Loading...
HomeMy WebLinkAboutContract . CAG-95-058 ,j PUBLIC WORKS TRUST FUND .CONSTRUCTION LOAN AGREEMENT NUMBER PW-5-95-791-032 City of Renton PART I: ENTIRE AGREEMENT This agreement, and incorporated attachments, contains all terms and conditions agreed to by the DEPARTMENT and the LOCAL GOVERNMENT. This contract consists of ten pages and two attachments. An attachment to this agreement, ATTACHMENT I: SCOPE OF WORK, consists of a description of local project activities, certification of the project's useful life, and identification of estimated project costs and fund sources and is, by this reference, incorporated into this agreement as though set forth fully herein. In. addition, ATTACHMENT II: ATTORNEY'S CERTIFICATION, is by this reference incorporated into this agreement. The DEPARTMENT and the LOCAL GOVERNMENT have executed this agreement as of the date and year last written below. DEPARTMENT OF COMMUNITY, TRADE LOCAL GOVERNMENT AND ECONOMIC DEVELOPMENT cV,� 0QkA ,,.A "e Name Mayor Title Title Date Date Approved as to Form by 91-6001271 Attorney General Taxpayer Identification Number Assi nt Aft r ey.General Attest: Brenda Fritsvold, Date Deputy City Clerk Page 1 PWTF 1995 Construction Loan Agreement Printed 4/21/95 , PART II: INTRODUCTION This loan agreement is made and entered into by and between the DEPARTMENT OF COMMUNITY, TRADE AND ECONOMIC DEVELOPMENT, a department of the state of Washington (referred to as the "DEPARTMENT') on behalf of the PUBLIC WORKS BOARD (referred to as the "BOARD"), and the City of Renton (referred to as the "LOCAL GOVERNMENT"). The DEPARTMENT has received an appropriation from the Washington State Legislature under the authority of Chapter 43.155 RCW to provide financial assistance to selected units of local government for the repair, replacement, reconstruction, rehabilitation, or improvement of bridges, roads, domestic water systems, sanitary sewer, and storm sewer systems. Acting under the authority of Chapter 43.155 RCW, the BOARD has selected the LOCAL a GOVERNMENT to receive a Public Works Trust Fund loan for an approved p ublic works project. PART III: PURPOSE The DEPARTMENT and the LOCAL GOVERNMENT have entered into this agreement to undertake a local public works project which furthers the goals and objectives of the Washington State Public Works Trust Fund Program. The project will be undertaken by the LOCAL.GOVERNMENT and will include the activities described in ATTACHMENT I: SCOPE OF WORK, as well as in the Public Works Trust Fund Application submitted to the BOARD by the LOCAL GOVERNMENT and upon which this agreement is based. The assisted project must be undertaken in accordance with PART IV: TERMS AND CONDITIONS, and all applicable state and local laws and ordinances, which by this reference are incorporated into this agreement as though set forth fully herein. PART IV: TERMS AND CONDITIONS The parties to this agreement agree as follows: 4.01 Rate and Term of Loan The DEPARTMENT, using funds appropriated from the Public Works Assistance Account, shall loan the LOCAL GOVERNMENT a sum not to exceed $731,000.00. The interest rate shall be one percent (1%) per annum on the outstanding principal balance. The term of the loan shall not exceed 20 years, with the final payment due July 1, 2015. 4.02 Local Project Share The LOCAL GOVERNMENT pledges an amount of locally-generated revenue not less than thirty percent (30%) of the total eligible portion of the project cost not funded by federal or state grants as identified in ATTACHMENT I: SCOPE OF WORK, to be verified at the time of project close-out. Any change in the percentage of locally-generated funds may require an Page 2 PWTF 1995 Construction Loan Agreement Printed 4/21/95 adjustment in the loan amount or interest rate charged; or both. In such event, the LOCAL GOVERNMENT agrees to execute an amendment to this agreement adjusting the loan amount or interest rate, as appropriate. Local project share must consist of expenditures eligible under.WAC 399-30-030(3) and be related only to project activities described in ATTACHMENT I: SCOPE OF WORK. These expenditures may be made up to twelve (12) months prior to the execution of the loan agreement and verified at the time of project close-out. PUBLIC WORKS TRUST FUND MONIES MAY NOT BE USED TO REIMBURSE THE LOCAL GOVERNMENT FOR ANY COSTS INCURRED PRIOR TO EXECUTION OF THIS LOAN AGREEMENT. 4.03 Disbursement of Loan Proceeds The DEPARTMENT shall issue warrants to the LOCAL GOVERNMENT for payment of allowable expenses incurred by the LOCAL GOVERNMENT while undertaking and administering approved project activities in accordance With ATTACHMENT I: SCOPE OF WORK. In no event shall the total Public Works Trust Fund loan exceed seventy percent (70%) of the eligible actual project costs. The disbursement of loan proceeds shall be initiated by the LOCAL GOVERNMENT on a Washington State Invoice Voucher form provided by the DEPARTMENT. The loan funds will be disbursed to the LOCAL GOVERNMENT as follows: Within thirty (30) days of the formal execution of this agreement, a sum not to exceed fifteen 0 percent (15%) of the approved Public Works Trust Fund loan shall be disbursed by the DEPARTMENT to the LOCAL GOVERNMENT. Within thirty (30) days of the execution of a Notice to Proceed which follows the formal award of a construction contract, a sum not to exceed seventy-five percent (75%) of the approved Public Works Trust Fund loan shall be disbursed by the DEPARTMENT to the LOCAL GOVERNMENT, except in the case of engineering services contracts. If the approved project described in ATTACHMENT I: SCOPE OF WORK is solely for the completion of engineering studies, a sum not to exceed seventy-five percent (75%) of the approved Public Works Trust Fund loan shall be disbursed by the DEPARTMENT to the LOCAL GOVERNMENT within thirty (30) days of the execution of a Notice to Proceed following the formal award of a contract for engineering services. At the time of project completion, a Close-out Report, (refer to Section 4.19 for Close-out Report), shall be submitted to the DEPARTMENT by the LOCAL GOVERNMENT certifying total actual project costs. The Close-out Report shall include copies of the approved closure reports from the Department of Revenue and the Department of Labor & Industries. The final Public Works Trust Fund loan disbursement shall not bring the total loan in excess of seventy percent (70%) of the eligible project costs or the total of $731,000.00 whichever is less, nor shall this disbursement occur prior to the completion of all project activities and clearance of all Close-out documents from the Department of Revenue and the Department of Page 3 PWTF 1995 Construction Loan Agreement Printed 4/21/95 Labor & Industries. The Close-out Report shall serve as a contract AMENDMENT for determining the final loan amount, interest rate, and local share. In the , event that the final costs identified in the Close-out Report indicate that the LOCAL GOVERNMENT has received Public Works Trust Fund monies in excess of seventy percent (70%) of eligible costs, all funds in excess of seventy percent (70%) shall be repaid to the DEPARTMENT within thirty (30) days of submission of the Close-out Report. 4.04 Interest Earned on Public Works Trust Fund'Monies All interest earned on funds disbursed by the DEPARTMENT and held by the LOCAL GOVERNMENT shall accrue to the benefit of the LOCAL GOVERNMENT and be applied to the eligible costs of the approved project. Benefits shall accrue in one of two ways: 1. Reduce the amount of the Public Works Trust Fund loan. 2. Pay part of the eligible project costs that are in excess of ATTACHMENT I: SCOPE OF WORK estimates. (Overrun of project costs.) The LOCAL GOVERNMENT shall establish procedures to ensure that all monies received from the Public Works Trust Fund loan can be readily identified and.accounted for at any time during the life of this loan agreement. Such procedures shall consist of the establishment of a separate fund, account, sub-account or any other method meeting generally accepted accounting principles. 4.05 Time of Performance The LOCAL GOVERNMENT shall begin the activities identified within ATTACHMENT I: SCOPE OF WORK no later than October 1, 1995, and reach project completion no later than thirty (30) months after the date of agreement execution. Failure to perform within the time frame described in the preceding paragraph may constitute default of this agreement and require the immediate repayment of any loan funds disbursed. In the event of extenuating circumstances, the LOCAL GOVERNMENT may request, in writing, that the BOARD extend the deadline for project completion. The BOARD may, by a two-thirds vote, extend the deadline. The term of this agreement shall be for the entire term of the loan, irrespective of actual project completion, unless terminated sooner as provided herein. 4.06 Repayment The first loan repayment under this agreement is due July 1, 1996, and subsequent repayment a installments are due on July 1 of each year during the term of the loan. The first re p y under this agreement shall consist of interest only at the rate of one percent (1%) per annum, calculated on a 360-day year of twelve 30-day months, applied to funds received from the DEPARTMENT. Interest will begin to accrue from the date the DEPARTMENT issues each Page 4 PWTF 1995 Construction Loan Agreement • Printed 4/21/95 ti warrant to the LOCAL GOVERNMENT. Subsequent repayments' shall consist of 1/19 of the principal plus interest on the unpaid balance of the loan. The final payment shall be an amount sufficient to bring the loan balance to zero. The LOCAL GOVERNMENT has the right to repay the unpaid balance of the loan in full at any time, and the right to repay at a faster rate than is provided in this agreement, provided that any such payment must equal or exceed the amount normally due on an annual basis. The LOCAL GOVERNMENT will repay the loan in accordance with the preceding conditions through the use of a check, money order, or .equivalent means made payable to the DEPARTMENT and sent to: Department of Community, Trade and Economic Development Administrative Services Division/Fiscal Unit 906 Columbia Street S.W. P.O. Box 48300 Olympia, Washington 98504-8300 4.07 Repayment Account The LOCAL GOVERNMENT shall repay the loan solely from utility revenues, general obligation revenues, or a combination thereof. The name of the fund, account, or sub-account shall be Water Works Uti 1 i t.y 4.08 Default in Repayment Loan repayments shall be made to the DEPARTMENT in accordance with Section 4.06 of this agreement. A payment not received within thirty (30) days of the due date shall be declared delinquent. Delinquent payments shall be assessed a penalty of twelve percent (12%) interest per annum calculated on a 360-day year. Upon default in the payment of any annual installment, the DEPARTMENT may declare the entire remaining balance of the loan, together with interest accrued, immediately due and payable. Failure to exercise its option with respect to any such repayment in default shall not constitute a waiver by the DEPARTMENT to exercise such option for any succeeding installment payment which may then be in default. The LOCAL GOVERNMENT shall pay the costs and reasonable legal fees incurred by the DEPARTMENT in any action undertaken to enforce its rights under this section. Page 5 PWTF 1995 Construction Loan Agreement Printed 4/21/95 4.09 Loan Security The LOCAL GOVERNMENT must select one of the following options for securing repayment of the loan. Please check and initial the appropriate option. 1. ❑ General Obligation: This loan is a general obligation of the LOCAL GOVERNMENT. 