Loading...
HomeMy WebLinkAboutCAG2021-223 - Change Order - #3 - Lakeside Industries, Inc. - S. 212th Street Preservation - 11/18/2021KENT Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayorb Signature and Contract Cover Sheet forms. (Print on pink or cheny colored paper)WASHINGToN G oL CL CL Originator: C. Frame Department: PW Engineering Date Sent: 12t7t2021 Date Required: N/A Authorized to Sign: E Director or Designee El Mayor Date of Council Approval: 4t20t2021 Budget Account Number: R901 13 641 10.120 Budget? @Yes tr No Grant? EYes E No Type: N/A co IH .E EfrorF E*,ca EooLt'l Vendor Name: Lakeside lndustries, lnc category: Contract Vendor Number: 34030 Sub-Category: Change Order #3 Project Name: S 212th St. Preservation - 72nd Ave. S. to 84th Ave. S projectDetaits:Create a new Bid item to provide compensation for replacing the HMA pavement Agreement Amount: $-2,365.07 Start Date: N/A Basis for Selection of Contractor: $id Termination Dare: 72 Working Days Local Business? El Yes E No* xlf meets requirements per KCC 3.70.100, please complete "Vendor Purchase-Local Exceptions" form on Cityspace. Notice required prior to disclosure? EIYes E No Contract Number: cAG2021-223 Comments:Date Received by City Attorney: Date Routed to the Mayor! Office: gl E ilJ J E$o=E,i IEE .9ut Date Routed to the City Clerk's Office:L ad(W22l7l_1_20 Visit Documents.KentwA.gov to obtain copies of all agreements Auxu KENT WagHtNotoN CHANGE ORDER NO. #3 NAME OF CONTMCTOR: Lakeside Industries, Inc. ("Contractor") CONTRACT NAME & PROJECT NUMBER: S. 212th St, Preservation-72n9 Ave. S. to B4th Ave. S. ORIGINAL CONTMCT DATE: May 06. 2021 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 : Create a new bid item to provide compensation for replacing the HMA pavement between BNSF RR tracks due to deterioration. 2. The contract amount and time for performance provisions of Section II "Time of Completionr" and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, (including applicable alternates and wssr) $1,859,869.10 Net Change by Previous Change Orders (incl. applicable WSST) $8,067.06 Current Contract Amount (incl. Previous Change Orders) $t,t67,93s.16 Current Change Order $-2,36s.07 Applicable WSST Tax on this Change Order $0.00 Revised Contract Sum $1,865,570.09 CHANGE ORDER. 1 OF 3 Original Time for Completion (insert date) 70 working days Revised Time for Completion under prior Change Orders (insert date) 72 working days Days Required (+) for this Change Order o calendar days Revised Time for Completion (insert date) 72 working days In accordance with Sections L-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. CONTRACTORI By {ada,* Print Name:Its QF+t*rnee K,t*udatz DATE Zoz CITY OF KENT: By: .i ftbryJsndbychad 8b€n C h a d B i e re n i ffiiti1|r.r"fl"'11,f,$##';r's' " (signature) Print Name : Chad