Loading...
HomeMy WebLinkAboutCO 5 CAG-14-088, Co #5-15 CONTRACT CHANGE ORDER NO. #05 (FAA-Eligible) or SUPPLEMENTAL AGREEMENT NO. AIRPORT Renton Municipal Airport DATE 12-Feb-15 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 Unit No. Description Unit Price Quantity Amount 01 Remove Bid Item#1.08 LF 475.00 233 (110,675.00) 02 1 Remove Bid Item#1.09 LF 12.00 30 (360.00) 03 Remove Bid Item#1.10 LF 14.00 240 (3,360.00) 04 Install Temporary Perimeter Fencing LS 3,030.31 1 3,030.31 05 1 Install Perimeter Fencing LS 11,995.24 1 11,995.24 06 Install Perimeter Fencing fabric along the i's 8,480.29 1 8,480.29 back side of the new Blast Wall I Sub-Total $(90,889.16) Sales Tax (9.5%) $(8�634.47) This Change Order Total S(99,523.63) Previous Change Order(s)Total $(96,618.06) Revised Contract Total $1,056,423.51 The time provided for completion in the contract is (unchanged)(decreased) (increased)by 0 working days. This document shall become an amendment to the contract and all provisions of the contract will apply. Changes are shown on Drawing(s)No. dated three copies attached. Recommended by: 11 zo I Engin er Date Approved by: z Owner bate Accepted by: x eo actor' Date Concurred by: Stat A ron ties (if applicable) Date Approved by: Pagel of Federal Aviation Administration Date 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#05, as a result of CO#02, omits the following Bid Items: Bid Item#1.08 (Item#01); Bid Item#1.09 (Item #02); Bid Item#1.10(Item #03) CO#05, as a result of omitted Bid Items#1.08,#1.09, and#1.10,directs the Contractor to install: Temporary Perimeter Fencing(Item #04); Perimeter Fencing(Item#05); Perimeter Fencing fabric along the back side of the new Blast Wall (Item #06) 2. Reason(s)for the change(s) (Continue on reverse if necessary) Item #01 - Bid Item#1.08 was intended to be an aesthetically pleasing Perimeter Fencing system that would extend the imagery of the Blast Wall Art Work. The removal of Schedule III (sei'CO#02) negates the purpose for installing Bid Item#1.08 as specified in Contract Specification 323114. Items#02 and#03 - Bid Items#1.09 and#1.10 were included in the Project to maintain security during the interim between completion of new Blast Wall erection and prior to installation of Blast Wall Art Work. Bid Items#1.09 and#I.10,per specification 323113, consisted of galvanized steel chain link fencing. The galvanized steel chain link fence would damage the powder coated framing members of the new Blast Wall, and are therefore being replaced by vinyl coated perimeter fencing fabric(see Item #06,below). Item#04 - Temporary Perimeter Fencing was needed to avoid Contractor delay's resulting from Perimeter Fencing revisions. Item#05 - The removal of Bid Item #1.08 resulted in the need of an alternate Perimeter Fence. Installation of a new Perimeter Fence consisting partially of salvaged materials from the existing Perimeter Fence,and partially of new materials as needed to complete the Perimeter Fence installation, proved optimal. Item#06 - With the removal of Schedule III (see CO#02) in combination with the removal of Bid Items#1.09 and#1.10,the backside of the new Blast Wallis rendered unsecure. Inorder to ensure Airport perimeter security,and to avoid damaging the new Blast Wall powder coated framing members,installation of one(1),two(2) foot section, attached atop the 'z-girts' along the Blast Wall bottom, and one(1), seven (7) foot section, attached immedately above the'z-girt'section, is necessary. 3. Justifications for unit prices or total cost. Unit prices for labor are per the current labor wage rates. Unit prices for equipment are per the current year equpiment rental rates. Page 2 of 3 4. The sponsor's share of this cost is available from: 90% S. If this is a supplemental agreement involving more than$2,000,is the cost estimate based on the latest wage rate decision? Yes E] NoE] Not Applicable Z. 6. Has consent of surety been obtained? Yes ElNot Necessary N. 7. Will this change affect the insurance coverage? Yes M No Z. 8. If yes, will the policies be extended? Yes [:1 No 0. 9. Has this(Change Order)(Supplemental Agreement)been discussed with FAA officials? Yes ❑ No 0 When With Whom Comment Submit 4 copies to the FAA Page 3 of 3