Loading...
AG 15-216RETURN TO: PW ADMIN EXT: 2700 ID #: .7......,-7 7 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM L - 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Vp, C L- 2. ORIGINATING STAFF PERSON: (�J L3C. t S%\ EXT: 7-7 \S 3. DATE REQ. BY: k /16T. 2 3. TYPE OF DOCUMENT (CHECK ONE): o CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES / CDBG o REAL ESTATE DOCUMENT o SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) o ORDINANCE o RESOLUTION ,?CONTRACT AMENDMENT (AG#): 1 5-- Z 1 6 ❑ INTERLOCAL C o OTHER C. ' C' M -°C.Ctc C 4-5q — Inc'‘ 'C.y1M2.►1't 4. PROJECT NAME: ,CSCr,•iY‘C. A4 -.L cr. ( v...,,4- C.e1r\}-t r 5. NAME OF CONTRACTOR: (.r0-C-c„O G.C)rSfCUP-AtOf\ ADDRESS: LA 1 1 4 C �Cpc ci wr-1,i Me-- .S��e4"e t..) h• C.I'Cj'Z OZ TELEPHONE: a, 9 -S3 s- X16 88 E-MAIL: \ FAX: SIGNATURE NAME: \t O \ \ ' S �, c r.• r F TITLE: V t� 6. EXHIBITS AND ATTACHMENTS:ADSCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE # I S I OS 2.2.g BL, EXP. 12/31/ l 7 UBI # 60 Z Scar 1 GO EXP. / / 7. TERM: COMMENCEMENT DATE: 'O nCQ \ IN COMPLETION DATE: 1\ t& l \ 1 Z'° k Z 2't ot, 2S2gz1Oerce i- 19 5-- 2SZ1Y035 8. TOTAL COMPENSATION: $ 25; LL -t 1,4411 "I- L+H (� �> , - • (INCLUDE EXPENS AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND OLIDAY RATES) t REIMBURSABLE EXPENSE: ❑ YES ?ONO IF YES, MAXIMUM DOLLAR AMOUNT: $ Ie ; AA.ay---- IS SALES TAX OWED: o YES ❑ NO IF YES, $ PAID BY: o CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: c RETAINAGE AGREEMENT (SEE CONTRACT) OR c RETAINAGE BOND PROVIDED Q IS ❑ PURCHASING: PLEASE CHARGE TO: 3OB 3 8 co I I O S t•I s g S 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED o PROJECT MANAGER o DIVISION MANAGER o DEPUTY DIRECTOR o DIRECTOR , -.../ 31 t I le o RISK MANAGEMENT (IF APPLICABLE) ❑ LAW DEPT C I 1'/fr 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: l COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING A \\ 1 A o SENT TO VENDOR/CONTRACTOR DATE SENT: IV \mac DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED o FINANCE DEPARTMENT ❑ LA 4110-- IGNATORY (MAYOR OR DIRECTOR) -"Op% II CITY CLERK C1 %w1 G \t- Y( ( Il o ASSIGNED AG # . 1 # J--__ l,- '3= o SIGNED COPY RETURNED li E SENT: 0'S - 2. -1 s o RETURN ONE ORIGINAL COMMENTS: OIN 1\ J - (-44'i 0 EXECUTE "\ " ORIGINALS P'10. ----c...0\Y1\ tv }' A L c.\ osep LA - `I Ir\Cp 4/2017 Federal Way Centered on )pptrtu. , April 17, 2018 Hollis Barnett Garco Construction, Inc. PO Box 2946 Spokane, WA 99220-2946 Re: Federal Way Performing Arts and Event Center; AG No. 15-216 "Final Payment" CITY HALL 33325 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www. cityoffederalway. com Jim Ferrell, Mayor Dear Hollis: The City has received and reviewed your information submitted subsequent to our March 14th meeting at City Hall. This letter serves to summarize the City's acceptance of portions of that offer and transmit the project's Final Payment. Deposit of the enclosed check in the amount of $40,673.84, is full and final closure of the project. A detailed breakdown is attached. Liquidated Damages: The City will agree to waive liquidated damages, and with this letter the contract completion date is amended to the date of final completion. Professional Services Backcharges: The backcharges for Shalleck and HDR are substantiated. The City will agree to waive the other professional service backcharges. The total backcharge is $35,423.89 Utilities: The PSE and Lakehaven August invoices have been reduced by 20% to reflect the City's limited use of the facility. The total backcharge is $11,469.05. Change Orders: A breakdown of the requested change orders is attached. In summary, the total increase is $71,277.18. Over Excavation: Although the substantiating information was not provided, the City will agree to E in the amount of $14,352.75. With this letter, the City is proceeding to process final acceptance of the project and notify Agencies to commence final certification and release of retainage. If you have any questions or if additional information is needed, please do not hesitate to contact Sincerely, EJ Walsh, P.E. Deputy Public Works Director/ PAEC Project Director CC: Brian Fyall, Lorax Partners Project File pay items B, D, and the required State me. FEDERAL WAY PERFORMING ARTS AND EVENT CENTER FINAL PAYMENT MEMORANDUM DATE: April 17, 2018 TO: Hollis Barnett, Garco Construction On March 27, 2018 the City received a proposal from Hollis Barnett of Garco Construction in regards to determining the final payment amount for the Performing Arts and Event Center. This follows a meeting with Garco Construction on March 14, 2018. During the meeting Garco stated they believed they were owed additional funds based on expenditures. Below is a summary of items raised and subsequent documentation in determination of the Final Pay amount and closure of the construction contract with Garco Construction: Liquidated Damages: Garco has asserted that they should not be assessed based on the concept of offsetting concurrent delay and the fact that the City did not need to cancel or delay any events. While the statement that no events were canceled or delayed is accurate, based on Garco's failure to complete the construction by the contract required June 30th 2017, the City lost almost all move in, preparation, and rehearsal time. Section 1.3 of the executed contract specifically states that actual incurred costs are impractical to calculate and liquidated damages will be assessed for working days between the date of required completion and actual substantial completion unless an extension of time has been granted, which did not occur. Garco has further asserted that if liquidated damages are assessed they should also be afforded extended general conditions. A maximum Garco would be entitled to would be the working day duration from required completion to substantial completion plus any days they were onsite after substantial completion. That would be 30 working days prior to substantial completion plus an estimated 20 days after. To obtain an accurate amount, Garco would have to substantiate the number of days after substantial completion, which has not been done. As outlined above, liquidated damages would still be due to the City. Resolution: With the Final Payment processing, the City agrees that liquidated damages will be waived and the contract time extended through substantial completion. Professional Services (Consultant) Backcharges: Garco has asserted that they should only have limited responsibility for professional services. While under the terms of the contract all of the professional services backcharges are permissible, with Final Payment processing, the City agrees to the following: Lorax: Garco will not be backcharged for this item. LMN: Garco will not be backcharged for this item. Shalleck: ($11,748) This is a subcontract of LMN and part of that overall contract. Garco has agreed they are responsible for this. City: Garco will not be backcharged for this item. HDR: ($23,675.89) HDR's contract has been billed on a time and material basis and the increase is the result of Garco failing inspections which required subsequent re -inspection by HDR, Garco's failure to timely cancel inspections when they were not prepared, resulting in HDR showing up onsite with nothing to inspect, and Garco's failure to provide accurate documentation throughout the project as required by the Garco contract. This backcharge is substantiated under the contract. Resolution: With the Final Payment processing, the City agrees to limit the Professional Services backcharge to Shalleck and HDR for a total of $35,423.89. Utilities: Under the terms of the agreement, Garco was to establish the utility accounts during construction in their name and was responsible for all utility payments through substantial completion. There is a provision within the contract that if the City has use of the facility the utility payment could be split. Based on lack of restrooms and incomplete office areas, the City was not able to utilize the space until approximately August 1. Based on construction activity, the City only had limited use between August 1 and substantial completion. PSE: ($10,879.84) Includes both Electric and Gas usage. Based on the City's limited use of the area the August PSE invoice backcharge has been reduced by 20%. This would equate to a remaining backcharge of $9,930.04. Lakehaven: ($1,592.64) Includes both Water and Sewer usage. Based on the City's limited use of the area the August Lakehaven invoice backcharge be reduced by 20%. This would equate to a remaining backcharge of $1,539.01. Resolution: With the Final Payment processing, the City agrees to limit the Utilities backcharge to $11,469.05. Change Orders: As part of the documentation submitted with the March 27, 2018 proposal, Garco has provided limited written responses on the requested change orders that were submitted in December of 2017. A table containing items that are accepted, rejected, and items that are partially approved is attached. The Change Orders (PR / FA / COR) for approval equates to $37,329.54. The Change Orders (PR / FA / COR) for partial approval equates to $33,947.64. There were additional Change Orders (PR / FA / COR) that were rejected. Resolution: With the Final Payment processing, the City agrees to a contract increase of $71,277.18. Overall Contract Value Change: Based upon the above backcharges and change orders, the contract is increased by $24,384.24. Over -Excavation Allowance: As it relates to the parking lot construction, items B, D and E were at least partially valid. Although the quantities of items D and E were questioned and no response from Garco has been provided, with the Final Payment processing, the City agrees to pay B, D and E in full and rejects the remainder. Resolution: With the Final Payment processing, the City agrees to pay items B, D, and E in the amount of $14,352.75. o '0 -n o 'O � r rn O o o 7o07^ i teLO 1 . pW ‘v' %)O()•P aw.o - r°S. 4 m )U pp1n t.1, "^ 2 i0 o L i y % • oC°n u (C � k w m 7 O'.n %�' O pt N O �N .4 tb0 kG P, . 70n N N (o '� y r i^(o O �R a .Ky ,d ,-" A ' en el) 7° s o ° ° o, n• e. .u.^ 0 N iy to , 00 coF.14°s. ^ o Vot,o iCIO e* 0° . mi ° 0 O^ O y Cp. r. - "? • 6 N c ��� ion 4 a� c ^ s� vo A O 5 s; O h 2 0 6 o 3 02 -,c, T to �� �O ° O73 m V\t Z CD .v0. 1 � 9�fi ' K 0 6 i- .S 'A- V. n K `.. , 0 •0 • m fo , t9 Q coo �co 6c 5. 0 6� A 1. �°,2.� �.. • ��v n �° ° 7 oc°O w - 0 n 0 --0 o. 0 93 Z .i,-ff• ?? ���`� ° 6 O N ? ti;. G 'x lrif 0 O 0 0 N� �� 0 mo o«, . 0 ? Z. 3G m% coo n 6 9 S % o ^ '2 y c.:),3W �} oco O N Q '�' S. N N 0 4, s C, c) ..- 9, ^ G o m a o '^ 1:0w �. o Do N ofl �c^o ' "n S " no v, �o ? �d fl 9 --- so 5 5., .5'- C� 0 0 cos'� 70 `� N co �O n. ori : n O 0. O• R1 -a O 511 O ' ''St r•• O Nap w� d� �-. o ^1 ' N.�y O r� e. + en en vy o00 i 6"4^ et a N 0 ✓ CD 00 .-c)o (D A 000 o 0_ 0 n0 T co .--> �-Z 0 ��7 p m (7 I'D 7 {nf1 ^06 G co a. moo, m -0 0 On N f, 'S .. O O. __ .A% ,..F?; S. .. 0 y 0 0. w cr 0 O o eco tio o' O V 0 O ti V?'. vSI 0 Federal Way PAEC Outstanding Change Log Approved # Description Proposal Comments PR -026 Delete Graffiti Protection at Glass , $ (20,000.00) Previously approved PR -033 Revise raised planter $ (4,875.00) Previously approved PR -035 Delete energy flat screen at lobby $ (1,500.00) Garco failed to submit pricing, from PAE PR -038 Power from Tight poles to 3 Exterior Cameras $ 4,409.54 recommended approval FA -05 Fire Dampers [T&M] $ 17,960.00 recommended approval FA -07 Revisions to Concessions Area R&M] $ 717.00 recommended approval FA -08 Floor Drain at Water Entry [T&M] $ 6,376.00 recommended approval FA -10 GWB at Auditorium Walls $ 12,447.00 recommended approval FA -13 Balcony Guardrail Modification $ 2,188.00 recommended approval FA -15 Touch Up Paint at Forestage Reflector $ 790.00 recommended approval FA -18 Parterre Back Wall Termination $ 4,101.00 recommended approval FA -21 Patron Lounge Paint Color $ 216.00 recommended approval COR -027 Teknon RFI473 Jumper Cables $ 1,681.00 recommended approval COR -030 RFI 493 SPD Breakers $ 3,226.00 recommended approval COR -036 Modified Video Projector Mount $ 4,630.00 recommended approval COR -040 RFI 530 $6 Light Fixture $ 1,806.00 recommended approval COR -041 RFI 515 Garbage Disposal Connection . $ 541.00 recommended approval COR -044 RFI 527 GFCI Breakers and Receptacles at Drinking Fountain $ 633.00 recommended approval COR -045 RFI 517 Power for Heat Trace $ 350.00 recommended approval COR -046 208V Power to Projector $ 1,633.00 recommended approval SUBTOTAL $ 37,329.54 Approved with Modifications # Description Proposal Comments PR -038 Stair 2 Lighting $ 3,140.73 This is limited to installing 2 occupancy sensors, not fixing contractor errors. FA -06 Flush Fixture Power [T&M] $ 1,386.65 Costs are limited to 3 new receptecles with circuit connections and 3 new extension receptecles. All other work was in scope. Lack of coordination is between contractors. FA -16 Loading Gallery $ 2,739.94 TRP invoice is base work. Revise hours to match daily reports. FA -20 Fire Rated Storage Rooms $ 9,437.89 No response. Match hours to daily reports and contract requirements. COR -028 Air Compressor Wiring $ 1,048.30 This was rejected on 6/5/17 and has not been revised. Approval is based on field quantities. COR -031 RFI486 Elevator NEMA 4 Fixture $ 424.12 Labor is unreasonable considering this is limited to installing a second fixture where 1 was already programmed. Reduce labor to 1 hour. COR -034 Stair Nosings $ 2,679.66 The theater and stair 1 both required nosings. This is limited to cost to upgrade to Schulter system. Labor offsets between plan requirement and upgrade. COR -035 Handheld Controllers $ 5,955.79 This is an upgrade price, cost is of differential only. COR -037 Additional Signage $ 1,109.90 Contractor responsible for code signage per specs. Only thing applicable is upgraded signage from striping. COR -039 RFI 556 Grounding AV Company Switch $ 1,490.44 Price for materials are wrong from supplier COR -042 RFI 521 Add Panel LT -1A $ 3,902.40 Price is for wrong panel. Labor hours and rates don't match. COR -043 RFI 503 3 -Phase Outlet at Stage $ 631.82 Wire pricing not correct. Labor pricing needs to follow standard format. SUBTOTAL $ 33,947.64 Rejected # Description Proposal Comments PR -037 Revise planting for artist at west side This PR was issued on 6/25/17 and Garco did not respond to it within the requirements for the contract. FA -11 L8 Light Fixtures Pricing was due April 2017, requested multiple times and not submitted until 3/13/2018. Change Order #7, effective May 15, 2017, specifically states that no additional claims prior to the effective date will be considered. Further, this is work that would have been identified by a mock up and that been completed as required in a timely manner by the contractor which would have reduced this item. FA -14 King County Traffic Work The City incurred over $5,000 in charges from King County as a result of the contractors damage to the signal system, and did not backcharge the contractor. Pricing was not submitted per contract requirements and previous discussion with Garco was to offset cost. FA -19 Water Vault Lids This was already approved and paid as part of Change Order #7, (Co7-PR30). COR -029 Moisture Mitigation Costs This is within Garco's original scope of work in accordance with the specifications. Garco requested similar as part of Change Order #7 and it was rejected at that time as well. COR -038 Knox FDC Caps Specifications (211000) required contractractor to obtain Fire Marshal approval for FDC. This request is based on contractor not coordinating with SKFR per specifications, utilized cap price is less than specified cap price. COR -47 RFI 569 Hydronic Loop DDC The COR title is not acurate. The submitted backup is about the programming and changing of systems as part of the HVAC system failure in November. RETURN TO: l'WADMIN EXT: 2700 II) #: . Mg, CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Ph l: L _ 2. ORIGINATING STAFF PERSON: t`� '\ EXT: Z, \ e)3. DATE REQ. Bv: A SX. 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ' S ! 6 ❑ RESOLUTION AMENDMENT (AG #): ❑ INTERLOCAL ?OONTRACT THER Ci \c C. t\ el._ Q PCLL.( 7 4. PROJECT NAME: (SSCrMT ell., l� C 1 S 'Q 1,JL(�+ C..en 1- Cf 5. NAME OF CONTRACTOR: G"D. t L O Q (.. b n -, 1' C e )t. VCO /7 ADDRESS: l 11 1 L\ C TScin Wa-\ A ..J�- 5 OYLtut, '✓. 99 ELEPHONE: -SOCf - .5 ;3 . e../ Get E -MAIL: FAX: _ SIGNATURE NAME: \-\ p \\ i g -Scant** * TITLE: U - w (' n 6. EXHIBITS AND ATTACHMENTS: COPE, WORK OR SERVICES OMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE �DALL OTHER REFERENCED EXHIBITS PROOF OF AUTHORITY TO SIGN REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 3 10 Q BL, EXP. 12/31 / % ( UBI # 0 2809 1 FL� EXP. / / COMPLETION DATE: 5 vN- 3t0 Z O 17 7. TERM: COMMENCEMENT DATE: do 5 °; n Cts Cj 8. TOTAL COMPENSATION: $ 24 4441%/6•11• t 4 4 33., /co. I O CINLLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES pcNO IF YES, MAXIMUM DOLL4R-AMOUNT: $ IS SALES TAX OWED: S ❑ NO IF YES, $_ 3% ) 141. 75- PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AUKbEMENT (SEE CONTRACT) OR c RETAINAGE BOND PROVIDED URCHASING: PLEASE CHARGE TO: 30E5 SS Oa L L 0 Sc '1 S.& 6 s'it. 7$ 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED ❑ PROJECT MANAGER ❑ DIVISION MANAGER efDEPUTY DIRECTOR 1A.) 'j [3G DIRECTOR V /G %l)) ❑ RISK MANAGEMENT (IF APPLICABLE) SLAW DEPT 47i0 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 11. CO RACT SIGNATURE ROUTING L� SENT TO VENDOR/CONTRACTOR DATE SENT: ✓i17 f7 DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT �/� IGNATORY (MAYOR OR DIRECTOR) �/ -7117, 't7 CITY CLERK (e 11fAIMIE] i 1 ., (Y ASSIGNED AG # AG# ; Z%WW, ; ErsrarEnroprizErynru DATE SENT: 0 RETURN O.IFI.NAL COMMENTS: EXECUTE " liORIGINALS k1; dot. A 6=c ��,7e i a >y.-� ve ✓.-e �,✓ 71 1, ,' �( 40 e CO Ilse( 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 15 -216 007 PROJECT CHANGE ORDER NUMBER NUMBER May 15, 2017 EFFECTIVE DATE FEDERAL WAY — PERFORMING ARTS & EVENT CENTER GARCO CONSTRUCTION PROJECT TITLE CONTRACTOR SUMMARY OF CHANGES: 1. Proposal Request # 7: Request not accepted. No change. 2. Proposal Request # 18: Provide material and labor revised grading on site due to survey elevation errors. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $16,835.00. 3. Proposal Request #19: Change L3 light fixtures, material cost only. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $2,459.00. 4. Proposal Request #21: Relocated X emergency fixture at top of Stair # 1. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $99.00. 5. Proposal Request # 22: Provide credit for materials and labor not to install hard and soft surfaces in southeast corner. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. CREDIT <$30,297.00 >. 6. Proposal Request # 24: Provide labor and materials to install metal bracing See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $26,528.00. 7. Proposal Request # 26: Request not accepted. No change. 8. Proposal Request # 27: Provide material and labor to restart planter wall construction. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $10,184.00. 9. Proposal Request # 28: Provide material and labor to install stucco plaster at main entry and continuous venting. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $5,648.00. 10. Proposal Request # 30: Provide material and labor to install hydraulic closers on water vault lids. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $2,850.00. 11. Proposal Request # 31: Request not accepted. See Field Authorization # 11. 12. Field Authorization # 9: Provide material and labor to install angle support under flat plate drink rail. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $1,994.00. 13. Garco Change Order Request # 3: Provide mineral wool insulation in lieu of fiberglass insulation at east wall of theater. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $1,200.00. 14. Garco Change Order Request # 4: Void. See Field Authorization # 6. CHANGE ORDER AGREEMENT 1 15. Garco Change Order Request # 6: Provide labor and material for miscellaneous specified changes as outlined in Exhibit B. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $28,592.00. 16. Garco Change Order Request # 7: Provide labor and material for Stair # 5 landing not shown on original drawings. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $5,021.00. 17. Garco Change Order Request # 8: Provide labor and material to install elevator rail supports. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $14,000.00. 18. Garco Change Order Request # 9: Provide labor and material for added CMU walls at theater. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $3,000.00. 19. Garco Change Order Request # 10: Overtime premium for drywall. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $8,500.00. 20. Garco Change Order Request # 11: Provide labor and material related to curtain wall changed conditions. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $19,387.45. 21. Garco Change Order Request # 12: Provide labor and material for framing and drywall as outlined in Exhibit B. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $16,059.00. 22. Garco Change Order Request # 13: Provide labor and material for added DMX control Gateway at lobby fixtures. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $6,149.00. 23. Garco Change Order Request # 14: Void COR for Jaga cans. No change. 24. Garco Change Order Request # 15: Provide alternate equipment for kitchen because specified equipment was discontinued. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $10,570.00. 25. Garco Change Order Request # 16: Provide labor and material for added framing and drywall as noted. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $33,720.00. 26. Garco Change Order Request # 17: Void COR for WAB -2 at roof parapet. No change. 27. Garco Change Order Request # 18: Void COR for changes to reflected ceiling plan. No change. 28. Garco Change Order Request # 19: Provide material and labor to install lighting in Stair # 2 landing at elevation +/- 108'- 4 ". See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $5,873.00. 29. Garco Change Order Request # 20: Provide labor and material to rewire L3 light fixtures. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $8,555.00. 30. Garco Change Order Request # 21: Provide labor and material to rewire L3 emergency light fixtures. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $18,630.00. 31. Garco Change Order Request # 22: Provide material and labor to install stainless steel corners in lieu of ceramic trim at toilet rooms. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $1,915.00. CHANGE ORDER AGREEMENT 2 32. Garco Change Order Request # 23: Provide material and labor to hook up power for RHWP (recirculating hot water pump). See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $2,225.00. 33. Garco Change Order Request # 24: Overtime premium for drywall. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $2,731.00. 34. Garco Change Order Request # 25: Provide material and labor for revised paving area as outlined in Exhibit B. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $43,811.00. 35. Garco Change Order Request # 26: Provide material and labor to provide structural support for cloud reflector, extend scaffolding use duration and provide colored sprinkler heads. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $25,259.00. 36. Allowance No. 1 increase: Increase allowance amount for over - excavation by $20,000 (Original amount $50,000.00, Change Order # 3 amount $25,000 this CO $ 20,000. Total allowance amount $95,000). ADD $20,000.00. 37. Utility payments made by City for Garco: Provide credit for Lakehaven water service and PSE power service. CREDIT <$2,659.10 >. 38. Extension of Contract Time: In recognition of both design and construction issues from Change Order # 3 (executed January 10, 2017 through date of this Change Order, and in accordance with Section 2.6.3 of Section 007000 of Project Specifications, modify Contract '1.2 Completion Date' and `2. Term' from 570 calendar days to 613 calendar days. Owner and General Contractor agree this change does not add any costs for General Contractor's General Conditions. The Owner and Contractor further agree that this Change Order encompasses all delays and claims from the commencement of the project through the date of this Change Order and no additional delays or claims will be contemplated for said time period. Summary Total: $308,838.35 Washington State Sales Tax: $31,149.75 TOTAL THIS CHANGE ORDER: $339,988.10 SCHEDULE: The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by forty three 43 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? PRICE CHANGE LUMP SUM INCREASE TOTAL NET CONTRACT: INCREASE $339,806.60 (Three hundred thirty-nine thousand eight hundred six and 60/100 dollars) X Yes I 1 No X Yes 1 I No CHANGE ORDER AGREEMENT 3 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CO /`• CTOR'S SIC ATURE DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT //9—//4-' DATE 5// 71/7 YOR'S SIGNATURE DA CHANGE ORDER AGREEMENT 4 $ 24,192,930.00 $ 749,345.17 $ 339,988.10 $ 25,247,493.27 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT A - A. PRICING FOR APPROVED CHANGES AS LISTED BELOW: Change Order # 7 - 1. Proposal Request # 18: Provide material and labor to revised grading on site. ADD $16,835.00. 2. Proposal Request # 19: Modify L3 light fixtures. ADD $2,459.00. 3. Proposal Request #21: Relocated X emergency fixture at top of Stair # 1. ADD $99.00 4. Proposal Request # 22: Provide credit for material and labor both hard and soft surfaces in southeast corner. CREDIT <$30,297.00 >. 5. Proposal Request # 24: Provide labor and materials to install metal bracing ADD $26,528.00 6. Proposal Request # 27: Provide material and labor to restart planter wall con- struction. ADD $10,184.00. 7. Proposal Request # 28: Provide materials and labor to install stucco at main entry and continuous venting. ADD $5,648.00. 8. Proposal Request # 30: Provide materials and labor to install hydraulic closers on water meter vaults. ADD $2,850.00. 9. Field Authorization # 9: Provide materials and labor to install continuous an- gle under drink rail support. ADD $1,994.00, 10. Garco Change Order Request # 3: Provide mineral wool insulation in lieu of fiberglass insulation at east wall of theater. ADD $1,200.00. 11. Garco Change Order Request # 6: Provide labor and material for miscellane- ous specified changes. ADD $28,592.00. 12. Garco Change Order Request # 7: Provide labor and material for Stair # 5 landing not shown. ADD $5,021.00. 13. Garco Change Order Request # 8: Provide labor and material to install eleva- tor rail supports. ADD $14,000.00. 14. Garco Change Order Request # 9: Provide labor and material for added CMU walls at theater. ADD $3,000.00. 15. Garco Change Order Request # 10: Overtime premium for drywall. ADD $8,500.00. 16. Garco Change Order Request # 11: Provide labor and material curtain wall conditions. ADD $19,387.45. 17. Garco Change Order Request # 12: Provide labor and material for framing and drywall as noted. ADD $16,059.00. 18. Garco Change Order Request # 13: Provide labor and material for added DMX control Gateway at lobby fixtures. ADD $6,149.00. 19. Garco Change Order Request # 15: Provide alternate equipment for kitchen due to specified equipment was discontinued. ADD $10,570.00. 20. Garco Change Order Request # 16: Provide labor and material for added framing and drywall as noted. ADD $33,720.00. 21. Garco Change Order Request # 19: Provide material and labor to install lighting in Stair # 2. ADD $5,873.00. 22. Garco Change Order Request # 20: Provide labor and material to rewire L3 light fixtures. ADD $8,555.00. Page 1 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 Change Order # 7 - 23. Garco Change Order Request # 21: Provide labor and material to rewire L3 emergency light fixtures. ADD $18,630.00 24. Garco Change Order Request # 22: Provide material and labor to install stainless steel corners at ceramic tile walls. ADD $1,915.00. 25. Garco Change Order Request # 23: Provide material and labor to power for RHWP. ADD $2,225.00. 26. Garco Change Order Request # 24: Overtime premium for drywall. ADD $2,731.00. 27. Garco Change Order Request # 25: Provide material and labor for revised paving area as noted. ADD $43,811.00 28. Garco Change Order Request # 26: Provide material and labor to support cloud reflector, extend scaffolding use and colored sprinkler heads. ADD $25,259.00. 29. Allowance No. 1 increase: Increase allowance amount for over - excavation by $20,000 (Original amount $50,000.00, Change Order # 3 amount $25,000 this CO $ 20,000. Total this allowance amount $95,000). ADD $20,000.00 30. Utility payments made by City for Garco: Provide credit for Lakehaven wa- ter service and PSE power service. CREDIT <$2,659.10 >. SUB - TOTAL: $308,838.35 WSST ON SUBTOTAL: $31,149.75 TOTAL THIS CHANGE ORDER: $339,988.10 Page 2 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT B - A. CHANGES DOCUMENTS AS NOTED BELOW: Change Order # 7 - NUMBER REQUEST NAME ISSUE DATE NUMBER OF SHEETS 28 sheets with 9 PR # 18 Civil Grading Revisions and Related 9/22/2016 sheets Garco proposal PR # 19 L3 lighting Fixture Specification Revision 12/1/2016 9 sheets with 2 sheets Theater exit lights — modified. Garco proposal 7 sheets with 2 sheets PR # 21 4/24/2017 Garco proposal PR # 22 Modifications to accommodate a future stair 11/11/2016 31 sheets with 10 at the southeast corner of the site sheets Garco proposal PR # 24 Beam bracing 1/23/2017 7 sheets with 3 sheet 1 Garco proposal PR # 27 Planter wall re -start wall 1/27/2017 4 sheets with 2 sheets I Garco proposal PR # 28 _ Synthetic stucco soffit modification 3/3/2017 7 sheets with 4 sheets Modify water meter vault with hydraulic clos- 4/13/2017 Garco proposal PR # 30 10 sheets with 3 ers. Drink rail support 4/14/2017 sheets Garco proposal 11 sheets with 8 FA # 9 Mineral wool insulaiton 2/6/2017 sheets Garco proposal COR # 3 3 sheets Garco Framing and drywall revisions 1/24/2017 proposal COR # 6 44 sheets Garco proposal COR # 7 Stair # 5 landing 5/11/2017 5 sheets Garco proposal COR # 8 Elevator rail supports 2/06/2017 18 sheets Garco proposal j COR # 9 CMU wing walls per RFI # 097 3/10/2017 7 sheets Garco — DLH premium time _ ..._. proposal ..... - COR # 10 3/10/2017 5 sheets Garco proposal 21 sheets Garco COR # 11 Curtain wall modifications 3/10/2017 proposal COR # 12 Framing and drywall costs 3/10/2017 29 sheets Garco proposal COR # 13 DMX control lobby lighting fixtures 3/15/2017 12 sheets Garco proposal COR # 15 Discontinued kitchen equipment 3/30/2017 4 sheets Garco proposal Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 Change Order # 7 - COR # 16 Framing and drywall costs 3/31/2017 27 sheets Garco Lighting for Stair # 2 proposal COR # 19 4/14/2017 7 sheets Garco L3 lighting fixture field wiring proposal COR # 20 4/20/2017 12 sheets Garco proposal COR # 21 DMX cable emergency fixtures RFI 456 4/20/2017 7 sheets Garco proposal COR # 22 CCT -1 corners at toilet rooms 4/24/2017 4 sheets Garco proposal COR # 23 RHWP electrical connections 4/24/2017 8 sheets Garco proposal COR # 24 DLH OT at theater 5 -16 -17 5/10/2017 4 sheets Garco proposal COR # 25 Paving and site work impacts 5/10/2017 2 sheets Garco proposal COR # 26 Cloud Reflector Impacts 5/10/2017 18 sheets Garco ! .... - - -- - -- Lakehaven water charges thru 3/14/17 proposal _. Utility back 4/14/2017 1 page charge Utility back PSE power charges thru 4/12/17 4/13/2017 2 pages charge END OF CHANGE ORDER WC...36 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 018 City of Federal Way Grading Revisions Date: 3/8/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. PR018 scope work only. Related cost impacts lobe submitted as a COR, separately 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax 2. Additional costs for protection, unsuitable soils, fine grading and mobilizations. C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost Impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 16,835 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 99220 ar �3r 4per // If Date- City of Federal Way Date: LMN Architects By. %— Date: 3Z Z / 7 .. _.� JOB FILE 151700 - Change Proposal Page 1 of 1 d c c 0 v � ■ § . V 0 @ e � ! 3 k d ) q ##w 14 m b � E ; cL au !� ] a , | � °2R8 �§2 � Lu K. ƒ. \ L. � L § § § a . _ Ld . § . � � 2 | � o ! \ � } {/ . a m , m B k k k k ! 3 k d ) q JSB Contractors LLC P.O Box 990 Sumner, WA 98390 BIII To Garco Construclion P.O Box 2946 Spokane, WA 99220 Invoica Date Invoice # 2n/2017 1225 P.O. No. Terms Project Federal Way Net 30 Quantity Description Rate Amount PR 18 1 Added Trench Drain S 3,241.31 3,241.31 3,241.31 4 4" Riser C $ 32.85 32.85 131.40 1 12" Riser 54.75 54.75 16 16 Hours JD 85 @ S 135/6r 135.00 2,160.00 16 16 Hours Laborer Q S 43.95 43.95 703.20 16 16 Hours Pipelayer Q $ 44.76 44.76 716.16 1 15%0"&P 1,051.02 1,051.02 Sales Tax 8.80% 0.00 Court costs and attorney's fees to be paid by customer on past due accounts. Total s8,057.54 ' .PO BOX 840 R6*il ei; WA 118579 Phone # 360 - 273.0764 Fex * ,Q4U7"7'86 www:ocszaau.cvm potllrh6stEtajilES4cCl9.Ctlsr pill To Cxair 'C�i�stxuctaon FQ Bali 29461 S;pbk e; 'WA 99220.2946 Performing A1#3 & Events C.ellter Invoice ' Date Invoice N 9/2312016' 1.963 71M�SlitrRT; Terris 0 *ount Due 006 111100A091, 5% 13 Net 30 in/l ux6 71M�SlitrRT; DATE IT &M DINCRI"MON HOURS RATE AMOUNP 1 8/20201.6 CL1iRICAt Q QRT O AYROL 10 57.66 57:04 BA'L'ED ' 21 016 TO'sw. /201,6 2 8!!6120,16 1 MAN:CADD ADDED AswiLT PORM s140Tj' ON 371E 5.0 :9$,00 475.00 ItA'[ P1toP YLM tOR CURB TI� SE-", F011^Nl"S ALONa.EAST PROP TY' 1=OA"Pl�"C , (:URB, 3 8/3112016 l MAW CKBW $T-AKFOtr A3B1)jLT LOCA`I'1ON OP.• S 1.0 142.50 142. 0 WATEkLINE 4.6 570.00 3 813,14016. 1 MAN CRAW .,sTAKWUT, CEIinRl V @ 142.50 CI`R SLR?�il"F„ D Vi4 2'& Db&A "WITH 0 AWC/1z'ii1 in 3 8131/2016 1.MA?q CREW S`I`6kEoU'P OgMR OF-03 # 12 VIr1Tkf 1.;0 142.50 142,5Q 0/S AND OW IxO & 11 4 9/212016 CLERICAL SUPPORT VILLED OUT CEkTW(EP.PAYR.I'1I,L 1.0 57.00 57.00 JJXTRb 940016 TO 9/312016 5 9/6/2G16 -1 MAN CREW BEGAN S'I'AKWO CURB 1.,, ST 4.0 1 2.50 570.00 f1 RA'NCIL C17X9 -TO TOP OF CWW RECEDW 3 t WIF TED'TO ROUGH . STAKEl+5C1 WIr1OM TO F1N1SMGRA1)F 5 9/6/2016 1 MAN CREW ASBt ftLTNO1Ltt%tsrCoiCI4lCLUTiING 2.0 4230 285.00 ELPL, VAULT, FLOW LIN9 ON .20Th & tDGL OPSIDEWALK 6 9/9/2016 CLERICAL SUPPORT • FILLED our cWrjF1ED. PAYROLL 1.0 57.00 57.00 DATED 911E /2b16 TO h10I26 7 9/9/2016 2 MAN GREW STAKEOUT ROUGH CUT/FELL. TO P/G 4,0 200.00 800A0 FOR DMT(!REW ON TM --FAST SIDI! OF PROJEC rXERWY CB'S EJ,EV. & GIVE C7F TO RM. 8 9/13/2016 2 MAN CREW oEGIN STAKING CUR$ o/s To TOP 8.0 200.00 1;600:00 BACK AT CAW NOTE 0/5 @ 3' Excpvr RADIUS Balance Due Page 1 Aq c� E tyyrt pil,� E S PO Box 340 'j! s — Rochester, WA 98579 Phone # 360 - 273 -0764 Fax # 360- 273.0765 www.bestccls.com postmaster ®bestcols.com Bill To Garco Construction PO Box 2946 Spokane, WA 99220 -2946 Perfomling Arts & Events Center Invoice "� Date Invoice 4 7/13/2016 L949 PO # Terms Obcount Due -Date 151700.007 3% 15 Net 30 7/29/2016 TIMESHEET # DATE ITEM DESCRIPTION HOURS RATE AMOUNT 1 6/22/2016 1 MAN CREW DRILLED & SET PK NAILS ON GRIDS 4.0 1.42,50 570.00 "4.8 ", "HR" & "HI." 2 6!24/2016 CLERICAL SUPPORT FILLED OUT CERTIFIED PAYROLL 1.0 57.00 57.00 DATED 6/1912016 TO 06/2512016 3 6/2712016 1 MAN CREW LAID OUT ELEV. PIT USING 2.0 142,50 285.00 DIMENSIONS GIVEN TO ME BY LONNIE (OARCO) 3 6/27/2016 1 MAN CREW LAID OUT GRIDS "31, 114 ", "5 ", "6 ", "RB ", 4,0 142,50 570.00 "R.1 ", "%2"& "B." 4 7/1/2016 CLERICAL SUPPORT FILLED OUT CERTIFIED PAYROLL 1.0 57.00 57.00 DATED 06/2612016 TO 07/2/2016 5 717/2016 2 MAN CREW STAKEOUT OFFSETS TO CORNER OF 4.0 200.00 800.00 DOCK Q 1010 /8 /SPOKE WITH LONNIE AND RECEIVED CORD. FILE & SKETCH FROM OFFICE 6 7/8/2016 2 MAN CREW TOPO SURVEY / SOUTH SIDE OF 316TH 3.0 200.00 600.00 NEW CONSTRUCTION 7 7/11/2016 1 MAN CADD COMPILED ASBUILT POINTS FOR THE 1,5 95.00 142,50 SOUTH SIDE OF 316TH ST. WAITING FOR ASBUQ,TS ON 20TH AVE. TO .FINISH UP DRAWING. 8 7/12/2016 I MAN CARD SETUP POINTS FOR WATERLINE & 3.0 95.00 285.00 SANITARY SEWERAT NORTHWEST SIDE OF BUILDING. 8 7/12/2016 1 MAN CARD WORKED ON LOCATING 2.3 95.00 237,50 COMMUNICATIONS & ELECTRICAL DUCT BANK. 9 7/12/2016 CLERICAL SUPPORT FILLED OUT CERTIFIED PAYROLL 1,0 57,00 57.00 DATED 07/3/2016 TO 07/9/2016 to 7/11/2016 1 MAN CREW CONTINUED ASBUILT OF STREET q 142.50 712.50 IMPROVEMENTS ON 20TH AVE Balance Due Page 1 _ �Q� R 'PO Box 340 Rochester, WA 98519 Phone # 360 - 273 -0764 Fax# 360"273 -0765 www.bedmis.com postmester@bostcels.cam r Bill To Marco Construction PO Box 2946 Spokane, WA 99220 -2946 perbrming Arts & Events Center Invoice Date Invoice # 7/13/2016 1 1949 PO # Terms Discount Due Date 151700.007 3% 15 Net 30 7/28/2016 TIMESHEET # DATE ITEM DESCRIPTION HOURS RATE AMOUNT 1 l 7/13/2016 1 MAN CADD WORKED ON LOCATING 3,0 95.00 285.00 COMMUNICATIONS ELECTRICAL 11 7/13/2016 1 MAN CADD DUCT BANK. FOR THE WE� 1.5 95.00 142.50 SIDE O 20TH 12 7/14/2016 1 MAN CREW CON ES ED LA ING OUT 5.0 142.50 712.50 T i & EAST SIDE OF STRUCTURE 12 7/14/2016 1 MAN CREW VriERIFIED CENTERLINE OF ZIC 0.5 0.5 142.50 142,50 71,25 71.25 12 7114/2016 1 MAN CREW WALKE OUT14 SI EEWAL P PRO �BUI SKETCH 13 7/15/2016 CLERICAL SUPPORT PAYROLL 0 1.0 57,00 57.00 DATED 7O/ 0 6 7TIFIED 14 7/21/2016 1 MAN CREW CHECKED C13 008, /010, /011 ELEVATION 1.0 142,50 142.50 CO 15 / FO 03/ CO 02 14 7/21/2016 1 MAN CREW STAKED OFFSETS TO 3 FOO'T'INGS ON 3.0 142,50 427.50 14 7/21/2016 2 MAN CREW EAST OF BLDG CONFLICT BETWEEN ` 4 T 2.0 200.00 400.00 1L� CB S 15 7/22/2016 CLERICAL SUPPORT O T CERT 1.0 57.00 57.00 DATED 7/17/2016 TI � pYROLL a A 2 9/9. Nnance Ca wi0 be c"ed on unpaid lowlce9 over 30 daysl Balance Due $6,740.00 page 2 i I ; I `►i.3:J� PO Box 340 Rochester, WA 98579 I Phone # 360 - 273 -0764 Fax # 360- 273-0765 uw+a.bestccls.com p0 as1cf @bes cts.cvai Bill To r Garco Construction PO Box 2946 '. SPokane, WA 99220 -2946 I Performing Arts & Events Center i I p VED i 24 2u0 CONSTRUCTION Invoce Date invoice 0 612412016 1946 PO # Terms Discount Due Date 151700.007 3% 15 Net 30 7/9i2Q16 TIMESHEET # DATrr ITEM DESCRIPTION I s I 512512016 1 MAN CADD SETUP POINTS FOR CURB RAMPS ALONG (PETE VON REICHBAUER WAY) PER INFORMATION FROM DRA WJNGS (112. R3 & R4) 5/25/2016 2 MAN CREW ' SETUP/ VERIFIED CONTROL AND STAKEOUT GRID CONTROL 8 GRID -A- 2.6. 3.6, 5 & 6 LINE WITI I HI18 OR PK 2 5/2512016 2 MAN CREW ELEV. ASBUILT.BOLTS (TOP /C/L) /a) 6.2/P R3 P.R I @ 6A 7.1 / @ LINE AND A P, L I LINE & 6.2/PR3 13 5i27/2016 CLERICAL SUPPORT FILLED OUT CERTIFIED PAYROLL DATED 05/222016 TO 05/28/2016 4 5/312016 1 MAN.CADD MADE LXHIBITSKETCHESS OF ASBUILT ANCHOR BOLT POINTS SHOWMG, i DCMENS1ONS FROM PLAN LOCATIONS. 5 5/31/2016 l MAN CREW MET W / mIKE OSS) DISCUSSED LAYOUT FOR BALANCE OF STORM IN 'THE I 5 5/312016 1 MAN CREW S.S. COR. OF 1OB51TE A17Ety MO TO LAYOUT HANDICAP RAMPS ADJACENT TO PARK BUT FOUND STATIONS AND ELEVATIONS 5 5/31/2016 1 MAN CREW DONT MATCH PREVIOUS LAYOUT ASBUILT CURB RETURNS FOR LONNIE 1 # TO BUILD RAMPS IF NECESSARY 6 1; 6/1/2016 1 MAN CREW STAKED VARIOUS OFFSETS TO C/L H/C f RAMPS @ FLO WLINE ADJACENT TO PARK NOTE: PROBLEMS W/ STATION & I ELEVATION WERE IDENTIFIED AND ADJUSTMENTS TO LAYOUT WAS MADE. } HOURS RATE AMOUNT 3.0 95.00 285.00 '-If 200.001 500.00 2.51 200-001 500.00 1.01 57-001 57.00 2.0+ 95.00+ 190.00 0.51 142.501 71.25 1.51 142.501 213.75 1.51 142.501 213.75 3.0 V 142-501 427.50 Page 1 Balance Due 1 - n PO Box 340 Rodester, WA 98579 Phone # 360-273-0764 FaX # 360 -273 -0765 r WWW.best6dls.com POsftnaster@bestcels.com rPOBox To s llstruction. 946 WA 99220 -2946 g Arts & Events Center EMAILED IN Invoice r n Date luvoice # LGARCO E 1. VE.p 6/24)2016 1946 42016 sTRrJGTfON P O # Teens �DISc6mut Due Bate 151700.007 3 %15 Net 30 7/9/2016 TIMESHEET # DATE DESCRIPTION - 6 6✓112016 I MAN CREW T WlFEDWAXPROJ. MA1fAGER.ANI PECTORS. EXPLAINED ISSUES AND 6 6/1/2016 1 MACK. EDiEs W /188 DIRT CREW ON SITE TO TCREW FIRM PROO1tES.$ AND DECIDE EN TO STAKE REMAINING STORM 7 6/312016 CLERLED OUT CERTIFIED pAyROLL ED 05129/2016 TO 06/412016 8 6!62016 1 MATIMIED STAKING STOIidsA EAST SIDE PROJECT W/ OFFSETS 9 6/9!2016 1 MAN CAD.D SETUP POINTS FOR ELEM- CAL TRANSFORMER AT THE NW CORNER OF TtM BUILDING. 10 6/9/2016 1.MAN CREW (0 6!9/2016 1 MAN CREW CONTINI)ED STAKING CB °S WIOFFSETS SET OFFSETS TO Cm OF FT(yS ON 10 6/9/2016 1 MAN CREW GRID "NW^ @ "8.7 &- I " SET 3 T11MS 2 ON NE COR. & NW COR, ID 6/912016 1 MAN CREW OF BLDG@ t04+41 SET CTR OP TRANSFORMER PAD NW COR. BLDG. 11 6110!2016 CLERICAL SUPPORT FILLED OUT CERTIFIED PAYROLL i DA I RD 06/5/2016 TO 0.6/11 /2616 12 6/1312016 1 MAN CREW CONTINUED STAKING S.1.ORM W/ OFFSETS ALONG THE SOUTFI & WEST PERIMETER 13 611512016 1 MAN CREW CONTINUED STAKING'STORM CATCH BASINS W/ OFFSETS ALONG NORTH PROPER'T'Y LM 14 6/17/2016 CLERICAL SUPPORT FILLED OUT Clek' TIFIED PAYROLL DATED 06/1242016T110611 M016 RAPE AMOUNT 142.sD 7I.2s 142.50 71.25 1.0 57,00 4.0 142.50 0,5 95.00 3.5 142:50 2,0 142,50 LD 1.42.50 0.5 142.50 1.0 57,00 6.0 142.50 4.0 142.50 1,01 57,00 57.00 t 570.00 47.50 498.75 l 285.00 142.50 71.25 ;I 57.00 I 855.00 I I 570.00 I 57.00 Page 2 Balance Due Rn` a, A�i'r7NM.i'+.�6saimiss�'+Aa4u�.. saucs5:ac+w� •--•. rnrr, �. �u +ar�aa`arlurafxncecraews.x��.. era. sasv... yro.,. s. x. w. w.., v.. �..,,,,.. w ..................<...,............,...,.._-.-.... .....,........w».�.......� -.-.. 4 l I Invoe PO 13ox 340 I Rochester, WA 98579 Dale T(lvoiee# Phone # 360 - 273.0764 Fax 0 3.80.273 -0706 10t34/201C 1970 www.bestecls,com pOstmgsleri�beslcols,eom f 1 To o Construction olt 2946 'ana, WA-99220 -2946 POtfolming Arts & Fvents Center pa # ' E s 1lleco�eref D�$ Ds►(o 151700,007 ::�T$rm 11N e130 I1 /SIZOIG ES HEET# DA•r.F ITEM DESCRIP110N HOURS IrA'1'J; AMOUNT SL+TUP POINTS FOR 01INT9RLINl3 ()F 9/19/1016 I MAN CREW CONTINUED LAYING OrIT' CURB WI77I ASP}IALT. rTl 5 9/27/2016 2 NIAN CREW CONITN(JFD LAYOUT TUC-ALONGRAS'T" OT TO TUC PLI_(SALL RADIUS ] -T$, 8.0 1'42.30 1,140.00 9/20/2016 1 MAN CREW CONTINl1131) LAYOUT OFCURB'VvITkT 5.0 142:50 6 9/30/2016 CLERICAL SUPPORT FILLED OUT CFXI'IFIRI) PAYROLL 1.0 57:00 CIF TO TBC PLUS ALL RADIUS FT'S, 7 9130/2016 1 MAN CA DD 712.50 3 9/231201() CLERICAL SUPPORT ILLED OUT CERTIFIED PAYROZ.1, 1.0 57.40 6.3 200.001 BIXIAN AT CURB @ NWCr)R OF DATE-J) 9/18/2016 IUILDING AND @ NE ENTRY CURB & e 57.00 4 9/26/2016 1 MAN.CADD EXTRA WORK (PER PR 7018) 6.0 Vg,00 570.00 1,200,00 675.00 135.00 57.00 190.00 1,300,00 135.00 300.00 REVISED GRADING POINT'S ALREADY SETUP PER (PR-018) SL+TUP POINTS FOR 01INT9RLINl3 ()F DUCT BANK WITH ORADBS TO FINISH ASP}IALT. 5 9/27/2016 2 NIAN CREW CONITN(JFD LAYOUT TUC-ALONGRAS'T" 610 200,00 5 9/2 7/2 0 1 71 U "l' 2. MAN CRti1q 5 SIDE OF BUILDING. PLUS ISLAND ON EAST SWI W/ C/F T'BC 2.5 9/27/2016 ().T2 MAN CREW RESTAKE CURB .& RADIUS PT. WlTF1.C/F 270,00 015 TBC 270.0.0 6 9/30/2016 CLERICAL SUPPORT FILLED OUT CFXI'IFIRI) PAYROLL 1.0 57:00 DATED 9/25/2016TO 10/1/2016 7 9130/2016 1 MAN CA DD S iTUP CURB POINTS SOUTH rg4I) OF 2.0 95.00 BUILDINC 8 9/30/2016 2 MAN CREW SW UP AM VEPIPiRD CON'11ROL 1 6.3 200.001 BIXIAN AT CURB @ NWCr)R OF IUILDING AND @ NE ENTRY CURB & e 8 9/30/2016 OT 2 MAN CREW GU17 3R.. STAKED 01.3 TO TBC AND ALI• 0.5 8 RT3Q U1RED RADIUS PTS 270.00 )/3012016 2MANCRE,W STAKED 1. /L OF DRAINAGE 1.5 200.0(1 ,9TRIJ=JRES WEST SIDE OF BUILD n, SOUTH WITH 0/8 AND C/F T'O FC, & 113 Page i Balance Due 1,200,00 675.00 135.00 57.00 190.00 1,300,00 135.00 300.00 Proposal Request Project Federal Way Performing Arts & Events Center ProjectNurnber 12066 Location Federal Way, WA Tc Garco Construction City of Federal Way Contractor 1145 Broadway Plaza, Suite 1340 33325 8' Avenue South Tacoma, WA 98402 Federal Way, WA 98003 T 509 535 4688 T 253 835 7000 Fror-i LMN Architect 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 Lmn [] Architectural [X] Civil [] Structural [] Mechanical [] Electrical [] Other .......... ...... ... ................ . This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below. All other conditions shall remain the same. Description: Civil Grading Revisions and Related Civil: Sheet C302 HORIZONTAL CONTROL PLAN 1. REVISE sidewalk connection location from site to 20th Avenue S. Sheet C304 FRONTAGE IMPROVEMENT PLAN 1. REVISE sidewalk grading and curb ramp dimensions at the 20th Ave S. and S. 314th Street intersection. 2. REVISE curb and sidewalk grading along S. 314th Street. Sheet C305 FRONTAGE IMPROVEMENT PLAN 1. REVISE driveway and sidewalk elevations at 20' Avenue S. 2. REVISE the control point elevation at the 20' Avenue S. and S. 316th Street intersection. Sheet C306 FRONTAGE IMPROVEMENT PLAN 1. REVISE the curb ramp and sidewalk elevations at the 20' Avenue S. and S. 316th Street intersection. 2. REVISE the control point elevation at the 2011 Avenue S. and S. 316th Street intersection. Sheet C400 GRADING AND DRAINAGE PLAN 1. REVISE catch basin rim elevation in S. 314th Street. 2. ADD a trench drain along the crosswalk north of the loading dock area. Sheet C402 FINISH GRADING PLAN 1. REVISE the grading at the driveway, drive aisle and sidewalk at the 20th Ave S connections. 2. REVISE the catch basin rim elevations north of the loading dock for the revised grading. 3. REVISE the grading at the sidewalk and drive aisle connecting from S. 314th Street to the PAEC building. 4. REVISE the grading along the east perimeter where the PAEC site connects to the existing east property. Sheet C403 FINISH GRADING PLAN 1. REVISE the grading along the east perimeter where the PAEC site connects to the existing east property. Sheet C415 STORM PROFILES 1. REVISE S. 314th Street storm profile for new revised elevations. [X] Attachments: C302 Horizontal Control Plan, C304 Frontage Improvement Plan, C305 Frontage Improvement Plan, C306 Frontage Improvement Plan, C400 Grading And Drainage Plan, C402 Finish Grading Plan, C403 Finish Grading Plan, C415 Storm Profiles .......... ....................................... ...... ..,................................................................................ Issued By: Thomas Gerard +-- .. —•.°` 09.22.2016 (PR -018) .................................... . ................................ ..... ....................................... ....... ............................... Architect'; Representative Date Distribution: Cara-) Constriction, h -rax Partner / k § 2 & ) \ \ \ § U) k } (! �) \| � /\ �\ §` \ � .... ! y� L4P . § k�§ a §'f§ \ § E22. elk � \� Ti (!b| §m§. / 2 Lud§ h �L - ( pit � } wkrw LQU 0E 2k$§ 2 ®w ®!!( o §2 : | \\ o § §§ \\ p j\ 1'w | /\ ]■� LL . j | ,G_ | | | | � O � � I !| 0 E y� L4P z ) !€ }\} 2 § | � � \� \ § WLLJ h �L - ( 02 LU § ƒ■ 0 /�/ §§ \\ / \ƒ | /\ ]■� LL . { ) X. � � .� � ! ,| ! !_ j| , 2 2 � | � � \� 0 . § WLLJ �L \ ` )z ) 02 LU § ƒ■ { ) X. � � .� � ! ,| ! !_ j| , / § j § / / \ § \ { § ■ E222� ].z ZOW § §§§ %0lk�Q\ { § =!\ §�§�� §M §k §; }2 § § °2 \!M� °» §3 O,�lc| _ _ M.� IW MOID a OIVVI _ _ |� §( \| E §2m )� � \ & /g � \ \ / Lu \ ;RAE \ e ® ^� m� )§kn§m ( !� $: � � O . M !| � o : S < /�f )) < . � Cj / \/ EL W \��� \/ § Em F § > E® , X \( n §° . Z |ƒ � e . |�) / x\ f� > 2 a! : } § < /�f 0: < � Cj \ \ u R< « mE \/ wk�. & X \( n Z 2 CL§ )u ; ) § ) 2% 0> ) wW q e . |�) / x\ f� > 2 a! : } § CNI z Ell z U) r. NNr- NOLLYMMa Uo-j MO-1910 228 - WIH-IiM of rn S. 316TH ST LO O V FJFm zox2z n LU -2 m 0 z 3m I vw W (9 2 T z l y�. z 0 Of Z S. 316TH ST LO O '49 x z INM J Out U) 0 co z W (9 2 <W 0 z z 0 Of Z < ct) Lea w =W) f 2 z Z W W Z 0 WM < M > LL. o M:0 CL 04 3 @S 3. W < w > z 0 U) C) I- C) D Z < of LU P- 2 04 -j _j (D Z) z C) < cr w T 0 00 C) 0 W �- w (D LL W X 0 z wo W LLJ CL � Z U P z LLI LLI > a LLI ,I Lw L ad '49 x z INM J Out WI x NouvnNUNOO WCU MO138 30S - 3NI-IH.OIVV4 'r .117 ------ J Bgj Z- W lz Z g w Q- A zm LU O.Q o a 33 sp 9 LL Z' w � F z 0 a. � Z u) :D Z 0 Lu LU > W 0 LLJ t LU LL 06 Z � W z w m m 0 0 F- ir w (0 LL > Cc rjj iL :5 w O CV) C.) F- z W W H > z 0 offz silti 0 LL w < w CL -7-T-7 z 0 a. � Z u) :D Z 0 Lu LU > W 0 LLJ t LU LL 06 W 00 C)o 0 W X F- w 0 (D W LL LL i TI .�_.� i 1 } l as �� �i col I L NoLLvnNLLNOO UO=J 3AOSV 33S - 3NIIHOIVN Z � W z w m m 0 0 F- ir w (0 LL > Cc rjj iL :5 w O CV) C.) F- z W W H > z 0 offz x > z :E ME, as 0 LL w < w CL it W WW z 0 a. � Z u) :D Z 0 Lu LU > W 0 LLJ t LU LL 06 W 00 C)o 0 W X F- w 0 (D W LL LL x > z :E ME, LL LL it W WW a. � Z w _j U) <� FZ Ix Lu LU > 0 LLJ t LU LL 06 x > z :E ME, rMl RAe IUoZ I • I A z O P: z_ 0 U U w x m W m z J EL i€ z z Q Q z Z 0 Z 0 R o c ry � :ss U W U) a � Q3 } � a 3 N3 CE J Fa Q cn w o 0 LL w W It It z z s� 3•= O L! I ww aF rz w Q ' z wW 0 W {W ad t � i O z 0Q Qa W z¢ O ? Of of C7 0 Y EM 0 UZ Z W z C) Z U 00 U❑ I �I 0 E Asa �3aa� qr� I `[�..�°y1:�' rR� st'ap ac=i �¢wpjz0 -..j t m UZ o 5555 m s W Z. C7 z 3 LL O -" A e 6Y _ �eg rMl RAe IUoZ I • I A z O P: z_ 0 U U w x m W m z J EL i€ z z Q Q z Z 0 Z 0 R o c ry � :ss U W U) a � Q3 } � a 3 N3 CE J Fa Q cn w o 0 LL w W It It z z s� 3•= O L! I ww aF rz w Q ' z wW 0 W {W ad t � i O z 0Q Qa W z¢ O ? Of of C7 0 Y EM 0 UZ Z W z C) Z U 00 U❑ I �I 0 E Asa �3aa� S -:Mv FuOz WHI 0 05 0 SF ! ZR z 11� 0 P? L) w 1W I(' I I C4 Q a3 Fu) C) W U) D Z 0 0 W Z CL :r U) z < 0 Z < 0 LL m W lilt z W. EL � nzt g! Z fle > W w LLJ LL 06 I_ Ow gai M., 12, an S -:Mv FuOz WHI 0 05 0 SF ! ZR z 11� 0 P? L) w 1W I(' I I te 03 C4 Q a3 Fu) C) W U) D Z 0 0 W Z CL :r U) z < 0 Z < 0 LL m W lilt T- 0) Z LL EL � nzt U) te 03 z 0 a3 Fu) C) W U) D Z Z C) 0 0 ISIS C) C) te 03 ao I X_ Id. go U) Z 0 z 02 1� 0 LL X It W LU EL � z U) Z fle > W w LLJ LL 06 ao I X_ Id. go R 8 p"N Vy 8 3AV HiOZ C') 0 ?oWWz o :9p 0 (L Cf) U- fli IL Q3 cli J Fa < Cr LLJ W 0 w LL LL c� bil A- Lrwj (D a LU M: U) 2: z gal z 0 C) W U3 D z C) 00[ Of 0 0 LL iii ow� IX UJ LLJ F- Z u LU U) Of z LLJ LU C > LU LU Eg LL ad fl X > E - i i 11 I �( lu - ■ El I{ Ra }��� §§ [ §§ ��)� §r Ix 0 _ LL M IX LLI LU CL �— Z w z i LLI LLI fl 0 > l!�� LLI LU LL ad i A .g0 (j) w —i 0 LL ir (L m ir LO LD CE. lo tR J Affl ,�/ § \� 3:: 0 C'i _j w 0 � Lww w F; L LL z 0 Z, W z 0 00 u 0 X Ix 0 LL M IX LLI LU CL �— Z w z i LLI LLI fl 0 > LLI LU LL ad X K� Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 019 City of Federal Way Lighting and DMX Channels Date: 3/6/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 7 Days + Material Procurement Durations This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 2,459 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 92 B 1 rtt ert Dai City of Federal Way By: Date: LMN Archit s BY Date: %ICI 7 JOB FILE 151700 - Change Proposal Page 1 of 1 n 0 n 0 .. c o' n Proposal Request Project Federal Way Performing Arts & Events Center Project Number 12066 Location Federal Way, WA Tr_, Garco Construction Contracto 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 FroiTi LMN Architect 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 8t' Avenue South Federal Way, WA 98003 T 253 835 7000 [] Architectural [] Civil [] Structural [] Mechanical [] Electrical [X] Lighting Un n This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below. All other conditions shall remain the same. Description: PR -019 L3 Light Fixture Specification Revision Lighting: 1. Revise the L3 fixtures from 8 -bit "DMX1M" option to 16 -bit "DMX2M" option. There is a $20.- DN adder per fixture anticipated for this change but no added labor associated. 2. As a result of shifting the Las over the staircase in the lobby area from the House relay panel to the Architectural lighting relay panel (per ASI -023 Revised), add a DMX emergency bypass controller for this one zone. See attached cutsheet. [X] Attachments: DMX Emergency Bypass Controller—PR 019 ............. ... . .. . ....... • --........ ............................... - -. --........................... ............................... ,......... ............................... Issued By: Thomas Gerard 12.01.2016 (PR -019) ..... ...... .. .................................. .... .......... .. --- .-... ...._...................,...... Architect's Represei �tative Date Distnbution: Garco Construction. Lnrax Partners ETC® @U1 I:@ CE LISTED LISTED DMX Emergency Bypass Controller 120V 220/240V 277V GENERAL INFORMATION �r.� hYP••°� M. -v ;,.., ® -- C3 The DMX Emergency Bypass Controller provides a simple and cost - effective solution for control bypass of LED houselight systems in emergency lighting applications. The DMX Emergency Bypass Controller uses a single contact - closure input to bypass the DMX control signal and drive all connected loads to full. Optionally, selected fixtures can be controlled using the snapshot setting. APPLICATIONS • DMX houselights • Permanently - installed, DMX - controlled LEDs • Theaters • Auditoriums • Houses of worship FEATURES • DMX control bypass • Wires in -line with DMX to fixtures or other devices • Uses a single maintained contact closure to activate DMX bypass • Drives all 512 channels to full when contact closure is present GENERAL • UL924 Listed • RoHS compliant • WEEE compliant • 1- output or 6- output models (single universe input) 1 of 4 Emergency Series ORDERING INFORMATION DMX Bypass Kit MODEL DESCRIPTION DEBC -1 DMX Emergency Bypass Controller, 1- output DEBC -6 DMX Emergency Bypass Controller, 6- output Related Products MODEL - DESCRIPTION EBDK Emergency Bypass Detection Kit SC 1008 Branch Circuit ELTS (BCELTS) ELTS2 Emergency Lighting Transfer System Note: the DMX emergency bypass controller is suitable for use with UL924 listed fixtures and power panels as part of a control bypass system for emergency lighting. Appropriate UL1008 listed power transfer equipment is required to comprise a complete emergency lighting system. . r • = TC- m`rp s0 El 3C DMX Emergency Bypass Controllev Emergency Series SPECIFICATIONS FUNCTIONAL • Overrides a single universe of ANSI E1 -11 -2008, USITT DMX512 -A control signals from "Normal" to "Bypass" when a trigger signal is detected via a two -pin trigger input • Sends DMX signal to a single line or up to six (6) optically isolated lines • Polls the bypass trigger input after a power loss and reacts upon startup • Does not process DMX input in Normal mode (pass- through) • Records a single DMX preset (snapshot) of 512 channels for recall during "Bypass" mode • Recalls default or recorded sequence immediately on restart if the trigger is also applied at restart MECHANICAL • Enclosure constructed of 18- gauge, formed steel panels with a removable front cover finished in gray, fine - textured powder -coat paint • Designed for wall -mount applications • Internal voltage barrier provides separate wiring compartments for power and control wiring • LED indicator visible from the exterior of the enclosure. Green: power is present and Controller is functioning in normal state Red: Controller is functioning in bypass state • Test button accessible from the front of the enclosure without removing any panels • The test button is recessed to prevent accidental triggering • Internally - accessible, labeled DIP switches for configuration of: DMX Record mode Contact input type Wait -time to Restore incoming DMX (bypass trigger removed) • Internally accessible button for DMX Record (snapshot) with an indicator LED for record action ELECTRICAL • Supports 100V to 277V input power, 50/60Hz, 0,2A maximum current • Power Input terminals accept two 24 -10 AWG solid or stranded wires • Grounding Lug accepts 14 -2 AWG solid or stranded ground wire • Bypass Contact Input supports two 30 -12 AWG low- voltage wires with two modes: +12VDC sent from the DEBC through a remote contact (dry) +12VDC to +24VDC sent from the remote device to the DEBC contact (wet) • Bypass input configurable as Maintained Normally Open (default) or Maintained Normally Closed • DEBC -6 model requires normal /emergency power feed • Supports one universe (512 channels) of Digital Multiplexing (DMX) in accordance with ANSI E1.11 -2008, USITT DMX512 -A DMX Output and DMX Input terminals for Belden 9729 cable or equivalent Socketed DMX transceiver chip with onboard spare • Non - volatile memory for storage of a single recorded scene of 512 channels • UL and cUL 924 Listed for emergency lighting applications • DEBC -1 passes RDM data in normal mode • DEBC -6 passes RDM data through a single passthru output in normal mode THERMAL • Ambient room temperature: 0 -40oC / 32 -1047 • Ambient humidity: 10 -90% non - condensing 2 of ETC® 2OA AAYAMAL2iAgIgTNGY CTAXRx1 DMX Emergency BypaI Controller Emergency Series DMX EMERGENCY BYPASS CONTROLLER RISER DIAGRAMS 1 -OUPUT DMX EMERGENCY EXTERNAL INPUT (MAINTAINED NO OR NC FROM CON TACT OR +120L C) FROM EMERGENCY SYSTEM LED FIXTURE 20A NORMAL/EMERGCNCT CIRCUIT O �E) e a DE BC -6 P:"L- \1 RaRMALA;MEIM'1EAICA' Wow AL/EUfHGErtCx NpRwAL/EwRcENC DM EMERGENCY LED FIXTURE LED FIXTURE LED FIXTURE EXTERNAL INPUT (MAINTAINED NO OR NC O - - _ 21A NORMAL/ BRANCH DMX CONTROL SGNAL CONTROLLER oar LENT CT ONLY) FROM EMERGENCY SYSTEM DEBD-, � -t> (D _X d� dE 9 EMERGENCY tlM% EI/ERG {RCY $Ct00B BYPASS TRANSFER 20A NORMAL BRANCH DIME CW4& %*,K CONTROLLER $KETCH NORMAL/EMERGENCY -GCE PHASE 2 MIREAGND EMERGENCY ORLUIT CIRCUIT CRA NWMAL/T MTaGErtY IjILEpI ( 'CELTS) 20Vj60Hi. EMERGENCY LIGHTING 20A M GII EMLNS) u TRANSFER EMERGENCY SINGLE PHASE 2 WIRE +CND 20Vj60H. MONNAL/[MERCERey w"AL/[YERDENCY 2 -MRE 20A 120VAC SENSE FEED FROM PIN2ASE.6 SWITCH (I) 20A. 2 -MIRE NORMAL CKT (BCELTS) (FROM DIMMER /RELAY PANEL) LED FIXTURE 'A 20A. MAX. (BY OMER5) SI MREYGND. NORMAL (Br BRANCH ORWIT NGLE OMEaS) 0V MAX 20A EMERGENCY FEED DRY 6MIa5) 2- RE 20A 120VAC SENSE FEED FROM NORMAL B CH CIRCUIT SINGLE PHASE 2 vnREIGND DlY 20V 6- 20A MAK EMERGENCY FEED BY OMERS) 6 -OUPUT DMX EMERGENCY TRNAI INPUT (MAINTAINED NO OR NC 2OA AAYAMAL2iAgIgTNGY CTAXRx1 DRY CONTACT OR s120MC) FROM EMERGENCY SYSTEM ® MtlkMAL/{MERGLlAGY kCAMAL/EME ROENCT NORTWµ /CAI{RCCNC LED FIXTURE LED FIXTURE a LED FIXTURE O e a DE BC -6 P:"L- \1 .--fl% �[ 1 e 1 DM EMERGENCY SC100B BYPASS 21A NORMAL/ BRANCH DMX CONTROL SGNAL CONTROLLER EMERGENCY CIRCUIT CIRCUIT EMERGENCY r LIGHTING TRANSFER $KETCH NORMAL/EMERGENCY -GCE PHASE 2 MIREAGND Ox �E CRA NWMAL/T MTaGErtY IjILEpI ( 'CELTS) 20Vj60Hi. 20A M GII EMLNS) NORMAL/E.MERGERCV MONNAL/[MERCERey w"AL/[YERDENCY 2 -MRE 20A 120VAC SENSE FEED FROM PIN2ASE.6 LED FIXTURE 'A LED FI %TURF LED FIXTURE `A SI MREYGND. NORMAL (Br BRANCH ORWIT NGLE OMEaS) 0V MAX 20A EMERGENCY FEED DRY 6MIa5) NOTE: ONLY TWO OUTPUTS ARE SHOWN FOR CLARITY. UP TO SIX OUTPUTS ARE AVAILABLE. 3of4 EXTERNAL INPUT (MAINTAINED NO OR NC DRY CONTACT ONLY) FROM EMERGENCY SYSTEM (1) 20A 2 -MIRE NORMAL CKT (FROM DIMMER /RELAY PANEL) ETC` DM:rt Emergency Bypass ControAer PHYSICAL DMX Emergency Bypass Controller Dimensions' MODEL HEIGHT WIDTH DEPTH Ibs inches mm inches mm inches mm DEBC -1, -6 9.0 229 11.0 279 2.0 1 52 Top View Front View (Cover Panel Removed) 11.0" _ 279mm V V Be a e a V7. Side View 2.0" 52mm 9.0" 22 LLJ 0.8 t j 1/2" KO space for up to 1 " Emergency Series DMX Emergency Bypass Controller Weight" MODEL WEIGHT SHIPPING WEIGHT Ibs kgs Ibs kgs DEBC -1 8 3.6 83 3.9 DEBC -6 14.5 6.6 15.2 6.9 '" +• + .... Corporate Headquarters a 3031 Pleasant View Rd, PO Box 620979, Middleton WI 53562 0979 USA • +1 608 831 4116 London, UK a Unit 26 -28, Victoria Industrial Estate, Victoria Road, Landon W3 6UU, UK a +44 (0) 20 8896 1000 ° e Rome, IT • Via Pieve Torina, 48, 00156 Rome, Italy • +39 (06) 32 111 683 . ® ®. =TC.. s o � Holzkirchen, DE • Ohmstrasse 3, 83607 Holzkirchen, Germanys +49 (80 24) 47 00 -0 ° e Hong Kong a Room 1801, 18 /F, Tower 1 Phase 1, Enterprise Square, 9 Sheung Yuet Road, Kowloon Bay, Kowloon, Hong Kong • +852 2799 1220 Web a etCConnect mm a Copyright ®2016 ETC. All Rights Reserved. All product information and specifications subject to change, 71 BOL1040 Rev E 10/16 °s• 4of4 Garco Construction, Inc. CHANCE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 021 Chy of Federal Way Exit Sign Revlalons Date: 411412017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P,O. Box 2948 LMN AmItheats Spokane, WA 89220 A. SPECIFIC INCLUSIONS r, Add conduh, wire end lighting devices throughout the theatre to provide exit signs per P(I.021. 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington Stele sates tax C. SCHEDULE IMPACT. TBD.175 MI-Is Figured at PremlumlOT Rate. All crltcal path activities In the theatre. This proposal covem the costal performing the work. It does not inckude rang cumuleilve a&+edefe or cosomaRts. Garco resort to combine INs change with clams to analyte the cumulative coal and .chKVi Impact of the champ Gamo "s scope of work. TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 9 By: a� oula APPROVED BY: .r Lorax H : f )ale, City of Federal Way By, Dais: LMN Archhec JOB FILE 151700 • Change Proposal Pape 1 of t oft I ma. � � d c c � o v � � c 0 > Q 0 B ■ � � . � K ) § ��. � ~� | | §�§ § | ■ � �� §| � § a 2 � .. . ' R § k § � L �§ 9 � § � B o � = § | � � � � E � | }� B � � . � K ) § ��. Contractor'a Name: TE6:NON ELEG7 Ric Project: Fi�DERAL WAY PERFOR&71NG ARTS & EVENTS CENTER DATE: ProposaUEstimate for GARCO CONSTRUCTION, 4114120'17 Change Description: PR -021 change in specified fixture for X2 & X3 emergency exit signs with 6 added X2s. CONTRACTOR'S WORK EXCLUDING MARKUPS Revislons /Comments 1 Direct Materials 2. Sales Tax on Materials 0 00% of line 1 3 Direct Labor 4, Direct Supervision (hourly workers) 15 00% of line 3 5• Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 6, Small Tools & Consumables 5.00% of line 3 7. Rental Equipment 8• Sales Tax an Rental Equipment 9.50% of line 5 9• Owned Equipment -'' - (ad 10- SUBTOTAL d lines f--n) f '- 11_ (Delays Only} Field Office Overhead f 4 Days X Rate 12 PRIME CONTRACTOR SUBTOTAL (AddUees foA ff) 4 - -- , $28,20389 2 $0.00 ; S28.203.89 71 Q2 S2,329.72 52,007.56 $31,568.35 T59 '7 $776.57 50.00 633,483.65 $0.00 $0.00 1 $0.00 $27,716.49 1 $122 X587.40 . $163.88 $28,203.89 -1 Remarks V V T,• SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions/Comments 13. $0.00 . . i4, $000 15, $0.00 16. $000 17. $000 18, i $000 19. $0.00 20 1 $0.00 . 21. I $0.00 2222. 1 $0.00 23 f $0.00 24, ---- - - - - -- - -- - $0.00 25 $0.00 . 26. $0.00 27. SUBCONTRACTORS` SUBTOTAL Add11n*SZ±2B $0.00 CONTRACTOR MARKUPS 28. 29 30, 31, 32, 33, 34. 35, 36. 37. 38: 39. 40, Revislons/Commenis Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Home Office Overhead (G&A) 12.00% of line 30 SUBTOTAL (add lines 28 -31) Profit (From Profit Worksheet) 6.00% of line 32 SUBTOTAL (add lines 32 & 33) Contractor's Builder's Risk 0.000% of line 34 Contractor's Insurance 1.000% of line 34 Contractor's Bond Premium 0.000% of line 34 SUBTOTAL (add lines 34, 35, 36 & 37) B & O Tax 0.484% of line 38 TOTAL COST Add L1oes 9e d 37 $28,20389 $0.00 ; S28.203.89 $3,364.47 $31,568.35 51,885.30 633,483.65 $0.00 $334.84 1 $0.00 633.818.49 $163.88 i 1 >iS3,9tiZ t7 Requested Time Extension in Line 1 i equals-, 4 x - Work ays _Calendar ays foe Attach Justification (Schedule Analysis) For Each Time Request Signature & Title of Preparers ✓.We ✓Vt,OW - l�[eCG agnaSex r .yxw r� ITEMS OF WORK FOR OTY UNIT MATERIAL - LABOR COST IRENTALE GILIIPMENT PRIME CONTRACTOR Unit Cost I Total Cost Hdy Rate I HIslUnit I I Total Cost Rate Total More X from_ wall. Make DBL I I EA $15 230 I S1523 $89521 0 6; $44 75 ` Ch_�n�a In spaced X2 to LEI) -•22} EA _ - : 5724 7d0 i $?,744 28 $_89 52 i i 1191 S2,34363 Add W'on al Bnew LED X2 . - ~ -.- 6t • -EA - - -» 5124 740 5748 44 589 52 _ -- 1,19; $639,17 Chm go In a c *d X3 21 EA 5124 744 5249 48 389.52 1.19 $213.06 _ -- 314'" EMT conduit 600 FT $0560 S336 00 $89.52 0.073 53,920.98 314 "cauptln s 60 EA 51 530 591.80 589.52 0051' 3273.93 #12 THHN Stranded 3160 FT - -. -- 50 T70 .'.---.$537 2q sa9 52 1 0 008673 -- -- $2,452.60 _ —— -__ R 4" box mlh mudrin 701 EA _ -.... 54 100 1 $47.00 389.52-- -- 1 5304,37 S 314 - Connector 120 E4 __— S7 210 S145 20 "9 '3- _» 0.087 5934.59 EMT conduit supports 60 EA 'i"1 260 575 60 589,52 0 125 5871 40 Red extra la a Ore nuts 90 2004• EA -_n_ S0 177 st 540 -.. -- 515.93 $308.00 -- 569_52 $89.52�r • 0 43 0.15 `- _- _,5241,70 5268560 Wiremold500 Wiremold V5744S 1G box Wifern0ld 5791A Raceway Mafe 20t ea 321 550 8431 00 S89 52 I 0 27t 5483.41 —.» ....... t t Box Conneclor_3 /4- ea 54 100 $82.00 $89 52 0 18 $322.27 Total (tented - -__ - - -- -- Core drill -- - - -20k 5 ea 5250 qao 31,250 00 OWNED EQUIPMENT Da s Rate Total ----------------------- - - - - -- - -- -� - - --- - -_ ._. »_. _- ------ - - - - -- - -- - - - ....__.... ._ --- - -.... ......_. - -•-- v-- • - - - -- --- - -- -- - ------ -..�..� .� .......... .. .�. j.. »..,__... 1 ». -- '_.._-- •- �,.__... - -- - - - - - -- - - - -- - -- -�� _ - _ — __ »..»q. » --- -- ---- - - ».Tt • __.. ---.. __ ». - °- tiL... » »..-- --,,.. - ................__.__- --- , — -- .. . . .... ...... ...- ...... .._-..... ..._— -�-- ---- - - - - - -° . _ ._...-- ---�-- - -- - -- •, t� ...... N I ••_ I » ........_..- ».._ _ .P_.R� _ . _.._ . »... ».._. .... - ». ».. ». - -, -_. _ I -- °•- •--- -- ....-•• - --- ss _ ____ _ _ _ ___ --..----- ___ —•_--...-..... _ ~...... ... ».. _ ..,.... ,.... .. _ _ . »....�..._....,.... _ ...L.:._ » Itr .. ».. -.. ». »..�»-.- --...' _ •t» 1 -4 -•" ---- - ------ -- .._...... . - ----------- . ... .... ...... -- T »» -------- - _.. ........ .....�.�__... —._ .- DIRECT PRIME CONTRACTOR'S TOTAL e 57,071 16 � 515,531 47 T0t11! Own! T TAI. H UIPMENT Proposal Request Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 81" Avenue South Federal Way, WA 98003 T 253 835 7000 M,■1 -if [X] Architectural [3 Civil [] Structural [3 Mechanical [X] Electrical [] Other .... ............................... This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14 2015, and subsequent addenda only tothe extent specifically shown and noted below. All other conditions shall remain the same Description: PR -021 Exit sign revisions Architectural: 1. Sheet E002 - Luminaire Schedule a. Revised X2 exit sign specification -see attached cutsheet. b. Clarification. Lettering of all exit signs to be red per the approved submittals as reviewed and confirmed by the Fire Marshall. y 2. Sheet E301- Ground Level Plan lighting cr� } R QatlartJ •w�tiNy fQr %1 iir„ k +rtw.°r` ..+ifM� I lit' -�nri a ianm joll; * �► # 4 3. Sheet E302 - Mezzanine Level Plan lighting i rlur'na lira r4p. }pCRi 6 ' >. a aked a —d f 4._.._.c_� �— ...__. o rs IrM b. Revised (1) X Exit Sign at top of Stair 1 to Mezzanine Level per the request of Peter Lawrence, Plans Examiner with the CoFW. Locate per A702. 4. Sheet A702 RCP Mezzanine Level: a. Revise location of exit sign at the top landing of Stair 1 to face the stair and be ceiling mounted per item 3b above. See attached RCP for alignment instructions. Recess the fixture into the ceiling. [X] Attachments: A702 RCP Mezzanine Level, EOO2 - Luminaire Schedule, E301 Ground Level Plan Lighting, E302 Mezzanine Level Plan lighting, X2 Revised_PR -021 .................. ....... ........ ......................................... .................................... ................................................ Issued BY: Thomas Gerard ...�� 02.21.2017 (PR -021) I 1 I I I I I I I � I I I i I 0 I � I I I I I I .. b2 � frd 4 I A T Q I I I I I I I I III I I aim Z � o a w 1 fl o a Q 3 w z 3 o w kY d Ragg ' - •�T"'71 p.::;a'��yr A v bb . Wood L�� w Ff' O I Z a 1 f i Fgg 4' ° IH. EIM ® ®0 CD a� L f1? zt Z 0 U Z En 7 W H tq 7 ZU UO U a E ! Jill J Q�ee� gs9 ss€ F p� $ e ° ■ 3`s �¢¢ ¢e¢s I �S¢ CD @y�l� �i a � �'a � a e s� oyas� a oo '" o b � _ •_ °'y �e sg° PgggbG s y�g a� s WzF _ `e_o o o 3 - ��og��m>��� LU pw a gtc $ fit. 3 a s :iE s'�t zw F c b tw e R. �� s�.. m i�k� �: �<y� do s� is * egg s = a o0 0 °g J �x's5'ss = €:��g g 5 $g 'a` z a pang �e�oF ��Y91 HH€ �e M $ l aYs ep a'x :s J F i Z J 1 { e d F 1 ?•" _ —._ f�. - ICI ri a Mom �]: a F 7 MPH -T,111 � . g. tr, m�a. ss Qn z 0 U� En Z W z 7 Z U OO a U a H z W W oD N H a Q f7 z_ 2 It O LL w W a I 3 I J Ix 3� W^ W F ;s C3 Z LL U is t W a€ grim I a I $�Q E:� !H JRI£ J -✓ $ue O 1 tr, m�a. ss Qn z 0 U� En Z W z 7 Z U OO a U a H z W W oD N H a Q f7 z_ 2 It O LL w W a I 3 I J Ix 3� W^ W F ;s C3 Z LL U is t W a€ grim I a I $�Q E:� !H JRI£ J Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 022 City of Federal Way Sitework Revisions Revised Date: 2/6/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 bays This proposal covers the cost of periorming the work. It does not Include any cumulative schedule or cost Impacts. Cia), reserves the rl o combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. f TOTAL - Change Order Proposal ADD: $ 30,297 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax ners B P.O. Box 2946 .' /at.- Sp B ! 4 I City of Federal Way a a pe Dal By: Date: LMN Architects / By: --- ��f�r —t►� Date: 4' /'`% JOB FILE 151700 - Change Proposal Page 1 of 1 ) § � | | | ! � J � � k .■ @aaaa � i � • k 7 # k / im - E | E | � i FP ■ � � �_ / $ ■■ � ` %q-gco / x E ■ & � E , ! � mm mmm�� � � k .■ @aaaa � i � • k 7 # k / }aaaga . ` @ @�# # ;I� ■■ ■ %q-gco / a k IT PIP & � � § § - . k § $ � � � ® ■ ■ k�� y v I ,�, , ! mm mmm�� � � k .■ � i � • k 7 # k / $ /�2 . ` � / § w � 0 0 0 � � c g 0 ■ . � R � � k � i � • k 7 # k / $ /�2 . ` � / IT F _ § - . k § $ � � � ■ k�� y w � 0 0 0 � � c g 0 ■ . � R Contractor's Name: TEKNON ELECTRIC 1/31/2017 Project: FEDERAL WAY ERFORMING ARTS & LVENTS CENTER DATE: Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: PR -022 CONTRACTOR'S WORK EXCLUDING MARKUPS 1. Direct Materials 2. Sales Tax on Materials 0.00% of line 1 3. Direct Labor 4. Direct Supervision (hourly workers) 15.00% of line 3 5. Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 6. Small Tools & Consumables 5.00 °!° of line 3 7. Rental Equipment 6. Sales Tax on Rental Equipment 9.50% of line 5 9. .Owned Equipment - 10. SUBTOTAL {add lines 1 -7j 11. (Delays Onip) Field Office Overhead 0 Days X Rate 12. PRIME CONTRACTOR SUBTOTAL (Add Unes 10 S if) _ [$1D,228.72 _ � SUBTOTAL (add lines 28-31) $0.00 $0.00 Profit (From Profit Worksheet) u ($376.88 T ..._ .._•• {$56.50) 36. Contractors Insurance $0.00 y - Contractors Bond Premium „ , _ $0,00 SUBTOTAL (add lines 34, 35, 36 & 37) $0.00 $0.00 0.484% of line 38 40. $0.00 •.W'._ R . .... .. ........ $0.00 _ „• th, - 7 3:.) SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS 13. 14. 15. 16. 17. 18. 19. 20 21. 22. 25. _ 26. 27. SUBCONTRACTORS' SUBTOTAL (,Add lines 24-26 Remarks: r3asncl.n ..1r., ---- .i........ Home Office Overhead (G&A) 12.00% of line 30 32. SUBTOTAL (add lines 28-31) $0.00 33. Profit (From Profit Worksheet) u $0.00 T ..._ _,. . $0.00 0.000% of line 34 36. Contractors Insurance $0.00 y - Contractors Bond Premium 0.000% of line 34 $0,00 SUBTOTAL (add lines 34, 35, 36 & 37) 39. $0.00 0.484% of line 38 40. - R ted T' Ext ' i Li i $0.00 - $0.00 p $0,00 $0.00 CONTRACTOR MARKUPS RevlslonslComments 28. Contractor's Work (from line 12) 29. Subcontractor's Work (from line 27) 30. SUBTOTAL (add lines 28 -29) 31. Home Office Overhead (G&A) 12.00% of line 30 32. SUBTOTAL (add lines 28-31) 33. Profit (From Profit Worksheet) 6.00% of line 32 34. SUBTOTAL (add lines 32 & 33) 35. Contractor's Builder's Risk 0.000% of line 34 36. Contractors Insurance 1.000% of line 34 37. Contractors Bond Premium 0.000% of line 34 38. SUBTOTAL (add lines 34, 35, 36 & 37) 39. B & O Tax 0.484% of line 38 40. TOTAL COST Add Lines 36 A 37 R ted T' Ext ' i Li i .4- ime erasion n no 1 equals. d _ Work IJayS Calendar Days (Check one) Attach Justification (Schedule Analysis) For Each Time Request. Signature &Title of Preparers %fl! /PB %'t/tAerb - to a�hot ga O $0.00 _. L. _ ....__._ - .. !�.R!� • f� 'ii 19 72 ($10.836.72 .4- ime erasion n no 1 equals. d _ Work IJayS Calendar Days (Check one) Attach Justification (Schedule Analysis) For Each Time Request. Signature &Title of Preparers %fl! /PB %'t/tAerb - to a�hot ga O "II S OF WOR'K FOR QTR( UN17' MATERIAL LABOR COST RENTAL EQUIPMENT PRIME CONTRACTOR Drift Cost - "folal Cost . Hdy mate HWVnR I Total Cos! fJa ` Rate Total (Sheet E101 Site Plan - Power - - -- I 1) Delete 30' 1" pvc conduit _ 30 fl _ $0.262_8 ($7,88) $65.71 0.0760 ($149,82 _ 1 Delete 30' #10 wire X9 wires -' - ^R270 -ft -- - - - -� $01563 ($42.20) $65.71 0,0087 ($154.35 ) 1) Delete (6) S9 fixture labor _ - -6 ea - .__ _ _ $65.71 0. .... ....... 2000 ($78.85 ) - - S9fixture are not relunable but the 6 ' - -- --- will be lap onslte as spares IDelate 3/4" Conduit for S9 _� -- -- -55 ft - $0.1800 ($9.90 ) _ $6_5.71 _ 0.0600 $218.84) (Delete #12 THHN for S9 x3 wires=• ^ - - -_ 180 -- - -- $0.1008 $18.15) - $65.71 - 0.0087 ($102.43) -- Add 1" conduit for required stub - - - -__ 86 - ft -,_- -- -- -71 0.0760 $429.48 `- ---- - ----- S-' - --p - -.._.. _ $0.2628 $22.60 - -- - - -- - --- - -- - -- _- Add 1 " GRS 90` for S9 runs vc - --- ---- -- wrapw 1 ea $17.7000 $17.70 $65.71 0.4400 $28.91 _ ._... ---- - -._._ _- - - - - - -- - - -- - - -- - - - -__-- __- t - - - -- - - -- -- - ML" end caps for S9 runs 1 ea $1.8900 $1.89 $65.71 0.1400 $9.20 Add 1. terminal adapter 1 ea -- $0_4800 - -_ -_ -$0.46 $16.49 20 mll corrosion protection lie - - -- _ - - -- 1 - -roll- $29.6000 $29.60 2)RDelete (9) S5_fixture labor -~» - _ - - -� -9 -- ea - - -' $65.71 _ 0.2000 ($118.28) _ M (Deductive for S5 light fixture -1 lot $3,000.0000 ($3,00000) -_- - -M -' Delete 3/4" Conduit for _55 - - -- - - -70 ft _ » ". $0.1600 I $12.60) $65.71 0.0800 ($275.98) - -� -- Delete #12 THHN for S9 x3 wires -��- - -210 - ft ` -- $0,1008 ($21.18) $_65.71 _0,0087 ($119,50) �- Add5'2 "eve "_ ft_ - $1.1304 $5.65 $65.71 0.1060 $34.83µ Add 2. GRS 90' wrapped 1 ea $43.4800 $43.48 $65.71 0.6950 $45.67 Add 2" End Caps 1 ea $5.4700 $5.47 $65.71 0.2000 $13.14 Add 2" terminal adapter 1 ea $65,71 0.3530 _.__ 50.8800 $0.88 - $23.20 3) Deleted (4) S10 fixture _ _ ___-4 __ _ _ $65,7_1 0.200_0 ($52.57 Deductive forS1011ghtflxture �_ -_ - -1 loth _- $7,351,260_0 $7,351.20)- - _� -� ' -- ------ - Delete 3/4" Conduit for 810 - - -47, ft - - -_ $0,180_0 ($8.46) - $66.71 0.0600 ($185.30) Delete #12 THHN for S10_x3 wires 47 Y• ft _ _ $0^_1008 $4.74 s $65.71 0.0067 - - ($26,75) Add 2" pvc conduit for stub -- -� -- -- 60 -ft ,_ -$1 1304 $67.82 - $65.71 0.1060 $417.92 -� Add 2" GRS 90" wrapped 1 ea - $43_48110 $43.48 $65.71 0.6950 $45.67 ea $5,4700 $5.47 $65.71. 0.2000 $13.14 Add 2" terminal adapter $65.71 0.3530 $23.20 1 ea 50.8600 $0.86 Add 2' female adapter - -- ° - -- - - - -_ 2 __ ea _ $0.873_6 $1.75 - $65.71 0.0180 $2.10 2,locknut- _________ __ - -� ea- -- $0.5185 $0.62 - $65.71 0.0160 $1.05 4) Adjus! location o1(8) Sla Rxlures- no - --__.� carpe Total Retrt OWNED EQUIPMENT -- --- ---- -- - �- -- - -- - - -- -- «--- - ._---- ---- -w ------ -- -... _ ..--- - - - - -- 1]s -Rate - Total - -- ---------- --- -_- .___- �_ »u - - - -- ---- I - --- _.___--_.. F- - ---------- -- ------- ---- -- - - ----- - - ------- - DIRECT PRIME CONTRACTOR'$ TOTALS ($1(1,228.72) ($376.68) Tab rttlrd TOTAL EQUIP MENT NORTH I COAST E L E C T R I C COMPANY TO: TEKNON GOVERNMENT SERVICES 15443 NE 95TH ST. DBA: TEKNON ELECTRICAL SERVICES REDMOND, WA 98052 -2548 Page : 1 of 1 Change Order Project: FEDERAL WAY PERFORMING ART CENTER Date: 11/14/16 PO #: MK0123001 Change #: 10 Freight In Exempt: No Total Change: - 3,000.00 change Type Quaaisty Description Unit or Lot# Unit Price Ext Price Change Ami J S5 39 IVT704 -KLi- 841 -FL -B2 INTENSE 16,473.713 16,473.71 - 3,000.00 Prev Qty Change Qtv New Qtv 48 -9 39 ** Lot Price changed from 19,473,713 to 16,473.713'* ** Quantity changed from 48 to 39 ** Quotations are Net without written consent of North Coast Electric Co. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The price offered In this bid reflects Seller being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result in the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric reserves the right to consolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. Payment: NET 30 DAYS FOB: FOB SHIP POINT ` Freight: No Freight allowed unless noted otherwise Deliveries may include Fuel Surcharge Some Items may include sales tax Acceptance of this quote in any manner indicates buyer's acceptance of all terms contained in this quote and NCEC Standard Terms of Sale (NC055) http:// www. northcoastelectric .com /NC055.pdf 111 NORTH COAST ELECTRIC MAIN PHONE 425 -641 -3400 1617135th PL NE BELLEVUE, WA 98005 -2308 Printed By: Jasmine Baker Total: - 39000.00 Authorizing Name: Jasmine Baker File Number: #Li- 092115 -16507 DELETE (9) S5 FIXTURES PER PR -022 NORTH a COAST E L E C T R I C C O M P A N Y Change Order - Quotation TO: TEKNON GOVERNMENT SERVICES 15443 NE 95TH ST. DBA: TEKNON ELECTRICAL SERVICES REDMOND, WA 98052 -2548 Page: 1 of 1 Project: FEDERAL WAY PERFORMING ART CENTER Date: 01/11/17 PO #: MKO123001 Change #: 25 Freight in Exempt : No Total Change: - 7,351.26 chase Type Quantity Descrlptlon Unit or Lot# Unit Price Ext Price Change Arnt S10 1 DEDUCT - 7,351.260/EA - 7,351,26 - 7,351.26 Prey Qly Change Qtv New Oty 0 1 1 ** New Item ** Quotations are Net without written consent of North Coast Electric Co. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The price offered in this bid reflects Seller being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result In the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric reserves the right to consolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. Payment: NET 30 DAYS FOB: FOB SHIP POINT Freight: No Freight allowed unless noted otherwise Deliveries may include Fuel Surcharge Some Items may include sales tax Acceptance of this quote in any manner indicates buyer's acceptance of all terms contained in this quote and NCEC Standard Terms of Sale (NC055) http:// www. northcoastelectric.com /NC055,pdf 'From: 111 NORTH COAST ELECTRIC MAIN PHONE 425 - 641 -3400 1617 135th PL NE BELLEVUE, WA 98005 -2308 Printed By: Jasmine Baker Total: 1 . 7,351.26 Authorizing Name: Jasmine Baker File Number: #Li- 092115 -16507 PR022 -S10 These items are not orderedl To complete this order, sign below and provide a PO # for the order. Signature:. GERDAU REINFORCING Contractor: Garco Construction, Inc Date: Job Name: Fed Way Performing Arts Ctr GERDAU Job M Extra # 12 Description: PR -22 Sitework Adjustments (2/12/2016 15W466 Labor Impact: Quanti Unit: Unit Price: Comments: Extended Price: Reber (5 )lHours 1 $ 79.20 $ 368.00 $ 1368.001 Other: Sub Total = Overhead & Profit @ N/A Total Extra To Contract = Unit: Unit Price: 2 Hours $ 75.00 Each $ 500.00 Price: $ 150.00 $ (670.00) $ 670.00 2306 B Street NW Phone: 253.833.9060 Auburn, WA 98001 Page 1 Fax: 253.394.5201 I AQJk L,^,NQSC—_API I' C;, INCi . 10524 "A" Street South, Tacoma, WA 98444 j Phone: 253 - 536 -9393 * Fax: 253 - 536 -9492 Date 11/16/2016 Garco Construction, Inc. j 4114 E Broadway Spokane, WA 98032 Attention: Daniel Lampert Federal Way Performing Arts& Events Center Regarding: SLI # 1 - PR -022 Dear Daniel, In response to your request for a proposal for a change at the above - mentioned project, I am pleased to quote the following: Below is the Credit for the Landscape revision in PR-'022. Attached is the break down for reference. Labor, -22.2 hours @ $38.00 per hour: - $843.60 Equipment, 6 hours @ $95.00 per hour. $570.00 Materials, See attached back up. - $2,287.00 Sub Total: - $2,560.60 _Overhead/Pr fit $0.00 Total: - $2,560.60 i If you wish SLI to proceed with this change prior to our receiving a Change Order to our subcontract, please slgn below authorizing us to proceed with the work, and forward a change order to our office p as soon as possible. t If you have any questions please do not hesitate to contact me. I can be reached at 253 -536 -9393, extension 104, or e-mail at bdrea @specializediandscaping.com. Thank you, l Bill Drea Project Manager I 1 Garco Construction, Inc. Date I � w � W O s O O p8 Vpl 4 �c W gck p p 4i bi N W M N W p N N N to M N M g o 8 8 8 o$ 8 8 8 S 8 8 8$ S o 0 o s 8 8 8 8 8 8 8 8 �39 a6aaa38 999999 g g g g g 1 a grgggg ow we IL C W 8 n 7 o N oo' N o o 49 o o a 3 s ��4 � � ��g0 N p S F Q N N N N LL m c m° R H qm E rr, EL mc n�o�00a�� 0. q3 L°B E E"� >a as o � m ol Wa S a A Transmittal l,fT n ­ .......... ..................................... Project ......................................................... -1- .................... Federal Way Performing Arts and Events Center Prqect No. 12066 -MR Date November 13, 2016 Daniel Lampert Garco Construction 4114 E. Broadway Spokane, WA 99202 509.535.4688 rom Thomas Gerard LMN 801 2nd Avenue, Suite 501 Seattle, WA 98104 206.682.3460 j CC Brian Fyall 1 PJ Santos Ryan Borman Seth Borman ...........................,.................,.........,.,,,................................... Subject ..............,................ FWPAEC PR -022 Sitework Revisions for Future Stair Via Info Exchange purpose For your use and distribution Remarks Modifications are made to the southeast corner of the site to accommodate a future stair by these revised documents. Conterits QTY Descriptror•, Dated 1 A100 - PR 022'pdf 11/3/2016 1 Civil - PR022.pdf 11/3/2016 1 E101- PR 022.pdf 11/2/2016 1 E102 - PR 022.pdf 11/2/2016 r 1 E704 - PR 022.pdf 11/2/2016 1 FWPAEC PR -022 Sitework Revisions for Future Stair.pdf 11/11/2016 1 Landscape - PR 022.pdf 11/2/2016 r� Proposal Request ILL n Project Federal Way Performing Arts & Events Center Project Number 12066 Location Federal Way, WA To Garco Construction City of Federal Way CC1 tractor 1145 Broadway Plaza, Suite 1340 33325 8th Avenue South Tacoma, WA 98402 Federal Way, WA 98003 T 509 535 4688 T 253 835 7000 Frcm LMN Architect 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 [X] Architectural [X] Civil [] Structural [] Mechanical [X] Electrical [X] Landscape This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below. All other conditions shall remain the same. Description: PR -022 Modifications to accommodate a future stair at the southeast corner of the site. If any work scheduled to be deleted from the project scope below has already been installed, the Contractor is directed to leave it in place unless it will be visible above finished grading. Architectural: Sheet A100 Architectural Site Plan 1. REVISE southeast portion of site per Civil, Landscape and Electrical changes following. Civil: Sheet C301 Site Plan 1. DELETE Wood Plinth Seating 2. DELETE Slab on Grade Concrete stage and associated retaining wall and curb Sheet C303 Horizontal Control Plan 1. DELETE Wood Plinth Seating 2. DELETE Slab on Grade Concrete stage and associated retaining wall and curb Sheet C401 Grading and Drainage Plan 1. REVISE Rim elevations at CB #005, SD Wye #001, AD #005, SDCO #001 Sheet C403 Finished Grading Plan 2. REVISE Grading at SE corner of site Electrical: Sheet E101 Site Plan - Power 1. Relocate receptacle from southeast corner to nearer the center of the south plaza. Sheet E102 Site Plan — Lighting 1 Delete (6) Type S9 fixtures and associated conduit and wiring. Retain approximately 5 feet of conduit, stub and cap as shown on drawings. 2. Delete (9) Type S5 fixtures and associated conduit and wiring. Retain approximately 5 feet of conduit, stub and cap as shown on drawings. 3. Delete Type S10 fixtures at seat plinth. Retain homerun conduit, stub and cap as shown on drawings. 4. Adjust location of (6) Type S5 fixtures at southeast planting approximately 3 feet to match new location of trees. Sheet E704 Schedules — Lighting Controls 1. Revise Site Lighting Relay Panel Schedule per changes made on sheet E102. Relay LCP- 4 \r001 is made Spare. Landscape: Sheet L103 Materials Plan - Southeast 1. REVISE Eliminate concrete stage area, ramp and associated paving. Replace with turf lawn area. Sheet L203 Layout Plan - Southeast 1. REVISE Layout at stage area Sheet L303 Tree and Groundcover Planting Plan - Southeast 1. REVISE Turf lawn area to extend to back of existing wall 2. REVISE Trees removed to accommodate sitework revisions for future stair Sheet L307 Shrub and Perennial Planting Plan - Southeast 1. REVISE Shrub and perennial planting at Stage area Sheet L309 Planting Schedule 1. REVISE Quantities of plant material to accommodate sitework revisions for future stair Sheet L403 Irrigation Plan - Southeast 1. REVISE Irrigation at turf lawn area. Sheet L503 Site Sections 1. REVISE Site section 'E' at turf lawn area. Sheet L504 Site Sections 1. REVISE Site section 'F' at turf lawn area. Sheet L506 Seat Details 1. REVISE Entire sheets of sections, elevations, and details to eliminate wood seating plinth. Sheet L507 Stage Details 1. REVISE Entire sheets of sections, elevations, and details to eliminate stage. Sheet L508 Stage Details 1. REVISE Entire sheets of sections, elevations, and details to eliminate stage. [X] Attachments: A100 Architectural Site Plan; C301 Site Plan; C303 Horizontal Control Plan; C401 Grading and Drainage Plan; C403 Finished Grading Plan; E101 Site Plan — Power; E102 Site Plan — Lighting; E704 Schedules — Lighting Controls; L103 Materials Plan — Southeast; L203 Layout Plan — Southeast; L303 Tree and Groundcover Planting Plan — Southeast; L307 Shrub and Perennial Planting Plan — Southeast; L309 Planting Schedule; L403 Irrigation Plan — Southeast; L503 Site Sections; L504 Site Sections; L506 Seat Details; L507 Stage Details; L508 Stage Details, .................................................. ............................... Issued By: Thomas Gerard 11.11.2016 (PR -022) ......................................................................................... ............................... ..... _ _.....,..,,.............. Ai chitect's Kepi esentative Gate D;stributinn- Gar--o Construction Lo,ax Partners j \ ) IMMIS ±wCy wa» HiMS � �r I(M � I .� � � L: §W % u \� R / (� - U3 5 «! �w 2ƒ . L2 ■ § 9� R. © -- ���� �/� \� R § En _ u)\ r ... ! \[ � �r .E Hilt �Ji I L: §W / u \� / (� . U3 5 «! ,. it �. L2 ■ § .E Hilt �Ji UOSl 3?:''-3HIiH�1YY wl w- w w z.. x U r� I � �1 I I I I I I C�_ i o� l l Ej_ ti 13DHIS HALE'S e 5 3s� e; e M O g � o3i J WR Qoa 'In LLI Z & �S Q L yy RS t f I�t i.,yS y v €Y..o�si� O ul rn LLI €€ba F- Z 3 Y W k o i Z 0 00 e 5 3s� e; e SS k o3i WR — i R C � g'• f I�t i.,yS y O 3 F- Z 3 Y W - o i Z 0 00 g 00 LLI �t z a �� a ❑ Z uY x° � a a 00Ga i ix o w w g za - a i z F z W U e 5 e; e SS k F� WR zal 336 - JrCHOW Wj U) �a LLI 0 F- D 0 z Lil Cr 0 I It gee Clq si 0 0 3 U) z 0 U) C) Z) U) D z (.) 00 U 0 z LU a Z of 0 LL LU a. W W F- a Z Hg LL W LL CoA,i.10 x&07. 7Cff LU T E ®3ae bOE� �ffi' w w� U �1 1 1 N f' I� mi x ,l '1 u3u W oaow m5 F. s"�o yYo's O gm`„'ONgw.� Z C�: � wpgCo�o Z w - M M J IE `m m 0 IL m m o al F(7 a US 1e� NN Z O HO U F- �Z W F D N C) 00 000 J As 2g Q � 2 W 0 ng Z c., LL U g: a@, 'I, e L f e a E s .g 5 §° z? £? W g �. J MUNNI (1 )1 � 1 1 � { ! ` I J) < _.._.._.. /. _ !, ! � ? ��\ - �, { !| §, §\ ! (\ w � k � 2 F s � Ix | a | k � )§ §� w§ Q . � � � ! � 6 a- r ` \ Al \ /\ 5 \\, ■ . _ _ \ /§§� §! Z J § \ \( z - ; ) } 2 U k ƒ) � \ , { !| §, §\ ! (\ w � k � 2 F s � Ix | a | k � )§ §� w§ Q . � � | ! � r ` \ . .. 5 q ■ . f §\ 2 §! J A� o ova ZO u rw "I G -'� o� z w sae „yg� a of z a$nuws ��e a n Z ? ooz 21 Q U zooH-H W z ` S -M?9 W W a aua` p 0 3w 590 W. o -w N HaeEOso M`- - e° z3 o �i „`O °6& - - H z O FU) Uz 7 W U) D z U 00 UD >z LLI W 3� F a C) z O W a LU Q r 4 i d C� z LLJ x s y r° 3 w 2 szp E J -H O M J Q w 0 9 � Z w Z a v a o j m o c w of m CL ' R i 3;3 i §�isp J _ — g�hm JJ +p 3 i i gg 4 U S Mo LA o { oo ®Oo ® GO z O FU) Uz 7 W U) D z U 00 UD >z LLI W 3� F a C) z O W a LU Q r 4 i d C� z LLJ x s y r° 3 w 2 szp E J -H O M J Q w 0 � Z w Z a v a o j m o c w of m CL ' R i 3;3 i §�isp J ryey — g�hm z O FU) Uz 7 W U) D z U 00 UD >z LLI W 3� F a C) z O W a LU Q r 4 i d C� z LLJ x s y r° 3 w 2 szp E J -H | !!| ! < ■, (( || l.I, ,! } } | § |) \!; \ () § \ ■{ �� ■![4§ |( \ \\ M O � � I )m \\ )[ w k r � $ 2 § L )§ \� §L ¥ LL Q N | t I�� | ■! !, � q x )!i C & J �} »#! ,,. rl,= \}J °; {^§; :.. [2y5 e gr aJ § § \} \ %( §( # | !!| ! < ■, (( || l.I, ,! } } | § |) \!; \ () § \ ■{ �� ■![4§ |( \ \\ M O � � I )m \\ )[ w k r � $ 2 § L )§ \� §L ¥ LL Q N | t I�� | ■! !, � q x )!i C & J �} sit ---------- ----------------- W 0 z LLI 0 z Ix 0 LLI (L O LO -1 ul (7) Z F. U) Z LL, U) D Z (-) 00 C) ❑ LU Sj LU in z W Lu u- L) gLL ens y - 3 gg LU le EHNO � N, 01 -------------------- ------ ;:P fldgmlll 40 89 Re CD LO -j .2 Z 0 F- Z W z C) 00 ❑ P z w z 0 11 Ir LU LL w u j3 Z LL(.) W LL ml Ps C as Eng I 1�-+```y�-✓-'1�- �- ''�r�`_ ',rv'- 1r -'�'r : -`v ,�- �r- ''r'1r-�_''- l -`�r~� °,rte a8 onog looo Is N o J &g O W Si+�o S a;6 i r: �= R 6 1 IT 1 r, � + O o$ 1 CO O J N 0 En F �6➢ i 6� O C) N U Z 7 z EL U) D z U 00 U O H W z a a c� z 0 LL 0: W a 3 w i� sa LU W ~ Effs W W $ `? LL U g. 9 dL Z c W as C?a E E ssa., a NI A o O O 2: II r 10 fn lilt O 0 100-0 .z P- Q Lr) .j Pl lV Z 0 �- U) C) �- Z W 00 L) ❑ A LLI W it s LU v I E egg, 5� Qh :yy a _ r P1 h'° z i .8°T s � a 2 3 t 5 1 Spa' °z R; Mo k 4 R �z 4 n _. 0"7 y 7- a }} e [M a` a ya1 8w o cs X ,M �0 Lo a N d m m S/ in s O U Z W H � N � Z U co UO F z w 0 z Q Q z 0 LL w w a i w ° Lu .3 j3 Z s. 1wi U , „. ' Z ESA w E a�sx I W v W a: 0 z Z(' (L z O1 z 0 P 0 zi W co 0 aU W Al UJI LU U3 8 SAV HOW OZ2 Iyr 1(0 -Z, Wpm q 0 12, W. W-0 it 020 p -:� 'z n 085 ru 2 WJ 0 0 0 SQ (Z) W3 z 0 W 28 W W .20 < <0 m< 1W -i z 'i U. (1) SOVS V 9 Q 0 QD 0 @ ji n t is r �7 0 (g) 0000000 & (2) 000 (D@ @ 886 @(F) (D io ® ®©® fll E; Cl) b Z -j (L W CL >. C-i _j < < cn W cc x W a W W LL C.) LL z I A z a_ W 1 HG eC C) Z 0 WW aF z LLI j Z W LU 0 > W LL to z I 0 Z W COO z 0! 00 C) 0 W �i I I I 0 91 I W v W a: 0 z Z(' (L z O1 z 0 P 0 zi W co 0 aU W Al UJI LU U3 8 SAV HOW OZ2 Iyr 1(0 -Z, Wpm q 0 12, W. W-0 it 020 p -:� 'z n 085 ru 2 WJ 0 0 0 SQ (Z) W3 z 0 W 28 W W .20 < <0 m< 1W -i z 'i U. (1) SOVS V 9 Q 0 QD 0 @ ji n t is r �7 0 (g) 0000000 & (2) 000 (D@ @ 886 @(F) (D io ® ®©® fll E; Cl) b Z -j (L W CL >. C-i _j < < cn W cc x W a W W LL C.) LL z I A z a_ W 1 HG eC C) Z 0 WW aF z LLI j Z W LU 0 > W LL to z I 0 Z W COO z 0! 00 C) 0 d C, IT 5 W 30 Z 'z a3 �9 �a 1 I � I z i s .:TI. , off.•_ s� LL N Z� aE , WI N Ad Qo J ,, �} 6 3nv Suva o ° o Sze wQ 9 ® J LL ° 2 F o 0. g, a OI V� is �7m2�W �o¢ a- 7 Z �Z5m nob 08 QW� ¢ ¢ ? ° U �fl _ n 0 U Z fL J J 0 ir 0 U J F- Z 0 LL 0 on a W �¢ d Q3 Q 3 N J J F¢ 1 ¢�W S 0 W LL a z Z Mai ye. 0 $� LL W� aW QW �a �~ Z E_ W 0 W LU LL ca ¢¢ Z J 00 NF- ~ Z 003 2ULL O U Z J W 0) 7 Z U 00° V a z - jA a J HR: 1 z °--w Q �3 ay33 1f� 3 NJ T hit Y 00 W F0 Zi r W c5 W I� I` a z a z 1 ® • • Q CL Z z O sz z 0 P Z� �Eme. >, _� I; r! ; r .vgg- �s�s..yrpn 1 z °--w Q �3 �W 3 NJ w Y 00 W F0 Zi xY. 9 W c5 W a a z m� \_r Q ..... Q CL Z z O a z 0 P Z� �Eme. >, _� I; r! ; r .vgg- �s�s..yrpn 2F R L Q 'lLy 3 -Y ZI r 'A a0 V1 v M . o LL W � Z a rSI }z aW , ' Y�Y7 rx d�st� Ak $e la i+ zr I6 9A'd HUOZ I I Qua 614 till gj a Z LL MliIR NN! o O p tr �"44 DEL ^:xan z °--w Q �3 �W 3 NJ z7 Qm 00 W F0 Zi W c5 W a m� \_r Q ..... Q y Z z j a o LL W � R o= Ma A �U r? O Vi B z o< Qa LU z C7 (9 ZQ J s <a s€ <X x w00 a z a ir F-1 4 Q 8a g5= 0 W cn ¢ a- 3 z °--w Q �3 �W 3 NJ z7 Qm 00 W F0 00 W LL W c5 W m� \_r Q ..... Q y Z z j a o LL W � aW }z aW , 3U i F Z� W W LL of 7� m O { x _ P iF ar F� end W- o o c) ci ol �1 =a W�WOppo Q 0 'dY Fn z n qg seg`�o4 xg lu e e - 8 g I� a_o�ry oil h1 k Ln LL r N " �..T Airy e � W �3 � a 3 3 I f x _; Q �w jr l � W w- A -- -- -- , W cc i 2 wry 7 i 7 I Ir ZI } i 8 -errs I 11 Q IL N 1 1 �. _ x wr d I F It Y} Y I I € wo LL � a� � � �Yidr�� x a : � e �+-• ° rl � � i IY Z W i I I'83AV HIM T I� � as 2 M O 0.