Loading...
HomeMy WebLinkAboutPW16-179 - Change Order - #1 - Road Construction Northwest, Inc. - Pacific Highway Median Planting Project - 12/06/2021KENT 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)WASHtNGToN f oLoc Originator: S. Anderson Department: PW Engineering Date Sent: 12t8t21 Date Required: N/A Authorized to Sign: E Director or Designee E MaYor Date of Council Approval N/A Budget Account Number R20310.641 10.120 Budget? ElYes ENo Grant? EYes E No Type: N/A Eo iPo ELor:s rtaco EooLgt Vendor Name: Road Construction Northwest, lnc. Category: Contract Vendor Number: 1 781 05 Sub-Category: Change Order #1 Project ltame: Pacific Highway Median Planting Project project letaits:lrrigation system improvements: Upsized 20 each isolation control valves from 1" to 1 .5" and added 13 new control valves to create new isolation zones. Agreement Amount: $1 4,596.55 Start Date: N/A Basis for Selection of Contractor: $i6l Termination Date: 60 Working Days Local Business? EYes E No* *lf meets requirements per KCC 3.70.100, please complete "Vendor Purchase-Local Exceptions" form on Cityspace' Notice required prior to disclosure? EYes ENo Contract Number: PW16-179 trlE {a =\.oTE .E rr-agEg GEgl ttt Date Received by City Attorney:Comments Date Routed to the Mayor's Office: Date Routed to the City Clerk's Office: W ad('i/221/l_1_10 Visit Documents.KentwA.gov to obtain copies of all agreements I trrtulV KENT WAsHrNcroN CHANGE ORDER NO. #1 NAME OF CONTRACTOR: Road Construction Northwest, Inc. ("Contractor") CONTRACT NAME & PROJECT NUMBER: Pacific Highway Median Planting Proiect oRIGINAL CoNTRACT DATE; April 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 additionat 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: Irrigation system improvements: Upsized 20 each isolation control valves from 1" to 1.5" and added 13 new control valves to create new isolation zones. 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 and wssT) $1,038,920.00 Net Change by Previous Change Orders (incl. applicable WSST) $o.oo Current Contract Amount (inc!. Previous Change Orders) $1,038,920.00 Current Change Order $14,596.55 Applicable WSST Tax on this Change Order $o.oo Revised Contract Sum $1,053,516.55 CHANGE ORDER - 1 OF 3 Original Time for ComPletion (insert date) 60 working days Revised Time for ComPletion un der prior Change Orders (insert date) 0 Day s Required (t) for this Change Order 0 calendar days Revised Time for ComPletion (insert date) 60 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 aicepts 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, uniuts otherwise provided, does not relieve the Contractor from strict compliance wiln 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. @ /'fdbt6ad 8Ere' C h ad B ieren frifiiffi,ert*:r"n*" Its- Public Works Dire (title) DATE: CITY OF KENT: By Print Name : Chad Bieren. P.E. (signature) Atr CONTRACTOR: Print Narme: DATE: By CHANGE ORDER - 2 OF 3 K? ATTEST: Kent City Clerk APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department lln thls fleld, you may enlet lhe alecttonlc fllopath where lhc contra.t has t'een savedl CHANGE ORDER - 3 OF 3 File No.2OO.2 KENT CHANGE ORDER WORKSHEET NO. 1 Construction Engineering Division - Public Works Project: Pacific Hwy Median Planting Project Engineer: Capital Projects paul KuehneManaoar: Project No: Fed-Aid No: Gontractor: 15-3001 Road Construction Norl-hwest-Tnc