14-039.03 Max J Kuney: Sullivan West Bridge Ph 2 1L-1-639.0
,".kraus �
%fl CHANGE ORDER NO: 3
DEPARTMENT OF PUBLIC WORKS CONSTRUCTION CONTRACT NO: 14-039
PROJECT: Phase 2-Sullivan Road West Bridge Replacement Project CONTRACT DATE: 8/8/2014
PRIME CONTRACTOR: Max J.Kuney Company CIP NO: 0155
DESCRIPTION OF CHANGES
This Change Order pertains•to: jfi4 Schedule E-Utilities(Reirrmbursebiel
Contractor shall construct Spokane County Flora Pit Road Sewer Connection as specified in the attached Techical Special
Provisions end Drawings.
I o Description Knit Quantity Unit Price Ts(rj
CO-3.1(E) Mobilization LS 1 $ 2,822.00 $ 2,922.00
CO-3.22(9) Project Temporary Traffic Control LS 1 $ 3,209.00 S 3,209.00
CO-3,3(E) Sawcut ACP or PCC Pavement LF-IN 1155 $ 1.15 $ 1,328.25
00-3.4(9) Remove Asphalt Concrete Pavement SY 125 $ 17.25 $ 2,156,25
CO-3.5(E) Crushed Surfacing Top Course,4 In.Depth SY 125 5 8.83 5 1,078.75
CO-3.6(E) Crushed Surfacing Base Course,6 in.Depth SY 125 $ 11.50 $ 1,437.50
CO-3.7(E) HMA Cl.1/2 In.PG 70-28,0.58 Ft.Depth SY 125 $ 48.30 $ 6.037.50
CO-3.8(E) Joint Adhesive LF 185 $ 1.15 $ 189.75
CO-3.9(E) Connection to Existing Sewer Manhole EA 1 $ 8,900.00 $ 6.900.00
CO-3.10(E) Sewer Trench Safety System LF 70 $ 11.00 $ 770.00
00-3,11(E) Sewer Connection Works and Materiels Warranty LS 1 $ 575.00 $ 575.00
CO-3,12(E) 18-Inch Gravity Sewer Pipe LF 70 $ 299.00 $ _ 20,930.00
Subtotal $ 47,234.00
8.7%Sales Tax(applicable only to Bld Schedules C D.and El $ 4.109.36
Total Amount of this Chante Order incl.Tax: $ 51,343.36
PHYSICAL COMPLETION
Original Contract Working Days: 484 Revision By This Change Order. 10
Revisions by Prior Change Orders: 0 Total Revised Contract Working Days: 494
CONTRACT AMOUNT
THESE CHANGES RESULT IN THE FOLLOWING ADJUSTMENTS OF TOTAL CONTRACT AMOUNT:
ORIGINAL TOTAL CONTRACT AMOUNT - 3 12,307,580,31
TOTAL PRIOR CONTRACT CHANGE ORDER AMOUNT chrovun con) , $ 8,839.00
TOTAL CONTRACT AMOUNT PRIOR TO THIS CHANGE ORDER _ $ 12,314,399.31
NET THIS CHANGE ORDER �..._ $ 51,343.36
TOTAL CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER _ $ 12,385,742.67
CONTRACTOR ACCEPTANCE: DATE: dila IIS
The contractor herebys this djt •er the„; r:-fon 1.04.4 of the original contract.
RECOMMENDED BY:aD a 4 a + DATE:
ProJoct .or
t
APPROVED BY: -�rf m DATE: �1
S•:d! County, •.a Otmctor
APPROVED BY: DATE: �3//s'--
P • Wats Director
APPROVED BY: DATE: 97/
Manager
ATTA HMENTS:
Fiore Pit Road Sewer Connection Technical Special Provisions(5 Pages)
Flora Pit Road Sewer Connection Drawing(1 Sheet)
Spokane County Standard Plan U-11(1 Sheet)
Distrrbutfon:
ORIGINAL TO: City of Spokane Vasey Clerk's Office
COPIES TO: Contractor,PW Project File,Project Inspector,Finance Department,Spokane County
COSV For 9/5/2014
FLORA PIT ROAD SEWER CONENCTION
TECHNICAL SPECIAL PROVISIONS
The following Technical Special Provisions to the "Standard Specifications" are made part of this Contract
and supersede all conflicting provisions of the "Standard Specifications" and "General Special Provisions"
for the Flora Pit Road Sewer Connection work only. These Technical Special Provisions to not apply to
other parts of the Contract. The "Standard Specifications" are the Washington State Department of
Transportation: Standard Specifications for Road, Bridge, and Municipal Construction, 2012 as modified by
the Amendments. The numbers preceding the section title refer to the corresponding section of the
"Standard Specifications", Amendments to the "Standard Specifications" or to the "General Special
Provisions". "Division of Utilities" refers to Spokane County Division of Utilities; the Owner of the sanitary
sewer system.
