Loading...
HomeMy WebLinkAboutPW18-244 - Change Order - #4 - Tucci & Sons, Inc. - Lake Meridian Estates Storm Drainage Improvements Phase II - 08/21/2019 Records KENO Document WASHING TON 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 : Tucci & Sons, Inc. Vendor Number: 1587663 JD Edwards Number Contract Number: PW18-244 Project Name: Lake Meridian Estates Storm Drainage Improvement Phase II Description: ❑ Interlocal Agreement ® Change Order ❑ Amendment ❑ Contract ❑ Other: Contract Effective Date: 6/19/2018 Termination Date: 60 Working Days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Stephen Lincoln Department: PW Engineering Contract Amount: $1,342,899.25 Approval Authority: (CIRCLE ONE) (D:epa:rt=mentDitor Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Change Order #4 As of: 08/27/14 KENT W A S H I N G T D N CHANGE ORDER NO. #4 NAME OF CONTRACTOR: Tucci & Sons, Inc. ("Contractor") CONTRACT NAME & PROJECT NUMBER: Lake Meridian Estates Storm Drainage Improvements ORIGINAL CONTRACT DATE: June 19, 2018 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: Bid item price change due to large reduction in bid quantity and decreased production rates. 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, $1,342,899.25 (including applicable alternates and WSST) Net Change by Previous Change Orders $-153,965.83 (incl. applicable WSST) Current Contract Amount $1,188,933.41 (incl. Previous Change Orders) Current Change Order $16,142.80 Applicable WSST Tax on this Change $1,614.28 Order Revised Contract Sum $1,206,690.49 CHANGE ORDER - 1 OF 3 Original Time for Completion 60 working days (insert date) Revised Time for Completion under 62 working days prior Change Orders (insert date) Days Required (f) for this Change Order 0 calendar days Revised Time for Completion 62 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. CONTRAC R: CITY OF KENT: v t 'o (signature) ( gnature) Print Name: Michael F. Tucci Print Name: Timothy J. LaPorte, P.E. Its President Its Public Works Director (title) � tle) DATE: DY'/,��/� DATE: © J z0� CHANGE ORDER - 2 OF 3 APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [In this Feld,you may enter the electronic filepath where the contract has been saved] CHANGE ORDER - 3 OF 3 KENT FILE NO: 200.2 CHANGE ORDER WORKSHEET NO. 4 Construction Engineering Division — Public Works Project: Lake Meridian Estates Storm Project No.: 16-3017 Drainage Imp Phase 2 Project Engineer: Richard Schleicher Fed-Aid No.: Capital Projects Phil McConnell Contractor: Tucci & Sons Manager: Date: Various I. PROPOSED CHANGE Bid item price change II. REASON AND BACKGROUND FOR CHANGE Revision 1 created at large reduction in bid quantity and decreased production rates. Adjustment to the original calculated quantity III. METHOD OF PAYMENT NEW PAY ITEM(S) Not Applicable Change Order No. - FOR ACCOUNTING USE ONLY Sch. No. Item Description Total Qty this Unit Unit Price Total Estimated Cost of Est. Qty PE Item ............................__...................._........_...._..._....._............._...._....._....._...—....__.__..................._........_....._.._—__...__..5.—.—.__—..__.._..........—......,._.-.._........_._._...-.._-_.__e..............._._._..._.._.._........._..----....................................-............._......._...._............_.-__...__--.._.—.--_..__....__...__._.._.._.._......... 4 42" diame-_. _._._ ._... _ .._ .. ---..-_..._.........- ;....._......—_..._......._...—-. ............ - _ ._ r : ......................._...