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. �+