Loading...
HomeMy WebLinkAboutCAG2024-292 - Change Order - #7 - SCI Infrastructure - S 218th St - 98th Ave S (94th Pl S - S 216th St) Stage #1 - 2/13/25 Agreement Routing Form • For Approvals,Signatures and Records Management ENT This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. W A S H I N G T O N (Print on pink or cherry colored paper) Originator: Department: C. Frame PW Engineering Date Sent: Date Required: > 2/18/2025 N/A 0 L IL Authorized to Sign: Date of Council Approval: a 0 Director or Designee ❑Mayor 6/11/2024 Budget Account Number: Grant? 0 Yes ❑No R90110.64110.120 Budget? 0 Yes ❑ No Type: Federal Vendor Name: Category: SCI Infrastructure Contract Vendor Number: Sub-Category: C 33999 Change Order#7 0 Project Name: S 218th St - 98th Ave S (94th PI S-S 216th St) Stage #1 E C Project Details:Installation of the new 12" watermain was impacted due to existing, unknown *, site conditions requiring additional work. Work tracked on FA 37, 39 and 40. C d E Agreement Amount: $6,392.70 Basis for Selection of Contractor: Bid d 3 Start Date: N/A Termination Date: 213 Working Days a Local Business? ❑Yes ❑No* *Ifineets requirements per KCC3.70.700,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Notice required prior to disclosure? Contract Number: ❑Yes 0 No CAG2024-292 Date Received by City Attorney: Comments: C1 C a:. 3 3 � a, N •� L 4M Date Routed to the Mayor's Office: v1 Date Routed to the City Clerk's Office: 2/18/25 Visit Documents.KentWA.gov to obtain copies of all agreements KEN? B 112025 WASHINGTON CHANGE ORDER NO. 7 By NAME OF CONTRACTOR: SCI Infrastructure LLC. ("Contractor") CONTRACT NAME & PROJECT NUMBER: S 218th St-98th Ave S 94th PI S-S 216th St ORIGINAL CONTRACT DATE: June 11, 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: Installation of the new 12" watermain was impacted due to existing, unknown site conditions requiring additional work. Work tracked on FA sheets 37, 39, and 40. 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, $6,059,881.82 (including applicable alternates and WSST) Net Change by Previous Change Orders $553,053.77 (incl. applicable WSST) Current Contract Amount $6,612,935.59 (incl. Previous Change Orders) Current Change Order $5,801.00 Applicable WSST Tax on this Change $591.70 Order Revised Contract Sum $6,619,328.29 Original Time for Completion 200 working days (insert date) Revised Time for Completion under 213 working days prior Change Orders (insert date) CHANGE ORDER - 1 OF 3 Days Required (f) under Minor Change 00 working days Orders Days Required (f) for this Change Order 00 working days Revised Time for Completion 213 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: ` 11,,ilally signed by Chad Bieren By: By, Chad Bieren Date 2025.02.1316:42:57-08'00' i- (sigh tore) (signature) Prin ame: Ce-o44" Print Name: Chad Bieren P.E. It N-7 PAr,r M4 Its Public Works Director (title) (title) DATE: U 2 'I l-2c:;- DATE: EC KP CHANGE ORDER - 2 OF 3 ATTEST: APPROVED AS TO FORM: (applicable If Mayor's signature required) Kent City Clerk Kent Law Department C[In this field,you may enter the electronic Illepath where the conbad has been saved) CHANGE ORDER - 3 OF 3 File No. 200.2 NT CHANGE ORDER WORKSHEET NO. 07 Construction Engineering Division - Public Works Project: S 218th St/ 98th Ave S from 94th PI S to S Project No: 17-3010 Project Engineer: Abdulnaser Almaroof Fed-Aid No: 9917(045) Capital Projects Sean Flint KBA Inc. Contractor: SCI Infrastructure LLC Date: 1/15/2025 I. Proposed Change Installation of the new 12" water main was impacted due to existing, unknown site conditions requiring additional work. Work tracked on force account sheets 37, 39, and 40. II. Reason and Background for Change At the west end of the new 12" water main, cement treated base (CTB) was encountered, slowing production. While installing the water main, an existing CMP was found to be leaking into the trench excavation. Contractor purchased new gasket and repaired leak. While installing the water main at 95th, the existing Soos Creek Water Main was found to be in conflict with planned water main elevations, requiring re- work to install the new main. III. Method of Payment NEW PAY ITEMS ❑Not applicable SNoh. Item Description Total Est. Unit Unit Price Oty Total Estimated Cost of Item II Delays with 12 in Water Main installation 1 FA $5,801.00 $ 5,801.00 $0.00 $ - $0.00 $ $0.00 $ 50.00 $ New