Loading...
HomeMy WebLinkAboutPW16-067 - Change Order - #7 - Rodarte Construction, Inc. - James Street Pump Station - 11/10/2016 ® Recordst 771 KEN1' Document WnsHlrvcioH '' y,._ J � Y 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: Rodarte Construction, Inc. Vendor Number: JD Edwards Number Contract Number: PW 16-067- 00% This is assigned by City Clerk's Office Project Name: James Street Pump Station Description: ❑ Interlocal Agreement ® Change Order ❑ Amendment ❑ Contract ❑ Other: Contract Effective Date: 2/29/16 Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Garrett Inouye Department: PW Engineering i Contract Amount: $2,329,398.98 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Change Order #7 i As of: 08/27/14 K NT CHANGE ORDER NO. #7 NAME OF CONTRACTOR: Rodarte Construction, Inc. ("Contractor") CONTRACT NAME & PROJECT NUMBER: James Street Pump Station ORIGINAL CONTRACT DATE: February 29, 2016 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: Compensation for the design, manufacturing, and installation of two catwalks for the generator which are not yet shown in the plans required for the maintenance of the generator. 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, $2,329,398.98 (including applicable alternates and WSST) Net Change by Previous Change Orders $14,722.73 (incl. applicable WSST) Current Contract Amount $2,344,121.71 (incl. Previous Change Orders) Current Change Order $30,090.00 Applicable WSST Tax on this Change $2,858.55 Order Revised Contract Sum $2,377,070.26 CHANGE ORDER - 1 OF 3 Original Time for Completion 120 working days (insert date) Revised Time for Completion under 1 prior Change Orders (insert date) Days Required (f) for this Change 1 calendar days Order Revised Time for Completion 122 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. CONTRACTOR: CITY OF ENT: By: By ; (spnature) �,,> sig Lure) Print Name: N3 s' ' Print Name:�t�a44 L_a Its A­el'_ Its 1�WV:MC Wj ?3'( .S /(title) 0 (title) DATE: / V DATE: fPr/19 �I6 I 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 filepath where the contrail has been saved] 1 i CHANGE ORDER 3 OF 3 IICENT FILE NO: 200.2 rn aT.. CHANGE ORDER WVORKSHEET NO. 7 Construction Management Division - Public Works Project: James Street Pump Station Project No.: 10 3009 Project Engineer: Garrett Inouye Fed-Aid No.: N/A Owners Rep: Phil McConnell Contractor: Rodarte Construction Date: 9/21/2016 I. PROPOSED CHANGE Design, manufacturing and installation of catwalks (2) for the ganerator II. REASON AND BACKGROUND FOR CHANGE I Catwalks not shown in plans yet required for the maintenance of the generator III. METHOD OF PAYMENT NEW PAY ITEM(S) ® Not Applicable Change Order No. _ FOR ACCOUNTING USE ONLY Sch. No. Item Description Total Est. Qty this Unit Unit Price Total Estimated Cost of Qty i PE - Item 4 Supply and install catwalks 1 LS $30,090.00 $30,090.00 _ fo�enerator ❑ I ependent UIEstimate Attached ® I a Ra titer ITEM ONLY Pay ent to be made ❑ PAY THIS PAY ESTIMATE REQ RED date �---- — pop P- — L--`-- ---- ❑ Material Submittals Reauired - CC: Construction Coordinator New Sub Reqrd? I No DELETE EXISTING PAY ITEM(S) per 109.5 ® Not Applicable Change Order No. ( I FOR ACCOUNTING USE ONLY Sch. No. I B.I. No. Item Description _ Qty _Unit Unit Price_ Cost of Item ❑ I Independent Estimate Attached -REQUIRED ❑ INCREASE/DECREASE TO EXISTING PAY ITEM(S) ❑ Not Applicable Change Order No. 1 1 _ I I I FOR ACCOUNTING USE ONLY Sch. No.__,- BS. No.--- Item Description _ Qty Unit Unit Price— _Cost of Item ------ ------ ------ ❑ Independent Estimate Attached -REQUIRED ❑ 1 REV. DATE:4/01/10 KE I FILE NO: 200.2 TOTAL ESTIMATED COST OF CHANGE ORDER * $30,090.00 *Total of the Cost of Item Columns THIS PAY ESTIMATE $30,090.00 IV. WORKING DAYS I� Original Contract 12Q Due This Change Order* 1 _ Previous Total j 121 _ _DATE_T—.____.