 17+80 to 18+13 Rt In addition,material shall be placed and compacted in the area where the existing soil nail fascia is to be removed between stations 17+80 to 18+04 Once the vertical soil nails are placed,the Contractor shall remove and dispose of the 500 CY in phases,facilitating the installation of the new horizontal encapsulated sod nails Work shall include haul and disposal of material at locations designated by the Engineer All work shall conform to Section 2-3 of the Special Provisions 3 Add quantity to bid item number 61 (Prefabricated Drainage Mat) All work shall conform to Section 6-15 3(7)of the WSDOT Standard Specifications 4 Install 11 new,40 foot long encapsulated soil nails to replace those previously installed on Wall RU2 The new nails to be placed approximately mid way between and at the same elevation as those shown in the plans 5 Add Quantity to bid item 84(Shotcrete Facing) All work shall conform to Section 6-15 3(7)of the WSDOT Standard Specifications 6 Install vert cal sod nails to Wall RU2 between 17+80 to 18+13 Rt The nails shall be placed on the same frequency as defined in the existing contract plans and specifications,(see plan sheet RT-21,vertical nail detail) The vertical soil nails between stations 17+80 to 18+04 are to be placed prior to installing the new 40 fool horizontal encapsulated sod nails The vertical soil nails between stations 18+04 to 18+13 are to be installed behind the previoulsly placed shotcrete fascia The nails shall be measured per the contract bid item 66 Vertical Nails Payment shall be made per the new bid item 66A The nails shall extend from the top of the shotcrete fascia to 2 feet below the bottom of the shotcrete fascia at a minimum Payment will be made based on field measurements of actual vertical nails installed All work shall conform to section 6-15 of the Special Provisions 7 Add Bid Item for the installation of additional welded wire fabric Due to the cohesionless soil properties encountered during the installation of the soil nail wall,the plan thickness of shotcrete was exceeded This required additional welded wire reinforcement The work to install the additional welded wire fabric shall conform to the applicable sections of Section 6-15 3(7)of the WSDOT Standard Specifications The additional quantity shall be measured by the SF of area installed 8 Add Bid Item for the installation of grout behind Wall RU2 Due to cohensionless soil properties encountered during the installation of the sod nail wall,voids formed during the construction process Grout was injected behind the wall to ensure all voids were filled The work to install the grout shall conform to Section 9-20 3(4)of the WSDOT Standard Specifications The grout to be placed al the direction of the engineer 9 Add 4 days of home office overhead for the 4 days of contract extension. (See CH-034 for tmm impact analysis) 10 Add 4 days of field office overhead for the 4 days of contract extension. (See CH-034 for time impact analysis) The Contract time is extended by 4 days H\Forms\FCO25.xls (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGREEDIENT NO. 3 Contract No.,Project No.and Project Title: Contract#11-01, Project#C201A M Street Grade Separation(Underpass) Item Sch. Sec.No. Item Description Quantity Units (+/-) Unit Price(S) Total Price 24 A 2-03 Road,cay Excavation Including I(an] 1000 CY 680 $ 6,800.00 61 A 6-15 Prefabricated Drainage Mat 7.9 SY 800 $ 6320 63 A 6-15 Sod Nail-Encapsulated I 1 Ea 1.65000 $ 18.150 00 84 A 6-18 Shotcrete Facing 120 SF 15.00 $ 1,80000 C093-66A A 6-15 Vertical Nails 739 SF 2605 $ 19.250.95 C093-IA A 6-15 Welded Wire Fabric 120 SF 2 53 $ 30360 C043-1B A 9-20 Griotme Behind Fall RU-_' LS 1 96157 $ 96157 C043-IC A 1-044 I lome Office Overhead 4 Day 363871 $ 14,55484 C093-ID A 1-044 Field Office Overhead q Day 1 229 71 S 4,918 84 Subtotal $ 66,803 00 Washington State Sales Tax(9.5%)on applicable items TOTALI S 66,80300 Base Amount Total Incl.Tax 1. Total Cost this CIO $ 66,803 00 $ 66,803.00 2. Total Cost Previous C/O $ 64,305 25 $ 64,305.25 3. Original Contract Amount $ 11,221,631.63 1 $ 11,278,543.60 4. Revised Contract Amount $ 11,352,739.88 1 $ 11,409,651.85. 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-compenstble All other terms and conditions of the contract remain unchanged UNILATERALLY APPROVED Contractor: Dote Inspector: O l0 �2-B ej Dim Project Manager: 5/7/3 Da¢ Resident Engineer: D..City Engineer 3- 3 D. Approred by: Algror,Ci0•of Auburn ✓ D. H'\Forms\FCO25.xls (Revised 05/2012) CH2M HILL 1100 112"Ave NE Bellevue,WA 98004 �j P O Box 91500 C H GO V!H 1 LL Bellevue,WA 98009-2050 ' Tel 425.453.5000 Fax 425.468 3100 January 14, 2013 CH-034 Robert Scarsella Scarsella Bros PO Box 68697 Seattle, WA 98168-0697 RE. Project#C201 A, M Street SE Grade Separation (Underpass) Contract#11-01 —Protest#P014 Scarsella letter, Change Order 3 dated November 29, 2012 Dear Mr Scarsella: This letter is in response to your letter dated November 29, 2012, regarding Change Order No 3 Change order No. 3 addresses work associated with repairing the portion of Wall RU2 that failed on September 21, 2012. Your letter states that you returned Change Order No 3 unsigned because it fails to provide compensation for 13 days of critical path work, The City has since re-evaluated Change Order No 3 and determined that 4 days of contract time is warranted and would be added to the change order for critical path work associated with repairing the failed section of Wall RU2. Below is a summary timeline, showing the events that took place to repair Wall RU2: October 17, 2012 The Contractor was provided instruction on how to proceed with remediation