Bieren. P.E. Its Public Works recfor (tiile) DATE: AF EC CHANGE ORDER - 2 OF 3 KP Fife No.2OO,2 KENT ry^3rrnGroi CHANGE ORDER WORKSHEET NO. OO3 Construction Engineering Division - Public Works S. Zlzth StProject:B4th Ave. S. (East ValleY HighwaY) Project Engineer: Drew Holcomb Capital Projects Cameron Bloomer (KBA, Inc.) Preservation / 2n d Ave. S. to Project No: Fed-Aid No: Contractor: 19-3003 sTPUL-12s0(009) Lakeside Industries, Date: 70/L4/202t I Pro d Chan e cks HMA pavement between BNSF RRCreate a new bid item to Prov ide compensation for replacing the II. Reason and Bac round for Cha e III. Method of Payment NEW PAY ITEMS [J Notapplicable nsibility of BNSF to maintain'Pavement between the BNSF RR trac ks had deteriorated, but is the respo eth a envem tctontrarerlaceVChacthetscopaueficabentopcheareeitdaWmstityuSBNaFdntlygity ar dn e torraVdenaexcavatoBFNSroidopflaRRrVsececostspBrSNWAFnivithencCXnhafogInggge snd f fla neressomervefufueteddelIg Ito1BI21is2otnebtnthehmreovaNtevpoasswitgst services are required for any punchlist work. Sch. No Item Description Total Est Qtv Unit Unit Price Total Estimated Cost of Item I CO 003 - Paving Between BNSF Tracks 1 LS $11,884.93 $11,884.93 $ $ New Pay Items Total: $ DELETE EXISTING PAY ITEM(S) per 1-O9"5 E Notappricabre Page 1 11,884.93 Sch No.Bid Item No.Item Description Qtv Unit Unit Price Cost of Item $ $ $ Delete Existing Pay ltems Total: $ INCREASE/DECREASE TO EXISTING PAY ITEM(S) E Notappricabre Sch No.Bid Item No.Item Description Qty Unit Unit Price Cost of Item I Lt22 BNSF Railroad Flagging -0.75 FA $19,000.00 $(14,250.00) $ $ Increase / Decrease to Existing Pay Items Total: $(14,25O.OO) *TOTAL ESTIMATED COST OF CHANGE ORDER:-$2,365.O7 x Total of the Cost of Item Columns IV. WORKING DAYS Original Contract:70 Due This Change Order:o Previous Total:72 Explanation/Justification for Additional Working Days: This change was fit into the working days scheduled for pavement at the UPRR tracks and no working days are being added. M.,* XTOTAL WORKING DAYS: -6 ,4/)/2, Wa*< 72 x This Change Order + Previous Total Capital Projects Manager: Construction Engineering Supervisor: Ca.Jmevq\ Etoorne.r, p e" kBA tr.c- I Kuehne Dater tofn/z.t Date: talxv/a/ {*n' Construction Manager: ic Connor Page 2 Date:trp/zv/w -1 DAILY REPORT OF FORCE ACCOUNT WORKED l lndustries OATE 9114nA21 PAY ESN Ito.: lTElt I cosTPUL.t25010o0l DESCRPTION tnD rnd p.tch HlrA bdtF.o RRtrckr p.r FWO 003 FAI Conlnctor EB 4 fiffi--_---.