Pay Items Total: $ 5,801.00 DELETE EXISTING PAY ITEM(S) per 1-09.5 ,f, Sch Bid Item No. Item Description Qty Unit Unit Price Cost of Item No. i Delete Existing Pay Items Total: $ - INCREASE DECREASE TO EXISTING PAY ITEM S Sch Bid Item No. Item Description p Qty Unit Unit Price Cost of Item 0 $0.00 $ L — $ Increase / Decrease to Existing Pay Items Total: $ - *TOTAL ESTIMATED COST OF CHANGE ORDER: $5,801.00 *Total of the Cost of Item Columns Page 1 IV. WORKING DAYS Original Contract: 200 1 Due This Change Order:1 0 1 Previous Total:T 213 Explanation/Justification for Additional Working Days: *TOTAL WORKING DAYS: 213 *This Change Order+ Previous Total 7 Capital Projects Manager: � Date: 2/7/2025 Se n Flint (KBA, Inc) Construction Engineering LDate: Z Z� ]as Barry Construction Manager: Date: -t 7 Eric Connor Page 2 Conflicts with installation of 12" Water Main. The following Force Account Sheets are paid with this Change Order: FA 37 12/16/2024, $897.98: Cement Treated Base encountered while excavating for water main. FA 39 12/16/2024, $124.87: Existing CMP storm drain crossing water main trench was leaking at joint, SCI purchased and installed new gasket. FA 40 12/19/2024, $4778.15: Crew installing 12" water main came into conflict with Soos Creek water main at 95th. Total Cost = ;43-7:35$5801.00 $ 897.98 $ 124.87 4778.15 $5801.00 • DAILY REPORT OF FORCE ACCOUNT WORKED CONTRACTOR SCI Infrastructure LLC DATE 12/16/2024 SUBCONTRACTOR PAY EST# 4 Project No.:17-3010 ITEM# 1355 Federal Aid No.:HIPUL-CRRSAASTBGUL-HLP-9917(045) CTB found in new 12"water main trench dig line.This lightweight concrete FA# 37 DESCRIPTION OF WORK was poured over existing water main and needed removal to allow crew to PERFORMED:continue installing the new 12"water main.This was at approximate Contractor stationing 57+20. FA# LABOR WORKER'S NAME WORKER'S OCCUPATION REG HRS REG RATE OT HRS OT RATE AMOUNT Dallas McClellan Equipment Operator Grp 2 1 50 $ 97.95 $ 12760 $146 93 Shane Elmendorf Pipe Laver/Tailor 150 $ 86.23 $ 11588 $129 35 Kenneth Brown-TT Truck Driver-Dump Trk&Trailer 1.50 $ 91.11 $ 11730 $136 67 Elijah Jackson General Laborer-Appr60%/Step1 150 $ 49.62 $ 6345 $7443 $ $ - $0 00 LABOR SUBTOTAL $487 38 29%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $141 34 Per WSDOT Spec 1-09.6,add an additional 2%for Contractor Sick Leave $9 75 TOTAL LABOR S538.47 EOUtPMENT EQUIPMENT TYPE EQUIPMENT SIZE REG HRS REG RATE STDBY HRS STDBY RATE11 AMOUNT .200-157 CAT Excavator 320E 15 $ 13092 $ 4040 $196 38 :305-068 Tractor&Side Dump Composite N/A 0 $ 6995 150 $ 1206 $18 09 $ - $ $0 00 EQUIPMENT SUBTOTAL $21447 21%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $45 04 TOTAL EQUIPMENT $259.51 MATERIALS andfor SERVICES VENDOR&INVOICE# MATERIAL SUB TOTAL TAX AMOUNT $0 00 $0 00 $0 00 $0.00 $0 00 $0 00 MATERIALS SUBTOTAL INCLUDING TAX $0 00 21%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $0 00 TOTAL MATERIALS $0.00 SUBCONTRACTOR INVOICED WORK VENDOR&INVOICE# WORK DESCRIPTION AMOUNT $0.00 $0 00 SUBCONTRACTOR INV SUBTOTAL $0 00 Tax on Material(If applicable) $0 00 TOTAL 5UBCONTRACTOR INV WORK $0.00 AMOUNT PRIME Subtotal of Labor,Equipment,&Material Work $897.98 SUBCONTRACTOR Subtotal of Labor,Equipment,Material,&Subcontractor Invoiced Work $0 00 Markups on work performed by Subcontractor:up to$50.000=12%,$50,000-$200,000=10%Greater than$200,000=7% 12% Subcontractor Mark-up $0 00 TOTAL COST $897.98 If checked,this work is in dispute.By signing this form,parties are agreeing to the time and effort needed to accomplish the task.Entitlement to be determined at a later date. Owner's Representa0ve GvllfrdC[Qr'S Represe-lalivc Form Date 9/2024 _T Daily Cost Record 2821 SOUTH 154M ST - SEATTLE.M98t86 • (2b6)242.0633 • FAX (2061242.0792 32094 Project .lob 9 date +} 1 L-.