of the sloughed section of Wall RU2 between stations 17+80 to 18+30, both in the weekly meeting and in the form of a draft change order sent by email (This work did not impact the critical path of the project). October 29, 2012 Contractor began remediation work by adding soil to the earthen berm at the failed shotcrete wall section of Wall RU2 Contractor also installed 6 Vertical Nails at Wall RU2 (This work added 1 day to the critical path work of the project) October 30, 2012 Contractor installed 3 vertical nails at Wall RU2. (This work added 1/2 day to the critical path work of the project.) November 1, 2012 Contractor excavated for soil nail installation at the failed southern portion of Wall RU2 and reinstalled 4 soil nails(Row#1, Southern Wall Section, M17+80 to M18+03). (This work added 1 day to the critical path work of the project.) December 11, 2012 Contractor installed 5 soil nails at Wall RU2 (Row#3, Southern Section 18+10 Rt. and at the south end of Wall#RU2 tie-in at Wall #RU1 Pile#19 at STA 17+79 Rt.) (This work added 1 day to the critical path work of the project.) December 14, 2012 Shotcrete placed in both the top and second rows in the remediation area The remediation work was complete this day (This work added %day to the critical path work of the project) Based on the reconstructed timeline above, it took the Contractor a total of 4 working days to complete work to repair the failed section of Wall RU2. The Contractor requested 14 days be awarded to the project due to the remedial work on Wall RU2 The City asserts the Contractor is only due that time actually required to perform the remedial work which took equipment and manpower away from critical path work. The Cities assertion is further attested by the Contractors relaxed timeline to complete the work. The enclosed Change Order#3 has been revised to include adding 4 working days to the contract as described above If this revised change order is acceptable, please review, sign and return to me. If the revised change order is still unacceptable, then the City requests a meeting with Scarsella to discuss. Thank you, Craig D Jackson PE Resident Engineer 1-208-484-3057 CO 44 - Pg 1 of 7 CI'Il'OF AUBURN CONTRACT CHANGE.ORDER AGREENIEN1'NO. 4 Contract Nn.,Project No.:and Contract#11-01, Project#C201A Project'I'life; M Street Grade Separation(Underpass) Contractor Name and Address: Scarsella Brothers, Inc P.O.Box 68697 Seattle,WA 98168-0397 The Contractors hereby directed to make the changes to the Contract as described herein This document and all anachments arc a supplement to the contract All work,materials and measurements for the type of construction involved shall be in accordance wnh the contract documents of the above named project unless stated otherwise in this change order Summan of Proposal Changes: 1 Delete 736 25 LF from Bid Item Number 32,(Shoring or Extra Excavation Class B),per the attached revised Plan Sheets STD-4 rv1, RR-1.rv1;RR-5 rv1,ST-8 rv1,STP-3.rv1 2 Add 183.33 SY to Bid Item Number 35,(Construction Geotextde for Underground Drainage),per the attached revised Plan Sheets STD-4 rvl, RR-1 rv1,RR-5 N1,ST-8 rv1;STP-3 wl 3 Add 30 99 Tons to Bid Item Number 38,(Crushed Surfamng Base Course),per the attached revised Plan Sheets STD4 rv1, RR-l.rvl,RR-5 N1,ST-8 N1,STP-3 rv1 4 Add 37.5 CY to Bid Item Number 93,(Gravel Backhll for Drain),per the attached revised Plan Sheets STD-4 N1, RR-1.rv1;RR-5 Nl;ST-8 N1,STP-3 wl 5 Delete 28 LF from Brtl Item Number 96,(Solid Wall Polyvinyl Chloride(PVC)Storm Pipe,SDR-35,18 inch Drame.), per the attached revised Plan Sheets STD4 rvl, RR-1.wl,RR-5 N1,ST-8 N1,STP-3 rv1 6 Delete 95 LF from Bid Item Number 101,(Reinforced Concrete Storm Sewer Pipe,Cl V,18 inch Dram),per the attached revised Plan Sheets STD-4.rv1, RR-1.rv1;RR-5.rvl,ST-8 rv1,STP-3 rv1 7 Delete 123 LF from Bid Item Number 102,(Storm Sewer Television Inspection),per the attached revised Plan Sheets STD-4 wl, RR-1.rv1,RR-5.rvl,ST-8 rv1;STP-3 N1 8 Delete 1 Each from Brtl Item Number 109,(Catch Basin Type 2,48 inch Dram),per the attached revised Plan Sheets STD-4 rv1; RR-1 NI;RR-5.rv1;ST-8 rv1,STP-3.rv1. 9 Delete 7 CY from Brtl Item Number 119,(Gravel Borrow for Trench Backhll),per the attached revised Plan Sheets STDA N1, RR-1 wl:RR-5.rv1;ST-8 wl,STP-3 rv1 10 Delete 29 11 CY from Brtl Item Number 121,(Controlled Density Fill(CDF)for Trench Backhll),per the attached revised Plan Sheets STD-4 NI; RR-t.rvl;RR-5 wl,ST-8 rv1,STP-3 rv1 11 New Bid Item CO#4-1,(Structural Excavation Class B,Ind Haul),100 61 CY per the attached revised Plan Sheets STD-4 rv1,RR-1 rv1,RR-5 rv1,ST-8 N1,STP-3 N1 This work shall consist of excavating 100 61 CY of Structural Excavation Type B per section 7-01 and 2-09 of the Standard Specifications 12 Compensate Contractor for material costs for 28 Ft of Solid Wall Polyvinyl Chloride(PVC)Storm Pipe,SDR-35, 18 inch Dram (See Invoice No 0329948 Ferguson Waterworks)Small Qty can not be restocked 13 Compensate Contractor for material costs for 95 Ft of Reinforced Concrete Storm Sewer Pipe,Cl V,18 inch Dram (See Quote No 5643 Granite Precasting and Concrete)Restocking fee 14 Compensate Contractor for material costs for 1 EA of Brtl Item Number 109(Catch Basin Type 2,48 inch Dram) Cannot restock cored structures The Contract time is extended by 0 days H Tcoa\FCO25 Aa (Revised a52)12) CO #4 - Pg 2 of 7 CH-1 OF AUBURN CONTRACT CHANGE ORDER AGREENIENT NO. 4 Contract No.,Project No.and Contract#11-01,Project#C201A Project Title: M Street Grade Separation(Underpass) Item Sch. See.No. Item Description Quantity Units (+/-) Unit Price($) Total Price Shoring or Extra Excavation 32 A 2-09 