Loading...
HomeMy WebLinkAboutCAG2024-394 - Change Order - Gary Merlino Construction Co., Inc. - Meeker Street Multimodal, Kent Elementary School and Meeker Street at 64th Ave intersection - 1/29/25 Agreement Routing Form 40 ,•i For Approvals,Signatures and Records Management F►l�T 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: Stephanie Anderson PW Engineering Date Sent: Date Required: > 2/3/25 N/A 0 L G. Authorized to Sign: Date of Council Approval: CL 0 Director or Designee ❑Mayor 8/6/2024 a Budget Account Number: Grant? ❑Yes 17 No R20097.64110.120 Type: N/A Vendor Name: Category: Gary Merlino Construction Co., Inc, Contract Vendor Number: Sub-Category: Change Order 1 Irw Project Name: Meeker Street Multimodal, Kent Elementary School and Meeker Street at E 64th Ave Intersection L .F Project Details: ch Sedule B-Criargng CB if?and CB#9 from 60"diameter structures to 72"diameter shuelures to accommodate existing 42"reinforced concrete pipe pelpia-Bid item 40048-60"Diameter Saddle Manhole,up to 12 feet depth-2 each. Add-Bid Item C.O.001-4048B-72"Diameter Saddle Manhole,up to 12 feet depth-2 each. it C Go C Agreement Amount: $2,000.00 Basis for Selection of Contractor: Bid W 16. Start Date: 8/23/2024 Termination Date: 145 working days 1M Q Local Business? ❑Yes ❑ No* *Ifineets requirements per KCC3.70.700,please complete'VendorPurchose-Local Exceptions"form on Cityspoce. Notice required prior to disclosure? Contract Number: ❑Yes ❑No CAG2024-394 Date Received by City Attorney: Comments: Cn C a.. 3 3 0 a, a, p� Date Routed to the Mayor's Office: V1 Date Routed to the City Clerk's Office: 2/6/25 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements KEN T WAS M I N G T O N CHANGE ORDER NO. 1 NAME OF CONTRACTOR: Gary Merlino Construction Co. I c. ("Contractor") CONTRACT NAME & PROJECT NUMBER:Meeiter Street Multimodal, Kent Elementary School St 64th Ave Intersection ORIGINAL CONTRACT DATE: August 23, 2024 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: Schedule B - Changing CB #7 and CB #9 from 60" diameter structures to 72" diameter structures to accommodate existing 42" reinforced concrete pipe. Delete - Bid item 4084B - 60" Diameter Saddle Manhole, up to 12 feet depth - 2 each. Add - Bid Item C.O. 001-4048B - 72" Diameter Saddle Manhole, up to 12 feet depth - 2 each. *Note* There is no bid item in Schedule B for 72" structures. It was discussed and agreed between the City of Kent and Gary Merlino that the use of the bid item price from Schedule A for 72" structures is acceptable. 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, $4,160,459.82 (including applicable alternates and WSST) Net Change by Previous Change Orders $0.00 (incl. applicable WSST) Current Contract Amount $4,160,459.82 (incl. Previous Change Orders) Current Change Order $2,000.00 Applicable WSST Tax on this Change $0.00 Order Revised Contract Sum $4,162,459.82 CHANGE ORDER - 1 OF 3 Original Time for Completion 145 working days (insert date) Revised Time for Completion under 0 working days prior Change Orders (insert date) Days Required (f) under Minor Change 0 working days Orders Days Required (f) for this Change Order 0 working days Revised Time