19-082.01 Wm Winkler: 2019 Local Access Streets Midilome Neighborhood crr kine
alley CHANGE ORDER NO: 1
ENGINEERING DIVISION CONSTRUCTION CONTRACT NO: 19-082_=
PROJECT• 2019 Local Access Streets(Midilome Neighborhood) CONTRACT DATE: 4/30/2019
PRIME CONTRACTOR: Wm Winkler CIP NO: 290
DESCRIPTION OF CHANGES
107,108,125,128-Quantity adiustments from original bid due to site conditions
109. Item removed due to Value Engineering Change Proposal(VECP),added back in under CO1.2 reflecting reduced cost.
110:Quantity reduction due to VECP
113. Quantity reduction due to VECP
CO1.1:Added select driveway sections with elevations below nearby catch basins.
CO1.2- 1.4: Included in VECP
CO1.5:VECP Incentive payment reflects sharing 50%of cost savings with the contractor VECP Incentive Payment calculation
attached.
Item No. Description Unit Quantity Unit Price Total
107 Remove Cement Concrete Curb LF 390 $ 10.80 $ 4,212.00
108 Remove Cement Concrete Sidewalk/Driveway Approach SY 60 49.10 2,946.00
109 Pulverization, 9 in.Thick SY -45600 1.45 (66,120.00)
110 FDR Roadway Ex. Including Haul CY -895 21.60 (19,332.00)
113 Portland Cement Type 2 Ton -116.44 162.50 (18,921.50)
125 Cement Conc.Traffic Curb Type A LF 390 39.80 15,522.00
128 Cement Conc. Sidewalk SY 130 77.90 10,127.00
CO1.1 Cement Conc. Driveway Approach SY 30 97.31 2,919.30
CO1.2 Pulverization, 9 in.Thick SY 43834 0.71 31,000.90
CO1.3 Planing Bituminous Pavement LS 1 33,075.00 33,075.00
CO1.4 Trucking LS 1 19,899.80 19,899.80
CO1.5 VECP Incentive Pay LS 1 27,234.95 27,234.95
8.9% Sales Tax $ N/A
Total Amount of this Change Order(incl.Tax): $ 42,563.45
VERBAL APPROVAL AND JUSTIFICATION
Independent Justification on File Yes
Verbal Approval 7/3/2019 Verbal Approval...._.._.._._....._.._._ Pproval by_--- K. Lynch
PHYSICAL COMPLETION
Original Contract Working Days: 50 Revision By This Change Order: 0
Revisions by Prior Change Orders: 0 Total Revised Contract Working Days. 50
OOSV Form 9;5120'4
CONTRACT AMOUNT
THESE CHANGES RESULT IN THE FOLLOWING ADJUSTMENTS OF TOTAL CONTRACT AMOUNT:
ORIGINAL TOTAL CONTRACT AMOUNT $ 1,345,902.00
TOTAL PRIOR CONTRACT CHANGE ORDER AMOUNT(through C0#_) $ 0.00
TOTAL CONTRACT AMOUNT PRIOR TO THIS CHANGE ORDER $ 1,345,902.00
NET THIS CHANGE ORDER $ 42,563.45
TOTAL CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER $ 1,388,465.45
- gork
CONTRACTOR ACCEPTANCE: DATE:7 -''J- 1
The contractor hereby accepts this adjustment under the terms of Section 1-04 4 of the original contract
RECOMMENDED BY: A//, /`L DATE:s—T 11811c\
' oj• t onager
APPROVED BY // _ DATE: D ��✓
/ity'ngineer C�
APPROVED BY: %� / ► • DATE: 7/2
City Manager
ATTACHMENTS:
Distribution.- ORIGINAL TO: City of Spokane Valley Clerk's Office
COPIES TO: Contractor, PW Project File, Project Inspector,Finance Department
Community& Public Works Department
Spokane011°191\4111ftsb Engineering Division
Valley 10210 E Sprague Ave ♦ Spokane Valley WA 99206
509.720.5075 ♦ Fax: 509.720.5075 ♦ cityhall@spokanevalley.org
_ _ _ _ _ _ _ _ _ _ _ _ _
Change Order Memorandum
Date: 7/18/2019
To: Project File
From: Kelly Lynch Through:
Re: Change Order#1 for Local Access Streets (Midilome Neighborhood) CIP #0290
Budget Account No. 311.000.290.595.30.63.00 Wm Winkler. Contract No. 19-082
This change order is for quantity adjustments required for construction. The initial project design
was completed without a survey resulting in adjustments needed during construction.
1. Bid Quantity Discrepancy: Removal and replacement of sections of concrete sidewalk
resulted in larger quantity than originally designed. This was due to the existing
sidewalks in the neighborhood having cross slopes well outside the design standards
requiring larger transition panels to the new ADA ramps. These changes required
addition sidewalk and curb removal totaling $18,550.
2. Existing curb and 2 driveway approaches had settled since original construction and
were located too close to nearby inlets to allow for drainage. These needed to be
replaced to prevent puddling in the new road. Additional other curb sections required
replacement due to settling that would result in the new asphalt being above the curb
line if not fixed. These changes resulted in an additional cost of $11 ,396
3. Due to no initial survey the FDR Roadway Excavation bid item required a contractor
supplied survey to quantify the required haul off. This survey was received and reviewed
by the city resulting in roughly a $40,000 contract add. To help mitigate this cost
increase and schedule impacts the contractor submitted a Value Engineering Change
Proposal (VECP) to mill the existing asphalt which would be quicker to remove than as a
roadway excavation line item and as well could be salvaged rather than paid for as
disposal. In addition to the haul off and disposal savings an additional cement treated
base mix design was completed which showed without the pulverized asphalt in the mix
less cement is required for the same strength. The gross savings of the change totaled
$54,470. VECP is included in the standard specifications and provides a 50% incentive
payment to the contractor. The net change to the contract due to the surveyed haul off
discrepancy, when including the VECP savings and incentive payment is a $12,617
contract add.
There are sufficient funds in the project budget to cover these costs.
Original Contract Amount: $1,345,902.00
Previous Change Order Cost: 00.00
Change Order#1 Cost: 42,563.45
Project Cost including Change Order#1: $1,388,465.45
City Engineer's Contract authority: $ 5,000.00
($5,000)
Change Order Cost to date: 42,563.45
Remaining City Engineer's Contract Authority after CO #1 $ 0.00
City Manager's Contract authority: $200,000.00
($200,000.00 or 15% of contract amount)
Change Order Cost to date: 42,563.45
Remaining City Manager's Contract Authority after CO #1 $157,436.55
cc: Finance Department
Clerk's office