---._..]TOTAL COST $fi,884.93 WORKER'S NAJT'E REG RATE OT HRS OT RATE AIUOUNT 5 at,u8 $l38C.r l 5 83.32 t974.9{ l/llqh€d Chismrr 8t.85 $2Tf.17 ll)t u-lo t 53U1,1 s tr:9 t208.31 MK a3.32 t374.34 Edcl( Flulz s 61.85 ,z1a,47 I 51,€6 T tztL4t s 83.32 3t6a-& ard a 81.70 32t1-75 5 74.87 5 1262.0! t I4.At $2S0,48 3 71.A7 tt87.t8 Mnlr Gillo $74.8f $112.3r 74.8f T s74.r SUBTOTAL s3 075.t4 s1.232.2t iorIPtlENT I ITOTAL I a6,z07ri REG RATE STDBY RATI AMOUNT 45342- 2013 Hsmm Hd12w Rotrer $27 -18 s108,72 t 61.40 t284.90 $ 7t.g t204,16 2.5 s 69.S Nt72.85 $ 56.90 t100.35 82.0t s82.01 s1.032,7s ;EA9 'S 1216.8r I TOTAL EqUIPI'ENTI $'t,t49.8t MA'ERIALS rndt* sERVbEa I v4DpR & |NVO|CE r MAHIAL SUS TOTAL NAUM t41 1,s{ a65 80 t0.00 s0.00 $o.o0 t0.00 1,4,185.80 2106 OVERHEAD AND PROFN, BONDING. INSURANCE AI.ID TAx 1942.02 IOTAL t5.127,t2 WORK DESCRIPIION AITOUNT i0 00 $0.00 E0.00 TAX t0.00 611_884.9: SUBCONTRACTOR Suhtol.l ot Lrbor, EqulDment, ilitrrtrl, a Subcontnctor lovll6ed Wodr 50.0c ME*ups on work p.rtomcd bySubcontEclor up to 525.000=12%, t25.00G$100,000 ! 10% GEa'l6r thsn t100,000 = 7%0o,4 i0.00 TO T 31 1.88ir.93 m ll ciek€4 ihlr work h ln dllpule, By llgnlng ihl! lortrl, p{rth! sr! rgrBelng io 01. llm€ rnd etlort ndded to ec@mDllsh thc talk Entltlanrnl to be dolemlnod al a htrr drlq - 7'-Vr4 Fom Oal€ TQUO ! ,^, Customer /'tll. t1ot Date '/ -lt| 7 | #i ? I t l' /"'"(I , ru^ Project Name ',,- j,, EWO # @LAKEsTDE luousTRrEs, INc. Employees on Project Clasr Total Hrs R"g OT r ''r ,1 lr./ r t,,,,r-l ,Yr 1.,, { '"1.5- !-i -' i,'9, t dl \i t,t 'l f''t I ft it";l t r ,i "''l l t{ I .j i 'l r ,ri i.l. i ', ,..- \,.ld 7-l:v/r/'l f ,l ,l l.il ltrr,r ,l {",^l krl l{ rj{ 1,.,,,! ',..,,,,}- y rt,.1 r.r ;-']r i'i;"7.i".r t- LSI Equipment LsI#Total Hrs ll.,,no' l? ,,','!J iif,t-t Trucking LSI #Total tlrs n ', il ..',,,'L' .:"' I a t i{J ': ,,'ti 'i) :"'-.)" ',, .'' \t! .. i, !r. i i': t- { 'l '! ,i ,,Ll i t ":..t,tt' i)ti- iti ,1!.t:L ti : ;,iit :]'.. ji .:l /t t ;',, i :;.,I iti,'lr '.; lti I Extra Work Veification* Forerpans Signature t*-L.- L. Date f -1?-,tr Description of Work r, 1., i ,', r t '; { .'i , 'ti' i"; r,il r 1 ,. ,I 1l:J rl! 4,. Materials Qty UOM Tot4l I !t,r1 I {,r ()/,i !,t, ,, j )r Subcontractors / Suppliers / Rental Equipment I * Markup p€r WSDOT specification unless otherwise agreed upon in writingl Labor, Materia.ls, and Equipmenf Markup - 29% / Subcontractor Markup - 2 I % Ownert Representa tive Signature //a',,,"./,iu",-/.:' Date P.O. Box 7016, Issaquah, WA 98027 '('t25) 313-2600 . (425) 3\3-Z|ZZ/FAX AN ti(lun l- OH,()KI'UNITY fl\IPLOYUR . WA $-1" CONT. RECi. NO' ztl'ul LA-K[ 'Sl-rzt'tJl) . OR. $T CONT REG N1'1, cct' tos51? #IAKESIDE llrlDUSTRlES Progress Billing lnvoice Kent Division 253-631-361.L To City of Kent Public Works 400 West Gowe Kent, Wa 98032 lnvoice #: 50006280 Datei 1O/5/2021 lnvoice Due date: ltlLOlzOZI Payment Terms: Paid on 10th of next month Remit To:PO Box 7016 lssaquah, WA 98027 425-313-2600 contract: 722L0L8- S. 212th St Preservation- Project 19-3003 Item NO. Description Unit of Unit Price Measure Current BillingCuffent QTY co3 HMA Ct 1./2" -Kent Plant TON $ er.OO 50,30 s Total Due this lnvoice $ 4,474.30 4,474.3O Greater