Loading...
HomeMy WebLinkAboutPW13-204 - Change Order - #1 - SCI Infrastructure, LLC - Hawley Rd Levee Improvements Phase II - 02/14/2014 Records Mana eme to KENT Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: SCI Infrastructure, LLC Vendor Number: JD Edwards Number Contract Number: This is assigned by City Clergy Office Project Name: Hawley Rd Levee Improvements, Phase II Description: ❑ Interlocal Agreement ® Change Order ❑ Amendment ❑ Contract ❑ Other: Contract Effective Date: 8/28/2013 Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Dave Devine Department: PW - Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Change Order #1 I S:Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 _ KENT CHANGE ORDER NO. #1 NAME OF CONTRACTOR: SCI Infrastructure, LLC ("Contractor") CONTRACT NAME & PROJECT NUMBER: Hawley Rd Levee Improvements Phase II ORIGINAL CONTRACT DATE: 8/28/2013 This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: Addition of a 7 foot bury hydrant. Existing hydrant defective, work required to complete project. 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $442,679.76 (including applicable alternates and WSST) Net Change by Previous Change Orders $0 (incl. applicable WSST) Current Contract Amount $442,679.76 (incl. Previous Change Orders) Current Change Order $4,943.00 Applicable WSST Tax on this Change $469.59 Order Revised Contract Sum $448,092.35 CHANGE ORDER - 1 OF 3 Original Time for Completion working days (insert date) Revised Time for Completion under 0 prior Change Orders (insert date) Days Required (f) for this Change 0 calendar days Order Revised Time for Completion 60wortdngdays (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. dK CONTRACTOR: ITY OF KENT:By: Bty: - (sIg ure) ex (signature) Print Name % ' r' ' Print Name: Tim LaPorte P.E. Its Its Public Works, Director (title) title) DATE: DATE: 2 CHANGE ORDER - 2 OF 3 APPROVED AS TO FORM: (applicable if Mayor's signature required) I N/A Kent Law Department it i I r CHANGE ORDER - 3 OF 3 ® PILE NO: 200.2 KEN-I" CHANGE ORDERKSFI T NO. Construction Management Division - Public Works _ Project: Hawley Rd. Levee Improve. Ph. 2 Project No.: 10-3101.5 Project Engineer: Kelly Casteel Fed-Aid No.: - Owners Rep: Dave Devine Contractor: SCI Infrasturcture, LLC Date: 11/15/13 I. PROPOSED CHANGE Add 7 foot bury hydrant 11. REASON AND BACKGROUND FOR CHANGE Existing hydrant defective Work required to complete project. 111. METHOD OF PAYMENT NEW PAY ITEM(S) ❑ Not Applicable Change Order No. _ - -- FOR ACCOUNTING USE ONLY Sch. No. ItemDescription Total Est. Qty this Unit Unit Price Total Estimated Cost of City ----PE Item 1 7_ft, hydrant _ 1 1 _ LS_- 14_943 00 $4,943 00 - — - - --- ------ -.. ® IIndependent Estimate Attached ❑ CRLA E h'kY%TEM ONLY Payment to be made ® : PAY THIS PAY ESTIMATE ❑ Material Submittals Required CC: Construction Coordinator New Sub Re rd No _ RE U%RED at a later date u on com_letlon of work DELETE EXISTING, PAY ITEM(S) per 3-09.5 n Not Applicable Change Order No. i { OR ACCOUNTING USE ONLY Sch No B I. No. Item Description Qty Unit _ Unit Price Cost of Item - -- f _ 1 - .._._ J l_ P_:_- ---� --- ---.- . ....- -.-- --- ❑ Independent Estimate Attached - RFQM.TRED ❑ I Ifl;P:Er�SE/0E> vRFAuT PAY iTERI(S) ❑ 06N.ApPllc.oble _ Change Order No. Sch No. B.I. No Item Description Qty Unit Unit Price Cost of Item i . - ❑ Independent Estimate Attached - RFQ?J.TRE0 ❑ _ 1 REV. DATE:4/01/10 I I ® FILE NO: 200.2 KENl" TOTAL ESTIMATED COST OF CHANGE ORDER * $4,943.00 *Total of the Cost of Item Columns THIS PAY ESTIMATE $4,943.00 IV. WORKING DAYS Original Contract 60 Due This Change Order* ® Previous Total 60 — i —_ _- .DATE.. Lll 20 13 _ .. _J_— - --— --- ............... -DATE: ti ---- * Explanation Justificaon Re uired: TOTAL WORKING DAYS* 60 *This Change Order + Previous Total All work, materials and measurements to be in accordance with the Standard Specifications and Contract Special Provisions for the type of work described. Prepared By: � U �" Date: p 4 Construction Supervisor: Date: I �' Construction Manager: .= Date: i I� II 2 REV. DATE: 4/01/10 2825 South 04154' St=reet,Seattle WA 98188 Phone: 206-242-0633, Fax: 206-242-0792 TRANSMITTAL PROJECT NO,: 1322- Date: 11/15/2013 PROJECT: Hawley Road Levee Improvements, Phase 2 -No. 10-3010.5 TRANSMITTAL#:24 E nsmitled T o: n Barry City of Kent-Public Works F Department B 400 West Gowe Kent, WA 98032 Phone: 253-856-5500 Fax: 253-856-6500 Tyson Lashbrook ,5asbject• 1322-: Hawlcy Road Levee Improvements, Phase 2 -No. 10-30TI Replace Hydrant Pricing IVoBes; _ t8 ®ocument Type Docu►nent �opees �tatu� Remarks/Co en r _em I H dram Replacement ( Por Chnage � P— Order __.. Carbon Copied: FILE: 1322-/City of Kent-Public Works Department If the reader of this message is not the intended recipient of the employee or agent responsible for delivering the message to the Ali intended recipient,you are hereby notified that any dissemination,distribution,or copying of this communication is strictly prohibited, Iryou have meoived this communication in error,please immediately notify us by telephone and rehrm die original messago to us at the address shown via the US Postal Service. it pJam' ',V' 6 m" 11/15/2013 Jason Barry City of Kent-Public Works Department 400 West Gowe Kent, WA 98032 Re: Pricing for Replacing Hydrant Job 1322-: Hawley Road Levee Improvements, Phase 2 -No. 10-3010.5 Serial Letter 1 Dear Jason: SCI Infrastructure LLC, per the request of the City of Kent replaced the existing hydrant on Hawley Road Phase 2. Attached you will find a lump sum breakdown for the purchase,paint, and coordination of the new hydrant. SCI acknowledges the installation of the Hydrant is part of the original bid item for relocate existing hydrant. The total cost to replace the existing hydrant with a 7' bury hydrant is $6,743,00, Please issue SCI a change order for$6,743,00 so we may include it on our monthly estimate If you have questions or need clarification please contact our office at 206-242-0633 Sincerely, SCI INFRASTRUCTURE, L LC Tyson Lashbrook Project Maiiager cc; :1508 Valentine Averum- Southeast, Pacific, IWA 98047 Phoned 253 218-0444, Fax: 253-218-04.54 Sr ope:Replgce E)flsjIng Hydrant LS Summary: Price includes Foreman coordination, Painting and Storz fitting for Hydrant. Install Is excluded and Included in contract unit price I A Labor: Rate/MH No, Hours Day Days Subtotal: laborer 49.42 1 2,00 1.00 98,84 CV0 Foreman 63.34 1 1.00 1.00 63,34 Subtotal Labor: 162.78 Markup 29% 47.03 18 Equipment: Rate/Hr No. Hours Day Days Subtotal: One Ton Too]Truck 35.00 1 2.00 1.00 70.00 Subtotal Equipment: 70.00 Markup 2916 14.70 IC Subcontractors Quantity UM Cost/Unit Days Subtotal: LS Subtotal Subcontractors Markuup 12% 1D Materials Quantity UM Cost/Unit Subtotal: HD Fowler Parts I EA 5,330.00 1.00 5,330.00 Subtotal Materials: 5,330.00 Markup 21% 1,119.30 Subtotal Items IA-ID 6,743.21 Total Additional(;ost I A-1 0 $ -6743,01 Emig= 99PPAf IMMYtN t Lump Sum Pricing for Hydrant Replacement Item Total Cost S Hydrant Replacement J Total Lump Sum Price $ 6743.00 The price shown includes all work outside of original contract scope. III FIRE HYDRANTS ORDERING INFORMATION CLOW VALVE COMPANY When placing orders or making Inquiries, please furnish the following Information.This information will enable us to answer your questions, prepare quotations,and fill your order promptly. Lack of essential Infer- motion Is almost sure to cause delays. Use Figuve Number wherever possible to identify the product wanted 1. Quality and style. 10. Hose and pumper nozzle threads: If other than National Standard,thread specification 2. Construction: Safety.Flange. and nut size must be furnished in the following manner: 3. Size of main valve openings:41/2 or 51/4 inch. (a) Send sample nozzle or male hose coupling;or 4, Number and size of pumper nozzles. (b) Send drawing giving complete thread specification;or 5. Type of inlet connection:Flanged, (c) Rater us to previous hydrant order. mechanical joint, or Tyton (Y) Complete records are kept of all installations. 6, size of inlet connection:4—,6—,or 8" 11. Color:Specify color of paint wanted, i. Depth of trench or bury: Distance from ground line to bottom of connecting pipe. S. Direction of opening: Usually open to left (counterclockwise);open right(clockwise), when specified. 9. Size and shape of operating nut:National Standard Is 1/2-inch pentagon measured from point to opposite flat at base of nut. Specifications Clow, Eddy, and Medallion Fire Hydrants meet or exceed the requirements of American`Hater Works Association Specification AWWA C502, sire Hydrants for Ordinary Water Service. 1'lmuq vuld Hydvur t tvronchos F-2ys® €1§ust'�aL+la �'io/da ceB W# neh whh Sp=oncnr es, e:,-,ei Nn ,-ypo gnrl '✓U,., Ndfilca s anf;lSrgs I MEDALLION HYDRANT ASSEMBLY EXPLOSION CLOW VALVE COMPANY la.a �_M•9 *ET Ott, DESCRIPTION MATERUIL A 1 OPERAPNONUT6RIN0- RUBBER IS P OPERATING NUT THRUST BEARINGS DRAIN R-6 bptlasy N.$ A 1 OPEMTIHGNUT COPPER ALLOY A44 I UPPER STEM JAM NUT(OPTION) STAINLESS STEEL p•6 H-H M A I UPPER STEM SLEEVE COPPER ALLOY MB I UPPER STEM SLEEVE PHINO RUBBER N•0 s q-y8 ---� ® p.j xJl M-p 1 UPPER 6iElA CRS M6. 1 UPPERSTfMPN STAINLESSSTER. N-H M9 R SAFETY COUPLING Coll ER PINS STAINLESS STEEL M M-10 1 SAFfiY 6TEAI COUPLING STMNlESS6TEEt M-II a SAFETY COUPLING PINS STAWLESS STEEL t H•" FN3 1 —LOWER SSTEM CRS _ RIB ! LOWER STEM PIN STAINLESS STEEL MI5 1 CHAIN VALVE FACING SCREW STAINLESS STEEL _ N•Dl MtE R DRAIN VALVE FACING URETHANE RUBBER 1i 15 \qA..,R•q _Hpd M-IY 1 UPPER VALVE PLATE COPPER ALLOY M IO 1 fiFAT HIND.ZIPPER O-RING RUPEE" M.W9 1 SEAT RING _ COPPER ALLOY MDO 1 PAT HIND LOWER O HIND. RUBtlER p.lj jq M21 1 LAIN VALVE SEAT ADORER H M12 I LOWER VALVE PLATE LWKWAONrn STAIMLESSSTEEL k•IB e,� IP'r i/ /�''jg WtrU Mn Wb �1 MQn 1 LOWER VALVE%ATE CAST IRON / NE." x•N IA35 1 WEATHER CAP HCLOOOWN SCREW EINC PLATED STEEL N"Im J Ih2G 1 1VEATHEH LAP CAST NON wLe_ Ma] 1 THRUST NUT COPPER ALLOY NH AMB 1 THRVST NUT O RINO. gUBOF.H • p p.N MR9 1 00NHETS,BOLTS 6 NUT5 ZINC PLATED STEEL 1 M'JO 1 BPYNET CAST IRUY p.gl Hedy _ b]I 2 STEMO-RIAwa RUBBER —` x'ES M-S2 1 BONNETPHINA RlpvEfl NOBLE MOTION CASTIRONq•A9 RIBS! I PUMPER NOZZLE LOCK STAINLESS MLE556iEEL Wd0 M1435 I PUMPER NOZZLE GRIND. �— NEDRA 1¢A I PUMPER NOZZLE MP 1 _ PUMPER HOULE GMSHET RUBBER H-y0. . FII IS PUMPCHN04LECAP OAST IRON _ WkJ9 2 HOSE NOZZLE LOCK STAINLESS STEEL A1-00 0.54 2 IIOZE NOZZLE O-RING RUBBER — KI [ HOSE ROULE _ _COPPERALLOY LH2 2_ HOSENOZZLE GASKET RUBBER M13 R _HOZE NOZJ.LE CAI CAST IRON 1 �"`°•^ tbE9 MNd `I CRAW � ZINC PIATEO STEEL 1.1-0G tl SAFETY RMIUE BOLTS S HUTS ZINC PLAILO STEEL _.__ ALdZ t SAFETY PLANES ORAVGC RUBBER M dO 1 HAflRELUPPER FLANGE DUO)IIE IPGN M1I49 2 SAFETY MNGP CAllT IRON IF9r MW I RARHEL OUCTBE IRON PIPE 1/.51 I SHOE BOLTS NUTS STAINLESS STEEL 14-52 gPRHEL LOWER FLANGE DUST IRON m ) •'�"'•�� N'97 _.... fI-yl..�. M-5] ogMN RING OHING RUBBER F45C BRAIN RING COPPER ALLOY p -� DUCTILE IRON lbsi _ SHOE _ Al 50 1 iHRUSi NUi sEI'SCRE4'J GIPIM_ESS STEEL MEDALLION HYDRANT ASSEMBLY CLOW VALVE COMPANY F-2545 M-25 M-30 M-26 M-3 M-1 d-27 M-5 B M-28 M-2 M-32 M-24 a - M-4 (Bonnet stop option) M-31 M-5 M-39 M-42 M`6 M-40 M-43 M-41 M-8 a � M-7 - - _ �.F., M-37 M-36 M-3 M-10 �.., M-34 I' fd 11 S,Y M-45 M-47 M--33 11-46 } t �kd M-9 MEDALLION HYDRANT ASSEMBLY CLOW VALVE COMPANY F-2545 M-17 K—fl8 h1�15 e M=13 U-19 FapS 1 0-52 M-53 — -- M-15 K-53 , ( P4u51 `y �~H-20 M-21 / 1 H-22-/ MEDALLION HYDRANT GENERAL DIMENSION LAYOUT CPOW VALVE COMPANY F-2545 I 32 3/4 19 3/8 EID Y 2 1/2 Ground Line Pi VALVE SIZ1Xk 41fr 6.16t.14 , H _ 5�/v 7.04,14 Trench Depth ENO TYf+E t2 _dn— ;I1_._ Flai�d Bve 19, h III ` � Tyl. — 9 h_ 96568 MEDALLION HYDRANT B 6f5/0] Vertical Bottom General Dimension Layout CLOW VALVE COMPANY Hydrant complies with AW WA C502 &C550 standards. Hydrant complies with UL 246 and FM standard. Hydrant has a rated working pressure of 250 psig. — 32 3/4" ( 19 3/8" 2 1/2" Ground Line-j D < Trench (Depth > HYDRANT VALVE ShM D 41/2 14 5 '1/4 T04 14 k}. 3 1/4" ff- MEDALLION HYDRANT MAIN VALVE SEAT REMOVAL HYDRANT WRENCH—BONNET STOP OPTION CLOW VALVE COMPAPIY F-2545 Hydrant Wrench (T-160-OR26) M-30 _--e Pi-4 M-T 6 — N-33 i j it MEDALLION HYDRANT MAIN VALVE SEAT REMOVAL HYDRANT WRENCH F-2545 M-7 Hydrant Wrench Guide Thumb Scret ti t M-B M--33 I al -� i MEDALLION HYDRANT AWWA UL/FM SAMPLE SPECIFICATIONS LOW VALVE COAAPANY in accordance with AUVWA Standard C502,be listed b !' 1, Fire Hydrant shall be manufacturedY Underwriters Laboratories, Inc.and have Factory Mutual Research approval. 2, Fire Hydrant shall be designed for 250 psi working pressure and tested to 500 psi Hydrostatic pressure. 3. Fire Hydrant shall be backed by manufacturers 10-year limited warranty. !,I 4. Fire Hydrant shall be dry-top center stem construction having an O-Ring sealed III lubrication reservoir. S. Fire Hydrant shall be manufactured with operating nut and thrust nut made of copper alloy with bearings located both above and below the thrust collar and with operating nut protected by a cast-iron weather shield. 6. Fire Hydrant shall be manufactured with nozzles mechanically locked into the barrel coupling. Nozzle section must rotate 360 degrees. 7. Fire Hydrant shall be a'Traffic Model", complete with safety flanges and steel stern coupling, I,I Nozzle section must rotate 360 degrees. 6. Fire Hydrant shall be manufactured with a main valve seat ring of copper alloy threaded Into a , copper alloy drain ring.A 360 degree drain chonnol shall have a rnlnhnum of two drain.ourets. 9. Fire Hydrant shall have a copper alloy upper valve plate and two urethane rubber facings that !!I activate the drain ports. 10. Fire Hydrant shall be manufactured with a lower valve plate that bottoms out in the shoe !!, for maximum opening. 11. Fire Hydrant shall be manufactured with a minimurn maln valve opening of 4'/z !� or 5Va Inches. 12. Fire Hydrant shall be the CLOW MEDALLION as manufactured by the Clow Valve Company or approved equal. Bid No:E229389 Page 1 of 1 FOWLER COMPANY Customer: BIDDING CONTRACTORS Estimate: E229389.1 Estimator: JEFF WORKMAN Bid Date: 11/14/2013 Job Name: Hawley Road Phase 2 Location: City of Kent Line City UoM Description Unit Price Extended Price 1 1 EA 7' Bury Clow Hydrant 4,600.00 4,600.00 2 1 EA Storz Adpater 545.00 545.00 3— 1 EA Paint suplies/Vinyl Numbers 35.00 4 1 EA Delivery Charge 150,00 150.00 ¢ � i A",C- _°off 0 1 .,, ,y(=.£'fls f,'D ..._. hP a9a x_ rit�.�.... , r �<)4° ,z„ F� V i zj t F 5 yP{ 6,eY+e Y q f 4-'/ & 9 � I irP Approximate Total 5,330.00 Devine, Dave From: Devine, Dave Sent: Friday, December 13, 2013 2:03 PM To: 'Tyson Lashbrook' Cc: Kuehne, Paul; Barry, Jason Subject: Hydrant price reduction (City accepts) Tyso n, The City accepts your reduction of$1,800100 for the new hydrant. I will have a pay estimate for you to look at Monday. Have a good weekend; Dave Devine, Owner's Representative Construction Management I Public Works Department ' t 220 Fourth Avenue South, Kent, WA 98032 Q Phone 253-856-5572. 1 Cell 253-261-5048 KENO" ddevine@KentWA.eov www.Kent)AIA.gov !:,,I vq of C4' (L.P:=41V L:1�,pIT hE .--013]'Jl i IL f;Yq F-MALL From: Tyson Lashbrook [mailto•tyson@sciinfiastructure coin] Sent: Tuesday, December 10, 2013 4:49 PM To: Devine, Dave Cc: Barry, Jason Subject, RE: hawley road phase 2 check Dave, The issue with the Hydrant price lies where the hydrant was actually picked up from. The hydrant was in our yard from 2008. With that said I asked for a quote from Fowler for a change and you see what I received. My offer is to reduce the overall price by$1,800.00 dollars. If you can live with that let me know 6 vxri: Devine, Dave [mailtcrDDevine@kentwa.gov] Seat: Monday, December 09, 2013 3:45 PM Tas, Tyson Lashbrook Cc: Chau, Tsz; Lykken, Kristin; Barry,Jason; Kuehne, Paul Stibjece: RE: hawley road phase 2 check Tyson, PE 1 check will be available Friday. I'm close with a PE 2 for review which I'll send tomorrow. I would like to include the hydrant Change Order but the City believes FID Fowler's bid price for the hydrant is high (see attached). Please provide an invoice showing the cost of the hydrant, stortz fitting and delivery charge, I will attempt to speak to you about it tomorrow. Sincerely; 1 ! )C �� ✓a . a'�,l��Gd v U f'' �SA SE:D o.v ,poi— j J s f"Ic�AS Levv iMPPoJSL MN Ts � Q j �a� .Y A} 2 ¥ r P q 3 2 v Y t a"e, 99 rx .J`� st �§ �- ° , -?t tY,>5'.rift $i Pt t A#+a��• t^F..ss" �x r � .��-k�Y�,� '� y';�'��s `%w'�ry4�`4'"a E w . �, �� r„h tst t _JR � �'� ' R� t +. fik gz k t $ ' .tea e`a'ir' q ��*S - rttadI't r, k F� " w. s > + sa a c r= e z { T Aey ' r"s' k 10, f04 - z r 4 t r 'z 5 '' " x)x„r n� � � .;'d:€,fi tta t s?,6 �x*%"*r v 'r�i�dh � � i -'`i.-• i #S"trM R,Ri, RS Vlf,I ? g, rxr,--,c5 ��+..e,��i;?i:�*z'y `u�s`:� s1tia� � e�* a h:,. ��.3'4"' ." ' �' 'R�i'� 4 � 4t'n�,v`✓-:.ro+d&"` Sf . ise€€; '�' uafhs t1 'piz 4 bra t p,. y 1 A , � r p 3 � P i Ike ir i Y F y b j , ,