Loading...
HomeMy WebLinkAbout14-129 - RL Alia Company - Cascade View Elementary Safe Route to School o CITY OF TUKWILA Gtt Los,tr) ; � _ CONTRACT CHANGE ORDER NO 2 11‘ DATE: April 22,2015 BUDGET NO.: 103.98.595.300.65.00 PROJECT NO.: 91210301 CONTRACT NO.: 14-129 C b) PROJECT NAME: Cascade View Elementary Safe Route to School Project TO: R. L. Alia Company 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. The following change, and work affected thereby,are subject to all contract stipulations and covenants; B. The rights of the"Owner"are not prejudiced; C. All claims against the"Owner"which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit"A" 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 wor. = ve specified,and will accept as full payment therefore the prices shown above and below. ACCEPTED: Dat- 1-/- Contractor R. t. Ag-(4 rnPAw'y By RI LIMP) L. 4c/4, ESVQ'uffitle PAO(bens r Original Contract(without tax) $279,113.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 21,571.00 Date c;p3"-- This Change Order(without tax) $ 0.00 By ayor REV. CONTRACT AMOUNT $300,684.00 Original Contract Time: 45 Calendar Days City Engineer Additional Contract Time for this Change Order: 91 Calendar Days Updated Contract Time: 150 Calendar Days ORIGINAL: City Clerk (1 of 2) cc:Finance Department (w/encumbrance) Contractor(2 of 2) Project Management File PW Project Finance File Page 1 of 1 EXHIBIT "A" CHANGE: This Change Order extends the Contract time for the Cascade View Elementary Safe Route to School Project by 91 calendar days. After a brief suspension of work from October 1 to 5 of 2014 (please see the enclosed Serial Letter#2A) and the execution of Change Order Number 1, this construction project was required to be physically completed by November 24, 2014. One of the facilities required to be installed in this construction project is a water quality treatment vault. This type of storm water facility usually requires an extended amount of time to design and manufacture. This construction project started on September 22, 2014. By the time that the water quality treatment vault was manufactured and delivered to the construction site, it was already on December 11, 2014, which was 17 calendar days after required physical completion date of November 24, 2014. In other words, the original Contract time of 45 calendar days was inadequate in the first place for the Contractor to physically complete the required construction work. Even after the water quality treatment vault installation, much construction works are still required to achieve physical completion, including final grading, traffic and extruded concrete curb installations, asphalt paving, striping, hydroseeding, property restoration, bollard installations, punch list item completions, and construction site clean-up. The execution of some of these construction works— concrete curbs, asphalt paving and striping, were dependent on the availabilities of dry weather and specialty sub-contractors' (asphalt and striping) scheduling. Therefore, when these remaining construction items were pushed into the winter season, it took longer time for the Contractor to finish each of these work items. After the water quality treatment vault delivery to the project site on December 11, 2014, here are the subsequent construction works that necessitated a Project Physical Completion on February 23, 2015: Date Construction Work Activity December 12, 2014 The Contractor continued installing the water quality treatment vault. December 13 to 14, No construction work occurred on Saturday and Sunday. 2014 December 15 to 16, The Contractor carried out some of the final site grading work. 2014 December 17 to 19, The Contractor installed traffic concrete curbs. 2014 December 20 to 21, No construction work occurred on Saturday and Sunday. 2014 December 22, 2014 The Contractor conducted asphalt paving. The project was substantially completed on this date. December 23, 2014 to The Contractor shut down their construction operation due to the holidays at January 4, 2015 the end of a year. January 5, 2015 It was a rainy day. The Contractor did not work at the construction site on this date. January 6, 2015 The Contractor put down topsoil on some disturbed areas. January 7 to 8, 2015 The Contractor completed the installation of the water quality treatment vault. Page 1 of 2 January 9 to 14, 2015 The Contractor carried out the remaining final grading on both sides of the asphalt trail, and installed a section of the extruded concrete curb. January 15 to 20, 2015 The Contractor attempted to install extruded asphalt curbs on January 20. Prior to January 20, the Contractor was waiting for a dry weather window. However, when installing the project-specified extruded asphalt curbs, it was difficult for the sub-contractor to mold the asphalt into the specified curb form due to the cold weather, and the asphalt curbs crumbled. Therefore, the Contractor proposed to install extruded concrete curbs instead. January 