Loading...
HomeMy WebLinkAboutCO 6 �_ y • CAG-12-091, CO #6-13 CHANGE ORDER # 6 AIRPORT:Renton Municipal Airport DATE:6-21-13 LOCATION:Renton,Washington GRANT#:3-53-0055-023 CONTRACTOR:ICON Materials This change order was prepared in accordance with FAA Program Guidance Letter 12-03.A price analysis was prepared and it Is recommended that the FAA accept the analysis as evidence of cost reasonableness. 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# Description Unit Unit Quantity Amount Price 1 Replace Sign Panels#2 and#3 L.S. $8,130.81 1 $8,130.81 Subtotal $8,130.81 State Sales Tax(9.5%) $772.43 This Change Order Total $8,903.24 Previous Change Order Amount $63,001.82 Original Contract Amount $2.364.463.61 Revised Contract Total $2,436,368.67 Recommended by: Date: E46eer, Reid Middleton, Inc. Approved by: Date: Owner,Cit R Accepted by: IL'WL Date: Contractor, ICON M e T - Accepted by. Date: 2 3 Federal Aviation Administra Accepted by Date: WSDO 001GOApU01007 Benton 7W3&Signayel'Nodh Taxiway Const\Change Orders\CO 6.docx CHANGE ORDER# 6 AIP PROJECT NO. 3-53-0055-023 - AIRPORT Renton Municipal Airport LOCATION Renton, WA JUSTIFICATION FOR CHANGE This justification for change was prepared in accordance with FAA Program Guidance Letter 12-03 I Brief description of the proposed contract change(s)and locations(s). This change order consists of the following: Due to an oversight during project design, replacement to Signs#2 and#3 were not recognized. This change order adds these two signs to the protect. Sign replacement includes: - Provide new Sign Panel for Sign #2 - Provide new Sign Panel and 2-Module Frame with Sign Transformer for Sign#3 - Excavation, Forming, and Concrete for 2-foot Sign Base Extension for Sign#3 Coordination - Equipment and labor for installation - Allowable contractor mark-up - 7 calendar-day time extension 2. Reason(s) for the change(s) (Continue on reverse if necessary). Sign#2 Due to an error during design, the panels on this sign were.not identified as requiring replacement. Remove the existing sign panel with the inscription "A"on the side with the inscription A 34 and install a new panel with the inscription"AT'. Remove the existing sign panel with the inscription"A"and install a new panel with the inscription"A7". Size the panels to fit the existing sign frame. . Sign#3 Due to an error during design, the panels on this sign were not identified as requiring replacement. Remove the existing sign panel with the inscription"A -4, and remove- the existing sign frame as it is too small for the new panel. Install a new.panel with the inscription"A7 -;'. Install a 2-foot Sign Base Extension to provide clearance around the new sign. 3. Justifications for unit prices or total cost: Justification was prepared in accordance with FAA program guidance letter 12-03. 4. The sponsor's share of this cost is available from: Port 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 NA ' X 6. Has consent of surety been obtained? Yes Not Necessary X N7UCI23F,pt901007 Rentoo 7W B&signogeModh Taxiway Const\Change Orders\CO 6.docx . 