Loading...
HomeMy WebLinkAboutPK17-360 - Change Order - #1 - Premier Field Development - Hogan Park Field #1 Synthetic Turf Conversion - 12/04/2017 ,,, i `�.✓ K N T ,, r�i l � �fv a 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: Premier Field Development Vendor Number: JD Edwards Number Contract Number: PK17-360 -007— This is assigned by City Clerk's Office Project Name: Hogan Park Field #1 Synthetic Turf Conversion - Change Order #1 Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 6 12 17 Termination Date: 12/31/17 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Lynn Osborn/BL Department: Parks Planning & Dev. Contract Amount: $1.940.569.30 Approval Authority: ❑ Department Director ®Mayor ❑City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Change Order #1to the synthetic turf conversion project involves removing non-ADA- compliant parking stalls, relocating them and upgrading to compiiance, removing pat.h paving from mature tree root zones, and making a new pedestrian path to avoid future root damage. ..... _. .... ....... Division Contract #PPD17-09 adcc W 10877..8_.14 CHANGE ORDER NO. I NAME OFCONTRACTOR: ("Contractor") CONTRACT NAME & PROJECT NUMBER: ORIGINAL CONTRACT DATE: 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 l of the Agreement, entitled "Description of Work," is hereby modified to add additional work nr revise existing work ayfollows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: As described in attached Exhibit A, contractor will remove existing ADA parking stalls and install new AD/\ parking stalls 2^ The contract amount and time for performance provisions of Section ll »Tinno of Completion," and Section lll, "Compensation," are hereby modified as follows: riginal Contract Sum, 679.00 (including applicable altemates and et Change by Previous Change Orders $0.00 (incl. applicable WSST) (incl. Previous Change Orders) .00 Current Change Order Order CHANGE ORDER 1OFJ Original Time for Completion 12/31/2017 (insert date) Revised Time for Completion un 11 der N/A prior Change Orders (insert date) Days Required (t) for 1-11 this 11 Change 1 calendar days Order Revised Time for Completion N/A: 12/31/2017 (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 KENT: r B @ �fd' UAC4AXVj ., i7 f(Y 3[(RfC 4 Print Name ao�. � , ) r1,a C Gay __. Pr' it Its ""_, rf.r I ' DATE: f f` ` t DATE: ,,, ,. u CHANGE ORDER - 2 OF 3µ "C / f' APPROVED AS TO FORM: (,Tpg9 w,eY if Mayor's signature required) at . Doprirtment P'.APlanoingruusscll Road Hngan Park or,w rue Prern—keld CD'$\Hogan Park Tu 6 Ccm-Preurler ueld C.O.41 CHANGE ORDER - 3 OF 3 1 I � I Ir\f\y l/�R l LL J yi9 I)1 Nry i I at< �ff r r } . i r f � ni r r r1 �I I iii � tl i ,y. I ^�y l u a r; i' r °dire k 4w, I, G d 2 Itr;; I j � 1 i� EXHIBIT A COP Subcontractor Breakdown Summary Project Name: Hogan Park CCO# 001 Project No. Document Reference: Date: I V312017 Contractor: Premter Field Development Contractor Ref, No. Extra#001 Description: New ADA Stalls per CCD#001, 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew(apprentices,journeymen,&laborers) $ 3,844,00 b. safety $ 76,88 c. small tools $ 192,20 1. DIRECT LABOR COSTS $ 4,113,00 2. MATERIAL COSTS a. material costs $ 2,013.15 b. freight costs(itemize) $ 2_MATERIAL COSTS $ 2,013 00 3. EQUIPMENTCOSTS a. owned equipment(per spec approved source) $ b. rental equipment(per invoices attached) $ 906,85 3. EQUIPMENT COSTS $ 907.00 SUBTOTAL 1 thru 3 C� 7,033.00 4. OVERHEAD&PROFIT a. 12%on Materials(2) $ 241.56 b. 12%On Labor and Equipment(1,3) $ 602,40 5.OVERHEAD&PROFIT $ 844.00 5. SUB-SUBCONTRACTORS a. Abel Curbing $ 8,442.00 b. DL Asahara $...... 