for Completion 145 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: �__ "gi[agy signed by Chad Bieren Chad B i e re n 4Jate:2025.01.29 By; By: 1s°is 1a-as•ao' (signature) (signature) Print a Print Name: Chad Bieren P.E. Its Its Public Work Director (tire) (title) DATE: a��' a DATE: KP EC CHANGE ORDER - 2 OF 3 ATTEST: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent City Clerk Kent Law Department i G[In this field,you may enter the electronic filepath where the contract has been saved] CHANGE ORDER - 3 OF 3 �' T File No. 200.2 � CHANGE ORDER WORKSHEET NO. 01 Construction Engineering Division - Public Works Project: Meeker St. Improvements at 64tth Ave and Project No: 21-3009/ Kent Elementary 20-3003 Project Engineer: Andrew Holcomb Fed-Aid No: STPUL-168(003)/ TAP-1068(006) Capital Projects Gary Merlino Construction Manager: Daniel Clark, Akana Contractor: Company, Inc. Date: 10/23/2024 I. Proposed Change Schedule B - Changing CB #7 and CB #9 From 60" diameter structures to 72" diameter structures to accommodate existing 42" reinforced concrete pipe. Delete - Bid Item 4084E - 60" Diameter Saddle Manhole, Up To 12 Feet Depth - 2 Each Add - Bid Item - C.O.-001-4048B - 72" Diameter Saddle Manhole, Up To 12 Feet Depth - 2 Each *NOTE* There is no bid item in Schedule B for 72" structures. It was discussed and agreed between City of Kent and Gary Merlino that the use of the bid item price from Schedule A for 72" structures is acceptable. II. Reason and Background for Change During design CB #7 and CB #9 were determined to be 60" structures based on WSDOT detail B-10.20-03. The detail was mistakenly interpreted to allow up to a 48" pipe in a 60" diameter structure. Upon further review, after Award, the Contractor sent in RFI #003B to explain the 42" concrete pipe is too big for a 60" structure and CB #7 and CB #9 need to be 72" diameter. After further review, the WSDOT detail B-10.20-03 states the knock out maximum size for a 60" structure is 48" and the maximum concrete pipe allowed is 36". It was confirmed CB #7 and CB #9 need to be sized correctly for the existing pipe diameter. III. Method of Payment NEW PAY ITEMS ❑Notapplicable Schh' Item Description Total Est. Unit Unit Price Total Estimated Cost of Item B 72' Diameter Sadale Manhole, Up To 12 2 EA $22,500.00 $ 45 000.00 Feet Depth $ - New Pay Items Total: $ 45,000.00 DELETE EXISTING PAY ITEM(S) per 1-09.5 ❑Notapplicable Sch Bid Item No. Item Description Qty Unit Unit Price Cost of Item No. iameter a e 2 EA -$21,500.00 B 4084B Manhole, Up To 12 Feet $ (43,000.00) Page 1 Delete Existing Pay Items Total: $ (43,000.00) INCREASE/DECREASE TO EXISTING PAY ITEM(S) ❑� Notapplicable Sch No. Bid Item No. Item Description Qty Unit I Unit Price Cost of Item $ - Increase / Decrease to Existing Pay Items Total: $ - *TOTAL ESTIMATED COST OF CHANGE ORDER: $2,000.00 *Total of the Cost of Item Columns IV. WORKING DAYS Original Contract: 145 Due This Change Order: 0 Previous Total: 145 Explanation/Justification for Additional Working Days: No additional working days will result due to this change. *TOTAL WORKING DAYS: 145 *This Change Order+ Previous Total � r r' ( 10/23/2024 Capital Projects