Loading...
HomeMy WebLinkAboutCO 9CAG -14-088, CO #9-15 CONTRACT CHANGE ORDER NO. #09 Project Cost Reconciliation (FAA - Eligible) or SUPPLEMENTAL AGREEMENT NO. AIRPORT Renton Municipal Airport DATE 28 July 2015 LOCATION Renton, WA AIP PROJECT NO. 3-53-0055-024 CONTRACTOR Gary Merlino CITY OF RENTON Construction Co., Inc. PROJECT NO. CAG -14-088 You are requested to perform the following described work, upon receipt of an approved copy of this document or as directed by the engineer: Item No. Description Unit Unit Price uanti Amount 01 See attached spreadsheet for complete information '�j� �•�'' ./ l-'"� s �'^-1' ?/-3— $13,347.28 Ow�- Date Accepted by: '2gz� C rector bate Concurred by: Stat er t' s f applicable) D4te Approved by: M-12-045, Sub -Total $1.3,347.28 Sales Tax 9.5% $1,267.99 This Change Order Total $14,615.27 Previous Change Order(s) Total _ $(163,742.95)_ Revised Contract Total $1,103,477.57 The time provided for completion in the contract is unchanged. This document shall become an amendment to the contract and all provisions of the contract Rill apply. Changes are shown on Drawing(s) No. N/A dated NLA.4�ree copies attached. Recommended by: / &/& 1y " ?F _/_(` E gineer m_ Date Approved by: '�j� �•�'' ./ l-'"� s �'^-1' ?/-3— Ow�- Date Accepted by: '2gz� C rector bate Concurred by: Stat er t' s f applicable) D4te Approved by: M-12-045, E deral Aviat �t4GJ� n Administratioq � �s�� y Oate P F" r -T I Page 1 of 2 NOTE: Change Orders and Supplemental Agreements require FAA approval prior to construction, otherwise no Federal participation can be granted. State Aeronautics concurrence is required when state participation is anticipated. JUSTIFICATION FOR, CHANGE 1. Brief description of the proposed contract change(s) and location(s). CO 409 Project Cost Reconciliation 2. Reason(s) for the change(s) (Continue on reverse if necessary) CO #09: Final reconciliation of project bid item quantities and costs for project documentation purposes. This change order does not represent any new payments to Contractor. 3. Justifications for unit prices or total cost. This change order does not represent new unit prices or new costs. It is a reconciliation of final pay item quantities and costs for the project. 4. The sponsor's share of this cost is available from: FAA Funds or City of Renton Funds 5. if this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest wage rate decision? Yes ❑ No ❑ Not Applicable ®. b. blas consent of surety been obtained`? Yes© Not Necessary ®. 7. Will this change affect the insurance coverage? Yes ❑ No ®. 8. If yes, will the policies be extended? Yes ❑ No ®. 9. Ilas this (Change Order) (Supplemental Agreement) been discussed with FAA officials? Yes ❑ No ® When With Whom Comment Submit 4 copies to the FAA Page 2 of 2 a) Original Contract Sum Cba �.,tion S 1,252,565.24 Cost Reconciliation �ay Application 902 $ 1,252565.24 - Summary Pay Application ;s03 $ 1,252,565.24 of Payment Pay Application .104 S 1,252,565.24 Pay Application S 1,252,565.24 Budget Reconciliation $ 1,252,565.24 b) 'Total Net Change Orders 5 - $ S $ S (163,702.95) $ (153,702.95) C) Contract Sum to Date $ 1,252,565.24 $ 1,252,565.24 $ 1,252,565.24 S 1,252,565.24 S 1,088,862.29 $ 1,088,862.29 d) Total Completed to Date 5 291,150.65 S 705,505.22 $ 907,192.83 $ 1,010,055.59 S 1,103,477.57 5 1,103,477.57 e) Previously Completed $ - $ 291,150.65 S 