7. Will this change affect the insurance coverage? Yes No X 8. If yes, Will the policies be extended? Yes No X 9. Has this Change Order been discussed with FAA Officials? Yes X No When 06/21/13 With Whom Peter Doyle 14-'(.)('k23AtA 101007 Renton TW B&sigoageModh Taxiway Const\Change Orders\CO 6.docx r Renton Airport Change Order Cost Analysis/Backup for Taxiway B System Rehabilitation—North Portion Reconstruction and Airfield Signage Modifications Change Order#6 This cost analysis is prepared in compliance with Program Guidance Letter 12-03. Comparative costs have been taken from bid prices for other projects,from construction cost guides and from quotes from suppliers. The quantities to complete each of the activities listed below are small in comparison to the quantities for a typical project,therefore unit prices for the items listed will be higher than expected for a large quantity. 1) Replace Signs#2 and#3 This activity consists of the following tasks. Provide Sign Panel for Sign#2 In order to quickly receive the sign panel for this sign,the Contractor has placed a rush order. The Contractor paid an additional cost to reduce the standard order,fabrication,and delivery time ofthis sign. Typical costs to can be expected to range between$500 and $800 per sign. The Contractor's cost for this sign is$705.55. For the quantity of one sign.panel,the cost can be expected to range from $500 to$800. Provide Sign Panel and 2-Module Frame with Sign Transformer for Sign#3 In order to quickly receive the sign panel for this sign,the Contractor will place a rush order. The Contractor will pay an additional cost to reduce the standard order,fabrication,and delivery time of this sign. This installation also requires a new 2-Module sign frame to install the new sign panel. This item also includes the installation of a new sign transformer for the new 2-Module sign,splice kits to connect to the existing power source,and miscellaneous hardware and bolts. For the quantity of one Sign Panel and 2-Module Frame,and one Sign Transformer,the contract unit bid price (Bid Item No.43)for new 2-Module signs is$2,700. The Contractor's change order cost for this. unit is $2,439.50(new sign and 2-Module frame, $2,261.80; new sign transformer,$95.00;splice kits, $32.70; miscellaneous hardware and bolts; $50.00) which reflects the added cost for accelerated production and delivery. • Excavation, Forming, and Concrete for 2-foot Sign Base Extension for Sign#3 A minor quantity of excavation (1 cubic yard or less) and forming for the concrete base is required for the sign base extension. This item is the equivalent of the WSDOT bid item Structure Excavation Class B Incl. Haul. From the Unit bid Analysis WSDOT web site for this item, unit prices range from$1.00 to $500.00 per cubic yard (CY). Using engineering judgment, both of these values are outliers and the practical range for unit bid prices range from$21.50 to$300 per CY. A short load (any quantity less than 4 CY) is required for construction of the 