2. PC— Revenue Obligation: This option may be used only if the entire project is a domestic water, sanitary sewer or storm sewer utility project. LOCAL GOVERNMENTS performing a storm sewer project that have not created a storm sewer utility or a combined sanitary sewer/storm sewer utility may not use this option. Projects providing for a mixture of bridge, road, domestic water, sanitary sewer, and storm sewer activities may not use this option. This loan is a revenue obligation of the LOCAL GOVERNMENT payable solely from the net revenue of the utility system indicated below. Payments shall be made from the net revenue of the utility after the payment of the principal and interest on any revenue bonds, notes, warrants or other obligations of the utility having a lien on that net revenue. As used here, bet revenue" means gross revenue minus expenses of maintenance and operations. The DEPARTMENT grants the LOCAL GOVERNMENT the right to issue future bonds and notes that constitute a lien and charge on net revenue superior to the lien and charge of this loan agreement. Please choose and initial one of the following utility systems: ❑ Water ❑ Sanitary Sewer (Wastewater) Stormwater ❑ Water/Sanitary Sewer ❑ Stormwater/Sanitary Sewer Nothing in this section shall absolve the LOCAL GOVERNMENT of its obligation to make loan repayments when due, and to adjust rates, fees, or surcharges, if necessary, to meet its obligations under this agreement. 4.10 Recordkeeping and Access to Records The LOCAL GOVERNMENT agrees to keep such records as the DEPARTMENT may require. Such records will include information pertinent to work undertaken as part of the project, including demonstration of compliance with the terms and provisions of this agreement and all applicable state and local laws and ordinances. The LOCAL GOVERNMENT agrees to retain these records for a period of three years from the date of project completion. The DEPARTMENT and duly authorized officials of the state shall have full access and the right to examine, excerpt, or transcribe any pertinent documents, papers, records, and books Page 6 PWTF 1995 Construction Loan Agreement Printed 4/21/95 of the LOCAL GOVERNMENT and of persons, firms, or organizations with which the LOCAL GOVERNMENT may contract, involving transactions related to this project and this agreement. 4.11 Reports The LOCAL GOVERNMENT, at such times and on such forms as the DEPARTMENT or the BOARD may require, shall furnish the DEPARTMENT with such periodic reports as it may request pertaining to the activities undertaken pursuant to this agreement including, but not limited to, quarterly progress reports, the Close-Out Report, and any other matters covered by this agreement. Failure to file periodic reports as requested may result in termination of this agreement as per Section 4.16. 4.12 Indemnification The LOCAL GOVERNMENT will defend, protect, indemnify, save, and hold harmless the DEPARTMENT, the BOARD, and the state of Washington from and against any and all claims, costs, damages, expenses, or liability for any or all injuries to persons or tangible -property, arising from the acts or omissions of the LOCAL GOVERNMENT or any of its contractors or subcontractors, or any employees or agents of either in the performance of this agreement, however caused. In the case of negligence of both the DEPARTMENT and the LOCAL GOVERNMENT, any damages allowed shall be levied in proportion to the percentage of negligence attributable to each party. 4.13 Amendments, Modifications, and Waivers Except for an increase in the amount of the loan governed by this agreement, the LOCAL GOVERNMENT may request an amendment of this agreement for the purpose of modifying the SCOPE OF WORK or for extending the time of performance as provided for in Section 4.05. No modification or amendment resulting in an extension of time shall take effect until a request in writing has been received and approved by the Board in accordance with Section 4.05. No amendment or modification shall take effect until approved in writing by both the DEPARTMENT and the LOCAL GOVERNMENT and attached hereto. No conditions or provisions of this agreement may be waived unless approved by the DEPARTMENT in writing. 414 Disputes Except as otherwise provided in this agreement, any dispute concerning a question of fact arising under this agreement that is not disposed of by this agreement shall be decided by a panel consisting of a representative. of the DEPARTMENT, a representative of the LOCAL GOVERNMENT, and a representative of the BOARD. The panel shall reduce its decision to writing and furnish a copy to all parties to the agreement. The decision of the panel shall be final and conclusive. This clause does not preclude the consideration of questions of law in connection with decisions provided for in the preceding paragraph provided that nothing in this agreement shall be construed as making final the decisions of any administrative official, representative, or board on a question of law. Page 7 PWTF 1995 Construction Loan Agreement Printed 4/21/95 4.15 Termination for Cause If the LOCAL GOVERNMENT fails to comply with the terms of this agreement, or fails to use the loan proceeds only for those activities identified in ATTACHMENT I: SCOPE OF WORK, the DEPARTMENT may terminate the agreement in whole or in part at any time. The DEPARTMENT shall promptly notify the LOCAL GOVERNMENT in writing of its determination to terminate, the reason for such termination, and the effective date of the termination. Upon termination of the loan agreement, the DEPARTMENT shall declare the entire remaining balance of the loan, together with any interest accrued, immediately due and payable. 4.16 Governing Law and Venue This agreement shall be construed and enforced in accordance with, and the validity and performance hereof shall be governed by, the laws of the state of Washington. Venue of any suit between the parties arising out of this agreement shall be the Superior Court of Thurston County, Washington. The prevailing party is entitled to recover costs in accordance with Washington State Law (Chapter 4.84 RCW). 4.17 Severability If any provision under this agreement or its application to any person or circumstances is held invalid by any court of rightful jurisdiction, this invalidity does not affect other provisions of the agreement which can be given effect without the invalid provision. 4.18 Proiect Completion The DEPARTMENT will require and notify the LOCAL GOVERNMENT to initiate a Close-out Report when the activities identified in ATTACHMENT I: SCOPE OF WORK are completed. In the report, the LOCAL GOVERNMENT will provide the following information to the DEPARTMENT: 1. A description of the actual work performed, in addition to a certified statement of the actual dollar amounts spent, from all fund sources, in completing the project as described. 2. Certification that all costs associated with the project have been incurred. Costs are incurred when goods and services are received and/or contract work is performed. 3. Copies of the, approved closure reports from the Department of Revenue and the Department of Labor & Industries, certifying that all sales taxes have been paid and appropriate industrial insurance and prevailing wages have been paid. 4.19 Proiect Close-out In accordance with Section 4.03 of this agreement, the LOCAL GOVERNMENT will submit, together with the Close-out Report, a request for a sum not to exceed the final ten percent Page 8 PWTF 1995 Construction Loan Agreement Printed 4/21/95 - .. (10%) of the loan amount. This disbursement shall not occur prior to the completion of all project activities and clearance of all Close-out documents from the Department of Revenue and the Department of Labor & Industries. The LOCAL GOVERNMENT shall be responsible to ensure compliance with the Department of Revenue and the Department of Labor & Industries requirements by their contractor(s). 4.20 Audit Audits of the LOCAL GOVERNMENT'S project activities may be conducted by the Municipal Division of the State Auditor's Office in accordance with state law and any guidelines the DEPARTMENT may prescribe. Payment for the audit shall be made by the LOCAL GOVERNMENT. 4.21 Project Signs If the LOCAL GOVERNMENT displays, during the period covered by this agreement, signs or markers identifying those agencies participating financially in the approved project, the sign or marker must identify the Washington State Public Works Trust Fund as a participant in the project. 4.22 Utilization of Minority and Women Business Enterprises (MWBE) The LOCAL GOVERNMENT is encouraged to utilize business firms that are certified as minority-owned and/or women-owned in carrying out the purposes of this loan agreement. LOCAL GOVERNMENTS may set their own utilization standards, based upon local conditions, or may utilize the state of Washington MWBE goals, as identified in WAC 326-30-041. 4.23 Nondiscrimination Provision There shall not be discrimination against any employee who is paid by the funds indicated in the contract or against any applicant for such employment because of race, color, sex, age, or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment, advertising, lay-off or termination, rates or pay or other forms of compensation and selection for training. This section shall be construed to pertain to the Americans with Disabilities Act of 1990 (Public Law 101-336), which provides comprehensive civil rights protection in the areas of employment, public accommodation, state and local government services, and telecommunications to individuals with disabilities. Page 9 PWTF 1995 Construction Loan Agreement Printed 4/21/95 PART V: SPECIAL ASSURANCES The LOCAL GOVERNMENT assures compliance with all applicable state and local laws, requirements, and ordinances as they pertain to the design, implementation, and administration of the approved project. Of particular importance are the following: 5.01 RCW 43.155.060 The LOCAL GOVERNMENT shall comply with the provisions of RCW 43.155.060 regarding competitive bidding requirements for projects assisted in whole or in part with money from the Public Works Trust Fund program. 5.02 WAC 399-30-030(3) The LOCAL GOVERNMENT assures compliance with WAC 399-30-030(3) which identifies eligible costs for projects assisted with Public Works Trust Fund loans. Page 10 PWTF 1995 Construction Loan Agreement Printed 4/21/95 PUBLIC WORKS TRUST FUND ATTACHMENT 1: SCOPE OF WORK PW-5-95-791-032 City of Renton- (Jurisdiction) NE 27th/Aberdeen Drainage Improvement t (Project Title) 1. Provide a clear description of the project to be financed in part by a Public Works Trust Fund loan. (Attach an additional sheet if necessary): The project consists of the surveying, design, permitting, and construction of approximately 2,800 feet of new 18- or 24-inch stormwater pipe. The project includes manholes, catch basins, control structures, relocation of conflicting utilities, pavement patching and overlay, and restoration of all areas disturbed by construction. The new stormwater line will start at the low point in the basin and will end by connecting into the existing-City stormwater system on NE 27th Street, or on other adjacent streets as determined in the design analysis. The exact pipe diameter needed will be determined during the engineering analysis and design for the new system. The new stormwater system will provide stormwater drainage for a 65 acre area of the City that is lower than the areas surrounding it, and is not currently served by a City stormwater system. Currently, stormwater runoff flows to the low point in the drainage basin creating ponding problems for the residents, City streets and utilities. The new system will eliminate the inadvertent pumping of stormwater from the existing sanitary sewer lift station. Phase 2: If sufficient funds are available, the existing 15-inch pipe stormwater pipes in NE 27th Street and Kennewick Place would be replaced with a larger pipe to fully utilize the capacity of the new stormwater line. The existing 15-inch pipe may be.replaced with a 18- to 24-inch pipe for a length of up to-900 feet. The exact pipe diameter needed will be determined during the engineering analysis and design for the new system. 