Loading...
HomeMy WebLinkAboutCO 1 ' CAG-19-303 , CO #1-19 CITY OF RENTON Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: North 6th Street Abandoned Pipe Decommissioning Project CAG-19-303 C.O.# 1 CONTRACTOR: Laser Underground &Earthworks,Inc. SUMMARY OF PROPOSED CHANGE: Provide all labor,equipment,subcontracting, bonding,insurance for the complete work required for the extra work as outlined below and shown in the contractor's proposal: ITEM Alteration Under This Change Order Unit Qty. Unit Price Total Price NEW ITEM: Excavate Storm Drain#108375 and Restoration LS 1 $18,199.27 $18,199.27 Field Work REMOVE QUANTITY: Directive#1 12-inch Storm Water Pipe Decommissioning LF 216 $12.00 ($2,592.00) Partial Abandonment of Existing Manholes EA 1 $1,100.00 ($1,100.00) NEW ITEM: Measurement and Payment—Bid Item#5 No cost change Total $14,507.27 • ORIGINAL CONTRACT AMOUNT CURRENT CONTRACT AMOUNT ESTIMATED NET CHANGE ESTIMATED CONTRACT THIS ORDER TOTAL AFTER CHANGE 528,540.00 528,540.00 514,507.27 543,047.27 SIGNATURES: / Contractor: � �.�-r Date: /2 `//� Bre -n, L- r✓ - f(Es,,_ o6i,,t vvv Project Engineer: 4 4 7nda� p2Jg,fAP� Date: 12.16.2019 Approved By: ;' ,sno 6 Date: /1///��/7 Ion(Stt ka,Utility Sys - •irector Approved By: �l�l elf/ jjJ ey...r, . Date: J Z11 J�/q Gregg Zimmer ,PW Ad� tra or Approved ByyZ' �� Date: Shane Moloney,Renton City Atto Attest: - Date: Jason Seth,City Clerk H:\Flle Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-0000 Small Drainage Problem Program\N 6th St Pipe Filling\Construction\Contract\Final Contract Docs\Change Order#1\CO#1-Laser.doc\JHmc vCity of Renton Field Work Directive Public Works Department FWD#1 North 6th Street Abandoned Pipe Decommissioning Project Name: Project CAG-19-303 Contractor: Laser Underground & Earthworks, Inc. Subject: Boeing Manhole Date: 12.04.19 Scope: City of Renton storm drain pipe identified within COR maps as#108375 connects downstream into a private storm drain system and the identified owner is the Boeing Company.The Boeing Company has expressed concern with construction taking place in their active storm system,which discharges directly into Lake Washington, would be in violation of their Industrial Stormwater Permit.This necessitated a change to the work.The storm water pipe#108375 will now be accessed via open trench approximately 20-feet east of the Boeing manhole. Pipe#108375 at the cut location will be capped on the downstream end,towards the Boeing manhole, and filled on the upstream end to manhole#113972. Additionally, pipe#107613 is not in critical condition and was identified by the contractor as being unable to fill without open trench access at or near Logan Avenue. Logan Avenue is a highly trafficked intersection and it is the best interest of the project to limit interference at this location. Therefore, pipe#107613 will be removed from the original contract. Contractor Acknowledgement: By: 12� Lo >< 20.'1 Contractor Signature Date Title By: Qe,r�� 12.06.2019 City of Renton Project Manager Signature Date THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT,AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S)OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS. ' 2 ) a 5 8 ' 9 10 I 11 i 1 ,. 1 i ' ,- , i _.__,... 1101.1 1 )1.1 G .---, •---- \1 G • ' •.1- rl - .1:T.1.