� I z O Q C7 ❑ W z I li a a §ne i m $=IP z 0 C)F U 7 Z W z 0 Z 0 000 I j a Z � O 5 Q Qr pII W W a aw U ga Z` W 9 LL 06 18 O I L� iA Eaxs RPH � - -� -- � �� - - -� T" O r � \w # w§ ; �§ ` .. ! §� ! ,!! } !!( ! k, \\ §) w � � [ � « 2 s & a � �w ) w§ ); I LU ieI|I f|! C & E J =! m! ) ■ t &§ E 4 < / � - -� -- � �� - - -� T" O r � \w # w§ ; �§ ` .. ! §� ! ,!! } !!( ! k, \\ §) w � � [ � « 2 s & a � �w ) w§ ); I LU ieI|I f|! C & E J =! 0 HE°.o M-2 N12°„° �goao .y�W 28. ,s e� W9a' ss SIT, aim m AM e`s 5.31M ST a0 g w� ��e aw3'g 5H =z@ Eli gda � o0 S. 316TH ST ii 0 T" W ZO <z a� wx 4. F- iD kF fn J �i! a f Z O H� UZ 7 W H� N 0 Z U 00 N H z >w W o!! H a z z 2 re 0 LL w CL 3 Iit 3k w- w Z LL 0 =s 0 W ail W_ s IN -EM J MI 0 A a �e II a� a UNION aii0m 11111 = a II■ ICI ■II iu 11 o� a INS N I III I I MINIMUM 11111111,111111 Y oil III IIIIII 11111 ail a' 8 s� a� L W C J Zz0 W�� UFO aB n�U to r Z� UZ 7 W U � ZU OOo Z a O Z O W a a 3 J f W s6 {} l 1Wi U r: A a �e II a� a W aii0m = a E ; e as, ICI ■II N I III I I MINIMUM 11111111,111111 IRS oil III IIIIII IIIIIIIIIIII a Milli I 111112-11:111: 111 111 IN 8 s� a� L W C J Zz0 W�� UFO aB n�U to r Z� UZ 7 W U � ZU OOo Z a O Z O W a a 3 J f W s6 {} l 1Wi U r: A a �e II a� a W aii0m = a E ; e as, ICI ■II N I I MINIMUM a Milli I IN 8 s� a� L W C J Zz0 W�� UFO aB n�U to r Z� UZ 7 W U � ZU OOo Z a O Z O W a a 3 J f W s6 {} l 1Wi U r: A a �e a� a W = a E ; e as, Has, Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Perlormiay Arts & Event Center PA 024 City of Federal Way Additional Structural Bracing Date: 24=17 lasued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 29411 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. AN labor, materiel, labor and supervision necessary to execute the work rewesled by owner in PA024 2. Bond IL SPECIFIC EXCLUSIONS 1. Washington State tales tax C. SCHEDULE IMPACT ��t =a1 g { r~vrl� I. do ollrcis 1 Ihs aumu TOTAL. - Change Order Proposal or cast moo ADD: Mm jj �� �"L(� ✓ SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. fora ra P.O. Box 2946 Spokane, WA 99220 8 t3 ` City of Federal Way ie at$ By: Date: LMN Architectsj� Date: if 7 JOB FILE 151700 -Change Proposal Page 1 of t d c c � o v � � � 0 V 0 @ ■ r ■ ■�.. . _� » \� /�._ Ir 2 � , . : . � . �) k � � § 2 = . � § I , § a � � � I � $ , L} I � \- \ ` { �\ � \ � \ � � � � ! � � B � k �� . >.- �----- ,�, —... - . �j.�? • - _ _ ; � cc � ■ ■�.. . _� » \� /�._ Ir 2 � , . : . � . �) k � � § 2 = . � § I , § a � � � I � $ , L} I � \- \ ` { �\ � \ � \ � � � � ! � � B � k �� . I R 4 Z �6 I r a 7 { d I I R L � I F° N cy� L .S r ti 73 -3 Y 5� .m e 3 ProposalRequest Lm n .......... --.- ...... ............. I .......... - ................................ ..................... --l-I.I....... ...... - ............... Project Federal Way Performing Arts & Events Center Project Nurnber 12066 Location Federal Way, WA To Garco Construction City of Federal Way Contractor 1145 Broadway Plaza, Suite 1340 33325 8` Avenue South Tacoma, WA 98402 Federal Way, WA 98003 T 509 535 4688 T 253 835 7000 Fronn LMN Architect 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 [] Architectural [] Civil [X] Structural [] Mechanical [] Electrical [] Other ..... ............................... This supplement when executed forms a part of the Contract Documents and modifiesthe original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below. All other conditions shall remain the same. Description: PR -024 Additional Roof Beam Bracing Structural: Add bracing to roof beams otherwise susceptible to wind uplift as follows: 1. Sheet S202 Mezzanine and Low Roof Framing Plan: a. Add bracing between Grids 1 -2 / C.8 -D.3 2. Sheet S203 Main Roof Framing Plan a. Add bracing between Grids RB -RC / R3 -R4. b. Add bracing between Grids RA.1 -1313 / R1 -R4. c. Add bracing between Grids 4 -5 / B -C. 3. Sheet S505 Steel Details a. Add new sheet with new details referenced from S2O2 and S203. [X] Attachments: S2O2 Mezzanine and Low Roof Framing Plan (Rev) S2O3 Main Roof Framing Plan (Rev), S505 Steel Details (Rev) Issued By: Thomas Gerard �7 01.10.2017 (PR -024) Revised 1/23/2017 ......................... ......... . ................. ........ ............................. . ................... ........... .... ............... ,................. ,........ Architect's Representative Date: Distribution: Gai eo Cnnsti uction. L=irax Partners t- rt t 1 54 51 6 15 4 ti + 4YJ �r r r � �o a v I 2 s kLss All g3 g. �j B< ®gig= a' H � d 3 'k Uas �e .d s cr BBB Fi m� Ea �B mg 3� �w 5� 0 4�4 N O U) zz z a g LL, Z LL a qZq O Z i�0aa r � �d: 1 z O Hz Uz 7 W H� U� ZU 00 U ❑ F Z 0 w W W w ¢?�O J F IR Z g6 ❑ ? LL od ;g 0 U a v,U u,E V)ZO . W .n @- �a. o Z e C �g E HUI .,URI T I r r r r I I 1 I ! I -- I 1 ! i ti to I I I a I I I al 5 p y 4 g =4 �Se ;� ehut ei ttux T I r r r r I I 1 I 1 -- I _ _ _® _ _ — _ � °tea ul to I I I a I I I al 5 p y 4 g =4 b �Y � EE f4 I 4 1J.v.,1 xw ^kMSJ � � uarri' � rr� a �: oza4 4 ,sue sz�sim I.wrl� uawraaea � upTl e. a IMA.wt I.lam4 ��4"w ��saw a„mt sr - - - - - -- -- ■f3 C r°-� Q gig I1 w -7-. i - -7 N lTlnJ f! * F 0 r I� �rrR r3 Q.'i J rJ+,Ai � � •Yhl 1�.P � a ; d � R•? r sa 5 B �L-- - -["ae r -1 - -- 1 - r- - p -- - _ w _ r -- laical' —. N7 xlu rte' �.ts"1 __ a.letnt _m a s aJJn1 _ 40 M I I _I - a.0 M! I - r I r t Na i i�ypt .utr' S ! !rr R i 7 11in r 1 i i4 � 4J I l A I v $ io WE I �a a?� Jy i as� 3 F_ M O U) z 0 a Ue O Z� Q � LL a z O HN Uz �w V) D z U 00 U0 a c� Z 0° O W H �U w W� W gg LL oD OU ul to W a a 5 ¢ �w g =4 �Se ;� ehut ei «* «±/ 2 u :| \ G®! /7- 0. 2«'! AN \� �! |�| C k. J| � O �. . 9 LU �. § .! . §m &, k � § E . § ) ; § ! |� ! J ) / ) } m ® !) Id ) § /§ ! ([ ) ( ) � z 2 § 0 aw �G � W ( LL§ § «* «±/ 2 u :| \ G®! /7- 0. 2«'! AN \� �! |�| C k. J| s Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 027 City of Federal Way Planter Wall Nollce to Proceed Revised Date: 311512017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of FeJeral Way P.O, Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Rofor to Scope descrlplion & PR Estimate 2. Cosis for work performed prior to slop work order and other related impacts. 2. Bond S. SPECIFIC EXCLUSIONS 1. Washington Stale sales lax C. SCHEDULE IMPACT: o Days This proposal covers the cost of performing the work. 11 does not Include any cumulative schedule or cost Impacts, Game reserves the fights to combine this change with others to analyze the cumulative cast and schedule Impact of the changes to Gareo's scope of wofk. TOTAL. - Change Order Proposal ADD: $ 10184 SUBMITTED FOR APPROVAL. BY: APPROVED BY: GARCO CONSTRUCTION, INC, P.O. Box 2946 Spokane, Wfiq 9 O B — r a s pert [Yale JOB FILE 151700 -Change Proposal Lorax era aIe: l City of Federal Way Date: LMN Archilecte By: Dal`,�I �l Pago 1 of 1 c1i� d c c � g 2 � 2 . o V 0 @ e � . �. � [ § § . 2 K §l§ ! . , , 6 ■5= � § e � 2. 2f L C cr ! ! / � 7 ! ! s . ■ § o. } di § . � . a # ■ #, �» 2 ■ # .; �19 - • , k. § LU - J ` � . �. � [ § § Proposal Request Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN r,. 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 81h Avenue South Federal Way, WA 98003 T 253 835 7000 [X] Architectural [] Civil [] Structural 1] Mechanical [] Electrical [X] Landscape Lmn This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifica1y shown and noted below. Mother conditions shall remain the same. Description: PR -027 Release 'stop work' of planter walls southwest of building Recap: 1. Work was stopped on August 311t 2016 due to possible conflict with 2% for the Arts competition. City has accepted artist proposal which leaves the planter wall in place as designed. 2. Direction is hereby given to resume work for this area. 3. See pdf attached for extent of work completed as of August 315t. Footing poured, one side of form placed. [X] Attachments: PDF entitled 'FWPAEC Planter Wall 8.31 -16' IssuedBy :......................... ..................... .......... ------................._................... ............................... Thomas Gerard 01.27,2017 (PR -0127) �Lx It o]= ji, E Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners Issued to: City of Federal Way LMN Architects A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax 2, Air barrier and Impacts related to this change directive C. SCHEDULE IMPACT: 0 Days PR No. 028 Stucco and Vents Date: 411 912 01 7 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 89220 This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts, Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 5,648 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lora ners P.O. Box 2946 Spnkane, W C3ate. B { City of Federal Way a ,pert L7 ke By: Date: LMN Architects B . Date: / G� •�/ q JOB FILE 151700 - Change Proposal Page 1 of 1 d � c 0 . v � � c 0 U 0 � ■ Mj I ! I ■ 9 � � k �. . � ■, ) § ■ , » §. � G � Ln 0 N . . ! im o ui ' ! I| � � ■ . � . § a 3 ' . . � ■ ' � § \� § �: \ � . � � 2 . !: to 4 $ B ! I ■ 9 � � k �. . � r OD is N 4 � nCF L c C sk -a t e �o 4 0. G y e4f � G J qp` O O i 'r s' MW Proposal Request Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 333258 ih Avenue South Federal Way, WA 98003 T 253 835 7000 �Lmn [X] Architectural [] Civil [] Structural [] Mechanical [] Electrical [] Other ..... ............................... This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14. 2015, and subsequent addenda only to the extent specifica ly shown and noted bclow All other conditions shall rema n the same. Description: PR -028 Synthetic Stucco Soffit Overhangs Drawings: 1. Sheet A701 RCP — Ground Floor (Excerpt): a. Exterior overhang soffit outside of Entry Vestibule 101. Provide venting on (3) sides as shown. b. At the soffit outside of Entry Vestibule 101, Provide a line item proposal to revise the exterior soffit finish at the main entry to Stolit Milano Ultra Smooth synthetic stucco from GWB -7 and paint. The stucco will also be painted as scheduled on the RCP c. Exterior overhang soffit outside of BOH Vestibule 153, Provide venting on (1) side as shown. d. Receiving 136 soffit /ceiling. Provide perimeter venting as shown. 2, Sheet A423 Exterior Details (Excerpt): a. Detail 16/A423 is annotated to show the placement of the soffit vent aligned above the lighting valence. 3, Sheet A424 Exterior Details (Excerpt): a. Detail 4/A424 is annotated to show the vent placement clear of the framing. Framing shown is diagrammatic. Advise Architect if vent placement will vary greatly from what is shown. Specifications: 1, Section 092513 Synthetic Stucco Finish a. Revise paragraph 2.4.B.3 &4 to read. 'Soffit vent (all conditions): 'Fry Reg/ et RCS 75V300A /umrnum clear anodized finish. [X] Attachments: FWPAEC PR 028 Synthetic Stucco Soffit Overhangs (contains excerpts from A423, A424 and A701) ................ ............................... ,................... .......................... ................. .................. ...................... .......... .... Issued By: Thomas Gerard 03.03.2017 (PR -028) S L) (1) EA O M ,N > ,U-) C ir- E > E :3 0 Q) !LL I. LU to C\l EP ro FA i CV z Ul J: LL 17 13 5 < 25 w >0 Z 0 0 F- LLJ tl uj m 2 In 0 LU c: cn tT mr ic lu LL LL 0 CO CL 0 U) F- LL LL 0 fn C\l FA c: cn tT mr ic lu LL LL 0 CO CL 0 U) F- LL LL 0 fn X:z Cl- m C\l < z LL 17 LU > < 25 w >0 Z 0 0 F- LLJ 0 uj m 2 In 0 X:z Cl- m I � 1 I y d q 1 a cz w IL w y 1 as Il SC�} LL lui cc LL 1` J� d O W80 m J I LL �. - -Ix w ¢.jq. U C� Ewa �� �I i! I i I I---- (IM "D ci��]IIIIIIIIP * Di Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR 030 City of Federal Way Water Vault Lids Date: S1412017 Issued by: Lorax Partners Issued to.- GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Install Water Vault Lid Supports 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C, SCHEDULE IMPACT: 0 Days This proposal covers Ilto cost of performing the work. It does not Include any cumulative schedule or cost Impacts. Garco reserves the dphts to combine Ills change with others fa analyze the cumulative Coal and schedule Impart of the changes to Garco's Scapa of work. TOTAL - Change Order Proposal ADD: $ 2,850 SUBMITTED FOR APPROVAL BY: APPROVED BY:% GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 B , ZL f1 C5 m y ate City of Federal Way BY :_ _.. Date; LIMN Archltec s B eta:' %tom JOB FILE 151700 • Change Proposal Page 1 of 1 �n d c c 0 2 � c 0 0 0 � � ! � to � ^ � �� \ e�. § ■r■ §� � ■� B � !�. _ \ ■ � I � � ƒ � � \ � ■ � e § k � � ! � ! m � � a � . | a ! � to ITEMS OF WORK OTY ,UNI% f MATERIAL ._ LABOR COST RENTAL EQUIiPPASNT Unh Cost Total Cast Hrly Flats 1, Hrs/Ur* Total Coast Da Rate 7eteE Field measure' field en�lneitgaL _« 41 EA 574 -82 1.00 1299.28 ;weld Angle Brackets (Drill a Prep Angle for Gas Springy - llnslall Gas S�rrinp ^__��— IlMectlon with Lakehaven Ironworker Per Diem-- ��- - -_ 8 _�-8 -_ _� 46 - 1 �«EA EEA to EA -- _ - - - -- , 174 82 $7482 $7482 $74 8-2- �$74.B2 « 1.50 1_00 _ _ 0.50 —0.50 t 1.00 $224.46 $596.56 $299.28 $149.64 574.82 _ - -- �y w Anle and �1Pnn$s_.W.._ waida ►__.- .___----- _--_.. Ironworker Trailer ._--- 1` .d -LS -- � __-- $300.00 -- - -- I $300.00 ------ � ,-- - - ---- ---- . —_--- , - -i � 13- sao:oo $50 00 135 00 s�ta.aD $150.00 $106.00 ....- ----- -- - -- ---- ----- ----- -- ---- ------- --- -- -- --- - _- -- -`_--- --- ». __.. -- -_ I - -- -_ -- -- _- ._...«... _ rota) Materials $300.00 Total Labor $1,781.04 Total Rentals $295.00 �P Proposal Request Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza. Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 81" Avenue South Federal Way, WA 98003 T 253 835 7000 ern n [] Architectural [X] Civil [] Structural [] Mechanical [] Electrical [] Other ..... ............................... Th s supplement when executed forms apart of the Contract Documents and modifies the original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below All other conditions shay. remain the same Description: PR -030 Modifications to water meter vault lids as required by Lakehaven. Discipline: 1. Sheet C500: a. Install water meter vault hydraulic closers on domestic and fire sprinkler. Total of four doors. [X] Attachments: Email dated 10 -18.16 With attached details, 6 pages total. ssue Thomas Gerard 04.13.2017 (PR -030) `r From: Brian Fyall Brian ®loraxpartners com dA Subject: FW PAEC - Water meter lids Date: October 16, 2016 at 2:29 PM To: Daniel Lampert danlQgarco com Cc: Thomas Gerard tgerard ®LMNArchilects com, PJ Santos pJ@loraxpartners cam Dan Thanks for the information on the water meter vault and lids. In lieu of replacing lids with aluminum door with closers Lakehaven will accept assisted closure sketch attached. Please price up both options and forward to me by end of next week. Thanks. LORAX oars n.,. X,W,W HU Ybkd A.4 SM01a tCM 2M 718-9371 cwt xe "94?40 Metro tit steel water meter lids F.. PAEC pdt Tl 6 / 44 &�- A t2.' �4, 4v- 04 ovVh � A,V., 4 y,' y W HO. Lap , ng ovA ,f4wv� U)z� - rA-TuC- Lid v�d, 0.39 Inch Ac 01arneter, 200 bs, Chrome 8Y ­19k MSC 10117/16, 22 PM Price: $33.85 ea. Qty: 1 Item Notes `33.85 j Add to Cart In Stock Sm Mtn t Xdraulic Dampers a fits sorinos ► Hassle Free Guarantee We'l exchange or refund any product that doesn't meet your expectations. Import - 0.39 Inch Rod Diameter, 200 Lbs, Chrome Plated Piston Gas Sprin 0,87 Inch Tube Diameter, 27.8 Inch Extended Length, 10 Stroke, Metal Socket Connection M 5h#: 61999146 WAte the first review I j %t IMPORT Type Gas Spring Brand: Import Capacity (Pounds) 200,0000 MSC Part #. 61999146 Extended Length (Decimal Inch) 27.60 Big Book Page N: 2= Stroke (Decimal Inch) 10.0000 Rod Diameter (Decimal Inch) 0.390 Tube Diameter (Decimal Inch) 0.870 End Fitting Connection Metal Socket Piston Coating Chrome - Plated ITT F-11-10 Product Reviews REVIEW SNAPSHOT® by PowerReviews Not yet rated. Be the first to Write a Review From the Manufacturer bow( hitp:/ 1www .msCdirecl.com /ProdudNalails/ 81999146 ?catalogVlew - true &item - 81999146 P 1 D.39 Inch :ad Diameter, 200 Lbs, Chrome 81999C)OASC From the Manufacturer N- 1 .lekww1ecouaa1 Is the information in this section helpful? Yes 1 No Wamfng "Warning, Not for use In Moddl Murphy Beds Sdnllar Keywords Slmuu Items lip �yehes r�e�v l3ryet� oe.. iliz one ON gUA21:1011M Hydmk Dampen d Gas "LlAdQUAWDO Spft e, ... olston = e zkm Oikkvkw QUILlwagoamill Imrron 0..ginches nll SW c. Hydraulic Dampers 8 Gas Spring ..... OUIC http.-/ Jwww. mscdirect_ com/ product/detalls1 819991467catatogVlew.truegitem- 81999146 10117/16,1122 PM Hydraulle Dampers 6 Gas Spnnpsl _.._ AYikvkrw wok (nP 0 0 Cldcas#le Precast' Delivering Rellabi ty 577 -LA I V -S' 9 £dth $Ida, 4 SIRS .. 'l - y.� -.1 { �Cy*%i ''•1 j _ ----- Sprinq Asaiated a y jp F y Fefh; }+, ' Gowanil9d A.:;Mm { 1 ! C �L" ti •r Plate co'er "� 'I 1�' �C. r' r , ! ,'k• :i y .� -/ LxUng Loich P A -Maff 7 1* k} �-- w --.3-D. �• -D_ a Place V s in Top w/ a Cap? 2 1/2' Ole Grand `a 3 /4' DiG. KpOC440al Rod K-=6 t b Each Side, 2 Stars 2 Places !n Flpar PLAN VIEW GGlvan;`ed 2 Each Side, 2 Sleas 1/2- Did. Llll Hole 8'a 23 KnacYouf Cal.angoa 'C• neon d, J' -D tq. I Eath Sae, 2 Sides - 2 Epos Sue, A 5ktas 2 Edcn Enlf, 2 Ends IL I•f -- f 1E E. ri fI e O I } i� r} _-Will ' } Gd.ml:ad � �. �. R�IliCq Iron 1. Dla. S,,mp I Eoch Corner, La 3/1' D;o. Knpcl,oui 2 1/2' Ole Ground Rod hnccYCUt 4 Corners 6 Each Si3e, A S:dee 2 Nadi In Roar SECTION AA END VIEW SCALE: 3/8" = V-0" t7.1 CIVM2012 f H&Wle Precast, tac, opauburn.com COVER No. 57-2-33F 2,150 to& VAULT No. 6"-BL is. 000 lbs. OPTIONAL COVER SECTIONS AN Cc� 2 12' lh" HINGE 5:CE 77i OPPOWAL SM BD STYLE COVER No. 57 -2 -33 2,igS lb.. Non Skid Covets Aval la ble FOR DETAILS, SIGE REVERSE >> Items Shwwn Are Subject To ChwVa WiT=l Notice L$Wo Cale: At," 2012 NO 180' Qocn 4 a' 111114M So( LOCKINC STEEL CGVM COVER No. 3771 -332P No, 37-IL-42-C W 3,000 . 2.900106. 17 VIOM2012 OkkWe Pan=t, Inc 577-LA �o 1. Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Perlonning Arts & Event Center FA 009 City of Federal Way Angle at Drink Rail REVISED Date: 51912017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Wuy P.O. Box 2946 LMN Architects Spokane, WA 99220 A. INLUSIONS 1. T &M work to add a stiffener angle to bottom of drink rap, 2. Bond A. EXCLUSIONS 1. WSST C. SCHEDULE IMPACT: o Day This proposal covers the cost of performing the work, II does not Include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope at work. TOTAL. - Change Order Proposal ADD: $ 1,994 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA A9220 13 y • 40 41 n m rt a; Lora rs Br. Date: City of Federal Way 8y: Date: LMN Architects jr �� Date: 51912017_ Ak JOB FILE 151700 - Change Proposal Page 1 of 1 8 "� V� 1 Lu N a � _ V '33 �S Ln =Uj'j yt: -Q n �3 o � u ZF N p C U i i w N N N N N P m' u+ m is X o A�� � Lu N a � _ V '33 �S Ln A�� � f DA � to Lu �9 i W _ 1 i � N n N N N P M L9 R1 N U � O Z � N r� 1� i Q Q N F p1 pf F WWiJ iq O/C CHECrKED x QUAUTY CUSTOMER SIGNATURE IMTIE CONTROL OF PF x -- PACKAGES: PAIN: NAME HERE TA� A BREMER , JN j� "�� TACC'kMWA 949 098225 ON,WA98312�E A OLYAtPUkWAA 5165673 PACKING � 572.5302 -1 0.4645302 373 • t.6ns73.2529 491.6930.1 600.6930 r..i ...� (253) (300) -2529 (350) -Ba0- SLIP Welding Supplies LLC (253) 572 -Ml I FAX (380) 479 -4265 FAX (360) 491.8954 FAX AUBURN CHEHALIS + 9640 C STREET NE 650 MY WEST ST AUBURN WA99002 CHEHAUS,WA985324646 Visit us online at (253}.7-- 5340.1860. 682 -6952 (360)746.6550.1. 064794550 www.contralwalding.com (253) 6745950 FAX- (360) 748.11491 FAX PACIFIC WELDING SUPPLIES LLC • 1- 800- 4645302 Office Use Only GARCO CONST INC H * * TYPE IN "SHIP TOO LOCATION 1079051962 1 P WA T O CHRG 25- APR -17 04 :09PM t -chad 509- 535 -4688 -NONE- CH _- ORUER GATE ClSTNO�CUSTOMER NAME P/0 NUMBER TEAR SALES SH;PVIA UPfi COLL PPO PAOI 406355'37 -00 04/25/17 T1179 CONST INC 1517 070 143 ILL CALL 0 1 001 1 X1 1 LINE NO STOCK NUMBER WAl STOCK DESCRIPTION UNIT OF VEA!SUM QTY ORDERS CITY SHIPPED QTY BKORD BIN LOC WEIGH UNIT AMOUNT EXTENDED AMOUNT `* LOcatiom 3 ** 1.1,I14 30644 072X25 INNERSHIELD NR -232 LB 50 50 0 WARInl 50.0 4.8668 Total Weight 50,0000 10 4 , " V f TH S ISTOZERT FY THE ABOVE NAMED MATERIALS ARE PROPERLY CLASSIFIED, DESCRIBED, MARKED AND LABELED, AND ARE IN PROPER CONDITION FOR TRANSPORTATION ACCOP10 NG TO THE APPUCABLEREGULATIONSOI THE DEPARTMENT OF TRANSPORTATION. THE TOTAL AMOUNT DUE MAY INCLUDE VARIOUS ITEMIZED CHARGES, WMUDINO CHARGES FOR THE HWfMMCFHAZ4RDOUSMATER7IA SANDFMCOMFiJANCEWTH LAWS AND REGULATIONS OaA RNINQ HAZARDOUS MATERIALS; CHARGES FOR HANDLING, DELIVERY, AND SHIPPING, ANIWOR CHARGES FOR ENERGY OR FUEL. NONE OF THE CHARGES REPRESENT A TAX OR FEE PAID TO OR IMPOSED BY ANY GOVERNMENTAL AUTHORITY, AND ALL OF THE CHARGES ARE RETAINED BY THE COMPANY. PAST DUE ACCOUNTS SUBJECTTOA FINANCE CHAROEOF1112 % PER MONTH. Mira MUM 4150 O/C CHECrKED x QUAUTY CUSTOMER SIGNATURE IMTIE CONTROL OF PF x -- PACKAGES: PAIN: NAME HERE I" GARCO Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503 -7053 Fax: (253) 503 -7214 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Reichbauer Way Federal Way, Washington 98003 Phone: (253) 835.2711 Fax; NIA Daily Log: 04/28/2017 Neather Delay Sky Temp Average Precipitation Wlnd Groundlsea I Calamity Attachments Jo Date D4/28/2017 Average Humidity 730/a Latitude 47.319556 Minimum Humidity 51% Longitude - 122.307324 Average Wind Speed 1,8 mph High Temperature 60 °F Maximum Wind Speed 2 mph Average Temperature 50 °F Maximum Wind Gust 10 mph Low Temperature 41 °F Precipitation Since Midnight 0.01 in. Average Dewpoint 41 °F Precipitation Last Two Days 0,07 In, Maximum Humidity 92% Precipitation Last Three Days 023 In, # Created By Date Company /Person Cost Coda Local Time Temp Conditions JYti 06:00 AM 42 °F partly-cloudy-night So Wisinger 09 :00 AM 47 °F partly - cloudy -day 2 12:00 PM 55 °F partly -cloudy -day working on 03:00 PM 59 °F partly- cloudy -day JY\ 06;00 PM 59 °F partly - cloudy -day 09:00 PM 52 °F partly- cloudy -night # Created By Date Company /Person Cost Coda # Workers # Hours Man Hours Location Notes Attachments 1 So Wisinger 041281 Garco 2 8.0 16,0 Performing working on 2017 Construction Inc Arts finishing up the Building Grading Hatch PR10 finished up angI e for lass rat on s 1 main lobby 2 Dan Lampert 041281 12017 1 Garco 1 180 8.0 Lobby Ironworker FA -09 Construction Inc Drink Rail # Created By Equipment Name Hours I Hours Inspected? Inspection Location Equipment Notes Attachments Operating J Idle Time 1 So Wisinger (2) welding No &:00 AM Performin machines g Arts Building Garco Construction, Inc. Page 1 of 2 Printed On: 05/0912017 08 :47 LV "GARCCJ BY DATE '\J71VA COPIES TO Garco Construction. Inc. Page 2 of 2 Printed On: 05/0g12017 08.47 Y Equipment Name Hours Hours Inspected? Inspection Location Equipment Notes Attachments 7WsInger Operating Idle Time IWT 001 No 07:00 A M Perforrnin Brake shackllool g Arts storage Building BY DATE '\J71VA COPIES TO Garco Construction. Inc. Page 2 of 2 Printed On: 05/0g12017 08.47 Y "GARCU Garco Construction, Inc. Project: 151700 - Federal Way Performing Arts & Entertainment Center 1145 Broadway Plaza, Suite 1340 31510 Pete Von Reichbauer Way Tacoma, Washington 98402 Federal Way, Washington 96003 Phone: (253) 503 -7053 Phone: (253) 835 -2711 Fax: (253) 503 -7214 Fax: N/A Daily Log: 05/01/2017 libserved Weather ,. Weather Delay Sky Temp Average Precipitation Wind Ground/Sea Calamity Attachments No Dale 05/01/2017 Average Humidity 83% Latitude 47.319556 Minimum Humidity 77% Longitude - 122.307324 Average Wind Speed 2.3 mph' High Temperature 52 °F Maximum Wind Speed 3 mph Average Temperature 47 °F Maximum Wind Gust 12 mph Low Temperature 42 °F Precipitation Since Midnight 0.03 in. Average Dewpoint 42 °F Precipitation Last Two Days 0.20 In, Maximum Humidity 901/6 1 Precipitation Last Three Days 0.35 In r Local Time Temp Conditions _i,�^� 06 :00 AM 43 °F partly cloudy -0ay ;�i� �7 09 :00 AM 46 °F partly-cloudy-day Q 12:00 PM 49 °F cloudy Notes 03:00 PM 50 °F cloudy 06:00 PM 52 °F cloudy 1y-, 09:00 PM 49 °F partly -loudy -night # Created By Equipment Name Hours Hours Inspected? Inspection Location Equipment Notes Attachments Operating Idle Time 1 Bo Wisinger (2) welding No 07:00 AM Perfornln machines g Arts Building 2 Bo Wisinger IWT 001 No 07 :00 AM Performin Brake shacW(ool 9 Arts storage Building BY DATE COPIES TO Garco Construction, Inc. Page 1 of 1 Printed On, 05109120 08 :52 # Created By Date CompanylPerson Cost Code # # Man Location Notes Attachments Workers Hours Hours 1 Bo Wisinger 051011 Garco 3 8.0 24.0 Performing finishing up 2017 Construction Inc Arts opening for hatch Building on gradfngJworking on hand rail 2 Dan Lampert 05101! JGarco 1 6.0 6.0 Lobby Ironworker FA -09 2017 I Construction Inc Drink Rail Angle I # Created By Equipment Name Hours Hours Inspected? Inspection Location Equipment Notes Attachments Operating Idle Time 1 Bo Wisinger (2) welding No 07:00 AM Perfornln machines g Arts Building 2 Bo Wisinger IWT 001 No 07 :00 AM Performin Brake shacW(ool 9 Arts storage Building BY DATE COPIES TO Garco Construction, Inc. Page 1 of 1 Printed On, 05109120 08 :52 Field Authorization Lm n Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction City of Federal Way 1145 Broadway Plaza. Suite 1340 33325 81" Avenue South Tacoma, WA 98402 Federal Way, WA 98003 T 509 535 4688 T 253 835 7000 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 [X] Architectural [] Civil [] Structural [] Mechanical (]Electrical [] Other ..... ............................... You are hear by directed to make the following change(s) in this Contract Description: FA -009 Steel angle stiffener at Balcony Drink Rail Add a continuous 2 x 2 x 1/4" steel angle stiffener to the underside of the Balcony Drink Rail counter as shown on the drawing on the following page. It is acknowledged that a change In Contract Sum will be required Upon receipt of this Field Authorization signed by the Owner and Architect. the Contractor shall promptly proceed with the change and advise the Architect of the Contractor's agreement or disagreement with the method stipulated below for determining the proposed adjustment m the Contract Sum or Contract Time This is not a Change Order, and payment for extra Work can only be made when this Field Authonzation is included in a ddlz executed Change Order. Proposed Adjustments 1. Contract Sum: The method used to determine adjustments to the Contract Sum is per Section 012600, "Contract Modification Procedures ", article entitled "Field Authorization" and as noted: ❑ Mutual acceptance of Lump Sum (increase) (decrease) of 0 Unit Price of $ per irect cost breakdown as provided in Section 012600, "Contract Modification Procedures ", article entitled "Field Authorization'. 2. Contract Time: The Contract Time is proposed to (be adjusted) (remain unchanged) . The proposed adjustment, if any, is (an increase of calendar days) (a decrease of calendar days). Signature by the Contractor lndloates the Contraclues agreement with the proposed adjustments In Contract Sum and Contract Time as stipulated In thh /r ,ri/ t qp j Field Authorization ARCHITECT: (�`I>11 =@v CONTRACTOR: By By By Date 4n412017 Date Date �bb SSM-3 COUNTER WITH TURNED 10 12" DOWN EDGES ADHERED TO SUBSTRATE. FUSE COUNTER 1 314" SECTIONS TOGETHER FOR -- fi CONTINUOUS SURFACE, DOUBLE FRONT EDGE FOR I'• THICKNESS CONT 114" STL PLATE j f j COUNTER SUBSTRATE 3"X 314" SOLID STL BAR POST ® 5'- 0" 16-0" 0 C - SEE 12 I Ats51 FOR LAYOUT .�._` 4 J r 114" X 2 114" X 4 112" STL PL ESCUTCHEON f 1, < 3116 2 12 L 2x .d — X16 2.12 Pip, GRIND SMOOTH T 96 ... VISIBLE SIDE 3" f SHIMS AS REO Sla" GWB -ION (1) LAYER 314" 314" PLYWD, SLOPE TOP AS r SHOWN. BOLT PLYWD SECURELY TO FRAMING oVal -7. GWB-1 ON TL 3 516" M STUD W&I y. i� r : 6 " +)- + ALIGN W%TH WALL BEYOND PER PLAN Za BALCONY DRINK RAIL V. c 1, -no BRACE DOUBLE STUD WALL 0 24' O.0 4" x 6" x 314" STL BASE PLATE WITH (2) 12" X 5" EXP BOLTS TO CONC SLAB MEZZANINE NOTES 114' - 0" 1_ AT COUNTER END CONDITION, RETURN EDGE DOWN 1 "THICK AS FOR THE FRONT EDGE AND HOLD 1" AWAY FROM THE END WALL, 2 PAINT EXPOSED STL POSTS 6 ESCUTCHEON TO MATCH ADJACENT GWB NOTES (FA -009) FIELD WELD A CONTINUOUS 2 X 2 X 1/4" STEEL ANGLE TO THE UNDERSIDE OF THE 1/4" PLATE COUNTER SUBSTRATE AS SHOWN ABOVE, PLACE THE ANGLE BETWEEN THE 3" X 3/4" SOLID BAR VERTICALS AND CONTINUOUSLY WELD TO THEM. SPOT WELD THE ANGL TO THE COUNTER SUBSTRATE PLATE. COPE THE ANGLE AROUND THE EXISTING FILLET WELD BETWEEN THE BAR AND PLATE AS NECESSARY. GRIND THE INTERSECTION OF ANGLE-TO BAR SMOOTH ON THE SIDE FACING THE BALCONY LOBBY, PRIME AND PAINT TO MATCH THE VERTICAL BAR & PER NOTE 2 ON THE DETAIL. Y(v A FA -00 t 1" 2x2x114 STL ANGLE GRIND INTERSECTION SMOOTH THIS SIDE i r h WB•1 nom" - a :. - '' ', / - zr J`r 7�'✓�I�!} tirL! � mot/"/ V � �X'' "Lr�1 �`f ! / f• r` Y ALIGN WITH WALL BEYOND PER PLAN 20 BALCONY DRINK RAIL %Abbl/ 1 "= 1'-11" -- SHIMS AS REO 518' GWB -ION (1) LAYER 314' 914' PLYWD. SLOPE TOP AS SHOWN. BOLT PLYWD SECURELY TO FRAMING GWB• 1 ON 3 5B' MTL STUD BRACE DOUBLE STUD WALL ® 24.O.0 4" a 6"x 314" STL BASE PLATE WITH (2) 112" X 5' EXP BOLTS TO CONC SLAB _ MEK AHV NOTES: 114'-0" 1, AT COUNTER END CONDITION, RETURN EDGE DOWN 1 "THICKAS FOR THE FRONT EDGE AND HOLD 1" AWAY FROM THE END WALL 2. PAINT EXPOSED STL POSTS d ESCUTCHEON TO MATCH ADJACENT GWB NOTES (FA -009) FIELD WELD A CONTINUOUS 2 X 2 X 114" STEEL ANGLE TO THE UNDERSIDE OF THE 114" PLATE COUNTER SUBSTRATE AS SHOWN ABOVE. PLACE THE ANGLE BETWEEN THE 3 X 314" SOLID BAR VERTICALS AND CONTINUOUSLY WELD TO THEM. SPOT WELD THE ANGE V -0" ON CENTER TO THE COUNTER SUBSTRATE PLATE. COPE THE ANGLE AROUND THE EXISTING FILLET WELD BETWEEN THE BAR AND PLATE AS NECESSARY. GRIND THE INTERSECTION OF ANGLE TO BAR SMOOTH ON THE SIDE FACING THE BALCONY LOBBY. PRIME AND PAINT TO MATCH THE VERTICAL BAR. -�v FA -009 SS -3 COUNTER WITH TURNED DOWN EDGES ADHERED TO SUBSTRATE, FUSE COUNTER / 1914" SECTIONS TOGETHER FOR CONTINUOUS SURFACE. DOUBLE FRONT EDGE FOR 1- THICKNESS J-�-- — CONT 114" STL PLATE COUNTER SUBSTRATE — - 3"X 914" SOLID STL BAR POST ®5'- 6.18'.0" O,C. - SEE 121 A65 I FOR LAYOUT -- 114' X 2 114"X 4 12' STL PL ESCUTCHEON j 3116 f• r` Y ALIGN WITH WALL BEYOND PER PLAN 20 BALCONY DRINK RAIL %Abbl/ 1 "= 1'-11" -- SHIMS AS REO 518' GWB -ION (1) LAYER 314' 914' PLYWD. SLOPE TOP AS SHOWN. BOLT PLYWD SECURELY TO FRAMING GWB• 1 ON 3 5B' MTL STUD BRACE DOUBLE STUD WALL ® 24.O.0 4" a 6"x 314" STL BASE PLATE WITH (2) 112" X 5' EXP BOLTS TO CONC SLAB _ MEK AHV NOTES: 114'-0" 1, AT COUNTER END CONDITION, RETURN EDGE DOWN 1 "THICKAS FOR THE FRONT EDGE AND HOLD 1" AWAY FROM THE END WALL 2. PAINT EXPOSED STL POSTS d ESCUTCHEON TO MATCH ADJACENT GWB NOTES (FA -009) FIELD WELD A CONTINUOUS 2 X 2 X 114" STEEL ANGLE TO THE UNDERSIDE OF THE 114" PLATE COUNTER SUBSTRATE AS SHOWN ABOVE. PLACE THE ANGLE BETWEEN THE 3 X 314" SOLID BAR VERTICALS AND CONTINUOUSLY WELD TO THEM. SPOT WELD THE ANGE V -0" ON CENTER TO THE COUNTER SUBSTRATE PLATE. COPE THE ANGLE AROUND THE EXISTING FILLET WELD BETWEEN THE BAR AND PLATE AS NECESSARY. GRIND THE INTERSECTION OF ANGLE TO BAR SMOOTH ON THE SIDE FACING THE BALCONY LOBBY. PRIME AND PAINT TO MATCH THE VERTICAL BAR. -�v FA -009 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 003 City of Federal Way Mineral Wool Insulation In lieu of Glass Fiber Revised Date: 5110/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Roxul Mineral Wool installed at detail 5/A411 where Install is exposed to weather. Interior application not possible due to CMU wall. Glass Fiber would have been exposed to moisture. 2. Mechanical chase where access was required at 8 Line, exposing the wall to moisture, 3. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cast and schedule impact of the changes to Garco's scope of work, TOTAL - Change Order Proposal ADD: $ SUBMITTED FOR APPROVAL BY: APPROVED QY: GARCO CONSTRUCTION, INC. Loraxr� P.O. Box 2946 Spokane, WA 9.226 By: B � 511 t / City of Federal Way an e' IJate By: Date: LMN Architects / By: �`iGd Vii- Date: -/z. /7 V JOB FILE 151700 - Change Proposal Page 1 of 1 ++ V C D U 7 W C D v O V L IR M112- WN_ J mp� 1 H 1NSULPRO PROJECTS 2920142ND AVE SUITE 106, SUMNER, WASHINGTON 98390 (14J PHONE: J253) 863.4332 FAX: (253) 8634346 CHANGE ORDER REQUEST TITLE: Roxul at East and West Block wall DATE: 10/05/I6 PROJECT: Federal Way Performing Arts COR NO: 002 TO: Garco ATTN: Daniel Lampert )ESCRIPTION OF CHANGE ORDER REQUEST: lelow is the lump sum for labor, materials, and equipment to utilize roxul batt insulation In lieu of Insul - 1A Glass Fiber nsulation. Garco, Please provide equipment to assist us in placing our material on the top deck. Roxul insulation is nanufactured expanded and requires an increased amount of stocking time HOURS HR RATE EXTENDED 3281 50 351 S 2.209.80 MATERIAL Quantity UOM Unit Price LABOR QUANTITY UOM PRODJHR HOURS INSUL - lA Glass fiber Insulation (4,213.0) HR 300.00 (14.04) Roxul Mineral Wool Batt Insulation 4,213.0 HR 125.00 33 70 Stay rods at puch holes 789.0 HR 60.00 13 15 789.0 ea TOTAL: 32.81 HOURS HR RATE EXTENDED 3281 50 351 S 2.209.80 MATERIAL Quantity UOM Unit Price Total Est Cost INSUL - IA Glass fiber Insulation Revised QTY i13 2550 -4,213.0 ) SF $ 0.215 5 (905,80( Roxul Mineral Wool Batt Insulation or 60% of original 4,213:13. 9 $ 0.564 2,37403 S VALUE proposed quantity. 3. EQUIPMENT COSTS 5 5 Stay rods at puch holes 789.0 ea $ 0.115 S 90.74 RaundedtotAanureatd°an $ 4, r 3 TOTAL: S 1,558.97 EQUIPMENT TOTAL S PROJECT MANAIKR.,BfLANE FOGEL (253) Wuhinpon INSULN993LN /Oregon 131599 cf� rf rA� Y S VALUE MARKUP % WaxoE6 1. CRAFT LABOR COSTS 15 2.209 80 1 15.00%1$ 2,541,27 E VALUE MARKUP% EXTENDED J 2- MATERIALS COSTS $ 1,559 I 15.00% $ 1,792.81 I S VALUE MARKUP V, EXTENDED 3. EQUIPMENT COSTS 5 15-o0%15 y TOTAL S 4r334.Go 4. LUMP SUM COST RaundedtotAanureatd°an $ 4, r 3 PROJECT MANAIKR.,BfLANE FOGEL (253) Wuhinpon INSULN993LN /Oregon 131599 cf� rf rA� Y Garco Construction, Inc, CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR 006 City of Federal Way Framing and Drywall Change Order Request Revised Date: 1/24/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Additional costs asssociated with RFis and ASIs referenced In the'item descriptions 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garcds scope of work. TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 9 Q ,. j 61-j 1 Dpff to Oae ADD: $ 53 c --1' 1 City of Federal Way Date: LMN Architects B :t' Date: %r 1-7 JOB FILE 151700 - Change Proposal Page 1 of 1 v C C b V N C O v O L RJ i I qc�t.-A I a. CrS g L -� w � • « .� N N yy N J 5IJ NN y� J- I1!3 N J♦ , OTO O O I Ct O I O O 14 : I zy 8+ m H i w � M i t I a. CrS g � yy N J 5IJ NN y� J- I1!3 N J♦ , OTO O O 0 O Ct O I O O I zy 8+ m H g yy i� a. CrS g n 1 a '�L, i ti §E :- k � ,g c rr� ° P c C � y L Y. yCC Jail ` ° � n S E 3 c � @u � � o 2 r C �r ~ ° . € e Av c I � � V C t� I p p 9 pC p C, � C p o 6 C p p� C� Y ti jp d o= P d C C �, a — C 4 Li p 5 % � c 7 s8 €$SSBaSSa8888 ° • e n t - c 6 a 7 � � q F a Id 5 L R C iii f _ � j I z 1A I ti §E :- k � ,g c rr� ° P c C � y L Y. yCC Jail ` ° � n S E 3 c � @u � � o 2 r C �r :1�EQUFST FOR - -- I # 221 INFORMATION Name: Screen Wall Transition Garco Construction, Inc. Contract Title: Federal Way Performing Arts & Event Center (FWPAEC) Date Submitted: 8 -22 -16 Date Response Required: 9 -5 -16 Specification Section(s): 05 41 00 Drawing Plate(s) & Detail(s): 10/A424 Information Requested: Please provide a structural cross section of the diagonal transition between screen wall and parapet wall between 6.3 and 7 line along A line. Contractor's Recommendation: Potential Schedule Impact [No] Potential Cost im act [No] Response: The diagonal transition at the roohop mechanical area screen wall is only required to be a change In material when the metal panel cladding panel changes from MTLP -4 (perforated) to MTLP -2 (solid). The perforated panels should always be open on the root side so that they appear the same from the exterior. There is no good way to have the horizontal 'Z' girls transition to steel stud framing at the diagonal transition without adding structural steel. Therefore. i.MN and MKA are developing details to have the Z girls continue to the steel column at Grids 7-* The wait studs already in place from the diagonal transition south to Grid 7 will be directed to be cut down to match the parapet height on the north side of the diagonal transition and the girls will run over the top as described above. See attached sketch which will be followed up by revised details in this area. In the course of investigating this RF1 it has been discovered that the HSS posts supporting the screen wall detailed in the Zone 1 shop drawings have been placed too close to the outside face of the metal panel cladding. There is one typical wall section for the screen wall shown as 1 /A411 where the screen wall panel is directed to be flush with the metal panels on the wall below. This would require that the HSS pasts be placed approximately 2 1t2" back from the edge of steel stud framing plus whatever needed to accommodate construction tolerance. Field measurements put that dimension @ 1 t'2 " +j. which means that the 12" Girls called out in details 16 & 1 WS501 will no longer fit. The placement of the HSS posts is not dimensioned in the Zone 1 shops or in the structural drawings as the intent was to have them placed as necessary to flush the parcels out on the exterior. Along with the details reworking the area at the panel diagonal transition, revised details will be issued that downsize the 12 girt to a 10" girt and add horizontal furring like hat channels to get the panel alignments where they should be. The diagonal bent plate below the gins in detail 18;5501 does not appear in the Zone 1 shops and may not have been fabricated but that will be modified along with the girt size. Respondent's Name: tgerard Date: 9/27/16 Endorsement (if response by A -E or others): a �I HEAD, .TYP GL -1 c m r WOW -2, TYP PUNCHED W 6 6.3 )1 j+-u -- �r•� Irr� 1 f s i }r I� fs 1 7 RF1 221 9/27/16 1 OUT OF # MTLP -a Z-gid connection to i HSS post typical per 1615501 Z-girt connection (blue horizontal lines) to WF _ ..- column TBD by MKA 8 8.� I 1 1 I1 9 e Cut slud already placed Gown io parapet height (hatchod` area) Tfie roofing delail will be similar to the parapet north of the transition Construction details to follow 4 MTLP -1A l alas II. � i —OOND TOR H .05 AND S H ®L CK, TYP Is 7 l k I � � /} {�! tƒ7 -i. )� � ■. \ ƒ! 2\� i!k 4 |f _ § }ro E} E )!! f$� !§\ 7(� !!| �2? $ }| ! $ � @!! | ! M REQUEST FOR _ RFI t 247 Name: INFORMATION Roof Divider Garco Construction, Inc. Contract Title: Federal Way Performing Arts & Event Center (FWPAEC) Date Submitted: 9 -22 -16 Date Response Required: 10 -6 -16 Specification Section(s): 075423 Draw. n Plate (s) & Detail (s): A204 Information Requested: In the snapshot of A204 attached below, I have highlighted two notes. Please clarify these notes and provide details. It is understood from the 075423 preconstruction meeting that a Carlile roofing detail will be used and LMN will provide a framing detail. R1 7 ti, e�k "V7 f J. + r S:ep SW 4VP AIR I Y 7 UN � R I I 1 � 18y 1 � 1 NOTE `e sue Deep parapet aEevPARArerA7 uPnx+aE0 KAL11 1 � l ROOF AREA t Y 17, 117 WMER EF C} N m O Contractor's Recommendation: Potential Schedule Impact jNoj Potential Cost Impact jNoJ LW V Response: a The roof area divider should be kept simple and constructed as a step in the roof. This will help when it engages the wall on the high end and therefore won't affect the height of the bottom of the metal wall panels . The TPO membrane and membrane flashing lends itself to roofing over the transition in roof height. Block the areas on top and sides of the exposed beam with pressure treated 2x lumber and roof over it. This beam is not shown in the LMN or MKA models to protrude above the roof, but it doesn't matter. Square it up on the edges and roof over per the attached sketch which is submitted for discussion out on the site (on the roof), The deep parapet just means that the parapet in this location gets deeper to encapsulate the upturned beam in the area. Sketch for discussion on this is also attached. See flags on plan above where detail sections are taken. I Respondent's Name: tgerard I Date: 9127/16 1 Endorsement (if response by A -E or others): r @ ir-1 VOID Iiv Ate I rn n YJ 9�ob� Ti V DN '►'1.'ln�� bLDG�- K> i j�l z1+? � /I -I/ �jo_r s -; . . �e,7�tvl L4f I ptoto D !� 1 - -y p I�X. -r PA-r, vi L � mn �-r�i a C r 1 01 S r I I Ln I a N �I 7 7 1 �F I � uian Z X -k I W R z L Y e E r 9 � E r 7 � O � E k k a �r 4 L 3 � !t c u � w _ d f e # C C Ml-i P V �I 7 7 1 �F I � uian Z X -k I W R z L Y e E r 9 � E r 7 � O � E k k a �r 4 L 3 � !t c u � w _ d f e # C C Daniel Lampert From: Thomas Gerard <tgerard @LMNArchitects.com> Sent: Tuesday, October 11, 2016 9:43 AM To: Daniel Lampert Cc: Ryan Borman; Brian Fyall Subject: FWPAEC Doghouse framing information Attachments: Doghouse Framing - Structural.pdf, FWPAEC - Framing Notes on Slab Edge Plan.pdf; FWPAEC Stair 4 Shop Drawing.pdf; FWPAEC Stair 5 Shop Drawing.pdf; RE: FWPAEC exterior stud direction around Stair 4 - ActionItem:038:VaknP Dan, See attached essentials for framing the doghouse and please forward to Gary Harwood and Sergio. The attached drawings are in support of what I narrated yesterday about framing in this area (attached email). All attachments are formatted for 11 x 17: • 'Doghouse Framing — Structural'. Shows the metal stud sizes and clip attachments. Box header is over the opening in the Mezz north wall. Plate height elevations are given. • 'Framing Notes on Slab Edge Plan'— I marked up the last iteration of the A152 Slab Edge Plan which was sent with ASI -020. This indicates the exterior wall framing with reference to the Stair shop drawings. Note that relationship of the exterior framing varies in relation to the slab edge as follows: • North wall of Mezz up to the parapet should be 5/8" back from the slab edge so that the sheathing will flush out with the slab edge. This is ourtypical detail. • On the east and west side of the slab opening for Stair 4 as it heads north the studs should be flush with the slab edge to maximize the stair well opening. Some tolerance should be left to allow the GWB on the interior side to pass by the slab edge. Goal is for that stairwell to be 4 -2 clear but I believe we will be a little less. Stair 4 is 4 -0 wide. • Stair 4 shop drawing excerpt —see notes • Stair 5 shop drawing excerpt — see notes Architectural details for metal cladding and roofing to follow and I will wrap all this into a formal package. Need to divert to routing all the paper the Borman's are throwing at me. Regards, ...................... Thomas Gerard LEED AP Associate LMN 801 Second Avenue, Suite 501 Seattle, WA 98104 T 206 682 3460 Imnarchitects.com l 1 AIA National Architecture Firm Award 2016 r / \2 �@ kg � § �- § \ �ƒ2 /\ �\ =t t ƒm\ ui ` o&cr- L? U) /kN � \ U CD )� \3 26 �§ A � I . 0 t � _ \�,� _ ®3 cn .� F | g0\ < �A =OC 3in ^dE0 S <w 3 5IIX MU% j%/ / . \ � § \ § k a cn 7 §§ )/ J Q � � V � � � 0 z � Q � LL W U) D O 2 � O 0 u 0 �� t� Z! J CL w C) w m a J U3 z O W H O a _Z Q LL N In r a J a r, I� �m 0 C',L � C � � � L C N � :•C `1 d r N_a O L p Vl 'm d 3UQU) v, p� b d id "I I" cimi mn 4 V O a.l mml ~ N� l M to 1t �N Z OI �o m Vi -- 1 1� Z a z z v a N � m ch 0 r c N � W C � � °a its A L Z OI �o m Vi -- 1 1� Z a z z v a N Wi h r vv\j twk vi- 1A + 5 ov-AirQ [/{►Vjf fvcA+ dr6.; I s I I I I II _ �L 1 , 9 4 � —SEE A-66 FOR ROOF MPOR"MR T % 1 I �[ 1 .�_ _— _ —_..__ - -_— I e � o I 1 ti I I I I I II _ �L • Ilk in -me I $28s§8 881 13 8 SIR of M^ M3 �3 SSE'S" & It JB j - gl -me I 1,XQUEST FOR RFI # 256 INFORMATION Name: 2.6 Line Wall Sections Garco Construction, Inc. Contract Title: Federal Way Performing Arts & Event Center (FWPAEC) Date Submitted: 9 -29 -16 Date Res onse Required: 10 -13 -16 Specification Section(s): Drawin Plate (s) & Detail (s): A202 Information Requested: Please provide structural sections of the walls highlighted in the drawing below. These walls are unusual in that the steel framing will have to terminate into the wide flanged beam and a framed parapet will have to be built on top of the beam. Please advise also as to the attachment of the steel track to the wide flanged beams. { 1 - C r Av w ✓j, c a MA Wc� I Lt j 1 i 1 I 1 " 1 -CD) 1 r I 1 r� r' r .._.._,..______._..e._ GWNER i r PO Mbfi4 iL (2i (2 l\ 11 l OFA Contractor's Recommendation: Potential Schedule Impact No] Potential Cost Impact [No] Response: Please see the attached for the requested structural detail. Note that the roofing system is required to fill in between this bracing and not skin over it and leave a void under. The roofing system in these areas adds extra layers of sheathing so that the roof surface will flush out with the adjacent roof over the Bustle that is on concrete deck. The roofing system on the Bustle has less insulation to accommodate this but sheathing and insulation thicknesses can be modified by the installer to get the surfaces flush. The insulation on conc however should not get thinner than 2 ". - LMN Respondent's Name: Idm Date: 10/18/2016 _ Endorsement (if response by A -E, or others): s TOP TRACK PER 7:5431 STUD PARAPET TO MATCH :OADD 1ZE & SPCG OF WALL TUD WALL BELOW T STUD PARAPET ENDS #i0 SCREWS ND AT EVERY 3RD STUD, 60OS137 -54 1.- 2+_011 -- - CC}I -I Z :r 600s137 54 (4) #10 SCREWS N*'N MIN #10 SCREW @ 12" aC Galleries, 1261.011 16GA CLIP ANGLE BOT TRACK AND CONN TO STL PER 201S430. -- COPE AS READ TYP DEFLECTION CONTROL TRACK PER 141S430 STUD PARAPET OUTRIGGER AT STEEL EDGE BEAM rKWtU rWrACI, uAlt i ui lo"u i o A4AGNUSSON TITLE Stud Parapet 0 utrigger at Steel Edge Beam DRAWN BY LDM KLEMEVCiC RFI # 256 SKETCH # SKS -022 ASSOCIATES ss e�ot * C69 b oho .. 1301 t*, M4 , S,t" '- SM4a, wa*iven"101.21" T. 1002921290 F. 2D02971 M'. nAa -m N I lift o o q, s � a J8 8 -_j !� R w g R a. s R' F; C. a 0 C 0 ci ci mi 4 f — C, 914 m o 0 0 0 . Ul L E 0 0 04 1 Ab $$$8$!88$8$$8'$ c; d :6 6 1� ci 6 - -� — 8 S. CP 00'000 in . 6 ri Q 6 tz L! 211 Lk lift o o REQUEST FOR RF1 # 295 Name: Loading Dock INFORMATION Garco Construction, Inc. Ceiling Height Contract Title: Federal Way Performing Arts & Event Center (FWPAEC) Date Submitted: 11/4/2016 Date Response Re aired: 11/18/2016 Specification Section(s): Drawing Plate(s) & Detail(s): A201, 1/A411, 4/A424,A701 Information Requested: See A201, which indicates a section of the loading dock on 1/A411 and directs to detail 4/A424. The loading dock detail has a ceiling height of 10' -0" AFF. The reflected ceiling plan on A701 indicates a ceiling height of 10' -6" AFF. The contractor has already installed at 10' AFF. Please indicate which is height is desired. Contractor's Recommendation: Potential Schedule Impact Yes] Potential Cost Impact [Yes] Response: The ceiling height should be per the RCP which gives it as 10' -6" A.F.F. Wall Section 1/A411 shows the ceiling and the opening in the exterior wall aligning. Detail 4/A424 is noted as SIM where it refers to a variation at the loading dock for soffit finish but should have also noted a variation in height because at the Loading dock the intent is that the opening be 10' -6" A.F.F. (EL. 110' -6 ") aligned with the ceiling @ 10 -6" A.F.F. The height of the opening was designed to accommodate a tractor trailer with tolerance and should remain at 10' - 6" A.F.F. Respondent's Name: tgerard Date: 11 /11/16 Endorsement (if response by A -E or others): ��'. .� � !) |! ! }) ] \. \f� �!] � \7 �)[ ! c' �)\ �)$ |� kf� §§« �fk &kt f¢! �{2 { � � ' e §�� Il 2 � !) |! ! }) ] \. \f� �!] � \7 �)[ ! c' �)\ �)$ |� kf� §§« �fk &kt f¢! �{2 { � � f xchite,cfs Suppler nentpl Instr- ictionf; J f3r.3 e i Federal Way Performing Arts & Events Center Prcecttr_:rnt--.r 12066 i ccat.rn Federal Way, WA Garco Construction c valer City of Federal Way c�tfa, t 1145 Broadway Plaza, Suite 1340 33325 8r" Avenue South Tacoma, WA 98402 Federal Way, WA 98003 T 509 535 4688 T 253 835 7000 From LMN At ch tect 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 Unn [X] Architectural [] Civil [x] Structural [] Mechanical [] Electrical [] Other ..... ............................... These instructions are issued for the purpose of clarifying or amending the Contract Documents and make no inferences on their potential effect on the Contract Sum and /or Contract Time. Commencement of the Work described in these instructions indicates Contractor's acceptance with no change in the Contract Sum and /or Contract Time Contractor must submit written notification to the Owner within seven (7) calendar days of receipt of these instructions if the clarification causes any change to the Contract Sum and /or Contract Time, Description: ASI -024 Wall Framing and Ceiling Height Modifications. These revisions were issued directly to the Contractor by email or as updates to the BIM model to expedite the flow of information. This ASI formally documents these changes. Architectural: 1, Sheet 202 Mezzanine Plan: a. Revise location of part of east wall of Mechanical Room 221 as shown to increase space available for equipment. 2. Sheet A701 RCP Ground Floor a. Reduce height of part of the east end of the Corridor 144 ceiling to 9' -0" A.F.F. accommodate duct runs above. b. Reduce height of the Restroom Vestibule 121 ceiling to 9' -0" A.F.F. to accommodate equipment above. 3. Sheet A710 Ceiling Details a. Add detail 16 /A710'Bulkhead @ Stepped ACP Ceiling Structural: 1. SKS -024 'Metal Stud Support at BOH Storefront Recess a. In response to a Field Question, MKA provided this sketch for framing to support the Storefront envelop from above in the non - typical condition at the entry recess. This area was not addressed in the cold formed Metal Framing shop drawing. Add this section to the AS -BUILT set as 4/S331. [X] Attachments: 202 Mezzanine Plan, A701 RCP Ground Floor, A710 Ceiling Details, SKS -024 Issued By: Thomas Gerard ........................................................ Arses_ -- ,Representative .•1 J'!r; Ili -, C1x'- ':i"oi'I-jl j _' 1 (; t Y"'. r �. 11.02.2016 (ASI -024) .......... ............................ate .,, F)t� E.3 COORD WITH TYP EXT WALL BRACING VERT STUD AND TOP &BOT TRACK PER TYP EXT WALL DETS CONT 14 GA PLx15" MIN, CONN TO ROOF DECK W1 #8 TEK @ 6" EA FLUTE (3 FLUTES MIN), CONN TO TOP TRACK W' #8 TEK @ )" Vi � vv tloA 17' "V-tp r�, K 1#0 4 11t,5A.33 = NOTES: 1, SIM AT STOREFRONT PERPENDICULAR WALLS. PROVIDE BRACE TO ROOF DECK CONN PER "WF BM CONDITION" OF "TYP STUD BRACE TO STRUC" DET, ZANINE 1141 -011 BRACE PER "TYP STUD BRACE TO STRUC" AT EVERY OTHER STUD AND AT STOREFRONT DOOR JAMB LOCS, CONN TO ROOF DECK PER "PERPENDICULAR DECK CONDITION ", CONN TO VERT STUD W1(6) #8 TEK J D FLOOR 1001- 011 11ArTA1 [%TI 111 [%1 111f1/'11 -1T AT n^L) nffr% %C% PROJECT FWPAEC DATE 10/25/2016 TITLE Metal Stud Support at BOH Storefront Recess DRAWN 8Y GTS ASI -024 SKETCH # SKS -024 MAGNUSSON KLEMENCIC ASSOCIATES aveoral + cw F go - 1341 MAm m6Ubmm SaiNvil jow9!101,7694 87061 121 h7D6191171, a jviw m■ .1 41 Er; I z ogc CL W 0i pl, I nr I z ogc CL W 0i pl, I 44) t LU U C=4 nA W u r h z I. pie z 0 P u LL, tz W LL tit LL to m fD L) e! CL ry z 1 � �- �] | §§§II§| ##7meam |§ ) /l�k� \ _ -5\__2 \ \_m 9%§ #%#m# ##7meam � 'F §2 fl ¥%2 ) ■§ !| � ■a )$§ | ■J $ \g± 77| �H{ \ }\ | §� }!§ )f) 77� !§! 2�a a!| 22� � }| !I} !� J}\ �$ MA � \. �. GARS "O Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503 -7053 Fax: (253) 503 -7214 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Relchbauer Way Federal Way, Washington 96003 Phone: (253)835.2711 Fax: NIA FWPAEC RFI 328 Entry Vestibule Wall Section TO: Thomas Gerard (LMN Architects) FROM: Seth Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle, Washington 96104 DATE INITIATED: 11/30/2016 LOCATION: COST CODE: COST IMPACT: DRAWING NUMBER: A201 LINKED DRAWINGS: RECEIVED FROM: STATUS: Open DUE DATE: 12/03/2016 REFERENCE: SCHEDULE IMPACT: SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) Question from Seth Borman (Garco Construction Inc) at 03:45 PM on 11/3012016 Please see A201 and attached drawing, the Entry Vestibule shows three doors on the the west side of the Vestibule. What supports the head of the wall? Please provide a detail or section. Attachments: RN 328 Attachment od All Replies: Please see attached sketch SKS -029 for metal stud framing to provide top of curtain wall bracing. Metal stud framing is not intended for support of curtain wall vertical loads, GTS (MKA) On the following pages Structural detail 5/S331 provides the framing members requested, The Architectural elevations, detail and perspective in this revised response inform the location of the 8" stud at the head of the aluminum door system. The stud must be located so that the metal finish above the aluminum frame on the Lobby side will flush out with the frame as shown in Cie it 121A423. Some use of 112" GWB is anticipated. - LMN tgerard By 12/15116 Revised DATE r r COPIES TO Garco Construction Page 1 of 1 Printed On: 11/3012016 03:45 PM CONN TOP TRACK TO CONIC SLAB ON STL DECK WITH (2) HILTI X -U LB LB -41 FASTENERS Wi 1" MIN EMBED INTO CONIC AT EA DECK FLUTE (12" OC), FASTENERS TO BE PLACED ADJ TO TOP TRACK FLGS AS SHOWN. MEZZANINE 114' -0" rl�8VERT STUD i A MATCHING TRACK, J G� IN, SEE TYP EXT WALL DETS BRACE PER "TYP STUD FOR ADDL DETAIL BRACE TO STRUC" AT EVERY OTHER STUD AND AT STOREFRONT DOOR JAMB LOCS, CONN TO STL BM PER "WF BEAM CONDITION ", CONN TO 4 VERT STUD W/ (6) #8 TEK GROUND FLOOAR `' •,r- - 100' - METAL STUD SUPPORT AT ENTRY VESTIBULE RECESS PROJECT FWPAEC DATE 12/14/2016 TffLE Metal Stud Support at Entry Vestibule Recess _ DRAWN BY GTS RFI -328 SKETCH # SKS -029 MAAGNUSSON KLEMENCIC ASSOCIATES snt.amol + CIA bvkm " 1301 MA-ww smo'- soo a wWw'an 90' 01.2699 t:206 2" 1200 r. 206 292 t m' w.Jr mm N W g' a r a IL Z 0 Q w J W H (n Q W N O m 0 J W co N M 34, I Y Ito N M LL Z TT LLIO m n�w ZIT o'CV A- C' T -_ I —e • s .s .ei I o .rt .a;�ti .rne•.e .rn� -s o s .o•.0 .rR Ol -.Ol � N I U co n ' I a- � I n N � F C - ' cu J I CO al o.sa cgo (U ' I Q, Q Y I I � R 5 C }TN V go J Uq N LU Z L) j �LL W Z O p L.L Q CL w W Z I!- LL LL O (N LL O_ w W F- Z Z Q Q W s N o 'U J Q W ❑ 1L �a LL D Z_ J Q LU T H LL O Q 2 w w T F LL LL O Z W a D2 0 0 U lU � OF ZQ 41 - k-,) M LL ty, m- m N A C C Q CL F O O a U N C C V !A m C C, CL Lu C cn i I�� v 3 � aQ N u7 M CL �9 W Z 0 Z Y 0 0 m m 0 �m a0 W0 >o W n. W U) LU W Z IL J V D LU m < H N LL LL > Lu � � V � � � l � § � | \ � 11 2| a ! � � ■ [ � ( 7 _ ) � [ ! � � k R , � !� 1131 ! }f227�2! ! E } � � :�a § J!� w }k�]] /: {$k/ .� aE! ■ }k} )!l |2 2`■ �!$ k!« 2E! |2� & |f| |$$ ;a �27 \ REQUEST FOR — - -'LZFI # 305 INFORMATION Name: Patron Lounge Structural Detail Garco Construction, Inc. Contract Title: Federal Way Performing Arts & Event Center (I IATAEC) Date Submitted: 11/15/2016 Date Response Required: 11/29/2016 Specification Section(s): Drawing Plate(s) & Detail(s): 4/A423, 5203 Information Requested: Please see 4/A423. Detail shown references structural drawings but structural drawings (S203) do not provide clarification. Contractor's Recommendation: Please provide additional detail showing the structure in 4/A423 Potential Schedule Impact JNol Potential Cost Impact [Nol Response: Please see the attached details on SKS -030, SKS -031, and SKS -032 which show the structure required to support the curtain wall to the west and south sides of the patron lounge. Respondent's Name: Idrn Date: 12/15/2016 Endorsement if response by A -E or others : 319F`OLLOW "WF BEAM SOON CONDITION "DET OF Ir 1018431 FOLLOW'PERP DECK CONDITION' r r DET OF 10/S431 r +� w r tWS503, REF SKS -031 ' r J PROJECT FWPAEC DATE 12/15/2016 ME Curtain Wall Headers & Bracing At Patron Lounge DRAWN BY Idm RFI # 305 SKETCH # SKS -030 011 MAGN USSQN KLEMENCiC ASSOCIATES Satwlmpl « 0,9 &vim"" 170 t R?C•r Fwn^ SL.ie 3700 saYawa*i+dd+" 10°.2694 T. 106 29Z 1200 F 206 297 170; —jt- ma (E) ROOF BM (E) HSS HANGE 118 # 118 I 2 -12 # # ip (2)800S200 -54 -� ;I CURTAIN WALL AND HEAD ATTACHMENT BY SUPPLIER CURTAIN WALL HEADER SECTION AT SOUTH PATRON LOUNGE PROJECT FWPAEC TITLE Curtain Wall Header Section At South Patron Lou RFI # 305 ►J �., DATE 12/15/2016 MAGNUSSON DRAWN BY Idm KLEMENCIC SKETCH # SKS -031 ASSOCIATES Y,vamal « OA bvkmn i3at tae,A—.^ &ft"M Savo,Yh*iiom "'0!-21" T: 206 392 7200 F. 20d 292 t 20, rr.urau.mm ;`t LA T I CONT 14 GA PL, CONN TO ROOF DECK W/ (2) #8 TEK 9 t 1A EA FLUTE (3 FLUTES MIN), CONN TO TOP TRACK W/ (2) #8 TEK @ 16" OC - 600S137 43 @ 16" OC7 10/S431, LOC PER PER "PERP DECKI 600T150 -54. CONT T&B CURTAIN WALL AND HEAD ATTACHMENT BY SUPPLIER NDITION" ON M, BRACE �I[t9 ON" AT SIM Oil INTERIOR CURTAIN WALL SECTION AT WEST PATRON LOUN PROJECT FWPAEC DATE 12/15/2016 MAGNUSSOL*1 TfTLE Interior Curtain Wall SeCUDn At West Patron Lounge DRAWN BY _ Idm KLEMENCIC RFI # 305 SKETCH# SKS -032 ASSOCIATES SWdu of « a n &%km . i>ai Fgh A,W.... & h. mm S.elti Woi .vw 96701,2699 12fd 297 1190 h 2C 292 i'fl': +rwnm gas n g� flo Jo g 5 t�t ��hSF O 5 A 3 4 f�gj���dgd000aoo� �Yn Yv.q o.. H I � I ',s '8888SS88888IO e ddodd�adddoc o 0 0 0 d 8'8I8'8888� o d 6 d c o d a Jq�l IJl t `d 4 Q U a p 8 Q 2.. R T �� I N 10 m O�O 8� R 1 O G d C�O� S II C d �G •N Nf j� a o'a d d iD Ci G WI h SI YY _ w p q p p DH pY rrM pp 8p O.OG DD ��}} p 800 pc pp ddcc� rr.,,�� pp OOS� �on.riide,ocddo _ O o d ono o c d o 6 d o 0 o d I � pppp pp I �s� c FFII m Z Id g� flo Jo g 5 t�t ��hSF O 5 A 3 4 RFC #351 G/ALRU�0%O Garco Construction, Inc. Project: 151700 - Federal Way Performing Arts & Entertainment Center t 1145 Broadway Plaza, Suite 1340 31510 Pete Von Relchbauer Way Tacoma, Washington 98402 Federal Way, Washington 98003 Phone: (253) 503 -7053 Phone: (253) 835 -2711 Fax: (253) 503 -7214 Fax; NIA FWPEC RFI 351 Rear Wood Veneer Panels TO: Thomas Gerard (LMN Architects) FROM: Seth Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle , Washington 98104 DATE INITIATED: 12/2012016 STATUS: Open LOCATION: DUE DATE: 12/30/2016 COST CODE: REFERENCE: COST IMPACT: No SCHEDULE IMPACT: No DRAWING NUMBER: AS 12, A623 SPEC SECTION: LINKED DRAWINGS: RECEIVED FROM: Dan Lampert (Garco Construction Inc) COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) Question . : • • Construction Inc) at 1' AM on 1 1 Please reference the rear wall In plan view on sheet A512. Detail 9/A623 shows a section view of the rear panel containing what appears to be stud framing and GWB but it is not called out. Please provide more detail on the rear walls. Include wall type, dimensions, complete elevation views, construction materials, etc. All Replies: See attached. Respond back if there are further questions. jwhitney 12122116 DATE ff14 t-1 Garco Construction, Inc. Page 1 of 1 Printed On: 12/20/2016 09:16 AM =y i as Q fill M a S LU _ 4 N Q � 0 Ffl w ®-i MCI ®Q 1 Ell ®® Ell Ul Ell I J W 0 3 �.a =y i as Q fill M a S LU _ 4 N Q � 0 Ffl w ®-i MCI ®Q 1 Ell ®® Ell Ul Ell I J W 0 3 E 4l ��aA��Yo9tgR�oE��X °�CIn��Ano��� °tl�.� RIM Ft•K4'ttKt"t:KtxxIC lOtC �, �i l�Y' &: r'�i ,.���: Cfi��C:.rStS~�.5 tfltCSY'tt -L'tt $�'tii`�� 0 F U N J W Q D 4 K W J � a T P, mC � A. t I rfs r t } 1 2 O UA7 i 1 0 2 Q n U J �1 J J!!� Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 007 City of Federal Way Stair 5 Landing additional Steel Erection Revised Date: 5/11/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Archhects Spokane. WA 99220 A. SPECIFIC INCLUSIONS 1. Install additional decking, steel, connection plates and CIP concrete as required by RFI -265 2. Bond 8, SPECIFIC EXCLUSIONS 1. Washington Stale sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts, Garco reserves the rights to combine this change wilh others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work, TOTAL - Change Order Proposal ADD: $ 5,021 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. ALormaxrs P.O. Box 2946 Spokane, WA 22 ', ` Dale:' City of Federal Way n m91"Z/ al By: Date: LIMN Architects B _ Date: - /Z / A JOB FILE 151700 - Change Proposal Page 1 of 1 k j If R' � c 2 . � 2 2 0 0 � § ( ! ! i � e § B � � ! k k ) � a & t� o cc �� $ � �! \ §, \■ � ■ CL u, s ■ ■ , i # �� ■ § § ■ ! !� . | B ! e kk� $ � ■ � � I; ! . : ! k § ( ! ! i � e § B � � ! k k REQUEST FOR RFI # 265 Name: INFORMATION I Stair 5 Missing Landing Garco Construction, Inc. Contract Title: Federal Way Performing Arts & Event Center (FWPAEC) Date Submitted: 10/4/16 Date Res onse Re uired: 10/18/16 S cifzcation Section(s): Drawin Plates & Detail (s): Information Requested: See included picture from Page 9 MKA Construction Observation Report dated 9- 20 -16. The landing for Stair 5 has been omitted from the structural drawings at elevation 1261. Please provide direction. q 7' t Contractor's Recommendation: Potential Schedule Impact es Potential Cost Impact Yes Response: 'tease see the attached for the required structure to support the stair 5 lancing. Respondent's Name: Idm Date: 10113/2016 Endorsement (if response by A -E or others): Al _C- r TOS EL - 16 0" i PFii a + I } iNa — i NTO w1uoG7 C 715 W p ' A1110 . o 7'«3 W/p1f7 Aftl TY CI to iYE01 CON ITYPrUNO T -- -1 '+ IEjF'RAUGS1k,kG•R£F A723B - �v410xl2 EL-12F.,6, LL I .. o 1 k ' t 26'- 4" 9-' z ►� FSED PL CDNN SAMAIE M un� eV - M - wl Lu WT PER RFI2N TIELim - k1iL0ECN u -u a� PARTIAL PLAN AT STAIR 5 LANDING MI5 PROJECT FWPAEC DATE 10/13/2016 MAG+IUSSON TITLE Stair 5 Upper Landing - Added Structure DRAWN BY Idm KLEMENCIC RfI # 265 SKETCH # SKS -020 ASSOCIATES fa1 �Mk�ip w. el- %%*wow .a I ]1 A 47Ca19EF r - - - - - 126' - W' iTii,W j QE SUPPORT � fId1GLES _. it _ a� PARTIAL PLAN AT STAIR 5 LANDING MI5 PROJECT FWPAEC DATE 10/13/2016 MAG+IUSSON TITLE Stair 5 Upper Landing - Added Structure DRAWN BY Idm KLEMENCIC RfI # 265 SKETCH # SKS -020 ASSOCIATES fa1 �Mk�ip w. el- %%*wow .a I ]1 A 47Ca19EF Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners Issued to: City of Federal Way LMN Architects A. SPECIFIC INCLUSIONS COR No. 008 RFI -308 Elevator Guide Rail Supports Date: 2/6/2017 GARCO CONSTRUCTION, INC. P.O, Box 2946 Spokane, WA 99220 1. Add structural tube steel and connections at elevator haistway for guide rail supports 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Bays This proposal covers the cost of performing the worXIts ude any cumulati ve sched r cost impact serves the rights to combine this change with others to analyze the cd schedute impact of the s . to Garco's sco a of wo TOTAL - Change Order Proposal ADD: SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax a rs P.O. Box 2946 �� y Spo kane, W 99 0 B : ate: l City of Federal Way to C�Pll By: Date: LIMN Architects By: A �' —Z, � y UAI JOB FILE 151700 - Change Proposal Page 1 of 1 - & d ■ . � 2 2 � e § u 0 � ■ Lb I [ § ■'! / R # � � R K�� . � ■ ��) § , k ' - . ` ! � § � § § | ■ � � 2 � � 7 | s � § E � It | # 2 � @� , ■ # ■ ! � _ I § � � § � � | a ■ ■ § a ■ ■ ■ § k K § § § k ITEMS OF WORK QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Untt Cost Total Coat Hrly,Rate Hm4Jnftl Total Cost Days Rata Total Unload_Shakeaut 1 EA 574.62 1100 $596 56 _ (Measure Loin �» _ 4 EA _ $74,62 4.OD $1,197,12 »• _ dnstall Working Plattoml al Shaft 4 EA _ $74,62 _ 4 00 1 $1,19712 --_ t Weld Cti�s^_. _ 4 EA $74 62 - 400 $1.197 12 Inslall_Columns 41 E4 $74 62 4,001 $1,197,12 _ Install Reaction Plates ..�.... W EA $74.62 E2001 $59556 _ — 'Tel Accessories -EA Rod �82DO,OD 5200,00 � � «` Fuel 1 EA $7500 $75,00 Small Taols 1�EA� $15a,D0 _ :� Ironworker Pickup ._ rw$150,00 _� 7 S4000 $28000 - . .. - ------- - . . ........ Total Materials 1 $425 00 ITotal Labor $5.985 6D Total Rentals s26o DD Daniel Lampert N From: Jesse Price Kjesse @westernstatessteeLcom> Sent: Monday, December 19, 2016 8:20 AM To: 'Derek Hennessy' Cc: Daniel Lampert Subject: RE: WSS 1739 FWPAEC; Trans D1606 -62 - For Approval Derek /Dan The price for RFI 308, Elevator Structural Supports 1s $4,209 Let me know if you need anything else. Jesse From: Derek Hennessy [ mailt o:derek @westernstatessteel.coml Sent: Monday, December 19, 2016 7:48 AM To: 'Jesse Price' <iesse @westernstatessteel.com> Cc:'Daniel Lampert' <danl @sarco.com> Subject: FW: WSS 1739 FWPAEC: Trans D1606 -62 - For Approval Jesse, Dan needs pricing on this, we will need to include a Hot Shot load rate in your pricing, $800 From: Radii Roque [ mallko :Rgd.il0mdgltechconsultants.coml Sent: Friday, December 16, 2016 8:59 AM To: Derek Hennessy Cc: Jack Pals Subject: WSS 1739 FWPAEC: Trans D1606 -62 - For Approval Derek, See attached Trans D1606 -62 — Elevator support drawings for approval. Regards, Rodil From: Derek Hennessy Imailto :derek @westernstatessteeI.coml Sent: Monday, December 12, 2016 8:58 AM To: 'Radii Roque' <Rodil(@deltechconsultants,com> Cc: 'Jack Pals' <iaals @deltechconsultants,com> Subject: FW: FWPAEC - Western States Action Items �3 Material Cutting List for DELTECH CONSULTANTS LTD CONTk:01606 CLIENT: WESTERN STATES STEEL & FA CUST k: 1739 Page: 1 PROJECT: FEDERAL WAY ARTS & EVENTS CENTER Date: 12/16/2016 Mark Profile Grade Qty. Length Weight(lb) A5139 PL3 /SXS A572 -GR.50 1 0' -7 3/8" 6 A5145 PL3 /8X8 A572 -GR.50 1 0' -7 5/16" 6 Total for: PL3 /8X8 2 l' -2 11/16" 12 A5138 PL3 /8X-? A572 -GR_50 1 0' -8" 6 A5144 PL3 /8X7 A572 -GR.50 0' -8" 6 Total for: PL3 /8X7 2 1' -4" 12 5p165 PL3 /6X5 A572 -GR.50 1 0' -5" 3 Total for: PL3 /8X5 1 0' -5" 3 5p4 PL3 /BX4 1/2 A572 -GR.50 1 0' -5" 2 5p5 PL3 /8X4 1/2 A572 -GR.50 1 0' -6" 3 5p6 PL3 /8X4 1/2 A572 -GR.50 2 0' -6" 6 5p7 PL3 /8X4 1/2 A572 -GR.50 1 0' -4 1/2" 2 5p166 PL3 /8X4 1/2 A572 -GR.50 1 0' -6" 3 5p167 PL3 /BX4 1/2 A572. -GR.50 1 0' -4 112" 2 Total for: PL3 /8X4 1/2 7 3' -2" 18 5p337 PL1 /2X9 A572 -GR.50 4 1' -0" 61 Total for: PL1 /2X9 4 4' -0" 61 5b162 PL1 /2X8 A572 -GR.50 1 0' -7 3/8" 8 Total for: PL1 /7X8 1 0' -7 3/8" 8 5p159 PL1 /2X7 1/4 A572 -GR.50 1 Total for: PL1 /2X7 1/4 1 1' -0" 12 5p160 PL1 /2X7 A572 -GR.50 1 1' -0" 12 5pi6i PL1 /2X7 A572 -GR.50 1 0' -8" 8 5p336 PT1 /2X7 A572 -GR.50 4 0' -B 1/2" 34 Total For: PL1 /2X7 6 4' -6" 54 5p164 PI,1 /2X6 A572 -GR.50 4 2' -6" 102 i-----------------------------_---------------------------- _-------- ------- _ - - - -- Total for: PL1 /2X6 4 10' -0" 102 A5'_36 -13X3X1/4 A572 -GR.50 1 8' -3 3/4" 41 A5137 L3X3X1 /4 A572 -GR.50 1 8' -1" 40 A5146 L3X3X1 /4 A572-GR,50 1 5' -7 1/4" 27 A5147 L3X3X1 /4 A572 -GR.50 1 4' -11 1/2" 24 jJ'J 1 c a..ttcaszcaaec_ caws- amca�acxaeac:._�can= ccc —x =c ��__= Mater'' -al Cutting List for DELTECH CONSULTANTS LTD CONT #:D1606 ------------------------------------------------------------------------ - - - - -- CLiENT: WESTERN STATES STEEL & FA CUST #: 1739 Page: 2 PROJECT: FEDERAL WAY ARTS & EVENTS CENTER Date: 12/16/2016 Mark Profile Grade Qty. Length Weight(lb) o� �E� Total for: ?,3X3X1 /4 4 26' -11 1/2" 132 A5140 14SS8X6X.250 A500 -GR.B 1 12' -2 1/8" 256 A5141 HSS8X6X.250 A500 -GR.B 1 12' -10 13/16" 271 A5142 HSS8X6X.250 A500 -GR.8 1 12' -6 1/8" 263 A5143 HSSBX6X.250 A500 -GR.B 1 13' -1 3/16" 275 Total for: HSS8X6X.250 4 50' -8 5/16" 1064 5p169 HSS4X4X.250 A500 -GR.B 8 1' -0" 92 Total for: HSS4X4X.250 8 8' -0" 92 Total: 1571 END OF REPORT o� �E� REQUEST FOR RFI # 308 INFORMATION Name: Elevator Guide Garco Construction, Inc. Rail Supports Contract Title: Federal Way Performing Arts & Event Center (FWPAEC) Date Submitted: 11/17/2016 Date Res onse Required: 11/23/2016 Section(s): -Specification Drawing Plate(s) & Detail(s): 12/A524; S203 Information Requested: Please reference the attached drawing from the elevator submittal. The structural framing plan excludes tube steel supports for the elevator guide rails. Contractor's Recommendation: Provide details for tube steel columns to resist the forces shown on the attached drawing. Other provisions are provided on the attachment as well. Potential Schedule Impact Yesj_ Potential Cost Impact JYcsJ Additional labor, material and equipment to install BOH Interior Framing additional steel. Response: It is understood that the proposed elevator (Otis Hydrofit) requires guide rail support no farther than 12' -0" apart. The expectation for elevator equipment that meets the project specifications is that the guide rails can span 14' -0" and we know that other products available can. When the elevator consultant for the project Lerch Bates reviewed the elevator bid from Otis (see attached) they noted in item #17 that the vendor made clear that their rails would only span 12' -0" and Garco accepted the bid knowing that building structure is only available at the floor slabs (14 ft floor to floor) and no other steel had been provided for guardrail support. We acknowledge that to go forward with the Otis Hydrofit product additional rail support needs to be provided. MKA will contact Garco for additional information to complete the design of the additional rails (member size and connections) but whether or not this design work is covered under MKS's current scope or there should be additional costs to the Owner are under review. Respondent's Name: Icerard Date: 11 /18/16 Endorsement (if response by A -E or others): JV_ SLERCH BATES March 9, 2016 Thomas Gerard LM N 801 Second Avenue, Suite 501 Seattle, WA 98104 Daniel Lampert GARCO Construction Re: Federal Way Performing Arts and Conference Center LB Project No. 0100000800 -001 Dear Thomas: Following is our review of the elevator bid from Otis Elevator Company, ■11111III IIIIIII11■� co 19515 NORTH GREEK PARKWAY ! SIATE 304 • 840THELL, WASHINST8# 98$11 T 425 - 205 -2205 / 800- 435 -6220 • WWW.LERCHBATES.COM Otis Clarifications Lerch Bates Response 1. This quotation is valid for 30 days. GC Note 2. Our price is based on mutually agreeable contract terms and conditions GC Note and schedule. 3. This proposal is based on the elevator installation schedule provided at the GC Note time of bid. Any changes and /or delays to the schedule may have cost implications that have not been included. 4. 2.2 B 15: Entrance type will be single speed side opening doors. Acceptable 5. 2.2 B 20: The buffer will be polyurethane type. Acceptable 6. 2.2 B 21 b: The ceiling will be 9' -9" below the suspended ceiling. Unclear. We presume the suspended ceiling will hang some distance below the 9' -9" canopy (cab top). Otis to clarify. 7. 2.4 D: Door Open Time will be 2.9 seconds. Acceptable 8. 2.4 E: Door Close Time will be 4.2 seconds. Acceptable 9. 2.6 B 4: Starts per hour is 40. Acceptable 10. 2.12 A 1 and 6: Otis will provide 1 in -car lantern on the return jamb inside Acceptable the car. In -car lantern will be Otis Standard Fixtures. 11. Our bid is based on a lintel being installed at 10' -0" above the finished floor GC Note at the top floor and floor -to -floor height greater than 12' -0" to facilitate entrance installation. 12. Our bid is based on the material lay down area being located adjacent to GC Note the hoistway at the lowest level. 13. A clear and unobstructed path must be provided from the machine room GC Note and the hoistway. ■11111III IIIIIII11■� co 19515 NORTH GREEK PARKWAY ! SIATE 304 • 840THELL, WASHINST8# 98$11 T 425 - 205 -2205 / 800- 435 -6220 • WWW.LERCHBATES.COM BID REVIEW ElLL E RCH BATES Federal Way Performing Arcs and Conference Center, Federal Way, Washington LB Project No 0100000800-001 0 2016 Lerch Bates Inc. Otis Clarifications Lerch Bates Response 14. Our bid is based on the following hoistway size at 125 fpm: 8' -4" wide x 5'- GC, Architect Note 9" deep with 4' -0" pit depth and 14' -11 " overhead. 15. Elevator security must be complete and operation prior to the final elevator GC Note inspection. Any cost associated with security not complete by the final elevator inspection will be billed at time and material rates. All Security devices are to be provided by others. 16. Protection after installation will be installed by others. GC Note 17. All rail support including hoistway divider beams shall be provided by GC, Structural, Architect others at required locations including intermediate rail support for any long Note floor height and in overhead. Support must be steel or concrete. Minimum distance between supports is 12' -0 ". 18. We will need additional rail support between the elevator hoistway and the I GC, Structural, Architect stairwell. Note 19. Our price is based on GC leaving front walls open for installation. GC Note 20. Our proposal is based on providing standard Otis fixtures and Follow specification for configurations for each car and standard cab interior panels and fixtures. Submit standard configurations. cab interior panels for architectural review. 21. GC to provide and install a hoisting /safety beam capable of withstanding a GC Note maximum net live load of 5,000 lbs. Otis requires 4" clear above the beam. Must be removed before car is placed in operation if it infringes on required clearance. 22. We will remove all packing materials, waste, and debris produced by our GC Note operation to a contractor provided on -site dumpster. Final disposal of dumpster materials is the responsibility of the contractor. 23. Temporary use is available as follows: GC Note • Permit: $2,250,00 • Monthly Use Rate; $2,000.00 • Refurbishment after usage: $2,100.00 24. Our bid is based on providing 1 pre- inspection and 1 inspection as required GC Note by State of WA. Any additional pre - inspections and /or inspections necessary due to others shall be as an extra. 25. Our bid is based on others providing standard penetrations and fire GC Note caulking /firesafing of penetrations as required by code as it is others expertise similar to sealing /patching the hoistway. 26. Our bid is based on manufacturing lead -time of 13 weeks after approvals, GC Note signed contract, and initial payment. 27. The timely furnishing of approvals, a completed hoistway for our GC Note uninterrupted use, and power with permanent characteristics at manning of job. 28. Our hoistway entrances do not require steel angles to support each GC Note hoistway lobby sill. Otis uses an entrance arrangement eliminating the need for this angle and the associated material and labor costs. Our sills also do not require grouting under the sill, but may require grouting between the face of the sill and the finished floor (grouting by others). Federal Way Performing Arcs and Conference Center, Federal Way, Washington LB Project No 0100000800-001 0 2016 Lerch Bates Inc. Blo REVIEW L41 LERCH BATES Please contact us to discuss our response comments at your convenience. Sincerely, tERCH BATES INC. EI o onsulting Group an Be Consultant oenjh Federal Way Performing Arts and Conference Center, Federal Way, Washington March , 2 LB Project No. 0100000800 -001 0 2016 Lerch Bales Inc; j�(fJlj Otis Clarifications Lerch Sates Response 29. On -site storage, approximately 20'x 25' per elevator adjacent to the GC Note hoistway at bottom landing is required. A charge will be assessed for any double handling or re- transportation of elevator material required by the general contractor /owner or agent thereof. If off -site storage is necessary, charges will be assessed for double handling and transportation, plus monthly storage. 30. Our bid is based on 35% of the contract value being paid at the time of GC Note equipment ordering /approval, 50% upon delivery of material and 15% labor with a 10% retention. 31. Our price does not include naming other parties as additional insureds but GC Note we will provide an Owners and Contractors Protective Liability policy. We do not waive our or our insurer's rights of subrogation. 32. We do not offer a deduct for participation in an OCIP or Wrap Insurance GC Note Program 33. This proposal is submitted with the understanding that any contract GC Note resulting therefrom will be subject to review and mutual acceptance of all terms and conditions contained therein. It is conditioned on neither party being liable to the other for any loss, damage or delay due to any cause beyond either party's reasonable control, including but not limited to acts of government, strikes, lockouts, fire, explosion, theft, weather damage, flood, earthquake, riot, civil commotion, war, mischief or act of God. Under no conditions, shall either party be liable for liquidated, special, indirect, or consequential damages in contract, tort, including negligence, warranty or otherwise, notwithstanding any indemnity provision to the contrary. Notwithstanding any provision in any contract document to the contrary, our acceptance is conditioned on being allowed additional time for the performance of the Work due to delays beyond our reasonable control, 34. Our quotation is based on all work being performed during our regular GC Note working hours and on the job site conditions outlined in the section "Preparatory Work by Others," prevailing at the beginning and during Installation of the elevator equipment. The section "Preparatory Work by Others" is included as ATTACHMENT A. Please contact us to discuss our response comments at your convenience. Sincerely, tERCH BATES INC. EI o onsulting Group an Be Consultant oenjh Federal Way Performing Arts and Conference Center, Federal Way, Washington March , 2 LB Project No. 0100000800 -001 0 2016 Lerch Bales Inc; j�(fJlj JI Ms��� ' � y ira.TTel���fi: ! `+Dora r' .0 C Ia- �- as W U�� ot 9 a j JI Ms��� ' � y ira.TTel���fi: ! `+Dora r' .0 C Ia- �- as W U�� ot From: Thomas Gerard tgerard@ LMN Architects com B Subject; FV COR -008 Elevator Guide Hall Supports - HF1:308 VakrtP Date: February 6, 2017 at 5:47 PM To: Brian Fyall brian ©loraxpartners com Brian, The background for the issue is described to large degree in the RFI answer attached. In regard to the elevator supplier for the project and how that selection relates to the need for additional guide rail support, a phone Comm with Dan Bennet with Lerch Bates would be beneficial. When Garco had not yet awarded the bid Dan Bennet reported that Dan's original favorite Thyssen Krup should have been able to make our door and cab height but was unwilling to do it. I'm guessing that means wouldn't do it for the number they gave at bid time. Bennet said that with the exception of Kone all the other major mfrs could make our elevator and we gave Dan Lampert contact names ate Mitsubishi and Schindler. Dan went with Otis who told Dan up front that their unit had limitations in how far the supports for guide rails could be apart. Either Dan missed that or didn't understand the implications, or he judge that transferring the cost for additional supports to the Owner was a reasonable way to proceed. The RFI suggests that the additional rails needed for the Otis are a design omission. The design team sees it as the contractor not fully dialing in to the project conditions and proposing an elevator that requires additional support than the building provides but otherwise meets spec. Unknown how the GCs that did not win the project approached this. Thomas +Gerard LEED AI' Associate LMN 801 Second Avenue, Suite 501 Seattle, WA 98104 T 206 682 3460 Imnarchitects.com A!A National Architecture Firm Award 2016 From: Daniel Lampert ]mailto:danl@garco.com] Sent: Monday, February 06, 2017 12:56 PM To: Thomas Gerard <tgerard @LMNArchitects.com> Cc: brian @loraxpartners.com; PJ Santos (PJ @Loraxpartners.com) <PJ @Loraxpartners.com> Subject: COR -008 Elevator Guide Rail Supports Thomas, Please see attached costs associated with RFI -308. Thank you, DAN LAMPERT GARCO CUNSTRUCT[ON I Western Operations 1145 Rruadvmy Plaza, Suite 1:3.40 `Pacoma, OVA 98402 i o:(253)503.7053 f:(253)503 -7714 r (509) 863- 8755 dAnl@garcg.com CCR -008 Elevator Guide FWPAEC RFI 308 Rail Supports pdf ElevatorGu_.1-MN PDF r From: Thomas Gerard lgerard @LMNArchiteclsconn Subject: R£ COR•008 Elevator Guide Rao Supports - Actionitem 075 VaknP Dale: February 13, 2017 at 10:54 AM To: Dan Bennett Dan Bennett @Le=Bates corn Cc: Brian Fyall brianOloraxpartners com Dan, Looks to me that we now have all the information required to resolve this with the contractor however it looks like there will be some struggle. Thanks for your input and I will keep you advised as this progresses. Regards, ............ . ................... Thomas Gerard LEED AP Associate LMN 801 Second Avenue, Suite 501 Seattle, WA 98104 T 206 682 3460 Imnarchitects.com From: Dan Bennett [ mailto :Dan.Bennett@ Lerch Bates-co ml Sent: Monday, February 13, 2017 10:15 AM To: Thomas Gerard <tgerard @LMNArchitects.com> Subject: RE: COR -008 Elevator Guide Rail Supports • Action ltem :075:VaknP Thomas, My view is that the General Contractor is responsible for vetting the bid qualifications from their subcontractors, particularly when they have been flagged by the design team. Otis made it clear that they would need additional rail support. That should have made Garco ask questions regarding what was shown on the drawings and what Otis required. That was the time to notify you or the Owner of any potential cost increases based on the selection of Otis as their subcontractor. There was no requirement that Otis be selected. There were other possible bidders that could have been investigated. Garco made the choice, and should have been prepared to provide what was needed. Their implication that every bidder would have required additional support is not backed up by any evidence. As I mentioned below, Thyssen did not qualify their bid for additional support. Dan Dan Bennett Consultant Dan. Bennett@1erchBates. com Phone: 425.205.2205 Mobile: 425.445.6997 www.lerchbates_corn 19515 North Creek Parkway, Suite 304 Bothell WA 98011 �U ft This message is confidential. It may also be privileged or otherwise protected by work product immunity or other legal rules_ If you have received it by mistake, please let us know by e-mail reply and delete it from your system; you may not copy this message or disclose its contents to anyone, Please send us by fax any message containing deadlines as incoming a -mails are not screened for response deadlines. The integrity and security of this message cannot be guaranteed on the Internet. From: Thomas Gerard m it : g r r LMNArchitects.comi Sent: Monday, February 13, 2017 9:47 AM To: Dan Bennett <Dan.B .nngtt LerchBates.cam> Cc: 'Brian Fyall' < r' n Ioraxpartners.com >; Lisa Hardoby <Usa.Hardobyrn LerchBates,com> Subject: RE: COR -008 Elevator Guide Rail Supports - Acdonitem:075:VaknP Dan, The drawing set did not include Vertical Transportation drawings from Lerch Bates. For this 2 -stop elevator we drew a plans, sections and detail on sheet A524 but the note about 'supports as required' is not on that sheet. Is that note also in your specification? It seems like our situation is that some or most providers would not need the additional support but some do. The question is how best to convey that it was the contractor's responsibility to provide an elevator that worked with the building structure or pay for additional support. Thanks, ... ...... ......... ....... I ........... ................., ..,.,...... Thomas Gerard LEED AP Associate LMN 801 Second Avenue, Suite 501 Seattle, WA 98104 T 206 682 3460 Imnarchitects.com AIA National Architecture Firm Aword 2016 From: Dan Bennett f mailto :Dan.Bennett(- LerchBates.coml Sent: Wednesday, February 08, 2017 10:26 AM To: Thomas Gerard <tg r r LMNArchitects.com> Cc:'Brian Fyall' <brian@lorexpartners.com >; Lisa Hardoby <Lisa,Hardoby@LerchBAtes.com> Subject: RE: COR -008 Elevator Guide Rail Supports - Action Item: 075:VaknP See our responses below: Dan Dan Bennett Consultant Dan Ben nf:JQ Lerch Ba les.com Phone. 425.205.2205 Mobile: 425.445.6997 www lerchbates.com 19515 North Creek Parkway, Suite 304 Bothell WA 98011 ❑0 This message is confidential, It may also be privileged or otherwise protected by work product immunity or other legal rules, If you have received it by mistake, please let us know by e-mail reply and delete it from your system. you may not copy this message or disclose its contents to anyone, Please send us by fax any message containing deadlines as incoming a -mails are not screened for response deadlines, The integrity and security of this message cannot be guaranteed on the Internet. From: Thomas Gerard [mailto:tgerard@LMN rchitects.com] Sent: Tuesday, February 07, 2017 5:38 PM To: Dan Bennett <Dan.Bennett@ Lerch Bat es.com> Cc:'Brian Fyall' < ri n loraxnartners.cum> Subject: FW: COR -008 Elevator Guide Rail Supports - Actionitem:075:VaknP Dan, The selection by the contractor of the Otis Hydrofit has led to a significant dispute about guide rail support. In the email following the numbered points are from the Owner's Rep and the blue text 'a' comments are responses from the contractor. Please review and comment. Thanks, .............................. ............................... Thomas Gerard LEED AP Associate LMN 801 Second Avenue, Suite 501 Seattle, WA 98104 T 206 682 3460 Imnarchiteccta.gm From: Daniel Lampert [mailto:danl garco.com Sent: Tuesday, February 07, 2017 5:25 PM To: Brian Fyall < brian loraxpartners.com> Cc: Thomas Gerard ggerardf,LMNArchitects.com >; PJ Santos <PJ Loraxnartners.com> Subject: RE: COR -008 Elevator Guide Rail Supports The elevator consultant has indicated other elevator suppliers could have made points of connection without the support tubes. I've not confirmed this position but if true it does become an issue asking the City to pay the full freight. a. The specified manufacturers required guide rail supports. Lerch Bates should have recommended guide rail supports to accommodate all listed manufacturers. When the RFI was written, the design team refused to answer and demanded direct payment for engineering fees. Completely unprofessional and costly when the stakes were high. Meanwhile, Garco is sitting out there with delays and major costs just ,u. a Yu 16 w NIvvwe a W-1 Nil 6 Iy34C,14 —GL 1114;6 w <41e.6L,,.15 Lerch Bates drawings did include notes referencing the need for rail supports "as required." There were six specified providers. We reviewed only two bids. One from Thyssen and one from Otis. Thyssen's bid did not qualify the need for additional rail supports. Otis did, and we noted that it should be reviewed by the GC, Structural, and the Architect on March 19, 2016 (see below). This issue should have been vetted by the GC at that time. 17. All rail support Including holstway divider beams shall be provided by GNC, Structural, Architect others at required locations including Intermediate raft support for any long ote floor height and In overhead, Support must be steel or concrete. Minimum distance between supports Is 1Z-0". L- 18.1 We wfil need additional rail support between the elevator holstway and the I GC, Structural, Architect stairwell. Note 2. If the elevator shops would have been completed early in the buy out this issue could have been caught prior to shipping of steel. Cost for fix would have been substantially less. a. We submitted the elevator for preliminary review in January 2016. Lerch Bates specified an elevator that wouldn't fit in the building which delayed buyout. We submitted 2 listed manufacturers and neither could proVde the cab height specified in the clear height available. I worked hard to get Otis to make an exemption to their design for this installation. The exemption prolonged the submittal process. The GC submitted only two of six possible manufacturers and claims that the specified elevator wouldn't fit? Even though one of them did fit? Lerch Bates originally specified an 8' -0" cab with a 7' -0" door. We were told to specify an 8' -0" door which required a 9' -0" cab. We were also told there was clearance. See the attached PDF from Rob Curran from July of 2015. 3. Is there a lesser ground for this cost you can live with? a. After all that, you are still asking Garco to pay for the partial costs we did submit? From: Brian Fyall rmailto:brlan@loraxpartners.coml Sent: Tuesday, February 07, 2017 4:16 PM To: Daniel Lampert Cc: Thomas Gerard; PJ Santos Subject: Re: COR -008 Elevator Guide Rail Supports Dan This is a difficult nut to crack, I'm sympathetic to your position but find the price difficult to swallow. Below are some thoughts: I . The elevator consultant has indicated other elevator suppliers could have made points of connection without the support tubes. I've not confirmed this position but iftrue it does become an issue asking the City to pay the full freight. 2. If the elevator shops would have been completed early in the buy out this issue could have been caught prior to shipping of steel. Cost for fix would have been substantially less. 3. 1s there a lesser ground for this cost you can live with? L©RAX p.,t A,fl 1..11411'.1 fJ11C1 1tD 711 6111 p1 Xtl ]B1 JW .v. On Feb 6, 2017, at 12:55 PM, Daniel Lampert <danka garco.com> wrote: Thomas, Please see attached costs associated with RFI -308. Thank you, Dan Lampert Garco Construction I Western Operations 11.15 Broadway Plaza, Suite 1340 Tacoma, IVA 98402 a (253) 503.7053 1 f (253) 503.7214 t: (509) 863 -8755 1 dan![Aaarco.com <COR -008 Elevator Guide Rail Supports.pdfl Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners Issued to: City of Federal Way LMN Architects A. SPECIFIC INCLUSIONS COR No. 009 RFI -097 Parterre Seating Wing Walls Date: 3/1012017 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 1. The east and west wing walls were not shown on contract documents, added by RFI.097 response. 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales lax C. SCHEDULE IMPACT: 0 Days This propos cov rs the cost of perfonning ilia work.. s not lnclude any cumulative schedul v ost Impacts. Garco reserves the rights to camb€rra t tangs h others to analyze 1ha cum a cnsl schodu[a Impact of the ch s to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 4 �e SUBMITTED FOR APPROVAL BY: APPROVE[] BAY: i GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 922a 1� a L p D to Lorax City of Federal Way 6 Date: LMN Architects �c By: Date• JOB FILE 151700 - Change Proposal Page 1 of 1 ti c 0 N C O O C? N u 3/17/2016 Federal Way Performing Arts & Event Center RE: RFI 097, Wing Walls At Parterre 114 KCYSTONr- V MASONRY COR #001 2015 -034 In response to RFI 097 the costs for the addition of CMU wing walls at each side of the audlorium risers ending at GL 7.6, Parterre 114, adds 150 CMU to our scope. l �D b1 � �;,�► 40, -3 to IkO4 551/er- X3-51 X33 b�-,tv %P- (i5 C Mason Rate 1 Mason Rate 2 Laborer I Total Expense A I BASE RATE 39.5400 37.5400 34.7600 B UNION BENEFIT 15.2800 15.2800 10.6200 C SOCIAL_ SECURITY _ �_ MEDICARE 2.4515 0.5733 2.3275 2.1551 D 0.5443 0.5040 E L& 1 5.1968 5.1968 5.1968 F FUTA 0.3163 0.3003 0.2781 G ISUTA 2.2617 2.1473 1.9883 H TOTAL LABOR COST PER HOUR 6 ---6 .13362 . 