2. The term for this loan will be based on an engineer's certification of the expected useful life of the improvements, as stated below, or 20 years, whichever is less. If the local government prefers the term of its loan to be less than either 20 years or the useful life of the improvements, the preferred loan term should be indicated: 20 years. 3. I, Ronald J. Straka , licensed engineer, certify that the average expected useful life for the improvements described above is 50 years. Signed: c.�.�* Z9�a7 �x���S: 10(016- Date: Telephone: (206) 277-5548 . I ` Scope of Work PW-5-95-791-032 Page 2 Estimated Project Costs: Repair or Expansion or Total Replacement- Growth Preliminary Engineer Report $50,000 $50,000 Design Engineering 80,000 80,000 Land/R-O-W Acquisition 10,000 10,000 Sales or Use Taxes *_0_ *_0_ Other Fees -0- -0- Construction Inspection 25,000 25,000 Start-up Costs -0- -0- Financing Costs -0- -0- Contingency (10%) 106,000 106,000 Construction 900,000 900,000 TOTAL ESTIMATED COSTS $1,171,000 $_ 0 _ $1,171,000 Included in Cost Estimate Anticipated Fund Sources: A. Federal Grants NONE State Grants NONE B. Locally Generated Revenue $ Gee Feral Funds $ Capital Reserves $ Other Fund $ Rates $ 440,000 Assessments (LID, RID, ULID) $ Special Levies $ Federal Loan(s) from: (identify all)- State Loan(s) from: (identify all) Other: (identify source) TOTAL LOCAL REVENUE: $ 440,000 C. PUBLIC WORKS TRUST FUND LOAN $ 731 000 I R U , H:DOCS:95-169a:DWC:ps ` Scope of Work • .. PW-5-95-791-032 Page 3 Calculating Local Percentage: (Note: Please exclude any expansion/growth costs before calculating the local percentage.) Calculate as follows: 440,000 (Total Local Revenue) = 37 % (Local Loan Percentage) 731,000 (PWTF Loan) + 440,000 (Total Local Revenue) = 1,171,000 The local contribution must be at least: 0 0/o ten percent (10/o) for a loan interest rate of 3 twenty percent (20% for a loan Interest rate of 2% thirty percent (30%) for a loan interest rate of 1 % I I H:DOCS:95-169a:DWC:ps Public Works Trust Fund ATTACHMENT I1: ATTORNEY'S CERTIFICATION I, Lawrence J. Warren , hereby certify: I am an attorney at law admitted to practice in the State of Washington and the duly appointed attorney of the City of Renton (the LOCAL GOVERNMENT); and I have also examined any and all documents and records which are pertinent to the loan agreement, including the application requesting this financial assistance. Based on.the foregoing, it is my opinion that: 1. The LOCAL GOVERNMENT is a public body, properly constituted and operating under the laws of the State of Washington, empowered to receive and expend federal, state and local funds, to contract with the State of Washington, and to receive and expend the funds involved to accomplish the objectives set forth in their application. 2. The LOCAL GOVERNMENT is empowered to accept the Public Works Trust Fund financial assistance and to provide for repayment of the loan as set forth in the loan agreement. 3. There is currently no litigation in existence seeking to enjoin the commencement or completion of the above-described public facilities project or to enjoin the LOCAL GOVERNMENT from repaying the Public Works Trust Fund loan extended by the DEPARTMENT with respect to such project. The LOCAL GOVERNMENT is not a party to litigation which will materially affect its ability to repay such loan on the terms contained in the loan agreement. 4. umption of this obligation would not exceed statutory and administrative rule debt imi tions applicable to the LOCAL GOVERNMENT. May 25, 1995 Signature of Attorney Date Lawrence J. Warren Name 100 South 2nd Street, Renton, WA 98057 Address i t� CAG-95-058 Adden #1-99 AMENDMENT NUMBER 1 PUBLIC WORKS TRUST FUND LOAN AGREEMENT NUMBER PW-5-95-791-032 BETWEEN THE DEPARTMENT OF COMMUNITY,TRADE AND ECONOMIC DEVELOPMENT AND THE CITY OF RENTON The purpose of this amendment is to supersede the administrative extension dated July 3, 1997 and to extend the project completion date of the Public Works Trust Fund Loan Agreement Number PW-5-95-791-032 from December.26, 1997 to a new ending date of December 17, 1999. This amendment was approved by the Public Works Board on February 2, 1999. The Board found the extension was necessary for the following reason: project surveys required corrections to the original plats. The Washington State Department of Community Trade and Economic Development (hereinafter referred to as the DEPARTMENT)and the City of Renton(hereinafter referred to as the LOCAL GOVERNMENT)agree to amend the Public Works Trust Fund Loan Agreement Number PW-5-95-791-032 as described below. Section 4.05 Time of Performance is amended to read as follows: The LOCAL GOVERNMENT shall begin the activities identified within ATTACHMENT I: SCOPE OF WORK no later than three(3)months after the date of loan agreement execution and reach project completion no later than December 17, 1999. Failure to perform within the time frame described in the preceding paragraph may constitute default of this agreement and require the immediate repayment of any loan funds disbursed. In the event of extenuating circumstances,the LOCAL GOVERNMENT may request, in writing, that the BOARD extend the deadline for project completion. The BOARD may,by a two-thirds vote, extend the deadline. This agreement shall be in place during the entire term of the loan regardless of the time of actual project completion. A copy of this amendment,consisting of two(2)pages, shall be attached to and incorporated into the original agreement between the DEPARTMENT and the LOCAL GOVERNMENT. Any reference in such agreement to the"agreement"shall mean"agreement as amended." All other items and conditions of the original loan agreement or prior amendments shall remain in full force and effect. Page I of 2 w 4r+ IN WITNESS THEREOF,the DEPARTMENT and the LOCAL GOVERNMENT have executed this amendment as of the date and year last written below. DEPARTMENT OF COMMUNITY, LOCAL GOVERNMENT TRADE AND ECONOMIC D PMENT VeX Steve Wells N ne Jesse Tanner Director, Local Government Division Mayor Title Title � Date Date APPROVED AS TO FORM BY ATTORNEY GENERAL { Signature on File Attest: rr✓f Suzanne Shaw M l:_ fersen,City Clerk Assistant Attorney General January 6, 1997 Date I I I Page 2 of 2 CAG-95-058 Adden. #2-00 State of Washington Department of Community, Trade and Economic Development Public Works Unit PUBLIC WORKS TRUST FUND PROGRAM PROJECT CLOSE-OUT REPORT Loan Agreement Number: PW-5-95-791-032 NOTE: This report shall serve as a contract AMENDMENT for determining the final loan amount, interest rate, and local share and shall be attached and incorporated into the loan agreement. The report accounts for funds associated with the Public Works Trust Fund Loan Agreement ' s Scope of Work. Costs outside of the Scope of Work are not accounted for by this report . Please Type or Print in Ink. City of Renton 1055 S Grady Way Renton, WA 98055 Name of Chief Executive Officer: Jesse Tanner Title of Chief Executive Officer: Mayor This document is to certify that the project, as described in the Public Works Trust Fund Loan Agreement' s Scope of Work, is completed and has been designed/constructed to current standards. ***************************************************************** Section 1. Estimated and Actual Project Expenditures by Cost Category. Cost Category Estimated Actual Costs Preliminary Engineering A. $ 50, 000 .00 L. $ 49,516.63 Design Engineering B. 80, 000 .00 M. 116 ,713 .13 Land/ROW Acquisition C. 10, 000 .00 N. 40,776 .11 Sales or Use Taxes D. 0 .00 O. 75 ,761.15 Other Fees E. 0 .00 P. Construction Inspection F. 25, 000 .00 Q. 22 ,369 .00 Start-up Costs G. 0 .00 R. Financing Costs c t: ;-• g• 0 .00 S . Contingency I . 106, 000 . 00 T. Construction -" ' � J• 900, 000 . 00 U. 880 ,943 .60 Total Project ost a' � K. 1, 171, 000 . 00 V. 1,186 079 .62 C / Page 1 of 2 Page 2 of 2 (Public Works Close-out Report) Section 2 . Estimated and Actual Project Funding Sources . Note : The earliest date on which project costs are considered eligible as local share is 06/25/94 Source of Funds Estimated Actual Costs A. Local Share (ie : Cash, In-Kind, other State and Federal Loans) $ 400, 000 . 00 E. $ 455 .079 .62 B. Federal Grants 0 . 00 F. -0- C. Other State Grants 0 . 00 G. -0- D. Line 1 (V) minus lines 2F and 2G . . . . . . . . . . . . . . . . . 1,186,079 .62 ***************************************************************** Section 3 . Calculating the Maximum PWTF Funding A. PWTF Share: multiply line 2D by 70%, 80%, or 90% 6 as set forth in the loan agreement. . . . . 83 ,255.73 B. Interest Earned on the PWTF money . . . . . . . . . . . . 6,359 .90 C. Maximum PWTF share : Line 3A minus line 3B . . . . 823,895 .83 D. PWTF allocation amount as per contract . . . . . . . $ 731, 000 . 00 E. Enter the lesser of line 3C or 3D (or an 731,000 .00 optional amount less than 3C and 3D) . F. Amount drawn to date . . . . . . . . . . . . . . . . . . . . . . . . . $ 657 , 900 . 00 G. Final draw amount :- Line 3E minus 3F (Any negative amount shall be refunded to PWTF) . . . 73,100 .00 H. Divide Line 2E by the sum of 2E and 3E . . . . . . . 38 .40-. Section 4 . Attach copies of the following: Department of Labor and Industries Closure Document (s) Department of Revenue Closure Document (s) ; Accepted Project Bid(s) with change orders. Section 5 . The chief executive officer of the jurisdiction- certifies that : -- to the best of his/her knowledge, the data provided in this report is true and correct as of the date indicated below; -- records supporting the information provided in this report are on file and will be made available by the jurisdiction upon request; and. -- there a e no outstanding liens against this project. '-A1EB- UT G a1NS� e�nl'Sa . . 0-51/ 00 0U Sign re of Project Engineer or Consultant Date Si ture of the Chief Executive Officer J Notar SdIgnature Jesse Tanner, Mayor Marilyn Petersen, City Clerk Date Date 0 PUBLIC WORKS TRUST FUND PROGRAM PROJECT CLOSEOUT REPORT Loan Agreement Number PW-5-95-791-032 Project: NE 27th Street/Aberdeen Avenue Drainage Improvement Section 1. Estimated and Actual Project Expenditures by Cost Category Explanation of Actual Costs varying by 20 percent or more. Design Engineering Estimated - $80,000 Actual - $116,713.13 The consultant work contract for the stormwater hydraulic analysis cost more than estimated for the PWTF loan application. A survey discrepancy was found in the original plat of the area. Extra surveying, project management, and design efforts were needed to help identify neighboring property boundaries, and establish the easements needed for the project. The survey discrepancy affected the pipe alignment, easement locations, and required revising the drainage system location and design plans. Land/ROW Acquisition Estimated - $10,000 Actual - $40,776.11 The City purchased property and easements for part of the new drainage and sewer system to avoid disturbing an adjacent wetland, and to move the proposed pipe alignment away from some steep slopes. Sales or Use Tax Estimated - $0 Actual - $75,761.15 In the original PWTF loan application the City included sales tax within the estimated construction cost. Contingency Estimated - $106,000 Actual - $0 The Contingency was used to cover the majority of the extra costs listed above. Instead of allocating the extra costs to the actual Contingency costs the City kept the extra costs the original categories for easier tracking. - 99-811 a.doc Page 1 of 1 Worksheet for Calculating the Final Draw (Return with Close-out) Unlike the first two vouchers, the Public Works Unit is unable to calculate the amount of the final draw. Two variables essential to the calculation are known only by the jurisdiction, i .e. , the . actual total eligible project cost and the interest earned on the Public Works Trust Funds . The instructions and worksheet provided here are designed to assist the jurisdiction in calculating the amount of the final draw. Please note: o Interest earned on PWTF funds drawn by the jurisdiction are to be applied toward eligible costs . o PWTF participation can not exceed 700, 80%, or 900 of the actual total eligible cost of the project as per PWTF loan agreement . Worksheet Step 1. Identify the actual total eligible 1 . $1,186,079 .62 project cost. Step 2 . Identify the PWTF contract' s allocation. 