____ L__ _ —__ * 1_Explanation/]ustificati on Required: i I TOTAL WORKING DAYS* 122 *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: V`_ �Ct.w✓�. Date: Construction Supervisor: �///�� Date: Paul Kuehne 777 Construction Manager: 1 * Date: �b Eric Connor i I i 2 REV. DATE:4/01/10 i,. i some -11131 RODARTE CONSTRUCTION, INC. P.O. BOX 1875 AUBURN, WA 98071-1875 ph 253-939.0532 fax 253-939.0557 Change Order PROPOSAL PG l Customer Name Phil McConnell Date 911312016 Company The City of Kent Job Name: James Street Pump Statlo Address 220 Fourth Ave South State WA Zip 93032 Phone 253 856.5542 Fax We hereby submit specifications and eslmates for the following items ITEM Description Quantity Unit UNIT PRICE AMOUNT 1 Generator Catwalks(one on each side) 1 LS $ 30,090.00 $ 30,090.00 2 $ 3 r. _.-. 4 —.>.... TOTAL - § 30,090.00 NOTES: See three pages attached. FERROTEK CORPORATION TEAMWORK TOGETHER tl'!iACI1/El'li%'!!E ti17RdORU/,1S1Rr 7135 Delta Line Road.Ferndale WA 98248 Plione(360)366.7444 Fax(360)366.7445 *** OFFER *** Date: 9/8/2016 Quote No.JM-09-16-005 Attention, Kevin Darrant project: chutes Street Pump Station Generalor Enclosure—Catwalks To whom it may concern Thank yort for the op1ma nrity to offer you a quotation on 1h4v project, Items inchtded in t/tis Offer m•e itemized mid described In the section titled "Iachisions". Please revietr the iteiiis lisled caicfitlly andfcet free to call are ifyou hm'e any questions regarding this Offer. INCLUSIONS: t. Supply(2)each Catwalks with grating and handrails as shown on drawing C-3.07 dated August 2016,All steel shall be hot dipped galvanized after fabrication, 2. Includes all shop and approval drawings, 3. All welding by AWS and WABO certified welders, 4. F.OB. City of Kent jobsite staging area, END OF INCLUSIONS Exclusions: All materials and labor to furnisher fabricate any items not specificnlly included in the"Inclusions" section above and all other work and cast items including but not limited to:Field verification and dimcosioning, engineering and design work,weld testing and inspection, Held welding rind erection, finish and touch-up painting, prima painting after galvanizing,'T'gins,bar joists,joist girders nud bridging,chnin link fencing,Grinnell and Simpson brackets,rebnr,roof and galvanized steel floor deck,gaoge metals and Finshings,abrasive stuir nosings, non-slip ladder rung coatings,non-ferrous bearing parts,Unishvt ninterial,wire mesh,"suspended ceiling"support brackets and angles,related bolls nod threaded rods used to fasten components orother trndes,grout,castings, gaskets,cables and rigging,bicycle rocks,downspouts and brackets,Bonds,licenses,and permils. In addition,any Mid all items Which are not clearly identifier)and detailed on the bid set of drawings,in either the"A"or"S" drawings and referred to iu our offer nbove,shall be an exclusion to this offer. Correction of Er tors:nic correction orminor misfits requiring mockmte anmunts orrcaning,chipping, welding,cutting and drawing of clemcnts into line are the responsibility orthe Erector per AISC Code of Standard Practice,chapter 7.12. All other fabrication errors must be inur edintely reported to Ferrotek. Ferolek artist be given the opportunity to verify the error and to elther correct it or to approve the inost efficient and economic method of correction tv be used by others. if such neligcniion and opportunity to correct is not given,Ferroiek will not accept bock-cbm•ges by the Erector or the Contractor for any alterations or corrections mnde to Ferrolek's Work. 11011 $22,350.00 I j; FERROTEK CORPORATION TEAMWORK TOGETHER lrE11CIIIEFE r;11.E,172)ORDb1'ARY 7135 Delta Lim Road.Feradate WA 98248 Phone(360)366.7444 rax(360)366.7445 Acceptance and Payment terms: Enteiing into alp contract for file above soled work shall be contingent art Ferrolek's•priar•approval of the applicant's credit application,Fer•rofekshall, in any contract, be considered as and treated as a supplier ofmalerlals only. No retainage shall be alloved Papnrents shall be due and payable within 30 dapsfi'oru date of invoice. Project jobs will be prop-ass billed monthly on ar•before the 25"'ofthe