Manager: -- Date: Daniel Clark, AKANA Construction Engineering Date: Supervisor: ] n Barry Construction Manager: -_ Date: 7 E ircitcCon�T Page 2 KElii T AKANA W A S H I N O T O N REQUEST FOR INFORMATION Date Submitted: 10/16/2024 t Reply Due Date: N/A RFI#: 003B I Contract Name: Meeker St. Multimodal,Kent Elementary School&64th Ave.Intersection PW#: 21-3oos20.3003 Contractor: Gary Merlino Construction Company, Inc. Fed Aid#: TAPUL-,O6B(0P-106B(006) RESPONSE REQUESTED BY CONTRACTOR: Signature(on harts copy transmitted to RE): (name &title) Josh Hueter, PE Type of Request: (select one) ❑ 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ❑ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ® 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the quesfion or 4W of infonnadan mquimcf,to allow the contracffng agency to tdenMy what documents orinformadon is needed Further review with the CB Supplier has determined that CB#7 and CB#9 are too small to accommodate the required saddle for the existing 42" RCP. These two structures will need to be upsized to 72" ID to allow for construction. Please see the attached stack drawings for reference Please confirm this is acceptable. Backup Information Reference Reference Reference Bid Attachments Drawing(s) Specification Items , Sheet 14 7-04 4084B RESPONSE Up-sizing from 60"to 72"is acceptable. Schedule B work does not include a bid item for 72"structures. We will process a change order to delete the two 60"structures(B.I.408413)and add two-7211 structures. Schedule A does include 72"structures and, as negotiated at our weekly meeting on 10/17/24, GMCC and the City of Kent agreed the pricing in Schedule A can be used as the price for the Schedule B added structures.A change order will be processed at this price. GMCC is authorized per this RFI response to proceed with procurement/production of the 72" structures to keep the project moving forward without any further delay. i Attachments(as applicable) RESPONSE APPROVED BY: Signature:(on hard copy to be filed) (name &title) Daniel Clark, Akana Date 110/21/2024 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST ANDIOR TIME. Notification must be given in accordance with the construction Contract if any clarification,variation,or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Gary Merlino Construction Co. REQUEST FOR INFORMATION 9125 10th Avenue South No. 003E Seattle,WA 98108 TITLE: CB#7 DATE: 10/16/2024 PROJECT: Meeker Street Multimodal JOB NO:2024-007 City of Kent Project#21-3009/20-3003 TO: Daniel Clark Daniel.ClarkC@Akana.us (253)777-5905 Question: Further review with the CB supplier has determined that CB#7 and CB#9 are too small to accomidate the required saddle for the existing 42" RCP.These two structures will need to be upsized to 72" ID to allow for construction. Please see the attached stack drawings for reference. Please confirm this is acceptable. Requested By: Gary Merlino Construction Co. By: Josh Hueter Date: 10/16/2024 C +-' N n O^ -11% N N to O1 ti 01 t0 N O a •5 N1 M fl Ln N U� v Ln o N p�N Ln N fn N Go w a7 00 M M M a0 a0 Oo Ln y w N O, u ❑ ca w C10 ;; � u U a rn rn L W o o a� U aj_=._ F- ON�U oaf T � aptu ULL O iO