Class B -73625 LF 0.30 $ 220 88 Construcbon Geotextile for 35 A 2-12 Underground Drainage 18133 SY 300 $ 54999 Crushed Surfacing Base 38 A 4-04 Course CSBC 30.99 Ton 1500 $ 46485 93 A 7-01 Gravel Backfill for Drain 375 CY 25.75 $ 96563 Solid Wall Polyvinyl Chlonde (PVC)Storm Pipe,SDR-35, 96 A 7-04 18 inch Diam. -28 LF 43.20 $ (1,209 60) Reinforced Concrete Storm Sewer Pipe,CI.V,18 inch 101 A 7-04 Diam -95 LF 60.50 $ (5,747 50) form ewer Television 102 A 7-04 Inspection -123 LF 2.25 $ (27675) Catch Basin Type 2,48 inch 109 A 7-05 Diam. -1 EA 2,25000 $ (2,26000) Gravel Beam for Trench 119 A 7-08 lBackfill -7 CY 0.01 $ (0 07) Controlled Density Fill(CDF) 121 A 7-08 for Trench Backfill -2911 CY 75.00 $ (2,183 25) Structural Excavation Class CO#4-1 A 2-03 B,Ind Haul 10061 CY 2860 $ 2,87745 Solid Wall Polyvinyl Chloride (PVC)Storm Pipe,SDR-35, 95 A 7-04 18 inch Diam 28 Ft 1612 $ 451 36 Reinforced Concrete Storm Sever Pipe,CL V, 18 inch 101 A 7-04 Diam 95 CY 2605 $ 2,47475 Catch Basin Type 2,48 inch 109 A 7-05 1 Diam (cored;no restock) 1 EA 51700 $ 51700 Subtotal $ 3,59702 Washington State Sales Tax(9.5%)on applicable items $ TOTAL $ (3,597 02) 1Yt•Total Costthis C/O :">�•`.:'7 "'s$=?sT :: 3597:02 :$r: ,��" �iv',�?a""7'.`. 3,597.02 2:�TOt21 COST Previous C/O ` . ; .$a..'u':"::127,979.88. $''8d.:�` "i.,h`".: f427,979.8B! 3.?On inal ContractAmo`untl. tn.-i'.'"'`,%$t_._11,221'631.63.t$? 2r _ .11,278,54360; 4."z ReviSedCOritr2cPArilotinC:t.::. `]` �$ :.1A;346,014.49;;5=,',„�1 F�,: 'Ibis change order constitutes full and complete compensation for all labor,equipment,ann"ods,"ahead,profit,any and till indirect costs. anJ umc adrystincnuo pct fitmt the abmc dcaubcJ changes All other cuss are non-compenable I othe,tcmts and conJmons of,,re wnvad remavt unchtwgoJ Contractor- Inspector- Project Jlanager Resident Engineer 6 j,(r /3 City Engineer 2-) . Apprm"I by: (p z,Q •$ Mayor.CirP a ua. H TormsTCO25 As mevtsed 0520121 CO #4 - Pg 3 Df 7 �.� lvY�n.I. _,y $EL IB.TII N.ROS Ei\VV NOTES. fY,^'WV��.=+W_C/Y —, "v ivY l�WwYV`IVY`/VwVWYV�Ym un -- °•A.:_.. ; !�_YNSF RNIROPD--� -'--�'- a: L'-�'-=-- - ,_.__.___.44 ' c T— I ' T^ON _ h-_ ' ---- ---r,-:-t- ---r -I - - - __—F.a-a— I. - ... I I,• i F t I 7��:1 a ml � _� aNM STREET SE. .... m GRADE SEPA eNSP reR RATION AUBURN "m j CH2MHILL --_ CO b4 - Pg 4 of 7 207+30 210+00 l 207-0 200,0 a m 206"00 1 208 00 a_ouc+mRosc PARTVenT M STREET SE ip< .....°..°""...' — — • '+.Y.` ?Rp�� i ..GRADE SEPARATION _- _ AUBURN 'Y, e. �. a /.uWrn lYaanlrymn rt.c's 9NSF RR f.ROSS SECTIONS CH2MHILL •. . "r CC k< - Pgs of v SEC tB,T1t N,R OS E,W M. �-yL ajE „® am•,w�u,F �� ... I ,: ci RMrtci RMrt pWRi ON i �`,S • 1 II�/�o ..`., a,..s.,:,,, it :, C^.::ti,{. i-- Im W _ +au Ili 4— _!_— —..( - I_ I_—.,wi � pys% ir•'j 1 I ,,. e�.00 w es.a (' eo:oo nr.00 — _— M STREET SE ` -- --- „�•� „_•, !,v ouc woaxs NSPUla,Errt •••GRADE SEPARATIOR,m AUBURN` ISWryM° � wv.m ry® � STORY — p ^ ��yCi.-. nf.lPi• PIhN ANN FIiOFItE — CH2MHILL CO #4 - Pg 7 of r P < I WMM CBI TTO Bd ��.y-•�•.•/`.�., 'Y �_ __ _ �I i- I_p--_1_�-�-� Ic woaas nE,wr•noa� �R nNNM STREET SE - . .:uc;-"'S,O.1Q�V lJU i�l V GRADE SEPARATION - __ S -,�..M___..— '.b,..T mod:'• ., ....w . .—_ .- .,.,r,:,��.•.a.c.,.,��– -_.__ •..^. � CH2MHILL ifPs CO #4 - Pg 6 of 7 _ .a y a— im'j s �s u u cv f vw as.o. f IT I IT �mm a ITT IIC '`IT.x C ml STORM PIPE SLEEVE UNDER WALL o IT, n ,.s �I. Imn�o.oxnm i - jz M of w ' 6r; j--w—n Pm IT aa. nm CITY OF AUBURN STORM DRAIN WALL DRAIN CLEANOUT Y ( J ( STRUCTURE NUMBERS 51 LOCATIONI I / l sy _.. , �J INFILTRATION TRENCH SECTION DNSF LINE 208-80 T0 2D9+55 BRIDGE DECK DRAIN x..� I E—_ ••.'��•• (�T•IL.Uc SVORNS DE1.11 tur --Cl ua --VI :TREE SE v — _� x~-^— •CIAV BURN V GRADE SEPARATION ORII '.% j• oETnlls - ------- _ C11-121WHILL CITY OF AUBURN T CONTRACT CHANGE ORDER AGREEMENT NO._5_ Qpyop c�T'/QP,9nUB�RA Contract No.,Project No.and Project Title: Contract# 11-01 Project#C201A AAe�. u] orC/ M Street Grade Separation (Underpass) P n l• Contractor Name and Address: Scarsella Brothers, Inc P.O. Box 68697 Seattle, WA 98168-0397 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 For the purpose of settlement of a dispute,parties agree to a lump sum payment for costs for the direct work to complete the core drilling only of the existing abandoned SR18 bridge foundations.Contract time extended three days for this work. 2 For the purpose of settlement of a dispute,parties agree to a lump sum payment for half of the costs incurred to complete contaminated soil testing and to prepare a soil characterization report. 3 The Contractor shall install additional reinforcement consisting of welded wire fabric due to overbreak in the shotcrete facing. Work shall conform to the applicable sections of Section 6-15.3(7)of the WSDOT Standard Specifications The Contract time is extended by 3 days. Item Sch. Sec.No. Item Description Quantity Units (+/-) Unit Price(S) Tolal Price C05-16A A 2-02 Core Drilling Settlement 1 LS 13,101.20 $ 13,101.20 C05-28A A 2-03 Contaminated Soil Settlement 1 LS 8,280.16 $ 8,280.16 C05-84A A 6-15 Welded Wire Fabric 1 LS 20,33660 $ 20,336.60 Subtotal $ 41,717.96 Washington State Sales Tax(9.5%)on applicable items $ - TOTAL $ 41,717.96 Base Amount Total incl.Tar - 1. Total Cost this C/O $ 41,717.96 $ 41,717.96 2. Total Cost Previous C/O $ 131,029.05. $ 131'029.05 3. Original Contract Amount $ 11.221.631.63 $ 11;278,543.60 4. Revised Contract Amount $ 11,394,378.64 $ 11,451,290.61 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-conupensible. All other terms and conditions of the contract remain unchanged i Cantraclor:L-�---� � Doe Inspector: 141: L3 7 oi3 =/ one Project Manager: 5 a3 )3 nnm