Date: LL/L6/ZOZL I I Pro d Chan e rom 1" to 1.5" (Contractor's new isolation zones ntroco V a vesU20zedceasolIoatinnimoatisystemprovementspsiI ro lveVA tos createadndaedd31CWnncotosaneo48000Prop$4 ), (Contractor's Cost Proposal Two $10,116.55). II. Reason and round for Chan e III. Method of Payment NEW PAY ITEMS ! Notapplicable (Contractor's Cost Proposal Two $10,116.55). The combination of both changes fixed the issues re iu mre ntse etoledeetmmnummaesrconItansutnkOtaqdna!a sn ideon IbypprovI wate r ssre reu toiddotnaowauateslndofzecontrolvesVAplzesofadeqrnzoesumneofbpP€,t nla remto ed th eAdrauatedthenlatspvWteradnotdareachgpterrieahsdoperagationerlyppro srtto5tt1ntractoComfro1lvVAwhereesuized(a rh e so coation ntrolrst psFisWAeveldobrolempedp eszon dednee eth rtherfuThrteenesevzonnesTIhresoslvedesssunPCostsaOne400)ropo $,484 soI ati no ntrolco VA VC stfha31newiteththeertzonnesnctianoItsWAecessantoaddingbysrYp Sch No Item Description Total Est, Otv Unit Unit Price Total Estimated Cost of Item (CP1) Upsize 20ea. Control Valves 1 LS $4,480.00 $4,480.00 (CP2) Add 13ea. Isolation Control Valves 1 LS $ 10,1 16,55 $10,1 16,55 $ New Pay Items Total: $141596.55 DELETE EXISTING PAY ITEM(S) per 1-O9.5 piruotappricabre Sch No.Bid Item No.Item Description Qtv Unit Unit Price Cost of Item $ Page 1 $ $ Delete Existing PaY Items Total: $ INCREASE/DECREASE TO EXISTING PAY ITEM(S) [ Notappricabre Sch No.Bid Item No.Item Description Qtv Unit Unit Price Cost of Item $ $ $ Increase / Decrease to Existing Pay Items Total: $ *TOTAL ESTIMATED COST OF CHANGE ORDERT $14,596.55 x Total of the Cost of Item Columns IV. WORKING DAYS Original Contract:Due This Change Order:o Previous Total: Explanation/Justification for Additional Working Days: *TOTAL WORKING DAYS: o # x This Change Order + Previous Total Capital Projects Manager:Date:>til Construction Eng i neering Supervisor: Construction Manager: Paul Kuehne ? c Connor Date:il lh Ll Date il Page 2 R o,*n Corus rnu c?roru Nonrurrrusr, INc. PO Box 2228 Renton, Washington 9s056 425-254-9999 425-254-1334 fax May 12,2O2O To: ATTN.: Project: SUBJ.: City of Kent Construction Ma nagement Public Works DePartment Paul Kuehne Pacific Highway Median Planting Project ' Cost Proposal 01 - Upsized Irrigation Controllers Dear Mr. Kuehne, As discussed, the specified irrigation controllers are restricting the flow of water to the irrigation system, Per our discussion new upsize controllers will be added at the City request to address the pressure issues. The proposed added scope is as follows: r Parts and labor to installtwenty (20) new lt/2" irngation controllers. Total Lump Sum Cost Proposal - $4,480.00 (includes Standard WSDOT Subcontractor Markup of L2o/o) Should you have any questions or concerns regarding this safety response' please contact me at (425) 777-7324 or ken@rcnw.com. Respectfully, rl,, 4o*f",r- Kenneth C, Joyce Project Manager Roen Conrs rnucfiIoru lVonmnrusq Inrg. PA Box 2228 Renton, Washington 98056 425-254-9999 425-254-7334 fax June 1, 2020 To:City of Kent Construction Management Public Works Department ATTN.: Project: SUBJ.: Paul Kuehne Pacific Highway Median Planting Project Cost Proposal 02 - 13 Additional Valve Assemblies Dear Mr. Kuehne, Due to decreased gallons per minute (GPM) provided to the irrigation system from the existing watermain RCNW, on behalf of our subcontractor Syline Landscaping, requests the addition of 13 valve