Loading...
HomeMy WebLinkAboutPW18-335 - Change Order - #5 - Quigg Bros., Inc. - Upper Mill Creek Dam Improvement & Diversion Structure Replacement - 01/14/2021KENT Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor's Signature and Contract Cover Sheet forms, (Print on pink or cherry colored paper)WAsHtNoroN Originator: S. Anderson Department: PW Engineering Date Sent: 3tpt21 Date Required N/A Authorized to Sign: EI Director or Designee E Mayor Date of Council Approval: N/A Budget Account Number D20021.641 10.330 Budget? @Yes E No Grant? El Yes E No Type: N/A orh? -,P C 1O EooLgl Vendor Name: Quigg Bros, lnc. Category: Contract Vendor Number: 2041590 Sub-Category: Change Order #5 Project Name: Upper Mill Creek Dam & Diversion Structure Replacement Project Details: Create a topsoil type A bid item which was omitted from lhe contract, .*This is Change Order #2 overage** Agreement Amount: $1 9,057.50 Start Date: N/A Basis for Selection of Contractor: $i6l Termination Date: 200 Working Days Local Business? E Yes EI No" xlf meets requirements per KCC 3.70.100, please iomplete "Vendor Purchase-Local Exceptions" form on Cityspace. Notice required prior to disclosure? trYes E No Contract Number: PW18-335 Comments:Date Received by city Attorney Date Routed to the Mayor's Office: Date Routed to the City Clerk's Offce: id(lV2)l/l_l_10 Visit Documents.KentWA.gov to obtain copies of all agreements KENTwasHt{or0n CHANGE ORDER NO. #5 NAME OF CONTMCTOR: ouiqo Brothers. Inc. ("contractor") CONTMCT NAME & PROJECT NUMBER: Upoer Mill Creek Dam & Diversion Structure Replacement oRIGINAL CONTMCT DATE: August 21, 2018 This Change Order amends the above-referenced contrac$ 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 pafties, 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: Create a topsoil type A bid item which was omitted from the contract. xxThis is Change Order #2 overagex* 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, (including applicable alternates wssr) and $5,951,037.95 Net Change by Previous Change Orders (incl. appl icable WSSI) $108,030.29 Current Contract Amount (incl. Previous Change Orders) $6,059,068.24 Current Change Order $17,325.00 Applicable WSST Tax on this C hange Order $1,732.50 Revised Contract Sum $6,079,123.74 CHANGE ORDER - 1 OF 3 Original Time for Completion (insert date) 190 working days Revised Time for Completion under prior Change Orders (insert date) 195 working days Days Required (+) for this Change Order 5 calendar days Revised Time for Completion (insert date) 200 working days 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. (signature) Print Name: Chad Bieren, P.E. Its Interim Public Wor CITY OF KENT: 2-t (tiue) DATE:tlt+/e t CONTRACTOR: (slanature) TEb- 1=tufilco DATE: (tttte)i/"al -,AQ By Print Name: CHANGE ORDER - 2 OF 3 ATTEST: \ Kent City Clerk APPROVED AS TO FORMI (appllcable lf Mayols slgnature regulred) Kent Law Depaftment CHANGE ORDER. 3 OF 3 KENT FILE NO: 2OO.2 CHANGE ORDER WORKSHEET NO. 5 Construction Ensineerinq Division - Public Works Project: Upper MIll Creek Dam Project Engineer: Steve Lincoln Capital Projects Phil McConnell Project No.: Fed-Aid No.: Contractor: 09-3030 N/A Quigg Brothers Manager; Date: Various I. PROPOSED CHANGE Create an additional soil A bid item II. REASON AND BACKGROUND FOR CHANGE Th e o n I n a to pso b d ite m W a s o m tte d fro m th e co ntra ct.Th e fi rst esti m a te q u a nti ty WA 5 ove r ra n a n d t h s W c k U t h e rem a n n a use d on the IIT. METHOD OF PAYMENT NEW PAY DELEIE D(ISTING PAY TO EXISTING PAY Not 1{9.5 Not Not t Chan€e Orcler No.FORACCOUNI'NG USEONIY Sch. No.Item Description Total Est. Qty Qty this PE Unit Unit Price Total Estimated Cost of Item CY 105.00 L7 325.007TopgoiIA165 Indepe nt Estirnate Attached - Payment to be made PAY THIS PAY ESTIMATE UIRED at a later date u of work New