•.•.. - :E.I•••• •• ••-a XISBNG SDI 113990© 1 i 0 • 1 5... ou 1 ! _ ':_' SITTING SDMH# 113991 DECOMMISSIONING ••IM: 29.99' �' Y - �t m I --- •O -M: 28.71' END PIPE FILL FLUS NV IN (E): 22.58' (12") *'r - ' NV IN (E): 22.31' (12) gym.= H. F, , NV OUT W: 22.41' 12i "- - 1 p ;, NV our w: 22.33' tz" .' VICINITY MAP 1 se 0 \ �. ! • E E 0EGEND: D .ECOV ISSION EXISTING SO 10838 .ECO•7 •• • • 10838: CITY OF RENTON (COR) � _G c • • :.' • ••_: ^_ RIGHT OF WAY r•1 x49110 r 2 + s - 7- '" 0 EXISTING COR STORM DRAIN =m � :�:l[e]:�Il:�.yl:lial .. I :.0 MANHOLE UI + gg yy g y y " - EXISTING PRIVATE STORM V1 ,. i N M1 61: wi y © ��©,.•. 0 ... ' DRAIN MANHOLE 0 0 E M " T .. 3• ES: - .., " ,T, EXISTING COR STORM DRAIN c II RIM AND INVERT ELEVATIONS ARE BASED ON BEST AVAILABLE GIS DATA AND ;,- y ._._.. .-- ' P. CATCH BASIN HAVE NOT BEEN FIELD VERIFIED. SLOPES MAY VARY. ... CCTV HAS BEEN COMPLETED ALONG PROPOSED DECOMMISSIONING PIPES. A :1072 0/411I IMP 4indiiSii 1 EXISTING PRIVATE STORM MAJORITY OF PIPE MATERIAL WAS COMPOSED OF CLAY TILE (CT) AND SOME - - MI DRAIN CATCH BASIN SECTION WERE MADE UP OF PVC AND CONCRETE. " -v 1 •F '�_ I •. — LIMITS .OF CONSTRUCTION COINCIDE WITH THE RIGHT-OF-WAY. ir'' i iel ' u *,` ___%,�___PXIISTING COR STORM DRAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON NORTH 6TH STREET AND LOGAN . { 1. r � AVENUE NORTH SHALL BE OPEN AT ALL TIME DURING CONSTRUCTION. I �,m.�-, ' - i• EXISTING PRIVATE STORM PIPE 108388 IS SEVERELY FRACTURED. NOT ALLOWING FOR CCTV OF FULL _,>, £: •• ---xsD--- r DRAIN • •. T. •: . : ',:: • •• ' ...•,. •.• •. .. t D ii • ‘�• 10 2 mi I# r ®KEYED NOTES: D s ■ _ 1. PROTECT ACTIVE EXISTING STORM ',� 'Y:JJ WATER PIPE AND MAINTAIN IN i+ �_♦ a 11 a. ...w i• +.P a SERVICE. 9•• • .2 �? -``-- --` k ,� U a 4 2. PROTECT ACTIVE EXISTING STORM _ APPROXIMATELY 20' EAST AN• - - -- . - WATER STRUCTURE AND MAINTAIN IN PLUG WEST PIPE 2 DIAMETER- ;:�e�ah�e�3'�'.7 1 ) SERVICE. WITH COMMERCIAL CONCRETE 11 s / 1 t'•�. 3. PARTIAL ABANDONMENT OF MANHOLE BACK FILL TRENCH AN• r 1 I 1M .•1 3-.1' , 399 7 .w IN PLACE PER SPECIAL PROVISION a REPLACE ASPHALT. EW XISIING SDMH# 113972 EXISTING SDMH# 11399 'f �., 7-05.3(2). CONTRACTOR TO FIELD ° ABANDONED PIP2 •IM: 25.32' I' RIM: 25.79+ /- 1� c NV IN (E): 21.40' (12") INV IN (E): 21.44' (12"R 'ice VERIFY PIPE CONNECTIONS, NV OUT W: 21.40' 12 NV OUT W: 21.44' 12" w CONDITIONS AND ACCESSIBILITY OF xs4-,_" = WORK PRIOR TO CONSTRUCTION. - XISITING 12 CT S• 0 0 'L _ � N • 110-1 DO NOT FILL PAS - • _ In - - • ••• •• 3 I • 10837 •ECO •• ' •'1•: :: - W-1~ 1 /—wo•N owECT19E I+ «r -1z.a•ea Jr r • .. . .• • C• •• NO. 9E1951011 to DATE •PPO ai • ` ...k -.._I-- 0 8[el . :i.f.9ldiil a 5 CITY OF e il • a'/ is ,� ap O RENTON 1 M •� 1• na_' > �� RE .• 0 0 0 w ( tm_,.,. - ^ .• N CITY OF RENTON raf r.. c __-_-- __ - _. '-- {{ dM.. • ' ABANDONED PIPE DECOMMISSIONING It) EXISTING SD H' 11397. •' ( :(•1i1� NORTH 5�¢el a71 0 RIM: 25-32 F�5 INV IN (N): 18.92' (36 } , • 11ax¢oxra E�.vlK acui .'�• .�. ry 12.1%2019 • NV IN (NE): 18.92' (12" i.s sloe. ;l INV IN (S): 18.92' (30" _ 4,. Na ,« INV IN E: 18.92' 12 ... .:..., x.a 'sari.. .� .