HomeMy WebLinkAbout14-079 - Lake Washington Construction - Fire Marshal Office RemodelCITY OF TUKWILA
Sheet 1 of 1
14- 079(a)
Council Approval N/A
CONTRACT CHANGE ORDER NO. 1
DATE: June 17, 2014
BUDGET NO.: 303.98.595.190.65.00
.N .70_71 (&)
PROJECT NO.: 91330312 CONTRACT NO.:
PROJECT NAME: FIRE MARSHAL OFFICE, 6300 BLDG STE 209
TO: LAKE WASHINGTON CONSTRUCTION LLC
You are hereby directed to make the herein described changes to the plans and specifications or do the
following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. CHANGE IN COST OF PERMITTING FEES CHANGED FROM $414.00 TO $648.00
PLUS TAX.
CHANGE:
We the undersigned Contractor, have given careful consideration to the change proposed and hereby
agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may
otherwise be noted above, and perform all services necessary for the work above specified, and will accept
as full payment therefore the prices shown above and below. This change represents a fair, equitable and
complete compensation.
ACCEPTED: Date Contractor
By rii% Slievt oc_1L Title Oka As<(
Original Contract (without tax)
Previous Change Order
This Change Order (without tax)
REV. CONTRACT AMOUNT
$ 13,309
$ 0
$ 234
$ 13,543
Additional Calendar Days due to this change: 0
APPROVED BY THE CITY OF TUKWILA
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
(-1"-S) D109
cc: Finance Department (w /encumbrance)
Construction Inspector
Construction Engineer
file:
Lake Washington. Construction LLC
12819 SE 38th St
Suite 504
Bellevue, WA 98006
Phone # 206 - 228 -2708 lkwaconstruction@gmail.com
Name / Address
City of Tukwila
Henry Andra
6300 southcenter blvd
Tukwila, Wa 98168
Estimate
Date
Estimate #
6/2/2014
346
Project
Project
Description
Qty
Rate
Total
Suite 209 Improvements:
9,875.00
9,875.00T
Demo walls and Frame new walls as per plan.
Patch /finish drywall on wall ends where wall was removed.
Hang, drywall, finish class 5 smooth wall Paint ready on new walls.
Includes; Removing doors and windows, and setting doors in new
locations, one door to fit half wall at entrance.
1/2 wall will be constructed of 2x6 Douglas fir
Includes; installing earthquake /support braces at top of new walls
Includes: Case out newly installed doors, and Wall off one door
opening.
As per plan.
Install support for counter top, once wall is removed.
575.00
575.00T
Install wood trim /cap top of 1/2 wall
Remove and install in new location upper cabinets fro Kitchen area
Assemble and install new cabinets and counter top
Materials for framing and drywall
1,995.00
1,995.00T
Debris removal and haul away
450.00
450.00T
Building Permits
648.00
648.00T
Dose not include Electrical work or moving sprinkler heads.
0.00
0.00
Job length should be aprox 13 -15 working days
Sales Tax
9.50%
1,286.59
Total
$14,829.59
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contractor/
Vendor Name:
Address:
Telephone:
Contract Number: 14 -079
Council Approval N/A
CITY OF TUKWILA
Short Form Contract
Lake Washington Construction LLC Project No. 91330312
12819 SE 38n Street, Suite 504
Bellevue, WA 98006 Budget Item:
(206) 228 -2708 Project Name:
303.98.595.190.65.00
Fire Marshal Office,
6300 Bldg Ste 209
Please initial all attachments, then sign and return copies one and two to:
City of Tukwila, Facilities Department, 6200 Southcenter Boulevard, Tukwila, Washington 98188.
Retain copy three for your records until a fully executed copy is returned to you.
AGREEMENT
This Agreement, made and entered into this 17th day of June, 2014, by and between the City of
Tukwila, hereinafter referred to as "City ", and LAKE WASHINGTON CONSTRUCTION LLC,
hereinafter referred to as "Contractor."
The City and the Contractor hereby agree as follows:
1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The
Contractor shall perform those services described on Exhibit A attached hereto and incorporated
herein by this reference as if fully set forth. In performing such services, the Contractor shall at all
times comply with all Federal, State, and local statutes, rules and ordinances applicable to the
performance of such services and the handling of any funds used in connection therewith. The
Contractor shall request and obtain prior written approval from the City if the scope or schedule is
to be modified in any way.
2. TIME OF COMPLETION. The work shall be commenced after June 23, 2014 and be completed
no later than October 1, 2014.
3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for
services rendered according to the rate and method set forth on Exhibit A attached hereto and
incorporated herein by this reference. The total amount to be paid shall not exceed $14,573.36,
except by written agreement of the parties.
4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement
within the maximum limits set forth in this Agreement. The Contractor shall request prior approval
from the City whenever the Contractor desires to amend its budget in any way.
5. PAYMENTS. The City shall make payments on account of the contract at completion of the
project.
CA revised 2012
ae,R.KUiCa [ 2
Page 1
6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion
of the work, provided the contract is fully performed and accepted.
7. CONTRACT DOCUMENTS.
• The contract includes this Agreement, Scope of Work and Payment Exhibit.
• The intent of these documents is to include all labor, materials, appliances and services of every
kind necessary for the proper execution of work, and the terms and conditions of payment
therefore.
• The documents are to be considered as one, and whatever is called for by any one of the
documents shall be as binding as if called for by all.
• The Contractor agrees to verify all measurements set forth in the above documents and to
report all differences in measurements before commencing to perform any work hereunder.
8. MATERIALS, APPLIANCES AND EMPLOYEES.
Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools,
water, power and other items necessary to complete the work.
Unless otherwise specified, all material shall be new, and both workmanship and materials
shall be of good quality.
Contractor warrants that all workmen and subcontractors shall be skilled in their trades.
9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless
otherwise specified. Permits and licenses necessary for the execution of the work shall be secured
and paid for by the Contractor. Easements for permanent structures or permanent changes in
existing facilities shall be secured and paid for by the City unless otherwise specified. The
Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall
notify the City in writing if the drawings and specifications are at variance therewith.
10. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately
protect the work, adjacent property and the public and shall be responsible for any damage or
injury due to any act or neglect.
11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the
City and its agents and public authorities at all times.
12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted
accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for
extra cost must be made in writing before executing the work involved.
13. CORRECTION OF WORK. The Contractor shall re- execute any work that fails to conform to
the requirements of the contract and that appears during the progress of the work, and shall remedy
any defects due to faulty materials or workmanship which appear within a period of one year from
date of completion of the contract and final acceptance of the work by the City unless the
manufacturer of the equipment or materials has a warranty for a longer period of time, which
warranties shall be assigned by Contractor to City. The provisions of this article apply to work
done by subcontractors as well as to work done by direct employees of the Contractor.
14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute
the work properly, or fail to perform any provision of the contract, the City, after seven days'
written notice to the contractor, and his surety, if any, may without prejudice to any other remedy
CA revised 2012
Page 2
the City may have, make good the deficiencies and may deduct the cost thereof from the payment
then or thereafter due the Contract or, at the City's option, may terminate the contract and take
possession of all materials, tools, appliances and finish work by such means as the City sees fit, and
if the unpaid balance of the contract price exceeds the expense of finishing the work, such excess
shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor
shall pay the difference to the City.
15. PAYMENTS. Payments shall be made as provided in the Agreements. Payments otherwise due
may be withheld on account of defective work not remedied, liens filed, damage by the Contractor
to others not adjusted, or failure to make payments properly to the subcontractors.
16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the Contractor, their agents,
representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of
coverage and limits as required herein shall not be construed to limit the liability of the Contractor
to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy
available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the
limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and $2,000,000 products- completed
operations aggregate limit. Commercial General Liability insurance shall be written
on ISO occurrence form CG 00 01 and shall cover liability arising from premises,
operations, independent contractors, products - completed operations, stop gap
liability, personal injury and advertising injury, and liability assumed under an
insured contract. The Commercial General Liability insurance shall be endorsed to
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the
Commercial General Liability Insurance for liability arising from explosion,
collapse or underground property damage. The City shall be named as an insured
under the Contractor's Commercial General Liability insurance policy with respect
to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured - Completed Operations endorsement CG 20 37
10 01 or substitute endorsements providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self - insurance, or insurance pool coverage
CA revised 2012
Page 3
maintained by the City shall be in excess of the Contractor's insurance and shall not contribute
with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best
rating of not less than A: VII.
D. Verification of Coverage. Contractor shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the additional
insured endorsement, evidencing the insurance requirements of the Contractor before
commencement of the work.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination
shall be made in accordance with reasonable and prudent business practices.
F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for
this work with written notice of any policy cancellation, within two business days of their
receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance as
required shall constitute a material breach of contract, upon which the City may, after giving
five business -days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all premiums in
connection therewith, with any sums so expended to be repaid to the City on demand, or at the
sole discretion of the City, offset against funds due the Contractor from the City.
17. PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction
a performance bond at 100% of the amount of the contract and in a form acceptable to the City. In
lieu of bond for contracts less than $25,000, the City may, at the Contractor's option, hold 5% of
the contract amount as retainage for a period of 30 days after final acceptance or until receipt of
all necessary releases from the Department of Revenue and the Department of Labor and
Industries and settlement of any liens, whichever is later.
