Loading...
HomeMy WebLinkAboutCAG2019-084 - Change Order - #9 - Scarsella Brothers, Inc. - LID 363: S 224th Street Project - 2/28/2020 Agreement Routing Form N• For Approvals,Signatures and Records TManagement K E This form combines&replaces the Request for Mayor's Signature and ntra Cover Sheet forms. W"5"'"G T 0� (Print on pink or cherry colored paper) Originator: S. Anderson Department: PW Engineering ..,. Date Sent: 0Date 6/29/29 Required: L N/A d Authorized to Sign: 0 Director or Designee ❑Mayor Date of Council Ap proval: pproval: N/A Budget Account Number: w90101.64110.330 Grant? 0 Yes ❑No Budget? 0 Yes ❑No Type: N/A Vendor Name: Scarsella Bros., Inc. Category: Contract Vendor Number: C 34547 Sub-Category: o Change Order#9 Project Name: Lid 363: S. 224th Street Project E 110. = Project Details:Standby time and additional work during the watermain tie-in at Sta. 51+45 = on S. 218th Street. 41 E Agreement Amount: $11,327.91 Basis for Selection of Contractor: Bid Start Date: N/A Termination Date:�C N/A Local Business? ElYes El No- *Ifineets requirements per KCC3.70.100,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Notice required prior to disclosure? ❑Yes ID No Contract Number: CAG2019-084 Date Received by City Attorney: Comments: 4 •� i ✓1Y �Z, C 21 Date Routed to the Mayor's Office: N Date Routed to the City Clerk's Office: Visit Documents.KentWA.gov to obtain copies of all agreements • KENT WAS H I N G T O N CHANGE ORDER NO. #9 NAME OF CONTRACTOR: Scarsella Bros, Inc. ("Contractor") CONTRACT NAME & PROJECT NUMBER: Lid 363: S 224th Street Project ORIGINAL CONTRACT DATE: February 19, 2019 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: Standby time and additional work during the watermain tie-in at Sta. 51+45 on S. 21811 Street. 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, $8,423,307.67 (including applicable alternates and WSST) Net Change by Previous Change Orders $355,970.85 (incl. applicable WSST) Current Contract Amount $8,779,278.52 (incl. Previous Change Orders) Current Change Order $10,298.10 Applicable WSST Tax on this Change $1,029.81 Order Revised Contract Sum $8,790,606.43 CHANGE ORDER - 1 OF 3 Original Time for Completion 130 working days (insert date) Revised Time for Completion under 223 working days prior Change Orders (insert date) Days Required (f) for this Change Order 1 calendar days Revised Time for Completion 224 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 KENT: By: Z / By: �Z& (signature) ignature) Print Name: A.4 Print Name: Timothy J. LaPorte, P.E. Its lr ,re_- Its Public Works Director (title) (t72-c2,0 DATE: Z��Z DATE: �- 2-`u CHANGE ORDER - 2 OF 3 ATTEST: APPROVED AS TO FORM: (applicable if Mayor's signature required) WY ` Kent City Clerk Kent Law Department [In this field,you may enter the electronic filepath where the contract has been saved] CHANGE ORDER - 3 OF 3 • FILE NO: 200.2 KENT Was n .oiow CHANGE ORDER WORKSHEET NO. 9 Construction Management Division - Public Works Project: LID 363 224th St Improvements Project No.: 14-3010 Project Engineer: Stephen Lincoln Fed-Aid No.: Owners Rep: Jason Bryant Contractor: Scarsella Date: 1/9/2020 I. PROPOSED CHANGE Standby time and addition work during the water main tie-in at Sta 51+45 on S 218th St. U. REASON AND BACKGROUND FOR CHANGE Scarsella crews encountered major issues while performing the water tie-in @ 218th and 93rd During the tie-in the existing water main would not shut down. The existing valves were not working correctly. Scarsella crews pumped water for six hours while attempting to drain the existing water main. In addition crews encountered concrete debris buried around the existing PRV vault. 