Loading...
HomeMy WebLinkAboutCO 6 CAG-18-002 , CO #6-19 CORRECTIONS IN RED BY D.AKESSON,CITY OF RENTON,9-24-2019 GN.t Y OA, + + 40FNTe Change Order No. 6 Contract Title: N 27th Place Bridge Scour Repair Project Contractor: SB Structures, LLC Contract No. : CAG 18-002 Federal Aid No. : BHOS-1070(010) 9 Ordered by Engineer ❑ Proposed by the Contractor(VECP) ❑ Unilateral Original Contract Amount: $444,783.22 Current Contract Amount: $480,783.22 Estimated Net Change This Order: $fr17agg; -$62,155.47 r aI/ New Contract Amount: :,•: - $418,627.75 j•r o, (l Prepared By: Issue (r. Resident Engineer Date 'Engineer(cityo Renton Transportation Date Ci of e�'¢n�+H fro)Gc+,44.4..ver / Design Manager) Reviewed By: Consent By: Engineer of Record Date Surety(Greater than 25%cost and/or 20% Date time increase) Reviewed By: Endorse B _ Vpy__ 44 City of Renton Rfejeet Manager Date ontractor ate i rr."c. De j y Executed By: Reviewed By: 1 City Attorney(Greater than$35,000 Date City f enAdn Public orks ate and/or change in scope) Adnlini5trator/ Mayor Change Order No. 6 Contract Title: N 27th Place Bridge Sour Repair Proiect Contract No. CAG-18-002 Page 1 of 3 THE CONTRACT IS MODIFIED AS FOLLOWS: Description of Change: The Change Order reconciles the estimated bid item quantities to the adjusted final bid item quantities of the Work completed. Reason for Change: At the time of bid,the bid item quantities are based on estimates of the Work to be performed. Once the Work is completed, the adjusted final quantities are known for each bid item included in the contract (including executed change orders). To reconcile the total contract amount with the total payment for Work completed, this change order is necessary to reconcile the quantity of each bid item included in the contract at the time of hid with the adjusted final quantity of each bid item included in the contract at the time of completion of the Work. Materials: N/A Plans: N/A Adjustment: This Change Order adjusts the estimated Bid quantities to the adjusted final quantities of each bid item included in the Work completed. The awarded contract amount was $444,783.22. Change Orders 1 through 5 increased the contract amount by$36,000 to a total of$480,783.22. The net change in contract amount as a result of this change order is , . . This results in a total final contract amount of The quantity reconciliation summary is attached. Extension of Time: $418,627.75 -$62,155.47 The Time for Completion is extended 0 non-compensable Working Day in accordance with Section 1-08.8. Equitable Adjustment: This Change Order does not include an equitable adjustment in any bid item unit price. _�______ Change Order No. 6 Contract Title:_ N 271' Place Bridge Sour Repair Prgect Contract No. CAG-18-002 Page 2 of 3 Sections 1-04.4 and 1-04.5 of the 2016 WSDOT/APWA Standard Specifications shall govern this Change Order.The Work of the referenced Contract is modified to include the changes detailed herein. The payment provided for herein shall constitute the complete and final settlement for all costs of labor, equipment, materials, overhead, profit, permit fees, and all other claims that may be made by the Contractor as a result of this change. Attachments: Forms to be attached to Change Order ❑ Plans — Field Directive Change Order Quotation • Estimated Change Order Cost ❑ Project Labor List 0 Force Account Equipment Rate Request (DOT Form 422-010 EF) O Equitable Adjustment Determination Change Order No. 6 Contract Title: N 27th Place Bridge Sour Repair Project Contract No. CAG-1 fi-002 Page 3 01.3 `fit Y Od• CHANGE ORDER NO.6 QUANTITY RECONCILIATION + "" + Protect Name: N 27th Place Bridge Scour Repair c-+, Federal Aid Number. 