- 2-� Weather r Description(must be complete) _ �— { -- - t y[ 4 r. •ter -- DETAIL COST RECORD CODE -HOURS RATE EXTENSIONS T O.T r61 TOT—AL _ l v Sub-Total j Labor Taxes&Fringe Beneni s Travel Time Labor Markup { ; Total Labor Costs -- ---- - - i � 0 Sub-Total La _Equipment Markup _ Total Equipment Costs 4 - w ^_Sub-Total y _I - Sales Tax(it applicable) - - - -- -y Malerial AiarkuA --_f - j I Total M81eftl Costs 1 t-- - — - - — - - — - - - - - - - i a Fatat gther Costs i - - - _5ub-_7otal -- Bond Insurance Taxes r -Miscellaneous Costs - - - -- - - - - Contractor's Representative Sub-Total - _ 6verhaad - - - Subeor mto s Representative - - — -•-__. -- - - - Owner's Representative Sub-Total T ----- - - - - - — - • i - + _Sales Tax ' Shm �p[ TOTAL DAILY REPORT OF CONTRACTOR'S WORK of AWWft Project: S 218TH ST/98TH AVE S from 94th PL S to S 216TH ST Project No.: 17-3010 Prime Contractor: SCI Infrastructure Date of Work: 12/16/2024 Subcontractor: Fed Aid No: HLP-9917(045) Description of Work CTB found in new 12"water main trench dig line. This lightweight concrete was poured over existing &Reference water main and needed removal to allow crew to continue installing the new 12"water main.This Documents(RFI, was at approximate stationing 57+20. Field Memo, Bid Item, etc.) RECORDTIME WORKERS AND/OR OCCUPATION OF WORKERS OR HOURS WORKED EQUIPMENT FIRS EQUIPMENT NUMBER EQUIPMENT SIZE REG. T OT REG. STDBY Dallas McClellan Operator 1.5 Shane Elmendorf Pipe Layer 1.5 Ken Brown Teamsters 1.5 Elijah Jackson Apprentice Laborer 1.5 #200-157 320 Excavator 1.5 #300-068 Side Dump 1.5 MATERIALS/SERVICE QUANTITY/MATERIALS/SERVICE DESCRIPTION Comments Joe Reed Patrick Liles 12/18/2024 Inspector(printed name) Contractors Representative(printed name) 12/18/2024 See Attached Picture 12/18/2024 Inspector Signature Date Contractor's Representative Signature Date By signing this form, parties are agreeing to the time, materials, and equipment needed to accomplish this task. Entitlement to be determined at a later date. 1 of 1 P-17(Rev.2023 March) r - _ DAILY REPORT OF FORCE ACCOUNT WORKED ~— CONTRACTOR SCI Infrastructure LLC DATE 12/16/2024 SUBCONTRACTOR PAY EST# 4 Project No.: 17-3010 ITEM# 1355 Federal Aid No.: HIPUL-CRRSAASTBGUL-HLP-9917(045) SCI attempted to repair leaking existing storm pipe discovered during their FA# 39 DESCRIPTION OF WORK,Water main installation at approximate stationing 58+30.A dimple band and PERFORMED:,gasket were installed on the 12"CMP storm pipe. contractor FA k -LABOR WORKER'S NAME WORKER'S OCCUPATION REG HRS REG RATE OT HRS I OT RATE AMOUNT $ $ $0 00 $ $ $0 00 $ $ $0 00 $ $ $0 00 $ $ $0 00 LABOR SUBTOTAL $0 00 29%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $0 00 Per WSDOT Spec 1.W 6,add an additional 2%for Contractor Sick Leave $0 00 TOTAL LABOR $0.00 EOUIPMENT EQUIPMENT TYPE EQUIPMENT SIZE REG HRS REG RATE STDBY HRS STDBY RATE AMOUNT $ $ $0 00 $ $ $0 00 $ $ $0.00 EQUIPMENT SUBTOTAL $0 00 21%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $0 00 TOTAL EQUIPMENT f0A0 MATERIALS andror SERVICES VENDOR&INVOICE# MATERIAL SUB TOTAL TAX AMOUNT iHD Fowler/#16899219 1-12"Aluminum Dimple Band $103 20 $0 00 $103 20 1-Culvert Gasket $0.00 $0 00 $0 00 $0 00 MATERIALS SUBTOTAL INCLUDING TAX $103 20 21%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $21 67 TOTAL MATERIALS $124.87 SUBCONTRACTOR INVOICED WORK VENDOR&INVOICE# WORK DESCRIPTION AMOUNT $0 00 $0 00 SUBCONTRACTOR INV SUBTOTAL $0 00 Tax on Material(if applicable) $0 00 TOTAL SUBCONTRACTOR INV WORK S0-00 AMOUNT PRIME Subtotal of Labor,Equipment,&Material Work $124.87 SUBCONTRACTOR Subtotal of Labor,Equipment,Material,&Subcontractor Invoiced Work $0.00 Markups on work performed by Subcontractor:up to$50.000=12%,$50,0004200,000=10%Greater than$200,000=7% 12% Subcontractor Mark-up $0 00 TOTAL COST $124.87 If checked,this work is in dispute.By signing this form,parties are agreeing to the time and effort needed to accomplish the task.Entitlement to be determined at a later date. Owner's Repmsenfat+ve Conrracfor's Represenfarive Form Date 9/2024 DAILY REPORT OF CONTRACTOR'S WORK of '�iwwft Project: S 218TH ST/98TH AVE S from 94th PL S to S 216TH ST Project No.: 17-3010 Prime Contractor: SCI Infrastructure Date of Work: 12/16/2024 _ Subcontractor: I Fed Aid No: HLP-9917(045) Description of Work SCI attempted to repair leaking existing storm pipe discovered during their water main installation at &Reference approximate stationing 58+30.A dimple band and gasket were installed on the 12"CMP storm pipe. Documents(RFI, Field Memo, Bid Item, etc.) RECORDTIME WORKERS AND/OR OCCUPATION OF WORKERS OR HOURS WORKED EQUIPMENT HRS EQUIPMENT NUMBER EQUIPMENT SIZE REG. OT REG, STDBY MATERIALS SERVICE CuANTITY/MATERIALS/SERVICE DESCRIPTION 12"Aluminum Dimple Band QTY. 1 12"Culvert Gasket QTY. 1 Comments: Invoice received with SCI Daily Cost Record. Joe Reed Patrick Liles Inspector(printed name) Contractors Representative(printed name) 12/17/2024 12/17/2024 Inspecror Signatu Date Contractor's Representative Signature Date By signing this form, parties are agreeing to the time, materials, and equipment needed to accomplish this task. Entitlement to be determined at a later date- 1 of 1 P-17(Rev.2023 March) Daily Cost Record SO Infrastructure . LLC -? 