55.5022 I LABOR HOURS FOR JOB 10.000 40.00 32.000 F J OVERTIME PREMIUM ­21,4522 19.8636 K OVERTIME HOURS 0.00 0.00 0.00 L TOTAL LABOR COST $656.20 $2,533.45 $1,776.07 $ M MISC. SMALL TOOLS IjP 248.29 N OSHANVISHA - 2% O EQUIPMENT 4A, WVV k.. 420.00 Forklift 350.0 ' Saw 70.00 P MATERIAL ; CMU /150 each 330.00 Grout/1.5 yrds 300.00 Mortar/ per 150 each 45.00 Q SUBTOTAL. L -P $ 6,406.31 R WARRANTY - 1 % $64.08 S SUBTOTAL Q -R S 6,472.40 T OVERHEAD - 15% of line S 970.86 U SUBTOTAL S -T it 7,443.26 V PROFIT -10% of line U 744.33 W SUBTOTAL U -V $ 8.187.58 X LIABILITY INSURANCE - 1.50% OF LINE W 122.81 Y 'TOTAL $ 8,310.40 40, -3 to IkO4 551/er- X3-51 X33 b�-,tv %P- (i5 C REQUEST FOR INFORMATION Garco Construction, Inc. RFI # 097 Name: Slab Bearing Walls to Ramp Walls Contract Title: Federal Wa Performing Arts & Event Center (FWPAEC) Date Submitted: 02 -11 -16 Date Response Required: 02 -25 -16 Specification Section(s): Drawin T Plate(s) & Detail(s): A201, A621 Information Requested: Please see the attached and provide a section and /or details where the slab bearing walls at Parterre 114 frame in to the framed ramp walls at either side of the elevated slab. Contractor's Recommendation: Potential Schedule Impact [No) Potential Cost Impact [No] Response: Please seethe attached SKS -012 for the requested details. Respondent's Name: Idrn Date:02/16/2016 Endorsement if response ty A -E or others): Y�) 1� S v 111 r+ t Z -i Z P.0 U2U 0 0 cn 0 'c',- U � a a v zi 1 Q in N �6 f m LL N oa z Z O CL 005 mm ~ J W a 4a f9 N kL--LJl �U, ' W Z W I ? J I W CD in to � coN V -0 M N N 1 m M fir} N X iYJ SO in N a N N Q N Sri I EB 1� t9 T T T CBiiL:4lltl O r cl e-' T N a s� P.0 � a O � N �6 tn QI z 9 - O CL mm 4a f9 W J W X J W z/� L.L W r0_� �L O r cl e-' T N a s� . Opp ,w daw gap' :lr J PREFUNCTION Fl-0-6 I cn fl A J2 � 1� Fl, F1 097 Au achment I — a2o16k , tLcr �ND BM RF-1mr- PEIL-. SEC -TVo,�j CMu .,h�,AIG F LeFr ,e P�W7 3� 0� 3=0• [3o�1q T3m (,) A-DDL 05 VE-97, Fu L4 — 4E 1&47 rgtaF e Iatr Co�Er� �D t�rv► I Z /Sgzo CMut WA•t,t_ is> Y04P P OBt2 12/Sy2o NOTS—S I. fiy OOYZ . De-CY- .JOT- S liO Fo CL Ci.A �Y . CMU WALL INTERSECTION AT AUDITORIUM ELEVATED SLAB S511 PROJEt7 FWPAEC TITLE CMU Wall Intersection at Auditorium Elevated Slab RFI # 097 - DATE 02/16_ /2016 MAGNUSSON DRAWN BY LDM KLEMENCIC SW(N # SACS -012 ASSOCIATES strud.W 4 OA d%how� 1301 r1h Amu t hhe 3700 s.oti., vbr;� ve 1 otaega •- i 206792 1747 h706M 1201 /WauRL2.�A � II Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 010 City of Federal Way Premium Time for DLH Date: 3/11012017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. To accelerate schedule and minimize delay Impacts related to change conditions, the owner authorized overtime work. The premium time costs are attached. Base wages were paid by contractor. 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This propq& covers a cost of pedgAing the w j . It does no#rdude any cu o co this chang with oche a analyze the c)wuWjwfbat and schedule TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 1 9220 113 • .� �! a a p 1]ata ..... schedule or Impacts. Garco reserves the rights LftSbattfus to Garco's scope of work. ADD: $ 9 wr--il BY: City of Federal Way B Date: LMN Architects Date: / , f 7 JOB FILE 151700 - Change Proposal Page 1 of 1 C O v w NOw C O O w R u i t N M » MY N A � I � g j i I r I ' o � � I I � 4 e 0 i z n n! LL s us �5 D. L. iliZNRICKSEN COMPANY i,'dC. 9005 201h SIMMt 6981 Tacoma. WaWn0lon 90424 Federal Way - Performing Arts and Event Center Lorax Partners Date: Time: 1 -y _By: f -ell ae a LORAX PARTNERS D. L. HENRICKSEN COMPANY INC. 8045 201h Slroal Easi. Tacoma, Washington 98424 A Aa ADDITIONAL WORK AUTHORIZATION -� ILL Tar B G Af,G© T I Jaa Na! m- C La OR JOB HAM Cz r oo ADOREast 411 THCS41p Y 9i L 061 ES No r r•SCFtIPTibHOF Wi3RK- JtA IL i VVQ R K DESC RI QED ABOV , AU I :•:7RIZE 0 BY COAIHLETON CERTIF ICATiOn HEIVii K:1C5£N t: �3:V5 � �iUf:7lfiN L LI CDLIPANY .__ _ COMPANY _ _ _ - REY SIGNED SIGI:ED FRET' MATERIAL - -- I1. TOTAL MATERIALS TOTAL WIERALS BOND OH- PROFIT ®W�TOTAL Lc."-� Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 011 City of Federal Way Curtain Well Head Framing and Flashing Date: 3/10/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Added costs associated with RFI -257; RFI -326; RFI -335 and ASI -026 2. Bond S. SPECIFIC EXCLUSIONS 1. Washington State sales tax 2. Removing and relocating curtain wall for alignment issues C. SCHEDULE IMPACT: 0 Days the of pekorming the v It doed ;e tit others t natVa cumulative TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 99 Sn � Da a ate schedule,of cost s. Garco pfaives the rights L the ages to rcc's sccp work. �/ �0 Q� �jv� ADD: $ 52 � • 1 ✓ Date:�1 City of Federal Way By: Date: LMN Architects By: Date: JOB FILE 151700 - Change Proposal Page 11 of 1 .M %\ 01YI-11 1 r17A (v u I COP Subcontractor Breakdown Summary Project Name: Federal Way Performing Alts CCO A Extra work Project No. 15-17 Document Reference: COP -STS dow membrane Date: 211612017 Contractor. Garco Construction Contractor Ref. No, 15-17 Description: Purchase STS material from dew, caulk from head of CW material to the face of the building _ Install at CW 9,7,6 , 1 and 3. 2 beads of 758 dow coming caulking , lift for 3 days and 1 man for 3 days, 1, CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. S. OVERHEAD & PROFIT a. 12% on Materials 12) S 326,67 b. 12% On Labor, Equipment and Small Toots (1, 3, & 4) $ 260.12 S. SUB-SUBCONTRACTORS a. b. $ C. $ d. It 7. OVERHEAD & PROFIT ON SUB-SUBCONTRACTORS a. NTE 6% for each sub S , S. Bond a. Bond 9. B &O Tax a. B&O Tax 1. CRAFT LABOR COSTS 4 1,82071 2. MATERIAL COSTS $ 2,73894 3. EQUIPMENT COSTS S 30000 4. SMALL TOOLS $ 4700 SUBTOTAL 1 thnu 4 $ 4,907.00 5. OVERHEAD & PROFIT S 586,80 5. SUBSUBCONTRACTORS S 7. OVERHEAD & PROFFr ON SUBSUSCONTRACTORS $ 0.00 % of 1-7 $ - S. Bond S 0.00 % of 1-8 S 26.60 Added STS membrane and caulking Fage of 9. B90 Tax $ 27.00 I TALCOST S 5,523.00 liwed 21ZWZ V17 \ Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 1,556.16 b. foreman S c. lead foreman S DIRECT LABOR SUBTOTAL S 1,556,16 Supervision: d. direct suparvison (NTE 15% of 1 a) $ 23342 e. safety (NTE 2% of lines 1a, b, & c) S 31.12 2. MATERIAL COSTS a. material costs S 2,736.94 b. freight costs (itemize) $ _ 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ 300 00 In. rental equipment (per invoices attached) S 4. SMALLTOOLS a. small tools (NTE 394 of 1a & b) $ 46.68 S. OVERHEAD & PROFIT a. 12% on Materials 12) S 326,67 b. 12% On Labor, Equipment and Small Toots (1, 3, & 4) $ 260.12 S. SUB-SUBCONTRACTORS a. b. $ C. $ d. It 7. OVERHEAD & PROFIT ON SUB-SUBCONTRACTORS a. NTE 6% for each sub S , S. Bond a. Bond 9. B &O Tax a. B&O Tax 1. CRAFT LABOR COSTS 4 1,82071 2. MATERIAL COSTS $ 2,73894 3. EQUIPMENT COSTS S 30000 4. SMALL TOOLS $ 4700 SUBTOTAL 1 thnu 4 $ 4,907.00 5. OVERHEAD & PROFIT S 586,80 5. SUBSUBCONTRACTORS S 7. OVERHEAD & PROFFr ON SUBSUSCONTRACTORS $ 0.00 % of 1-7 $ - S. Bond S 0.00 % of 1-8 S 26.60 Added STS membrane and caulking Fage of 9. B90 Tax $ 27.00 I TALCOST S 5,523.00 liwed 21ZWZ V17 \ 3 0 v Mi W .h+ 0 U CL 0 Q -E I-. p3 n r b 1 `m b r O d Z u C C 0 U =I' C € C d � 3 ti =3 m E Z Q z m o a o v t a 3 c i �} E U R 1� i I 1 r I 1 ! w c W w I .o MfA HHHH HM HIW G *H'H0 HAP/IH NOM toMHHHHH (a de H H C3 m ci a' 1AfltHHM ViNN.infRYifA 114 HHN 7nHUjtoow4IAH es. H /A.fAH H W O H S L IA h YYy77 r r r 1 1 1 1 1 1 1 1 1 1 1 OD O N r = fh U h m Ni HfA IA HHH b444fA'IAH HfA vib)H to fA 4* An No 49 to U). 69 fa fill, 64 -UP m al ° N b U' r p} J fs hs fA H IAHH a N H M... tli 0 w H H w H IAHtoHHHHHiii HHH M H 9 H C m 7 r a N E cm L m m ou u m m m v _ �to CL m ���m E 2 w a r ON 1 c Cq&MF I I U O V 3 c i �} E U � � � � � � cc ► � � ii E ) ! ■ 2 r t C J IL k k� d� !d )! �! k{ k2 k� s $ �7a �iSE ■22 k §i �2k ©tee k■s fay �f2 E2f� § 2 I wi &]a )k� kI� IJs �E § ex 2 e � )§ E % ■ .�i � � ! � � § m ¥ 4 to ' \ J� 2 at in k I a � 2 led ) § k f Li 7�§ § k k k� d� !d )! �! k{ k2 k� s $ �7a �iSE ■22 k §i �2k ©tee k■s fay �f2 E2f� § 2 I wi &]a )k� kI� IJs �E § ex 2 e � )§ E % ■ .�i � � ! � � I NX /tip MR HIM 858888.18888888$ , tilde Added d cid 0 all, � 5i S. 'a 8 S. S. 8. 8. S. S $ Z2 m ;; Q C, 0 C, 0 o C. $!38$$8$$883 1D s o 01 d o 0 0 cc 6 a 6 d •6 00- c, NX /tip REQUEST FOR RFI # 257 Name: INFORMATION Framing for Lobby Shades Garco Construction, Inc. Contract Title: Federal Way Performing Arts & Event Center (FWPAEC) Date Submitted: 10/4/16 Date Response Required: 10/18/16 Specification Section(s): Drawing Plate(s) & Detail(s): 1.2 and 3/A422, 2,3 and 4/5330, 8/5431 Information Requested: to The recesses for the shades in the lobby are sectioned on A410 A422 and S330.'Please dimension the depth of the recess on 1/A422 and 2/A422. The architectural details 1- 3/A422 show extensive framing around the shade recesses, but it is unclear how it is supported structurally. Typical detail 8/5431 does not show the connection of the framing around the shade recess to the structure. Please provide a structural detail of this framing and its connection to structural members and id tify the size and gauge of the studs. Contractor's Recommendation: Potential Schedule Impact IYCSI Potential Cost Impact Yes r Response: _ y The shade brackets and rollers are shown dashed at the East and bies on Lobby elevation 1/A630 which reference enlarged detail 15/A651 for the shades in t at the south curtain wall head. The shades must be staggered as shown to be level for the pport at the top while the ceiling slopes. The light gauge metal framing in details 1, 2 & 3/A4with plywood backing (support provide support for continuous or discontinuous 114" steel angles trt the shade bracket per the shade mfrs requirements similar to detail 9/A424 in the offices. imum depth of the recesses is determined by the stacked height of the support brackets at poin ed on mullions as shown on 1 /A630 and 15/A651 and in all cases the lower shade is the driver th of the recess which is continuously sloped at the south wall should be 2 112 "" above the higher bracket shown in 15/A651 (see bubbled on the attached), As noted in the detail the dimension to the to p of the higher bracket has to be verified with the shade product which has not been submitted yet, The note in the details on A422 should be calling out the structural steel at the head of the curtain wall only as'PER STRUCT'. The light gauge metal framing is Non- Structurai Metal Framing per 092216 and the contractor has the design responsibility. A framing scheme is suggested in the A422 details using the structural steel channels at the curtain wall head and the roof deck above for support as necessary. The final configuration is up to the contractor as this framing will not be visible. Verify deflection and movement criteria with the shade mfr, The depth of the pockets at the east and west walls are determined by the space require to install the closure trim and mfr recommendation for height the bottom of the bracket above adjacent ceiling. Allow for shades to stack at corner intersections as shown on A422. Res ondent's Name: tgerard Date_ 10/21/16 Endorsement (if response by A -E or others): U�\ L F "It t") New w,lan"v°kvw. CW MULLION ti GWB, PNT TO MATCH CEILING, TYP SHADE MOUNTING BRACKET PER MFR SHD -1, SHADE TO REMAIN LEVEL IN SLOPING RECESS, -A TYP M SEALANT JOINT BOTTOM OF CEILNG BEHIND CW -1 SHADE ALIGNMENT AT SOUTH CW -1 = 1' -0" RFI 257 r� Architect's Supplemental Instructions Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 81" Avenue South Federal Way, WA 98003 T 253 835 7000 Lmn [X] Architectural [] Civil [X] Structural [] Mechanical [] Electrical [] Other ..... ............................... These instructions are issued for the purpose of ciarJying or amending the Contract Documents and make no inferences on their potential effect on the Contract Sum and /or Contract Time Commencement of the Work described in these instructions indicates Contractor's acceptance with no change in the Contract Sum and /or Contract Time Contractor must submit written notification to the Owner w;thin seven (7) calendar days of receipt of these instructions if the clar4ication causes any change to the Contract Sum and /or Contract Time Description: ASI -026 Shade Pocket Structural Stud Support 1. Sheet A422: a. Reference detail 2/A422 'Section Detail South @ CW Head'. Shade pocket framing was called out in the Bid Documents as 'PER STRUCT' suggesting that the Structural Engineer would provide the information now attached as SKS -028 2. Sheet S502 a. Add detail 6/S502 'Shade Pocket Structural Stud Support' provided by this ASI as SKS -028. This detail applies at the shade pockets on the east, south and west sides of the main lobbies at the curtain wail head. Exact framing at pocket shaping varies and is to be coordinated with the roller shade product requirements and information given in the answer to RFI 257. [X] Attachments-, 2/A422 'Section Detail South @ CW Head', 6/S502 'Shade Pocket Structural Stud Support' ............... —............................................................................................... ............................... Issued By: Thomas Gerard •—�. 4� 11.30.2016 (ASI -026) ��J 4TLP.1YPe PER ELEVATDPFS W WAS OKR DRIP 0"01-- to art VAR *$ UETAL SOFFIT PANEL TO.LJATCN WTLF -1 OTP SHEATHa ebOFrI RE"Ji WAA INTO 4AD " SEAL TO CURTAIN WALL FRAAAC NOTE3 1 SUPPORT SOFFIT PANEL AS NECESSART FOR FIATPES3 i SECUAE SOFFIT WITH MNWL'H NL ER OF RIVETS AS RECUT EVEMET SPACED T ALIGN SOFFIT PANEL JOINTS WITH MTV FASCIA JOINTS r STRUCTURE I.1032' I SU.. P Et Lw SSUPPORT MORT dIi PER STAUCf SSR 6 FRAME TYP IaI r cNr VSS P[A SFrSVATTA6 I SECTION DETAIL SOUTH NTS R4 @Id Documews called ehls out wiTEA 91AurT - Soe SKS-M XPaChNe IaDrumm SEAU DMT • STIm PAAIlip AS RED O @RACKET ATIDNOF CEIUNO VARIES SNOT CLOSURE TRIM -- �- -TTS CORNER pEAO � CW HEAD RR 112 ASI U` /2t MOTORIZED SHADE SYSTEM AND CONN TO PLYWOOD BY MFR I I I I I I I I , 350S137 -33 @ 41 -0" OC I F-:..�_ R ; NOTES: 1. SEE 21S501 FOR INFORMATION NOT SHOWN. #10 -16 SCREWS, TYP CON 350T125 -33 PLYWOOD PER ARCH, MOUNT TO SIDE OF EA HANGING STUD W/ (3) #10 -16 SCREWS SHADE POCKET STRUCTURAL STUD SUPPORT PROJECT FWPAEC DATE 11/28/2016 TITLE Shade Pocket Structural Stud Support DRAWN BY Idm ASI 026 SKETCH # SKS -028 MS MAGNUSSON KLEMENCIC ASSOCIATES SV WNMr ♦ Ova Bli6m 1301 rft A m. % W%X20 S*W.,Waf:wm9610 Zs i; 706191 i200 F. 206 IM RFC :335 Garco Construction Project: 151700 - Federal Way Performing Arts & Entertainment Center 1145 Broadway Plaza, Suite 1340 31510 Pete Von Relchbauer Way Tacoma, Washington 98402 Federal Way, Washington 98003 Phone: (253) 503 -7053 Phone: (253) 8352711 Fax: (253) 503 -7214 Fax NIA Curtain Wall Head Condition TO: Thomas Gerard (LMN Architects) FROM: Dan Lampert (Garco Construction Inc) 801 2nd Ave Suite 501 1145 Broadway Plaza, Suite 1340 Seattle , Washington 98104 Tacoma, Washington 98402 DATE INITIATED: 12106/2016 STATUS: Open LOCATION: Lobby DUE DATE: 1211001016 COST CODE: REFERENCE: COST IMPACT: Yes (Unknown) SCHEDULE IMPACT: Yes (Unknown) DRAWING NUMBER: A422 SPEC SECTION: LINKED DRAWINGS: RECEIVED FROM: Dan Lampert (Garco Construction Inc) COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Thomas Gerard (LMN Architects), Gary Harwood (Garco Construction Inc), Pd Santos (Lorax Partners), Jennl Whitney (LMN Architects) RFI -257; RFI -326 and ASI.026 have been related to the lobby ,�curtain nwall head conditions There are 3 additional dariBclatlons require before G�aaroo can proceed. y %•r1'rrM ��Y���ftillQlbl'�� 1► 1. The structural detail provided In response to RFI-257 has framing at 4 -ft OC which Is not sufficient to fasten drywall sheets Please add a detail so that framing Is spaced a minimum of 2 -ft OC. Contractor suggests adding an Intermediate stud between structural supports. 2. There are locations along the curtain wall at the East and West walls that do not have structural support (kickers) at all, Please provide a detail for the framing lobby shades at these locations. Could be similar to the Intermediate supports recommended in item #1. 3. The curtain wall was Initially installed to align with the pony wall deco metal below, because 81A422 notes that alignment. At this alignment, the curtain wall works with the exterior flashing detail from RFI.326 because it was close enough to the exterior wall to span the channel and the void. At the Interior side of the head, the relationship between the mullion and the channel did not match what Is represented In detail 21A422. Detail 2/A422 shows a flush alignment between the curtain wall edge and the interior face of the shade pocket. Instead, the mullion edge did not extend past the interior face of c-channel. In some locations the mullion edge was nearly flush with the steel face, and in other locations along the span the channel would be extruded up to 1' from the mullion edge The variance exists because the channel truss assembly Is constructed of too many small, lightweight pieces to prevent the fabrication from being exactlylconlinuously straight over the long span The channel could be concealed If the CW assembly is offset 2- 3 Inches from the previous location, but that would complicate the exterior flashing detail and the sill alignment. Contractor recommends shifting the CW to the exterior side %* so a small soffit reveal can be constructed to wrap the vertical face of the shade pocket to the mullion edge. See the attachment and a photo of the proposed return framing. The reveal will be continuously straight and aesthetically pleasing. It will also work with the other variabliWrequlrements of the CW assembly. This RFI has an immediate impact on the progress of the curtain wall. Please feel free to call or visit the site if additional Information is needed to resolve these questions. Attachments: Photo CW Retum.pdf Photo CW Rol umt,pdf 0101_001.pdf All Replies: 1) Please see the attached SKS -036 for a revised version of SKS -028 2) Please see the attached SKS -037 & SKS -038 for the requested details. -MKA. F 3) Architect to respond 3) Solution to move system 12' out is acceptable. The shim accommodation in detail B /A422 should absorb this �+1 move and the the alignment between the curtain wall shall be maintained Architect will Issue a subsequent detail th t V puts the structural details in this email and the move together - LMN Idm 12/20/2016 BY DATE COPIES TO Garco Construction Page 1 of 1 Printed On: 12/0612016 04:14 P L3Carco C �mstruotion, Inn. Client Date: — 4114 E Broadway Ave P 509335 4688 Project; Project No; Spokane, WA 99202 F 509.535.1384 www.garco.com info @garco.com Subject; Page; _7, 1 OR 4k L.-SPOLMS ,A- MOTORIZED SHADE SYSTEM AND CONN TO PLYWOOD BY MFR F= i L_ / " � s NOTES: 1. SEE 2/S501 FOR INFORMATION NOT SHOWN. I i f.— I I 1. 6GA 1 "x2 "x0 -2" CLIP ANGLE ES 350S137 -33 @ OC 2' -0" 350S137 -33 @ EA HANGING C6 _ #10 -16 SCREWS, TYP CONT 350T125 -33 T &B PLYWOOD PER ARCH, MOUNT TO SIDE OF EA HANGING STUD W/ (3) #10 -16 SCREWS t—p, SHADE POCKET STRUCTURAL STUD SUPPORT — REVISED PROJECT FWPAEC DATE 12/20/2016 &A AGNU550N TITLE Shade Pocket Structural Stud Su ort - REVISED DRAWN BY Idm RFI # 335 SAT[H # SKS•036 KLEMENCIC ASSOCIATES Puftfw + aA I ft A-6 Ldw 7200 v �' s„e*wd nw'w"'of4%" 11101 82=0 15 206 82 1201 ! ° 1APA: � s NOTES: 1. SEE 2/S501 FOR INFORMATION NOT SHOWN. I i f.— I I 1. 6GA 1 "x2 "x0 -2" CLIP ANGLE ES 350S137 -33 @ OC 2' -0" 350S137 -33 @ EA HANGING C6 _ #10 -16 SCREWS, TYP CONT 350T125 -33 T &B PLYWOOD PER ARCH, MOUNT TO SIDE OF EA HANGING STUD W/ (3) #10 -16 SCREWS t—p, SHADE POCKET STRUCTURAL STUD SUPPORT — REVISED PROJECT FWPAEC DATE 12/20/2016 &A AGNU550N TITLE Shade Pocket Structural Stud Su ort - REVISED DRAWN BY Idm RFI # 335 SAT[H # SKS•036 KLEMENCIC ASSOCIATES Puftfw + aA I ft A-6 Ldw 7200 v �' s„e*wd nw'w"'of4%" 11101 82=0 15 206 82 1201 ! ° MOTORIZED SHADE SYSTEM AND CONN TO PLYWOOD BY MFR ' x xx L- 350T125- 33x1' -6" W1(3) #10 TEK 350S137 -33 @ 2' -0" OC. WHERE W21 ROOF BM OCCURS, FASTEN DIRECTLY TO L3x3 35OS137 -33 @ EA HANGING C6. WHERE (2) C6 OCCURS, FASTEN DIRECTLY TO KICKER GUSSET 10 TEK, TYP CONT 350T125 -33 LPLYWOOD PER ARCH, MOUNT TO SIDE OF EA HANGING STUD WI (3) 410 TEK NOTES. 1. SEE 81S501 FOR INFORMATION NOT SHOWN. SHADE POCKET STRUCTURAL STUD SUPPORT - WEST WALL PRDIECr FWPAEC DATE 12/20/2016 TITLE Shade Pocket Structural Stud Support - West Wall DRAWN BY Idm RFI # 335 SKET {H # SKS -037 MAGNUSSON KLEMENCIC ASSOCIATES aua.wi 4. aA a,W rr. 13t MMNA6Wi.X= s.s.>wr+� vetoi.uw ti 7p1 X21700 F. AS .pia } nie.m. (jJfl'L) c. IA64 WILL MOTORIZED SHADE SYSTEM AND CONN TO PLYWOOD BY MFR CONT 350T125 -33 PLYWOOD PER ARCH, MOUNT TO SIDE OF EA HANGING STUD W/ NOTES: (3) #10 TEK 1. SEE RFI 81 & SKS -012 FOR INFORMATION NOT SHOWN. J2 s �d Z-4X4 x 3�$ ',YP- SHADE POCKET STRUCTURAL STUD SUPPORT - EAST WALL PROJECT FWPAEC DATE 12/20/2016 TITLE Shade Pocket Structural Stud Support - East Wall DRAWN BY Idm RFI -# 335 011 of- W'4 SV� VFW IL OL. 7" MAGNUSSON KLEMENCIC y 11550CUTE5 iaot Ne,r....� scram sae��arroahioi,an T ZDI Z9Z 17D0 R7116AI170] �� •wnim.m� ,may j "GARCO Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone; (253) 503.7053 Fax: (253) 503 -7214 RFC #326 Project: 151700 . Federal Way Performing Arts & Entertainment Center 31510 Pete Von Retchbauer Way Federal Way, Washington 98003 Phone: (253) 835-2711 Fax; N/A FWPAEC RFI 326 CW Head Flashing TO: Thomas Gerard (1-MN Architects) FROM: Seth Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle , Washington 98104 DATE INITIATED: 11/2912016 STATUS: Open LOCATION: DUE DATE: 12/0212016 COST CODE: REFERENCE: COST IMPACT. SCHEDULE IMPACT: DRAWING NUMBER: 2IA422 SPEC SECTION: LINKED DRAWINGS: RECEIVED FROM: Dan Lampert (Garco Construction Inc) COPIES TO: Ryan Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney Please reference detail 2/A422 for the 2 -plece metal flashing at curtain wall head. As shown, the flashing piece cannot be fastened securely. The vertical leg that touches the c- channel cannot be accessed to Install a fastener, and the fastener would be In a very meaty part of the structural member. The continuous Weather /Air Barrier is not shown, and could not be achieved as shown, Please see the attached sketch for a contractor recommendation. The proposed solution will achieve the design Intent for the systems involved. A letter from the glazing contractor is forthcoming, stating that the proposed detail will not impact glazing warranty, The Installation will shed any Infiltrated water through the weep holes (highlighted). Note that contractor Is attempting to find a resolution that will not Impact the sequence planned: CW installation followed by flashing Installation. Attachments: CW Head Flashing pdf All Replies: The continuous WAB location was the subject of RFI 112. RFI 112 we believe originated with Pacific Window Systems Revised detail 4/A422 that was published with the answer to RFI 112 contains no vertical up leg on the soffit flashing attached to c- channel which is called out as a problem in this RFI question and it does answer the WAB question Enlarged detail 1 VA424 is added to detail 21A422 with this RFI to address further discussions about the resolution of the WAB and the soffit flashing as well as to effectively control movement at the head of the curtain wall such that the soffit is not deformed in the future Our judgment is that fastening the soffit Flashing with a vertical down leg directly to the curtain wall frame would cause the soffit to move with the curtain wall as it expands and contracts We prefer to keep the soffit attached to the exterior stud framing above the window to move with that while staying in the same relationship to it as it does, New detail 11/A424 also addresses integrity of the joint at the curtain wall head in regard to water infiltration to the window system and movement at the head joint We still want the cosmetic sealant between the soffit and the snap cap on the curtain wall per the original details See revised and added details on the following pages Note: The soffit panel is called out as 'Type D' as a reference to 61A424 for the shape The answer to RFI 112 graphically showed the panel without a vertical up leg but dA not mention a revision to 6/A424 and perhaps that's the source of the confusion See revised partial 61A424 below tgerard BY Garco Construction 12121/16 DATE Page I of 1 COPIES TO Printed On: 11/29/2016 03:27 Continuous WAB —,, Metal Flashing Installed between W and outside cap. SUkone applied to window. tlashing InstaNed and tasterH with system RFI 326 Sketch (Garco) - not accepted �R4 i AtRUCIURE r - 10 17 i 1 " I i III .. 4 RF! 326 �At - l — BRACRtG PER STRUCT i A424 l I STRUCTURAL BEAM PER STRUCT f MTL STUD FRAMING AS RED Q SHADE POCKET . �• 1 I. _ —___. -- - LSTEPPEDLOOFSHADE SYSTEM POCKET .SEE 10AB]D MILP -TYPE PER 4LE:ATONS -- Y LAP WAS OVER DRIP ` FZ;AM1BYt6 I w ,,, DIM n - �:--a i' Bo sTL VARIES�i Y�8 METAL SOFFIT PANEL TO MATCH MTLP.] FINUIH WIFH uI�HNOCZ 943 DRIP OYP ZHEAuow O sDPF1r ( TURN WAS IMO HEAD b AND SEAL To CURTAIN 1[f NOTES 1 SUPPORT SOFFFF RAItpL AS NECESSARY FOR FLATNESS 2 SECUPE SOFFIT WTTM OP41MM NUMBER OF RIVETS AS REDUIRED EVEICLY UfAL. ED D ALIGN SOFFIT PANEL JOINTS WITH MTLP FASCIA JOINTS RFI 112 Detail 2IA422 Rev (LMN) OW S j g f BACKING 1I I FOR SHD-1 BRACKET SH41 r.r C .1f F"♦ l - r i STLCHANNELCW SUPPORT PER STRUCT SBR @ FRAME, TYP 10 17 B' r AAIUS T PER SUB MfTML CLEAR WIDTH FOR �° I MECHOSHADE - - -- - ELEVATIOR OF CE L_ NO �._ VARIES - - - - -- - -- - -- S HD- 1 CLOSURE TR.M _. -TYP CORNER BEAD -. - -t- -- CW1 FULLDEPTHHORII MULLION AT HEAD e =x f ,a SOFFIT PANEL FASTENED TO , �; I,+ ; STUD FRAMING RUNNER, SEE - - - - t RETURN WAB INTO HEAD AND SEAL TO ,� 1 CURTAIN WALL FRAME BACKER ROD ROD & SEALANT -�Li �{ BRIDGE DEFLECTION JOINT WITH * SILICON MEMBRANE SHEET BEDDED IN L _ --- ---- SLICONE TO THE WAB AND CW FRAME BACKER ROD & SEALANT @ FRAME, TYP, NOTES: 1, SOFFIT PANEL IS ASSUMED TO BE LOCATED TIGHT TO THE BOTTOM OF THE STRUCTURAL C- CHANNEL BUT NOT NECESSARILY TOUCHING IT, 2 SUPPORT SOFFIT PANEL AS NECESSARY FOR FLATNESS SECURE SOFFIT WITH MINIMUN NUMBER OF RIVETS AS REQUIRED EVENLY SPACED DETAIL @LOBBY CURTAIN WALL HEAD 6" = 1' -0" *Tremco Proglaze ETA or equal RFI 326 (LMN) v� "" DIMENSION VARIES PER DETAIL TYPE C - MTLP BASE FLASHING (aD CURTAIN WALL HEAD RFI 326 RFI 326 Revise detail 61A424 (partial) - (LMN) vr Vu�- SEE A422 FOR °_ VARIATIONS WrVVZA 4e Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 012 City of Federal Way Framing and Drywall Costs #2 Date: 3/10/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O, Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Additional Costs as noted on backup pricing 2. Bond B. SPECIFIC EXCLUSIONS 1, Washington State sales tax C. SCHEDULE IMPACT: 0 Days covers the coo perform kg the work. It do pernal inctu s change YJK others to analyze the cumWffilve cost and TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane,llV 992 B • a a pert CYate any cumulative ule orcos Impacts. ledule Imp the changes to arco's ADD: $ serves the rights work. LUl 'L 1 City of Federal Way By: Date. LMN Architects Date: JOB FILE 151700 - Change Proposal Page 1 of 1 t5 ai a s1�v u� 1 Q H v 1 � L C O U a a C W V1 z IL ME O V I. C3 � I o a a o a o 7 M g 8 a LLd � a a � m W 4 4 R ? Y Y c4�*�� s r D�l 8 oh!' i M j� eaj w w w N m LL r. U N p N a a N K. s r D�l 8 G1 iRC`O Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 racoma, Washington 98402 Phone: (253) 503 -7053 Fax: (253) 503 -7214 RFI `M6 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Relchbauer Way Federal Way, Washington 98003 Phone: (253) 835 -2711 Fax! N/A FWPAEC RFI 366 Spandrell Pony Wall @ Patron Lounge TO: Thomas Gerard (LMN Architects) FROM: Ryan Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle , Washington 98104 DATE INITIATED: 01104/2017 STATUS: Open LOCATION: Lobby DUE DATE: 0 111 412 01 7 COST CODE: REFERENCE: COSTIMPACT. TBD SCHEDULE IMPACT. TBD DRAWING NUMBER: SPEC SECTION: LINKED DRAWINGS: RECEIVED FROM: Brent Cook (Pacific Window Systems Inc) COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) Question from S• • Construction Inc) at 1 on 0110412017 Pleaso reference detail 11/A423 for the spandrel pony wall. Please provide a blown up detail of the'custom stool trim' that attaches the MDF to the :urtan wall. How does the flashing fasten to the curtain wall? How does the MDF sit in these custom fleshings? Please indicate break dimensions, lengths, material type, thickness and color. All Replies: Detail 1 1;A423 has been revised to address these questions - see folowing page. Summary. Delete the MDF_ Replace with GWB. Support the GWB as necessary with light gauge framing attached to the slab edge and curtain wall frame as discussed in the field Provide vertical framing support that is no more than 16" on center Paint as indicated. Delete the extruded metal trim at the bottom of the pony wall and replace with W13-1 base to match the WB -1 elsewhere in the room at the GWB full heigtht walls. The curtain wall installer has confirmed that they have already procured the custom stool 'sill extender'. Per specificati 084400- 2.4 C these extenders are required to match the finish of the curtain wall. tgerard dY V2412017 COPIES TO Garco Construction, Inc. Page 1 of 1 Printed On: 01104/2017 03:48 PM SBR BEYOND CW MULLION BEYOND GL GL BEYOND 2 112" /4 1 5 1/2" CW HORZ. SSG MULLION BEYOND ALIG D1M PT N �'- ?MULL a CW HORIZ SSG MULLION GL MDF�f� FINISH FLOOR PER SCHED. ICI 1 21/2' i/a 1 51 CW CUSTOM TRIM AT SILL STEEL ANGLE MEZZANINE 114' " GL BEYOND CW ANCHOR AND CLIP, SEE STRUCT. INSUL -5 1" N N RFI 366 H z co W� SILL EXTENDER, MATCH CW FINISH GWB ON U GA MTL FRMG AS REQ. - PNT -11 i W B -1 PER 12/A650, PNT-1 11 DETAIL AT CW -2 PATRON ROOM FLOOR Rev 11242017 3" = 1' -011 R Fi 366 . �.� ''���•. •i if --a. ',a a s 11 DETAIL AT CW -2 PATRON ROOM FLOOR Rev 11242017 3" = 1' -011 R Fi 366 \ � � 0 \ � \ � � � � � } � � ■ � k ! � d \ d § / # ) § ? OM -- 2 q � k � )5F ƒ(, )§2 ƒ M y � &] ($� \ \� §7� �$) i!§ ))� !g� / }I @ ■■ 7 \� §kq ff� )\� # § §E �E) ±a§ 2f� a ,2 2\\ M J3 .� . I Architect's Supplemental Instructions il, f" r ert Federal Way Performing Arts & Events Center F'r_,ect fti rfli}Ef 12066 8 7)c at on Federal Way, WA r Garco Construction 5.:;:n!r,wt:.r 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 From LMN Arch tect 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 8'" Avenue South Federal Way, WA 98003 T 253 835 7000 Unn [X] Architectural [] Civil [] Structural [] Mechanical [X] Electrical [] Other ..... ............................... These instructions are issued for the purpose of clarifying or amending the Contract Documents and make no inferences on their potential effect on the Contract Sum and /or Contract Time, Commencement of the Work described in these instructions indicates Contractor's acceptance with no change in the Contract Sum and /or Contract Time Contractor must submit written notification to the Owner within seven (7) calendar days of receipt of these instructions if the clarification causes any change to the Contract Sum and /or Contract Time. Description: ASI -022 Miscellaneous Architectural revisions: Architectural: 1. Sheet A201 Ground Floor Plan a. Locate devices on north wall of Work Room 111A per new interior elevation 4/A630. b. Modify part of west wall of Work Room 111A. Increase stud size at niche to accommodate electrical panel per response to RFI 223 ' c. Modify south wall at Pantry 125. Increase stud size to accommodate electrical panel to 6" to within 12" of door jamb as shown. See response to RFI 281. d. Modify south wall of Wall Storage 105A. Increase stud size to 6" to accommodate AV panel as shown. See response to RFI 281. e. Modify north wall of Conference Room 157. Increase stud size to 6" to accommodate electrical panel per response to RFI 223. 2. Sheet A630 Interior Elevations Lobby a. Add Interior elevation 4/A630 in support of RFI 264. 3. A651 Interior Details a. Add detail9 /A651'House Manager's Panel' [X] Attachments: A201 Ground Floor Plan, A630 Interior Elevations Lobby, A651 Interior Details .......................................................................................................................... ............................... Issued By: Thomas Gerard .. ......... ............................................ ............................... tor, s Dis?f, N, J ftnri. r x C r C„ x,-511 iF t, or t n- a, P( - ' rs 11.0 1.2016 (ASI 0 (6 §) D, \�\ � ks uj cl LU LL -0 } \q QA \�\ � 4 i f .`-r -- �5 . z d �a a !F Ali � rt Z W zOz � u� 0 4W .Z U LL ro FI J ,9!4i .W � o a' .,. a--- .11 n. 1A 9 9 Kkt� tt a ri lid Alp 6 l ,k, C f m N,, �s at.11 Iii z Z z � 0 LL + � IL uj Ci J Gj U. L -® y'�! flDr mv-Q i I t0 flr� uj •„ _ F� LL N `, 1D C E a k no �W 7 3� d I 5 III, V r. 1 be F O 9 cov, 6/1, L Garco Construction 1145 Broadway Plaza, Suite 1340 �rTacoma, Washington 98402 Phone: (253) 503 -7053 Fax: (253) 503 -7214 PFI #31"7 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Relchbauer Way Federal Way, Washington 98003 Phone: (253) 835 -2711 Fax: NIA FWPAEC RFI 337 Stair 1 Framing TO: Thomas Gerard (LMN Architects) FROM: Seth Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle, Washington 98104 DATE INITIATED: 12107/2016 STATUS: Open LOCATION: COST CODE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: DUE DATE: 12/10/2016 REFERENCE: SCHEDULE IMPACT: SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners). Jenni Whitney (LMN Architects) confirm that we may proceed with the attached drawings. Attachments: All Replies: Some parts of this information have been built already and have been observed by LMN as built correctly. The drawings following were a result on conversations on site on 11/2/16 between LMN (Thomas Gerard), Gary Harwood and Sergio with DLH in regard to clarifying construction around Stair 1, Concept information for discussion was issued by email to Gary Harwood on 11 /3/16 to expedite resolution as requested by Gary Harwood, That information was revised, finalized and issued to Gary Harwood on 1119/16 via email with a request (to Ryan Borman) to forward to Sergio in the field, Ser _—, has confirmed to LMN that he received the information and was clear about the direction. The mar on the pages following formally issue this information and clarify some of the hand drawn mark u made in the field by LMN while talking over these drawings with Sergio. See pages following and pie q copy Sergio. .� .,,,,, I ,,.� IPA , tgerard 1120/2017 By DATE COPIES TO Garco Construction Page 1 of 1 Printed On: 12107/2016 02 :50 PM Lary Harmm -.,od From: Thomas Gerard <tgerardCPLMNArchitects.com> Sent: Thursday, November 3, 2016 6:59 PM o: Gary Harwood Cc: Ryan Borman; Daniel Lampert; Seth Borman; Brian Fyall Subject: FWPAEC framing around Stair 1 Attachments., Stair 1 Plan.pdi; Stair 1 Finish @ Wall.pdf Gary (Ryan — please make sure he sees this), Have gotten side tracked into a few things but have some answers for you around Stair 1. 1 have drawn a detail that shows the conceat for the wallboard lapping over the stringer to conceal It. After that a wood skirt Is applied at the base of the GWB at the stair tread which is an extension of the wood base (WIP -1) that Is adjacent at the top and the bottom of the stair. In terms of the locations of the walls on either side o stair, this detail should be the guide for where to locate the framing there. See plan attached with th detail referenced. Detail superCeded 1119117 1 to the framing on the south wall of Stair 1,1 need to give you more detail but that likely will not come until Monday I you can hold off there. Sergio's observations are all absolutely correct but there is a buildable solution. The rsuing Is that the 3 5/8" stud wall at door 110A only needs to go up above the ceiling an quit there. It Is true that the 6" stud wall on the south side of the stair is not in plane with that framing and needs to continue to the top of the stair. There will be a point that these two walls will be in conflict unless the 6" stud wall becomes hung from above and goes no lower than the top runner of the 3 5/8" stud at the wall at Door 110A. The 6" stud wall can get attached to the top runner of the smaller stud wall below it and braced back to the underside of the deck on the south side of that framing. It may be that connecting the two together will be enough to stabilize the wall at the door. Tell me if you think that makes any sense and I will be getting you some sketches. Regards, - - Issued 11 /9/16 .................... ............................... I............. Thomas Gerard LEED AP Associate LMN 801 Second Avenue, Suite 501 Seattle, WA 98104 T 206 682 3460 Imnarchitects.com AJA National Architecture Firm Award 2016 n� y� X20 1p; •\ls 4 ,Y���' C r•Y' tTj titr „: 1 N ���ji��,'`/� tt� G 4 G CE tF 2 N m r N c N C J ;�N N O � oe� O E b T L f O . o m tr* C NO; G v p• a W 0 Z Y 0 O 1 T G H � N � N Z 1 g � � o LL J o �i V4 1 i J J Q 2 H 0 N T7 Q H N Ua z 0 a W J W a Z_ s a Q LL N M LL T- crj 1 a This arrangement results In a 5/8" shim C 41sT size Is your pre r /2 wltl need something here the bottom of GWB and i but you ON CMU AS STAIR RISER BEYOND WB-1 WD SKIRT AS SHEDULED 112" PLYWOOD CONTINUOUS NAILER ON STAIR STRINGER CPT ON STAIR AS SCHED CONC FILLED STAIR TREAD STEEL STAIR STRINGER ST, 1 woos SKIRT NORTH WALL TE:� A his arrangement of having a nailer on the Inside of the plate stringer with the Gam'' landing on the stair tread should govern the location of all the other wall framing relative the edge of the stair.] At SIM condition CMU wail is not present + . -X `r r -r t V Y 'z_ -s -- , ; t' , ,r - �. •r 'r Z -r -r Y -; y -r v -,- � N - r Superceded by drawings dated 11/9/16 RFI 337 } 's Z a LL. T a Cl) Z P, 8.3 RFI 337 rrr 1 St 2 Adjust atze of stud as necomaq to AW pet relationship shown In detati V -s 411 - LM STAR-1 Il � fff IM TO FACE F STRINGER CNANNEI , — UON i 1 Sim i - -- RFI 337 a. HNQRL- OPP k l III --4 i MDR --28 = _ GDR-5 STEP INDICATOR, TYP - CPT i — - tl li f STAIR 1 PLAN I b o DetaU'cut at the 4stair nosing RFI 337 L--+ - —L� T r PLO,- WF-Ail � �_^ � `�, J n VIDA Gi-kRCO Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503-7053 Fax: (253)503.7214 RFI P352 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Reichbauer Way Federal Way, Washington 9a003 Phone, (253) 835-2711 Fax: N/A FWPAEC RFI 352 Forestage Reflector TO: Thomas Gerard (LMN Architects) FROM: Seth Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle , Washington 98104 DATE INITIATED: 12/2012016 STATUS: Open LOCATION: DUE DATE: 12/30/2016 COST CODE: REFERENCE: COSTIMPACT: SCHEDULE IMPACT: DRAWING NUMBER: A711, A620 SPEC SECTION: LINKED DRAWINGS: RECEIVED FROM: Dan Lampert (Garco Construction Inc) COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) Please reference detail 131A711 which shows the forestage reflector ceiling. Section 1/A620 shows a continuation of the reflector, noted as 'Upper Reflector similar to t8fA711'. The conditions are not similar. Please provide a detail for the upper reflector including vertical partition wall type, dimensions, transition details, and alher information necessary to construct the reflector, I Please provide a detail of the WCP -1 Flipper Doors including hardware specifications (hinges, wire, loops, latches, etc.) I All Replies: See revised sheet A711 attached, See new detail 17/A711 for continuation of forestage reflector. See new detail 11/A711 and revised detaill3 /A711 for flipper door information. All desired specifications are noted in details. The upper portion of the forestage reflector has a GWB finish and is similar to detail 18/A711 f information on the bowed GWB on plywood construction of the reflector itself only. �• Placement and geometry dimensions for all of the reflectors are given in section on 1/A620, rite" another RFI if there is difficulty in interpreting that information. iwhitney BY 1/10/2017 DATE vvr1w 1 v Garco Construction, Inc, Page 1 of 1 Printed On. 12/20/2016 09 :21 AM .Amok, kill 11141 8m ELJ O Z Ut ti A., HIII O LU IL LU O r (a I 12- � I lzr- � � .� Mm k § d ! � \ d �k .2 � S | u d § $$§ } ƒ /l7a7|� } k &gn I k � § ) �. X:5 Z. a 7 ���� \e \ . � � ■ .J£ '9E � }§ ■ / }e k � � )7} n2 )$/ �\) }�2 �|} 222 �2§ 2 }2 ƒ�) §�£ 2�a & �f| f%a J O L�� � � �. Architect's Supplemental Instructions Federal Way Performing Arts & Events Center 12066 .I Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 8"' Avenue South Federal Way, WA 98003 T 253 835 7000 [X] Architectural [] Civil [] Structural [] Mechanical [] Electrical [] Other ............... Un n These instructions are issued for the purpose of clarifying or amending the Contract Documents and make no inferences on their potential effect on the Contract Sum and /or Contract Time Commencement of the Work described in these instructions indicates Contractor's acceptance with no change In the Contract Sum and /or Contract Time Contractor must submit written notification to the Owner within seven (7) calendar days of receipt of these instructions it the clarification causes any change to the Contract Sum and /or Contract Time. PeTcripti7: r " r (7�' ASI-031 V" / "I % 4t" � 5 I=iecture es and Clarifications / Interiors: 1. Specification section 09 9000 PAINTING AND COATINGS: a. Subparagraph 4.5: 1. REVISE PNT -14 from "PPG -Voice of color / 0577 King Fischer" to "C2 / Amazon C2- 417 ". Contractor to submit drawdown for submittal review. Reference sample available upon request. 2.DELETE PNT -8 2. Specification Section 09 6816 BROADLOOM CARPET: a. Subparagraph 3.8 A 5, REVISE from "Finishes Pile Thickness: 0.339 -inch average." to "Average Pile Thickness: 281-inch" b. Subparagraph 3.8 A 8, REVISE from "Face Yarn Weight: 36 ounces per square yard." to "Face Yarn Weight: 42 ounces per square yard." c. Subparagraph 3.8 C 5, REVISE from "Finishes Pile Thickness: 0.339 -inch average" to "Average Pile Thickness 0.281- inch" d. Subparagraph 3.8 C 8, REVISE from "Face Yarn Weight: 36 ounces per square yard," to "Face Yarn Weight: 42 ounces per square yard." 3. Sheet 510: a. Drawing 2/A510: 1. At floor finish transition between Work Room 111A and SLL 110, REVISE "CPT s to read "CPT -2 ". 7(�) 2. At Work Room 111A, REVISE note at center partition from "PNT -2" to read "PNT - 2 @ CNTR WALL" 3. At Work Room 111A, ADD note at south wall to read "PNT -1 TYP UON" 4, At Entry Vestibule, ADD detail section annotation 3/A651 4. Sheet A615: a. ADD the followingto "GENERAL FINISH NOTES ": 1. "7. When finish is indicated without an adjacent type number, see drawings and elevations for additional information." 2. "8. PNT -1 at walls typical UON in plan." 3. "9. RB -1 used at PNT -1, RB -8 used at PNT -2 walls, UON" 4. "10. WB -1 to be painted to match adjacent wall surface, typ uon." b. At room 101 Entry Vestibule, REVISE south wall from "PNT -1" to "PNT -1 /MTL -5A" c. At room 104 Classroom /Meeting, REVISE east wall from "PNT -1 /WWP -3, FWC -1" to "PNT -1/W W P- 3 /F'WC -1 /MTL -5B" d. At room 105 Classroom /Meeting, REVISE east wall from "PNT -1 /WWP -3, FWC -1" to "PNT -1 /WWP -3 /FWC -1 /MTL -5B" e. At room 111 Box Office, ADD to remarks "SEE NOTES 7, 8" f. At room 111A Work Room, ADD to remarks "SEE NOTES 7, 8" g. At room 114 Parterre, REVISE "WWP -2" to "WWP -2 /PNT -9" h. At room 116 West Aisle, REVISE ceiling from "PNT -8" to "PNT -6" L At room 117 East Aisle, REVISE ceiling from "PNT -8" to "PNT -6" j. At room 118 Orchestra, 1. REVISE ceiling from "PNT -8" to "PNT -6" 2.REVISE north wall from "PNT -8" to "PNT -6" k. At room 133, REVISE north, east, south, and west walls from "PNT- 3 /WG -1" to "PNT -3" 1. At room 134, REVISE north, east, south, and west walls from "PNT- 3 /WG -1" to "PNT -3" m. At room 135, REVISE north, east, south, and west walls from "PNT- 3 /WG -1" to "PNT -3" n. At room 201 Patron Lounge, 1. REVISE north wall from "PNT -1" to "PNT -1 /PNT -11" 2.REVISE east and west wall from "GL /PNT -3 /PNT -4" to "GL /PNT -11 /PNT -4" 3.REVISE south wall from "GL /PNT -3" to "GL /PNT -11" o. At room 202 Lobby Balcony, ADD "PNT -4" to East and West wall finishes column. p. At room 205 Balcony, 1. REVISE ceiling from "PNT -8" to "PNT -6" 2.REVISE south wall from "WW- 1 /WW -2" to "WWP -1 /WWP -2 /PNT -9" q. At room 206 West Aisle, REVISE ceiling from "PNT -8" to "PNT -6" r. At room 207 West Technical Box, REVISE ceiling from "PNT -8" to "PNT -6" s. At room 209 East Aisle, REVISE ceiling from "PNT -8" to "PNT -6" t. At room 219 Restroom Vestibule, REVISE ceiling from "APC -1" to "APC -1 /PNT -2" u. At room 226, REVISE north, east, south, and west walls from "PNT -3" to "PNT- 3 /FRP -1" Sheet A620: a. At drawing 2/A620, 1. REVISE note at GDR -2 from "GDR -2 WITH ADDITIONAL HORIZONTAL, PNT -14. TYP" to "GDR -2 WITH ADDITIONAL HORIZONTAL, PNT -9 !' 2. REVISE note at GDR -2 from "GDR -2, PNT -14" to "GDR -2, PNT -9" 3. REVISE note at HNDRL -1B from "HNDRL -1B, PNT -14" to "HNDRL -1B, PNT -9" b. At drawing 6/A620, REVISE note on both sides of drawing at GDR -2 from "GDR -2, PNT 14; PROVIDE WITH (3) EXTRA HORIZONTALS" to "GDR -2, PNT -9; PROVIDE WITH (3) EXTRA HORIZONTALS" 9 tD 6. Sheet A621: a. At drawing 16/A621 REAR PANELS ELEVATION, ADD note "PNT -7 AT EXPOSED GWB" at GWB. 7. Sheet A630: a. At drawing 5/A630 WEST LOBBY 103 NORTH ELEVATION ADD control joints as shown in attached sheet A630. 8. Sheet A631: a. 1/A631 ENTRY VESTIBULE SOUTH 1. ADD callout for detail 3/A651 @ wall base. b. At elevation 10/A631, REVISE note from "PNT -3" to "PNT -11" c, At elevation 11/A631, REVISE note from "PNT -3" to "PNT -11" d. At elevation 14/A631, REVISE note from "PNT -3" to "PNT -11" e. At elevation 15/A631, REVISE note from "PNT -3" to "PNT -11" 9. Sheet A632: a. At Elevation 1/A632, CHANGE note from "WB -1" to "WB -1 / PNT -3 ". b. At Elevation 3/632, CHANGE note "W13-1, FLUSH W WALL BELOW FWC -1 AT MTG RM EAST ELEVATION" to "WB -1 / PNT -3, FLUSH W WALL BELOW FWC -1 AT MTG RM EAST ELEVATION ". c. At Elevation 4/A632, ADD control joints as shown in revised A632 sheet (attached) d. At Elevation 5/A632, ADD control joints as shown in revised A632 sheet (attached) e. At Elevation 6/A632, CHANGE note "PNT ON ALL EXPOSED TRIM AND HARDWARE" to "PNT -1 ON ALL EXPOSED TRIM AND HARDWARE" 10. Sheet A640: a. A drawing 16/A640 STAGE DOOR AT WWP -1, REVISE note at flush head fasteners from "PNT TO MATCH DOOR" to "PNT -7 TO MATCH DOOR COLOR" 11. Sheet A641: a, At drawing 10/A641 REAR BALCONY FRONT STRUCTURE, REVISE note at steel angle from "CURVED 3x5x1/4" STEEL ANGLE, PNT-14" to "CURVED 3x5x1/4" STEEL ANGLE, PNT -7" 12. Sheet A642, a. At drawing 3/A642, REVISE note at MDF infill trim from "MDF INFILL TRIM; ALIGN TO TRIM @ W8" to "MDF INFILL TRIM; PNT -14; ALIGN TO TRIM @ W8" 13. Sheet A650: a. At 6/A650 CONCESSION COUNTER, REVISE "RF -2" to read "RF -1" at flooring transitions to CPT -1. 14. Sheet A651, a. ADD detai" 3/A651 BASE DETAIL @ ENTRY VESTIBULE 15. Sheet A702: a. tr. AtClassroom /Meeting 104, REVISE note from "PNT -13" to "PNT 712 ". At West Aisle 206 and East Aisle 209; a valence at the ceiling where acoustical drapes will be extended is shown graphically but not noted. Notes and dimensions have been added showing 18" clear which is typical for all drape pockets which this valence is an extension of. The bottom of the valence is 10' -0" above Mezz Level elevation and t !4- 6gtls-the- sameat.both aisles. 16. Sheet A703 a. REVISE 1/A703 RCP - GROUND FLOOR DIAGRAM at Auditorium and Auditorium entries to show that conceaied sprinkler heads are to match the adjacent ceiling color. Note that in some cases that ceiling color is revised by this ASI. See attached excerpts fro . the approved Sprinkler Shop drawings (210500 - 01.01) that clarifies what head cola are revised (from Black), PL -0 -,40e;4 b. DEVISE 2/A703 RCP - I`.- FZZANINE LEVEL DIAGRAM at Auditorium and Auditoriur: entries to show that concealed sprinkler heads are to match the adjacent ceiling color. Note that in some cases that ceiling color is revised by this ASI. See attached excerpts from the approved Sprinkler Shop drawings (210500- 01 -01) that clarifies what head colors are revised (from Black). c. REVISE CEILING DEVICE LEGEND to show that Auditorium and Auditorium entries are to have concealed sprinkler heads that match the adjacent ceiling color UON. 17, Sheet A705: a. At drawing 1/A705, 1. REVISE note at theatrical lighting pipe from "THEATRICAL LIGHTING PIPE - PIPE 1, PNT- 14..." to "THEATRICAL LIGHTING PIPE - PIPE 1, PNT -7..." 2.REVISE note at west aisle ceiling from "ONT -7, TYP AT ALL AISLE GWB CEILINGS" to "PNT -6, TYP AT ALL AISLE GWB CEILINGS" b. At drawing 3/A705, REVISE note from "PNT -10, TYP @ EXPOSED METAL DECK AND BREAMS IN AUDITORIUM" to "PNT -9. TYP @ EXPOSED METAL DECK AND BEAMS IN AUDITORIUM 18. Sheet A711: a. At drawing 18 /A711, 1. REVISE note in corner of drawing from "... AND OTHER ELECTRICAL DEVICES TO RECEIVE PNT -8" TO "... AND OTHER ELECTRICAL DEVICES TO RECEIVE PNT -9 LION" 2. REVISE note at reflector from "REFLECTOR OUTER LAYER: 5/8" TYPE "C" GWB" to "REFLECTOR OUTER LAYER: 5/8" TYPE "C" GWB, PNT -6" b. At drawing 17/A711, REVISE note from "PARTITION TYPE 15A -a" to "PARTITION TYPE 15A -a, PNT -6" 19. Control Joints in GWB: LION, control joints are to be placed no more than 30' apart. When possible, all control joints are to be aligned with edges of door frames or openings in GWB. [X] Attachments: Revised specifications: 096816 BROADLOOM CARPET -ASI 031, 099000 PAINTING AND COATINGS -ASI 031, 116133 Fed Way Production Rigging -ASI 031, Revised Sprinkler shop drawings: 210500 -01 -01 General Notes Rev 1- 30 -17ASI 031, 210500 -01 -01 First Floor RCP Rev 1- 30.17, 210500 -01 -01 Second Floor RCP Rev 1- 30 -17, 210500 -01 -01 Catwalk Level (Roof) RCP Rev 1- 30 -17, 210500 -01 -01 Concealed sprinkler head Prod Data Rev 1 -30 -17 Revised Architectural Drawings: A510, A615, A620, A621, A630, A631. A632, A640, A641, A642, A651, A702, A703, A705, A711 ...................................................................................•........................................ ............................... Issued By: Thomas Gerard .....�- A 01.31.2017 (ASI -031) ..................................................... ............................... Arcl .i.. ; �: =: pi t Ot D str,but on Gai co Construc "ton Loy aK Partners Loporr- 11 p 12r 1!P i-- - L m uj LL ad I L > C: E 0 C*4 ti C; c cL t ws 1V14. m 0 O CD 0 0 0 -0 0 � Ed as; 6 6 d IF a 6 a CS 666066 6 ci 6 lho to !3 co go RIP:: C; c cL t ws 1V14. ©. L. HENRICKSEN Cc,,'APANY IVN' GM 20(h Sliest East ' Tacoma, Was"ton 98424 ADDITIONAL WORK AUTHORIZATION A • S G =7-- A5 AD lilf�. Tnt - — _ BATE Jo�T�lO. JOB NAMES j�j QQom» [ itittniti� jo AIDDRRSl9 ON THE SLIP NO G sc TfON OF vwmoR �] L` J �1i].....y}� � �rk#1 �d. ��•�.i/� `�� _ 1- -. �..Q.13_���IL��_- Ll REP MATERIAL TYPE MA ALAI. - - - usrr PRIDE ptrni :r d G,orn rb M� - - - - -- - -- TOTAL MATERIALS VEMERY EQUIP 1 WSTY MATERMS LAWA BOND PROW TOTAL I� Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR 013 City of Federal Way DMX Control at Lobby Light Fixtures Date: 311512017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O, Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Add DMX gateways, DMX cable and pathways per RFI -372 for Lobby System Light Fixtures 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days at cove he c �heprss min �e �. II does not ude b lhls npa with yrs the ulallve q and si TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 99 ty R • err as ate JOB FILE 151700 - Change Proposal Lorax schedule ,pacts. Garco resery f the nges to G 's scope o! ADD: $ 4 _ 00 '' Q ��► 1.Yr � Date: City of Federal Way By: Date: LMN Architects B- Date: V� Page 1 of t 9 x ��� l(2 'on tractor' .flame: TEI SON ELEC1 . C _ Project: FF:o,,ERAL WA`. PERFORMING ARTS & 1- 4ENTS CEN i i�R ProposaVEstimata for GARCO CONSTRUCTION, INC = Change Description: REI -372 DMX controls for I.S. Only 1 are needed Con# ols wires were bid off one gate�a3r-a�r�'f21� additional cabling , j p - J _ CONTRACTOR'S WORK EXCLUDING MA1RRUP ' - - r 1. Direct Materials $0.00 2, Sales Tax on Materials 0.00% of lin S. Direct Labor t i 4. Direct Supervision (hourly workers) 15.00% of line 3 5. Labor Insurance, Taxes & Fringe Benefits 11.2495 of line 3&4 6. Small Tools & Consumables 5.00% of line 3 7. Rental Equipment 8. Sales Tax on Rental Equipment 9.50% of line 5 9. Owned Equipment $0.00 10. SUBTOTAL add lines 1 -7 fr.:.��. ;._ 11. (Delays Only) Field Office Overhead 0 Days X Rate 12, PRIME CONTRACTOR SUBTOTAL(AddLines 10 & 11) Remarks- away was shown ablV5-TWanAdde ke V19YA4 I SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS cument . 3 total cost for new W $2,035.99 f $2,44383 S94533 $0.00 $0.00 ; $30,315.54 $13.00 $30.315.54 � ' 4 , - Ravisinns /Cammanta 13. 14. 20. 22. 23. 24. - -- -- - 25. 26, _- 27. SUBCONTRACTORS' SUBTOTAL Add !Ines 24-26) $0.00 r" i . $0.00 $0.00 $30.315 54 $0.00 'i: $0.00 ... • . _.. $2,037.20 s - $0.00 __' fr.:.��. ;._ $0.00 $359.91 :i;:. $0.00 50.00 a; .. $0.00 Kemarus: CONTRACTOR MARKUPS RevialonsrCommenfs 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40, Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Home Office Overhead (G&A) 12.00% of line 30 SUBTOTAL (add lines 28 -31) Profit (From Profit Worksheet) 6.00% of line 32 SUBTOTAL (add lines 32 & 33) Contractor's Builder's Risk 0.000% of line 34 Contractor's Insurance 1.000% of line 34 Contractor's Bond Premium 0.000% of line 34 SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax 0.484% of line 38 TOTAL COST Add Lines 36 & 37 $30,315.54 $0.00 $30.315 54 53,637.86 $33,953.40 $2,037.20 $3 •w9{} 60 __' $359.91 50.00 $36.350.51 _ $175 94 1 I #36,526.45 Requested Time Extension in Llne 11 equals: 0 _Work Clays Calendar Days heck One) Attach Justification Schedule Anal sls For Each Time Request. Signature &Title of Preparer at e r./W lG - iJJ- ira� _'C Kazra�x ITEMS OF WORK FOR QTY UNIT MATERIAL T TAL EQUIPMENT PRIME CONTRACTOR Unit Cost Total Cost Ha Rate HrslUnit Total Cost Da We 1 Total DMX Four Port Galeva� _� -�— __ 2 ea-I.— 51,300.00 52,aD0.00 SaB�52 0.50 589.52 _ _, _ olden 1583A CAT5e 1 case 5167.7a $167.76 589.52 �Nefiwrk cable gateway to loom 2 runs -25011 5001 k _... 589.52 0.0124 $555.02 ' 1,001 S18.262.06 __ _ DI.Ut ratite rune & terrninatlon -�� DMX cable 9729 Belden - -� 204 -R _ _ runs _ --- - -_��� 51.135.00i _ 52,270.00 - S8_9.52 Tlewra�splenum ._. 1 - Kea - _� -$146M 5146.00 �.... .—.- ... ........ .._.._ ..... . ...... _�__- -�- _ -- �_--- __....� ------------- __4 -I--- ._ -. «.. Total ante OWNED EQUIPMENT Rate Total Y-a- � -- - -- - ------ - -- - - -- -� - -- -- - - - - -a- ---- -- --_- _.._. _ .1— ......_ .. - __ --- ' -- _ —. ; _�.. ._...... - _ _._______ __ ______ _ - �_--- _- - - - - -- --------- ------ - -- - - - - -- -- �-- -- ------- - -•-I- ._.. - - - - -- _.� -- - -- - -� .........�_ ...._. -- .� _ - --- W L1tt'irteI VKIMr. LiVrO9KAU1UICM 1UPALO 1 55m.761 576,9116.62 I to[el jumneu.4 TOTAL EQUIPMENT "GARCO Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 96402 Phone: (253) 503 -7053 Fax: (253) 503 -7214 ,BFI #01Y2 Project: 151700 - Federal Way Performing Arts 8 Entertainment Center 31510 Pete Von Relchbauer Way Federal Way, Washington 98003 Phone:(253)835 -2711 Fax: NIA FWPAEC RFI 372 DMX Controls for 1-8s TO: Thomas Gerard (LMN Architects) 801 2nd Ave Suite 501 Seattle, Washington 98104 DATE INITIATED: 0111012017 LOCATION: COST CODE: COST IMPACT Yes (Unknown) DRAWING NUMBER: E302, PI-205, ETC Drwgs 15039315 -100 to 103 LINKED DRAWINGS: RECEIVED FROM: Mike Khbeis (Teknon Electrical Services) FROM: Seth Borman (Garco Construction Inc) STATUS: Open DUE DATE: 01/2012017 REFERENCE: SCHEDULEIMPACT:No SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jennl Whitney (LMN Architects) Please see attached drawings Review for lighting control of the 1-8s has revealed that the DMX controllers don't have enough DMX output to control all ceiling and wall PLC.D devices plus all 303 1-8 fixtures, PLC devices are located In the hard Ild ceiling as shown in ETC drawings 15039315 -105 and 106, Proposed solutions; 1) Add more boards to the DMX OPTO- Splitter In order to control more devices. 2) Delete the D- devices and hook up the LED drivers to the controllers directly, This will not allow any flexibility for future changes Attachments: s J?FJ 372_Allathment,pdf we would prefer Option 1 as proposed, Please provide (2) additional 4 -port gateways and additional network line needed. From Pacific Lighting Controls rep: ETC went through it - RFI 372, and indicated that the two ETC systems are understood to be separate systems as The Shalleck Collaborative response indicated. The ETC drawings referenced in the RFI (15039315 -105) are only for the portable stage lighting in the Shalleck design scope. However, on ETC job number 15038247 through North Coast Electric, there is a 4 -port gateway handling (4) outputs for L8 fixtures per system riser on E402 (See attached for reference). However, if they have 303 fixtures, and the limitation is (30) DMX fixtures per run, then it would require (2) additional 4 -port gateways to achieve the number of DMX runs needed for that quantity of connections. This is about $2,500 worth of product to be added if ETC uses the same gateway -in -a -box design as on the attached 15038247 -33. These would require that Teknon ADD a network line run to them from the existing equipment rack, and there' s plenty of room in the existing network patch panel and network switch to accommodate adding these (2) devices. Scott Kuyper, Luma, 1/25/17 Garco Construction, Inc. Page 1 of 1 Printed On; 01110!20 Y V fLdrVi t'w• . # +1wV Tlr•WWir� ausan aw .na ::r•.f �:�.': assroroa.wa�i a c ulr ILV Irt At auo Ltlt9 U1 YgNPPW ad dP"p w1 ad .4�1}� VY +1M4 a#fV1 W I r, �y IT` aul slaluoO eillosgL alucipa 3 . ggg LLJ z LX 2 c� r c� 9; E����jj 'fl r• v all �z ni k n ; A ;p7nV1rTY S i' q rµtlrl Atli W: A. +rd W IMgi7 '1110 rt hi�iYLL • ©V � i'O `L��O2 {j� ` LrMVYE ]1n Yn7 45#5' -.tn7h Ju9ra V— uV0 N � v4Vta'nYa _,._ __... Won lush a lVl7111ana ]�]313 15.0] nlbOH Wrr ru VI xl. o"O"W31.3313 'l/11M 1Jra1MW rql ^.NRSrn /.n Tel3CL .104,71 n]: n1: 5#tlr �mny;ad7a #.++ 3ra3m7 aor ! ,. Y, ti 'o xsxo_ Y �a r� �W °W n� LV14 � r u E� W Wa �s a� �a 5a 0@0 0 Q 0 a c u G �W do 7< W s W c� 9; E����jj 'fl r• v all �z ni k n ; A ;p7nV1rTY S i' q rµtlrl Atli W: A. +rd W IMgi7 '1110 rt hi�iYLL • ©V � i'O `L��O2 {j� ` LrMVYE ]1n Yn7 45#5' -.tn7h Ju9ra V— uV0 N � v4Vta'nYa _,._ __... Won lush a lVl7111ana ]�]313 15.0] nlbOH Wrr ru VI xl. o"O"W31.3313 'l/11M 1Jra1MW rql ^.NRSrn /.n Tel3CL .104,71 n]: n1: 5#tlr �mny;ad7a #.++ 3ra3m7 aor ! ,. Y, ti 'o xsxo_ Y �a r� �W °W n� LV14 � r u E� W Wa �s a� �a 5a 0@0 0 Q 0 �d U z 3 All (o � Il 11, 23� 'rO• 1 s W �d U z 3 All (o � 4.a'RMYYOSIyr'MYY 9u1 moos 10A 91I/999 ml wd ddl 9M LUM Irl 9.190 t9m IM P014PP191 US= ■08 Od PM MIA WM-Id ICOC ul 51"UO3 Q40BL l DIUOJP&13 t aYlnl stY � f.... .' SMU U5 INUNNAUN3 FAA y •.`� �,. ~ 191TNWSYM 'ArM 71to if 1131= S40 :NlnyOWd Arlo 1YkMa! �E U <-- AAR Lo n g `PAR A aI ° zy•. C o a ly, I ® ou r �t� E seur111Ie1rIml _ ._ a iTW.Ym Natr� 1 1 1 1 cd I 1 r r L 1 1 r F 1 wZ OAR l 1 r i 1 � r i 0 �k 6_AE i 1 i Y r �1 r r i l i Ka 1 i 1 Q 1 N OT 1 O 1 war 1 t 010 ,n I on Ord L Wrl►'Or6 IsrJ• Yn nwnm 8 d C3 9 ®� g O � 8 z 2r Q a CA CA 5 C i 4 a ytLL 90110/ vd ILLf11900/ MAIM /LLV LP 101 Pl um L/9u INS LUff•Ip01w }r I Ytl wA LUG W LOX :; r ul BIOAU03 BllsByl Olucaniq zffi i� r3 A I I I r 00 o�Q " >B _9p V® I I $sj � °ol o0 I I 9 i # I L RYI ��r I I I I I I I t Sul �ul 1 Y I I 6 �d �S go �Y g a� I I k 1 [ d 1 l °�& r 1 r � 1 1 1 �g F 'a 1 �8 k L l 1 1 1 1 I 1 1 i I 1 i f 9 k I i n_ul rut ¢ O [ I I r 1 Z 1 r W of t I ¢ �► gWi O 1 1 0 1 2 Ira 'SKAWS CNUMOn wore SKUWS IN3rmnS83LN3 W,l NOWNINSYM 'Lrn 1YL3C3! CAN3J' S1L'Y ON:FIMAN LVM 1YOM /0/— s�6�D.sj �C :ruu wL - ' • � • ° • ° reauwY�c _^ 9ddY uro a Tuura aro y.ULrygp9g9 ro✓n I./w, N'i I TIL/Ym . aWMUVUIM= arau armor 1 1 a 1 1 1 1 1 1 1 1 a 1 1 � 1 l I I f I Y 1 I I t l r I f 6 I pryer l l k l 1 I l l l i 1 1 , l I I i 1 1 1 1 1 or 1 I l i l 1 I l l f I � i 1 1 I I r d 1 I I I j I k 1 1 1 I } 1 I i 1 I S 1 1 1 a I l I 1 I ni� 1 I i I ox� rlr I r I I roK I l I F I ry `ytl iS„ T �Zs� l eLW v m tp $ ZV � I I W I AN M Q 1 c� rlr I r I I roK I l I F I ry `ytl iS„ T �Zs� l eLW v m tp $ ZV 1] ) w 00 O zz CD Fw _NoLLI �w Of - -------------------- TU 0 O +bf `� 490 V+ ®o r- ed o® e0 a= D+ o® ao Y- d 0 Y+ ODOO 01=J ■ � Oa avr ®0 ai so 6+ 00 ®o a- �c a0 4+i : C iP lL 4 ■o Ti w J 04 —+rte •�,■ -60 � +k0 x Z0 +7J0 ■ r+ _ yns La ■ � 31 +IA ■ n Mi ■ n�uxnp. +ZO ■ e ■ � n ■ EY1 �" , M iLiNOd +A ■ w ■ is ■ T ��-yH a. X11 !! lai bo■ , +50 f I+ VW1, ■ �+ ■!-Z0 4 ;� -1 ■ n ■ za X ■ +L0 +k0 T90 _ k ■ ROME— b■ -ia F . . L4 ■ La : r ■ La '� M 10 *10 -A. ■ r ■ +10 " S! +10 ■ n ■ Za is~r DM' - ■ rkrr�>a+o . +za ■ n ■ -1p $aka ■ . . '■ +10 ` +10 ■ n+ ■ L0 Ito ■ n ■ a "' ■ la ■ +10 ` � � ■ $0 ;+ H ll'iNNbd •- 1 iaf g � +A ■ r 1( ol oft- off' � tz I H RE r� O0 - ■ ■ YM iy V. " -- " -V IN 01� • II N oz a "- ' - KC or- i ■ a, -!� ax i`� oz r - r9 v ■m. ■ a9 -� E :14r E� m. u r r vx. vv :iCCy � •" w ' i r — ■ �'„ 69 -; 07 3 i •1 ■ s9. 911 ■ ■ OY- Di >r ■ G7• ■ ■ Y- ■ Y- Y. :mac u� ;t N W N ' I �1 � 1 �x e ti v� A Ln O J a i 0 z0d i�l 1 z �d z o W Wry qW g3u Q� U. f C i N�rn ?( 13) 1.1 ALI I r.! all er f� is y.11 /// ✓ 11 1 A Ln O J a i 0 z0d i�l 1 z �d z o W Wry qW g3u Q� U. f C i N�rn ?( 13) � t1 Fall is I� 11 11 Mj L 1 ' Vy C Q �L- I I f vfin Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR 015 City of Federal Way Discontinued Kitchen Equipment Date: 3/3012017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Costs for Discontinued Poll -In Roldgerators per 2. Bond (-0K Imo} B. SPECIFIC EXCLUSIONS �. r " /' ' [Q /2, r , 2 1. Washinglan State sates fax C. SCHEDULE IMPACT: 4 Days � �f�i�e�'�.�' �'� `�t(7i�� � L 9-� % This proposal covers the cost of performing the work It does not Include any cumulative schedule or cost Impacts. Garco reserves the rights to combine this change with others to analyze the v cost ands ule Impact ofphe h ages to Garca's s ope of work. TOTAL - Change Order Proposal ADD: $ 10,570 d-al SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax nerd P.O. Box 2946 Spokane, WA 99220 B : Date. By: City of Federal Way Dan Lampert Date By: Date LMN Architects By Date: JOB FILE 151700 - Change Proposal Page 1 of 1 ci C G O 2 N C O V O u V R u 1 B S � a N N M M N mry O 8 xa a is O OW O $ 9 6 8 3 L r of m d t 'a � s ',r i 7 C R 1�L u 0 LU 3; 6 1 B S Federal Ways CO DE001 Invoice PROJECT Federal Way CO BE001 RE; ELLINGSON F���r1r�6_Itti "If't.Sl'I�1�1.1' � uh.�ti7c ;� FROM Bargreen Ellingson - Washington Tina Climaco 6626 Tacoma Mall Blvd Everett, WA 98204 -6310 253.475.9201 (425)740 -2415 (Contact) Date: 9/13/2016 Job Reference #: 40323 Item Qty Description Sell Sell Total 26 1 ea Roll -in Refrigerator $12,434.76 $12,434.76 Traulsen Model No. AR1232H -FNS Spec-Line Refrigerator, Rollin, two- section, designed for remote refrigeration, stainless steel exterior, aluminum interior, standard depth cabinet, full- height l doors, accepts 72" high racks (by others) with INTELA TRAULTM, cULus, NSF i 1 ea 115v/60/1 ph, 3.0 amps, cord & plug not included, standard 1 ea Warranty, 3 year parts /labor warranty, standard 1 ea Substitute R404A TXV for standard RI 34A TXV, remote refrigerator models only $256.82 $256.82 1 ea Left door hinged left/right hinged right, standard ITEM TOTAL: $12,691.58 26 1 ea Roll -in Refrigerator $- 6,660.00 $- 6,660.00 Continental Reidgerator Model No, Dl.2Rl-SA-E Designer Line Extra Tall Refrigerator, roll -in, two - section, self - contained refrigeration, stainless steel exterior, aluminum interior, standard depth cabinet, full- height stainless steel doors, exterior digital thermometer, removable stainless steel ramp, 3/4 hp 1 ea 116/208 -230v /60/1,14.4 amps, card & plug supplied by others, standard 1 ea Remote refrigeration, with R-1 34A expansion valve, compressor supplied by $- 357.93 $- 357.93 others, Deduct 1 ea NOTE Remote models are shipped standard with legs 1 ea Expansion valve, in lieu of cap. system $- 198.00 $- 198.00 1 ea Left Door hinged on left & right door hinged on right, standard ITEM TOTAL: $- 7,215.93 44 1 ea Roll -In Refrigerator Traulsen Model No. AR1732H -FHS Spec-Line Refrigerator, Rollin, one - section, designed for remote refrigeration, stainless steel exterior, aluminum interior, standard depth cabinet, full - height doors, accepts 72" high racks (by others) with INTELA TRAULm, cULus, NSF 1 ea 115v/60/1 ph, 2.0 amps, cord & plug not included, standard 2/28/2017 Initial Federal Way CO BE001 Invoice P "I# Item Qty Description Sell Sell Total 1 ea Warranty, 3 year parts /labor warranty, standard 1 ea Substitute R404A TXV for standard R7 34A TXV, remote refrigerator models only $256.82 $256.82 1 ea floor hinged on right, standard ITEM TOTAL.: $8,909.56 44 1 ea Roll -in Refrigerator $- 4,788.00 $- 4,788.00 Continental Refrigerator Model No. AL 1Rl -SA-E 1 Designer Line Extra Tall Refrigerator, roll -in, one - section, self- contained refrigeration, stainless steel exterior, aluminum interior, standard depth cabinet, full- height solid door, exterior digital thermometer, removable stainless steel ramp, 1/2 hp 1 ea 115v/60/1,11.4 amps, cord & plug, standard 1 ea Remote refrigeration, with R-1 34A expansion valve, compressor supplied by $-269.37 $- 269.37 others, Deduct 1 ea NOTE: Remote models are shipped standard with legs 1 ea Door hinged on right, standard ITEM TOTAL, $- 5,057.37 Merchandise $9,327.84 Freight $300.00 Total $9,627.84 Thank you for your business! Acceptance: Printed Name: Project Grand Total: $9,627.84 Date: 2/28/2017 Initial Federal Way CO BE001 Invoice Page 2 of 2 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 016 City of Federal Way Framing and Drywall Costs #3 Date: 3/31/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Additional work associated with RFIs and ASIs as indicated. Proposal requests were not issued for changes to the contract. 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: TBD This salVovers the cosj4pert Ing the work, It do of lnciud ny cumulative ached r cost imp Garco to dine W change wi olhers to an ze the cu Iva cost and sch ule lmpacI_qPKchanges to Garco's TOTAL - Change Order Proposal ADD: $ 33,720 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W A 92 B II /' , an a V�rtlll a t JOB FILE 151700 - Change Proposal L� City of Federal Way By: Date: LMN Architects Date: `�i�I�',±�I 7 Page 1 of 1 ci c O Cl) L N C O U O v L ca :4!,, ti •� o s� j b N 1 o m �5 Yf �s b xks �p E I[I Di 3A!r� -ACrJ Garco Construction, Inc. '145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503-7053 Fax: (253) 503 -7214 FA NF I Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Relchbauer Way Federal Way, Washington 98003 Phoney (253) 835.2711 Fax; N/A Shower Enclosures TO: Thomas Gerard (LMN Architects) FROM: ban Lampert (Garco Construction Inc) 801 2nd Ave Suite 501 1145 Broadway Plaza, Suite 1340 Seattle , Washington 98104 Tacoma, Washington 98402 DATE INITIATED: 02/23/2017 LOCATION: COST CODE: COST IMPACT: Yes (Unknown) DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: STATUS: Open DUE DATE: 03/05/2017 REFERENCE: SCHEDULE IMPACT Yes (Unknown) SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) .Please notice that the specified showers (reference 224000 -2.3.K fixture 5H -1) are designed to finish with a layer of drywall terminating on top of the .nclosure flange. The fixture could not be installed behind the scheduled single drywall layer because the enclosures are fire walls, Please add a layer of drywall at all walls adjacent to shower fixtures. Ceramic the and drywall transitions cannot be achieved aesthet1wily without an additional layer of sheelrock. Note that this impacts critical path activity A1670 Hangrrape Gypsum Board in Back of House. All Replies: See attached details on sheet A503. Add substrate as needed so that the is flush with inside edge of shower, ;%tvhitney r3Y 2127°2017 DATE (of. zl/" "00 PADICC TA Garco Construction, Inc. Page 1 of 1 Printed On: 02/23/2017 09;02 AM Z EQ r w 1 m ► J s a 4 i ► � O 7 C N w n ■..ice U I z F 0 I ►. J t k yf w N O w F w w }-- !� y 1 � � ,I 8 -�: 11 z F w ts pa"DI, ► J s 4 n 0 I ►. J t k yf w N O w F w w }-- !� y 1 � � ,I 8 -�: 11 z F w ts pa"DI, 3 N 7 E��9LL W 3 N J I X t z � 11 x Q a w NOMM 0 Q e � a a► gA AI f J , fir$ E 0 e� .Z N 5 J! �; 8 a 0 z r'� N H ► r O 'a I z W� d 3� Ill 6m E z ► J 4 3 N 7 E��9LL W 3 N J I X t z � 11 x Q a w NOMM 0 Q e � a a► gA AI f J , fir$ E 0 e� .Z N 5 J! �; 8 a 0 z r'� N H ► r O 'a I z W� d 3� Ill 6m E z ,=Ss . 4 8 0 O 4j G r 9 C•� N Y 4�7 �N n C�`� Wm . m G 4? $r$eioaddce ava2 n '+ d rrs ry. 10 v n -- � :V n 29 F � yY C O pp pp pp Q QQ p .S o c d d d d c o d d d d o o � ,� •� " C d d v v d v o v d.o v o v v v a y� gas EQ 1 ai of d c d d c a c v o d c; o d ;4 aa8as,g$$K r � OR td v..av000d000r �5.�(• _ o�mclnvoede 0 rsaa� � v _ 7 d O Ci Ci d ti d Ci p d C G Ci. J�� u Z �i� Vim` �5 $te a �y ff M � o W W C9 .p E a gE5 � LEI P �� f n � 2 G.ARC;O Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503-7053 Fax: (253) 503 -7214 R1'1 #407 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Relchbauer Way Federal Way, Washington 98003 Phone: (253) 835 -2711 Fax: NIA FWPAEC RFI 407 Framed Walls Under Balcony Seating TO: Thomas Gerard (LMN Architects) FROM: Ryan Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle, Washington 98104 DATE INITIATED: 03106/2017 LOCATION: COST CODE: COST IMPACT: TBD DRAWING NUMBER: A202 LINKED DRAWINGS: RECEIVED FROM: Steve Lelcht (DL Henricksen Co Inc) STATUS: Open DUE DATE: 0311612017 REFERENCE: SCHEDULE IMPACT :TBD SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) Reference A202 and the attached picture. The drawings do not show a framed wall between the mezzanine aisle and the stepped seating slab at the balcony. During a site visit Thomas Gerard had indicated that there would be a forthcoming drawing showing framing at this location to conceal unfinished spaces and mechanical ducting behind. Please provide direction at this location, Attachments: RFI Q7 Pjg ure.,1PG All Replies: Framing in this area was called out and marked up in Architect's Field Report 002 issued on 2/802017 item #1,7. Framing as discussed in the field with Gary Harwood and DLH to be stud infill framing with (2} \ layers GWB - GWB to flush out with the edge of balcony riser slab. Finish minimally and paint pet' ` sketch on following page, See also excerpt from Arch Filed Report 002 with photo taken on th opposite side of the Balcony. I tgerard BY 3/702017 DATE A-/�Z,�o COPIES TO Garco Construction, Inc. Page 1 or 1 Printed On: 0310612017 10 :11 AM Garco photo Clean up edge of slab smooth for paint Balcony Aisle Prep for paint (Level 3 finish only & paint GWB and slab edge PNT -13 Wood veneer wall panel on cable system, typ Balcony floor slab .�=+•'i.. `9...r-., - «.�:1 ��.,rr:zi. ;~gyp: �5 ... Framing as req to completely lnfill edge of balcony under the slab (2 1/2" or 3 518" studs) (2) layers 5f8" GWB Raker beam where occurs Void under Balcony Sound batts optional Section at Under Balcony Inflll t RFI 407 Architect's Field Report (002) L m n 1.7 Balcony riser edge behind wall panels. Action Infill open ends of Balcony risers with GWB flush with the edge of the concrete slab required edge as discussed in the field. Install sound batts in framing. Finish GWB prepared fgor paint and clean up concrete edge prepared for paint. Verify paint color with Architect. See photo on following page +r' 1 4 IfA ow Rrtis 0104" rk n vAch GWFI "h va { k OW eve Q1 0- Oxlcma Lie G*p a rr__ . ,«w in rw faw bu!A 00" b323 n'kmr-q PA h BYM up OVKMW 0" V%Mvild 101' rofft V" Mel "Abr 1. rm kdicmt RFI 407 .S 0 �� /erchite A's Supplemental lnstru�._Aions Project Federal Way Performing Arts & Events Center Pro!e, tN ,mber 12066 Locaticn Federal Way, WA To Garco Construction City of Federal Way Contra;;G r 1145 Broadway Plaza, Suite 1340 33325 8th Avenue South Tacoma, WA 98402 Federal Way, WA 98003 T 509 535 4688 T 253 835 7000 LF -an From LMN Arch tect 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 [X] Architectural [] Civil [] Structural [] Mechanical [] Electrical [] Other ..... ............................... These instructions are issued for the purpose of clarifying or amending the Contract Documents and make no inferences on their potential effect on the Contract Sum and /or Contract Time Commencement of the Work described in these instructions indicates Contractor's acceptance with no change in the Contract Sum and /or Contract Time Contractor must submit written notification to the Owner within seven (7) calendar days of receipt of these instructions if the clarification causes any change to the Contract Sum and /or Contract Time. ���scri�taofa: ASI- -035 - CeilingCoordination With immovable -Work In Place 1. Sheet A701 RCP gmund.Floor (Partial). - a. Ceding of Prefunction 106: Per Architectural Field Report 001 item 1.10 this ceiling is non - conforming with design direction shown on A701 for alignments. It is appreciated that there is a large quantity of equipment above the ceiling that requires coordination. A revised alignment is shown in the attachments that is off center of this hall and works with work already installed that cannot be moved. This scheme was field verified with LMN and Garco on March 10, 2017 but it requires some uncoordinated items to move. Exact dimension of the new on- center alignment from the west wall depends on what distance +/- 36" makes the on- center alignment of the RA grilles possible. When that distance is established, align everything else with that as shown in the attachments except where noted. (2) RA grilles with unducted boots are required to be moved. Other WVAC elements require location adjustment only as noted. All other devices need to be measured and tweaked as necessary to be placed per direction in the ASI -035 attachments. ... - 2. Sheet A702 RCP Mezzanine level (Partial): a, °Ceiling @ Patron Lounge Entry: Per Arch Field Report 001 item 1.9 and Arch Field Report 002 item 1.2, revise size of ADR -3 access door at the entry to the Patron Lounge to 16 x 16 and align with light fixture as shown in the attachment. Add a second ADR -3 in the same location taken from the ADR allowance in spec section 012100, [] Attachments: A701 (Partial) _ ASI -035, A702 (Partial) _ ASI -035 ......... .............................................................. ............................... Issued By: Thomas Gerard ... E s kep: FsentaiwE ...................................................... ... Hr . ............................ L�stnnuUcn Garco Consi�uction,Lcr��.Parfriers 03.14.2017 (ASI -035) pow �J oz U FeOi. ywy� . + . ! V F. U) .... ....... .�.... . r.i7ir+► d � �+[ r �� � - - - — }iQ �j O 4 J ' Mkt O l > w co �~ ui Lij CIO W w LL] l /J C m m D W DAL •iT� ;rT v 3 ' D aJ = w W r- WWI Cn j► " W CCmDu ` ! n tp ■ ` a r ¢NQ uj �H • t .r E LL Ln OUW FT 0522 fwU w2lw --¢U7i SSL t..1 �o�� ��oz¢zao, U. �' OZ r3 0O� cnUJ W dfi+QpdW QHDC]zw4Z 1 A �y awC7w 3zozdn �t� F 41E 0 r a -jFT--4 ZUQUUUO4 ,zw U aoum LU IL } Z 0 U w M O O LLJ CD Z Oz U nJ U 0 Z 0 c LU r Lu En J Z w (n LU !ZOHowEr L �iE w s m Q J�OOF -! U m LOU °D ~< 7 =m Z LLI J F Z LU a O Qaoz, C)(yJf'ZO, Z�UZwW' .�wrr I�w! Q -iw00iu� �wm¢Zm V) Q ( X C)� LLU 1— Q C 3 w F Owa� - 3: -J I- @J Y LL M LU W cow CE: 3:Z�0w Qx� 00J��� Ow Ir Nmw ccww¢z0 2 vnLLI m 0 0 NH-� NQUwwwn y ty vi ` O Q fU W �- W Q W h LU UOD W N W O5w tc! U W xaW �JUJ oa Z�Qz� ; V, J J z w aOUm l :� Fear• �•�.a• �� .'a~' �`•iM ;� "•5`�. '•,y• r•_, i�S•,• ... r .,. .,C'�, �', ;. `:,� , ,rig 1 1 LL �Q �� EL C)� O z U L L v a 0 y 1U y ty vi y w N Z J 3 � i w U p ® O g • I 0 d T F- L) O T z O F- L) z m LL w x IL LL O 0 z w O M A LU •- .�= Z Zig, G Ups - t W 6 ur G ,5; w U) - q -tLU ox ?a�az U) � J W ct00m Z 2 Z 1 � w ww2 ..._..0 ol OQ¢Zm Z m ►- ° ° 0 ° O Z ¢ 2 V > cl) 3: - Z O Q Q Z W mw�r �cn� U �oc � ra - uiw ❑ co �¢ r U) CO 1r LLI �> ¢ Qw z� ° °.� LU co —+wU �C7 —i wcnr- m C7 p tij z (n LLJ °�?Z. QW¢ ~�Z - 00 -°°- 2 U V~i � 0 0 w ,` � '1 .�t t 4''�" :•" ED O x+} .Y� .t .r ,f �3 0 Y 3 Ln m 9 Q N cc O F- w U) I 0 Irl z O_ V Z n LL /W� I.� CL i 9 s t Jam' . r� �'` _ � "11, -'�� L •� ' f!r . •ti Y�• \1 fi'''t • • O -a' T• Y • 1 • ��� H w W CC Z LL ~Z� d LLI zUWw Oo�F W z o Y cr — < C]Y;2 zowo w °w¢ � z❑r LL it LL H w D ❑Zip - ❑ AL=L =O Cc[i ~W 0CL3m mU E 0 0 r+ y Ivr" o a Z z �► M W � N ~ z W Z O U y a Q W O m W W En �- L) 13 Zvj W CJ a W y v) LLI J W LL M M V� FwQ ZFZ LLI LU 1_paZ` n� O —Z aWC7W rjW aWyj U)1 J H� UUV QQUgo Q H❑° A•l �'f1 1�''S R51, "e ' M Ix /0 LU V N I T CN T LLI LUJ M� W J `5' L • cc LU s 0 Ir CL LL 0 0 Z W F- j�� R 0 0 0`4_.,� o z z x U S2 W J w r WW f fb ot u7 O IL o La. U U O 5 ¢ ¢ a a W W z in w w y y w w O O 0 y y W W z z Z ( G u (n 0 a O i W G L m u�t a m N w W L w Z N y m J U U a a w Z ? w w Z w 3 = = a y E En u z m ® U w V J ® U -j ZO CCONM LL v v a ❑ a ❑ ❑ ❑ t V U r r _ _ _ LLI ol wz ' 'I - ' 0 0N W � �• i i 1 11' ' N. Y ' ' : • • y •� . . F' 0 0 o ou y • t Jam' . r� �'` _ � "11, -'�� L •� ' f!r . •ti Y�• \1 fi'''t • • O -a' T• Y • 1 • ��� H w W CC Z LL ~Z� d LLI zUWw Oo�F W z o Y cr — < C]Y;2 zowo w °w¢ � z❑r LL it LL H w D ❑Zip - ❑ AL=L =O Cc[i ~W 0CL3m mU E 0 0 r+ y Ivr" o a Z z �► M W � N ~ z W Z O U y a Q W O m W W En �- L) 13 Zvj W CJ a W y v) LLI J W LL M M V� FwQ ZFZ LLI LU 1_paZ` n� O —Z aWC7W rjW aWyj U)1 J H� UUV QQUgo Q H❑° A•l �'f1 1�''S R51, "e ' M Ix /0 LU V N I T CN T LLI LUJ M� W J `5' L • cc LU s 0 Ir CL LL 0 0 Z W F- j�� R A•l �'f1 1�''S R51, "e ' M Ix /0 LU V N I T CN T LLI LUJ M� W J `5' L • cc LU s 0 Ir CL LL 0 0 Z W F- j�� R 1 yE �. L f. Iw c rl" 1 E • 4, 1 , f � • -F • t , -,1 4 r ' , 1 � ! 1 1• l ,1 4, Y S� 1 i M� f, •,i a Y � ,} Ira - •Y• + 1 i 1� y 1 a• ?� • �1�1� l7 --L: r Z W W Z m O J Z O a IL Q IL C.) o[ a 'Q li N O C, QU) a p JO��,/ � d n X ~ Zi t -j m N 2 N M I x~ �i� x -5 �r 3:! N anw i^w¢ z � °z � x22 x Q LL - Q LL r Z W W Z m O J Z O a IL Q IL C.) o[ a 'Q li N O C, QU) a p JO��,/ � \ % � .. � \. . � . . k � ` » |b ¥ ; $!■ ] ©; ■ \.$ ))§ \!� 7t7 )2, !$\ �$$ |I }}J )�| |�} �!) f£� &}\ f ¥1 0 6l-, %% I GAA CU Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503 -7053 Fax: (253) 503 -7214 11FI V A Project: 151700 - Federal Way Performing Arts $ Entertainment Center 31510 Pete Von Relchbauer Way Federal Way, Washington 98003 Phone: (253) 835 -2711 Fax: N/A Electrical Access at Lobby and Classroom Ceilings TO: Thomas Gerard (LMN Architects) FROM: Dan Lampert (Garco Construction Inc) 801 2nd Ave Suite 501 1145 Broadway Plaza, Suite 1340 Seattle , Washington 98104 Tacoma, Washington 98402 DATE INITIATED: 03/16/2017 LOCATION: Lobby COST CODE: COST IMPACT: TBO DRAWING NUMBER: A702 LINKED DRAWINGS: RECEIVED FROM: Marc Gilbert (Teknon Electrical Services) STATUS: Open DUE DATE: 03126/2017 REFERENCE: SCHEDULE IMPACT. TBD SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) Please refer to the marked up attachment indicating recommended telling access locations for electrical equipment in the ceilings. RFI -396 provided locations to accommodate L8 drivers but a 12x12 opening will not be large enough to accommodate all electrical ]-boxes in the ceiling space. Other elements requiring access Include but are not limited to roller shade j -boxes (reference note 4 on sheet E2D1), and power j -boxes servicing L -8 drivers. To reduce the total number of access doors and minimize costs to the owner for wiring and pathways, Teknon recommends Installing power and data elements in centralized locations as illustrated by the attached sketch of access doors. The minimum access opening Is 18x18 according to the electrical inspector. 18x18 will be too wide to fit In the accent strips, Please consider this recommendation to achieve code required access to all electrical elements in the lobby/classroom ceilings This approach will minimize costs and delays. Detail 91A710 shows an access doors In the suspended gypsum calling system. This detail may need some massaging but the concept is workable. The perforated ceiling manufacturer may have a standard product that could be used to serve as a'removable hatch' in the perforated gypsum telling area. Attachments: A All Replies: Revise the access door size to be 18 x 18 as recommended for the Lobby only and 20 x 20 in the Classrooms. Access door type to be ADR -3 per specs, Add (12) ADR -3 for this use where shown in the accent strips in the attached drawing and per the narra on the following page. Access door installation in the accent strips to be part of the ceiling Mockup to done in the Classrooms. Execution of this detail and mock up is required to be reviewed and approv d prl� to the remainder of the work going forward. r Attachments: 2 RCP I 1 f RFI 424 A70 M d ezzanine eve (revise or } ADR installation relative to strip plan detail. ADR -3 cutsheet and installation sheet. tgerard BY 3/22/2017 DATE COPIES TO Garco Construction, Inc. Page 1 of 1 Printed On: 0311612017 04 :01 PM Classroom and Lobby high ceiling device locations rules of thumb. As indicated A702 in the Construction Documents In regard to the 'accent strips' shown In the Lobby and Classrooms all devices are to be centered on the strips. Devices are to be located as dimensioned or as equally spaced. The overarching concept is that even though the layout of devices varies from strip to strip, the final installation will have an ordered appearance with some like devices to have the same location from strip to strip. Exceptions. Classrooms. Per the answer to RFI 368.1 the classroom strips are widened from 19 1/2" to 20 ". Devices including slot diffusers already installed on the 19 12' dimension may remain in that location. These devices should be consistently located from strip to strip. Classrooms. Per the answer to RFI 368.1 the speakers in the classrooms are allowed to be off - center and not aligned with the other devices in the strip, The speakers are always required to be off center by the same amount and aligned with each other in the strip. Access Door (ADR -3) locations: Lobby Locate (6) 18 x 18 ADR -3 to time out with the edge of the 18" wide strip on the north side of the most central slot diffuser as shown on the drawing, Distance between edge of slot diffuser to edge of ADR to be 2" - verify with ADR & GWB installer. Inform Architect if that dimension needs to change. Classrooms Locate (6) 20 x 20 ADR -3 to time out with the edge of the 20" wide strips. The placement will be determined by placing the ADR 2" from the south side of northernmost slot diffusers in the bay as shown on the drawing. The ADRs In the strips that do not have slot diffusers are to align with those locations. Other affected devices. Other devices in the strips are required to shift location to accommodate the addition of the ADRs. These shifts are shown graphically on the drawing. Rule of thumb is that the devices are centered or aligned as noted above and that like items are equally spaced. Example: if there are (3) lights in a row and the distance on center to the outer lights is 3' -6 ", then the middle light is to be centered between @ 1' -9" to the center. Other devices are to be centered between other adjacent dissimilar devices, If framing already in place is an impediment to these rules of thumb then the framing needs to be moved. Other enlarged plans clarifying these placements may be issued as needed, The installation of all devices in the strips in these rooms needs to be approved by the Architect prior to GWB being installed. rVK; \� RFI 424 C � 4 i yY I + O + r ry1 R �Ft .t I I • - �.r .J y,, V, Y _'I 1 I I r r i x- + �p .SSy t I 4 � 1 - d . x. �a a' . y�`�� } yr s � � ' ' +`� . i. � , � � ,� . • -V 4 lit I lift `" � FIr . y :7'' b �'i ..�.. �� r h� � . ' �+ h . u. r ��'3- �`•.,: � --,rte � c 1 M ` y E � t �yyG�'n � •��,,��F t� j tl 1 a m a .N f0 N �7 C a rr ljoI., n d W . L- n 0 D Z z 0 m J a Z �Z cr iLL m o 'o M ;¢ o a u 10 0 "d U) U) CL cc i-- U? H Z w U U 00 J U m 0 J z cc 0 0 En W U U Q � I s � V I a m a .N f0 N �7 C a rr ljoI., n d W . L- n 0 D Z z 0 m J a Z �Z cr iLL m o 'o M ;¢ o a u 10 0 "d U) U) CL cc i-- U? H Z w U U 00 J U m 0 J z cc 0 0 En W U U Q tauucejuluu Irm 0 TOOLS REQUIRED Screwdriver Acce -, is Panel Install Aion Ir ,;'Aruct[- -)ns 1.877.592.0033 (250.592. 0033) www.accesspanelsolutions.com 0 FRAMING GUIDE Min. 1 1;;" Max, a i7L Cut openino �st A+3 /e„ Rapgh Frame oP + o :(C� Miniffsurn C Maximuan G c A + 8" 6:�Drywall Saw Drywall Cutter Tape Measure Min. 1 '/4" Max, 4 7 e" (321nm) Minimum r '` ID , Key Concept: The panel attaches to the surrounding drywall O Doors size (A) is the last 4 digits of the model # 20 -58 -1212 (example: door size 12" x 12 ") This is the clear opening of the panel when the door leaf is removed, ® Cut Opening (B) is the Door Size (A) + 3/8" (example: cut opening 12 318') This is the size of the opening you will cut into the drywall. aRough Frame Opening (C) is the measurement from inside stud to inside stud of the surrounding framework. Minimum Rough Frame Opening (C) is Door Size (A) + 2 1/2" (example: min framing 14 112') 0 OPENING IN GYPSUM WALL BOARD Determine the location for the Access Panel and mark the outline for your cut opening (B). Accurate marking is very important and make sure that the lines are square. Cut the opening with a saw or drywall cutter. Make sure the edges are clean. To watch our installation video on your %5i smartphone scan the codes and watch the installation steps. 4" 102mmj simum 1 1 1 I 1 1 I, 1 1 ex I 1 i 1 1 F' I f i baucoeFlus irl.,77.5.2.,033 Access Panel Installation Instructions (250.592.0033) www.accesspanelsolutions.com Important: When the Access Panel is being fitted into a wall, position the unit with the latches at the top. E POSITION, FRAME' A ATTACH _TO DRYWALL Remove the door leaf from the frame. Pass the Access Panel through the opening and pull the frame back into position. Frame must be attached with corners square and all lengths straight. This ensures the door will operate properly. (see video for alternate methods' / p f i Screw through the face of the drywall into the frame of the Access Panel. The maximum distance between screws is 4" (102mm) Self drilling drywall screw recommended 1 ' /a" (32mm) Safety Cap Key Concept: Use correct amount of screws _ -� a • ■ 4" Min {,, I� O M i A 7i� i � I Y` I OTest the door opens correctly. N FINISHING: MUDDING & SANDING 0 We recommend using setting -type gypsum finishing compound. Press the compound into any gaps around frame. Apply compound to the inner door leaf separately, filling to the height of the raised outer edge. Sand and refill to desired finish. Clean the frame and door leaf with a damp cloth. Connect safety cable. L ., V i i Af' �,e h J i jo `r. U 2 z o 9 Q a z <,o Ln Q 0 ui � Q� r, o� 0 m M Lf. tu CL o:o� ui_ Lu Zozz �L+ EOIn ZZm E0 LL- CL vrn � Z a ¢V a� aC � Zz,z0oc Ln 7j- CL D u i W W�� O LA p'� �u4 0tnCO c� OaCOWCL�L LL 1 C i/1 LL 1 1 Q Z G c C LU Z � °C w 0 z LU S v �m Z j v o 0 z z =1 z s F Ll- Sm ~ X JQ a O f5 > >sg0 3W v� x z O?� oe H JLLmin O z� S S LL ca < gZuz ,c'Q i3 <a zQ OluQ rph0 7� LuiJ Ht; Y Y W LA Qu �g =�QO�• ... �z � tz NNE QpWa oZ QJ LU u m �17� ~ ?s �aW 4�=� a Lu z¢azO�ce 17Lu0 Z�� Vz��w O a0tz5 O 1`4 C;<U =2 Z, OmoWC QOV SIQ- -� V, 1 r 1 1 1 Cl S 1 ✓i 1 J 1 1 1 C C To v {V)H19N31 UQOU o Q O ff w All :P4219F11 ;011111. 7 J C N V .1 0 ry Z + W Q Oy�i s 3 oa cr g a Y I W O mm m tD + Z: Z - W '^ 3 M LUm� a t3j O '^ OO. L) ¢r I 7 zO C Q Q -- z LU LU m J a' _ i D 1- L F� W � C� W L ¢L Q LL.m �dt z4 CC 4� J LU Z CL Ln Ln W U 4 J m C a a 4 CI W ^ LLJ jj lin$$Fg�FEE N 6� CL IMMIll v. A710 'IP —man s. '. -r i - � ShJfi light to al <gn with 1-8s necessary for .1 - . . , I 1 ii N '� 1] O Q 11S ! FJ1 0 Z 0 N 7 U� FJ1 Z 0 0 LL Wce tlP!E �H P eft I P.jiii 1 3b�l�lli��u i 1� 0. . U (Y I�4111V� �Sd C ie MH 2 A�' TA O I LL uj III fill I 'm I I E rr 0 D Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners Issued lo: City of Federal Way LMN Architects A. SPECIFIC INCLUSIONS 1- Additional lighting not shown, per RFI -412 2. Bond B. SPECIFIC EXCLUSIONS 1, Washington State sales tax C. SCHEDULE IMPACT: TBD COR 019 RFI.412 Lighting at Stair 2 Date: 411412017 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost impacts, Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work TOTAL - Change Order Proposal ADD: $ -�- 5 873 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 9 220 D ri le Lara P riners f B '� Date: 6•"� City of Federal Way By: Date: LMN Archltec B /�' Dater 1 JOB FILE 151700 - Change Proposal Page 1 of 1 ci c c 0 0 L r N C O _ V O V L u� IMO ,r Contractor's Name: T _KNON EL[.rTRIC Project: FEDERAL WAY PERFOPMING ARTS & EVENTS CENTER Proposal/Estimate for GARCO CONSTRUCTION, INC Change Description: RFI 412 Lighting at Stair 2 landing Teknon CONTRACTOR'S WORK EXCLUDING MARKUPS DATE: 20- Mar -17 RevislonslComments 1. Direct Materials 2. Sales Tax on Materials 0 -00 °Jo of line 1 3 direct Labor 4. Direct Supervision (hourly workers) 15.00% of line 3 5. Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 6 Small Tools & Consumables 5.00% of line 3 7 Rental Equipment 8 Sales Tax on Rental Equipment 9.50% of line 5 9- Owned Equipment _: ` S $1.904.47 ,3 if ' x x0.00 $0,00 16. S - $ SO.00 51,907.13 $0.00 18 $ $286.07 $D_00 -. 19. - S S245.51 20, $ Unge included In 3,4 $0.00 $95.36 $0.00 SO.00 _ $0.00 10. SUBTOTAL (add lines 1 -7) $4.439.54 11. (Delays Only) Field Office Overhead 1 Days X Rate 12, Teknon CONTRACTOR SUBTOTAL (Acid Lines 10 & 11) $O $0.00 54,43964 Remarks SUBCONTRACTOR NAMES & TOTALS EXCLUDING Teknon MARKUPS 13 _ _: ` S SO.00 ,3 if ' x x0.00 $0.00 16. S - $ SO.00 17 - $0.00 18 $ $D_00 -. 19. - S S0.00 20, $ $0.00 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. Remarks: Teknon CONTRACTOR MARKUPS Revisions/Comments RevisionslComments Teknon Contractors Work (from line 12) 54.439.54 Subcontractor's Work (from line 27) 0aL7 SUBTOTAL (add lines 28 -29) � 4»3 54 Teknon's Nome Office Overhead (G&A) 12.00% of line 30 SUBTOTAL (add lines 28 -31) S4.972.29 Teknon's Profit (From Profit Worksheet) 6.00% of line 32 SUBTOTAL (add lines 32 & 33) # $5.270.62 Teknon Contractor's Builder's Risk 0.000% of line 34 Teknon Contractor's Insurance 1.000% of line 34 1'Q' 71 l Teknon Contraclor's Bond Premium 0.000% of line 34 3ta 0m� SUBTOTAL (add lines 34, 35, 36 & 37) i 55,323.33 B & O Tax 0.484% of line 38f, f. TOTAL COSTtAdd tines 36 & 37) 1 $5,349.101 Requested Time Extension in Line 11 equals: 1 _ worg ays atendar Days (Check one) Attach Justification (Schedule Analysis) For Each Time Request. Signature & Title of Preparers ii a .Geri - �%cclrrr�e� v� Requested Time Extension in Line 11 equals: 1 _ worg ays atendar Days (Check one) Attach Justification (Schedule Analysis) For Each Time Request. Signature & Title of Preparers ii a .Geri - �%cclrrr�e� v� ITEMS OF WORK FOR QTY UNIT MATERIAL LIBOR COST RENTAL EQUIPMENT Unit Cost I Total Cost Hri Rale Hrs/Unit Total Cost De Rate Total Toknon CONTRACTOR added x1 _ Y 1 L @a fea ___5150 67 $150.67 $89.52 $0 5000 ' S4476 _ ded L9 -EM 3y 5414,53 S1,24360 589 52 50 75D0 520142 .L.— IFreight --- ....�- _- ��- ...... -_-� 11 lot — 5_200 00 , S200.00 $89.52 3!4" EMT Conduit BOr R ' -- 53 S4 , $212 40 $89 S2 1 $0.07301 $392 10 - ConduitStraDS $89.52 $_0.06_201 iNre X12 THHN (3 wires) _ _ EMT Couplings 2R0 30 ft ea $0.141 51.53 $2800 $45 90 d $89.52 $69 52 $0 OOB7 l $00510 _$111_00 .515523 $1369 -- - EMT COnneC10B -- »� »» »$1.21 I — S1210 $89 52 — $0.0870 -- — $7788 - - -- —_ 04 boxes 4 ea S2.201 $8.80 $a8 -52 22000 S767,76 °---- - _ �.. ............. . ..... ..„ ..Y __�_— -- • `__ ` '. -- - --`�` T pp ___ jr ._.. e.^ ........... .... ^ - °--- F- ` - - - -- ----------------- -- Tota (Rented) OWNED EQUIPMENT Da Ra le Total ..----- --- --- - -- - ° -- ._._ ... . ........ ___i ----------- DIRECT Taknon CONTRACTOR'S TOTALS $1,904 47 $1,907 13 Total (I ned) TOTAL EQUIPMENT Page : 1 of 2 NORTH C� COAST E L E C T R I C C O M P A N Y Change Order - Quotation TO: Project: FEDERAL WAY PERFORMING ART CENTER TEKNON GOVERNMENT SERVICES Date: 03/20/17 15443 NE 95TH ST. PO #: MKO123001 DBA: TEKNON ELECTRICAL SERVICES Change #: 39 REDMOND, WA 98052 -2548 Freight in Exempt: No Total Change: 1,594.27 chugs Type Quantity Descrlption Unit or Lot# Unit Price Ext Price Change Amt ALL MATERIAL MUST BE MARKED WITH TYPE DESIGNATIONS. J X1 1 EDGR- W- I- RMR -EL Prey Otv Change Otv New Oty 150.667/EA 150.67 150,67 0 1 1 New Item " 11-9-EM 3 SRBSP- C- 22L- 8035- M- 02- U- WW- STEM(7 J 414.5331EA 1,243.60 1,243.60 2 ") Prey Otv Change Otv New Otv 0 3 3 " New Item " J 1 FREIGHT Prey City Chapge Otv New Otv 200.0001EA 200.00 200.00 0 1 1 " New Item " Quotations are Net without written consent of North Coast Electric Co. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The price offered in this bid reflects Seller being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result in the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric reserves the right to consolidate shipments to best comply with Manufacturer's prepaid From: 111 NORTH COAST ELECTRIC MAIN PHONE 425 - 641 -3400 1617 135th PL NE BELLEVUE, WA 98005 -2308 Printed By: Jasmine Baker Authorizing Name: Jasmine Baker File Number : #Li - 092115 RFI 412 These items are not orderedl To complete this order, sign below and provide a PO # for the order. Signature:._ Eli Page : 2 of 2 NORTH C� COAST E L E C T R I C COMPANY Project: FEDERAL WAY PERFORMING ART CENTER Ghanae [order - Quotation vgo Type Quantity Description Unit or Lot# Unit Price Ext Price C terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. Payment: NET 30 DAYS FOB: FOB SHIP POINT Freight: No Freight allowed unless noted otherwise Deliveries may include Fuel Surcharge Some Items may include sales tax Acceptance of this quote in any manner indicates buyer's acceptance of all terms contained in this quote and NCEC Standard Terms of Sale (NC055) http:/t www. northcoastelectric.com/NC05S.pdf From: 111 NORTH COAST ELECTRIC MAIN PHONE 425 -641 -3400 1617 135th PL NE BELLEVUE, WA 98005 -2308 Printed By: Jasmine Baker Total: 1 1,594.27 Authorizing Name: Jasmine Baker File Number: #Li- 092115 -16507 RFI 412 These items are not orderedl To complete this order, sign below and provide a PO * for the order, L,1'NGARC43 Garco Construction, Inc_ 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503 -7053 Fax: {253) 503 -7214 FbF1 #41 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Reichbauer Way Federal Way,, Washington 98003 Phone (253) 835 -2711 Fax: N/A FWPAEC RFI 412 Lighting at Stair 2 Landing TO: Thomas Gerard (LMN Architects) FROM: Ryan Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle, Washington 98104 DATE INITIATED: 0310712017 LOCATION: Back of House COST CODE: COST IMPACT: Yes (Unknown) DRAWING NUMBER: E301IE302 LINKED DRAWINGS: RECEIVED FROM; Mike Khbeis (Teknon Electrical Services) STATUS: Open DUE DATE: 03118/2017 REFERENCE: SCHEOULEIMPACT:TBD SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyatl (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners). Jenni Whitney (LMN Architects) Stair 2 has a landing midway between the ground floor and mezzanine: see 7IA521 for an architectural view. Note B on E3011E302 Indicates that egress lighting to meet code requirements will be Installed at all stairs, however there Is no direction to provide other lighting at the stair 2 midlevel landing, If this landing is intended to have lighting beyond the code requirement for egress lighting, please Identify and locate the necessary fixtures All Replies: Provide (3) additional L9 fixtures at stair 2 mid -level landing on EM relay similar to other L9s in same stairwell. Provide (1) Exit sign at mid -level landing in same location as mezzanine level. Scott Kuyper, Luma, 3/14/17 COPIES TO Garco Construction, Inc, Page 1 of 1 Printed On: 03107/2017 04 30 PM Garco Construction, Inc ` CHANGE PROPOSAL SUMMARY ` Project: Federal Way Performing Arts & Event Center COR 020 City of Federal Way L3 Light Fixture Field Wiring Modifications �` _��� ar�ar�r�17 Issued by: Lorax Partners I• W +'►� V`�+r"f�/Isi:t�'dd lo. O 6ONSTRUCTION, INC. City of Federal Way �/ P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS I - Field wiring modifications per instructions provided by Pacific Lighting Systems 2. Bond r [-.try B. SPECIFIC EXCLUSIONS 1. Washington on State sales tax -- � - J C. SCHEDULE IMPACT: 15 Calendar Days (4110 thru Cover Inspection" "Date F tirriase_aL4!?a) tats ■ a c=a AUL;.chanae with others to analyze the cumulative cost aq TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W rf � Da per Oale JOB FILE 151700 - Change Proposal City of Federal Way B Date: LMN Architects 13jr:.l+ Date:f�,/ Page 1 of 1 nl- 3 U g d LL G� � `:ontractos ; Name: TIE- iON ELEC ; rIC Project: F''JERAL WAS' PERFORlV,5 -G ARTS & DI'YE: 41 "0/2017 Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: L3 DMX connection to light fixtures. Approved specified fixture was for RJ45 connections, conversion needed. rr1NTRArTnR!4 WnRK FXrI Iinwin. MARKUPS Revisions/Comments 1. Direct Materials 2. Sales Tax on Materials 0 00% of line 1 3 Direct Labor - - 4. Direct Supervision (hourly workers) 15 00% of line 3 5 Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 6 Small Tools & Consumables 5.00% of line 3 7 Rental Equipment 8 Sales Tax on Rental Equipment 9,50% of line 5 9 Owned Equipment 10 SUBTOTAL (add lines 1-7) 11 (Delays Only) Field Office Overhead 1 Days X Rate 12 PRIME CONTRACTOR SUBTOTAL (Add Lines 10 & 11 ) $8360 $000 $7,040.75 $9,745.09 $1,056.11 ; $910.07 . 5352,04 $165.00 $11,569.37 $15.66 $0.00 $0.00 $9.623.24 $122 $121.65 L G If $11,685.07 r 1. $0.00 1 $9,745.09 Remarks SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revi6ons7Gommenis 13 14. 15. 16. 1T. 18.., 20 2241 23 24_ 25 26 if SUBCONTRACTORS' SUBTOTAL {Add Lines 24-26) $0.00 $0.00 $0.00 $9,745.09 $0.00 ; $0.00 . $0.00 $11,569.37 ao.00 S11569 $0.00 $o.00 L G If $11,685.07 $0.00 - $0.00 !.. - $0.00 " '; - - $0.00 Remarks: CONTRACTOR MARKUPS Revlslons /Comments 28 29. 30 31. 32. 33. 34 35 36 37 38 39 40 Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Home Office Overhead (G&A) 12.00% of line 30 SUBTOTAL (add lines 28-31) Profit (From Profit Worksheet) 6 00% of line 32 SUBTOTAL (add tines 32 & 33) Contractor's Builder's Risk 0,000% of line 34 Contractor's Insurance 1.000% of line 34 Contractor's Bond Premium 0.000% of line 34 SQvBT"TAL (add lines 34, 35. 36 9 37) B & O Tax 0.464% of line 38 TOTAL COST Add Lines 36 & 37 ) $9.745,09 $O-0 $9,745.09 $1.169.41 ; $10.914.50 $654.87 $11,569.37 $0.00 S11569 $0.00 L G If $11,685.07 $56.56 1 $11.741.62 Requested Time Extension in Line 11 equals 1 x VV ark Days alendar Days (ChecK Une) Attach Justification (Schedule Analysis) For Each Time Request Signature & Title of Prepares e /We 3Ww ye., t2 ITEMS OF WORK FOR PRIME CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cwt Total Cost Hrly Ratel HralUnit I Total Cog Days I Rate Total Converting aelden dldX caning for W, remove cover, remove 8145 hoard, NI wkvs. etc 55 Be 569.52 1 $4.923.60 'Wage. 330 ea _ _ 50.200 $66 00 $09.52 0031 268615 Sn!1 In Bushing for added knockouts f21 55 ea� S0320F 517.60 $8952 0.25 51.230 90 scissor lift 2 .r. 1 $5500 $165.00 . �_..��. - -�-•-� Total (Rented) $165.00 ._ ...... .�.... ... ...._....._ Q RBIs Total E[S7.040 DIRECT PRIME CONTRACTOR'S TOTALS $63.60 7 TOTAL Total i neM EQUIPMENT 5185.00 l Daniel Lampert From: Eden Van Ballegooijen < evanballegooijen @pacificlightingsystems.com> Sent: Thursday, April 20, 2017 10:17 AM To: Raylyn Hill; Mike Khbeis; Daniel Lampert Cc: Gordon Spencer, David Khbeis; doug taylor; Scott Kuyper (scottk @lumald.com); Marc Gilbert; Doug Long; jjbaker @ncelec.com Subject: Re: FWPAEC L3 Light Fixtures Dan, We have confirmed with USAI that making the changes I described below will in no way affect the L3 fixture warranty. Please let us know how else we can help. Regards, Eden Van Ballegooijen Pacific Lighting Systems (C)206 -574 -4674 "please forgive any typos or grammatical errors, as this was sent from my phone. From: Daniel Lampert <danl @garco.com> Sent: Thursday, April 20, 2017 8:12 AM Subject: RE: FWPAEC L3 Light Fixtures To: Mike Khbeis <mkhbeis @teknon.com >, Eden Van Ballegooijen < evanballeeooiien @pacificlightinpsystems.com >, Raylyn Hill < rhill @pacific light ingsystems.com> Cc: Gordon Spencer <aspencer @teknon.com >, David Khbeis <dkhbeis @teknon.com >, doug taylor < dtavlor @teknon.onmicrosoft.com >, Scott Kuyper (scottk(Rlumald.com) <scottk @lumald.com >, Marc Gilbert <mgilbert @teknon.com >, Doug Long <doug@garco.com >, <libaker@ncelec.com> Eden, How would this impact the warranty of the fixtures? Could PLS /USAI provide the same warranty? From: Eden Van Ballegooijen [ Eden Van Ballegooijen [mailto: evanballegooijen @pacificlightingsystems.com) Sent: Wednesday, April 19, 2017 4:14 PM To: Mike Khbeis; Raylyn Hill; Daniel Lampert Cc: Gordon Spencer; David Khbeis; Marc Gilbert; Scott Kuyper (scottk @lumald.com); jibaker @ncelec.com; Doug Long; doug taylor Subject: RE: FWPAEC L3 Light Fixtures Mike, It appears all USAI is suggesting is to field modify the fixture from the RJ Cabling version, that you have indicated on the attached, to the WR option shown on the same page. To make that happen, you simply cut the wiring harness to the RJ45 terminal block (turning the fixture back into the WR version), and use (3) WAGOs to connect as follows: r 1. The Blue wire shown on the USAI fixture connects, via WAGO, to th<! Data + conductor of your 3elden 9729 cable for DMX In and Out to the fixture. 2. The White wire shown on the USAI fixture connects, via WAGO, to the Data - conductor of your Belden 9729 cable for DMX In and Out to the fixture. 3. The Brown wire shown on the USAI fixture connects, via WAGO, to the Data shield conductor of your Belden 9729 cable for DMX In and Out to the fixture. If the fixtures had come as the WR option, this is exactly how you would be making up these connections in the field. As such, USAI is telling you to simply convert the RJ Cabling version of the fixture you have to the WR option, and wire the DMX accordingly. I can tell you from personal experience that any RJ45 to DMX cabling "adapter" that exists would be more labor intensive for your installing electricians that this simple fixture conversion that USAI has proposed. Please let me know how else I can help. Regards, Eden L. Van Ballegooijen, LEED(tm) AP Principal /Controls Department Manager Pacific Lighting Systems Office: (206) 436 -8852 Cell: (206) 579 -4674 Fax: (206) 726-8315 From: Mike Khbeis Imailto:mkhbeis @teknon.com) Sent: Wednesday, April 19, 201712:58 PM To: Raylyn Hill < Rhill @pacificliehtinesystems.com >; Daniel Lampert <danl @sarco.com> Cc: Gordon Spencer <espencer @teknon.com >; David Khbeis <dkhbeis@teknon.com >; Marc Gilbert <meilbert@teknon.com >; Scott Kuyper (scottk@lumald.com) <scottk @lumald.com >; iibaker@ncelec.com: Doug Long <Doue@earco.com >; Eden Van Ballegooijen < evanballeeooiien @oacificlightinesystems.com >; doug taylor <d tavlor@Teknon.onm icrosoft.com> Subject: RE: FWPAEC L3 Light Fixtures Sorry; I didn't attached this. Thanks From: Mike Khbeis Sent: Wednesday, April 19, 2017 12:32 PM To:'Raylyn Hill' < RhilIA pacificliehtingsystems .com >; Daniel Lampert <danl @earco.com> Cc: Gordon Spencer <es pen cer @teknon.com >; David Khbeis <dkhbeis@teknon.com >; Marc Gilbert <meilbert@teknon.com >; Scott Kuyper (scottk(@lumald.com) <scottk @lumald.com >; libaker @ncelec.com; Doug Long <Doug @sarco.com >; Eden Van Ballegooijen < evanballeeooiien @pacificlishtinesystems.com >; doug taylor < dtavlor @Teknon.onmicrosoft.com> Subject: RE: FWPAEC L3 Light Fixtures Hello Raylyn, These are some pictures from the L3 light fixtures, the wires you are point to are hookup from the board to the driver, and we are not cutting & rewiring any light fixtures in the Field, we need the adapter between the DMX & CatS to plug in to the existing board in the light fixture itself. Gd�1ZU n/1 From: Raylyn Hill [ mailto: Rhill @pacir`iclightingsystems.coml Sent: Wednesday, April 19, 201711:46 AM To: Daniel Lampert <danl @sarco.com> Cc: Gordon Spencer «si3encer@teknon.com >; David Khbeis <dkhbeis @teknon.com >; Marc Gilbert <msilbert @tek non. com >; Mike Khbeis <mkhbeis@teknon.com >; Scott Kuyper (scottk@lumald.com) <scottk@lum aid. com >; iibaker @ncelec.com: Doug Long <Doue@Rarco.com >; Eden Van Ballegooijen < evanballeg ooiien @pacificliQhtinssystems.com> Subject: RE: FWPAEC L3 Light Fixtures Daniel The following are the instructions on the RJ45 jack removal Cut the three wires on the DMX harness closest to the dip switch and use splices to make the DMX connection. See attached picture. Add a 120 ohm resistor between the ( +) and ( -) DMX on the last fixture. Refer to the -WR wiring instructions on the spec sheet. Sincerely, M. Raylyn Hill Project \lauugemeni Superilsetr PACIr1C LIGHTING SYSTEMS, INC. Lighting & Conlrols 6363 71h Ave S, Suite 100 Sealtic. WA 98108 T206436-8810 F206-726-8315 E ravlvnh@alswa.com From: Daniel Lampert [mailto:danl@earco.coml Sent: Tuesday, April 18, 201711:14 AM To: Raylyn Hill < Rhill @pacificliphtinesystems.com >; Eden Van Ballegooijen <evanballeeooiien @ pacificl ightinesystems.com> Cc: Gordon Spencer (gspencer @teknon.com) <Izspencer @teknon.com >; David Khbeis (dkhbeis@teknon.com) <dkhbeis @teknon.com >; Marc Gilbert (meilbert@teknon.com) <mgilbert@teknon.com >; Mike Khbeis (mkhbeis @teknon.com) <mkhbeis @teknon.com >; Scott Kuyper (scottk @lumald.com) <scottk@lumald.com >; iibaker @ncelec.com; Doug Long <Doue @sarco.com> Subject: RE: FWPAEC L3 Light Fixtures Raylyn /Eden — This project is being critically delayed by the L3 fixtures. We have asked for more information and updates with no substantial response, What is the fix for the Cat5 ports and when will it be resolved ?? DAN LAMPERT GARCO CONSTRUCTION I Western Operations 114.9 Broadway Rim, Suite 1310 Tacoma, WA 90402 o: [251) 503 -7053 1 1 (253) 5037214 c: (509) 863 -8755 1 danl @Rarco,com 1 QR From: Raylyn Hill fmallto: Rhill (di2acificliahtinosystems.coml Sent: Thursday, April 13, 2017 6:41 PM To: Daniel Lampert; Eden Van Ballegooijen Cc: Gordon Spencer (aspencerClteknon.com); David Khbeis (dkhbeis@teknon.com); Marc Gilbert (mailbert(ateknon.com); Mike Khbeis (mkhbeis(alteknon.com); Scott Kuyper (scottk(@Iumaid.com); iilzaker(ancelec.com; Doug Long Subject: RE: FWPAEC L3 Light Fixtures Daniel, I have this in with the factory for resolution and am waiting for their engineering department to confirm what can be done to rectify As soon as I have options on this I will advise right away Note: PLS will be closing at noon on Friday, 4114. Sincerely, M. Raylyn Hill Project Munagostent Supervisor I'ACIP IC IAC;HI ING SY5`rr \IS, INC. Lighting S Controls 6363 71h Ave S. Suite 100 Seattle, WA 98108 T206436-8910 F20&726-8315 F raylynh@plswa.com From: Daniel Lampert [mailto:danlPgarco.com] Sent: Thursday, April 130 2017 6:41 PM To: Eden Van Ballegooijen < evanballegooiien @Dacificlightinasystems.com >; Raylyn Hill < Rhill @pacificlightingsystems.com> Cc: Gordon Spencer (gspencer (Mteknon.com) <gspencer @teknon.com >; David Khbeis (dkhbeis@teknon.com) <dkhbeis@teknon.com >; Marc Gilbert (mgilbertAteknon.com) <mgilbert@teknon.com >; Mike Khbeis (mkhbeis@teknon.com) <mkhbeis @teknon.com >; Scott Kuyper (scottk@lumald.com) <scottk (-@lumald.com >; iibaker @ncelec.com; Doug Long <Doug@garco.com> Subject: RE: FWPAEC L3 Light Fixtures Eden, It sounds like this issue has been known for a several days and there is still no confirmation that an adapter device can be provided to make this work without replacing lights. Are there components of the light that can be replaced? Can technicians modify them here in Federal Way? We are scheduled to open this building in 4 weeks and we are all waiting on these fixtures to be done. Please provide a more informational update tomorrow morning. Thank you, Dan From: Eden Van Ballegooijen lmailto: evanballe000ijen 5r)acificliohtingsy5tems.com1 Sent: Thursday, April 13, 2017 2:52 PM To: Daniel Lampert; Raylyn Hill Cc: Gordon Spencer (asoencerQteknon.com); David Khbels (dkhbeis5teknon.com); Marc Gilbert ,rnoilbert (atek non. com); Mike Khbeis (W(hbeis@teknen.com); Scott Kuyper (scotcl< lumaid.ccr ; "baker ncelec.com Subject: RE: FWPAEC L3 Light Fixtures Dan, Our fixture PM, Raylyn, is looking into this for the type L3 fixtures from USAI, and I have copied her on this e-mail. Regards, Eden L. Van Ballegooijen, LEED(tm) AP Controls Department Manager Pacific Lighting Systems Office: (206) 436 -8852 Cell: (206) 579 -4674 Fax: (206) 726 -8315 From: Daniel Lampert fmailto:danl @garco.com) Sent: Thursday, April 13, 2017 2:46 PM To: Eden Van Ballegooijen < evanballeeooifen @oacificliehtinesystems.com> Cc: Gordon Spencer (Rspencer @teknon.com) <sspencer(@teknon.com >; David Khbeis (dkhbeis @teknon.com) <dkhbeis@ @eknon.com >; Marc Gilbert (mgilbert@teknon.com) <mgilbert@teknon.com >; Mike Khbeis (mkhbeis @teknon.com) <mkhbeis(@-teknon.com >; Scott Kuyper (scottk (&lumald.com) <scottk@lumald.com >; i'baker(@ncelec.com Subject: FWPAEC L3 Light Fixtures Eden, Garco has been informed that the L3 light fixtures were provided with CAT 5 data ports instead of belden cable ports. Are there adapters that can be provided and how long will it take to get this resolved? Thank you, DAN LAMPERT %ARCO CONSTRIA 1'10N 1 Western Operations 11,15 Broadway Plaza, Suite 1340 Tacoma, WA 98.402 o: (253) 503 -7053 1 f: (253) 503.711 4 e: (509) 863 -8755 1 danl0garco,com Total Control Panel Li_ To; Remove this sender from my allow list From: dun](- _)izarco.com Yau received this message because the sender is on your allow list. Disclaimer The information contained in this communication from the sender Is confidential, It is Intended solely for use by the recipient and others authorized to receive it. If you are not the recipient, you are hereby notified that any disclosure, copying, distribution or taking action In relation of the contents of this information is strictly prohibited and may be unlawful. This emall has been scanned for viruses and malware by Mimecast Ltd, nwle 4, Total Control 1'anel To: Remove this sender from my allow list evanhallegooiienfa ?nacificliehtin ; systems.cum From: mkiiheisCmicknon.cum Yon received this message because the sender is on your allow list. Disclaimer l.ucin The information contained in rhos communication from the sender is confidential It is intended solely for use by the recipient and others authorized to receive it. If you are not the recipient, you are hereby notified that any disclosure, copying, distribution or taking action in relation of the contents of this Information Is strictly prohibited and may be unlawful. This emai; has been scanned for viruses and malware by Mimecast Ltd, Total Control Panel iaita To. Remo%e this sender from my allow list c%anballceooijen(a) pacif iclichi inesyslcnis.com From: danl @garco.com Yost received this message because the sender is on your allow list. Disclaimer The information contained In this communication from the sender is confidential. It Is Intended solely for use by the recipient and others authorized to receive it. If you are not the recipient, you are hereby notified that any disclosure, copying, distribution or taking action In relation of the contents of this Information is strictly prohibited and may be unlawful. This email has been scanned for viruses and malware by Mimecast Ltd, i �' SUBMITTAL REVIEW February 9, 2016 Thomas Gerard LMN Architects 801 2nd Avenue, Suite 501 Seattle, WA 98104 Project: Federal Way Performing Arts and Events Center Project No.: 13- 1256.00 Dear Thomas: �PAE Electrical Submittal no. 265000 -01 data received January 14, 2016 has been reviewed by this office with the following disposition: Item Manufacturer Action 265000 Lighting Type L1A Lithonia Make Corrections Noted 1. Provide Hanger chain for fixtures in open to structure locations. Type UA -EM Lithonia Make Corrections Noted 1. Provide Hanger chain for fixtures in open to structure locations. Type LIB Lithonia No Exceptions Taken Type L1B -EM Lithonia No Exceptions Taken Type L2 Lithonia No Exceptions Taken Type 1-2 -EM Lithonia No Exceptions Taken Type L3 USAI Lighting Make Corrections Noted 1. Provide Bevel Style AC1. 2. ARCHITECT to provide Flange Finish: White, Clear Matte or Paint to Match (by others). 3. Provide R345 jacks. Type L3 -EM USAI Lighting Make Corrections Noted 1. Provide Bevel Style AC1. 2. ARCHITECT to provide Flange Finish: White, Clear Matte or Paint to Match (by others). 3. Provide R145 jacks. Type L4 USAI Lighting Make Corrections Noted 1. Provide 50 Degree Beam reflector. 2. Provide Bevel Style ACi: ARCHITECT to Confirm. 3. ARCHITECT to provide Flange Finish: White, Clear Matte or Paint to Match (by others). pp ,, /�, 6X� 20 inspire interpret integrate pae.angineers.conl IDarmpincen comYProfeaa \7011 \171]56.00 - FrJ—i Way PACC\04 C— tmalan Admin, l"t lM \SunmlllaN. \265000.01\:65000.Ot PAF S.bmfttal 1H1cr 0— Portland I San Fr . , •atlle Job , iame; Federal Way Performing Ans S Conference Center Architect: LMN Aschllecls {Seattle} Conlractor; Toknonfnsdmondl BeveLED' Infinite Color+ ET u ber: Type: I `1AN(3E.FINJV :j LRTW4.6032- NC- 12t1V•DMXIM- ICABM -CS27 ILQ I PROJECT INFORMATION PRMKCT PATE- TYPE WALL WASH 3255 1' Bsgrsss BeveLED Infinim CI =tor+ Recessed Wall Wash - Illuminate your space with any color available in the spectrum with Bevel-ED Inlinite Color+. Tune the lightlrom saturated blue, violet, preen, yellow, orange, and red, to any of a wide variety of perfect architectural whites with DMX512 controls. Infinite opporlun'ares abound for hospitality, entertainment, and cultural Irghting applications, or any other project requiring full color and while fight flexibility. HOW TO SPECIFY ..� 1L. 1' aeon■■ -- Brr.) Fiahh Fluge n Flaege Relah Color area dth-0 5wo Ordarfog Example. Specify trim code and housing code to order Example ; 3255W - In- Jg - LATWe- 6032- VOG113I.3DKS - Ng -Bill • OMKIM - IN - C62Z 1 JHtrL4ltUFa1R111r}OrD+++a+ +tea o.noN F—Irr F pAr�EnNL�t Infinite Color +" Spectrum NCN2W Cam fttliai W■lbc loan 01 1-RoggesBevel, r h dm Maw 0s Nd RJdShcb Roaw 'waawash Paimed Di■ Cocl Matchnnange IAC a ever ■ntyl as I'Negreu "64h All I' Nagren Bevel, Black Anodized Is BlactANdu■d IAN Bev■10*) III Who Vra 3p°ce C&-macuon iirlr Act I- Negroes Bevel, I7 Statuary Blame w Clem, Maw Anodlo" in Bue1 IBEVELLPLEASE L M■ulindar■y a+m a62 tau eve ■oo aaa mo as EML Emergency bewry' ADVISE BEVEL At Comm Color � rerahngdi front 'Wvtkcaeaaunwmr at STYLE _ Uwe +h RAL II Mdep~ny row ,.Me hM wnn calve a any mnGrhon aim' only 'FLANGE FINISH" Ynaien■hI■ to v.■a • wiwey Pnaand egm aawae PLEASE ADVISE 8QQ51HG GRQEAISG INiQ1tA1A118 M FLANGE FINISH ENGINE PWHITNY NW WATTAGE 600E HOUSING IyPE VOLTAGE OIMMINB ONIVEN '. ACCESSORIES - --ODE �Yd11TE� lerWe - �p32� - Wrtso - I - I - - �� -�- F� � Ir"'T`�I III IN1Yd1 am rLED, wheel 30aS- NCN2W Cam fttliai 1 - nmxlm Nd RJdShcb COM 77'C- Chea■rlaHe ttlMS GY Chicago PIMum �i----,05% Vra 3p°ce C&-macuon iirlr CM W C-Chonnill aM of � It Inugsuan-Cmucl ILL xLNS CQ0necura' EML Emergency bewry' Naud7AlydgMz ENIW Emegencybewry, addnrvuun�all NaMOra4�0ea115bA welbceuon+ 1CABLEp. PL EASE ADVISE CABLING rmwmrta.eIcVc +rmueawenllCbea■Yr Win + U evalable w EX-1— AwM+ICaCP Rra.reaa+arneenutt U1�1'l�a vw+w.uesllighting wm 1126 Alvar flood T845 -665 -6500 C 2011L L I.C. Irtlal►Owi+lOfithrytarm N— VArdeer, MY /2553 F a45�-661 -1196 al a ' by CnpyriOl+r Lighting A.Asod oen4n016 Q X�) Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Pn4oct: Federal Way Performing Arts & Event Center COR 021 City of Federal Way RF1458 DMX Cable EM Fixtures Date: 4120/2017 Issued by: Low Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2948 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Re-Wire DMX cabling per Shalleck Report 4112 and RFI -458. 7. Bond 0. SPECIFIC EXCLUSIONS 1. Washington State sates lax C. SCHEDULE IMPACT: 8 man crew for 2 OT days ihls proposal covers the oast of performing the wank. h does not Include any cumulative schedule or cost Impacts. Garao reserves the rights to combine lNs change wM others b analyze the cumulative coal and sclbdde Impact of the changes to Gerco); scope of work. TOTAL, - Change Order Proposal ADD: A 18,61 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax m P.O. Box 2948" Spokane, WA 99220 B : f3a1e: iJ City of Federal Way Q e B Dale: L MN A•nch1 is B Data, V %� %-7 JOB PtLE 151706 = ClfttrlDe Proposat Page t oil ci c C O U L V V V uk r - N ci C b b Q C. a Q td7i [ZZW'1 CL � F � H a 9 8 o y- a 12 �� s 0 0 � Ir a 2 9i 7 O S O g u� F Cont: :toy's Nan. : TEKNON =- ECTKIC Prol°�ra: FEDER,110, WAY PERI`�)RMING Ai? ",'S & EVEP''.3 CENTER DATr': 4/2!' /2017 Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: RFI -456 DMX Channel Assignments CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions Comments 1. Direct Materials 2. Sales Tax on Materials 0,00% of fine 1 3. Direct Labor 4. Direct Supervision (hourly workers) 15.00% of line 3 5. Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 6. Small Tools & Consumables 5.00^/ of line 3 7. Rental Equipment 8. Sales Tax on Rental Equipment 9.50% of line 5 9. Owned Equipment 10. SUBTOTAL (add lines 1 -7) 11. (Delays Only) Field Office Overhead TBD Days X Rate 12. PRIME CONTRACTOR SUBTOTAL (Add Lines 10 & 11) Revisions /Comments $2.60000 $0.00 $0.00 $0.00 $0.00 29. $8,39250 $0.00 $1-258 Be 30. $0.00 $1,004.80 $1,690.12 $0.00 31. Home Office Overhead (G &A) 12 00% of line 30 $41963 16. 19. 20. 21, 22. 23. 24. 25. 26. $0.00 $300.00 $15,774.41 33. $D.00 $2850 $946.46 $0.00 $000 SUBTOTAL (add lines 32 & 33) $0.00 1 $14,084 30' 35. 5 $0.00 $0.00 $0.00 1 $14.084 30 1.000% of line 34 Remarks SUBCONTRACTOR NAMES & TOTALS EXCLUDING_ PRIME MARKUPS Revisions /Comments 13. 14, is. 16. 17. $0.00 $0.00 $0.00 29. Subcontractor's Work (from line 27) $0.00 $14,08430 30. $0.00 $1,690.12 $0.00 31. Home Office Overhead (G &A) 12 00% of line 30 32. 16. 19. 20. 21, 22. 23. 24. 25. 26. $0.00 $15,774.41 33. $D.00 6 00% of line 32 $946.46 $0.00 34. SUBTOTAL (add lines 32 & 33) $0.00 $16,720.88 35. $0.00 . $0.00 $0.00 36. Contractor's Insurance 1.000% of line 34 $0.00 $167.21 37. $0.00 .. $0.00 $0.00 . SUBTOTAL (add lines 34, 35, 36 & 37) 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24 -26) $0.00 39. Remarks- CONTRACTOR MARKUPS 2B. Contractor's Work (from line 12) $14,084.30 $0.00 29. Subcontractor's Work (from line 27) $14,08430 30. SUBTOTAL (add lines 28 -29) $1,690.12 31. Home Office Overhead (G &A) 12 00% of line 30 32. SUBTOTAL (add lines 28 -31) $15,774.41 33. Profit (From Profit Worksheet) 6 00% of line 32 $946.46 34. SUBTOTAL (add lines 32 & 33) $16,720.88 35. Contractor's Builder's Risk 0,000% of line 34 $0.00 36. Contractor's Insurance 1.000% of line 34 $167.21 37. Contractor's Bond Premium 0,000% of line 34 $0.00 38. SUBTOTAL (add lines 34, 35, 36 & 37) $16.888.08 39. B & 0 Tax 0.484% of line 38 $81.74 40. TOTAL COST (Add Lines 36 & 37) $16,969.62 Requested Time Extension in Line 11 equals: TBD -Work Days Calendar Days (Check One) Attach Justification (Schedule Analysis) For Each Time Request, Signature & Title of Preparer: gww 9 - g3iVw aGw Revisions/Comments ITEMS OF WORK FOR PRIME CONTRACTOR QTY I UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cost Total Cost H Rate Hrs/Unit I Total Cost Da Rate Total DMXFour EM_B_elden_9729_ _2000 ea. 51.30 $2.600.00 $89.52 0.02 $2.66560 Re -Wire EM Lights (Excludei 131 51 ea - » $8952 1.25 $5,70690 Scissor Lflts- »--- - -- - -- —2 » »ed ~' _- --� 2 5$- 15 -0.OD , $300.00 -- -- - ---------- Total (Rented) OWNED EQUIPMENT $300.00 Da Rate Total DIRECT PRIME CONTRACTOR'S TOTALS $2,600.00 $8,392.50 Total (Owned) TOTAL EQUIPMENT $300.00 "GARCCI RN, #456 Garco Construction, Inc Project: 151700 - Federal way Performing Arts & Entertainment Center 1145 Broadway Plaza, Suite 1340 31510 Pete Van Reichbauer Way Tacoma, Washington 98402 Federal Way, Washington 98003 Phone; (253) 503-7053 Phone: (253)835.2711 Fax: (253) 503-7214 Fax; NIA FWPAEC RFI 456DMX Channel Assignments for EM Light Fixtures TO: Thomas Gerard (LMN Architects) FROM: Seth Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle, Washington 98104 DATE INITIATED: 04!1412017 STATUS: Open LOCATION: DUE DATE: G4/24/2017 COST CODE: REFERENCE: COST IMPACT: TBD SCHEDULE IMPACT. TBD DRAWING NUMBER: E301, E302 SPEC SECTION: LINKED DRAWINGS: RECEIVED FROM: Marc Gilbert (Teknon Electrical Services) COPIES TO: Ryan Borman (Garco Construction Inc), Seth Barman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc). PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) Question from Seth Borman (Garco Construction Inc) at 08:08 AM on 0411412017 Please reference sheet E301 and E302 from ASI.023 and PR -019. The DMX channel assignments at emergency light fixtures became a topic of discussion at Shalleck's jobslle visit on 4112 Notice that the DMX channel assignments indicate no distinction between EM fixtures and standard fixtures. Contractor is daisy chain wiring each fixture together as indicated_ Shalleck thought the EM fixtures should be daisy- chained separately. Please confirm DMX channels assignments are as shown on E301 and E302. if they need to be separated, there will be cost and time Impacts. Attachments: RFI 456 Attachmenl,png Aw ilirto per approved "as noted" ETC shop drawings 15039315 -007 dated 2 -3 -2017 and contract All drawing PL501 the wire for normal and emergency fixtures are separate runs. The DMX channels are correct per ASI -023. When the system goes into emergency mode the the "DMX emergency bypass controller" brings all DMX channels to full on the connected wire run. All emergency light fixtures must be connected to a wire that runs through the "DMX emergency bypass controller ". During normal operation the channel number will be controlled as normal, Per the answer above that this was covered in the 5tibrnttaf review and the clip from PL501 kelow we are not in agi� ment that this should result in a r a m for add I The Shalleck Collaborative - 4 -14 -2017 - Bruce Veenstra par5atior, or schedule days LMN wu.rna.� By DATE COPIES TO y� - Garco Construction, Inc Page 1 of 1 Printed On; 04114/20 77 1p 41 r max, o r °' `• - ' 1 ma 4 f '` � • V rl • 1 i � +r TI • W i M1I ( 1 %y ■ 1 1 •�rl , • 1 1` • r �` "r• Y 1 K 9 + < ' IF 1- 1 LUi• i r 1 r 1� I 1 . •1. • � 1 "v 2 1 e - ' 1 1 r 1p 41 N CR t` R C3� Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 022 City of Federal Way CTT -1 Comers Date: 4/24/2017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. INLUSIONS 1. Additional tile work to comers per RFI -408. 2. Bond A EXCLUSIONS 1. W SST C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost Impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: 1,915 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax I's P.O. Box Spokane WA , WA 99220 B Dater B City of Federal Way Dale By: Date: LMN Archite is By: Date: -411;0117 JOB FILE 151700 - Change Proposal Page 1 of 1 d c � . 2 0 . � � § u � o � A � $ � � �� . �■ � z . � �/� ■a - � � g � ! OW � § � | I •�. ! k � 3 | � ` k � . . ■ E a � § I � § � § � � . ! ! § ■ § � $ � � �� . G�valFtjorj COMMERCIAL SALES CHANGE ORDER TO: Garco 4114 East Broadway Spokane, WA 99202 9021 South 180th Street - Kent, VVA 98032 Phone: 425- 251 -0200 - Fax: 425- 251.6599 No. 2 Contractor Phone: 509 535 4688 Date: March 21. 2017_ Job Name - Location Federal Way Performing Arts Theater Great Floors Job# 779168 Job Phon 253 503 7053 G.C. Existing Contract Number - Job# Date of Existing Contract 151700 -022 September 6, 2016 'WE AGREE hereb to make the change(s) specified below: ,Add Schluter Scheine EB 100 brushed stainless at CTT -1 tiled restroom out comers with comer cap pieces $ 1 387.00 Labor to add Quadec to already installed tile comers in lower restrooms. $ 357.00 hereb to make the change(s) specified above at this rice: > ADD/DEDUCT $ 1,744.00 PREVIOUS CONTRACT AMOUNT $ 1 Signature Great Floors: REVISED CONTRACT TOTAL $ ACCEPTED- Date: Signature: The above prices and specifications of this Change Order are satisfactory and herby accepted. All work to be performed under the same terms and conditlons as specified in the original contract, unless otherwise stipulated. 4 f4) "GA14CO Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503 -7053 Fax: (253) 503-7214 RFI 408 Project 151700 • Federal way Performing Arts b Entertainment Center 31510 Pete Von Reichbauer way Federal Way, Washington 98003 Phone: (253) 835-2711 Fax: N/A FWPAEC RFI 408 CTT -1 Replacement TO: Thomas Gerard (LMN Architects) FROM: Seth Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle, Washington 98104 DATE INITIATED: 03/06/2017 LOCATION: COST CODE: COST IMPACT: Yes (Unknown) DRAWING NUMBER: LINKFO DRAWINGS: RECEIVED FROM: Seth Borman (Garco Construction Inc) STATUS: Open DUE DATE: 03/1612017 REFERENCE: SCHEDULE IMPACT: Yes (Unknown) SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) CTT-1 is the specified product for outside comers in the bathrooms. The pieces specified are not the proper size and will not deliver a suitable appearance when Installed, Installer has advised contractor that there are no other sizes available In the line The distributor, installer and contractor recommend using Schluter Ouadec E, It will provide the best look when meeting the 2,8,C WSCT Trim, It is available with a two week lead at a small additional cost. Please direct Installation of this product or provide alternate guidance All Replies: The Schluter Ouadec E is not an acceptable substitute. Contractor to provide the following at CTT -1 locations. Contact product representative, Jennifer Hayden, with Pental Surfaces at 206- 255 -1714 for expedited ordering, Distributor: Pental Series: Genesi26 Color, Blanco Matte Profile: Jolly Location: Outside corners at wall the in restrooms. Distributor: Pental Series: Genesi26 Color: Blanco Matte Profile: Jolly Hngoio Location: Top of wainscot at outside corners. tgerard 3/8/2017 nA'M COPIES TO Garco Construction, Inc Page 1 of 1 Printed On ;rte`° Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 023 City of Federal Way RlfWP EElleyctrical Connections Date: 412412017 Issued by: Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. INLUSIONS 1. Electrical wiring for pumps per RFI -449: 2. Bond A. EXCLUSIONS 1. WSST C. SCHEDULE IIVIP'A4M 1 v y �v r This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost Impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W $$. 8 ' _3 CivXam0art/ ate BY: Lorax ADD: 36 Date: City of Federal Way By: Date: r4--- LMN Archit cIs / Date: �/7 JOB FILE 151700 - Change Proposal Page 1 of 1 U0 1: COR -023 RHWP Elec Connections Garco Construction Federal Way Performing Arts Center Extended Field Overhead Dally Costs Labor Cost / Day # Days Total Superintendent $636 1 $636 Project Engineer $412 1 $412 Project Engineer $412 1 $412 Admin Assistant $262 1 $262 Subtotal labor $1,722 $1,722 Equipment & Other Pick Up Trucks (2 Ea) $165 1 $165 10,000 # Forward Reach Forklift $175 1 $175 12x60 Job Trailer $33 1 $33 10x32 Job Trailer $21 1 $21 Connex $8 1 $8 Sanicans 6 EA $38 1 $38 Office Equipment (Copier /Fax/Computers) $71 1 $71 Phone /Fax/Internet Cost $53 1 $53 Cell Phones 4 EA $17 1 $17 Fuel (4 Vehicles & Forklift) $127 1 $127 Dumpsters/Trash Disposal $111 1 $111 Small Tools $38 1 $38 Subtotal Equipment & Other $851 $857 Sub Total Extended Field Overhead $2,579 $2,579 Nome Office Overhead 12.00% $310 Profit 6.00% $173 Bond, Liability Insurance & B &O Tax 1,87 ° /6 $57 Total: $3,11950 $3.120 c � vl of yfn' C3 C C1 N C O V O v L R U j iy ybQ � I qYy — C i i Y I � I I r� k� r u� II z a r 1 Z . s 0 i Contra( .;)es Name: a i_XNON EL .CTRIC Project: FEDERAL'-'.AY PERFOf ,IAING ART,) & EVENTS,-'ENTER DATE: 4114/2G . 6 Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: RFI 449 Electrical Connection RHWP CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions/Comments 1. Direct Materials 2. Sales Tax on Materials 0.00% of line 1 3. Direct Labor 4. Direct Supervision (hourly workers) 15.00% of line 3 5. Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 6. Small Tools & Consumables 5.00% of line 3 7. Rental Equipment 8. Sales Tax on Rental Equipment 9.50% of line 5 9. Owned Equipment 91.OT`AI: sdd•tirres�l�7) _�"^".-- ..�... t1. (Delays Only) Field Office Overhead 1 Days x Rate 12. PR1ME CONTRACTOR SUBTOTAL {Add Lines 1d d 71) ,,., 'i S438.23 t $0.00 _ l =... S96408 $1,641.60 L..:.i. .: , 5144,61 - $124.62 $2,062.59 i ' L :, $48,20 1 ;. $0.00 $2.186.34 $0.00 i •.. $0.00 _ p _ . , ,...•, ._ 51.719.75 $122 5121 i35 t = ..__....::: $1,041.60 '' �. J! z: Remarks: _ t CI]Rr`n1UTDA!`Tn17 k]AMPC R. TnTAI C FYrI IIMM11%PRIMP �AOWIIDC ►I+- Y,nJti.c. AAA J.f,1L..� 13. 14. 1 S. 1s. 17. 16. 19. 20. 21. ,,., 'i 5000 ., 50.00 _ l =... $000 $1,641.60 L..:.i. .: , $0.00 - $0.00 $2,062.59 i ' L :, s0 00 1 ;. $0.00 $2.186.34 $0.00 i •.. $0.00 _ p 23. 24. - - - - -- 25. 26. 27. SUBCONTRACTORS' SUBTOTAL (Ao'd Nnes Z4.B $0.00 $0.00 - $0.00 = ..__....::: $0.00 '' �. J! z: I L' .31 r "i $0.00 I i '.'t{ ;, i'; $0.00 $0001 28. 29. 30. 31. 32. 33. 34. 35, 36. 37. 38, 39. 40. Remarks; CONTRACTOR MARKUPS Revielons/Comments Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Home Office Overhead (G&A) 12.00% of line 30 SUBTOTAL (add lines 28 -31) Profit (From Profit Worksheet) 6,00% of line 32 SUBTOTAL (add lines 32 & 33) Contractors Builder's Risk 0.000% of line 34 Contractors Insurance 1.000% of line 34 Contractors Bond Premium 0.000% of line 34 SUBTOT AL (add lines 34, 35, 36 & 37) B & O Tax 0.4a4% of line 38 TOTAL COST Add Lines 36 8 37 $1.941.60 $1,641.60 $220.99 $2,062.59 5123.76 1 $2.186.34 $0.00 _- $2186 _ p $0.00 - $2,208.21 $10.69 -.A $2,218.90 Requested Time Extension in Line 11 equals: 1 x ark Uays Calendar Days (Check one) Attach Justification Schedule Anal is For Each Time Request. Signature & Title of Preparer ✓a.8 WAY;J - of v,w acwr.- ' Y 1 MEM$ OF WORK FOR PRIME CONTRACTOR OTY UNIT MATERIAL LABOR COST REN Q Unit Coat I iZF Cost H Rata Hre UNt Total Cast DW RaIn ToW 3/4•EMTcondutt 35 FT 50580 518.60 589.52 0,0731 S22B.72 3/4•= s 4 EA $1.530 SB.12 S89.52 0.051 S1926 N12 THHN Stranded 147 FT SO_170 $2499 $69.52 0._00867 $11409 4` box wrh muddn WconnecW a B EA _ _� _ SCID0 11.210Fi��W4YYY•S9.6B 524_60 -- SB9.52 $89.52 0. A .....00_67 5182 -62 $6231 — - - -- LASt canuutt n 4 t11- -- 51260 - — 55.04 - S89.52 0.125 - 544.70 :ON1 F' cyruil hrenknr -- �lntermaW FD1D20E•120 ----------- wrcn - -'— -" - -� 20amp nm= rated ...... _ - -- - ------- --- •-- --- ----- - - ----- Zi} 21 -- -.,- a ea -- 5128.330 $33270 °- ---------- 525666 SeB.52 1 _ S17B.04 W '- , 566.54 589752 0.5 ......- $89.52 Total n ._.___......._,_..__-__. _.Y.......»._.�....._...._._. —_ __ a __ .._...... �. ............._. i..°,...— .:_....._......... Dow beta I Toted ......... _.... — _---- ---- -- --- .......... -.......... ....... .......... ... ....... ...._ f .... � - -._.. ..... _.� -. .._.. � — ._. Y.._- �... , .�, -� _ ,__� �- .. __ .... .. �•'._ _,._� , �. -- � �L —_� .. —..... � _4 . -- — -- - 1 DIRECT PRIME CONTRACTOR'S TRTAL5 i $438.23 1 S9B4.0B TOta QW3 T0TA _UQ P M �J� (800) 257 -5288 platt.com Intermatic FMiD20E -120 .. Item: 070780 Cat: FMID20E -120 :128.33 EA Mfr: intermatic UPCt 078275121670 S mall For Availability ~ IlllllllllQllglllllll 1800 -257 -5268 le-midnight (pst) 7 Days lave Help Email In what Moan'tatu i .� City. F— EA !u Add to Cart Deans IMT FM1D20E -120 24HR MAY 16A Platt Cat IMTFMID20EI20 "fm Grasslln, Intcrmatic Platt Item: 870780 UPC: 078275[21638 Cat: FMID20E•120 • For help with FM1020E-1120 from inlermadC, call Platt at 000 -2S7 -5200 from 4a - midnight (pst) 7 clays. • Also known as: 078275121638, IMTTMID20EL20, Intermatle, 1`141132DE -120, Grasslln O Copyright 2001.2017 Platt Eia=1C Supply, All nights Res"Ved C� �j`„.ti GARCO Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 90402 Phone: (253)503 -7053 Fax; (253) 503 -7214 P Fl #44 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Reichbauer Way Federal Way, Washington 98003 Phone, (253) 835 -2711 Fax: NIA FWPAEC 11171 449 Electrical Connection RHWP TO: Thomas Gerard (LMN Architects) 801 2nd Ave Suite 501 Seattle, Washington 98104 DATE INITIATED: 04111/2017 LOCATION: COST CODE: COST IMPACT: Yes (Unknown) DRAWING NUMBER: P002. E701 UNKED DRAWINGS: RECEIVED FROM: Dan Lampert (Garco Construction Inc) FROM: Seth Borman (Garco Construction Inc) STATUS: Open DUE DATE: 04121/2017 REFERENCE: SCHEDULE IMPACT: Yes (Unknown) SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Loran Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Loran Partners), Jenni Whitney (LMN Architects) Question from :• • Construction Inc) at 12:48 PM on 04111/2017 Please reference sheet P002 for mark number RHWP -1 and RHWP -2, These pumps are not scheduled for electrical connections on sheet E701 or circuits an the panel schedules, Please provide directlon for power, motor control and Direct Digital Controls. All Replies: Direction; Provide power and fire alarm connections to pumps RHWP -1 and RHWP -2. Provide a 20A /1P circuit from Panel (.MEP -1, located in the 2nd floor mechanical room. Provide (2) 20A /1P motor -rated snap - switch motor disconnects (i.e. one disconnect per pump); mount (1) disconnect adjacent to each pump in the 2nd floor mechanical room. RHWP -1 and 2 to be controlled via an on /off timer, to be set based on a building occupancy schedule. Pumps to be provided with Intermatic FM1D20E -120 timer or similar. Make all electrical connections required for a complete, functioning system, Provide controls as indicated in the Plumbing design documents. Cost impact: We expect to see material costs for conduit /jboxes, power wire, circuit breakers, snap- switch disconnects, and timers. We expect to see labor costs for the installation and testing of same. The panelboard is located in the same room as the pumps so we expect the conduit and wire lengths to account for the distance. Schedule impact: Since the pumps themselves would be expected to already be onsite, the schedule impact we expect will be the time to order /install the circuit breakers, snap - switches, and timers, to install conduits to the panel, and to pull /terminate the wires. Natalie Wilkie, PAE 4/13/17 DATE Garco Construction, Inc. Page 1 of 1 A A) COPIES TO Printed 11!2017 'G/ FWPAEC - Timing Paragraph Paragraph Section 007000 General Contractual A.2.(a) A.2.(c) Terms & Conditions 2.6.2 Change in timing 7 timing 30 the Contract Sum days days # days out Garco Actural # days out Initial issue Notice Garco of Pricing Garco of Document date Date Notice compliance Complete Pricing compliance RFI # 449 - (notice in OAC mtg 13- Apr -17 20- Apr -17 19- Apr -17 1 20- May -17 24- Apr -17 26 4/19/17) Z Time COP # 023 Notice Help.xlsx Page 1 / 1 Printed 4/25/17 8:10 PM J Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR No. 024 Clay of Federal Way DLH Premium Time 92 Dale: 511012017 Issued by: Lorait Partners Issued lo: GARCO CONSTRUCTION, INC. CWj of Federal Way P.O. Box 2946 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1, Premium Ilme to accelerate schedule, as requested by Lorax. 2. Bond S. SPECIFIC EXCLUSIONS 1. Washington State sales lax C. SCHEDULE IMPACT: Negotiated This proposal covers the cost of pedorml the work. It does nol Include any cumulative schedule or cost Impacts. Gwco reserves the rights to combine this change with others to analyze the cumulallva cost and schedule impact of the changes to Garect scope of work. TOTAL. - Change Order Proposal ADD: $ 2,731 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. La P ners P.O. Box 2948 Spokane, WA 99220 8 Xq1 041. oat a: r t3 I L'JI, City of Federal Way a rt 0ale, By Date: LMN Architects B Gate: � /Z1 fI JOB f•ILE 11117110 • chanp iaroposat rape f of 1 k � 2 � U) c 0 Q . 0 B ■ lk � .■ ��\� ;� - ƒ� # cn AL § § 0. uj / � £ § �� ■ | 2 & 2 7 2 k I . , o �■ CL . CL ilTI � § � § : 0 ) � � 2 . k � § A � k � � ! 2 k . � � k C�w � D. t.. HENRICKSEN COMPANY INC. a h O n v` �g 2ry s m d i CCFgF N `bu ,1 a =35 ^ a cl N a 2 G it xx W s s it N C = i a <01.. B� ge r- V t3 22 4 Mai _ v rP 6E r � n iS pE a 01 Ifi QI �. B � 6 6 N O1 Ot O w N h " N 'I 'd m t O �� go 5 5 $ r � p ; N N PI hO1 m wl nl Q 1 N ! A N r r rxi N _ �1 ti N N b b N It � S C N L e � o � - 5 N a� `� r Vp N N 6 � � r � EEQ w Y 'GS(L J 8 � $ N N N M M wl yC o C � N $3 c3 f R'u Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR 025 Clty of Federal Way Paving and Sltswork Impacts Date: 5/1012017 Issued by: Lorax Partners Issued lo: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2946 LMN Archltects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Paving end Sltework Impacts 2, Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: Weather Dependent This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost Impacts, Garoo reserves the rights to combine thls change with others to analyze the cumulaUve cost and schedule Impact of the changes to Garco's scope of work. TOTAL. - Change Order Proposal ADD: $ 43,811 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P,O. Box 2946 Spokane, WA 992213 a�a e at Lo net's r B Date: 11171-i--�— City of Federal Way By: - Date: LMN Archit is B . Dale: f jf JOB FILE 151700 - Change Proposal Page 1 of 1 1 B E Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Projacl: Federal Way Performing Arts & Event Center COR 028 City of Federal Way Cloud Reflector Impacts Date: 511012017 Issued by. Lorax Partners Issued to: GARCO CONSTRUCTION, INC. City of Federal Way P.O. Box 2948 LMN Architects Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Impacts related to RFI -352, RFIJ99 and RFI -397 2. Bond 13. SPECIFIC EXCLUSIONS 1. Washington State sales tax C, SCHEDULE IMPACT: This proposal co a of porformktg the work. II does not Include any eumulatIve schedule or cost Impacts. Oarco reserves the rights to combine this tppllWoh others to analyze the curnulatNa cost and eehedule Impact of the changes to Gamck scope of work. n Y TOTAL - Change Order Proposal ADD: —Man J SUBMITTED FOR APPROVAL BY: APPROVED BY: QARCO CONSTRUCTION, INC. Lorax m P.O. Box 2946 Spokane, WA 439220 BY Gate:. B . uC r f City of Federal Way a mph r! Dais By: Date: L.MN Archlt to 106 FILE 151740 - CharW Proposal Pegs t of 1 �' `ta � d c c @ � � � 0 �Q 0 � � k ma . �] § § ■ �� | |�\ » ■ q: -��. .�._, - - - - - . - -.- IL cc | ! w. - o .0 | LU <k ` } � U) � K � e . � § k� £ $ LU % ! § ■ ' 0 G - | k • k | A� . | | | 2 ! k � � x I k f .k . � � �. ITEMS OF WORK QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT UnR Cost Total Cost Hriv Rate Hm4JnR Total Cast Daysl Ratei Total' Field Dimensions and Coordination 24 MH $6988 1.00 $1.677.12 Carpenter Labor 2/23 Carpenter Labor 2124 24 24 _ MH_ MH .«° �� $63.44 $83.44 M_1.00 1.00 $1.522.56 $1,52258 _ Cdr enter Labor 2127 .Y 10 MH _ $83,44 1,00 $63440 C nler Labor 312 ... 28 MH .. w $63.44 100 $1.776 32 12 Ilronwoker Welding 2/28� 18 MH , $74 82 _- 1 00 S7,197 I Welding Rod and Accessories 1 EA - -__ Soo 00 $60 00- IFuel 1 EA 575 00 $7500 IForklift ° 1 $12500 .—$125.00. ve ..._�. TOtaI Materials $155 oo Total Labor 59 527.20 ITOtal Rental;j $12500, § � I « § e q k � k 3 & k § k 2 k & k / Q K k S § 2 k � � k It w 8 k § # a k 3 3 K§ � - « � _m K% 1-u � 2 R S � � \( � 4o2e }2 ® /7t � ■/ co � ©�) w / §§�Er I §■. §.. Q < � § U) §�E Lu \k\ /§ CL t � \ § &a §2~ ■nR% E. #2a 2 � ` coca o � - -G mme� s @m @S is uj ?? uk - - ®- § 2 k S- - -$ - ---- ou■ o ■ ■= )K/ � §mow g�kk S 2 # §§ ge CL � � Garco Construction Federal Way Pac Building Dan Lampert REFERENCES: Architects request ASI 032 ption Y RUSMEM Phone: 253 -851 -0030 Fax: 253 -851 -9782 P.O.BOX 2389 Gig Harbor, WA 98335 www.ffmhieldinc.com COP #1 DATE: 2/17/2017 FS PROJ d 3193 Due to changes at the referenced project Fireshield requests a change order in the Five Thousand One Hundred Two Dollars $5,1fl2 ^ _ Add special color painted concealer cover plate over and above the standard color If you have any questions please contact our office. Thank you, Fireshield Inc Robert Moren Estimator i rV! 111 FIREfiHIELD L�' vwww+• Phone: 253.851 -0030 Fax, 20. 01.9782 �r P.0.90X 2389 Gig Harbor, WA 98335 www.flreshieldinc.wm FEDERAL WAY PREFORMING ARTS BUILDING COP #1 7 dt%V V ---,PRICE BREAKOUT Material: OTY iTEM Ani[Pnic SUBTOTAL 59 p €ales PM15finc extras $ 1,121.00 18 plates. PM inc extras $ 342.00 18 plates PM 9 c extras $ 342.00 ` 3 Sr'tup/ a +n per. olru $731.__ $ 2,193.00 0 $ - $ vieze, .� 0 �� Vr � $ - Subtotal Nfate 3,998.00 $ 3,998.00 r.►� Washington State Sales Tax Rate 010 °10 $ Expenses: OTY ITEM Unit Price SUBTOTAL 0 Lodging (nights) $110.00 $ Gf�l 0 Travel (trip charge) $ 90.00 $ - 0 Rental Equipment/Lifts (days) $ 90900 $ = 0 $ $ 0 $ - $ Subtotal e=xpenses $ $ - Labor: HRS PERSONNEL Rate SUBTOTAL 1 Superintendent $ 82.721 $ 82.72 0 Foreman $ 80.77 $ - 0 Journeyman $ 77.33 $ - 0 Apprentice $ - $ - 0 ShRp $ - $ - 1 Engineering 1 $120,00 $ 120.00 Subtotal Labor $ 202.72 $ 202.72 BENEFITS % Total Supervision 6.0% $ 12.16 $ 12.16 Safety 2.011/6 $ 4.05 $ 4.05 - J Small T ols 0.0% $ - $ S ed 4,216.94 Overhead Margin 15.0% 632.54 $ 4,849.48 �r Vrom marg 6.0 °0 $ 253.02 y 4;441A Total Flreshleld Performed Work $ 5,102.49 Subcontracts: §95VO COST Cleanin $ - Service 2 Subtotal Subcontracts $ - $ Subcontract Overhead and Profit Margin 3.6% ; Total Subcontracted Work $ A - �.- I Total Change Order Request 1 $ 5.102.49 I "GARCO Garco Construction, Inc, 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503 -7053 Fax: (253) 503-7214 RFl #152 ProJecC 151700 - Federal way Performing Arts & Entertainment Center 31510 Pete Von Reichbauer Way Federal way, Washington 98003 Phone: (253) 835.2711 Fax: NIA FWPAEC RFI 352 Forestage Reflector TO: Thomas Gerard (LMN Architects) FROM: Seth Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle, Washington 98104 DATE INITIATED: 12/20/2016 STATUS: Open LOCATION: DUE DATE: 12/3012016 COST CODE: REFERENCE: COST IMPACT- SCHEDULE IMPACT DRAWING NUMBER: A711, A620 SPEC SECTION: LINKED DRAWINGS: RECEIVED FROM: Dan Lampert (Garco Construction Inc) COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lora: Partners), Jennl Whitney (LMN Architects) Question from Seth Borman (Garco Construction Inc) at r• :19 AM on 12120120 Please reference detail 13/A711 which shows the forestage relleclorcelling. Section lIA620 shows a continuation of the reflector, noted as 'Upper Reflector similar to 18/A711'. The conditions are not similar. Please provide a detail for the upper reflector Including vertical partitlon wall type, dimensions, transition details, and other Information necessary to construct the reflector, Please provide a detail of the WCP -1 Flipper Doors Including hardware specificallons (hinges, wire, loops, latches, etc) All Replies: See revised sheet A711 attached. See new detail 17/A711 for continuation of forestage reflector. See new detail 11 /A711 and revised detaill 3/A71 1 for flipper door information. All desired specifications are noted in details, The upper portion of the forestage reflector has a GWB finish and is similar to detail 1 8/A711 for information on the bowed GWB on plywood construction of the reflector itself only. Placement and geometry dimensions for all of the reflectors are given in section on 1/A620. Write another RR if there is difficulty in interpreting that information. jwhitney BY Garco Construction, Inc 1/10/2017 DATE OPIES TO Page 1 of 1 Printed On- 12202 09;21 M� u 1 1 f, 7 w LL O c� 1� 4! 0� }{ I I!! i 4i! M 1 i i lil! J_ a o' w a LL �� ri 1 igi� 1 }�� Ili 1 se w � U 3 ■ 1 7 _ 5 O i W7 . U D.J., n IF) i t O � 1y �YB =II, t . > u f Q �F w ui an A 111 f 0 « h ar a z f !K O a� Q v 0 ¢2 F� N (Q7 O f �� "GARCO Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phoney (253) 503 -7053 Fax: (253) 503.7214 tIIFI #139 Project: 151700 - Federal Way Performing Arts A Entertainment Center 31510 Pete Von Reichbauer Way Federal Way, Washington 98003 Phone: (253) 835.2711 Fax: NIA FWPAEC RFl 389 Forestage Reflectors TO: Thomas Gerard (LMN Architects) FROM: Ryan Borman (Garco Construction Inc) 801 2nd Ave Suite 501 Seattle , Washington 98104 DATE INITIATED: 0210912017 LOCATION: Auditorium COST CODE: COSTIMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: Dan Lampert (Garco Construction Inc) STATUS: Open DUE DATE: 02/2012017 REFERENCE: SCHEDULE IMPACT: TBD SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lorax Partners), Jenni Whitney (LMN Architects) 1, Please provide additional details for supporting the forestage reflector at Catwalk #1. At the end of catwalk #1 where the manually operated flipper doors are, no structural hangers are provided for attachment. The other reflectors have angle brackets attached to the catwalk hanger tube steel, Garco recommends extending the above tube steel hangers down to match the height of the other catwalk hangers. We will then add angles to attached the wood framed reflectors_ Please see attached images. 2, Please reference the revised response to RFI.352 showing the attachment condition for the upper reflector, The framing ribs were built to work with the typical 1SIA711 detail so they are 3" wide and need to be through - bolted to the steel. 121A711 is not compatible with framing ribs. Please see attached 'fork' detail that will provide a 3" gap for the ribs, This will be similar to the other reflector hangers, Attachments: RFI 389 Ske.tch.pdf RFI 369 Chip pdf All Replies: Subsequent to this RFI being issued Dan Lampert has emailed proposed solutions for added steel to support the upper Forestage reflector and the ends of the lower forestage reflector Upper reflector supports are shown on 1 /A620 supported by detail notes on A711 but Garco requests that the concept (diagonal connection) but replaced for construclability reasons.These proposals were reviewed as a wood mock up in the field by LMN with Gary Harwood and Dave Long and the proposals are acceptable See attachments and note the lot owing r Advise what the typical weight of the reflector sections will be including the finish (WWP on the lower and GWB on the upper). At the low end of the Garco proposed double angle connection for the upper forestage refeclor, MKA may require a stiffener to be welded to the web of the C6 channel that will carry the new connection depending on the reflector weights Where Garco proposes to extend the 3x3 HSS hangers shown in detaill9 /S522 the butted tube ends are to receive Full Joint Penetration welds as well as 5116" x 2 x 6 connector plates on either side of the spliced joint • Where Garco proposes a new horizontal 3x3 HSS between Catwalk #1 and Catwalk #2 MKA has a concern about the vertical deflection at the midspan of the horizontally spanning HSS3x3 when it is supporting the weight of the reflector. Table 1604 3 of the IBC Emits the total load deflection of such a member to LJ180 (span length in inches d vided by 180). Garco to analyze and increase the depth of the HSS if necessary • Copy LMN with whatever sketches &written direction you are providing your sleet fabricator to confirm our understanding of your actions V Write addit onal nFs as necessary and request assistance with connection details as necessary. N tgerard BY Garco Construction, Inc 2/16/2017 DATE Page 1 of 1 COPIES TO Printed On. 02/09/2017 06 :04 i I Do not impact drape zone Avoid clear zone ' —7 N !s - I- - -�•1 I � 45 pC1 G, •• t �f For constructability Garco proposes +-- to add HSS horizontal. Analyze deflection and size appropriately ! S CATWAL IMILAR Move angle shown to U STAG attach to new horiz 11 HSS t CAI STEELA PER DE1 I I ♦ < 1 Garco proposed connection, 1a credit for angles shown A711 1 Q 4, r ti� t� 'HEATRICAL 3ERS, )NDUIT ~% :TRICAL OR �a :LOW THESE Excerpt from 1/A620 ROOF BM ADJUSTABLE µ' BM CUP BY COIJTR k TYSTF W1Q W10 PE C I T SHSTEEL T T HSS3A V HUNGER CJP wnki : 1Q.t ► 5.16 by 2, 6 fip1m SEE •TYPICAL STEEL W10 1"AW n; A, woo CONNECTION, TYPECI• E4ud.d IISS ,A T�', FOR INFO NOT SHOWN reUntla end Excerpt from 19/5522 13 A711 I ` U f./ RF1389 c AE7 i. Oareo Construction, Inc. cllent: 4114 E Broadway Ave P 509,535,4688 Project: Spokane, WA 99202 F 509.535,1384 www.garco.com Info @garco.com Subject: Date: Project No: Page: Channel per Struct 3x3 section as required to attach vertical angles Reconfigured angle shown in original sections and details i�� � �i►'ii� �ii��:�� I ■ End ribs of (2) clou 1.11 WA RRAP '\ F2 416 �, 9► r it ■ ■ ■1 .. \ ■!1•►�1,►��i: CAE I V tLDJGARCO Garco Construction, Inc. 1145 Broadway Plaza, Suite 1340 Tacoma, Washington 98402 Phone: (253) 503 -7053 Fax: (253) 503 -7214 RFC #397 Project: 151700 - Federal Way Performing Arts & Entertainment Center 31510 Pete Von Relchbauer Way Federal Way, Washington 98003 Phone: (253) 835.2711 Faxi NIA RE: RFI -389 Forestage Reflectors TO: ., Thomas Gerard (LMN Architects) FROM: Dan Lampert (Garco Construction Inc) 801 2nd Ave Suite 501 1145 Broadway Plaza, Suite 1340 Seattle , Washington 98104 Tacoma, Washington 98402 DATE INITIATED: 02121/2017 LOCATION: Auditorium COST CODE: COSTIMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: STATUS: Open DUE DATE: 03104/2017 REFERENCE: SCHEDULEIMPACT: SPEC SECTION: COPIES TO: Ryan Borman (Garco Construction Inc), Seth Borman (Garco Construction Inc), Brian Fyall (Lorax Partners), Dan Lampert (Garco Construction Inc), PJ Santos (Lcrax Partners), Jenni Whitney (LMN Architects) Please reference the response to RFI -389, The response partially addressed the information requested. Please provide a sketch for Item #2 of the RFI. Structural supports do not exist above the manually operated (tipper door. The sketch for Item #1 - Upper reflector has been received and acknowledged. Attachments: FWPALC RFI 38 I Forestage Reggctors_LMN.(2) pdf All Replies: In reference to the answer to RFI 389, item #2 was answered and item #1 remains outstanding in regard to clarifyi=ng attachment points for the Forestage reflector. See update mark ups on that answer on the following page The following description is for the panel on the west side, the east side is a mirror image. The end panels of the forestage reflector may be attached on the north side by welding 3 x 3 x 114" steel angles to the channels at the edge of Catwalk #1 that are already in place and attaching them to the reflector ribs These connectors are to be configured per the attached plan drawing (see photos 1 & 2), On the east side nest a second 3x3 angle onto the angle already in place on the catwalk hanger (see photo 3) On the west side extend the outboard 3 x 3 x 3116 HSS hanger shown on structural detail 19/S522 down to the same elevation as the hangers for Catwalk #1 shown on detail 17/S521. Make the final end connection to the reflector panel rib with a 3 x 3 x 114" steel angle as for the other reflectors (see photo 4) In the course of studying these connections and the end panel, the AV consultant has reconfigured the doors at the speaker array to be a pair of bomb bay doors that open up A plan layout is also attached showing rib alignments to the available attachment points. This rib configuration and door details to be discussed with the fabricator for feasibility. An overall plan of these reflector end panels and bomb bay door with details will be issued in a subsequent ASI. Attachments; RFI 389 update, (4) photos, plan view drawing of reflector panel (from above) tgerard 2127/2017 t r7 SV` DATE Garry Construction, Inc. Page 1 of 1 COPIES TO Printed On; 021211QU17 08 2 PIN( 1� RFI 389 answer Subsequent to this RFI being issued Dan Lampert has emailed proposed solutions for added steel to support the upper forestage reflector and the ends of the lower forestage reflector. Upper reflector supports are shown on 1/A620 supported by detail notes on A711 but Garco requests that the concept (diagonal connection) but replaced for constructabilily reasons.These proposals were reviewed as a wood mock up in the field by LMN with Gary Harwood and Dave Long and the proposals are acceptable See attachments and note the following: Garco rough estimate 300 #, LMN detailed estimate 360# not including fasteners Advise what the typical vraightt I the reflector sectinns w+w +llube includmg {fie knish (WWP on the lower and GWS on the upper) At the low end of the Garco proposed double angle connection for the upper forestage refector, MKA may require a stiffener to be welded to the web of the C6 channel that will carry the new connection depending on the reflector weights, Where Garco proposes to extend the 3x3 HSS hangers shown in detaill9 /S522, the butted tube ends are to receive Full Joint Penetration welds as well as 5116" x 2 x 6 connector plates on either side of the spliced joint. !Update: FJP weld only is f r{ acceptable Where Garco proposes a new horizontal 3x3 HSS between Catwalk #1 and Catwalk #2 MKA has a concernn al out [he vertfcai deflection at the midspan of the horizontally spanning HSS30 when it is supporting the weight of the reflector. Table 1604 3 of the OC limits the total load deflection of such a member to 1-1180 (span length in inches divided by 180). Garco to analyze and increase the depth of the HSS it necessary, ilpdatw 3x3x3116 HSS CK Copy LMN with whatever sketches & written direction you are providing your steel fabricator to confirm our understanding of your actions. Garco to provide to LMN /MKA as requested on 2/1612017 ASAP this morning (2123/17 Write additional RFIs as necessary ano request assistance With cbilnectiDrt'detalts as necessary P Toj .we 0-.E R- w u � zz zp xx w�F U_F w oiU L" V O= z �o ws I z w slit RXI H oI CO N r �\ 0 � E / 7 0 f % E 0 0 0 E § i d \5j \ \ Ig/ n z §/j §�\ \ \\ \ k . \ § \ \\ 0 � E / 7 0 f % E 0 0 ��l•l��l'tt�i v iw fAL f it # It f, f ''fir,, r M { iw z Y Am � f s i M T�Jtl ?' Y C cu Q v W J L L "O z?azw N at°a w ZL)0C) 00E- cu UC7wJ� (D LJwz0m Zo ZzF-z Z J Q $ Cc < +. U) OwC ^OJ U�U-ZE O U C O U J F- Z z 0 , z z <;? MM 002881 2081 1 1 03,00 1 1 ,1 V 1 31627 FIRST AVENUE SOUTH AIJR 2 Q hiif FEDERAL WAY, WA 98003 (253) 927 -2922 • (253) 941- 1 51 601TY OF FEDERAL WAY PUBLIC WORKS DEPT. Pay your bill by calling 1 -844- 531 -3702 or on our webslte at www.lakehaven.org ACCOUNT NUMBER CUSTOMER NAME 3703001 _ CITY OF FEDERAL WAY SERVICE LOCATION 31510 PETE VAN REICHBAUER WAY Federal Way WA BILLING DATE 04/14/2017 05/04/2017 G $330.84 PREVIOUS READ DATE CURRENT READ DATE PREVIOUS READING METER SERIAL tf CURRENT READING 01/12/2017 03/14/17 16 15005459 42 Previous Balance Meter Reading History Payments 71 !,. Balance Forward N xr w ,h U U 2017 Read Date 2017 Water Charge Current Charges USAGE x 100 CU Ft 26 I hereby acknowledge that the merchandise and /or services have been received as stated on this invoice. As the authorized approver on purchase order /i I approve this invoice for paymel. 14 Residential sewer charges are recalculated annually using the Signature: _ Date: G consumption billed on the bills dated January through April. If you / ��l receive your water from a provider other than Lakehaven, these �� D ' ��(� l� ��' X15 -�z7 3 readings will be shown on their bills for those periods. Miscellaneous charges may include charges for account changes, doorhangers, shutoff, collection fees, etc. or more ing upon the services you receive, your bill may captain one III I or more of the following state mandated taxes of approximately: 5% TOTAL DUE $330.84 for Water, 3.6% for Sewer, 1.5% for Stre.otl hts. All water and sewer service charges within the City of Fedora) Way Include an additional 3.6% franchise fee. If you are enrolled in our automatic bill payment program the amount will be deducted from your account or charged to your credit card on the due date. Annual Water Quality Report Starting July 1, 2016 you will be able to view the Lakehaven Water $ Sewer District Annual Water Quality Report on-line at www.lakehaven.org/CCR. This report contains Important information about the source and quality of your drinking water during 2015. Please call (253) 946 -5442 If you would like a paper report delivered to your home. AMOUNT $395.38 -$395,38 $0.00 $330.84 $330.84 Winterize outdoor spigots when temperatures dip below freezing to prevent pipes from leaking or bursting, A 10 %penalty will be added If payment Is received more than 30 days after the bill date shown above. Payments received after 12 noon will be credited the next business day. Occupant notices are copies of bills sent to property owners. liefirrn tills portion with yourcl►ecisjoayable to"Lakehaven Water &SewerDistricf" 4 - 0.; — ayem 31627 FIRST AVENUE SOUTH FEDERAL WAY, WA 98003 Address Service Requested 24 hour payment line: 1 -844- 531 -3702 This stub ensures that your payment is processed accurately 002881 IIIIIIIIII" II' IIIIII11iIIIII' I' I 'llllll'll'llllllllllllll "'I'I' AUTO*"SCH 5 -DIGIT 98003 2881 T13:16 2881 1 AV 0.370 CITY OF FEDERAL WAY 33325 8TH AVE S 'y FEDERAL WAY WA 98003 -6325 05104/2017 $330.84 31510 PETE VAN REICHBAUER WAY 3703001 Illllllllllllltllrrllrrlllll"' IIIIIIIII 'Illl'Illllll'Il'Illlrrlll LAKEHAVEN WATER & SEWER DISTRICT PO BOX 34882 SEATTLE WA 98124-1882 0003703001 0000033084 8 PU GET.( GLIB° ) ENI . ?GY pse.com I f * •• ® ® V r® CITY OF FEDERAL WAY Serving: 31510 20TH AVE S, Federal Way Your Usage Information Electric RECEIVED Temperature 1600 } 1200 - 0 W sc0 a 600 j 300 ^ APR 2017 PUBLIC E WOR S DT Last Year Average daily kilowatt hours — Average daily cost -- Days in billing cycle Average temperature I hereby acknovvledge that the merchandise and/or services have been received as stated on this invoice. As the authoriz(:A approver on purchase order # -gNiE, , I approve this invoice for paymc t. Signature: ' Date: 'A' 1 Page 1 of 2 Issued; .aril 13, 2017 Accoi ft NumL :r: 2200`1x'982371 DUE DATE May 3, 2017 TOTAL DUE $2,328.26 Your Account Summary Previous Charges: Amount of Your Last Bill (dated 3/25/2017) $ 0.00 Total Previous Charges $ 0.00 Current Charges: I Electric Charges $ 2,328.26 Total Current Charges $ 2,328.26 too' Total Includes current and past due charges Total $ 2,328.26 00, i 60• Late Payments I A late payment fee of 1 % per month will apply to past due charges, if any, and amounts unpaid more than 10 business days after the 40• a statement due date. Amounts will be considered delinquent if payment is 20- not received on or before the due date. C7 - a - _ 0. 2017 April Is Safe Digging Month This Year In most circumstances, the law requires you to call 811 before digging so 1,369.86 you don't hurt yourself or damage pipes or wires. Make the call two full $122.19 business days before you plan to dig. 79 watshington811_com 48 °F 3 08 5-bo t2 110 5� H s d y-11 PUGET SOUND ENERGY I want to donate $ to the Warm Home Fund How to reach us Email: customercare @pse.com Customer Service: 1- 888- 225 -5773 I TTY: 1- 800.962 -9498 Hours: 7:30 a.m. — 6:30 p.m. M — F TRS: 1- 866 -831 -5161 Puget Sound Energy: P.O. Box 91269, Bellevue, WA 98009 24 Hour Emergency and Outage line: 1- 888- 225.5773 pse.com to pay online or to find pay station locations Mail this coupon and make check payable to Puget Sound Energy 006734 007628 M O-;- CITY OF FEDERAL WAY 1 33325 8TH AVE S x FEDERAL WAY WA 98003 23 00611001888277 E Account Number: DUE DATE TOTAL DUE 2210.0.12-9823,7111. May 3, 2017 $2,328.26 Serving: 31510 20TH AVE S, Federal Way Puget Sound Energy P.O. BOX 91269 Bellevue, WA 98009 -9269 0001 01 00220012982371 000000232826 000000232826 Page 2 of 2 Your bill Includes charges for electricity andlor natural gas, delivery services, general administration and overhead, metering, taxes, conservation expenses and other items. ` Elec�r(c Detail !nformatic't; 31510 20TH AVE `i, Federal ,Nay j Rate Schedule Commercial 25 Met r # Stalt Date End Date I Multiplier - 300 Kilowatt Hours (kWh) Electric Demand (kVA) Reactive Power (kVAR) Meter Read Type Read Read Z017508738 304 per month 26,027.4 - _ Estimated Read 86/758 Commercial 25 Z017508738 3124 4/12 300 4,667 kWh _._ 0 Estimated Read 0 0 Commercial 25 2017508738 4/12 300 0.071664 0 Estimated Read kilowatt hours. It is a unit of energy that equals 1,000 - Your Electric Charge Details (19 days) Rate x Unit Charge Definitions 26,027.4 kWh used for service 3125/2017 - 4/1212017 Basic Charge - Covers the costs for meters, meter Basic Charge $54.27 per month $ 54.27 reading, billing and other costs that do not vary with energy use or the number of days covered by the bill. Electricity Multiplier,- Converts the amount of electricity used as Tier 1 (First 4667 kWh Used) 0.097578 4,667 kWh 455.40 measured by your meter into kWh. (3/25/2017 - 3/31/2017) kWh -Your use of electricity is billed In units called Tier 2 (Above 4667 kWh Used) 0.071664 4,921,9 kWh 352.72 kilowatt hours. It is a unit of energy that equals 1,000 (3/25/2017 - 3/31 /2017) watts of electricity consumed in one hour. Energy Exchange Credit- Federal Columbia River Tier 1 (First 8000 kWh Used) 0.089291 8,000 kWh 714.33 Benefits supplied by Bonneville Power Administration (411/2017 - 4/12/2017) from low -cost power generated by federal hydroelectric Tier 2 (Above 8000 kWh Used) 0.071664 8,438.5 kWh 604.74 dams. (4/1/2017 - 4/12/2017) Other Electric Charges and Credits - Includes the a First 50 KW Used Electric Demand Charge ( ) 0.000000 0 kW 0.00 Conservation Program and Power Cost Adjustment (if any) charges, and the Merger, Federal Wind Power, and Electric Demand Charge (First 50 KW Used) 0.000000 0 kW 0.00 Renewable Energy credits. Other Electric Charges & Credits Electric Cons. Program Charge 0.004079 26,027.4 kWh 106.17 Power Cost Adjustment - 0.003063 26,027.4 kWh -79.72 Merger Credit - 0.000240 26,027.4 kWh -6.25 Federal Wind Power Credit - 0.002058 26,027.4 kWh -53.56 Renewable Energy Credit 0.000000 26,027.4 kWh 0.00 Subtotal 2,148.10 Taxes State Utility Tax ($89.92 included in above charges) 3.873% Effect of Federal Way City Tax 8.080% $2,148.10 173.57 Current Electric Charges $ 2,321.67 Billing Initiation Charge Description Amount The billing initiation charge covers the costs of Electric Billing Initiation Charge $ 6.10 establishing service. Effect of Federal Way City Tax 0.49 Total Amount $ 6.59 A rate change became effective during this billing period. The listed rate item(s) that changed shows the dates, prices and charges for each portion of the bill period when they were In effect. Copies of the rate schedules are available upon request. Emergency or Power Outage Dial 1- 888 - 225 -5773 To report a natural gas or electric emergency or a power outage, 24 hours a day, call 1.888- 225 -5773 Para informar sobre emergencies elbctricas, de gas o apagones 24 horas al die, flame al 1- 888 - 225 -5773 II3E 24 d%1417_ATR ■ 1-888- 225 -5773 HT06bl C006t4HTb 06 aBap6114, CBf13aHHON c npHpOAHblm raaoM wmi 3nekrpo3HeprineGt, Hnia o nepepbloe a nogage aneK7p03Heprhl1, 3e0H17re B nio6oe Bpems cyroi( no Homepy 1- 888 - 225 -5773 We can translate for other languages. Call 1-888- 225.5773. Keeping our word. You will receive a $50 credit on your PSE bill if we do not keep a set appointment to install new or reconnect existing service or inspect natural gas equipment, Exceptions apply during major storms or significant events beyond our control. You deserve excellent service. Every day we aim to give you clear, understandable answers to your questions about bills, credits, deposits and your energy service. If you have a complaint or dispute with your bill or service, please call us at 1- 888- 225 -5773. If you are not satisfied with the response, ask to speak with a supervisor. If you are still not satisfied, you may contact the Consumer Affairs section of the Utilities and Transportation Commission at C7 ID 1- 888- 333 -WUTC (9882) or complete an online complaint form at www.utc.wa.gov. 4 This bill is recyclable r 2. 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / ?AC '- RN TO: PW ADMIN EXT: 2700 ID# gD�--7 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING STAFF PERSON: US 035`1N_ EXT: Z1 1 3 3. DATE REQ. BY: Is� 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE _ CONTRACT AMENDMENT (AGO: 1J - Z \ (o ❑ OTHER Chan c' cIcx ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME: -p2 r SO C M i f\ IcCt�S c e-At- 6. NAME OF CONTRACTOR: 0-0-CLAD LAD c ptl Si .) c_,' at'\ ADDRESS: q \ \ 13 -St 06.04. 4 Pct t STaKsoNt� 9 °t2o z. E -MAIL: SIGNATURE NAME: /fiD TELEPHONE: 50 4 - S 3.S - tI 6 3g FAX: TITLE: `I 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # i5 IoS ZZe BL, EXP. 12/31 / 17 UBI# 6 oZ$091 6 0 , EXP. 3 /3 / (7 8. - N DATE: 3 i ..3D zo t'7 8-, - Zyto�,so�. 9. TOTAL COMPENSATION: $ Z 4, 9 4Z t 0 $ 3.3o - 65, 141% . - (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES I NO IF YES, MAXIMUM DOLLAR AMOUNT: $ N \ A IS SALES TAX OWED: )p YES ❑ NO IF YES, $ 5 , 157 91 PAID BY: X CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE TO: 308 - 5800 - I I o -5 5 4- Se'-GSb 10. DOCUMENT / CONTRACT REVIEW ❑ PROJECT MANAGER ❑ DIVISION MANAGER A DEPUTY DIRECTOR DIRECTOR h RISK MANAGEMENT (IF APPLICABLE) 311-7 itVLAW DEPT °{ityc✓I 6,61 6)3/17/(7 INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR DATE SENT: (M4, 1 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS •CREATED ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY) COUNCIL APPROVAL DATE: DATE RECD: ❑ LAW DEPT ( SIGNATORY (MAYOR OR DIRECTOR) t CITY CLERK 43 ASSIGNED AG # SIGN�ED COPY RETURNED AZETURN ONE ORIGINAL COMMENTS: EXECUTE " 2 " ORIGINALS LA-1 ex n bf d-Lf- INITIAL / DATE SIGNED AG#\J 15- ,21(0 DATE SENT: 05 -30 -11- S-or adds: *i onv\ 1tc.trNS2_ DC' i c,� ► nc`1 5`l atfrVtcv40 -4 2/17 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 15 -216 006 PROJECT CHANGE ORDER NUMBER NUMBER March 15, 2017 EFFECTIVE DATE FEDERAL WAY — PERFORMING ARTS & EVENT CENTER GARCO CONSTRUCTION PROJECT TITLE CONTRACTOR SUMMARY OF CHANGES: 1. Proposal Request # 10: Provide material and labor for metal fabrications. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $19,423.00 2. Proposal Request # 12: Provide material and labor to change grid iron steel after approved shop drawings were issued. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $12,416.00 3. Proposal Request #14: Provide materials and labor to make lighting modifications. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $4,754.00 4. Proposal Request #23: Provide materials and labor to modify duct at Stair # 11. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $2,323.00 5. Proposal Request #25: Provide materials and labor to modify miscellaneous steel. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $20,830.00 Summary Total: $59,746.00 Washington State Sales Tax: $5,675.87 TOTAL THIS CHANGE ORDER: $65,421.87 SCHEDULE: The time provided for completion in the Contract is © Unchanged ❑ Increased ❑ Decreased by zero (0) Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? EJ Yes X No If "Yes" Will the Policies Be Extended? Yes U No PRICE CHANGE LUMP SUM INCREASE TOTAL NET CONTRACT: INCREASE $ 65,421.87 (Sixty -Five Thousand Four Hundred Twenty -One and 87/100 dollars) CHANGE ORDER AGREEMENT 1 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONT`RACTOR'S SIG • TURE DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT CHANGE ORDER AGREEMENT 2 DATE $ 24,158,160.00 $ 683,923.30 $ 65,421.87 $ 24,907,505.17 3/27/1 7 TE Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT A - A. PRICING FOR APPROVED CHANGES AS LISTED BELOW: Change Order # 6 - 1. Proposal Request # 10: Provide material and labor to modify metal fabrica- tions. ADD $19,423.00 2. Proposal Request # 12: Provide material and labor to change grid iron steel after approved shop drawings. ADD $12,416.00 3. Proposal Request # 14: Provide material and labor to make lighting modifica- tions. ADD $4,754.00 4. Proposal Request # 23: Provide material and labor to modify duct at Stair # 11. ADD $2,323.00 5. Proposal Request # 25: Provide material and labor to modify miscellaneous steel. ADD $20,830.00 SUB - TOTAL: $59,746.00 WSST ON SUBTOTAL: $5,675.87 TOTAL THIS CHANGE ORDER: $65,421.87 Page 1 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT B - A. CHANGES DOCUMENTS AS NOTED BELOW: Change Order # 6 - NUMBER REQUEST NAME ISSUE DATE NUMBER OF SHEETS PR # 10 Metal modifications and related changes 5/19/16 13 pages PR # 12 Revisions to Zone 3 shop drawings 5/25/2016 15 pages PR # 14 Lighting modifications 06/08/2016 12 pages PR # 23 Resolve duct conflict with Stair # 11 01/10/2017 3 pages PR # 25 Misc. steel construction additions and revisions 01/25/2017 9 pages END OF CHANGE ORDER 1 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners City of Federal Way LMN Architects Issued lo: PR No. 010 Metal Fabrications Date: 1112/2017 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington Slate sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost oI performing the work. i1 does not Include any cumulative schedule or cost Impacts, Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 19,423 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 JOB FILE 151700 - Change Proposal APPROVED BY: Lora B: City of Federal Way By: Date: LMN Architects Page i of 1 Date: /9/7 H A ri ID n rn N a 9 8 8 8 8 8 J w 9 1 N^o a 1 K L ' M 8 A a. a O W u H r CHANGE ORDER REQUEST Garco Construction Attn: Daniel Lampert Federal Way Performing Arts CP# ASI Field Request Description Date:. /Z. /y /1,4 RFI # PR ID ADDED 611A XPrA /L GDP -40 G L,►4DI.4tr Pits* a'i' 401 � R4) 8 LF Material Cost 444,9' 114,e Labor Cost Detailing Cost - Peiet, Cost Ors L It Fasteners Freight Markup TOTAL COST Project Manager Western States Steel & Fab, Inc. Phone: 509 -489 -8046 Fax: 509- 489 -3739 $ 755 275' $ S7S'" $650.00 CHANGE ORDER REQUEST Garco Construction Attn: Daniel Lampert Federal Way Performing Arts CP# ASI # Date: _ /1' //t /a.. RFI # Field Request Material Cost (jzA77NG' $ 4t2 i• Labor Cost /WO -Bent 14 $ / Detailing Cost $ 7s — I Paint Cost $ — 0 — Fasteners $ s — Freight $ /So — Markup $ 1/4 TOTAL COST Project Manager Western States Steel & Fab, Inc. Phone: 509 -489 -8046 Fax: 509 -489 -3739 $ 5415 +- CHANGE ORDER REQUEST Garco Construction Attn: Daniel Lampert Federal Way Performing Arts CP# ASI # Field Request Description Date:. /2/z// RFI # 7r #77D 4 Material Cost Labor Cost Detailing Cost Paint Cost Fasteners Freight Markup TOTAL COST Project Manager Western States Steel & Fab, Inc, Phone: 509 -489 -8046 Fax: 509 -489 -3739 $ ' goo $ 2%k REVISION REPORT • Federal Way Performing Arts Pa :1 Customer. Western States Steel WSS Job No. 1739 De!tech Change Notice # X9 Date: August 6, 2016 Detail Dwo # Erection Dwg # Design Dwg # Description of Change Rev'n Hours PR -010: S203 - Catwalk and Gridiron Plan E414 New Gridiron Framing Plan i A4207 New brackets A4208 New ladder A4209 New guardrail A4210 New guardrail A4211 New guardrail A4212 New guardrail A4213 New guardrail 24.00 A4214 New guardrail A4215 New guardrail A4216 New guardrail A4217 New guardrail A4218 New guardrail A4219 New guardrail A4220 New guardrail A4221 New guardrail Drawings issued for approval in Trans D1606 -49 on Aug 5, 2016. 24.00 CHANGE ORDER 4 • , �0 ,� i 1I 1 \4, � °'I 'Lt Deltech Deltech Consultants Ltd. ,ao,- 17aaae tih:enue Surtey,BCY35tzi Canada T6W 597.9313 F6045979515 deitedxonsultenluom Date: August 6, 2016 Deltech CN# X9 Protect: Federal Way Performing Arts and Events Center BY: Rodil Roque / Jack Pals Deltech Job No. 01606 TO: Western States Steel WSS Job No. 1739 SCOPE: DELTECH CHANGE NOTICE # D1606 -X8 PR -010 Review Revised Design Documents: 1.00 Detailing Revision (see attached list): PR -010: S203 - Catwalk and Gridiron Plan PAGE 1 24.00 PR -010: S203 - Catwalk and Gridiron Plan PAGE 2 15.00 Revise ABM: Coordination: Schedule Impact: NONE Total Hours: 40.00 Price: 40.00 HOURS X RATE OF $80.00 !HOUR= $2,400.00 Request Pro!ect Project Number Locat,on io Contractor From Architect Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 Proposal Lm n c,rE_r City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 T 253 835 7000 [X] Architectural [) Civil 0 Structural 0 Mechanical [] Electrical [] Other This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14.2015, and subsequent addenda only to the extent specifically shown and noted below. All other conditions shall remain the same. Description: PR -010 Metal Fabrications and Related. Summary: Several guardrails shown graphically but not noted in the drawings did not as a result appear in the steel shop drawings. Notes and references to relevant details are added. One guardrail at the loading dock that did appear in shop drawings is extended. Detailing for a 'grid hatch' which was called out in the drawings without further information is added. Safety paint at the edge of the loading dock is added. ■ Itemized list and attachments follow. Architectural: 1. Sheet 100 'Architectural Site Plan': a. Revise length of (1) guardrail at the loading dock (extend to 37' -11" measured to the centerline of the posts). b. Revise note at the second guardrail at the dock to read 'GDR -6' (both guardrails are GDR -6 as shown in detail 5/A523). 2. Sheet 203 'Catwalk and Gridiron Plan': a. Add callout for enlarged plan at the 'Grid Hatch' on the Gridiron level. b. Add callout for GDR -4 as detailed on A523 along entire west edge of the Loading Gallery. c. Add callout for GDR -2 as detailed on A523 along the east edge of the Loading Gallery from the CMU wall on Grid 3 to the spiral staircase (Stair 7). d, Add callout for GDR -38 as detailed on A523 at the Loading Gallery floor edge at the spiral staircase. e. Add callout for 'pinrail' with penetrations required and guardrail below at East and West Fly Galleries. f. Add callout for new section through the Fly Gallery and Loading Gallery 12/A641. g. Add notations for drilled hole requirements in the pinrails at eh East and West Fly Galleries. 3. Sheet A411 'Wall Sections' a. Correct loading dock area guardrail type callout to GDR-6 in Wall Section 1 /A411. 4. Sheet A510 'Enlarged Plans' a. Extend GDR -6 between dock ramps 7' -1 "" onto the dock. b. Add elevation and detail references to the (2) guardrails at the loading dock area. c. Add direction to paint all the embedded steal angle armoring the edge of the dock and dock leveler 'Safety Yellow' — see attached cutsheet. (Rust -Oleum Professional High Performance Safety Yellow Gloss Oil -Based Enamel Interior /Exterior Paint). http: / /www.rustoleum.com /product- catalog/ consumer - brands /professional /high- performance- protective- enamel/ 5. A523 'Guardrail and Handrail Details' a. Add note to detail 5/A523 'GDR -6' to define the SIM condition. b. Add elevation 18/A523 'GDR-6 - BETWEEN LOADING DOCK RAMPS'. This drawing elevates the guardrail that had already been shown on A100 but is extended by this document. c. Add spec information for snap hooks at 3/A523 GRD -4. 6. A612 'Door and Frame Details. a. Add plan and section details for the Grid Hatch at the Gridiron level and surrounding guardrail. See attached cutsheets for hatch hinge and removable rail quick release pin. 7, A641 'Interior Auditorium Details a. Add 12 /A641 'Section @ Loading Gallery & Fly Gallery. 1. Gridiron Level: GDR -2 at west edge of gridiron not previously called out in plan is shown. See also 3/A203. ii. Loading Gallery: GDR -4 with removable chain previously not called out in plan is shown. Provide removable chain with load rated snaps (McMaster 'Load Rated Snaps with Eye #3949T1) at intermediate per 3/A523. See also 3/A203. iii. East and West Fly Gallery: Show PIPE -1 rail and GRD -3B previously not visible below pinrail in plan drawings. Note holes required in pinrail for belaying pins by others. [X] Attachments: A100 'Architectural Site Plan', A203 'Catwalk and Gridiron plan, A411 'Wall Sections', A510 'Enlarged Plans', A523 'Guardrail and Handrail Details', A612 'Door and Frame Details', A641 'Interior Auditorium Details', Rustoleum High Performance Protective Enamel Product Data, McMaster -Carr - T- Handle Push - Button Quick - Release Pin Product Data, Hagar 1850 Heavy Duty Hinge Product Data. Issued By: Thomas Gerard Architects Represer Distribution GarcoC ;!_:,t 05.19.2016 (PR -010) Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 012 City of Federal Way Gridiron Revisions Issued by: Lorax Partners City of Federal Way LMN Architects Date: 12/5/2016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 12,416 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W ate APPROVED BY: City of Federal Way By: Date: LMN Architects Date: 2/15,4 7 JOB FILE 151700 - Change Proposal Page 1 of 1 Garco Construction, Inc. (n <; : §q ,csi .= ! \ }k § tO m 2 a . r :S ¥(@ § \ 0 cn } e 7 � [ �: !4 E a 8 ! L9 0 ! 0 • l t a a E ORDER PROPOS 3 \ 2 0 0 j ) Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 014 City of Federal Way Lighting Modifications Issued by: Lorax Partners City of Federal Way LMN Architects Revised Date: 1/24/2017 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost Impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 4,754 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA '9220 APPROVED BY: City of Federal Way By: Date: LMN Architects By: JOB FILE 151700 - Change Proposal Page 1 of 1 Date: 4/25// 7 L. 4- 0 c 0 0 0 0 1 TOTALS 1 4 0 p- . . . _ . • . . ... . 8 . xi 4,330 Overhead (Subcontractors) 400: 8 TOTAL - CHANGE ORDER PROPOSALI si. UMT PRICES yr w 3 ' z Contractor's Name: TEKNON ELECTRIC Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 9- Dec -16 Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: PR -014 Adds Teknon CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions/Comments 1. Direct Materials 2. Sates Tax on Materials 0.00% of line 1 13. 1 1111111111 1111111111 I11 11 ���111II11 111111111 $0.00 s0.o0IIIIIIII111II111 $0.00 $0,00 $000 $0.00 $1,678.20 11 11 16, 17, 1 19. 1 $0.00 1 $0.00 50.00 1 3. Direct Labor 4, Direct Supervision (hourly workers) 15.00% of line 3 111 11 111 1 $1,238.95 111111111 1111111111111111 111111111111111 1111111111111111 1111111111 111 11 fringe included In 3,4 111111111111 111111111111 IIII11111111 $185.84 5. Labor Insurance, Taxes & Fringe Benefits 11,24% of line 3 & 4 $180,14 s. Small Tools & Consumables 5,00% of line 3 $61.95 7, Rental Equipment 8. Sales Tax on Rental Equipment 9,50% of line 5 $0,00 111111111111 $0.00 26, 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) s, Owned Equipment 11111111111111111111111111111 IIIIIIE $0.00 $0.001 1111111111 $3 323.09 I 10, SUBTOTAL (add lines 1-7) 11, (Delays Only) Field Office Overhead 0 Days X Rate 12. Teknon CONTRACTOR SUBTOTAL (Add Lines 10 & 11) 1 11 111 $3,323.09 I Remarks: SUBCONTRACTOR NAMES &TOTALS EXCLUDING Teknon MARKUPS RevisiortsiComments 13. 1 1111111111 1111111111 I11 11 ���111II11 111111111 $0.00 s0.o0IIIIIIII111II111 $0.00 $0,00 $000 $0.00 1 111�1111111� 1 111 11 i 1111111111111 1111111111111111 14, 16, 16, 17, 18. 19. 1111111111111111 111 1111 SUBTOTAL (add tines 28-29) $0.00 50.00 1111111111111111 1111111111111111 20• 21. $3 323.09 1111111 $0.00 1111111111111111 111111111111 22. 11111111111 $0.00 $0.00111111111111111 $000 $0.00 $0.001111111111111111 1111111111111111 1111111111 1111111111111111 111 SUBTOTAL (add lines 28-31) 23. 111"111111 111 11111 11111111111 111111111111 24. 25. 26, 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) 1 1 $0 00 28. 29, 30, 31. 32, 33, 34, 35, 36. 37. 38. 39, 40. Remarks: Teknon CONTRACTOR MARKUPS Re Teknon Contractor's Work (from line 12) Subcontractor's Work (from line 27) 111111111111 53,323.09 $0.00 1111111111111111 SUBTOTAL (add tines 28-29) 111111111111111111111111111111 $3 323.09 Teknon's Home Office Overhead (G&A) 12.00% of line 30 111111111111 $398,77 IIIIIIII111IIIIl SUBTOTAL (add lines 28-31) 11111111111111111111111111111 $3,721.86 Teknon's Profit (From Profit Worksheet) 8,00% of line 32 II1111I11111 1111111111111111 SUBTOTAL (add lines 32 & 33) Teknon Contractor's Builder's Risk 0.000% of line 34 1111111111'111111 I ���� 0101 ilft N 1I j (l Teknon Contractor's Insurance Teknon Contractor's Bond Premium 1.000% of Tine 34 $39.45 01 ..000% of Ilse 34 111111111111 60,00 11111110111111111 SUBTOTAL (add lines 34, 35, 36 & 37) 1 111 I 11 $3,984,62 B & 0 Tax 0.484 °% of line 38 $19.29 1111 III.IIII TOTAL COST (Add Lines 36 & 37) 1 54,Q43,91 Requested Time Extension in Line 11 equals; t) Work Days Calendar Days (Check One Attach Justification (Schedule Analysis) For Each Time Request. Signature & Title of Prepares Wade ITEtt $ t 'CFO non` QTY ' U$IT MAl, ER(ALry LABOR, 4; T ' • RENTAL, EQUIPMENT (hit Cost '#otalCoat H Rate (4ts/Ut11: Total Cost Qa Rate ` Total LTN 12v RGBW PS12V8 rotary dimmer 1 ea $375,00 $376,00 $86,72 0.30 `' $18.72 1" ETM conduit with couplings and connectors for new 2 button waft station 3 CLF $225.00 $875.00 $66,72 4.00 $788.64 wires' bellden 8471for new 2 -button wall station 300 ft $1.56 8485.00 $66,72 0.0130 $256.31 strut & strut straps for conduit 4" s3 box 2 1/8" deeL (or switches , steel wail brackets with mud rings for switches .... -_1010 ««..«.....♦...._....... LV 2 button switch 1010. •.'.•'�.•'•' 16 ea 0110« #2,94 $4410 $05,72 0,04 »01_10 ¢$39.43 __ ° ««.2 2 ;.....M. -. 2 _ ea..., ea _,.....,_.....r.._._- ea 0101«.« 86.32 $12.60 $3.23 8.48 ,1001....« .... « +- $49.00 $98,00 _..X6.72 $65.72 -««...«»,. «_.,_»««.«.. $65,72 ._0,48 0.25 0.30 - ....r..........., «$82.57 uM. $32.86 339.43 'i 10_10»_. 1010 1001_.. " .....«.... 1010 1010. 1010 10101010.. 1010. 1001««.. 1010. 1010 •,..r ♦ 1010 10$10. . .......... ...r «..r_ '.+..r « 10 « «- _- --.. -. --- «... « «. « «.w.« ««. ...Y «MN.../..M«... n...«M..« r..'M«M, 1010... 1010..« ..,««««. Y 1001 10 .. .......... 11_!901.1.« -. .- ........... « «....... «.._. «..« ..., As 1010 ......... ..... ....,..,..n.+..«a ............. 1001_....._ ... »_1010... ... ...•........ . .. ,. . «.r......._r-_ 1010 w««.f ..... •0110.. 1010 - .......... 1010.. 0110 on .. 0110 .....N........+..r.r .+_......, 1010. 1010 « «w« MYO .... ... .........« 1010 «- 10..._. -« _ - ._._... .................. ............. ..................... 1010. 1010 ...- 1010_ - .... «- .... ..... M... ......,.... ---. ......... r__.r.... ...... . ................... 1010... _ «, ...... - -- ....___ 1010 11 _ . .M...... _..- ..... ---- - - --., ......M - .r..... 1010 rM «.!.. 1010 1010. 1010 1010 •, 1010.. 10101010. 1010 ...«.......«.. ...... ............w.... ....... ..«.«........,.r 1010_ ....,......1 _..-Y.«_. ...... _....,........ -.a...... _Y....... «........«......,.............4..«...... .___..-................._.r ..........._... ....Y.. 10 10 Y ? fi�i .•4•. fli . 0 {may S IN1T4ltM Lik, - ^ UIP- .- M.._..r ............... 0101... ......_MM._ .�.._�...«» ....:.a 1010. _ .............. ..................................... Toilow ..«.,........« ..««»«.........«.«««......«. -.. 0110..01_10- ...«....- -....a. 10_____10__.___,.11._____«..._.«. .- ...,r........Y« IM.,...._...«...... «._. 0101«.., .0110«..«. .........................m......... 1010_ 10.001«.. .....:......_.:. .....«..._«.._.____. 1010 ................ .0110. .................. .... ..... .................. .. . ...... . .. ..........................4....... ..... ......_ ...... .. ....r ........ _.. -» - ... u...-«..._..w.. iN... .......y- w.iw....1.....aiw.Mw.. r_wMg. .. w. hw...... v. wi........Y....r._....'......s. .....«.....«.....w.'+«I_ 0et4M...... .«... ..... ....«.j.......w .f.. ___- 1010« ..1010. .....r...+..« «I _._. . «... «. __...._wi ......A 4 ....• wri.....• ____._ «10++ ____ ----- - __.......4 m...... ..._Rer..... .«.4............ « _.a.._..« «.n- ............. 10 10 M,. 1010«_ 1 ----------------------- __10.01._- .-- -- «....r«..... -.M'...... «......_ a «a.. «.«.«..._ .. ._�__.,_.,. _*_ ...«.. .«...... _ 1010 1010 1010 ... ..r ..w ......a...... 1010. ,. H .....__..wwww n« l.4iw ............ . 10.. ...•....ws...'. ,...... 1010 w....._.«r.!.«.w..r« ......................... . ......11.................. ..... «..r....ri.i6_,i...._..' « ......,1 0110.