SECTION 7-05 MANHOLES,INLETS,CATCH BASINS, AND DRYWELLS
7-05.3(3) CONNECTIONS TO EXISTING MANHOLES
Add the following:
The Contractor shall make the connection in accordance with Spokane County Standards (Ref.
Standard Plan No. U-11) and the details shown on the Plans. The Contractor shall verify the existing
manhole invert elevation prior to laying the new upstream line. Any deviation of the invert elevation
from the plans shall be adjusted for in the grade of the upstream pipe so as to meet the design elevation
at the next upstream manhole. When the connection to an existing manhole will bring existing flow
immediately to the new line, the Contractor shall not make the connection until all downstream lines are
inspected and accepted by the Engineer.
In making connection to existing manholes, core the manhole to the diameter sufficient for installation of
the adapter diameter required for the pipe diameter shown on the Plans. Coring shall also include the
manhole channel. Install the adapter and connect the new pipe to the manhole. Adapters shall be
"Inserta Tee" by Fowler Industries, no substitutes will be accepted. Shape the new manhole channel to
provide a smooth and uniform transition to the existing channel. The new channel shall slope at a
minimum of 0.5% slope, unless the Division of Utilities accepts a flatter slope.
Connections to existing manholes shall be coordinated through the Engineer with a minimum of
24 hours notice. The Division of Utilities' representative shall be on-site prior to manhole core
drilling and during connection. In addition,the Contractor shall notify Wastewater Operations at
509-477-1984 24 hours prior to performing the work.
7-05.4 MEASUREMENT
Add the following:
"Connection to Existing Sewer Manhole,"will be measured per each.
7-05.5 PAYMENT
Add the following:
"Connection to Existing Sewer Manhole,"per each.
The payment for the various items specified above shall be full pay for furnishing all labor, materials,
tools, and equipment necessary to complete each unit according to the plans and specifications,
including the furnishing and placing of all accessories.
Flora Pit Road Sewer Connection 1 Sullivan Road West Bridge Replacement
Change Order No. 3
Payment for "Connection to Existing Sewer Manhole" shall include all work related to coring, adapter
installation, channel modifications, saw cutting, sewer flow diversion. Work related to pavement
removal and replacement, crushed surfacing replacement, curbs and gutters, and adjusting frame and
cover shall be included in work. In cases where no modification to the existing manhole or its
components is required, and connection requires only removal of an existing pipe or cap, no payment
shall be made under this bid item, and the cost of such a connection shall be incidental to other bid
items.
SECTION 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)C BEDDING THE PIPE
On Page 6-169 of the General Special Provisions, supplement the heading, "PVC Storm Water Pipe
Bedding and Ductile Iron Storm Water Pipe"with"Sewer Pipe Bedding".
Delete the third paragraph of the Standard Specifications in its entirety.
7-08.3(2)A SURVEY LINE AND GRADE
Add the following:
The Contractor shall be responsible for all horizontal and vertical construction staking necessary for
the installation, construction or reconstruction of the sanitary sewer, drainage, pavement marking,
illumination and signals, guardrails and barriers, and signing. The Contractor will be provided the
survey control data by the Contracting Agency. All calculations, surveying, and measuring required
for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility.
The cost of such work shall be incidental and included within the unit bid prices.
Contractor supplied survey work may include but not be limited to the following:
Setting and maintaining 2-inch by 2-inch offset hubs with a tack at 50-foot intervals for sewer line and
grade. The offset hubs shall be set perpendicular to the sewer line,with two hubs set at manholes. The
stationing, offset distance, cut to invert, and hub elevation shall be marked on the guard stake. A copy
of cut sheets with reference to actual benchmark elevations shall be provided to the Engineer at the
same time it is supplied to the Contractor, but not less than 2 working days prior to construction.
Add the following new Section 7-08.3(5)GUARANTEES:
7-08.3(5) GUARANTEES
The Contractor shall warrant all work and materials associated with the manhole connection and re-
channelization, PVC sewer main, and asphalt roadway patch for a period of two years. The
warranty period shall commence on the date of Substantial Completion of this work under Change
Order 3 as established, in writing, by the Engineer.
7-08.4 MEASUREMENT
Add the following:
Measurement of the Sewer Trench Excavation Safety System will be by the linear foot measured along
the centerline of the pipe for the main line and will also include the centerline length of side sewer pipe.
Measurement of Flora Pit Road Sewer Connection Work and Materials Warranty will be by lump sum.
Flora Pit Road Sewer Connection 2 Sullivan Road West Bridge Replacement
Change Order No. 3
7-08.5 PAYMENT
Add the following:
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Sewer Trench Excavation Safety System,"per linear foot.
Payment for removal, hauling and disposal of excess backfill will be considered incidental to the cost of
pipe installation.
The"Sewer Trench Excavation Safety System"bid item is intended to reflect a true cost of providing the
Trench Excavation Safety System. Bids received with a lower than reasonable cost may be judged to
be non-responsive and therefore rejected. Payment for the Trench Excavation Safety System shall not
be construed as acceptance or approval of the Contractor's Trench Excavation Safety System.
Payment shall be made for mainline and side sewer installation where a trench safety system is used.
Payment for the trench fence will be considered incidental to the cost of pipe installation.
"Sewer Connection Work and Materials Warranty", lump sum.
The lump sum unit Contract payment shall be full compensation for all costs incurred by the
Contractor to provide a two year warranty on work and materials associated with Flora Pit Road
Sewer Connection.
SECTION 7-17 SANITARY SEWERS
7-17.2 MATERIALS
Add the following:
ABS Composite Pipe, Profile Wall PVC, and Vitrified Clay Pipe shall not be used on this project.
Polypropylene pipe may be approved for use on specific projects by the Sewer Design Manager,
subject to review and approval on a case-by-case basis.
Repair couplings are subject to the approval of the Engineer. No "Calder Type" couplings will be
allowed.
All fittings, except PVC Tees and Wyes, shall meet the same specifications as the pipe. PVC Tees
and Wyes installed in the sewer main shall meet the specifications for ASTM D-3034 SDR 26 and
shall be as manufactured by GPK, Multi-Fitting, Plastic Trends or approved equal.
Where service connections are to be installed on existing sewer lines, refer to the requirements in
Section 7-18.3(1)"Side Sewers—General—Tap&Connect to Existing Sewer".
7-17.3(2)A GENERAL
Delete the first paragraph and replace it with the following:
All sewers and appurtenances shall be reasonably clean prior to acceptance. Prior to the roadway patch
and before the sewer main end cap is installed a deflection test by the Contractor and television inspection
by the Division of Utilities will be completed. All sewer mains and sewer service stubs shall be tested by the
low pressure air method.
Flora Pit Road Sewer Connection 3 Sullivan Road West Bridge Replacement
Change Order No. 3
7-17.3(2W LOW PRESSURE AIR TEST FOR SANITARY SEWERS CONSTRUCTED OF NON AIR-
PERMEABLE MATERIALS
Add the following:
Test Gauge
The Contractor shall provide a female quick coupling equal to AMFLO C 2 to fit a County-supplied
gauge with an AMFLO CP2 male fitting. The Contractor shall also continue to supply a gauge that can
be monitored concurrently with the County's gauge.
7-17.3(2)G DEFLECTION TEST FOR THERMOPLASTIC PIPE
Delete the first sentence of the first paragraph and replace with the following:
Sanitary sewers constructed of thermoplactic pipe shall be tested for deflection after the trench
backfill and compaction has been completed and prior to the installation of the roadway patch.
7-17.3(2)H TELEVISION INSPECTION
Add the following:
Television inspections are performed to assure the Engineer that the Contractor's work complies with
the contract documents. Refer to section 1-05.6 regarding inspection of workmanship and materials.