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 s Qty PE Item ---— - i ---------- -------—.._............-- -- - ----...---....- --------- II Sta 51+45 Water Main Tie-in 1 1 FA $10,298.10 $10,298.10 Standb Y and Additional Work _ _ --- i j ® 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 RegM No DELETE EXISTING PAY ITEM(S) per 1-09.5 ® Not Applicable Change Order No. ' - ! ! FOR ACCOUNTING USE ONLY Sch. No. B.I.No. Item Description Qty Unit Unit Price Cost of Item --- ---— - .._.._...._..................__._...._................_—._—.--— --- - —I --- I fi ❑ 1 Independent Estimate Attached -REQUIRED ❑ I 1 REV. DATE: 4/01/10 KF-NT FILE NO: 200.2 INCREASE/DECREASE TO EXISTING PAY ITEM(S) ® Not Applicable Change Order No. i _ FOR ACCOUNTING USE ONLY Sch. No. —_B.I. No. _—Item Description — — i Oty- _ Unit Unit Price Cost of Item Independent Estimate Attached -REQUIRED 3 TOTAL ESTIMATED COST OF CHANGE ORDER * F77777$10,2913.10 *Total of the Cost of Item Columns THIS PAY ESTIMATE $10,298.10 IV. WORKING DAYS Original Contract 130 Due This Change Order* Previous Total Z Z DATE: r l 9 20 j DATE: 1 1 9 20 Explanation Justification Required: Delys and additional work impacted the completion of critical path work. --- -----—_ ------ TOTAL _ WORKING DAYS* � *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: Date: / 1-71Z ]asp ryant� Construction Engineering Supervisor: Date: l Z o '�Paul Kuehne Construction Engineering -� Manager: Date: / z it c Connor 2 REV. DATE: 4/01/10 FA Sheet No.: 108 DAILY REPORT OF FORCE ACCOUNT WORKED ENT Project Name: LID 363 224th St Phase 2 Project No: 14-3010 Item No.: 2015 Date: 8/20/2019 Description of Work: Water main tie in issues @ sta 51+45 Work by Subcontractor?: no Prime Contractor: Scarsella Sub-Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR NAME CODE OCCUPATION Hrs Hourly Rate Hrs OT Rate AMOUNT Kent H Foreman 4 79,48 5 107.4 $ 854,92 John S Foreman 4 79.48 5 107.4 $ 854.92 Zach S Pipelayer 4 58,98 5 81.21 $ 641.97 Ty W Pipelayer 59.24 5 81.21 $ 406.05 Roy M Laborer 4 57.92 5 79.62 $ 629.78 Rodney H Operator 4 74 5 99.17 $ 791.85 Sean S Pipelayer 5 81.21 $ 406.05 Dave J Operator 5 107.4 $ 537.00 Stephen S Flagger $ - Ken H Topman $ Theresa C IFlagger $ - SUBTOTAL-LABOR: $ 5,122,54 LABOR OVERHEAD&PROFIT @ 29% $ 1,485.54 LABOR TOTAL $ 6,608.08 EQUIPMENT EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR Equipment# Equipment Description Hrs Hourly Rate Hrs Standby Rate AMOUNT 2-280 Ford F 350 9 29,15 $ 262.35 2-282 Ford F 150 9 29,82 $ 268 38 17-238 PC 75 Hitachi 49.54 s - 15-88 Cat 950 loader 5 103.44 S 517.20 17-214 Hitachi 135 103.44 $ - 17-243 Hitachi 345 9 140.86 $ 1,267.74 17-238 Hitachi 75 9 49,54 $ 445,86 3-123 F 350 Pipe truck 9 29.82 $ 268.38 3-122 F 450 Tool Truck 1 19.69 $ 19.69 8-034 Mack Truck 100.94 $ - HP-14 Hopac 15.41 $ T-98 Dump Truck 1 79,431 1 22.01 $ - SUBTOTAL-EQUIPMENT $ 3,049.60 EQUIPMENT OVERHEAD&PROFIT @ 21% $ 640.42 EQUIPMENT TOTAL $ 3,690.02 MATERIALS/SERVICES/RENTALS MATERIALS/SERVICES Quantity Units Unit Price DOLLAR AMOUNT S - SUBTOTAL $ OVERHEAD&PROFIT @ 21% $ TOTAL $ - Verification of Hours Worked: TOTAL: $ 10,298.10 12%MARKUP (for prime when subcontract work) $ - Contractors Represent SHEET TOTAL: $ 10,298.10 Owners Representative -/' Date f' Pay Estimate Ept,e ed: Date: By: i O 0 G � o � .