Loading...
HomeMy WebLinkAboutCP1202 15-01 Northwest Cascade, Inc CONTRACT Contract No. 15-01 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this 154--" day of (' 2015, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Northwest Cascade, Inc, PO Box 73399, Puyallup, WA 98373, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP 1202, Auburn Way S. Flooding Improvement Ph. 2," which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: 1. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project CP1202, Auburn Way S. Flooding Improvement Ph. 2 — installing approximately 3,300 feet of 24-inch and 30-inch gravity storm drainage pipe including installation of catch basins, manholes and lateral pipes; deepening an existing storm drainage pond by excavating approximately 10,500 cubic yards of material; installing approximately 3,500 feet of 8-inch water main including installing new hydrants and services; installing approximately 2,000 feet of 10-inch gravity sanitary sewer pipe including installing new services and manholes; and removal and restoration of pavement, curb and gutters, sidewalks and driveways for a unit bid price of two million, five hundred forty-one thousand, three hundred and twenty-one dollars ($2,541,321.00) and Washington State Sales Tax of ninety-nine thousand, five hundred and three dollars ($99,503.00) for a total contract value of two million, six hundred forty thousand, eight hundred and twenty-four dollars ($2,640,824.00) 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 100 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. 11. 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 xxvi CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 2 Contract No., Project No. and Project Title: 15-01, CP1202, Auburn Way South Flooding Improvements-Phase 2 Contractor Name and Address: Northwest Cascade, Inc PO Box 73399 Puyallup, WA 98373 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 shall remove and replace the exiting wooden signal pole at the intersection of A St SE and 17th St SE with the City provided signal pole as shown on the attached plan sheets, and as specified in the attached Special Provisions. 2. New pay item CO2-7 (15th Street NW Sanitary Sewer Repair) is created to pay for the urgent sanitary sewer repair work that was done on 15th St NW near Terrace Drive on 8/28/15 at the request of the City. The lump sum payment for "15th St NW Sewer Sanitary Repair" shall include all costs for labor, equipment and materials necessary to complete the demolition, excavation, sewer repair, and street restoration work with the exception of costs associated with flagging, backfill material and HMA which will be paid under existing pay items at their unit bid price. Contract time is extended by 1 day for this work. 3. New pay item CO2-8 (3rd Street SE Side Sewer Repair) is created to pay for the urgent side sewer repair work that was done on 3rd St SE near A St SE on 9/2/15 and 9/3/15 and the concrete restoration work that was done on 11/12/15 at the request of the City. The lump sum payment for "3rd Street SE Side Sewer Repair" shall include all cost for labor, equipment and materials necessary for the demolition, excavation, side sewer repair, and street restoration work with the exception of costs associated with flagging, crushed surfacing top course, and HMA which will be paid under existing pay items at their unit bid price. Contract time is extended by 7 days for this work. 4. New pay item CO2-9 (8th Street NE Side Sewer Repair) is created to pay for the urgent side sewer repair work that was done on 8th St NE near R St NE on 11/10/15 through 11/12/15 at the request of the City. The lump sum payment for "8th Street NE Side Sewer Repair" shall include all cost for labor, equipment, and materials necessary for the excavation, demolition, sewer repair, and street restoration work with the exception of costs associated with flagging, backfill material and HMA which will be bid under existing pay items at their unit bid price and sidewalk repair which will be paid under existing bid items. Contract time is extended by 4 days for this work. 5. Lower the King County sewer manhole rings and covers prior to overlay and raise them to finish grade after overlay per Section 7-05 (Manholes, Inlets, Catch Basins, and Drywells) of the Special Provisions. Contract time is extended by 3 days for this work. 6. Contract time is extended by 20.5 working days for the following additional work items. Payment for this work