Loading...
HomeMy WebLinkAbout09-101 - Lakeside Industries - 2009-2010 Overlay and Repair 09- 101(c) CITY OF TUKWILA Council Approval N/A 4c a� l� CONTRACT CHANGE ORDER NO. 3 rsos DATE: 10 -02 -2009 BUDGET NO.: 104.02.595.300.63.85 PROJECT NO.: 09 -RW01 CONTRACT NO.: 09 -101 PROJECT NAME: 2009/2010 Overlay Program TO: Lakeside Industries, Inc. 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: Removal and Replacement of Concrete Sidewalk Ramps, Curb, and Gutter Location: Site 10 The City wishes to undertake roadway improvements (grinding and overlay) on East Marginal Way. When Change Order No. 2 was being discussed there were 18 handicapped /sidewalk ramps needing replacement or the addition of Truncated Domes within Site 10 on East Marginal Way South. After the extent of the construction work for the sidewalk ramps needing replacement was determined, the proposed fees as shown on Exhibit "B" were negotiated to sufficiently perform the proposed work items. These ramps currently are not in compliance with current standards of the American with Disabilities Act (ADA) guidelines. Therefore replacement is warranted to bring them up to this standard. The Contractor shall perform the concrete work as directed by this change order and in accordance with the specifications and plans. Work shall be done at the unit contract prices except as provided by this change order. See attachments Exhibit'B' 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 /0 p 0 Contractor: LAKESIDE INDUSTRIES, INC. By C—fd-` ����I�C Title P 11QD e Original Contract (without tax) $1,560,638.50 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 42,995.20 Datefi. This Change Order (without tax) 36.670.61 REV. CONTRACT AMOUNT $1,640,304.Rf 3 Y B Mayor Additional Calendar Days due to this change: 14 (fourteen) calendar days adde l/ ORIGINAL: City Clerk (1 of 2) cc: Finance Department (wlencumbrance) Contractor (2 of 2) Construction Inspector Construction Engineer file: 2009/2010 Overlay Program City of Tukwila Lakeside Industries Additional Work Concrete Ramps on East Marginal Way 2 Mobilization 1 LS 3,500.00 3,500.00 3 Project Temporary Traffic Control 1 LS 750.00 750.00 4 Traffic Control Labor 64 HR 50.00 3,200.00 6 Remove Cement Concrete Pavement 113.34 SY 46.80 5,304.31 8 Remove Cement Concrete Curb 174 LF 11.20 1,948.80 10 Crushed Surfacing Top Course 20 Ton 52.50 1,050.00 11 Pavement Repair Excavation 4 CY 60.00 240.00 14 HMA Class 1/2" PG 64 -22 for Pavement Repair 8 Ton 150.00 1,200.00 21 Cement Concrete Traffic Curb and Gutter 174 LF 16.50 2,871.00 28 Cement Concrete Sidewalk Ramp Type 2 5 EA 1,450.00 7,250.00 29 Cement Concrete Sidewalk Ramp Type 4A 3 EA 1,700.00 5,100.00 43 Property Restoration FA 1,000.00 Tuncated Domes- Existing Ramps 50 SF 65.13 3,256.50 Estimated Total 36,670.61 09- 101(b) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 DATE: 8 -28 -2009 BUDGET NO.: 104.02.595.300.63.85 PROJECT NO.: 09 -RWO1 CONTRACT NO.: 6948#6 i PROJECT NAME: 2009/2010 Overlay Program TO: Lakeside Industries, Inc. 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: Removal and Replacement of Concrete Curb, Gutter and Sidewalk Location: Site 10 The City wishes to undertake roadway improvements (grinding and overlay) on East Marginal Way. During layout for construction, it was discovered that the adjacent curb gutter and sidewalk have settled, this will not allow the roadway work to be done without creating the potential for ponding water on the street and potentially ice formation in winter. The ponding and potential ice formation is in the curb lane within 100 feet of a traffic signal creates a safety concern and potential liability for the City unless corrected. The best repair is to remove the settled C,G, S compact the sub -grade and replace with new C,G S at the proper grade to allow a good roadway match and proper drainage. The Contractor shall perform the concrete work as directed by this change order and in accordance with the specifications. Work shall be done at the unit contract prices except as provided by this change order. See attachments 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. This change represents a fair, equitable and complete compensation. ACCEPTED: Date DI 1�" Contractor: LAKESIDE INDUSTRIES, INC. ByCc arc/ r 1 to 1 k Title P R° or1GR Original Con(ract (without tax) $1,560,638.50 APPROVED BY THE CITY OF TUKWILA Previous Change Order 1,250.00 Date C4-4/-1) This Change Order (without tax) 41,745.20 REV. CONTRACT AMOUNT $1,603,633.70 )V By Additional Calendar Days due to this change: 14 (fourteen) calendar days added Mayor ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Construction Inspector Construction Engineer file: 510: (1:1(6/ /l/ :mot t A 91k1 Pc pG. 753 9th MNorth ray, 501 !iaatlle, W I�V 4}FttU9 atom.), WA WA 1 t840.1 02 1'hotte:206.2 86.1640 Phony: 253.6270720 SEATTLE •TACOMA Fax: 206.286,1639 Fax! 253.62Z4144 ENGINEERS ARCHITECTS LANDSCAPE ARCFFI'I'ECIS SURVEYORS Job No. Sheet 1 of 3 Subject "fUIC(Atc .30.0 0 ........t .1lt� !?p..4A €1.:_ f3y__6 Date l�ti... Reference 4tn 1.