Loading...
14-039.12 Max J Kuney: Sullivan West Bridge Ph 2 14 -o5ct .4 ('Ifl'!1F �� Spokane � ... `valley. CHANGE ORDER NO: 12 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: Schedule F-Street Pavement Preservation(New Schedule-Fund 311) The Contractor shall perform northbound Sullivan Road pavement preservation work and sidewalk ramp improvements in the area between the north end of the Sullivan Road east bridge and the north side of Flora Pit Road as shown on the Change Order No. 12 drawings(Attachments B.1 through B.4)and as specified in the project Special Provisions and Standard Specifications. The project Special Provisions are supplemented with Change Order No. 12 Technical Special Provisions(Attachment A). Payment will be made 1 based on the unit price list below and actual field measured quantities. Item No. Description Unit Quantity Unit Price Total CO-12.1(F) Project Temporary Traffic Control LS 1 $ 8,629.00 $ 8,629.00 CO-12.2(F) Erosion/Water Pollutin Control LS 1 1,352.00 1,352.00 CO-12.3(F) Roadway Surveying LS 1 1,133.00 1,133.00 CO-12.4(F) Remove PCC Curb and Gutter LF 53 4.00 212.00 CO-12.5(F) Remove PCC Sidewalk/Driveway Approach SY 20 20.00 400.00 CO-12.6(F) Crushed Surfacing Top Course,2 In. Depth SY 18 8.00 144.00 CO-12.7(F) Crushed Surfacing Top Course,4 In. Depth SY 20 10.00 200.00 CO-12.8(F) Bituminous Surface Planing, 2 In. SY 1853 5.00 9,265.00 CO-12.9(F) HMA CI 1/2"PG 70-28, 0.17 Ft. Depth SY 1853 13.00 24,089.00 CO-12.10(F) Joint Adhesive LF 162 1.15 186.30 CO-12.11(F) Cement Concrete Curb Ramp Parallel Type B EA 2 1,144.00 2,288.00 CO-12.12(F) Cement Conc. Sidewalk SY 15 43.00 645.00 CO-12.13(F) Cement Conc.Traffic Curb and Gutter LF 53 28.00 1,484.00 CO-12.14(F) Cement Conc. Pedestrian Curb LF 52 25.00 1,300.00 CO-12.15(F) Plastic Stop Line,Type B LF 35 23.00 805.00 CO-12.16(F) Plastic Line, Type C-1 LF 690 2.60 1,794.00 CO-12.17(F) Mobilization LS 1 510.00 510.00 Subtotal $ 54,436.30 8.7%Sales Tax(applicable only to Bid Schedules C,D,and E) $ - Total Amount of this Change Order(incl.Tax): $ 54,436.30 PHYSICAL COMPLETION Original Contract Working Days: 484 Revision By This Change Order: 2 Revisions by Prior Change Orders: 31 Total Revised Contract Working Days: • 517 CONTRACT AMOUNT THESE CHANGES RESULT IN THE FOLLOWING ADJUSTMENTS OF TOTAL CONTRACT AMOUNT: ORIGINAL TOTAL CONTRACT AMOUNT $ 12,307,560.31 TOTAL PRIOR CONTRACT CHANGE ORDER AMOUNT(through CO#11) $ 559,006.15 TOTAL CONTRACT AMOUNT PRIOR TO THIS CHANGE ORDER $ 12,866,566.46 NET THIS CHANGE ORDER $ 54,436.30 TOTAL CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER $ 12,921,002.76 Page 1 of 2 COSV Form 9/5/2014 , ser CHANGE ORDER NO: 12 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 / CONTRACTOR ACCEPTANCE: DATE: - DATE: /0 12.7 f Eta The contractor hereby accepts this adju ent n• •e s of Sectio 4.4 of the original contract. RECOMMENDED BY: � � _ DATE: b 1 Project naer, APPROVED BY: �� DATE: Z 4 Public orks Director APPROVED BY: DATE: t`/4/ 'c ci mana4g. ATTACHMENTS: A Technical Special Provisions B.1 Roadway Sections/Details B.2 Paving Plan B.3 Pavement Marking Plan B.4 Traffic Staging-Phase 5 Distribution: ORIGINAL TO: City of Spokane Valley Clerk's Office COPIES TO: Contractor,PW Project File,Project Inspector,Finance Department,WSDOT ER Local Programs Page 2 of 2 COSV Form 9/5/2014 ATTACHMENT A Change Order No. 12 NB Sullivan Road Street Preservation Technical Special Provisions Sullivan Road West Bridge Replacement Project 5-04 Hot Mix Asphalt 5-04.3(14) Planing Bituminous Pavement Add the following: Planing edges, transverse to the direction of vehicular traffic shall have a full depth vertical edge extending to the curb or planning area corner. The vertical edge may be made with a sawcut and manual removal of the thin edge or by smaller specialty grinders approved by the Engineer. 5-04.5 Measurement Add the following: "Planing Bituminous Pavement, 2 Inch Depth", shall be measured per square yard. 5-04.5 Payment Add the following: "Planing Bituminous Pavement, 2 Inch Depth" per square yard. The unit contract price per square yard for"Planing Bituminous Pavement, 2 Inch Depth" shall be full pay for all mobilization labor, tools, excavation, and equipment necessary to complete the work described under Section 5-04.3(14)to the lines and locations shown on the plans. 