Loading...
HomeMy WebLinkAboutCAG2022-457 - Change Order - #1 - Insituform Technologies, LLC - 2022 Sanitary Sewer CIPP Lining - 05/04/2023 4^41tllo, Agreement Routing Form • For Approvals,Signatures and Records Management KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. WASHINGTON (Print on pink or cherry colored paper) Originator: Department: C. Frame PW Engineering Date Sent: Date Required: > 5/8/2023 N/A 0 CL Authorized to Sign: Date of Council Approval: CL El Director or Designee ❑Mayor 11/15/2022 Budget Account Number: Grant? ❑Yes 0 No S90123.64110.330 Budget? El Yes ❑ No Type: N/A Vendor Name: Category: Insituform Technologies, LLC. Contract Vendor Number: Sub-Category: = 2041590 Change Order#1 0 Project Name: 2022 Sanitary Sewer CIPP Lining E 0 Project ID 51 at SE 239th St,shown on attachment C01-1,98 LF at$47.80/LF Project Pt Details:Project ID 40 between 1st and 2nd Ave N to W James St,shown on attachment C01-2,343 LF at$55.00/LF Reinstate lateral connection, EA at$536/EA C Agreement Amount: $34,189.79 Basis for Selection of Contractor: E Bid a� i Start Date: N/A Termination Date: 52 Working Days a Local Business? ❑Yes ❑ No* *Ifineets requirements per KCC 3.70.700,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Notice required prior to disclosure? Contract Number: ❑Yes 0 No CAG2022-457 Date Received by City Attorney: Comments: C a+ 3 3 � a, a, Ioc M Ch Date Routed to the Mayor's Office: V1 _ Date Routed to the City Clerk's Office: adreW22373 1 m Visit Documents.KentWA.gov to obtain copies of all agreements • KENT WAS H I N G T O N CHANGE ORDER NO. #1 NAME OF CONTRACTOR: Insituform Technologies, LLC. ("Contractor") CONTRACT NAME & PROJECT NUMBER: 2022 Sanitary Sewer CIPP Lining ORIGINAL CONTRACT DATE: December 12, 2022 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: Add- Project ID 51 at SE 239th St, shown on attachment C01-1, 98 LF at $47.80/LF Add- Project ID 40 between 1st and 2nd Ave N to W James St, shown on attachment C01-2, 343 LF at $55.00/LF Add- Reinstate lateral connection, EA at $536/EA 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, $740,289.28 (including applicable alternates and WSST) Net Change by Previous Change Orders $0.00 (incl. applicable WSST) Current Contract Amount $740,289.28 (incl. Previous Change Orders) Current Change Order $31,053.40 Applicable WSST Tax on this Change $3,136.39 Order Revised Contract Sum $774,479.07 CHANGE ORDER - 1 OF 3 Original Time for Completion 52 working days (insert date) Revised Time for Completion under 000 working days prior Change Orders (insert date) Days Required (f) for this Change Order 02 working days Revised Time for Completion 52 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: I Chad Bieren Chad Bieren 2023.05.04 By: By: 18:43:51-07'00' 41 (signature) (signature) Print Name: J. Michael Morris Print Name: Chad Bieren,P.E. Its Project Manager Its Public Works Director (title) (title) DATE: 5/2/2023 DATE: CHANGE ORDER - 2 OF 3 ATTEST: APPROVED AS TO FORM: (applicable if Mayor's signature required) c Kent City Clerk Kent Law Department C[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 ws� wotox CHANGE ORDER WORKSHEET NO. 01 Construction Engineering Division - Public Works Project: 2022 Sanitary Sewer CIPP Lining Project No: 22-3022.1 Project Engineer: Joe Araucto Fed-Aid No: N/A Capital Projects Insituform Manager: Jason Barry Contractor: Technologies, LLC Date: 4/6/2023 I. Proposed Change This change makes the following revisions to the Contract Documents and provides compensation for added work: ADD - Project ID 51 at SE 239th St, shown on attachment C01-1, 98 LF at $47.80/LF ADD - Project ID 40 between 1st and 2nd Ave N to W James St, shown on attachment C01-2, 343 LF at $55.00/LF ADD - Reinstate lateral connection, EA at $536/EA H. Reason and Background for Change Two additional locations were identified by Operations needing priority relining, see attachments included. Insituform was asked if they could accommodate these two additional locations in their work and be compensated at existing bid item unit prices, BI 3010, 3013 and 3016 respectively, which they agreed. It was also agreed that labor for traffic control will be tracked and reimbursed under existing payment items as they applicable to the added work sites. III. Method of Payment NEW PAY ITEMS ❑ Notapplicable Sch. it Price Total Est. Total Estimated Cost of No Item Description Qty Unit Un Item CIPP Liner Installation, 8 inch Diameter - 98 LF $47.80 $ 4,684.40 Steam Cure, Project ID 51 CIPP Liner Installation, 8 inch Diameter - 343 LF $55.00 $ 18,865.00 Hot Water Cure, Project ID 40 I4 Reinstate Lateral Connection, Project ID 14 EA $536.00 $ 7,504.00 51 & 40 Page 1 New Pay Items Total: $ 31,053.40 DELETE EXISTING PAY ITEM(S) per 1-09.5 12 Notapplicable Sch Bid Item No. Item Description 7 Qty Unit Unit Price Cost of Item No. $ $ $ Delete Existing Pay Items Total: $ - INCREASE/DECREASE TO EXISTING PAY ITEM(S) U Notapplicable Sch Bid Item No. Item Description Qty Unit Unit Price Cost of Item No. 7 $ - Increase / Decrease to Existing Pay Items Total: $ - *TOTAL ESTIMATED COST OF CHANGE ORDER: $31,053.40 * Total of the Cost of Item Columns IV. WORKING DAYS Original Contract: 50 Due This Change Order: 2 Previous Total: 50 Add one day per site as this is critical path work. *TOTAL WORKING DAYS: 52 * This Change Order + Previous Total 9 Prepared By: Date: 4/27/23 Jason Barry Construction Engineering Date: 4/27/23 Supervisor: Jason Barry Page 2 Construction Manager: , �r�' Date: 4/27/23 Eric Connor Page 3 Fee 4 0 50 100 200 Additional CIPID! 3544 r u' LEN: 98.0 ft INV: 15.5 ft 3010 I D:-2756 INV: 13 2 ft ID: 4278 r ID: 1892 INV: 6.4 ft INV: 6.3 ft ID` 49 DIAM: 8 inch LEN: 331.4 ft 'k Lam LEGEND: PRIVATE MANHOLE ID MANHOLE OR MAIN ID NUMBER © KENT CLEANOUT INV APPROX. MEASURE DOWN DISTANCE FROM KENT MANHOLE MANHOLE RIM TO INVERT OF SEWER PIPE --i► KENT GRAVITY MAIN t XXXX BID ITEM pg Sewer Pump Station-Public KENT FORCEMAIN u _: MANHOLE METRO MANHOLE ti j L, MAIN-RELINE NEEDED METRO GRAVITY MAIN' 1'i T ✓' OC CLEANOUT-REPLACE W/48"MH [3018] ""* "oopw METRO FORCEMAIN CITY OF KENT: PUBLIC WORKS PROJECT C01-1 2022 SANITARY SEWER CIPP LINING: 22-3022. 1 Fee 0 50 100 200 ID:'5777 ;INV:.,698sft CU O � 0 M d' J INV. 9.8 ft Lrt'7 � 01 t LEGEND: PRIVATE MANHOLE 1_ ID MANHOLE OR MAIN ID NUMBER © KENT CLEANOUT INV APPROX. MEASURE DOWN DISTANCE FROM ® KENT MANHOLE MANHOLE RIM TO INVERT OF SEWER PIPE KENT GRAVITY MAIN t XXXX BID ITEM pS Sewer Pump Station Public KENT FORCEMAIN u I ' METRO MANHOLE MANHOLE MAIN-RELINE NEEDED METRO GRAVITY MAIN CLEANOUT-REPLACE W/48"MH [3018] METRO FORCEMAIN CITY OF KENT: PUBLIC WORKS PROJECT C01-2 2022 SANITARY SEWER CIPP LINING: 22-3022. 