Loading...
HomeMy WebLinkAboutCO 25 CAG-11-133, CO #25-15 CHANGE ORDER Date: March 2,2015 Review ❑D Documentation R E N T Q N Federal Aid: STPUL-1276(0041,HPP12761005) x❑ Resident Engr. Al A ft e'et, a r T tt t: e r;e v E State Contract: N/A ® Materials Appr Engr. 1055 South Grady Way Contract: CAG 11-133 ❑x City Project Manager iK/C Renton,WA 98057 Projects: Change Order: 25 0 Finance(>70%) CONTRACTOR: RECAPITULATION Atkinson Construction ORIGINAL CONTRACT: 11 $ 11,381,158.70 707 S.Grady Way Ste 500 PREVIOUS ADDITIONS: $ 2,189,441.62 Renton,WA 98057 PREVIOUS DEDUCTIONS: $ 0.00 PROJECT: PREVIOUS TOTAL: $ 13,570,600.32 Strander Blvd,SW 27th St Extension THIS CHANGE(ADD.): $ 13,696.78 Phase 1 (DED.): $ 0.00 ADJUSTED TOTAL: $ 13,584,297.10 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. The time for completion is not changed by this Change Order; 0 working 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 at conditions contained therein,as modified this Change Order. Accepted on: Approved by: " 4'5- Date City of Renton Tra portation Design Supervisor Date By:"C-R 1//Cwt.'s e • A S nart�T— Atkmson Construction Acknowledged by: See Inoluleel Surety Page 1 of 2 Logged(City of Renton use only) 3..12.201.5................................................ ....................................................1................_..................................... CITY OF RENTON CHANGE ORDER Atkinson Construction Strander Blvd.,SW 27th St Extension Change Order No.25 March 2,2013 Reason for Change: There were concurrent circumstances that contributed to the extension of the dewatering during final pump station commissioning. Some of these were Contractor issues but others were issues that pertained to Buy America requirements for pump station components. This led to modifica- tions to the PLC that were beyond the original design, therefore delaying final turn on of the pump station. Atkinson requested additional compensation for dewatering from June 17, 2014 through August 27, 2014. Since there were concurrent problems that lead to a two month delay in turning on the pump sta- tion, the City proposed splitting the requested cost of$24,904.23 and including 10% markup. At- kinson agreed to the proposal. The dewatering subcontractor, Slead Construction, also requested additional cost for pipe rental. This request was denied by the City. Description: This change compensates for all cost incurred by Atkinson and any and all subcontractor's and suppli- ers for all cost associated with additional project dewatering costs including labor,materials,equip- ment,and any and all overhead. A new bid item will be created to compensate the Contractor for the- se costs. Add the Following New Items to Contract CAG 11-133: New Bid Item SA-176"Additional Dewatering Impacts"compensates the Contractor for all over- head,labor, and equipment associated with the extension of project dewatering. By Lump Sum @ $13,696.78 Total this Change Order $13,696.78 Page 2 of 2 N u) OD('7 YA O T N O T- r- r- TU o Nr 0 o Q 0 — ^O O co N O co 7 c6 o co_N O Uh (c) to O co-O O) o in CN') N UO C) T H3 EA 69- .•- N CO ffl CO C'7 t3 Ef3 E9 4 N m C Cu) C co Ws E EL a £ c4 c � Z a - E -;-',_, m � °' r 3 Ti :D J C0 En 03 aci ' U7' Ta N c co Cn roCI-►- � u) Sco 0 c00.) o a U) ti g •E cn m a 1- .0 c U c - - a) -oim , - o L 17) • iD 76. a)d m aa) r c .+ Ud N rnY m a.j . o m CU L Ucnt � n( 1-0 LL 0F0Q Q0 EZC y — W 8 W 3 C U CC cn Ill J Li" O LOe0 N c -_ m o U vZ C r .0 = ii N C o _ — -o N O O O Un UO O CO O N O V N O D) OC7 O CO Un N UA CO N N O CO C`7 aO O N O CO O Un O O UO N UD N N- I.- M Un CD N T a0 UD Un n N N 4 o Un O Un O CD lU) O M o r UO O N (16 U\ tf) O) Un O) co ) o D) • 0 to co V 0 CO UO O) O) CO— N N coM V• m coM— T O T V N N CD Up C) O N O T N O) C) N U) CO UO CD N UD N N Q CO CO O 0 U() V O Un N CA O V Cn C7 d• CD V N Un 05 Ch .� m V N to N CD N N M r V M N C) CO N T T V' o T to LL a) Tco l0 >. r 3 N (g Ef3 Ef3 Ef3 ER 07 C V4 K3 V3 V3 EH V3 V3 H3 Ea Ea CA 69 Efl 6»V3 H3 Efl 69 69 04 K3 O T N CO Un UD N CO O) O N CO Un T N C'') V in UD C CO D) N N N N N N CO cc E I- ° ° ° ° ° °6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6° ° ° ° °I- m ZZZZZZZZZZZzZZZZZZZZZZZH yQ c a a am m a a) am aw a am a a) a a aa) am am am am am a a a) 2 a aa 0Q vCC CC 0 0000000000000000000000000 I- CD To ma) a) a) a) ma) a) a) a) a) a) a) a) a) a) a) mma) a) a) mmm a) Z Z 4+ c- m c) c) 0) 0) 0) c) c) c) a) a) 0) a) m m m c) 0) 0) c) c) v) 0) c) 0) C CO O 0 O .0) ca Ca Ca Ca ca ca Ca ca ca al Ca CO COcCO Ca al Ca al ca ca ca ca ca ca c 0 0 0 0 0000000000000000000000000