Loading...
HomeMy WebLinkAboutCO 37 fir' wr+� Change Order 37 Project Number: STPUL-CM0167(048) Project Owner: City of Renton Project Name: Rainier Avenue South Improvement Project Change Order Number: 037 Prime Contractor: Johansen Excavating Subcontractor: F,-/] Ordered by the Engineer under the terms of section 1-04.4 of the Standard Specification ❑Change proposed by Contractor Endorsed b Surety Consent(if required) ntr or �^ Attorney in Fact / Date Date Original Contract Amount $16,032,772.44 Current Contract Amount $17,560,402.38 Estimated Net Change this Order $101,056.03 Estimated Contract Total After Change $17,661,458.41 n Approval Reccommended n Approved Approval Reccommendedproved 4Z PFdJect Engineer-Nathan Monroe Contr or Johansen Excavating Date Date `Approval Reccommended Approved [] Other Approval When Required Project Owner-Derek Akessonje Rob Owner ert anson,City of Renton o / / Date JDate r.r+, `rr✓' Change Order #037 Contract Number: CAG-11-192 Federal Aid#:STPUL-CM0167(048) Date:July 28,2014 Page 1 of 2 THE CONTRACT IS MODIFIED AS FOLLOWS: Background Near the conclusion of the project,the contractor prepared and submitted a request for losses due to quantity underruns. Per 1-04.6,the City evaluated this request and negotiated the adjustments to the bid items below. Lost Overhead Per 1-04.6 of the 2010 WSDOT standard specifications,part 2,section c for variations in estimated quantities,decreased quantities: "an adjustment for the anticipated contribution to unavoidable fixed cost and overhead from the units representing the difference between the adjusted final quantity and 75 percent of the original Plan quantity"is allowed as part of the equitable adjustment negotiation. Per the construction manual, "Finally,the negotiation should include a look at reallocation of undistributed unavoidable fixed overhead costs.The contractor has allocated these to 100 percent of the proposal amount.The bid price is firm as long as 75 percent of the units are measured and paid. If the final adjusted quantity is less than 75 percent,then the anticipated contribution of the units not performed(up to 75 percent)can be identified, negotiated and included in the equitable adjustment."(2014 Construction Manual, page 1-57). The contractor presented the City with evidence that the unavoidable fixed costs and overhead rate for the Rainier Ave project,during the period in question,was 7%. Using this figure,eligible overhead losses were calculated. Production Underruns Per 1-04.6 of the 2010 WSDOT standard specifications,part 2,section b for variation in estimated quantities,decreased quantities: "Changes in production rates or methods of performing Work actually done to the extent that the nature of the Work actually performed differs from the nature of the Work included in the original plan"is allowed as part of the equitable adjustment negotiation. Per the construction manual,the second factor has to do with the nature of the work actually done, when compared with the work shown in the plans.The most common manifestation of this is"You deleted the easiest units and left me with the most difficult,"or"You added units that were much more difficult than those shown in the plan." Compensable, if true."(2014 Construction Manual—page 1-57). The contractor claimed,and the City verified,that bid item A54-cement conc pavement underran. The majority of the underrun was due to the deletion of the concrete roadway panels originally designed to be placed beneath the railroad trestle along the project's alignment. These panels were deleted and replace with in-situ roadway treatment at the direction of the engineer to eliminate the excavation of hazardous material in the area and provide a more flexible traffic movement during construction. The City recognizes that the deleted concrete panel work was the high production work that the contractor used to calculate their bid price. The remaining concrete work consisted of small pours beneath pedestrian islands. Through negotiation,the City and Contractor agreed that an increase of the bid item price for this work from$247.95 to$497.00. Equipment Underruns Per 1-04.6 of the 2010 WSDOT standard specifications,part 2,section a for variations in estimated quantities,decreased quantities: "Any increase or decrease in unit costs of labor,materials or equipment, utilized for Work actually performed, resulting solely from the reduction in quantity"is allowed as part of the equitable adjustment negotiation. The contractor claimed,and the City verified,that bid item A018—sequential arrow sign underran. The majority of this deletion occurred as part of the construction sequencing. The City recognizes that the deletion of the use of the arrow board equipment is an eligible underrun. Contract Number: CAG 11-192 1%.0, STPUL-CM0167(048) 3 Description of Change This change order will add and alter bids items as described below to compensate the contractor for overhead losses due underruns, production losses due to underruns,and equipment losses due to underruns. Timeline A total of 0 working days will be included with this Change Order. Measurement&Payment The following Bid Items will be adjusted as listed below. Bid Bid Item Change Change Item Bid Item Description Unit Contract Qty. price New Qty. Qty. Amount A018 SEQUENTIAL ARROW HR 36,000 $0.50 21,325.25 (14,674.75) ($7,337.38) SIGN A054 CEMENTCONCRETE CY 720 $247.95 646.39 (73.61) ($18,251.60) PAVEMENT A281 REVISED SEQUENTIAL HR N/A $0.91 14,674.75 14,674.75 $13,354.03 ARROW SIGN A282 LOST OVERHEAD LS N/A $51,103.14 1 1 $51,103.14 A283 REVISED CEMENT CY N/A $497.00 73.61 73.61 $36,584.17 CONCRETE PAVEMENT B044 LOST OVERHEAD LS N/A $9,524.30 11-- 1 $9,524.30 C043 LOST OVERHEAD LS N/A $16,079.37 1 $16,079.37 TOTAL $101,056.03