Loading...
HomeMy WebLinkAbout4380 Resolution - East UGA LID No. 152 Change Order 4RESOLUTION NO.4380 A RESOLUTION OF THE CITY OF PASCO, WASHINGTON, AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 4 TO THE CONSTRUCTION CONTRACT WITH TAPANI, INC. FOR THE EAST UGA EXPANSION SEWER LOCAL IMPROVEMENT DISTRICT (LID) NO. 152 PHASE 2 PROJECT. WHEREAS, the City of Pasco (City) and Tapani, Inc. entered into a Construction contract on January 24, 2023, for construction of the East Urban Growth Area (UGA) Expansion Sewer LID No. 152 Phase 2 Project; and WHEREAS, this project involves routing gravity sewer from the North end of the UGA east to N Glade Rd then running South along N Glade Rd to the future lift station; and WHEREAS, the City and Tapani, Inc. executed Change Order No. 1 through Change Order No. 3 to address tax changes from bid amount, delays, and movement of utility for future ease of access; and WHEREAS, previously approved Change Order Nos. 1 - 3 were authorized under the authority provided to the City Manager and the Public Works Director; and WHEREAS, proposed Change Order No. 4 involves the addition of two laterals across Glade Road via boring, for a total of $480,419.67; and WHEREAS, the $480,419.67 amount of Change Order No. 4 added to the cumulative sum of previously approved Change Orders, exceeds the City Manager's authority, and thus requires Council approval; and WHEREAS, the City Council of the City of Pasco, Washington, has after due consideration, determined that it is in the best interest of the City of Pasco to approve Change Order No. 4. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PASCO, WASHINGTON: Section 1. That the City Council of the City of Pasco approves the terms and conditions of the Change Order No. 4 between the City of Pasco and Tapani, Inc. as attached hereto and incorporated herein as Exhibit A. Section 2. The City Manager of the City of Pasco, Washington, is hereby authorized, empowered, and directed to execute said Change Order No. 4 on behalf of the City of Pasco. Resolution - East UGA LID No. 152 CO No. 4 - 1 PASSED by the City Council of the City of Pasco, Washington, on this 16t1i day of October, 2023. ATTEST: Debra Barham, CMC City Clerk Resolution - East UGA LID No. 152 CO No. 4 - 2 APPROVED AS TO FORM: C: :- - Kerr F n aw, PLLC Ci400lkttorneys EXHIBIT A CITY OF PASCO PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NO.4 Project No: 21-295B Project Title: East UGA Sewer LID - Phase 2 Contractor: Tapani, Inc. Description of Change: Two additional Bores for the Lamb Weston Side Sewers (CD 03) Detail as Appropriate: Tapani was asked through Constructive Directive 3 to provide 2 Bores across Glade roadway. These 2 - 20" bored casings with 8" certalok pipe installed through the casings. This is a lump sum cost and existing bid items do not apply to this change directive. Asphalt pavement was not included as it is unknown if it is needed. See attached price work up and clarification. Contract Bid Amount: SALES TAX @ 8.7%: Total: $ 919,000.00 $ 79,953.00 $ 998,953.00 PREVIOUS CHANGE ORDER CURRENT CHANGE ORDER Subtotal $ 61,608.22 Subtotal $ 441,156.72 Sales tax @ 8.9% $ 7,321.13 Sales tax @ 8.9% $ 39,262.95 Total $ 68,929.35 Total $ 480,419.67 Total Change Orders To Date New Contract Amount $ IS CONTRACT TIME AFFECTED BY THIS CHANGE ORDER Contract Time Prior to this Change Order ................................ Modification to Contract Time by this Change Order .................. Revised Total Contract Time ................................................ YES $ 549,349.02 1,548,302.02 NO 142 30 172 It is mutually agreed by both parties that this Change Order fully describes the change(s) that is (are) being made and that the compensation for this Change Order is full and complete and is the only compensation due or owing for this Change Order. Further, it is mutually agreed that this. document will supplement the present Contract Documents and that the provisions of the previously executed Contract Documents shall apply to this Change Order. AGREED TO AND ACCEPTED: APPROVED: CONTRACTOR Date PROJECT MANAGER Date EXHIBIT A APPROVED: APPROVED: CONSTRUCTION MANAGER Date DEPUTY PW DIRECTOR -ENGINEERING Date APPROVED: APPROVED: PUBLIC WORKS DIRECTOR Date CITY MANAGER Date Lump Sum/ Change Order Worksheet Date: 8/30/2023 Project Name: LIGA PH 2 TAPAN t ING Contract # cmwste ofr" Po Box 1900 Job # 235516 Beige Ground, WA 98604 C.O. # 4 360.687.1148 Description: Short Description: Two Additional Bores for the Lamb Weston Side Sewers CD 03 Long Description: Tapani was asked to provide a price to do 2 bores across glade roadway. Please see attac hed change