will be tracked under existing pay items. A. Additional storm pond excavation beyond what is shown in the Plans (3 days). B. Storm pond erosion repairs (2 days). C. Delay of watermain connection on A St SE due to traffic control issues (5 days). H:\Forms\FCO25.xls (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 2 Contract No., Project No. and Project Title: 15-01, CP1202, Auburn Way South Flooding Improvements-Phase 2 D. Additional curb and gutter replacement beyond what is shown in the Plans (8 days). E. Connect to existing building fire line at station 14+67 (1 day). F. Revised storm pipe IE at station 14+67 (0.25 days). G. Temporary storm line connection at 303 17th St SE (0.25 days). H. Temporary storm line connection at 505 17th St SE (0.5 days). I. Remove base of pedestrian signal to install curb ramp at A St SE (0.5 days). The Contract time is extended by 35.5 working days. Sales Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax (+/-) (5) (+1-) (Y/N) CO2-1 A I-]0 Traffic Control Labor for Signal Pole 25 HR $ 55.00 $ 1,375.00 Replacement N CO2-2 A 1-10 Sequential Arrow Sign for Signal Pole 5 DAY $ 25.00 $ 125.00 Replacement N CO2-3 A 1-10 Temporary Traffic Control Devices for 1 Eq. Eq. Adj $ 500.00 N Signal Pole Replacement Adj CO2-4 A 8-02 Landscape Restoration for Signal Pole 1 Eq' Eq. Adj $ 500.00 N Replacement Adj CO2-5 A 8-20 Foreman Oversigh for Signal Pole 1 Eq. Eq. Adj $ 4,000.00 N Replacement Adj CO2-6 A 8-20 Traffic Signal System Complete I LS LS $ 17,348.80 N CO2-7 C 7-17 15th Street NW Sanitary Sewer Repair 1 LS LS $ 5,366.62 Y CO2-8 C 7-18 3rd Street SE Side Sewer Repair 1 LS LS $ 25,224.00 Y CO2-9 C 7-18 8th Street NE Side Sewer Repair I LS LS $ 13,122.92 Y CO2-10 C 7-05 Adjust Manhole 12 EA $ 750.00 $ 9,000.00 Y Subtotal $ 76,562.34 Washington State Sales Tax (9.5%) on applicable items $ 4,152.79 TOTAL $ 80,715.13 Base Amount Totals incl.Tax 1. Total Cost this CIO $ 76,562.34 $ 80,715.13 2. Total Cost Previous C/O $ 35,290.95 $ 38,643.59 3. Original Contract Amount $ 2,541,321.00 $ 2,640,824.00 4. Revised Contract Amount $ 2,653,174.29 $ 2,760.182.72 H:\Forms\FCO25.xls (Revised 05/2012) rCITY OF AUBURN CONTRACT CHANCE ORDER AGREEMENT NO. 2 Contract No., Project No. and Project Title: 15-01, CP1202, Auburn Way South Flooding Improvements-Phase 2 This change order constitutes fill 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-compensable. All other terms and conditions of the contract remain unchanged. Counterparts: This agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. A�tha Contractor: fie .. 2 it , .` Inspector: 7 � C �/f�� 2 Zg/G j Date Project Manager: _1/40,e0A,..1,. — i/Ig/IF■ Date City Engineer: a' i .41111I - / Date Approved by: k OJ'l , _ s _ 2 .25' j . Date Mayor, 4 of Auburn H:\Forms\FCO25.xis (Revised 05/2012) 0 L-1, 8- I CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 3 Contract No., Project No. and Project Title: 15-01, CP1202, Auburn Way South Flooding Improvements-Phase 2 Contractor Name and Address: Northwest Cascade. Inc PO Box 73399 • Puyallup, WA 98373 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments arc a supplement to the contract. All work,materials and measurements for the type of construction involved shall he in accordance with the contract documents oldie above named project unless stated otherwise in this change order. Summary of Proposed Changes: I. For the purpose of settling a dispute,the parties agree to the lump sum payment of$24.780.79 as resolution to the "Change of Condition Regarding 30-inch Storm Installation on Phase 2" letter submitted by the Contractor on October 23, 2015 including any and all subsequent correspondence regarding this issue. New Pay Item CO3-I. "Additional Excavation and Backfill for Phase 2 Storm Drainage Trunk Line Installation", is created to compensate the Contractor for the additional work needed to excavate and backfill the utility trench during the installation of the storm drainage trunk line in Phase 2. This additional excavation and backfill work was due to unexpected soil conditions which caused the trench walls to ravel during the excavation and resulted in wider trench width than normal. Payment for"Additional Excavation and Backfill for Phase 2 Storm Drainage Trunk Line Installation" is based on the negotiated price and shall be full compensation for all equipment,materials, and labor that was needed to complete the additional excavation and backfill work during the installation of the storm drainage trunk line