-....................._.-......_._._......................._....------....---- -- - _...................... _...........—....._._...--- ..._._ Independent Estimate Attached ® ; CREATE PAY ITEM ONLY- Payment to be made PAY THIS PAY ESTIMATE - REQUIRED at a later date upon completion of work _ _...._ _.. ...._._._....- ......_ -___........._.._._... .:-..._.... ............................... Material Submittals Required - CC: Construction Coordinator New Sub Reqrd? No DELETE EXISTING PAY ITEM(S) per 1-09.5 NotAppl►cable Change Order No. - FOR ACCOUNTING USE ONLY Sch. No. B.I No. Item Description Qty Unit Unit Price Cost of Item ......._....._._._......_......._........__. _..............._...._.................._..._...................... ........................_....._...--...-.........._.........__......_............ ................__......_.............-_.......__.....__....... .;_.....-_.......... .................._.........._............._............._. ........................................................................................................................_......._.................._......-_..........................._........--.......................................-........................................._.................... .._................................................._.................._............................................... Independent Estimate Attached - REQUIRED INCREASE/DECREASE TO EXISTING PAY ITEM(S) Not Applicable Change Order No. - FOR ACCOUNTING USE ONLY Sch. No. B.I. No. Item Description Qt Unit Unit Price Cost of Item ........ ...... ... ...._._. �... ...................Y.... _ .. _ 1 REV. DATE: 3/27/18 KENT FILE NO: 200.2 Wr ......_..............------- . ._...........--- ---.._. __ ._........._........._..............._..............__........._..__.._........... Independent Estimate Attached REQUIRED TOTAL ESTIMATED COST OF CHANGE ORDER * $16 142.80 *Total of the Cost of Item Columns THIS PAY ESTIMATE $0.00 IV. WORKING DAYS Original Contract 6Q Due This Change Order* 2 Previous Total 60 .............._._: ............----......_. _....._..___.__........_......._..........__........................ DATE: DATE: * Ex lanation Justifijji n Re mired: TOTAL WORKING DAYS* 62 *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. Capital Projects Manager: Date: hil McConne Construction Engineering Date: J� A Supervisor: Paul K ne Construction Manager: /� Date: ell l% Eric Connor 2 REV. DATE: 3/27/18 '`3'uccl&Sons Inc. RFC Proposal 4224 Waller Road Tacoma,Washington 98443-1623 Telephone 253.922.6676 Fax 253.922.2676 No. 359 RFC #001, Rev #1 Date 9/4/18 Date Required Project Lake Meridian Estates Drainage Imp Phase II Submitted To City of Kent— Public Works Department Phone (253) 856-5542 220 Fourth Ave South Fax Kent, WA 98032 Email pmcconnell kentwa gov Addition 121 Deletion ❑ Taxable❑ Non-Taxable Superintendent Matthew Pavolka Regarding RFC#001— Revision 1 Quantity Changes Description of Work Addition The City of Kent deleted ap roximately 500 LF of 42" Diameter PVC Pipe. The change is quantity resulted in an increase in price due to loss in production rates and increase in material cost. Item #4050, 42" Diameter PVC Storm Pipe Original Unit Price 640 LF $ - 325.00 LF $ - 208,000.00 New Unit Price (d) 86 LF $ 403.57 LF $ 54 885.52 Increase-Per-LT—oTPipe 78. Total Contract Difference $ - 153,114.48 Item #4135, 42" Remove Existing Storm Sewer Pipe Original Unit Price 760 LF $ - 12.00 LF $ - 9,120.00 New Unit Price