directive 03. This is for 2 - 20" bored casings with 8" certalok pipe installedthrough the casings. If for some reason any paving has to happen in the early spring, then the contract will need to be extended as paving season is beyond Tapani's control. This change order request is a lump sum cost and put on this sheet as a price work up and clarification. Existing bid Items will not apply to change directive 03. Asphalt pavement was held out of this lump sum bid as it is unknown if it will be needed. If Asphalt paving or patching is needed it will be on a time and material basis or quoted after extents of the replacement is known. tttraIghtTim. overtime Class Name/Description HoursJ Raft Hours Raft unit roar Power Equipment Operator 160 $ 52.55 $ 78.82 HRS $ 8,407.91 Power E ui ment Op erator 160 $ 52.55 $ 78.82 HRS $ 8,407.91 Laborer 160 $ 43.76 $ 65.65 HRS $ 7,002.25 Truck Driver- Water 40 $ 52.55 $ 78.82 HRS $ 2,101.98 Labor Sub Total $ 25,920.04 Labor Overhead & Profit 15% $ 3,888.01 Labor Total $ 29,808.05 � r Equipment # Equipment DescrIlAllon operated Standby unit Total unit: Raft units I Raft 1130171 Caterpillar 336 Excr1-aator 160 $ 180.99 $ 61.48 HRS $ 28,958.40 2930044 On Road Water Truck 40 $ 59.72 $ 10.61 HRS $ 2,388.80 1530035 Deere 624K Loader 160 $ 79.50 $ 29.55 HRS $ 12,720.00 5040122 Crew Truck 160 $ 35.87 $ 5.23 HRS $ 5,739.20 Line Truck Rental for holding poles 2 $ 2,700.00 WK $ 5,400.00 Equipment Sub Total Equipment Overhead & Profit 15% Equipment Total $ 55,206.40 $ 8,280.96 $ 63,487.36 Material Description unit RAG I I Quallift unit Total in and full restorat-on $ 22.00 750 TON $ 16,500.00 rials for crossin 7cc $ 9,386.70 1 LS $ 9,386.70 oary Patching Delivered and Placed $ 180.00 33 TON $ 5,940.00 Material Sub Total $ 31,826.70 Material Overhead & Profit 15% $ 4,774.01 Material Total $ 36,600.71 SUBCONTRACTORS Subcontractor Description unit Raft Quantity untY Total Concrete replacement $ 4,500.00 1 LS $ 4,500.00 Jet and Camera Columbia Pumping Invoice Attached $ 1,370.00 1 LS $ 1,370.00 Stripe Right Fog Line Replacement $ 1,200.00 1 LS $ 1,200.00 Hydroseeding for Lamb Weston Southern Bore Pit Restoration $ 1,400.00 1 EA $ 1,400.00 Armodillo Boring $ 211,900.00 1 LS $ 211,900.00 MGS Surveying $ 1.520.00 1 LS $ 1,520.00 Stripe Rite Min Charge for County Required Line Replacement $ 2,500.00 1 1 LS 1 $ 2,500.00 Sub Contractors Sub Total Subcontractor Overhead & Profit 15% Subcontractor Total e $ 224,390.00 $ 33,658.50 $ 258,048.50 Description unit Raft ousaft unit Total Camera, Air Testing and Pie Jetting $ 1,500.00 2 EA $ 3,000.00 Asphalt. Concrete and Cold Patch Removal/Dispoosal $ 35.00 131 Ton $ 4,585.00 Tapani Traffic Control $ 1,200.00 5 Days $ 6,000.00 Tapani Saw Cutting Initial and Restoration Cutting $ 750.00 2 EA $ 1,500.00 Tern rary Cold Patch Restoration $ 2,500.00 1 LS $ 2,500.00 Shoring for Reciving Pits 2 months estimated with fne ht and set u $ 18,986.40 1 LS $ . 18,986.40 Water Connection and usage for Compaction Erosion Cleanm etc. $ 9,000.00 1 LS $ 9,000.00 Bore Spoil Haul Off $ 35.00 20 CY $ 700.00 Sub Contractor Sub Total $ 46,271.40 Overhead and Profit 15% $ 6,940.71 Stipulations Other Total 1 $ 53,212.11 This proposal is based on the usual cost elements such as labor, material, and normal markups and does not include all costs for additional changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, overtime (unless specified), acceleration, and/or impact costs; and the right is expressly reserved to make claim for any and all (if any) of these related items prior to final completion of this contract. Please consider this language official "notice" as defined in subcontract and/or main contract. Sub Total $ 441,156.72 Accepted by: General Liability Insurance 0.0000% $ - Bond 0.0% $ Date: Total Amount $ 441,156.72 This Chan ;e increases the time to com; fete the project by: $ 30.00 COREzm EXHIBIT A Bid Proposal for EAST UGA LID PHASE 2 CHANGE ORDER FINAL TAPANI, INC. Job 1904 SE 6TH PL EAST UGA LID PHASE 2 CHANGE ORDER FINAL BATTLEGROUND, WA 98604 Pasco, WA Contact: Shane Macarthur Bid Date: 08/31/2023 (T) 509-438-0229 Bid #: 3102896 shanem@tapani.com Sales Representative Anthony Puente (M) 509-851-4508 (T) 509-547-2410 (F) 509-547-2367 Anthony.Puente@coreandmain.com Core & Main 645 Lockheed St Pasco, WA 99301 (T) 509-547-2410 09/14/2023 - 12:29 PM Actual taxes may vary Page 1 of 2 CORE EXHIBIT A =a Bid Proposal for EAST UGA LID PHASE 2 CHANGE ORDER FINAL TAPANI, INC. Job Location: Pasco, WA Bid Date: 08/31/2023 Core & Main 3102896 Core & Mair 645 Lockheed S1 Pasco, WA 99301 Phone: 509-547-241C Fax: 509-547-2367 Seq# QtY Part Number Description Units Price Ext Price 20 BID ITEM # 1 i I 30 j CHANGE ORDER ITEMS i 50 i 300 , 020818CLRJ 8 C900 DR18 CERTALO_ K_ PIPE FT ! 27.89 ! 8,367.00 60 I 1 ! NS i BROKEN LIFT FEE I 166.67 166._67 I 70 ; 1 I NS _ DROP FEE _EA EA 222.23 222.23 _ I 80 2 = 28MAX8 f . __...._. _. __..._. __. .._.___.. f MAX 8 CLAY/DI/AC/Cl/PL CPLG 8.40-10:15 OD 19215 EA - _ j 164 18 328.36 i 90 _ 962416PRSTRTD j 2X4X16 PRESSURE TREATED WOOD EA ' 22 67 I 45;34 100 { 2 96PAINTUDGR #20 CAN UPSIDE D PAINT,GREEN EA i 7145 , 14.90 I ! QC-9.00 9" RUBBER QUIK CAP -1 EA ; _ 69.29 13858 1- 120 I -_ ._ ___N-_ _ __ 1 9612TWGRUF500 — 12GA OF GREEN WIRE 500' EA ; 103.621 103,62 SUBTOTAL 9,386.70 Sub Total �9,386.70 Tax 0.00 _ Total' 9,386.70 UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LP RESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'S TERMS AND CONDITIONS OF SALE, AS MODIFIED FROM TIME TO TIME, WHICH CAN BE FOUND AT: tittps://coreandmain.com/1andC/ 09/14/2023 - 12:29 PM Actual taxes may vary Page 2 of 2 Armadillo Boring, Inc. P.O. Box 12219 Salem, OR 97309-0219 Phone 503.588.8050 FAX 503.362.1008 PROPOSAL FOR AUGER BORING DATE: September 11, 2023 PROJECT: Bore for Side Sewers under Glade Road, Pasco, WA OWNER: City of Pasco CONTRACTOR: Tapani SUBCONTRACTOR: Armadillo Boring, Inc. Subject to prompt acceptance within 30 days from the above date and to all conditions outlined in this proposal, we propose to furnish the following materials and labor at the following prices: SCOPE OF WORK MOBILIZATION: $12,900 Lump SUm 20" CASED BORE: Supply and Install by pilot tube guided auger boring methods 110 and 140 feet of 20" import .375 wall steel casing to house an 8" sewer line. The pricing includes boring and welding the casing, providing casing spacers, grout caps, and sand fill for the annular space. Armadillo will also provide 8 feet wide by 18 feet long shoring boxes for the bore pits. PRICE: $796.00 per foot of casing, minimum 220 feet pay footage Contractor to shore a receiving pit 6 feet wide by 10 feet long minimum, by 1 foot deeper than the flow line of the casing. NOTE: Pilot tubg guided boring requires ground suitable for rod jacking (typically less than 35 blow count soil, and no cobble) Cemented ground or heavy gravels and cobbles could make the installation method fail requiring a larger casing. ASSUMPTIONS MADE FOR BID: • This pricing is based on silt and sand typical soil conditions. No boring in cobbles, boulders, or other obstructions is included. • The Contractor shall build and maintain access to the bore entry side for Armadillo's equipment, including for the on hwy type boom truck to remain setup at the bore pit. • Contractor to dewater the bore and receiving pits 24/7. OR-197195 WA-ARMADBI889MP ARMADILLO PROPOSAL Page 1 of 4 EXHIBIT A Contractor shall protect trees, power poles, OH lines, and existing utilities for the work, including work necessary to maintain safety clearances. Contractor will locate and pothole all utilities, substructures and any other obstructions which may interfere with boring as outlined in OAR 952-001-0090(2) C and corresponding Washington code. Also, Contractor shall hold Armadillo Boring, and Armadillo Boring's insurance carrier harmless for all damages and financial responsibilities of any kind, caused by failure to properly locate and pothole such utilities and/or substructures. EXCLUSIONS: Contractor or others shall supply all access, permits, setup room, staging yard, excavation, receiving pit shoring, RR costs (including permits, special insurance, special inspections and flagging), site restoration, erosion control, dewatering, bore spoil haul off, traffic control, potholing of existing utilities, survey and staking, water supply, onsite sanitary facilities, settlement monitoring, inspections, engineering costs if required, testing, and tie-ins. Insurance notes: Armadillo will provide insurance levels of 2 mil general and 3 mil umbrella, with no pollution included. Any additional insurance required will be charged at cost. Armadillo will indemnify Contractor and owner only to participatory negligence by Armadillo. OR-197195 WA-ARMADB1889MP ARMADILLO PROPOSAL Page 2 of 4 EXHIBIT A CONDITIONS OF PROPOSAL 1. Acceptance of the proposal by Contractor shall be acceptance of all terms and conditions recited herein or incorporated by reference. Allowing Subcontractor to commence work or preparation for work will constitute acceptance by Contractor of the Proposal and all its items and conditions. Quotations herein, unless otherwise stated, are for acceptance within the time stated in the Proposal and are subject to change after that time. 2. Subcontractor shall be paid monthly progress payments for work performed in the prior month on or before the 1 Oth of each month for the value of work completed plus the amount of materials and equipment suitably stored and applied to the contract sum less the aggregate of previous payments to Subcontractor. Final payment shall be 30 days after the work described in this Proposal is substantially completed. Sales of materials are payable in cash on delivery of the goods. 3. No back charges or claim of Contractor for services shall be valid except by the agreement in writing by the Subcontractor before the work is executed. 4. All sums not paid when due shall bear interest at the rate of 1 %2 % per month from the due date until paid or the maximum legal rate permitted by law whichever is less. If this proposal is placed with an attorney for collection, Contractor agrees to pay Subcontractor's reasonable attorney fees and collection costs, including fees for filing a lien or making a bond claim, even though no suit or action is filed; however, if a suit or action is filed, the amount of such attorney's fees and costs shall be fixed by the court or courts in which the suit or action, including any appeal is tried, heard or decided. 5. If Contractor fails to make payment to the Subcontractor as herein provided, then Subcontractor may stop work without prejudice to any other remedy it may have, upon 24 hours written notice. 6. Contractor is to prepare all work areas so as to be acceptable for Subcontractor's work, including any dewatering that is necessary for performance of Subcontractor's work. Contractor shall provide ample room for Subcontractor's operations, free from interference or disturbance by others. Subcontractor will not be called upon to start work until sufficient areas are ready to insure continued work until job completion. 7. After acceptance of this Proposal as provided, Subcontractor shall be given a reasonable time in which to make delivery of materials and/or labor to commence and complete the performance of the contract. Subcontractor shall not be responsible for delays or defaults where occasioned by any causes of any kind and extent beyond its control, including but not limited to: delays caused by the owner, general contractor, architect and/or engineers; armed conflict or economic dislocation resulting therefrom; embargoes, shortages of labor, equipment or materials production or transportation ; labor difficulties, civil disorders of any kind; action of a civil or military authorities; vendor priorities and allocations, fires, floods, accidents and act of God. 8. All workmanship is guaranteed against defects in workmanship for a period of one year from the date of installation. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. Subcontractor will not be responsible for damage to its work by other parties. Any repair work that the Subcontractor must perform because of damage caused by other parties will be considered an order for extra work by Contractor. All warranties on materials are those as provided by the manufacturer. 9. Work called for herein is to be performed during Subcontractor's regular working hours. Overtime rates will be charged for all work performed outside such hours at extra costs when overtime is requested by Contractor. 10. All materials shall be furnished in accordance with the respective industry tolerance of color variation, thickness, size, finish, texture, and performance standards. 11. Notwithstanding any provision contained in this Proposal or the contract documents between Owner and the Prime Contractor, Subcontractor may File a lien or bond claim on its behalf in the event that any payment to Subcontractor is not made as and when provided for by this Proposal. 12. Any subcontract form used between Subcontractor and Contractor will be subject to the Subcontractor's review and approval. If there is a conflict between provisions of either the Subcontract Form or the contract documents between Owner and Contractor, and this Proposal, then this Proposal shall govern. This Proposal shall be attached to the Subcontract Documents. 13. The work will be performed by the Subcontractor using normal Boring procedures. The Contractor will be responsible for any additional expense incurred by the Subcontractor should additional equipment or alternate methods be required to complete the bore due to soil conditions (such as loose/flowing sand) or obstructions (such as logs or man made obstructions). Charges for any oversized casing, extra materials or special rented equipment required will be cost plus 15%. Costs of damage caused by these soil conditions will be the responsibility of the Contractor. Subcontractor's crew and equipment time will be billed on an hourly basis at the Subcontractor's established rate of $950 per hour. 14. Contractor shall make no demand for liquidated damages for delays or actual damages for delays in any sum in excess of such amount as may be specifically named in this Proposal. No liquidated damages may be assessed against Subcontractor for delays or causes attributed to other contractors or arising outside the scope of this Proposal. 15. Contractor shall give all notices, obtain any permits, licenses, inspections or approvals necessary for proper performance of the contract, and pay any fees associated with the foregoing. 16. Contractor shall check and verify all previous and surrounding work. Contractor shall be responsible for all resulting damages, costs, and expenses arising out of discrepancies and nonconformities in the previous work and work surrounding Subcontractor's work. Contractor shall be responsible for establishing line and grade for the bore. 17. Contractor shall not give instructions or orders directly to employees or workmen of Subcontractor. Subcontractor retains right of control over manner and method of performing its work. 18. Contractor shall provide all excavation and dewatering as required. OR-197195 WA-ARMADB1889MP ARMADILLO PROPOSAL Page 3 of 4 EXHIBIT A 19. Contractor shall provide traffic control as required. 20. Contractor shall locate any substructures, including utility and water lines, prior to Subcontractor performing the bore. Contractor shall defend, indemnify, and hold harmless Subcontractor from any claims, demands, loss, expense, liability, including atorney's fees and related legal expenses, damages, causes of action or Attorney's fees arising out of Contractor's failure to locate such substructures. 21. Subcontractor shall not be responsible for any specialized work required for compliance with any laws, ordinances, or regulations concerning environmental issues, wetlands, archeological finds, or endangered species, unless expressly specified and in this proposal. For purposes of this section, a general reference in the Contract Documents requiring compliance with all laws relating to the work shall not be sufficient. Any such work not expressly specified in this proposal shall be addressed by written change order procedures. 22. The laws of the State of Oregon shall govern as to all matters arising under this proposal. 23. The partial or complete invalidity of any one or more provisions of this proposal shall not effect the validity or continuing force and effect of any other provision. The failure of either party to insist, in any one or more instances, upon the performance of any of the terms, covenants or conditions of this proposal, or to exercise any right herein, shall not be construed as a waiver or relinquishment of such term, covenant, condition or right as respects further performance. 24. Any modification of this document must be in writing and signed by all parties, and any oral waiver or modification is void and unenforceable. 25. Additional conditions: Contractor accepts this proposal and its terms and conditions as a binding contract subject only to the approval of the credit of Contractor by Subcontractor, which shall not be unreasonably withheld. CONTRACTOR: ADDRESS: RM M11 : 903011 91%TO Lei ARMADILLO BORING, INC. PO Box 12219 Salem, Oregon 97309 FAX: (503) 362-1008 STATE CONTRACTOR REGISTRATION OREGON REGISTRATION #197195 NUMBER: WASHINGTON LIC ARMADBI889MP TITLE: DATE: BY: TITLE: DATE: OR-197195 WA-ARMAD61889MP ARMADILLO PROPOSAL Page 4 of 4 EXHIBIT A DP,,fvffliUo��Ii 13210E Indiana Av Spokane Valley WA 99216 Phone: 509-927-8884 www.dpnicoli.com Date: Monday, September 11, 2023 To: Tapani Inc Shane MacArthur 509-438-0229 shanem@tapani.com PROJECT: UGA Bore From: Kai Zimmerman Title: Sales Manager Phone:503-707-5809 Email: kzimmerman@dpnicoli.com RENTAL QUOTE Quote Number: 148199 WE ARE PLEASED TO PRESENT THIS CONTRACT IN ACCORDANCE WITH AND SUBJECT TO D.P. NICOLI'S COMMERCIAL CREDIT APPLICATION AND AGREEMENT WHICH IS INCORPORATED HEREIN BY THIS REFERENCE, AND A COPY OF WHICH IS AVAILABLE UPON REQUEST OR ON OUR WEBSITE AT WWW.DPNICOLI.COM. PRICING REFLECTS CURRENT RATES AND IS SUBJECT TO REVISION. MATERIAL IS QUOTED SUBJECT TO PRIOR SALE AND AVAILABILITY. ALL DELIVERY DATES OR TIMES THAT MAY BE PROVIDED ARE ESTIMATES AND ARE NOT GUARANTEED. TERMS: NET 30 DAYS UNLESS OTHERWISE INDICATED. NO TAXES ARE INCLUDED. PLEASE NOTE THERE IS AN ENVIRONMENTAL FEE FOR ALL RENTAL PROJECTS. Items for Rent I Totals Qty Product Weight Min Day Week 4 Week Receiving Pits 4 8H x 10W (ID) x 4in Thick Steel Double Wall Manhole Box w/2ft Wing