• C-100 I 2 3 8 5 8 7 8 9 10 11 • VARIES: 4.5' MIN. LANE LINE MARKING • r ... SAWCUT AFTER BACKFILL DEPTH OF EXISTING PAVEMENT 11 2" - 6" HMA ti , . , 1 EDGE OF PAVEMENT, EDGE (SEE NOTE A 1 .1 OF CURB & GUTTER, OR MIN. MIN. CENTER OF LANE MARKING 2" HMA (SEE NOTE 2) 6" CRUSHED SURFACING TOP COURSE (CSTC) (9-03.9(3)) PER WSDOT STANDARD 2" SAWCUT AND REMOVE SPECIFCATIONS, COMPACTED TO 95% OR PLANE, SEAL WITH MODIFIED PROCTOR AR-4000W CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL (9-03.19), GRAVEL BORROW (9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO WIDTH OF TRENCH AS REQUIRED BY SIZE OF 95% MODIFIED PROCTOR. PROPOSED IMPROVEMENT (SEE WSDOT • • STANDARD SPECIFICATION 2-09.4) PLUS AN •, '-PIPE ZONE BEDDING MATERIAL AND COMPACTION AS ALLOWANCE FOR ANY SHORING. SHORING, IF . . . • REQUIRED BY THE WSDOT STANDARD SPECIFICATIONS NEEDED, SHALL MEET THE REQUIREMENTS OF FOR THE TYPE OF IMPROVEMENT INSTALLED, EXCEPT: WSDOT STANDARD SPECIFICATION 7-08.3(1)B F I * FOR STORM AND WATER PIPE, PER STD PLAN 220.0 * FOR SANITARY SEWER, PER STD PLAN 405 TRENCH WIDTH * FOR JOINT UTILITY TRENCH, SAND WITH 95% PASSING A #4 SIEVE AND LESS THAN 5% PASSING A #200 SIEVE NOTES: 1. WHEN EXISTING PAVEMENT IN A LANE REQUIRING A FULL WIDTH REPLACEMENT IS BROKEN OR DETERIORATED TO A PAVEMENT CONDITION INDEX RATING OF 70 OR LESS, THE EXISTING PAVEMENT IN THAT LANE, AND FOR THAT DISTANCE SO CLASSIFIED, SHALL BE REMOVED AND REPLACED WITH HMA MATCHING THE DEPTH USED IN THE EXISTING STREET OR THE DEPTH PER CITY STANDARD, WHICHEVER IS GREATER. 2. PRINCIPAL/ MINOR/COLLECTOR, ARTERIAL, & INDUSTRIAL ACCESS STREETS - MATERIAL AND THICKNESS SHALL BE HMA CL 4" PG 64-22 AND MATCH EXISTING THICKNESS AND IN NO CASE LESS THAN 6". RESIDENTIAL ACCESS STREETS - HMA CL k" PG 64-22. THE THICKNESS SHALL BE THAT OF THE EXISTING PAVEMENT SECTION AND IN NO CASE LESS THAN 4". 3. WHEN THE "SAWCUT AFTER BACKFILL" ENCROACHES INTO AN ADJACENT LANE, CURB & GUTTER OR SHOULDER, THE AFFECTED LANE SHALL BE PLANED AND OVERLAID WITH HMA FULL WIDTH, THE CURB & GUTTER SHALL BE REMOVED AND REPLACED, OR THE SHOULDER SHALL BE PLANED OR REMOVED AND OVERLAID WITH HMA. 4. IF TRENCH UNDERMINES EXISTING SIDEWALK AND/OR CURBS, THEN THE SIDEWALK AND/OR CURB SHALL BE REPLACED FROM EXPANSION JOINT TO EXPANSION JOINT. 5. IF TRENCHING THROUGH EXISTING DRIVEWAY OR SIDEWALK RAMP, THE DRIVEWAY OR SIDEWALK RAMP SHALL BE REPLACED TO MEET ADA STANDARDS. TYPICAL LONGITUDINAL PATCH STD. PLAN - 110.1 as,, PUBLIC WORKS FOR FLEXIBLE PAVEMENT OR PPR.VED• DEPARTMENT RIGID PAVEMENT WITH OVERLAY �2 ' 6IIL- 1o)I`6Ij7 C.IE • 1' 1' VARIES ' 1' MIN MIN I MIN MIN SPECIAL NOTE: IN THE EVENT TRANSVERSE PATCHES EXIST WITHIN THE AFFECTED STREET, THE LENGTH • OF THE PATCH SHALL BE EXTENDED TO I, j INCLUDE ANY EXISTING PATCH WITHIN 10 {, ,; FEET OF THE EDGE OF THE PATCH REQUIRED i FOR THE NEW CROSSING AND ANY SUBSEQUENT PATCH EDGE WITHIN 10 FEET 1q 1, • OF THE EDGE OF THE SECOND PATCH AND ..' SO ON UP TO A TOTAL OF 300 FEET. FACE OF GUTTER OR EDGE OF PAVEMENT TRAFFIC FLOW ��"•.,.I. �,,.,... 