Loading...
HomeMy WebLinkAboutHenderson Partners, LLC 12-14 CONTRACT Contract No. 12-14 THIS AGREEMENT AND CONTRACT, made and entered into, in triplicate, at Auburn, Washington, this ?12L day of 20A-L, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Henderson Partners, LLC, 11302 Burnham Drive NW, Gig Harbor, WA, 98332, hereinafter called the CONTRACTOR. WITNESSETH. That, in consideration of the terms and conditions contained in the Contract Documents entitled `EM0902, Temporary Flood Control Barrier Removal," which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project EM0902, Temporary Flood Control Barrier Removal the removal of temporary flood control barriers, access roads, and site restoration for a unit bid price of nine hundred and nine thousand, one hundred fifty-five dollars ($909,155 00) and Washington State Sales Tax of eighty-six thousand, twenty-three dollars and seventy-three cents ($86,023 73) for a total contract value of nine hundred ninety-five thousand, five hundred twenty-four dollars and seventy-three cents ($995;524 73) in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City within 7 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 5 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 50 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages) of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. CITY OF AUBURN WASHINGTON By Peter B.Lewis,Mayor Countersigned: this day of d--4 20)Z ATTEST - v anielle E.Daskam,City Clerk APPROVED AS TO FORM. Daniel _. _ ity Attorney 1 ND S R E C By - Authori tctal Signature CITY OF AUBURN C/ CONTRACT CHANGE ORDER AGREEMENT NO. 1 Contract No.,Project No.and Project Title: 12-14, EM0902, Temporary Flood Control Barrier Removal Contractor Name and Address: Henderson Partners, LLC 11302 Bumharti Drvie NW Gig Harbor, WA, 98332 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: Removing approximately 460 linear feet of levee material and ramp on the east side of the 1 Green River on 102nd Street as directed by King County after the bid has opened. The Contract time is extended by 10 days. Sc-h-. Sec.No. Item Description Quantity Units Unit Price Total Price Removal of xis ing Levee Material Including A 2-62 Haul 1 LS 30,486.00 30,486.00 Subtotal $ 30,486.00 Washington State Sales Tax(9.5%)on applicable items $ 2,896.17 TOTALI $ 33,382.17 Base Amount I Total Incl.Tax 1. Total Cost this C/O $ 30,486.00 $ 33,382.17 2. Total Cost Previous C/O $- - $ 3. Original Contract Amount $ 909,155.00 $ 995,524.73 4. Revised Contract Amount $ 939,641.00 $ 1,028,906.90 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensible. All other terms and conditions of the contract remain unchanged. Contractor• l to Inspector• Project Manager City Engineer °°" Approved by H:\Forms\FCO25.xls Mayor, Cikrrn Date (Revised 05/2012) �—" L \ ::;,� cv ' V C C//'✓ V CITY OF AUBURN T R� �F�i� CONTRACT CHANGE ORDER AGREEMENT NO. Contract No.,Project No.and Project Title: 12 714,EM0902,Temporary Flood Control Barrier Removal Contractor Name and Address: Henderson Partners,LLC 11302 Burnham Drvie NW Gig Harbor, WA,98332 The Contractor is hereby directed to make the changes to the Contract as described herein This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1 The Contractor has completed additional site restoration work that was not anticipated in the original contract. This includes additional property restoration along the east side of the Green River, additional restoration at the 22nd Street NE access, and additional fencing repair on the east side of the Green River,at