21 to 22, 2015 The Contractor installed extruded concrete curbs and striping on January 22. On January 21, the asphalt sub-contractor was unavailable to install the curbs. January 23 to 29, 2015 City project staff created a project punch list for the Contractor to work on, in order to achieve Project Physical Completion. From January 23 to 28, the Contractor was instructed by City Project Inspector to pick up all rocks larger than 0.75-inch in diameter from the disturbed and graded soil surface, in order to create a smooth surface for lawn mowing. On January 29, the Contractor sprayed hydroseed on all the disturbed and graded soil, and topsoil. January 30 to February The Contractor worked on the project punch list items in these few days. 9, 2015 One of these punch list items was for the Contractor to conduct a small patch of asphalt paving. The Contractor finished this work on February 9, since the weather was mostly rainy prior to February 9. February 10 to 19, 2015 The project-specified bollards were successfully manufactured and delivered to the Contractor for installation. February 20 to 23, 2015 The Contractor completed installation of the bollards, cleaned up the construction site, and completed all remaining project punch list items. This construction project was physically completed on February 23. Therefore, an addition of 91 calendar days is needed to extend the Contract time for the Cascade View Elementary Safe Route to School Project, since the original Contract time was inadequate in the first place for the specified works. COST AND TIME CONSIDERATIONS: This Change Order does not change the Contract cost. A total of 91 calendar days will be added to the Contract duration through this Change Order. Page 2 of 2 14- 129(a) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: January 21, 2015 BUDGET NO.: 103.98.595.300.65.00 PROJECT NO.: 91210301 CONTRACT NO.: 14 -129 (w) PROJECT NAME: Cascade View Elementary Safe Route to School Project TO: R. L. Alia Company 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. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" 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. ACCEPTED: Date / 30– g Contractor R L• ,4L14 6344/4-AT By – Title PR`'e^L i Original Contract (without tax) $ 279,113.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0.00 Date This Change Order (without tax) $ 21,571.00 By LL,��✓r.�.�/et_.— ayor REV. CONTRACT AMOUNT $ 300,684.00 Original Contract Time: 45 Calendar Days Additional Contract Time for this Change Order: 14 Days Updated Contract Time: 59 Calendar Days City Engineer l–r (/30115 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Page 1 of 1 cc:Finance Department (w /encumbrance) Project Management File / 5J/ ci (6, s EXHIBIT "A" CHANGE: This change order provides compensation to the Contractor for their additional cost on assisting City staff to connect with an electrical source; and to install electrical conduits, junction boxes and light pole foundations. As part of providing a safe route for students assessing the Cascade View Elementary School, the City agreed with Riverton Park United Methodist Church's recommendation to replace one existing light pole and install two new light poles along the new asphalt trail. This electrical work was not included in the Cascade View Elementary Safe Route to School Project. Since the Contractor has already mobilized construction equipment for soil excavation, and also has the experience and equipment to perform concrete replacement work, City project staff solicited a change order proposal from the Contractor for the excavation and concrete replacement elements of the electrical work. This additional excavation and concrete replacement elements of the electrical work by the Contractor includes: • From roughly Station 0 +00 to Station 1 +00 at the lawn area, the Contractor excavated for approximately 100 feet of 2 feet deep and 2 feet wide trenching, in order to allow City staff to install two 2 -inch electrical conduits. These 2 conduits were furnished by City staff. The Contractor was asked to backfill the excavated trench with native material, and provide hydroseeding or hand - seeding without adding topsoil for property restoration. • For the entire storm drainage trench line from roughly Station 1 +00 to Station 9 +03, the Contractor excavated for 803 feet of 2 feet deep and 6 inches wide trenching adjacent to the new storm drain pipe trench, in order to allow City staff to install two 2 -inch electrical conduits and 6 junction boxes. The excavation detail for the placement of these conduits and junction boxes is shown in the enclosed Project Plan Sheet 10. These 2 conduits and 6 junction boxes were furnished by City staff. • As shown in the enclosed Project Plan Sheets 10 and 11, at approximately Stations 1 +42, 4 +22 and 6 +60, the Contractor excavated for 3 Tight pole foundations at 4 feet deep, 4 feet wide & 4 feet long. To electrically connect with these 3 light pole foundations, the