«.. «_M...1 1010., w. e««i.i w«« ...«0. - «-- _ 1010... «...4.... 1...«...-..1*..._ o........f. ...................«... ..«....+.«..«. .«.w_w«.r....a,« - .a..«..... ..w 1010 ... . w..__.__... 1010.. ....+.....r .... ra.... 1010....: 1010 ..I.M...M.ww.- _10_____ «._ P. .«.i.i.....I.nr 10 10. mow« 1010.. 1010. 1010. 1010.. 1010.. 1010 ...... ._.1010. 10 10,$...$,OM.M.MMw....w..Y..i.. 41.. ...........I_ 1010. n «.M......i..f.l..+.. 1010 ._..««.. «...M« «.... . 1010. _ _ - 1010 o. «w.........__ «....«...«M...afw.. 0101. Vii........+, 10 10 ....I....« M. «....wr..«.. « «.«.. ....-.« .. M «..r «_ ►«..«.... 1010 « .w 1010.... « ...r«.- -01_ . +'_r- «_.._w. ..................... I. 1010 I.. .. go. i ,.... .....r_. .li�. -- «Y........«rws. eknon CONTRACTOR'S IOTA $1,678,20 51.238,96 TOTAL EQUIPMENT Contractor's Name: TEKNON ELECTRIC Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 9- Dec -16 Proposal/Estimate for GARCO CONSTRUCTION, INC Change Description: PR -014 Adds Teknon CONTRACTOR'S WORK EXCLUDING MARKUPS Re tslCo manta 1. Direct Materials 2, Sales Tax on Materials 0.00% of line 1 it $270,24 11111111111111 1111111111111 14. 111011101 110111110 11111 $0.00 3. Direct Labor 4. Direct Supervision (hourly workers) 15,00% of line 3 .00 *0.00 saw *0.00 1111111111111111 1111111111111111 11111111111xr1111 15. $0,00 1111111111111 18. II ,_ $0.00 11 11111111111 111 1 1 1 1 1 5. Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 19. 20. 318.16 $0.00 1 11111111111111 11 111III111I{ftinge 11111111 1111 1 1 1111111101111 1 1 included in 3,4 1 8, Small T ools & Consumables 6.00% of line 3 23. -" 25. $0.00 $0.00 7, Rental Equipment 8, Sales Tax on Rental Equipment 3.50% of Ilse 5 1 $320.831 soa401111111111111111 1 11 1 $0.00 11 111111 1 1 9, Owned Equipment Teknon Contractor's Insurance 1.000% of line 34 ._ - $d S0.00 1111111111111[111 *0.00 11111111111 I 5270,24. 111/1111111 I 10, SUBTOTAL add lines 1 � ce Overhead 0 Days X Rate 11. (Delays Only) Field Office 12, Teknon CONTRACTOR SUBTOTAL (Add Lines 10 & 11) I 1 1] I ff J LII] 1 I I1 $270.24 11 11111111111111111111111111 Remarks: SUBCONTRACTOR NAMES & TOTALS EXCLUDING Teknon MARKUPS Revlstons/Comments $270.24 1111111111111 14. 111011101 110111110 11111 .00 *0.00 saw *0.00 1111111111111111 1111111111111111 11111111111xr1111 15. 16. 17. 18. II $O.00 s0.00 $0,00 moo w00 111 1111111111111 11111111111 11111110 111111111111 111111 1 111 1 1 1 1 1 ( 11111111111111111111111111111 1 I 19. 20. 318.16 1 .$270.24 111 1 2fi. 1111 1 1 1111111101111 1 1 11 1111 22. 23. 24. 25. 26. 11111011111 1 1 $320.831 soa401111111111111111 1 11 1 30.00 I I1 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) 28, 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. Remarks: Teknon CONTRACTOR MARKUPS R Teknon Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28-29) ( , Teknon's Home Office Overhead G&A 12,ao% of line 30 $270.24 $0.00 11 1 1 1 ( 11111111111111111111111111111 1 I 1 1 318.16 1 .$270.24 SUBTOTAL (add lines 28 -31) Teknon's Profit (From Profit Worksheet) 6,00% of line 32 $302,67 SUBTOTAL (add lines 32 & 33) Teknon Contractor's Builder's Risk 0.000% of line 34 1 11 11111 (111]]]11]]1[ $320.831 1 I I1 $0.00 111 1 Teknon Contractor's Insurance 1.000% of line 34 IIIIIIIIIII1IIIIIIIIIIIIIIII Teknon Contractor's Bond Premium 0.000% of Inc l 34 111/1111111 60.00 011111111111111 SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax 0.484% of line 38 11 11111111111111111111111111 $324.04 11111111111 $1,57 IIIIIIIIIIIIIIII TOTAL COST (Add Lines 36 & 37) 1 II 1111111 $325.81 Requested Time Extension in Line 11 equals; 0 Work Days Calendar Days (Check One) Attach Justification (Schedule Analysis) For Each Time Request. Signature & Title of Preparer, ✓ • g - era6 �'r� arujgr IT MS OF WORK FQR Tekno t,CONTR% TOR:: QTY,; =.. ; UNIT - Y :., TERIAL. , LA' R:CO T NTAt . EQUIPMENT ;Unit COSt" ;Total Coat ,Hrty, Rate Hrs%tJnft` ..Sat Dan. Rate Total L310 adds 90 ft $108,22 $9660.24 :6.72 0,06 $295.74 L31 Bdeductivve •90 It $103.222 $9 290,00 $66.72 0,06 ($296.74 }4 ....1..«MN..., M . .>..r __. .4.4.4.4 .4.4.4.4. ...........................................• 4rr ww« 1004,040w 010+010.+00000001.11460110.000100100•0■000 ...•r. 00 .... .0000000-. ** . . rr. r..w «w.......ra..w........... .. . i•• w..wwtY -- ..4-0010 wwaw ........ .. Mrrwra. +.w +ww0tr00011100 .. .+ abows.10, ....a.. w.«. 000000 -.r w... 4.0. 1 #wr..fw.0.1w..wrJrwr.....aY: w■0•01,1100 .... .rwrr .4.4.4.4 ION 00+Y000 .s.wrrwa i.r..aw■ _t_ war w600,w00,0000.00660001,0000.4 w +a.a.ws.wwOri .. rh r waww...'...wwww.w......tyw ...r...i......... _ ._y_rh 4000.0060010•671..1 Y......M..Y,1Yy. .rwr .l - MM.....aY ... ...... tr... w.+.... a. .... ...:a.aa.wr.......... .0.001......... -- ....r...«..w..r. ....■w .w?.....w...ar ww.. r. ...w .r. rtr.. +.. as .0,. ra..w.....w.a....... .4.4.4.4... 00.0 ....... 4. 00 At 0 0.0. .. »...s......... ....rrrrr.0 .4.4.4.4 .. 0000.00... .....i.1..... .nwww..wr....M.........M$1 wa.....tr..... ...... .4.400..- .1....*t. 4...... 1 • •.1.w... ww.i..M.M44 .400.401-1000.0 ......... ............... .w..f.s.t...... ...... w 1000000000 00.00...........*... .r..........w...- ..... ....w....... .4.4..4.4...4 «. *w.....w. *4. 4• ....r .w...:......�. 0 0r......w. w........... ,ws....w. . .-..r..........,..... .......... .......+..w.. ...«..:... n. rw. r. w.+... 001..... w. w+...... r.»«,. ............. ..... -.... ... .......... «. r.•••■•..rr ,.....10.......w...4 TOt*1 tRe tod) --- - ...... —. .— .. —. fir•. ' OWNED EQUIPMENT ..h..?f1rt M. .4.4.4.4.. .. .. .Rote ..., Totat 1wYf. ........... ........ I ....r ........ra■*r..Mrw..r..... .a....w...r ..0 +•.rr. 000 .....w.........Y...r.......... ..Mr w. ..r...F. Sr.. ........a.i....M.!...k..tl.....4 1000.110000400.641.0.0.1 - .4.4.4.4. _. 00,000 .. J!.... ....1.1... .... w...... ....w.00.00604..0.41.■010.w.06110. .. r... srr.. wr .....00000...w........4.....Mr ....0+100. 000 00aaYrw.MS..r.a..10.0 ..0000,0*00000* rr.M...is.f.w141.00... .. .. . .w...... 0000400 .. .00.40.w000 .00040..- ..... «. W .eP..41,16 l 01.0.01000,04 ..wnL.... ..0 ..00.0. .4....- -4 .......w.......... .. 00,0. -0. .4.4..4..4. -.. .a..w00.0 0000.1.44 +w.w......wr 00.......0. ........M. .�•.'•«.........'. ..w.070100•000000,00 ...,000.00w0.w..r ..ww0.10.N0.000- w-r-.nr- r...N_...p...r ...w....iMur......r ..M, wwwww0w0r.{...00..r _.4__t... ..... 00•000..w.___ .., .... w... r .w MHO 0.04 ....wa... - --0+.0 .......w +.r. .8.106.4011.0.11.14. . .... r ._•..rr. «. ..w..01. ....••+13•1411ws0.0 ..•••••..........^........ -.4- ............. ... ».rr.a. ...... .es. ...• ---- - -.4--. w....a.r... ... rapt 010..- 0000.80.00..... ......... ■.4.4...00. N.ww rrrr.... .....•.1 ■ r w 00 0'....0 ..r.N.w....w ...tM....i.w .....041 00.0100.+06• a ................. ... .000-.s..w... ...rf 4*14..L. .00. v ` . . ■ 000.4 ...MW........r. ...w..... «..w...... 0000 ..01.0.0rr.r M. . .._...0000. ............................................... ....• Ywf1!.. Yiq.. Y. WH.NYII.M.M....1000,40..00.0100 .+•. . ..wrr.w www►+.Ml.i.r.w tr....w......r..... .00.000.000000.0.10006000.0 •00041•1000.00010,. ....w .... i0,. s .fa..w.A..w....«.r.w..w+r..rar. .....r. .. r. sww :.....r._..............ss.....w A. . J ..0 w.....w...l....n.w wrrasr.. .w..O__M.w••w.....w. �.�.�. NM..w...w.,.. ...0 gra M.rw...www. «.Y..r • ..............r 1.1000,0w+...Y.. w.NM... a.i+....w0.0 000.1• 0'0010 wM«.w....Iw.41..MrM.01.1 n.Y...M.HNiM.....►....... ...................... .4.4.4.4 .4.4.4.4 M.w1Y41%000•0.. ...MY .. «. ....f....wr a ................. ..00.0.............. a.. w....r.r......•.+.. 00 ∎.. .w.ww. .www..... .•.■w.ww. wwi...w... .104 .00.+ .��a�.r . tea.• ®s. r�.r...�.. 9KrlOfl t;UN t $270.24 {Tip {ariatl ) r TOTAL EQUIPMENT Page : 11pt1 NORTH COAST L E C T R C C O M P A N Y Change Order - Quotation TO: TEKNON GOVERNMENT SERVICES 15443 NE 95TH ST. DBA: TEKNON ELECTRICAL SERVICES REDMOND, WA 98052 -2548 olwgsT Quantity Description Project: FEDERAL WAY PERFORMING ART CENTER Date: 12/09/16 P01: MK0123001 Change 1: 17 Freight In Exempt : No Total Change: 9,560.24 Unit or Lot# Unit Price Ext Price Change Amtl (2) 108" RUNS CAN BE FED FROM SINGLE 100WATT POWER SUPPLY, (2) REMOTE POWER SUPPLIES. EACH HAS (3) 100WATT CHANELS L31 -C 1 NOMINAL 41FT RUN: LUMINII 9,560.241 9,560.24 9,560,24 Prey aty Chartae Otv tittWatX 0 1 1 "" New Item'" L31 -C 4 KMG- 108- RGBW- 11- F -SA -F1 PreQty Change Qtv, N w Qty 0 4 4 " New nem" LUMINII L31 -C 1 KM0- 60- ROBW11- F -SA-F1 EtmLQtyy Chnae Qty 0 1 1 " New Item " From: 111 NORTH COAST ELECTRIC MAIN PHONE 425 -641 -3400 1617 135th PL NE BELLEVUE, WA 98005 -2308 Printed By: Jasmine Baker LUMINII Authorizing Name: Jasmine Baker File Number: #LI - 092115 PR014 These Items are not ordered) To complete this order, sign below and provide a PO # for the order. Signature: NORTH E L E C T R I C COAST C O M P A N Y Page : 2 of 3 Project: FEDERAL WAY PERFORMING ART CENTER Change Order - Quotation move Type Quantity Description Untt or Lot# Unit Price Ext Noe Change Amt L31 -C 1 NOMINAL 27FT RUN: Prev Qtv Change Qtv tiCILQty 0 1 1 *" New Item " LUMINA 4/ L31 -C 3 KMG- 108 - RGBW- I1- F -SA -F1 Prev Qtv Change CRY New Qlv 0 3 3 ** New Item LUMINA L31-C 1 NOMINAL 22FT RUN: Prev Qtv Change Qty 4elt aly 0 1 1 ** New Item " LUMINA 2 KMQ- 108 - RGBW- 11- F -SA -F1 EM MY Change Qty New Qty 0 2 2 "* New Item'* LUMINII L31-C 1 KMQ- 48- RABW- 11- F -SA-F1 LUMINII Prev Qty Charge Qty .Qty 0 '* New Item ** 1 1 4/ L31-C 2 PSDMX- 3X100 -24 LUMINII Prev Qty Change Qty Now Qty 0 2 2 *" New Item "* Quotations are Net without written consent of North Coast Electric Co. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The price offered in this bid reflects Seller being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result In the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric reserves the right to consolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. Payment: NET 30 DAYS FOB: FOB SHIP POINT Freight: No Freight allowed unless noted otherwise Deliveries may Include Fuel Surcharge Some Items may include sales tax Acceptance of this quote in any manner indicates buyer's acceptance of all terms contained in this quote and NCEC Standard Terms of Sale (NC055) http/ twww. northcoastelectric.com /NC055.pdf 9,560.24 NORTH g COAST ELECTRIC' COMPANY Change Order - Quotation l Ty Page : 3 o13 Project: FEDERAL WAY PERFORMING ART CENTER Doan Description Unit or Lot# Unit Price Ext Prtoe Change Amt I ! I From: 111 NORTH COAST ELECTRIC MAIN PHONE 425 - 641 -3400 1617 135th PL NE BELLEVUE, WA 98005 -2308 Printed By: Jasmine Baker Total: Authorizing Name: Jasmine Baker File Number: #LI- 0921 1 5 -1 6507 PRO14 These items are not ordered, To complete this order, sign below and provide a PO # for the order. Signature: Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 023 City of Federal Way Duct Modifications at Stair 11 Issued by: Lorax Partners City of Federal Way LMN Architects Date: 1/12/2017 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description 8 PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS i. Washington State sales tax 2. Double wall at new, modified wall. C. SCHEDULE IMPACT:0 Days This proposal covers the cost of performing the work. It does not include any cumutattve schedule or coat impacts Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work TOTAL - Change Order Proposal ADD: $ 2,323 SUBMITTED FOR APPROVAL BY GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 APPROVED SY: Lora .r , s f e : /1.1iiri►t' /.l rt City of Federal Way By Date: LMN Architects Date: 7/`�¢i��' JOB FILE 151700 • Change Proposal Page 1 of 1 Garco Construction, Inc. UNIT PRICES TOTALS ! r r M ; • Ont.. 15.e Petamrd Law M. Etrarament viaVnr> =Cm g C A I TOTAL - CHANGE ORDER PROPOSAL st a s K d x U o 9 0 A i 1 2 "All yellow cells auto-populate based on terms of the prime contract" ONLY TYPE IN GREEN CELLS ON THIS SHEET" COP Subcontractor Summary Project Name: Federal Way PAC Project No. Document Reference: Subcontractor: Capltal tfoaling end CootinO Doscripllon: Revised RA plenum to accommodate aleir 11 par dalnll. Note, madi Rid duct 1. CRAFT LABOR COSTS Direct Labor Costs: a. Crow (apprentices, Journeyman, & laborers) $ 1.602 00 PCO N Date. Contractor Ref. No PR023.1 1!12117 11. Now patch wi5 bo ssrglo wait Itemize all costa c:n attached COP Cost Breakdown form. 2. MATERIAL COSTS a. Material Costa 5 95.00 3. EQUIPMENT COSTS a. Rental Equipment 5 4. SUBCONTRACTOR FEE ON OWN WORK a. 15% Per PC 7.5.6.3 S 254.56 5, TIER SUBCONTRACTORS 8. b. c. d. 5 e. $ 1. 5 9. 5 h. 5 I. 5 J, 5 k. $ L w $ m. $ n. $ o. 3 P $ 6. SUBCONTRACTOR FEE ON TIER WORK a. 8% Per PC 7.5.8.4 1. CRAFT LABOR COSTS $ 1.602 00 2. MATERIAL. COSTS $ 9500 3. EQUIPMENT COSTS $ - SUBTOTAL 1 thru 3 1,697.04 4. SUB PERFORMED WORK TOTAL 5 1,952.00 5. TIER SUBTOTAL 5 $ 6. TIER PERFORMED WORK 'TOTAL $ 7. INSURANCE a. Lrabllity Insurance 0.000 Y. of 1-0 $ 8. BOND a. Bond TOTAL FEE $ 254.55 7. INSURANCE $ 0.000 % of 1.7 $ 8. BOND $ Revised 12118/2018 TOTAL COST (4, 6, 7, 8, 9) PR023 RA mod 1,952,0© Pep d !meet/17/2M COP Cost Breakdown 0 0 a Project Name: O Z 01 lL O E E n. Contractor Ref. No, Subcontractor Capital Heating and Cooling Total Cost 0 0 0) 69 $ 178.00 1 0 0 •I14 w 9 69 V) 61 69 69 69 III 69 69 69 6A .i3 104 09 of vi III 6A 6N 6 IS - /141.4 69 69 69 V9 H 6A 14 6A 69 607 a 0) 60 '9 c 0 7 a W N 0 U W 6A 6R 69 b9 69 49 6.9 6A 6A 69 U) N fA Ui W. 6n 6A V) U) In 69 6A U9 69 U3 64 U) U) N unit $ 1 i0 i Cost 6» M • +A . 69 • . 6n a9 • c9 . ' • F9 • 6A • en Y 69 • 6A • 6A , Uf . 69 • 6A • 609 14 69 69 i N $ 69 - sl 1 ‚9'9'9'9 1 1 . ‚9'9'9'9 a 0 6T Unit S 0 0 t4 0 VI 0 0 6» $ 178.001 $ 1,424.00 ‚94#) V 6{ A 4J A A tl4 6A 6A 6A i N 69 69 64 9 6A M o U N $ 1,602.00 ‚941)14 0 0 oi 0 w I' N 49 D p O c0 ► 6U D Z a 7 7 7 0 .- N 60 n. m Q Pasch material Fabrication Field Labor (Labor Subtotal LL !Lead Foreman 'Total Cost of Work issued 1(12/1017 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners City of Federal Way LMN Architects PR No. 025 Misc Steel Revised Date: 2/15/2017 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: To Be Determined This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 20,830 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W j 922 D te APPROVED BY: City of Federal Way By: Date: LMN Architects JOB FILE 151700 - Change Proposal Page 1 of 1 Date: :y /5 /i7 Garco Construction, Inc. -J 0. Tu ) 7 2\§ o , m g ce z }§ uJ DESCRIPTION 7)# )4 2f 99 ;; 2!i a I � ) 1 7 |(0 a :z :; :§ 0 o 0 k]� } E ORDER PROPOS 1- JOB FILE 151700 - Change Order Request 1 a ORM Re- Orientation /Unload /Shakeout i!e 1 EA $74.82 , $74.82 $74.82 i. $74.82 12 50 3.00 i 20.00 • 5.00 • a..._...._r»__...». 5935.25 $3.,366.90 $1,496.40 fit( , _ 1 $40.00 , Remove & Reinstall Angle Braces Trolley Beam Install QLerable Partition Beams Welding Blanket Roll 150x5 Welding Rod and Accessories Fuel Small Tools Ironworker Pickup 15 1 8f e - 1 _ -� 1 1 1 -.. 1=A EA EA EAR- EA EA EA • -- $650.00 $200.00 $300.00 $2,992.80 8850.00 ._ --- -- $200.00 _r » 9 $300.00 - •Vr._r_..r_. _ $360.00 .1. 1-... -___:. ______ ,_._. r_r ._r -.._ ++.n «» r »r_rr- a »r_rr�— .__rrr__rr 1. Trr_»rr iii -__ter. • _ »_ -__rr - -_ -_ -_ r _ _.. -_ »� w 1 1__ «.._. ., -1-- - -T $1,150.00 $8,791.35 $ °,(tt& . $360.00 Proposal Request Project Project N. mbet Location f Contractor From Architect Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 Owner City of Federal Way 33325 8t`' Avenue South Federal Way, WA 98003 T 253 835 7000 [] Architectural [] Civil [X] Structural [] Mechanical [] Electrical [] Other This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below. All other conditions shall remain the same. Description: PR -025 Misc Steel Construction Additions and Revisions Structural: Additional steel support for the Operable Partition track. The answer to RFI 334 addressed questions about support of the track with the caveat the information provided in SKS -034 and SKS -035 referenced in this PR were intended to provide a general strategy to be verified by the contractor once specific track support layout needs by the installer were available. At a phone conference between Garco, MKA and the Operable Partition installer (Gordon) on 1/13/17 it was confirmed by Garco that no further information on this was required from MKA. 1. Sheets A202, S203 and S205 a. Steel work associated with Operable Partition track support shown on these sheets is captured in SKS -034 originally issued with the answer to RFI 334. 2. Sheet S503 Steel Details. a. Add detail 12/S503 'Operable Partition Support Beam At Main Roof' issued as SKS - 035 associated with the answer to RFI -035 Trolley Beam over grid hatch 3. Sheet S505: a. Add beam over grid hatch at gridiron level per plan and section details per 13/S505 'Trolley Beam Above Grid Hatch'. roke2,5* 40-2.--c,A474,4464 Modifications To Installed Steel And Cold Formed Bracing In Conflict With Shade Pockets 4. Detail 1/S501 Annotated a. At the Lobby south curtain wall east end where steel kickers are in conflict with the shade pocket, raise the braces per the restrictions given in attached Detail 1/S501 that has been annotated for this modification to clear the obstruction. At the new location for the brace a 45 degree angle is not required. The angle can be flatter or even level if required. b. For the east wall, the only conflicts in the shade pocket occur with light gage kickers. Based on the RFI 081 response, MKA indicated that there should be some L4x4 supports to pick up the vertical C6 above the curtain wall, but light gage kickers through there are not required. Any of the light gage kickers at the head of the Lobby CW -1 curtain at the east wall can be removed to avoid the conflict and not replaced. See also attached SKS -036 and SKS -038 referenced in detail 1/S501 as part of the RFI 335 response. [X] Attachments: SKS -034 Operable Partition Support @ Storage Closet, SKS -035 Operable Partition Support © Storage Closet, SKS -036, SKS -038, SKS -039 Trolley Beam Above Grid Hatch, Detail 1/S501 (annotated), , Issued By: Thomas Gerard I A 01.25.2017 (PR -025) RB SEE AN R3 R2 BOOTH RM LiLLU W12x16 AT MAIN ROOF, TYP. ALIGN WITH PARTITION TRACK SUPT LOC BELOW. CONTR TO COORD LOC. SEE 12/S503 (SKS -035) FOR ADDL DET. RB R3 A202 R2 APPROX. OPERABLE PARTITION TRACK LAYOUT, CONTR TO COORD FINAL TRACK LOC AND SUPT POINT CONDITIONS, TYP. C) .3231411-- W8 TO W8 CONN PER 19 &20/S504 R3 >"*---.- Ft S203 ADDL W8X13 [LOW] AS REQD IN EITHER DIR FOR PARTITION TRACK SUPT, TYP, CONTR TO COORD. ":„ Al t R2 ADJUST W8x13 PER 20/S205 TO ALIGN WITH PARTITION TRACK SUPT LAYOUT AND FRMG ABOVE, TYP. CONTR TO COORD FINAL LOGS. RB (2) 7/8" DIA BOLT SHEAR TAB CONN INTO COL WEB SIM W8 TO COL CONN AT GRID R3 & R2. 2L4X4x3/8 HANGER PER 20/S205, TYP Sx:x7, dvekk7,4 L3x3x114 KICKERS FOR HANGING PARTITI() SUPPORT, TYP PROJECT TITLE FWPAEC Operable Partition Support at Storage Closet RFI -334 DATE 12/20/2016 DRAWN BY GTS SKETCH # SKS -034 MAGNUSSON KLEMENCIC ASSOCfATES Sf;xrmv] a CWl 31gMwni 1331 Nlfwh kwnuo, S:Ih iic o, WmFinpon 93101 -2499 2.04 257. 1200 ':20629217.07 www :m.mm 1/2" MAX GAP, TYP 3/8 PL W/ BOLT SPCG AND EDGE DIST PER TYP TYPE C1 DETAILS (AS SHOWN) OR WELDED CONN WITH MIN SHEAR TAB DIM NOTED AT CONTR OPTION, TYP 1/4 TYP W12x16 PER SKS -034 AT S203, CONN TO W21 W/ (3) 7/8" DIA A325 -SC BOLTS (AS SHOWN) OR AT CONTR OPTION 1 /4" FILLET WELD (3) SIDES SHEAR TAB, TYP 2" AT WELDED CONN W21 PER PLAN, TYP 9" MIN AT WELDED CONN HANGERS FOR PARTITION TRACK SUPT FRMG BELOW NOT SHOWN. SEE SKS -034 FOR ADDL DETAIL. OPERABLE PARTITION SUPPORT BEAM AT MAIN ROOF PROJECT FWPAEC TITLE Operable Partition Support at Storage Closet RFI -334 DATE 12/20/2016 DRAWN BY GTS SKETCH # SKS -035 MAGNUSSON KLEMENCIC ASSOCIATES ww.a.t « a s Make ) 301 FlM, h.b,y see 3700 Saito, Wukinske 95101-2699 208 2921200 2062921201 uesr. r:c.me1 MOTORIZED SHADE SYSTEM AND CONN TO PLYWOOD BY MFR NOTES: 16GA 1 "x2 "x0 -2" CLIP ANGLE ES 350S137 -33 @OC 2' -0'I 350S137-33 @ EA HANGING C6 #10 -16 SCREWS, TYP 1. SEE 2/S501 FOR INFORMATION NOT SHOWN. CONT 350T125 -33 T &B PLYWOOD PER ARCH, MOUNT TO SIDE OF EA HANGING STUD W/ (3) #10 -16 SCREWS SHADE POCKET STRUCTURAL STUD SUPPORT - REVISED PROJECT FWPAEC TITLE Shade Pocket Structural Stud Support - REVISE D RFI # 335 DATE 12/20/2016 DRAWN BY Idol SKETCH # SKS -036 MAGNUSSON KLEMENC1C ASSOCIATES 3tcxturol « C1 !mincers IOl MO61 Awn., Sut+e 32a) ;mi4e, Wali AP&TI Yi 101.2699 L• XI6 297 1200 F: 706 292 I7A1 EXT DECK TO EDGE 114" ROOF DECK EDGE PL PL 3/8 FULL - FITTED STIFF SEE PLAN CL BM SEE ARCH 1 ROOF DECK, SEE PLAN C6x10.5 @ 4'-0" OC ALIGN WITH L3X3 WP WP 318" PL SIZED TO FIT L3x3 RAISE ANGLE KICKER ABOVE SHADE POCKET AND STUD FRAMING, MIN DIMENSION SHOWN FOR NEW LOC STUDS PER RFI 335 RESPONSE ** --11111111ZIrrelowx Twin, 08x11.5 tOIT. MIN (2) cH$$NELS PER LENGTH MAX 12" FROM EACH END CURTAIN WALL BY OTHERS U rt w w SHADE POCKET PER ARCH * 45 degrees does not need to be maintained at brace, can be flatter. ** SKS -036 (south Wall) SKS -038 (East Walt) DETAIL From S501, annotated for PR -025 1 1/2"1'-O " .4, –4— 4 350S137 -33 @ -.-' , STUD . ` -s-,� ..........3 KICKERS m1 10TORIZED SHADE YSTEM AND CONN TO LYWOOD BY MFR r PLYWOOD PER ARCH, MOUNT TO SIDE OF EA HANGING STUD W/ NOTES:(3) #10 TEK 1, SEE RFI 81 & SKS -012 FOR INFORMATION NOT SHOWN. #10 TEK, TYP CONT 350T125 -33 L4 4 K 3/8 SHADE POCKET STRUCTURAL STUD SUPPORT - EAST WALL 0.14 d W I4 PROJECT FWPAEC DATE 12/20/2016 TITLE Shade Pocket Structural Stud Support - East Wall DRAWN BY Idm RFI # 335 SKETCH # SKS -038 MAGNUSSON KLEMENCIC ASSOCIATES IRVIN* ♦ GMit d, taut Filth Aroma, Sul,o320) SwN., Walinye i 951014699 11206 2y21200 !12.06 2921201 ro ELEVATION CL GRID_ HATCH BELOW DET A SIM DETAIL A DETA DET B CMU WALL PL3/8x10 "x0' -10" W/ (4)112" t KWIK BOLT 3 @ 8" GA, MIN 3 1/2" EMBED, MAINTAIN 1 1/2" CLR OF MORTAR HEAD JTS PL3 /8 W/ (2) 7/8"0 A325 LSL TROLLEY BEAM ABOVE GRID HATCH DETAIL B 2 3" 2 1/2" PROJECT FWPAEC TITLE Trolley Beam Above Grid Hatch PR-025 DATE 01/16/2017 MAGNUSSON DRAWN BY Idm KLEMENCIC SKETCH # SKS -039 ASSOCIATES Sirydurol r CMI trwtrrev s 1 301 Flff, A,en"o, S:hh 3)2[70 Soo**, Wa#znyon 9A701 -2499 is %00 2911200 r: 7A5 242120: wmrlr:+n mm 25 k L? I o W24x55 1 0 p ti W18x35 j M � M In A W24x55 o tC) x co 22k W6x15 [ -17 5/8 "] co - '. it 'x �®w I EL M m kr c—,--,5 @ ELEVATION CL GRID_ HATCH BELOW DET A SIM DETAIL A DETA DET B CMU WALL PL3/8x10 "x0' -10" W/ (4)112" t KWIK BOLT 3 @ 8" GA, MIN 3 1/2" EMBED, MAINTAIN 1 1/2" CLR OF MORTAR HEAD JTS PL3 /8 W/ (2) 7/8"0 A325 LSL TROLLEY BEAM ABOVE GRID HATCH DETAIL B 2 3" 2 1/2" PROJECT FWPAEC TITLE Trolley Beam Above Grid Hatch PR-025 DATE 01/16/2017 MAGNUSSON DRAWN BY Idm KLEMENCIC SKETCH # SKS -039 ASSOCIATES Sirydurol r CMI trwtrrev s 1 301 Flff, A,en"o, S:hh 3)2[70 Soo**, Wa#znyon 9A701 -2499 is %00 2911200 r: 7A5 242120: wmrlr:+n mm GARCCON -01 SSIMPSON ACRD CERTIFICATE OF LIABILITY INSURANCE DATE 01/30/2017 (30/Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BFI -OW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED F ESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMr ..)RTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BK-JET Group, LLC 999 W Riverside Avenue, Suite 510 Spokane, WA 99201 CONTACT Stacia Simpson NAME' PHONE (HIC, No, Ext): (509) 319 -2912 FAX (A/C, No):(509) 319 -2920 E-MAIL DSS: ssimpson @bkjet.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Company 16535 INSURED Garco Construction, Inc. P.O. BOX 2946 4114 E BROADWAY AVE Spokane, WA 99220 INSURER B : Great American Insurance Company 16691 INSURER C : Alaska National Insurance Company 38733 INSURER D : Travelers Property Casualty Company of America 25674 INSURER E: CLAIMS -MADE INSURER F : OCCUR COVERAGES CERTIFICATE NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM /DD/YYYYL POLICY EXP (MMIDD/YYYY) LIMITS A )( COMMERCIAL GENERAL LIABILITY X X GLA 0084374 -02 12/31/2016 12/31/2017 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR PREM SES Ea occur° nce) $ 300'000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PR8, PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP /OP AGG $ 2,000,000 WA STOP GAP $ 1,000,000 _ A HANY )MOBILE LIABILITY AUTO OWNED AUTOS ONLY AUTOS ONLY X SCHEDULED AUTOS NON-OWNED ONLY X X GLA 0084374 -02 12/31/2016 12/31/2017 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ $ BODILY INJURY (Per accident) PROPERTY accidentDAMAGE $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X TUE 5955928 14 12/31/2016 12/31/2017 EACH OCCURRENCE $ 20,000,000 AGGREGATE $ 20,000,000 DED X RETENTION $ 10,000 $ C WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N NIA 16H WS 31391 08/10/2016 08/10/2017 PER STATUTE OTH- ER E.L. EACH ACCIDENT 1,000 000 $ ' E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ D Builder's Risk 660- 4G415122 12/28/2015 07/26/2017 COC Limit 22,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AS RESPECTS: FEDERAL WAY PERFORMING ARTS & EVENT CENTER: CFW RFB #15 -013. LOCATED AT S 316TH ST & S 20TH ST, FEDERAL WAY WA 98003 ALL OPERATIONS OF THE NAMED INSURED ARE COVERED BY THE ABOVE POLICIES WHILE PERFORMING WORK FOR THE CERTIFICATE HOLDER. PRIMARY AND NON - CONTRIBUTORY ADDITIONAL INSURED STATUS IS GIVEN TO THE CATHOLIC HOUSING COMMUNITY AS GRANTED BY THE FORM ATTACHED. WAIVER OF SUBROGATION DOES APPLY PER THE FORM ATTACHED. CERTIFICATE HOLDER CANCELLATION CITY OF FEDERAL WAY 33325 8TH AVENUE SOUTH FEDERAL WAY, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988 -2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Addl. Prom Return Prem. $ $ THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: IC you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. fJ- Cii, -92S -R CW (32/01) Page Iof1 Other Insurance Amendment — Primary And Non - Contributory 9 ZURICH Policy No, Eft.. Date of Pol. Exp. Date of Pol. Elf. Date of End. Producer No. Addl. Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence ", offense, claim or "suit ". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non - contributory basis. All other terms and conditions of this policy remain unchanged. U.GL -1 327 -B CW (04113) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non - contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV— Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence ", offense, claim or "suit ". This provision does not apply to a policy in which the additional insured is a Named Insured on such other policy and where our policy is requireu by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section 111 — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U- GL- 1175 -FCW (O4 /13) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO THE LOSS EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -- Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard ". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III -- Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1 — Coverage A, and for all medical expenses caused by accidents under Section 1 — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard ", and for medical expenses under Coverage C regardless of the number of: a, Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits ". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 25 03 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1— Coverage A, and for all medical expenses caused by accidents under Section 1— Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products- completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. Page 2 of 2 C. When coverage for liability arising out of the "products- completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products - completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. if the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section 111— Limits Of insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Q Insurance Services Office, Inc., 2008 CG 25 03 05 09 Additional Insured - Automatic - Owners, Lessees Or Contractors Policy Na. Elf: Data of Pol. Exp. Date of Poi. W. Date of lind. , Producer No. Addl. Preto Return Pretty, THIS ENDORSEMENT CHANCES THE POLICY, PLEASE READ IT CAREFULLY. Named Insured: Address (including 21P Code): This endorsement modifies Insurance provided under the: Commercial General Liability Coverage Part A. Section i[ -- Who ls_ An Insured is amended to include as an additional insured any parson or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement, Such person or organization Is an additional inspired only with respect to liability for "bodily injury", "property damage" or " personat and advertising injury" caused, in whole or in part, by: 1, Your acts or omissions; or 2. The acts or emissions of those acting on your behalf, in the performance of your ongoing operations or your work" as included in the "products- completed operations hazard ", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. l3. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: 'Bodily injury ", "property damage" or " personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a, The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering aclivitles. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of otters by that insured, if the "occurrence" which caused the "bodily injury" or "properly damage", or the offense which caused the "personal and advertising Injury; involved the rendering of or the failure to render any professional architectural, engineering or surveying services, Includes copyrighted matorial of insurance Services Mice, Inc., with its permission. U L -17s -F OW (114112) Pap 1 of 2 C, The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section iiV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured Is a Named Insured if the written contract or written agreement requires that this coverage be primary and non- contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other insurance Condition of Section IV— Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other Insurance available to an additional Insured provided that: a. The additional insured Is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other insurance Condition of Section IV-- Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence ", offense, claim or "suit ". This provision does not apply to any policy In which the additional Insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional Insured which has been added to this policy by an endorsement showing the additional Insured In a Schedule of additional insureds, and which endorsement applies specifically to that Identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section 1111— Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of insurance shown in the Declarations, whichever Is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission, U•GL -1175 F Cw (04/13) Page 2 of 2 RETURN TO: PW ADMIN EXT: 2700 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 7PVe+L- 2. ORIGINATING STAFF PERSON: I.r 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ ❑ PROFESSIONAL SERVICE AGREEMENT ❑ ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE CONTRACT AMENDMENT (AG #): IS- Z 1 I• ❑ OTHER CAA '€ O 1LD G V. J ExT: 2-1 \ 3 3. DATE REQ. BY: AsA SMALL OR LIMITED PUBLIC WORKS CONTRACT MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME: e C �Cr M:Qs. A {'3t, 6. NAME OF CONTRACTOR: r` �t u1tS (rO_cw c_ 5 CU c, <; 01/1 (fit teC' ADDRESS: %r pool te-S ?attlr.ne_ E -MAIL: SIGNATURE NAME: \krJ \ S \JA O ill:a. TELEPHONE: SO e(- 5,35- 4I FAX: SCxi - 53s -138 4 TITLE: \IC? 7. EXHIBITS AND ATTACHMENTS: SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 15 103 Z2 BL, EXP. 12/31/ \ 7 UBI # 6O Z L� Ot \ .6Q EXP. 3 / 31 / \ 7 S. TERM: COMMENCEMENT DATE: tc.5IN \ COMPLETION DATE: emir Tr 2 0 \ -► 9. TOTAL COMPENSATION: $ LA C.•o.i. O%e G• (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES is NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ly9 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE To: N.) 1A 10. DOCUMENT / CONTRACT REVIEW ❑- ggnIFC'TMANA jE. l DEPUTY DIRECTOR IK DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) 12. CONTRACT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED INITIAL / DATE REVIEWED `r✓�',- \ \\O\ \-7 COMMITTEE APPROVAL DATE: DATE SENT: pyvp.; 1 I / 1 / 1 1 ❑ LAW DEPT ❑ CHIEF OF S )9 SIGNATORY I10 CITY CLERK [ASSIGNED AG # I SIGNED COPY RETURNED p RETURN ONE ORIGINAL COMMENTS: EXECUTE " Z. " ORIGINALS C. he•ANi� oCct t C R DIRECTOR) 1 CC. try dc -3tt tr:Gi't\a\ • DATE SENT: 2-2 '1 T -L--e- Crti Of\ 1 J . INITIAL / DATE APPROVED COUNCIL APPROVAL DATE: DATE REC'D: t 13o(1 5` 4 O.U%v\ ot.i• a•- 1/15 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 15 -216 005 January 10, 2017 PROJECT CHANGE ORDER EFFECTIVE DATE NUMBER NUMBER FEDERAL WAY PERFORMING ARTS & EVENT CENTER GARCO CONSTRUCTION PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ['Unchanged ® Increased ❑ Decreased by 30 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? X Yes I I No X Yes ❑ No 1. Extension of Contract Time: In recognition of the unusually severe weather conditions from mid - September 2016 through the date of this Change Order, and in accordance with Section 2.6.3 of Section 007000 of the Project Specifications, modify Contract '1.2 Completion Date' and `2 Term' from 540 calendar days to 570 calendar days. The Owner and Contractor agree this Change Order does not add any costs to Contract Amount. The Owner and Contractor further agree that this Change Order encompasses all delays and claims from the commencement of the project through the date of this Change Order and no additional delays or claims will be contemplated for said time period. Summary Total: $0 Washington State Sales Tax: $0 TOTAL THIS CHANGE ORDER: $0 PRICE CHANGE: NO CHANGE TOTAL NET CONTRACT: NO CHANGE CHANGE ORDER AGREEMENT 1 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. ..----'- 77° 6/L- CON1 RACTOR'S SIGNATURE DATE DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $ 24,15 8,160.00 $ 683,923.30 $.00 $ 24,842,083.30 ;/05. 7 R'S SIGNATURE DATE CHANGE ORDER AGREEMENT 2 RETURN TO: PW ADMIN EXT: 2700 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS /-?iktc---- 2. ORIGINATING STAFF PERSON: t■ tA\S:‘. 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE gC CONTRACT AMENDMENT (AG #): B1 OTHER C, hand Pratt" 0 0 EXT: -1V-5 3. DATE REQ. BY: PrsA� SMALL OR LIMITED PUBLIC WORKS CONTRACT MAINTENANCE AGREEMENT HUMAN SERVICES / CDBG SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) RESOLUTION INTERLOCAL 5. PROJECT NAME: \ e. * oCrA "neh- tcr-tS 21- G■)t1\ t L.A.+n4 J' 6. NAME OF CONTRACTOR: U cr.Cc,0 LOf1Sws �; e-v O A ADDRESS: I ' \ \ \ q t �Cncl- P L tc.c n L. WA 9 2.0 7 TELEPHONE: 5-09 - S3,5-- qt., 88 E- MAIL: FAX: SO of - S3S- lIp>4 SIGNATURE NAME: \AO\ \:3 .0,1-11-e.. t"C TITLE: 1i I-' 7. EXHIBITS AND ATTACHMENTS:24 SCOPE, WORK OR SERVICES *COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # / 5 ID .czz 8 BL, EXP. 12/31/ r 7 UBI # bO Z$OQ 1 60 , EXP. S /3 t / 17 8. TERM: COMMENCEMENT DATE: JCS COMPLETION DATE: MA 311 ?_O I z3 0? = zy, B,-Iz, 0 8 3,� 9. TOTAL COMPENSATION: $ Z Li) -7 S 7, S +-13. -- 4- 8 Li t S 417. (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES [NINO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: )m YES ❑ NO IF YES, $ —I t -724 . 07 PAID BY: ja CONTRACTOR ❑ CITY 306 - se oo -t k 0 - Scfq - ,c8- (=So 01 PURCHASING: PLEASE CHARGE To: 10. DOCUMENT / CONTRACT REVIEW u DIVISION MANAGE.o p DEPUTY DIRECTOR ,19 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 49 LAW DEPT INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING J!9 SENT TO VENDOR/CONTRACTOR DATE SENT: lino.. \ (7( L 11 DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED ❑ LAW DEPT ❑ CHIEF OF S r SIGNATOR ❑ CITY CLE sp ASSIGNED AG # Ca SIGNED COPY RETURNED °RETURN ONE ORIGINAL COMMENTS: EXECUTE " 7i" ORIGINALS C- 1%o.n OR DIRECTOR) c lr ce $ �1 S∎1- & LOA di}1°'' 1- �SUfc.�L Sict, e.uthot'Zt%\ \i' c.2n5, p 1/15 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 15 -216 004 PROJECT CHANGE ORDER NUMBER NUMBER January 10. 2017 EFFECTIVE DATE FEDERAL WAY — PERFORMING ARTS & EVENT CENTER GARCO CONSTRUCTION PROJECT TITLE CONTRACTOR SUMMARY OF CHANGES: 1. Proposal Request # 6: Provide material and labor to modify security system. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $6,693.00 2. Proposal Request # 13: Provide material and labor to add electrical circuit for Fire Jockey Pump. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $5,105.00 3. Proposal Request #16: Provide materials and labor to add conduit between City Fiber System and Traffic Control. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $2,303.00 4. Proposal Request #17: Provide materials and labor to correct water main and storm drain conflict at 314th. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $8,085.00 5. Proposal Request #20: Revise kitchen equipment. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. No Cost. 6. Field Authorization #1: Modify orchestra pit foundation footing drain clean outs. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. No Cost. 7 Field Authorization #2: Provide materials and labor to locate side sewer and extend to building. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $5,024.00 8. Field Authorization #3: Provide materials and labor to pothole water main. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $1,370.00 9. Field Authorization #4: Provide materials and labor to expose water main and cover with CDF. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $ 10,099.00 10. Garco Change Order Request # 2: Pile Changes and Impacts. Provide materials and labor to provide additional piles and larger equipment to drive piles as well as compensation for production impacts. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $39,393.00 11. Garco Change Order Request # 5: Provide materials and labor to install bullet proof glass at ticket windows. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $3,234.00 12. Lakehaven Back Charges: For Federal Way PAEC project number 6314018. See attached Exhibit A for price breakdown and Exhibit B for back up document. CREDIT <$4,490.00> CHANGE ORDER AGREEMENT 1 Summary Total: $76,816.00 Washington State Sales Tax: $7,724.07 TOTAL THIS CHANGE ORDER: $84,540.07 SCHEDULE: The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by zero (0) Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? PRICE CHANGE LUMP SUM INCREASE ❑ Yes X No ❑ Yes ❑ No TOTAL NET CONTRACT: INCREASE $ 84,540.07 (Eighty -four thousand five hundred forty and 07/100 dollars) STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governs' e types of construction. TRACTOR'S SIG rATURE DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT DATE $ 24,158,160.00 $ 599,383.23 $ 84,540.07 $ 24,842,083.30 CHANGE ORDER AGREEMENT 2 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT A - A. PRICING FOR APPROVED CHANGES AS LISTED BELOW: Change Order # 4 1. Proposal Request # 6: Provide material and labor to modify security system. ADD $6,693.00 2. Proposal Request # 13: Provide material and labor to add electrical circuit for Fire Jockey Pump. ADD $5,105.00 3. Proposal Request # 16: Provide material and labor to add conduit between City Fiber System and Traffic Control. ADD $2,303.00 4. Proposal Request # 17: Provide material and labor for water main and storm con- flict at 314th. ADD $8,085.00 5. Proposal Request # 20: Modify kitchen equipment. No cost 6. Field Authorization #1: Modify orchestra pit foundation footing drain clean outs. No Cost 7. Field Authorization #2: Provide materials and labor to locate side sewer and ex- tend to building. ADD $5,024.00 8. Field Authorization #3: Provide materials and labor to pot hole water main. ADD $1,370.00 9. Field Authorization #4: Provide materials and labor to expose water main and cover with CDF. ADD $10,099.00 10. Garco Change Order Request # 2: Pile Changes and Impacts. Provide materials and labor to provide additional piles and larger equipment to drive piles as well as compensation for production impacts. ADD $39,393.00 11. Garco Change Order Request # 5: Provide materials and labor to install bullet proof glass at ticket windows. ADD $3,234.00 12. Lakehaven Back Charges: Charges per Lakehaven as documented on 'AcctMgmt- 6314018.xlsx (Update 11/22/16 BIA). CREDIT <$4,490.00> SUB - TOTAL: $76,816.00 WSST ON SUBTOTAL: $7,724.07 TOTAL THIS CHANGE ORDER: $84,540.07 Page 1 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT B - A. CHANGES DOCUMENTS AS NOTED BELOW: Change Order # 4 NUMBER REQUEST NAME ISSUE DATE NUMBER OF SHEETS PR # 6 Modifications to Electrical and Technology — Modify security system 07/20/2016 15 pages PR # 13 Additional circuit for Fire Jockey Pump (FJP) 06/24/2016 4 pages PR # 16 Connection between City Fiber System and Traffic Control 07/06/2016 5 pages PR # 17 Water Main and Storm Drain Conflict at 314th 08/08/2016 5 pages PR # 20 Kitchen Equipment Revisions 12/02/2016 1 pages FA # 1 Modify footing drain clean outs 02/12/2016 1 pages FA # 2 Sanitary Sewer Line 08/19/2016 4 pages FA # 3 Existing water main field verification 08/25/2016 3 pages FA # 4 Water Main Cover at Parking Lot Paving 10/07/2016 5 pages COR # 2 Pile changes and impacts 07/27/2016 11 pages COR # 5 Bullet Proof Glazing at Ticket Windows 12/22/2016 4 pages Back Charge #1 Lakehaven Back Charge per AcctMgmt- 6314018.xlxs (Update 11/22/16 BIA). 11/22/16 3 pages 1 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project Federal Way Performing Arts & Event Center PR No. 006 City of Federal Way Elec & Technology Issued by Lorex Partners City of Federal Way LMN Architects Issued to Date: 12/2/2016 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. PR -006 Changes Revised on 7 %20 +2016 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work It does not include any cumulative schedule or cost Impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work TOTAL - Change Order Proposal ADD: $ 6,693 SUBMITTED FOR APPROVAL BY: APPROV,D BY: GARCO CONSTRUCTION, INC. Lora/Tanners P.O. Box 2946 r Spokane, WA . A 9990 By: � .4M /Lil /z./ ate City of Federal Way By: Date: LMN Archlte is By Date' /34fip JOB FILE 151700 - Change Proposal Page 1 of 1 Garco Construction, Inc. 111111E DESCRIPTION 1 OUAN. I` U.T I UNIT PRICES TOTALS Luba 1 WtwLl Equip. 1 01Mr I. LOON WtwW Equip. ! Oar [ 1a4. TOTAL 11001.00 T.fnon 09. OO..dm1.3J 7.95 R.*..n. 10 / L0 !.00100 9.9u 9.w 0100109 Ev.q..1n Meeru. 7 0 L9 947.90 907. :I I {} 197 4771 -10TAU f 1 $ 1911 Is _If 5 H $ 1010 0..3..44 OM F.nu....Lm. 1S454tf44.4d Sd wan 7790, 3 N O•11o..1Itd.1le.OS11 4 CO, 1 Al 7.. MO AM.u.d l4. M.1nW lyp..1M1 CM., 199, 1 24 1..1111 *.+.91 49911 1 727 11410701111 t 1L00 11564.94 110, 1 4 Bud * WM 1 43 TOTAL • CHANGE ORDER PROPOSAL 5 6,613 JOB FIIP 151700 T*49. 0.*I R1gr1l Contractor's Name: TEKNON ELECTRIC Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 4- Nov -16 Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: PR -006 PRIME CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions /Comments 1 Direct Materials 2 Sales Tax on Materials 0 013% of line 1 SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions /Comments $861.55 RedHawk Fire and Securit 52,856.00 50.00 52.856 00 3 Direct Labor 4 Direct Supervision (hourly workers) 15 00% of fine 3 S000 5738.55 54.699 27 15, 5110.78 S0 00 5 Labor Insurance Taxes & Fringe Benefits 11 24% of line 3 & 4 16. 595.46 55,263 19 fringe included in 3 4 6 Small Toots & Consumables 5 00% of hie 3 5315 79 536.93 0.000% of line 34 7 Rental Equipment 8 Sales Tax on Rental Equipment 9 50% of kne 5 50.00 18. 50 00 50.00 1.000% of line 34 9 Owned Equipment 10. SUBTOTAL (add lines 1 -7) 555 79 $0.00 50 00 0.000% of line 34 51.843 27 11. (Delays Only) Field Office Overhead 0 Days X Rate SUE 50 00 12. PRIME CONTRACTOR SUBTOTAL (Add Lines 10 8,11) 51,843.27 50 00 Remarks 28 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. Req Remarks PRIME CONTRACTOR MARKUPS Revisions /Comments Prime Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Prime's Home Office Overhead (G&A) SUBTOTAL (add lines 28 -31) Prime's Profit (From Profit Worksheet) SUBTOTAL (add lines 32 & 33) Prime Contractor's Builder's Risk Prime Contractor's Insurance Prime Contractor's Bond Premium SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax TOTAL. COST (Add Lines 36 & 37) SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions /Comments 13 14 RedHawk Fire and Securit 52,856.00 52.856 00 S000 54.699 27 15, 5563 91 S0 00 6 00% of line 32 16. 55,263 19 S0 00 5315 79 17. 0.000% of line 34 50.00 55 578 98 18. 50 00 50 00 1.000% of line 34 19. 555 79 50 00 0.000% of line 34 20. 50.00 21. 50 00 22. 23. _ 55,662.04 50 Do 50 00 24. 50 00 25. So 00 26. 27. 5o 00 SUBCONTRACTORS' SUBTOTAL (Add fines 24-26) " ' ` 52,856 00 28 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. Req Remarks PRIME CONTRACTOR MARKUPS Revisions /Comments Prime Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Prime's Home Office Overhead (G&A) SUBTOTAL (add lines 28 -31) Prime's Profit (From Profit Worksheet) SUBTOTAL (add lines 32 & 33) Prime Contractor's Builder's Risk Prime Contractor's Insurance Prime Contractor's Bond Premium SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax TOTAL. COST (Add Lines 36 & 37) 12.00% of line 30 51,843 27 52.856 00 54.699 27 5563 91 6 00% of line 32 55,263 19 5315 79 0.000% of line 34 55 578 98 50 00 1.000% of line 34 555 79 0.000% of line 34 50 00 0.484% of line 38 55.634 77 527 27 _ 55,662.04 _ Work Days Attach Justification (Schedule Analysis) For Each Time Request Calendar Day Signature & Title of Preparers ITEMS OF WORK FOR PRIME CONTRACTOR QTY I UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cost Total Cost Hrly Rate Hrs/Unit Total Cost Days Rate Total 3/4" emt for electrical power to door 3/4" emt comp connectors 3 /4 "emt comp couplings 401 ft eT ea 121 ft 50 56 51.72 52.091 522.40 565 72 0.04 5105 15 510.34 525 10 565 72 S65 721 0.07 527 60 t_ 0.06 547 32 -i 3/4" emt strut straps 6666 1 7/8 _ uni•strut -_ -__ ___ misc hardware - - 812 thhn wire wirenuts ---- »_�- _- -- - - »-_- 4x4 boxes N -_ -•_ 5j ft 10' ft i -_ -» 11 ea 160, fl » -- -18; ea .5655_ 3r ea S0 821 $1 49 .-- -- --- $50 00 j 5105 50.15 56.79 54.12 514 90 1 565.721_0.03 565.72 .55.56 $65 72 565 721 565 72 __5657-_ 565 72 _ ___ _ _ » 0.05 59 86 F i i Z 532 86 550.00 0.10 56 57 5168 00 -0.02 5210 30 52.70 0.02 523 66 520.37 »0 to 519 72 j mudrings 31 1 40t 61 2r 101 41 •- ----- » -_ -_ 2' ea 54 56 513.68 565 72! 566 72 0.10 0.50 519 72 Plenum aces control wire i reel 5441.05 5441 05 $33 36 1" emt for access control cabling {- ft ea ea 50.82 53.04 $3.13 532 68 567.72 ] 0.04 $108 35 ;f 1" emt comp connectors 1 "emt comp couplings 1" emt strut straps bline dips •--- °---5666»-- J- box- __ -_ -_ __- $24.29 $68 72 0.07 538 48 56.27 569.721 0.06 58 37 1 ea 51 07 510,73 S70.724 0.03, 521 22 ea t--- »_ «- ea 50.33 _.« -.-. 56.79 51 34 571.72 572 72 6556» 0.04 511 48 513.58 0.104_ 514 54 I _----- ------ ---- ----- - --- - -_ -------------- - -_--- -------------- - - - - -- ______ --------------- »_ » » »_____ - -- - -- --- _ - »_ -4 •_ »» .6666- »» •- -_ ». 4- --- - --;-- } _ ---- ------ t I. T •--- - -__ »_- %- I - - -- ♦■ L ♦. 1 --- - -- -__ -- ---------------- ---- - - - - -- •--------- _ -- -» -- ----- -- ---- -. __ -___�_ t_ -Y __- __.________- �- - -__ -6666 - - - - -- ---- - - - - -- 1-- »------- - - -' - •---- - - - --- _ -- ._ . t t - -- �- 1 __ -- J -- --I -- - ----I -- » - - - -- •_ -___ • -6555----- _ -- ___ ._.»»»._i- - - -- --- - --- -- - - - -- »1 »1»__ .- ___- _r1..» -.... �____ »___ - »i_-- -I- ---- - - - - - -- » -__ - -_._ «» ---- - »t--- - -r-- - - - - - -_- Ywam _.4________ »____T- __ - - ---------_--- ----- - ------- »--- _ -- M _rte --56.56__ t--- - M..--... ---- - -_- - - »__ -- ---- - -_ -- »-- - - »»» ----- -_ -__- Total (Rented) j OWNED EQUIPMENT Days Rate Total _---------- 6666_- » - - -- ---- r - _ - -_.- '-- »• I j ----- t- _ - - - 1 ... -, ♦ ___________+-___ r_...�»_ ♦ -_i___ 1-- ---- - ----- »__ » » »- � »_ - »_ -_ 6656_ »_W»._..__ ».. »_. »_.1r___ •-- - - - --- 6666_ -_ - -_. ------ ___________ . »._ »__ »_ »______- w• » «.._ ».... • -_- - _' - - -_- --6666 -- -- ---- ____•_ » » »_- ___-- •t---- -I.__ - ...... - -- _Jj »»__7.___- r - ---- ----- ». --- -- _- ---6666 -_ ...... ..... ....,...m....................................... ■ _w 6665 -_r _»» DIRECT PRIME CONTRACTOR'S TOTALS 5861 55 $738 55 Total (Owned) TOTAL EQUIPMENT RED HAWK Fire & Security Date: >"r9 2011 CHANGE ORDER DETAIL # 2 Project: Federal Way Performing Arts Cente: Job No: 151244 To: Teknon Electrical Services Attn: Chris Morris Phone: 425.895.8535 Fax: 425.895.0535 Title' PR 006 Description of Work to be Performed: Additional work per PR -006 21312 300, Oral. SE, Suit. 103, Borh.n, WA. 86021 Phan* (421) 460-2600 F.r. (425)410-2t111 Viso us online at: www.ndh+wkua.com Red Hawkb F5 CO*: Electrical RFI #: Electrical CO #: Gen Contr RFI #: Arch ASI #: Notice to Proceed Date: Ref. Draw ng or Spec.: ?„)atenais Provided: Item #: Qty: l Mt4 i Model: (Description: 1 I 1• • n Options 1E2 -2 .SC2 'Door Controller: (2) RSC -2 Modules wf 6A Power Supply & E2 Enclosur 2 I 1 IHIO :020N t R40) Class SE Proximity Reader: Standard 3 1 !Bosch ;DS151i 'Request to Exit PIR, 8x10 Coverage: LED: Black 4 1 1 lInterloglx (Sentrol) 11076W.N (Door Position Contacts: Recessed Frame Mount: 1' SPST: 1' Gap: 18` 5 6 7 8 9 10 11 12 13 14 15 ' 16 17 18 19 20 CR BREAKDOWN: A. Material Summary 8 Labor / Mist Summary C. Subcontract Summary Sub-Total Labor & Materials: D. Sales Tax: Total Change Request Proposal: Critical to Schedule. Cost Effect: An extension of: By: Originator Yes Yes 52,009.00 ADDITIONAL CR SCOPE: Permits: No Bond: No Sales Tax: No Blueprint Service: Yes 5847.00 Insurance: No Job Storage: No Tools: No Parking Fees: No $2,856.00 B &O Tax: No Other: No ¢2,856.00 additiona' days is Requested for this change Date: 9/9/2016 Joe Skvarla Authorization to proceed. This Change Request Proposal is approved. By: Date. NOTE: 1- This Change Request Proposal is valid for thirty (30) days from the date above. 2- Red Hawk FS hereby reserves the right to make claim for extension of time and / or claim for additional costs 3- This change order must be signed, dated and returned before Red Hawk FS can perform any of the above mentioned changes Urgent: Project FWPACEC Owner City Of Federal Way Subject PR 006 YES 1,EAPaRE N �tOAt'STRLCTAOW SPECIALTIES- CHANGE ORDER REQUEST - PROCURE Need Response By: ASAP Change Order Request # 2 Date 05/18/216 Architect LMN Architects Contractor. Garco Construction Job# 4120MC Reference. Card reader add to opening no. 109 Architectural: x Request Card reader add to door no. 109 to match opening 111 (as submitted). Note: Auto operator change from push side to pull side of door in Vestibules 101 and 109 did not impact cost. Requested By Dan Lampert Attachments NA NOTES Note: Please send change propossal, items have been revised in our schedules. Cost Impact. Yes Estimated Cost: $397.00 Notes Response By. Date: 1410 37th Street NW, Suite A, Auburn. WA 98001 Phone 253- 288 -8455 Fax 253- 288 -8456 Proposal Request Federal Way Performing Arts & Events Center 12066 Federal Way. WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 8m Avenue South Federal Way, WA 98003 T 253 835 7000 [X] Architectural [] C.vil [] Structural [] Mechanical [X] Electrical [X] Technology Lmn This supplement when executed forms a part of the Contract Documents and modifies the origin bidding Documents dated August 14. 2015 and subsequent addenda only to the extent specifically shown and noted below All other conditions shall remain the same Description: PR -006 Rev 1 Revisions are in italics and dated 7/20/2016 Modifications to the Electrical and Technology Drawings Electrical: 1. Sheet E201: a. Revise location of door operators at Entry Vestibule 101 and BOH vestibule 153. Technology: 1. Sheet T201: a. Revise location of, and remove redundant operators at Entry Vestibule 101 and BOH Vestibule 153. T201 has been updated to show that (1) operator was removed on the exterior near door 153 A (Revised 7 /20/16). b. Add card reader and door contact to Storage 109. 2. Sheet T203 a. Remove redundant pushbuttons at both catwalk door locations. 3. Sheet T401 a. Revise one -line diagram number /titles and room names. 4. Sheet T501 a. Revise enlarged plans numbers /titles and room names. 5. Sheet T502 a. Revise elevations numbers /titles and room names. Architectural (Revised 7/20/16): 1. Sheet A610 Door Schedule' a. Revise Door 109 Hardware Set reference number to 69. Hardware (Revised 7/20/16): 1. Spec section 087100 Door Hardware: a. Add Card Reader to Door 109, new HW69 b. Add new Hardware Set HW69 as follows: HW69- Door 109 3 EA HINGE 5BB14.5X 4.5 652 1 E4 STOREROOM LOCK ND8OPDATH 626 1 EA ELECTRIC STRIKE 6211 FSE 630 1 EA SURFACE CLOSER 4011 689 1 EA KICK PLATE 840010 "X2 "LDWB4E 630 1 EA WALL STOP WS401CCV 626 1 EA GASKET /NG 770AA AA 1 EA DOOR BOTTOM 365AA AL 1 EA THRESHOLD SUPPLIED BYOTHERS 3 EA SILENCER SR64 GRY CARD READER - WORK OF DIVISION 28 POWER SUPPLY- WORK OF DIVISION 28 OPERATIONAL D/SCRIPTION OUTSIDE LEVER FIXED. ENTRY BYCARD. FREE EXIT ATALL TIMES. NOTE: INSTALL PERIMETER SEALS BEFORE EXIT DEVICE, STRIKE, AND CLOSER. DO NOT NOTCH SEALS. STRIKE AND CLOSER INSTALL ON MOUNTING BRACKETS. ADJUST CLOSER TEMPLATES ACCORDINGLY. (X] Attachments: E201 Ground Floor Power Plan, T201 Ground Floor - Technology (Revised 7/20/16), T203 Catwalk Level Plan - Technology, T401 One Line Diagrams - Technology, T501 Enlarged Plans - Technology, T502 Room and Rack Elevations - Technology, A610 Door Schedule Issued By: Thomas Gerard 0720.2016 (PR-006) Rev 1 r .7."'"gr• "--"r!!)■:..7;,='"'""`"""'"' FEDERAL WAY PERFORMING ARTS 1 EVENTS CENTER CCNSIPUCTION DCCUMENTS — CR:j • it: rCrarinr as. rpm. rernsalwareek■ sa. wolmer,..16.1.10...1 . 41) • -6■15" so— elk- 4b•-- GROWL:, LEVEL ...no. KAN PCINEP E201 4 Maa •••••• 71 a "."0 -f • co • o • • - •••••• •••-• Li -••••••• I ' Jr-1 ft' I "--/ • k far -r, _ _ :. • • 7 ' a L....1, • 47-76.1-7- r-moNmm • , • • Lmr-k:--- PAE FEDERAL WAY PERFORMING ARTS IL EVENTS CENTER CONSTRUCTIOM DOCUMENTS .1111•41.... 141,..••=.121 •a•e........nco or. /MO. • ••••••••10•••••amia* = r. r=ao. • V.. • •/...1•••••••0/0 1.1014 101111....r.a400••••.. ••■ • 1.1.••••■•••40.P.P.R...... •••••.•••••••••• :•••7•1"r'"7"""''''""'"'"' 11.1t GROUND fLOOM • worrlin TECHNOLOGY T201 o� F®BiAL WAY PERFORMING ARTS t EVBnTS CENTER CATNOIX LEVEL PLAN ....n.+. TE W LOGY T203 imn II PA E FEDERAL WAY PERFoRmiNG ARTS &EVENTS CENTER CONSTRuClICN DOCUMENTS 0.= • trr: •••■••■•••••■■114,0 MO* •••••11111,1 ■•■•■•••■ ?Z. ••■••11,010.1.11.11r.41 1 2.153,1..,•■■•■•,•■■■• • a.niVralel••••••■ • .1..s.,..0311•11.3.4.1011.,... :rap -AN ..▪ a/Ol••••■••■■ • IRO. ONE UNE DIAGSIANS TECHNOLOGY T401 PAE 11■11111..11%.11.0. 1.•••■■■■ FEDERAL WAY PERFORMING ARTS & EVENTS CENTER CONSTRUCTICN DOCUMENTS . - EMAAGED PLANS ■•• oar.. TEDNOLOGY A....••••••• T501 FEDERAL WAY PERFORMING ARM & EVENTS 1111 PA E coca =I= CONSTRUCTION DocumENTS ROOM ANO RACK ELEVATIONS • were. TECTRIOLo�T T502 € -Z.. .-- 7.".• 7 . . --,--7-, ,),-,.--,-. : ,---,—•i..: ' 1 s. i'''17:1:+.. '..1- r 1 '—'1!"•q.; ':-' , DOOR TYPE LEGEND I Ili Now__ Immo. .11 sow. raw.. ,e+w gx" 24r-' *la •4`; • 7 0—• DOOR FRAME LEGEND FEDERAL WAY PERFORMING ARTS A EVENTS CENTER CC7-4TRuCTION DOCUMF_TS WI Sth Kul* A610 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 013 City of Federal Way Electrical Circuit for Fire Jockey Pump Issued by: Lorax Partners City of Federal Way LMN Architects Date: 1112/2016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 5,105 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 D to APPROVED BY: Lora j; artners By: City of Federal Way By: Date: //l/ Date: LMN Architects By JOB FILE 151700 - Change Proposal Page 1 of 1 Date: // 9 4 • tsenbea Apo o6ue43 - OOL191 3l ri 8of •out `uofona;suo3 ooJeo SUB- TOTALS 8 8 0 0 IDUAC nocroIonnu Teknon Electrical Services 0 TOTAL - CHANGE ORDER PROPOSAL T o 4 m c iO 1 Fss (Subcontractors) 4.00% J Fes (Self Performed Labor. Material, Equipment and Other) 6.00% Overhead (Subcontractors- Subcontractors) 4.00% Overhead (Self Performed Labor, Material, Equipment and Other) 1200 I- C/) Labor I Material UNIT PRICES 9 ID, N c Cr N • r r 3 -4 p N 1i r N m a a • N A 1q 0 c Q N 44 esni N N N N N W w N a. 0 8 P •out `uofona;suo3 ooJeo Contractor's Name: TEKNON ELECTRIC Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 28- Oct -16 Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: PR -013 FIRE PUMP JOCKEY PRIME CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions /Comments 21. Direct . Sales Tax on Materials 0.00% of line 1 13. 1 11 1111 111 11 $1 739.65 $0.00 , 4 111 1111 1 1 P $3 85810 14. 11!, '' $0.00 1 $000 11 • i $4,321.07 111111111113111111111111111111111111111 15. I<'. is • 1111 41 $1,593,71 1 o 00 s • 0 $0.00 1 1 1" I1 11 1111 I 1 I1 III 1111 1 I 3. Direct Labor 4. Direct Supervision (hourly workers) 15.00% of line 3 17. 1111111 111111 1111 Prime Contractor's Insurance 1.000% of line 34 $239.06 $0.00 $0.00 so oo 9U14 iti 1 1 111110 1' 11 5. Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 19. 1 20. $206.00 21. 1. 11 11 11 11 $4,648 53 fringe included in 3,4 TOTAL COST (Add Lines 36 & 37) hil 1 $79.69 $0.00 1 00 d' o . ° 1 1 111 1 1 111 1 111 111 6. Small Tools & Consumables 5.00% of line 3 7. Rental Equipment 8. Sales Tax on Rental Equipment 9.50% of line 5 24. $0.00 1 1111111 $o.o01 11111111 $0.00 1111111 1 $0.00 1 11I 9. Owned Equipment 11 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) $0.00 II IIIII _I.. ]Ir $3 858.10 10. SUBTOTAL (add lines 1 -7) 11. (Delays Only) Field Office Overhead 0 Days X Rate $0 $0.00 'I] [ 1 1-I I I 1]I II $3,858.10 12. PRIME CONTRACTOR SUBTOTAL (Add Lines 10 & 11) Remarks: SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions /Comments 13. 1 11 1111 111 11 I $3,858.10 $0.00 III11I11IIIIIIIIIIIIII1111111II1 111111IIIIIIIIII $462.97 $0.00 , 4 111 1111 1 1 $3 85810 14. 11!, '' 1 $000 11 • 111111 $4,321.07 111111111113111111111111111111111111111 15. I<'. is • 1111 41 11 1 1 1 o 00 s • 0 $0.00 1 1 1" I1 11 1111 I 1 I1 III 1111 1 I 16. 17. 1111111 111111 1111 Prime Contractor's Insurance 1.000% of line 34 $0.00 $0.00 so oo 9U14 iti 1 1 111110 1' 11 18. 19. 1 20. 11.1 1� X11 11 21. 1 1 1 11 11 11 11 11 $4,648 53 .0 00 TOTAL COST (Add Lines 36 & 37) hil 1 1111 $0.00 1 00 d' o . ° 1 1 111 1 1 111 1 111 111 22. 23. 24. 25. 1 1111111 $o.o01 11111111 26. 1111111 $0.00 1 11I 111 11 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) L,1 !' __, _''1 $0 00 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. Requested Time Extension in Line 11 equals: Remarks: PRIME CONTRACTOR MARKUPS Revisions /Comments Prime Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Prime's Home Office Overhead (G&A) 12.00% of line 30 1 1111 1 1 1 11 1111 111 11 I $3,858.10 $0.00 III11I11IIIIIIIIIIIIII1111111II1 111111IIIIIIIIII $462.97 1 111111111111111111111 , 4 111 1111 $3 85810 II IIIII111111 MIN 111I1 SUBTOTAL (add lines 28 -31) Prime's Profit (From Profit Worksheet) 6.00% of line 32 1 1 1 11111111111111111111111111111111111111 1 $259.26 $4,321.07 111111111113111111111111111111111111111 SUBTOTAL (add lines 32 & 33) Prime Contractor's Builder's Risk 0.000% of line 34 11 1 1 1 1 1 11 (1 I11 1 1111II II1111111F11:'.,111111'1ffl011 $0.00 $45.80 $0.00 111 11111 MI $4,580.34 111 11I!I 1 11;1 i11 1 1111 1 11111!1111 1 1 Prime Contractor's Insurance 1.000% of line 34 Prime Contractor's Bond Premium 0.000% of line 34 1111111111111111111111111I1111 $4 62614 SUBTOTAL (add lines 34, 35, 36 & 37) B & O Tax 0.484% of line 38 1 1 $22.39 11.1 1� X11 11 11 I_ •1 1 $4,648 53 TOTAL COST (Add Lines 36 & 37) 0 _ Work Days Calendar Days (Check One) Attach Justification (Schedule Analysis) For Each Time Request. Signature & Title of Preparer: ITEMS OF WORK FOR PRIME CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cost I Total Cost Hrly Rate 1 Hrs/Unit 1 Total Cost Days] Rate 1 Total 3/4" GRS 3l4" GRS comp connectors 3/4" GRS come couplings 3/4" GRS strut straps 1 5/8" strut misc hardware #12 thhn wire x4 wires sealtite grounding pigtails wirenuts weatherproof enclosure disconnect fuses 3 Pole 20 amp cb equipment connection 501 81 61 81 101 11 2001 101 3} 81 11 21 31 31 31 1 1 I 1 1 1 I. 1 i 1 1 1 ft ea ft ft ft ea ft ea ea ea ea ea ea ea ea 1 t I 1 } 1 } 1 I 1 t 1 1 1 1 t F 1 L L 1 $0.52 I $25.00 1 $7.89 I $0.551 $26.00 $200.00 $47.34 $4.40 $65.72 I 0.04 I $131.44 $36.80 I i .1 $65.72 0.0 ^ $65.72 I 0.10 1 $39.43 I $65.72 1 0.03 I $15.77 • $1.49 ; $50.001 $14.90 $50.00 $65.72 1 0.05 I $32.86 1 ' $65.721 0.101 $6.57 1- 1 $0.48 1 $96.00 $65.72 i 0.03 1 $394.32 1 j -� $7.25I $0.701 $0.271 $72.50 $2.10 $65.721 0.221 $144.58 1 $65.72: 0.02 4 53.94 4 - $65.721 0.021 $10.52 } $2.16. $18.25 j $18.25 $65.721 0.68 I $44.69 $65.721 2.50 1 $328.60 $65.72 1 0.051 $9.86 } {1 $225.00 a $450,00 $32.00: $195.00 I $96.00 $585.00 $65.72 I 1.00 ii. $197.16 1 $197.16 ' `:` F 1 C I 4 1 1 $25.00 1 $75.00 $65.72 I 1.00 1 ; 1 I i ' ; T 1 i 4. 1 1 I . 1 1 1 i 1 1 1 4 ' 4 1 _ 1 4 4 1 t 1 1 1 ' 1 1 1 1 ' 1 1 ' 4 4 4 1 1 1 1 H -1 1 1 Total (Rented) 1 OWNED EQUIPMENT 4 i 4 1 1 1 1 I 1 1 I i 1 1 i N 1 .4 i J 1 1 1 1 1 F Days 1 Rate ! Total 1. 1 4- 1 F 4 1 4 4 1 1 1 F 1 t 1. 1 1' F 1 F I• I F 1. 1 4 4 1 1 -i 1 -F a 1 + 1 1 1 ,1• 1 1 i 1 T 1 .4 I 1 - T 1 - + 1 1 T , + 1 I -i 1 + i .. 4 1 1 + 1 .4 + -4 - 1 J 1 T I 1 DIRECT PRIME CONTRACTOR'S TOTALS $1,739.65 $1,593.71 Total (Owned) TOTAL EQUIPMENT Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 016 City of Federal Way CoFW Fiber to Traffic Lighting Issued by: Lorax Partners City of Federal Way LMN Architects Issued to: Date: 121212016 GARCO CONSTRUCTION, INC. P,O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Tax on Materials B. SPECIFIC EXCLUSIONS 1. Unforseen conditions including but not limited to coordination with adjacent UG utilities, materials /installation of any utility vaults /boxes, cables. C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 2,303 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99 Lorax ; = rs By: City of Federal Way By: Date.ts4p Date: LMN Architects Date: 12/7--//40 JOB FILE 151700 - Change Proposal Page 1 of 1 Garco Construction, Inc. JOS FILE 151700 - Change Order Request DESCRIPTION Contractor's Name: TEKNON ELECTRIC 12/2/2016 Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: ProposallEstimate for GARCO CONSTRUCTION, INC Change Description: PR -016 1. 2. 3. 4, 5. 6. 7. 8. 9. 10. 11. 12. CONTRACTOR'S WORK EXCLUDING MARKUPS Direct Materials Sales Tax on Materials Direct Labor Direct Supervision (hourly workers) Revisions /Comments Labor Insurance, Taxes & Fringe Benefits Small Tools & Consumables Rental Equipment Sales Tax on Rental Equipment Owned Equipment SUBTOTAL (add lines 1 -7). (Delays Only) Field Office Overhead PRIME CONTRACTOR SUBTOTAL (Add Lines 10 & 11) 0.00% of line 1 15.00% of line 3 11.24% of line 3 & 4 5,00% of line 3 9.50 % of line 5 0 Days X Rate Remarks: 1 111111111111111111111 111111111111111111111 111111111111111111111 111111111111111111111 1111111111111111 101 III 1111111111111111 III 111111111111111111 III 111111111111111111 11111 mmial $115,60 $0.00 $400.23 $60.04 $51.73 $20.01 $0,00 $0.00 $0.00 111 111111 111111111111111111111111111111i { 11111111111111111111111111111 111111111111111111111111111111 II 11111111111 II 11111{11111 1111111111111111111111111111111 111111111111111111111111111 III ( III 11111111111 1111111 li Ilolollll 11111111111111111111111111111111111111111111111111111111 $647.62 SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions /Comments 13, 14. So 00 111111111111110111011111111110111111111101111111 11 HMO 11101110 11 1111111111111111111 1111 11111111111 1111111111 11101III 111111 1 11011 IIIIIIIIIIIIDI111II ,111111111111111111111111111 $ o. o01111111111111111IIII11IIIIIII SUBTOTAL (add lines 28 -31) Profit (From Profit Worksheet) 6.00% of line 32 111111111111111111111111111111111111 $725.33 $43.52 I1 1 111 1111 II 16. 1 I III 111111 $0.00 111011111111111111111111 111 11 0110111111 Contractor's Insurance 1.000% of line 34 16. 17. 11111 lll111111lilII111I111 11 I $0.00 1111 11111111111 1 1111111111 11111 1 18. 19. _.. ..__ _... _ I 11111111111 11111111 1111 $0.00 :1111111111011111111111111111 TOTAL COST (Add Lines 36 & 37) 111111111111 11111111111 $780.30 jested Time Extension in Line 11 equals: 0 Work Days IIIIIIIIIII Days.(Check'One) Illlll $0.00 11 I I IIIIIIIIIIIIIIIIIIII 20. 11111111111111111 $0,00 III11011111111111111IIIIIIIIII 21. _ _ 111111 IIII I 1 I1 IIIII $o.00 111111111111111101111111111111 22. 23. IIII $0.00 '1111IIIIIIIIIIII111111IIIIIIIl 11111 111111 UM $0.00 1111111111111111111111111111111 24. 1111 1111 11111 $0.00 i11111111l111111111111111111 25. ._.._ 111111111111111111 $0.00 1 1 11 1 1 1 1111111{III01111 26. 11111 1 11111111 $0.00.111111111111111 001111111{1100I101111 1 11 so.00 111 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) 28, 29. 30. 31, 32. 33. 34. 35, 36. 37. 38. 39. 40. Req Attach Justification (Schedule Analysis) For Each Time Request. Remarks: CONTRACTOR MARKUPS Revisions /Comments Contractor's Work (from line 12) Subcontractors Work (from line 27) SUBTOTAL (add lines 28 -29) Horne Office Overhead (G &A) 12.00% of line 30 1 1 $647.62 1 1111111111111111111111 $0.00 1111111111111 111111111111110111011111111110111111111101111111 11 HMO 11101110 11 1111111111111111111 1111 11111111111 1111111111 11101III 111111 1 11011 $647.62 ,111111111111111111111111111 SUBTOTAL (add lines 28 -31) Profit (From Profit Worksheet) 6.00% of line 32 111111111111111111111111111111111111 $725.33 $43.52 I1 1 111 1111 II SUBTOTAL (add lines 32 & 33) Contractor's Builder's Risk 0.000% of line 34 1111111111111111101111111111111111 $76885 11 $0.00 1 11111111 111 11 0110111111 Contractor's Insurance 1.000% of line 34 11111111111 11101 11 $7.69 Alli lll111111lilII111I111 111111111110IIIilI $0.00 111 11 11M11111n 11111 1 Contractor's Bond Premium 0.000% of line 34 SUBTOTAL (add lines 34, 35, 36 & 37) B & O Tax 0.484% of line 38 11111111111 11111111 IIII0III01111111IIl11111111111I $776 54 $3.76 111111111111111111111111111111 I111111111111IIIII111 111 111 TOTAL COST (Add Lines 36 & 37) 111111111111 11111111111 $780.30 jested Time Extension in Line 11 equals: 0 Work Days Calensar Days.(Check'One) Signature & Title of Preparer: ITEMS OF WORK FOR PRIME CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT . Unit Cost Total Cost Hrly Rate Hrs /Unit Total Cost Days Rate Total 2" ached 80 PVC .r 2" ached 80 TA's .................4.............a...................04 4444 .evej►ue . •,- . 2 ".IQ4knuts -10 4 . 1 4: ft _ r ea ea ea .ea ea M : .ea Ea :,...» _ea . _R » «_ «. ,$1.50 $0.90 $5.00 $15.00 $0.35 65.72 $230.02 ._.......... rw ....__.. $3.60 $5.00 ...... $0.1 . 66.72 ' $26.29 $0.04: 65.72: $2.83 ,« $2 00 $8 00 .. 4**....... :. .$2500.. $10.00 $25.00 0. 0:011.0.0.000.6001.L000+0r..000000 $8.00 $0.10. 65.72. $26.29 sealin$plastIc bushinjs . mule tape . -. . .4 1 a1 .., 1, . ......:..........,_,...,.....: $24.00 � $0 .110 65.72 $26.29 .. _ . • . ... , . . J $25.00 $10.00 $0 25 ._ .$1.00 $0.10 -65.72 ...85,72 65.72 $16.43 $65.72 .. grout .«.« .....,,»...., tracer tape . ....... :..:..«..t,.r.. ... 000 ... ..... 04.0000. r«00..00.00110«4444 $25.00 5544 . . . ..$6.57 . ........ «..i....::rw: w...•.....r.010040 50. -..r, ..._....-...._« ..:..r..:...._... ****. 455 ..8400.0.0. . ..: 444. .. - !"t 4444• -- - ..w_... ._.. ...w.. _" . r -. . . - . . . . _N. . . . .. _rot*, .,.._....M - r n 00_..._.0 -.w-! . 1,... 1N n► w•!M__ **** . .w . !M. 400.08.1,01.00.p..... o4!YYrlY... PP r.+4-..._Y. 1.-__ w M-___. . - . . . ... .. w. _ - .. .. .. ... .. .. .. .. .. - .. .__..1_ .. __*. ............... ............._............> . ... .... ... .........r___.- ._ _..,tir..._ ------- -- ---------------------- _ .. . .. *********1 r_»..:;,.. ..r.___., ..... _ .._......._..... _.a....:r_.- n +.-+. »0040. .. 4.5.55. ------- •------- .. .. .. .. _^^..,,, .... pa ....rw._. w.w*.a..._ 4455 - .-...� - - -....... _-.r_._. .,_.......r.... .. .. ....i.•.- ._.•.�. .1.. ..: .w..Ya.YY.._w...+., • ...........» .� -r... _ ....... . .....,r...0.5005.0010.5.880.5 . _----- -- - - -- 44 44.._ ». 4 44 4:. » - - »..M - - -. ......_._..;...-.- .. 4444 »,_.w- :. .. ....s. .. .: ..1.... . . . ............""...,..'”!..*.......,....•.. V. ... ..4! ** _ . _ * - ---- -- - _r. - -- .- ........*• w.....,. .................:505.0.55.0.0.80,..,..0 ~Total (Rented} .. - ..r_�- ,5544.. OWNED EQUIPMENT Days Rate Total 5544.. »..*.... ...r..._._ 80 __..r_.. --- - -- - ,r.__...-.._..... .....,,... ---- . , ---- -- ---- -- _ -- :ft.**. ft..... 4 4 .********............a.............. ._r, --- ...*.. Y...r..wrr....w.Pam**..r...r..T !,•....M}Rrrr►..... • ' *. »......r.- .w.. ...... -,,. . ... 1...!.... Y.-_ -..... • 4.00 45540.105.5.004.54505.5 . .,» Aa . cas r_.._ • .w. ... 4 4- - • ..,,w_r...rY-.._ . . ..-,_-,.,wt*..i._.twt:.....r. - .r....-.tw_r,w„w,•r_ t ...........************......a...........**********. 00,... »r_ -_. -.. -01. 08- 0-- - . :.L. _y_..r r -- ........r..-- ••--r ---, -r.. 0- r01005 - . 1 `r....._ -- ...... .....* **'.w :.,r.r. -- ...r..+ . --. -- 44.00_0.0 .- ..r000.0 -. _M.---.. - --' . ...... . u ....,..‘............P...........-"'..!.r.................. ........... • ._a...._ 4444, .. r.*. -....** •0054M00000414.:40 -r.. - ...r.- «.rM- . r •-- ..** w .000.._.*..-...,r.+r-**** ..... -- .. .... .. -. ».,....e- »._ -r. . -.. - --..,....- .._ ..w ». «:..r..r.........,.. . . 840+.4 .- .r._r...,: . _..r...r . - .._•..r ..ww *4004 ._.Y ..* t....:..._..._:t .,_Mw -4.000- 0005000.5 wr..w.- .K,.,...b. **r. -v.•e..ww ...rwr..r.». ,084 1.4 tr*:i «:*...._..t r.,.p.r. . . ' 0.0000 -- -5555- --___. _-. w -_ t. 00 - w..-r...- -----wr,..- ..r -.. w .-_r . ._ r..,r.._i... *. . ir_« . . .Y.• .- --- «w --_ -w« .. 1 _..._•- ..-. -- -..4....------- ww * 0... »:*s:-w. r..r.., .... . . . 4-4 4. s wMr,r. ___t_ ___. ___.__• ..._...r......- .1.r....w 00000 .-.r.wi.M-.*wM.....n•--..-... *pa .. DIRECT PRIME CONTRACTOR'S TOTALS $115.6o I $400.23 Total (Owned) TOTAL: EQUIPMENT FROM E103 'SITE PLAN - STREET UGHT1NG' S AeM Jenegyoloa uon olod Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 017 City of Federal Way Water Main Conflict RFI -190 & RFI -252 Issued by: Lorax Partners City of Federal Way LMN Architects Date: 10/26/2016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 8,085 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA APPROVED BY: Lora rtners //// WDate: L ‘i,-/ By: City of Federal Way By: Date: LMN Architects / By: ._�� IYyLl�r`��/ Date: //- q `/ JOB FILE 151700 - Change Proposal Page 1 of 1 JOB FILE 151700 - Change Order Request •3ui `uoi;OnJ ;suoO clone SUB- TOTALS PHASE DESCRIPTION 1 TOTAL - CHANGE ORDER PROPOSAL P Insurance 1.00% -- _ —_-- Fee (Self Performed Labor, Material, Equipment and Other) 8.00% f $ 4 s 3 a f N �I y C 1 UNIT PRICES 8 Labor TOTALS 1 M Z d N N 4 T N Sub. H CO N N N M yy O M V + q N g N 1 M N N M M V Vy� 01 TOTAL •3ui `uoi;OnJ ;suoO clone JSB CONTRACTORS LLC P.0 BOX 990 SUMNER, WA 98390 DATE: August 17, 2016 Contract: Federal Way Performing Arts Center To: Garco ATTN: Dan Lambert FROM: JSB Contractors LLC PHONE: 253 -863 -4880 FAX NO: 253- 863 -4883 RE: Water Main Conflict RFI# 190 1. 176 LF of 12" DI Pipe @ $ 32 /LF $ 5,760.00 2. TYPE 1 CB PLUS GRATE @ $ 453.23 $ 453.23 3. 1 12" COUPLER @ $ 350 $ 350.00 4. 2 45" BEND @ $ 370 $ 740.00 5. 2 GLAND PACKS 12" @ $ 45 /EA $ 90.00 6. 176" RCP PIPE @ $15 /LF (RETURNED) 4 2,640.00> 7. RESTOCKING FEE FOR RCP PIPE $ 660.00 8. PICK UPOF RCP PIPE @ $ 125 $ 125.00 9. 4 HOURS 225 EXCAVATOR @ 150 /HR $ 600.00 10. 3 HOURS LABORER @ $ 43.95/HR $ 131.85 11. 3 HOURS PIPELAYER @ $ 44.76/HR $ 134.28, 12. SUBTOTAL $ 6,404.36 13. 15% OH &P $ 960.65 14. TOTAL DUE $ 7,365.01 Proposal Request Lmn Project Project Number Location To Contractor From Architect Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 Owner City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 T 253 835 7000 [] Architectural [X] Civil [] Structural [] Mechanical [X] Electrical [] Other This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below. All other conditions shall remain the same. Description: PR -017 Water Main and Storm Drain Conflict. The following changes where issued in response to RFI 190 on 8/1/2016. Civil: 1. Sheet C400 GRADING AND DRAINAGE PLAN a. ADD Storm drainage manhole ( "CB #016 -A ") and pipe to connect to existing storm drain in S. 314th Street. b. REVISE Storm drain pipe material west of CB #016 -A from RCP to DI. c. REVISE Storm drain invert elevations to avoid conflict with existing 8" DI water main. [X] Attachments: C400 'Grading and Drainage Plan' Issued By: Thomas Gerard 08.08.2016 (PR -017) Architect's Representative Date Distribution: Garco Construction, L.orax Partners -,) CO' From: Daniel Lampert danl @garco.com Subject: PRO20 Kitchen Changes Date: December 22, 2016 at 2:20 PM To: tgerard @LMNArchitects.com Cc: brian @loraxpartners.com, PJ Santos (PJ @Loraxpartners.com) PJ @Loraxpartners.com Thomas, This is my notification that PRO20 is a zero dollar change, as written. There is a note on the marked up shop drawings about a limit switch, but no note on the scope regarding any electrical changes. Any electrical changes are excluded. The walls are roughed -in per the contract drawings. Thank you, DAN LAMPERT GARCO CONSTRUCTION 1 Western Operations 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 o: (253) 503 -7053 I f: (253) 503 -7214 c: (509) 863 -8755 I danl @garco.com From: Daniel Lampert danl @garco.com B Subject: FA -1 Date: January 5, 2017 at 1:09 PM To: brian @loraxpartners.com Cc: tgerard @LMNArchitects.com, PJ Santos (PJ @Loraxpartners.com) PJ @Loraxpartners.com, Gary Harwood GHarwood @garco.com, Seth Borman sborman @garco.com Brian — This email is to provide notice that FA -1 is a zero cost change. The quantity and locations vary from the FA directive. There are 2 EA at the locations shown on the attached as -built drawing. Thank you, DAN LAMPERT GARCO CONSTRUCTION 1 Western Operations 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 o: (253) 503 -7053 I f: (253) 503 -7214 c: (509) 863 -8755 1 danl @garco.com >. unn vhow■ FEDEAN WAY PEIIFF)RMP/p MTI $ EVENTS CENTER OalitIWCMM OOMOITS SourelSberlftn A2 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center FIELD AUTHORIZATION #2 City of Federal Way Side Sewer North Side of Bldg Issued by: Lorax Partners City of Federal Way LMN Architects Date: 12/20/2016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Excavate and locate existing side sewer stub. Install sewer to point of connection at bldg 2. Survey verification for existing stub location. As -Built CADD time. B. SPECIFIC EXCLUSIONS 1, Washington State sales tax C. SCHEDULE IMPACT: Delayed paving activities. Impacts to be negotiated and resolved outside of this change. This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 5,024 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax P.O. Box 2946 Spokane, WA 9922!' By: City of Federal Way Date ib-i/p By: Date: LMN Architects Date: /044 JOB FILE 151700 - Change Proposal Page 1 of 1 Garco Construction, Inc. PHASE DESCRIPTION OUAN. UNIT UNIT PRICES TOTALS Labor MatesW Equip. Otter Sub. Labor Material Equip. 01M/ Sub. TOTAL 02002-00 J98 Contractors 1.0 LS - - . - 3,088.00 - - - 3,300 3,000 01000.0 Survey CADD As Boils 2.0 MR - - - 05.00 • - - - 100 - 100 01000-01 Survey Suing 2 0 MR • - - 220.00 - - 010 - 440 51.0.1000.8 0 • 0 - $ - i 370 3 3.858 0 4,815 O0xhwl (Bak 9545,5,4 labor, 0.•0.1. Equipment and 09.,) 12.00% $ iv OioMad(3WmrAad.o) 4.00% 7 158 Fe 15.3M1dmned labs, 45.540, E.:00 MM and 01,.0 1.00% 9 30 Fu (01.1,gade1) 4.00% $ 154 IIN10TAL 8 3,50 Insurance 1 0054 $ 45 e9M 0,05* 0 31 TOTAL - CHANGE ORDER PROPOSAL $ 5,024 JOB FILE 151700- Change Order Realest JSB Contractors LLC P.0 Box 990 Sumner, WA 98390 Bill To Garco Construction P.O Box 2946 Spokane, WA 99220 Invoice Date Invoice # 10/11/2016 1189 P.O. No. Terms Project Federal Way Net 30 Quantity Description Rate Amount Installing Sewer Line & Backlit! (Added not shown on drawings) FCOM 1570 0.00 0.00 8 8/31/16 8 hours 225 Excavator @ S 155/hr 155.00 1,240.00 8 8 hrs Pipelayer @ S 44.76/hr 44.76 358.08 4 .9/1/16 4 hrs 225 Excavator C) S 155/hr 155.00 620.00 4 4 hrs Pipelayer @ S 44.76/hr 44.76 179.04 14 14 tons Crushed Rock @ 25/Ton 25.00 350.00 70 70' 6 inch PVC @ S 1.67/ LF 2.62 183.40 1 1 Test Tee 6 inch 170.20 170.20 2 6 lnch Y's @ f 43.54 43.54 87.08 4 6 Inch 45 @ S 20.64 20.64 82.56 2 6 inch C/0 Castings @ S 55/ ea 55.00 110.00 1 15 %OH &P 507.05 507.05 Sales Tax 8.80% 0.00 Court costs and attorney's fees to be paid by customer on past due accounts. Total $3,887.41 L!) FIELD CHANGE ORDER v. GP v..1/• OQry SUMNER, WA 98390 PWfl JF- 753 AM ARRA ADDITIONAL WORK REQUIRED AS EXTRA TO CONTRACT: 4 g ..... 01 t,, _ ,0 32 , 1 w ,,, .2 v) 3.) ">' 1 ....) ,Q, kt. g4 J Z5- z -3 L , y 8 r � = ee t, I T N ... 0 , zJ i ...e. 4 .., C ..-,-- .3" - Q .1, .0.; i � >. @ is i 1 t� ,¢ 1 i 14 — 4 ICUSTOMER 6 6 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center FIELD AUTHORIZATION #3 City of Federal Way Pothole Water Main Issued by: Lorax Partners City of Federal Way LMN Architects Issued to: Date: 12/2/2016 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Excavate and locate existing water main at two locations. 2. Survey and report elevations. B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 1,370 SUBMITTED FOR APPROVAL BY: APPROV BY: tf GARCO CONSTRUCTION, INC. Lora> /)P e P.O. Box 2946 Spokane, W 99 0 / By: City of Federal Way Date:/ By: Date: LMN Architects B�"_�i�f_ ��� .:g- -7--,'7A -- Date: Wg/A6 JOB FILE 151700 - Change Proposal Page 1 of 1 Garco Construction, Inc. PHASE DESCRIPTION OUAN. UNIT UNIT PRICES TOTALS Luba Notarial Equip. Other Sub. Labor Notarial Equip, 099w Sub, TOTAL 02002-00 JSB Co,, 0 to 1.0 LS - • - 619.00 - - - , 619 619 01008 -00 Survey CACO M Burls 2.0 HR - - 95.00 - - - - 190 190 01006 -01 Survey Sldm9 2.0 HR - - - - 220.00 - - - - 410 440 SU14TOTILLS 4 • $ • 9 - 9 • $ 1.249 9 1,249 OierMe (9th PMOmnd Laer, Mehl, Equipment and 05,44 19.00% $ - 0whrad(8ubcontmden) 400% 9 50 Fee 0151( Preen,. Leber, 5019461, Equipment .04055( 0.00% 9 - F. (S49200nebn) 1.00% 9 50 SUSTOTAL $ 1,349 Imurenu 1.00% 9 13 Bend 0.95% 4 B TOTAL - CHANGE ORDER PROPOSAL $ 1,370 JOB FILE 161700 - Charpe Order Request JSB Contractors LLC P.O Box 990 Sumner, WA 98390 Bill To Garco Construction P.O Box 2946 Spokane, WA 99220 Invoice Date Invoice # 11/30/2016 1206 P.O. No. Terms Project Federal Way Net 30 Quantity Description Rate Amount 8/16116 Expose Waterline 0.00 0.00 3 3 hours JD 85 @ $ 135/hr 135.00 405.00 3 3 hours Labor @ $ 43.95 131.85 1 15 %OH&P 80.53 80.53 Sales Tax 8.80% 0,00 Court costs and attorney's fees to be paid by customer on past due accounts. Total $617.38 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project Federal Way Performing Arts & Event Center FIELD AUTHORIZATION #4 City of Federal Way Issued by Lorax Partners City of Federal Way LMN Architects Water Main Cover Date: 11/2012016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2940 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Excavate 173 -ft trench at water main to encase with CDF. B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: Delayed paving activities. Impacts to be negotiated and resolved outside of this change. This proposal covers the cost of performing the work. 11 does not Include any cumulative schedule or cost kneads. Garco reserves the rights to combkie this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL, - Change Order Proposal ADD: $ 10,099 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 99220 APPROVED BY: City of Federal Way By Date: LMN Architects aye - %7fl * JOB FILE 161700 - Change Proposal Page 1 of 1 Date: //45-A7 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center FIELD AUTHORIZATION #4 City of Federal Way Water Main Cover Issued by: Lorax Partners City of Federal Way LMN Architects Issued to: Date: 11/29/2016 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Excavate 173 -ft trench at water main to encase with CDF. 2, Includes export of unsuitable soil saturated by rain around the trench. Import of crushed rock. Location of water main was low point of the northwest parking lot which received runoff. B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: Delayed paving activities. Impacts to be negotiated and resolved outside of this change. This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 10,099 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax Partners P.O. Box 2946 Spokane, WA 99220 By: Date: a D. e City of Federal Way By: Date: LMN Architects By: Date: JOB FILE 151700 - Change Proposal Page 1 of 1 JOB FILE 151700 - Change Order Request < a o N H N N N m M N N 0 N R.@ I il N s O 1 6 I I N _d 7 Q W N I I S vi F. 4 H I I § Q 4 V. S us J 18 � x 0 o c 4 00 U U O O O JOB FILE 151700 - Change Order Request JSB Contractors LLC P.O Box 990 Sumner, WA 98390 Bill To Garco Construction P.013ox 2946 Spokane, WA 99220 Invoice Date Invoice # 11/28/2016 1205 P.O. No. Terms Project Federal Way Net 30 Quantity Description Rate Amount 167 do Water Main Trench Extra t .� L 167 TCY Export @ S 20 /yd YX uvii$4t 01 7 Tons Import @ S 25/ ton 72 TCY Export @ S 20 /yd 108 Tons Import @ S 25/ ton 15% OH &P Sales Tax , W131.kil-k10IC Sod YUM►vtil L- L of 4 U1t k A r, 4. II/ loll i- 0.00 20.00 25.00 20.00 25.00 1,148.25 8.80% 0.00 3,340.00 175.00 - ; — :25-7 0.00 Svb}tiii,i 45, CIS- of /P44 6z : 1 ikI-- of (rviktd 13ASty (oust Court costs and attomey's fees to be paid by customer on past due accounts. Total �� Phone: Fax: E -mail: Bill to: t6 "f'na uc ur,Fiat :591 dY® e CALPORTLAND* (206) 764-3024 (206) 764-3012 cust_service @calportland.com Customer # Sold To 1004356 1004356 Ship To Bill To 5307956 1004356 <ERG! t1R PARTNER OF THE YEAR Sustained Excellence GARCO CONSTRUCTION INC PO BOX 2946 SPOKANE WA 99220 -2946 USA Ship to: INVOICE Invoice No: Invoice Date: Invoice Amt: Invoice Due: 93023283 10/10/2016 3,180.00 11/09/2016 GARCO CONSTRUCTION INC 15-17 FEDERAL WAY PERFORMING ARTS CENTER 31510 PETE VON REICHBAUER WAY S FEDERAL WAY WA 98003 -5457 Customer P.O. Cust Order # Project/Order # Shipped Via Terms Due Date 151700 -PO4 203 23767 Delivery Net due 30 days 11/09/2016 Ship Date Ticket Number Plant Prod Num Description UOM Quantity Shipped Unit Price Tax Gross Price 10/10/2016 1468327 721R 3530RHEO 1.5 SK CDF WITH RHEOCELL CY 9.000 65.00 N 585.00 10/10/2016 1468327 721R 40005661 MASTERCELL 25 BAG 9 0.00 N 0.00 10/10/2016 1468364 721R 3530RHE0 1.5 SK CDF WITH RHEOCELL CY 9.000 65.00 N 58500 10/10/2016 1468364 721R 40005661 MASTERCELL 25 BAG 9 0.00 N 0.00 10/10/2016 1468388 721R 3530RHE0 1.5 SK CDF WITH RHEOCELL CY 9.000 65.00 N 585.00 10/10/2016 1468388 721R 40005661 MASTERCELL 25 BAG 9 0.00 N 0.00 10/10/2016 1468408 721R 3530RHEO 1.5 SK CDF WITH RHEOCELL CY 9.000 65.00 N 585.00 10/10/2016 1468408 721R 40005661 MASTERCELL 25 BAG 9 0.00 N 0.00 10/10/2016 1468465 721R 3530RHEO 1.5 SK CDF WITH RHEOCELL CY 9.000 65.00 N 585.00 10/10/2016 1468465 721R 40005661 MASTERCELL 25 BAG 9 0.00 N 0.00 Please Include Invoice number on checks & copy of invoices with adjustments REMIT TO: CALPORTLAND COMPANY PO BOX 3601 SEATTLE WA 98124 -3601 USA RECEIVED OCT 12 2016 ' CO STR!JI.TIC'+ Thank you for your business! ORIGINAL MAILED IN JOB # PHASE # CAT. # C\0FY Page: 1 OF 2 Phone: Fax: E -mail: Bill to: 9'a! CALPORTLAND* (206) 764-3024 (206) 764-3012 cust_service @calportiand.com Customer # Sold To 1004356 1004356 Ship To Bill To 5307956 1004356 =t,f Ht Y SLAP PARTNER OF THE YEAR Sustained Excellence GARCO CONSTRUCTION INC PO BOX 2946 SPOKANE WA 99220 -2946 USA Ship to: INVOICE Invoice No: Invoice Date: Invoice Amt: Invoice Due: 93023283 10/10/2016 3,180.00 11/09/2016 GARCO CONSTRUCTION INC 15 -17 FEDERAL WAY PERFORMING ARTS CENTER 31510 PETE VON REICHBAUER WAY S FEDERAL WAY WA 98003 -5457 Customer P.O. Cust Order # Project/Order # Shipped Via f Terms Due Date 151700 -PO4 203 23767 Delivery Net due 30 days 11/09/2016 Ship Date Ticket Number Plant Prod Num Description UOM Quantity Shipped Unit Price Tax Gross Price ENVIRONMENTAL FEE FUEL SURCHARGE CY LD 45.000 5.000 5.00 6.00 N N 225.00 30.00 RECEIVED 1 G440 OCT 1 2 2016 CONSTRUCTION JOB # PHASE CAT. # # ^K'D BY Please include invoice number on checks & copy of invoices with adjustments REMIT TO: CALPORTLAND COMPANY PO BOX 3601 SEATTLE WA 98124 -3601 USA Total Quantity: 45.000 State & Local Taxes 0.00 Thank you for your business' ORIGINAL SUBTOTAL: Tax : Total : 3,180.00 0.00 3,180.00 Page: 2 OF 2 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners City of Federal Way LMN Architects COR 002 Pile Changes and Impacts Date: 7127/2016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2, Bond B. SPECIFIC EXCLUSIONS 1. Washington State sates tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or. cost Impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 39,393 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 9 20 APPROVED BY: Loraxis ners City of Federal Way By Date: Date: LMN Architects /f JOB FILE 151700 - Change Proposal Page 1 of 1 Date: /0/46 s W N N N N M N N M 7 q 1 L s UNIT PRICES 8 8ry O ss1 0 5 5 0 0 3 Y 1 1 COR Cost Summary COR -002 The following is a summary of costs for a Contractor Contract Change Request related to the pin pile scope of work. Contractor experienced cost impacts due to soil conditions that differed from the Geotechnical Engineer's assumed conditions. The methods and approach specified in the contract did not yield desired results for embedment depth, leading to delay and productivity costs. Subcontractor Cost Summary Pearson Drilling (Invoice backup attached) 1 LS $ 10,164.94 Provac - At the request of the owner, Garco Construction vaccuum excavated the pin pile cap locations to the bottom of footing elevation. This approach is not typically necessary if design assumptions are correct, and was not included in the contract scope of work. 1 LS $ 5,982.31 Labor Cost Summary The pin pile changes impacted Garco's budgeted approach to footing construction. Instead of starting the pile cap and column footing work immediately following the wall footing construction, Garco had to wait for pin pile issues to be resolved. Contractor requests compensation for 1 month of General Foreman time or 160 MHs. Contractor requests compensation for productivity impacts for the pile caps and column footings in the amount of 140 MHs. These costs are summed on the COR cover sheets. Pro4ac 6822 112th St E Puyallup, WA 96373 Phone: (688) 5655665 BIM To: 779 Garco Constriction "Attention: Gary E.4114 Broedvvay Spokane, WA 99202 !Work Order D iComPleb Date 180331 -006 1 0412016 Description Of Work 41t 8415 Edudor truck b hydro excavate around pit n s to be removed and reset. Qty Ibml0 CeserlpUan ,8ervicis'Pertormed 1,00' .. 4/1 -ET 5.504205..00IM 6.00 9405 4/5-ET e.011110205.00Jttr 1.00 OT 1,00s4245,00M 1.00 X236 4/5-ET 5.5hrs®205.00lhr NO PACKING SLIP Invoice RECEIVED APR 18 2016 GARCO CONSTRUCTION Invoice Number. 180331-006 invoice Date: 4/13/2016 Pape: 1 of ` 1 Service 027179 Location: Garco Construction 31510 20th rave so, Fedway; WA " PO Number • `..Called In YY Net 30 Days Part t127.50 .1,127.50 206.00. 1,640.00 245.00 245,00 1,127.50 1127.50 SubTotal ' 4,140,00 4411 Disposal of 44.11ton4130.00Iton 30.00 1,323.30 SubTotal 1:323.30 We now offer. Emergency Spill Response Services! Please cal 888- 565-5685 Involve Subtotal 6,467.30 Safes Tat 518.01 Invoice Total 5,662.31 Payment Received 0.00 Balance Due 5,982.31 ?Ao N LA/0 GI Item Date Description Item Qty Unit Ext A 4/1/2016 Obstructions and 2 added piles Colin 4 565.59 $262.36 Terry 4 590.69 5362.76 PC50 4 550.00 5200,00 Mini Ex 4 518.63 $74.52 Komatsu 1.38 4 57100 5300.00 450 Service Truck 4 $43.03 5172.12 RA/R341 Extra pile 41 8.75 530.00 5262,50 RA/R342 Extra pile 42 9.7 530.00 9291,00 Sub 51,925.26 $ 4/7/2016 Redrive piles 1229 -1230 -1231 Colin 1 565.59 565.59 PC50 1 550.00 950.00 450 Service Truck 1 543.03 543.03 Sub 5158.62 • 4/13/2016 Meeting to determine whkh piles to drive with larger hammer Colin 1 565.59 565,59 450 Service Truck 1 543.03 543.03 Sub 5108.62 b 4/21/2016 Delivery of larger hammer and equipment Colin 4 $65.59 5262.36 450 Service Truck 4 543.03 $172.12 Sub 5434.48 4/18/2016 Site prep for larger hammer Collin 4 $64,63 5258.52 450 Service Truck 4 $43,03 5172.12 Sub 5430.64 f 4/25/2016 Redrive 10 plies with larger hammer Collin 8 $65.59 5524.72 Katie 8 567.95 5543.60 Chris 8 565.59 $524.72 CoUrn 0T 3 589.38 5268.14 Katie OT 3 592.92 5278.76 Chris OT 3 589.38 5268.14 14-Ton 550 Service Truck 11 $68.61 $754.71 11 $50.63 5556.93 Sub $3,719.72 G 4/28/2016 Larger hammer rental PACO Invoice RI-37856 1 week rental 1 1623,44 1623,44 Sub $1,623.44 Item Cast A 51,925.26 B $158,62 C 5108.62 D $434.48 E $430.64 F 53,719.72 G 51,623.44 Sub $8,400.78 MU(21 %) $1,764,16 Total 510,164.94 Extra Work Order Project Name Weather r-- ,T G' P rt. r ..t E Fi,L' .1 pate /Time: r Pictu e$taken of WOrkt 4.1 Description of Work 11rhLIRx•., Wi[h ,1.6.5.1Kytit tU Fir' De.t!,,,h.;(1 [—to r tit• i Fr.f., 11.'41 12..j).i.: . -=,C rte':. F.:.,t,11,e-1 itt'r. r illf, rn. Lt.k.-. ( „>J Rr, /Rr, 4 9 Name Class Time Hours In ( Out R OT OT Total I f R R t -Tk.i: v i Q #) ",'.(k",,,,,-, j 2, ,r.;.., 4-1 `i /t C 1 '"f,_1':' 4'' ,,I 0 .f'C_ ? •.;r; 1r, 12,110?r1 LI `I ..� , Et a Type Equipment 1 Hours R OT SS Total )( t-Jllf �.11 , 4 _r t"\ Iv c(''f1.' t..1 IC rt Fjl' PI \-frirCtf.. _ ... f�` 1*1h'T U 1 Y:i EV( r)'21-7,-)1,:-.. — S 1. i Material Expendable* Type Packer 1 Qly Type Otv PrIte Earth Teeth Rock Teeth Pilot Btt (earth) Pilot Bit (rock) Super Mud )tallon) Bentonite (bas) C Bett, pn}erlent< p3t11 U dt•sta„f the YFMt' rnl.Ym,lior to or! t'.1k ano tort r1 1., Orf,le eexett 11x1 re eJ.*,— ll /, M1 7 ,rte i Extra Work Order Project Name:, Weather VC' Pictures Taken of Work? Date/time: Description of Work 'r)Ir _- ] iv.l‘rt- ICi., 21,f,— t':iH '17, !!'i._. C'F •_(:1,i 4,a1',1 ;,.) F141- 11-1—f_ Labor Name Class Time Noun In I Out PT PT Tetaf ! 1..,1CILti,.1Ii �-1 F 1 /i1. l; G'1`' .CI - it ('11 F,° N. (j Ikc. -/ 4,•. i =y•, r, H W Type Equipment a T 14oun R OT 56 Total E.:„., '1-f 7k�:cC't- s' / ✓U c7FM'srtCF -jfk.i, r ^' i fJ Tt?F,nrk H4_,.i.r A,r. firo-vi:. o,,, (Pt' .rrr,) 7 11 To m ; f Material Expendables Type Packer ft Qty Type Qtv Price Earth Teeth Rock Teeth Pilot Bit (earth) Pilot Bit (rock) Super Mud /gallon) Bentonite (bag) C 6oln',rac't.?