Resident Engineer: nee City Engineer: ma. Approved by: I Mnynr;Gilya. un o"" H\Form51FCO25 As (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGRELMENT NO. 9 Contract No., Project No. and project 7 Contract # 11 -01 Project # C201A M Street Grade Separation (Underpass) Contractor Name and Address: 'rhe Cmnraetor is hereby di, eacd to mode the changes to (lie Contract as described heroin. Phis doeumnd and all attachments area supplement to the contract All work materials nnJ nmaarrements for the typo of conshuction rooked shall be in accordance with lire contract documents ofthe above named project unlesS stated otherwise in this change order Summary of Proposed Changes: For the purpose of settlement of several ongoing disputes, the parties agree to a lump sum payment of $275,000 as resolution of all Protests and claims for the fallowing issues: 1) Erosnn Control Plan Redesign claim submitted by the Contractor on April 25. 2013 and supplemented on May 24, 2013; 2) the RU2 Failure - Abandoned SRI Footing Removal a PGA Re- Sequencing claim submitted by the Contractor on June 14, 2013 and, 3)the protest associated with the City's ongoing assessment of Liquidated Damn2es, which covers Contractor protest letters dated August 28, 2013, September 6, 2013, September 23, 2013, September 27, 2013, and September 30, 2013_ The following shall also apply to this settlement. A. The City will establish July 22, 2013 as the date of substantial completion of the contract. 13. 13) signing this change order. the Contractor agrees to the proposed changes and terms of both Change Order Nos. 3 and 6, which were both previously unilaterally approved. Both Change Order Nos. 3 and 6 are associated with the Contractor's RU2 Failure - Abandoned SRI Footing Removal $ PGA Re- Scquencing claim and are attached to this document for reference. C. The Ciry, agrees to add back the liquidated damages deducted from Pay Estimate Nos. 17 and 18 . D. 'Ihe parties agree that the lump sum payment includes all costs related to the protests and claims, including statutory payment act interest rate of 1% per month on the liquidated damages deducted from Pay Estimate Nos. 17 and 18 and the request for attorneys fees incurred that are associated with the protest associated with the Cas's ongoing assessment of Liquidated Damages, and if applicable, mlourevs fees incurred for the Contractors Erosion Control Plan Redesign claim and RU2 Failure - Abandoned SR 18 Footing Removal & PGA Re- Sequencing claim. F,. The Cip'till pay for costs for the temporary stool pump through October 31, 2013. Any costs incurred far the temporap' pump after October 31, 2013 twill be Four by the Contractor. F. Roth parties agar to establish liquidated damages based on the contract value of stonmtmler pump station bid item. of $332, >6t0, using the formula in Section 1 -08.9 (Liquidated Damages) of the WSDOT Standard Specifications which results in an amount of $166.25 for any date after October 31, 2013 that the pump station is not complete. A complete pump station shall include having an operable pump station, performing all local programming of the pump station, completing the pump station testing and startup requirements, and completing all required training _'Ihc requested change to include a Geeem'e radio, antenna, and changing the PLC are not required to be installed to make the pump station complete and will not factor in the formula for calculating liquidated damages of the pump station. Operation of the permanent pump station shall be the responsibility of the Contractor until such time as all testing, startup and training are complete. Once testing, startup and training arc complete to the City's satisfaction, the City will begin operation of the pump station At the time the City lakes over operation of the pump station, the temporary' pump system may be removed. 2. The Contractor shall install a Geewave radio and antenna for SCADA communications and change out the Compact Logis LI PLC that was installed at the station to a Compact Logis L32. All work shall conform to the attached and per Section 8 -33 of the Special Plus isions. Contract time is cslended 20 days for this work. The Contract time is extended by 20 days. H'. \Forms\FCO25.xls (Revised 05/2012) 5 t CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 9 Contract No., Project No. and Project Contract # 11 -01 Project # C201A M Street Grade Separation (Underpass) Item Scb. Sec Nn. liem Description Quantity Units 2:Total CostP,ievious'C /O` ': 3 =.: #i$.,. '314;269 95 $;: "il F` ?'"�sa utt ,ln.. .r `. 314,269:95; 3: cOn Trial Contract Amount' 111;227,631 .t1,278,543i60t ( + / -) ?$.` ,.'(1';827,02286 Unit Price ($) Total Price Erosion Control Plan Claim, RU2 /SR18 /PGA Sequencing CO #9 -1A A N/A Claim and Assessment of 1 LS Liquidated Damages Protest Settlement 275,000.00 $ 275,000.00 Pump Station Freewave C049 -2A A 8 -33 Radio and Antenna, and PLC 1 LS Change Complete 16,121:28 $ 16,121.28 Subtotal $ 291,121.28 $ - Washington State Sales Tax (9.5 %) on applicable items TOTAL $ 291,121.28 This change order ewmitwrs full and complete euml: adjustment to perform the above described changes - Contractor: Inspector: (�' Project Manager: i4/ Resident Engineer: City Engineer: Approved by: -h \Forms \FCO25.xls (Revised 05/2012) L Total Cost this 4 29 101 iflfl $k- t1 .w... "" . + ihi 6a- i291 ^121y26i 2:Total CostP,ievious'C /O` ': 3 =.: #i$.,. '314;269 95 $;: "il F` ?'"�sa utt ,ln.. .r `. 314,269:95; 3: cOn Trial Contract Amount' 111;227,631 .t1,278,543i60t 4..Revlsed:GontractrAmoUnt- d. „x ?$.` ,.'