a � o �n LLI Ln y LL O Z a� a� Lu w S x si D ea Z O In Ln G CL N "" �' `� 171 t � o zozpL z v LLJ q 0 LD7 z Ln r- -- --- - -r - ----- - ------- - -- --- - q,J I I i � 00 = = 0a Z 12 N �O Q O I X X X J ~ I N N N N O I i n n n n D_ I m V- y I I � I Y m N 8 I i Q Q I I I U I H N p ,M-i I O I I I I y I Lq I U N I I O N I a - - - - - - -L - - - _ -_----- ----- -- 1 L ,� :D III CS o Lq 0 0 Y a 7D O U E z y m m Z a i mm o p 0 a U v Q O o wwwwwwwwraw o t 4g4 < ao D aU ai < 4 < 4g4 � Q Q Q Q Q O Q QQ T J J t; 00 O o Ln Ln Ln Ln ril O a' a UUUUUUU. UU 2 z moLU aoaaaaa. aa J Y 00 )- M Lu w a, as wwwwwwwwww E+ EEEEEE E+ E+ E V' C7O HT d N N � 0 � DO00000 t O N l0 0 o N N N i > a. a. W El E+ P+ a: E W M M QQ P' Or.0 KC W W W E E N O W OOOOx0E rf„Z EH fa E : N a, W UMUUu� wH W Z # I t .. . I c�m� n w m C) o O = >`O O La- .--i N d CD CO C co r, D1 N N 00 d D� Ln •--t n M M N H r U � Ln rn !R Ln 0 •--I •--� •--� •--� •--� N •--I �J p 00N 00 ON%D Lkn0 N N ��00 M M 000001 rq ON W N d 00 ce u C Q U C� 2� W B C f0 ino O � d L L N W 0) ON O� T i-Ci2= Q a V) J L 20 ,0 .r LL M // (/� 'H d O �V�pp7 W N lL 41 U y w W y O Diu Z aSaao' m z00 Ln C ZU � oo 0 Ln v IL U-) LU ID 4 N N 0 J �� ZO0 � � Ln Lv oo < r - - - - - - -T -- -- -- - -- - og �W' aguz t M N >i J S I Lp S S J O a In I f U X O0 S W IO I a - S N iD a Q 0 I X W X X J H L I ! I - N N " N O N n N N Ln rl 8-1 1 I r ! I I E I 1 I I ~M I I @ I S I I v S _ t I I 00 ti I I 0 S I I w Ln I I U N N N I I i O O I I d 4, O EO In a*+ O N O M S O � E z tb tn � mm 1--1 Y Z 0 CD C O M N C3 co p O Q U v Q 0 o a wwwwwwwwww < 94l9`44O D c 2: C� O o W W W W ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑❑ ❑ i N c O O O O M z S S S S E O o LLnn � LLrl °�° rll O p °' O uUUUUUuUUU w Z N aaaaaaaaaa J (/1 W W M W J W W w � � 0) tl O a WWWWWWWWWW W � E E+ E+ El P E E H EE Q ^ d 2 2 2 r-Cr•Cr.Cr•Cr•Cr� FC4r•CrC � V- C70H S D ❑ ❑ ❑ ❑❑ ❑ ❑ ❑❑ ❑ C N O N N •• •� O •H •� ai a W E 2 E W a E 44 N i M M M M D O 4 O Q', FC W W Vl £ E O LU OOOOx OErC2 E-H m E y7 N O W L4 U M U U U) Csa H W Z � d v L\ �--I N(''7 d'u'I l0[�mOIO o o in = � -) V V) d 3 O c N •� -07u -O t O m 3 o E 'y 1 N u a o p u o wo_ p F ¢' w y E w , o at+ o v U �� ~ m 'u 0 - pp ' m y N Z Q a O in p 0 m ca 3 _ G r o J o o q CV v{ N < a E o t o o E m L E 3 c •� E ai ''Cidg t U Q = o s o `o E a r- m` V Z a y c u E Q C a, ° u E o 3 v a N co ur a g- of O E W d CV + d 0 t aj a a7 E c L i u —. O df O% c c O a N 7 0 O O,N n 0 L L E C N t C 'N E =' '� t ' y U p y 2 O cn CD W w n a O ar 3 ° 3 E N N a o v E ,a:r- o .s m a E u m :c o 'u > c O 4 U- s E s CO 3 y i.z n A b § " § § § § § cc L — C } � N •U ,, - b b - ., N N N O m m O U J Z .. .. .. O- _^c L) C O� E N w C W W O y O d a O C i � m zr $ Ie sr m O w -0 w u 'p .a t N OED O o L L L ° Z Z F- F•- F•- Y as as �m4 o_ V`_ � < � � y Y m m ,4 fV wi v tt1 .�1 § a $ _ U u w m n m a, C N N a �2 u- z ai G d o t T xvw.azco c=_ 0 5 $ = 3 c � u > ro � N�Ua) 2� y N 2 CO Q 000 � 00000ax =3� oN o N C a7 � w � Q r N a7 O_Lca N ej idF1� O'Q~ O N CDO HoWg 6 'ro- 3 a# c }Ig1,! F yqY m a.(h O-ca XTA C 7 f0 Ua xYN.9i p � C O - O Q ww.l •3� � '� O c Y m mt d o ova-o IO E co a> a) U E v a) U G. L��5 U Y E a) N Cmn N y�L.. 0 a� WxwGLM"W.4 x .P51