8HOS•1070(010) .94'N T Oa City Contract Number: CAG-18-002 Contractor: 58 Structures,UC 1.103512 $11,035.12 0.103512 $1,035.12 CONTRACT PAYMENTS CHANGE ORDER NO.{ CHANGE FINIAL TOTALS CHANGE ORDER OEM NO. ITEM DESCRIPTION SPEC UNIT QUANTITY UNIT PRICE AMOUNT 0 -MTV AMOUNT Cl NTTTY AMOUNT NUMBER 1 MINOR CHANGE 1-04 CAEC 1 S10,00000 $10,000.00 . .- 2 STRUCTUPFSUREVEYING 1-0S LS 1 510,00000 10 COO.00 1 S10,020.00 0 50.00 ©RECORD DRAWINGS IIME® 1 S1.500.00 51,500.OD 4 SPCC PLAN M® © 52.500.00 NM S0 CO- 5 TYPE I PROGRESS SCHEDULE 1 $1,500.00 $1,5C0.00 1 S2,S00.00 50.00- MEI MTOSIu0090N 1 51,500.00 $S,SC0.00 1 51,500.00 �m0®IIIIIEDIMI© S43-32122 IIMINIMIE PROTECT TEMPORARY TRAFFIC CONTROL 110 LS 0 SIO CODm $10 MOM a SWAM 00 IIIMMIN�.•.,rell - 0 FIAGGERS 1.10 69 160 568 00 510,810.00 Mnill 510,310.00 MOM SO 00 MIMI 9 OTHER TRAFFIC CONTROL TABOR 1.10 Bill 80 56RC0 $5,440.00 84 SS,712.00 4 S272 CO 10 CONSTRUCTION SIGNS . 5A 1.10 52 5TO.00 5104000 52 $1,04000 0 S000 ®[(TARING AND GRUBBING �� I S5,o0ao0 55,000A0© 5S,000o0 0 .._. S000� 12 SIGN:ITCATR TREE REMOVAL ECM LS 1 10 COO CO 51000000 0 510 00000 MM. WO ©INVASTVE PLANT REMOVAL ®�® 1 5 Doom 53000.00�Lt ®-1117111111011 �e 11 14 CHANNEL EXCAVATION INCL HAUL "' ® 1R5 $10000 $37,000.00 am. 25 950.00 S1 511.050 00- 15 WATER El® 1 51000 5300.00 1.5 S15000 -15 -5153.00- 16 STRUCTURE EXCAVATION CUL55 B INCL.HAUL 9 5130 00 5900 03 0 17 COHSTRUCTIONG0OTEXTILE FOR SEPARATION ®®-� 5,0000© •S24300� IS HATA CL 1/2IN.PG 64.22 _ SM TON 19 5225 00 56525.00 45 54 $10,47130 18 53.946 5J 19 CORTPACTTON PRICE ADIUSTMFNI 587_ am 1 $1.00 $1.00 0 5000 -1 $100 . PLANING OITUMtlNOUS PAVEMENT 5-06 SY 01 57000 _ $2.56000 EMI 53.5600019i SS,00000- ®t•NPMENTLAIO .ONO PLATF0RM 112:1111111U110 $15,976 DO S4S,416.00 IMII 5300- 22 LEAN CONCRETE 602 �, © $HOOD S1620.00 SO 00 MM. 23 CONCRETE FOR SCOUR REPAIR ®0 51,00000 51,00000 0.1111111EM SL00 000- 24 STRUCTURAL CARBON STEEL _ _ �M©�,T,_ a � 5000- 25 FURNISHING STEEL SHEET P'UNG 1� 5032700�� ®©-INSTALL STEEL SHEET Pr1,G MM. 570,400.00 © 530,97600®- C MIMI jI®UNDERGRAVE LAC R/.6 M DIANA �'!�©�17 •• 52 000.00 SB[a.GD -53,200 00- GRAVELAACKFILL FOR DRAIN imp stow oo S9oo 00 1 $ 100 tk© TEMPORARY STREAM DIVERSION ®a 525000.00 52.s.osoco 525.000.DOa ETC LEAD IE-01 �Q�'� 57.wD00 . 50.DD 1' -57.40010B 31 FR0S10.•17W91E0 POLLUTION CONTROL 8-01 ® 1 $30,3700.00 $30,00000 0.07901973 5872.69 .09709103 429,12731 32 -LASTCC3VERING 801 100 5500 550000 0 5000 -100 450000 33 STRUT CIEA NOES tIIIM©- $16000 $1,840.00 MEM _ Si 640.00® 52200.00= 34 INLET PROT CTI0N IMO 111=111a ,S 515000 IIIIENIII 5750.00MAN 35 TOPSOIL TYPE A ='=,gym© 5200.00 5100 00 MEM SD DO® © 35 PLANT SELECTION 7HUTA PLUCATW/WESTERN RED CEDAR C111:11 12 $LSO CO 11.111.111:: .12 S41000 3 ®PLANT SELECTION ACER CIRCINRTUM VINE MAPLE ®' ® , - 54BOo0 lim 5.00 -BARK OR W000CH!P MULCH IEERm�' $6000 S80000 5640.00® liMIMI RAISED PAVEMENT MARKER TYPE 1 ®' 52400 oo 51.20000 1111111' 5000 MGM PAVEMENT MARKER TYPE 2 - ®1IGHT LOOSE R1PRAP �m 0 579 55:.a:JO SO.CO� _5450 00- ®STAFAMOE01011tDER ONE MAN � S15000 S25750.00 ®�- m ��Es7 _ Snom© srsDDD_���_ 0 STREAMBED COMES 12 IN ��.TJ 5150.00 _ S4•400•CO 44 STREAM: 0 SEDIMENT ®© 515000 55.10000 ,,tMEM®_ 45 NATIVE TREE ENERGY DISSIPATER WIEWEIB© 515.0D000 S10.000 Co •L'71 KM.. •58.629.8111.1111111 46 TEMPCRA.RY ACCESS FOR WORKERS 8-27 LS. 1 S2.S00.00 525CA D0 1 52.500.00 0 S000 BID SOIEOULE TOTALS+ S444.783.22 $352,333.81 .. . - -$92,449A1 . - CHANGE ORDER NO 1 TOTAL- S23 6C0.00 S.t •S7 635.17 CHANGE ORDER NO 2 TOTAL- S000 _ r;a - ---- CHANGE°ROE R NO.3 TOTAL- SI ICO 00 S 120.00 SL 0:, CHANGE ORDER NO 4 TOTAL.- S3 BC0.00 $3 750.00 _ -5c; CHANGE ORDER NO.5 TOTAL- S7,500 XI $39,459.11 531.9,.''1: CHANGE ORCER TOTALS. $36.000.00 $66,293.94 Sa0.293 i 1 TOTAL. S410.733.22 $418,627.75 4M1431344 -$62,155.47. SRS-.H • Pi0 1141