2 . 731,000 .00 Step 3 . Identify the actual local funds . 3 , 455,079 .62 Step 4 . Identify other funds (funds other than local fund and PWTF) used for eligible _0- project cost . 4 • Step 5 . Balance .of eligible project cost 1,186 ,079 .62 (subtract line 4 from line 1) 5 - * 70 Step 6 . Multiply line 5 by either 700, 80%, or 90% 830 ,255 .73 as set forth in the loan agreement. 6 . Step 7. Identify interest earned on PWTF funds. 7 . 6,359.90 Step 8 . Subtract line 7 from line 6 . 8 . 823,895.83 Step 9 . Enter the lesser of line 2 or line 8 (or a local option of an elective amount 731,000.00 less than both line 2 and line 8) . 9 - Step 10 . Tabulate the amount drawn from the 657,900 .00 project ' s PWTF allocation to date. 10 . Step 11 . The final draw .amount for the project, 73,100.00 subtract line 10 from line 9 . 11 . Step 12 . Percent of local share (divide line 3 38 .4a by the sum of line 3 and line 9) . 12 - I i f City of Renton Interest Calculation for NE 27th/Aberdeen Drainage Improvement PWTF Loan PW-5-95-791-032 City of Renton-November 1999 Purpose: Calculation of interest for project closure report Facts: First draw for$109,650.00 was received by the City in July of 1995 Second draw for$548,250.00 was received by the City in December of 1998 SIP Interest No.of Days Actual Date Rate I Interest Interest I Expenses ( Balance $109,650.00 First draw$109,650 Jul-95 5.8715% 31 $546.80 $12,111.99 $98,084.81 Aug-95 5.7998% 31 $483.15 $8,120.82 $90,447.14 Sep-95 5.7775% 30 $429.50 $10,431.60 $80,445.04 Oct-95 5.7520% 31 $392.99 $12,468.60 $68,369.43 Nov-95 5.7078% 30 $320.74 $2,698.10 $65,992.08 Dec-95 5.7556% 31 $322.59 $1,308.13 $65,006.54 Jan-96 5.5517% 31 $306.52 $153.94 $65,159.11 Feb-96 5.3859% 29 $278.83 $2,137.20 $63,300.74 Mar-96 5.2872% 31 $284.25 $86.25 $63,498.75 Apr-96 5.2943% 30 $276.31 $58.74 $63,716.32 May-96 5.2793% 31 $285.69 $4,554.17 $59,447.84 Jun-96 5.3157% 30 $259.73 $0.00 $59,707.57 Jul-96 5.3404% 31 $270.81 $7,394.71 $52,583.68 Aug-96 5.3218% 31 $237.67 $3,100.59 $49,720.76 Sep-96 5.3315% 30 $217.88 $3,013.80 $46,924.84 Oct-96 5.2750% 31 $210.23 $2,331.47 $44,803.60 Nov-96 5.2915% 30 $194.86 $140.35 $44,858.11 Deo-96 5.3341% 31 $203.22 $137.22 $44,924.11 Jan-97j 5.2929% 31 $201.95 $5,201.74 $39,924.32 Feb-97 5.3298% 28 $163.24 $7,510.29 $32,577.26 Mar-97 5.3250% 31 $147.33 $277.74 $32,446.86 Apr-97 5.5035% 30 $146.77 $9,080.76 $23,512.87 May-97 5.4864% 31 $109.56 $8,369.04 $15,253.39 Jun-97 5.5245% 30 $69.26 $40,225.88 ($24,903.23) Jul-97 5.5143% 31 $0.00 $339.42 ($25,242.65) Aug-97 5.4860% 31 $0.00 $682.14 ($25,924.79) Sep-97 5.4841% 30 $0.00 $1,110.10 ($27,034.89) Oct-97 5.5065% 31 $0.00 $697.34 ($27,732.23) Nov-97 5.5124% 30 $0.00 $2,579.56 ($30,311.79) Dec-97 5.5726% 31 $0.00 $706.69 ($31,018.48) Jan-98 5.6786% 31 $0.00 $1,546.85 ($32,565.33) Feb-98 5.5551% 28 $0.00 $203.85 ($32,769.18) Mar-98 5.5408% 31 $0.00 $2,600.23 ($35,369.41) Apr-98 5.4986% 30 $0.00 $1,678.14 ($37,047.55) May-98 5.4573% 31 $0.00 $10,982.47 ($48,030.02) Jun-98 5.4787% 30 $0.00 $145.99 ($48,176.01) Jul-98 5.5161% 31 $0.00 $235.82 ($48,411.83) Aug-98 5.4916% 31 $0.00 $217.71 ($48,629.54) Sep-98 5.4641% 30 $0.00 $127,424.77 ($176,054.31) Oct-98 5.1760% 31 $0.00 $188,812.70 ($364,867.01) Nov-98 5.0629% 30 $0.00 $211,593.38 ($576,460.39) Dea98 5.0068% 31 $0.00 $202,680.66 ($230,891.05) Add second draw$548,250 Jan-99 4.9660% 31 $0.00 $146.33 ($231,037.38) Feb-99 4.8286% 28 $0.00 $65,149.35 ($296,186.73) Mar-99 4.8537% 31 $0.00 $20,608.91 ($316,795.64) Apr-99 4.8196% 30 $0.00 $108,836.92 ($425,632.56) May-99 4.7642% 31 $0.00 $20,759.22 ($446,391.78) Jun-99 4.7736% 30 $0.00 $2,578.53 ($448,970.31) Jul-99 4.9519% 31 $0.00 $6,833.58 ($455,803.89) Aug-99 5.0554% 31 $0.00 $180.93 ($455,984.82) Sep-99 5.2239% 30 $0.00 $238.50 ($456,223.32) Oct-99 5.2679% 31 $0.00 $65,596.40 ($521,819.72) Nov-99 30 $0.00 $0.00 ($521,819.72) Total $6,359.90 $1,186,079.62 pwtfdose-2.xls Page 1 i • �.t.F'STATE•0 04 4. s W 2 Q �y1 1889 aQY STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES December 2C, 1999 CITY OF RE NTON 1055 S GRAI)Y WAY RENTON WA 98055 Account ID: 700,271-00 Gary Merlino Construction Company Contract Nuirber: CAG 98-051 Dear Business:Person: Please be advised that the Department.of Labor and Industries does hereby release the City of Renton from Eny further liability for Industrial Insurance premiums pursuant to RCW 51.12.050 and RCW 51.:.2.070 as would otherwise incur in connection with a contract calling for construction o Northeast 27th Street. This certificatc,does not release Gary Merlin Construction Company from liability for additional Industrial Insurance contributions which later may be determined to be due or for any other obligations under other statutes (e.g. Prevailing Wage)with respect to the above mentioned contract or any other contracts said contractor may have performed. S �C.�1l��t.. Bonnie Fahrnkapf Industrial Insw ance Accounts Auditor Contractor Cor.zpliance/Release Unit PO Box 44152-Olympia,WA 98504-4152 Phone: (360) 902-4763/Fax(360) 902-4757 CCU1:41cd11E cc: GARY:vMRLINO CONSTRUCTION COMPANY 9125 10TH AVE S SEATTI'-E WA 98108 State of Washington DepartmentofRevenue 600 5 952 Audit Procedures 6 Administration PO Box 47474 Wg odREVENUE ° gv ortwador.htm Certificate of Payment of State Excise Taxes by Public Works Contractor Contractor: GARY MERLINO CONSTRUCTION CO INC 9125 10TH AVE S SEATTLE WA 98108 4600 We hereby certify that taxes, increases and penalties due or to become due from the above named contractor under Chapter 180, Laws of 1935, as amended, with respect to the following public works contract: CITY OF RENTON NE 27TH ST ABERDEEN/E 1<ENNYDALE STORM DRAIN together with all other taxes, increases and penalties due from such contractor, have been paid in full or eth that they are, in the Department's opinion, readily collectible without recourse to the states lien on the retained percentage. This certificate is issued pursuant to the provisions of Chapter 60.28 Revised Code of Washington for the sole purpose of informing the state count y, or municipal al officer charged with the duty of disbursing -n the payment of public funds to said contractor that the Department of Revenue hereby or authorizing P g P ym releases the state's lien on the retained percentage provided by this Chapter for excise taxes due from said contractor. This certificate does not release said contractor from liability for additional tax which may be later determined to be due with respect to the above mentioned contract or other activities. Dated J Gu'I- 3 a000 at Olympia,Washington, STATE OF WASHINGTON DEPARTMENT OF REVENUE 1 L O Certifying Officer To inquire about the availability of this document in an alternate format for the visually impaired or in a language other than English,please call(360)753-3217.TTY users may call 1-8001351-7985. REV 310028(4-25-96) ROUTING: White Copy-Disbursing Officer White Copy-Contractor Canary Copy-File Pink Copy-Special File STATE4 x i nag�O STATE OF WASHINGTON EMPLOYMENT SECURITY DEPARTMENT PO Box 9046 • Olympia, WA 98507-9046 Merlin Const Co Inc ) CERTIFICATE OF CONTRACTOR: Gary 9125 10th Ave S ) PAYMENT OF CONTRIBUTIONS Seattle,WA 98108 ) PENALTIES AND INTEREST ON PUBLIC WORKS CONTRACT ES Reference No. 584539-008 TO: City of Renton 1055 S Grady Way Renton,WA 98055 The Employment Security Department hereby certifies those contributions,penalties and interest due from the above named contractor under the Employment Security Act have been paid in full or provided for with respect to the following public works contract: NE 27th St/Aberdeen Ave NE Storm drainagement improvemnets&East Kennnydale Sewer interceptor The Employment Security Department hereby certifies that it has no claim pursuant to RCW ed above for tax attributable to service performed Security public 50.24.130 against the public body nam scribed contract. The Employment body by the above named contractor on the above de Y Department releases its lien on the retained percentage,g which is provided by RCW 60.28.040 for contributions,penalties and interest du n from This certificate does not release said contractor from liability for additional contributions, penalties and interest which may be later determined to be due with respect to the above mentioned contract. Dated at Olympia,Washington on November 8, 1999. COMMISSIONER E NT SECURITY DEPARTMENT B Y (Authorized Representative) CITY 0 Original—Disbursing Officer i r;�� Duplicate—Employer Triplicate--Central Office Files NOV 1 51999 EMS 8449 760 R3-98 m rn m a O O O O O O O O LO O O O O O O O O O O O O O N O O O O O O O O O O O O O O O O O O. In O O 0 O O- O LO LO t- 69 69 69 00 - E N LO O O to O LO - - O co c 0 U � — 64 � � � E9 M � o m Y R N � C m 0 O O O O O O O O O. O O O O O d V U> U� Ut In In Lq U( Lq U( O O O O O L O O O O O O O O O O r O O O s rZ u cm r .O- d N 3 O U E L cn O O O O O O O O LO O O O O O O O O O O O O O N O O O O O N O O O O O O O O •- O O O O O L) 3 d ++ � O O O O O 0 In LO 6R v co N 64 U O Q N N tt7 O O LO O In O O co 0 3 U v N - � � 6q � � N � cn m V). a t � N N t O O O O O O O O O O O O O O 0 U•) Ln LO U) LO LO In Ln In O O O O O M L c N 0 O O O O O O O O O O O CL (D W U d y IL LLI :Em z W- O O O O O O O O O O O O O 0 0 O O O O O O O O un o o O O O O O O O O O O O N O O O O O F- c O O O O O O O O O � NT co N 00 N ;O_ 00 tq O O O O O O co Cl) O O O co 0 CD E 00 LC) CT O w O � 69 Co CO � - N Z �h Cl) i-' .- c-- - 69 609, O O 6H Cl) N Q Q 69 69 69 Eg 69 69 Cl) N 6% 61> O 6091 64 0 U W H O O O O O O O O O O O O O O w -a c O O O O O O O O LO O O O O O m O O O 6 O O O O O O O O O O W U LO 00 00 00 O O 00 M r CO CD O -t 3 0 Q O C 'E U v M ° ° ° z c = a z w wo > LO rn r- 00 r- 00 CL Cl)� iA N LO Cl) °V O LO M W = LO N N 0) C CO O F Q D Z fn (n fn (n (n to U) Q LL LL LL LL LL LL J J J J J J J W J J J J J J N 0) O m (D _N �- @ .Q O C T @ 0 'X a. a. W 00 o °� ai c a`�i o c s U L o > > 3 3 p c � rn o O u> - a a. m Y `- p 0 @ U cn U Lo n in ° cn _ _n O N tT w O L N O W O a U U !� a. 04(o m Z o c 3 F c ) E 3 U V 3 a n> 0 E W W O L O N O N OL 0) O N O It O O 0) _ _ --co O dj (n U o U Q W F- a. Q' N W .