(1';827,02286 This change order ewmitwrs full and complete euml: adjustment to perform the above described changes - Contractor: Inspector: (�' Project Manager: i4/ Resident Engineer: City Engineer: Approved by: -h \Forms \FCO25.xls (Revised 05/2012) Change order No. 9 attachments CITY OF AUBURN CONTRACT CIIANOh. 01ZDER AGIZEEDI IZN "P NO. 3 Contract No., Project No. and Project Title: Contract # 11 -01 Project # C201 M Street Grade Separation (Underpass) Contractor Name and Address: Scarsella Brothers, Inc P.O. Box 68697 Seattle, WA 96168 -6397 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments area 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 othcovise in this change order. Summary ofproposed Changes: I The City gave verbal authorization to proceed with Oa cork on )0./17/12. 2 Add quantity to bid item number 24 (Roadway Excavation Including Haul), The Contractor shall excavate, place and compact: 500 CY of roadway excavation for the purpose of creating access and a working pad to place the vertical soil nails in Wall RU2 hehveen stations 17180 to 18 +13 St. In addition, material shall be placed and compacted in the area where the existing soil nail fascia is to be removed between stations 17 +80 to 18 +04. Once the vertical soil nails are placed, the Contractor shall remove and dispose of the 500 CY in phases, facilitating Plc installation of the new horizontal encapsulated soil nails. Work shall include haul and disposal of material at locations designated by the Engineer All work shall conform to Section 2 -3 of the Special Provisions. 3 Add quantity to bid item number6l (Prefabricated Drainage hlat). All work shall conform to Section 6- 15.3(7) of the WSDOT Standard Specifications. 4 histall 11 new 40 font long encapsulated soil nails to replace those previously installed on Wall RU2. The new nails to be placed approximately nrid way between and at the same elevation as those shown us the plans. 5 Add Quantity to bid item 84 (Shotcrete Facing). All work shall conform to Scdion 6- 15.7(7) of the WSUOI' Standard Specifications. 6 Install vertical soil nails to Wall RU2 Isavloen 17 +80 to 18 +13 Rt. the nails shall be placed on the same frequency as defined in the existing contract plans and specifications, (see plan sheet RT -21, vertical nail detail). The vertical soil nails between stations I7 +80 to 18+04 are to be placed prior to installing the new 40 foot horizontal encapsulated soil nails. I lie vertical soil nails between stations 18. N to 18 +13 are to be installed behind the previoulsly placed shotcrete fascia. "the nails shall be measured per the contract bid item 66 Venical Nails. Payment shall be made per the new bid item 66A. The nails shall extend train the top of the shotcrete fascia to 2 feet below the bottom of the shotcrete fascia at a minimum. Payment will be made based on field measurements of actual vertical nails installed_ All work shell conform to section 6-15 of the Special Provisions_ 7 Add Bid Item for the installation of additional welded wire fahrie. Due to the cohesinnlns soil properties encountered during the installation ofthc soil nail wall, the plan thickness of shotcrete was exceeded This required additional welded wire reinforcement. The work to install the additional welded wire fabric shall conform to the applicable sections of Section 6- 15:3(7) of the WSDOT Standard Specificatimss. The additional quantiry shall be measured by the SP of area installed. B Add Bid Itcm for the installation ofgrout behind Wall RU2_ Due to cohensinnlew soil properties etrcountered during the installation of the soil nail atoll, voids farmed during the construction process. Grout was injected behind the wall to ensure 311 voids were filled. The work to install the grout shall conform to Section 9- 20.3(4) of the N'SDOT Standard Specifications. The gran to be placed at the direction of the engineer. 9 Add 4 days of home office overhead for the 4 days ofcontmct extension. (See CI 1-034 for time impact analysis). 10 Add 4 days of field office overhead for the 4 days of contract cxtension. (Sec CH -034 for time impact analysis). The Contract time is extended by 4 days. H :1Porms1FCO25.x1s (Revised 0512012) CITY Or AUBURN CON'ITtACI' Ct1ANGEURDER AGREENIENT NO. 3 Contract No., Project No. and Project'ritle:. Contract # 11 -01, Project # C201A M. Street Grade Separation (Underpass) Item Sch. Sec. No. Item Description " Quantity ( + / -) Units Unit Price (S) Total Price - 24 A 2 -03 - Roadway rxcavation preluding Haul 1000 CY .6.80 S 6,800.00 61 A -6.15 Prefabricated Drainage Mat 7.9 SY .8.00 'S - - 63.20 63 A '6.15 Soil Nail - Encapsulated 11 Ea - 1,650.00 $ - - 18,150.00 84 A 6 -18 Shoterete Facing 120 SF 15.00 Y 1,800.00 CON3.66A A &15 Venical Nails 739 SF 26.05 S 19,250.95 CONS -IA A 6-15 Welded Wire Fabric 120 SF 2.53 S 30160 CON3 -.iR A 9 -20 Grouting Behind Wall RU -2 LS 1 '961.57 S 961.57 CO#3 -IC 1, 1 1 -04.4. Home OlTee Overhead 4 Day 3,638.71 S 14,554.84 C003 -.1 D. A 1 1- 04:4 Field Office Overhead 4 Day 1,229.71 S 4,918.84 Subtotal Washington Stale Sales Tax (9.5%) on applicable items TOTAL S 66803.00 $ 66,80100 This change order constitutes full and complete compensation for all Gabor, 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: Inspector: .E6� Project Manager: e Resident Engineer: \ City Engineer: KN Approved by: Alapoy Cl{y H:1Fotm;TCO25.xIs (Revised 0512012) UNILATERALLY APPROVED ,.Basc'Amount, •.. v' "- .-Tothtincl.Tax 1 ?.,,TotalDost this CIO S- -- "'66,803.00' 5 - r 's ,. .2<.,. ::. 