Loading...
HomeMy WebLinkAboutCO 8 ' CAG-18-068, CO #8-19 • 60 y O t + ' ''Pe N t o Change Order No. 8 Contract Title: 2018 Street Patch and Overlay with Curb Ramps Contractor: Gary Merlino Construction Co.,Inc. Contract No.: CAG-18-068 Federal Aid No.: N/A p Ordered by Engineer v _ ® Proposed by the Contractor(VECP) ❑ Unilateral 'Original Contract Amount: $1,394,565.00 1 Current Contract Amount: $1,074,744.69 _I Estimated Net Change This Order: -$19,566.39 I New Confract Amount: $1,055,178.30 Prepared By: Is By: i dillas IIVIAi(rt /' , -,art; 1O l4 1°5 Resident Date e a Engl. g f tty n an Transportation a� • Design Manager) Reviewed By: Consent By: Engineer of Record Date Surety(Greater than 25%cost and/or 20%time Date Increase) Reviewed By: .J.,„„, / Endorsed)lB.yj:/�� -- Cit _,.. hLi. ,of f�nton Project Manager Oafe Contractor b at Reviewed By: Executed By: c� City Attorney Date Cityofponlic/ols���� Ddte7/lI Adminlor 7 Mayor - .� Change Order No.8 Contract Title:2018 Street Patch and Overlay with Curb Ramps Contract No.CAG-18-068 Page 1 of 3 THE CONTRACT IS MODIFIED AS FOLLOWS: Description of Change: The Change Order reconciles the estimated contract cost to the final cost 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 final quantities are known for each bid item included in the contract (including executed change orders).This change order is necessary to reconcile the contract costs at the time of bid with the final costs of 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 final quantities of each bid item included in the Work completed.The awarded contract amount was $1,394,565.00. Change Orders 1 through 7 decreased the contract amount by $319,820.31 to a total of$1,074,744.69. The net change in contract amount as a result of this change order is-$19,566.39. This results in a total final contract amount of $1,055,178.30.The cost reconciliation summary is attached. Extension of Time: The Time for Completion is extended 0 Working Days. Equitable Adjustment: The City and Contractor agree that this Change Order does not cause an equitable adjustment. Change Order No.8 Contract Title: 2018 Street Patch and Overlay with Curb Ramps Contract No.CAG-18-068 Page 2 of 3 r Sections 1-04.4 and 1-04.5 of the 2018 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 ❑ Force Account Equipment Rate Request (DOT Form 422-010 EF) • Equitable Adjustment Determination • Cost Reconciliation Summary Change Order No.8 Contract Title: 2018 Street Patch and Overlay with Curb Ramps Contract No.CAG-18-068 Page 3 of 3 G\1 Y 040. CHANGE ORDER NO.8 COST RECONCILIATION SUMMARY • C } r -� }'- Project Name: 2018 Street Patch and Overlay with Curb Ramps Project �ll ', Federal Aid Number: NA +Q a City Contract Number: CAG-18-068 ,F N T O/ Contractor: Gary Merlino Construction Co. ' PAYMENTS CHANGE ORDER NO.8 CHANGE CONTRACT FINAL TOTALS CHANGE ORDER ITEM NO. ITEM DESCRIPTION SPEC. UNIT QUANTITY UNIT PRICE AMOUNT QUANTITY AMOUNT QUANTITY AMOUNT NUMBER 1 SPCC PLAN 1-07 LS 1 $1,000.00 $1,000.00 1.00 $1,000.00 0.00 $0.00 2 MOBILIZATION 1-09 IS 1 $135,000.00 5135,000.00 1.00 $135,000.00 0.00 $0.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1-10 is 1 $19,500.00 $19,500.00 1.00 519,500.00 0.00 $0.00 4 FLAGGERS 1-10 HR 700 $60.00 $42,000.00 392.00 $23,520.00 -308.00 -$18,480.00 5 OTHER TRAFFIC CONTROL LABOR 1-10 HR 500 $70.00 $35,000.00 158.50 $11,095.00 -341.50 _ -$23,905.00 6 UNIFORMED POLICE OFFICER 1-10 HR 80 $100.00 $8,000.00 113.00 $11,300.00 33.00 $3,300.00 7 SEQUENTIAL ARROW SIGN 1-10 HR 300 $2.50 5750.00 0.00 $0.00 -300.00 -$750.00 8 PORTABLE CHANGEABLE MESSAGE SIGN 1-10 HR 300 $3.50 $1,050.00 453.50 $1,587.25 153.50 _ $537.25 9 REMOVING CEMENT CONC.SIDEWALK 2-02 SY 310 $40.00 $12,400.00 302.70 $12,108.00 -7.30 -$292.00 10 REMOVING CEMENT CONC.CURB AND GUTTER 2-02 LF 560 $30.00 $16,800.00 550.00 $16,500.00 -10.00 -$300.00 11 SAWCUTTING 2-02 IF 120 $10.00 $1,200.00 895.00 $8,950.00 775.00 $7,750.00 12 ROADWAY EXCAVATION INCL HAUL 2-03 CY 50 5120.00 56,000.00 141.46 $16,975.20 91.46 $10,975.20 13 CRUSHED SURFACING TOP COURSE 4-04 ' TON 50 $150.00 $7,500.00 207.50 $31,125.00 157.50 $23,625.00 14 HMA CL.1/2 IN.PG 64-22 5-04 TON 5,200 $130.00 $676,000.00 0.00 $0.00 -5,200.00 -$676,000.00 1,4 15 PLANING BITUMINOUS PAVEMENT-2 INCH DEPTH 5-04 SY 5,400 $5.00 $27,000.00 0.00 $0.00 -5,400,00 -$27,000.00 1,4,5 16 PLANING BITUMINOUS PAVEMENT-4 INCH DEPTH 5-04 SY 18,600 $7.00 $130,200.00 0.00 $0.00 -18,600.00 -$130,200.00 1 17 ADJUST MANHOLE COVER 5.04 EACH 48 $550.00 $26,400.00 0.00 $0.00 -48.00 -$26,400.00 4,7 18 ADJUST WATER VALVE BOX 5-04 EACH 45 $425.00 $19,125.00 29.00 $12,325.00 -16.00 -$6,800.00 7 19 ADJUST GAS VALVE 5-04 EACH 10 $425.00 $4,250.00 0.00 $0.00 -10.00 -$4,250.00 7 20 ADJUST MONUMENT CASE 5.04 EACH 26 $550.00 $14,300.00 19.00 $10,450.00 -7.00 -$3,850.00 21 EROSION CONTROL/WATER POLLUTION PREVENTION 8-01 EST 1 $5,000.00 $5,000.00 0.00 $0.00 -1.00 -$5,000.00 22 INLET PROTECTION 8-01 EACH 58 $150.00 $8,700.00 55.00 $8,250.00 -3.00 _ -$450.00 23 STREET CLEANING 8-01 200 200 $170.00 $34,000.00 97.00 $16,490.00 -103.00 -$17,510.00 '24 TOPSOIL TYPE A 8-02 CY 7 $130.00 $910.00 9.00 $1,170.00 2.00 $260.00 2$ SOD INSTALLATION ' 8.02 SY 23 $80.00 $1,840.00 37.00 52,960.00 14.00 $1,120.00 26 BARK OR WOOD CHIP MULCH 8-02 CY 1 $130.00 $130.00 1.60 $208.00 0.60 $78.00 27 CEMENT CONC.TRAFFIC CURB AND GUTTER 8-04 IF 560 $75.00 $42,000.00 0.00 $0.00 -560.00 _ -$42,000.00 2 28 CEMENT CONC.PEDESTRIAN CURB 8-04 LF 420 $55.00 $23,100.00 401.50 $22,082.50 -18.50 -$1,017.50 • 29 RAISED PAVEMENT MARKER TYPE 1(WHITE) 8-09 EACH 330 $3.00 $990.00 234.00 $702.00 -96.00 -5288.00 30 RAISED PAVEMENT MARKER TYPE I(YELLOW) 8-09 EACH 840 $3.00 $2,520.00 477.00 51,431.00 -363.00 -51,089.00 31 RAISED PAVEMENT MARKER TYPE 2B(BLUE/BLUE) 8-09 EACH 10 $15.00 $150.00 9.00 $135.00 -1.00 -$15.00 RAISED PAVEMENT MARKER TYPE 2D 32 (YELLOW/YELLOW) 8-09 EACH 100 $6.00 $600.00 85.00 $510.00 -15.00 -$90.00 RAISED PAVEMENT MARKER TYPE 2E(WHITE ONE 33 SIDE) 8-09 EACH_ 40 $6.00 $240.00 48.00 $288.00 8.00 $48.00 34 CEMENT CONC.SIDEWALK 8-14 SY 58 $150.00 $8,700.00 82.43 $12,364.50 24.43 $3,664.50 35 CEMENT CONC.CURB RAMP TYPE PARALLEL A 8-14 EACH 22 $3,000.00 $66,000.00 22.00 $66,000.00 0,00 $0.00 36A CEMENT CONC.CURB RAMP TYPE PERPENDICULAR A 8-14 EACH 2 $3,250.00 $6,500.00 2.00 $6,500.00 0.00 $0.00 36B TYPE 3 STOP LINE LOOPS 8-20 LS 1 $5,000.00 $5,000.00 0.00 $0.00 -1.00 -$5,000.00 1 37 PLASTIC CROSSWALK LINE 8-22 IF 400 $6.00 $2,400.00 382.00 $2,292.00 -18.00 -$108.00 38 PLASTIC STOP LINE 8-22 LF 110 $6.00 $660.00 100.00 $600.00 -10.00 _ -$60.00 39 PLASTIC TRAFFIC ARROW 8-22 EACH 12 $75.00 $900.00 12.00 $900.00 0.00 $0.00 40 PLASTIC PARALLEL PARKING SPACE MARKING 8-22 EACH 15 $50.00 _ $750.00 15.00 $750.00 0.00 $0.00 • BID SCHEDULE TOTALS= $1,394,565.00 $455,068.45 -$939,496.55 CHANGE ORDER NO.3 TOTAL= -$296,530.31 $78,892.41 $375,422.72 CHANGE ORDER NO.2 TOTAL= $2,210.00 $36,757.50 534,547.50 CHANGE ORDER NO.3 TOTAL= $0.00 $0.00 $0.00 CHANGE ORDER NO.4 TOTAL= -$13,200.00 $439,635.90 $452,835.90 CHANGE ORDER ND.5 TOTAL= -$12,000.00 $35,176.96 $47,176.96 CHANGE ORDER NO.6 TOTAL= $2,700.00 $2,641.76 -$58.24 CHANGE ORDER NO.7 TOTAL= -$3,000.00 $7,005.32 $10,005.32 CHANGE ORDER TOTALS= -$319,820.31 $600,109.85 $919,930.16 TOTAL= 61,074,244.69 $1,055,178.30 419,566.39 • Page 1 of 1