^tG Oa'1 e1 l.egtroora;• r soave ntormaton 10 to !fut. Na rprt[t 0,1 It xrortse•Iat ve xNrlcr 00,+rf Os-mm C� 250 5. Webster l_ //77�,/ SEATTLE, WA 98108 rM Paco Ventures LLC raew rt United States of Amertca Phone No, 206-762.3550 RENTAL INVOICE :mace Number Iny0lce Dole Pape RI.37858 04/26/16 PearsonDnem Ire Tern Trew • AP The Manhole Industnal Center Moo A•1 2700 West Commodore Way Ste 202 SEATTLE WA 98199 Undea States of Amen= Paco Reference Information Customer 10 014250 Pnone No 206-7623550 Our Order No RO -18272 Fax No 206 - 763.4232 Salesperson Jeff Ham Small ARtaPa oEqu o mm Ship To Address: Pearson Orating. Inc. Kyle 208 235.5894 31510 Pete Von Rachbauer Way S KENT, WA 98012 tinted States of America Shed Via Customer lieferrenu Information PO a 08115 PO Date 0420/16 fins Nent lyre 10eecriphon Renal From 1 0watny Tenn Thru UnitPriu ToalPrke All PIM Hammer MKT e7 3060 08 010 AanM1/WIC 14 W1r ail 3370 00 Item Shipped: 130507 Eacn 0 W.., 40011 044000 4114:30 Final 04120/15 04128106 48000 44000 Air Comp•Le• Pmeure•730 CPU 30/002025 Seen 0475le Feat 34/21/16 75000 75000 Avlw Ohre 04 Wew a 7.260 00 hem Shtppedt 010034 1 WM O,Jari 1110000 4125000 In Line 000 T' 300120 005 Raw* Rama, 04W1a at 30000 Esc I WWI 000ya 41 100 00 a1 34 00 Fnal 04,11/18 04/28118 10005 000OC Ca nnnued Teem Net 30 Days Due Date 05/28/16 4ertreree Paco Ventures LLC Q'A{{// O 250 S. Webster St /� SEATTLE. WA 98108 reanetal United States of America Phone No,: 206 -762 -3550 RENTAL INVOICE Invoke Numcer Rt47656 Invoke Dale 04/2/116 Page 2 Pearson Drilling. Inc. Terri Trew - AP The Mantime Industrta• Center Wog A.1 2700 Weil Commodore Way Ste 202 SEATTLE. WA 41199 United States of America Paco Reference Information Customer IC) C14250 Phone No. 206762.3550 Our Order No. RO -16272 Fax No 206 763.4232 Salesperson Jeff Ham Email AROPaeoEqulp.00m Ship To Address: Pearson [riling, We Kyle 200.235 5894 31510 Pate Von Rsenbeluer Way S KENT, WA 95032 United States of MlmlcJ Ship Via Customer Ice iewtce Information PO a 06115 PO Date. .04/21316 artRMYtl Sem r basenptlon Mtn 6100ped: 0135115.2 Rand, Quantity Term From/ Unit !lint Price T0121 144ca Bull Mose•2" • 60' r00 10 035 Pennta RMsa, 51 Wan rt 42094 Mom SNppad: 6100.10.035. qty. 2 Wawa n 40 CO Eno Clan al12W Faun 3412111* 34(26106 40 CO CS 30 whip Checks r 5100 10060 ■at i Ram; �4West s i3 Sent Shipped;. 6100.10.0110• Qty. 3 10Ile1811—. 3 Eau, I Wool 00+x4 x:300 at2R1 Pena 04(2111* 04r26l1 E 400 1500 Mew 1 Descrlpbon Quantity Sale Date Unit Price Total Price Cenunuec Term Nat 30 Days Due Date 05/28)16 0°A474."* Paco V.rltures LLC 250 S, Webster St {//f� SEArLE. WA 96108 in United States of America Phone No 206- 762.3550 RENTAL INVOICE tnv ace Number Invoice Oise Page RI.37856 tW28116 3 Pearson Drilling - Inc Tem Trew • AP The Maritime Mausa+at Center Btdg A•1 2700 West Commodore Way Ste 202 SEATTLE, WA 95199 United Staled of Aram Paco Reference Information Customer ID C14250 Phone No Out Order No R0 -11271 Fax No Seasoereon Jeff Hem Emad 206-762.3550 206 - 703.4232 AR®PecoEWID torn Snip To Address: Pearson Ordling, Inc Kyle 200135.5894 31510 Pete Von Raichbsure Way S KENT, WA 98032 United States of An»nca Ship Va Customer Rehrsrrda IMtxmadon PO a 06115 PO Oise: 04/20/18 Items Sete Item J Osecript4On Mondry Mitt Sala Oats Prke Total Prlcs DIESEL FUEL. 1, V.CIESS1 —Tar 8resvoown WASHINGTON 98 3'r KENT 31 13 KING 0 SC KENT RTA TAX D,STRIC 1334 Tamil Nat 30 Days 16 04/27 <tf3 rl to 9? 60 Suoraw M1...M.. _,.^._. 148200 Taw 140 84 Tote. 1.623 44 Due Date 0528'16 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR 005 City of Federal Way Bullet Proof Glazing at Ticket Windows Issued by: Loran Partners City of Federal Way LMN Architects Issued to: Date: 12122/2016 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Provide bullet proof glazing at ticket windows 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 3,234 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 adz4iL to APPROVED BY: Lora ners �� B • ilLLILI 11 ilf Date: 1 J City of Federal Way By: Date: LMN Archite>zts By :�'i JOB FILE 151700 - Change Proposal Page 1 of 1 Date: / °2//j6 0 0 0 3 L U) 0 0 0 0 L 0 JOB FILE 151700 - Change Order Request 4 H 0 F a c CO n N N N N pi N S 321 N M N l7 CO t i I g cg L TOTALS d c M W N Material N O XI 3 .b. I 0 0 <c g N 1 a PR 1 Q W 0 ' Z O 2 r z m PHASE DESCRIPTION QUAN. JOB FILE 151700 - Change Order Request COP Subcontractor Breakdown Summary Project Name: Federal Way Performing Arts CCO # Project No. 15 -17 Document Reference: COP -level 1 bullet glass Date: 11/11/2016 Contractor: Garco Construction Contractor Ref. No. 15 -17 Description: Change from GL-6 1/2" laminated to Level 1 -1 1/4" bullet resistant glass (acrylic). Material only 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Itemize all costs on attached COP Cost Breakdown form. $ DIRECT LABOR SUBTOTAL $ Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS a. material costs $ 2,618.00 b. freight costs (itemize) $ 2. MATERIAL COSTS $ 2,618.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ b. rental equipment (per invoices attached) $ 3. EQUIPMENT COSTS $ 4. SMALL TOOLS a. small tools (NTE 3% of la & b) $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT a. 12% on Materials (2) $ 314.16 b. 12% On Labor, Equipment and Small Tools (1, 3, & 4) $ 6. SUB - SUBCONTRACTORS a. b. c. $ 2,618.00 5. OVERHEAD & PROFIT $ 314.16 $ d. $ 6. SUB-SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB - SUBCONTRACTORS a. NTE 6% for each sub $ 8. Bond a. Bond 9. B &O Tax a. B &O Tax 7. OVERHEAD & PROFIT ON SUB - SUBCONTRACTORS $ 0.00 % of 1 -7 $ 8. Bond $ 0.00 % of 1 -8 $ 14.19 9. B &O Tax $ TOTAL COST 14.00 $ 2,946.00 Blank change order FWPA Page of Issued 11/14/2016 COP Cost Breakdown 0 Project Name: Federal Way Performing Arts 11/11/2016 p a. Contractor Ref. No. Contractor: Garco Construction To EA EA EA EA 0 0 oo co EA EA EA EA EA EA EA EA EA Eft, 64 69 69 EA 69 EA EA EA 69 69 69 69 69 EA EA 1$ 2,618.00 I Equipment Cost Eft EA EA Eft Eft EA EA Eft EA EA Eft Eft Eft EA EA Eft Eft Eft Eft EA EA Eft EA Eft Eft Eft Eft EA Eft ER Eft E D TO E6 Cost Eft EA Eft EA $ 2,618 00 EA EA EA Eft EA EA Eft EA ■ EA EA E9 EA EA EA EA EA EA EA EA EA EA Eft Eft EA $ 2,618.00 ---- - - - - -- Unit $ o En v En CO Eft Labor Cost (A Eft EA Eft E9 E9 Ef) Eft EA Eft Eft (A Eft Eft EA EA EA EA Eft EA Eft E9 EA (ft Eft Eft ■ 69 69 69- EA Est EA C D .- Ell c Q T Quantity V Description CRI product Change 1/2 glass to level 1 bullet resistant glass in 2 ticket and 1 service window. 4 pcs. of glass (Labor Subtotal Foreman 'Lead Foreman Total Cost of Work Blank change order FWPA FWPAEC - Lakehaven back charges thru 11/8/16 per AcctMgmt- 6314018.xlsx (Update 11/22/16 BIA) Date Description Invoice amount 11- Dec -15 Construction meter sizing 29- Apr -16 Two 8 inch cut and cap 2- May -16 Informed Sub & Gen. West side cut and cap to be redone in correct location 8- Jun -16 Contractor broke 8" D.I. water main Lakehaven crews repaired 17- Aug -16 With Rod, Tom and Linda removing aspahlt and debris from sewer line 17- Aug -16 TV line vac out MH blockage, locate sewer stub for contractor 17- Aug -16 Clean line of asphalt 17- Aug -16 Project #6314018 Federal Way Developer Sewer 17- Aug -16 Helped Rod and Mike E remove debris from manhole at S 314th & 20th Ave S 31- Aug -16 Water tap cancelled wrong valves 7- Sep -16 8- Sep -16 Tampering letter Shut water main down Contractor put hole in pipe 8- Sep -16 Const - William Nelson 8- Sep -16 8- Sep -16 Randall Koda Mike Morrison 8- Sep -16 13- Sep -16 Broken 8" main Q & A with contractor 3- Oct -16 Contractor being difficult, Not ready, on my return they installed 31- Oct -16 Rock Hyd., energize Fire DCDA, non - standard parts again for 1 1/2 "service 31- Oct -16 const - William Nelson ROUNDED UP Lakehaven Back Charge 0 ($386.91) ($427.04) ($53.38) ($948.65) ($418.40) ($438.96) _.......($172.00) ($180.35) ($106.76) ($98.53) ($4,490.00) Page 1 / 1 Change Order # 4 T Si rn-9 -4; eP S 1) FOOh.~a 30.-.27hm yy mww., e < NNNmwp N N .qin N M ' 0r 1 . NNN M.mMrymm 1MN 1 m MPm OmM0 tl Mnh N N M ♦ .NvY N M 0Yl0n00m0. 0NNNNN0 Nm-•--.P M M NNNd N N.. M N a6'ELS1 Ot'90L) S 4 00 000 NNOmtl0M. *OmNMNmm.i M N ~fl p M N .0 0. 0 M M 0N N M N I(2 ✓560'7) S ((55100'1) S NW hnOnO N.PN1N 0.NN0m Nvt0f MOW fh N N n OW [] S (135.111 �OOn nyn. .00N 2m. 0 M �p NmON N M ^ N .., �.. MAN N MI ti mP Nhmf m0•Nn Nr421t. 0 000 P tl N M m P lomm.0Onny 0 N n o .hPbhPNP Nh ONngf M WNW.. nDO OP^ M N M Op np 0 aM p N w ^ fN MN ........ N... ..d• A MNM p^mp.pp N m d T N N m O+ 5 367.85 S 497.04 O m P N N o m Nh P $ 497.04 1 .! p .. P d M ^ ^mr P ry MMH N Y O.. .. N r 0' m �O V � P 1tt L, N N , • dP w J MN m b P �+ dr P N Nb N 0 Y, .1J J1R c Q O F M M cr. il: N n h M N N N NN S 2.59 S 2.59 ll N N a• M m N P o Q N a r O N $ 497,041 o w N n W N 0 N N . P n .. M n Om. S N N�Iy� ► N b Ot tD P N m b P ^ h 0. • N M •• N b b °/ W .D b m o,ao B a nn P° d r a .. Mn Nry ^ Y. .^v O b h m N m n a CD 0 ON _N P \ n N nN �ry ° O ° °NOC N aoan�oc ,Ybb as w w� .o n m b Z o f v� v ry ;YV a rob 00, _ m _ProNet Cost rvGpp.Q °N ^w N N N °h 0 P N N V ° N N N N ..... �� S 87.84 S 57.82 D htl N M 4 N Mhh ... NNN � Rm tl tl .. S 84 • .82 � tl ry N M P V ... S 87.84 $ 87.64 5 87.84 64 POp N N ,+V 0 N d < N O O ..... r O T gNNhd P p0227,:g M. d N M d P P N N 5 60.14 S 160.14 S 427.04 N w N Y1 .01D h Q P N N z z C t: ° 3 .. '6'° OD [plan review - - - -- [pion review n1229 vYa 4 t� c ` LW�U o.3 .' Oyu 4'a .. Q �... u Y t r Iron YaY [plan review plan review [PR rev discuston with eng [INVOICE PAYMENT (City 01 FW) plan review plan review tan review, email ,Plan review ee. o on review INVOICE PAYMENT (Clef of FW) plan review t Emilio=. b C. 3 a U VY ° plan review plan review [plan review INVOICE PAYMENT (City Of FW) ;King County DE Agr Recording Fees tconst meter swing INVOI E 61014561 ity o FW) INVOICE PAYMENT (City Of FW) plan review c 4 O V 42Y ao Const ROW - -- CONST ROW permit Protect Mgmnt 60min proton INVOICE PAYMENT (City of FW) pe5005 p 4 - vy_ii�5 4 1: 3 3 g INVOICE PAYMENT (City of FW) Contractor broke 8- .1. water main our crews rep9Mea Qlan review plan review INVOICE PAYMENT (City Of FW) Interest Charges (7/1/16 • 7/31/16) `03 x to 2 rvN w,NOd 00.n MNO.+ OOOOO vi0v.0 + -.n pnn00.°n ..04..0 v°�N M+....Nrr.. 09000 NN° °N.. O 0000 O.-.w ° -. v°.ON 0.0 00 .°i.r OO.+ 0 v°. An v°. .4.+Ow 0 O° ..pw ° °°° MNOMN dGO 000 .. O V '5 , -.7.....a! 111E « Eli 3 a 3399s 30« u 2 30 12333 as .30 93 «a 993 aa30 3�T9 30 «300 99h aaa as Se3B399 a as 3 a X533 El 5314 aaa _p Y O DEVELOPER -Water DEVELOPER -)oln1 DEVELOPER -Water DEVELOPER -Water DEVELOPER -Water DEVELOPER -water DEVELOPER -Water A A 0 iu iW DEVELOPER•Water DEVELOPER -Joint DEVELOPER -Water DEVELOPER -Water [OEVELOPER•Joint [DEVELOPER -)e nl OEVELOPER -water DEVELOPER -Water [DEVELOPER -Water OOVELOPER• W ater :DEVELOPER -Water DEVELOPER -Water 4 O 3 a u' 0 0 DEVELOPER-Water VELOPER -Water DEVELOPER -Water DEVELOPER -Water DEVELOPE • •Water r EVELOPER• Water DEVELOPER •Water Y 3 a a O 0 Y 4 3 W a 0 a ff 7�17f- 4 �3 W W an 00 o0 DEVELOPER -Water DEVELOPER -Water DEVELOPER -Water DEVELOPER -water DEVELOPER -Water DEVELOPER -Water DEVELOPER -Water DEVELOPER -Water Y q 9 Y V 33 W 00 8e, 00 IDEVELOPER water DEVELOPER •Water Employee Sz i M 7 < NELSON, WILLIAM NELSON, WILLIAM JENSEN, (01161 )ENSEN, 10516 NELSON, WILLIAM NELSON, WILUAM (NELSON. WILLIAM :OSBORNE, TIM NELSON, WILLIAM I £ P' = m N oz 7 3 W NELSON, WILLIAM ASBURY, BRIAN NELSON, WILLIAM NELSON, WILLIAM NELSON, WILLIAM NELSON. WILLIAM NELSON, WILUAM NELSON. WILLIAM NELSON, WILUAM NELSON, WILLIAM m 4 NELSON, WILLIAM NELSON, WILLIAM NELSON. WILUAM NELSON, WILLIAM NELSON, WILLIAM NELSON, WILLIAM NELSON, WILUAM £ 3 NELSON, WILLIAM NELSON, WILLIAM NELSON, WILLIAM OSBORNE, TIM NELSON, WILLIAM NELSON, WILLIAM NELSON, WILLIAM NELSON, WILLIAM k �n 3NO i 200000 EEEI VINO 0 0 0 Q 0 .kg,,, m53 Oi ,- 141e, 0zz .. i S{{�� p.°v .°V c'o A:zat• O.P..wwwww....«.w.. w00 N.°v�Q 00 pti ��-� 0 0000 H.�N tloN.o _ 00^°00 _ 0Nw V. °N .wv Hn... nN NY N�rvn� 7--,1 N�OnOy _ 0000. �" t+amta N.+ry00 av`. �.Nry Pi ia.a-a- ON. NON r•I .v �... 9/18/2015 9/21/2015 9/23/2015 10/8/2015 10/15/2015 ...C.+ O ^'3^'n II Onn u�ei he, Ob + �b.0..2 ~NrvgN n0" -.O - IS/14/2016 3/15/2016 4/14/0016 b.O J. :-a w N ry M.Y ON N N N b b..bb....+0 wNw wa.�+an`'+Oti N 00.°v mw +°v0 FEDERAL WAY PAEC WV0.104 ,,,MMO moor... . 0 . . 4.10...NANAIANY7WIVINNANNNOVINN41410.00.74“.7611AMONN M.OnnfqW .?,.1.t.100.. oom000, ... ft0M..min.N.Kmo. *O.,I.V.VONO!NWO, vomoo.......mwor.m000 rii .*CRON M.NO oonovImoo...r. 0.....0, 72 g n• . i'l ti •.. ) ,•.' , .... j E ri , 0 g g , 6 1 1 .-, - z t. c .- , ,----. ., , .-17 -rz- . .-. ■1 . .. . ... S1 ::, .. ;.c.-. .:-. Protect Cost NM.No. S 96.12 �'.. S 96.79 ovrnov“,w,nvo . ... An.n.v,...N.NVWON.010.wir. .. .... ..... .. Roo. Tom one -.nee ,e -ovrg asphalt Ind deo, Fyn Server nt. lieu Ime vac out rob blockage, located sewer stub for contractor —f = ..-i i i v I, Icoist, plann a .ew Iwater taps Cancelled wrong valves FVF...: cc, msE tampermq letter !our(Four wet tap's water main down Contractor put hole in pipe -,f•-i c It.,66 0. e 5 "' oi!' w INVOICE PAYMENT C,tv or FW; plan review 0. Q F. A contractor 6 Bal N. domestic meter rnstallabon [Dose M r k .3!: vP3 04Q u .-2-' swab and go fire Ime and CDF over water main in parking lot Turn valve's back on st. 1: 1 ,, . 0 2 '4:- f64.,..,—...66 ° g.g.f%1 51S!Pi2=3 ........;,.:6.4 ,,7-5vg2,:2—'"gSqg.:32C. ...............dO8......O.4,m.i3O...... .s.77-51n-em-i ,5IFFEFFEill 'Ieeee .*.e'' `ie;ali'i ',SIM HEIM e.,"e'.g'eieeeh-e "En'SonoWeSSSoS FE EFEEEFFEEE erseee '3.1--ESD EEEEEF it DEVELOPER-Sewer DEVEL PEA •Sewer DEVELOPER -Sewer DEVELOPER-Sewer DEVELOPER -Sewer DEVELOPER -loint OEVE LOPER Water DEVELOPER -Water aMa i33 MMitit tttt 0000 >'t.>—' O%ci DEVELOPER-Water DEVELOPER -Water DEVELOPER -Water n. 33 MM tt 00 t>' 00 DEVELOPER •Water DEVELOPER •Water DEVELOPER -Water DEVELOPER -Water DEVELOPER-Water mm MM tt 00 >> 00 DEVELOPER -Water DEVELOPER•JOmt DEVELOPER -Water DEVELOPER -Water mmmEmme, 3X3.-E3i 00 00000000 55>tt>> 0120000 00000 tttt DEVELOPER -Water DEVELOPER -Water e i t 0 > 8 E EHLE. MICHAEL 001STER. RODNEY CRAWFORD, THOMAS M056, LINDA ,HOPPER, DFVIN GRAY, JOSEPH (NELSON, WILLIAM SHERWOOD, JASON Mii 5.:YA ii'ig. pIFi .0 NELSON, WILLIAM _ -- GRAY, JOSEPH GRAY, JOSEPH NELSON, WILLIAM KODA, RANDALL GRAY, JOSEPH GRAY, JOSEPH NELSON, WILLIAM NELSON, WILLIAM NELSON, WILLIAM L-- i2 2:: 70 GRAY, JOSEPH OSBORNE, TIM RzR0 ->. . ,511' 00,, SHERWOOD, JASON GRAY, JOSEPH OSBORNE, 11M - - -_ - -- NEIGEL, ROGER BOURNE. ION NEIGEL, ROGER Re- -0 or,t 07 I 5. 0,,,,0 '002200 0 0 0 2i, ..,. ; 0 ,, :? 9/20/ 2016 9/22/2016 0 02000::0 .0 .'40 .::3.c9 0 , 2 "I9 Z=Z:r.70 9 2 2 2 2 9 :?. .Z AcctMpmt- 6314010. RETURN TO: '7 .��h EXT:2�� 1�q55 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / CN �-" 2. ORIGINATING STAFF PERSON: ES-- S'N 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE _ ',CONTRACT AMENDMENT (AG #): r'� t.. ❑ OTHER Cj� _ Gra3 5. PROJECT NAME: EXT: % , \ �J 3. DATE REQ. BY: 1\ SA SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 7{fS-0 fM tut_ ptC S (-ox Lo cLOt�St�UC.��O'� �rp W6. y St O1'Lc.rht.. � et 140 \\ t$ crA-` eve-*_ (L d\ +-tc 6. NAME OF CONTRACTOR: ADDRESS: LA \ \ 'k L E -MAIL: SIGNATURE NAME: W/4 (19 zo Z TELEPHONE:SOS .5'3rs�j�og$ FAX: .S OM J3 I.38 SF TITLE: V C� 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ACOMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # ) 5' 1 0 SZ.'2g BL, EXP. 12/31 /AL UBI # 6 o2.8 1 Go , EXPZ /,ZI / 1-i- 8. TERM: COMMENCEMENT DATE: AS AA COMPL TtLIONSDAT/E: !Actor 3k 1 2.Ot` 9. TOTAL COMPENSATION: $ a4j q 2 .`1t + 7y 731. �-�7" (INCLU E EXPLNS S AND `SA S TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES [ctIO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ES ❑ NO IF YES, $ (7 ) 4 8 4. 1 `k PAID BY: �1QCONTRACTOR ❑ CITY 3o$- S800- ti0-- S'gI4- s8 -65o l ❑ PURCHASING: PLEASE CHARGE TO: 10. DOCUMENT / CONTRACT REVIEW DI-DPASiON-N4AN 9,/ DEPUTY DIRECTOR XD [RECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) yo LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) INITIAL / DATE REVIEWED INITIAL / DATE APPROVED d /1 /i6 COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING A,_ _ �, j �1 �' ,,SENT TO VENDOR/CONTRACTOR DATE SENT: J�/` 1 1 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED ❑ LAW DEPT ❑ CHIEF OF STAFF ASIGNATORY (MAYOR OR ❑ CITY CLERK ASSIGNED AG # SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE "2: ORIGINALS C�11Ctf1C.ti DCatr S' Cts a.)1-hoc < t•.,� ,zh- C c..tn%t.. 0 v‘f Ni' gila1 %4 1 tI9 11 Nos,a rujck AG# -21(i) DATE SENT: DATE REC'D: +0 c-.onv-Cc. L t- . r s o c.G \c.t j o, <' t- ?Cc O C i cP-\ 1/15 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 15 -216 003 PROJECT CHANGE ORDER NUMBER NUMBER August 18, 2016 EFFECTIVE DATE FEDERAL WAY — PERFORMING ARTS & EVENT CENTER GARCO CONSTRUCTION PROJECT TITLE CONTRACTOR SUMMARY OF CHANGES: 1. Proposal Request # 8: Provide material and labor to add additional electrical outlets in storage area. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $2,387.00 2. Proposal Request # 9: Provide material and labor to utilize TE /Commoscope in lieu of Ortronics. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $8,555.00 3. Proposal Request # 11: Provide materials and labor to revise light fixtures. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $2,695.00 4. Proposal Request: # 15: Provide materials and labor to extend hearing loop system to mobile orchestra pit and West Lobby # 103. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $20,756.00 5. Garco Change Order Request # 1: Provide materials and labor to re- fabricate top of steel elevations in accordance with RFI # 114. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD $8,862.00 6. Allowance No. 1 increase: Increase allowance amount for over - excavation by $25,000.00. (Original Allowance was $50,000.00, total is now $75,000.00). Due to site conditions, additional over excavation is required for foundation construction. ADD $25,000.00 Summary Total: $68,255.00 Washington State Sales Tax: $6,484.24 TOTAL THIS CHANGE ORDER: $74,739.24 SCHEDULE: The time provided for completion in the Contract is El Unchanged ❑ Increased ❑ Decreased by zero (0) Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? PRICE CHANGE LUMP SUM INCREASE ❑ Yes lo No ❑ Yes ❑No TOTAL NET CONTRACT: INCREASE $ 74,739.24 (Seventy -four thousand seven hundred thirty-nine 24/100 dollars) CHANGE ORDER AGREEMENT 1 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONT CTOR'S SIGNATURE DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW C CT AMOUNT CITY S GNATURE `ti) 1A.0""• CHANGE ORDER AGREEMENT 2 9 (e/i� DATE $ 24,158,160.00 $ 524,643.99 $ 74,739.24 $ 24,757,543.23 DATE Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT A - A. PRICING FOR CHANGES AS LISTED BELOW: Change Order # 3 - 1. Proposal Request # 8: Provide additional electrical outlets in storage area. ADD $2,387.00 2. Proposal Request # 9: Change to TE /Commoscope in lieu of Ortronics. ADD $8,555.00 3. Proposal Request # 11: Revise light fixtures in accordance with PR # 11. ADD $2,695.00 4. Proposal Request: # 15: Extend hearing loop system to mobile orchestra pit and West Lobby # 103. ADD $20,756.00 5. Garco Change Order Request # 1: Provide materials and labor to refabricate top of steel elevations in accordance with RFI # 114. ADD $8,862.00 6. Allowance No. 1 increase: Increase allowance amount by $25,000.00. (Allow- ance total is now $75,000.00). ADD $25,000.00 SUB- TOTAL: $68,255.00 WSST ON SUBTOTAL: $6,484.24 TOTAL THIS CHANGE ORDER: $74,739.24 Page 1 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT B A. CHANGES DOCUMENTS AS NOTED BELOW: Change Order # 3 - NUMBER REQUEST NAME ISSUE DATE NUMBER OF SHEETS PR # 8 Add electrical outlets in storage areas 4/28/16 4 pages PR # 9 Change from Ortronics to TE /Commscope in accordance with RFI # 152 response. 5/5/16 2 pages PR # 11 Change lighting fixtures L15 to L17's or L4's as noted. 5/12/16 3 pages PR # 15 Add hearing loop at orchestra pit and West Lobby 103. 6/30/16 1 pages COR # 001 RFI # 114 with Garco back up 7/12/16 9 pages Allowance # 1 Specification Section 012100 3.2 A Over- excavation and fill for footings from $50,000.00 to $75,000.00. NA NA Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 008 City of Federal Way ADD Elec Outlets Issued by: Lorax Partners City of Federal Way LMN Architects Date: 8/10/2016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 2,387 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 992 0 By: Daate APPROVED BY: City of Federal Way By. Date: LMN Architects JOB FILE 151700 - Change Proposal Page 1 of 1 ye Date: 8 /.% Garco Construction, Inc. TOTALS 1E11 IN TOTAL - CHANGE ORDER PROPOSAL S 2,307 J IIII 1 1 0 III 011111 0 MI s 1 iii 111 IE contractor's Name: i`EKNUN ELEC 1RIG Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 7-Jul-16 Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: PR -008 Additional outlets in storage rooms REV.01 PRIME CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions /Comments 1 2. Direct Materials Sales Tax on Materials 0.00% of line 1 ' " $574 27 50.00 ' . 50 00 ' 3. 4. 5. 6. Direct Labor Direct Supervision (hourly workers) 15.00% of line 3 I ` 5925 34 f 6.00% of line 32 5138.80 52.02080 Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 $121.25 I 511961 0.000% of line 34 fringe included in 3,4 Small Tools & Consumables 5.00% of line 3 1E ? ' 32.14204 546.27) ;" 50.00 ' 7. 8. 9. 10. Rental Equipment Sales Tax on Rental Equipment 9.50% of line 5 t ` ;; $0.00 i 0,000% of line 34 $0,00 j Owned Equipment j $0.00) " i; 'SUBTOTAL (add lines 1-7) r $1.804.28 11. 12. (Delays Only) Field Office Overhead 0 Days X Rate $0 50 00 I PRIME CONTRACTOR SUBTOTAL (add Lines 10 & 11) $1.804.28 Remarks: SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME ARKUPS Revisions /Comments 13. 14. 15. 16. 17. 18. 19. 20. 21 22. 23. 24. 25 ,- .�_..�. �.._ 26. 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26 Remarks' 28. 29. 30. 31. 32. 33, 34. 35. 36. 37, 38. 39. 40. Requested PRIME CONTRACTOR MARKUPS } $0.00 50,00 50.00 50 00 5000 50 00 S000 50.00 $0,00 30.00 50A0 50.00 50.00 50.00 $0.00 Revisions/Comments Prime Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28-29) Prime's Home Office Overhead (G&A) SUBTOTAL (add lines 28 -31) Prime's Profit (From Profit Worksheet) SUBTOTAL (add lines 32 & 33) Prime Contractors Builder's Risk Prime Contractor's Insurance Prime Contractor's Bond Premium SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax TOTAL COST (Add Lines 36 & 37) 12.00% of line 30 Si 804.28 50.00 ' 51,804.28 5216.51 f 6.00% of line 32 52.02080 # $121.25 I 0.000% of line 34 32.14204 ;" 50.00 ' 1 000% of line 34 ;; 521 42 0,000% of line 34 $0.00 0.484% of Tine 38 j $2,163 46 i; 51047 52,173.94 Time Extension in Line 11 equals: 0 _ Work Days Attach Justification (Schedule Analysis) For Each Time Request. Calendar Days (Check One) Signature & Title of Preparer: ITEMS OF WORK FOR PRIME CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cost Total Cost HrIv Rate I HrsiUnit ] Total Cost Days j Rate 1 Total 314" emt 1501 ft 50.52 1 578 00 565.72 ) 0.04 1 5394,32 j 314" emt comp correctors 6 121 ea Y $19.82 1 5237.84 565.72 1 0.07 1 55520 l 314"emt ca couplings comp 36 ft .0 $2.06 1 574.16 $65.72 1 i $65.72 4 0.051 0.03 a $145.96 $2 63 - 3/4 emt strut straps 13 tt $0.37 M 54.81 1 718" strut mist hardware #12 thhn wire -x4 wires M » » » » »__ -«_a TP receptacles 10 _� « -- 11 ,1. 150; - --- -_ 3 31 181 k ea w k _ -ea - ea ea ea ea ea 1 ea - -�- M w 0 $1.49 ; S14.90 -_ 565.72 ' 565.72 4 t- ..._. 565.72 1 565.72 1 0.05 1 $32.86 a -� » -, $0,37 50.37 0.02 s 51.31 -- __.w_.1------ ....._.a _, 50.48 1 572.00 ^ « «w.....� 0.02 i 5197.16 ___....,.7_w_- ....- 1 1 56.22 �; 518.66 0.03 1 55 91 ,grounding pigtails wirenuts $0.70 j 52.10 $65.72 1 0.02 1 53 94 1 $0.27 1 54.85565.72 1 0.02 1 $23 66 1 1 4_x4 boxes mudrings ........................ _ recept covers 3 ...... 31 3 $6.79 1 520.37 $65.72 i $65.72 1 0.10 { $19.72 1 1 -54.56 / 513.68 0.10 1 519.72 $10.84 -1 525.00 532.52 $65.72 565.72; 0,02 1.00 ; $3.94 1 revise loads in panel schedule 1 f 1 1 t _ _ -1 Ewa._. 1 t ; 1 i -I «+ I1 .-- 1 i` (Ranted) ! ' OWNED EQUIPMENT Days I Rate Total 1 1 1 1 - « - -- 1. I 1 i 1 ,._ « «wi «« i .4_._..w_ «______ «. t • 1 1 • ..___.... «J_ _ ( _ I 1 r._..w..._y »w ..l._ra.. _« ....__..-«. w.._____.« T Y _« j_..««- ....- j «....w«..w.._.._-- . t 1 • 1 1 1 E f ! w_«_ «_- .Ii____. « « «1..- ......- ....__ «w..... t i ( 1 1 t e . _ 3s_•.____«_ 4_-_«_ n«. r.- a.a_...___, __,.----- t_«»«- .w.«....i.rw.._� -«_w_4 y______.w_ 1 1 ^1__"j 1 1 ! - .4 y_« i f y 1a ! h •- ..'_.+_..__ +_.1-- w_- M_a_w___. ri_ :_ «�._ __.__w« «_ «_ « ...... __- - ----- .._.ww_w. DIRECT PRIME CONTRACTOR`S TOTALS 5574 27 5925 34 Total {Own TOTAL EQUIPMENT Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 009 City of Federal Way TE /Commscope Change Issued by: Lorax Partners City of Federal Way LMN Architects Date: 6/15/2016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 8,555 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax . ers P.O. Box 2946 Spokane, UV; 99 20 By 20 (a City of Federal Way Da e By: Date: Date: LMN Architec s By: JOB FILE 151700 - Change Proposal Page 1 of 1 7L-e Date: 73 /47 N I M b j M .. w w CO' •m 2 v m ggSigS o re 0 3 1 2 Z a DESCRIPTION 0 JOB FILE 151 Contractor's Name: TEKNON ELECTRIC Project: FWPAEC DATE: 15 -Jun -16 Proposal /Estimate for Garco Change Description: TE to Commscope PRIME CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions /Comments 1. Direct Materials 2, Sales Tax on Materials 0.00% of line 1 $2.180.00 $0.00 3. Direct Labor 4, Direct Supervision (hourly workers) 15.00% of line 3 $3,225.60 $776.12 $483.84 SUBTOTAL (add lines 28 -31) Prime's Profit (From Profit Worksheet) 6.00% of line 32 5, Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 $416.93 ! fringe included in 3,4 6. Small Tools & Consumables 5.00% of line 3 $161.28 SUBTOTAL (add lines 32 & 33) Prime Contractor's Builder's Risk 0.000% of line 34 7. Rental Equipment 8. Sales Tax on Rental Equipment 9.50% of line 5 $7,678.40 $0.00 $0.00 $0.00 Prime Contractor's Insurance 1.000% of line 34 9. Owned Equipment $0 00 Prime Contractor's Bond Premium 0.000% of line 34 10. SUBTOTAL {add lines 1 -7) 11. (Delays Only) Field Office Overhead 0 Days X Rate $6,467.65 $0 $0.00 12. PRIME CONTRACTOR SUBTOTAL (Add Linos 10 & 11) $6.467.65 Remarks: SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions /Comments 13. 14, 16. 17. 18. 19, 20. 21. 22. 23. 24. 25, 26. 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) Remarks: 28. 29. 30. 31. 32. 33. 34. 35, 36. 37. 38. 39. 40. PRIME CONTRACTOR MARKUPS $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 (, $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 Revisions /Comments Prime Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Prime's Home Office Overhead (G &A) 12.00% of line 30 $6,467.65 $0 00 $6,467 65 $776.12 SUBTOTAL (add lines 28 -31) Prime's Profit (From Profit Worksheet) 6.00% of line 32 $7,243.77 $434 63 SUBTOTAL (add lines 32 & 33) Prime Contractor's Builder's Risk 0.000% of line 34 $7,678.40 $0.00 Prime Contractor's Insurance 1.000% of line 34 $76.78 Prime Contractor's Bond Premium 0.000% of line 34 $0.00 SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax 0.484% of line 38 $7,755 18 $37.54 TOTAL COST (Add Lines 36 & 37) $7,792.72 Requested Time Extension in Line 11 equals: 0 Attach Justification (Schedule Analysis) For Each Time Request. Work Days Calendar Days (Check One) Signature & Title of Preparer: ITEMS OF WORK FOR PRIME CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cost I Total Cost Hriy Rate I Hrs /Unit ( Total Cost Days 1 Rate 1 Total Act i class 32hrs Act II Class 16hrs - RCDD 4hrs 1S ea 11 ea i_ 2; ea $395.00 $595.00 --- ----- -I $595.00. ; $395.00 i $595.00 $44.80 t 32.00 ; $1,433. 60 ' $44.80 ; 16,00 4 $716.80 i ------f !' $1,190.00 -- 4. -I $44.80 ; 4.00 I $358.40 M - --1- T Rcsubmittais 1 ea 1 t $44.80 I 16.00 ; $716,80 I ti -. • .... 4- -4 4 { -I t- Y + ++ 't -'E 1 T +- j T- 1 , N H 1 1 ' 1 4 ;1 -1- , 1 t J1- f w! _I-. - l 1Total 1 (Rented) 1 I I OWNED EQUIPMENT r.. 4. Days I Rate Total , 4 F --F, - -+ - . w.7 1 T T 1 1 1 , _Aw.a 1 w_w_. 4-____ --- 1 a -_.a ... at. «. 1. .rr_a.w -.r.r 1._______ _ ____ __ .a_i _-« i ...._. -. _ . t . aa _ ' ' ._.w.._..a.....___._..t.. 1 - a- __.-- 4t.aa--- __w_1__.w_. a_...a..._..a_aa- 'T .�i1�. a. arrr ,rrurrr..r +rraaaarT--- .t ± a.a.rar+.._.._lwarawwwwa� . raara . ... __waa.a«a« _aa___.I._ a 1 .vaw.a..__.w } ..ra.a a sa_a_a-; a� 0 ya._..wrr..a- .......... ..W..�___aaaw_.aiaa_�.��_._.a .r......ww...j....aw_ww. ........+r 1 _ 1 ....- w. 1. 1. ........ _________.---4...-- N_«___.r.. «. wwr_w. . _.w L ........ .... .......1...» +._._.____.- ..__ 4 - ; - - «.a..a.. —. 1 ---1.— 1 _+ ...w _ i _ _a.i a , __.._ --_» I ...... .4. 4... raw w,ww :wa: 1, . __a-. ' -_- _--- _r_. -_-y a ^ '...w..... 1 1 , .raaaraar_walp «.w.» as f. ____raw..a._ ; , _a. r..a..r_p.__.__ra. ___ _!_�___ «.a ..¢ -.4- .««- n«.-« r, n---____ rrr. r_ ra. r. r. a_.a._.___r_r- rrs«.r.a..raaaa ._a__a..w.r _a.a...a .__w___. - a..rM. a_a....awww - _...._..._ --- ..._. _..3 -a. _ 1._ -I-- as -_. i - e DIRECT PRIME CONTRACTOR'S TOTALS $2,180.00 $3,225.60 Total (Owned) TOTAL EQUIPMENT Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 011 City of Federal Way Lighting Modifications Issued by: Lorax Partners City of Federal Way LMN Architects Issued to: Date REVISED: 7111/2016 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1, Washington State sates tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts, Garco reserves the rights to combine th +s change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 2,695 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 99 :`0 APPROVED BY: Lorax.; rtners City of Federal Way BY Date: LMN Architects By: JOB FILE 151700 • Change Proposal Page 1 of 1 Date: ca c c 0 7. t3 7 L so c '0 V O L 1a 0 Contractor's Name: TEKNON ELECTRIC Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 8- Jul -16 Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: PR -011 PRIME CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions/Comments 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Direct Materials Sales Tax on Materials 0.00% of line 1 4 Rate 52.037 36 51.058 19 50 00 50 00 Direct Labor Direct Supervision (hourly workers) 15.00% of line 3 $2,037 36 $745 32 5244 48 594 25 6.00% of line 32 Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 52,281 84 5102 33 fringe included in 3,4 Small Tools & Consumables 5.00% of line 3 537.27 Rental Equipment Sales Tax on Rental Equipment 9.50% of line 5 $0.00 50 00 50.00 524 19 Owned Equipment SUBTOTAL add lines 1 -7) (Delays Only) Field Office Overhead 0 Days X 50.00 50 00 I 52,037.36 0.484°% of line 38 $01 $0 00 52,442 94 PRIME CONTRACTOR SUBTOTAL (Add Lines 10 & 11) 52.037.36 Remarks: SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions/Comments 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) 50.00 5000 50.00 50 00 50.00 50.00 50 00 50 00 5000 50 00 50 00 50 00 50.00 50 00 50 00 28, 29. 30. 31. 32. 33. 34. 35. 36, 37. 38. 39. 40. Remarks: PRIME CONTRACTOR MARKUPS Revisions/Comments Prime Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28-29) Prime's Home Office Overhead (G &A) SUBTOTAL (add lines 28 -31) Prime's Profit (From Profit Worksheet) SUBTOTAL (add lines 32 & 33) Prime Contractor's Builder's Risk Prime Contractor's Insurance Prime Contractor's Bond Premium SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax TOTAL COST (Add Lines 36 & 37) 12.00% of line 30 52.037 36 50 00 $2,037 36 5244 48 6.00% of line 32 52,281 84 $136 91 0.000% of line 34 52,418 75 50 00 1,000% of line 34 524 19 0.000% of line 34 50 00 0.484°% of line 38 52,442 94 511 82 52,454.76 Requested Time Extension in Line 11 equals: 0 Work Days Attach Justification (Schedule Analysis) For Each Tithe Request. Calendar Days (Check One) Signature & Title of Preparer: ITEMS OF WORK FOR PRIME CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL. EQUIPMENT Unit Cost ( Total Cost Hrly Rate Hrs)Unit Total Cost Days] Rate Total L15 -29. ea 5331 52 ; ($9,614 08) $65 72 ; 565 72 5.00 ; 1.23 1.33 .fr w.r ««° _f _ ($1,905 88),- 5970.03 Mr..}wi - + L17 L4 - __ «___.. -__« w•w_«__a__, w- a.w•..• w_ ww_ w--... ...« .,.- .._ -_a_._ ....•. ...,........ - w__° __---. «- ._.. «w____w._- _.•. 121 17 - -w »«. « www-}_ «.., - «w._ ea ea w r » ww «w._ $339.76 r $4.477.12 5387 95 $6.595.15 _ u 565.72 w_W «.,..- _.w.... $1,485.93 w» + _«w __ 1. L --f t - ..w.. «__ «- _.»...»_ «__ «_ _ f _1 t - w- f i .•... ...,.__w.w.......r.--- .-.• -. « «. a_.... -_.. ---. - _.....w.- . «_w ° - -« _ +......_.,..— ...._...- . -r -.._ _4___'-_« - Yom."- •._- __... «__._ «.. «_ «...... ) f , Total (Rented) , t OWNED EQUIPMENT 4 Da Rate _ww.«-«« « ««« «w - --« I ` l _ r _ « _ -- «_-Total t 4 __ .. 33 ..+ _ _ � _ — .. ___.,• -,w+.w err w_ -__. _- --- . +:III f - ..... .w-.- •i....«..r___ ___..._ _.. 1 .'.... +-.» « « «_.� __- - - __,.,..• -. .._- w_«_.»« ____ «-- _w___w_- _w,_w..•....-.*. .- • • _ «__--- _._- w-- .___- - - - - E « ____.. __ __t. ;-_ .� p _ _ ww w_w.- _- ._ « «.- _..._.a.• .................................. ....... --,------_.-----.-_--+ ,«. ._.» . a. ». l «. -.- _- «_ «--___ } - -_ _«- __ - -_ -w LA -.-_.- - • - .^^4..".....' ...... f r + _. _... 1 ...... --------- ....... _----- --t- -- .........._ _ f f ) _- -_w_ -_-•--------- r t -4 _.� «.w.w. «_..w..__«. _ .• « . _.- .w.., 1 +,. __._s_..N.•..._ - ---_ ..V__.._ . . A_ d.._.._ f «..M__'__- r ..» »- w- .w. - -.. J DIRECT PRIME CONTRACTOR'S T TALS $1,058.19 $550.08 (Total (Owned} TOTAL EQUIPMENT Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners City of Federal Way LMN Architects Issued to: PR No. 015 Hearing Loop Date: 7/1112016 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 20,756 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spoka - WA By: 7:0 ate APPROVED BY: City of Federal Way By: Date: LMN Architects By . 1171 -v air07.-7,4--- Date: 7,2 /14 JOB FILE 151700 - Change Proposal Page 1 of 2 Garco Construction, Inc. TOTALS Labor Material Equip. Other Sub. TOTAL 4 20.420 5 204 s u0 C0 NI o N n VI Overhead (Sell Performed Labor Material, Equpmenl and Others 12 UO' Overhead (Subcontractors) 4 IA 0, Fee (Sell Performed Labor Mateoel Equpmenl and Other) c 00'2 Feu (Subcontractors) 4 U00 d O 1 0 o y. n o 9 TOTAL - CHANGE ORDER PROPOSAL UNIT PRICES Labor Material Equip. Other Sub. 8 m O r F3 PHASE DESCRIPTION QUAN. 1 UNIT 16001-00 Teknon Electrical Services 1 0 LS JOB FILE 151700 - Change Order Request Contractor's Name: TEKNON ELECTRIC 7.12.16 Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: Proposal /Estimate for GARCO CONSTRUCTION, INC Change Description: PR -015 CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions /Comments 1. Direct Materials 11 2. Sales Tax on Materials 0.00% of line 1 1111111 $17,224.00 $17,224„00 111111 111 80.00111111111111 11111101111111111111111111 111 1 80.00 III 11111 11 1 $17 224 00 3. Direct Labor 11111111 4. Direct Supervision (hourly workers) 15.00% of line 3 11111 11111111111111111111111111111111 HMI 80.00 1111111111111111111 111 01 11110111111111111111111111101111 $ 716.521 $17,912.96 Il9111IIIIII111I11111I111111111 $18,629.48 11 80.00 '[ 111111111 1 III 1 III 1 111 III 5, Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 1111 11111111111 11 11 1 111 80.00 111111111111111111 11111111111111111 111 6. Small Tools & Consumables 5.00% of line 3 111111 1 1111 111 III II I 80.00 1 111111111 11111111111111 1111 111111111 80-00 ( 11 01111111 1111 1111 7. Rental Equipment 8, Sales Tax on Rental Equipment 9.50% of line 5 Contractor's Bond Premium 0.000% of line 34 1111 80.00 111111111 1111 1111 80.00 1111131=111 111 III 1 11111 $91.07 9, Owned Equipment 10. SUBTOTAL (add lines 1 -7) 11. (Delays Only) Field Office Overhead 0 Days X Rate 1111 0 so.00 TOTAL COST (Add Lines 36 & 37) 11 11111 111 ll 11I III I1I111I111iII11111I1111 $ 7 224 .00 $01 80.00 ( r II 12. PRIME CONTRACTOR SUBTOTAL (Add Lines 10 & 11) 1 111 1''111 I11111I11I 11111111 $17,224.00 Remarks: SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions /Comments 13. 14, 15. 16. 17, 18. 19. 20. 21. 22. 23. 24, 25. 26. 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24 -26) $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 80.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 III f11111I111111 $0.00 1 1111 11 11111 1111 11111111 uiiiu 11111111 111111 II 1 11111 1 1111111111111 ui nuiu II I 11111111111111111111 111 1 I I IN III IIII 1111111111 I NN 1111111 1111 11111 I III I III II111IIIIINIII VIII I111II1111IIIIIIII III II ppl IIII 'I M�� I110IB III I @IIIIIIIII I II III I $0.00 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. Remarks: CONTRACTOR MARKUPS Revisions /Comments Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Home Office Overhead (G &A) 4.00% of line 30 $17,224„00 11111111111111111111 11111111111111111 1 111 1 11111101111111111111111111 111 1 80.00 11111111111111111111111111111111 1111111 $688.96 $17 224 00 11111111111111111111111111111111 1 111 01 11110111111111111111111111101111 $ 716.521 $17,912.96 Il9111IIIIII111I11111I111111111 $18,629.48 SUBTOTAL (add lines 28 -31) Profit (From Profit Worksheet) 4.00% of line 32 11 1 111111111 111111 III ll1I11111i1III 1111I1111I1I1lllll SUBTOTAL (add lines 32 & 33) Contractor's Builder's Risk 0.000% of line 34 11111111111 11 11 1 111 1 $0.001111111 11111111111111111 111 $186.29 11 11 111 11111111 111 1111 Contractor's Insurance 1000% of line 34 1 1 1111111 80-00 011111 11 01111111 111 1111 Contractor's Bond Premium 0.000% of line 34 111111 1/111111111111 1111 11111111111111111111111111111111111 1111131=111 SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax 0.484% of line 38 II $91.07 1 1111111111 1111111111111 111 $18,906.84 TOTAL COST (Add Lines 36 & 37) Requested Time Extension in Line 11 equals: 0 _ Attach Justification (Schedule Analysis) For Each Time Request. Work Days Calendar Days (Check One Signature & Title of Preparers C &A,M ii Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center COR 001 City of Federal Way RFI-114 TOS Elevation Changes Issued by: Lorax Partners City of Federal Way LMN Architects Issued to: Date: 7!1212016 GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1, Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost impacts. Garet) reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the chances to Garco's scope or work. TOTAL - Change Order Proposal ADD: $ 8,862 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, W 4`9; 0 APPROVED BY: Lorax By: Date'. City of Federal Way By: Date: LMN Architects By: JOB FILE 151700 - Change Proposal Page 1 of 1 Date' Garca Construction, Inc. PHASE DESCRIPTION WAN. UNIT UNR PRICES TOTALt. Labor McWW I l0.ip. OM107 1 Sub Later ; MMIIel I SRWp. 1 Ones Saks TOTAL 0500740 IAW.I.raKan Sae 10 l71 77N 00 i 7.N0 ! 7.7M { 0....1 7+}.11.14 LOW R....t. 01...r...48aww 17_% Cw1.M13.r....1.1 Hall 1 Mt * F. 1 I.•w..al... 11..1.1.... +w swat sea 5 .1 M I11a.....o.1 .1011 1 3411110,0; 1 •8* ....... 1101 rad toes 1 $T 3 s1 TOTAL • CHANGE ORDER PROPOSAL $ 0S3 JCS FILE 171700 C 11np1 OIW.W R, CHANGE ORDER REQUEST Garco Construction Attn: Daniel Lampert Federal Way Performing Arts Date: ,y// z//b CP# ASI# RFI # Field Request Description 1117A7 - qt. Material Cost Labor Cost Detailing Cost Paint Cost Fasteners Freight Markup TOTAL, COST Project Manager Western States Steel & Fab, Inc. Phone: 509 -489 -8046 Fax: 509 -489 -3739 s —O CHANGE ORDER 0. Deitech consultants Ltd. 1/20t.17666 66thAvinw j+ i Sorry, 6C V35 77X1 Canada — ' ' 7604597.9313 F 604597.9515 Deitech det.ctc nwltantscnm Date: April 11, 2016 Deitech CN# X6 Project: Federal Way Performing Arts and Events Center BY: Rodil Roque 1 Jack Pals Deltech Job No. D1606 TO: Western States Steel WSS Job No. 1739 SCOPE: DELTECH CHANGE NOTICE* 01606 -X4 RFI -114 received April 6, 1016 Review Revised Desian Documents: _ 2.00 Detailing Revision {see attached fist): -TOS RFI - 114: Elev of W18 and W12 revised per 141A642 PAGE 1 24.00 Revise ABM: Coordination: Schedule Impact: NONE Total Hours: 26.00 Price: 26.00 HOURS X RATE OF $60.00 !HOUR= $1,560.00 REVISION REPORT Project: Federal Way Performing Arts Page: 1 Customer: Western States Steel WSS Job No. 1739 Dettech Change Notice # X5 f Date: April 11, 2016 Detail Dwg # r Erection Dwo # y Design Dwa # r Description of Change Rev'n Hours RFI -114: TOS Elev of W18 and W12 revised per 14/A642 + Update Catwalk Framing Plan Update e- drawing Update e- drawing EM103 Update embed diagram A3014 W18X35 Revise connection. A3021 W18X35 Revise connection. • • + HSS5X5X1 /4 Revise length. HSS5X5X1 /4 Revise lenath. • • HSSSX5X5 /16 Revise length. •.: W10X12 Revise connection. HSS5X5X1 /4 Revise lenoth. • W18X35 Revise connection. HSS5X5X5 /16 Revise lenath. W10X12 Revise connection. • W18X35 Revise connection. • HSS5X5X1J4 Revise length. W10X12 Revise connection. 24.00 • W10X12 Revise connection. • • W10X12 Revise connection. HSS5X5X1 /4 Revise lenath. W10X12 Revise connection. W18X35 Revise connection. • W12X35 Revise connection. • W 12X35 Revise connection. W10X12 Revise connection. W18X35 Revise connection. W10X12 Revise connection. W10X12 Revise connection. A3223 C6X8.2 Revise connection. A3332 W18X35 Revise connection. A3336 HSS5X5X114 Revise Ienath. A3356 W10X12 Revise connection. A3357 W10X12 Revise connection. A3364 W10X12 Revise connection. 24.00 ASSEMBLY SHIPPING LIST FOR: D1606 PROJECT NAME: FEDERAL WAY ARTS & EVENTS CENTER Date: 04/07/2016 CUSTOMER: WESTERN STATES STEEL & FAB INC JOB NUMBER: 1739 Page: 1 Unit Total Mark Rev Qty Profile Length Weight Weight A3014 0 1 W18X35 9' -11 3/8" 348 348 A3021 0 1 W18X35 9' -4 1/2" 328 328 A3040 0 1 HSS5X5X1 /4 33' -0 3/4" 538 538 A3053 0 1 HSSSXSX1 /4 33' -0 3/4" 538 538 A3063 0 1 HSS5XSX5 /16 29' -11 5/8" 580 580 A3068 0 3 W10X12 5' -5 3/4" 64 192 A3072 0 2 W10X12 6' -4 1/8" 75 150 A3076 0 1 HSS5XSX1 /4 29' -0 1/8" 470 470 A3084 0 2 W10X12 6' -4 1/8" 75 150 A3095 0 1 W18X35 30' -11 15/16" 1109 1109 A3116 0 1 HSS5X5X5 /16 29' -11 5/8" 582 582 A3129 0 1 W10X12 6' -3 5/8" 75 75 A3130 0 1 W18X35 9' -4 13/16" 337 337 A3140 0 1 HSS5X5X1 /4 29' -0" 470 470 A3145 0 1 W10X12 7' -8 15/16" 93 93 A3158 0 1 W18X35 27' -4" 981 981 A3162 0 1 W10X12 8' -11 5/16" 106 106 A3169 0 1 W10X12 10' -1 5/8" 121 121 A3179 0 1 W10X12 11' -1 11/16" 137 137 A3182 0 1 HSS5X5X1 /4 25' -8 1/4" 414 414 A3191 0 3 W10X12 5' -5 3/4" 64 192 A3193 0 1 W18X35 30' -11 15/16" 1109 1109 A3202 1 1 W12X35 9' -4 15/16" 348 348 A3203 1 1 W12X35 9' -4 15/16" 348 348 A3204 0 1 W10X12 12' -Z 5/8" 150 150 A3212 0 1 W18X35 9' -4 7/8" 337 337 A3217 0 1 W10X12 6' -3 5/8" 75 7S A3222 0 1 W10X12 7' -8 15/16" 93 93 A3223 1 2 C6X8.2 6' -0 11/16" 49 97 A3332 0 1 W18X35 27' -4" 981 981 A3336 0 1 HSS5X5X1 /4 25' -8 1/4" 419 419 A3356 0 1 W10X12 8' -11 5/16" 106 106 A3357 0 1 W10X12 10' -1 5/8" 121 121 A3358 0 1 W10X12 11' -1 11/16" 137 137 A3364 0 1 W10X12 12' -2 5/8" 150 150 Totals for 42 Assemblies: END OF REPORT 11927 12381 114trfr‘m-L 1 Derek Hennessy From: Rodil Roque [Rodil@dettechconsuftants.com] Sent: Thursday, AprII 07, 2016 2:06 PM To: Derek Hennessy Subject: RE: Project: Federal Way Performing Arts and Events Center - RFI Responded to and Closed - Slab Edge Dimension - RFI:114:VaknP Derek, Just a heads -up, the 8 -HSS columns in this revision will be extended by 6" to match the new TOS elevation of the W18 and W12 beams. Regards, Rodil From: Derek Hennessy I mailto :derek@westernstatessteet.cam] Sent: Thursday, April 07, 2016 11:04 AM To: 'Rodil Roque' <Rodikadeltechconsuttants.corn> Cc: 'Jack Pals' <jpaIs dlitechconsultants.com >;'Daniel Lampert' <dank6 garco.com >;'Brea LaRue' <brealiaagarco.com >; 'Cindy O'Neill' <Cindvof garco.corn> Subject: RE: Project: Federal Way Performing Arts and Events Center - RFI Responded to and Closed - Slab Edge Dimension - RFI:114:VaknP Rodil, 95% of this material is completed in our yard, we will isolate and hold, Thanks, From: Rodil Roque rmaiito :Rodiadeltechronsuttants.com] Sent: Thursday, April 07, 2016 10:26 AM To: Derek Hennessy Cc: 'Jack Pals' Subject: RE: Project: Federal Way Performing Arts and Events Center - RFI Responded to and Closed - Slab Edge Dimension - RFI:114:VaknP Derek, Please HOLD fabrication of Zone 3 steel that are affected by RFI -114. Revised drawings will be issued by Apr 14t. Detailing revision cost will be submitted at a later date. Regards, Rodil From: Derek Hennessy j mailto: derek (c'aw+gsternstatessteel.comj Sent: Wednesday, April 06, 2016 2:48 PM To: 'Radii Roque' <Rodil(o deitechconsultants.com> /NV RETURN TO: EXT: 9-1-0Th t't 9 ti CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT /DIV: PUBLIC WORKS / ?Ptt� 2. ORIGINATING STAFF PERSON: I W 0.\S• EXT: 273co 3. DATE REQ. BY: Si 12. 1 I L. 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG #): ❑ INTERLOCAL (SOOTHER (�ON«�'-� M O b 1 F l c,kV OJJ Pon- LI C /J W Ar M V ec s 5. PROJECT NAME: c, 0 r.�srZ -u iX I 04) OS E CT 6. NAME OF CONTRACTOR: C.,/4-\-L(.0 c_,paS' tilt) LJC'•ON � N L... ADDRESS: y t y E (3z0h1)6.1m* tr ve SPovvo.)6 t-.I /1 5 c7 ) 2 TELEPHONE: SO°(- S. S!- = 4 4 88 E -MAIL: FAX: SIGNATURE NAME: \i O \ \ i 5 CS c•..0 rN.t,}■• TITLE: V 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXIIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 1 S- 1 Z'$ BL, EXP. 12/31/ 1 L. UBI # b02809 6o , EXP. /31 / 1-L 8. TERM: COMMENCEMENT DATE: 1 O I 'L G 1 1 9. TOTAL COMPENSATION: $ 14 0 C. \-v/t?J b tS COMPLETION DATE: 4 11 $ 1 I i (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE To: 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER ❑ DIVISION MANAGER DEPUTY DIRECTOR iE7 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) k4 LAW DEPT INITIAL / DATE REVIEWED -t-' S1slI.. �-►� I INITIAL / DATE APPROVED 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING SENT TO VENDOR /CONTRACTOR ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE ❑ LAW DEPT CHIEF OF STAFF SIGNATORY MAYOR OR DIRECTOR) ❑ CITY CLERK 'AASSIGNED AG # ISIGNED COPY RETURNED IK ETURN ONE ORIGINAL COMMENTS: EXECUTE ORIGINALS /V■oL (A.A.'oc\ c.,ost I -b; n .2 • w, ; I e d W o r d t o ( _ DATE SENT: 51/ CERTIFICATE, LICENSES, EXHIBITS INITIAL / 11 ATE SIGNED 1 I�i�11�A �G.7 !e/2?�li , o AG# 15-24 l DATE SENT: fD-2'q-11, L ev, wo v u' '- cocR.SS, DATE REC'D: (V /Z2--(lIP h d (-‘nc. nci, to 1/15 CITY OF FEDERAL WAY AMENDMENT /MODIFICATION TO CONTRACT FOR THE CONSTRUCTION OF THE FEDERAL WAY PERFORMING ARTS AND EVENT CENTER 15 -216 1 PROJECT AMENDMENT NUMBER NUMBER FEDERAL WAY PERFORMING ARTS AND EVENT CENTER PROJECT TITLE May 30, 2016 EFFECTIVE DATE GARCO CONSTRUCTION INC. CONTRACTOR PROPOSED CHANGE: Section 012900- 1.4.D.1. Waivers of Mechanics Lien The above referenced section requires submission of waivers of mechanics liens from subcontractors and suppliers for the construction period covered by the previous application. Due to the processing time associated from the submission of the contractors invoice to payment of invoice for this specific contract, the above section is modified as follows: Section 012900- 1.4.D.1: With each Application for Payment submit waivers of mechanics liens from subcontractors and suppliers for construction period covered by the second most previous application. For example, the waivers of mechanics liens from Application for Payment No. 4 would be due with the Application for Payment No. 6. AUTHORITY: Section 007000- 2.8.13: Modification The above referenced section allows amendment or addition to the Contractual Terms and Conditions by agreement in writing signed by the Parties or their respective successors in interest. STATEMENT: By signature below, it is hereby acknowledged that the Contract is modified as outlined in the Proposed Change section above in accordance with the Modification provision of Section 007000 - 2.8.13. All other terms, conditions, and provisions of the Contract, together with any prior amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by either party prior to the effective date of this Amendment (that are consistent with the authority of the Agreement, any prior amendments, and this Amendment) are hereby ratified. SIGNATURE DATE 1 ,, i if O "S SIGNATURE D TE -/Y///.6, CITY OF FEDERAL WAY AMENDMENT /MODIFICATION TO CONTRACT FOR THE CONSTRUCTION OF THE FEDERAL WAY PERFORMING ARTS AND EVENT CENTER 15 -216 1 PROJECT AMENDMENT NUMBER NUMBER FEDERAL WAY PERFORMING ARTS AND EVENT CENTER PROJECT TITLE May 30, 2016 EFFECTIVE DATE GARCO CONSTRUCTION INC. CONTRACTOR PROPOSED CHANGE: Section 012900- 1.4.D.1: Waivers of Mechanics Lien The above referenced section requires submission of waivers of mechanics liens from subcontractors and suppliers for the construction period covered by the previous application. Due to the processing time associated from the submission of the contractors invoice to payment of invoice for this specific contract, the above section is modified as follows: Section 012900- 1.4.D.1: With each Application for Payment submit waivers of mechanics liens from subcontractors and suppliers for construction period covered by the second most previous application. For example, the waivers of mechanics liens from Application for Payment No. 4 would be due with the Application for Payment No. 6. AUTHORITY: Section 007000 - 2.8.13: Modification The above referenced section allows amendment or addition to the Contractual Terms and Conditions by agreement in writing signed by the Parties or their respective successors in interest. STATEMENT: By signature below, it is hereby acknowledged that the Contract is modified as outlined in the Proposed Change section above in accordance with the Modification provision of Section 007000 - 2.8.13. All other terms, conditions, and provisions of the Contract, together with any prior amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by either party prior to the effective date of this Amendment (that are consistent with the authority of the Agreement, any prior amendments, and this Amendment) are hereby ratified. 0/// 6 C it TRACTOR'S SIGNATURE DATE SIGNATURE ift/ RETURN TO: °A) VV /3 y i y\ EXT: 1'1' % qr." CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT /DIV: PUBLIC WORKS / r PCG L� 2. ORIGINATING STAFF PERSON: �J \ � Pc-L 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE _ l4JCONTRACT AMENDMENT (AGO: 1 J - 2 \ 10 ❑ OTHER EXT: ?iT S 0 3. DATE REQ. BY: 14Y? ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME: \— ,C'SUYvX� 6. NAME OF CONTRACTOR: %' ?■Z- C.O L a STZ- U c.'T I O JJ ADDRESS: Lk \ N "1 13 R.oAr*■) /P 'C s'pn me, Ne w Ar cr 20 Z TELEPHONE: Soc( 6'3 s t.I k g B E -MAIL: FAX: So 9 S 3s- 13 e if SIGNATURE NAME: VN 0 \\ ■S 3aer er* TITLE: V' 7. EXHIBITS AND ATTACHMENTS: q4SCOPE, WORK OR SERVICES COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 1 5 10 52 28 BL, EXP. 12/31/ 1-C, UBI # (007.80i l Co , EXP.3 /31 / 1 8. TERM: COMMENCEMENT DATE: Pc S jv: COMPLETION DATE: MAY Y 1 \ , 2 O 1 { 9. TOTAL COMPENSATION: $ 1 -2-51 e(3 °l (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ylYES ❑ NO IF YES, $ I C) 1 f •0. of 7 PAID BY: kcONTRACTOR ❑ CITY •g) PURCHASING: PLEASE CHARGE TO: 3 d 6 - 00' (c1 $ -.5—i S- 6S O 10. DOCUMENT / CONTRACT REVIEW ❑ PROJECT MANAGER ❑ DIVISION MANAGER INITIAL / DATE REVIEWED INITIAL / DATE APPROVED rit DEPUTY DIRECTOR 4'1 � r DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT U(} 6 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING `I ASENT TO VENDOR/CONTRACTOR DATE SENT: l /i° `�X �WLaJ ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED ❑ LAW DEPT ❑ CHIEF OF STAFF I iI �/ Travifly tae SIGNATORY �1;ivtV'►�li! • : ". 5//2_. Cyr CLE ASSIGNED AG# SIGNED COPY RETURNED RETURN ONE ORIGINAL COMMENTS,if EXECUTE °'L`ORIGINALS // `1' 1 0 0NZ � nc`` LO(N 2a4..V, ..i- 11 SUM nCe, cAot. c' +e`-( S4ee 1ad4P( E�tT I P/WN t‘i AG# /5,1p f3 DATE SENT: 05'/2-/(p DATE REC' D: 6- I t i) tip 1/15 15 -216 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 002 CHANGE ORDER NUMBER April 22, 2016 EFFECTIVE DATE FEDERAL WAY — PERFORMING ARTS & EVENT CENTER GARCO CONSTRUCTION PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: 1. Proposal Request #1: Provide material and labor to add drain lines from orchestra sump pump to waste lines. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD: $2,794.00 2. Proposal Request # 2: Provide material and labor to add electrical conductor between PSE transformer and main switch gear. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD: $37,760.00 3. Proposal Request # 3: Provide material and labor to complete the architect directed modifications to the orchestra pit sound lock at sound lock SLL 002. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD: $1,462.00 4. Proposal Request # 4: Provide material and labor to complete installation provisions for the future generator and solar power. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD: $61,568.00 5. Proposal Request # 5: Provide material and labor to complete the architect directed modifications to the grill sizes and duct openings at the orchestra pit. See attached Exhibit A for price breakdown and Exhibit B for additional description documentation. ADD: $11,479.00 Summary Total: $115,063.00 Washington State Sales Tax: $10,930.99 TOTAL: $125,993.99 SCHEDULE: The time provided for completion in the Contract is ® Unchanged [ Increased [ Decreased by zero (0) Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Li Yes ®No Yes ❑ No Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? PRICE CHANGE: LUMP SUM INCREASE TOTAL NET CONTRACT: INCREASE $ 125,993.99 (One Hundred Twenty -Five Thousand Nine Hundred Ninety -Three and 99/100 dollars) CHANGE ORDER AGREEMENT 1 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. • CO % RACTOR'S SIGNATURE DATE DE ARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 24,158,160.00 PREVIOUS CHANGE ORDERS $ 398,650.00 THIS CHANGE ORDER $ 125,993.99 NEW CONTRACT AMOUNT $ 24,682,803.99 /(0A, C SIGNATURE DATE CHANGE ORDER AGREEMENT 2 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT A - Change Order # 2 - A. PRICING FOR APPROVED PROPOSAL REQUESTS AS LISTED BELOW: 1. Proposal Request # 1 — Add drain lines from orchestra sump pump to waste lines. See at- tached Proposal Summary 3 pages. ADD: $2,794.00 2. Proposal Request # 2 — Add electrical conductor between PSE transformer and main switch gear. See attached Proposal Summary 6 pages. ADD: 37,760.00 3. Proposal Request # 3 — Changes to orchestra sound lock SLL 002. See attached Proposal Summary 7 pages. ADD: $1,462.00 4. Proposal Request # 4 — Changes related to future generator and solar power. See attached Proposal Summary 15 pages. ADD: $61,568.00 5. Proposal Request # 5 — Change size of grille openings and duct work into orchestra pit. See attached Proposal Summary 6 pages. ADD: $11,479.00 SUB - TOTAL: $115,063.00 WSST ON SUBTOTAL: $10,930.99 TOTAL THIS CHANGE ORDER: $125,993.99 Page 1 Garco Construction, Inc. CHANGE PROPOSAL. SUMMARY Project Federal Way Performing Arts & Event Center PR No. 001 City of Federal Way Sump Pump Drain Pipe & Fittings Issued by. Lorax Partners City of Federal Way LMN Architects Issued to. Date: 2/1S12016 GARCO CONSTRUCTION, INC. P.O. Sox 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1 Refer to Scope description & PR Estimate 2, Sand B. SPECIFIC EXCLUSIONS 1 Washington Slate sales tax C. SCHEDULE IMPACT:0 Days This proposal coven me cost of pertorrrmg Ira work 11 does not Include any cumulative schedule or casi impacts Carta reserves the rights to combine this changes with oiherS !o analyze the cumu alive Cast and Scnedule impact of the changes la Ga•ca's scope al ■wrk TOTAL - Change Order Proposal ADO: $ 2,794 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 9 20 P Data APPROVED BY: Lora _ ' • ners 8 City of Federal Way By. LMN Architects By. Date. / '{i' Date: J09 FILE 151700 - Changa Proposal Page 1 of 1 e: 3ha /ro 0 c 0 C 0 1 ,r N C 0 0 0 l0 0 Contractor's Name: PAC WEST MECHANICAL Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 11- Jan -16 Proposal /Estimate for GARCO CONSTRUCTION, iNC Change Description: PR -001 0 -Pit Sump Drain Line PRIME CONTRACTOR'S O K EXCLUDING MARKUPS Rovts:ons ;Comments 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Direct Materials Sales Tax on Materials 0.00% of line 1 4 5509.20 50.00 Direct Labor Direct Supervision (hourly workers) 15.00% of line 3 5746.90 $112 04 Labor Insurance, Taxes & Fringe Benefits 16.00% of line 3 & $137.43 Small Tools & Consumables 5.00% of 'dine 3 $37.35 Rental Equipment Sales Tax on Rental Equipment 0,00% of "ine 5 Rate 50.00 50.00 Owned Equipment SUBTOTAL (add lines 1 -7) (Delays Only) Field Office Overhead 0 Days X $0.00 - 51,542 91 $ 50.00 PRIME CONTRACTOR SUBTOTAL (Add Lines 10 & 11) $1 542.91 Remarks. SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS 13 Excavation & backtilf 14. 15. 16. 17. 18. 19, 0. 21. 22. 23. 24. 25. 26. 27. SUBCONTRACTORS' SUBTOTAL (Add !Ines 24 -26) Remarks: PRIME CONTRACTOR MARKUPS 28. Prime Contractor's Work (from line 12) 29. Subcontractor's Work (from line 27) 30. SUBTOTAL (add lines 28.29) 31, Prime's Home Office Overhead (G &A) 12.00% of line 30 32. SUBTOTAL (add lines 28 -31) 33. Prime's Profit 34. SUBTOTAL (add lines 32 & 33) 35. Prime Contractor's Builder's Risk 0.000% of line 34 36, Prime Contractor's Insurance 0.000% of line 34 37. Prime Contractor's Bond Premium 0.000/ of line 34 38. SUBTOTAL (add lines 34. 35, 36 & 37) 39. B & 0 Tax 0 000% of line 38 40, TOTAL COST (Add Lines 35 & 37) Requested Time Extension in Line 11 equals: D - Attach Justification (Schedule Analysis) For Each Time Request. Revstons/Comments 5600.00 50.00 I 50 00 50 00 50 00 50 00 SO 00 $0 00 50 00 50.00 $0.00 5000 $0,00 $0 00 5600 00 Revis ons:Comments 6.00% of line 32 Signature & Title of Preparer' $1.542 91 5600.00 Work Days $257 15 5144.00 50.00 $0.00 50.00 52,142_91 52,400 06 $2,544 06 $2,544 06 SO 00 52,544.06 Calendar Days (Check One) Consolidated Supply Co. ** Quotation ** Send PJ To: CONSOLIDATED SUPPLY CO - PACIFIC 703 VALENTINE AVE SE PACIFIC, WA 98047 Bid To: PAC WEST MECHANICAL 30336 THOMAS RD SE KENT, WA 98042 Phone n : 253 - 638 -2990 Bid - Date —Expr- Date — Writer 01/13/16 02/12/16 Mike Gardner - Pacif Bid *: S7607704 Page n: 1 Phone # : 253 - 299 -7156 Ship To: PAC WEST MECHANICAL LLC 30336 THOMAS RD SE KENT, WA 98042 JOB: cop dwv pipe salesperson Ship Via Warde Smitty Smith Pa Quantity Description Unit Price Ext Price 80' 2 "X20' DWV COPPER TUBE 4ea 1 -1/2" CXC DWV CPLG W /STOP 10ea 1 -1/2" CXC DWV 90 Bid Total Bid Amount 4.805FT 384.40 2.331EA 9.32 6.012ea 60.12 453.84 453.84 .. Reprint .. Reprint .. Reprint .. Reprint .. Garco Construction, Inc, CHANGE PROPOSAL SUMMARY Project Federal Way Performing Arts & Event Center City of Federal Way Issued by Lorax Partners City of Federal Way LMN Architects PR No. 002 Slte Electrical Changes Date: 31812016 Issued lay GARCO CONSTRUCTION, INC. P O Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1 Refer to Scope description & PR Estimate 2 Bond B. SPECIFIC EXCLUSIONS 1 Washington State sales lax C. SCHEDULE IMPACT: 0 Days This proposal Covers IN cost of performing the work It does not include any cumulative schedule or cost impacts Garcia reserves the tights to combine this change with otners to analyze the cumulative cost and schedule impact of Ire changes to Garco's s:ope of work. TOTAL - Change Order Proposal SUBMITTED FOR APPROVAL BY APPROVE GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 9922 0 e JOB FILE 151700 - Change Proposal Lorax ADO: $ 37,760 pate. e14 City of Federal Way By: Date LMN Architects By Page 1 of 1 Date Garco Construction, Inc. 0 UNIT PRICES 3 C W 2 8 DESCRIPTION n R N_ R a to 0 0 Cc W 0 0 Contractor's Name: TEKNON ELECTRIC Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 6- Mar -16 Proposal/Estimate for GARCO CONSTRUCTION, INC nge Description: PR -002 ELECTRICAL SITE CHANGES 1 CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions /Comments 1. Direct Materials 2. Sales Tax on Materials 0,00% of line 1 II I 1 517.664.22 1 1 III 1 11 III1I111III11II 1111 111111II11111111IIIIIIIIIIIIIIIIl111III 50.00 II I 50.00 11111 III111111111111111111111 1111111111111011111110111111 11111111111111111111111111111 (11111 1111111111111111111111111111111 1 11 1111111111111111111111M 1101111111111111111g 1111 11 1 111 11111111111 Ill 1111111111111111111111111111111 $33,271.45 111 111111111111111111111111M 535.267.74 11111111111111111111111111111t frin•e included in 3,4 1111111111111111111 1111111111111111 1011111111011111110 1111111111111111111111 111111111111111111111 qu11I1111111111111 111111111111111111111 II I II'I 111 I 58.965.48 III $1,344.82 $1.158.86 3. Direct Labor 4. Direct Supervision (hourly workers) 15.00% of line 3 5. Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 SUBTOTAL (add lines 32 & 33) Prime Contractor's Builder's Risk 0.000% of line 34 $448.27 50, 0 5125.00 11111111 1111 I 11 111 11 6. Small Tools & Consumables 5.00% of line 3 7, Rental Equipment /o 8. Sales Tax on Rental Equipment 9.50 of line 5 9. Owned Equipment 10. SUBTOTAL (add lines 1.7) 11. (Delays Only) Field Office Overhead 0 Days X Rate $29 706 65 Sol $0.00 1 1 I III 0111111111 i i 620.42 Prime Contractor's Insurance 1.000% of line 34 $29.706.65 Prime Contractor's Bond Premium 0.000% of line 34 12. PRIME CONTRACTOR SUBTOTAL (Add Lines 10 & 11) Remarks: SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS 13. 14. 15 16. 17: Revisions /Comments 21. 22. 23. 24. 25. 26. 27, SUBCONTRACTORS' SUBTOTAL (Add lines 24 -26) 11 1111111111111111 I I 1 11111111111111 111111 111111111111 1 111111 111111111 I 11 11 111111111 1 1111111 1111111111111 1111111 111111111111 111 1111 1111111111111 11111111 111111 1111 I 11111111111111111111 11111111111111111111 1111111111111111111 11 11 11111111111 11111111 $0,00 $0.00 $0.00 50.00 S0 00 S0.00 50.00 S0.00 $0.00 $0.00 $0 -00 50,00 50.00 S0 00 1101011111111111111111111111 1111111111111111111i1111 111111111111111111111111111. tl 1111111111111 111111111111. 111111111111 111111111111 11111111111111111111111111111 111 II 11111111 11111111111 1111 11111111 1111 11111111111 1 111 111111111 1111111111111111 II! 1111111111 III 1111 101 1 11 11111111111 111111111 1 1111 1111111111111111111111 1 11111111111111111111 $0 00 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 4p Remarks' RIME CONTRACTOR MARKUPS Revisions /Comments Prime Contractor's Work (from line 12) Subcontractor's Work (from line 27) SUBTOTAL (add lines 28 -29) Prime's Home Office Overhead (G &A) 12 00% of line 30 S29,706,65 1 I I 1111111 1 11111 111111111111111111111 11111111111111111111111111111111111011111111111111 111111111111 11101111111 (III 1111 111111II11111111IIIIIIIIIIIIIIIIl111III 50.00 IIIIIIIIIIIIIIIIIIIIIIIII01I11 S29 706 65 111111 53,564.80 51.966.29 1l1IIIIIIIIIIl1IIIIIII S0 00 1111111111111111111111111111111 $33,271.45 111 111111111111111111111111M 535.267.74 11111111111111111111111111111t SUBTOTAL (add lines 28 -31) Prime's Profit (From Profit Worksheet) 6.00% of line 32 11111111111111 1111111111111111111 I IIi11111111011 SUBTOTAL (add lines 32 & 33) Prime Contractor's Builder's Risk 0.000% of line 34 11111l1111111Illllll 1 11111111111111 1111111111111111111I1 111111111111011 111111111111111111111111111111111111111 5352.68 50.00 $172.40 1 1111111 1111111111111111111111111111D S35 III 0111111111 i i 620.42 Prime Contractor's Insurance 1.000% of line 34 Prime Contractor's Bond Premium 0.000% of line 34 SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax 0.484% of line 38 1111111111 111111111111111111 I $35,792.82_ TOTAL COST (Add Lines 36 & 37) ested Time Extension in Line 11 equals: 0 - Work Days Calendar pays (Check One Ati�ch Justification (Schedule Analysis) For Each Time Request. Signature & Title of Preparer: ITEMS OF WORK FOR PRIME CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cost j Total Cost Hrty Rate HrslUnit I Total Cost Days Rate Totat 4 swig es XHHW 500 Kcmii, try 23801 it S7 46 517.754 80 : 4 swims X1-11-1W 500 Kcmil, In • 19881 ft 561, ea -7001_ ft -1854 ft 185{ ft -301 ft 519.82 52 06 585 72 0 07 510.017 00 Compression lugs 51.109 92 565 72 0 25 5920.08 4" PVC Deduct 1" conduit removal Fl;s note 12 3" conduit add 809 note 12 1" conduit removal flan note 13 2_ Conduit add te 13 __F.._........r.._r.;1 .w.w_w.w..._,._, pull line i$1 442 00 i $65 72 0.05 (52,300 20) _ 50 37 51 49 SO 371 , 1568 45) $65 72 0 02 (5243 16) $275 65 $65 72 004 5486 33 wt N-, 511 10) $65 72 0 02 (S39 43} 30� .,{ fl 1001 ft SO 78 784 523 40 522 00 $65 724 0,434r-- 565 72 1 0 01 --- -- 559 i'w..r.r...wwww.w_.,.w 1 565 72 SO 22 ww w »w-r 1 w....,. w _.__._.n._t. I 1 y --- # Total (Rented) .r.rrw.rr OWNED EQUIPMENT _ .. rr. tu9Aer w.. Da Rate Total .-w 1 l 5125 00 5125 00 .-w- I ... _ r _r »-� r...».r».... ,r. �r_r� ..._._.w._ w._.._ r" "`"•'... w ».. _. _.i.a Ka vans T . .• ..w.»w..».... .rw_ ... ................................. _r+wwrw.www_...r.r_ www,., ,er++.wsw r.r a. r wrw. w. rar-, «ww vwvn. w ...'r... M .ro.r.+ra.. v. wr_wr..wNr.rwrww..r rww.sa.......,. ....,.r. w_wwr+sww wrw.r..rr+.�r man.m .,: ..rrw.w.rrwr,..r rww•..,..laomma N. ....1 ..rrw«..rr.w+r.rwan, __w...,.Mrr.,r r+. rarwswwrt .wrrrurw..... .n. . warw.r.wr•w.w.r.rw_ ..+i.w.1.w..rM .....L.w..ww w.rr . r++ wswwwraww4+ ww awrar. a._ w. wrw. r.w w w+..+w_____as_r__...�...rr.w_iwwr .wwwbwMswwwn�- ..w..a.,w.areww., r.._ _T,....rwrw w+ �r:. rw. 'w�sw anw+ w_.. u... sw...... rr.+ + +_i.r....,1 +........_r______ aawxs. sw. w. wy. w...w. w. .. -erg ar..rrw__wwwwwrr_rw_.rwrr_rr.r __wrwr�......r +... «w +rrww.w +r _ar.w. Tsar+r..ra ..- ww.wwr + ws. ..r.+..r..a.,r..r,�.._ +nww... rrrww..uw,esww .... r.rr +_w_r rr......,....., vr 7wr >*a. +w-.,rw.a.sr E 517,664 22 58,965.48 Total (Owned) $125.00 TOTAL EQUIPMENT $125.00 4-4 (11.- 6 •••kr• 1SP 05 — C Selective El 4l ctrical Demoliti fly labor. 2011 Bare Cosh Total `3.10 Electrical Demolition Crew 0uleut Hours Unit Material labor Equipment Total Ind 08P 110 I [lei: 4530 .176 (IF 8.85 &B5 13.10 #8 40.40 .198 9,95 9.95 14.75 #6 , 32.60 .245 12.35 12.35 18 30 14 2 Eiec 53 .302 15,20 1520 22 50 #3 50 .320 16.10 16.10 24 #2 44.60 .359 18.05 18.05 26.50 1/0 33.20 .482 24 24 36 2/0 29.20 .548 27.50 27.50 41 3/0 25 .640 32 32 41.50 4/0 22 .727 36.50 36.50 54 250 kcmil 20 .800 40 40 59.50 300 kcmil 19 .842 42.50 42.50 62.50 350 kcmil 18 .889 44.50 44.50 66 400 korol 17 .941 47.50 47.50 10 500 kcnrif , 16.20 988 , 49.50 49 50 73.50 Interior fluorescent fixtures, ntl supports & whips, to IS' high Recessed drap4n 2' n 2', 2 lamp 2 f' =.c 35 457 Ea 23 23 34 2' x 4', 2lump 33 .485 24.50 24.50 36 2' x 4', 4 lamp 30 .533 27 27 39.50 4' x 4', 4 lamp , 20 .800 , 40 40 59.50 Woo mount, acrylic lens & fanged frame 1' x 4', 2 lamp 2 Etc 44 .364 Ea. 18.30 18.30 27 2' x 2', 2 lamp 44 .364 18 30 18.30 27 2' c4', 4 lamp 33 485 24.50 24.50 36 4' x4',4 lamp r 23 .696 35 35 52 Strip fixtures, surface mount 4' long, 1 lamp 2 Eiec 53 302 Ea. 15.20 15.20 22.50 4' long, 2 amp 50 .320 16.10 16.10 24 8' long, l lamp 47 381 19.15 19.15 28.50 8' long, Vamp , 40 .400 . 20 20 30 Pendant mount, industrial, incl. removal of chain or rod hangers, to 15' high 4' long, 2 amp 2 Elec 35 457 b 23 23 34 0 8' long, 2 lump ' 27 593 " 30 30 44 - Medium -Yolk Cables ,160. 13.16 Medium- Voltage, Single Cable MEDIUM-VOLTAGE, SINGLE GDIL Splicing & Ierminolions not included Copper, AP shielding, 5 kV, #6 2 Elec 4.40 3,636 Cif 139 183 14 4.40 3.636 181 183 #2 LOOK K 1 O K W1 ,F 4 4 214 201 31 4 4 246 201 1/0 4.6U/ MH5 C too +.l~ 380 4.21 271 212 2/0 3 60 4 444 340 224 4/0 l-A 3d it D . SCULL S f et t C1 3 20 5 445 252 250 kcmil 3 Eiec 1,50 5,333 550 268 350 krnii! 1 M ld o l 3 90 6154 705 310 ----91,500 kcmil 3 b d 6d7 865 335 15 kV, ungrounded neutral, 11 T. lilt I Y!}15 s 045 5 2 Eiec 4 4 299 201 1/0 = 157.4 /Os 380 4,211 355 212 2/0 3 60 4 444 405 224 4/0 1C1.41 K# (,j ?t r ICJ p t l- 3 20 5 540 252 322 364 415 447 483 564 691 818 1,015 1,200 500 567 629 792 425 470 535 570 615 705 865 1,000 1,225 1,450 630 710 775 970 525 Garco Construction, Inc. CHANGE PROPOSAL. SUMMARY Project Federal Way Performing Arts & Event Center City of Federal Way Issued by: Lorax Partners City of Federal Way LMN Architects Issued to: PR No. 003 SLL Modifications Date: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 3131/2016 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not Include any cumulative schedule or cost mpacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 1,462 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 APPROVED BY: Lorax S Date: City of Federal Way By Date: LMN Architects JOB FILE 151700 - Change Proposal Page 1 of 1 Date: 1/134/x' Garco Construction, Inc. f d t 2 0 u G Contractor's Name: TEKNON ELECTRIC Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 3/6/2016 Proposal /Estimate for GARCO CONSTRUCTION, INC t tge Description: PR -003 PRIME CONTRACTOR'S WORK EXCLUDING MARKUPS Revisions/Comments 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Direct Materials Sales Tax on Materials 0.00% of line 1 4 Rate .5•51 :1, ,4,,r. In, SO 00 30 00 Direct Labor Direct Supervision (hourly workers) 15.00% of line 3 ( ,5151 3187 30 X518 121 $28 10 6.00% of line 32 Labor Insurance, Taxes & Fringe Benefits 11.24% of tine 3 & i 5169 $24 21 fringe included in 3,4 Small Tools & Consumables 5.00% of line 3 ft 39 37 0.000% of line 34 I Rental Equipment Sales Tax on Rental Equipment 9.50% of line 5 ($179 301 SO 00 $0 00 $0 00 1.000% of line 34 Owned Equipment 6 $0 00 0.000% of line 34 SUBTOTAL (add lines 1 -7) ,5151 03 (Delays Only) Field Office Overhead 0 Days X L SC SO 00 I K $ 3 ?! PRIME CONTRACTOR SUBTOTAL (Add Lines 70!6 11) $ 151 03 ! 3 14. 16. 17. 1 20, 21. 22. 23. 24. 25. 26. 27. SUBCONTRACTORS' SUBTOTAL (,Add lines 24-2 Remarks SUBCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS Revisions/Comments 5000 $000 $000 $0 00 $0.00 SO 00 $000 $000 $000 $0 00 S0 00 S0 00 So 00 Remarks: PRIME CONTRACTOR MARKUPS 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38, 39. 40 Ri sted Time Extension in Line 11 equals: 0 Attaun Justification (Schedule Analysis) For Each Time Rea! est. } $000 Revislons/Comments 'rime Contractor's Work (from line 12) subcontractor's Work (from line 27) iUBTOTAL (add lines 28-29) 'rime's Home Office Overhead (G&A) iUBTOTAL (add lines 28-31) 'rime's Profit (From Profit Worksheet) iUBTOTAL (add lines 32 & 33) 'rime Contractor's Builder's Risk 'rime Contractor's Insurance 'rime Contractor's Bond Premium ;UBTOTAL (add lines 34, 35, 36 & 37) &OTax 'OTAL COST (Add Lines 36 & 37) 12.00% of line 30 .5•51 :1, SO 00 Ii 6 ( ,5151 03 X518 121 6.00% of line 32 i 5169 15 510 15 ft 0.000% of line 34 I ($179 301 $0 00 1.000% of line 34 a '1, 0.000% of line 34 $000 0.484% of line 38 ti ) i , 5 " -1 ':9 $ 3 ?! ! (5181 97) Signature & Title of Preparer Work Days Calendar Days (Check One ITEMS OF WORK FOR PRIME CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cost Total Cost lid Rate HrslUnit Total Cost Da s Rate Total L17 (delete) 4 EA (5250 0C) (51 000 00) 565.72 I 0.50 i $131.44 L30 EA 3300.00 I 3600 00 r.nr_w___ -«w.r »w.w _____�._ _ 1 «.wawa «... r -` , �c a_w__.»_..__., I= .___ —•— :_�- .....na} _.TM_.,a» -__... ..--- ... — ..# -___ I -, i 365.72 I 015 I we__w »_....r.� ++.�.ssat.- -»r._w ...... I ' 1. k ! I t I I 1. 4....... ......... l _ _ + w 1 , «_..«.« « . w. . ___.__...._ 1 Y~ $55.66 _..+... I ww ....1 , 1 .. ,._.__.w.. 1 _ --- .......4.... � + I »_w». ' - I (I Y J. i ..ww «._ I+ i ..« 4 T I .. w»» w ».- ___wwwwa_ +sw.+...�.+_w...a_ I 4.16.. ... —.._ ...ww.._. :.. — .-- ..... ........ ... -----........ __- ___ --- .�___.. w -----.1.-- _.ww__•�____.. .—.. -. a- ..... ...w.f. Total (Rented) 1 - OWNED EQUIPMENT _. Days Rate [ Total _L _.. .w ___N. -I __._ .2a._ i I 1 ..r..... « «.M.._.M.ww.. -..w.M 1 , ._w.w_w__. w _ ............. -I I I ,— I ...... »a- , .r�. _.. . .....1. . I «. r I .....- __...... .. . »_ _..- _._._1__•..r..- ...._.._.._. 4— 4 , I ........_..1. - I...... —.. I 1 1 tat ( DIRECT PR E CONT CTORIS TOTALS ($400 0n)! n.30 �TaOWnedj TOTAL EQUIPMENT 09 34 13.10 Cereniic Tile Watevoofing Membrane 00 i 0 CERAMK T11.1 WATERPROOFING MEMBRANE 0020 00046, ;t.:116.11 49o.;4; 0030 k-eit,:dim600 gol"Mtem604_ ; '1 0040 5. 16 0050 06.:41 •., 1.(.1,ili::q 0060 Flea:1 a ors.1,2:;'-fivroal..1-ait 0010 4,...4;s311:i,,, ,r,i1udir4 l. 0080 1W =I Trit -.his' 4 TI14 "1,:t i"N!,,, 0090 7.1 4' Alit- 0100 10" wica 0110 ?iesattrets ut .3;,-... r;..v. 0120 Otil,.1.1.t 1110 2"1:14.p.1118of 0140 95,31,1,3311 ;74i 111.50 Co 09 51 Acoustical Ceilings 09 Ceilings 09 51 23.10 Suspended Acoustic Ceiling Tiles ool0 SUSPENDED ACOUSTIC CEILING TILES. Po , r ..:5 i 0100 wctrixo -,oier 0300 918,4dis00,76 fi.,n1r,cli 7 , ,. 4. 2 0400 3/4 dirk 0;00 3' titr.k.ttetai :I; ' 0600 'Jo:, .rtra ii utt;;1). 3 I ± , 0100 0820 1 1110 1.41040i htti Pie,1atn 2 t ! Gi 2' ( 4° 5:-3- iita, full teAwe 1115 Ifiiugh teru;atl 4 1 5° S f* 1125 3/4" tit 1/4, 1,4e. ;exage.; 1130 Outich leared 1135 I iiitlial 1150 act.r.i, 'i /5° 04 1.;1$i le ator, 1155 Rau*, :Ftluistl 1165 13 111 .11, 1170 Ost411 "aorta 1175 fisuget! 1180 Icy eIttninum lute atI8 1185 fal pkix 1,1,71 lea aa i390 i 01 'Iffi Iva:), t41 1200 Alio Ile. .c*. 2 ( 21 IVO trips:a lab '" x 1, -,: , 1/2.. latt 1100 Pcx.orfot::a asay. alF 3 2200 I 2" 1 112 ( , .., 2' cotes 2410 li.rwaus pone% drigrot mil( 2500 /61.0roal4 2100 ilc,1 whoa ctif .0 ROO °I'Ay 71 i.: a 2000 glpyi ,:it, ilbef. 2011 Bari Coils (tall 00151 licur; Unit Malarial Lobar fyipraeal 250 054 S 14 2,3 230 i64 752: 231 .30 f233 - 2? 20 I Ipt 2451 .03 iF S 1 35 180 04A 134 130 120 .06) 224 2.70 32 .250 '5 33 100 32 .25C 140 10 10 16 .00 351; .NO .017 ; 32 150 Ir 135 III 10 Iota) 4 91 314 2 do 364 494 14 03 lisp' 375 S 19 V 65 OH .71 55 12/ 600 Oil ', 6/.1 $7 .., 223 51):) ',: l3 I 4 I /71 230 7 IR 450 01.1 1 11 77 .19 ; ti i , ? . 1 3 47 311 e 5,3 /3 339 0,1 39 55 114 625 013 114 .55 199 600 013 139 5/ 201 6011 .013 I 79 57 7.36 6C0 $„. 1 :. .1c, 51 102 -11C , ,.:, 13 2 Id 411i :1, ? i r,G 13 253 4'50 119 2 oa 1) 185 450 018 2)5 )1 212. ., 150 018 363 11 440 5 05 605 t. .4 45 45 I Um 50a 51s 0/0 ki 9 39 , 500 3 6 , 1 82 67 751 so '' I?) 1.33 so 2 21 500 516 1 /5 61 2.44 400 00 2.22 .36 los 400 1243 1.14 .86 2 03 070 3.96 36 4.17 4 )) 02e 7 65 ii 351 400 ;....`:. ) 3,5 15 5 51 1 ,3 ,i4 S 39 ,r 1 Ce bflgs , 23 — Acoustica Cei oigy Lim (ow 0;4440 34,11ti '..14 51 23-10 Suspended Acoustic Ceiling Tiles Si!,445.1-ite '424 33 s 3 '1 66 - , ;*,.',1.1: • fi• l233� Suspended Ceilings, Complete SUSPENDED CEILINGS, COMPLETE rg sagiens;an3vverr bu Cr h 1. 2" Fierg1i34 3 ' Offices, 2' 4' 4 3.3 • nn '5 16 t :E 2 Y3 3 4,! c- 2 ( 3 • 2 1 3 L.mmou; pcn,.; :54sma1 4, Metal pcn wnh itusn j steti nti'd 3lontrun- 4114.mteurr, deq4.0ser..174it F e 1 bzt Ijipilvoi 51 roe.l. 3,4" tror..1., fc4;111; .Ittusq, ;ei 3:0! 2`. 5 Fel moms ,r4iet so; el. Direct-AzIolied Acoustical Ceilings 153.10 Ceiling Tile 1111. Stcoledhl....en.erts,!. 12'I2'.4r17"421' itfexi Tibet vinyl crd 5 3' th:k 3 -3' thtck 7 i! -4:oil 1 Mori( c(c '14( chi,. eppkgrtc,. toren) Omit, ement. eed 2C11 3.1,e (5s1i Lincr 2.14;temelt 3' 3' 7H: 23• 135 43'4 ? 4S 4 32 45; 1• ;54 : ?30 3 2 312, total Tot& lad 01.? • 523 31 11.; 2 31 3a 1 2 1 206 25/ 327 13 3 I!' 235 7 73 3 417 4'4 530 422 525 377 1165 7.41 10 25 943 3235 3.3.1 17 44 i 461 .605 1 44 1 45 1 3' 315 13 1 '3 i 13 i 13 3; fl .t 3 73 3.06 3 36 755 330 2 33 3 06 2S 342 53 13 14 .37 41 ing Suspension Systems SPENSION SYSTEMS To aer(15 end hie 94421144ch system, 15/16" T to 2 1 4' grid 2' x 2' gild /dedsteel, 7' 1 4' gnd 10%1 Tin ett; Z 9/16'940 u(!d r oda suspensicn iesiem 17" rra4Ane dim* 4 0 c, ad 'mile% it/ ?dogs mitt Suspension Assemblies 1 Carp BM 010 51 ..65 43 650 012 al KO 010 74 43 7 93 530 01",' tt5 • 470 017 i3 fl 1.03 338 1.34 1 70 1.11 1 47 1.44 aj•• .16 10 1 32 375 a3 1.22 307 INSULPRO PROJECTS 2920 142ND AVE SUITE 106, SUMNER, WASHINGTON 98390 PHONE: (253) 863 -4332 FAX: (253) 863 -4346 CHANGE ORDER REQUEST TITLE: PR 003 PROJECT: Federal Way Performing Arts TO: Garco DESCRIPTION OF CHANGE ORDER REQUEST: DATE: 04 /06 /15 COR NO: 001 ATTN: Daniel Lampert Below is the lump sum for labor, materials, and equipment to add INSUL -12 to the underside of orchestra pit. LABOR 2" INSUL•12 MATERIAL 2 "INSUL -12 Stay Put Adhesive EQUIPMENT QUANTITY UOM PROD /HR HOURS 150.0 HR 15.00 10 00 TOTAL 10.00 HOURS HR RATE ExiMNDED I $ 673.50 1 moo 1 66 Quantity UOM Unit Price Total Est Cost 150.0 SF $ 2.879 5 4.3135 0,3 canister $ 236.850 5 59 21 TOTAL: $ 491.06 TOTAL $ 1. CRAFT LABOR COSTS 2. MATERIALS COSTS 3. EQUIPMENT COSTS 4. LUMP SUM COST PROJECT MANAGER: SHANE POCGEL 3ttane fo9ei@trutearn;trit (253)405.2129 Wasnnnpon iNSVLP19331NJaresoi 131599 $ VALUE MARKUP % EXTENDED S VALUE MARKUP % EXTENDED $ 691 1 15.00 %1 $ 564.72 S VALUE MA&ZUP % Exii*!s= 1 1s.00 %( s TOTAL Rounded to the nearest doh 1,330.25 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project: Federal Way Performing Arts & Event Center PR No. 004 City of Federal Way Future Generator Issued by: Lorax Partners City of Federal Way LMN Architects Date: 3131/2016 Issued to: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1. Refer to Scope description & PR Estimate 2. Bond B. SPECIFIC EXCLUSIONS 1. Washington State sales tax C. SCHEDULE IMPACT: 0 Days This proposai covers the cast of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADO: $ 61,568 SUBMITTED FOR APPROVAL BY: APPROVED BY: GARCO CONSTRUCTION, INC. Lorax Partners P.O. Box 2946 Spokane, WA; 922j By. Date: 7j1Lik Da {e City of Federal Way By. Date: LMN Architects By Date: JOB FILE 151700 - Change Proposal Page 1 of 1 Garco Construction, Inc. f F 1 2 8 8 • a N 0 DESCRIPTION • 2 u. W W O O O O • in 0 VI f ria A 1 n 1 g 1 I 6 . 1 W � W 1 e a O C9 Contractor's Name: TEKNON ELECTRIC Project: FEDERAL WAY PERFORMING ARTS & EVENTS CENTER DATE: 11- Mar -16 Proposal/Estimate for GARCO CONSTRUCTION, INC Change Description: PR -004 • Revisions /Comments 1. Direct Materials 2. Sales Tax on Materials 0,00% of line 1 $31,733 20 SO 00 3. Direct Labor 4. Direct Supervision (hourly workers) 15.00% of line 3 58,357.87 35,156 04 I $1,253.68 SUBTOTAL (add lines 28 -31) Sub's Profit (From Profit Worksheet) 6.00% of line 32 5. Labor Insurance, Taxes & Fringe Benefits 11.24% of line 3 & 4 31,080.32 fringe included in 3,4 6. Small Tools & Consumables 5.00% of line 3 5417.89 SUBTOTAL. (add lines 32 & 33) Sub Contractor's Builder's Risk 0.000% of line 34 7. Rental Equipment 8. Sales Tax on Rental Equipment 9.50% of line 5 351,010 38 50.00 50 00 50.00 Sub Contractors Insurance 1.000% of line 34 9. Owned Equipment 5124.00 Sub Contractor's Bond Premium 0.000% of line 34 10. SUBTOTAL (add lines 1 -7) SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax 0.484% of line 38 11. (Delays Only) Field Office Overhead 0 Days X Rate SO S0 00 5249.36 12. SUB CONTRACTOR SUBTOTAL (Add Lines 10 & 11) TOTAL COST (Add Lines 36 & 37) 542,966.96 Remarks: SUB - TIERCONTRACTOR NAMES & TOTALS EXCLUDING PRIME MARKUPS 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 24. 25. 26. 27. SUBCONTRACTORS' SUBTOTAL (Add lines 24-26) Revislons/Comments 5000 S0 00 30 00 50 00 S0 00 S0 00 50.00 50 00 50.00 50.00 50.00 $0.00 S0.00 50.00 50 00 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. Requested Time Extension in Line 11 equals: 0 _ Attach Justification (Schedule Analysis) For Each Time Request. Remarks: Revisions /Comments Sub Contractor's Work (from fine 12) Subcontractor's Work (from sine 27) SUBTOTAL (add lines 28 -29) Sub's Home Office Overhead (G&A) 12.00% of line 30 $42,966 96 50.00 342,966:96 35,156 04 I SUBTOTAL (add lines 28 -31) Sub's Profit (From Profit Worksheet) 6.00% of line 32 548.123.00 52,687.38 SUBTOTAL. (add lines 32 & 33) Sub Contractor's Builder's Risk 0.000% of line 34 351,010 38 50 00 Sub Contractors Insurance 1.000% of line 34 5510 10 Sub Contractor's Bond Premium 0.000% of line 34 50.00 SUBTOTAL (add lines 34, 35, 36 & 37) B & 0 Tax 0.484% of line 38 551.520 48 5249.36 TOTAL COST (Add Lines 36 & 37) 351,769.84 Signature & Title of Preparer: Work Days Calendar Days (Check one Chris Morris Project Manager ITEMS OF WORK FOR SUB CONTRACTOR QTY UNIT MATERIAL LABOR COST RENTAL EQUIPMENT Unit Cost 1 Total Cost Hrly Rate HrsfUnit Total Cost Days I Rate Total 4 PVC 400; ft 52.06 1 5824.00 555.72 I 0 05 51,314A0 t 4 PVC FA PVC glue 36" radius rigid stee190dearee 4" 281 ea 1: " ea 28T ea 56.55 i 5183.40 565.72 I 0.10 5184.02 515.22 1 515.22 565.72 t 0 01 1 50.86 t $446.11' 512,491.08 565.72 I 0.46 5646 47 t 2" emt conduit future photovoltaic 200i! ft 53.44 i 5688.00 565.72 I 0,15 51,971.60 I Type XHHM 600v 500KCMIL 3601 ft 57.48 l $2,616.00 565.72 2 0 07 51,610.14 groundin ibondinI additional servic= concrete encasement 1! ft 1: ea $1,20000 I 51,200.00 565.72 t 8.00 1 5525.76 565.72 _ - ..-y 5500.00 = 5500.00 565.72 I 1,00 North Coast Quote 1' lot 55,051.00 1 55.051.00 565.72 I} 2,00 5131.44 pvc spacers �_� 26, ea _ S22.24 I 5622.72 565.72 I 0.06 5110.41 -1 t 1 7/8 strut 101 ft $4.12 `{ 541.20 565.72 I 0.04 526.29 50,66 510.52 5328.60 { I ...�'. I hardware j ea 4' ea 550.00 550.00 $112.48 $65.72 I 0.01 ' 565.72 I 0.04 roof flashing 2 Couplings 1D ea __528.12 57,86 578.60 565.72 t 0.50 2 connectors 41 ea 58.86 i 535.44 565.72 } 0.25 565.72 557.83 i--- I 2 straps 221 as 55.23 I 5115.06 S65.72 I 0.04 ' testinq 1 a 56.215.00 1 56,215.00 555.72 t{ 1 00 565.72 51.041.92 i transformer racks 2k ea 5446.00 5892.00 µ 565.12 I 8 00 _t. 1 t. 1 ; 7 1 -, Total (Rented) OWNED EQUIPMENT -I Days Rate Total Tugger__--_ i j, ..«. i____--- ----__.» +.....$124.00 i. 1.Y_ 5124.01. r..._.....,,. sM+. r.,. rr.... r.___ __,. «.1.... «ww..wa..«.t........ .... w. w«. s+..+ iii I d 1 --i i i wI I DIRECT SUB C TRACTOR'S TOT S 531,733.20 58.357.87 Total (Owned) 5124.00 TOTAL EQUIPMENT $124.00 imagination at work 1 Power Supply Plate Others 1 Engraved Nameplates 1 Screw -On Nameplates 1 Lifting Brackets 15 Equipment Ground Lugs 1 Ground Lug 9 Neutral Lugs 1 Bonding Jumper 2 1 Misc Product MDP METERING 1 Lot MOP metering 1 EPM4500 DUAL with Modbus 42 5A CTs 3 1 Spectra Bolt -On AV1 Swb (108A) MDP -II 3 Section(s) Estimated Shipping Weight:2034 Ibs 3P4W/480/277V/60Hz 2500A 65 kA(C Fully Rated Incoming Feed: Top Incoming Left Feeding Right Type 1 Enclosure Froni/Rear Lineup Front Only Access 2 Hinged Wire Gutter Cover 1 Bussed Pull Section 30W 2 Group Mounted Feeder Section 45W 3 Bus Bracing 65000 AIC 3 Fully Rated Aluminum Bus 750 A/Sq. in. 3 Ground: Equipment U/L With Lugs 3 Seismic Rating 2500A Main Lug Only 36 Mechanical (1 Hole) AL Lugs Feeders 2 600A 3 Pole SKLA8 SPACE 2 600A 3 Pole SGLA6 (600A Frame) 4 Mechanical AL Load Lugs 1 400A 3 Pole SGLA4 (400A Frame) 2 Mechanical AL Load Lugs 1 350A 3 Pole SGLA4 (400A Frame) 2 Mechanical AL Load Lugs 3 225A 3 Pole SFLA (250A Frame) 3 Mechanical AL Load Lugs 5 225A 3 Pole SFLA SPACE 1 175A 3 Pole SFLA (250A Frame) 1 Mechanical AL Load Lugs 3 150A 3 Pole SELA (150A Frame) 3 Mechanical AL Load Lugs 1 125A 3 Pole SELA (150A Frame) 1 Mechanical AL Load Lugs 2 100A 3 Pole SELA (150A Frame) 2 Mechanical AL Load Lugs 1 60A 3 Pole SELA (150A Frame) 1 Mechanical AL Load Lugs 1 60A 3 Pole SELA (150A Frame) Paoe: 2 imagination at work 41 Woodford Avenue Date: Plainville, CT 06062 Telephone: Email: chris.petersonl @ge.com Fax: Valued Customer, 03/3/2016 Speedi Version: V 11.50 Bill of Material FEDERAL WAY MDP PR -04 WIN Proposal #: USQ3- 0000019 Proposal /Quote Type: Base Bid Quote #: S08360F Revision #: 1.0 We are pleased to offer thls proposal for your review. Thank you for allowing us the opportunity to participate on this project. Please do not hesitate to contact us with any questions, Net Adder Price $5,051.00 Item# Qty Description 1 1 Spectra Bolt -On AV2 Swb (108A) MDP -t 4 Section(s) Service Entrance Estimated Shipping Weight :2189 Ibs 1 Service Entrance Labeling 3P4W/480/277V/60Hz 2500A 65 kAiC Fully Rated Incoming Feed: Bottom Incoming Left Feeding Right Type 1 Enclosure Front/Rear Lineup Front Only Access 1 Utility Termination Compartment Section 40W 1 Hot Utility Section 40W 1 Fire Pump Tap Section 15W 1 Main Section 40W 4 Bus Bracing 65000 AIC 4 Fully Rated Aluminum Bus 750 A/Sq. in. 4 Ground: Equipment U/L With Lugs 4 Seismic Rating 3 Full Height Side Barriers Utility 1 2500A Utility Compartment - PUGET SOUND ENERGY, WA 1 HOT Sequence / 4W 1 1 Meter Socket(s) 4W 24 EUSERC (Factory Supplied) Line Lugs Main Breaker 1 2500A 3 Pole SS (2500A Frame) Indiv. Mtd. Main Manually Operated MAIN Programmer(ETU) LSIG 1 RELT 27 Mechanical (1 Hole) AL Load Lugs 1 EPM2200 (PL2200C1S) 1 Current Transformer (3) Monitoring /Control Devices Page: 1 imagination at work 1 Mechanical AL Load Lugs 2 50A 3 Pole SELA (150A Frame) 2 Mechanical AL Load Lugs 2 15A 3 Pole SELA (150A Frame) 2 Mechanical AL Load Lugs Others 27 Engraved Nameplates 1 Lifting Brackets 2 Spectra Bolt -On (C /B feeders only) 43X 1 6P SGLA6 Double BR Module 1 6P SFLA Double BR Module 1 3P SFLA Single BR Module 6 6P SELA Double BR Module 1 6P SGLA4 Double BR Module 44 Equipment Ground Lugs 1 Ground Lug 8 Neutral Lugs 8 Neutral Lugs 8 Neutral Lugs 1 Lug Section - Connectors Page: 3 Imaginat on at work FACTORY TESTS: Standard factory test procedures will be performed. Field testing, customer Inspections, customer witness tests and any other non - standard test procedures are not included unless specifically noted herein. WARRANTY: 1. The warranty for Products shall expire one (1) year from first use or eighteen (18) months from delivery, whichever occurs first, except that software is warranted for ninety (90) days from delivery. The warranty for Services shall expire one (1) year after performance of the Service, except that software - related Services are warranted for ninety (90) days. 2. Additional 12 months available for 2% adder, 24 months for 4% adder. Limited Warranty for all Core/Standard and Stand -Alone Drive Panels (including 18 Pulse 1 MultiPulse Panel products but excluding DV300 DC Drives): 36 months from date of shipment. An additional 12 months (a total of 48 months) are available for 10% Net Price adder, or an additional 24 months (the maximum of 60 months) for 20% Net Price adder. Contact GE 1 Stop when order is placed to include extended warranty on item(s). DV300 DC Drives have a warranty period of 18 months after shipment only TERMS OF PAYMENT: All projects are: Net 30 days Price Clause 1Q For projects up to $250,000 terms of payment are 100% net 30 days from invoice date. If project value exceeds $250,000 net, progress payments are required payable at the following milestones: -20% upon delivery of drawings -30% upon release of equipment - Balance due upon shipment POLICIES AND CONDITIONS OF SALE: 1. Sales to Authorized GE Distributor: This quotation is offered subject to the Apparatus Distributor Agreement between GE and Distributor. Sales to Direct -Served Accounts: See Form ES104 (Rev. 4), except as specifically noted herein and for GE Critical Power products, see non - standard warranty terms defined in following link: ht .;tta=.. :industrial. =me + bli ra tch ;. outJCatat•.s °.20.n. °l, r u _ X20 ui.. 7 :P= WR °, •,_ 2. To the extent the Buy American Act, Trade Agreements Act, or other domestic preference requirements are applicable to this Contract, the country of origin of Products is unknown unless otherwise specifically stated by Seller in this Contract. The customer (distributor or direct-served customer, as applicable) warrants that there are no governmental contracting requirements or regulations that apply to this transaction (including without limitation any Federal Acquisition Regulations), other than such terms as have been disclosed to Seller and agreed to by Seiler in writing prior to Seller agreeing to this transaction. 3. This quotation expires in 30 calendar days unless terminated sooner by notice. 4. Order must be released for manufacture within 90 days. If drawings are required they must be returned approved for release within 60 days of mailing. If not, andlor shipment is delayed for any reason, the price will increase 1.5% for each partial /full month that shipment is delayed after the 90 -day period. 5. Price(s) quoted are for estimated lead -times given; expedited schedule may require additional charges. 6. For Branded Products, quotation expires in 30 calendar days unless terminated sooner by notice. If approval drawings are required they must be returned approved for release within 60 days of mailing. If not, and/or shipment is delayed for any reason beyond 6 months from order entry, the price will be subject to change based on current market conditions. Please contact Branded Product upfront regarding any special commercial terms not covered here for vendor consideration. ORDER CANCELLATION - SCHEDULE OF CHARGES: 10% - Order received and entered on factory, work not started, material not ordered. 30% - Drawings for approval submitted. 60% - Approved drawings returned. Job released for manufacture and shipment. 80% - Material accumulated and production started. 100% - Manufacturing completed. DELIVERY AND TRANSPORTATION: 1. EXW GE's facility, place of manufacture or warehouse (Incoterrns 2000). Title passes upon shipment. 2. GE will assume the risk of loss or damage to the destination for a 2% adder (but not less than $500 net) applied to the total price of the equipment. "Destination" is defined as GE's common carrier's delivery point nearest first destination or point of export within the continental U.S. 3. Unless otherwise noted in this quotation, normal transportation and handling, is allowed on orders of 5500 net or more to common - carrier point nearest destination within the Continental US (excluding Alaska and Hawaii). For Order below 5500 net, a 550 handling charge will be added to the Invoice. The 550 handling charge is waived for premium freight paid by the customer or ex -works orders picked up by the customer at Seller's facility. Pane 4 imagination at work 4. Shipment via Air or Open - Top'Flatbed /Lift gate truck not included unless specifically listed herein. 5. Special Instruction - The Receiving Associate is required to sign, date and note specific visible or concealed damage on Bill of Lading at time of delivery. Freight Company Associate is required to witness Receiver's signature, date and damage claim annotations. GE's Post Sales Service Department must be provided with copy of annotated BOL within five (5) days of delivery or Shipper's responsibility ends. The tead -times quoted are for Estimating Purposes Only. Actual drawing and shipping schedules will be based on factory load, receipt of order with complete technical information, and the date GE receives authorized release to manufacture. The accompanying Bill of Material Is our interpretation of what is required to meet the Intent of the listed Drawings and Specifications. Please review thoroughly for accuracy and completeness, and advise immediately if any revisions are required. This proposal is limited to the attached Bill of Material only. Start-up Services and Training are not included unless specifically noted herein. Changes to scope will require a revised proposal. The devices listed on this bill of material may have selective coordination over the long time, short time and instantaneous range. GE's selective capabilities are listed in publication DET -537. It Is recommended that a qualified engineer be employed to determine selective coordination as required for the project and in accordance with applicable local codes and acceptable engineering practices. Selective coordination may require significant changes to the system design, equipment sizing and cost. DOE 2016 Transformer Notice: On January 1, 2016, LV Dry Type transformers must meet a higher energy efficiency standard (DOE 2016). Beginning January 1, 2016 the GE factory will no longer manufacture TP -1 energy efficient transformers for US markets. Shipment of stock TP -1 transformers from our warehouse after December 1, 2015 is subject to availability. if your non -stock transforrner(s) will have a ship date after January 1, 2016, GE strongly recommends that you quote the new DOE 2016 design. Although Speedi allows quoting of DOE 2016 transformers today, GE will not begin taking orders for DOE 2016 transformers until November 16, 2015. For more information on this important change, visit www.geindustrial.com /transformers GE Proprietary Information The information contained in this document Is GE Proprietary Information and Is disclosed in confidence. It is the property of GE and shall not be used, disclosed to others or reproduced without the express written consent of GE. Chris Peterson ACCESS T(1;Ftt i t Only PHASE' 3P4W ;CLASS: 2 AMPERE 2500A Spectra Series LABEL u;t. SE Buis MTL n1750Arin= 'OLTAGE. 