66,803.00' 2f,:Total Cost Previous C/O' -' S•. . -. - `84;305.25 S 64,305.25 -' 3'. Orl2inal Contract Amount T, '41221.631I63J 8• ^� ':11278543:60' 41'Revised Contract Amount % '.' r S. L. 11,352;739.68 $ .'r -. ;. F,`.»:; :-: 11;409,651.M This change order constitutes full and complete compensation for all Gabor, 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: Inspector: .E6� Project Manager: e Resident Engineer: \ City Engineer: KN Approved by: Alapoy Cl{y H:1Fotm;TCO25.xIs (Revised 0512012) UNILATERALLY APPROVED CITY OF AUBURN CONTRACT CIIANGE ORDER AGREEMENT NO. 6 Contract No., Project No. said Project IContract # 11 -0i, Project # C201 M Street Grade Separation (Underpass) Contractor Name and Address: Scarsella Brothers, Inc P.O. Box 68687 Seattle, WA 981168-0397 The Coalmcwr is hereby directed to make die changes to the Contmtl as described hemin. "This dmtimcni and all attachments arc s snpplonenl Ip the contract. All work, materials and measurements for the type ofconslmetion involved shall be in xecoodance with the maltais docamorms orthe above named pmjea unless stated ofl ise in this chauge order. Summary of Proposed Changes: 1. Added 12 contract daysdoe to delays in setting die first toad of pule., for dm llNSF hridgc sInnsiac,which is on the mnitnmtion critical path. The delays are attributed to DNSF requirmicids to install and stress [lie PGA's prior 10 selling [lie girders and BNSF r sibednling (heir voik to act the ono, tailroad (rock to and Jmuniy 2013. This is a lime extension only and no other eosipcnsnlion is being provided. The Contract time is extended by 12 days. Item Sch. See No. Item Description Oonnfity ( + / -) Units Unit Prtce(5) Total Price N!A 3" -.Original ContniclAmounit 4.,Rwlsed Contrenl Amount °' i$. =-111(390;860.82 EPftc`?a °2d`'f ":11;447;772:79; E Subtotal Washington State Sales Tax (9.5%) on applIcable items TOTAL E E $ This change ends constitutes fill ad euinpletesou,nii.d.afarnil labor, eaaipuseob trmtcnid,orerhand, ptold, any and all indircet oast, and time adjustment to poromt (lie obovc dimenindclmrgas. All other costa a. can oasp.usibls. All ether terms and conditions of the scnt.vt real. alehAnged. Contractor: Inspector: Project Manager! Resident Engineer! City Engineer: Approved by: H:1FormsTCO25.xJs (Revised 0512612) UNILATERALLY APPROVED 7Base Ainaunlr 11oml incti.] a1 '° ' r ' cni+ Tabs cos hsvC/O s IE '�` "'�•9 E?�. -;x =.:.' . FREE' 8. ' 3" -.Original ContniclAmounit 4.,Rwlsed Contrenl Amount °' i$. =-111(390;860.82 EPftc`?a °2d`'f ":11;447;772:79; This change ends constitutes fill ad euinpletesou,nii.d.afarnil labor, eaaipuseob trmtcnid,orerhand, ptold, any and all indircet oast, and time adjustment to poromt (lie obovc dimenindclmrgas. All other costa a. can oasp.usibls. All ether terms and conditions of the scnt.vt real. alehAnged. Contractor: Inspector: Project Manager! Resident Engineer! City Engineer: Approved by: H:1FormsTCO25.xJs (Revised 0512612) UNILATERALLY APPROVED Heavy - Highway Construction u - ti October 3. 2013 City of Auburn 25 West Main Street Auburn, WA 98001 Attention: Mr. Ryan Vondrak, P.E. Project Manager Reference: Contract No. 1101 Project No. 0201 A, M Street SE Grade Separation (Underpass) Request for Reimbursement of Freewave Radio System Installation Request for Extension of Contract Time Dear Ryan: An Equal Opp01.111 in, Employer I'his letter is to provide it proposal for additional work for a Freewave Radio Systems. Scarsella requests reimbursement for DBF Electric's work on installation of the Freewave Radio System in the amount of S14,394.00, as quoted,' plus 12% WA DOT Overhead & Margin, calculated to $1,727.28. The total amount being requested is $16,121.28. Scarsella requests contract time to be extended 20 working days from the date of written acceptance of the proposal, plus the amount of time required for the City to review and approve shop drawings. If you have any questions or need to discuss this further, please do not hesitate to give me a call. Sincerelyrrsella r > >�� Frank Sc President DBE Electric Letter Dated October 1. 2013 Y.O. Box 68697 Seattle, Washington 98168 -0697 • Tel: (253) 872 -7173 • Fax: (253) 395.1209 AK Lie. #34714 AZ Lie. #ROC249216 • CA Lie. #779354 • 1D Lie. #10394 - Unlimited -1-2 MT Lie. #146627 • ND Lic. #44607 • OR Lie. #96884 • Ul -Lie #7646917 -5551 • WA Lic. #SCARSBI183B8 =� Electrical Contractor's Ucense: OBEELE19912PM General Contractor's Ucense: OBEELE19127M "W STREET GRADE SEPARATION CITY OF AUBURN October 1, 2013 Tamarah Knapp Hancock Scarsella Brothers, Inc. P.O. Box 68697 Seattle, WA 98168 Dear Tamarah: Note below is our price to make changes as requested by Ryan Vondrak, Project Engineer for the City of Auburn to provide and Install a Freewave radio system on the above- referenced project. Our price includes all labor, materials, equipment, and allowable markup to provide the Freewave Radio System as detailed in the Request for Change Order. Standard Exclusions as listed in the DBE - Scarsella Brothers, Inc. Subcontract Agreement still apply. Our price for the work as referenced is $ 14,394.00 This proposal is based on the usual cost elements such as labor, materials, and approved overhead /profit and does not include any amount for interference, disruptions, rescheduling and change in the sequence of work; delays and /or associated acceleration. DBE expressly reserves the right to submit charges for any of these items should we be faced with performing our work under any of these conditions. DBE requests an additional 5 working days added to the contract to perform the work described in this change order. Lead time for materials is approximately two weeks from written acceptance of this change. Submittal drawings will be provided within one week of receipt of a fully executed change order. Therefore, atotal of 21 calendar days is requested forthis'change order proposal. This proposal includes a 50% credit for return of the L3 panel to the supplier. TRAFFIC SIGNALS & ILLUMINATION SYSTEMS P.O. BOX 9169 ' COVINGTON, WA 98042. 