1 2022 CIPP S❑❑IT❑R❑S❑❑ OR LI❑I❑G PIP❑ I❑❑ORM❑TIO❑ Project Bid Mapbook ID Material Diam AssetlD LegacylD Length Number Page(s) n RCP ❑ se❑❑a00❑❑511 SMH.❑❑❑❑❑[SMH.Fill ODD 323.11 3000 E2 2 ❑CP ❑ se❑11a00311❑3 SMH.❑50[SMH.❑2❑5 2❑5.5 30❑D ❑ 3 RCP ❑ se11❑a0005F-2 SMH.❑❑2❑❑[SMH.❑❑2❑5 2113.5 30❑D 113 ❑ RCP ❑ se❑❑a00❑❑13 SMH.❑❑2❑5LSMH.❑❑2113 2115.2 30❑0 03 5 RCP ❑ se❑❑a00021111 SMH.❑❑❑[SMH.❑❑L25 3110.11 30110 ❑❑ ❑ RCP ❑ se❑❑a0052011 SMH.❑❑025[SMH.❑❑L2❑ 2115.11 30LL0 ❑❑ ❑ ❑CP ❑ se❑❑a000000 SMH.❑❑211❑LSMH.❑02❑❑ 2 Lill 3 30110 ❑❑❑0 ❑ ❑CP ❑ sell❑a000❑❑❑ SMH.❑❑❑DCSMH.❑❑❑❑ 302.2 30❑D ❑ OD ❑CP ❑ se❑❑a00250❑ SMH.005❑1SMH.11❑❑D 3113.0 30❑D ❑ ❑❑ ❑CP ❑ sell❑a00❑❑5❑ SMH.❑❑❑[SMH.❑❑5❑ 2 no.❑ 30❑D ❑ L2 RCP ❑ sell❑a00m❑❑ SMH.❑❑3❑[SMH.❑C(i❑ 000.0 30173 3 1-3 RCP ❑ se❑❑a002❑❑5 SMH.❑❑[OLSMH.❑❑3❑ 2❑❑.0 30113 ❑❑5 ❑❑ RCP ❑ se❑❑a0032LIE] SMH.❑❑3❑LSMH.❑❑3❑ 303.0 30EJ3 ❑ 05 RCP ❑ se❑❑a002[2❑ S M H.El A OESMH.❑❑❑D ❑❑3.3 30113 ❑❑5 ❑❑ ❑CP FO se❑❑a00❑❑53 SMH.❑❑2❑LSMH.❑❑2❑ ❑a❑ 30❑❑ 5 ❑❑ ❑CP ❑D se❑❑a00311❑5 SMH.002❑CSMH.11020 ❑D2.2 301111 5 ❑❑ ❑CP [-P se❑❑a00❑❑❑❑ SMH.❑❑5❑CSMH.DUDE] 2❑L111 30115 5011 ❑❑ ❑CP F-2 se❑❑a003❑❑0 SMH.❑❑55[SMH.❑❑5❑ ❑❑a❑ 3002 ❑❑❑ 20 RCP [-2 se❑❑a003❑❑❑ SMH.❑❑❑❑LSMH.❑❑2❑ 3❑[1❑ 301-15 5 20 RCP ❑ sell❑a00❑❑❑3 SMH.❑❑5❑LSMH.❑❑55 2a❑ 30❑D ❑❑❑ 22 CO❑C ❑ se Ell]a00❑DOF] 32010 30❑0 ❑❑❑ 23 ❑CP E2 se❑❑aOOEJE2❑ SMH.❑❑❑DESMH.❑❑55 1105.0 30D2 ❑ 20 ❑CP E2 se❑❑a003❑❑❑ SMH.❑❑❑❑[SMH.❑❑LD ❑5.0 30D2 ❑ ❑❑ ❑❑❑ ❑ se❑❑aOOEBo❑ 305.0 30113 2 ❑❑ ❑CP ❑ se❑❑a0022E2 SMH.❑3❑LSMH.❑3❑D 33a❑ 30110 ❑❑ 40 CLAY 8 sewma006647 343.06 3013 C01-1 51 NCP 8 sewma000670 98.04 3010 C01-2 (MISSING PIPE BOTTOM) REINSTATE LATERAL CONNECTION = 14 I C01-3 ❑o❑❑ 22L3022 Sanitar❑Se❑er CIPP Lining.Us❑ ❑D/5/2022 E2 30 PM Connor, Eric From: Peterson, Kelly Sent: Thursday, March 2, 2023 2:21 PM To: Connor, Eric; Barry, Jason Cc: Bieren, Chad Subject: RE: C01 - 2022 CIPP Lining.pdf Eric- Chad and I are good to go with the additions. Please proceed. Kelly Kelly Peterson, AICP, Deputy Director-Engineering Public Works Department 220 Fourth Avenue South, Kent, WA 98032 Phone 253-856-SS47 - Cell 253-740-8066 KpetersonCd)KentWA.gov CITY OF KENT, WASHINGTON KentWA.QOV Facebook w_s_3iev�.YouTube PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E-MAIL From: Connor, Eric<EConnor@kentwa.gov> Sent:Thursday, March 2, 2023 12:05 PM To: Barry,Jason <J Barry@ kentwa.gov> Cc: Peterson, Kelly<KPeterson@kentwa.gov> Subject: RE:C01-2022 CIPP Lining.pdf For that amount, let's plan on a CO. Please confirm the contractor agrees the scope is consistent with the work that was bid and will honor the bid pricing. Kelly...assuming the bid prices are honored, are you okay with preparing a CO for this added scope? Thank you, Eric Eric Connor, Construction Engineering Manager Phone 253-856-5533 1 Cell 253-797-0693 CITY OF KENT, WASHINGTON PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E-MAIL From: Barry,Jason <JBarry@kentwa.gov> Sent:Thursday, March 2, 2023 8:37 AM To:Connor, Eric<EConnor@kentwa.gov> Subject: RE:C01-2022 CIPP Lining.pdf Hi Eric, Do we want to overrun BI quantity