the golf course and at Issac Evans Park. All work is being compensated under existing unit price items or through the Minor Changes item in the contract. This change order addresses the additional days required to complete this work. 2. Addition work to place the required amount of topsoil at all restoration areas and the removal of additional exisitng construction access roads have been compensated at the contract bid item prices. This change order adds the additional quantity for this work at bid item prices. The Contract time is extended by 15 days. Sales Item Sch. Item Description Quantity Units Unit Price Total Price Tax (Y/N) 16 A Top Soil A for planting), 750 CY 25.00 $ 18 750:00 y- - 17 A Top Soil C foi Sodding) 350 CY 25.00 $ 8,750:00 Y Removal of Existing Construction Access 11 A Roads 1000 LF 20.00 $ 20,000.00 Y Subtotal $ 47,500.00 Washington State Sales Tax(9.5%)on applicable items $ 4,512.50 TOTALI $ 52,012.50 Base Amount I Totals incl.Tax 1. Total Cost this C/O $ 47,500.00" $ - 52,012..-50 2. Total Cost Previous C/O $ 30,486.00 $ 33,382.17 3. Original Contract Amount $ 909,155.00 $ 995 524.73 4. Revised Contract Amount $ 987,141.00 _$_ 1,080,919 40_ This change order constitutes full and complete compensation for all labor q 'p n 'ats erhead,profit,any and all indirect costs,and time adjustment to perform the above described ch ges I o r s on-compensible. All other terms and conditions of the contract remain unchanged. Contractor __ /0-31-2en- Inspector• .t Project Manager, L City Engineer• tl z Q Approved by H:\Forms\FCO25.xls Mayor, of Auburn eZ, D9e (Revised 05/2012) 7G1 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. . J Contract No.,Project No.and Project Title: 1244,EM0902,Temporary Flood Control Barrier Removal Contractor Name and Address: Henderson Partners,LLC 11302 Burnham Drvie NW Gig Harbor, WA,98332 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1 The Contractor has completed additional site restoration work that was not anticipated in the original contract. This includes additional property restoration along the east side of the Green River, additional restoration at the 22nd Street NE access, and additional fencing repair on the east side of the Green River,at the golf course and at Issac Evans Park. All work is being compensated under existing unit price items or through the Minor Changes item in the contract. This change order addresses the additional days required to complete this work. 2. Addition work to place the required amount of topsoil at all restoration areas and the removal of additional exisitng construction access roads have been compensated at the contract bid item prices. This change order adds the additional quantity for this work at bid item prices. The Contract time is extended by 15 days. Sales Item Sch. Item Description Quantity Units Unit Price Total Price Tax (+/) ($) (+/) (Y/N) 16 A Top Soil A for planting) _ 750 CY 25.00" _$__ _ 18,750.00 _ Y_ 17 A Top Soil C for Sodding) 350 CY 25.00 $ 8,750.00 Y Removal of Existing Construction Access I1 A Roads 1000 LF 20.00 $ 20,000.00 Y Subtotal $ 47,500.00 Washington State Sales Tax(9.5%)on applicable items $ 4,512.50 TOTAL $_ 52,012.50 Base Amount I Totals incl.Tax 1. Total Cost this C/O $ 47 500.00 $ 52,012.50 2. Total Cost Previous C/O $ 30,486.00 $ 33 382.17 3. Original Contract Amount $ 909,155.00 $ 995,524.73 4. Revised Contract Amount $ 987,141.00 1 $ 1,080,919 40 This change order constitutes full and complete compensation for all labor q 'p n[ 'als erhead,profit,any and all indirect costs,and time