282 f SOUTH 1541h ST SEATTLE.WA 98188 [205)242.0633 . FAX t20B)242-0792 32095 Project - -- Sob# Date - i .1- J yyeather _. -tiT� r Description{must he complete)�_ DETAIL COST RECORD CODE HOURS RATE EXTENSION S.T Q T, 13.7 TOTAL_ 1 - --- - - AWL i Sub-Total Labor Taxes&Fringe Benefft - Travel Time — Labor Markup Total Labor Costs � k Q z uu (L ; — 5ub-Total t 1 Equipment Markup Total Equipment Casts l a r -L7 r - - - - -- - Ir LU Sub-Total j -Sales Tax(if applicable) Mat arial Markup Total Material Casts- w ° Total Other Cost — - -- - - — - —- - Sub-Total Bond Insurance Taxes _ Miscellaneous Costs - Contractor's Representative. Sub-Total Ovefhwd - - SubcoMractnr's Representative — - -- -- Uwner's Representative Sub Tosai - --- - Sales Tax -- --- - - - No- Sheet of — - TOTAL - - -- Corporate Office 3633 136th PI SF. Ste 100, Bellevue,WA 98006 Page 1 of 1 H n FOWLER PO Box 160, Bellevue,WA 98009-0160 Phone 425-654-8800'Fax 425-641-8885 COMPANY Pacific Branch 1417 Thornton Ave SW RE IT: PO Box 84368, Seattle,WA 98124 Pacific,WA 98047 Packing n y��^ 9 (253)863-8600 Fax(253)863-8681 Slip I ja °: SCI INFRASTRUCTURE LLC I �S ip o:2821 S 154TH ST 1417 Thornton Ave SW a'�b�� Pacific WA 98047 SEATAC WA 98188 (206) 242-0633 11Vu. . 08400497 12/16/24 Michael Owens e s: p FOB: H. D. FOWLER WILL CALL (STAGED) S 218TH ST oty oty Part# Unit Extended T Lune Ship'd 00'd UoM Description Price Price X 12"ALUMINUM DIMPLE BAND 12"WIDE FOR CMP WITH BOLTS AND NUTS 2 1 EA KFG5 43.47 43.47 12"CULVERT GASKET 12"WIDE FOR CMP Sub total 103.20 Freight Tax PAT Grand Total 103.20 Serving the Pacific Northwest since 1911 www.hdfowler.corna DAILY REPORT OF FORCE ACCOUNT WORKED CONTRACTOR SCI Infrastructure LLC DATE 12/19/2024 SUBCONTRACTOR PAY EST# 4 Project No.: 17-3010 ITEM# 1355 Federal Aid No.: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Conflict with Soos Creek water main at Approx.Sta.59+90.IE of installed FA# 040 DESCRIPTION OF WORK new 12"DI water main would not clear under Soos Creek a"water main.crew PERFORMED: excavated to uncover new 12"DI water main and lowered the IE enough to Contractor clear under Soos Creek's water main. FA# LABOR WORKER'S NAME WORKER'S OCCUPATION REG HRS REG RATE OT HRS OT RATE AMOUNT Shane Elmendorf Pipe Layer/Tailor 300 $ 8623 $ 11588 $258.69 Lucas Liles Equipment Operator Grp 2 300 $ 9795 $ 12760 $293 85 Donald Ymer Equipment Operator Grp 2 300 $ 9795 $ 12760 $293 85 Dallas McClellan Equipment Operator Grp 2 300 $ 97.95 $ 12760 $293 85 Elijah Jackson General Laborer-Appr 60%/Step 1 300 $ 4962 $ 6345 $148 86 Kenneth Brown-TT Truck Driver-Dump Trk&Trailer 300 $ 91 11 $ 11730 $273 33 Jason Davis Truck Driver-Dump Trk&Trailer 300 $ 91.11 $ 11730 $273 33 Pat Liles Operator Foreman 200 $ 10303 $ 13487 $206 06 $ $ - $0 00 LABOR SUBTOTAL $2,041 82 29%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $592 13 Per WSDOT Spec 1-09 6,add an additional 2%for Contractor Sick Leave $40 84 TOTAL LABOR $2,674.79 EQUIPMENT EOUIPMENTTYPE EQUIPMENT SIZE REG HRS REG RATE STDBY HRS STD BY RATE AMOUNT 335-157 GMC/CHEVY On-Highway Light 1500(200-299 hp) 2 $ 2629 $ 1.93 $52 58 200-157 CAT Excavator 320E 3 $ 13092 $ 40.40 $392 76 200-164 Komatsu PC138USLC-11 3 $ 10995 $ 36.68 $329 85 325-115 Misc On-Highway Flatbed Truck 4x2 20KGVW DSL 3 $ 4158 $ 5.89 $124.74 305-069 Tractor&Side Dump Composite N/A 3 $ 11186 $ 12.06 $335.58 300-079 Dump Truck&Pup Composite N/A 3 $ 96.83 $ 1631 $290.49 110-151 CAT Loader Composite 938M 3 $ 70 77 1 $ 20.57 $212.31 EQUIPMENT SUBTOTAL $1,73831 21%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $365.05 TOTAL EQUIPMENT $2,103.36 MATERIALS andlor SERVICES VENDOR&INVOICE# MATERIAL SUB TOTAL TAX AMOUNT $0 00 $0 00 $0 00 $0 00 $0 00 $0 00 MATERIALS SUBTOTAL INCLUDING TAX $0.00 21%OVERHEAD AND PROFIT,BONDING,INSURANCE AND TAX $0.00 TOTAL MATERIALS $0.00 SUBCONTRACTOR INVOICED WORK VENDOR&INVOICE# WORK DESCRIPTION AMOUNT $0 00 $0.00 SUBCONTRACTOR INV SUBTOTAL $0 00 Tax on Material(if applicable) $0 00 TOTAL SUBCONTRACTOR INV WORK 30,00 AMOUNT PRIME Subtotal of Labor,Equipment,&Material Work $4,778 15 SUBCONTRACTOR Subtotal of