2-foot Sign Base Extension. The charge for this minimum amount is$440. For a quantity of 1 CY or less, unit prices from the WSDOT Unit Bid analysis web site lists unit prices ranging from$150 to$600 per CY. For the quantity one 2-foot Sign Base Extension,the contract unit price(Bid Item No.45) is$750.00. The Contractor's change order cost for this assembly is$485.00(excavation, $25.00;forms,$20.00; concrete short load,$440.00). • Coordination Contractor coordination with Airport staff resulted in one additional round trip site visit by the Electrical Subcontractor to the project site from the project office in Ellensburg. Materials cost represents the estimated cost of fuel for this additional site visit. Each round trip is approximately 215 miles. Using the current government allowable mileage allowance of$0.565 per mile,the cost per trip is$121. For the estimated cost from the Contractor is$50. • Labor The labor effort matches the contractor's effort to accomplish this task. The labor rate of$75 closely matches the labor rate of$77.91 from the 2012 Friday Harbor Airport project. • Equipment Equipment rates were established using the 2003/2004 NECA Tool and Equipment Schedule. On-site duration; snitch field observations. Equipment total charge of$98.61 is lower than the billing rates from the F:.Lruary 2013 NECA rates schedule. Replacen-writ of Sign#2 and #3 change order price from ICON Materials $8,903.24 Conclusion: The requested change order amount is a fair and reasonable estimate for replacing Signs#2 and 43. H:doc/23an/10/007 Renton TW B&SignagePNorth Taxiway Constr/Change Orders/Renton CO#6 Cost Justification.doc;mjc 3id Analysis-Standard Ite s Report Page 21 of 11.0 7015 C.Y. CONTROLLED 12AO22 008403 12/17/2012 76.00 $105.00 $100.00 $82.00 DENSITY FILL NWR AVERAGE LOW BID is $94.67 State AVERAGE LOW BID is $108.86 GRAVEL BACKFILL 7017 C.Y. FOR PIPE ZONE 09A030 007945 4/26/2010 4.00 $21.00 -$22.00 $26.00 BEDDING I NWR AVERAGE LOW BID is $21.00 State AVERAGE LOW BID is $17.52 r. Standard Item Unit of Job Contract Planned Second Number Measure Item Description. Number Number AD Date Quantity Low Bid Bid Third Bid 7018 MGAL WATER 08A801 007575 5/27/2008 18.00 $200.00 $250.00 $100.00 7018 - MGAL WATER 08A011 007579 6/2/2008 0.10 $25,000.00. $10,000.00 $1,000.00 7018 MGAL WATER 08AO23 007639 11/10/2008 360.00 $17.00 $1.00 $20.00 7018 MGAL WATER. 08A810 007715 3/16/2009 28.00 • $100.00 $250.00 $100.00 7018 MGAL WATER 09A802 007936 4112/2010 2,000.00 $24.00 $35.00 $30.00 7018 MGAL WATER 09A030 007945 4/26/2010 850.00 $35.00 $26.00 $23.00 7018 MGAL WATER 1OA040 008065 1216/2010 475.00 $16.00 $25.00 $15.00 7018 MGAL WATER 1OA034 008128 4/4/2011 935.00 $35.00 $65.00 $45.00 7018 MGAL WATER 1OA046 008140 4/18/2011 4,500.00 $25.24 $5.00 $12.00 7018 MGAL WATER 11A003 068141 4/18/2011 36.00 $32.00 $100.00 $21.90 NWR AVERAGE LOW BID is $26.93 State AVERAGE LOW BID is $2.80 7024 C.Y. CONC.CLASS 3000 1OA008 007948 4/26/2010 4.00 $85.00 $150.00 $250.00 NWR AVERAGE LOW BID is $85.00 State AVERAGE LOW BID is $252.44 . G 7027 08A015 007637 11/10/2008%,'� 7027 C.Y. COMMERCIAL 08A035 007660 1/12/2009 3.00 $600.00 $3,000.00 $1,800.00 CONCRETE . COMMERCIAL 7027 C.Y. CONCRETE 09A801 007771 5/11/2009 2.20 $1,250.00 $680.00 $480.00 7027 C.Y. COMMERCIAL 09A021 007874 12/21/2009 0.30 $2,000.00 $410.00 $800.00 CONCRETE 7027 19fto VM*tRCML 09A802 007936 4/12/2010 ` 1 �I�O 0 '; $300 007027. C.Y. 1OA034 008128 4/4/2011 15.70 $400.00 $500.00 $130.00 CONCRETE COMMERCIAL, 7027 C.Y. 12A013 008405 12117/2012 18.00 $436.00 $255.00 $330.00 �. CONCRETE NWR AVERAGE LOW BID is $496.01 State AVERAGE LOW BID is $283.47 i 7028 L.S. CURE BOX 08AO09 007621 10/612008 3,000.00. $500.00 $1,000.00 $7,000.00 7028. L.S. CURE BOX 08AO06 007622 10/6/2008 6,400.00 $2,500.00 $2,000.00 $6,000.00 7.028 L.S. CURE BOX 08AO27 007625 10/13/2008 3,000.00 $3,500.00 $1,600.00 $1,000.00 7028 L.S. CURE BOX 08A015 007637 11/10/2008 5,000.00 $8,500.00 $10,000.00 $3,000.00 I 7028 L.S. CURE BOX 08A023. 007639 11110/2008 2,000.00 $530.00 $200.00 $25.00 7028 L.S. CURE BOX 08AO20 007.640 11117/2008 15,000.00 $5,100.00 $10,500.00 $11,000.00 http://www.wsdot.wa.gov/biz/contaa/uba/sreport.cfm. 5/6/2013 _.S. SCHEDULE 10AU08 UU11J46 41G01LV I ov,uvv.uu .PJv,vvv.vv '"',"v•�� W -- L.S. TYPE C PROGR 10A052 .008080 1/10/2011 20,000.00 000.00 $35000.00 $20,000-00 SCHEDULE � � 00 L.S. TYPE C PROGRESS 10A058 008113 3/21/2011 10,000.00 $10,000.00. $10,000.00 $10,000-00 SCHEDULE 7004 L.S. TYPE C PROGRESS IOA034 008128 4/4/2011 100,000.00 $100,000.00 $100,000.00$100,000.00 SCHEDULE 7004 L.S. TYPE C PROGRESS 10A046 008140 4/18/2011 50,000.00 $50,000.00 $50,000.00 $100,000.00 SCHEDULE 7004 L.S. TYPE C PROGRESS l lAO13 008211 8/22/2011 0.00 $5,000.00 $5,000.00 $5,000.00 SCHEDULE 7004 L.S. TYPE C PROGRESS 11A015- 008286. 4/212012 28,000.00 $30,000.00 $30,000.00 $30,000.00 J SCHEDULE 7004 L.S. TYPE C PROGRESS 12AO06 008314 5/7/2012 20,000.00 $20,000.00 $20,000.00 $20,000.00 SCHEDULE Standard '. Item Unit of Job Contract Planned Second Number Measure Item Description Number Number AD Date Quantity Low Bid Bid' Third Bid 7004 L.S. TYPE C PROGRESS 11A009 008379 10/1/2012 20,000.00 $20,000.00 $20,000.00 $20,000.00 SCHEDULE 7004 L.S. TYPE C PROGRESS 12AO21 008414 1/22/2013 20,000.00 $20,000.00` $20,000.00 $20,000.00 SCHEDULE 7004 L.S. TYPE C PROGRESS 12AO17 008457 3125/2013 10,000.00 $10,000.00 $10,000.00 $10,000.00 SCHEDULE NWR STRUCTURE 7005 C.Y. EXCAVATION CLASS 12AO01 008423 2/4/2013 2,000.00 $5.50 $5.90 $22.00 B NWR AVERAGE LOW BID is $5.50 State AVERAGE LOW BID is $13.87 7006 ` } h 8A003 007573 5/27/2008 t5 t r ,�Q + $X'0.00 In =4 s. � fRUCTURE' 7006 C.Y. EXCAVATION CLASS 08A801 007575 5/27/2008 11,679.00 $75.00 $56.00 $125.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION.CLASS 08A025 007623 10/612008 73.00 $75.00 $60.00 $70.00 B INCL.HA •STRUCTURE 7006 . C.Y. , EXCAVATION CLASS 08AO27 007625 .10/13/2008 50.00 $50.00 $1.00 $15.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 08AO17 007631 10/27/2008,10,435.00 $1.20 $12.00 $8.00 B INCL.HA' STRUCTURE 7006 C.Y. EXCAVATION CLASS 08AO15 007637 11/10/2008 30,523.00 $5.55 $9.00 $6.10 B1NCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 08AO23 007639 11/10/2008 1,509.00 $4.90 $10.00 $8.