adjustment to perform the above described c ges 10 r s on-compensible. All other terms and conditions of the contract remain unchanged. Contractor* Inspector- Project Manager 312.,J) City Engineer* /1 La ft Approved by I S f't` H:\Forms\FCO25.xls Mayor, ofAuburin (Revised 0512012) (7Y Z.l-Q �mol 171#Z41-41 Ql.OZ/90 PasiAab) 1N3W1MVd d "RRA, 'UJjf, Nan9nv 1° A113 Sq pasoJddV .u3au1Ju3.f1!J Z10Z £ 1 X30 .JaSeuEN laafoad .Jolaadsu! .JOlaeal1103 03AI303S /� f/ / / / paour.pun mrwai laraluoa Pill.10 suo!llpuoa pw: awal Jag10[IV 'alq!su -u[( r su..(,y(ylo IIV 'sa3uryo poquasnp anugc aql tw(ipA of luawlsnfpr aunt pur'slsoa ponpw Ilr.pur.Qir'lyoad'prayaano-slr1J3leu1'wauWwba'10grl IIr.Jul u00nvuadtu03 alaldutoa pur Illy salnuISUOO aapao a8uryo snLl. 06 6Zt'9LO'I $ 00'I WE86 $ lunowV laraluoJ pas!na2l t, CL VZ5'S66 $ 00'SSI'606 $ lunowV mimoJ tut up 't L9't6£'SS $ 00'996'LL $ O/J sno!naJd IIV isoJ Iu1gL 'Z (05'68f''t•) $ (00'001'1) $ O/J s!ql 1soJ lrlo-L 'I sr..l.'lat I Ir1o.I, 4J lunowV asr8 salm33a55V paz!s.lano.lo Irsods!U ZO-Z (09 6WH $ 'IV101 (0S'655) $ swat!alquagddr uo(%5'6)Nr.J,salrs alrl$uo13u!gsr,\\ (00'001'1•) $ Irlolgng 's,(rp (q papwil 3 si awg lor.quoJ oq.1, 'pauurld X11MIluo srjo pasods!p aq lou pinoo pur az!s pap!aads aql upgl.ia3arl w3m salra'aaa'a'r oso41 'OS+17t1 01 00+Sf l uollrls uaaeUaq palraol pro.i ssaaar.uopan.11suoa Supsna aql anowaa JolaraluoJ aql uagm punoy anm ga!gm•salr.3aaa'a'r paz!s.lano}o asodstp of lsoa 1ruotl!ppV 'Z yJUm s!q1 Jq pan paanpa.l P.of anP 000'OZ$eq paanpaJ guioq s!(J$3J.)IaluOJ uo!so.l3/uognlIod nw,h .Cluaodwa_I,aq.l. I sa3uegJ pasodoad,)o, uwwns aapao 08urgo sigl ui asmUaglu palrls ssalun UafoJd pautru aeogr ag1Ju sluownanp laraluoa a41 yli.v aourptoaar w a9 Ileys pa.gonw uogaMSUOa Jo ad,U aql Jnl swawaansraw pur sleualrw'>Inul[IV laraluoa aqt tl1 wawalddns L'aar swaluyarlln pr pun luouinoop stgl, waJaq paquasop sr lorJluoJ aql of saSurgo oql ayrw of palaaJ,p dgmag si atuornuo7 aq.1, H5 86`VM 'JogarH 3!p MN a!AJU wrquan9 ZofII J•7-1 'sJaulJud uosaapuaH :ssauppV pun awnN 10laullUO3 lrnowa3 JauJrB IoJluoJ poo13,SJr.lodway 'Z060VU I-Z l .ap!d,laafoad pun'oN laafoad"oN lanaluo:) !7j, c 6 ?�(i�` 1 C C £ 'ONIN3W331i0VN34 11039NVHDIDVN.LNOD N11f18f1V 30 All:) A 00'006'51 $ OS L 4J OZIZ salm33a55V paz!s.lano.lo Irsods!U ZO-Z V MD .\ (00 000'oZ) $ oo'OOO"OZ- 'PV'b3 I I0J1u0D uo!soJ3/uopnOod Jalr.,h ,(Jraodwo.l, 10-5 V hl (N/M zny sales (-/+) aaud lelo.L ($) aa!ad 1!ufl s1!u❑ (-/+) �l!lueno uolld!Jasap wa11 'oN •aas •gas wall 's,(rp (q papwil 3 si awg lor.quoJ oq.1, 'pauurld X11MIluo srjo pasods!p aq lou pinoo pur az!s pap!aads aql upgl.ia3arl w3m salra'aaa'a'r oso41 'OS+17t1 01 00+Sf l uollrls uaaeUaq palraol pro.i ssaaar.uopan.11suoa Supsna aql anowaa JolaraluoJ aql uagm punoy anm ga!gm•salr.3aaa'a'r paz!s.lano}o asodstp of lsoa 1ruotl!ppV 'Z yJUm s!q1 Jq pan paanpa.l P.of anP 000'OZ$eq paanpaJ guioq s!(J$3J.)IaluOJ uo!so.l3/uognlIod nw,h .Cluaodwa_I,aq.l. I sa3uegJ pasodoad,)o, uwwns aapao 08urgo sigl ui asmUaglu palrls ssalun UafoJd pautru aeogr ag1Ju sluownanp laraluoa a41 yli.v aourptoaar w a9 Ileys pa.gonw uogaMSUOa Jo ad,U aql Jnl swawaansraw pur sleualrw'>Inul[IV laraluoa aqt tl1 wawalddns L'aar swaluyarlln pr pun luouinoop stgl, waJaq paquasop sr lorJluoJ aql of saSurgo oql ayrw of palaaJ,p dgmag si atuornuo7 aq.1, H5 86`VM 'JogarH 3!p MN a!AJU wrquan9 ZofII J•7-1 'sJaulJud uosaapuaH :ssauppV pun awnN 10laullUO3 lrnowa3 JauJrB IoJluoJ poo13,SJr.lodway 'Z060VU I-Z l .ap!d,laafoad pun'oN laafoad"oN lanaluo:) !7j, c 6 ?�(i�` 1 C C £ 'ONIN3W331i0VN34 11039NVHDIDVN.LNOD N11f18f1V 30 All:)