in Phase 2 and no additional payment will be made. The Contract time is extended by 0 days. Sales Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax (+/-) ($) (+/-) (Y/N) Additional Excavation and Backfill for CO3-I A 7-04 Phase 2 Storm Drainage Trunk Line I LS LS $ 24,780.79 N Installation Subtotal $ 24,780.79 Washington State Sales Tax(9.5%)on applicable items $ - TOTAL $ 24,780.79 Base Amount Total incl.Tax I. Total Cost this C/O $ 24,780.79 $ 24,780.79 2. Total Cost All Previous C/0 $ 1 1 1,853.29 $ 120,213.72 3. Original Contract Amount $ 2,541,321.00 $ 2,640,824.00 4. Revised Contract Amount $ 2,677,955.08 $ 2,785.818.51 H:\Forms\FCO25.xis (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 3 Contract No., Project No. and Project Title: 15-01,CP1202, Auburn Way South Flooding Improvements-Phase 2 This change order constitutes lull 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 arc non-compensable. All other terns and conditions of the contract remain unchanged. Counterparts: This agreement may he executed in multiple counterparts,each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the paries and delivered to the other party. 1 Ii Contractor: II!& is ��(OI2/l(O Inspector: ® e / t..p-7.74(�D'" Dam Project Manager: 6/7/IC Da City Engineer: ,,� 0/7 1?fpj/A Approved by: , ,��Dam Mayor, o1 Auburn Daae H:\Forms\FCO25.xls (Revised 05/2012) 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 N y ackus,Mayor Countersigned: this.�� day of v 'VS-�-- , 2015 ATTEST: 441� Danielle E.Daskam,City Clerk APPROVED AS TO FORM: Daniel .Heid,City Attorne NORTHWEST CAS ADE, INC By uthorized ifigfial Signature ,M �� 0)""Y" Y S QMIP'�crt M xxvii L ' O q` V I CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 4 Contract No., Project No. and Project Title: 15-01. CP1202. Auburn Way South Flooding Improvements-Phase 2 Contractor Name and Address: Northwest Cascade, Inc PO Box 73399 Puyallup, WA 98373 The Contractor is hereby directed to make the changes to the Contract as described herein. 'fhis donuncnl and all attachments arc a supplement to the contract. All work. materials and measurements for the hype of construction involved shall he in accordance kith the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: I. Quantities for existing Pay Item numbers 23, 26, 27, 29, 53, 62, 72, 106, 111, 168, 170, 172, 173 and 176 are increased. The Contract time is extended by 0 days. Sa les Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax (+/-) (5) (+/-) (Y/N) 23 A 2-03 Sand Drainage Blanket • 329.22 TON $ 17.00 $ 5,596.74 N 26 A 4-04 _Crushed Surfacing Top Course 43.56 TON $ 18.50 $ 805.86 N 27 A 4-04 _Crushed Surfacing Base Course 429.95 TON $ 18.00 $ 7,739.10 N 29 A 5-04 Asphalt Cold Patch 21.95 TON _ $ 140.00 $ 3,073.00 N 53 A 7-08 Imported Pipe Bedding _ 313.85 TON $ 8.50 $ 2,667.73 N 62 A 8-02 Top Soil Type A 362.00 CY $ 50.00 $ 18,100.00 N 72 A 8-15 Quarry Spalls 60.74 TON $ 25.00 $ 1,518.50 N 106 B 4-04 Crushed Surfacing Base Course 345.29 TON $ 18.00 $ 6,215.22 Y III B 5-04 1-IMA Cl. 10-Inch PG 64-22 (Class E) 30.98 TON $ 80.00 $ 2,478.40 Y 168 C 4-04 Crushed Surfacing Base Course 270.64 TON $ 18.00 $ 4,871.52 Y 170 C 5-04 Asphalt Cold Patch 11.36 TON $ 140.00 $ 1,590.40 Y 172 C 5-04 HMA Cl. I/2-Inch PG 64-22 (Class B) 111.78 TON $ 83.00 $ 9.277.74 Y 173 C 5-04 1-IMA Cl. I-Inch PG 64-22 (Class E) 28.12 TON $ 80.00 $ 2,249.60 Y 176 C 7-08 Imported Pipe Bedding 16.55 TON $ 8.50 $ 140.68 Y Subtotal $ 66.324.48 Washington State Sales Tax(9.5%)on applicable items $ 2,548.24 TOTAL $ 68,872.72 Base Amount Total incl. Tax I. Total Cost this C/O $ 66,324.48 $ 68,872.72 2. Total Cost Previous C/O $ 136.634.08 $ 144.994.5 I 3. Original Contract Amount $ 2.541.321.00 $ 2.640.824.00 4. Revised Contract Amount $ 2.744.279.56 $ 2.854.691.22 H:\Forms\FCO25.xls (Revised 05/2012) CITY OF AUBURN CONTRACT CHANCE ORDER AGREEMENT NO. 4 Contract No., Project No. and Project Title: I5-01, CPI 202, Auburn Way South Flooding Improvements-Phase 2 This change order constitutes full and complete compensation for all labor. equipment.materials.overhead.profit.any and all indirect costs.and time adjustment to perlin n the above described changes. All other costs are non-compensable. All other terms and conditions of the contract remain unchanged. Miiia I = / Contractor: `�!� — 9 /t.�/201 a fff,a} Inspector: Date Project Manager: -4 - Visits /� Date City Engineer: 9// v ate Approved by: A44,0 SEP 11 2016 Mayor, AiliafAuburn Date H:\Forms\FCO25.xls (Revised 05/2012)