253. 897 -9089' FAX 253. 804 -6066 An Equal Opportunity Employer — OBE Electric, Inc. is committe d to equal oPPOrtuniry in all areas of employment, and does not discriminate against any individual on the basis of race, color, religion, sex age, national origin, marital status, handicap, or any other legal ly protected characteristic. Electrical Contractor's License: DBEELE19912PM General Contractor's License: DBEELEI9127M Work which may be required to complete this change order which is the work of other trades is not a part of this change proposal. This cost proposal supersedes all previously submitted cost proposals relating to this same work or change request. This quote is valid for (30) calendar days from the above date and void thereafter. All work affected by either the acceptance or rejection of this change is on hold pending notification by Scarsella Brothers, Inc. to DBE Electric Inc. We await your written approval and direction before proceeding with the referenced work. Sinc rely, M ry Guthmiller President TRAFFIC SIGNALS & ILLUMINATION SYSTEMS P.O. BOX 9169 ' COVINGTON, WA 98042' 253. 887 -8089 -FAX 253404 -6066 An Equal Opportunity Employer —OBE Electric, Inc. is committed to equal opportunity In all areas of employment, anddoesnot discriminate against any Individual on the basis of race, color, religion, sea age, national origin, marital status, handicap, or any other legally protected characteristic. DBE ELECTRIC INC PO BOX 9169 COVINGTON, WA. :98042 CHANGE ORDER REQUEST: W St. - Radio Equipment MST GRAPE SEPARATION UNIT DESCRIPTION LABOR MATERIAL EQUIPMENT $ 8,440.00 $ 333.45 UNIT(Hr) TOTAL(Hr) UNIT TOTAL UNIT TOTAL 1 RADIO EQUIPMENT, $ 669.10 $ 7,640.00. $ 7,640.00 $ $ 1 MATERIALS $ 0.00 $ 800.00 $ 800.00 $ 333.45 16 SUPERINTENDANT SUPERVISION 1 16.00 SUBTOTAL $ 13,592.21 5 2 MAN CREW 2 10.00 TOTAL OF CHANGE REQUEST. $ 14,394.01 5 SERVICE TRUCK 1 5.00 5 HRS OF BUCKET TRUCK I 1 5.00 $ $ 66.69 $ 333.45 $ 8,440.00 $ 333.45 36.00 HOURS MULTIPLIED BY BURDENED RATE $64.09 $ 2,307.24 MARKUP APPLIED TO LABOR : 29.00% $ 669.10 TOTAL MATERIAL $ 8,440.00 MARKUP APPLIED TO MATERIAL 21.00% $ 1,772.40 TOTAL EQUIPMENT $ 333.45 MARKUP APPLIED TO EQUIPMENT 21.00% $ 70.02 SUBTOTAL $ 13,592.21 USE TAX APPLIED TO MATERIAL AT 9.50% $ 801.80 TOTAL OF CHANGE REQUEST. $ 14,394.01 $ 8,440.00 $ 333.45 Contract No., Project No, and Project Title: Contractor Name and Address: Proposal Request it b Proposal Request 11 -08, CP1005, S Division St Promenade Scarsella Brothers Inc PO Box 68697 Seattle, WA 98168 -0397 Please submit an itemized quotation for changes In the Contract Sum and /or Time incidental to proposed modifications to the Contract Documents described herein. This Is not a Change Order nor a direction to proceed with the work described herein. A Freewave radio for SCADA communications needs to be included in the control panel and lied. As part of the installation, the electrician will need to install an antenna and connect the inn cable to the Freewave radio. FYI, L2 has done something similar at the City's 1326d'sin3et Is project. The PLC that was installed needs to be changed out to a Compact Logix L32, The PLC being ntly provided has a USB serial port which will not talk to the radio. Please provide a cost to co the existing Compact Logix L1 to a Compact Loglx L32. Can the L1 be restocked? Project Manager: DBE Electric, Inc. Attn: Bryan LaTorre Auburn, WA By: Ben Johnson Date: 913012013 Re: Auburn M- Street Duplex Stormwater Lift Station — Radio Equipment Bryan, we are pleased to quote you for the following: Cost: Materials; 1,. Allen .Bradley .. .....1769 ,632E P.rocessor...... .. .. ... 1 Allen Bradley 1769 -PB4 Power Supply 1 Allen Bradley 1769 -1016 Digital Input Card 1 Allen Bradley 1769 -OW8 Digital Output Card 1 Freewave LRS455 -CE -E Radio 1 Antenex Y4505 Antenna 1 Polyphaser IS- B50LN -C2 Lightning Arrestor 30' Times Microwave LMR40D -DB Antenna Cable 2 RF Industries EZ- 400 -NMH -0 Antenna Cable Connector 50% Credit for Existing Allen Bradley 1769- L24ER -QB1 B Labor: $ 7,640.00 Replace 1769- L24ER -QBIB with 1769 -1-32E, 1769 -PB4, 1769 -IQ116 and 1769 -OW8 Install LRS455 -CE -E and IS- B50LN -C2 in existing control panel All labor will be completed under supervision of electrical contractor. Please Call, if you have any questions on the above, Thank You, Ben Johnson L2 Systems, LLC Everett, WA (425) 258 -2402 Fax (425) 258 -2439 m CI-EY OF AUBURN CONTRACT CHANGE ORDFR AGREERIENT NO. 0 u,e)rr Cl�C FRI(s nr -IRAN Contract No., Project No. and Project -,Contract # 11 -01, Project # C201A KS Orf ICE M Street Grade Separation (Underpass) JCT 1 p 2071 Contractor Name and Address: Scarsella Brothers, Inc P.O. Box 68697 Seattle, WA 98168 -0397 The Contractor is hereby dimclud to make the changes to the Contract as described herein. This document and all attachments are a suppleinent to the contract. All work, maledalx and measuranents For the type of cnnstmclinn involved shall be in accordance with the contract documents of the above named project unless stated ofl eta ise in this change mdei: Summary of Proposed Changes 1. The Contractor shall apply an anti- gratiui coating to the .mirtarc ofthc retaining galls. Work shall conform to the attached document. 2. For the purpose of settlement of a dispute, parties agree to a lump sum payment for half ut'the costs incured for the pile driving subcontractor to rcambdi7c due to impacts associated with installation of HDPE pipe restraints. 