Loading...
HomeMy WebLinkAboutCO 2 CITY OF RENTON CONTRACT CHANGE ORDER AGREEMENT CAG-12-089 2 2/06/2013 PROJECT CHANGE ORDER EFFECTIVE DATE NUMBER NUMBER NE 3RD/4T" CORRIDOR IMPROVEMENTS, PH 1 SANDERS GC, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: 1. New Item A127— Directional Bore Per Field Directive 11, Prime Contractor, Sanders GC, LLC installed approximately 70 LF of 2-4" schedule 80 HDPE conduits, and 70 LF of 1-2" signal conduit across NE 4th Street via directional boring. The original design called for trenching across NE 4th Street at an estimated cost of$8,750.00 using existing bid items. Trenching per the original design required removing and replacing existing concrete panels, trench excavation and backfill, and additional traffic control and lane shifts. The City reviewed Cost Proposal No. 3 provided by Sanders GC to directional bore under NE 4th Street. The proposed lump sum cost of $12,988.97 for the direction bore is considered reasonable by the City. After evaluating both options, the City considers the additional cost of $4,238.97 to bore in lieu of trenching across NE 4th Street justified since directional boring decreases the project's impact on traffic, pedestrians, businesses and the public. The City is not willing to accept risk associated with unforeseen obstacles such as man-made obstructions, caverns, fissures, artesian wells, buried logs, boulders, solid rock, or interference that may compromise the success of the directional boring operation. The lump sum cost of the directional bore crossing will only be paid as a result of successfully crossing NE 4th Street via directional bore. Contractor is to coordinate with PSE inspector for material to be incorporated in the crossing. New Bid Item A127 — Directional Bore per Lump Sum is hereby created to reflect changes specified in Field Directive 11. The total Change Order amount for Prime Contractor, Sanders GC, LLC for this item is an INCREASE of$12,988.97 2. New Item A128 — Suspension of Work While excavating for the Joint Utility Trench, Prime Contractor, Sanders GC, LLC uncovered an ecology block wall, sanitary sewer manhole and stormwater detention system not shown on the Plans. On October 4, 2012 the City issued an Order to Suspend Work until the City could resolve the conflicts between the plans and subsurface conditions. On October 12, 2012, the issues were resolved and the City issued an Order to Resume Work. On October 22, 2012, Sanders GC, LLC provided the City with a notification letter outlining the cost impact of the work suspension. The costs submitted by Sanders GC, LLC in the amount of $12,711.76 for the work suspension has been reviewed by the City and is considered reasonable. Change Order No. 1 1 of 3 New Bid Item A128 — Suspension of Work paid by Lump Sum in the amount of $12,711.76 is hereby created. The total Change Order amount for Prime Contractor, Sanders GC, LLC for this item is a INCREASE of$12,711.76 3. New Item A129— Removal of Ecology Block Wall While excavating for the Joint Utility Trench, Prime Contractor, Sanders GC, LLC uncovered an ecology block wall in direct conflict with the Joint Utility Trench, Storm System and Water System. Per RFI 05, Sanders GC, LLC asked.the City to provide a resolution to the conflict. After evaluating the extent of the ecology block wall, the City determined that it must be removed to resolve the conflicts between the wall and the plan. At the request of the City, Sanders GC, LLC provided a unit rate cost per block to remove the ecology block wall. After reviewing Cost Proposal No. 2 provided by Sanders, the City responded to. RFI 05 agreeing to pay a unit rate of $140.27 per ecology block removed, exported and disposed of from the project. Additional excavation and backfill necessary for removal of ecology block wall paid using existing bid items as directed by Engineer. New Bid Item A129 — Removal of Ecology Block Wall paid at unit rate of $140.27 per ecology block removed, exported and disposed of from the project, with an estimated plan quantity of 80 blocks is hereby created. The total amount for bid item Removal of Ecology Block Wall is $11,221.60. The total Change Order amount for Prime Contractor, Sanders GC, LLC for this item is an INCREASE of$11,221.60 4. New Item C19 — Floor Drain Connection to Sewer Per Field Directive 8, Prime Contractor, Sanders GC, LLC connected King County Water District 90 (KCWD90) Pump Station floor drain to existing 8" PVC sewer main to provide drainage for pump station roof downspouts. KCWD90 authorized this change on the basis of Cost Proposal No. 5 provided by Sanders GC, LLC. New Bid Item C19 — Floor Drain Connection to Sewer per Lump Sum is hereby created to reflect changes specified in Field Directive 8. The total Change Order amount for Prime Contractor, Sanders GC, LLC for this item is an INCREASE of$12,346.73 Change Order No. 1 2 of 3 ORIGINAL NEW CHANGE UNIT UNIT ADD OR ITEM NO. DESCRIPTION QUANTITY PRICE PRICE <DEDUCT> SCHEDULE A New Item A127 Directional Bore 1 LS $12,988.97 $12,988.97 New Item A128 Suspension of Work 1 LS $12,711.76 $12,711.76 New Item A129 Removal of Ecology Block Wall 1 LS $11,221.60 $11,221.60 TOTAL SCHEDULE A: $36,922.33 SCHEDULE C New Item C19 Floor Drain Connection to Sewer 1 LS $12,346.73 $12,346.73 SUBTOTAL SCHEDULE B: $12,346.73 9.5% SALES TAX $1,172.94 TOTAL SCHEDULE B $13,519.67 TOTAL NET CONTRACT INCREASE $50,442.00 An independent cost analysis has been performed ® Yes❑ No The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by,_ Working Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes❑ No If"Yes"Will the Policies Be Extended? ❑ Yes❑ No STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. By accepting this change order, the parties agree that this change order represents full compensation for all work associated with this change order. No additional compensation or claim, per section 1-04.5, will be allowed. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 2,129,217.14 PREVIOUS CHANGE ORDERS $ 20,658.94 THIS CHANGE ORDER $ 50,442.00 NEW CONTRACT AMOUNT $ 2,200,318.08 CONT R DATE X//7r R66ERT M. HAN N, O.E. DATE CITY OF RENTON Change Order No. 1 3 of 3