Labor,Equipment,Material,&Subcontractor Invoiced Work $0 00 Markups on work performed by Subcontractor:up to$50,000=12%,$50,000-$200,000=10%Greater than$200.000=7% 12% Subcontractor Mark-up $0 00 TOTAL COST $4,778.15 ❑ If checked,this work is in dispute.By signing this form,parties are agreeing to the time and effort needed to accomplish the task. Entitlement to be determined at a later date. Owner's Rep resenrat ve Contractor's Representative Form Date 9/2024 DAILY REPORT OF CONTRACTOR'S WORK 42��r Project: S 218TH ST/98TH AVE S from 94th PL S to S 216TH ST Project No.: 17-3010 Prime Contractor: SCI Infrastructure Date of Work: 12/19/2024 Subcontractor Fed Aid No; HLP-9917(045) Description of Work Conflict with Soos Creek water main at Approx. Sta. 59+90. IE of installed new 12"DI water main &Reference would not clear under Soos Creek 8"water main. Crew excavated to uncover new 12"DI water main Documents(RFI, and lowered the IE enough to clear under Soos Creek's water main. Field Memo, Bid Item, etc.) RECORDTIME WORKERS AND/OR OCCUPATION OF WORKERS OR HOURS WORKED EQUIPMENT HRS EQUIPMENT NUMBER EQUIPMENT SIZE REG OT REG. STDBY Shane Elmendon` Pipe Layer 3 Lucas Liles Operator 3 Donald Ymer Operator 3 Dallas McClellan Operator 3 Eliiah Jackson Laborer 3 Ken Brown Teamsters 3 Jason Davis Teamsters 3 Patrick Liles Foreman 2 #335-157 1/2 Ton Foreman Truck 2 #200-157 320 Excavator 3 #200-164 138 Excavator w/hoe pack 3 #325-115 1 Ton Tool Truck 3 #305-069 Side Dump 3 #300-079 Truck and Trailer 3 #110-151 930 Loader 3 MATERIALS/SERVICE QUANTITY I MATERIALS/SERVICE DESCRIPTION Comments: Joe Reed Patrick Liles Inspector(printed name) Contractor's Representative(printed name) 12/23/2024 See Attached Pic 12/23/2024 Inspector Signature Date Contractor's Representative Signature Date By signing this form, parties are agreeing to the time, materials, and equipment needed to accomplish this task. Entitlement to be determined at a later date 1 of 1 P-17(Rev.2023 March) Daily Cost Record 2821 SOUTH 154th ST SEATTLE.WA 83180 • i206)242-003 • FAX:(206)242-0792 32097 Project I, � "• S -r .lob 9 ��G .Date % -- t q � weather .��-L- C-Q Descript;an(must becornptete) -5 ak-0 Sj+gQ Cc q%.ate i\ i .i ' ' L a^-r iz' C ter, - . .1 DETAIL COST RECORD CODE HOURS RATE F_XTENS14N S.T. t7 T p_T, TOTAL _ ._ h�'t i= i� ^+'�,i" 's✓�l�L�' st,]i�L'iC ti —_ -- �-- --f � — Of C- Sub-Total Labor Taxes.&.Fringe Serie is —� Tavel Time _ 1 I Labor Markup _ _ -- Total Labor Costs - — { — i _i a w _ 5_X.� ` - � -- �t �- 5 1 Sub-Total LOL EquipnWd Markup Total Equipment Costs --- -- --- 1 i 1 s Sub•Total Safes Tax(if applicable) I Material Markup -- -- - - -- - - --I --- - 1 �---- -Total Material Costs O Tatal,Otk+er Costs' - - --- •- -- - - - — Sand Insurance Taxes _ _ Miscellaneous Costs Contractors Representabve Sub-Tat_al- SubrAnt* Representative _ Owner's s n1ow Sub-Total Safes Tax l _ atTOTAL- _— ROUTING FOR SIGNATURES (Please review, sign, and pass on to the next person on list ASAP) 224th Corr PH 3-LID 363: S 218th St-98th Ave S (94th PI S-S 216th St) Jason Barry Preliminary Approval: Email for Review. AbdulnaserAlmaroof/Mark Madfai Carla Maloney Jason Barry Final Approval: Email_ L&Ma Angie Fealy II aj' Initial an date Eric Connor EC 2/1 Initial and date Kelly Peterson KP 2/13/25 Initial and date ❑ Chad Bieren o9�201.02M164 Xe Chad Bieren aL��.-dbyC<5: —n Initial and date Email Signed PE to: Angie Fealy Stephanie Anderson Corey Frame NOTES: 2/12 - Route CO *8 for signatures -CF HMO KE14 CCD , , �n7� WASHINOTON CHANGE ORDER NO. 8 ay l NAME OF CONTRACTOR: SCI Infrastructure LDC. ("Contractor") CONTRACT NAME & PROJECT NUMBER: S 218th St-98th Ave S (94th PI S-S 216th St ORIGINAL CONTRACT DATE: June 11, 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: Replace existing valves, one 16" and one 12" at the outlet of Garrison Creek Reservation using parts outlined in RFP 01. 