Loading...
HomeMy WebLinkAboutCO 4 CAG-18-001 , CO #4-19 . Q J pL.NToa Change Order No. 4 Contract Title: NE 315t St Bridge Replacement Project Contractor: Hamilton Construction Co. Contract No. : CAG 18-001 Federal Aid No. : BROS-1070(009) ® Ordered by Engineer ❑ Proposed by the Contractor(VECP) 0 Unilateral Original Contract Amount: $1,255,999.00 Original Contract Working Days: 80 Current Contract Amount: $1,254,099.00 Current Contract Working Days: 89* Estimated Net Change This Order: $5,800.00 Added Working Days: 1 New Contract Amount: $1,259,899.00 Total Contract Working Days: 90 *Note:Minor Change No I added 2 Working Days,Minor Change No.2 added 2 Working Days,Minor Change No.3 added 3 Working Days. Prep ed By: Issu By: 2 / 449//1 y Resiidont-Engin8 . Date Engineer(City of Renton Transportation Dat( Cray of 4,14-0„ Projcei Mo."43er - Design Manager) Reviewed By: Consent By: Engineer of Record Date Surety(Greater than 25%cost and/or 20% Date time Increase) Rev wed By: Endorsed By: act44,4,44"...-- ALA-,--60/40 00 9 City o R ntonManager Date C /re s. bef%yh Executed By: Reviewed By: X/1 en q 4 9/hni,e/r/k^ Mj'a jI i City Attorney(Greater than$35,000 Date City of Rton Public Works Date and/or change In scope) Administrator/Mayor Change Order No. 4 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-1B-001 Page 1 of 5 THE CONTRACT IS MODIFIED AS FOLLOWS: Description of Change: • Replace Special Provision Section 8-26 Fish Habitat Logs with the following: 8-26 FISH HABITAT LOGS Section 8-26 is a new section. 8-26.1 Description This work shall consist of fashioning Fish Habitat Logs from a-maxi -of three (3)trees one (1) tree designated for removal in the plans and two (2) cedar tree logs, provided by the Contracting Agency. and 1n5tauing them where dlesig„ated 1n the Plans or directed by the Engineer. This work shall also consist of installing the Fish Habitat Logs as directed by the Engineer. 8-26.2 Materials Fish Habitat Logs shall meet the following requirements: 1. Each Log shall consist of a rootwad and trunk. 2. The trunk diameter shall be a minimum of 1.5 feet, measured four (4) feet above the ground when the tree is standing. 3. The trunk length shall be a minimum of 15 feet, measured from the cut end of the trunk to the top of the rootwad. 4. The rootwad diameter shall be a minimum of three (3) feet with roots intact. Roots shall be free of rocks and soil prior to installation. 8-26.3 Construction Requirements The Contractor shall exercise care when installing the Fish Habitat Logs to minimize disturbance of waterways and prevent sediment or pollutant discharge into water. The Contractor shall follow TESC Plan to meet water quality standards. The Contractor shall install each Fish Habitat Log at the locations and orientations zh^wn in the D1anc or directed by the Engineer.The Contractor shall exercise care when fashioning and installing Fish Habitat Logs to avoid damage to the trunks and rootwads. Acceptance of Fish Habitat Logs will be based upon visual inspection of the Engineer. Change Order No. 4 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-18-001 Page 2 of 5 8-26.4 Measurement The fashioning and installation of Fish Habitat Logs shall be by Force Account. 8-26.5 Payment "Fish Habitat Logs", shall be performed by Force Account as provided in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders,the Contracting Agency has entered an amount for "Fish Habitat Logs" in the Proposal to become part of the total Bid by the Contractor. Reason for Change: On July 27, 2018, the Washington State Department of Fish and Wildlife (WDFW) visited the site to review construction activities and compliance with the Hydraulic Permit Approval (HPA) issued for the project. This visit resulted in an on-site meeting on August 1, 2018. This meeting was attended by the City, WDFW and the City's environmental and hydraulic consultants. The purpose of the meeting was to discuss the placement of large woody debris for the project. The original contract called for the placement of large woody debris using trunks and rootwads from trees cleared for the project. The original plan required three (3) trees to be used for this purpose, all to be placed on the banks of May Creek, downstream from the bridge (two (2) on the right bank and one (1) on the left bank). The intent was to select trees of a sufficiently large size so that the creek could not move them during flood events. However, large diameter tree trunks lead to larger rootwads, increasing the weight and making it very difficult to move if the trees are too large. As a result, the largest diameter trees cleared for the project were not selected for use as large woody debris. Three (3) moderately sized cottonwoods were removed and saved for this purpose. Unfortunately, these cottonwoods could move in a flood event. Installing these cottonwoods into the stream embankment may reduce the probability of movement. However, cottonwoods are not hard woods and surrounding the trunks with wet soil would cause them to rot at a rapid rate,thus defeating the long term purpose for placing the large woody debris. WDFW did not consider this to be entirely compliant with the HPA issued for the project. The suggestion was to use conifers instead of cottonwoods. The City was able to supply two (2) cedar logs with rootwads for this purpose. WDFW accepted the substitution of two (2) cedar logs for (2) cottonwoods. The alignment of the creek under the bridge is almost perpendicular to the street alignment. Upstream from the bridge, the alignment of the creek is parallel to the street alignment. This results in a very sharp turn in the creek at the upstream side of the bridge.To prevent erosion of the streambank at this bend, WDFW suggested placing one (1) of the cedar logs at the bend (right bank), using the rootwad to deflect the channel flow and create habitat for salmonids. To create this habitat and fulfill the HPA requirements,the tree needed to be buried deep enough in the embankment for the rootwad to engage the stream. This required additional excavation. Change Order No. 4 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-18-001 Page 3 of 5 This additional work was performed on August 3, 2018 and tracked by Force Account. Refer to Force Account Sheet No. 500. At the downstream side of the bridge,the main stream channel flows along the right bank. WDFW suggested that the second cedar log be buried in the right bank with the rootwad in the stream. This required additional excavation.This additional work was performed on August 3, 2018 and tracked by Force Account. Refer to Force Account Sheet No. 500. In order to excavate, set and bury the cedar logs in the embankment without increasing the turbidity in May Creek, the water had to be temporarily shifted away from the right bank. This necessitated adjusting the sandbags previously placed for the embankment excavation isolation system. It also required the use of submersible pumps to dewater the areas between the sandbags and the right bank. This additional work was performed on August 3, 2018 and tracked by Force Account. Refer to Force Account Sheet No. 500. Two (2) McClung trucks were on standby waiting for the excavator to set the submersible pumps. This occurred on August 3, 2018 and was tracked by Force Account. Refer to Force Account Sheet No. 465. Materials: Two (2) Western Red Cedar logs with rootwads, provided by the City. Plans: No changes were made to the drawings. Adjustment: This Change Order includes changes as defined in Section 1-04.4. Specifically, altering specifications. Extension of Time: The Time for Completion is extended 1 non-compensable Working Days in accordance with Section 1-08.8. Equitable Adjustment: This Change Order does not include an equitable adjustment since overhead and profit are contained in the Force Account markup. The estimate is attached. Change Order No. 4 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-18-001 Page 4 of 5 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 ❑ Force Account Equipment Rate Request (DOT Form 422-010 EF) ❑ Equitable Adjustment Determination Change Order No. 4 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-18-001 Page 5 of 5 Contract Number:CAG-18-001 Contract Title:NE 31st St Bridge Replacement Project Estimated Change Order Cost Change Order No.4 Bid Item No. Description Quantity Unit Unit Price Estimated Cost Force Account Item description Labor-McClung Dump Truck Driver 3 Hours $65.47 $196.41 Labor-McClung DT&T Driver 3 Hours $66.53 $199.59 Labor-McClung Operator 3 Hours $76.89 $230.67 Labor-McClung Mini Operator 7 Hours $76.29 $534.03 Labor-McClung Laborer 24 Hours $58.79 $1,410.96 Labor-McClung Laborer(OT) 6 Hours $82.08 $492.48 Labor Subtotal $3,064.14 Labor Markup 29% $888.60 Labor Total $3,952.74 Equipment-McClung 2018 Kenworth T880 Tractor 3 Hours $61.93 $185.79 Equipment-McClung 2018 Trail King Sidedump Trailer 3 Hours $16.13 $48.39 Equipment-McClung 1976 Kenworth Dump Truck 3 Hours $61.23 $183.69 Equipment-McClung 1973 3 axle puptrailer 3 Hours $16.13 $48.39 Equipment-McClung Volvo 290 Excavator 3 Hours $121.14 $363.42 Equipment-McClung Hitachi 50 Mini Excavator 7 Hours $17.92 $125.44 Equipment-McClung Ford F 150 Truck 3 Hours $15.48 $46.44 Equipment Subtotal $1,001.56 Equipment Markup 21% $210.33 Equipment Total $1,211.89 Materials Estimate $0.00 Materials Subtotal $0.00 Materials Markup 21% $0.00 Materials Total $0.00 Services Estimate $0.00 Services Subtotal $0.00 Services Markup 21% $0.00 Services Total $0.00 Mobilization Estimate $0.00 Total Subcontractor Work Estimate $5,164.63 Prime Markup for Subcontractor Work 12%,10%,7% $619.76 Total for Subcontractor Work $5,784.38 Force Account Total $5,784.38 Bid Item Change $ Bid Item Change Total $ - Equitable Adjustment Per attached determination Estimate $ - Calculated Cost $ 5,784.38 Estimated Change Order Cost $ 5,800.00 • Page 1 of 1