705,505.22 $ 907,192.83 $ 1,010,055.59 $ 1,103,477.57 f) Payment this Request $ 265,891-001 $ 00 184,1896 S 93,938.60 S 85,316.87 $0.00 h) Tax $ 25,259.65 L378,406. S4857 SO.QOSales i) To be paid by RNT $ 291,150.65 S 414,354.57 1 S 201,687.611S .02,862.77 5 93,421.97 $0.00 Project Cost Reconciliation (Cell 17 -Cell 16) = I S 14,615.27 Total Completed to Date (line d, based on unit price quantities) minus Contract Sum to Date (line c) S 1,103,477.57 Total Contractor Payment Change Order #09 Project Cost Reconciliation (Bid Item Underruns/Overruns) Bid It fill contract Final (Underrun)/Overru •1 ••• y' Quantity Quantity 1.01 MOBILIZATION LS $ 67,000.001 1.00 1.00 0.00 1.02 SAFETY AND SECURITY LS $ 5,000.00 1.00 1.00 0.00 1.03 PROJECT SURVEY, STAKEOUT, LS $ 10,000,00 1.00 1.00 0.00 AND RECORD DRAWINGS TEMPORARY FENCING, 104 LS $ 50,000.00 1.00 1.00 0.00 BARRICADES, AND FACILITIES 1.05 STORM WATER POLLUTION LS $ 13,000.00 1.00 1.00 0.00 PREVENTION PLAN 1.06 BLAST WALL LS $ 272,000.00 1.00 1.00 0.00 1.07 BLAST WALL FOUNDATION LS $ 1.05,000.00 1.00 1.00 0.00 1.08 FENCE 8 -FT, PERIMETER LF $ 475.00 233.00 0.00 (233.00) Removed via change order #5 1.09 FENCE 8 -FT, CHAIN LINK LF $ 12.00 30.00 0,00 (30.00) Removed via change order #5 1.10 FENCE 10 -FT, CHAIN LINK LF $ 14.00 240.00 0.00 (240.00) Removed via change order Its 1.11 DEMO EXISTING BLAST WALL LS $ 20,000.00 1.00 1.00 0.00 AND FOUNDATION DEMO EXISTING BLAST PAD $ 14.00 1,693.00 2176.00 483.00 Overrun due to incorrect reported in bid item list 1.12 PAVEMENT AND DISPOSAL SY city's 1.13 DEMO EXISTING FENCE LF $ 10.00 270.00 0.00 (270.00) Not paid due to costs associated with change order #05 UNCLASSIFIED EXCAVATION - Overrun due to incorrect qty's reported In bid Item list, also no pay 1.14 Cy $ 45.00 215.00 612.00 397.00 item for earth work associated with grading/hauling/material for EXPORT grass bay west of runway end PAVEMENT MARKINGS, 3 FT 1.15 WIDE LF $ 14.00 170.00 170.00 0.00 CHEVRON/DEMARCATION 1.16 HYDROSEEDING AC $ 7,000.00 1.00 1.00 0.00 1.17 SINKHOLE REMEDIATION SY $ 45.00 120.00 0.00 (120.00) Not paid due to non presence of sinkhole activity during subgrade site review CRUSHED AGGREGATE BASE Overrun due to unsuitable material removed for backfill of drainage 2.18 CY $ 72.00 206.00 400,00 194.00 structures, pipes, and electrical work. Also, no bid item for CSSC COURSE beneath blast wail foundation - qty included here 1.19 EXISTING BASE RE -GRADE SY $ 7,00 1,238.00 1238.00 0.00 AND RE -COMPACTION 120 1/2" PLANT MIX PAVEMENT, TON S 120.00 1 274.00 398.73 124.73 Overrun due to inaccurate design calculations - talc's based off 4" CLASS II depth asphalt, not 6" as shown in plans MANHOLE/CATCH BASIN, $ 320.00 2.00 2.00 0.00 1.21 ADJUST TO GRADE EA 1.22 TYPE 1 CATCH BASIN EA $ 1,900.00 4.00 6.00 2.00 Overrun due to failing catch basin in field, see FD#03 1.23 TYPE 2 CATCH BASIN EA $ 3,300.00 1.00 0.00 (1.00) Not paid due to switch from CB Type 2 to CB Type 1, see FD#01 2.24 STORM DRAIN PIPE, 6" 01 LF $ 63.00 185.00 203.00 18.00 Overrun due to damaged existing asbestos pipe, replaced with 6" DI. See FD#06 1.Z5 STORM DRAIN CONNECTION EA $ 600.00 2.00 3.00 1.00 Overrun due to damaged existing asbestos pipe, replaced with 6" TO EXISTING DI, connected to C83. See FO#06 2 26 STORM DRAIN FOUNDATION EA $ i 900 00 2 00 0 00 (2 00} Not paid as no foundation penetrations needed for new