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, $6,059,881.82 (including applicable alternates and WSST) Net Change by Previous Change Orders $559,446.47 (incl. applicable WSST) Current Contract Amount $6,619,328.29 (incl. Previous Change Orders) Current Change Order $50,000.00 Applicable WSST Tax on this Change $5,100.00 Order Revised Contract Sum $6,674,428.29 Original Time for Completion 200 working days (insert date) Revised Time for Completion under 213 working days prior Change Orders (insert date) Days Required (f) under Minor Change 00 working days Orders CHANGE ORDER - 1 OF 3 Days Required (f) for this Change Order 02 working daysP�-U�Z Revised Time for Completion 215 working days R-f (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: By: By: (s nature) Y (signature) P n ame +-� Print Name: Dana Ralnh I Q `I r°rC Its Mayor (title) (title) DATE; 0 DATE: EC KP CHANGE ORDER - 2 OF 3 ATTEST: APPROVED AS TO FORM: (applicable If Mayor's signature required) Kent City Clerk Kent Law Department C[In this field,you may enter the electronic f lepath where the contract has been saved] CHANGE ORDER - 3 OF 3 File No. 200.2 CHANGE ORDER WORKSHEET NO. 0 8 KENT Construction Engineering Division - Public Works K .a.o. Project: S 218th St/ 98th Ave S from 94th PI S to S Project No: 17-3010 Project Engineer: Abdulnaser Almaroof Fed-Aid No: 9917(045) Capital Projects Sean FIinJ KBA, Inc. Contractor: S_ CI Infrastructure, LLC Date: 2/3/2025 I. Proposed Change Replace existing valves, one 16" and one 12" at the outlet of Garrison Creek Reservoir using parts outlined in RFP 01. II. Reason and Background for Change The valves on the outlet of Garrison Creek Reservoir no longer function. The planned draining of the Garrison Creek Reservoir for the water main improvements part of the 224th Ph 3 (S 218th St) contract allows for these valves to be replaced in a safe manner with no disruption to Kent Water customers. III. Method of Payment NEW PAY ITEMS ❑Notapplicable Sch. Item Description Total Est. Unit Unit Price No t Total Estimated Cost of Item II Replace valves at outlet of Garrison Creek 1 FA $50,000.00 $ 50,000.00 Reservoir $0.00 $ - $0.00 $ $0.00 $ $0.00 $ New Pay Items Total: $ 50,000.00 DELETE EXISTING PAY ITEM(S) per 1-09.5 , , Sch Bid Item No. Item Description Qty Unit Unit Price Cost of Item $ - $ ^ _ Delete Existing Pay Items Total: $ - INCREASE DECREASE TO EXISTING PAY ITEM(S) Sch Bid Item No. Item Descri tion p Qty Unit Unit Price Cost of Item No. I0 $0.00 $ - Increase / Decrease to Existing Pay Items Total: $ - *TOTAL ESTIMATED COST OF CHANGE ORDER: $50,000.00 *Total of the Cost of Item Columns Page 1 IV. WORKING DAYS Original Contract:) 200 Due This Change Order: 2 Previous Total: 213 Explanation/Justification for Additional Working Days: We anticipate 2 working days will be required to replace these valves. *TOTAL WORKING DAYS: 215 *This Change Order+ Previous Total Capital Projects Manager: Date: 2/4/2025 5e n Flint (KB Construction Engineering Date: Z A S J s n Barry Construction Manager: Date: ��- Eric Connor Page 2 From: Peterson.Kelly To: Connor.Eric Cc: Barry,Jason;Bleren,Chad Subject: FW:S 218th St Valve replacement estimate Date: Tuesday,February 4,2025 12:46:50 PM Attachments: lmage005.Dna 0maae006.Dna CO 08 Worksheet Reservoir YalveRenlacement.xlsx n I I 20241212 095W photo 111.ipg Eric- Thank you for the talking this one over with Chad and I this morning. Please proceed with the as noted below. I did make Brian Levenhagen aware of the situation. Please continue to keep Parks in the loop. Thank you, Kelly Kelly Peterson, AICP, Deputy Director-Engineering Public Works Department 220 Fourth Avenue South, Kent, WA 98032 Phone 253-856-5547 - Cell 253-740-8066 Kpeterson(aa KentWA.gov CITY OF KENT,WASHINGTON KentWA.gov Facebook Twitter YouTube PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E-MAIL From:Connor, Eric<EConnor@kentwa.gov> Sent:Tuesday, February 4, 2025 11:41 AM To: Peterson, Kelly<KPeterson@kentwa.gov> Cc: Barry,Jason<J Barry@ kentwa.gov> Subject: FW:S 218th St Valve replacement estimate Kelly, In coordination with draining Garrison Reservoir in order to complete our project's water main replacement on 218th, the Water Department would like to replace the two valves in the reservoir's outlet structure (photo attached). Being difficult work, the contractor is willing to perform the work, but would like to avoid cost risk and perform the work on a time and materials basis. With material pricing provided by the contractor, our Resident Engineer estimates a cost of $49,996 to complete the work (estimate attached). Are you okay with us preparing a change order in the amount of $50,000 for this work? All crew time and materials will be tracked and paid via Force Account. Please let me know if you have questions or need any additional information. 