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 08AO43 007661 1/12/2009 1,715.00 $10.00 $10.00 $9.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 08A810 007715 3/16/2009 7,380.00 $100.00 $25.00 $80.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 08AO19 007717 3116/2009 1,030.00 $3.00 $9.00 $9 OU B INCL.HA 7006 C.Y. STRUCTURE EXCAVATION CLASS .09A001 007721 3/23/2009 27.00 $62.00 $40.00 $45.00 http://www.wsdot.wa.gov/biz/contaa/uba/srepQrt.cfm 5/3/201'- � 4 Bid Analysis-Standard Items Report Page 14 of 110 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 09A002 007752 4/27/2009 146.00 $_10.00 $15.50 $16.00 B INCL HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 09AO07 007754 4/27/2009 1,375.00 $25.00 $10.00 $15.98 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 08A044 007775 5/18/2009 20.00 $26.00 $28.00 $11.23 B INCL HA, STRUCTURE 7006 C.Y. EXCAVATION CLASS 09A010 007786 6/15/2009 4,850.00 $8.00 .$13.00. $20.00 INCL.HA 7006 08AO34 007843 10/19/2009 7006 C.Y. EXCAVATION CLASS 09A023 007856 11/16/2009 51.00 $8.00 $25.88 $40.00 B INCL.HA STRUCTURE .I 7006 C.Y. EXCAVATION CLASS 09A018 007859. 11/23/2009 2,973.00 $5.00 $5.00 $5.09 B INCL HA I 4 STRUCTURE 7006 C.Y. EXCAVATION CLASS 09A027 007870 12/14/2009 9,158.00 $35.00 $12.00 $16.00 B INCL.HA STRUCTURE . 7006 C.Y. EXCAVATION:CLASS 09A021, 007874 12/21/20091,782.00 $8.00 $9.30 $5.00 B INCL HA. STRUCTURE 's 7006 C.Y. EXCAVATION CLASS 09A025 007875 12/21/2009 1,770.00 $5.00 $10.15 $21.82 B INCL.HA STRUCTURE k' AN 7006. C.Y. EXCAVATION CLASS 09AO24 007911 .3/1/2010 1,433.00 $9.00 $8.53 $5.00 ?: B INCL.HA I; STRUCTURE 7006 C.Y. EXCAVATION CLASS 10A007 007916 3/8/2010 4,200.00 $12.00 $7.83 $12.00 B INCL.HA STRUCTURE ,7006. C.Y. EXCAVATION CLASS 09AO32 007917 3/8/2010 851.00 $4.00 $33.15 $20.00 : B INCL.HA STRUCTURE #� 70.06 C.Y. EXCAVATION CLASS 09AO09 007920 3/15/2010. 18,405.00 $4.00 $6.40 $10.40 + B INCL.`HA .Standard Item Unit of Job Contract Planned Second. Number Measure Item Description Number Number AD Date Quantity Low Bid Bid Third Bid STRUCTURE ' � 7006 C.Y. EXCAVATION CLASS 09A802 007936 4/12/2010 18,952.00 $3.00 $8.00 $3.25 s . . B INCL.HA % STRUCTURE 7006 C.Y. EXCAVATION CLASS 10A010 007938 4/12/2010 17,894.00 $4.00 $11.00 $2.74 ? B INCL.HA ,., STRUCTURE 7006 C.Y. EXCAVATION CLASS 10A018 007941 4/12/2010 960.00 $9.00 $14.00 $15.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 09AO30 007945 4/26/2010 30,031.00 $7.00 $10.00 $10.80 B INCL.HA ' STRUCTURE 7006 C.Y. EXCAVATION CLASS 1OA008 007948 4/26/2010 .1,210.00 $1.00 $8.50 $8.50 B INCL. 7006 10A022 007949 5/10/2010. 0 ST TORE http://www.wsdot.wa.gov/biz/contaa/uba/sreport-cfm 5/3/2013 analysis-Standard Items Report Page 15 of 110 EXCAVATION CLASS C.Y. g INCL.HA 10A020 007951 5/10/2010 320.00 $49.60 $20.00 $10.00 STRUCTURE -306 C.Y. EXCAVATION CLASS 1OA001 007962 5/24/2010 944.00 $8.90 $7.00 $11.00 B INCL.HA 7006 10A031 007968 .6/14/2010 ` 100.00 x a h . STRUCTURE 7006 C.Y. EXCAVATION CLASS 10A021. 