18. LIENS. The final payment shall not be due until the Contractor has delivered to the City a
complete release of all liens arising out of this contract or receipts in full covering all labor and
materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City
against any lien.
19. SEPARATE CONTRACTS. The City has the right to execute other contracts in connection with
the work and the Contractor shall properly cooperate with any such other contracts.
20. ATTORNEYS FEES AND COSTS. In the event of legal action hereunder, the prevailing party
shall be entitled to recover its reasonable attorney fees and costs.
21. CLEANING UP. The Contractor shall keep the premises free from accumulation of waste
material and rubbish and at the completion of the work, shall remove from the premises all
rubbish, implements and surplus materials and leave the premises clean.
22. INDEMNIFICATION. The Contractor shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability, including
CA revised 2012
Page 4
attorney's fees, arising from injury or death to persons or damage to property occasioned by an
act, omission or failure of the Contractor, its officers, agents and employees, in performing the
work required by this Agreement. With respect to the performance of this Agreement and as to
claims against the City, its officers, agents and employees, the Contractor expressly waives its
immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for
injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless
provided for in this paragraph extends to any claim brought by or on behalf of any employee of
the contractor. This waiver is mutually negotiated by the parties. This paragraph shall not apply
to any damage resulting from the sole negligence of the City, its agents and employees. To the
extent any of the damages referenced by this paragraph were caused by or resulted from the
concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend
and hold harmless is valid and enforceable only to the extent of the negligence of the Contractor,
its officers, agents, and employees.
23. PREVAILING WAGES. The Contractor shall pay all laborers, workmen and mechanics the
prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages" in
conformance with RCW 39.12.040.
24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it
under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
25. ENTIRE AGREEMENT; MODIFICATION. This Agreement, together with attachments or
addenda, represents the entire and integrated Agreement between the City and the Contractor and
supersedes all prior negotiations, representations, or agreements written or oral. No amendment
or modification of this Agreement shall be of any force or effect unless it is in writing and signed
by the parties.
26. SEVERABILITY AND SURVIVAL. If any term, condition or provision of this Agreement is
declared void or unenforceable or limited in its application or effect, such event shall not affect
any other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to survive
the completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
27. NOTICES. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
28. APPLICABLE LAW; VENUE; ATTORNEY'S FEES. This Agreement shall be governed by
and construed in accordance with the laws of the State of Washington. In the event any suit,
arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties
CA revised 2012
Page 5
specifically understand and agree that venue shall be properly laid in King County, Washington.
The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit.
IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above
written.
CITY OF TUKWILA
By:.
By:
Sign e, Jim H , Mayor Signature
Printed ' ame: " ±ta cl.,21,-(0)-N Printed Name: 'e a, S (S. , � /c' I<c
Title: MOtt Title: C ° ,/►--�°
Date: 6 ri)-.3- -1 1 Date:
ATTEST/AUTHENTICATED:
tA) -F,O4
Citytlerk, C ist O'Flahert
y y
APPROVED AS TO FORM:
Office of the City Attorney
BY:
CA revised 2012
Page 6
Lake Washington Construction LLC
12819 SE 38th St
Suite 504
Bellevue, WA 98006
Phone # 206 - 228 -2708
l kwacons tructi on®gmai l . com
Name / Address
City of Tukwila
Henry Ancira
6300 southcenter blvd
Tukwila, Wa 98168
Estimate
Date
Estimate #
6/2/2014
346
cX+l(e)1� ' �„
Project
Description
Qty
Rate
Total
Suite 209 Improvements:
9,875.00
9,875.00T
Demo walls and Frame new walls as per plan.
Patch /finish drywall on wall ends where watt was removed.
Hang, drywall, finish class 5 smooth watt Paint ready on new walls.
Includes; Removing doors and windows, and setting doors in new
locations, one door to fit half wall at entrance.
1/2 wall will be constructed of 2x6 Douglas fir
Includes; installing earthquake /support braces at top of new walls
Includes: Case out newly installed doors, and Walt off one door
opening.
As per plan.
Install support for counter top, once wall is removed.
575.00
575.00T
Install wood trim /cap top of 1/2 wall
Remove and install in new location upper cabinets fro Kitchen area
Assemble and install new cabinets and counter top
Materials for framing and drywall
1,995.00
1,995.00T
Debris removal and haul away
450.00
450.00T
Building Permits
414.00
414.00T
Dose not include Electrical work or moving sprinkler heads.
0.00
0.00
Job length should be aprox 13 -15 working days
Sales Tax
9.50%
1,264.36
Total
$14,573.36