on this one, or do a CO for these locations? Breakdown: BI 3010 - Steam 8" - $47.80/LF x 98 LF = $4,684.40 BI 3013 - Water 8" - $55.00/LF x 343 LF = $18,865.00 TOTAL ADD COST: $23,549.40 Let me know what you think? Thanks, Jason Jason Barry, capital Projects Supervisor Construction Management I Public Works Department 220 Fourth Avenue South, Kent, WA 98032 • Phone 253-856-5546 1 Cell 253-797-8462 KT ibarrvCd)KentWA.00v WASO-070" www.KentWA.aov 111136 PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E- MAIL From:Araucto,Joseph<JAraucto@kentwa.gov> Sent:Wednesday, March 1, 2023 12:24 PM To: Barry,Jason <JBarrv@kentwa.gov>; Connor, Eric<EConnor@kentwa.gov> Cc: Hoff, Marcus<M Hoff@ kentwa.gov> Subject: C01-2022 CIPP Lining.pdf Eric/Jason, Here are two locations we would like included as a change order in the 2022 CIPP Lining project.There are corresponding additional number of lateral connections to be reinstated. Let me know if you need additional information. Joseph Araucto, P.E., utility Engineer Operations Administration I Public Works Department 220 Fourth Avenue South, Kent, WA 98032 Phone 253-856-5664 1 Cell 253-508-4068 jaraucto KentWA.gov CITY OF KENT,WASHINGTON KentWA.QOV Facebook YouTube Instaaram 2 Connor, Eric From: Mike Hagerty <Mike.Hagerty@consoreng.com> Sent: Wednesday, March 8, 2023 3:25 PM To: Barry,Jason;Jeff Moss Cc: Connor, Eric Subject: RE: C01 - 2022 CIPP Lining.pdf EXTERNAL EMAIL Hi Jason, We have been coordinating with Instituform to review and approve submittals,you will be copied when we return submittals. I have not locked down a start date, but will work with Mike and his team to confirm and report back by the end of the week. Regarding the addition segments of pipe to be lined. Instituform is willing to preform the work at bid item price but include a couple caveats,see message below. I have reviewed his conditions and agree with their perspective. Would you like me to begin preparing documents for a change order? Mike, We appreciate the opportunity to pick up some additional work while onsite. Yes,we can install the work at current unit prices. A few comments: • There will be additional traffic control support. If you have the traffic plan,we can sign off on it. If we need to them, our sub will charge us$150.00 and I would use the Force Account Markups per spec/WSDOT spec 12%).... Assuming two plans it would be$336...... • Traffic support/TCS I assume would be billable per the unit price. We don't need to adjust the Traffic Devices since it is LS and it won't be a lot...just keeps it simple. • Laterals will be at unit pricing • There are some apartments near by so hopefully we can manage their flows. Won't know for sure what we are up against until we see the videos. • If adding time is an option or a concern, we should add a day or two. i We will begin planning to include this work with other scope..... Sincerely, Mike Morris I Project Manager- Pacific I Insituform Technologies, LLC 19165 SW 119th Ave I Tualatin, OR 97062 Ph:503.486.62741 Cell:971-645-9779 1 Fax: 503-395-1023 www.Aegion.com mmorris@aegion.com i Mike Hagerty,PE DISTRICT MANAGER,CONSTRUCTION MANAGEMENT fit consor consoreng.com The content of this email is confidential and intended for the recipient