Contractor also needed to excavate for 36 feet long, 2 feet deep and 2 feet wide trenching for the City to install two 2 -inch electrical conduits and 3 junction boxes. These two 2 -inch conduits and 3 junction boxes were furnished and installed by City staff. The 3 light pole foundations will also be installed by City staff. • At the north end of the project site, the Contractor removed and replaced 6 feet wide by 10 feet long and 6 feet wide by 8 feet long sidewalk panels, 35 feet of curb and gutter, and 24 feet long by 10 feet wide driveway approach in accordance to the enclosed City Standard RS -08A. After removal of these curb, gutter, sidewalk and driveway approach, the Contractor excavated a trench of approximately 42 feet long, 2 feet deep and 2 feet wide, in order to allow the City to install two 2 -inch electrical conduits and connect with an electrical source. These 2 conduits were furnished by City staff. The Contractor was required to meet the current ADA standards when finishing the concrete surfaces of the curb, gutter, sidewalk and driveway approach. COST AND TIME CONSIDERATIONS: The Contractor will be compensated on a lump sum basis with a new bid item titled "Extra Excavation and Concrete Replacement ", for a total of $21,571.00. The Contractor requested to add 14 calendar days to the Contract duration due to these additional works. Page 1 of 1 C -1 AGREEMENT FORM 14 -129 CONTRACT NO. Council Approval 8/18/14 THIS AGREEMENT is made and entered into on this - day ofS41Q4 n,, 201 , by and between the City of Tukwila, Washington (Owner") and g• L. A4-1 A Compet,.,t,{ ("Contractor"). Now, therefore the parties agree as follows: J 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Cascade View Elementary Safe Route to School, Project No. 91210301, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1 -04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorneys Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) , By: i' . - 7,wi May�� / Attest: This day of .0 /lam �t C Clerk Ap• oved as to Form: Attorney Address for giving notices: 3 50Q Cascade View Elementary Safe Route to School AL A Ma (Contractor) BY: Title: Attest: EUcµR.CJ L, 'c,R REST De r This Zgrl4 day of f iui:Aar , 20 f'r< Contractor's License No. RI-4t. tc- kfo�PT Address for giving notices: / 07 A/6- 5. 1 FoS7 / (54a cieIG//vA-e-S Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Rev. 12 -6 -13 C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 2186329 We, R.L. Alia Company , and North American Specialty Insurance Company (Principal) (Surety) a New Hampshire corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ( "Owner "), in the penal sum of Two Hundred Seventy Nine Thousand One Hundred Thirteen Dollars and 00 /100 Dollars (a 279, 113.00 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated —� , 20111 ,between 'Principal and Owner for a project entitled Cascade View Elementary Safe Route to School , Contract No 91210301 ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10 %) of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20 %). Cascade View Elementary Safe Route to School Rev. 12 -6-13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale NAS SURETY GROUP NORTH AMERICAN S'PECI ALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL 'INSURANCE COMPANY GENERAL POWER OF ATTORNEY (KNOW ALL MEN' BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New:Hampshire, and Washington International `Insurance Company, a corporation orgariized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does. hereby make, constitute and appoint: STUART A. O'FARRELL, SUSAN B. LARSON, SCOTT FISHER, JILL A. BOYLE,'MINDEE L.'RANKIN, DEANNA M. FRENCH, RONALD J LANGE, ELIZABETH R. •HAHN, JANA M. ROY, ELLEN M. BELL, ROGER R KALTENBACH and SCOTT McGILVRAY JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or, permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice' President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." S,GpPP�j,•.G al SEAL Vfi 1973 .,:0` �dn m;' 130 r Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By David M. Layman, Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company / stnauwrar. z. SEAL s c0 , IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers thisl3th day of March 2014 State of Illinois 'County of Cook •ss: North American Specialty ' Insurance Company Washington International Insurance Company .On this 13th day of March , 2014 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" DONNA D. SKLENS , , Notary!Pliblio, State oflllinois '1 Mq Cotnniission Eicpiires,10106/2015 L.S.. .. r 1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a∎true and correct copy of a Power of Attomey given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. kdynnta AiejkAA Donna D..Sklens, Notary Public IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of , 20 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington'Intemational Insurance Company & North American Specialty Insurance Company