Loading...
HomeMy WebLinkAboutCO 6 CAG-18-001 , CO #6-19 / Y O �PFNTo� Change Order No. 6 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) O Unilateral Original Contract Amount: $1,255,999.00 Original Contract Working Days: 80 Current Contract Amount: $1,259,899.00 Current Contract Working Days: 90* Calculated Net Change This Order: -$74,881.00 Added Working Days: 0 New Contract Amount: .$1,185,018.00 Total Contract Working Days: 90 !Note:Minor Change No 1 added 2 Working Days,Minor Change No.2 added 2 Working Days,Minor Change No.3 added 3 Working Days. Prep d By: )J Issued By: OVA r Date Engineer(City of Renton Transportation Date C74, e-f Re..43.+ fried Ma,,tiler Design Manager) Reviewed By: Consent By: Engineer of Record Date Surety(Greater than 25%cost and/or 20% Date time increase) Reviewed B : Endorsed By: fLy±7 City of Renton reject Manager Date Contractor %raps, 1)¢1;1i Executed By: Reviewed By: lo).tiil ��� City Attorney(Greater than$35,000 Date City o nt 'n Pub is Wor s Date and/or change In scope) Admi istrator/Mayor Change Order No. 6 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-18-001 Page 1 of 4 THE CONTRACT IS MODIFIED AS FOLLOWS: Description of Change: • Delete the following bid item from the contract: o Bid Item No. 3, RECORD DRAWINGS, Quantity = 1 L.S., Unit Price = $750.00 per L.S. o Bid Item No. 8, FLAGGERS, Quantity= 160 HR, Unit Price = $54.50 per HR o Bid Item No. 9, OTHER TRAFFIC CONTROL LABOR, Quantity=80 HR, Unit Price = $54.50 per HR o Bid Item No. 29, COMPACTION PRICE ADJUSTMENT, Quantity= 1 CALC., Unit Price = $1.00 per CALC. o Bid Item No. 30, BRIDGE TRANSVERSE JOINT SEAL, Quantity=42 L.F., Unit Price = $25.00 per L.F. o Bid Item No. 46, ESC LEAD, Quantity= 100 DAY, Unit Price =$100.00 per DAY o Bid Item No. 47, EROSION/WATER POLLUTION CONTROL, Quantity = 1 EST., Unit Price = $50,000.00 EST. Reason for Change: The reasons for the deletion of each bid item are as follows: Record Drawings—The design consultant was under contract with the City for design support during construction.The scope of work included as-built surveying, performed by a sub-consultant surveyor. Periodic as-built surveys were performed by the sub-consultant surveyor during the course of construction so the Contractor did not generate or submit as-built information for the project. Consequently, the bid item Record Drawings was not necessary or used. Flaggers—NE 315t Street was closed to construct the project.The original intent of including Flaggers in the contract was to provide traffic control for delivery of materials to the project site. For example, using flaggers when the precast concrete girders were delivered to the site. However, NE 315t Street has low traffic volumes.As a result of the street closure,the traffic volume was reduced further.The Contractor did not need or use Flaggers on the project.Consequently,the bid item Flaggers was not necessary or used. Other Traffic Control Labor—NE 315t Street was closed to construct the project.The original intent of including Other Traffic Control Labor in the contract was to provide a means for adjusting traffic control signage and devices for delivery of materials to the project site. However, NE 315t Street has low traffic volumes.As a result of the street closure,the traffic volume was reduced further.The Contractor did not Change Order No. 6 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-18-001 Page 2 of 4 need or use Other Traffic Control Labor on the project. Consequently,the bid item Other Traffic Control Labor was not necessary or used. Compaction Price Adjustment—This bid item only applies if the HMA fails to meet compaction required by contract. For this project,the HMA placed met compaction requirements. Consequently,the bid item Compaction Price Adjustment was not necessary or used. Bridge Transverse Joint Seal—Refer to the Joint Seal Detail on Drawing No. 32.The intent of this detail is to control the crack locations in the HMA from the expansion and contraction of the