a 353 LF $ 19.21 LF $ 6,589.03 ncrease Her ot Pipe Removal $ T.21 Total Contract Difference $ - 2,530.97 TOTAL $ - 155,645.45 I Total Dollar Amount of Increase $ - 155,645.45 This Work Order must be signed and returned to our office within—days Upon acceptance this work order will be bound by all of the conditions of the original contract.Addition or deletion to original contract acknowledged and accepted by. Tucci &Sons, Inc. Signature Date Signature Date Item #4050 Original Bid Quantity was 640 LF. This consisted of approximately 485 LF at 6-8 FT depth and 155 LF at 8-14 FT depth. Tucci & Sons estimated this work could be completed at a rate of approximately 60 LF per shift. This resulted in an average cost estimate of$325.00 per LF. The new bid quantity is approximately 136 LF. This consists of approximately 46 LF at 10-12 LF and 90 LF at 12-14 LF. Tucci & Sons estimates that this remaining LF can be completed in at a rate of approximately 45.3 LF per day or essentially 3 days to complete. This resulted in an average cost estimate of $389.65 per LF. Our supplier, Core & Main was notified from the factory that the smaller run of 42" pipe would result in an increased cost per LF to manufacture. This rate went from $121.79 to $133.89 per LF, an increase of $12.10. Tucci & Sons would like to place 15% markup on that rate resulting in a material increase of 13.92 per LF. With an increase of production costs of $64.65 and an increase material of $13.92, Tucci & Sons requests to increase the Unit price of 42" PVC pipe to $403.57. Item #4135 Original Bid Quantity was 760 LF. Tucci & Sons estimated this could be completed in conjunction with our work at add approximately 1 shift to the total installation of the new storm system. This resulted in a unit price of $12 per LF. The new bid qty is approximately 343 LF. Tucci & Sons still feels that this is going to add approximately 1 shift of work throughout the project resulting in a unit price of $19.21 per LF, an increase of $7.21 per LF. ' N ' O d m (a a cn o oo v v rn o r o w o 0 to 0 (c 00 m 0 n m (o Cl) � �' o o ri Nai vi v 0 Cl) V D) N CD (N (N OD (D N m n 0 n n co n (+) v (o v n v n 00 00 is < o Cl) v v r n Go 01 N N N X W C QQ O n0 D 1 O On w QI v o o J ri v n D r- (v o N n m n n D n Q m n O O E E n _ Q d ZCL o c� E O m c g F- Q H Q Q Q Q Q r Q Q 'm 0 W W LL w W W W W w LL w W p` L E _O y0 N f O g O g O g y O N 0 U) p U p :> 41 U) > cn > V) > U U > a 0 > a u > a > w boy LU a J N a J O > Lu N >a. uj J L VO N V U) O c C (n x U 0 N v U) O v, CO x 'O ® cC c y w o (+� W C7 a o v w o (oy W C7 CL ° C7 O Ln C7 0 �U C7 0 C7 o Lo CD L a o = o = a a X J o = o = a o m N a a Q w a Q o 0 o w 41 a Q w 41 a Q U Y w LO m w a g ~ w a g � a �- f a g ~ g a gLC m co o0 p F x p ❑ p Q W ❑_ W X p ❑_ W x p Q Z m o W m W w U CO W m 3 W W O N p In ❑ C I- W p n ¢ Cl) CL Q M 0 m 0 C0 o oA O N ❑. N M Z c(n in F- Z ko L o Q N U) L U) W (n V) U ed m2 di Ln C9 U m (7 V m m Cl)o g > U Cl) > U Cl) m m l C N > 0 > 0 m O W > W > fr It p O o O Np 7 L @ d U) d (n U) DIr Of to of a (n U) U U NC)O O O O O N N O O 0 0- C v m Cl) m Cl) v O m M Cl) r O f (h Z O0 W > v Y � V � ry r- .- •- v CD N .- L.L_ O O N O N N Lr) U o (D U WCIOm Z C m o O O c � o 0 0 0 0 0 o m Q o o N ,y d v m rn C4 w U c 0 °6 c 0 d N O N m m !0 a w o IT 0 o m Q o r�i (Y) O N ch rn o o r� 0 ON J D Q 0 o m W o a w E � m m m c Q W E p � N O W m U > IQ a uw O c M _F O CD CD U C) P2 O O a U u Y Uui d ~ m W O U H m p U o Q O o qr U `n U O o Q r Cl) o O x n 0 0 o 0 O O N 00 O N m N m O m « C a