� O A x N w S. f m x m m m " a ? W y O y O m Dz 1 F 3 Q N w m O nz cc D zZ m _ n A D J o m m m "z -I y Q m m 'm ° m O z 3 ° m 3 'm^ t m m o A A � m m m z m z D D j m m m I y co ' m Q y momQ x � D0 m mm m op O O mmo O O O `a G7 O O O N m o r r =O > rn y D rn T1 W (T A Ut A U A Ut A p O O O 0 O N y (n O (n O UI A o 0 0 0 0 0 y V J S n W N T z O = O O OY - 1 O o o D r zO r D J D O W <n vi m m o cd'ii m �J cd'n o vJs o �J A m y Q O O 12 A 01 fO 0 j O A A A A O m O D D m m a 3 1 m n —i fR N O O W cw° N O O W W Wcn = z m m ? o m_ _ z om �?�y77 Z C�C m N m w o z D o m f�i1 G 5 D 0 A D z 0 r # Xum 0 T� m O O N (Alt p °O D d 00 c c ; o o z N C x m x x m m m C Q z _ .'O m o 0 m m m s w c° A w Z : d la I o Z y O y O y O cn O y O rn O y O y Q y m -� m -I p y Q y p y m m o m o m o m o m a m o m o m o m o m o m > co cnIs A O y C 'D r y D C O O C D -Wi In y I W G 1 D Z1 p y C C O o co cn o <D p p C -{ , C m W Q o 0 0 0 0 0 o y C D r A O z Qz r v r m m pS c G z > D D10 O v z+ 1 A m m K K > m -4O X X m m w o m Fn F» Fn y `� �' v' cn e, m r A D D z z 0 0 �7 �7 D Z o Ao < -I r r- -i -1 7J Zt y y r o 0 0 0 m m A m w .� 0 N A O N P H1 d1 - - - - - M — - - -EA M 6A fA 69 fA ER fA ER Hi fA fA ffl y H3 fA EA fR fA EA 69 f2 fA fA 3 x D m O rn o a Z O c m w o U N c y m rn rn rn z o c A Of cn y 0 �n co w J w N y m 8/20/20191 14-3010 U- � . m� wrTuesday ,-..,xr �g.:. . . _ M..,� Weather:AM Sunny Weather: PM Sunny Contractor Scarsella Bros. Inc. Submit Representative Location and Type of Work Bid Item# Description Location Quantity Units 2015 12"Connection to Existing Water Main ISta 51+45 0 C 2035 12"Diameter Restrained Joint Ductile Iron,CI 52 Water Main Pip 2055 12"Gate Valve, MJ x FL or MI x MJ or FL x FL Sta 51+45 0 C' 2111 Remove Existing Water Main&Appurtenances IGarrison Creek 0 C' 14004 Driving Cast-in-Place Concrete Pile 24"Diameter 26 0 4004 lDriving Cast-in-Place Concrete Pile 24"Diameter 2C 0 EA Contractor's Active Men and Equipment Contractor's Inactive Equipment Diary Scarsella began @ 7am. Upon arrival Scarsella began setting up for the water tie @ sta 51+45. Kent water crews arrived @ 8am. And began shutting valves. Scarsella crews began exposing the exisiting main and thrust blocks. PM was insformed the water was shut down and Scarsella cut a hole in the pipe @ 1120am. After two hours of draining PM the pressure had not decreased. Pm called Paul at the Kent water department. Paul sent his crews out. It was discovered that the water shut down was not successful. Paul's crew arrived and retighted the valves.The water drained for four more hours. Once the water was drained the crews removed the thrust blocks and existing valves. Tie in was complete and water was turned on @ 7pm. PM allowed the road to be closed overnight and backfilling with take place in the morning. SB crews placed piles 2B, and 2C. Bothpiles were placed with less then 200 blows. C) c w D m U) o m z r � � r O D ®. D O m % C7 ch N 0 z � n ;0 ny m m 7m m m m - m m z z < < m m �1 a7 �7 O m O m O m O m O m O m O m O m O m O m x v 9 D 1 =1 G) i G� 1 1 0 i ) -i G) � ) D 2 w N O w w D C U) C) W (n o w O -i m °O O O w D r m 0 v n n ® rn o W v D o > C� n C p t) Eaf» <» c9c9ipGG � 1.009 U) 69ss � � Es � EassEv � � � � O O D D > x n z 0 C m m O m x m z C: z m x m -i n D ® oz n O rn o ? z X o � D -� m D m 1 O c ° o > o z D m c m m X O C rD m O m z rn m > z D a r co C/) OC/) O U) O co OC/) O w O w O w O w O (n O O o m 0 m 0 m 0 m o m 0 m 0 m o m 0 m 0 m T � W W �7 M �7 W �7 W a7 W Z7 CDZ7 0) Z m W 7J o U) C o CDWI cn � C g D m TJ O a (n C C CDO D T� C W W 10 r O C Dr D m O O O0 D fR g D m m A O z z D m Ez O p C D O S D C C r m D D n n m a m m O D O O ;u �? m m W W 0 0 ;10 � -1 m m m D D z z 0 0 � m D z GG c19 t» G9 1&9 Ev (n Ea Ea E» F» craFa �Le 1--9E» cfltotfl09face1-1-4cflQ) Ea tnt� � � � 691 f9 O m O m c z c z cn (n v