2" HMA . • CENTER LINE OR LANE LINE •2" TO B" HMA Y '-. '• 6.5' MIN. 2" DEPTH OF PLANING OR SAWCUT AND REMOVE VARIES: 6.5' MIN. VARIES MIN MIN t- DEPTH OF EXISTING PAVEMENT MIN I MIN I- 2" SAWCUT AND REMOVE ®® OR PLANE, SEAL WITH 2" - 6" MIN. HMA (SEE NOTE 2) AR-4000W .I (EACH SIDE) 6" CRUSHED SURFACING TOP COURSE (CSTC) 2" HMA (9-03.9(3)) PER WSDOT STANDARD SPECIFICATIONS, COMPACTED TO 95% MODIFIED PROCTOR. SAWCUT AFTER BACKFILL (EACH SIDE) CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL (9-03.19), GRAVEL BORROW(9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO 95% MODIFIED PROCTOR. WIDTH OF TRENCH AS REQUIRED BY SIZE OF PROPOSED IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF IIII PIPE ZONE BEDDING. MATERIAL- SEE STANDARD NEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT PLAN 110.1. STANDARD SPECIFICATION 7-08.3(1)B TRENCH WIDTH FOR NOTES, SEE STANDARD PLAN 110.1 TYPICAL TRANSVERSE PATCH FOR ' PLAN - 110 CD PUBLIC WORKS FLEXIBLE PAVEMENT OR RIGID PR ED' DEPARTMENT PAVEMENT WITH OVERLAY y/� /�11/0///1, /%`61l7 / D=,E D. MEASUREMENT AND PAYMENT EXCAVATE STORM DRAIN #108375 AND RESTORATION (BID ITEM - 5) • A. Specification Reference: Measurement and payment for'Excavate Storm Drain#108375 and Restoration'shall include full compensation for all costs incurred by Contractor in preforming the Contract Work defined in the following: a. WSDOT Section 1-06.1 Approval of Materials Prior to Use b. WSDOT Section 1-06.4 Handling and Storing Materials c. WSDOT Section 1-09.7 Mobilization d. WSDOT Section 1-10 Temporary Traffic Control and supplemented as defined in: i. SP Section 1-10 Temporary Traffic Control 1. SP 1-10.2(1)B Traffic Control Supervisor 2. SP 1-10.2(2)Traffic Control Plans ii. SP Section 1-10.3 Flagging,Signs,and all other Traffic Control Devices 1. SP 1-10.3(3) Construction Signs e. WSDOT Section 2-03 Roadway Excavation and Embankment f. WSDOT Section 2-04 Haul g. WSDOT Section 2-06 Subgrade Preparation h. WSDOT Section 2-09 Structure Excavation i. WSDOT Section 5-04 Hot Mix Asphalt j. WSDOT Section 6-02.3(5)B Certification of Compliance k. WSDOT Section 6-02.3(5)C Conformance to Mix Design I. WSDOT Section 7-08.3(4) Plugging Existing Pipe m. WSDOT Section 8-01 Erosion Control and Water Pollution Control specifically Sections: i. Section 8-01.3(1)C1 Disposal of Dewatering Water ii. Section 8-01.3(1)C2 Process Water iii. Section 8-01.3C4 Management of Offsite Water iv. Section 8-01.3(5) Plastic Covering v. Section 8-01.3(8)Street Cleaning vi. Section 8-01.3(9)D Inlet Protection vii. Section 8-01.3(16) Removal viii. Supplemented with SP Section 8-01.3(1)A1 Temporary Erosion and Sediment Control Plan n. WSDOT Section 9-03 Aggregates B. Measurement and payment for'Excavate Storm Drain#108375'shall be made on a lump sum basis. C. Payment Covers:The full compensation for the labor, materials and equipment required for mobilizing; moving and organizing labor;equipment, materials,supplies,and incidentals to the job site(s); providing and maintaining all necessary support facilities and utilities;security and protection;construction support;construction schedules;following existing safety regulations; providing,erecting, maintaining, relocating project signs;obtaining all necessary permits, licenses, premiums for bonding and insurance; preparing the site for construction operations; maintaining the site and surrounding areas during construction; providing protection of existing utilities; providing component and system testing;final clean-up of the site including equipment and materials used;and demobilizing and properly removing all labor,equipment, materials, surplus materials,and incidentals off the project site(s) after contract completion to excavate storm drain#108375 and restore function of the site in accordance with the requirements of the City of Renton and WSDOT.The full compensation with all labor, materials,tools, incidentals, certified personnel and equipment required to develop and implement a traffic control plan in accordance with the requirements of the City of Renton and WSDOT for this bid item.Costs associated with specific site protocols,furnishing, installing, maintaining, removing traffic control signs and VMS information boards;construction warning and detour signs;sequential arrow boards;traffic cones; barrels; barricades and the like;steel plating; pins;shims;temporary pavement markers and striping; removing, relocating, re-installing existing roadway signs; preparing, revising, and implementing any traffic control/detour plans required by the contract documents and right-of-way use permit;and conforming to the Manual on Uniform Traffic Control Devices (MUTCD)for this bid item. Maintaining smooth vehicular traffic flow in the project area during construction and performing traffic control in accordance with an approved traffic control plan as directed by the Engineer and by the City of Renton Transportation Department.The full compensation for the labor,equipment, materials,coordination, haul, approvals, and the safe removal of excavated and unsuitable materials.The full compensation for the labor,equipment, materials, coordination,compactions,grading, restoration,approvals, and the safe placement/installation of backfill; plugging existing pipes;and roadway material for this bid item. Payment shall also include but not be limited to project notification, preparation of the existing surfaces,furnishings, placing, compacting to a depth shown on the plans or specified by project engineer,application of tack coat,sampling and testing,and any other items required to complete the excavation of storm drain#108375 and subsequent restoration. D. Payments shall also include the cost to furnish traffic control services and equipment for construction surveying, staking, and as-built records; labor, material and equipment required to maintain safe pedestrian access through the project area during construction, including but not limited to signage, warning devices, safety fencing and maintaining a clean sidewalk that is free of dirt,gravel and other construction debris in response to this bid item. E. The Contractor shall submit to the City the mix design of the material to be used to plug the pipes included in this bid item and the asphalt mix design for roadway restoration. F. Payments for clearing and disposing of excess pipe fill material from any existing active manholes due to construction activities is considered incidental to this bid item.The contractor shall clean the road and any other areas used for temporary staging,storage, parking,and other construction activity,from construction debris, refuse,or excess material resulting from this work. Payment for clearing and disposing of excess material and project site cleanup is considered incidental to this bid item. G. This scope of work assumes that no stockpiling area will be needed for materials. No staging area is provided to the Contractor as part of this project.Staging, if necessary,shall be the