- U) w CO N cn = W F- F- Q E d Q) p Q - Z W N M 4 6 CO f� 00 O _O �_ N M 4 O O O O O O O O O r d m ~ O O O O O O O O O O O O O O N d m M d O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O . . . . . O O O O_ O O O O O O O O O O O 69 O CO ER 69 E9 64 6A O O O O O O O ++ r- m IQ 'V' N In O O M C 0 0 r O ems- V N M s- 3 cn U 69 6q 6a 6A EA O a Y R N L C m 0 Cl O O O O O O O O O O O O O O O 't-+ O O O O O O O O O O O O O O O L O C a) O O O O O O CL U Co r CL U 0 3 U E � L Z 0 cn O O O O O O O O O O O O O O O' U) O O O O O O O O O O O O O O O 3 C r O O O O O O O O O O O O O O O WL Q 3 0 LO LO ER ER O CO COO O O E9 E9 E9 E9 E9 E9 6A c O d U � O_ M C70 n d 3 EA E9 � a W w CA d a O O O O O O O O O O 0 O O O O O O O O O O O O O O O O O O O d L O • •- � O O O O O O W d fn 2d2 � L Q' y i� d FW- F m Z_ 2 w O O O O O O O O O O O O O O O O O O O O O O o O O O O O O O O a 0 0 0 0 0 0 a C) 0 0 0 0 C) 0 U') O (0 O O O O O O O O O o O O 0 U') — O) O CO (0 O O LO V* N to O O M Q (Y1 r` to ti O M 00 t` CO � N M 69 Z EA - 619, 69 N — — W, 69 69 Q O Q 691 69 69 ER 69 69 6r 4 Q W U N O O O O O O O O O O O O O O O W a C O O O O O O O O O O O O O O O Cn m O O O O O O O O O O O O O O O W U LO � V- O O O O O O O O O O O O J 3 O O O C r r LO In Cl Cl) QQ J C — U N co O N Z C Y R U) W O >. r, 00 CA N O CO <- M r It N N r r U') CO ' O M .- r U W VJ @ Cl) CU c O 0 LL LL LL Q LL LL Q Q Q LL. LL Q Q Q Q J J J U W > > W W W > > W W W W a L Q N d N N a N (U N N Q C a p a a C m d. CL _ N O N 0 d a "p0 00 p- N 3 � N m co Q- N -Op d W 00 N N M p °� � 00 N N N N Cn 00 C O U Q O O p O Q O O O N 6 m C O N N C1 C2 a a) a) 2 a d S S N 2 2 2 2 p 2 S N `L Cp Q 4 W W Cc 2 a 2 p n x h N L a- CL (n U w Cn U U N Q Q +� Q m m >, W W ca m O 3 U U (n (n N (n (n •y (n m (n U ti (4 U U H m N , w F N Q O O p Q - Z to 6 r-� C_O 6 O N M 4 In O r-: c6 O) N N N N N N N N N N a. m O O O O O O O O O O O O O O O Cl) O O cu C O O O O O O O O O O O O O O . . . . O O O O O O LO LO O O LO O O O 63 64 O O O O I- ti LO (C) N In 0) In r O O Lr O N N co - N N co CM O O LO O V' r-• 6R C4 N r 3 64 E» 613, E» 61). 64 <»U u 601, O Y R N � C m O_ O O O O O O O O O O O O O O O) �t O O U� U lq to to to to Lq U� to U� to L O c N O O O O O O O O O O O O O O Q U Co L w 0 a U) 41 c6 U E E � L t 0 O O O O O O O O O O O O O O. 0 0 0 o O o o O O o 0 o O O N 'C L O O O O O O r- U7 O O In O O O O O O O O O n LO LO N U) O LO 0 Q O to O O O N N co - N I p U 3 N to V N 0) 0 N N Ld O tt .-- O cl 6. N N O 3 cn 64 64 t- (0 64 64 64 64 64 64 64 64 y � � d CL cn s 0 o O O O O O o O o o O O o d °-' c N 0 r O O O O O O O O O O O W ad U) d CU N a LU H m z 0 0 0 O 0 0 0 Cl O O O O O O O o 0 o O o 0 0 0 0 0 0 0 0 0 O O O O O O O Cl O O O O O O O O O O O O Wn LO Co o Un O 0o 0 N - O O uj O O O O W) M (n I- N Ul O � p CO 0 N N O O O N N N (6 V V N N Z E 6R 64 M64 C14 64 69 Cl) (14 6). 64 6. 64 H-T 64 Q O 64 L U W H o O O o 0 o O O o O o O o O W a c O o O O O o 0 0 o O O O o 0 cn O O O O c6 O O O ui O O O O O W m U o — o LO LO O LO C) o LO J O Q O C U - N : a z c w �_ Z in Q W O >+ N O O O N O O h (C) O O r a) .- O O O W) � M r 00 00 U W@ M O O O N O O N C Z Z Z `Q J O O U) W U) J O U) J W U) J U) L N 4) O i Y O U) c (3) S' j O m Ca f0 n a) O a- 0 a� E -� � U > n 3 a L > O a m2 c a O m > m y F- O c co x — s I- 3 .. _ o g O m c � y W N U) Y 'O O w U1 co C O f`6 J N a-- N 0 LL O 0 O O c6 = C1 0 (d (0 J 0 O d O ._ f6 a c N J Y E d Y O U (O m '_' O Q m 0) f0 >CD c > fq N U a) 0 U) >, c > o " > aEi iv ,c-� 0 3 O 0 D v w (a c c c 0 a) cu 0 Q > > E 0 E L E - 6 c c ai U U )LL U) Q d a � !1 OfU of -- Y cu L,L F- F- � � EZ p Q - O .- N M 4 to O r-_: 00 O O <- N M M CO M co M Cl) Cl) M M Cl) It It Q. CO ICD O O O O O O O O Cl O O O O v a� of ca CL 0 0 0 0 0 0 0 o O o o to CO O O O O O O O O O O O N M Mo .In O O O O O O 0 O O O - .- N It 00 O to -to O O O to 6r- fA O (D w .`+ 00 v N r- MP) M to N N (A C 0 <00, - � f!-? (A b4 NEA EA (A COD d3 to O Q�l .a Y N � C m O O O O O O O O O O O O a) r- Z U? to Lo Uo to to to Mo to O O O U O O O O O d 0 F (n CD U y R CL v 3 E t $ cn O O o 0 0 0 0 o O Cl o to 0) v y O O O O O O O O O O O N M (D 3 r to O O O O O O O O O O r t- N v 00 O to to O O O to O O co to Cl) WQ 3 �► co �t v N � to M Mo N O O v W 7 O O U O EH (A fA (Vi CA EA � b9 M t' 6 w 47 a7 N 69 Q3 a a cn -Na t 0 0 0 0 o O O o 0 0 0 � � y H to to to to to to Mo Mn to o o w a c C �' 0 0 0 0 0 0 0 0 0 1 U cn a) C0 Ix N U)N F- D CL Z 2 w o O O o O O O O O o 0 0 0 0 0 O O O O O O O O O O O to r- N O O O O O O O O O O O N N to � C O (D O O O O O O Co O O CO W ;O_ CD Z m ¢ ER co o to O (D O to O O CD CD N O 1E - N N O O O 04 CA CR fA Cf} EA 64 N O M W N O O O O O O O O O O O w O C O O O O O O O O O O O cn O to O O O 6 O O 6 O 6 O w m U It (D O O O O O O O O J 3 o eT to Mn O O to O to QQ O C U to M N Z Y c R F- C9 U) w O >+ N CD N •- O IL 00 - (O d N C I' N N N W 3 c 0 E w w ¢ ¢ ¢ ¢ LL cn (n U) ¢ J J W W W W J J J J W U) U) c (D c ° O U N U U 7 U) C m LL a) ¢ O O C LL U a) N Q a a-- n - c OD 'c a c a a) m ° x c O •� 0) m a3i a�i c °' U � o > > m w@ vN > F- U) t a r' ai w a� a) m m Z >, ° z w ca o in x .s m co is c > > co i w r ca (n v rn ca N '� m o f (D U o N U C (D c O o w fn C6 >+ N N (a ca a O c fl. N t6 Y C � C O N W m °� C7 C7 0) ti o 4) m W co o '0 a) m o (D co a co iD 'co � ¢ U iO Z F- otf � � U m U (n U) F . w i— F- a�i cl m Z to (O P,: c6 d) O r N M d It It v v It Mo to to to Mo CL CO O O O O O Cl Cl O O O O LO a) rn (m a E N C ao+ O o U U a Y N � C m O O C a) r a 0 `m r N 3 0 U C d � .c F- U N w s a 3 0 cn O 3 in U m a t Q: N 0 eta F- a L c a (D `m ad U U m 0 cu m m FW- Z_ � o O O O O O O O o 0 0 o O o 0 o 0 0 0 0 0 0 Lq o O O O o 0 F C) C) 0 C) 0 Cl 0 0) ui o 0 0 0 C) 0 o O Cl o O O r- co v O O o ;D 00 O o Ui M Oct O M O Ui O p C0 C o LO N LO N — N M v Cl) N Z Q (0 M O E9 EA ER (A 6T EA (R � � _611. ER (A (A Q O L U W N O O O O O CD C) o O o W O O o 0 C) 0 m 0 O O O O O O O M C3 O O O C0 W U o o O O o C) o v O o o O 0 C) (n o 0 o CO C) J - - - - - 3 O ao Q O C +- U O to N � N N Z c � Z C W c W o a .•-• t` M to 00 O) co LO N tO O N M M fN C N N N LC) 2 w N N m U C Z) U U U U U U Q LL. LL LL LL. Q LL Q J J J J J J w J J J .J W > W CD a) a _ 3 ° a a °� m M a� o N ° n v co - cu co 75 CL N N N ODD a co O c °) U W c ai m rn w co Z c y 0 > o 3 3 ° m _ 0 Y o D p U � o U U U a m C) ° (n U N a W w p a .@N N E y 0 U U U U U> >m _ o c a°W o ° O CO o (L) o o i ci U U U p F- U Q w F- .- U 00 i° v v a) v p H ui aUi 0 aa)) ° Z O O O O O O O O O O _ N M y d m O O O o O O O O O O O O O O a) rn a) CL I 'I E L N 3 in U 0 V !li y L C m 2 0 C a) ^ L IL ` ca CD = y 1J C VJ 0 3 4 0 U E L y W .0C a 3 0 0 � 3 � U d a t (n 0 _ F— F- a Q, (D a) W fn d 0 t U 0 ui z � m 2 w O O o O O O o o C) o O to V)0 0 o O O O O O O o o In cp f- O C) d C) o 0 0 o d d v m v 0 C) C) C) C) C) o O O C) .- - cn :O 00 O O N O O O — O O O 't O M p CD N co M co 00 O N N — N N M O z Q E9 E9 6q 6q E9 ER E9 E9 E9 69 M MR (Vtt Q 0 69 69 w U W r O O O O O O O O O O W W co 0 m U ° m `�' o `n `n °O o �C) Q O C » U N .- p a) Q d z C z Y � � 0 WO _ O O O O O 00 O 't 0. O O M O co O N O N C N O Cl) (.0 W 7 m W) m 0 c F- F- (n J (n J (n J J J co co .O L O U) '0 0 C U � L) � m m CD co N O U Q U Q.? �. L O (n U C m c°o ° ° 3 Q E m -0 o m C U w w F' M 'O '6 -p O � N > F- C r C6 m C O N C Y C C C C7 a) W a3 .6 O L) N CD , N O N a 7 C m m a) a O d d C7 X Z Y Q m (n a) a) Y a) c m p Z a) (A () ca V y N a U iv ,_ p 3 0@ N U v N C O w w m ° n 3 > E ° E c 3 N n Y 3 h m w N , LL (n Q U M w cn U J z 6 0Y U U U F- w F— F— N Q a) z LC) c0 r-� 00 O O r N M N N N d. m O O O O O O O O O O a� rn cu CL C N O 0 O 3 v O v Y O N � C m O L p O (D E Cc d U @ CO^^L ,,p^^ CL V/ V/ 0 3 a U E cn d N W Q 3 O O c 3 U) v T a r in Q. N O R � H ad L w U) d i L y D LU :Em z m w o 0 0 0 0 0 0 0 0 o O O O o O o 0 0 0 o O o 0 0 0 o O O o -- 0 0 0 0 0 o ri o 0 0 0 0 0 0 ~ C O O O O O O Cl) O O O O O O O d ❑ 0 O t) O O O to — O O O O O N LO C 0 0 O N to N — —7 V7 —7 (O I .- N tl r- z Q - 69 69 64 ER 69 O 69 69 69 69 69 � Q O 64 W U L O O O O O O O O O O O O O O L C O O O O O O O O O O O O O O U) p O O O O O O M 6 O O O O 6 O m U O O O O O O O V' O O O — to UJ O U') O O O (h O O O JQ 30 o .r N O N to N r- N ❑ J L O L z c g z Y R cn wLp > to to 0o O o 0 Q (D N O O to y � O N N ti W O e- N U c E U) U) U) U) (n ¢ ti LL ¢ ¢ Q o o J J J J J W J J W W W F- H V) U) U) c CL rn o m p N n U cu a C O"O O >. p Lu Oo 'C rn C O f N U O LU cu t f- N(1) J O 0 2 O g 3 O N C d d Q. a r O N CO U t6 T Y N ❑ ❑ .N 16 c U p @ E o a d m CL CL i4 m N T =U O C U W f0 N p O m ] flto 7 O Co U) U) U U Q W w N U) - 'V U U Lp_ UN) Q U W A) ❑ O 510 - Z N M to (O t_ oo O O N_ M V O O O O O O O O O .-- d m O O 0 O O O O O 0 O O O O O c a) rn a) CL L 0 C y O o cn U Y c6 N i C m 2 0 C a) O CL v co a- 0 3 U E d L t � F- ch N F- 0 = W t o 3 0 O N 3 ch U a � d a .c cn O a. CL (D L I W U) m 0 m N cn F- F- m a Z WO O O O O O O O O �T 't O O O O O O O O O O Vt V• O O O O O O O O Cl) � � ;•d 00 Cl) Ot- tLO O. r- O LO O (D � a m t0 N r r r O co C Z Q tR tfT b9 EA EA to ER fA r N Q � 6 a' O W U W ,0 C o O O o O C) o O W m O o Lo 0 C)C) O U Q 0 c m D ,J •— 'c U Of a) d Z C W C �' cn W 0 O r O 'T O N r �- a) .� ti a-- M In U N @ (D M W 3 �" N U c $ = J cn J W cn W J W U) N a) C U U a) �- O m U C ca a) @ E N O a.? O Lp C U N U m U N L a) F- N O a � a) N m @ mU J d - a °6 2 cn x Y a) a) 'Y a) 'D a) N •N a co U CJ C co U x a) � @ F- Cl) in N E 0 3 0 �° o p Q) m .- L) 0 U m ca >. > E a) E -0 E - ° a'� M W c>a a) a) 0 CD iv @ m a) Co 0 m O ai a a cn a U J a F- (n U) F- "= W Q N a) Z L6 O N W O 1- N N N N a CO O O O O O 0 0 O rn a� rn m n. N C 0 O o U Y (C y L C m O .°'. p u E t o m p r :3 CL 0 3 Q U E N � F- y N L) m Q 3 0 'O co 3 N U m a = in F- F- W (n 02 E � LU f- m Z 0: O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 C O O O O O O O O O O O O O O O O O O O O (( N O O O � O O O O U) O O O O O () (n O (n O O (O 14, Cl) m E C6 (O (n 1 r r N 69 N (fl ' 69 69 Z Q 69 69 69 64 (Vi 69 69 69 69 - 69 Q Q, O W U w' O O O O O O O O O O O O O O N O O O O O O O O O O O O O O O cn .O m 0 O O O O O (n O O O O 6 O Lo O O W O O O O O 1- IT CD O OD LO Q O C N OO O LO um) Z C (D = d Z W c Z' cn Q W O .«T. N CC) •-- N O O O O � O Q- N O C Cl) LO O N N y M IT co W � c U E`o Z) cn cn cn cn cn u. LL Q Q o o > LL > tL J J J J J J J W W H (n J (n J N O O (D T C (0 (n d �. 'O p C (L) CU U C d d 7 V .E 14 O f6 (d .Q C E E T .0 O U O Q N C O U W C (n .@ C C O w f6 M r O 0 J O CO 7 O a a .- U (6 w U' Y (0 0 0 @ otf () � W W n m a U) aa) O Y m C a W U O L O N O N O c0 N c0 m O N fA (9 N � CD :3 Qj cn cn U H U Q W .-- r v U LL (n Q U d (n U W U H H Q N O Z 60 — r- N M d (() (O h C6 6 O_ � N_ M 4 ui O O O O O O O O O r CL m O O O O O O O O O Cl O O O O O 0 m rn m a 0o to (n 1- N O to n v E «+ R ov Cro L N co qtr 0 O O 3 cn U J rn o o Q N N L C O m 0 L 0 C. N D U CL 0 3 U E (D L 0 ~ V) co N f` U O Q h m v v t °' °'w t L o N �iO d z N U y m L a n w N (L (n t N N CD C6 C6 mN EA 6H Z E 0 O O N N c O _O 1` P- m O 64 :3 M M Q m Q CO CO ,I O C N N W U U) O W C O cn 0 CD W m O (C Q O C — N o J 'L C .` Q It CD N Z C 7 M N N LU Y v rn U) M Q L W O > a - ULL (C6 N � i C E c O � J C 111 N O J_ U) m W CD CO C U N o _ a E m a m > > U L C O (n (6 ed U DO d C N p� x V '_ Z- N d N N (—UO O cn ?� O FQ- L LLI fn !n F- cn cn O , W F- F- t < E 6 A) 0 5,0 — co a m o CITY OF RENTON • P/B/PW DEPARTMENT • (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule A (Note: Unit prices for all items,all extenbons,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. , ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 1 1 Mobilization Lump Sum $ 1�01?7-17 E%6­4'r 1�us�wfl f-r ve t1u�ron,Lo per Lump Sum (words) figures a 2 1 Shoring, Design Construction&Maintenance !! m Lump Sum $ -Tv-he-t�r tV1✓ -r++ousaan 350 , — 3�,o� per Lump Sum (words) figures 3 1 Dewatering Lump Sum $ -FSk1 t Or . per Lump Sum (words) figures 4 1 Traffic Control — Lump Sum $ t1_T'Hc:1—!-- 'cam ICrOCO,CID 1 O, ooh per (words) figures 5 1 Construction and As-built survey t�j pop cc �j pb0 Lump Sum $ per Lump Sum (words) figures 6 1 Erosion Control �p _ Lump Sum $ 'T'vJ per Lump Sum (words) figures 7 1 Temporary Overhead Power Relocation I 000 Lump Sum $ � .