3. For the purpose of settlement of a dispute, parties agree to payment for 15 days of the [ionic office and field office overhead costs incurred and 4 days extension ofeontract time due to impacts associated with installation of HDPE pipe restraints. The Contract time is extended by 4 days. Item Sell. Sec. No. Item Description Quanlily Units 2' Total Cos4:Pre "v'iousC /O. t- .'..'$` - t,�7264,310`76s t$ "a:� '`q4 ,: ,=2p26,L310.16, 3: "On' inal'ConGsct'Amoorit' ' = - - -$ ;'41:221.631.63 $. ° ' " "t :'111 278,543.661 ( + / -) $ 11,535,901.58: Unit Price (S) Total Price C048- 1A A N/A Anti- Gratitti Wall Coating 1 LS Complete 34,987.29 $ 34,987.29 HDPE Pipe Restraint impacts CO #8 -2A A N/A 1 LS Settlement 2,800.00 $ 21800.00 Home Office Overhead CO #8 -2B A 1 -04.4 25 LS Settlement 3,639.00 $ 9,097.50 Field Office Overhead CO #8 -2C A 1 -04.4 Settlement 2.5 LS 1,230.00 $ 3,075.00 Subtotal $ 49,959.79 $ - Washington State Sales Tax (9.5 %) on applicable items $ 49,959.79 TOTAL I his change order eons[ itute� tit It and umiplete compensation car all labor, equipment, materials overhead. protil, any and all mdl ect costs. and time adjustment to pertbnn the above described change, All other users c non -c7n—' i . nthe ncnns at nndilions 0 the cnmlract remain unchanged. 7 / I Contractor: Project Manager: Resident Engineer: City Engineer: A pot oycd by: Cit.), H: \Forms \FCO25.xls (Revised 05/2012) 1011111,73 mm '0 3 n „r 73 De, JGgan'. .Base Amount it- ': Total incl.—Tax,:. ". . ti' Total Cost this C /O',` • -'.1,'. $, - 49,95979 $ - '.':`49,959.79 2' Total Cos4:Pre "v'iousC /O. t- .'..'$` - t,�7264,310`76s t$ "a:� '`q4 ,: ,=2p26,L310.16, 3: "On' inal'ConGsct'Amoorit' ' = - - -$ ;'41:221.631.63 $. ° ' " "t :'111 278,543.661 4. Revised Contract Amount - $ 11,535,901.58: $;„ 'ai`11,592,81355' I his change order eons[ itute� tit It and umiplete compensation car all labor, equipment, materials overhead. protil, any and all mdl ect costs. and time adjustment to pertbnn the above described change, All other users c non -c7n—' i . nthe ncnns at nndilions 0 the cnmlract remain unchanged. 7 / I Contractor: Project Manager: Resident Engineer: City Engineer: A pot oycd by: Cit.), H: \Forms \FCO25.xls (Revised 05/2012) 1011111,73 mm '0 3 n „r 73 De, JGgan'. /AMERICAN CONSTRUCTION & COATINGS, LLC Industrial Painting 8 Abrasive Blasting Contractor' MBE / DBE Washington ANTI - GRAFFITI BID Project: M Street SE Grade Separation Prime Contractor: Scarsella Brothers Attn: John Smith 7/17/2013 Dear John, Thank you for the opportunity to quote this project. We are pleased to provide you with this quote. We include the following: L Anti - Graffiti Coatings, Bid = $27.195.00 Qualifications: 1. We are certified as a DBE /MBE in Washington #D3M0614843. 2. Price based on 1455 sy of retaining wall surfaces to be coated. 3. Prime contractor to provide access and work platforms. 4. Prime contractor to provide man lifts. 5. Prime contractor to provide light plant for night work. 6. Sandblasting, pigmented sealer, anti - graffiti coating, etc. to be completed prior to bridge rail, pedestrian rail, guardrail, fence, etc. being attached to the concrete surfaces. Protecting, masking and covering other surfaces are considered extra work. 7. Prime Contractor to clean dirt, mud, hydro seeding, etc. from surfaces prior to our light sandblasting. 8. Does not include below grade work. 9. Includes sales tax on materials only. 10. We include General Liability Insurance limits of $6,000,000 aggregate /$5,000,000 per occurrence. 11. We include Pollution Insurance limits of $3,000,000 aggregate /$1,000,000 per occurrence. 12. Upon request we can provide many references from. American, Apollo, Carey, Cascade Bridge, Collueio, Epic, Flatiron, Granite, Hisey, Holm 11, ICON, IMCO, Kerr, Kiewit, Marshbank, McClure, Mowat, NW Cascade, NW Road, Pivetta, Prospect, Ostrander, Redi -Bag, Sack, Scarcella, SCI, Selby, Skanska, Soto, Strider, Tapani, Triad, Tri State, Venture, Ward, Weaver, Wildish, Wilder, etc. If you have any questions please do not hesitate to reach me at office: (253) 770 -4093, cell: (253) 208 -0383, fax: (253) 841 -4093, or Email: www.lihartso @coincast.net. Again thank you! Sincerely yours, American Construction & Coatings, LLC Herb Hartso, Owner /Estimator 12506 Woodland Ave E., Puyallup, WA 98373 Phone: (253)770 -4093 Fax: (253)841 -4093 CITY OF ���JJJ � 1 b U Il1`�I Nancy Backus, Mayor WAS...111H II N GGTO��88N 25 West Main Street * Auburn WA 98001- 4998 * wwwauburnwa.gov * 253- 931 -3000 January 21, 2015 CERTIFIED MAIL RETURN RECEIPT REQUESTED Bob Scarsella Scarsella Brothers, Inc. PO Box 686697 Seattle, WA 98168 -0697 RE: Contract No 11 -0 1 Project No. C201A, M Street SE Grade Separation Contract Completion and Acceptance Dear Mr. Scarsella: All of your obligations in regard to this project have been met in accordance with Section 1 -08.5 of the Standard Specifications. The total contract amount for this project, as shown on your Final Pay Estimate is $12,068,463.38. Your retainage in the amount of $603,697.60 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 have been received. This letter also serves as notification that your two -year warranty period began on the date the City approved your final pay estimate, which was August 4, 2014. If you have any questions, please contact JoAnne Andersen, Contract Administration Specialist, at 253 - 931 -3012. Sincerely, Ingrid Ga , P.E! Assist 'rector of Engineering & City Engineer Community Development & Public Works Department IG /ja /mm cc: Dani Daskam, City Clerk Ryan Vondrak, P.E., Capital Projects Manager File 13.11 (C201A0) AUBURN * MORE THAN YOU IMAGINED