1801277V PLATE Tin Plats STYLE, Batt-On !RATING. Fu v Rated US 6RACINO ARMS SYMB` 85000A Switchboard i#1N 3NT RATING IRUS SYMt: 65000A Switchboard / Device Information Circuit No. Device Amps Poles Nameplates PUGET SOUND ENERGY. WA CODE PN PT COMPT _ UTILITY PER EUSERC PG 322. 330 METER PER EUSERC PG 332 326 UGPS PER PG 3.45 LUG LANDING PER 347 Lugs /Cable Size Notes Main SS ± 2500 1 3 ] 1(9) - 350 MCM CU - Mech. (1 Hole) AL 110,11,12,13,14,15 NOTES' 1. Equipment ground bus furnished with Tugs. 2. Copper ground bus furnished. 3. Switchboard qualified for Seismic Ratings per publication DET -463 and OSP- 0044 -10. 4, Switchboard furnished with Nameplates. 5. All Nameplates to be fastened with screws. 6. EUSERC utility section(s) furnished with handles and sealing provisions per EUSERC specifications. 7. INSTALLATION NOTE: Caution: tf switchboard is installed on a housekeeping slab greater than 2 -1/2" the meter may be over the 63" maximum allowable meter height. Consult Utility if you need more information. 8. Shipping splits as indicated, ship sections separated and joined as indicated. 9. 400A FPT Lugs:(2)250 MCM Aluminum Mechanical (1 Hole) AL PER PHASE & NEUTRAL 10. Load Exit of the Main should be Top. 11, Device furnished with ETU (LSIG) programmer. 12. Device is furnished with integral ground fautt protection. 13. Device is furnished with RELT (Reduced Energy Let Through). 14. Device fumished with padlocking provisions. 15. Device requires RELT or ZSI feature if Authority having jurisdiction has adopted NEC 2014 code requirements. 16. EPM2200 (Modbus RS485 + Pulse) Meter installed in Switchboard 17. Estimated shipping weight for the lineup is 2189 lbs 18. Dual EPM4500 meters to be factory installed with CTs wired to each feeder breaker per attached schedule. 19. As a result of Drawing Notes, this product may require modification to reflect correct footprint, price, cycle or UL certification THIS DRAWING IS A PRELIMINARY PRINT FOR APPROVAL. IT IS NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAL CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. JOB NAME FEDERAL WAY MOP PR•04 MADE BY REL BY CUSTOMER SSUED 0310112016 Travis G OUST ()HOER NO T MARK: MOP -I NC DATE REVISIONS INITIALS_ USQ3 -0 000019 SHEET 1 of 3 rt5M 1 ?1 3.50 WI 93 1 3.'2016 8 39 02 AM Spectra Series Switchboard ACCESS TO.fmnt Only CLAS. 2 RASE. 3P4W AMPERE :2500A LABEL. 04. SE 1SUS MTLAI 750Mn1 VOLTAGE: 480/277V E+iATE. To Plata STYLE. Bolt-On •TING.. l7ully Rated BUS BRACING SRMS SYM : 85000A t)EVIrMN IN RATING IRMS SYIMI: 65000A .EIJGEL D.ENE5 V. WA CODE: PN PT COMPT UTILITY PER EUSERC PG. 222.330 METER PER EUSERC PG. 332.328 UGPS PER PG 345 LUG LANDING PER 347 90 40 III 40 --t-3$ 437Ii (En TQ9 ws gas tss (Est.) (Eil.) FRONT VIEW 75.1 l I (Est) i 6 LUGS PROVIDED BUSSING DIAGRAM PER' POWER COMPANY COMPANY SPECIFICATIONS • O EXTENSIONS PROVIDED THIS DRAWING IS A PRELIMINARY PRINT FOR APPROVAL IT IS NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAI. CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. JOB NAME: FEDERAL WAY MOP PR.04 CUSTOMER: PLANT MARK: MDP-I MADE BY: REL BY: ISSUED: 0 3101 /2 01 0 Travla G OUST. ORDER NO: NO DATE REVISIONS }NITULS PEON. NO ORDER NO: USQ3- 0000019 SHEET 2 d 3 REM 1 P11: 0: 34:02 AM Af I Ili 21 T 13 CLIPS I a {EPM22011 I I5, 1� Sam i�77,,, M IICI 21p jI1e MS FP'T I ... r40 I 1�I 21 1 .Jo 1 1 I I I 211 I. 2a 0 21 I I 11 I 120 1 I I I, 437Ii (En TQ9 ws gas tss (Est.) (Eil.) FRONT VIEW 75.1 l I (Est) i 6 LUGS PROVIDED BUSSING DIAGRAM PER' POWER COMPANY COMPANY SPECIFICATIONS • O EXTENSIONS PROVIDED THIS DRAWING IS A PRELIMINARY PRINT FOR APPROVAL IT IS NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAI. CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. JOB NAME: FEDERAL WAY MOP PR.04 CUSTOMER: PLANT MARK: MDP-I MADE BY: REL BY: ISSUED: 0 3101 /2 01 0 Travla G OUST. ORDER NO: NO DATE REVISIONS }NITULS PEON. NO ORDER NO: USQ3- 0000019 SHEET 2 d 3 REM 1 P11: 0: 34:02 AM a (ACCESS TO.Frorlt Only CLASS. 2 Spectra Series LABEL. U1 SE BUS A#TL.IU 750AIr. :VOLTAGE 480(277V P„ITC. Tina iK4te Switchboard IsTYLE Bo11.On !RATING: FueY R SUS BRACING iRMS SYMy 0 ,TEV MIN uJT RA' NG MRMS GYM) :' 65000A P 3P4W r L Top Condu I Area 43 .0 135 Seatton 2 Pi jt,;ET OUNO NFR( , WA CODE PN PT COMPT UTILITY PER EUSERC PG. 22'2.330 METER PER EUSERC PG 222. 326 UGPS PER PG 345 LUG LANDING PER XI 40 action 4 Front Plan View Bottom Condu 1 Area 135 -a 43 <0� ;5 43 mmi ...:v. ■x . to tx Front Plan View Bottom Condu 1 Area 135 -a 43 <0� ;5 43 mmi Front Plan View QS CO [1 THIS DRAWING IS A PRELIMINARY PRINT FOR APPROVAL IT IS NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAL CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. JOB NAME FEDEI AC WAY MOP CUSTOMER- PI:Ai4T- MARK: MOP. MADE BY REL BY I ISSUED: 031018016 Trawls G CUSt tiRPEA NO: RECN. NO IO TE RE+tIS1O NIT ORDER NO: USQ3- 0000019 SHEET 3 of 3 ITEM 1 P11.50 Data 03/031201e 8 39:03 AM ...:v. "MO ii Front Plan View QS CO [1 THIS DRAWING IS A PRELIMINARY PRINT FOR APPROVAL IT IS NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAL CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. JOB NAME FEDEI AC WAY MOP CUSTOMER- PI:Ai4T- MARK: MOP. MADE BY REL BY I ISSUED: 031018016 Trawls G CUSt tiRPEA NO: RECN. NO IO TE RE+tIS1O NIT ORDER NO: USQ3- 0000019 SHEET 3 of 3 ITEM 1 P11.50 Data 03/031201e 8 39:03 AM P11. 53 °2$ AM ACCESS TO Rant Only ,PHASE. 3P4W CLASS, 1 AMPERE 2500A Spectra Series LAI: T T30AM' Ct9 VOLTAGE 48012771/ PLATE. TIn Piam Switchboard STYLE S _RATING Fu1M Rated BRACING 8YA4 : s Bus vkW tNTRw73N iRM1 YA1I: 85000A Switchboard / Device Information Circuit No. Device Amps Poles Nameplates Lugs /Cable Size Notes 1 SELA 60 3 BATTERY INVERTER (1) - #12 - 3/0 AWG CU - Mech. AL 2 SELA 60 3 SPD (1) - #12 - 3/0 AWG CU - Mech. AL (1) - #8 - 350 MCM CU - Mech. AL 3 SFLA 175 3 TAV -1 4 SFLA 225 3 HKP -1 (1) -#8 - 350 MCM CU - Mech. AL ( 1) - #8 - 350 MCM CU - Mech. AL 5 SFLA 225 3 SPARE 6 SKLA8 800 3 SPACE (SPACE AND BUS) (3) - 3/0 - 500 MCM CU - Mech. AL 7 SGLA6 600 3 TPL -1 (2) - 300 - 500 MCM CU - Mech. AL 8 SGLA6 600 3 TGP -1 (2) - 300 - 500 MCM CU - Mech. AL 9 225 3 SPACE (SPACE AND BUS) (1) - #8 - 350 MCM CU - Mech. AL 10 SFLA 225 3 SPACE (SPACE AND BUS) (1) - #8 - 350 MCM CU - Mech. AL 8 11 SELA 150 3 FUTURE PV 1.1-#12_ 3/0 AWG CU - Mech. AL 12 SELA 125 3 MAU -1 (1) - #12 - 3/0 AWG CU - Mech. AL 13 SELA 15 3 EPM DISCONNECT (1) - #12 - 3/0 AWG CU - Mech. AL 14 SELA 15 3 EPM DISCONNECT (1J - #12 - 3/0 AWG CU - Mech. AL 15 SELA 50 3 TMDE -1 (1) - #12 - 3/0 AWG CU - Mech. AL 16 SELA 50 3 ELEVATOR (1) • #12 - 3/0 AWG CU - Mech. AL 17 SELA 150 3 AHU -2 (1) - #12 - 3/0 AWG CU - Mech. AL 18 SELA 150 3 AHU -3 (1 - #12 - 3/0 AWG CU - Mech. AL 19 SFLA 225 3 1 SPARE (1) -#8 - 350 MCM CU - Mech. AL 20 SFLA 225 3 SPACE (SPACE AND BUS) (1) -#8 - 350 MCM CU - Mech. AL 8 21 SKLA8 800 3 SPACE (SPACE AND BUS) (3) - 3/0 - 500 MCM CU - Mech. AL 8 22 SGLA4 400 3 HME -1 (2) - 2/0 - 250 MCM CU - Mech. AL 23 SGLA4 350 3 AHU -1 (2) - 2/0 - 250 MCM CU - Mech. AL 24 SFLA 225 3 SPACE (SPACE AND BUS) (1) - #8 - 350 MCM CU - Mech. AL 8 25 SFLA 225 3 SPACE (SPACE AND BUS) 1) - #8 - 350 MCM CU - Mech. AL 8 26 SELA 100 3 HLP -1 1) - #12 - 3/0 AWG CU - Mech. AL 27 SELA 100 3 HLP -2 (1) - #12 - 310 AWG CU - Mech. AL NOTES: 1. Equipment ground bus furnished with lugs. 2. Copper ground bus furnished. 3_ Switchboard qualified for Seismic Ratings per publication DET -463 and OSP-0044-10. 4. Switchboard furnished with Nameplates. 5. Shipping splits between each section, ship each section separately. 6. Switchboard furnished with hinged gutter covers. 7. Switchboard furnished with fully rated panel, 8. Lugs not furnished with SPACE AND BUS, 9. Estimated shipping weight for the lineup Is 2034 Ibs 10. Dual EPM4500 meters to be factory installed with CTs wired to each feeder breaker per attached schedule. 11. As a result of Drawing Notes, this product may require modification to reflect correct footprint, price, cycle or UL certification. THIS DRAWING I5 A PRELIMINARY PRINT FOR APPROVAL IT IS NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAL CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. JOB NAME FEDERAL, WAY' MOP PR.04 CUSTOMER PLANT. MARK. MDP -u MADE BY ISSUED 0370212018 CUST OR°E ?.NO. NO DATE REVISIONS INITIALS �+ USQ3- 0000019 SPEET 1 at 3 ;TEM 3 REM NCI: REL $Y. Travis G ORDER NO; P11. 53 °2$ AM Spectra Series Switchboard ACCESS TO:Frant Only CLASS. 1 .ABEL UR. VOLTAGE„ 480, TYLE US 'H EV MIN 114? RATING 1HEIS 77V PHASE: 3P4W AMPERE:2500A BUS MTL A1750A11n' PLATE Tin at G: FuIM Rated 000A 000A 90 120 45 45 111 _ ._ .............. 121 111 7 1 VENTED VENTED 7 7 ■ be Kit t FR 8X FILLER 8X FILLER 26 1 J 2 1s IS 17 16 11 a I a N H to 20 H 1 8 1 1 21 1 N N N E 7.. 0 E E E 26 0 9 10 0 0, 24 25 D 11 12 28 ( 27 13 14 8X FILLER 8X FILLER ,43)4 PtF 4X FILLER 014 7111R. 2s_ 7 VENTED 7 VENTED G 378 Es fA I 642 1E71 FRONT VIEW 414 1K 1Es1 ) 2500It7 2500. 2500. 1 2000A 20012A \2500A 2500 2500A 2500A • 9 350 MOM CU ( HOLE) FUSSING DIAGRAM PER PHASE & NEUTRALS *PROVISION FUTURE EXTENSION .. THIS DRAWING IS A PRELIMINARY PRINT FOR APPROVAL. IT I5 NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAL CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. JOB NAME FEDERAL WAY MOP PR-04 CUSTOF PLANT MARK: MDP-I ISSUED: 03102!2018 Travis G CUST. ORDER NO. CATE RECN. N0; REVISIONS INITIALS USQ3-0000019 SHE 2 of 2 I Spectra Series' Switchboard ACCESS TCs,Frttrt Only CLASS 1 LABEL, U4,. PHASE; 3P4W AMPERE_2590A BUS MTL: 750A nr VOLTAGE 77v T!2 Plata STYLE. 8di•0n RATING: Fully Rot BUS 8R R SYM }: 65000A r)E' L4 WO f Al S SY1A): 65000A L Top Conduit Area 124 45 SRCtion 1 r2 Snclio 45 Section 3 44 s€ el A, . / 23 .� n n l3 Front Plan View Bottom Conduit Area 45 120 45 Front Plan View +j r a 11 - NOUIT SPACE au ut ItC? .i —e s THIS DRAWING IS A PRELIMINARY PRINT FOR APPROVAL IT IS NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAL CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. J06 NAME: FEDERAL WAY MDP PR.04 CUSTOMER: MARK. MDP -H MADE BY' 1REL BY: ISSUED: 03+0212018 CUB' 0 Travis G REVISIONS REoN. N[Y. ORDER NO: tNtTlAls US03- 0000019 &MEET 3 013 rrEU 3 s€ e 0 9010 23 4] Front Plan View +j r a 11 - NOUIT SPACE au ut ItC? .i —e s THIS DRAWING IS A PRELIMINARY PRINT FOR APPROVAL IT IS NOT INTENDED FOR MANUFACTURING OR CONSTRUCTION PURPOSES. ANY MANUAL CHANGES WILL VOID THIS DRAWING AND COULD AFFECT LAYOUT AND (OR) DIMENSIONS. J06 NAME: FEDERAL WAY MDP PR.04 CUSTOMER: MARK. MDP -H MADE BY' 1REL BY: ISSUED: 03+0212018 CUB' 0 Travis G REVISIONS REoN. N[Y. ORDER NO: tNtTlAls US03- 0000019 &MEET 3 013 rrEU 3 Garco Construction, Inc. CHANGE PROPOSAL SUMMARY Project Federal Way Performing Arts & Event Center PR No. 005 City of Federal Way Duct Openings Issued by Lorax Partners City of Federal Way LMN Architects Issued to Date: 3/29/2016 GARCO CONSTRUCTION, INC. P 0 Box 2946 Spokane, WA 99220 A. SPECIFIC INCLUSIONS 1 Refer to Scope description & PR Estimate 2 Bond B. SPECIFIC EXCLUSIONS 1 Washington Slate sales tax C. SCHEDULE IMPACT: 0 Days This proposal covers the cost of performing the work. It does not include any cumulative schedule or cost impacts. Garco reserves the rights to combine this change with others to analyze the cumulative cost and schedule Impact of the changes to Garco's scope of work. TOTAL - Change Order Proposal ADD: $ 11,479 SUBMITTED FOR APPROVAL BY: GARCO CONSTRUCTION, INC. P.O. Box 2946 Spokane, WA 99220 1I ate APPROVED BY: Lorax ners By: City of Federal Way By LMN Architects By lr JOB FILE 151700 - Change Proposal Page 1 of 1 Date: Date: ,1"3-1(9 Date: 31i; 1 i g N N N M N N 3 try• 3 N 0 CC Q B. w z 9 r z DESCRIPTION d 6 e CAS( ADE CONCRETE SAWING & DRILLING P.O. Box 3157 Kent, Washington 98089 -0203 Phone: 253 -872 -7578 800 -228 -9612 Fax: 253- 946 -3783 Proposal Date: 3/2/2016 To: Garco Construction, Inc. Attn: Lonny Arneson Phone #: 253 - 606 -1930 Project: Performing Arts Center Address: Federal Way Cascade Concrete Sawing & Drilling is providing this proposal based on the specific Bid Items noted below. Please note the clarifications, qualifications and exclusions listed within this proposal. if a Subcontract or Purchase Order is going to Issued for this project, please include our scope in the body of the appropriate instrument. Scope of work: Enlarge 8 existing vent openings in 12" concrete foundation wall;. Three chainsaw cut.% per opening and potentially cutting entire new opening near Imbedded electrical boxes. Price: $2,000.00 Excluding but not limited to: Layout, pressure washing of slurry off of foundation wall, scaffolding or backfilling in front of wall for access to cut, permits or fees, repair or replacement of any damaged materials due to unidentified concealed pipes or conduits; utility located, disconnects or capping; temporary dust, noise or safety barriers; FOD control; trenching or excavation; weekend or night work; traffic or pedestrian control unless noted in the scope of work of this proposal. *''PRICE IS GOOD FOR 6 MONTHS** If it is beneficial to your submittal we are a Certified Small Business Enterprise — DUNS # 011174299 Upon acceptance of this proposal please sign and date below: Date: WHEN SCHEDULING WORK THIS QUOTE MUST BE REFERENCED OR ALL WORK WILL BE BILLED AT OUR HOURLY RATES. Bid Qualifications: • Layout of areas to be cut by others • Clear access to work area and for removal of debris provided by others • Customer shall provide all permits, staging, scaffolding or lifts, shoring and bracing, labor for non - contaminated slurry control and disposal on site, core catching at the underside of the slab, unless noted in the Scope of Work section of this proposal, • All underground or in slab utilities shall be located by others prior to cutting. CCS &D accepts no responsibility for damages to concealed objects or damage resulting from the drilling or cutting as directed by the Customer. Customer shall indemnify and hold CCS &D harmless from any such damages, including attorney's fees and out of pocket expenses incurred by CCS&D. • Ripping steel rebar, if layout can't be moved, will be charged at $15,00 per square inch. • Ali special dust protection, weather protection and construction barricades provided by others • Proposal based upon all hazardous materials being removed by others, prior to the start of sawing. • Proposal based upon the specific scope of work listed above. Any work not specifically listed in the "Scope of Work" section of this proposal is the responsibility of others or needs to have written approval before work is to be done. • Based on regular daytime work unless noted differently in Scope of Work. • Based on single mobilization and demobilization unless noted differently in the Scope of Work. • Water and 110V / 220V power source provided within 200' of the work area by others. • Customer will be responsible for compliance with all DOSH regulations pertaining to job safety and hazardous materials and shall timely notify CCS &D in advance if any such materials are present at the work site. CCS &D personnel will have PPE, • CCS &D is a Union Subcontractor. There will be a $100 filing charge for those jobs that are Certified / Prevailing Wage Projects. • CCS &D prices do not include sales tax, excise, use or other taxes or fees now in effect or hereafter levied which CCS &D may be required to pay or collect in connection with work performed by CCS&D. Ali such taxes and fees shall be for the account of the Customer, who shall promptly pay CCS &D upon demand. Applicable Tax Exemption Certificates must be provided to CCS &D if tax exemption is requested. • CCS &D Terms of Payment Are Net 30 days from the date of the invoice unless otherwise specified on the invoice. Overdue payments shall be charged interest at the rate of 1 %% per month. All payments on account may be applied to particular Invoices at the sole discretion of CCS &D, If CCS &D retains a Collection Agency or Attorney to collect overdue payments, all collection casts including attorney fees for the consultation, trial and appellate levels, shall be payable by the Customer. Any court of competent jurisdiction in King County, Washington shall be proper venue for any and all suites or actions brought for any and every breach of the contract between CCS &D and Customer, and the laws of the State of Washington. Respectfully submitted, JARED DAVIS Cascade Concrete Sawing & Drilling 6,024 00 1 Project Name: Federal Way PAC Owner COP No. Orch Duct Source Documents; Contractor: Capital Heating and Cooling Description: Revise underground orchestra pit ducting per submittal review sketch Direct Labor Casts; a. crew (apprentices, Journeymen, & laborers) b, foreman c. lead foreman d. noncraft labor Labor Markups: a. direct supervision (NTE 151/4 of la) r. safety (NTE 21 of Hnes la, b, & c) DIRECT LABOR SUBTOTAL $ 1,860.00 $ S 2. MATERIAL COSTS a. material total from cost breakdown form $ 4,364 00 3, EQUIPMENT COSTS a. equipment total from cost breakdown form S 4. SMALL TOOLS a. small tools (NTE 51/4 of 1a & b) S 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to 150,000 S 90360 b. NTE 10% portion of 1, 2, 3, & 4 In excess of 150,000 6. SUB- SUBCONTRACTORS a. b. rr d. e. 7, OVERHEAD & PROFIT ON SUB-SUBCONTRACTORS a. NTE 61 of Line 6 b. NTE 61 of Line 6 In excess of 150,000 for each Dub 6. INSURANCE a, payroll driven liability Insurance b. volume driven liability Insurance 9. BOND a. band Fcn., Qe..rs ar+Artme 1.10%of1 1.00 % of 1-7 1.00 % of i -8 $ Data: 3123/2018 Contractor Ref. No. 6upenidon men* ahouw be rare eta-swan erne Is mowed In aired tabor casks, 1. CRAFT LABOR COSTS $ 1,660 00 2. MATERIAL COSTS $ 4,364 00 3. EQUIPMENT COSTS S 4. SMALL TOOLS $ SUBTOTAL 1 titre 4 5. OVERHEAD & PROFIT $ 904.00 6. SUB - SUBCONTRACTORS 5 7. OVERHEAD & PROFIT ON SUB- SUBCONTRACTORS $ 31.54 69 28 Orch Ph Duct Cast Pups 8. INSURANCE 5 9. BOND $ TOTAL COST 101,00 $ 7,029 00 31302016 Project Name: Federal Way PAC Description: Revised arch Pit Ducting Contractor: Capital Heating and Cooling Owner COP No. Orch Pit Duct Date: 3/23t1 Contractor Ref. No. Descnpiion Quantity Unit ( Labor Matena Etuipment Total Cost Typo Unit 5 Cost Unit S Cori Unit 5 Cost Added FRP insulated duct matenal i 5 53.294 00 S 3.294 00 5 S 3,294 00 Revised register sleeve (SS welded) 8 5 - 510 00 S 80 00 S 5 60.00 Added field laoor 16 583 00 $ 1.326.00 5 $ S 1,328.00 Detailing 4 583.00' 5 332,00 S - 5 - 5 332.00 Revised H -2 register add 7 € $ - 545 00 5 315 00 S - 5 315.00 Add one quite 1 $ - 5250 00 $ 250 00 5 5 250.00 Add one SA run 1 S 5425.00 $ 425 00 $ - 5 425.00 $ S $ 5 - S 5 5 15 3 5 5 - 5 5 5 i5 S 5 - 5 - 5 5 - 5 5 • 5 - 5 5 S - 5 - 5 - 5 - $ - $ 5 - ; s S - 5 - $ - $ 5 ; - S S 5 S S S ' 5 5 - S - 5 $ s S s $ S - 5 5 S 5 S 5 S _ 5 - 5 - aS S S S - s S 5 ; 5 5 5 ; $ S S $ 5 $ 5 5 .S_ 5 . $ S S . $ a 5 $ 5 5 5 - s $ S $ - S S 5 5 - S 5 ; - S - $ $ 'S 5 - $ 5 5 $ 5 S 5 , $ S S 5 S 5 S 5 5 $ 5 S 5 5 S S s . ; 5 $ S 1 ; S $ S 5 __ 5 5 S iabarSubtotat S 1,660.00 Foremen $ _ S S S Lead Foreman - $ S Noncaaf labor 5 S $ $ Total Coat of Work Form Ream, azeume S 1.660.00 5 4,364.00 S - 5 8,024.00 C Pit Dust Cast Page _ _ 3!30l2016 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT B - A. PROPOSAL REQUEST DOCUMENTS AS NOTED BELOW: Change Order # 2 - PROPOSAL REQUEST NUMBER PROPOSAL REQUEST NAME ISSUE DATE NUMBER OF SHEETS PR # 1 Add drain line from orchestra pit sump pump to sanitary line 12/15/2015 2 pages PR # 2 Add electrical conductors between PSE trans- former and main switchgear. 12/18/15 5 pages PR # 3 Changes at sound lock east of orchestra pit SLL 002. 2/24/2016 6 pages PR # 4 Modify main switch gear to allow for future gen- erator and future PV array (solar power). 2/3/2016 12 pages PR # 5 Modify HVAC grilles into orchestra pit and upsize HVAC duct feeding grilles 2/9/2016 2 pages END OF CHANGE ORDER Proposal Request f't oicct Pt oteci Number Location To Contractor r :urn r`. chiiect Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle. Washington 98104 T 206 682 3460 ihvre+ City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 T 253 835 7000 [] Architectural [] Civil ❑ Structural [] Mechanical ❑ Electrical [X] Plumbing Lmn This supplement when executed forms a part of the Contract Documents and modifies the orignal bidding Documents dated August 14. 2015, and subsequent addenda onty to the extent spec.ficafy shown and noted below Ali other conditions shall rema n the same. Description: PR -001 Plumbing: 1. Sheet P200 Underground plan - Plumbing: a. Add 2 -inch pumped waste copper pipe for the orchestra pit sump pump. Pump will tie into sanitary main to the north. Total pipe length is estimated to be 60 -feet. [X] Attachments: (1) plumbing sheet Issued By: Thomas Gerard A chdect'sRepresentative 12.15,2015 (PR -001) Y ate s t�py 1� ; 1 n �9ip� ;, 1 b . Fci 1111111 lot '1 0 �YS� i is * � tr y8i3F; � ' gt,11 is '_a;!•.i'!:sa l!I; °".g:s Ei 113\ !a iii .a- 0 D. iI 2 0 3 ts 2 0 a. 4 1] Proposal Request Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LM N 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 T 253 835 7000 Lmn [] Architectural [ Civil [] Structural [] Mechanical [X] Electrical 0 Other This supplement when executed forms a part of the Contract Documents and modifies the or grnal bidding Documents dated August 14, 2015. and subsequent addenda only to the extent specdrea ty shown and noted be ow. All other conditions shall remain the same. Description: PR -002 Incorporate the following modifications into the project. Electrical: Specifications 1. Add Article 2.1 B.3 to read the following: USE for service secondary conductors. 2. Add Article 3.7 to read the following: 3.7 SERVICESECONDARYCONDUCTORS A. Installation of service secondary conductors shall comply with the requirements of Puget Sound Energy. B. Install service secondary conductors in conduit. Terminate service conductors on the service entrance lugs of the Main Switchboard. C. At service transformer vault, extend service secondary conductors 15 feet into the vault. Bundle conductors together by phase. Zip -tie phase and neutral conductor bundles to the rungs of the PSE- provided cable ladder. D. Label each phase and neutral at both ends of each conductor. Refer to Color Coding requirements in this specification. Drawings 1. Drawing E101 Site Plan - Power a. Delete conduit stubs from service transformer to future hotel. 2. Drawing E201 Ground Level Plan - Power a. b. Revise conduit size referenced in Note 12 to 3 ". Handhole specification is added to the drawing note. Revise conduit size referenced in Note 13 to 2 ". Handhole specification is added to the drawing note. 3. Drawing E400 One -Line Diagram — Power a. Delete conduit stubs from service transformer to future hotel. b. Add service secondary conductors from service transformer to PAEC switchboard. c. Delete (5) 4" conduits from PAEC service (revised total: 7). d. Add note 6, to read the following: INSTALL SERVICE SECONDARY CONDUCTORS IN SERVICE TRANSFORMER VAULT. REFER TO SPECIFICATION 260519 FOR INSTALLATION REQUIREMENTS. [X] Attachments: E101 Site Plan — Power PR -002, E201 Ground Level Plan — Power PR -002. E400 One-Line Diagram — Power PR -002 Issued By: Thomas Gerard 12.182015 (PR -002) Ai cflitect's Rep esentative Date ()Intl 'button Garco Consti ucbon t of ax Partner s I 1 I ell 11 I. II y II 41' 31, 11 • _ot III v t..2 ihii 3 11 .ovr, 3 Fu, 0 u8 Do Ii 1 I hi i 11 141 . i 11111 1t 9 P it �1 1 1 di ; e 1111111 ft 111 ilil 0 W 11 a il e E 1h ESII uPiiii 11 Nil 3I II =' pi mum ini.C: ©OQWNG GC9 iiu I INIMIIIIIiiii EMERFSEEN M [ TX'i 3 moicli.Il��ii IlIDllIGgdii a il e E 1h Proposal Request Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza. Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue. Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 8t Avenue South Federal Way, WA 98003 T 253 835 7000 [X] Architectural [] Civil [] Structural [] Mechanical [XI Electrical Lmn [] Other This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14.2015. and subsequent addenda only to the extent specifically shown and noted below. A=1 other conditions shall remain the same Description: PR -003 Modify the ceilings of SLL 002 and SLL 003 adjacent to the Orchestra Pit Architecture: 1. Sheet A200 'Orchestra Pit Plan and RCP' a. Revise 16/A200 'Orchestra Pit RCP' as follows: i. Delete APC -3 ceiling @ SLL 002 & SLL 003 ii. Add GWB infill @ stepped concrete lid @ SLL 002 & SLL 003 iii, Revise ceiling finish to INSUL -12 @ SLL 002 & SLL 003 iv. Add ceiling hooks to serve cable pass throughs @ SLL 002 v. Replace (2) L17 light fixtures with (1) L30 light fixture in @ SLL 002 & SLL 003 2. Sheet A615 'Finish Schedule and Transition Details' a. Revise ceiling finish @ @ SLL 002 & SLL 003 from ACP -3 to INSUL-12 3. Sheet A711 'Ceiling Details' a. Add detail 2 /AA711 'Ceiling Mounted Cable Hook' b. Add detail 3/A711 'Fixture Mount Detail' c. Add Detail 4/A711 'Ceiling Detail @ Stepped Slab' Electrical: 1. Sheet E300 'Orchestra Pit Plan — Lighting' a. Delete (4) L17 fixture total in SLL 002 and SLL 003 b. Add (2) L30 fixtures total in SLL 002 and SLL 003 [x] Attachments: Issued By: Thomas Gerard A200 'Orchestra Pit Plan and RCP FR -003', A615 'Finish Schedule and Transition Details' PR 003, A711 'Ceiling Details PR 003', E300 'Orchestra Pit Plan — Lighting PR 003. • 02242016 (PR -003) nit { { iH M1 It b !NI I I - I . III i,_,,ii .., . ,. 1, ., , J i I' -' 1 , . .., .,11 . it'll 1,1, -:=1 i [ ,. ,t, Li - .1,` 1 , fl - Ini I . rt- !till '1,, ; ; , " <1' ;,,,,,ii, I .., $41:1 I '„,* - 411.4441'' Ill Ir''litli' 7-!Ili:if:31:11!iiinI3:1;1::'"i' l'I.IIIIIC; 11i I' 111:ili171."11:i:ii ii:.11;i iiii;:iiiiii;i'i , ,,,,..,,. , ,, 4,:•,t,4',4444, ' , ' '-' '''i" ''. i" ' * ; -1,1111111:11 III:iliVIVil'ilVi Iti iz.4i'i,t-iiiiik !,i/11111/:111114!!11111"J'14 .-441.1 17',L.* 4'''IrlItali ' ' 2- 'I :1 11.1" 1...--... -;'-:4 :1,1 1111441441.4triltailL,L4rITITTIT'T;44444,41111 ...,..,,..-4,.443iilli!!Ai ii 111„ ii/iiiilli 1. :.: ;1'11111:III: ::11; ; ii'ii: ':: ! :11'117,,I-i-i*Tiiii1:11'111:111111111.1: : i'.':*. -.4 ,-..!'11.1.Ii311.11:a111413" Iii'll'ilili ill1. 111.41.1?41 i.11111111111;11'.11-.' 4 ,„., - - • ' - "' ' ' ' ' 1,4, 1 41".1■1111114 ITI,Ilii1111,',Ti'l . ., , ,..1 '4:iii'11' Ili litii'illijilliTliiliiiiiiiiiiiiiiiiIiiTliiiiill'illii!If.:IITiiillrililif,111.111,1il'1,11!;14iLi...17ii.iiil.r11!:iiii_i.,„'il li,litii'iiiiiiil:i1:-.1:i IiIii'll: ir' lilliiii i iill4,' i'" _., °IIIIiiiiiii r'111111J1';:'4lil1t1-14i11-1-1-1-°'-1-1;'-1---''tiiiintiiiiiii tin iiiiiiiiiiiii,,,-,,i.,, iiiit ,11,tiitiiiiiiii;iiii)1,illit:Itit iiII,IIIIIIiii,I,I111'1I1;, ;,.,1 „,, -',711 1,t 11 titinto,tii1111111111,1,t,,Ii!,itiliiri...11i,i ,iyiiii1 H., ; I ' •' ' ' I :41,, CI ;t 1 i V:1 :fll' '1411,1041/1' '1 I 1111;' i!.1:./i 1.,).1.).....,2„1,2 4;i4.....i Itil ..... 111,1,11 .,; ral..,tst, ti,* rt or, ir,I.,114.111..i,t'!,41 ,1,-, I i,ki I : ,t,1!,14. 411,1 44 i!.14 4:14.4kli ,;! ,1111!!.:1i !1 411,!..,!,i!1,11 i I 1 -'i- iiiiiiI:iiii..7Jirl'-)„,i):Ii ii,-;i2:.i!,'..i,,',,,',12,',.1..ti,„..!..,..,-.2::;-';.-;'i- 1...ii•-•iili4iiiii;iiiill -.i,,,, i' i ,,,1;iiiiiittlii iiiiiit114111iitt,t,,vt,,,,li,,-“1.s,,--4-,,is , , , 1;171:!1'°c.1:11:1it;',:211;1111'11iillill:;;!;1111:;:i:ii:iii'lli'll:11111,11111 . .„ 1 •4 , il 1 .... - . . "i Iiii 'il Ilii I.A1111111111111,'1=,, i.,,,..,,1-,,,,,,, 74.1//.1.1..141.1f•t•llif )ii4 it tiltttlf eft flits 1.1111sttliatt-'ttl 4"4"I" 3 ,„ • I i it I3 z. al 6 • • • I V' , r''.....: 1 oeJL»L .—g 4 w PO 111 k it, 1 4141 1.- % p ID' if, i , Ili , , t, .1.; ii, i A i * III 11 .1111 I t I ill Pi ) 1)41111: i II !I Ii ii hi 11 ) 1 111 l'il m.; - ' • `',' . , d ' in 1* \ .. 1.4....1.)...... 7.7.#, , ve.••########E—. i • i . , t. t • •••••••:` i 111 # I 111 I 88 " Rif I 141 fi • I • I 1 i ;P 1004' Pi ;I 11 li t! Ii! 2 d O 0 M W W a1 rim I H it E H Proposal Request Project Federal Way Performing Arts & Events Center Project Number 12066 Location Federal Way, WA Lmn To Garco Construction Owner City of Federal Way Contractor 1145 Broadway Plaza, Suite 1340 33325 8th Avenue South Tacoma, WA 98402 Federal Way, WA 98003 T 509 535 4688 T 253 835 7000 From LMN Architect 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 [X] Architectural fl Civil a Structural [1 Mechanical [XI Electrical B Other ....., This supplement when executed forms a part of the Contract Documents and modifies the original bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below. All other conditions shall remain the same. Description: PR -004 Modifications to the Electrical Design to accommodate a future emergency power generator and a future PV array on the roof. Electrical: Specifications 262550 Generator Docking Stations 1. New specification section. 263623 Automatic Transfer Switches 1. New specification section. Drawings 1. Drawing E101 Site Plan - Power a. Add below -grade conduit stubs from loading dock to planting area. b. Add conduits below the driveway. c. Add notes indicating locations for future generator connection equipment. 2, Drawing E400 One -Line Diagram - Power a. Add conduit from location of future generator connection equipment to fire pump controller. b. Add conduit sleeves from loading dock to main electrical room for future generator connection. c. Revise Main Switchboard to physically separate the service section from the distribution section. Revise connection from main disconnect breaker to distribution section bus from bus to conductors in conduit. d. In Main Switchboard, replace (1) bussed space with (1) 150A breaker for future photovoltaic system connection. Add note requiring label at breaker. e. Add note describing which Code- required calculation method was used to size the Main Switchboard bus. 3. Drawing E403 Partial One -Line Diagram - Future Generator System a. Add new sheet. 4. Drawing E506 Enlarged Plans and Sections a. Revise electrical room layout to accommodate future generator equipment and Incorporate equipment dimensions as indicated in submittals. b. Add conduit sleeves from loading dock to main electrical room for future generator connection. c. Add floor- mounted racks to support (2) transformers. Architectural: 1. Drawing A204 Roof Plan a. Add (2) 2" conduit penetrations through roof for future photovoltaic system. Conduits to be capped above roofline and stubbed out below the roof accessible for future connections. Location: TBD. [X] Attachments: 262550 Generator Docking Stations, 263623 Automatic Transfer Switches, E101, E400, E403, E506 Issued By: Thomas Gerard 02.03.2016 (PR -004) Architect's Representative Date Distribution: Garco Construction, Lorax Partners Federal Way Performing Arts & Conference Center Federal Way, Washington PAE PART 1 - GENERAL Section 262550 GENERATOR DOCKING STATIONS Page 1 of 3 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. The provisions of Division 26 Section, Common Work Results for Electrical, apply to this section. 1.2 SUMMARY A. This Section includes: Provide Generator Docking Stations as indicated. B. Related Sections include: 1. Section 260526 Grounding and Bonding for Electrical Systems. 2. Section 280533 Raceways and Boxes for Electrical Systems. 3. Section 260553 Identification for Electrical Systems. 4. Section 260573 Overcurrent Protective Device Coordination Study. 5. Section 260580 Electrical Testing. 1.3 APPLICABLE PUBLICATIONS A. Publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. 1. Underwriters Laboratories (UL). a. 508 Industrial Control Equipment b. 1008 Automatic Transfer Switches 2. National Fire Protection Association (NFPA) a. 70 National Electrical Code (NEC) b. 110 Emergency and Standby Power Systems 3. National Electrical Manufacturer's Association (NEMA) a. ICS Industrial Controls and Systems 1.4 SUBMITTALS A. Shop drawings. B. Product data. C. Operating and Maintenance Data: 1. Complete instructions covering the operation and testing of the automatic transfer switches. 2. Maintenance instructions shall include complete trouble shooting and diagnostic information, disassembly instructions, assembly instructions and preventive maintenance schedule. Addendum No 3 CONSTRUCTION DOCUMENTS Issue Date. September 11, 2015 August 14, 2015 Federal Way Performing Arts & Conference Center Federal Way, Washington PAE Section 262550 GENERATOR DOCKING STATIONS Page 2 of 3 3, Include data in Operating and Maintenance Manuals specified in Section 26 05 00. 1.5 WARRANTY A, Generator tap boxes shalt be covered by manufacturer's warranty for a minimum period of (1) one year after shipment from manufacturer. PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Autonomy Technology, ESL Power Systems, Trystar, or approved. 2.2 GENERATOR DOCKING STATION A. All equipment shalt be new. B Generator tap box manufacturer must have produced and sold generator tap boxes as a standard product for a minimum of (2) years. C. Generator tap box shall consist of cam -style male connectors and grounding terminals, all housed within a padlockable enclosure. Generator tap box enclosure shall be Type 3R, constructed of continuous seam - welded, powder coated gaivanneal steel. The main access shall be through a hinged door that extends the full height of the enclosure. Access for portable generator cables with female cam -style plugs shall be via cable entry openings in the bottom of the enclosure. A hinged flap door shall be provided to cover the cable openings when cables are not connected; the hinged flap door shall allow cable entry only after the main access door has been opened. Enclosure shall be powder coated after fabrication: color shall be manufacturer's standard Tight gray. E. Cam -style male connectors (inlets) shall be UL Listed single -pole separable type, Cam -style male connectors shall be color coded, Cam -style male connectors shall be provided for each phase and for ground, and shall also be provided for neutral if required. The ground cam -style male connectors shall be bonded to the enclosure, and a ground lug shall be provided for connection of the facility ground conductor. None of the cam -style male connectors shall be accessible unless the main access door is open. Docking station ampacity, voltage, and permanent connections shall be as indicated in project drawings. PART 3 - EXECUTION 3.1 INSTALLATION ATION A_ Prior to installation of generator tap boxes, Contractor shall examine the areas and conditions under which the generator tap box is to be installed and notify the Engineer in writing if unsatisfactory conditions exist. Addendum No. 3 CONSTRUCTION DOCUMENTS Issue Date: September 11, 2015 August 14, 2015 Federal Way Performing Arts & Conference Center Federal Way, Washington PAE Section 262550 GENERATOR DOCKING STATIONS Page 3 of 3 B. Generator tap box shall be installed as shown on the drawings and per the manufacturer's written instructions. In addition, the installation shall meet the requirements of local codes, the National Electrical Code and National Electrical Contractors Association's "Standard of Installation ". C. Conduit entry into the manual transfer switch shall be by Contractor; Contractor shall furnish and install listed watertight conduit hubs for each conduit entry on the generator tap box, The hub size shall match the conduit size for conductors and ground as shown an the drawings. I-tubs shall be properly installed and tightened to maintain Type 3R integrity of the generator tap box. D. Contractor shall terminate conductors and ground per the manufacturer's instructions. Use copper wire only for all conductors and grounds. All field wiring terminations in the generator tap box shall be torqued as required per the instructions on the generator tap box. 3.2 FIELD TESTING: A. Prior to energizing generator tap box, the Contractor shall perform the following checks and tests as a minimum: 1. Verify mounting and connections are complete and secure. 2. Verify internal components and wiring are secure. 3. Perform continuity check of all circuits. 4. Perform 1,000 VDC megger test on phase and ground cables. 5. Verify deadfront is secure. 6. Confirm operation of the generator tap box ground receptacle by attaching a plug to the generator tap box ground receptacle and then verify that the plug is grounded to the facility ground. END OF SECTION Addendum No. 3 CONSTRUCTION DOCUMENTS Issue Date- September 11, 2015 August 14, 2015 Federal Way Performing Arta & Conference Center Federal Way, Washington PAE PART 1- GENERAL 1.1 RELATED DOCUMENTS Section 263623 AUTOMATIC TRANSFER SWITCHES Page 1 of 3 Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. The provisions of Division 26 Section, Common Work Results for Electrical, apply to this section_ 1.2 SUMMARY A. This Section includes: Provide Automatic Transfer Switches as indicated. Related Sections include: 1. Section 260519 Low Voltage Electrical Power Conductors and Cables. 2. Section 260526 Grounding and Bonding for Electrical Systems. 3. Section 260533 Raceways and Boxes for Electrical Systems. 4. Section 260553 Identification for Electrical Systems. 5. Section 260573 Overcurrent Protective Device Coordination Study. 6. Section 260580 Electrical Testing. 1.3 APPLICABLE PUBLICATIONS A. Publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. 1. Underwriters Laboratories (UL). a. 508 Industrial Control Equipment b. 1008 Automatic Transfer Switches 2. National Fire Protection Association (NFPA) a. 70 National Electrical Code (NEC) b. 110 Emergency and Standby Power Systems 3. National Electrical Manufacturer's Association (NEMA) a. ICS Industrial Controls and Systems 1.4 SUBMITTALS A, Shop drawings. Product data. C. Operating and Maintenance Data: 1. Complete instructions covering the operation and testing of the automatic transfer switches. 2. Maintenance instructions shall include complete trouble shooting and diagnostic information, disassembly instructions, assembly instructions and preventive maintenance schedule. Addendum No. 3 CONSTRUCTION DOCUMENTS Issue Date. September 11, 2015 August 14, 2015 Federal Way Performing Arts & Conference Center Federal Way, Washington PAE Section 263623 AUTOMATIC TRANSFER SWITCHES Page 2 of 3 3. Include data in Operating and Maintenance Manuals specified in Section 26 05 00. PART 2• PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Asco, GE Zenith Controls, Russelectric or approved. 2.2 AUTOMATIC TRANSFER SWITCHING SYSTEM A. Each switch shall be furnished with full Toad current rating, voltage, phase, poles and AIC ratings as shown on the drawings. Transfer switches shall be capable of switching all classes of load and shall be rated for continuous duty when installed in non- ventilated enclosures. B. Transfer switches shall be 4 -pole type provided with a switched neutral pole. The neutral pole shall be of the same construction and have the same ratings as the phase poles. All poles shall be switched simultaneously using a common crossbar. C. Relays and control circuits shall be provided to obtain fixed preferential control with transfer switch connected to the normal source of power under normal conditions. Upon a sustained drop in voltage of 30% in any phase of the normal power source from rated voltage and after a delay of 2 seconds, switch shall close a circuit to automatically start the altemate power source and transfer the load to the alternate power source provided the voltage and frequency of that source are at least 90% of rated value. The switch shall be electrically operated but mechanically held in both the normal and standby positions and shall include an electrically continuous neutral position. The operator shall be momentarily energized from the source to which the load is being transferred. Upon retum of normal power to within 100 of rated voltage on all phases, and after a preset time delay adjustable from 2 to 25 minutes, the switch shall automatically transfer the load to the normal source. If the standby power source should fail during the delay period prior to return to normal source, the time delay shall be bypassed and the switch shall return immediately to the normal source. A test switch shall be provided to simulate failure of the normal power source and to test the operation of a transfer switch. A manual operator shall be provided for maintenance servicing of the transfer switch in accordance with UL -1008. An override switch shall be provided to bypass the automatic transfer controls so that the transferred switch will remain indefinitely connected to the standby power source, regardless of the condition of the normal power source. D. Each automatic transfer switch shall be fumished with voltage sensing relays for each phase. Connection of these sensing relays shall be made to the normal power input terminals of the transfer switch. Voltage range shall be field adjustable. E. Delayed Transition: The controls shall include a time delay, adjustable from 0 -60 seconds, to control the switching time from source to source, to allow load generated voltages to decay before connecting to an energized source. F. High intensity LED lamps shall be provided to indicate Source 1 and Source 2 Available, Source 1 and Source 2 Connected, exercise mode, and test mode. Source available LED indicators shall operate from the control microprocessor to indicate the true condition of the sources as sensed by the control. These signals shall be transmitted to the remote annunciator. Provide one set Form C auxiliary contacts indicating transfer switch position, rated 10 amps 250 VAC. G. The automatic transfer switch shall be installed in a NEMA Type I wall mounted enclosure conforming to NEMA ICS and comply with the requirements of UL -508. Addendum No. 3 CONSTRUCTION DOCUMENTS Issue Date: September 11, 2015 August 14, 2015 Federal Way Performing Arts & Conference Center Federal Way, Washington PAE Section 263623 AUTOMATIC TRANSFER SWITCHES Page 3 of 3 H. Provide a field - configurable exerciser clock, displaying real time in hours and minutes, with provisions for selection of testing interval at 7, 14, 21, or 28 -day intervals in either with -load or without -load configuration. Exercise period duration shall be field configurable. I. If an elevator is being served by the transfer switch, the transfer switch shall provide a relay contact signal prior to transfer or retransfer. The time period before and after transfer shall be adjustable in a range of 0 to 50 seconds. J. Transfer switch shall be provided with AUCU mechanical lugs sized for the full output rating of the switch, and capable of accepting the number of cables indicated on the drawings. K. The automatic transfer switch shall be suitable for satisfactory performance when installed for operation at 200 -feet attitude, 40 °C high and 5 °C low ambient temperature, 90% relative humidity. L. All surfaces to be painted shall be thoroughly cleaned to insure that they are free from all oil, grease, welding slag and spatter, all mill scale, products of corrosion, dirt or other foreign products. Painting shall consist of at least one coat of rust inhibiting primer and one coat of finish enamel. The rust inhibiting primer shall be applied to a dean, dry surface as soon as practicable after cleaning. Painting shall be with manufacturer's current materials according to manufacturer's current process except that the total dry film thickness shall be not less than 2.5 mils. The paint shall be free from runs, sags, orange peel or other defects. Color of the finish coat of paint shall be manufacturer's standard, M. The automatic transfer switch shall be warranted for a period of not less than 2 years from the date of commissioning against defects in materials and workmanship. The warranty shall be comprehensive, including parts, labor, and travel to the site. PART 3 - EXECUTION 3.1 INSTALLATION A. Transfer Switches shall be mounted square and plumb, with top of switches 6 feet — 0 inches above finish floor. B. All conduit, wiring, and electrical connections required between the various items of the System shall be provided and installed complete, C. Engage a factory- authorized service representative to inspect the equipment, verify installation meets the manufacturer's requirements, and perform manufacturer recommended start-up testing. D. Engage a factory- authorized representative to provide training of the Owner's personnel to adjust, operate, and maintain the automatic transfer switch equipment. END OF SECTION Addendum No 3 CONSTRUCTION DOCUMENTS Issue Date: September 11, 2015 August 14. 2015 4 1 E 0 t .;; 110 I I 0 E 1111111 1111111111I 11{10{11111M ISTRIEN OM 011 immuummllom 11111111MMEMMI Eiliiiiniilimmi imanal tuzi num , 4 ' 4 = mim in i: IM OHM lg Lap it I iih . r41 tp. !id; 141if !I! i [WI; iPlig 10110114r Proposal Request Federal Way Performing Arts & Events Center 12066 Federal Way, WA Garco Construction 1145 Broadway Plaza, Suite 1340 Tacoma, WA 98402 T 509 535 4688 LMN 801 Second Avenue, Suite 501 Seattle, Washington 98104 T 206 682 3460 City of Federal Way 33325 8'h Avenue South Federal Way, WA 98003 T 253 835 7000 [] Architectural [] Civil ❑ Structural [x] Mechanical [3 Electrical Lmn [3 Other This supplement when executed forms a part of the Contract Documents and modifies the ongmal bidding Documents dated August 14, 2015, and subsequent addenda only to the extent specifically shown and noted below All other conditions shall remain the same. Description: PR -005 Underground Duct Modifications Mechanical: 1. Drawing M500 - ENLARGED PLANS AND SECTIONS - MECHANICAL, Plan 2 a. b. Increase size of underground ductwork within 10' of orchestra pit. i. Alternate sizing with the same or lower air velocities is permitted. Increase size of the supply grilles to the Orchestra Pit. i. Note that the grille sizes and quantity serving the Orchestra Pit represents a total amount of grille area required. Due to current conditions where smaller penetrations have been blocked out in the concrete wall, the final quantity, location and aspect of these opening may be determined by accommodating the Contractor's preferred method for enlarging these openings as approved by the Structural Engineer. As long as the total amount of grille area stays the same (or gets larger) deviations in dimensions are permitted. Final opening configuration to be reviewed and approved by the Architect ii. At the back wall of the Orchestra Pit, coordinate the drape length closely with the final grille height dimensions in conjunction with the Architect. [x] Attachments: M500 'Enlarged Plans and Sections - Mechanicai' Issued By: Thomas Gerard 02.09.2016 (PR -005) 3 SI " t I 1" ' (• 4 0 tr) z ill 1 111 1 RETURN TO: vI e ✓ke S EXT: 0 o ` 041Y-eV-QS CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / P14t�' L. 2. ORIGINATING STAFF PERSON: IS C W 03%,% 11, 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE 14-21(t, X CONTRACT AMENDMENT (AG #): ❑ OTHER EXT: Z.1 o 3. DATE REQ. BY: ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME: NAvt' Ms Nis A C to, i' & V tv.'i! CA404C' '7 Q Va.` 31 I." S .- Agt,e NINA NA b 6. NAME OF CONTRACTOR: 444410.4r0 (,pr 434.1tWN ADDRESS: 40% 4 rj, '�po�y� y U p�t,A� � t t i 2 d t+ TELEPHONE: SOi S1 • I4$% E -MAIL: 1 FAX: Sot • $37• /i©t SIGNATURE NAME: AffirTIMIIEZTMINIVAIF TITLE: 71,0444.4 (" 1sNAgv . 7. EXHIBITS AND ATTACHMENTS: I4 SCOPE, WORK OR SERVICES A) COMPENSATION o INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCE EXHIBITS )PROOF OF AUTHORITY TO SIGN 314 REQUIRED �LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # �� (t j2$ BL, EXP. 12/31/ t p UBI #67 0 . VQ l (Q,D , EXP. / Ile 8. TERM: COMMENCEMENT DATE: jt$14, ? COMPLETION DATE: 11r14..1 3, ZO % 9. TOTAL COMPENSATION: $7 \e‘ I.5 (f * 39 g, 6.50. o O (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES iit,NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 7-YES ❑ NO IF YErS,�$ Inc.% ucJ.04 =n F��7e a St ct_ PAID BY: K CONTRACTOR ❑ CITY )PURCHASING: PLEASE CHARGE TO: 3 D6 '��L%` U — � �l 9 S-7 7 0 -65- 0 10. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED F. PROJECT MANAGER V. DIVISION MANAGER ❑ DEPUTY DIRECTOR QG DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) /fJ IG L1 LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) a/i4/ l6 4 & ,'(4 /t COMMITTEE APPROVAL \ t \ 6 COUNCIL APPROVAL DATE: 2.1161 1 b 12. CONTRACT SIGNATURE ROUTING �/�/� SENT TO VENDOR/CONTRACTOR DATE SENT: li /i11 - `"'-�11 DATE REC'D: *F ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED G. 4 LAW DEPT CHIEF OF STAFF SIGNATORY (MAYOR OR DIRECTOR) X ASSIGNED AG # O tSIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE " 2.;021 RIGINALS 'Th tO1 t c .\ O of ; nst.H" n c.Q ke P vcAff 46.0 In 11A LAN*, net... orc.ltC 1c4J +Con "CO SCD1%t L•O '€l-Q S c.tart. AA-A t SC (K. 1tP Cx'■ � r‘cI C9Atca ta. 1/15 15 -216 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 001 CHANGE ORDER NUMBER February 17, 2016 EFFECTIVE DATE FEDERAL WAY — PERFORMING ARTS & EVENT CENTER GARCO CONSTRUCTION PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: Provide material and labor for PETE VON REICHBAUER WAY S at S 316TH ST SIDEWALK IMPROVEMENT PROJECT. See Exhibit `A' for complete scope, documents and schedule. SCHEDULE: The time provided for completion in the Contract is ® Unchanged (l Increased ❑ Decreased by zero (0) Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? PRICE CHANGE LUMP SUM INCREASE TOTAL NET CONTRACT: INCREASE Three hundred ninety eight thousand six hundred fifty dollars ($398,650.00) Q Yes El No Ej Yes ❑ No STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CHANGE ORDER AGREEMENT 1 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $ 22,059,230.00 $0 $ 398,650.00 $ 22,457,880 U '• MAY �' SIG ATURE CHANGE ORDER AGREEMENT 2 -3/DzA/ic Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT A Change Order # 001 1.0 SCOPE OF WORK FOR PETE VON REICHBAUER WAY S @ 316TH ST, SIDEWALK IMPROVEMENT PRO3ECT: Improvements include the construction of a new sidewalk on S 316th Street along the north edge of Town Square Park and then along Pete Von Reichbauer Way South along the west edge of Town Square Park between S 316th Place and S 316th Street. Associated work includes demolition and removal of the existing sidewalk and construction of new landscaping, grading, retaining walls, sidewalks, property res- toration, illumination, festival lighting, and installation of street trees. 2.0 CONTRACT: Documents developed anticipated a stand -alone unit price contract between the City and General Contractor. General Contractor provided a lump sum price for the work in accordance with the existing contract structure. This change order shall be performed lump sum, as Schedule `B', of the Contract. It is understood the contract language contained within the original executed contract will supersede contract language in the Special Provisions listed in Section 4.0 of this change order. All other technical specifica- tions included in the Special Provisions below shall control the Scope of Work of this change order. Other special considerations include the following: a. Any and all permits or fees will be by the City. b. Invoices for Schedule `8' shall be submitted separately from the overall PAEC contract. c. Liquidated damages for not completing work on this change order is computed independently from base PAEC contract. d. All sales tax on materials is included in the lump sum price. This change order is for the construc- tion of a street improvement located on City owned land and is subject to State Sales Tax in ac- cordance with WAC 458 -20- 171 -Use Tax. For Work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts. Typically, these taxes are collected on materials incorporated into the project and items such as the pur- chase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. The Contractor's bid is included as Exhibit V. 3.0 SCHEDULE AND COMPLETION DATE: Start of construction of this added scope to be February 17, 2016. Completion of this phase of work to be on or before May 31, 2016. 4.0 LISTING OF ALL DRAWINGS AND SPECIAL PROVISIONS The plans and specifications are included as Exhibit 'C'. Following is a listing of the documents: SHEET NUMBER SHEET NAME ISSUE DATE C 1 Sht 1 of 26 Title sheet /vicinity map and sheet index 11/25/2015 C 2 General Notes 11/24/2015 1 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 Sht 2 of 26 5 1 Sht 3 of 26 Roadway Typical Sections — Typical Sections Sheet 1 of 2 12/2/2015 TS 2 Sht 4 of 26 Roadway Typical Sections — Typical Sections Sheet 2 of 2 12/2/2015 SP 1 Sht 5 of 26 Site Preparation and TESC plans PVR Way S. Sta 19 +00 TO Sta. 21 +00 12/1/2015 SP 2 Sht 6 of 26 Site Preparation and TESC plans PVR Way 5 Sta. 21 +00 to Sta. 23 +00 12/1/2015 SP 3 Sht 7 of 26 Site Preparation and TESC plans S. 316th St. Sta. 43 +70 to Sta. 45 +50 12/1/2015 SP 4 Sht 8 of 26 Site Preparation and TESC plans S. 316th St. Sta. 45 +50 to Sta. 47 +26.2 12/1/2015 SPD 1 Sht 9 of 26 Site Preparation and TESC plans De- tail Sheet 12/1/2015 RP 1 Sht 10 of 26 Sidewalk Improvement Plan PVR Way S. Sta 19 +00 TO Sta. 21 +00 12/1/2015 RP 2 Sht 11 of 26 Sidewalk Improvement Plan PVR Way S Sta. 21 +00 to Sta. 23 +00 12/1/2015 RP 3 Sht 12 of 26 Sidewalk Improvement Plan S. 316' St. Sta. 43 +70 to Sta. 45 +50 12/1/2015 RP 4 Sht 13 of 26 Sidewalk Improvement Plan S. 316th St. Sta. 45 +50 to Sta. 47 +26.2 12/1/2015 RD 1 Sht 14 of 26 Sidewalk Improvement Details Detail Sheet 1 of 4 11/24/2015 RD 2 Sht 15of26 Sidewalk Improvement Details Detail Sheet2of4 11/24/2015 RD 3 Sht 16 of 26 Sidewalk Improvement Details Detail Sheet 3 of 4 11/24/2015 RD 4 Sht 17 of 26 Sidewalk Improvement Details Detail Sheet 4 of 4 12/2/2015 EP 1 Sht 18 of 26 Illumination Plans and Details PVR Way S. Sta 19 +00 TO Sta. 21 +00 12/2/2015 EP 2 Sht 19 of 26 Illumination Plans and Details PVR Way S Sta. 21 +00 to Sta. 23 +00 12/2/2015 EP 3 Sht 20 of 26 - Illumination Plans and Details S. 316th St. Sta. 43 +70 to Sta. 45 +50 11/24/2015 EP 4 Sht 21 of 26 Illumination Plans and Details S. 316th St. Sta. 45 +50 to Sta. 47 +26.2 11/24/2015 ED 1 Sht 22 of 26 Illumination Plans and Details Illumi- nation detail sheet 1 of 3 11/24/2015 S101 Sht23of26 Roadway plan and profile wall 6 to 15 10/28/2015 S102 Sht 24 of 26 Roadway plan and profile wall 16 to 17 10/28/2015 S103 Sht 25 of 26 Wall Sections 10/28/2015 S104 Sht 26 of 26 Wall Sections and Details 10/28/2015 Change Order # 001 2 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 Change Order # 001 Project Manual Adoption of Standard Plans and Standard Specifications as issued Total number of pages 100. Sec- tions as noted below: Division 1— SP 1 through SP 57 Division 2 — SP 57 through SP 61 Division 4 — SP 61 Division 5 — SP 61 through SP 62 Division 6 — SP 62 through SP 66 Division 8 — SP 66 through SP 91 Division 9 — SP 92 through SP 100 3 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT B Contractor's Bid GARCO Construction, dated January 13, 2016 Change Order # 001 4 Garco Construction, Inc. January 13, 2016 City of Federal Way Public Works 33325 Eighth Ave S Federal Way, WA 98003 RE: 20th Ave S @ 316th ST Sidewalk Improvement Project Mr. William Appleton, Garco Construction is pleased to submit the following proposal to provide all labor, material, equipment and supervision to construct the Sidewalk Improvements Project along Pete Von Reichbauer Way & 316th Street. Total Lump Sum Amount: $398,650 (includes WA State Sales Tax) This proposal is based upon the City of Federal Way plans dated 11/25/2015 and the following conditions: - If awarded within 30 calendar days of this proposal, the project is proposed to be completed on May 31, 2016. All material testing and inspections are to be provided by the owner. Contractor shall coordinate inspections with testing agencies. - Proposal excludes any permits /fees additional to those required by the Performing Arts & Events Center scope of work. Thank you, Dan Lampert Project Manager 4114 E. Broadway • Spokane, WA 99202 •(509) 535 -4688 • FAX (509) 535 -1384 P.O. Box 2946 'Spokane, WA 99202 -2946 Federal Way Performing Arts & Event Center Federal Way, Washington CFW #15 -216 EXHIBIT C Plans for: PETE VON REICHBAUER WAY S AT S 316TH ST SIDEWALK IMPROVEMENT PROJECT DATED 11/25/2015 AND Specifications for: PETE VON REICHBAUER WAY SOUTH AT S 316Th ST SIDEWALK IMPROVEMENT PROJECT DATED DECEMBER 2015 Change Order # 001 5 CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Pete Von Reichbauer Way South @S 316th St Sidewalk Improvement Project City of Federal Way PUBLIC WORKS DEPARTMENT 33325 Eighth Avenue South Federal Way, WA 98003 December 2015 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Pete Von Reichbauer Way South @S 316th St Sidewalk Improvement Project AT: City of Federal Way City Council Chambers 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: PUBLIC WORKS DEPARTMENT CITY OF FEDERAL WAY, WASHINGTON City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 2 2015 TABLE OF CONTENTS PUBLIC NOTICE — REQUEST FOR BIDS BIDDER'S CHECKLIST SECTION 1: INSTRUCTIONS TO BIDDERS SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS NO BID RESPONSE FORM (Attachment A) BID FORM (Attachment B) BID SCHEDULE (Attachment C) BID SIGNATURE PAGE (Attachment D) BID BOND FORM (Attachment E) SUBCONTRACTOR LIST (Attachment F) COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) PUBLIC WORKS CONTRACT (Attachment I) (With Exhibits A -H and Appendixes as attached) Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Notice of Completion Contract Change Order Agreement Contractor's Retainage Agreement Retainage Bond to the City of Federal Way Notice to Labor Unions of Other Employment Organizations Nondiscrimination in Employment Certificate(s) of Insurance Performance /Payment Bond Title VI Assurances SPECIAL PROVISIONS BLUE PAGES STANDARD PLANS AND DETAILS WHITE PAGES PREVAILING WAGES AND BENEFIT CODE KEY YELLOW PAGES City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 3 2015 CITY OF FEDERAL WAY REQUEST FOR BIDS Pete Von Reichbauer Way South 0 S 316th St Sidewalk Improvement Project DESCRIPTION OF WORK: This project shall consist of the construction of improvements to Pete Von Reichbauer Way Southouth and S 316th Street. Improvements include the construction of a new sidewalk on S 316th Street along the north edge of Town Square Park and the along Pete Von Reichbauer Way South along the west edge of Town Square Park between S 316th Place and S 316th Street. Associated work includes demolition and removal of the existing sidewalk and landscaping, grading, retaining walls, sidewalks, property restoration, illumination, festival lighting, and installation of street trees. The Contractor shall complete all work within 40 working days. The bidder is urged to check the plans and contract provisions carefully. All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents now on file in the Purchasing Office of the City of Federal Way. Bid documents may be obtained from the Purchasing Department at (253) 835 -2526. Any questions concerning the description of the work contained in the contract documents must be directed to EJ Walsh, P.E., Development Services Manager, by facsimile at (253) 835 -2709 or by letter addressed to EJ Walsh, P.E., Development Services Manager a minimum of one week prior to bid opening date. PURCHASE OF BID DOCUMENTS: Bidders may purchase copies of the Bidding Documents (half -size plans) in person, or by mailing a Twenty -Five and No /100 Dollars ($25.00) (non - refundable) check or cashier's check payable to the City of Federal Way, 33325 8th Avenue South, Federal Way, WA 98003 -6325, phone (253) 835- 2526. If purchasing by mail, please indicate your request for Bidding Documents for Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project. Informational copies of maps, plans, and specifications are available for review at the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way, Washington. Bidding Documents are also available for review at the following Plan Centers: Seattle Daily Journal of Commerce, Attn: Plancenter.com, 83 Columbia St, Suite 200, Seattle, WA 98104 McGraw Hill, 200 SW Michigan St, Suite 100A, Seattle, WA 98106 McGraw Hill Construction Plan Center, 3600 Port of Tacoma, WA 98424 Valley Plan Center, 10002 Aurora Avenue North, #36, PMB 334, Seattle, WA 98133 Reed Construction Data, 30 Technology Parkway South, Suite 500, Norcross, GA 30092 Builders Exchange of Washington, 2607 Wetmore Avenue, Everett, WA 98201 Daily Journal of Commerce Plan Center, 921 SW Washington St, Suite 210, Portland, OR 97205 Contractor Plan Center, 14625 SE 82nd Drive, Clackamas, OR 97015 Contractor's Resource Center, 2301 So Jackson Street, Suite 101B, Seattle, WA 98144 Isqft Plan Room, 2606 2nd Ave #244, Seattle, WA 98121 The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d -4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- assisted programs of the Department of Transportation City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 4 2015 issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to insure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required associated documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work under this project by stipulated contract date. RESERVATION OF RIGHTS: The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. No bidder may withdraw his or her bid after the hour set for the opening thereof unless the award is delayed for a period exceeding thirty (30) days. City of Federal Way Pete Von Reichbauer Way South @ S 316`x' St Sidewalk Improvement Project RFB ver. 4 -15 Page 5 2015 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not so complying. ❑ Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. El Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. ❑ Bid Signature Page (Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. ❑ Bid Bond Form (Attachment E) This form is to be executed by the bidder and the surety company unless a certified check is submitted with the bid. The amount of this bond or certified check shall not be less than five percent (5 %) of the total bid amount and shall be shown in both words and figures. ❑ Subcontractor List (Attachment F) The Subcontractor List shall be filled in by the bidder. (This section may /may not apply) ❑ Combined Affidavit and Certification Form (Attachment G) This form must be subscribed to and sworn before a Notary Public and notarized. ❑ Contractor's Compliance Statement (Attachment H) The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. ❑ Contractor's Certificate of Registration The bidder shall provide a copy of Contractor's current registration with the State of Washington. ❑ Contractor's State Identification Numbers, The bidder shall provide a copy of Contractor's current state unified business identifier number and, as applicable, an employment security department number and state excise tax registration number. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 6 2015 SUCCESSFUL BIDDER'S CHECKLIST The following documents are to be executed and delivered to the City within ten (10) calendar days after the Bid is awarded: ❑ Public Works Contract (Attachment I) The successful bidder will fully execute and deliver to the City the Pete Von Reichbauer Way South © S 316th St Sidewalk Improvement Project Public Works Contract ("Contract") from these Bid Documents. ❑ Contractor's Retainage Agreement or Retainage Bond (Exhibit C or D) The successful bidder will fully execute and deliver to the City the Contractor's Retainage Agreement or Retainage Bond. ❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (Exhibit E) If this applies, the successful bidder will sign and post copies of this Notice in conspicuous places available to employees or applicant for employment. ❑ Certificate of Insurance (Exhibit F) The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance /Payment Bond (Exhibit G) The successful bidder will provide a fully executed Performance /Payment Bond as appropriate. ❑ Business License The successful bidder will provide a copy of a current Business License with the City of Federal Way. City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 7 2015 SECTION 1: INSTRUCTIONS TO BIDDERS 1 -1 Time and Place for Submission and Opening of Bids The City's Purchasing Coordinator must receive the sealed bid before the time and date specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder accepts all risks of late delivery of mailed bids or of miss - delivery regardless of fault. Late bids will be returned unopened. If, after reviewing this document the bidder chooses not to submit a bid, the bidder may complete and return the "No Bid Response Form" provided as Attachment "A" by the date and time indicated above. 1 -2 Bid Form Bids shall be made on the "Bid Form" (Attachment "B ") issued by the City as part of these contract documents, without reservation or amendment. Bids must be typewritten or printed in ink. Upon completion, the Bid Form and the bid bond or certified check and any requested information shall be placed in a sealed envelope. On the outside of the envelope, place the bid name, bid number and the time bids are due. 1 -3 Bid Signature All bids shall give the total bid price and shall be signed in ink by the bidder or their authorized representative, with the address. If the bid is made by an individual, the name, signature, and address must be shown. If the bid is made by a firm or partnership, the name and address of the firm or partnership and the signature of at least one of the general partners must be shown. If the bid is made by a corporation, the bid shall show the title of the person authorized to sign on behalf of the corporation, his or her title and the address. The City reserves the right to request documentation showing the authority of the individual signing the bid to execute contracts on behalf of anyone, or any entity, other than himself /herself. Refusal to provide such information upon request may cause the bid to be rejected as nonresponsive. 1 -4 Bid Withdrawal Due to Error Bids may not be withdrawn due to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to the City within forty-eight (48) hours prior to the opening of bids. 1 -5 Modification of Bid A modification of a bid already received will be considered only if the modification is received prior to the time announced for bid opening. All modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 8 2015 1 -6 Examination of Bid and Contract Documents Bidder Responsibilities The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and contract documents and has reviewed and inspected all applicable federal, state and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and /or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. 1 -7 Interpretation of Bid and Contract Documents No oral interpretations will be made to any bidder as to the meaning of the bid or contract documents and no oral communications will be binding upon the City. Requests for an interpretation shall be made by facsimile, or by mail, and delivered to the Purchasing Coordinator of the City at the address indicated in Section 1 -1, at least ten (10) days before the date announced for opening the bids. Any interpretation deemed necessary by the City will be in the form of an addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such addenda shall become part of the bid. 1 -8 Addenda Each bid shall include acknowledgment of receipt and review of all addenda issued during the bidding period on the Bid Form. 1 -9 Bid Price The bid price shall include everything necessary for the completion of the contract including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the contract documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. In the event of a discrepancy between a unit price and an extended amount and /or the total price, the unit price will govern and the extended amount and /or total price will be corrected accordingly; however, downward correction of a bid, which would displace the apparent low bidder, will only be permitted if the error made and the intended bid price can be determined solely from the bid documents. 1 -10 Postponement of Bid Opening City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 9 2015 The City reserves the right to postpone the date and time for the opening of bids by announcing such postponement at any time prior to the date and time announced in these documents. 1 -11 Rejection of Bids A. The City reserves the right to reject any bid for any reason including, but not limited to, the following: any bid which is incomplete, obscure, irregular or lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Bid Form and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the sole judgment of the City) lack the qualifications and /or responsibility necessary to perform the work after considering the elements in Section 1 -14.B; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by the City and as may be otherwise required herein; and, any bid submitted by a bidder who is not registered or licensed as may be required by the laws of the State of Washington. B. The city further reserves the right to reject any portion of any bid and /or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. 1 -12 Alterations to Documents Prohibited Any addition, limitation or provision attached to the bid may render it informal or nonresponsive and cause its rejection. Alteration by erasure or interlineations must be explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or telephonic bids or modifications will be considered. 1 -13 Disqualification of Bidder If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. All bidders are required to submit the Affidavit of Non - Collusion (Attachment G) with their bids. 1 -14 Evaluation of Bids It is the intent of City to award a contract to the lowest responsive bid by a responsible bidder as evaluated by the City. The bidder may be required by the City to submit documentation demonstrating compliance with the criteria. A. Responsiveness — The bidder must complete all required forms and bid documents and provide all required and requested information. Refusal to provide such information may cause the bid to be rejected. The City will consider all the material submitted by the bidder to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. B. Responsibility — The City will consider all the material submitted by the bidder, and other evidence it may obtain including information from previous project owners, to determine whether the bidder is responsible. The bidder must meet the following bidder City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 10 2015 responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: 1. Mandatory Bidder Responsibility Criteria a. Have a current certificate of registration as a contractor in compliance with Chapter 18.27 RCW, which must have been in effect at the time of bid submittal; b. Have a current Washington Unified Business Identifier (UBI) number; c. If applicable: i. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; ii. Have a Washington Employment Security Department number, as required in Title 50 RCW; iii. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 2. Supplemental Bidder Responsibility Criteria a. The bidder shall not have a record of excessive claims filed against the retainage, payment, or performance bonds for public works projects during the previous three years, that demonstrate a lack of effective management by the bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances acceptable to the City. b. The bidder shall have a reasonable history of successfully completed projects of a similar size and scope as required by the contract documents for this project. The City will evaluate whether the projects were "successfully completed" and of a "similar size and scope." c. The bidder shall have evidence that it is able to begin and complete the work, and complete it in a timely fashion. d. Not be disqualified for bidding on any public works contract under RCW 36.06.010 or 36.12.065(13). 3. As evidence that the bidder meets the supplemental bidder responsibility criteria in paragraph (B) (2) above, the apparent low bidder must submit the following documentation to the City within 48 hours of the bid opening. The City reserves the right to request such documentation from other bidders also. Refusal to provide such information upon request may cause the bid to be rejected. a. The bidder shall submit a list of the public works projects completed within the previous three years and include for each project the following information; the owner and contact information for the owner; a list of claims filed against the retainage, payment, or performance bond for any of the projects listed; a written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. b. The bidder shall submit a list of projects of similar size and scope to this project and include information about each project, including the following: the owner and contact information for the owner; the awarded contract amount; the final contract amount; a description of the scope of the project City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 11 2015 and how the project is similar to this project; the bidder's assessment of its performance of each project. The information should include any information regarding performance in the following areas; quality control; safety record; timeliness of performance; use of skilled personnel; management of subcontractors; availability of and use of appropriate equipment; compliance with contract documents; management of submittals process, change orders, and close -out. c. The bidder shall furnish acceptable evidence of the bidder's current ability to perform, such as firm commitments by subcontractors, equipment, supplies and facilities, and the bidder's ability to obtain the necessary personnel. 4. If the City determines the bidder does not meet the bidder responsibility criteria in paragraph (B) (2) above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the City's determination by presenting additional information to the City and meeting the requirements of section 1- 20(B). The City will consider the additional information before issuing its final determination. If the final determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form. The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of Award, the bidder whose bid is accepted, shall furnish the required performance bond, certificate of insurance, execute the contract and perform all other acts required by the bid and contract documents as conditions precedent to formation of the contract. 1 -15 Procedures When Only One Bid is Received In the event only a single responsive bid is received, the City reserves the right to conduct a price and /or cost analysis of such bid. The sole bidder shall provide such information, data and other documentation as deemed necessary by the City for such analysis. The City reserves the right to reject such bid. 1 -16 Bid Documents Bidders are required to submit with the bid package the following: A. Attachment A— No Bid Response Form, if applicable. B. Attachment B— Bid Form. C. Attachment C— Bid Schedule. D. Attachment D— Bid Signature Page. E. Attachment E— Bid Bond Form. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 12 2015 F. Attachment F- Subcontractor List. (May Not Apply) G. Attachment G— Combined Affidavit and Certification Form. H. Attachment H— Contractor's Compliance Statement. 1 -17 Conflicts of Interest and Noncompetitive Practices By submitting a bid, the Contractor agrees as follows: A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and /or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require. B. Contingent Fees and Gratuities 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and 2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. 1 -18 Bid Security No bid will be considered unless accompanied by either a cashier's or certified check in an amount equal to five percent (5 %) of the Total Bid Price as indicated on Attachment B, "Bid Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful performance of said work (including the providing of any evidence of insurance and /or performance bond required herein), in the event the contract is awarded to them, within ten (10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be executed by a corporate surety authorized to transact business in the State of Washington and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit drawn on a banking institution licensed to do business in the State of Washington. The letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid Bond." Any questions as to the qualification of the banking institution or instruction shall be City of Federal Way Pete Von Reichbauer Way South @ S 316th St 2015 Sidewalk Improvement Project Page 13 RFB ver. 4 -15 submitted to the City at least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be attached to the bid form. The City further reserves the right to hold all bids (and the accompanying bid security) from the date of the bid opening until the contract and any performance /payment bond are executed, provided that such period does not exceed ninety (90) days, and each bid shall remain effective during that period. 1 -19 Performance /Payment Bond The bidder to whom the City has awarded this Contract will remove the Performance /Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it to the City fully executed by the bidder and a surety company in the amount of one hundred percent (100 °l0) of the contract price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company, which is registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington, published by the Office of the Insurance Commissioner. The scope of the Performance /Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification" of the Public Works Contract. The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. 1 -20 Bid Dispute A. Any actual or prospective bidder, including sub - contractors and suppliers showing a substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall be submitted within five (5) calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the RFB number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 14 2015 City of Federal Way Federal Way, Washington 98003 -6325 Attention: Bid Protest -- Pete Von Reichbauer Way South S 316th St Sidewalk Improvement Project C. Upon receipt of a written protest, the City will promptly consider the protest. The City may give notice of the protest and its basis to other persons, including bidders involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the aggrieved person and the City, the City will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of his or her right to appeal the decision to the Mayor or his or her designee. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties who requested a copy of the decision. The decision will be considered final and conclusive unless appealed within five (5) calendar days after receipt of the decision to the Mayor or his or her designee. If the decision is appealed, then the subsequent determination of the Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final and conclusive. D. Failure to comply with these protest procedures will render a protest untimely or inadequate and shall result in rejection thereof by the City. SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 2 -1 Administration This contract will be between the City and the Contractor who will be responsible for delivering all equipment and performing all work and services described herein. The City is not party to defining the division of work between the Contractor and the Contractor's subcontractors, if any, and the specifications have not been written with this intent. The Contractor represents that it has or will obtain all personnel and equipment required to perform the services hereunder. Such personnel shall not be employees of the City. The Contractor's performance under this contract will be monitored and reviewed by EJ Walsh, P.E. Development Services Manager. Questions by the Contractor regarding interpretation of the terms, provisions and requirements of this contract shall be addressed to EJ Walsh, P.E. Development Services Manager, for response. 2 -2 Proof of Compliance with Contract In order that the City may determine whether the Contractor has complied with the requirements of the contract documents, the Contractor shall, at any time when requested, submit to the City properly authenticated documents or other satisfactory proofs as to the Contractor's compliance with such requirements. 2 -3 Contract Documents and Precedence City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 15 2015 The documents embodying the legally binding obligations between the City and the Contractor for completion of the work consist of the following: The City's Request for Bid, Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project Contract, General Contractual Terms and Conditions, Contractor's Compliance Statement, Combined Affidavit and Certification Form, Technical Specifications, Addenda and Change Orders, and the Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project Special Provisions. The contract documents are intended to be complementary so that what is required by any one of them shall be as binding as if called for by all of them. In the event of any conflicting provisions or requirements within the several parts of the contract documents, the City will issue an interpretation regarding the controlling provision, which interpretation shall be binding. 2 -4 Charges to Contractor Charges which are the obligation of the Contractor under the terms of the contract shall be paid by the Contractor to the City on demand and may be deducted by the City from any money due or to become due to the Contractor under the contract and may be recovered by the City from the Contractor or its surety. 2 -5 Change Orders The City may, at any time, without notice to the sureties, by written order designated or indicated to be a change order, make any change in the specifications within the scope of this contract. Oral orders will not be binding on the City unless confirmed in writing by the City. Except as provided herein, no order, statement, or conduct of the City will be treated as a change hereunder or will entitle the Contractor to an equitable adjustment. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the work under this contract, an equitable adjustment will be made and the contract modified in writing accordingly. However, no claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order form from the City or after giving the City the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this contract. 2 -6 Work and Materials Omitted The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the contract and the value of the omitted work and materials will be deducted from the contract price and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 16 2015 mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 2 -7 Washington State Sales Tax The Contractor shall make payment directly to the State for all applicable Washington State sales taxes and all other governmental taxes, assessments and charges. 2 -8 Shipping Charges All prices shall include freight. Requests for additional compensation for freight charges will be rejected by the City. 2 -9 Warranty All materials and equipment sold and labor performed under this contract are warranted by the Contractor to be free from defects in materials or workmanship for a period of at least one (1) year from date of delivery and installation; provided, however, that this warranty may extend beyond this time period pursuant to any attached warranties. If the merchandise sold or work performed hereunder is defective on account of workmanship or materials, the Contractor agrees to replace the merchandise or, at the City's sole option, repair the defective merchandise. All defects in work or materials shall be promptly corrected. 2 -10 No Waiver of Warranties and Contract Rights Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute a waiver, modification or exclusion of any express or implied warranty or any right under this contract or in law. 2 -11 Legal Relations The Contractor shall comply with all of the City's resolutions and regulations applicable under this contract and with any local, state or federal law or regulation applicable to the materials, equipment or service provided under this contract. Neither the Contractor nor the City shall assign any interest, obligation or benefit under or in this contract or transfer any interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. 2 -12 Applicable Law and Forum Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform Commercial Code, Title 62A RCW. Any suit arising here from shall be brought in King County Superior Court, which shall have sole and exclusive jurisdiction and venue. 2 -13 Hazardous Chemical Communication City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 17 2015 In order to comply with WAC 296 -62 -054, Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following information in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 2 -14 Delivery and Liquidated Damages Time is of the essence of the contract and each and all of its provisions in which performance is a factor. The Contractor will be held to strict compliance with the prescribed date(s) set forth in these contract documents. For each and every day that delivery is delayed beyond the specific date(s), damage will be sustained by the City. Because of the difficulty in computing the actual damages and disadvantages to the City, and as a reasonable forecast of actual damages which the City will suffer by the delay in delivery, the parties agree that for each such delay the Contractor will pay the City liquidated damages (and not as a penalty) in accordance with Section 1.3 of Attachment I, Public Works Contract, to compensate for any damages caused by such delay. The City may deduct from any payment owing to the Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to this paragraph. 2 -15 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. 2 -16 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not complete (referred to in this subsection as "Subject Data "), shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 18 2015 All such Subject Data furnished by the Contractor pursuant to this contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. The Contractor shall ensure that substantially the foregoing paragraphs are included in each subcontract for the work on the project. 2 -17 Patents and Royalties The costs involved in license fees, royalties or in defending claims for any patented invention, article, process or method that may be used in or connected with the work under this contract or with the use of complete work by the City, shall be paid by the Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and hold the City, together with its officers and employees, harmless against any and all demands made for such fees, royalties or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this contract, the Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the City, its officers, agents and employees from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. 2 -18 Disagreements, Disputes, Claims, and Appeals If any disagreements occur with anything required in a change order, another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the Project Engineer, the Contractor shall follow the procedures outlined in Standard Specification Sections 1 -04.5 and 1- 09.11, which are incorporated by this reference. By failing to follow the procedures of Sections 1 -04.5 and 1- 09.11, the Contractor completely waives any claims for protested Work. Any claims or causes of action shall be brought only in the Superior Court for King County, Washington. 2 -19 Recycled Products The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. In the event this RFB covers the sale of product to the City that is capable of containing recycled materials, Contractor is hereby advised that the City intends to procure products City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 19 2015 with recycled content, pursuant to the recycled content notice delivered with these bid documents. Contractor shall certify the percentage of recycled content and products sold to the City, including a percentage of post- consumer waste that is in the product. This certification is required to be in the form of a label on the product or a statement by the Contractor attached to the bid documents. The certification on multi- component or multi - material products shall verify the percentage and type of post- consumer waste and recycled content by volume contained in the major constituents of the product. The Contractor agrees to grant the City, as a procuring agency, permission to verify the certification of recycled content by review of the bidder's or manufacturer's records as a condition of any bid award, in the event of a bidder's protest, or other challenge to the bid accepted. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 20 2015 AttachmentA NO BID RESPONSE FORM When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 8th Avenue South, Federal Way, Washington 98003 -6325. Be sure the form is in a sealed envelope with the bid number and bid title indicated on the outside of the envelope. The form must be received by the date and time specified for the bid opening as indicated in Section 1 -1. Failure to return this form if not submitting a formal bid may result in your firm being removed from the City's master bidder's mailing list. Bid Title: ❑ Cannot comply with specifications. ❑ Cannot meet delivery requirement. ❑ Do not regularly manufacture or sell the type of commodity involved. ❑ Other (please specify). Explanation of reason(s) checked: Check one of the following: ❑ WE DO ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this commodity. Firm Name: Address: Phone: Signature Date Name (Type or Print) Title City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 21 2015 Attachment B BID FORM CITY OF FEDERAL WAY PETE VON REICHBAUER WAY SOUTH @ S 316TH ST SIDEWALK IMPROVEMENT PROJECT BID FORM Bidder: Date: ITEM BID AMOUNT TOTAL BID AMOUNT (including Washington State sales tax, all other government taxes, assessments and charges) $ To City Council Members City of Federal Way 33325 8th Ave South Federal Way, Washington 98003 -6325 Pursuant to and in compliance with your advertisement for bids for construction of Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents as the premises and conditions affecting the delivery, supply and maintenance of Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above - referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not Tess than five percent (5 %) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty-five (45) calendar days after the day of the bid opening and the undersigned fails to execute the Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project Public Works Contract and to provide the required certificate of insurance to the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. Bond or Certified Check Dollars ($ ) The Bidder shall complete this entire Bid Form or this bid may be considered non - responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Receipt of the following Addendums is hereby acknowledged: City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project Page 22 RFB ver. 4 -15 2015 Addendum No. Date Issued: Addendum No. Date Issued: Addendum No. _ Date Issued: Corporation /Partnership /Individual Firm Name (Delete Two) Bidder's State License No. Bidder's State Tax No. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Signature Title Page 23 2015 Attachment C Pete Von Reichbauer Way S @ S 316th St Sidewalk Improvement Project BID SCHEDULE NOTE: Unit prices for all items, all extensions, and the total amount of the bid must be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in th Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. ITEM NO. STS., GSP, or SP Spec. Section ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE Amount 1 STD. 1 -05.4 Survey Layout 1 LS 2 SP 1 -05.19 As -Built Survey and Record Drawings 1 LS 3 STD. 1 -09.7 Mobilization 1 LS 4 SP 8 -01 Temporary Water Pollution /Erosion Control 1 LS 5 SP 8 -01 Inlet Protection 5 EA 6 STD. 1- 10.3(1)A Flaggers and Spotters 600 HR 7 STD. 1- 10.3(1)B Other Traffic Control Labor 50 HR 8 GSP 2 -01 Clearing and Grubbing 1 LS 9 GSP 2 -01 Roadside Cleanup 1 LS 10 GSP 2 -02 Removal of Concrete Sidewalk 516 SY 11 SP 2 -02 Removal of Concrete Curb and Gutter 95 LF 12 SP 2 -02 Removal of Retaining Wall Handrail 490 LF 13 STD. 2 -03 Excavation and Disposal Incl. Haul 370 CY 14 SP 4 -04 Crushed Surfacing Top Course 211 TON 15 SP 6 -02 Cellular Concrete 234 CY 16 STD. 7 -05 Adjust Manhole 1 EA 17 STD. 8 -02 Topsoil Type A 58 CY 18 STD. 8 -02 Seeding, Fertilizing and Mulching 335 SY 19 STD. 8 -02 PSIPE Pyrus Calleryana var. "Capital" 14 EA 20 STD. 8 -02 PSIPE Prunus laurocerasus 'Otto Luyken', 5 gal 27 EA 21 SP 8 -02 Ornamental Tree Grate 14 EA 22 SP 8 -03 Irrigation System, Complete 1 LS 23 SP 8 -04 Concrete Traffic Curb and Gutter 86 LF 24 SP 8 -12 Coated Chain Link Fence 500 LF 25 STD. 8 -14 Concrete Sidewalk 601 SY 26 STD. 8 -14 Concrete Sidewalk with Thickened Edge 536 SY 27 STD. 8 -14 Concrete Curb Ramp Type Perpendicular A 3 EA 28 SP 8 -14 Concrete Curb Ramp Type Parallel A (Partial) 3 EA 29 SP 8 -20 Adjust Junction Box 2 EA 30 SP 8 -20 Illumination System, Complete 1 LS 31 SP 8 -20 Festival Electric System, Complete 1 LS City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 24 2015 32 SP 8 -20 Fiber Optic Conduit System, Complete 1 LS 33 SP 8 -21 Signage Installation and Relocation, Complete 1 LS 34 SP 8 -24 Modular Block Retaining Wall 1,110 SF City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 25 TOTAL = $ 2015 Attachment D BID SIGNATURE PAGE Date: The undersigned bidder hereby proposes and agrees to deliver the equipment and /or services pursuant to the Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project and comply with all other terms and conditions of the contract and bid documents. No bidder may withdraw his /her bid for a period of ninety (90) days after the day of bid opening. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5 %) of the total amount will be delivered to the City. The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. Corporation /Partnership /Individual Company (Delete Two) City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 26 By: (Signature) (Printed Name) Its: (Title) (Address) (Telephone Number) 2015 Attachment E BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ , which amount is not less than five percent (5 %) of the total bid. BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, , as Principal, and , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of and /100 dollars ($ ), for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: PETE VON REICHBAUER WAY SOUTH @ S 316TH ST SIDEWALK IMPROVEMENT PROJECT According to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 200_. Principal Surety Date: , 200_. Received return of deposit in the sum of $ City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 27 2015 Attachment F SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 PROJECT NAME: Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or identify the bidder for the work will result in your bid being non - responsive and therefore void. Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, must be named below, or name the bidder for the work. The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires other subcontractors, has a current certificate of registration in compliance with chapter 18.27 RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; has a Washington Employment Security Department number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor license, if required by Chapter 70.87 RCW. The following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to subcontractors as indicated. SUBCONTRACTOR NAME ITEM NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED? (Y /N) City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 28 2015 Attachment G City of Federal Way COMBINED AFFIDAVIT AND CERTIFICATION FORM Non - Collusion, Anti - Trust, Prevailing Wage (Non - Federal Aid), Debarment, Eligibility, and Certification of Lawful Employment NON - COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he /she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself /herself or to any other person any advantage over other Bidder or Bidders; and CERTIFICATION RE: ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti- trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti -trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception; and PREVAILING WAGE AFFIDAVIT I, the undersigned, having duly sworn, deposed say and certify that in connection with the performance of the work of this project, will pay each classification of laborer, work person, or mechanic employed in the performance of such work, not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and forgoing statement and certificate, know the contents thereof and the substance as set forth therein, is true to my knowledge and belief; and DEBARMENT AFFIDAVIT I certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 29 2015 AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five -year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way. FOR: Non - Collusion Affidavit, Assignment of Anti -Trust Claims to Purchaser, Prevailing Wage Affidavit, Debarment Affidavit, Affidavit of Eligibility, and Certification of Lawful Employment. Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me this day of , 200_. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 (Printed /typed name of notary) Notary Public in and for the State of Washington My commission expires: Page 30 2015 Attachment H CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) Date: This statement relates to a proposal contract with the City of Federal Way named PETE VON REICHBAUER WAY SOUTH © S 316TH ST SIDEWALK IMPROVEMENT PROJECT I am the undersigned bidder or prospective contractor. I represent that: I ❑ have, ❑ have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 By: Its: Page 31 Name of Bidder Signature Title Address 2015 Attachment I PUBLIC WORKS CONTRACT FOR PETE VON REICHBAUER WAY SOUTH @ S 316TH ST SIDEWALK IMPROVEMENT PROJECT THIS PUBLIC WORKS CONTRACT ("Contract ") is dated effective this day of , 201_ and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner "), and , a ("Contractor'). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project, located at S 316th Street along the north edge of Town Square Park and the along Pete Von Reichbauer Way South along the west edge of Town Square Park between S 316th Place and S 316th Street., Federal Way, Washington ("Property'); and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties') agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR, 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project, including without limitation: The construction includes removal of existing sidewalk, and landscaping, grading, retaining walls, sidewalks, property restoration, illumination, festival lighting, and street trees, ("Work'), in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond to City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H, 2010 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction ("Standard Specifications "), contract Special Provisions, current Prevailing Wage and Benefit Code Key attached as Appendix A, Standard Plans and Details attached as Appendix B and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents "), which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed on or before , 200_. In the event the Work is not substantially completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 32 2015 formula included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City has accepted the Work and delivered a written Notice of Completion of Public Works Contract in the form attached hereto as Exhibit "A." 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. LIQUIDATED DAMAGES FORMULA LD = 0.15C T Where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Original Contract amount. T = Original time for completion. When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete this entire Contract. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit "B," which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increases or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 33 2015 If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Federal Way. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the completion of the Work and the expiration of all warranties contained in the Contract Documents ('Term "). 3. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and speciflcations in connection with the completion of the Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work as more fully set forth in the General Conditions of the Contract. This warranty shall survive termination of this Contract. Conducting of tests and inspections, review of speciflcations or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification or exclusion of any express or implied warranty or any right under this Contract or law. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 34 2015 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor in accordance with Attachment "B ", Bid Form (which includes the Bid Schedule), which amount shall constitute full and complete payment by the City ("Total Compensation "). 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. The basis of payment will be the actual quantities of work performed according to the contract and as specified for payment. Payments will be made for work and labor performed and materials furnished under the contract according to the price in the proposal unless otherwise provided. Partial payments will be made once each month, based on partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any obligation under this Contract may be adequate reason for the City to withhold payments until the obligation is performed. Upon completion of all work and after final inspection, the amount due the Contractor under the contract will be paid based upon the final estimate made by the Engineer and signed by the Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the City from the retained percentage fund ( "Fund ") nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to become due with respect to the Contract have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non - payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. 5. EQUAL OPPORTUNITY EMPLOYER City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 35 2015 In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with, and shall not violate any of the terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non - discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit H. 6. INDEPENDENT CONTRACTOR /CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon termination, all supplies, materials, labor and /or equipment furnished prior to such date shall, at the City's option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been completed to the City's satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. 7.2 Termination for Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 36 2015 (2) If the Contractor should make a general assignment for the benefit of its creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. (4) Remedies Not Exclusive. No remedy or election under this Contract shall be deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. 8. INDEMNIFICATION City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 37 2015 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licenses, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 9. INSURANCE 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $5,000,000 for bodily injury, including personal injury or death, products liability and property damage. (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 38 2015 (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made" or "claims paid" form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self- insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self- insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non - acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. 10. PERFORMANCE /PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296 -155 WAC), General Safety and Health Standards (Chapter 296 -24 WAC), and General Occupational Health Standards (Chapter 296 -62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals City of Federal Way Pete Von Reichbauer Way South @ S 316th St 2015 Sidewalk Improvement Project Page 39 RFB ver. 4 -15 and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. 12. PREVAILING WAGES 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates match those identified by the U.S. Department of Labor's "Decision Number" shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296 -127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the state rates are specifically preempted by Federal law. The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296- 127 -010 WAC, complies with all the requirements of Chapter 39.12 RCW. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for itself and for each firm covered under Chapter 39.12 RCW that provided work and materials of the contract: (1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form number F700- 029 -000. The City will make no payment under this contract for the work performed until this statement has been approved by State L&I and a certified copy of the approved form has been submitted to the City. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 40 2015 (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number F700- 007 -000. The City will not release to the contractor any funds retained under Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and a certified copy of all the approved forms have been submitted to the City. The Contractor shall be responsible for requesting these forms from the State L&I and for paying any approval fees required by State L&I. Certified payrolls are required to be submitted by the Contractor to the City, for the Contractor and all subcontractors or lower tier subcontractors. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and /or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 41 2015 At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and /or the City may deduct its costs from any remaining payments due to the Contractor. 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by Chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 19. GENERAL PROVISIONS 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 42 2015 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 19.5 Successors in Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91 -54, as amended, occurs as a result of the formation and /or performance of this Contract, this Contract may be rendered null and void, at the City's option. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 43 2015 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. DATED the day and year set forth above. CITY OF FEDERAL WAY By: ATTEST: City Clerk, Stephanie Courtney, CMC APPROVED AS TO FORM: City Attorney, Amy Jo Pearsall City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Jim Ferrell, Mayor 33325 8th Avenue South Federal Way, WA 98003 -6325 [CONTRACTOR'S NAME] By: Page 44 (Signature) (Name) (Address) (Phone) 2015 STATE OF WASHINGTON ) ) ss. COUNTY OF ) On this day personally appeared before me, , to me known to be the individual described in and who executed the foregoing instrument, and on oath swore that he /she /they executed the foregoing instrument as his /her /their free and voluntary act and deed for the uses and purposes therein mentioned. GIVEN my hand and official seal this day of , 20_. (Typed /printed name of notary) Notary Public in and for the State of Washington. My commission expires STATE OF WASHINGTON ) ) ss. COUNTY OF ) On this day personally appeared before me , to me known to be the of that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he /she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this day of , 20_. City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 (Typed /printed name of notary) Notary Public in and for the State of Washington. My commission expires Page 45 2015 EXHIBIT A SEE DEPARTMENT CONTRACT BOOK FOR HARD COPY OF THIS EXHIBIT - NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT. City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 46 2015 EXHIBIT B CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT PROJECT CHANGE ORDER EFFECTIVE DATE NUMBER NUMBER PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S DEPT. DIRECTOR /MANAGER DATE SIGNATURE SIGNATURE City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 47 2015 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER *ADJUSTMENTS NEW CONTRACT AMOUNT ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 48 *Adjustments: $ $ $ $ $ ❑ INCREASED $ ❑ DECREASED $ $ DEPARTMENT DIRECTOR'S SIGNATURE 2015 City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 -6325 253 - 835 -7000 EXHIBIT C CONTRACTOR'S RETAINAGE AGREEMENT Bid /Contract Number IDENTIFICATION AND DESCRIPTION Project Title Contractor Representative Bid No. Date Administering Department City Representative Funding Source Project Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. All investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions ❑ to invest ❑ not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contact Person: Contractor: Date: By: Title: Address: Phone: Fed ID #: Est. Completion Date: CITY APPROVAL Approval of Investment Program and Retainage Agreement Finance Director Date CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 49 Contract Administrator Director of Administering Department 2015 Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 50 2015 EXHIBIT D RETAINAGE BOND TO CITY OF FEDERAL WAY Pete Von Reichbauer Way South @ S 316" ST SIDEWALK IMPROVEMENT PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, as principal ("Principal "), and a Corporation organized and existing under the laws of the State of , as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ( "Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of: ($ ) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the Project, which contract is incorporated herein by this reference ("Contract "), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $ ; and F. the City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25 %) of the original amount of this bond without consent of the Surety. City of Federal Way Pete Von Reichbauer Way South @ S 316th St 2015 Sidewalk Improvement Project Page 51 RFB ver. 4 -15 Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation (°USA &M "). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this day of 20 name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CORPORATE SEAL: CORPORATE SEAL: City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 52 PRINCIPAL By: Title: Address: SURETY By: Attorney -in -Fact (Attach Power of Attorney) Title: Address: 2015 CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that , who signed the said bond on behalf of the Principal, was of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that , who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. APPROVED AS TO FORM: Amy Jo Pearsall, City Attorney City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 53 Secretary of Assistant Secretary 2015 EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: ALL EMPLOYEES AND TO: (Name of Union or Organization) The undersigned currently holds contract(s) with involving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 54 (Contractor or subcontractor) Date 2015 EXHIBIT F CERTIFICATE OF INSURANCE City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 55 2015 EXHIBIT G CITY OF FEDERAL WAY PERFORMANCE /PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: We, the undersigned , ("Principal ") and , the undersigned corporation organized and existing under the laws of the State of and legally doing business in the State of Washington as a surety ( "Surety"), are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ("City ") in the penal sum of Dollars and no /100 ($ ) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. This obligation is entered into an Agreement with the City dated , 20 for NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent (25 %) of the original amount of this bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 56 2015 In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. DATED this day of , 20_. CORPORATE SEAL OF PRINCIPAL: PRINCIPAL By: Its: (Name of Person Executing Bond) (Title) (Address) (Phone) CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that , who signed the said bond on behalf of the Principal, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. CORPORATE SEAL OF SURETY: APPROVED AS TO FORM: Amy Jo Pearsall, City Attorney City of Federal Way Pete Von Reichbauer Way South @ S 316t St Sidewalk Improvement Project RFB ver. 4 -15 Page 57 Secretary of Assistant Secretary By: SURETY Attorney -in -Fact (Attach Power of Attorney) (Name of Person Executing Bond) (Address) (Phone) 2015 EXHIBIT H TITLE VI ASSURANCES During the performance of this contract, the contractor /consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor ") agrees as follows: 1. Compliance with Regulations The contractor shall comply with the Regulations relative to non - discrimination in federally assisted programs of United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non - discrimination The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub - contractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Sub - contracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential sub - contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance In the event of the contractor's non - compliance with the non - discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may determine to be appropriate, including, but not limited to: Withholding of payments to the contractor under the contract until the contractor complies, and /or; Cancellation, termination, or suspension of the contract, in whole or in part City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 58 2015 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub - contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non - compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub - contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 59 2015 APPENDIX A PREVAILING WAGE AND BENEFIT CODE KEY City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 60 2015 APPENDIX B STANDARD PLANS AND DETAILS City of Federal Way Pete Von Reichbauer Way South @ S 316th St Sidewalk Improvement Project RFB ver. 4 -15 Page 61 2015 CITY OF FEDERAL WAY 20TH AVE S @ S 316th ST SIDEWALK IMPROVEMENT PROJECT ADOPTION OF STANDARD PLANS AND STANDARD SPECIFICATIONS GENERAL The 2010 Standard Specifications for Road, Bridge and Municipal Construction, prepared by the Washington State department of Transportation and the Washington State Chapter of the American Public Works Association and all amendments and revisions thereto, shall be hereinafter referred to as the "Standard Specifications" and "Standard Plans" respectively, and said Standard Specifications and Standard Plans together with the laws of the State of Washington and the ordinances of the City of Federal Way, so far as applicable, are hereby included in this document as though quoted in their entirety and shall apply as supplemented by the Contract Documents. A copy of the these Standard Specifications and Standard Plans are on file in the Public Works Department, City of Federal Way, Washington, where they may be examined and copied by any interested party. The following Special Provisions supplement the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the amendments to the Standard Specifications are made a part of this Contract. Where the following Special Provisions conflict with the Standard Specifications or Standard Plans, the Special Provisions shall govern. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 1 City of Federal Way RFB 2015 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 1, 2015APWA GSP) ( * * * * *) WSDOT General Special Provision WSDOT Northwest Region General Special Provision APWA General Special Provision Identifies changes (by section) to WSDOT and APWA General Special Provisions Also incorporated into the Contract Documents by reference are: • Manua/ on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition Nation/ Electrical Code, current edition. • King County Road Standards — 2007. • City of Federal Way Public Works Development Standards Contractor shall obtain copies of these publications, at Contractor's own expense. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 2 City of Federal Way RFB 2015 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK This Contract provides for the improvements to Pete Von Reichbauer Way South at South 316th Street Sidewalk Improvement Project. Improvements include the construction of a new sidewalk on S 316th Street along the north edge of Town Square Park and the along Pete Von Reichbauer Way South along the west edge of Town Square Park between S 316th Place and S 316th Street. Associated work includes demolition and removal of the existing sidewalk and landscaping, grading, retaining walls, sidewalks, property restoration, illumination, festival lighting, and installation of street trees. 1 -01 DEFINITIONS AND TERMS In the Standard Specifications, whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Headquarters, or State Treasurer, such reference shall be deemed to be the Owner and /or its Public Works Director. Where the term "Engineer" appears in the Standard Specifications, it shall be interpreted to mean the Public Works Director of Federal Way, or its authorized representatives. Wherever the words "indemnify, defend, and hold harmless," or variation thereof appear in the General Requirements, they shall apply to the Engineer as well as the Owner. 1 -01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. SPECIAL PROVISIONS 20th Ave 5 @ S 316th St Sidewalk Improvement Project SP - 3 City of Federal Way RFB 2015 Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Add itive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. SPECIAL PROVISIONS 20th Ave S @ 5 316th St Sidewalk Improvement Project SP - 4 City of Federal Way RFB 2015 Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 5 City of Federal Way RFB 2015 To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large Plans (e.g.,22 "x34 ") 2 Furnished only upon award. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1 -02.4 Examination of Plans, Specifications, and Site of Work Supplement Section 1 -02.4 with the following: Minor variations and miscellaneous items may not be shown on the Plans. In accordance with the Standard Specifications, it shall be the Contractor's responsibility to examine the site, familiarize himself with all attendant conditions and determine the difficulties and work involved, and he shall accept the site in its existing condition at the time of the award of contract. 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M /WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such are to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: SPECIAL PROVISIONS RFB 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 6 2015 City of Federal Way 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. Supplement Section 1 -02.6 with the following: The City of Federal Way invites bids on the forms enclosed to be submitted at such time and place as is stated in the Call for Bids. ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN, AND ALL PRICES MUST BE STATED IN LEGIBLE FIGURES. Bids or proposals shall be addressed as follows: Purchasing Office City of Federal Way 33325 8th Avenue S Federal Way, WA 98003 -6325 The envelope shall be plainly marked "20th Ave S @ S 316th St Sidewalk Improvement Project ". Proposal envelopes sent by mail shall be further sealed in another envelope, addressed as above. 1- 02.6(1) Interpretation of Bid Documents Add the following new section: If any person contemplating submitting a bid for the proposed Contract is in doubt as to the true meaning of any part of the plans, specifications or other documents, he may submit to the Engineer a written request for an interpretation thereof. Any interpretation of the proposed Contract documents will be made by an addendum duly issued and a copy of such addendum will be mailed or faxed to each person receiving a set of the plans and specifications and each SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 7 City of Federal Way RFB 2015 bidder shall acknowledge receipt of such addendum received in order to have the bid considered. The Owner will not be responsible for any other explanations or interpretations of the proposed Contract documents during the advertisement period. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Any such verbal Contract shall be considered as unofficial information and in no way binding upon the Owner. 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272 -056A EF, as required by Section 1 -02.6. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 8 City of Federal Way RFB 2015 The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1 -02.11 Combination and Multiple Proposals Supplement Section 1 -02.11 with the following: No person, firm or corporation shall be allowed to make, or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for. A person, firm, or corporation that has submitted a sub proposal to bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a sub proposal or quoting prices to other bidders or making a prime proposal. 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date of Opening Bids Sealed bids are to be received at the following location prior to the time Specified: 1. In the City of Federal Way Purchasing Office, 33325 8th Avenue South, Federal Way, WA 98003, until 10:00 A.M. of the bid opening date. Bids delivered in person will be received only in the Bid Room on the bid opening date. The bid opening date for this project is )0000, 2015. Bids received will be publicly opened and read after 10:10 a.m. on this date. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1- SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 9 City of Federal Way RFB 2015 02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http: / /dor.wa.gov/ content / fileandpaytaxes /latefiling /dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility_ A Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier SPECIAL PROVISIONS 20th Ave .S @ S 316"' St Sidewalk Improvement Project SP - 10 City of Federal Way RFB 2015 subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and /or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime SPECIAL PROVISIONS 20th Ave 5 @ S 316th St Sidewalk Improvement Project SP - 11 City of Federal Way RFB 2015 A Criterion: The Bidder and /or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and /or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 8. Lawsuits A Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and SPECIAL PROVISIONS 20th Ave 5 @ S 316th St Sidewalk Improvement Project SP - 12 City of Federal Way RFB 2015 to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third - parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1 -02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 13 City of Federal Way RFB 2015 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. SECTION 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracted Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.3 Execution of Contract (October 1, 2005APWA GSP) Revise this section to read: Copies of the Contract Provisions including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency- prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract Documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. SPECIAL PROVISIONS 20th Ave 5 @ S 316th St Sidewalk Improvement Project SP - 14 City of Federal Way RFB 2015 1 -03.4 Contract Bond (December 8, 2014 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency- furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). SECTION 1 -04, SCOPE OF THE WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 15 City of Federal Way RFB 2015 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if anv), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.6 Variation in Estimated Quantities Supplement this Section with the following: Section 1 -04.6 of the Standard Specifications shall apply except that payment of any one item shall be at the appropriate unit contract price bid, regardless of whether the total quantity increases or decreases by more than twenty five percent (25 %). 1 -04.9 Use of Buildings or Structures 1- 04.9(A) Use of Adjacent Properties Replace Section 1 -04.9 with the following: Property lines, limits of easement and limits of construction permits are indicated on the plans and it shall be the Contractor's responsibility to confine their construction activities within right of way limits, unless they make separate arrangements for use of private property. Before using any private property adjoining the work, the Contactor shall file with the Engineer written permission of the property owner and upon vacating the premises the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and satisfactory to the Engineer. The Contractor shall confine their equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonable encumber the premises with their materials. The City has not provided a space for a work yard or materials storage and there is not sufficient right of way to provide a location for such a use. 1 -04.11 Final Cleanup Supplement Section 1 -04.11 with the following: Finish and cleanup shall be accomplished as specified in Section 1 -04.11 of the Standard Specifications and shall be considered as incidental to the construction of the project and all costs thereof shall be included by the Contractor in the unit cost price of other bid items. 1- 04.11(A) DISPOSAL Add the following new section: SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 16 City of Federal Way RFB 2015 Disposal of all excess excavated material and debris shall be the sole responsibility of the Contractor unless otherwise directed by the Engineer. It should be noted that a permit is required to fill within the city limits of Federal Way. Disposal shall be considered as incidental to the construction of the Project and all costs thereof shall be included by the Contractor in the unit prices of other bid items. SECTION 1 -05 CONTROL OF WORK 1 -05.1 Authority of the Engineer Change item 10 in the second paragraph to read: 10. Determination as to whether or not a contract time extension is warranted. 1- 05.1(A) Determination of "Or Equivalent" Add the following new section: The Engineer will be the sole judge in the question of `or equivalent" of any supplies or materials proposed by the Contractor. The Contractor shall pay to the Owner the cost of tests and evaluation by the Engineer to determine acceptability of alternates proposed by the Contractor, in accordance with the established rates of the Engineer for time and expense work, the total cost of which may be offset by the Owner against the Contract price. 1 -05.3 Plans and Working Drawings Section 1 -05.3 is supplemented with the following: The Contractor shall submit to the Engineer, WITHIN 14 CALENDAR DAYS after award of the Contract, a list of all material to be furnished. Six copies of shop drawings of poles, fixtures, and other major equipment shall be furnished to the Engineer for approval before ordering. 1 -05.4 Conformity With and Deviations from Plans and Stakes Section 1 -05.4 is supplemented with the following: Intent - It is the intent of this section to define the staking and to set forth the responsibilities of the Contractor respecting the use and maintenance of same. Scope - The Engineer shall verify stakes and reference marks for the construction of the improvements covered by this contract and performed the Contractor. No stakes will be furnished, except as requested in writing by the Contractor and paid for by him. This applies to all re- staking for whatever reason, as well as for additional staking which the Contractor may request. Notification - The Contractor shall keep the Engineer informed in advance as to when and where he intends to work, thus enabling the Engineer to verify the engineering control points and or reference marks, lines, and grades with a minimum of delay and interference. The Contractor shall notify the Engineer at least forty-eight (48) hours in advance of the date when specific staking services and or reference marks are desired and shall stipulate at that time the particular stakes or marks required, giving the specific location and /or limiting stations, kind of SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 17 City of Federal Way RFB 2015 stakes, offsets, and other pertinent information. Delays by reason of lack of stakes and or reference marks are deemed a risk to the Contractor and shall not be the basis for claims for additional compensation. Control Stakes - Stakes which constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform his employees and his subcontractors of their importance, and the necessity for their preservation. The cost of replacing such controls, should it become necessary for any reason whatsoever, shall be at the Contractor's expense. If the removal of a control stake and or reference marks is required by the construction operations of the Contractor or his subcontractors, advance notice of at least forty -eight (48) hours shall be given to the Engineer, who will reference and remove said stake or stakes at no cost to the Contractor. Checking Service - Should occasion arise where the validity of a stake and or reference marks is questionable, either as to its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon, the Contractor shall notify the Engineer, who will check the stake or stakes in question. It shall be the Contractor's responsibility to examine the stakes before commencing operations. Any stakes found and or reference marks to be in error will be reset. There will be no charge to the Contractor for this service; and it is understood and agreed that the Owner will not be charged for any standby or "down" time as a result of such checking and /or resetting procedure. Staking and or reference marks Services - The Engineer shall verify Contractor stakes and or and reference marks as applicable: 1. Wheel Chair Ramps - Locations and limits of removal shall be established for removal and replacement of curb ramp. 2. Sidewalk, Curb and Gutter - Locations and limits of removal shall be established. 3. New Sidewalk, Curb and Gutter — Locations and limits of construction shall be established. 4. Illumination, Poles and bases — Location and limits of installation areas shall be established. 5. Street Trees — Locations and limits of installation areas shall be established. Add the following two new sub - sections: 1- 05.4(1) Roadway and Utility Surveys (October 1, 2005APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade stakes; 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 18 City of Federal Way RFB 2015 On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.12 FINAL ACCEPTANCE Add the following 2 new sections: 1- 05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 19 City of Federal Way RFB 2015 emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency 1- 05.12(2) Maintenance Periods When the work involves such items as machinery or other mechanical equipment, either furnished or Installed by the Contractor or, furnished by the Owner and installed by the Contractor; buildings; or work which may otherwise be of such a nature that it is desirable by the Owner to have the Contractor maintain and /or test the work for a period of time after final inspection by the Engineer, the following shall apply. It is the intent of the Owner to have at final acceptance, a complete and operable system. Therefore, such items of work as may be listed in the Contract Documents shall be fully tested under operating conditions to ensure their acceptability prior to final acceptance. The Contractor shall, upon completion of the work and following final inspection, operate the complete system under the observation of the Engineer for a test period of no less than fourteen (14) consecutive calendar days. During and following this test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first -class operating condition. All equipment, electrical controls, meters, and other devices to be tested during this period will be tested under the supervision of the Engineer so as to determine their suitability for the purpose for which they were installed. All costs for power, gas, labor material, supplies and incidentals, shall be borne by the Contractor unless specifically set forth otherwise in the Contract Documents. When such periods are desired by the Owner, such periods shall not affect any manufacturer's guarantees or warranties furnished to the Owner under the terms of the Contract. The Contractor's attention is called to Section 1 -05.18 of these Special Provisions. Operational testing shall be performed on the following systems for the time period specified below, in accordance with this section: Section 8 -20 Illumination Systems 7 calendar days SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 20 City of Federal Way RFB 2015 1 -05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1 -05.14 Cooperation with Other Contractors Section 1 -05.14 is supplemented with the following: The Contractor shall pay special attention to the fact that other projects may be under construction at some time during the operation of this Project. Said projects may contain work, which is supplemental to this Project. The Contractor must ascertain to his own satisfaction the impact that said project(s) could have on his operations and be prepared to coordinate his work with the same if required. The Owner shall not be responsible for any damages suffered or extra costs incurred by the Contractor resulting directly or indirectly from the performance or attempted performance of any other contract or contracts existing or known to be pending at the time of Bid. The Contractor shall coordinate his work with other Contractors and utility companies, which may have facilities in the project area and cooperate with them. He shall also coordinate his activities with the Owner. No water mains, individual water services, street, or private drives may be closed off without a minimum of forty-eight (48) hours notice to the Owner and the private property owner. Should the property owner or the Owner have adequate reason, as determined by the Engineer, to avoid access or water service shutoff at the scheduled time, the Contractor shall reschedule his work to meet the new condition. Other utilities, districts, agencies, and /or contractors who may be working within the project area are as follows: 1. Puget Sound Energy Company 2. Qwest Communications 3. Comcast Cable Communications 4. Lakehaven Utility District 5. City of Federal Way Surface Water Management Division 6. City of Federal Way Traffic Division 7. King County Public Works Department 1- 05.14(1) Notifications Relative to Contractor's Activities Add the following new section: Notification shall be written, with a copy delivered to the Engineer within a minimum of two working days prior to the commencement of work, including any work impacting utilities, and must be in such detail as to give the time of the commencement and completion of work, names of streets to be closed, schedule of operations, routes of detours where possible. The Contractor shall also notify the below listed agencies of the name(s) of the construction superintendent in responsible charge, or other individuals having full authority to execute the orders or direction of the Engineer, in the event of an emergency. Failure to comply with this requirement will result in a stop work order. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 21 City of Federal Way RFB 2015 CITY OF FEDERAL WAY POLICE DEPARTMENT 33325 EIGHTH AVE S FEDERAL WAY, WA 98063 -9718 TELEPHONE: (253) 835 -6701 (To schedule officer T.C. support); (253) 835 -6767 (for traffic /road closure issues) COMCAST ATTN: JERRY STEELE 410 VALLEY AVE NW, SUITE 12 -BLDG C PUYALLUP, WA 98371 TELEPHONE: (253) 288 -7532 QWEST ATTN: TONNA BARUSO 2310 S 84TH, STE 18 LAKEWOOD, WA 98499 TELEPHONE: (253) 597 -4018 FEDERAL WAY SCHOOL DISTRICT TRANSPORTATION DEPARTMENT ATTN: CINDY WENDLAND 1066 S 320TH ST FEDERAL WAY, WA 98003 TELEPHONE: (253) 945 -5965 EMAIL: CWENDLAN@ FWPS.ORG KING COUNTY METRO 1270 SIXTH AVE S, BLDG 2 MS: QS SEATTLE, WA 98134 TELEPHONE: (206) 684 -2732 EMAIL: CONSTRUCTION . COO RD Cad M ETRO KC. G OV LAKEHAVEN UTILITY DISTRICT ATTN: TIM OSBORNE 31627 FIRST AVE S FEDERAL WAY, WA 98003 TELEPHONE: (253) 945 -1582 PUGET SOUND ENERGY (GAS) ATTN: ANITA YUROVCHAK 3130 S 38TH ST TACOMA, WA 98409 TELEPHONE: (253) 476 -6304 KING COUNTY TRAFFIC OPERATIONS ATTN: MARK PARRETT 155 MONROE AVE NE RENTON, WA 98056 TELEPHONE: (206) 296 -8152 SOUTH KING FIRE & RESCUE ATTN: LAURI PERRY 31617 FIRST AVE S FEDERAL WAY, WA 98003 TELEPHONE: (253) 946 -7253 EMAIL: LAU RI. PERRY©SOUTH KING FIRE.ORG CITY OF FEDERAL WAY PARKS DEPARTMENT IRRIGATION MAINTENANCE 33325 EIGHTH AVE S FEDERAL WAY, WA 98063 -9718 TELEPHONE: (253) 835 -6901 SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 22 City of Federal Way RFB 2015 1- 05.14(2) King County, Department of Transportation, Metro Transit Add the following new section: Contractor shall provide at least three weeks advance notice of impacts to: bus zones, bus shelters, bus signs & posts, and any other transit facilities equipment. Construction usage of bus zones resulting in either partial or full zone closures or relocations requires Construction Information Center, (CIC) approval and a 48 -hour advance notification. Closures may be approved for short -term periods only. Some zones may not be altered or closed due to wheelchair accessibility requirements. Relocation of most zones requires a temporary/alternative zone. Transit service supervisors must determine, approve and place delineators for temporary zones. It is the responsibility of the contractor to place "No Parking" signs (T- 39's), and to order and pay for traffic control officers when construction requires zone relocations. The order must be placed with the Traffic Engineering Services 24 to 48 hours in advance of the relocation. Temporary bus zones typically will need 75 to 150 feet of parking space. Contractors who remove Metro property may be subject to legal action. 1- 05.14(3) Coordination of Work with City Add the following new section: At least a three (3) working day written notification shall be required on all requests for engineering services other than inspection. All requests shall be coordinated with the Engineer. The Contractor will not be responsible for overtime pay to the City's Engineer for work performed at night. All costs resulting from delays in which requests were not coordinated with the Engineer shall be the sole responsibility of the Contractor. 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1 -05.17 Oral Agreements (October 1, 2005AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 23 City of Federal Way RFB 2015 1 -05.18 Contractor's Daily Diary Add the following new section: The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. This diary will be created by pen and ink entries in a hardbound diary book of the type that is commonly available by the commercial outlets. The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: • The day and date. • The weather conditions, including changes throughout the day. • A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contract, Owner, or any third party in any manner. • Listing of any materials received and stored on or off -site by the Contractor for future installation, to include the manner of storage and protection of the same. • Listing of materials installed during each day. • List of all subcontractors working on -site during each day. • Listing of the number of Contractor's employees working during each day by category of employment. • Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. • Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. • Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. • Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of the Contractor's progress on each day. • Summary of total number of working days to date, and total number of delay days to date. All pages of the diary must be numbered consecutively with no omissions in page numbers. The Contractor shall utilize additional sheets separate from the diary book, if necessary, to provide a complete diary record. However, the Owner's senior representative must sign separate sheets on each day and a copy furnished at the time of signing to the Owner. The Contractor must provide a copy of the diary to the Owner and the Engineer each morning for the preceding workday. All copies must be legible. IT IS EXPRESSLY AGREED BETWEEN THE CONTRACTOR AND THE OWNER THAT THE DAILY DIARY MAINTAINED BY THE CONTRACTOR SHALL BE THE "CONTRACTOR'S BOOK OF ORIGINAL ENTRY" FOR THE DOCUMENTATION OF ANY POTENTIAL CLAIMS OR DISPUTES SPECIAL PROVISIONS 20th Ave S @ 5 316th St Sidewalk Improvement Project SP - 24 City of Federal Way RFB 2015 THAT MIGHT ARISE DURING THIS CONTRACT. FAILURE OF THE CONTRACTOR TO MAINTAIN THIS DIARY IN THE MANNER DESCRIBED ABOVE WILL CONSTITUTE A WAIVER OF ANY SUCH CLAIMS OR DISPUTES BY THE CONTRACTOR. THE DAILY DIARY MAINTAINED BY THE CONTRACTOR DOES NOT CONSTITUTE THE OFFICIAL RECORD OF THE PROJECT. THE OFFICIAL RECORD OF THE PROJECT IS PREPARED AND MAINTAINED EXCLUSIVELY BY THE ENGINEER. 1 -05.19 As -Built Survey and Record Drawings (March 8, 2013 APWA G5P * * * * *) Add the following new section: The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red -lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor's field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer -aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying /staking, the applicable tolerance limits include, but are not limited to the following: Vertical Horizontal SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 25 City of Federal Way RFB 2015 As -built sanitary & storm invert and f 0.01 foot ± 0.01 foot grate elevations As -built monumentation ± 0.001 ± 0.001 foot foot As -built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot hydrants As -built ponds /swales /water features ± 0.10 foot ± 0.10 foot As -built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As -built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As -built signs, signals, etc. N/A ± 0.10 foot Making Entries on the Record Drawings: • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Payment will be made for the following bid item: As -Built Survey and Record Drawings (Minimum Bid $500) Lump Sum Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount. 1 -0520 Defects Arising in One Year and Remedies Add the following new section: SPECIAL PROVISIONS 20th Ave 5 @ 5 316th St Sidewalk Improvement Project SP - 26 City of Federal Way RFB 2015 The Contractor shall be responsible for correcting all defects in workmanship and material within one year after acceptance of this work by the City of Federal Way. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and /or materials in the corrected work for one year after acceptance of the corrections by the Owner. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. These actions will be pursuant to the provisions of Section 1 -05.8 of the Standard Specifications. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work, and the Contractor shall defend any such claims at his own expense. THE CONTRACTOR AGREES THE ABOVE ONE -YEAR LIMITATION SHALL NOT EXCLUDE OR DIMINISH THE OWNER'S RIGHTS UNDER ANY LAW TO OBTAIN DAMAGES AND RECOVER COSTS RESULTING FROM DEFECTIVE AND UNAUTHORIZED WORK DISCOVERED AFTER ONE YEAR BUT PRIOR TO THE EXPIRATION OF THE LEGAL TIME PERIOD SET FORTH IN RCW 9.16.040 LIMITING ACTIONS UPON A CONTRACT IN WRITING OR LIABILITY, EXPRESSED OR IMPLIED, ARISING OUT OF A WRITTEN AGREEMENT. 1 -06 CONTROL OF MATERIAL 1 -06.2 Acceptance of Materials 1- 06.2(2) Statistical Evaluation of Materials for Acceptance Delete this section in its entirety. SECTION 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be observed (October 1, 2005APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 27 City of Federal Way RFB 2015 The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Construction Requirements The Contractor shall be responsible for the containment measures required to provide and maintain a safe and healthful jobsite for the duration of the project in accordance with all applicable laws and this Special Provision. Payment All costs to comply with this Special Provision for the Lead Health Protection laws and regulations are the responsibility of the Contractor and shall be included in related items of work. 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 28 City of Federal Way RFB 2015 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, applies to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244) 1 -07.5 Wildlife, Fisheries, and Ecology Regulations Section 1 -07.5 is supplemented with the following: In addition to the requirements of Section 1 -07.5 of the Standard Specifications, the Contractor shall comply with all applicable Federal, State, County and City environmental provisions of law including, but not limited to, the following: SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 29 City of Federal Way RFB 2015 City of Federal Way City Code King County Ordinance No. 1488 Resolution No. 18801 Resolution No. 25789 Puget Sound Air Pollution Control Agency Regulation No. 1 Resolution No. 194 The above environmental provisions are incorporated into this Contract by this reference as if set forth herein in full. Copies of the City of Federal Way Provisions are available for perusal at the Public Works Department. The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state, and local pollution control regulations. 1- 07.5(5) Archaeological and Historic Preservation Add the following new section: The Contractor shall notify the Engineer if any artifacts, skeletal remains, or other archaeological resources (as defined under RCW 27.53.040) are unearthed during excavation or otherwise discovered on the construction site. If ordered by the Engineer, the Contractor shall immediately suspend any construction activity which, in the opinion of the Engineer, would be in violation of RCW 27.53. Suspension of the work shall remain in effect until the Engineer has obtained permission to proceed from the State Historic Preservation Officer. 1 -07.6 Permits and Licenses Section 1 -07.6 is supplemented with the following: The Contractor shall procure at his own expense all permits and licenses, which are necessary and incidental to his operation in the performance of the work and give all notices required by such permits and licenses. A copy of each permit and license shall be furnished to the Engineer upon request. The Contractor shall be required to have a valid Owner business license and shall provide proof of same prior to execution of the contract. 1 -7.13 Contractors Responsibility for Work 1- 07.13(4) Repair of Damage Section 1- 07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1 -07.15 Temporary Water Pollution /Erosion Control SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 30 City of Federal Way RFB 2015 Supplement Section 1 -07.15 with the following: Temporary water pollution /erosion control work shall be performed as directed by the Engineer, as necessary to protect the project site and surrounding area, per this section of the Standard Specifications. All costs for temporary water pollution /erosion control work, except installation of Inlet Protection shall be incidental to other items of the contract, and no separate payment will be made. 1 -07.16 Protection and Restoration of Property 1- 07.16(1) Private /Public Property Section 1- 07.16(1) is supplemented with the following: (* * * * *) The Contractor shall not trespass upon private property and shall be responsible for all injury or damage to persons or property, directly or indirectly, resulting from his operations in completing this Work. He shall comply with the laws and regulations of the Owner, County, and State and Federal governments, relating to the safety of persons and property, and will be held responsible for and required to make good any injury or damage to persons or property caused by carelessness or neglect on the part of the Contractor or subcontractor(s), or any agent or employee of either during the progress of the Work and until its final acceptance. If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at his expense install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating all property that is subject to damage by his operation. If the Contractor (or his agents /employees) damages, destroys, or interferes with the use of such property, he shall restore it to original condition at his expense. He shall also halt any interference with the property's use. The Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor if he refuses or does not respond immediately. The Contractor shall restore to a condition equal to the original condition improvements including, but not limited to, pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic signal loops, landscaping, public and private utilities etc., which are damaged or removed (and not indicated to be removed) during construction, whether shown on the Plans or not. All existing survey monuments and property corner markers shall be protected from movement by the Contractor. All existing markers and /or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by a professional land surveyor registered in the State of Washington. All existing property corner markers disturbed or removed by the Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced at the Contractor's own expense by a Professional Land Surveyor registered in the State of SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 31 City of Federal Way RFB 2015 Washington. Any of these monuments damaged must be reset to second order, first class specifications. Sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads, new pipe heads and connections, and testing of the system. All work shall be done in conformance to acceptable standards. This shall be incidental to the Contract. The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances, which interfere with the Work. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. 1- 07.16(2) Tree and Vegetation Protection and Restoration Delete the fifth paragraph and replace it with the following: If due to, or for any other reason related to, the Contractor's operation, if any tree, shrub, ground cover or herbaceous vegetation is destroyed, seriously damaged, or disfigured, that was not ordered removed, the Contractor shall replace it with approved nursery stock of the same species. In addition to replacement, the Contractor will be assessed any appropriate liquidated damages for trees as described below. The assessment will be deducted from monies due the Contractor. For non - merchantable timber, the Contractor will be assessed liquidated damages of $10 for each inch of difference in circumference when a replacement tree is smaller than the original. For merchantable timber, the Contractor will be assessed liquidated damages of either $10 for each circumferential inch or the estimated market value delivered to a mill, whichever is the larger amount. The Engineer will measure circumference twelve inches (12 ") above ground level. The replanting shall be according to Section 8 -02 and during the first fall or spring planting period after damage, or as the Engineer directs. It may be necessary to trim trees or bushes in order to have the necessary clearance for equipment. Any costs for trimming of trees or bushes in required for the construction of the overlay will be considered incidental to the contract. 1 -07.17 Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: The Contractor shall protect from damage private and public utilities, including telephone and telegraph lines, power lines, sewer and water lines, railroad tracks and appurtenances, highway lighting and signal systems, and similar facilities. Attention is directed to the possible existence of underground facilities, which are not shown in the Plans. This requirement does not excuse the Contractor from its duty to examine in SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 32 City of Federal Way RFB 2015 detail all plans of water, gas, telephone, electric power and combined sewerage utilities available with utility owners as required above. The estimated locations of existing underground utilities are shown on the Plans, and the Contractor shall be responsible for determining all utilities exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as utilities may not be shown on the Plans. The Contractor shall call the Utility Location Request Center (One Call Center) for field location, not less than two (2), nor more than ten (10) business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this Project is 1- 800 - 424 -5555. The Contractor is also warned that there may be utilities on the Project that are not part of the One Call System. They must be contacted directly by the Contractor for locations. The Contractor shall be responsible for any breakage of utilities or services resulting from his operations, and shall hold the Owner and its consultants and agencies harmless from any claims resulting from disruption of or damages to same. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See Section 1 -05.14 of these Special Provisions. When the facility owner is responsible for removing or relocating the facilities, it is anticipated that this will be accomplished in advance of construction. If the Contractor notes the presence of any such facility, he shall immediately notify the Engineer in writing. The right is reserved to the Owner and the owners of facilities, or their authorized agents, to enter upon the right -of -way for the purpose of making changes as are necessary for the rearrangement of their facilities or for making necessary connections or repairs. The Contractor shall cooperate with forces engaged in this work and shall conduct his operations in such a manner to avoid any unnecessary delay or hindrance to the work being performed by other forces. Wherever necessary, the Contractor's work shall be coordinated with the rearrangement of utility or other facilities, and the Contractor shall make arrangements with the owner of the facilities for the coordination of the work. When the relocation of these facilities are necessary to accommodate the Work, the Engineer will provide for the relocations of these facilities by other forces, or the relocations shall be performed by the Contractor pursuant to written authorization and will be paid for by applicable unit prices, agreed price, or as force account. All other costs incurred as a result of performance of the Contractor's obligations in this section shall be incidental to the Contract and included in the unit prices. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company and the Contractor shall consider such costs to be incidental to the other items of the Contract. SPECIAL PROVISIONS 20th Ave 5 @ 5 316th St Sidewalk Improvement Project SP - 33 City of Federal Way RF8 2015 Contractor warrants and represents that it has personally, or through its employees and /or subcontractors, examined the right -of -way areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within such rights -of -way. Contractor further warrants and represents that it has also examined in detail plans of such utilities provided to it by the Owner and affected utility companies or entities. Contractor also warrants and represents that it is fully aware of the statutory provisions contained in RCW 19.122.010 through .900, that it has read and fully understands the same, and that it will comply with the requirements of these provisions, which are incorporated by reference herein. Contractor agrees that it shall be an "excavation" as defined under RCW Chapter 19.122 and that such utilities constitute underground facilities. The parties agree that remedies affected under RCW Chapter 19.122 are also incorporated by reference herein. Any cost to the Contractor as a result of this law shall be at the Contractor's expense. Contractor also agrees that it shall fully comply with Sections 1 -07.16 and 1 -07.17 relating to Protection and Restoration of Property, Utilities and similar facilities, and public liability and property damage insurance provisions of the Standard Specifications as supplemented by these Special Provisions. 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 24, 2011 APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 34 City of Federal Way RFB 2015 shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self - insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 3. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above- listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 35 City of Federal Way RFB 2015 Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 36 City of Federal Way RFB 2015 $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1- 07.18(5)G Pollution Liability (January 7, 2013 WSDOT GSP) The Contractor shall obtain Contractor's Pollution Liability Insurance (CPL) with 2 minimum "per project" limits of $1,000,000 per occurrence and in the aggregate for claims, including investigation, defense, or settlement costs and expenses for bodily injury and property damage (including natural resources damages and loss of use of tangible property that has not been physically injured) arising out of: a. Pollution conditions caused or made worse by the Contractor's performance of the Work, including clean -up costs for a newly caused condition or a historical condition that is made worse; and; b. The vicarious liability of Subcontractors of any tier. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, the Commission, the Secretary, the Department, all officers and employees of the State, and their respective members, directors, officers, employees, agents, and consultants (collectively the "Additional Insureds ") shall be included as Additional Insureds, or, as appropriate, a Named Insured, under this policy and coverage 1 -07.23 Public Convenience and Safety Section 1 -07.23 is supplemented with the following: The Contractor shall maintain the roads during construction in a suitable condition to not adversely affect vehicular traffic. All costs to maintain the roads shall be borne by the Contractor. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 37 City of Federal Way RFB 2015 If operations of the Contractor are shown to significantly impede traffic flow during peak hours of traffic, the Engineer shall have the authority to restrict the Contractor to time of operation on the street. If the Contractor requires delays, detours or limited term street closure beyond that provided for herein, he shall request in writing the approval of the Engineer a minimum of five (5) working days in advance of the anticipated delays, detours or closures. Such request shall state the reason, the location, the time and date, and the duration of the required delay or closure. The Contractor shall maintain convenient access for local and emergency traffic and pedestrians through the life of the Project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. The Contractor shall notify all property owners and tenants of street and alley closures, or other restrictions, which may interfere with their access. Notification shall be at least forty-eight (48) hours in advance, and shall include placing notification signs within the affected areas. The Contractor shall notify the local refuse /recycling collection services, transit services, school district, postal service, fire and police departments in writing before the beginning of operations, and provide a schedule of activities along with associated time, line, so that these agencies may reroute their vehicles around the construction zone. If rerouting is not possible, as determined by these agencies /services, the Contractor shall provide reasonable access through the construction zone at all times. Inconvenience caused by equipment or materials across driveways and sidewalks shall be kept to a minimum by restoring the serviceability of the drive or sidewalk as soon as possible. Before blocking driveways, the Contractor shall notify the property owner. The Contractor shall replace or repair any damage done to driveways to not less than the condition existing prior to the Contractor's work. Unless otherwise indicated in the Plans, on- street parking areas will be allowed to be utilized by the Contractor for work and storage areas, pending notification of the users and approval by the Engineer, two (2) working days in advance. When patching pavement or placing new pavement, the Contractor shall replace the ultimate full depth asphalt concrete pavement section, the same day as the pavement removal. At the end of each working day, provisions shall be made for the safe passage of traffic during non - working hours. It shall be the Contractor's responsibility to provide all necessary warning signs, lights, barricades, etc., as specified. All unattended excavation shall be properly barricaded and covered at all times. All open trenching or street cuts must be filled with material as detailed below before leaving the job at the completion of each work shift. Immediately upon request by the Engineer, the Contractor shall place, in the amounts designated, any asphalt concrete pavement, cold plant mix, crushed surfacing and /or gravel base deemed necessary by the Engineer to maintain the above required accessibility of all streets, road approaches, street connections, driveways, etc. If the Contractor fails to SPECIAL PROVISIONS 20th Ave 5 @ S 316th St Sidewalk Improvement Project SP - 38 City of Federal Way RFB 2015 comply as above specified, the Engineer will order the work done by others and deduct the cost thereof from any monies due or to become due to the Contractor. The Contractor shall be reimbursed for these materials at the applicable unit contract prices. The Owner shall not be held liable for any claims resulting from accidents or damages caused by the Contractor's failure to comply with traffic and public safety regulations during the construction period. The Contractor shall be solely responsible for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from the failure or improper maintenance use or operation. The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not and shall not be intended to include review and adequacy of the Contractor's safety measures in, on, or near the construction site. The Contractor shall comply with the safety standards and provisions of applicable laws, building and construction codes, and the safety regulations set forth in Safety Standards for Construction and General Safety Standards published in effect at the time of call for Bids. These publications may be obtained from the Department of Labor and Industries, Olympia, Washington. The Contractor shall also comply with the safety standard provisions set forth in the Manua/ of Accident Prevention in Construction published by the Associated General Contractors of America. The Contractor agrees to defend, indemnify, and save harmless the CITY OF FEDERAL WAY, its officers, employees, and agents, and the Consulting Engineer from any and all claims, actions, judgments, losses, costs (including reasonable attorney fees) and damages whatsoever, including workman's compensation claims or any other claims arising by reason of accident, injury, or death caused to persons, including Contractor's employees and agents, and subcontractor's employees and agents involving property of any kind or arising out of, in connection with, or incident to the work of this Contract to the extent of any City negligence, except upon a finding by a trier of fact that it was caused by the sole negligence of the CITY OF FEDERAL WAY. The Contractor agrees to waive its immunity, which may otherwise exist under the Title 51 RCW relating to industrial insurance. The parties agree that the indemnification requirements provided herein extend to attorney's fees and costs of establishing the right to indemnification in favor of the CITY OF FEDERAL WAY. The Contractor shall maintain at the job -site office or other well -known place at the job site, all articles necessary for giving first aid to the injured, and shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or a doctor's care, of persons, including employees, who may have been injured on the job site. Employees shall not be permitted to work on the job site before the employer has established and made known procedures for removal of injured persons to a hospital or a doctor's care. In order to protect the lives and health of employees performing work under the Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions and amendments thereto; the provisions of the Washington Industrial Safety Act of 1973 (WISHA); and the regulations of the State of Washington Department of Labor and Industries Division of Industrial Safety and Health. The WISHA SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 39 City of Federal Way RFB 2015 regulations shall apply to all excavation, trenching and ditching operations. In case of conflict, the more stringent regulations shall apply. Existing traffic control and street name signs, which interfere with construction, shall be relocated or removed by the Contractor and temporarily stored in a safe place. "Stop," "Yield," and "One -Way" signs shall be removed or relocated only upon approval of the Engineer. Existing signs shall not be removed until the Contractor has provided temporary measures sufficient to safeguard and direct traffic after the existing signs have been removed. Except as otherwise provided in the Contract Documents, preservation and maintenance of traffic control and street name signs shall be the sole responsibility of the Contractor. As work progresses and permits, temporarily relocated or removed traffic and street name signs shall be reset in their permanent location by the Contractor. Signs and other traffic control devices damaged or lost by the Contractor, shall be replaced or repaired by the Contractor at no cost to the City. The option of whether a sign can be repaired or shall be replaced shall be the Engineer's and such decision shall be final and binding on the Contractor. When striping is obliterated due to construction activities or pavement restoration, temporary pressure- sensitive pavement marking tape, traffic buttons, or delineators shall be installed where designated by the Engineer. These temporary features shall be removed only upon installation of permanent traffic channelization. Payment for all labor, materials, tools, and equipment required to comply with requirements of Section 1- 07.23(1) shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other pay items of the Contract except for those applicable items specifically referenced in the Proposal. 1- 07.23(1) Work Zone Clear Zone (January 2, 2012, WSDOT GSP) Section 1- 07.23(1) is supplemented with the following: The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 40 City of Federal Way RFB 2015 The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Distance From Posted Speed Traveled Way (Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * Or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance Pedestrian Access The Contractor shall keep all pedestrian routes and access points (including sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. Signs and Traffic Control Devices (NWR February 14, 2005) All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists. Hours of Darkness The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150 -watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from, or shielded from, residences and oncoming traffic. Night Work Working at night (10:00 p.m. to 7:00 a.m. weekdays, 10:00 p.m. to 9:00 a.m. weekends and holidays) is not mandated by the Contracting Agency. Should the Contractor schedule project work during the nighttime closure hours allowed below, it shall be the SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 41 City of Federal Way RFB 2015 Contractor's responsibility to obtain any required noise variance or exemption for such work. Closure Restrictions (NWR March 6, 2000) The traffic closures listed above will not be allowed during the following time periods: Holidays — from noon the day prior to a holiday or holiday weekend through noon the day following a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. 1- 07.23(2) Construction and Maintenance of Detours Section 1- 07.23(2) is supplemented with the following: At least one lane of traffic in each direction shall be maintained on roadways that have more than two lanes within the project limits at all times. If the usable roadway is not sufficient to safely accommodate two -way traffic, the Contractor shall adequately maintain one -way traffic. Wherever one -way traffic is in effect, the distance shall not be in excess of 600 feet or as otherwise set forth in writing by the Engineer. Two -way traffic must be maintained during all non - construction working hours, except as approved by the Engineer in advance. 1 -07.24 Rights of Way (October 1, 2005APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 42 City of Federal Way RFB 2015 the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours' notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -07.28 Road Maintenance Add the following new section: The Contractor shall be responsible for controlling dust and mud within the project limits, and all streets used by the Contractor during the execution of this contract shall be maintained in a clean condition. The Contractor shall be prepared to use watering trucks equipped with high velocity water jets and low -head sprinkling devices, power sweepers, and any other pieces of equipment necessary to render the streets free of all mud, debris, and foreign materials. Any damage caused by dust and /or mud accumulation on the streets or in the storm sewer system shall be the sole responsibility of the Contractor. Watering trucks may be used 'on paved streets with an adequate storm drainage system. Watering trucks shall not be used on streets where, in the opinion of the Engineer, mud is created, causing a nuisance. Where water flushing is not allowed, street sweepers (not power brooms) shall be used. The Contractor shall provide for sweeping, or flushing all surfaced roadways at a minimum upon completion of each day's activities. Equipment required for this operation shall be on the job site or available at all times. Failure to have this equipment on the job site or available will necessitate a shutdown of the project. The Contractor shall cover all loads if in the determination of the Engineer haul of project material is posing a road maintenance and /or potential safety problem. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 43 City of Federal Way RFB 2015 and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured, or the Engineer may order the streets in question cleaned by others and such costs incurred by the Owner in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction and payment thereof shall be included in the unit contract prices of other bid items. SECTION 1 -08 PROSECUTION AND PROGRESS Add the following new section and subsections: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 44 City of Federal Way RFB 2015 Add the following new section: 1- 08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 3 working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. 4. If a 4 -10 work schedule is requested and approved the non - working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 45 City of Federal Way RFB 2015 be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1 -08.1 Subcontracting (December 8, 2014 APWA GSP) Revise the eighth paragraph to read: On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422 -102 EF) on a quarterly basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. 1 -08.3 Progress Schedule Supplement Section 1 -08.3 with the following: Promptly after award of the contract, the Contractor shall submit to the Engineer for approval a construction schedule consisting of a chart, which sets out operations, methods, equipment, and labor forces that the Contractor intends to use to accomplish the work. The Contractor shall show early and late start dates and early and late finish dates for the items of work required under the contract. Payment to the Contractor on any estimate may be withheld until such schedule has been submitted and approved. The construction schedule shall be based upon fifty (50) working days. 1 -08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 46 City of Federal Way RFB 2015 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 -08.5 Time for Completion (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Der Section 1- 07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification SPECIAL PROVISIONS 20th Ave 5 @ S 316th St Sidewalk Improvement Project SP - 47 City of Federal Way RFB 2015 e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1 -07.24 Section 1 -08.5 is supplemented with the following: This Project shall be physically completed in its entirety within fifty (50) working days following notice to proceed. Subject to the time lost due to inclement weather and delay in delivery of materials, should such delay not be the result of the undersigned's actions, the Contractor agrees to commence work within 5 days after Notice to Proceed and to complete all work in this Contract within the specified time period. If requested, the Contractor agrees to furnish the City and the Engineer with full data as to the efforts made to obtain materials. The Contractor agrees to complete the work within the contract time contained in his bid plus any extensions as provided for herein. It is the responsibility of the Contractor to complete the work within completion time. The Owner makes no promise or representation that this can or will be done. Extensions in completion time will be granted for delays beyond the control of the Contractor only, such as strikes or natural disasters, and may be granted for increases in the contract value of the work to be done. Requests for extensions in completion time shall be made in writing to the Engineer and approved through a change order before commencement of such extensions. 1 -08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. SECTION 1 -09 MEASUREMENT AND PAYMENT 1 -09.3 Scope of Payment Supplement this section with the following: The Special Provisions may describe work the Standard Specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 48 City of Federal Way RFB 2015 apply. The Contractor shall include all costs of doing this work within the unit bid prices. If the special provisions require work that has no unit bid price, costs shall be incidental and included within the unit bid prices in the contract. 1 -09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1 -09.7 Mobilization Section 1 -09.7 is supplemented with the following: The Contractor shall arrange and provide the construction equipment staging area. This area must be approved by the City of Federal Way, Community Development Department. Sites chosen near residential properties can expect severe restrictions on noise and allowable work hours. Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and other general operations shall be the responsibility of the Contractor. All costs associated with securing sites shall be included in the bid item "Mobilization" and no other compensation will be made for this item. The Contractor will provide City with copy(s) of agreement(s). Payment is made under the following bid item: "Mobilization" per lump sum. The lump sum bid price for "Mobilization" shall include, but is not limited to, the following items: the movement of the Contractor's personnel, equipment, supplies and incidentals to the project site; the establishment of the Contractor's office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. 1 -09.8 Payment for Material on Hand (August 3, 2009, WSDOT GSP) The last paragraph of Section 1 -09.8 is revised to read: The Contracting Agency will not pay for material on hand when the invoice cost is Tess than $2,000. As materials are used in the work, credits equaling the partial payments for them SPECIAL PROVISIONS 20th Ave S @ 5 316th St Sidewalk Improvement Project SP - 49 City of Federal Way RFB 2015 will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter to the Project Engineer that clearly states: 1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount of the material incorporated into each of the various work items for the month, and 3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. 1 -09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. SPECIAL PROVISIONS 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 50 City of Federal Way RFB 2015 Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. 1- 09.9(1)A City's Right to Withhold Certain Amounts In addition to the amount which the Owner may otherwise retain under the Contract, the Owner may withhold a sufficient amount or amounts of any payment or payments otherwise due to the Contractor including nullifying the whole or part of any previous payment which because of subsequently discovered evidence or subsequent inspections, and in its judgment may be necessary to cover the following: a. The cost of defective work not remedied. b. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. c. Fees and charges of public authorities or municipalities. d. Liquidated damages and engineering and inspection fees beyond completion date. 1 -09.11 Disputes and Claims Supplement Section 1 -09.11 with the following: In the event the Contractor files a notice of claim or has made the Owner aware of his intention to file a claim, the Contractor upon demand by the Owner shall provide immediate access to the Owner or its duly authorized representative for review and examination of all books, documents, papers and other records which are directly pertinent to this Contract and claim. Access shall be ongoing and shall remain in effect for the duration of the contract or until the claim is settled or withdrawn. The Owner's examination and review shall be at reasonable time and place as designated by the Owner. This provision extends to all subcontractors hired by the Contractor and to any entity that has performed work or supplied materials or services in connection with or related to this Contract. The Contractor shall provide for this clause to be included in its contracts with all subcontractors and suppliers. Provided, however, that the Owner shall not disclose information which may reasonably be construed to be confidential and if divulged may seriously jeopardize the Contractor's or subcontractors competitive position. The above shall not be limited to records in existence at the time of the claim but shall also include records generated following the claim or notice of claim. In the event that the Contractor, or Subcontractor, submits notice of a changed condition or claim of delay at the job site, the Contractor and Subcontractor are directed to cease all work on the project until directed otherwise in writing by the Owner. Consistent with the intent and provisions of this SPECIAL PROVISIONS RFB 20th Ave S @ S 316th St Sidewalk Improvement Project SP - 51 2015 City of Federal Way section, any claim of changed condition or delay shall be immediately verified by the Owner following its inspection of the job site and books and records. The Owner's authority to verify changed conditions and claimed delay shall extend to the right of the Owner to contact and obtain responsive information from suppliers, vendors, and subcontractors, the right to speak with workers at the site and examine records described above. The refusal, unwillingness or failure of any subcontractor to supply requested information shall be deemed to constitute actual and noncooperation of the Contractor. The Contractor shall at all time, following a claim or notice of claim, cooperate with the Owner in regards to this provision. Failure to comply with the provisions of this section constitutes a breach of a material term and condition in the performance of this Agreement. 1- 09.13(3) Claims $250,000 or Less (October 1, 2005APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or Tess, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding