Loading...
HomeMy WebLinkAboutPW15-240 - Change Order - #1 - Marshbank Construction, Inc.- Central Ave S Pavement Preservation and Utility Improvements - 03/10/2016 .40 Records M g e me, s KENT WASH I NOTO N 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: Marshbank Comstruction, Inc. Vendor Number:' ID Edward's Number Contract Number: PW 15-240 This is assigned by City Clerk's Office Project Name: Central Ave S Pavement Preservation and Utility Improvements Description: ❑ Interlocal Agreement ® Change Order ❑ Amendment ❑ Contract ❑ Other: Contract Effective Date: 7/6/2015 Termination Date: Contract Renewal Notice (Nuys): Number of days required notice for termination or renewal or amendment Contract tanager: Mark Madfai Department: PW Engineering ContractAmount: $5,819,698.74 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Change Order#1 As of: 08/27/14 • KENT W A$N I N O T O N CHANGE ORDER NO. 1 NAME OF CONTRACTOR: Marshbank Construction, Inc. ("Contractor") CONTRACT NAME & PROJECT NUMBER: Central Avenue S Pavement Preservation and Utility Imp. ORIGINAL CONTRACT DATE: July 6, 2015 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: Delete Bid Item 1390, Field Trailer as described in Kent Special Provision 8-37, from the contract due to not finding a suitable location for the field trailer. Add an item to provide compensation to the contractor for efforts to provide a suitable location. 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, $5,819,698.74 (including applicable alternates and WSST) Net Change by Previous Change Orders $0.00 (incl. applicable WSST) Current Contract Amount $5,819,698.74 (inch Previous Change Orders) Current Change Order $-10,200.00 Applicable WSST Tax on this Change $0.00 Order Revised Contract Sum $5,809,498.74 CHANGE ORDER - 1 OF 3 Original Time for Completion 180 working, days (insert date) Revised Time for Completion under 0 prior Change Orders (insert date) Days Required (±) for this Change 0 calendar days Order Revised Time for Completion 180 working days (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. J CONTRACTOR: CIVIOF KENT: By: By. Ir (signature) signature) Print Na J r Print Narmile: impy\_, VtA0br1c&. Its 17 JA Its:Rullkc.' \'N K1<4'D kfelAw tie) itle) DATE: -L DATE: CHANGE ORDER - 2 OF 3 APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [in this field,you may enter the electronic tilepath where the contract has been saved] CHANGE ORDER - 3 OF 3 KENT FILE NO: 200.2 WISHINCTON CHANGE ORDER WORKSHEET NO. 1 Construction Management Division — Public Works Project: Central Ave. S. Pavement Project No.: 13-3004 Preservation and Utility Improvements Project Engineer: Cameron Bloomer Fed-Aid No.: STPUL-1071 (600) Owners Rep: KBA, Contractor: Marshbank Construction Inc Date: 1/12/2016 I. PROPOSED CHANGE DELETE Bid Item 1390, Field Trailer as described in Kent Special Provision 8-37, from the Contract. ADD an item to provide compensation to the contractor for efforts to provide a suitable location. II. REASON AND BACKGROUND FOR CHANGE Kent Special Provisions Section 8-37.5 requires the contractor to furnish and install a field trailer on the project site for the City to have meetings with the contractor and City personnel. The City contracted with KBA, Inc. to provide construction management services for the project. In the Contract with KBA, Inc., the City was to provide a field office that included internet connection and printing capabilities. The City intended for the contractor's furnished field trailer to provide those items, but they were not included in the construction requirements noted in 8-37.5. Kent Special Provisions Section 8-37.3 requires the trailer to be set-up at the location shown in the plans within the first 10 working days of the Contract. The plans did not show a location for the field trailer. The contractor, Marshbank Construction, Inc. (MCI), made contact with multiple local property owners looking for a suitable location for both their laydown yard and the Contract required Field Trailer. After 20 working days, MCI had yet to find a suitable location for the Field Trailer. Given the location and missing internet/printing capability, the City elected to issue Request for Proposal 001 Field Trailer, requesting a proposal to delete the Field Trailer from the contract. On October 6, 2015, MCI responded to the proposal with Serial Letter 010. MCI proposed crediting the City $10,200, leaving $800 to cover the contractor's management cost of searching for and meeting with potential property owners. The City reviewed MCI's proposal and found it to be fair and reasonable. III. METHOD OF PAYMENT NEW PAY ITEMS) ❑ Not Applicable 1 REV. DATE: 4/01/10 KENT FILE NO: 200.2 Change Order No. j j - j j FOR ACCOUNTING USE ONLY Sch.No. i Item Description Total Est ! Qty this Unit Unit Price Total Estimated Cost of , i t f Qty PE ! I Item I i BI ; CO 001 - Delete Field Trailer ; 1 1 I LS 800.00 -----_� _—.... _,------- =- --- ------- $800.00 I Independent Estimate Attached CREATE PAY ITEM ONLY- Payment to be made PAY THIS PAY ESTIMATE -REQUIRED _ at a later date upon.completion of work rf i b l S i Materaumttals Required - CC: Construction Coordinator w Sub Reqrd? 1No DELETE EXISTING PAY ITEM(S) per 1-09.5 ❑ Not Applicable Change Order No. FOR ACCOUNTING USE ONLY Sch. No. B.[. No. Item Description Qty j Unit Unit Price ! Cost of Item BI i 1390 _ _I-Field Trailer_._._....._.._._......____...-._._...._._.._....._.__.......__1_._._.__.___j.___._�S11,00000_____ _$11,000.00 i _...._...._.....__..............._._. ......................_..... ._....__._--................ ........ ............................-......_....._...._.............__.-__.y.-....._.......__....................._..................._........_......1....._..............-_..._._........._............................. ....._ E ; i �Tj Independent Estimate Attached - REQUIRED INCREASE/DECREASE TO EXISTING PAY ITEM(S) ❑ Not Applicable Change Order No. ! - FOR ACCOUNTING USE ONLY Sch. No. i B - ..:..........---.-----..._.__.___.._._...__.....__...._..__._...____.-_---w__—..__......._...._ ..............._...._....._.......... i ...._........................._.........,.....4..........._......-.._._.._.__...-...........................,........_................._.........-.. _...-�..........................,.,.....................�.._............_....._..__._._.i............_..._....__........._....,................_.-._...,._....._....�_..-_...__.._........-..._...._.._...___.....-..._.................-...-._..._-_.__ j 1 i Independent Estimate Attached - REQUIRED TOTAL ESTIMATED COST OF CHANGE ORDER * - 10 200.00 *Total of the Cost of Item Columns THIS PAY ESTIMATE —� IV. WORKING DAYS Original Contract 180 Due This Change Order* j 0 ; Previous Total __------..............--__.- 180 _. --- ---------_,-._._.........._.._.... - 1._..._. _ __..__..._...... DATE: ; DATE: i _ .___.__.._-......_.__..___-___..._._._._ __.._.__._._.__............__......_.__._.._._.___......-..._-__..._._...................._..._.........__....__.................__. __....___._..,._......_._............_....._.__-.-..._._.__._—__..._._..-.._.___..-...__._.._...._...._...._.__..........._ * i Ex lanation Justification Re wired: TOTAL WORKING DAYS* 180 *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. 2 REV. DATE: 4/01/10 4 eo,�* KENT FILE NO: 200.2 WAS111„OTOF Prepared By: Date. 1l17-1 Z61 Co Construction Supervisor:, �„� Date: Construction Manager: �''` a»ni Date: 3 REV. DATE: 4/01/10 Chapter 52 Local Administered Projects Appendix 52.106 Change Order Checklist CD M - f1az pFFtcE T n� Change Order Question Yes No N/A 1. Does the change order alter the termini,character,or scope of the work? ❑ l°f ❑ if yes,you must have H&LP approval to be eligible for federal funds. ❑ ❑ ❑ If yes,you must submit a revised Page I of the prospectus. ❑ ❑ D 2. Is the Change Order over$7,500.00 and outside the scope of work? O e ❑ If yes,the change cannot be a change order and must be an independent work. O ❑ ❑ 3. Does the Change Order detail all items involved with the change? gj� ❑ ❑ 4. Does the Change Order include an adjustment in working days? D ❑ If yes,the time extension must be stated in the Change Order. ❑ ❑ ❑ If yes,an independent engineer's estimate of time must be included to document the ❑ ❑ ❑ extension. If no,that must be stated in the Change Order. ❑ ❑ ❑ 5. Does the Change Order alter the DBE Condition of Award? ❑ ❑ ❑ If yes,you must obtain concurrence form Local Programs. ❑ ❑ ❑ f yes,you must obtain the DBE's signature on the Change Order. ❑ ❑ D 6. Does the Change Order involve a material substitution? ❑ ❑ If yes,you must determine if a material credit is appropriate. ❑ O ❑ 7. If Change Order work started prior to it's execution,prior verbal approval by the D ❑ ET Approving Authority must be granted and documented. 8. Has the Change Order been signed by the contractor? ❑ ❑ ❑ 9. Has the Change Order been executed by the Approving Authority? O ❑ ❑ If you are a"non CA Agency",you must have the acting CA Authority's approval. ❑ ❑ ❑ 10.Has an independent engineer's estimate justifying the costs and time extensions been ❑ ❑ ❑ completed and documented? 11.Has a detailed memo outlining the chronology of events,basis of need,costs and ❑ ❑ ❑ working days been prepared and placed in the file accompanying the Change Order? Appendix 52.106 Change Order Page 1 of 1 Revised 4/30/2014 WSDOT Local Agency Guidelines M 36-63.27 Page 52-19 April 2015 Cameron Bloomer From: Cameron Bloomer Sent: Tuesday, December 29, 2015 12:00 PM To: econnor@kentwa.gov Cc: 'Madfai, Mark' Subject: RE: CO 001 - Delete Field Trailer Attachments: CO 001 Worksheet Delete Field Trailer.docx Hello Eric, I have made a couple small tweaks for the worksheet for CO 001, Delete Field Trailer. Please review. MCI has proposed they keep$800 for their efforts.Their yard at the Morton/Railroad Ave property does not appear to have room to fit both their and our trailers. Their efforts to find a location that would have accommodated both were unsuccessful and spanned more than a month. As such, I find their proposal of$800 to be fair and reasonable. Does the City agree? Thank you, Cameron Bloomer, PE T 425.990.2949 I C 206.819.7148 I Ecbloomer@kbacm.com KBA, Inc. I Construction Management Specialists I www.kbacm.com From: Cameron Bloomer Sent: Monday,October 19, 2015 9:05 AM To: econnor@kentwa.gov Cc: Madfai, Mark<MMadfai@kentwa.gov> Subject: CO 001-Delete Field Trailer Hi Eric, Attached is a draft of the CO worksheet for deleting the field trailer. We have not settled on accepting their proposal,so we may need to revise the last portions. Please review this first one in detail, I'll get the process down and follow it. Thank you, Cameron Bloomer, PE T 425.990.2949 I C 206.819.7148 I Ecbloomer@kbacm.com KBA, Inc. I Construction Management Specialists I wvtwAbacm.com 1 CONSTRUCTION MANACCMPNIIndependent Cast Estimate Project Name: Central Ave S. Pavement Preservation Project No: 13-3004 Potential Issue No.: 1 date: 7/15/2015 Description of Work: No location provided for Field Office Trailer in the Plans Assumptions: Trailer will tit in Contractor's Laydown Yard, Cost is for lass of contractor's space lay down yard cost$1000 per month, and trailer/parking takes up 20%of space Work by Subcontractor?: (mark 'x°if yes) Prime Contractor: Sub-Contractor: STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR AMOUNT $ $ _ SUBTOTAL-LABOR: $ - LABOR OVERHEAD&PROFIT @ 29% $ - LABOR TOTAL $ - HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT AND ATTACHMENTS WORKING STANDBY RATE RATE AMOUNT SUBTOTAL-EQUIPMENT $ EQUIPMENT OVERHEAD&PROFIT @ 21% $ - EQUIPMENT TOTAL $ - MATERIALS P SERVICE DESCRIPTION QUANTITY UNIT PRICE AMOUNT Laydown Yard Area 12 Month $ 200.00 $ 2,400.00 $ $ $ SUBTOTAL-MATERIALS $ 2,400.00 MATERIALS OVERHEAD&PROFIT @ 21% $ 504.00 MATERIALS TOTAL $ 2,904.00 TOTAL: $ 2,904.00 ---- 12%MARKUP(rear prime when subcontract work)—$ - Gpntra�trar's Rupreseritarrve rt"�ar+rrCed naarre) Gcrnfractor`s Representative Signature----------fate............. SHEET TOTAL: $ 2,9014.00 _tr--ams}- ------------------------ Clwner's Re reserrtafive rinte� Prime Markup on Subcontractor: ----------------------------- 12%: <$2'5,000 owners Renrese rtaCrve Sranalure Care 10%. $25,000 to$1010,000 7%: >$100,O00 Date: "'a If checked,this work is in dispute. By signing this form, 'parties By:Jvx�.�_o`":. ' ,° ° ,,:rw; are agreeing to the time and effort needed to accomplish the task. MARSHBANK CONSTRUCTION Cont. Lic. MARSHCI-05106/DBE/MSE No. D11V10011507 October 6, 2015 Cameron Bloomer, PE City of Kent 400 West Gowe Kent, WA 98032 RE: Central Ave S Pavement Preservation &Utility Improvements Project No. 13-3 004 Federal Aid Number: STPUL-1071(006) GC Provided Office Trailer RFP 002 Serial Letter No. 10 Cameron, Kent Special Provision Section 8-37.5 called for the GC to provide an office trailer at a location specified in the contract documents. Short of having a City provided/designated location,RFP 002 requested the deletion of the GC provided office trailer. We propose to a credit of$10,200 to leave $800 remaining forbid item B 1-1390. The remaining cost will cover our management cost to search for property and meet with potential landlords. Please review and let us know what questions you have. Sincerely, Marshbank Construction Inc. Jason Heide Project Manager �RFP - Fick{ 'l'railer Page l off SharePoint Newsfeed OneDr'ive Sites Cameron Bloomer- o Request for Proposal (RFP " � rP Project Number P raj eC`t Federal Aid No. Gate 8/24/2015 RFP No. 002 Subject Field Trailer Specification(s) KSP 8-37.5 Plan Reference To: Provide proposal within fifteen (1 5) days or as stated above for the scope of wort; clescribed: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issuc. SCOPE Provide a credit proposal for the deletion of the Field Office Trailer, as described in Kent: Special Provision 8-37.5, from the Contract,. Also provide a cost proposal for allowing the CM Team'sfield office to dispose of its office trash in Marshbank's orisit:e garbage receptical. MATERIAL http //r Nvw.kba.l)or-tal.coiii/projec;t/Ceiiti-a]AveSoutli/Lists/l"�l,l?/leispForiii,asl)x?[D=4 Beni... 1/12/2016 MARSHBANK CONSTRUCTION Cont. Lic. MARSHCI.05106/DBE/MBE No. D1M0011507 July 31, 2015 Eric Connor, PE City of Kent 400 West Gowe Kent, WA 98032 RE: Central Ave S Pavement Preservation & Utility Improvements Project No. 13-3004 Federal Aid Number: STPUL-107I(006) CM Office Trailer Serial Letter No. 5 Eric, Per Kent Special Provision Section 8-37(BI 1390) we are to provide an office trailer for the construction manager at a location designated in the plans within the first ten working days of the contract. At the end of the day today we will have six days remaining to fulfill this requirement and do not have a City designated location to do so. Please provide a location to place the trailer or remove the bid item from our scope of work. Sincerely, Marshbank Fonstruction Inc. Jason eide Project Manager markings. Removal of markings shall be considered incidental to the unit cost of installed pavement markings. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "Plastic White Edae Line"per linear foot. "Plastic Double Yellow Center Line"per linear foot. "Plastic Two Way Left Turn Line"per linear foot. "Plastic Wide Line"per linear foot. "Plastic White Lane Line"per linear foot. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-37 FIELD TRAILER 8-37.1 Description This work shall consist of furnishing and installing a field trailer on the project site for the City to have meetings with the Contractor and City personnel. 8-37.2 Materials All labor, materials, tools, supplies, and equipment used for this work shall be furnished by the Contractor. 8-37.3 Construction Requirements The Contractor shall furnish and construct a temporary field trailer for the use of the City. The trailer shall be set-up at the location shown on the plans and within the first ten (10) Central Pavement Preservation &Utility Impr./Madfai 8 - 23 June 5,2015 Federal Aid Number; STPUL-1071 (006) Project Number: 13-3004 working days of the contract start date. The trailer shall be weather tight, installed plumb and level, and be provided with the following minimum requirements: • Floor space: 450 square feet (consisting of at least two offices of approximately 100 S.F. with doors in addition to conference room space) • Above ground floor w/ side boards around crawl space to retain heat • Two (2) offices with approximately 80 - 100 square feet • Electrical power, lights and heat to all rooms • Adequate windows for ventilation with security bars • Shelves: twenty (20) lineal feet (divided equally between the offices) • Two (2) plan tables: 42 x 72 inches, one in each office • One (1) conference table: 48 x 96 inches, in conference room • Ten (10) chairs • Cylinder door lock and six keys • Portable toilet facilities adjacent to the trailer • Stairs with landing and safety hand rails leading to each entrance door • Rain cap/porch cover at each entrance door • A/C powered, electronic burglar alarm system with auto phone dialer and battery backup • Crushed rock parking area and walkway for minimum 4 vehicles • Extra secure locking system for all doors The Contractor shall coordinate utility hook-ups for electrical power including all permits and fees. Monthly charges for power shall also be included with this bid price. The Contractor shall provide temporary generator power, adequate to operate the trailer and alarm system 2417 until permanent power is installed. 8-37.4 Measurement "Field Trailer"shall be measured per lump sum. 8-37.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per lump sum for "Field Trailer"shall be full compensation to furnish all labor, materials, tools, supplies, and equipment including lease of property, necessary to install the field trailer as described above in the specifications. Central Pavement Preservation &Utility Impr./Madfai 8 - 24 June 5,2015 Federal Aid Number: STPUL-1071 (006) Project Number: 13-3004