storm PENETRATION drain below new blast wall foundation BLAST WALL CONDUIT WIRE 1.27 AND RELOCATION OF LS $ 4,000.00 1.00 1.00 0.00 OBSTRUCTION LIGHTS RELOCATED EXISTING 1.28 ELECTRICAL METER AND EA $ 6,000.00 1.00 1.00 0.00 PANEL 1.29 SPARE 2" CONDUIT IN LF $ 7.00 1,130.00 1130.00 0.00 TRENCH 1.30 SPARE 3" CONDUIT IN LF S 5.00 1,560.00 1560.00 0.00 TRENCH 1.31 SPARE 4" CONDUIT IN LF $ 6.00 1,200.00 1200.00 0.00 TRENCH NEW AIRCRAFT RATED 2 32 ( EA $ 2,000.00 1.00 1.00 0.00 ELECTRICAL VAULT I 0.00 2.01 MOBILIZATION LS $ 8,000.00 1.00 1.00 0.00 2.02 SAFETY AND SECURITY LS $ 17,000.00 1.00 1.00 0.00 2.03 PROJECT SURVEY AND LS $ 5,000.00 1.00 1,00 0.00 STAKEOUT TEMPORARY FENCING, 2.04 LS $ 1,200.00 1.00 1.00 0.00 BARRICADES, AND FACILITIES TOPSOIL AT PLANT BED (8" 2.05 Cy $ 39.00 227.00 225.00 (2.00) Underrun due to rounding of bid item vs. truck load amount DEPTH) 2.06 TOPSOIL AT LAWN AREAS Cy S 39.00 448.00 525.00 77.00 Overrun due to matematical errors in assuming area was flat, vs. LANDSIDE (4" DEPTH) the actual terrain 2.07 MULCH CY $ 49.00 58.OD 87.QD 29A0 Overrun due to additional mulch to shore up bottom of chain link fence gaps 2.08 TREES 11/2" CAL. EA $ 350.00 3.00 3.00 0.00 2,09 SHRUBS (2 GAL.) EA $ 24.OQ 264.00 147.QD {117.00) Underrun due to removal of plants and swapping out plants with cheaper versions, see FD 408, 2.10 SHRUBS (1 GAL.) EA $ 10.Q0 166.00 94.00 (72.00) Underrun due to removal of plants and swapping out plants with cheaper versions, see FD#08. 2.11 PERENNIALS (2 GAL.) EA $ 24.00 3.00 3.00 0.00 2.12 PERENNIALS (1 GAL.) EA $ 10.00 853.00 697.00 ` (156.00) Underrun due to removal of plants and swapping out plants with cheaper versions, see FD #08. ORNAMENTAL GRASSES (2 2.13 EA $ 24.00 28.00 28.00 0.00 GAL.) 2.14 ORNAMENTAL GRASSES (1 EA $ 10.00 € 265.00 268.00 33.00 Overrun due to removal of plants and swapping out plants with GAL.) cheaper versions, see FD.",08. 2.15 BULBS LS $ 2,000.00 1.00 1.00 0.00 2.16 HYDROSEED/ LAWN LANDSIDE SY $ 3.00 4,075.00 4075.00 0.00 2.17 NEW QUICK COUPLER VALVES EA S 150.00 3.00 3.00 0.00 2.18 TURF AREAS - MEDIUM SF $ 0.40 36,674.00 36674.00 0.00 ROTORS OR MP ROTATORS 2.19 GROUND COVER OR PLANT SF $ 0.40 9,144.00 9144.00 0.00 BEDS -SPRAY ESP -ME CONTROLLER (4 2.20 EA $ 1,800.00 1.00 1.00 0.00 STATIONS) 2 21 CONTROLLER EXPANSION EA $ 1,500.00 1.00 1.00 0.00 MODULES (3 STATION) 2.22 CONTROLLER EXPANSION EA $ 2,000,00 2.00 2.00 0.00 MODULES (6 STATION) 2.23 CONTROLLER ENCLOSURE - EA $ 1,100.00 1.00 1.00 0.00 STAINLESS STEEL 2.24 ELECTRICAL WORK TO EA $ 1,500.00 1.00 1.00 0.00 INSTALL CONTROLLER I JACK OR BORE UNDER 2.25 ROADWAY FOR SLEEVING, LF $ 75.00 24,00 24.00 0.00 MAIN LINE & WIRE 2.26 MAIN LINE EXTENSION TO LF $ 30.00 100.00 50.00 (50,00) Underrun due to ability to connect to existing mainline without SITE I I extension to site 2.27 4" CPP PLANT BED LF $ 10.00 460.00 460.00 0.00 UNDERDRAINS 2.28 6" PVC LATERAL LF $ 15.00 52.00 52.00 0.00 CONNECTIONS 2.29 4 X 6 CONNECTORS EA $ 500.00 4.00 4,00 0.00 2.30 UNCLASSIFIED EXCAVATION - C, $ 27,00 2,983.00 2009.00 (974,00) Underrun due to revised grading plan In Schedule II, see FD Nos. EXPORT This to avoid an existing AT&T Fiber line not found during design 2.31 LOWER LIGHT POLES ALONG EA $ 1,700.00 6.00 6.00 0.00 AIRPORT WAY 0.00 3.00 Blast Wall Artwork and Blast LS $ 90,000,00 1.00 0.00 (1.00) Removed via change order a2 Wall Lighting