� brJE �t5artr� r per Lump Sum (words) figures 8 1 Re-establish existing Monuments Each $per Each (words) figures 9 5,535 TV Inspection 50 g 30 Z Linear Foot $ dtJG -V'ZU.AK. 4"-tp FI E iY C�1nIfS I r per Linear Foot (words) figures ts_server\H:\pay_est\S 2162\newproj3.xis • CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule A (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words 1 and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 10 2,339 24"C905 PVC Storm Pipe Linear Foot $ ONE 4%j-m(7—^D (",;z -j0, - 30 -7 C) per Linear Foot (words) figures 11 2,467 16"C905 PVC Sewer Pipe Linear Foot $ 01sic oo 2-9(/ o yo — per Linear Foot (words) figures 12 68 8"PVC Sewer Pipe Cp Linear Foot $ 5r'1-7T� (CO• .111 0 a 0 per Linear Foot (words) figures 13 527 6"PVC Sewer Pipe Linear Foot $ per Linear Foot (words) figures 14 378 28"O.D. HDPE Storm Pipe CO Linear Foot S Sr XT'( (00. '- ZZ�602)0 per Linear Foot (words) figures 15 351 18"O.D. HDPE Storm Pipe �^ co Linear Foot $ F;" Linear ' 1-7)SSU per Linear Foot (words) figures 16 68 18"CPEP Storm Pipe 00 Linear Foot $ :!i--VVQ-rr F:i V6 -75• 5/ /00 per Linear Foot (words) figures 17 449 12"CPEP Storm Pipe Linear Foot $ x"0ely ' /7 %0 per Linear Foot (words) figures ts_server\H:\pay_est\S_2162\newproj3.xls • CITY OF RENTON • P/B/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule A (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 18 12 48"SSMH (0'-8'deep) Each $ Z/ . — Zy o00 per Each (words). figures 19 106 48"SSMH (over 8'and less than 20'deep) o� VF $ Or4a: (..(-ut—►TPZ 09 I(70,r 10�(000 per VF (words) figures 20 36 48"SSMH (over 20'deep) _ VF $ ol�t,G t-tv��� ! l�O per VF (words) figures 21 1 48"SSMH (#13)w/outside drop(over 20'deep) _ Each $ -n4C.t 5anl 9 8��0 8" O Op per Each (words) figures 22 3 54"SSMH (#7,8,14)wlnside drop(over 20'deep) cc 27 o0a _ Each $ V41 41F, -1-4t s.t5a �--> per Each (words) figures 23 11 48"SDMH (0'-8'deep) I Soo, C0 Each $ —tvE 4hJ^J j;z 500 r per Each (words) figures 24 114 48"SDMH(over 8'and less than 20'deep) ' VF $ Of,t E f+U&�=� 100,x 11 /400 per VF (words) figures 25 42 48"SDMH (over 20'deep) VF $ U.1e ..ts�eG� (00.� '4,Z coo per VF (words) figures is_serveM:loay_est1S_2162\newproj 3.xls i • CITY OF RENTON • P/B/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule A (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 26 1 60"CB Type-2 Each $ —TAnl o c SAn.iD > i�� Nti�1 t� 2S per Each (words) figures 27 2 48"CS Type-2 Each $ fa�t� r�+ousa.rvr� r=�v� t�vrt�z� �JOO, 3� o CTO I per Eacb (words) figures 28 11 CB Type-1 Each $ 0 n1E — 7+t=, 6-.J r� I 000. ( ( oOp ` per Each (words) figures 29 1 Plug Existing Storm co Each $ S cz per Each (words) figures 30 2 Connect to Existing Manhole Each $ ONs —r*Mj5a1.►r- �,cY�D,°—° 2� v-)0 — per Each (words) figures 31 1 Convert Existing Lift Station to SSMH do Lump Sum $ `fW o "ri+cz�.5ot�►� �t� t Eu►.�v�r 2 I cX�. per Lump Sum (words) figures 32 3,000 Foundation Ton $ TAI l a°—° 30,000 — per Ton (words) figures 33 20,000 Select Backfill 00 _ Ton $ per Ton (words) figures 34 900 Gravel Road Square Yd $per Square Yd (words) figures J ts_serverYl:lpay_est1S_21621newproj3.xls • CITY OF RENTON • PB/PW DEPARTMENT (Schedule of Prices) East Kennydale;Sewer/Storm Interceptor Project Schedule A (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) =QUANTITY ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT (Unit Prices to be Written in Words) Dollars CIS. Dollars Cts. 35 2 Trench Plug a' 2 Each $ CN'E –f"�-auSATJr� (1 OCO, -- � C:)00 per Each (words) figures 36 651 Asphalt Patch Including Crus.Surf.Top Course Square Yd $ I`LF—1 -r 3Z/5S0 - per Square Yd (words) figures 37 1,670 Pavement Sawcutting Linear Foot $ F1 VI% �•oo x,35 O per Linear Foot (words) figures 38 130 2"Asphalt Overlay Parking Lot Ton $ f-51 �O-� �p,5oo _ per Ton (words) figures 39 17 Remove and Replace Sidewalk&Driveway Square Yd $ ONE H-c.t-"?ee�T? l 00. 1 1?O o per Square Yd (words) figures 40 85 Remove and Replace Curb and Gutter Linear Foot $ ® '4 J 25 O per Linear Foot (words) figures 41 9 Remove Large Trees(12"Diam and Over) Each $ rIVS 5U0,— y, Sao _ per Each (words) figures 42 2,980 Sod Restoration for Kennydale Lions Park Co ^ Square Yd $ C>IJ 1✓ per Square Yd (words) figures 43 1 Landscape Restoration Lump Sum $ --1100 f:t VEF 0h1AJt20e? 2l ' Z�1760 per Lump Sum (words) figures ts_server%H:\pay_est\.S_2162\newproi3.xls . CITY OF RENTON • P/B/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule A (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID NO. QUANTITY UNIT PRICE AMOUNT (Unit Prices to be Written in Words) Dollars CIS. Dollars Cts. 44 482 8"DI Class 52 Water Pipe&Fittings(Push-on Joint) 11 � 00 _ Linear Foot $ FnQ�`r P t V E `rt�� Z (-) Cv 9 O per Linear Foot (words) figures 45 216 8"DI Class 350 Water Pipe&Fittings(Restrained Joint) / ca Linear Foot $ .51-A ' CoU. Z 1 9(",(:)— per Linear Foot (words) figures 46 2 6"Gate Valve Each $ T--CXje- Iper Each (words) figures I47 1 8"Gate Valve Each $ FIVe- LI-v nez �500, 5ov per Each (words) figures 48 1 2"Temporary Blow-Off Assembly co Each $ Oi`!6 -T4auSaav>D 4U-1 I I 150, — 15 8O — per Each (words) figures 49 1 Connection to Existing 6"steel watermain at STA 8+93.63 00 Each $ 1=1 Vt-,- per Each (words) figures 50 , 260 New Chain-Link Fence 00 Linear Foot $ '1-1e�rj 10' — Z1 (opa — per Linear Foot (words) figures 51 1 Temporary Const Fence and Reset Existing Fence av Lump Sum $ T4h21✓E —rjeuLjj5n,r.lF �,000, 3 �a per Lump Sum (words) figures ts_server%H:lpay_estkS 2162\newproj3.xis CITY OF RENTON • PB/PW DEPARTMENT (Schedule of Prices) E; East Kennydale Sewer/Storm Interceptor Project !I Schedule A (Note: Unit prices for all items.all extentions.and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 52 1 Replace Pavement Markings and Traffic Buttons Lump Sum $ Fr v>: r.Iti—'rPz 500 5 00— per Lump Sum (words) figures is 53 1 Connect Parks Recreation Building to Sewer n Lump Sum $ �WQ TauSA*�►c� Zi °� - 2� 000 per Lump Sum (words) figures 54 2 Clean Out r Each $ F Vle7" IItitr stxt,�� 5vo,�= /� oob !. per Each (words) figures r S"e Subtotal Schedule"A" r 239 (082. 7a 8.6% Sales Tax 10(01(0!2, — Total Schedule"A" l 3410 --9 5, ts_serveM:\pay_est\S 21621newproj3.xls ` CITY OF RENTON P/B/PW DEPARTMENT .:.• s:,(Schedule of Price s) East Kennydale Sewer/Storm Interceptor Project . K, REVISED k'�,l g 4 y+' ,:>ft•� _, end flgUf'C$end MA1ef@ OOfd1lC1�OCCt1f5$fC NRill@!1 Cr��8tn0URt Gr bldelTU1$t b@_showrL Shovi unft prices in both words (. �- fT •� q � i y - typed WOfds shall pfeVell.) �941,<r_..- t..�.^9._ '' � •: ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUR r NO. QUANTITY (Unit Prices to be Written In Words) `�* ~� d z.; Dollars '`Cts. Dollars ``Cts. ' Mobilization. u Lump Sum o OD per Lump Sum (words) figures ; r r 7r I `� ..;.,. •-`'..� - .,: .. .,. it Shoring,'Design Construction&Maintenance - 2r ' iLUM Sum Per-lump Sum (words) : figures i� 4 JR' '3Y.�• } 3? 1 Dewatenng` a t , Co Z 1500 Lump Sum $ t W o t VOLE 4(> F tK ►�'D "� 1 per Lump Sum (words) figures , .4 .1 Traffic Control 5 ooa a 00 Lump Sum $ 1VE= ocA — k per Lump Sum (words) figures Construction and As-built survey Lump Sum $ -('W o TNC aa.nit� - 2/`x'v• ' Z o00 er,:Lum Sum P P (words) figures .; Erosion Control } iN x� a y r $ `-� �� -J� , a: '�� .ate• ,f Co . �L.ump­S­um per=Lu p Sum r s (words) � ° �;'�� �rxlF figures t r' ; e=esta oils h exlStingiVlOnume '� ' k WO S 'x"ftil r <ea oo r o s gures p�, � 7. r 05 1Y C9W PVC Sewer Pipe: `t Linear FOOL �'{u r (WOrdS)c h � +a: i�ty%J "fi9UrS. it" '-�. �� � r`�! �.. �.,5 �.4'nd•-.-.Pt• .v'_'r _ M i�e^y��S '-r'' � y "y . 'S"� _ i- !� FyV�yy�..• x.. 1 ..�y�.� Rp n.:-.h Y` �-ii"` � r.. �,_, ct+r < fn '�. c �r.^..^� {.7 C~ xt+`�'y i" s'd' a' 'ij`fT�-(• * '�.4� { �` -t } 1.,x^4` •* S„��4��; i^"'T .�°�3 c�'7f^��y •}1` 1;5'�'�"i'i' K�1� 's * 'r4F - .. � . CITY OF RENTON `. -'J PWW DEPARTMENT -'•_ ...(Schedule of Prices) w; East Kennydale Sewer/Storm Interceptor Project REVISED -,Schedule B a { .(Noce: Unlr pfi02S for an itertlS,811 BXl8nUOnS,and WW 8rt10lNir Of bid rtMISt be Ef10WIL SNOW Unk pfiCB3 in both words and rI9UreS and where COn11iCt OCClgB�B W(1aBn Of�Iped WIXd4 Shall PfBVaG) 2 �'•',`Y kTr` ? XP-k--4. ,N *� l x ..?e� ? �?� �• n ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT -NO. QUANTITY (Unit Prices to be Written in Words) '`` Dollars ".Cts-"` ' Dollars ,.10 228 8"PVC Sewer Pipe 00 .� �,, _ •'._13 X80 Linear Foot $ y per.Linear Foot (words) ' +-y x :x� figures a s.°'+`.�,'v�?rls K1 1,539 6 PVC Sewer Pipe od - Linear Foot $ SIFT( / „ per Linear Foot (words) figures . I•r4� _ - ;: 2 '' "8 48 SSMH(0-8 deep) ,co Each $ �W o ��+u35ti Z,�D per Each (words) figures 35 48"SSMH(over 8'.deep and less than 20'deep) VF $ Oh1tG E}vr� ,500 r fir,' per VF (words) figures ez 48"SSMH(#20&22)w/Outside Drop(approx 15'-18'deep) Each $ �1 —T�►tuj gr off, 1 (or OCR per Each (words) figures • • v 5 " 00 ' Foundation - ,' Ob - z��Y .;Per Ton : . (words) : figures wit elect adcfill y"� wo 9 y � p atct�.n ng Crush. urfTop Uotirse Y Y y n per Square Yd s (words) ":r'x't "« .figures `' i '.`. Z4' h1_ I 'ftfY'n 4,. :. �h 3 e'sY y Cr7�kr FTr�Y'• Y- i` „`" � � 0G. avemenf Sawcutting ..tiPe rr:Lnear Foot ((words)ti 4 fi 9' tire s 3 ��'z ? .t -,,�� r.# � �.!:;�'+��•"„' ""F.r'a"" �. '!A.•a� a A t^ e� .. "il. -.:.r r'%•pis;:: ' F::. -. q•....... . ! b. "i.: _ CITY OF RENTON PB/PW DEPARTMENT ' (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project. REVISED - Schedule B t _ (Note Unit prices for ap Items,all extenNons,and total amount of bid must be shown. Show unit prices in both words r and figures and where eormict OCGIrB the written or prevail) fig typed words shall t`�'7 f r♦ . y REM APPROX. ITEM WITH UNIT PRICED BID _ UNIT PRICE AMOUNT :NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. '''Dollars'46s� 19 89 Remove and Replace Sidewalk and Driveway = ' Square Yds $ ONE f hart�7e7 l c�0 S I�c�D ?_ per Square Yds (words) figures ? s. p' x>5t -�Oy- ia 'rti? • - -.r_.ft�j R 20 198 Remove and Replace Curb and Gutter w Linear Foot $ 1^1 f1Y �' 9 t��� r per Linear Foot (words) figures 21 _ 420 _ Landscape Restoration Square Yds . $ 1:1 t19 bp..- '' per Square Yds (words) figures 22 1 New Concrete Driveway at 2746 NE 24th St .oo ,t z. Lump Sum $ '(WD ti�css5a�lc� 2�°ao 2i °°o per Lump Sum (words) figures Replace Pavement Markings&Traffic Buttons _ Lump Sum $ 0MIr.F per Lump Sum (words) figures t24 4 Sewer Cleanout Each $ 1ku . — COO ` per Each . (words) figures y� t 4 "Subtotal Schedule"B" H r .{ f ; � T - 39 �(`i• `� 3�yyf ;.-F,t r_' �6w/o-SalesTax r i ! r'1 . irk.cy" •�"r- rrL, y�.. .� a : �33` �19.: �•..:: • .ate z3'f�s: � �`�t`..„ c r t Y ..r ,.:,:� � 'v ,1,—��`-r;FTf aT�C�"-x��.!�.cf.`" :'.- i ft. t f 1S' _ 4T ". '`j�` v _f.sf• '�p3� Y ,+ - J �r✓y } a.Gh r, "�y"�s 'r_y•av`� 'L�.,y' �rti t���.�"t yr ., ��''�': r�~'- ;a � .. - 'ky�{.,,yr�77 a. '�^A. �:, t'i'£ir�: -;. c'=" � y; a Y S�.*� �.t -�c a " C r^ .tru..,� . .. •'„�'�rw"�?t.�"`ri :r � ��'� ak `r 9- y. S �w•slti "+ Lq" F a i y. v f b 440, €k r Ya` �; r. .. �t-'.F,F 1 � f - r't td:.''� L"w'-� jt ;✓t�' Y'd'�r. '\ �: .. 1� ✓•• - n'� 'F ,� a p1 M +•i :r i 1r ,:$ a r e a 3F.i.+ 2 tY•• c-: � Xr i v ar,,,;._ }:/t c< ♦c -t" t 9 '4 r.� a^�r±}war t Y`,� c t Y- v �. Yr. Y< t� t �tp�",�,Ft•-_ 3 �1 /<"F �A� :�yz tl YJ t'�r^,R •,r 4"�V.Vt 3 �,h.k X,rr�f_V, r11 �%' �j� `;' f r✓�.h4 i'2rt >c �, Y art scts*T.T '�"-`�'lni+� "''.- r'r �' v- _ .�i'ittn'}AC,`-A"!r ?•}s �e��..b1%'Q.' . 1' - i yq l = • s CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule C (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Stow unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts, 1 1 Mobilization oo _ Lump Sum $ Te►. t -�J5a.r4' 1�t tom, I r oo0 per Lump Sum (words) figures 2 1 Shoring, Design Construction&Maintenance Lump Sum F•JE t�u�' 2 tSoA "-° 2 Soo I per Lump Sum (words) figures 3 1 Traffic Control oa Lump Sum $ �� T�+cx�`arvJt� 5, ooO, 'J�o00 per Lump Sum (words) figures 4 1 Construction and As-built survey Lump Sum $ 'moo 7_V.5w c�) 2, °C)o.S, Zi o00 per (words) figures 5 1 Erosion Control w _ Lump Sum $ GNE per Lump Sum (words) figures 6 5 Re-establish existing Monuments _ Each $ "T�+2� t Eti le�� 0 1500 per Each (words) figures 7 1,011 24"CPEP Storm Pipe on io4t 133 Linear Foot $ �►.IE Nti►�+�� "n*'2E E 10 3. '- per Linear Foot (words) figures 8 25 12"CPEP Storm Pipe //^ 00 Linear Foot $ Fot rft per Linear Foot (words) figures 9 8 54"&48"CB Type-2 W Each $1VWO 'Tttbv5�r7 2 r �p per Each (words) figures CITY OF RENTON PB/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule C (Note: Unit prices for all hems,all extentions,and total amount of bid must be shown. Show unit prices in both words i and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID NO. QUANTITY UNIT P �D�ollars NT (Unit Prices to be Written in Words) DollarCts. i 10 1 CB Type 1 I Each $ Cj�E -n4ctv5A-3 P t m o 0 0 per Each (words) figures 11 1 Connect to Existing CB Type 2 cx� Each $ bulc— oco• — I 000 per Each (words) figures 12 200 Foundation Ton $ Q 2,CrJC� per Ton (words) figures 13 1,200 Select Backfill / Ton $ ��� �,OO -7 Zoo per Ton (words) figures 14 750 Asphalt Patch including Crush. Surf.Top Course Square Yds $ F)�1Y 50 - 3500 ^ per Square Yds (words) figures -15 1,670 Pavement Sawcutting Linear Foot $ T::t vv� per Linear Foot (words) figures 16 17 Remove and Replace Sidewalk and Driveway Square Yds $ O*4E7 per Square Yds (words) figures 17 30 Remove and Replace Curb and Gutter _ Linear Foot $ 1 tf-rf 60• 5U0 per Linear Foot (words) figures CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule C (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID NO. QUANTITY UNIT PRICE AMOUNT (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. _ 18 4 Remove Large Trees(12"Diam and over) co Each $ Fl VE LK"-JrEM per Each (words) figures 19 350 Landscape Restoration Square Yds $ 'F(VE per Square Yds (words) figures 20 2 Plug Existing Storm oo _ Each $ F-Ivs- µu 500, — 1 (n00 r per Each (words) figures 21 1 Replace Pavement Markings&Traffic Buttons Lump Sum $ OnlE -r:+A per Lump Sum (words) figures 22 1 Trench Plug Each $ ONE "Il{tiuS�N� I t oC) ,00 f cxjp per Each (words) figures Subtotal Schedule"C t� -2-1 C> (a33 . 8.6% Sales Tax I a 11 14V Total Schedule"C" 228 7 47, y`/ � i • CITY OF RENTON PB/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule D (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) =NO. QUANTITY OX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 1- 1 1 Mobilization Lump Sum $ E-:� I&,H-r I r sa..►rl 0/ °00 • — a/ 000 per Lump Sum (words) figures r2 1 Shoring, Design Construction&Maintenance Lump Sum $ 1 V_4 '"c�'_xsa4t ' per Lump Sum (words) figures 00 3 1 Traffic Control S�O Ft v , rc Lump Sum $ °use per u Sum (words) figures 4 1 Construction and As-built survey cc Lump Sum $ FIVE -FH-cz:utA-.f? 51 oco • - 5, 000 per (words) figures 5 1 Erosion Control o0 Lump Sum $ OaE d'J• /Coo- per Lump Sum (words) figures 6 322 18"CPEP Storm Pipe pp Linear Foot $ IF t vE Zy t l5c) per Linear Foot (words) figures 7 38 12"CPEP Storm Pipe i Linear Foot $ FOR' � 40. J per Linear Foot (words) figures 8 1 48"CB Type-1 Each $ ONE -T1ttkiSo4Jc] 'F%ve }Fv,,rT>Ze? i f5OO per Each (words) figures 9 2 CB Type 1 Each $ O+JE -t+tnu1_0 0 f oco.oo Zi 000 ^ per Each (words) figures CITY OF RENTON • P/B/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Schedule D (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 10 50 Foundation Ton $ TErJ I C) . SOP per Ton (words) figures 11 490 Select Backfill 00 Ton $ Cp, _ Z1 � 4o per Ton (words) figures 12 320 Asphalt Patch including Crush. Surf.Top Course 00 — Square Yds $ �O per Square Yds (words) figures 13 720 Pavement Sawcutting Co Linear Foot $ 'r—t V15 3,(-00::) per Linear Foot (words) figures 14, 4 Remove and Replace Sidewalk and Driveway _ Square Yds $ d^ 1 F J,-V� Cd,Co L{'Od per Square Yds (words) figures 15 6 Remove and Replace Curb and Gutter Linear Foot $ F�flIrf lff�o,CO 30CD per Linear Foot (words) figures 16. 1 Replace Pavement Markings&Traffic Buttons Lump Sum $ -Fix J(Ltti►2n rJ per Lump.Sum (words) figures . ob Subtotal Schedule"D" �Z�z — 8.6% Sales Tax -70 8-7.26 M Total Schedule"D" $9� • CITY OF RENTON • PB/PW DEPARTMENT (Schedule of Prices) East Kennydale Sewer/Storm Interceptor Project Total All Schedules (Note: Unit prices for all items,all extenbons,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. d Summary All Schedules (including 8.6% sales tax) 4A-V) �2,097-/$75/ Total Schedule"A" 134b Z9S,'"o Total Schedule"B" 42-8 33y,is Total Schedule"C" 22-61-7y-7,44 Total of Schedules A, B, &C(Basis of Bid award) o0 3/ 37(o 89 45-1 » Total Schedule D» The low bid will be determined by the total amount of bid schedules,A, B,and C. Each bidder shall bid on all schedules set forth in the bid forms. It is the City's intent to award all bid Schedules A, B,and C to one low bidder. Schedule"D"is an additive altemate and may be included in the contract as awarded based upon the total bid of Schedules A, B,and C. L I CITY OF RENTON e Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: CAG 98-051 EAST KENNYDALE SEWER INTERCEPTOR C.O.# 1 CONTRACTOR: GARY MERLINO CONSTRUCTION CO., Inc. SUMMARY OF PROPOSED CHANGE: Provide all equipment and work necessary to install jacking and receiving pits, boring and jacking of 24 steel casing pipe, installation of 12" PVC pipe, grouting, restoration and any other items necessary to install the above pipes at the intersection of NE 24th St. and Edmonds Ave NE. This Item shall supercede all other bid item quantities for open-cut and restoration which were originally required to complete the crossing on NE 24th St. under Edmonds Ave NE. ITEM Additional Quantities Under This Change Order UNIT Unit Price Total Price Schedule A 25 NEW ITEM:Horizontal Bore under intersection of NE 24th St LS $29,000.00 $29,000.00 Sch.B and Edmonds Ave NE Sub Total $29,000.00 Sales Tax $2,494.00 Total $31,494.00 ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED CONTRACT TOTAL AMOUNT AMOUNT THIS ORDER AFTER CHANGE $2,092,874.05 $2,092,874.05 $31,494.00 $2,124,368.05 SIGNATURES: Contractor: Date: 8 y s Project Engineer: Date: 7 3o g Approved By: Date: 8 S (Utilities System Director) CACHG-0RD11JDH CITY OF RENTON Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: CAG 98-051 EAST KENNYDALE SEWER INTERCEPTOR C.O.# 2 CONTRACTOR: GARY MERLINO CONSTRUCTION CO., Inc. SUMMARY OF PROPOSED CHANGE: Provide all labor equipment and materials, subcontract, bonding, insurance for the complete installation of 200 lineal feet of 12" ductile iron class 56, Griffin Snap-Lok river crossing pipe under the Cedar River at North 6 St. extension, according to the attached plan and proposal from Gary Merlino Construction dated July 7, 1998. Lump Sum Cost: $67,850.00 ICI Provide and install additional 50 lineal feet of 12" ductile iron pipe class 52 across East Perimeter Road to east end of existing dirt road on east side of Renton Municipal Airport i Lump Sum Cost: $24,148.00 Sub Total Change Order Cost $91,998.00 8.6% Sales Tax $ 7,911.83 Total Change Order Cost $99,909.83 ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED CONTRACT TOTAL AMOUNT AMOUNT THIS ORDER AFTER CHANGE $2,092,874.05 $2,124,368.05 $99,909.83 $2,224,277.88 SIGNATURES: Contractor: Date: a/? Project Engineer(Water Utility): Date: AA wy< Project Engineer: (Wastewat Utility) Date: v Approved By: + Date: CACHG-ORDZJJDH CITY OF RENTON COUNCIL AGENDA BILL Al #: Submitting Data: Planning/Building/Public Works For Agenda of: Dept/Div/Board.. Utility Systems Division July 13, 1998 Staff Contact...... Abdoul Gafour (x.7210) Agenda Status Lys Hornsby (x.7239) Consent.............. X Subject: Public Hearing... Correspondence.. 12" Water Main under Cedar River at N. 6th St. extension Ordinance............. in conjunction with USACE River Dredging Project Resolution............ Old Business........ Exhibits: New Business....... Study Sessions...... Information......... Recommended Action: Approvals: Council concurrence to authorize the project to be constructed by Legal Dept......... the USACE under change order. Finance Dept...... Council concurrence to authorize funding for the project under Other............... the capital improvements budget for Well 3. Fiscal Impact: Expenditure Required... $73,685.10 Transfer/Amendment....... Amount Budgeted.......... $75,000.00 (1998 Well 3 budget) Revenue Generated......... Total Project Budget $75,000.00 City Share Total Project.. Account No.:421/500/18.596.34.65/55400 Summary of Action: The U.S. Army Corps of Engineers (USACE) is currently dredging a portion of the Cedar River. The Water Utility Engineering Department would like to have about 200 feet of 12" water line installed under the river at N. 6th Street extension. This water line is identified in the City 5-year comprehensive water system plan. This is a good opportunity to have the water line installed in conjunction with the USACE under the permit for the dredging project. The water line could be installed at a later time, however the cost will be higher. Additional permits and potential mitigation measures would also be required at a later time by regulatory agencies due to the Endangered Species Act (ESA) if the water line is not installed now. Funding for this project will be through the 1998 capital improvement budget for Well 3 rehabilitation. Well 3 will not be ready for construction until 1999. The estimated cost for the water line crossing is $73,685.10. This amount will be added to the 1999 budget for Well 3. This work will be done through a change order to the river dredging project contract being administered by the US Army Corps of Engineers. STAFF RECOMMENDATION: Council to authorize the construction of the water line crossing under the Cedar River in conjunction with the river dredging project by the USACE. Also, Council to allow funding of this project through the water utility capital improvements 1998 budget for Well 3 rehabilitation. H/wtr/rivrxng2-revised CITY OF RENTON Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: CAG 98-051 NE 27TH ST/ABERDEEN AVE NE STORM DRAINAGE & EAST KENNYDALE SEWER INTERCEPTOR C.O.# 3 CONTRACTOR: GARY MERLINO CONSTRUCTION CO., Inc. SUMMARY OF PROPOSED CHANGE: Provide all equipment and work necessary to remove all existing asphalt roadway and replace with 4" Class B asphalt on 4" Crushed Surfacing Top Course new roadway on NE 24th Street within the construction project limits and that portion of Aberdeen Ave NE from approximately 10 feet south of C13#19 to approximately 50 feet north of NE 24th Street. The price per ton for Crushed Surfacing Top Course shall also include all sawcutting, pavement removal, grading and placement of 4" of Crushed Surfacing Top Course. The price per ton for Class B Asphalt shall include the placement of 4" of Class B Asphalt placed in two 2 inch lifts. This change order shall also include a reduction in quantity for sawcutting and asphalt patch which is being replaced by the new items. ITEM Additional Quantities Under This Change Order Unit Quantity Unit Price Total Price Schedule A 36 Asphalt Patch(reduced quantity/orig. quantity=651-195=456) SY (456) $50.00 ($22,800.00) 37 Pavement Sawcutting (reduced quantity/orig.quantity=1670-230=1440) (1,440) $5.00 . ($7,200.00) 55 NEW ITEM:Crushed Surfacing Top Course Ton 478 $31.00 $14,818.00 56 NEW ITEM:Asphalt Class B Ton 530 $53.00 $28,090.00 Schedule B 17 Asphalt Patch(reduced quantity/orig. quantity=1330-117=1213) SY (1,213) $40.00 ($48,520.00) 18 Pavement Sawcutting (reduced quantity/orig.quantity=5600-170=5430) LF (5,430) $5.00 ($27,150.00) 25 NEW ITEM:Crushed Surfacing Top Course Ton 1,677 $31.00 $51,987.00 26 NEW ITEM:Asphalt Class B Ton 1,862 $53.00 $98,686.00 Sub Total $87,911.00 Sales Tax $7,560.35 i Total $95,471.35 ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED CONTRACT TOTAL AMOUNT AMOUNT THIS ORDER AFTER CHANGE $2,092,874.05 $2,124,368.05 $95,471.35 $2,219,839.40 SIGNATURES: l Contractor: �1�� Date: Project Engineer: Date: 4117-/& 19SB Approved By: Date: (Utilities system H:Divisions\Ublties\WastewMennydal\chg-odfb/J DH CITY OF RENTON • Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: CAG 98-051 NE 27TH ST/ABERDEEN AVE NE STORM DRAINAGE & EAST KENNYDALE SEWER.INTERCEPTOR C.O.