8-22 Pavement Marking 8-22.2 Materials Section 8-22.2 is supplemented with the following: Plastic Line, Plastic Wide Lane Line, and Plastic Stop Line placed on new asphalt pavement, shall meet the requirements of Type C-1 tape as specified in Section 9-34.3(3) of the Standard Specifications. Plastic Line, Plastic Wide Lane Line, and Plastic Stop Line placed on existing pavement, shall meet the requirements of Type B Preformed Fused Thermoplastic as specified in Section 9- 34.3(2) of the Standard Specifications. Page 1 of 2 8-22.3 Construction Requirements 8-22.3(5) Installation Instructions Section 8-22.3(5) is supplemented with the following: Pavement Markings-Durable The Contractor shall install the Type C-1 markings per the manufacturer's specification for hot inlay application only. The manufacturer's installation instructions shall be included with the Request for Approval of Materials (RAM) submittal. The Contractor shall supplement the manufacturer's Type C-1 markings installation instructions with the following: The Contractor shall provide a dedicated ten ton steel-drum finish roller (no vibration)for the marking installation. The markings should be placed at least 4 inches from any asphalt seam or crown. Type C-1 markings must be installed when the paved asphalt temperature is between 160°F and 130°F, for hot inlay application. If the paved asphalt temperature drops below 130°F, the Contractor shall immediately stop the installation of the Type C-1 markings and place temporary pavement markings (per Section 8-23 of the Standard Specifications)for the remaining paved asphalt sections, so as not to delay opening of the roadway. The remaining permanent pavement markings that were not installed within the temperature range must be installed with contact adhesive following the manufacturer's installation instructions for grooved pavement surface application using diamond cutting blades to groove the surface. The Contractor shall maintain the temporary markings until the permanent markings are installed. Any additional costs to install and remove temporary pavement markings, groove cutting, groove/surfacing cleaning, additional traffic control, or any delay costs due to the Contractor's inability to install the markings within the temperature range shall be at the Contractor's expense. 8-22.4 Measurement Section 8-22.4 is supplemented with the following: Measurement for"Plastic Line, Type " and "Plastic Stop Line, Type "will be based on the total length of each plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as lane line Removal of lines and symbols will not be measured when removed as part of the pavement removal or pavement planing operations. 8-22.5 Payment Section 8-22.5 is supplemented with the following: "Plastic Line, Type C-1", per linear foot. "Plastic Stop Line, Type B", per linear foot. Page 2 of 2 0235-NB Sullivan Rd. Pres(Spo Rvr-Flora Pit) All Activity as of Nov 4 2016 w Project Prior Life Original Adjusted Years 2015 2016 To Date Available REVENUES Budget Budget Actual Actual Actual Actual Encumbered Funds 311 65,834.00 65,834.00 0.00 0.00 0.00 0.00 0.00 65,834.00 Total Revenue 65,834.00 65,834.00 0.00 0.00 0.00 0.00 0.00 65,834.00 Original Adjusted Prior 2015 2016 Life Available EXPENDITURES Budget Budget Years Actual Actual To Date Encumbered Funds Preliminary Engineering Salaries&Wages 3,500.00 3,500.00 0.00 0.00 856.44 856.44 0.00 2,643.56 Overtime 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Employee Benefits 1,225.00 1,225.00 0.00 0.00 317.64 317.64 0.00 907.36 Employee Benefits 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Engineering&Architectural 0.00 0.00 0.00 0.00 2,834.61 2,834.61 0.00 -2,834.61 Prof.Svcs-Survey 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Prof.Svcs.-Geotech 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Advertising 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Printing&Binding 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Miscellaneous Services 275.00 275.00 0.00 0.00 0.00 0.00 0.00 275.00 PE Contingency 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Total Prelim.Engineering 5,000.00 5,000.00 0.00 0.00 4,008.69 4,008.69 0.00 991.31 Right of Way 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Total Right of Way 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Construction Salaries&Wages 1,800.00 1,800.00 0.00 0.00 0.00 0.00 0.00 1,800.00 Overtime 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 I Employee Benefits 630.00 630.00 0.00 0.00 0.00 0.00 0.00 630.00 Employee Benefits 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Professional Services 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Prof.Svcs.Mat.Testing 2,570.00 2,570.00 0.00 0.00 0.00 0.00 0.00 2,570.00 Prof.Svcs.-Consulting 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Advertising 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Printing&Binding 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Construction 50,834.00 50,834.00 0.00 0.00 0.00 0.00 0.00 50,834.00 CN Contingency 5,000.00 5,000.00 0.00 0.00 0.00 0.00 0.00 5,000.00 Total Construction 60,834.00 60,834.00 0.00 0.00 0.00 0.00 0.00 60,834.00 Total Expenditures65,834.00 65,834.00 0.00 0.00 4,008.69 4,008.69 0.00 61,825.31