Walls 8 Steel Plate 8 x 15 x 1 1 Quick Pick Items for Sale �- Qty Item / Description Freight billed per legal load. 2 Delivery Freight - DPN Truck 2 Return Freight - DPN Truck PO# Firm By Title Date 27,388 $1,840.10 $613.37 $1,840.10 $5,520.31 39,200 $576.24 $192.08 $576.24 $1,728.72 16 $81.39 $27.13 $81.39 $244.17 66,604 $2,497.73 $832.58 $2,497.73 $7,493.20 Unit Cost Total Price $1,000.00 $2,000.00 $1,000.00 $2,000.00 Firm DP Nicoli Kai Zimmerman Sales Manager Monday, September 11, 2023 By Title Date Page 1 of 1 9/14/23, 12:36 PM Tapani, Inc. Mail - Fwd: Line Truck Rental EXHIBIT A TA PA N I IHC. Fwd: Line Truck Rental 2 messages Blake Stocking <blakes@tapani.com> To: Elie Bucho <elleb@tapani.com>, Shane MacArthur <shanem@tapani.com> ---------- Forwarded message --------- From: Tyson Moore <tysonm@djselectrical.com> Date: Thu, Aug 24, 2023 at 9:30 AM Subject: Line Truck Rental To: blakes@tapani.com <blakes@tapani.com> Hi Blake, Shane MacArthur <shanem@tapani.com> Thu, Aug 24, 2023 at 9:44 AM You would be looking at $450 per day or $2,250 per week (Sun -Sat) for a line truck rental. This is for our typical 47ft boom which should work for what you are needing. If Franklin PUD is going to make us set up and take down the truck let me know and I'll get you labor rates as well. I would just want to drive it first before giving you a price on that. If we can stay out of the minimum approach distances, we can do it with just one guy but if we need to grab it up near energized lines, we would need 2 guys there while setting up and taking down for us to stay legal. Let me know if you have any questions. Thanks! Tyson Moore Cell (509) 212.2797 P.O. Box 289 Brush Prairie, WA 98606 Blake Stocking Superintendent Tapani Inc. (360)687-1148 Cell (360)903-5169 Blake Stocking <blakes@tapani.com> To: Shane MacArthur <shanem@tapani.com> Thu, Sep 14, 2023 at 12:35 PM https:Hmail.google. com/mai I/u/0/?i k=b70d0 bf074&view=pt&search=a I I&permthid=thread-f:1775129542001984506&sim pl=msg-f:17751295420019845... 1 /2 9/14/23, 12:36 PM Tapani, Inc. Mail - Fwd: Line Truck Rental EXHIBIT A Blake Stocking Superintendent Tapani Inc. (360)687-1148 Cell (360)903-5169 [Quoted text hidden] h ttps:l/mai l.google.com/mai I/u/0/? i k=b70dObfO74&view=pt&search=al I&permth id=th read-f:1775129542001984506&si m pl=msg-f: l 7751295420019845... 2/2 EXHIBIT A Columbia Pumping & Construction, Inc. 1005 S. Maitland, Avenue Pasco, WA 99301 Name / Address TapaniInc 1904 SE 6th Place PO Box 1900 Battleground, WA 98604 Estimate Date Estimate # 9/1/2023 12513 Project Description Qty Cost Total Lamb Weston, Pasco, WA Mobilization Clean and video 2 8" bore pipes @ $305 per hour, per truck, est 2 hrs Wholesale 1 4 150.00 305.00 0.00% 150.00T 1,220.00T 0.00 Total $1,370.00 Customer Signature EXHIBIT A 1� City-f �i Mko Construction Directive No. 03A PROJECT: 21-0300 East UGA Expansion Sewer LID: Phase 2 DATE OF ISSUANCE: 09/11/2023 OWNER: City of Pasco BID ITEMS: In any involved CONTRACTOR: Tapani Inc. ENGINEER: RH2 Engineering, Inc. You are directed to make the following changes in the Contract Documents. Description of Directive: Glade Road Side Sewer Crossings Description: The City is requesting cost and schedule information related to installing two side sewer crossings of Glade Road as part of the Phase 2 project. These crossings are intended to be trenchless crossings, installed via jack and bore, or with a casing, whichever is least expensive based on the trenchless methods Stadelli is capable of performing. The southern crossing includes approx. 140 LF of 8" PVC at s=0.60%, extending east from Phase 2's MH-2. The northern crossing includes approx. 110 LF of 8" PVC at s=0.40%, extending east from Phase 2's MH-5 Updated information as of 09/11/2023: The side sewer crossings may be installed after the Phase 2 mainline and manholes are installed. MH-2 and MH-5 may be cut out during side sewer installation, and then reinstalled with couplings on the sewer pipe on the upstream and downstream sides of these manholes. Shift MHs 2 through 6 one foot west, and rotate the cones to have the lids on the west side of the MH. The shifted manhole locations will result in the western edge of the manholes being very close or immediately adjacent to the ROW line. MHs 2 through 6 must be entirely within the Franklin County ROW, including the outside faces of all manholes. If any portion of the manholes are found to be installed outside of Franklin County ROW as part of the as -built survey, they will need to be relocated at no cost to the City. Please direct your surveyor to take care to ensure the updated manhole locations and ROW line are staked such that the