specified in message only.It is strictly forbidden to share any part of this message with any third party,without a written consent of the sender.If you received this message by mistake,please reply to this message and follow with its deletion,so that we can ensure such a mistake does not occur in the future. From: Barry,Jason <J Barry@ kentwa.gov> Sent:Thursday, March 2, 2023 2:39 PM To:Jeff Moss<Jeff.Moss@consoreng.com>; Mike Hagerty<Mike.Hagerty@consoreng.com> Cc: Connor, Eric<EConnor@kentwa.gov> Subject: FW: C01-2022 CIPP Lining.pdf Hi Mike, Attached are two additional locations the Operations staff want addressed on the project. Can you confirm with Insituform that they are willing to perform this work at BI's 3010 & 3013 unit prices? Once confirmed, I will begin preparation of a CO to capture these costs. Let me know. Thank you, �IJason Jason Barry, Capital Projects Supervisor Construction Management I Public Works Department 220 Fourth Avenue South, Kent, WA 98032 0 Phone 253-856-5546 1 Cell 253-797-8462 ENT 7barrvCd)KentWA.aov W'ka"IMpTON www.KentWA.gov 1] 6 PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E- MAIL From:Araucto,Joseph <JAraucto kentwa.gov> Sent:Wednesday, March 1, 2023 12:24 PM To: Barry,Jason <JBarry@kentwa.Bov>; Connor, Eric<EConnor@kentwa.gov> Cc: Hoff, Marcus<M Hoff @kentwa.Bov> Subject: C01-2022 CIPP Lining.pdf Eric/Jason, Here are two locations we would like included as a change order in the 2022 CIPP Lining project.There are corresponding additional number of lateral connections to be reinstated. Let me know if you need additional information. Joseph Araucto, P.E., Utility Engineer 3 R55GA006 City of Kent 5/3/2023 Page: 1 Journal Entry/Budget Change Doc M 213301 Ledger Type: AA Journal Entry Doc Type: JE Batch M 620236 Explanation: GIS/Survey-April 2023 G/L Date: 4/30/2023 Automatic Reversal? No Created by: SANDERSON Last Changed by: SANDERSON Line# B Unit Object Subsidiary Subledger Debit Amount Credit Amount Account Explanation Reference 1.0 16412258 64129 3365 1,328.83 GIS/SURVEY CHARGES/April 2023 2.0 44005590 64129 7420 1,148.31 GIS/SURVEY CHARGES/April 2023 3.0 P21065 64129 530 2,760.10 GIS/SURVEY CHARGES/April 2023 4.0 67005310 64129 7000 190.45 GIS/SURVEY CHARGES/April 2023 5.0 43005560 64129 7420 171.41 GIS/SURVEY CHARGES/April 2023 6.0 11505259 69129 7810 4,993.24- COST ALLOCATION 7.0 11505219 69129 7810 605.86- COST ALLOCATION Journal Entry Totals: 5,599.10 5,599.10- 1 have reviewed this journal entry for accuracy, validity and appropriateness. It is a true representation of transactions incurred while conducting City business. Appropriate supporting documentation is attached. �t�5!5�2023 Dept -Authorized by: Finance -Reviewed by: ROUTING FOR SIGNATURES (Please review, sign, and pass on to the next person on list ASAP) 76th Avenue South - North Segment Jason Barry/Cameron Bloomer Preliminary Approval: Email for Review: Design Engineer Carla Maloney Jason Barry Final Approval: Email for Signatures: Angie Fealy A 5/4/2023 Initial and date Eric Connor EC 5/4/23 Initial and date Kelly Peterson KP 5/4/23 Initial and date ❑ Chad Bieren Initial and date Email Signed PE to: Angie Fealy Stephanie Anderson Corey Frame NOTES: 5/3- CO only, please route for signatures-CF