Sub Reqrd?No FOR ACCOUNT'NG USE ONI.YChan$e Order No. Unit Price Cost of ltemUnito!vltem De-gcription .B.l, No.Sch. No n Independent Estimate Attached - REQUIRED FAR ACCOUNIING USE O'VI.YChange Order No. ItemUnitItemSch. No. 3/27h8 REV. DATE FILE NO: 2OO.2 Independent Estimate Attached - REQUIRED NT TOTAL ESTIMATED COST OF CHANGE ORDER * xTotal of the Cost of Item Columns THIS PAY ESTIMATE L7 325.O0 I\f. WORKING DAYS TOTAL WORKING DAYSX 190 *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:ll-a-Law Construction Engineering Supervisor: Gonstruction Manager: /*Paul Kuehne Date: Date: c Connor 2 L7 32s.OO * Original Contract 190190 bid item to coverworkwas shown on Due This Change Orderx DATE: Previous Total 3/27 /18 REV, DATE: Qrigg Bros., Inc. P,O. BOX 1707. ABEBDEeN. WA 98520-0?81 Pl-roNE 360-533-1530 FAX 360.532.3449 August 22o8,2019 Phillip McConnell City Of Kent 220 Fourttr Ave South PO Box 1307 Kont, WA 98032 VIAr E-MsilRe: UpperMil CreekDart Serlel Lctter 003 Cost Prorosrl 3 Funlgh$-Plicc Tgp foiI Mr. McConnell per your rcquest Quigg Bros., Inc. is submitting ourpnce inthe amount of $105.00 per CY. to furnistr and place top soil. A cost breakdown is atlBched for your use. ptease contact me if you have any questions or require any further informstion at (360) 591'5263' Sincerely, QUIGG BROS.,INC. ?a(/'n*a Project Managor td@gslggbrss,ru Cell # 360-59r-5263 or{G6BRO6.. !C.lr slEReDSngEr€unD79 lt:.l8lllPRICG03Aar.1 1E5040w0 1.120ORT'CKII{G)STJPPLI€S OPERRTED HATERIAL COIflRACToiln{€o aAREoao0ooo0oooa00ooBOt{)r.sEL&tocPofFtcEOUTS[)€EC}{.iPrEr{TBtd)oFftc€F}ICIIIGJCIELLnusnEssSr$fTYtlF{u&!.ro.nRmllraPbrTsp.EdF.0.1 ITEM ITEM # 1 OUANT - DESGRIPTION: g8 UNIT - Fuiffieh-& lnstall top eoil Fumlsh & lmtell bP soil36 cY -. Comp Oflncd $15.00 $8.00 $25.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0,00 OutEHe Bare $0.00 $0.00 $0.00 s0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CY - $0 Outglde Oparated $0,00 $0.00 s0.00 $140.00 $0"00 $0,00 $0.00 $0.00 90.00 Porm. Matctlsl Perm. Materiel $504 $504 $604 $$10 $ubs $0 s0 Unit Pricc Tobl $15.00 $8.00 $2S.00 $140,00 $0.00 $0.00 $0.00 $0.00 $0.00 ACTVffY DESCRIPTION: EAUPMENT# CodeI ltont tcols1 JD751 TruckI Void1 Vold1 void1 Voidt void Wages STS I.ABOR 0. ST&S Fore Oper Lab Void Void Vold Void Void PERMANENT MATERIALSNumber 36 Unit Cost 14 15 1 I 1 1 1 1 1 Wages $9.75 $65.00 $65.00 $0.00 $0.00 $0.@ $0.00 $0.00 $0 1 Top $oil $504 $0SUBCONTRACTORS -- - I r t n ; Comp O,vn€d $48 cRW. HRS. I $384 - BID ITEM TOTAL $384 4U OuBide WagcE $140 $1,118 $1,118 1442 OuFide Operated 9140 $1,120 $1,120 1zil Subs stl $0 srs $0 s0 $0 Bere $0 $0 $0 Total $3,126 $87 $3,770 r, GIRARD RESOURCE$ & RECYCLINS, LlC PO 80X 11727 MILL CRESK, WA $EO@ oFRCe r2&?40*tl8 F$(r 4al'787't€00 PROJE9T: 8ID DATEI Updslcd: ?15'/ls 5/U:10t0 ?O: QuSg Broc Arbrarl ND lrcaina mr.r!..I.liu6 frrroadlrhbhrijt hr rta PV9 losrtty llf. *l t lnwla.d ad .!t P'llr Jall., lrur otttdm. dsrlrle o|l? nonnlt ht{lt tl ot 'llloil ll'tdry " Fddry l;00 Af !o tr00 pfl, Oil{ora nta hou[ otot|frdo,n. 1041t Ave SE & SE 267th St Kclrl 30 Dry$ Rhy Crn 12r.71-9128 rile-v.{Ptdr!.dr€soufset coln ol'a rclqrrft orotitrnabflb dourFnta. ll tr*lb Itc.lr.d gtlorb .nd.llmtPililfhe $lo&lt'lbrsetlb ftllotlo!.. rft oD.tilld rfirn rp?6crbb,Priata !. raritnma rlll b.lnYoL.d trrodr h n4u.atad o. r$rlrd o{t lot our mihrl Olnnl Rrso{rclll 8y; Datcl .AOORESS: CITY€TATE.ZIP: BIDDUMTION: $ALE8t$AN: PHOI{€: EMAIL: ATTN; EMAIL: PHONE: FA(; Dab: HNcr haorbogrriiabros,coQ Accrp$: 8y # ffi#I PIT +UMTrs| 325.mTon Ton ?on T6n Tofl ,Y{r! Yfid Yrd Yrrd TTT8oLO 31ad.dd 3160.00tlourlv I 2 3 1 2 3 1 5 t lmPort 2"-{'Qurny 8prf,r 4'f Qucrry$pl[l t 1/rl" irfinur Crulhod Rock $f MlmCrurhd Ro€k 1 1n Dilh Rock LWr ttrb(Af}Deo',t 16t19!. E'(port 3i66sl. arr. Plirr(lnhlhrbn i.?flLt TrudrRdrtrl 8od/llrt MudtA9OED:?/15/1S) !.lon 8lruduill Filt