Loading...
13-013.00 Spokane Rock Products: 2012 Street Preservation Ph 1Slck CHANGE ORDER TO CONSTRUCTION CONTRACT NO., 12-017 DEPARTMENT OF PUBLIC WORKS - oommv DATE: . e12912012 PROJECT: 2012 Sir . 0'0 t presiivifton PrO167i ("HANA5 ORDER NO' 8--.- CONTRACTOR: Spokane Rook Prodtiati in- CAPITAL IMPROVEMENT PROJECT NO: 0160 BID NO.: 12-017 pEpORIPTION OF CRANG98 This Summary of Quantities Change Order pays for Major bid Item overages. Sea the attached Bid Item OW896 FxPtanet(On- Qfy UnitP uantL Item No pasorlytion Sch O-M SCHEDULE 0 FLAGGERS AND 8POTTERS HR 167,60 $ 42.60 $4,688.00 Sch G -10A HMA CL liz, Pe e4-28,17 FT. DEPTH S.Y. 620 $ 7A0 114 $ 64.83 $6,260.62 Sch 0 - 12A HMA SIGNAL PATCH S.Y. LF 11,509 s 0.60 $5,764.60 Sch C -14A JOINT ADHESIVE CEMENT CONCRETE TRAFFIC CURD ANI) GUTTER LF 78 $ 27.43 $2,139.84 Sch C - 23A Sch 0 - 24A CEMENT CONCRETE PEDESTRIAN CURB LF 69 $ $5.20 13,132 $29,834.21 Total Amount of this Change Order ( Inch Tax): OdgIrral Date: 812412012 Peor to this Change Order. 9/6/2012 inclucong this Change order. Vorking 36ys, 28 Working bay Added by(hls 00: 0 Wojktna bays tndLWM this CO! CHANGES RESULT IN The FOLLOWING ADJUSTMENTS OV TOTAL CONTRACT PAIG E: 830,799 53 ORIGINAL TOTAL CONTRACT AMOUNT. 93,409.00 TOTAL PRIOR CONTRACT CHANGE ORQEk AM TOTAL CONTRACT PRICE PRIOR TO THIS CHANGE ORDER 291,834.21 NET THIS C.H.ANGN ORDER TOTAL CONTRACT CHANGE ORDER CONTRAGTORAOCEPTANOE' The contraotorbereby accepts this adjustment 6d" the terms of the original convect for pj Work perforried, RECOMMENDED BY: . 61 . APPROVED BY APPROVED BY. W. ATTACHMENTS: 00 8 Bid Item Ovirage, �Ofanatlm ORI(31 V ksro: Contractor, city of Spokane Vefloy 101WO WOO, PWPrqsct His DATE, — b--- I L-- DATE. DATE' DATE:.. 010 t -3 -- 0 1 ---s S pokane ,,:oOValley. Memorandum To: File Public Works Department Capital Improvement Program 11707 E Sprague Ave Suite 106 1 Spokane Valley WA 99206 509.921.1000 ♦ Fax: 509.921.1008 ♦ cityhatt@spokanevalley.org From: Craig Aldworth, P.E. — Project Engineer Date: Jan 8, 2013 Re: 2012 St Preservation Project — Phase 1 Change Order 8 - Explanation of Major Bid Item Overages Schedule C — Dishman —Mica Road Schedule C Bid Item 5, Schedule C Flaggers and Spotters - $7,968.75 The original estimate for flagging was too low for the Dishman -Mica Schedule. The project traffic control plans referenced WSDOT Standard Plans that conflicted on the amount of flagging required for some project locations. Other Standard plans included in the contract did not provide for flagging. When in doubt as to which Standard Plan applied to a given situation, the Contractor erred on the side of caution, and provided flagging. This approach resulted in no construction related accidents during the project. Additional flaggers and spotters were required along Dishman -Mica Rd while conducting ADA pedestrian ramp retrofit work to safely separate the construction equipment from vehicle traffic on the intersecting streets. Additional flaggers and spotters were also used during grinding and paving operations to guide traffic from adjacent homes and businesses through the work area. Schedule C Bid Item 10, HMA CL V PG 64 -28, .17FT Depth - $4,588.00 As a cost - saving measure the original bid set of plans did not include grinding and repaving of the NB Dishman -Mica bike lane. When the bids came in significantly lower than the Engineer's Estimate ($400,000), staff re- reviewed the paving limits. It was determined that not including the bike lane in the grind and paving limits, would leave a long longitudinal joint on the edge of the NB lane. Staff felt it would be best not to have to maintain this longitudinal joint. Therefore, the bike lane area was added to the grind and paving quantities. This eliminated the future costs of maintaining the joint and will prolong the life of the pavement. Also the plans were quickly prepared using aerial photos which are not as accurate as preparing plans using a topographic survey. This resulted in a variation between bid quantities and what was actually installed in the field. Payment to the contractor is based on actual field measurements made by the project inspector. Schedule C Bid Item 12, HMA Signal Patch - $6,250.62 The patch areas for the signal at the Dishman -Mica Rd and University Rd intersection were expanded from what was shown on the original plans. The patch was extended to the curb to allow optimal signal loop placement, widened so that the patch edge would not be in a wheel path, and adjusted along centerline to enhance constructability between traffic control phases. Schedule C Bid Item 14, Joint Adhesive - $5,754.50 Joint Adhesive was originally planned to be applied only at transverse edges of the new inlay as a cost saving measure. Since the bid came in well under the Engineer's Estimate, the joint adhesive was also applied to the longitudinal edges of the inlay on Dishman -Mica Rd. This will reduce future crack sealing maintenance costs in the future. Schedule C Bid Item 23, Cement Concrete Traffic Curb and Gutter - $2,139.54 Additional curb and gutter (from what was originally estimated) was removed and replaced when it was found to be damaged or cracked along Dishman -Mica Rd. Also additional curb and gutter was removed to revise pedestrian ramp designs so they would conform to current ADA requirements. The design plans called for perpendicular style curb ramps at the four corners of the Dishman -Mica / Schafer intersection. The ramp designs on these corners were revised in the field to parallel style curb ramps that fit better within the existing site constraints. Schedule C Bid Item 24, Cement Concrete Pedestrian Curb - $3,132.80 Additional pedestrian curb was installed when pedestrian ramp designs were revised to conform to current ADA requirements along Dishman -Mica Rd. The design plans called for perpendicular style curb ramps at the four corners of the Dishman -Mica / Schafer intersection which do not include pedestrian curbs. The ramp design on these corners was revised in the field to parallel style curb ramps that do include pedestrian curb.