008012 9/13/2010 202.00 $4.00 $10.00 $24.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION:CLASS 10A029 008052 11/22/2010 66.00 $65.00 $25.00 $85.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 1 OA017 008053 11/22/2010 4;213:00 $13.00 $17.50 $10.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 1OA045 008060 11/29/2011 109.00 $14.00 $10.00 $10.00 B INCL:HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 1OA047 008077 113/2011 2,241.00 $2.00 $3.00 $3.00 BI INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 1OA048 008086. 1/31/2011 2,043.00 $9.37 $7.00 $9.30 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 1OA033 008089 2/7/2011 2,612.00 $4.40 $15.00 $10.00 B INCL_HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 1.OA063 .008099 2/22/2011 133.00 $11.00 $15.00 $11.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION.CLASS 10A014 . 008101 2/22/2011 984.00 $9.00 $4.00 $16.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 1OA035 008103 2/28/2011 196.00, $9.00 $0.00 $0.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 1 OA034 008128 4/4/2011 40,266.00 $6.00 $9.00 $8.60 B INCL HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 10A646 008140 4/18/2011 16,393.00 $1.00 $7.20 $8.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 11A003 008141 4118/2011 540.00 $8.00 $7.00 $15.30 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 10A042 008222 10/3/2011 4,790.00 $9.00 $10.50 $2.95 B INCL.HA 7006 a 11A008 008236 12/12/2011 , M1ln., : URE 7006 C.Y. EXCAVATION CLASS l lA023 008260 3/5/2012 30.00 $45.00 $35.00 $100.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 11AO15 008286 4/2/2012 16,807.00 $10.00 $8.50 $2.00 B INCL.HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 11A004 008290 4/9/2012 4,716.00 $10.00 $6.25 $6.50 B INCL HA STRUCTURE 7006 C.Y. EXCAVATION CLASS 12AO05 008307 4/30/2012 30.00 $60.00 $18.00 $15.00 B INCL. HA STRUCTURE 7006 C.Y. EXCAVATION CLASS l lA020 008363 7/30/2012 6,131.00 $7.00 $5.00 $5.00 B INCL.HA STRUCTURE http://www.wsdot.wa.govibiz/contaa/uba/sreport.cfm 5/3/2013 DESIGN DIRECTIVE i DD Numher: 9 Owner: Renton Municipal Airport Contract No. 3-53-0055-23 Contractor: fCON.Materials Engineer: Reid Middleton,Inc. Engineer.'s File No.: 23B1. 0.6056 Project. Taxiway B System Rehabilitation-North Portion Reconstruction.&.Airfield Signage.Mbdifications DIRE CIA N i; f i Spe.citic.i: .n,�-rtion: Para.: Drawing Ref: See.below Detail:. , j Sheet C6.3 and Ch.d -Sign Schedule Roview of thc.plans has revealed the need for correction of panels at five sign locations..Corrections are as follows: Sign P2 - Re,nove the existing sign panel with the inscription"A 34".and..install.a new panel with the inscription`A7 3'4":. Remove the existing sign panel with the inscription"A"and install a new panel with the inscription."A7. Size the panels to:fit: the cxisii, ? frame. This sign is eligible for FAA reimbursement.and shall be included:with Sign#3. Sign 43- R n we the existing sign panel with the inscription".A- "andAnstall a.new panel withthe>inscriptton"A7:,-f". Sire the pane! to Oic existing sign frame. Thissign is.eligible for FAA reimbursem.ent and shall be included with Si802. 