The entire length of mainline pipe shall be television inspected prior to pavement replacement, by the
Division of Utilities, at no cost to the Contractor. The Contractor shall cooperate fully with the
Engineer in preparing the lines for television inspection. Any costs associated with this preparation,
including but not limited to making manholes accessible for video equipment and flushing/cleaning
the lines, shall be incidental to other bid items and no separate payment will be made. Further, the
Contractor shall coordinate with the Engineer to insure that requests for pre-pavement television
inspections are submitted and scheduled to allow the work to be completed prior to paving. A one-
hour TV crew charge shall be billed to the Contractor for failure to have the sewer.lines adequately
accessible for inspection.
At the Engineer's discretion, portions of the pre-pavement television inspection may be waived. This
does not relieve the Contractor of the responsibility to correct deficiencies.
If deficiencies that require correction are noted during the television inspection, including cleaning
faults that may have prevented its completion, the Contractor shall perform the necessary work and
schedule a subsequent pre-pavement television inspection. All costs associated with subsequent
pre-pavement television inspections performed to verify correction of deficiencies shall be borne by
the Contractor.
Following the pavement replacement and prior to the acceptance of the completed project, all sewer
mainline pipes shall again be television inspected by the Division of Utilities at no cost to the
Contractor. The cost of all subsequent post-pavement television inspections required to verify
correction of deficiencies shall be borne by the contractor. A one-hour TV crew charge shall be billed
to the Contractor for failure to have the new sewer completed, accessible and cleaned to the
satisfaction of the Division of Utilities. Prior to the final television inspection, the Contractor shall have
inverts poured, manhole rings and covers installed, paving completed, lines free of debris, and all
testing and construction observation completed.
Flora Pit Road Sewer Connection 4 Sullivan Road West Bridge Replacement
Change Order No. 3
7-17.4 MEASUREMENT
Delete the second paragraph in its entirety.
7-17.5 PAYMENT
Delete the contents of this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1, for each of the following Bid Items that are
included in the proposal:
"18-Inch Gravity Sewer Pipe,"per linear foot.
The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for all
trench excavation and backfill (unimported and imported) below finished subgrade, preparation of the
roadway subgrade to the lines and grades, furnishing, hauling and assembling in place the complete
installation including all special fittings,joint materials, adjustment of the inverts to manholes, furnishing
and placing unimported pipe bedding, and all trench compaction below subgrade.
All costs for labor, material and equipment required to conduct the leakage tests required in Section 7-
17.3(2) and 7-18.3(3) shall be considered incidental to and included in the unit contract price per linear
foot for sewer pipe of the kind and size specified and no additional payment shall be made.
Payment of 50% of the unit contract price for gravity sewer pipe and side sewer pipe may be
made after the pipe is installed,tested,flushed,and made accessible for video inspection.
Full payment shall not be made for main line sewer pipe until the full width of the road subgrade
has been rough-graded within -0.25 to +0.25 feet of its final grade, and vehicular access has
been re-established for the adjacent properties.
Flora Pit Road Sewer Connection 5 Sullivan Road West Bridge Replacement
Change Order No. 3
6" RAD. m
UPSTREAM
SWEEP (T(P.)
SHAPED
MORTAR OS
FILLET i 1 MATCH
A 14 .1 A CROWN
sir
��/ OF PIPE
�� (TYP.)49
_ _
co
PLAN SECTION B—B
•
I NOTES:
•
1. THE SHELF AND CHANNEL
290 2% I SHALL HAVE A SMOOTH FINISH.
MI
2. CONSTRUCT SHELF TO THE
116111%).' 1111
CROWN LINE OF PIPE.
2" RAD. (TYP.)
SECTION A—A . .4-'s1;.).
�'4,-./ »
• MIME
urseurati
APPROVED: 0 B STANDARD SHEET
uoArmE:m lis 4�aR�cr R TYPICAL CHANNEL DETAIL U-1 1 •
SPOKANE COUNTY
DEPARTMENT OF PUBLIC WORKS
NO. OATS BY GKD. IAPPR.I REVISION SPOKANE. wA. (5O ) 471-•3604