entire outside face of MHs 2 through 6 are within the ROW. • No relocation of MHs north of MH 6 is permitted. • Updated plan sheets are attached presenting the shifted MHs and their updated locations. Documents Supporting Changes: Supplemental DWG Nos. SS01, SS06, and SS07 Cost Impact: TBD Schedule Impact: TBD Submitted By: RWithers, Date: 09/11/2023 RH2 Engineering, Inc. Date of Requested Response: ASAP By signing this form, the Owner and the Contractor agree to release all claims to additional work or credit or delays, occurring prior to the Date of Issuance, which have not been identified in this Directive form. 09/14/23 9:49 AM J:\Data\PSC\21-0300\60 SDC\Phase 2\Construction Directives\CD 03A - MH 2-6 Relocation\PSC East UGA Expansion Sewer LID - Phase 2 - CD 03A.do- a .--W. APPROXIMATE LOCATION uM i1 , M OF IAMB WESTON IRRIGATION LOE.CONTRACTOR CONTRACTOR TO COORDINATE AND PERFORM W TO PO7NOlEPNORTOCONSTRUCT)ONAND - FIBER RELOCATION OR TEMPORARY REROUTE RECORODEPTH. WASTE LINE SHALL REMAINACTNE 4 WITH FIBER PROVIDER PP.} THE FIBER LINEI !i AI ALL TIMES DURING CONSTPolCTION,OK3. j...- I SIALLREWUN IN SERVICE AND ACTIVE AT ALL KKL CONTRACi0AT0 COORdNA7ENi0 R HOMEWITH FIBER OPTIC TINES DURING CONSTRUCT_ _ 7 1 PROWOE0.TNE UTILITY VAULT IF NECESSARY FOR CONSTRUCTION. LLI y_.�_C ST �• SAWWT TO FOG LINE PRIOR TO SEINER '� EXISTING ROW SIGN. TEMPORARILY RELOCATE DURING} I WS7AllATION. PROVIDE ASPHALT REMOVALf.` CONSTRUCTIOPETUYI IGI NAND TOORNL LOCATION. % AND REPLACE" FOLLOWING \Dai l (ANSTRUCTM OF IMPROVEMENTS M?) A / ( x-_+'. T 3PTEMPORNTY TEMPORALLY RELOCATE ' •& - - / % �� .l /i r / / : TRUCTION EASEMENT -. LURING CONSTRUCTION (,• / r•• �3 OSm2 J, J AND URN TO ORIGINAL LOCATION NGLADE RD - A - y- I NH ! r•�A.� - 1 ' � �... .-__. _ _ _ _ 4LAMB WES70N, INO i 214130011 PLAN VIEW 1• = av 43V __ _.. _.�..___.. _. 430' AM 440 - 37AI-141,00'. le (6) • m734 E LNI.30 ' EI.317,017.P PROVIDE(I)PLUG IE (S) 390 -0+40 O•D0 1+00 1M0 /-IXSTWD GRADE " - -- SSTH•i1! _STAP4'?' Q. .. _ Ssw-IB1 r �'fA6.90.40V. 1412.41ur STA 19r901.0.0 ,SWI Ii, RE•4123F (51. 40114 RE•413M STA2.9.400 ER)•40.02 IB. E(S:40182 PE•41CIT EISI.39L34' E(q=4W IT 4M440Nr. IBM:4019Z E IH).39B44' APpROLzss a/rwce2,010% OF 1TPIC(040\ 4.00 5NXI 6.6 74 r +- 000 9MD 10N00 11-00 12:00 13-00 EAST UGA LID: PHASE 2 GRAVITY PROFILE 42V i 41V - oar 1 1 r 39V 13.75 CONSTRUCTION NOTES RH2 1) EXISTING UTLITIES HAVE NOT BEEN POTNOLEDT01DENTIFY LOCATION, MATERIAL SIZE OR GEOMETRY, l7 2) SUPPORT AND PROTECT All PARALLEL AND CROSSING UTILITIES THAT ARE EXPOSED WRING TRENCH EXCAVATION. 3) TEMPORARILY RELOCATE OR SUPPORT AND PROTECT UNDERGROUND TV UTILITY WRING CONSTRUCTION. RESTORE AND'OR RELOCATE N UTILITY TO SATISFACTION OF TV ' PROVIDER. 4) PROFILEANDSTRUCTURE STATIONING REFERENCES { DISTANCE ALONG PIPELINE ALIGNMENT. GROUND ELEVATIONS ARE DIRECTLY ABOVE PIPE. ) 5) PIPE SLOPES AND LENGTHS REFERENCE CENTER TO CENTER + OF STRUCTURES PER PAYMENT LENGTH. 6) EXCAVATION SHORING IS REQUIRED PER 295155 WAC 7) ALL PVC SEWER MAIN SHALL BE ASTM F679. MIN. 115 PSI STIFFNESS(011r) ORASTM D= BOB 26(&1r) ) 9) INSTALL SEWER MAIN PER DETAIL A ON DWG NO. MI AND DETAILS SS-5 ON DWG. NO. D02. 17 9) ALL SEWER MAIN MUST BE FLUSHED, AIR 7ESIEq DEFLECTION + TESTED, AND ION INSPECTED BEFOREFHIPL ACCEPTANCE. 10) REPLACE ALL DISTURBED SURFACES, INCLUDING$00, 1 GRAVEL, AND ASPHALT TO EXISTING OR BETTER CONDfTKM ) PER APPLICABLE CITYICOUNTY STANDARDS. SEE DETAIL ST-2C I AND ST 3ON OWG NO 001 11)REPLACE EXISTING WEED AND BRUSH BETWEEN THE WESTERN EWE OF GAME ROAD PAVEMENT AND OVERHEAD POWERLNES WITH A 30INCH TALL BERM USING NATIVE SOILS I EXCAVATED WRING CONSTRUCTION. BERM SHALL HAVE I SLOPES OF TRW. IMPORT MATEIRAL OF SIMILAR NATURE 6 PERMSSISLE, SUBJECT TO CITY APPROVAL. 12) PROVIDE TRAFFIC CONTROL PER MUTCD STANDARDS SEE TRAFFIC PLANS FOR DETAILS. MUTE: ALL PIPES SHOWN IN CRAY THIS SHEET ARE TO BE INSTALLED SYOTHERS. � RYy QJoG is 3A:IPQ il/]/9M2 4 LCMP¢ N/d/PYf! J_ N LL. C N 0 IL a a z IL Z rLL =' g V y W W ul W N at VICINITY MAP SS01 04 -�A LAMB WESTON, INC. f _ Ic ,i • �� >•�J:� 113110314 �- X y T1 — 7 �••,R C_� p r t 1 07 DI DIP r PEM4ANFlITUIXlIY I :�;Y. 4 EASEMENT EXISTING ROAD SIGN. COORDINATE * • . -_ � \ WITH LAMB WESTON AND TEMPORARILY RELOCATE DURING CONSTRUCTION AND p 1 RETURN TO ORIGINAL LOCATION AFTER CONSTRUCTION. `. APPAOX. LOFA?M OF DAm RD0,\ 1 PLAN VIEW 1- . MD tA4x 43O 4ffi -. _ — 420' EIMSw GRACEI AMTACE DATA IO�BWFACE DATA i0 NSi GORSES TR0111 UU CO TA FRM _ zz RdiR& SURIET IMAR DATA 410'- 470' :1 INSTALL APPROX. 742 SVIA JACK AND - ` SORE METHODS TO NOT IMPACT GLADE ROAD TRAFFIC. PROVIDE SNORING AS .. NEGESSPRYTO COMPLY WITH OSHA REQUIREMENTS. 4OD ... ._.._ �__ L - r d00' \ POIEEDGATPOAI'ABTOVEFINISEO GRADE, PAWT SENTOM TIEENDOFTHESEWER.: _ 1.00 IHOO I-w 240 3100 417C 5i0O 6.00 7,00 10.00 11.UO LAMB WESTON S GRAVITY PROFILE R V.W.V. 1•.9 _. CONSTRUCTION NOTES I ■ 1) EXISTING UTILITIES HAVE NOT SEEN POTHOLEDTO IDENTIFY LOCATION, MATERIAL, SUE OR GEOMETRY. A 2) SWPORTAND PROTECT ALL PARLLLELAND CROSSING ' UTILITIES THATARE EXPOSED WRING TRENCH EXCAVATION. 3) TEMPORARILY RELOCATE OR SUITORTAND PROTECT UNBERGROUNG N U7 UTY WRING CONSTRUCTION RESTORE ANDIOR RELOCATE TV UTILITY TO SATISFACTION OF N PROVIDER 4) PROFILE AND STRUCTURE STATIONING REFERENCES 1 DISTANCE ALONG PIPELINE ALIGNMENT. GROUND ELEVATIONS ARE DIRECTLY ABOVE PPE. 5) PIPE SLOPES AND LENGTHS REFERENCE CENTER TO CENTER OF STRUCTURES PER PAYMENT LENGTH. 6) EXCAVATION SHORING E REQUIRED PER 296155 WAC, 7) ALL PVC SEWER MAIN SHALL BE ASIM F679. MIN. 115 PSI ) STIFFNESS (3>1B•) OR ASTM D3034 SOR 26 (00") 81 INSTALL SEWER MAIN PER DETAIL A ON DWG NO. DOI AND DETAILS SS-5 ON DWG. NO. D02. 9) ALL SEINER LAIN MUST BE FLUSHED, NR TESTED, DEFLECTION TESTED, AND TELEVISION INSPECTED BEFORE FINAL ) ACCEPTANCE. 10) REPLACE ALL DISTURBED SURFACES, INCLUDING SOD, GRAVEL, AND ASPHALT TO EXISTING OR SETTER CONDITIONS PER APPLICABLE CITYiCOUHTY STANDARDS. SEE DETAIL ST-2C j AND ST3 ON DWG NO. DOi. ) 11) REPLACE EXISTING WEED AND BRUSH BETWEEN THE i WESTERNEOGE OF GLADE ROAD PAVEMENT AND OVERHEAD POWERLItES WITH A 30.44CH TALL BERM USING NATIVE SOILS EXCAVATED DURING CONRTRUCTR)N BERM SHALL IMVE SLOPES OF IH:IV. IMPORTMATEIRAL OF SIMYM NATURE IS PERMISSIBLE, SUB.IECT TO CITY APPROVAL. 121 PROVIDE TRAFFIC CONTROL PER MUTCD STANDARDS. SEE TRAFFIC PLANS FOR DETAILS. ) 101E:ALL PIPES SHOWN IN GRAY THIS SHEET ARE TO BE INSTALLED SY OTHERS. J N LL W �i ay a c 4>y LL 1 g O� IL U a W W N �I V j MM � � O Isle $i;� � kl � �! VICINITY MAP t<: •lo, 1 SCALE: SHOWN uwro ...=wer SSD6 09 a✓a QIW y ii \ ' BUM ROAD SON. a •.i' ~ y�� TEMPORARLYRELOGTIE , C. Sr DURINGCONSTRUCTION l ' ANDRETUWITOORIGNAL. LOCATION. , r = X W r SAYCUTTOFOG LINE ATION. ALITA @ AND REPLACEMENT CONTRCTIONOFMPROVEMEIR6(TYP)W I �T ' !• i A��r�• ' ..j"Eriw �^ j f f M•, SeNE & ETAiNE.7 W TYYE i,MW :r' •'� N:551271V ' elwRoss.o c• T 'jet".mil vA Emwr t -'ORANrN -L•i R �- u5�i- _ •r�� f �( r �D 1 r F_ _� _ � �'�y �...� •' :� y`=-M.�..'.."=r=��.'^: � :� ...5_ _ _ �vliirL _ ew'� •a� Ar a '7 •, y-�.----.M EXSIgGSCALE a00 .al. s• sTP�Mr oosnNc} 1 I t Jet PLAN VIEW W 4w -- A7P i Aw —I-- -- wl.._Aa ...DA..... M TA ro 4RFAa w.0 to --- ..__.__._ ♦s 'EST COOM FNk EAST CW M TROY ROM" SLINKY WM DATA LNSANC WAa f HR -''- - - --- -t 417 1 t t I f . I _ ---r I • .. PROVIDE CAP AND 2W a I WSTALLAWROX i12'SVA.ACKAHD.uEX1ENDEDT01'ABOVE FW19MED j _ BORE METHDDSTO NOT NPACT GRADE GRADE, PART GREENTO MARK i j ROM 7IAFFIC PROVIDE SHORINGAS Il THE END OF THE SEWER HECEBSAHY TO 00MPLY WDH OSM ' I RfOUHEMENiS.� ( i 002 Om 310 T—� -•---rtI `t So HI.SU 0MC 1�W 2.00 m 1.OD 5.6 S:OO 7- /.00 9•W 10+00 11+00 11.50 LAMB WESTON N GRAVITY PROFILE ---- - --- ------- k11.W,V.1'•5' CONSTRUCTION NOTES _ I2 1) EXISTING UTILITIES HAVE NOTBEEN POTHOLED TO IDENTIFY LOCATION. MATERIAL. SIZE OR GEOMETRY. 2) SUPPORT AND PROTECT ALL PARALLEL AND CROBSJNG 1 UTILITIES THAT ARE EXPOSED DURING TRENCH EXCAVATION. 3) TEMPORARILY RELOCATE OR SUPPORT AND PROTECT LINGERGROIMD TV UTILITY DURING CONSTRUCTION, RESTORE ; ANSDR RELOCATE TV LITLTIY TO SATISFACTION OF TV PROVIOHL ++I A) PROFILE AND STRUCTURE STATIONING REFERENCES 1 DISTANCE ALONG PIPELINE ALIGNAW. GROUND ELEVATIONS 1 ARE DIRECTLY ABOVE PIPE. 5) PIPE SLOPES AND LENGTHS REFERENCE CENTER TO CENTER OF STRUCTURES PER PAYMENT LENGTH. 8N EXCAVATION SHORING IS REQUIRED PER 266155 WAC. 71 ALL PVC SEWER MAIN SHALL BE ASTM F67I. MIN. 115M STIFFNESS µ IF)OR ASTM D3 SDR 25(0�101 8) INSTAL SEWER MAN PER DETAIL A ON DWG NO. DOI AND DETAILS $S-5 ON DWG. NO.. D02. 9) ALL SEWER MAIN MUST BE FLUSHED, AIR TESTED. DEFLECTION TESTEXANDTFIEVISION INSPECTED BEFORE FINAL ACCEPTANCE, 10) REPLACE ALL DISTURBED SURFACES. INCLUDING SOD, GRAVEL, AND ASPHALT TO EXISTING OR BETTER CONDITIONS PER APPUCAB E CTTYICOIINTY STANDARDS. SEE DETAIL ST-2C AND ST-3 ON DWG NO.001. ` 11) REPLACE EXISTING WEED AND BRUSH SETMEN THE N WESTERN EDGE OF GLADE ROAD PAVEMENT AND OVERHEAD i POWERUNES WITH 3041CH TALL BERM LF" NATIVE SOU EXCAVATED DUR W CONSTRUCTION. BE SHALL HAVE SLOPES OF IH:N. IMPORT MATERAL OF StFALARNATWE IS PERWSSIBLE. SUBJECT TO CRY OF .j 12) PROVIDE TRAFFIC CONTROL PER MUTCD STANDARDS. SEE TRAFFIC PLATS FOR DETAILS. TOTE: ALL PIPES SHOYM W GRAY MS SHEET ARE TO BE INSTALLED Y OTHERS. W J N U. o W (4 = a a d 6 Z ad "� og a UN W 3 WW a cc No= 6 ° z E cG� VICINITY MAP l�—T ng SCAB: BHIOYIN SS07 10