1 i Sigh#:26 Re nrwe this sign.from the.change order proposal. Recent review has determined that.fhe existing sign does-not: I. , reyirirc and can remain in place.. Sign 443 --P ide a new sign panel with the inscription"B r". Size the panel to be installed in the recently installed 2 Module. 3 sig,r f u, 1', sign is not eligible for FAA reimbursement and shall be included with"Sign.#50.. 1. Sian 5t - :�., .,icd in Change Order Proposal:#fi(received.31/Mayl20T3),order a new sign panel;with'the inscription"�-A2": `, This sien is ii, Oi�ible for FAA.reimbursement and shall be included with Sign 143. I'lease yornr change order proposals so that Signs 42;and#3(FAA eligible)and Signs#43 and#54.:{Non-FAA eligible) a are in S .,u.+t roposal packages. Signed bv: )�1��Creea e4A/ Date: 04%June/20`13' t __ �..__.._._.._._.. ---__ --__13 CON7RAC TOR RESPONSE (Select one) U Desilgn r),rcctive:acknowledged. No contract price or time`''modifications�necessary. i f T Contra t Price roirn c j s ent Anticipated I Cha���;c Oa'.2r yr I� i Response irn _ —1 i Date Returned: :L3 I j ANTIClP:, '1 i t: CtI l.NGE ORDER JUSTIFICATION: (complete if change order box is,:checked) i ------- "I -� ---_--:_.._��_. NO C w i 1 , V, , , NMI i I �.�'ClN Materials 508 Valentine Ave. SE ;'a cific. VGA 98047 2 5 0 Fax 20 575-0319 �_06) _7� 3200 ( 6) `;�` ry t:vwlco©mateflalsxom Cost DetniI \vith Categories rojeCt Name: _ !x--ay a System Rehabilitation Customer: City Of Renton. ol, Number: 12 ^9 Billing.Address: 3555 NEZND STREET I, 4s: l - Renton,WA 98056 Es'i nator: . d Gent Phone: 42S-430-7400 Prnk!ct tddres,,: Municipal Airport, Renton,WA Contact: _ pletion Da: i T t { t Unit Total Des-rip, on Quantity UM Direct Cost Direct Cost Unit.Price Total Price 1101 U9/0. 5403 -Desigr t,rc 49 - (ColvicoC,c •6 lAOLS ;7,259:65 $7259:65 X8,130.81. $8;130.81 12.1110%? equipment Material Subcontracted Iruckin9 Miscella_nanue P1li9 t: $0.00 $0.00 $7,259.65 $0.00. � $0.00 X0,00 JI: $0.00 $0.00 $7,259.65 $0.00 $0A0` $0700 CEC-t, ' AM: Allowable M/U on Subcontracted Work 12%=$1371.16 I s) Crouse Hin &Sign 43 1.00 LS $71259.6S $7,259.65 3obCostID : i i i i I i I i I i i I i I I 1 ':/2013 2:30:37 Page 1 of I i C Percent of Percent of. Amount Direct Cost Amount Indirect Cost i.+oor: $0.00 0.000/0 Labor. $O OU 0:00°70 Equipment Owned: $0:00 0.000/0 Equipment Owned: 46.06. 0:000/0. j F ludprnent Re%'ed: $0.00 0.000/0 Equipment Rented: $0.00 0:00010.: $0.00 0.00% Materials Owned: $0:00 0:00070 W{,crials Purch ,•,,d: $0.00 0.00% Materials Purchased: $0:00 0.009/0 subcontra.:ed: $7,259.65 100.000/0 Subcontracted: $0:00 0.,0,0°/0: Trucking Ovv led: $0.00 0.000/0 Trucking Owned: 40:00 0.00% i Trucking P ,�-d: $0.00 0.001yo Trucking Hired: $0.00 0.00% !iitcelia $0.00 0.000/0 Miscellaneous: $0:00 0.000% I $0.00 0.000/0 Plug: $0.00 0.00% Direct 3 z