#4 CONTRACTOR: GARY MERLINO CONSTRUCTION CO., Inc. SUMMARY OF PROPOSED CHANGE: Provide all equipment, materials and work necessary to accomplish the following: • Build and install custom manhole covers below grade within the playing fields in Kennydale Lions Park. • Install catch basin and storm pipe to alleviate storm water ponding near the intersection of NE 2411'St. and Aberdeen Ave NE. • 50%of the cost to repave the basketball court in Kennydale Lions Park. • Repair failed side sewers in NE 241"ST. 0 50%of the cost to set a saddle manhole over the bore at the intersection of NE 24'"St and Edmonds Ave NE to extend approximately 80 linear feet of 8"sanitary sewer line north and provide a side sewer from Edmonds Ave NE to the single family home on the NE corner of the intersecton. ITEM Additional Quantities Under This Change Order Unit Quantity Unit Price Total Price Schedule A S�,59" NEW ITEM:Construct custom manhole covers and lower manhole lids LS 1 $1,527.66 $1,527.66 SSMH#11&12 and SDMH#9&10 below grade in Kennydale Lions Park. (Per Gary Medino Construction Co.Job No.98-14 extra work order#5) -Aed NEW ITEM: Install catch basin and storm pipe on north side of NE 24th St LS 1 $3,352.69 $3,352.69 approximately 150 west of Aberdeen to drain local storm ponding. (Per Gary Merino Construction Co.Job No.98-14 extra work order#6) 60�6 " NEW ITEM:50%of the cost to repave the Basketball court in Kennydale LS 1 1,960.59 1,960.59 Lions Park.(Per Hot Mix Pavers Invoice#6276:$3556.62/2=$1778.31 x 1.05(subcontractor markup)x 1.05(prime contractor markup)=$1,960.59.) Schedule B 29 NEW ITEM: Repair of failed Side Sewers.(City of Renton agrees to pay LS 1 $100,000.00 $100,000.00 $100,000.00 of Gary Merlino Construction Co.Job No.98-14 extra work order#1) 30 NEW ITEM:Additional sewer work in the intersection of Edmonds/NE 24th. LS 1 $12,120.88 $12,120.88 (City of Renton agrees to pay 50%of Gary Merlino Construction Co.Job No.98-14 extra work order#3:$24,241.76/2=$12,120.88) Sub Total $118,961.82 Sales Tax $10,230.72 Total $129,192.54 ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED CONTRACT TOTAL AMOUNT AMOUNT THIS ORDER AFTER CHANGE $2,092,874.05 $2,219,839.40 $129,192.54 $2,349,031.94 SIGNATURES: Contractor: Date: Project Engineer: Date: i4-4Y 1.711`ql Approved By: Date: 601m- (utilities System Director) • • Washington State C• ►ty®t Penton Public Works Board Post Office Box 48319 OCT 112007 Olympia,Washington 98504-8319 �� Co October 9, 2007 /CITY OF RENTdIV :"W NOV 0 S ZDU Mr. Michael Bailey CITY RECEIVEQ City Of Renton CLERKS OFFICE' 1055 S Grady Way Renton, WA 98058 Regarding: Public Works Trust Fund Loan Agreements 0,A(q-q9 -065 • PW-5-92-280-033 • PW-5-93-280-040 C�14 " q3-DS O CAq-q3-055• PW-5-93-280-041 • PW-5-94-784-032 g6_05ge PW-5-95-791-032 • PW-5-95-791-033 CA q5_ o5? 96- 078 ' PW-5-96-791-044 • PW-5-96-791-045 CAA- y& -0'7q 0Aq_q� -�3o• PW-97-791-028 • PW-01-691-PRE-117 �(j_ 01- 175 Cq4_ oZ-079 ' PW-02-691-045 Dear Mr. Bailey: Enclosed are fully executed originals of amendments to your Public Works Trust Fund Loan Agreements (see precise loan numbers above). These amendments remove the acceleration clause in the above referenced loans. Please keep this original with other local records related to your approved Public Works Trust Fund Loan Agreements. If you have any questions please call, Isaac Huang, your Client Services Representative, at (360) 586-4129 or you may call me at(360) 586-4135. Sincerely; Cathy Brockmann Contract Specialist CLB:ac Enclosure Administrative services provided by the Department of Community,Trade and Economic Development (360)586-4120 Fax(360)664-3029 Web site: www.pwb.wa.gov AMENDMENT NUMBER 2 CAG-95-058, Adden #3-07 PUBLIC WORKS TRUST FUND LOAN AGREEMENT NUMBER PW-5-95-791-032 BETWEEN THE PUBLIC WORKS BOARD AND CITY OF RENTON WHEREAS, the Public Works Board (hereinafter referred to as BOARD) is authorized to make loans to BORROWERs pursuant to the provisions of Chapters 43.155 and 39.69 of the Revised Code of Washington, as supplemented and amended; and .WHEREAS, CITY OF RENTON (hereinafter referred to as BORROWER) desires to amend Loan Agreement Number PW-5-95-791-032; and WHEREAS, consistent with its governmental purposes, the BOARD has an established program of lending money to BORROWERs that, among other things, is intended to (i) mininuze :borrowing costs to BORROWERs,.(ii) operate with low administrative burdens on the BOARD and BORROWERs;:(iii) ensure future.participation by BORROWERs in the program and(iv)provide reasonable loan security for the BOARD and its funds; and WHEREAS, the BOARD's standard loan agreements contain provisions (the:"Acceleration Provisions") 'allowing the BOARD, in certain circumstances, to declare the entire remaining balance of a loan made thereunder, together with accrued interest,immediately due and payable; and WHEREAS, .various BORROWER borrowers under the BOARD's; programs believe that the Acceleration Provisions increase the cost of incurring indebtedness with a lien senior to that of the BOARD's loans and have requested that the BOARD either modify the loan agreements to remove the Acceleration Provisions or otherwise agree not.to.exercise the Acceleration Provisions; and WHEREAS; the BOARD,after receiving the analysis of its staff and advisors,has determined that the Acceleration Provisions have increased borrowing costs for certain borrowers and are likely to increase such costs in the future; and ..::..::;. WHEREAS, the BOARD has rarely invoked acceleration as a remedy against the borrowers under its loan programs, has various other rights under the loan agreements following a default by a borrower and operates its programs without requirements that may be associated with a leveraged loan program; and WHEREAS, consistent with its program of lending, the BOARD desires to minimize the impact of its loan agreements on the borrowing costs of BORROWERs and to increase demand for its loans; and WHEREAS, existing remedies contained within the loan agreements, together with clarifications of certain of the BOARD's existing rights in relation to other creditors, provide protection to the BOARD and its funds which the BOARD deems sufficient in light of its desire to decrease borrowing costs for BORROWERS; and WHEREAS, on February 4, 2003 the BOARD modified its form loan agreements by removing acceleration . provisions and adding provisions clarifying the existing right of the BOARD to notify a borrowers other creditors upon an event of default or other failure to comply with a loan agreement; and WHEREAS, consistent with its program of lending, the BOARD desires that its loan provisions be generally consistent and, therefore, desires to amend its existing loan agreements to conform to the modifications of its form loan agreements; and L WHEREAS, the BOARD has lent funds to the BORROWER and the BORROWER is authorized to enter into loan agreements with the BOARD pursuant to the provisions of Chapter 39.69 of the Revised Code of Washington, as supplemented and amended; and WHEREAS, the execution and delivery of this Amendment has been duly authorized pursuant to proper action of the BOARD and of the governing body of the BORROWER; and WHEREAS, all acts, conditions and things required by law to exist, to have happened and to have been performed precedent to and in connection with the execution and delivery of this Amendment, have happened and have been performed in regular and due time, form and manner as required by law, and the parties hereto are now duly authorized to execute,deliver and perform their respective obligations under this Amendment; NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein and for other valuable consideration, the sufficiency of which is hereby acknowledged, the BOARD and the BORROWER agree to amend Public Works Trust Fund Loan Agreement Number PW-5-95-791-032as described below: Section 4.05 Time of Performance is amended to delete the original section and replace it with the following: The BORROWER shall begin the activities identified within ATTACHMENT I: SCOPE OF WORK no later than October 1., 1995, and reach project completion no later than thirty.(3) months after the date of agreement execution: Failure to perform within the tir-ne frame described in the preceding paragraph may constitute default of this agreement. In the event of extenuating circumstances, the BORROWER may request, in writing, that the BOARD extend the deadline for project completion. The BOARD may, by,a two-thirds vote, extend the deadline. The term of this:agreement shall'be.for the entire term of the loan, irrespective of actual project completion, unless tern nated sooner as provided herein. Section 4.08 Default in Repay is amended to delete the original section and replace it with the following: Loan repayments shall be made on the loan in accordance with Section 4.06 of this agreement. A payment not received within thirty (30) days of the due date shall be declared delinquent. Delinquent payments shall be assessed a daily penalty beginning.,onthe thirty-first (31) day past the due date. The penalty will be assessed on the entire payment amount. The penalty will be twelve percent (12%) per annum calculated on a 360-day year. The same penalty terms shall apply to delinquent repayment of funds paid in excess of eligible costs as provided for in Section 4.03. The BORROWER acknowledges and agrees to the BOARD'S right, upon delinquency in the payment of any annual installment, to notify any other entity, creditors or potential creditors of the BORROWER of such delinquency including,without limitation,the state government and the United States of America or its agencies,credit rating agencies, and the municipal finance market. The BORROWER shall pay the costs and reasonable legal fees incurred by the BOARD in any action undertaken to enforce its rights under this section. Section 4.15 Termination for Cause is amended to delete the original section and replace it with the following: If the BORROWER fails to comply with the terms of this agreement, or fails to use the loan proceeds only for those activities identified in ATTACHMENT 1: SCOPE OF WORK, the BOARD may terminate the agreement in whole or in part at any time. The BOARD shall promptly notify the BORROWER in writing of its determination to terminate, the reason for such termination, and the effective date of the termination. Nothing in this section shall affect BORROWER obligations to repay the unpaid balance of the loan. A copy of this amendment, consisting of 3 pages, shall be attached to and incorporated into the original agreement between the BOARD and the BORROWER. All other items and conditions of the original loan shall remain in full force and effect. IN WITNESS THEREOF,the BOARD and the BORROWER have executed this amendment as of the date and year last written below. PUBLIC)V)bRKA BO BORROWER- Kelly Sn der;Assista t Direc Signature M(Ch ae l S211 Print Name Jo q. i n-cmLe & ZS f�dYl t n i� Ql� Date Title 6C,6 ber 1, Zool APPROVED AS TO FORM ONLY Date This 24`h Day of March, 2003 rr ' ,• Christine O. Gregoire q - (00 b 12 1 Attorney General Fe ral.Taxpayer Identification Number By: Signature on File Jeanne A. Cushman Assistant Attorney General