responsibility of the Contractor. H. Any TESC required for this work shall be considered incidental to this bid item. LASER • Underground&Earthworks, Inc. Dec. 6, 2019 Attn: Amanda Pierce City of Renton Re: North 6th St. Decommissioned Pipe Abandonment To accomplish abandonment of decommissioned pipe#108375 without access from the Boeing-owned SDMH #113970, Laser proposes the following changes to the contract: Contract Items QTY Unit Unit Price Total 1 Mobilization & Demobilization 1 LS $ 2,500.00 $ 2,500.00 2 Traffic Control 1 LS $ 7,000.00 $ 7,000.00 3 12"Storm Water Pipe Decommissioning 1220 LF $ 12.00 $ 14,640.00 4 Partial Abandonment of Existing Manholes 4 EA $ 1,100.00 $ 4,400.00 $ 28,540.00 Change Order QTY Unit Unit Price Total CO#001 Excavate SD#108375 &Restoration: 1 LS $ 18,199.27 $ 18,199.27 Mobilization of equipment to the site Dig excavation to access SD#108375 Cap existing 12" pipe Backfill with recycled 5/8"crushed rock Roadway restoration Traffic Control Credit for deletion of SD#107613 -216 LF $ 12.00 $ (2,592.00) Credit for deletion of SDMH#113990 1 EA $ 1,100.00 $ (1,100.00) Net Change Order Value: $ 14,507.27 Exclusions: WSST Conflict with existing utilities We appreciate the opportunity to provide this quotation. Please don't hesitate to call with any questions. Sincerely, Bret Lane -President Laser Underground &Earthworks, Inc. 206-571-3268(Cell) 20417 87`"Avenue SE,Snohomish,WA 98296 Phone:(425]251-1636 Fax: (425)251-1656 LASER Page 1 of 3 • Underground & Earthworks, Inc. FORCE ACCOUNT CHANGE ORDER Date of Work: Invoice Date: Owner: City of Renton Project: N 6th Ave Decommissioned Pipe Abi Change#: COR proposal to excavate only 1 hol Description: Work Type: Standard Laser Underground LABOR Name Req hrs OT hrs Total hrs Rate/hr Total Operator Foreman Lead 16 16 $ 84.91 = $ 1,358.57 Pipelayer-Group 4 16 16 $ 64.55 = $ 1,032.87 Equipment Operator 16 16 $ 79.59 = $ 1,273.52 Laborer/Topman 16 16 $ 63.49 = $ 1,015.90 Truck&Trailer Driver Lead 16 16 $ 83.67 = $ 1,338.80 Traffic Control Supervisor-Lead 16 16 $ 61.23 = $ 979.72 Flagger 16 16 $ 54.81 = $ 876.95 Subtotal-Labor 112 0 112 $ 7,876.33 Laser Underground EQUIPMENT Req hrs Standby Rate/hr Total EX80 1994 Excavator Case 9020B-Excavator W/Hoe Pac and Buckets @ $ 80.74 = $ - DZ81 1995 Case 650G Crawler Dozer @ $ 59.09 = $ - EX82 2004 John Deere-200LC Excavator W/Buckets @ $ 111.23 = $ - EA83 2013 John Deere-85D Excavator W/Buckets @ $ 73.76 = $ - EX84 2014 John Deere-135G Excavator W/Buckets @ $ 120.39 = $ - EX85 2014 John Deere-85G Excavator W/Buckets 16 @ $ 73.99 = $ 1,183.84 EX86 2016 John Deere-35G Excavator W/Buckets @ $ 37.77 = $ - EX87 2018 John Deere-35G Excavator W/Buckets @ $ 37.59 = $ - BREAKER 600 FLB(per day) @ $ 292.00 = $ - BH50 2005 John Deere 310 SG Loader Backhoe 4x4 Extendahoe @ $ 48.10 = $ - Breaker Attachment(per day) @ $ 475.00 = $ - BH51 2006 John Deere 310 SG Loader Backhoe 4x4 Extendahoe @ $ 48.46 = $ - Breaker Attachment(per day) @ $ 475.00 = $ - BH53 2015 John Deere 310 SK Loader Backhoe 4x4 Extendahoe 8 @ $ 52.70 = $ 421.60 Breaker Attachment(per day) 1 @ $ 475.00 = $ 475.00 LD52 2012 John Deere 544.Loader @ $ 61.05 = $ - LD54 2015 John Deere 524 Loader @ $ 55.57 = $ - DT100 1988 International 5 Yard Dump Truck @ $ 45.24 = $ - DT101 2016 Peterbilt Dump