s:: $7,259:65 Indirect Costd I _ i i i Percent of _ Amount Bid Price i Total Direct :-st: $7,259.65 89.29% T tal DC Ad $0.00 0.00% Fiat I"dif $0.00 0.00% $0:00 0.000/0 oval Uvera $7,259.65 89.290k i Total Ow, t; $0.00 0.00% rat $871.16 10.71% r "A. $871.16 10.7100 i To!A E3;o $8,130.81 I i i I i I I i i i 1 Taxiway 8 System Reha6llitation Page.1 of 2` j _ ___. C IC0 i 281`. Pittsburg Phone (509) 536=1875 WA 99207 Fax-1509)684-3551 509)634.3551 I - Date: May 30,20.13 TO: Icon Materials At tit, Chuck Coffey Rene. :iice: City of Renton Taxiway B.-. ystem,.Rehabilitation. i Shhjc Design Directive:# REVISED i Chu Order #6 Sign ,'.3neis and New Sign Crou, hinds Sign#2 Cru-:-: rinds Sign #3 New $ .7259.65 T'c.tr: $ 7259.65 n .Base Mow Strip Cont 1-1mc Extension: Colvico Inc. will require a 7 calendar day extension to the COW j 1 i c nny questions regarding the above_information,please feel free.wcontael,ine i :',.:1,Y submitted,. i CJl'Ct '',-i 'Bride I I I-'s;:: Trojcct Manager i Col. i o i'lc. ' j I;m< ncbride(aJcolvicoinc.com ;)1-0232 i ,I Washington Contractor's License COLVII*134M ._...._.... - I #6 -R Y OF RENTON TAXIWAY B REHABILITATIOR CO evised ChaN_e.P s 3! Request#6 Sign Panels #2 and #3 ITEM - QTY, UNIT PR. EXT. PR. LAB UNIT EXT. LAB 1 $ 705.55 $ 705.55 4 4 New Sift: 13 1 $.2,261.80 $ 2,261.80 8 8 11. - --- --- --._ __.__..�— -_ Sign Tran, 2-Mod ` 1 $ 95.00 $ 95.00 .1 --- --- '1 Excavation 1 $ 25.00 $ 25.00 2 2 'yor-ns 1 $ 2000 $ 20.00 2 2 Ccr;crete- ` jd 1 $ 440.00 $ 440000 2 2 $ 1635 . $ 32.7.0 O;3 0.6 t s c./ 0 50.00$. $$ ` 50.00 0 $ 0 ---- ._—_ I - - i 0 $ $ 0 0 . 50.00 $ 50:00 4 4 nor i : ,1enal 0 $ - $ - 0 0 rt i 0 I 3/4 TON ; 4,X4--' 1 $ 98.61 $ 98;61 ------ 0 0 0 $ 0 $ - $ 0 0 0 $ - $ - 0 .0 I 0 $ $ _ 0 0 0 $ $ - 0 0 __._. 0 0 ---- $ 0 0 0 $ - $ - 0 .0 ---- .0 $ $ 0 0 j - $ - 0 rv!ATP-l\ ' 1LS $ 31778.66 -- - _-0 - t._i�FiG 2 :,OURS. 0 !o c:•! ;; _ _-__-24:6 -- _------___...— - t_A 75 1,84500 F _ i I • i L i i MOBILI2A i CN GARBAGE +iAULOFF STORAGE j PER DIEM - - i PERMIT TAX SUB TOTN S --- -- - $ 5,623.66 Overhead Z% $ 674.84 i Sub total Profit 131V. ---- I — -- $ 818.80 ------- -- -- -- I -1 JOB TOTS";(. — $ 7,117.30 BID B 0 N D i% $ 142.35 Jab Total i 7,259.65 I i I i I I I i i I I i i i I . I I i I i U Z Amok co LLJ � L 0 O W.W Ua. CL ZEN OZZ CO WYdZ g U uJ i uj W U 4 a C cn LL J- U � C) °o ' rc- ' d- U' U.J d z � LU 9 w. o = Y s - U U T) m G U z J W W O C 0 Z m m O uVi .1 F f ZZ � J L: _! Z Q W LU m y O�>' Z, / r aN' k. 2'Z U �� ;J ci x Om z 3.. v z LLJ W ui CD uj r D z w CIO � XOa � Cc cn Owww a a. CO ZU) U) z OZZZ muw � o w. LLJ V Q a _ CO Fm U) w O I O � � Lt: ` T LIJ co � to �` oa = Y :E U� � > U r� Z t^� L J �p o U W ' � C) 0 � : t- N z c CLC- - ` Z r w W LLJ (� Q v; < < <? iii NCO JO LU LL t (; ' a'N '. Z O u�� CL w L L!i Z Z ( W w C C) B W J a. n� Z v. o S � U H Z WIZ Oif2 j OwwW UaCL O_ ZNNto O_ ZZ.Z II it II W `1WZ - U � w ogW co W a J ��'VVVLryryryJJJ ^1 W r) CY_ a7 N �� n Cx� C''x:i 8 N (D pf COr O W r �o w y -✓ } ,�, _ i rrnn 5 Q 40 O (n J CO G m O F- Z oil ! CO,w � � z LU W. N