775A3 c.. Asphalt Patchina Systems $ 7,806.30 d. 6.SUB-SUBCONTRACTORS $ 17,024.00 6. OVERHEAD&PROFIT ON SUB-SUBCONTRACTORS a. NTE 8%for each sub $ 1,361.92 7.OVERHEAD&PROFIT ON SUB-SUBCONTRACTORS $ 1,362.00 7_ Bond a. Bond %of 1-6 $ U.Bond $ - 8. B&O Tax a. B&O Tax 0.00 %of 1-7 $. 9. B&O Tax $ TOTAL COST $ 26,263.00 Extra Days I 1 LL04001-New ADAStallsmis Page _of Issued 111312017 EXHI BIT A(Continued) COP Cost Breakdown Project Name: Hogan Park CCDM 001 Project No. ()ate: 11/312017 Contractor: Premier Field Development Contractor Ref.No. Extra a001 Untt Labor 0 hKial E)AprnLM Tonal Descripairn Qu.rhry T e Unit E Cost Unit$ Cast Unit S Cosl Cost S E E 8 Saw-cut Existr2 Asphalt 36 LF S $ $ $ Cress cut Exislirg Concrete Curbs 2 EA $ S E S Saw-cut Exslin Curb&Gutter 97 If 4 S $ • 8 Laborer $ HOURS $62,Ni 8 124.00 $ $ 5 124W .. 9n Hot-Sew 2 HOURS $�.� $ F1915. $ 3750 $ 37 5f1 $' $ $ $ Demolish Exisbig Asphalt Paving $ $ $ S end Dis oseol Offaite 1,350 SFL$72 $, S S $ Demollsh Exlelino Cancrele Remns S $ S S entl Dia asa of Qffslta... 89 SF $ S .. 6. Aemolish Eaisbn.Curt&Gutter S $ S S and Dl ae of Mile 84 LFS - S $ - S Demolish Exlsti Cancel.Cum ano Dis osa of Mato 44 LFS S S S S S $ E .268 0.._ MiniExcevalar wilh0 erelor q HOURS S 20000 $ $75CO $ 30000 S 58&W Laborer 4 HORtS $ 24000 E $ $ 246,00 _ Haul-oMOemolishetl�As halt 1 HOURS S S $15500 $ 155.00 S 15500 Dum Fee 121 11 S 1 $1000 $ 12C W $ E 120.00 Haul Off Oamalbhed Concrete � 9 IIUVRS $ S $155.00 $ 15500 S 15500 Dump Fee 12 S $1000 S 120.00 $ S 120.W $ $ $ Salve .E.sfing ADA SI x 3 EA S $ S S 'Demolsin E.srna 5i n Posts 2 EA Laborer 0,25 HOURS $52.00. S 15.50 $ S $ 15.50 PIMco Nary A9)A Ram 90 SF $1.65 $ 13950 a'k.55 $ 139,50 30.50K$ 45.00 $ $24.00 Truncated DOmes 4 EA 11 $15000 $ NOW S 600.00 Labor kr runnin &L t 16 HOURS $87W S 1,07200 3 - $ 1072. 00 Place New Cum A Gutter 65 1,.f $1600 g 1360.W $5.00 E 70500 Sim '$ 2.21000 Crushed Rack for Curb 86 LF $060 $ 61.00 SO27 $ 22.95 $0.13 $ 85.00 Crushed Rack for Pavin 910 5f $060 S 54600 $0,27 $ 24570 WA3 $ 910A0 S Labor Subtotal f 3,11U.00 Safety 78.98 $ $ $ 75.88 Small Tools 5% $ 19220 $ $ S 192 20 E $ $ $ Tn{®I Coral al Wark. $ 4,113.0E 5 2,bi3.g5 $ 906.85 $ 7,033.08 ccnrWr rv.w ArR zuna: o,e= r, —ru 11/3120/7 EXHIBIT A(Continued) ABEL CURBING, INC. SALES QUOTE PO BOX 1888 EVERETT, WA 98206-1888 DATE puoTEs 425-252-2872 Contr. Lic. #ABELCI'157RZ 10/30/2017 7881 CUSTOMER NAME PROJECT _ PREMIER FIELD DEVELOPMENT INC. HOGAN PARK AT RUSSELL 207 CEDAR AVE. ..,w_.m.m......,,, SNOHOMISH,WA 98290-2815 JOB ADDRESS ROAD FIELD CONVERSION CITY KENT P.O. No. Terms 'HONE l CELL CONTACT ESTIMATOR Net loth 425-754-2709 DAVE RICE STEVE Description Qty Rate Unit Total REMOVE EXISTING 3 ADA PARKING MARKINGS 8,442.00 8,44200 RESTRIPE& RESTENCIL PER PLAN INSTALL ADA SIGNAGE ON "GORILLA POSTS" BID EXCLUDES, CONCRETE, DETECTABLE WARNINGS, ASPHALT, CURB INSTALLATION, PERMITS, TAXES OR NIGHTIWEEKEND RATES ANY ADDITIONAL WORK WILL BE FIELD MEASURED AND CHARGED ADDITIONALY ON INVOICE. Subtotal $8,442.00 Abel Curbing, Inc. does not accept responsibility for damage due to weather or Sales Tax (0.0%) $0.cc vandalism. Barricading and/or Traffic Control not included unless specified on quote. Prices quoted assume the lot is empty and clean unless otherwise specified on quote. Abel Curbing is not responsible for any damages to Total $8,442 00 vehicles or personal property in working area Prices are valid for 30 days. ._... ...._.............._._._r.... ... ..,,..