Truck @ $ 82.00 = $ - DT102 2018 Mack Dump Truck 16 @ $ 82.64 = $ 1,322.24 DTI13 1999 Kenworth T-800 Dump Truck @ $ 77.60 -= $ - TR150 1996 Tiltbed Trailer(25 Ton) @ $ 11.01 = $ - TR151 1998 Sturdy Weld Pony Trailer-4 axle pup @ $ 15.23 = $ - TR152 2007 Sturdy Weld Pony Trailer-4 axle pup @ $ 15.52 = $ - TR155 2015 20'Load T(4 Ton Trailer) @ $ 4.59 = $ - TR156 2018 Trail King Flat Bed Trailer(25 Ton) @ $ 11.98 = $ - PU11 2002 Service Truck-F350 Ford P/U-Truck&Tools(4WD) @ $ 35.02 = $ - PU12 2005 Chevy 1500(2WD) @ $ 18.15 = $ - PU13 2006 F350 SuperDuty Truck&Tools(Delivery)-blue @ $ 35.23 = $ - PU14 2008 Chevy 1500(2WD) @ $ 18.25 = $ - LASER • Page 2 of 3 Underground & Earthworks, Inc. FORCE ACCOUNT CHANGE ORDER PU16 2015 F350 SuperDuty Truck&Tools(4WD) @ $ 35.23 = $ - PU17 2007 F450 SuperDuty Flatbed(Delivery) @ $ 34.65 = $ - PU19 2000 Chevy 2500 Service Body @ $ 34.36 = $ - PU20 2017 F450 Service Body 16 @ $ 40.78 = $ 652.48 AC120 1992 Ingersol Rand Air Compressor @ $ 22.10 = $ - RL121 2001 Bomag BW 120 Roller @ $ 25.02 = $ - RL122 2002 Bomag BW 900 Roller 16 @ $ 17.33 = $ 277.28 RL133 2015 Wacker Neuson RD12A Roller @ $ 26.61 = $ - SW123 2003 Lay Mor Power Sweeper @ $ 25.15 = $ - TR124 2003 Water Wagon-2 Axel Trailer, 500g1 Tank, Pump&Sprayer @ $ 14.96 = $ - TR125 2015 Water Wagon-2 Axel Trailer, 500g1 Tank, Pump&Sprayer @ $ 15.71 = $ - TR126 2011 Vac Trailer 400-750 Gallon FX30 @ $ 530.00 = $ - AC127 2016 Sulivan Air Compressor 185CFM @ $ 21.64 = $ - AC128 1992 Sullivan Air Compressor 185CFM @ $ 20.54 = $ - SW 129 2016 Lay Mor Power Sweeper @ $ 26.44 = $ - SW 130 2012 Lay Mor Power Sweeper @ $ 26.44 = $ - ZP131 2012 Zanitas Road Hog 3075 @ $ 284.22 = $ - ZP132 2004 Asphalt Zipper 480S W/Trailer @ $ 276.59 = $ - MH Box&Rigging @ $ 23.15 = $ - Steel Shoring Box-4x20,6x20, 8x20&Rigging 8 @ $ 23.15 = $ 185.20 Speed Shore, Pump, Pump Can, Fin Form &Accessories @ $ 23.15 = $ - Gravel Box-5 Yd Skiff @ $ 12.37 = $ - Traffic Plate(8 x 10) @ $ 5.00 = $ - Traffic Plate(8 x 12) 32 @ $ 5.00 = $ 160.00 Traffic Plate(8 x 15) @ $ 6.00 = $ - Traffic Plate(8 x 20) @ $ 6.00 = $ - Enclosed Tool Trailer @ $ 15.00 = $ - Enclosed Tool Trailer @ $ 15.00 = $ - Traffic Control Devices(Signs, Cones, Barricades, Etc) 16 @ $ 22.00 = $ 352.00 Jumping Jack/Plate Compactor @ $ 3.68 = $ - Hole Hog @ $ 27.48 = $ - Subtotal-Equipment $ 5,029.64 Laser Underground . DIRECT MATERIAL COST 5/8"Recycled Backfill 22 TN $ 181.50 1/2"HMA Asphalt Temp Patch at 2" 5 TN $ 337.50 1/2"HMA Asphalt Paving at 6" 14 TN $ 945.00 Dump Fees 15 CY $ 150.00 Subtotal-Direct Material Cost $ 1,614.00 ILaser Underground . I SUBCONTRACTORS LASER Page 3 of 3 • Underground & Earthworks, Inc. FORCE ACCOUNT CHANGE ORDER Subtotal-Subcontractors $ - Laser Underground Labor Subtotal $ 7,876.33 +29%Markup $ 2,284.13 Total Labor $ 10,160.46 Equipment Subtotal $ 5,029.64 +21%Markup $ 1,056.22 Total Equipment $ 6,085.86 Direct Material Cost Subtotal $ 1,614.00 +21% Markup $ 338.94 Total Direct Material Cost $ 1,952.94 Subcontractors Subtotal $ - +12%Markup $ - Total Subcontractors $ - Subtotal Labor,Equipment, Direct Material Cost,Subcontractors $ 18,199.27 +0%Markup $ - Total $ 18,199.27 'SUMMARY Total change work totals 2 days: 1 for mobilization of equipment,excavation and backfill,and 1 for restoration(paving).