nrorth. Invoices shall allow charges for verif+able material purchased, rb'mvings completed, rod work per formed for fhis.spec fe projec!whether delivered or slarerl in Ferrotek's secure yard All material dr live+3rschedrtles shall be bynrrtual agreement onljr. Sufficient little shall be ollolrerl after return of approval rlrmrings, to order;fabricate,and deliver materials. Errors or omissions by others shall be cause for extension ofrelated delivery schedules. Strop drawings refunted approved or with no eeceptions taken shall be considered approved for fabrication,Site condition variances and verfcalion obligations r•ernarn with the General Contractor at,owner repr•esentalive. Work requested other than that specifically,stated bt ilia 'INCLUSIONS"section above, a'changes subsegaert to shop drmvbtg approval, shall requh'e a 1witten rand signed change order or purchase order modifrcalion prior to commencement of any work for such charge, addition, or correction. This offer, in its entirety,shall be lucarporaled by r'eier•ence lit all Purchase Orders a'Conti-act Documents resultant f om this ofer. Tire terms of this offer shall extend to airy future change orders or'contract modifications relating to malerialr at,work to be furnished or performed by Ferrotekfa•this specific project. No mad fcollous shall be made to this Offer without the written consent afar officer'afFerrotek Cmporation. llsach hrcapor'ation by reference Is withheld, then this offer•shall be considered urrll and void. lit the even!of breach of terms, Ferrolek mroq without penalty,stop work aad wlpdrold shipurentmf fnYhe'niaier'ials7ruti!prryineut is received or other appropriate remedies ar•e achieved. Sincerely Joey G Joey 101410110 I understnnd and accept Ferrolek's Offer to fabricate the items outlined in the Inclusions"section above as stated in this offer.(JM-09-16.005)I hereby accept this offer tend authorize Ferr•otok to proceed with the above described work beginning: Sigued: by Position Date f Redone Construction,Inc. Page I JAMESPUMPCO James Street Pump Station Additional War 09/13/2016 14:26 John Ells Generator Enclosure Catwalk Activity Desc Quantity Unit Perm Consk, Equip Sub- Resoume PCs Unit Cost Labor Malerinl Mu(VExp Ment Contract Total BID ITEM = 3 Description= Generator Enclosure Catwalk Unit LS TakeofQaan: 1.000 Engr Qum: 1.000 3 Generator Enclosure Catwalk Quin: 1.00 IS IlrslShrlt 8.00 Cal: 508 WC:NONE j MCO2 Mkc Crew(B575) 8.00 CH Prod: 0.1250 Ull Lab PCs: 3.00 Eqp PCs: I,00 2CATFAB Fabricated Catwal@121% 1.00 LS 22,350,000 27.044 27,044 2FAST Fasteners,Elc@121% I.OD IS 200.000 242 242 4900M Boom Truck©112% 1.00 LS 800,000 896 896 8PU350 Ford F350 Superduty 1.00 8.00 HR 22.590 181 181 GL General Laborer 2.00 16,00 MH 66.050 1,057 1,Q57 OP Operator 1.00 8.00 MH 83.890 671 671 $30,090.14 24 0000 MHILS 24.00 MH [ 1727.92] 1,728 27,286 181 896 30,090 —> Item Totals: 3 - Generator Enclosure Catwalk $30,090.14 24,0000 MH/LS 200 MH [1727.92] 1,729 27,286 181 896 30,090 30,090,140 1 LS 1,727.92 27,28550 180.72 896.00 30,090,14 $30,090,14 "" Report Totals "'" 24.00 MH 1,728 27,286 181 896 30,090 iy. >>>Indicates Non Additive Activity —Report Notes:— The estimate was prepared with TAKEOFF Quantities, -- This report shows TAKEOFF Quantities with the resources. Bid Date: Owner: Engineering Firm: Estimator-In-Charge:JR RODARTE JOB NOTES Estimate created on: 05/07/2000 by 0serq: 3 - John Ells Source estimate used: L:\HEAVYBID\EST\CHNGMAST **'*****•***Estimate created on: 0B/26/2016 by VserB: 1 - John Ells source estimate used: L:\HEAVYBID\EST\F0RCEACC0ON'1' •on milts of MH indicate average labor unit cost was used rather than base rate. [ ]in the Unit Cost Column=Labor Unit Cost Without Labor Burdens In equipment resources, rent 0 and EOE $ not - 100% are represented as XXXBYYY where XXX-Rent% and YYYQEOEe —Calendar Codes-- -507 5Day Week-7 Hour Day 508 8lfoor Day-5 Day Week(Dern ult Calendar) 510 10 Hour Day/5 Day Week 512 12 Hour Day-5 Day Weak 610 10 Hour Day-6 Day Week