bridge girders. However,sawcutting the pavement section weakens it and guarantees a crack. Cracks in the HMA lead to premature failure of the pavement section.After discussing the benefits and drawbacks of eliminating these sawcuts filled with joint sealant with design engineer,the City decided to eliminate them and the associated bid item from the contract. ESC Lead—An environmental consultant was under contract with the City for environmental support during construction.According to the Washington State Department of Ecology,the monitoring requirements for Construction Storm Water General Permit(CSWGP)for sites that disturb less than 1 acre are as follows: weekly site inspections are required, weekly sampling with turbidity meter, transparency tube, and PH sampling are not required.Additionally, Discharge Monitoring Reports (DMRs) are optional for permits covering less than one acre unless 303(d)/TMDL listed and effluent limits are applicable.The project disturbed less than one (1) acre and it was not 303(d)/TMDL listed.The City's environmental consultant performed weekly site inspections.Therefore,the ESC Lead was not necessary. Consequently, the bid item ESC Lead was not necessary or used. Erosion/Water Pollution Control—An environmental consultant was under contract with the City for environmental support during construction.The City's environmental consultant performed weekly site inspections.When the environmental consultant identified areas in need of water pollution and erosion control devices(e.g.wattles, plastic covering, etc.),the Contractor was directed to install them.The installation of these devices was paid for using existing bid items included in the contract.The Erosion/Water Pollution Control bid item is a Force Account item that was included in the contract to pay for the maintenance of these devices. Maintenance was not required nor practical for the types of devices used on the project. For example, if wattles were destroyed, new wattles were installed and payment made using the Wattle bid item. Consequently,the bid item Erosion/Water Pollution Control was not necessary or used. Materials: N/A Plans: No changes were made to the drawings. Adjustment: This Change Order includes changes as defined in Section 1-04.4. Specifically, the deletion of work. Change Order No. 6 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-18-001 Page 3 of 4 Extension of Time: The Time for Completion is extended 0 non-compensable Working Days in accordance with Section 1-08.8. Equitable Adjustment: This Change Order does not include an equitable adjustment for any of the bid items deleted from the contract with this change order, by agreement with the Contractor. 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 D Plans ❑ Field Directive O Change Order Quotation © Change Order Cost ❑ Project Labor List ❑ Force Account Equipment Rate Request (DOT Form 422-010 EF) ❑ Equitable Adjustment Determination Change Order No. 6 Contract Title: NE 31st St Bridge Replacement Project Contract No. CAG-18-001 Page 4 of 4 Calculated Change Order Cost Change Order No. 6 Bid Item No. Description Quantity Unit Unit Price Estimated Cost I Force Account Item description Labor Estimate $0.00 Labor Markup 29% $0.00 Equipment Estimate $0.00 Equipment Markup _ 21% $0.00 Materials _ Estimate $0.00 Materials Markup _ 21% $0.00 Services Estimate $0.00 Services Markup 21% $0.00 Mobilization Estimate $0.00 Subcontractor Work _ Estimate $0.00 Subcontractor Markup 12%,10%,7% $0.00 Bid Item Change 3 RECORD DRAWINGS -1 _ L.S. $750.00 -$750.00 8 FLAGGERS -160 HR $54.50 -$8,720.00 9 OTHER TRAFFIC CONTROL LABOR -80 HR $54.50 -$4,360.00 29 COMPACTION PRICE ADJUSTMENT -1 _ CALC. $1.00 -$1.00 30 BRIDGE TRANSVERSE JOINT SEAL _ -42 _ L.F. $25.00 -$1,050.00 46 ESC LEAD -100 DAY $100.00 -$10,000.00 47 EROSION/WATER POLLUTION CONTROL -1 EST. $50,000.00 -$50,000.00 Equitable Adjustment Per attached determination Estimate $0.00 Calculated Cost $74,881.00 Change Order Cost -$74,881.00 Page 1 of 1