Seattle/Eastside Divison *5505 226th Place SE; Ste 150 - lssaquah WA 98027*425-313-2600 Page 1 of 1 KENT WAsBtil6toN Field Work Directive FWD OO3 R1 PW Project Number: 19-3003 Federal Aid Numberz STPUL-7250(009) Date: 9/7/2021 R19t15t2421 Project Name: Contractor: Subject: S. 272th St. Preservation 72nd Ave. S. to 84th Ave. S. (East Valley Highway) Lakeside lndustries Pavement at BNSF Tracks Scope: Make the following changes to the Contract Documents: . Replace the existing HMA in the 2 sections between BNSF's 3 tracks. BNSF has agreed to remove the existing material and place it in a contractor provided dump truck for hauling off with the pavement grindings. R1 - Use HMA in place of concrete for the 4' to 6' of sidewalk nearest the RR tracks. Measurement and Payment: r Track Time and Material efforts for reimbursement using standard markups from 1-09.6. Attachment{s}: r None Contractor By Date q /t 2l Eric Mock, Project Manager Owner Approval: By:$r,rr*rt g&ftul 9t812021 R19t15t2021 Date: Cameron Bloorner, KBA lnc. By -//*9f712021 Date: Eric Connor, City of Kent THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. I.ASOR, EQUIPMENI AND/OR MATERIAL OUTLINED IN THIS FIETD WORK DIRECTIVE SHALT BE PAID BY BID ITEM{S) OR A CHANCE ORDER SHALL BE OEVELOPED FOR TIME EXTENSION OR CONTRACTPRICEINCREASES. ANYPROTESTTOTHEFIELDWORKDIRECTIVESHALLFOLLOWl.O4.SOFTHEWSDOTSTANDARDSPECIFICAIIONS. S 212th St. Preservation Owner:City of Kent Prlme Contractor:Lakeside I ndustries Subcontractor: Date:9/2/202r Ppjggt No; Fed Aid No: 19-3003 wsDoT HLP-1215 (009) INDEPENDENT COST ESTIMATE Description of Work: Haul off existing HMA and lnstall new between BNSF RR Tracks. Assume 2 sections, 5'wide, 110' long, 6" depth, placed in 2lifts. Hand Work. BNSF Does removal before/concurrently. Traffic Control Flagging costs excl uded OVERTIMESTRAIGHT TIME DOLLAR AMOUNTPRODUCTION RATE OCCUPATION HOURS WWR HOURS WWR 2ss.00sSuper3$ Bs.oo 246.00sForeman3$ sz.oo 585.00sTeamster (3)9 $ os.oo 567.00(Laborer (3)9 s 63.00 702.00sOperator (3)9 S 78.00 ( ( s 2,3ss.00 27%OHP: S 635.85 TOTAL: I 2,990.85LABOR SUBTOTALSI HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNTEOUIPMENT DESCRIPTION 100 900.00sDump Truck and Trailer I 25 1s0.00sCrew Truck 5 65 1-95.00sRoller3 65 195.00$Backhoe 3 s TOTAL: S 1,684.80EQUIPMENT SUBTOTALS:5 L,440.00 17% oHP 5 ZAA.SO PRICE DOLLAR AMOUNT REFERENCE tNVOtCE #QUANTITY UNITDESCRIPTION s 3,7s0.00TonHMA5U 50 75.00 10.00 s00.00sDump Fees Ton s s 17% OHP: 5 722.50 TOTAL; 5 4,972,59MATERIAL SUBTOTALS:5 4,250.00 QUANTIW UNIT ESTIMATED COST DOLLAR AIVlOUNTDESCRIPTION EST, DATE OF SERVICE $ $ 5 s TOTAL:$17% OHP: 5SERVICE SUBTOTALS: Resident Engineer (RE)Date ICE SUBTOTAL: S 9,648.L5 9,648.L5 ADJUSTMENT (see comment): $ ICE TOTAL: 5 Comments / Notes: LABOR EOUIPMENT MATERIALS SERVICES 1of 1 P-60 (Rev.2019 Mar)