assemblies to separate the larger irrigation zones. Skyline proposes the additional valves in order to provide the required GPM to pop the irrigation heads and deliver water to the struggling plantings. The proposed added scope is as followsl . Parts and labor to installthirteen (13) new valve assemblies. Total Lump Sum Cost Proposal - $10,116.55 (lump sum pricing includes Standard WSDOT Subcontractor Markup of L7o/o) Should you have any questions or concerns regarding this cost proposal, please contact me at (a25) 777-7324 or ken@rcnw.com. Respectfully, k""&r- Kenneth C, Joyce Project Manager SKYLINET r'A }I-[-DSCAI:'T=. Date of Work: TBD Project: Pac Hwy Median Planting Fed Aid No.: Work Perforrned By:Weather: Bid ltem:WorkAuthorized By: Description of Work/Location: hstall 13 additionalvalves to aid in the loss of water p.essure I.ABOR Name roTAL LAEOR with OH/P EQUIPMENT TOTAL EQUIPMENT with OH/P MATERIAIS TIME TIME RATES HOURTY RATES cosr cosr Classification Regular Overtime Regular Overtime Jorge Rojas Foreman 16 34.82 S ss7.72 Alex Rojas Foreman 16 34.82 5 ss7.72 Eduardo Rojas La bor 16 28.t S 449.60 s $ s s Subtotal - Labor 5 1,s53.84 overheadlProfit on Labor at 29%s 453.s1 s 2,OL7.35 Year, Make Model ,Power..-Blue Book Description REGULAR STANDBY REGULAR STANDBY 2016 Ram 3500 diesel 4x4 crewcab contractor box 16 37.50 5 600.00 2016 Cargomate pa rts traller 15 10.00 5 160.00 s subtotal - Equiprnent s 760.00 Overhead/Profit on Equipment at 2t%$ rss.oo S e19.60 5u pplier Description From INV,#QTY UNIT S cosT HD Fowler 13 352.29 s 4,579.77 5 Subtotal - Materials $ 4,s19,77 Sales Tax on Subtotal Materials at $ 4s7.98 Overhead/Profit on Materials {including Sales Tax) at 21%$ 1,0s7.93 $ 6,ogs,6zTOTAL MATERIALS with OH/P and WSST TOTAL FORCE ACCOUIIIT COST - Tl.lls PAY TICKET - lncluding all Markups s 9,032.63 H.D. FOWLER COMPANY SKYLINE LANDSCAPE lvan Ramsey PACIFIC HIGHWAY EXTRA VALVES FEDERAL Estimate: Bid Date: Bid No: E449089 Page 1 of 1 E449089 5126l2l2t Customer: Estimator: Job Name: Location: Line Qty UoM 4EA 1EA 1EA 1EA Description 2'X 4" X 8" MH BRICK PAVER 14" X 19" i214Bl3L4B VALVE BOX CREEN (NO LID) PRO SERIES NDS T4U X 19'#213CI313C OVERLAPPING GREEN COVER COVER MARKED ''ICVU PRO SERIES NDS 7-7/2" pVC PRO SPAN EXPANSION REPAIR COUPLING rPS HUB X SPIGOT 200Psr #0r"18-1s FLo CoNTROL 1-112" SCH 40 PVC TEE SXSXT L-tfz" X 12" SCH 80 PVC NtPPIE 1-112" SCH 80 PVC 90 ELBOW TXT l--1l2" x 3u sCH 80 PVC NTPPLE L-112" SCH 80 PVC LO-TORQUE BALL VALVE IPS FIPT X FIPT EPDM 150PSl #LT 15OO-T FLO CONTROL r-712" X4u SCH 80 PVC NTPPLE 150-pE8 1-112" PLASTICVALVE RArN B|RD TBOSPSOL POTTED DC LATCHING SOLENOID RAIN BIRD t-712" X 12" SCH 80 PVC NIPPLE *TCUT OF THREADS ON ONE END TO CREATE T,O.E. NIPPLE. I* 1-u2" SCH 40 PVC 90 ELBOW sXS r-1l2" GRAY pVC FtpT X FlpT UN rON 150PSr #U-1500-T FLO CONTROL D8R/y - 2 pKG DTRECT EURTAL W|RE CONNESTOR 600V 711 GRAY CEMENT QUART WELD ON P7O PURPLE PRIMER QUART WELD ON NODE.IOO SINGLE STATION BATTERY CONTROLLER w/DC LATCHING SOLENOID HUNTER Approximate Total Unit Price o.44 17.35 7.28 Extended Price t.76 L7.35 7.28 1 2 3 4 5 6 7 8 I 10 TL 12 t3 L4 15 L6 L7 18 19 20 1 t L t 1 1 1 1 t 3 1 1 1 1 1 EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA 2.O9 3.89 5.43 t.24 s0.76 2.09 3.89 6.43 L.24 50.76 7.s6 1,53 78.82 22.58 3.89 7.56 0.81 6.82 3,66 31.46 27,94 74.80 1.53 78.82 22.58 3.89 Note 2.43 6.82 3.66 31.46 27.94 74.80 t52.29