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<JBarryPkentwa.gov> Sent:Tuesday, February 4, 2025 7:26 AM To:Connor, Eric<EConnor(Mkentwa.gov> Subject: FW:S 218th St Valve replacement estimate Does this work? From:Sean Flint<sflint(@kbacm.com> Sent: Monday, February 3, 2025 6:13 PM To: Barry,Jason<JBarryPkentwa.eov> Cc:Cameron Bloomer<cbloomer(&-kbacm.com> Subject: Re:S 218th St Valve replacement estimate This message originated outside the City of Kent. Use caution when fallowing links or opening attachments as they can be malicious. please contact IT Security at ISP*KentWA.gov with any questions. Good Evening Jason, Attached is a draft of the Change Order for the valve replacement at Garrison Creek Reservoir (is that the official name?). I put the total at$50k;on the attached estimate I increased the labor and equipment 33%and the material contingency to$1,000 and it came out to almost exactly that amount. Please let me know if you have any changes you'd like me to make,thank you. Sean Flint (425)365-3469 KBA, Inc. Construction Management Specialists "Professionalism and Integrity Direct Our Actions" From: Barry,Jason<JBarUCcDkentwa.gov> Sent: Monday, February 3, 2025 3:27 PM To:Sean Flint<sflint kbacm.com> Subject: RE:S 218th St Valve replacement estimate How do you feel about doing a CO like we did on the PSE risers? Would you want to add a continency value to your guesstimate? From:Sean Flint<sflint ankbacm.com> Sent: Monday, February 3, 2025 2:42 PM To:Connor, Eric<EConnorCcDkentwa.gov>; Barry,Jason<JBarryCZDkentwa.gov> Cc:Johnson, Paul<PMJohnsonrLDkentwa.gov> Subject: Re:S 218th St Valve replacement estimate This message originated outside the City of Kent. Use caution when following links or opening attachments as they can be malicious. Please contact IT Security at ISPQKgUtWA.go with any questions. Hi Eric, Here's the best photo we have.We didn't actually go down into the shaft. Sean Flint (425)365-3469 KBA, Inc. Construction Management Specialists "Professionalism and Integrity Direct Our Actions" From:Connor, Eric<EConnorPkentwa.gov> Sent: Monday, February 3, 2025 2:35 PM To:jbarry<j arry(@kentwa.gov>;Sean Flint<sflintPkbacm.com> Cc:Johnson, Paul<PMJohnson(@kentwa > Subject: RE:S 218th St Valve replacement estimate Is there a photo or 2 that will help illustrate what we are doing? 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: Monday, February 3, 2025 11:12 AM To:Connor, Eric<EConnor(ai)kentwa.gov> Cc:Johnson, Paul<PMJohnson(@kentwa.gov>; sflint(@kbacm.com Subject: RE:S 218th St Valve replacement estimate Good morning Eric, Have you had an opportunity to look this over yet? Let me know what you think. Thanks, Jason 3ason 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 KENT l" N arrL@J' ntWA.aov www.KentWA.gov PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E- MAIL From: Barry,Jason Sent:Wednesday,January 22, 2025 1:09 PM To:Connor, Eric<EConnor(@kentwa.gov> Cc:Johnson, Paul<PMJohnsonPkentwa.Eov>;sflint(mkbacm.com Subject: FW:S 218th St Valve replacement estimate Hi Eric, Attached is the rough order of magnitude on costs to replace the valves in the vault outside of the Garrison Creek reservoir. SCI is requesting this be allowed to be done on FA, but N$43k is best guess of costs including materials. For review and approval/comment. Thanks, Jason 3ason Barry, Capital Projects Supervisor Construction Management I Public Works Department 220 Fourth Avenue South, Kent, WA 98032 M Phone1253-856-5546 I Cell 253-797-8462 - KENT www.KentWA.gov PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E- MAIL From:Sean Flint<sflint(Mkbacm.com> Sent:Thursday,January 16, 2025 2:57 PM To: Barry,Jason<JBarDy(@kentwa.gov> Subject:S 218th St Valve replacement estimate This message originated outside the City of!Cent. Use caution when following links or opening attachments as they can be malicious. Please contact IT Security at ISP@KentWA.yov with any questions. Good Afternoon Jason, Attached is my estimate for replacing the valve cluster at the outlet at Garrison Creek reservoir.Talking with Steve with SCI they are thinking this will conservatively take 3 days to complete. I put some more time for the operator and added the project foreman (Pat)to my estimate over what Steve budgeted.The wage and equipment rates I have on my estimate are from the current SCI submittal. I added a line under materials for$500 to cover any angle iron/plate etc to make brackets and for expansion