-----..... Signature EXHIBIT A(Continued) Dave Rice From: Dean Asahara <dlasahara@hotmalLcom> Sent: Tuesday, October 31, 2017 9:39 AM To: Dave Rice Subject: Re: Hogan Park - CCD#1 David The cost for the bark on this change order is $486.85 for 10 yds and the sod cost is$288.28 for the 630 so ft Dean From: Dave Rice<daver@premierfields.com> Sent: Friday,October 27, 2017 6:36:11 PM To: Dean Asahara Cc:James Stone Subject: Re:Hogan Park-CCD 41 Dean: Figure 2"of mulch forthis change. Sincerely, Dave Rice Project Manager, LEED AP Premier Field Development, Inc. 207 Cedar Avenue,Snohomish, WA 98290 0: 360.563,5680 C:425.754,2709 F: 360.563.5686 Sent from my Whone n Oct 26, 2017, at 8:10 AM, Dave Rice« Saver@ farglti iri ftcll,€{�..clrrria wrote: Dean: Please take a look at this. Can you get me a quote for mulch and sod restoration? Looks like 1,375 SF of mulch restoration and 630 SF of sod restoration. James: Can you give us a depth on the mulch restoration? Sincerely, Dave Rice Project Manager, CESCL, LEED AP E ^ CONTRACT -7 �"2� �� Q THIS AGREEMENT, made |n duplicate, is entered into between the CITY QFKENT, a Washington municipal cu ti (^[]t '') and organized under -the laws "f the State °. -- , located and doing business at_ ("Contractor"). WITNESS: In consideration nfthe terms and conditions contained herein and attached and made 3 part uf thi6Agreennent/ the parties agree as follows: l. The Contractor shall do all work and furnish all tools, materials, and equipment for the Hogan Park Field #1 Synthetic Turf Conversion in accordance with and nsdescribed in the Contract and shall perform any alterations inUr additions to the work provided under the Contract and every part thereof. The Contract shall Include all project specifications, provisions, and plans; the City's general and special conditions; the current adopted Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department Vf Transportation and the Washington State Chapter of the American Pub)lc Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response t0 the (.M�y's bid. The Contractor is responsible tnobtain copies Of the current adopted VVSD0TStandard Specifications including the latest amendments issued byVVSDOTanof the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within 120 calendar days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer Vf materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. The total contract amount, including Washington State Sales Tax, is $ " 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor tU provide the materials and todo and cause toh* done the above described work and tOcomplete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according Lo the [OAiraCtaAd the schedule Vf unit Or itemized prices provided hy Contractor inits response tO the City's bid, 0tthe time and in the manner and upon the conditions provided for iA the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and 3Ss|gnu/ does hereby agree tO the full performance Vf all covenants herein contained upon the part 0f the Contractor. 4. Itis further provided that no liability shall attach to the City by reason of entering into this contract, except J6 expressly provided herein. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER IND4ISTRIAL INSURAN E, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWI FDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and Is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. CITY OF KENT BY: . SUZE CO AYOR mmmmm DAT , AT[[T��EST: KIMBERLEY A. KOMOTO, CITY CLERK APP ED AS TO FORM: i K EPARTMENT CONTRACTOR ) BY: PRINT NAME: E' 4<4s(-A TITLE: Ow 201'a to Secrc DATE: �( ?-0j -7 u - �� a, uu .,'^ e^ � a ,. r,�a, •,� a ur �.� �u^ of w � ' ouuuo WIW II IIIII� � III III IIIII � I�� nit „m �. ^^ II 0 lu ul I vul USIA A �o ��� Il�p�III I w m IllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllilllllllllllV�ollllllll ulll ICI dlllllllll I IIIIIIIIIIIIII Illlil III I� �� u u I� f' lull �,V WIWW�WI�IIW � � I dmmlll I dmu ull 11 m, lau�� m um uu u II uu w , ai i WWllllilW� IW�W IIIII IWIWIII