Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCO 06II Date:
R E N T O N'
Federal Aid:
AREAD OF IHE CURVE State Contraa.
1055 South Grady Way Contract:
Renton, WA 98057 Projects:
Change Order:
CONTRACTOR:
Atkinson Construction
707 S. Grady Way Ste 500
Renton, WA 98057
PROJECT:
Strander Blvd, SW 27' St Extension
Phase 1
1, 2013 Review
© Doan.—ration
HPP 1276(0051 ® Resident En9c
1 ® Materials Appr Engc
-133 © City project Manager
--,DT-- l! da—i-IIO
Fn once (>10%)
RECAPITULATION
ORIGINAL CONTRACT:
PREvlous ADDITIONS:
PREVIOUS DEDUCTIONS:
PREVIOUS TOTAL•
THIS CHANGE (ADD.):
(DED.):
ADJUSTED TOTAL-
$ 11,381,158.70
$ 361,521.51
$ 0.00
$ 11.742, 88 0.21
$ 125,762.00
$ 0.00
$ 11,868,442.21
Sections 1 -04.4 and 1 -04.5 of the 2010 Standard Specifications shall govern the issuance of this Change Order. The work of
this contract is herein modified to include the change detailed below. Additional quantities for existing and new items shall
constitute the complete and final settlement for all costs of labor, material, equipment, overhead, profit, permit fees, damages
(whether direct or indirect), and all other claims by the contractor as a result of this change.
Accepted are
The time for completion is not changed by this Change Order;
zero worldng days are hereby added to the contract.
(CONTINUED NEXT PAGE...)
Your proposal and this acceptance shall constitute and become part of the contract,
subject to all conditions curtained therein, as modified by ' Orange Order.
Approved by:
City of Renton Transportation Design Supervisor
Acknowledged by:
Surety
Surety Sea( (if Applicable)
Page 1 of 2 Logged (City of Renton use only)
.1 31
Atkinson Construction
Strander Blvd., SW 27"' St Extension
Change Order 6
February 1, 2013
Reason for Change:
BNSF requires that the existing track bed adjacent to the east shoofly be removed and re- built. This
work was not previously included in the contract.
Description:
Remove and dispose of the existing track bed material adjacent to the east shoofly starting 4' away
from the outside track of Main 2 north and south of the bridge excavation. Remove and dispose of
stockpiled material removed from level 1 of the phase 1 bridge footing excavation adjacent to the N -S
sheet pile wall. Testing indicates that removed soils must be disposed of at an approved hazardous
waste disposal facility.
Re -build the track bed with sub ballast material in accordance with the approved submittal no. 12.3.
This material will be paid under Bid Items 12 and 139.
Changes to Quantities of Existing Bid Items:
Bid Item
Increase
Decrease
Unit
Unit Price
Total Price
BI No. 12 - Sub Ballast
900
TN
$ 21.00
$ 18,900.00
BI No. 139 - Sub Ballast -Added Cost for
Revised Specification
900
TN
$ 3.18
$ 2,862.00
Add the Following New Item to Contract CAG 11 -133:
New Bid Item 146 Remove and Dispose of Existing Trackbed Material represents full pay-
ment for all labor, equipment, and material necessary to remove and dispose of the existing
trackbed on the east side of the BNSF tracks as described in this Change Order. This includes
removal and disposal of the existing ballast and sub ballast material and stockpiled material
removed from level Iof the phase Ibridge footing excavation, no further compensation will be
made. This work will be paid in accordance with 1 -09.6 Force Account.
New Item 146: Remove and Dispose of Existing Trackbed Material
byEST ....................................................................... ............................... $104,000.00
Total this Change Order ........................... ............................... ....................$125,762.00
Page 2 of 2
CO M
�# r
O N
U o
Cl)
O
r
d �
Z E a
OwZE
W d W
o O 'c
W
(7 R
U v Z
= LL
7 V
CL
0
M
Cl)
r
Q
U
0 o
O
rn
m
00 0
06
co
LO o
L
C
o
N
CVO
C
M —
00
@
M (fi
LO
�
N
r
E
69) 1 6f
Q
m
N
C
C
@
d
E
E
d
E
u)
E
..
r
` cn a)
N
N
C N N
o
=
U E
F-
s
�� LL
m c`o
o
d
m e a) a) m o
aD
=
E -a -o m m U
in
=
3
�U(n LL LL Hm
C
'N
W
O H
Q
r
x
V
W
.J
d
=
N
V
O
ti
N
N
=
O
vimn
_
t/!
O� O M M v 0
000
N
L
— CO CO O 0 Cn
00
co N Cn 0 N
M
LL.
M N
00
r
r
L
3
(n
6q 6F). 69. FR 69
eA
�- N M ,I- 0 CO
l{i
0
E
v Z Z Z Z Z Z
E2 L L L L L L
U
0 0 0 0 0 m
c 'o "d -2 'a '0
r
O U
0
w
U 000000
~
i
ca a) ai ai ai m 0
N
Z
Z
C c c o c a) c
C/)
O
O
O
m ca m ca m
V
C)
U
C
O U U U U U
Q
O N
U N
n
0
d ti
z E p
O�zE
CL
D
w m LU
Nin
U Y O
} C W
viz=
CU
CL
V
C�
Q
U
J
u
O
E
ii
ca
Q Q
E
i
v
Z Z
O O
E
U. U
V
D
N
M N
N
0
=
6.
_
,t
a0
a0
I-
M H3
LL
64i
N
� Q
r
J
� J
D o
� c
O
� U
3 N
o Y
Q
3
�
a �+
D t9
O
E
H H
�
N
Q Q
N 4
co o
v
Z Z
O O
`
o
U. U
V
0 00
0
O Cl) 000
O
w m 61-- N
N 4
co o
ao
o��ti
o
LO
ti
o
M N
N
cq
—
,t
a0
a0
I-
M H3
Lq
64i
N
�
r
613
J m
m y�mm a)
m
C
C N m H O
C) � F- E H
n m 75 v
76 LL c O O N O N
U in
" O a> m m m 2
.7 C) U) LL U =o
O H
O-
M
ti
O Cl) 000
O
w m 61-- N
N 4
LO
o��ti
��
d' N
M N
(D N
O
ea cs% V9� Q9, ea
c 693� (.19,
N M It 0 0rl-
0 0 0 0 0 0 0
0 z z z z z z z
- N N N N N N N
c a o a o a o a
U 0000000
rn m m m m m m m
O 0000000
C
E
91