bolts,as there are some braces on the risers that SCI is concerned will have to be replaced. Please let me know if you have any questions,thanks. Sean Flint 425.365.3469 1 sflont(Mkbacm.com V' Amli) Employee Owner DEDICATED NIMBLE • INNOVATIVE • COMMITTED • CAPABLE • TRUSTED • FLEXIBLE • DEPENDABLE KENT WASHINGTON Request for Proposal RFP 01 Project Name: S 2181h St198rh Ave S PW Project Number: 17-3010 Contractor: SCI Infrastructure, LLC Federal Aid Number: 9917(045) Subject: Reservoir Valve Replacement Date: 121312024 Provide a cost proposal for the following: • Remove and replace valves at Garrison Creek Reservoir outlet serving the 16"gravity main and reservoir drain,see attached parts list. Cost proposal also needs to include all materials and supplies required to complete installation including those not identified on list. Installation requires swabbing new fittings and visually verifying no leaks are present at connection points. Removed valves to be placed at accessible location on site for coordination of Kent Water Department pick-up. All permanently installed materials must be domestic meeting BABA/Buy America requirements. Measurement and Payment: This is a Lump Sum item. All labor, health and safety, materials and equipment costs shall be incidental to this cost proposal. Attachment(s): • Parts List Requested By:Sean Flint KBA Inc Date: 12/3/2024 THIS REQUEST FOR PROPOSAL DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE.LABOR,EQUIPMENT,AND/OR MATERIAL OUTLINED SHALL BE PAID BY A CHANGE ORDER. RFP 01 Parts List Qty Required Part Description 1 16" FLANGE GATE VALVE M&H#4607 AWWA C515 RESILIENT SEAT WITH HAND WHEEL 1 PN 226376L 16"OP NUT OL, PAINTED BLACK 1 12" FCA501 FLANGE COUPLING ADAPTER SHOPCOAT STD B&N SBR GASKET 13.55 ROMAC 1 PN 205-17401600 FCA 501-17.40 X COMPLETE SHOP COAT,SBR,STD B&N 2 16" PLATED BOLT& NUT KIT DOMESTIC GRADE 5 USA, (16EA 1"X 4%z" BOLT WITH NUT) 2 16" 1/8"RING GASKET RED RUBBER, 150# 2 12" PLATED BOLT&NUT KIT DOMESTIC, GRADE 5 USA, (12 EA 7/8"X 3 W BOLT WITH NUT) 2 12" 1/8" RING GASKET RED RUBBER, 150# 1 12" DUCTILE IRON FL X FL GATE VALVE AWWA C515 NRS, RESILIENT SEAT WITH 2" OP-NUT _ INDEPENDENT COST ESTIMATE A _y!s 7 Project_ S 218th St/98th Ave S from 94th PI S to S 216th St Date: 1/16/2025 _ _O_wner. City of Kent Pro ect No-, 17-3010 Prime Contractor: SCI Infrastructure,LLC _ Fed Aid No: Subcontractor: 9917(045) ❑escrlption of Work: Remove and Replace valve cluster at Garrison Creek Park reservoir outlet STRAIGHT TIME OVERTIME DOLLAR PRODUCTION RATE OCCUPATION HOURS WWR HOURS WWR AMOUNT Project Foreman Operator Foreman 16 $ 104.68 $ 1,674.88 Replace Valves (Lead Pipela er 32 $ 86.23 $ 2,759.36 Replace Valves IPipelayer 64 $ 72.23 $ 4,622.72 Raise/Lower parts,cut bolts Mechanic 32 $ 104.43 $ 3,341.76 Moving parts Operator 16 $ 97.95 $ 1,567.20 $ - LABOR SUBTOTALS: $ 13,965.92 31%OHP: 4,329.44 TOTAL: 18,295.36 HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT DESCRIPTION WORKING STANDBY RATE RATE AMOUNT 325-115 1 ton flatbed 32 41.58 $ 1,330.56 110-151930 Loader 16 70.77 $ 1,132.32 335-157 Foreman truck 16 26.29 $ 420.64 (Mechanic Truck 321 1 108.79 $ 3,481.28 $ EQUIPMENT SUBTOTALS: $ 6,364.80 21%OHP: 1,336.61.. TOTAL: 7,701.41 REFERENCE DOLLAR DESCRIPTION INVOICE# QUANTITY UNIT PRICE AMOUNT 16"FLANGE GATE VALVE M&H#4607 AWWA C515 1 Ea 11,180.15 $ 11,180.15 PN 226376L 16"OP NUT OL,PAINTED BLACK 1 Ea - $ - 12"FCA501 FLANGE COUPLING ADAPTER SHOPCOAT STD 1 Ea 1,115.79 $ 1,115.79 PN 205-17401600 FCA 501-17.40 X COMPLETE SHOP COAT, 1 Ea 1,570.13 $ 1,570.13 16"PLATED BOLT&NUT KIT DOMESTIC GRADE 5 USA 2 Ea 158.46 316.92 16"1/8"RING GASKET RED RUBBER,150# 2 Ea 11.30 $ 22.60 12"PLATED BOLT&NUT KIT DOMESTIC,GRADE 5 USA,(12 2 Ea 79.08 $ 158.16 12"1/8"RING GASKET RED RUBBER,150# _ 2 CY 6.79 $ 13.58 12"DUCTILE IRON FL X FL GATE VALVE AW WA C515 NRS, 1 Ea 3,556.77 $ 3,556.77 Thrust Blocking 1 FA 900.00 $ 900.00 IMisc parts for standoffs/fasteners for risers 1 FA 1.000.00 S 1,000.00 MATERIAL SUBTOTALS: 5 19,834.10 21%OHP: $ 4,165.16 TOTAL: $i 23,999.26 EST.DATE OF ESTIMATED DESCRIPTION SERVICE QUANTITY UNIT COST DOLLAR AMOUNT SERVICE SUBTOTALS: $ - 21%OHP: S. TOTAL: $ - Resident Engineer(RE) Date ICE SUBTOTAL: $ 49,996.02 ADJUSTMENT(see comment): $ - ICE TOTAL: $ 49,996.02 Comments/Notes: 1 of 1 P-60(Rev.2019 Mar) -` � , �� � `� � t�} y� �� ~■ ref • #i 5 h Y. rni .r. ' 1 1 4� .i i. �+