<-?.i6" W) �s >r ...ao4r6 C:1Zkci.___...__.._.__ Date C6,ce 60..( e. 0,413 4 vireR 2 OVEa..cA 'LA 4./s) ti 4 -"r,Q a w.s c.ac (4 O2 13 /4i t.4 e a (t A A F l. t•♦ -.1 w w. s n 4 r 2." e s CA71"!w 4.1 (aai ,t.(T j744� CALCULATION SHEET Ext4'igUT A 7ry (i -L 4 rio..( W. 41°6 .Ut2 43) 1.1-444.1 1-114 2_04-53 Z$ 1 126,90o-.1- F'oa. c,aL c0 w J .r r'a r�) T N C H LO U 1 eI SIGN SCHEDULE sIG I STATION I OFFSET I DESIGNATION S5 1 20+50 123.5' RTI R3 -17 'BIKE LANE' I S6 1 21 +18 128.5' RTI BUS STOP S7 1 23 +76 123.5' RTI R3 -17 'BIKE LANE" V) V) i 1 i N 0 CO 11 7 ,0 11 0 11 19 23 27 4D 4 4 0 m m 0 20 00 0 26 E ',','7_' ,,111 :��1} f. ..lint STA 20+25 MA (TYP) T MARGINAL WAY S STA 18+69 (TYP) SIZE G/ -r-iI7 REMARKS 24 X 30' NEW 1 ITO REMAIN1 124 X 30'1 NEW 1 0 El 6 8 9 PLACE 2" HMA C1. Yi" PG 64 -22 OVERLAY M 8 AHITE PLASTIC UNE. CHANNELIZATION LEGEND 12 PLASTIC STOP UNE. PLACE 2' HMA CL PG 64 -22 0VERLAY 7 EXISTING TRAFFIC SIGNAL CONTROLLER e i 1.6'8 e PLASTIC CROSSWALK UNE PER TUKWILA STANDARD PLAN RS -19. E J DOUBLE. SOLID YELLOW UNE PER TUKRILA STANDARD PLAN RS -13. PAVEMENT ARROW PER TUKWILA STANDARD PLAN RS -18. PLAN EAST MARGINAL WAY S PLAN BICYCLE LANE SYMBOL PER 14S00T STANDARD PLAN M- 9.50 -01. SINGLE SOUD t%1-UTE UNE PER TUKW,LA STANDARD PLAN RS -13. TWO -WAY LEFT TURN UNE PER TUKWILA STANDARD PLAN RS -13. 1'.E Te ENGINEERING* STREETS *WATER *SEWER *BUILDING (-I- i 26 1 0 5 10 20 by data deaizned JAS I V09 drawn KCPI l>n9 checked NJD 449 _min _ming I NJD VA �rcj die fitld bk no CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 200901()10 Overlay Protgr in Request for Quote 011;11.04 Estimate Site 10 East M rrrjirt.il Wary West Side Curb, Gutter Sidewalk Replacement •Sta 20.50 to Sta 23 +70 Spec: Ncs. No. 'ROADWAY 1DEWALK t f rD ttl E.x;.ztE :r`<'::ct irta;itntprr.p Ftyu€ w5 D' 1c I 1.;r €t. et ttt ^(?�(1€ Item Otootpty Unit Unit Coat Tot,tt Cost i sGry t'€ lit .ar't.s: t iQ '%'4r- l;c TOTAL ESTIMATED CONSTRUCTION COST 5 170 .p.i, t,,.,l•1 7y5-, ACCEPTED: Date b By ORIGINAL: Original Contract (without tax) Previous Change Order This Change Order (without tax) City Clerk (1 of 2) Contractor (2 of 2) File CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 09- 101(a) Council Approval N/A DATE: 8 -28 -2009 BUDGET NO.: 104.02.595.300.63.85 oaf tct PROJECT NO.: 09 -RW01 CONTRACT NO.: 0$96 PROJECT NAME: 2009/2010 Overlay Program TO: Lakeside Industries 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: UPRR Requirements Location: Site 11 The City wishes to undertake roadway improvements closer to the UP RR tracks than allowed by the Railroad without a permit. This requires special RR insurance and a permit that was not previously required as part of the 2009/2010 Overlay Program construction contract. The contractor shall obtain a permit from the Railroad for work within their ROW limits and provide the necessary special insurance required by the Railroad. Quotes for the change order work have been provided as presented below. 500.00 for UP Railroad Permit fee 750 for Insurance as required by UP railroad $1,250.00 Total change order cost. All other work required by this change within the railroad right of way shall be done at contract unit prices. 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. Contractor: LAKESIDE INDUSTRIES Title k $1,560,638.50 0.00 1,250.00 APPROVED BY THE CITY OF TUKWILA Date 01 9 REV. CONTRACT AMOUNT $1,561,888.50 By ,ecr Additional Calendar Days due to this change: 0 (zero) calendar days added cc: Finance Department (w /encumbrance) Construction Inspector L f L. j Construction Engineer CITY OF TUKWILA, WASHINGTON (Owner) By Attest: n This la day of City Clerk Approved to f=drm: City Attorney Address for giving notices: ba)L SoAkArn ;vRC i e'er, f (Ok .n1c�- wA S 20 C AGREEMENT FORM (Contractor) By: Title: CONTRACT NO. THIS AGREEMENT is made and entered into on this day of the City of Tukwila, Washington "Owner and LA /essmc T- NSr2 1Fs, t,v< therefore the parties agree as follows: 09 -101 Council Approval 6/1/09 C -1 09 -(Z 20 by and between "Contractor"). Now, 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled 2009 2010 Overlay Program Project No. 09 -RW01, 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. Attorney's 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. 51. apwoner Chief Financial Officer Attest: This 21 1 20 1t Contractor's License No. k 2 7 1 r Address for giving notices: I eto 8 S G 2.57 -r,4 S CrA/1 w,A 6oy Z j 6 d- 041 C S Page 29 Agreement Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale