Loading...
HomeMy WebLinkAboutMiles Resources - 11-13 - C207A CONTRACT Contract No. 11-13 THIS AGREEMENT AND CONTRACT, made and entered into, in triplicate, at Auburn, ��/� Washington, this Jl� day of lo IT 201[, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Miles. Resources, LLC, 400 Valley Ave NE, Puyallup, WA, 98372,hereinafter called the CONTRACTOR. WITNESSETH. That, in consideration of the terms and conditions contained in the Contract Documents entitled "C207A, A St NW Extension," which are by this reference incorporated herein and made a part of this Contract,the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and finmish all tools, materials and equipment for Project C207A, A St NW Extension — the construction of 3,370 CY of cement concrete roadway, preload, noise wall, 3,191 LF of waterlines and appurtenances, 3,855 LF of storm drainage, stone ponds, street lighting, traffic signal, and 21.95 acres of off-site wetland mitigation for a unit bid price of four million, seven hundred fifteen thousand, two hundred sixty.-eight dollars and seventy-two cents ($4,715,268.72)and Washington State Sales Tax on Schedule B of thirty-four thousand five hundred sixty-eight dollars and fifty=one cents ($34,568:51) for a total contract value of four million, seven hundred forty-nine thousand, eight hundred thirty-seven dollars and twenty-three cents ($4,749,837.23) in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City within 7 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 5 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 285 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages) of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN. II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. C YO HINGTON By - eter .Lewis,Mayor Countersigned: this,±' day of 2011 ST Danielle E.Daskam,City Clerk APPROVED AS TO FORM: I i Daniel B.Hei , -ity Atto-:e MILES RESOURCES, LLC By & &,'Z UIZL41 1� Authorized Official Signature oy 9 I CITY OF AUBURN C�Ty CONTRACT CHANGE ORDER AGREEMENT NO. I Contract No.,Project No. and Project Title: 11-13,.C207A,-A Street-NW Extension ?nt/ Contractor Name and Address: Miles Resources, LLC 400 Valley Avenue Puyallup,-WA, 98372 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this Summary of Proposed Changes: 1 Per the attached request, this change involves a Price Reduction for Gravel Borrow Material to use material with slightly larger rock then specified to reduce the screening process from the Pacific Raceways excavation site being used by the Contractor The Contract time is extended by 0 days. Item Sch. Sec.No. Item Description Quantity Units Unit Price Total Price 15 A 2-03 Gravel Borrow Including Haul 29500 TON (0.50) $ (14,750.00) 195 D 2-03 Gravel Borrow Including Haul 35 Ton 0.50 $ 17.50 Subtotal $ (14,767.66) Washington State Sales Tax(9.5%)not applicable $ - TOTAL ',.Base,-, tnt. ".. :"JTaral Mc1..T. -, L'.:T,ota1 Cost dtis C/0: :. '"— 14J67".50 2.rTvtil:Cost Neid6us C/,O _ $• ._ $... ....,; 3:.Oti"' ai-Cortract Amoiuif 1'4:715,26&72: $: 4;749,837,23' 4: Rcvis�t_Cout<act;?inibunf ".. $. 4;70.0;501:22.. '$ 4;735-069_73 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above dese ' ed changes. All her costs are non-compensible. Contractor- Inspector• Project Manager: — S- City Engineer: 2s Approved by- Mayillt, CAWtTAuhurn H:\Forms\FCO25.xls �WXLNS.l RESOURCES 400 Wiley Ave.NE/Puyallup,WA 98372 • Office(253)383-3W5 •Fax(253)572-8648 •WOODWC`919P1 July 12,2011 City of Auburn Public Works Attn: Ingrid Gaub 25 West Main Street Auburn,WA 98001-4998 Re: 'A'Street Extension Ms.Gaub; I would like to follow up on our discussion at the,precwn for the above project regarding the use of gravel borrow and common borrow for the roadway fills.The material that we are proposing to use for both products will come from our permitted site at Pacific Raceways off Hwy. 18.The material,as it comes out of the bank,easily meets common borrow spec but requires some minor screening to meet gravel borrow spec.Gravel Borrow is a 4" minus material and our material may have some rocks as large as 6"in it.Otherwise the material meets the spec for Gravel Borrow We are proposing to use the material as it comes out of the bank,without screening the larger rocks off,for both the gravel borrow layer and the common borrow layer This will also make it easier for both of us when removing the preload later,as we will only have to cut to top of subgrade after settlement and not have to worry about the line between gravel borrow and common borrow. In exchange for your approval of this change, We are offering you a credit of$0.50 per ton off the Gravel Borrow bid item(29,550 tons), which is basically our cost to run the material over the screen.Please let me know what you think and We will then prepare the proper submittals for these materials. Sincerely; - .) Michael Tollkuehn P. . Project Manager Cc: Josh Helm MILES ®RESOURCES 400 Valley Ave.NE/Puyallup,WA 98372 • Office(253)383-3585 •Fax(253)5724848 •WOODWW919P1 Date:7/27/11 To:City of Auburn Public Works Letter#002 Attn: Ingrid Gaub Re:Gravel Borrow/Select Gravel Borrow Samples Ingrid, Attached to this letter you will find our submittal data for the gravel borrow and"select"borrow intended to be used on the A street project.As you are aware Miles Sand&Gravel has proposed the use of one material to accomplish construction of both the sub-grade elevations and the preload sections. Material samples will be provided at tomorrows project meeting for your review. If you have any questions feel free to call me anytime. Respectfully, Joshuah H81 Project Manager SAND AND GRAVEL COMPANY Material Submittal ATTN: CUSTOMER Miles Resources - DATE 7/27/11 PROJECT ^A'Street Extension PROJ. NO. LOCATION Auburn,We. SOURCE Pacific Raceways PIT NO. LOBCGO02 MATERIAL Gravel Borrow SPECIFICATION WSDOT 0.03.14(1) COMMENTS PREPARER: R.Moore SCREEN AVERAGE PASSING SPECS. Job Mix 4" 100.0- 100 Tole_rences% 2" 100.0 75-'100 11/219 . _ --. 100.0 lip 96.4 _ 3/4"_ 89.5 1/2" 79.5 3/8" 74.6 #4 65 50=80 #10 56.9 #40. - 22.1 30 MAX #200 2.8 7.0 MAX SE 64 60 MIN ® I 1vjL ®_ SAND AND GRAVEL COMPANY Material Submittal ATTN: CUSTOMER Mlles Resources DATE 7/27/11 PROJECT "A" Street Extension PROJ. NO. LOCATION Auburn,We. SOURCE Pacific Raceways PIT NO. LOBCGO02 MATERIAL Bank Run SPECIFICATION WSDOT 9-03.14(3)Common Borrow COMMENTS PREPARER: R. Moore SCREEN AVERAGE PASSING SPECS. Job Mix 3" 100.0 Tolerances% 2n 94.9 11/211 86.7 1 " 74.2 - - ---- -- 3/4" 64.0 1/2" 51.1 3/8" 44.7 #4 _ __ 31.6 #10 25.7 #40 7.7 #200 1.6 15 MAX SE - 62 -- - CITY OF * + B. Lewis, Mayor WAS H 1 N GTON 25 West Main Street * Auburn WA 98001-4998 * www.aubumwo.gov * 253-931-3000 July 28, 2011 Josh Helm Miles Resources 400 Valley Avenue N Puyallup, WA 98372 i RE. C207A,A Street NW Extension Gravel Borrow Substitute Material Request Dear Mr Helm: The City will allow the use of the material as indicated in your letter dated July 27, 2011 for both the Gravel Borrow and Common Barrow materials. As proposed in Mike j Tollkuehn's letter dated July 1'2-,-2-011 i Miles has proposed a$0.50 reduction in the unit price per ton for the Gravel Borrow Including Haul Bid Items, 15 and 195. This Unit Price Reduction will be finalized in a change order Please let me know if there are any questions regarding this issue. Sincerely, ngr a _d Assistant City Engineer Department of Public Works IG/cw cc: File C207A, 13.20 AUBURN * MORE THAN YOU IMAGINED CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO._2 Contract No.,Project No.and Project Title: I I-13, C207A, A Street NW Extension Contractor Name and Address: C ®� Miles Resources, LLC 400 Valley Avenue 7,- Puyallup,WA, 98372 a 0 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachment X, supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: 1 Additional costs associated with design clarification and revisions as provided in the attached revised plan sheets 75 and 78. This work includes additional quantity for wetland mitigation plantings including new pricing for live stake quantities exceeding 125%of the bid item quantity This work is necessary to meet the required coverage as established by the projects permit conditions. This change also includes the deletion of the dogwood live stake plantings and the addition of 1-gallon Dogwood container plantings. All new items shall be subject to the payment requirements as described in the contract documents for"PSIPE- " 2. Price Reduction for changing the cement concrete required for"Cement Concrete Pavement-including Dowels"from 5,000psi to 4,000psi. 3. Additional costs associated with repair of an existing 18-inch clay storm drainage pipe with 18-inch SR- 21 PVC and modifications to an existing catch basin to install a debris cage in place of a solid lid located on the southwest comer of the mitigation site. 4 Additional costs associated with the use of directional drilling for the installation of electrical conduits along 3rd Street between Stations 28+36 and 31+40 and across 3rd Street at approximately Station 32+00 to avoid contaminated material known to be in the area from the adjacent fuel site and to reduce traffic impacts from crossing 3rd Street due to the existing traffic island on 3rd Street NW 5. Added organic material to allow for slope stabilization along the 4'wide berm surrounding the storm pond/wetland due to site conditions and proximity to the existing wetlands along A Street NW This new pay item shall be full pay for all labor, materials, tools and equipment needed to furnish and install slope stabilization material including seeding and fertilizer 6. Due to delays caused by third party utility conflicts and the need to have the roadway and business access to the Levan property completed before weather precludes the ability to complete the portion of A Street NW between 3rd Street and.5th Street, this change is to account for acceleration to complete the water and storm utility installation, the roadway excavation, installation of underground electrical systems within the roadway prism, installation of the concrete roaway including dowel bars and curbs, and channelization/temporary signage between 3rd Street NW and 5th Street NW and the installation of the commercial driveways for the Levan property. This work is to be completed no later than Nov 21, 2011 The Contract time is extended by 0 days. Bid item revisions are incorporated into the contract as follows: Sales Item Sch. No Item Description Quantity Units Unit Price Total Price Tax (+/ ) M (+/ ) (Y/N) 38 A 5-05 Cement Concrete Pavement Including Dowels 3370 CY (2.20) $ (7,414.00) N CO2-1 A 8-01 Slope stabilization including Seeding 2000 SY 1 12 $ 2,240.00 N 76 A 8-01 Seeding Fertilizing and Mulching -2000 SY 0.25 $ (500.00) N CO2-2 A 8-20 Directional Boring for Electrical System 1 LS 25,455.30 $ 25,455.30 N CO2-3 A N/A Acceleration-3rd Street NW to 5th Street NW 1 LS 45,000.00 $ 45,000.00 N CO2-4 B Repair Existing Storm Drainage System 1 LS 11 130.38 $ 11 130.38 Y 175 C 8-02 PSIPE-Carex Obnupta/Slough Sedge(10"Plug) 30 EA 1.50 $ 45.00 N 176 C 8-02 PSIPE Comus Sericea/Red Osier Dogwood(Live Stake) -2255 EA 6.00 $ (13,530.00) N 177 C 8-02 PSIPE Ross Sitchensis/Sitka Spruce(1 Gal) 40 EA 8.00 1 $ 320.00 N HAFnrmclChannPnrrlar xlc CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO._2 Contract No., Project No.and Project Title: 11-13. C207A,A Street NW Extension Sales Sec. Item Sch. No Item Description Quantity Units Unit Price Total Price Tax (+/ ) ($) (+/ ) (V/N) RIM opu us a same a ac Cottonwood(Live 178 C 8-02 Stake) 26 EA 4.50 $ 117.00 N 179 C 8-02 PSIPE Salix Lucida/Pacific Willow(Live Stake) 1872 EA 4.50 $ 8,424.00 N 179A C 8-02 PSIPE Salix Lucida/Pacific Willow(Live Stake) 7640 EA 5.30 $ 40,492.00 N 180 C 8-02 PSIPE Salix Scouleriana/Scouler's Willow(Live Stake) 1691 EA 4.50 $ 7,609.50 N 180A C 8-02 PSIPE Salix Scouleriana/Scoulers Willow(Live Stake) 8521 EA 5.30 $ 45,161.30 N 181 C 8-02 PSIPE Salix Sitchensis/Sitka Willow(Live Stake) 1691 EA 4.50 $ 7,609.50 N 181A C 8-02 PSIPE-Salix Sitchensis/Sitka Willow(Live Stake) 8521 EA 5.30 $ 45,161.30 N PSIPE-Scirpus Microcarpus/Small-Fruited Bulli ush(10" 182 C 8-02 Plug) 30 EA 2.00 $ 60.00 N 183 C 8-02 PSIPE Thuja Plicata/Westem Red Cedar(1 Gal) 4 EA 8.00 $ 32.00 N CO2-5 C 8-02 PSIPE Comus Sericea/Red Osier Dogwood(1-gallon) 100 EA 10.00 $ 1,000.00 N CO2-61 C 1 8-02 1 Re-mobilization for Ditch Connection 1 LS 892.00_ $ 892.00 N Subtotal -$ 2191305.28 Washington State Sales Tax(9.5%)on applicable items $ 1,057.39 TOTAL -$ ---220,362:67 Base Amount _ 'Totals incl.Tax 1. Total Cost this C/O $ _ 219,305:28 $ 220 362.67 2. Total Cost Previous,C/O $ (14,767;5 $ 1.4 767.50 3. Ori-final Contract Amount -$ -4;715,268.72 1 $ 4,749,$37.23 4. Revised.Contract Amount $ 4,9,19,806.50.1 $ . 4,955,432.40 This change order constitutes full and complete compensation for all labor,equipment,materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All 0th costs re non-compe able. Contractor ��- Inspector• Project Manager- City Engineer- Approved by n"" Mayor of A uburn 5 H'\Fnrmc\ChannA0rrlP.r xls • �` SS � o"eaM oe000 Y "o„ ® y MM o € o�j�) 7 �i�i 6�' 'C8 �66��gRq 1�'�y(�F P95$ gwY,wac. "siil aaa� Jul { a •R6 8 sYg.Yp � 8x¢ E R .� ,� � ® ��A: ��_y� �? �a �_ 6 ��9t� ° ��Y �Yx F Rs yRl¢F� 4 # qY,y�$ e,� '� �m _ � 6 g E ,ffia mid ��� 11 �. �Iap� ��� a: 4 1 1, f H H �, �,s W 0 ° J 1 1 u— 5.. [� 9E J I I I ° Y �lF n A lid, igil 03 J �JJJJ I-. 1 n �JJ JJ JJJJJ I � JJ JJJ JJJ I JJ I ef�� uJ ' J J JJ ' J � W �wz- o ° ; t-u z d k W U) , �� �► is � a Dili ppp b M O y O3NI1i131N3� ---- 100 —f B HLD N OIISIX3 � I R pXIXVtl�i('mi lmol b0 i�gIOOT�MN vWM�m^NiMi 1/W W14g45YwvNrY W�L�i0uLL.0Ym][\L wttwM9 AwcY vBjdE ¢ ru �1Y Fo E ggaa EE-- ay W W ZD �a @@ C b z o r s @ @f33 ICE �3�3 o u z 6e`Si EE8 _ 1 5 F3? 1 w II I II e E @ cry 5 g fit l SS' Y Uw� d a rll b N� g �23 O q 1\ _ LC 1r X 00 �IIi Nom' z O wg pp J Z F I�I_I : 7A ° ® Tia U LL_i �Se� S 11—I� y 1�E� p6C ae � �aa a9l9"s 5 � gau f 3 c F�ys3 .j 53 @� 53 ai"s 39 @ jimi ULU a � Drawn, G:\ENWR IMPACTS\2005 PROJECTS\25126_AUBl1RN_A_ST\CAD\ADDENDUM 1\205126iWBURNA PLAN ROOENOUM 1 OWG Laywt Tab: 25 PLANTING %refs: 06-001-)CE_WETLANO MtT10ATION JONES_REV1 DWG /06001 OFF97 WETLAND VtIV ROW.OWG/MBESTAMPWAMM /MOW STRIP PLANRNG.DWG )ate 09127/2011 Time: 06:51:01 AM Platted by DPIERM 0 _ WSDpTR.O.Vy, --------- EXISTING DITCH g4 - � —CENTERLINE_ - .. I C5 N _ — < 4 m sE ,> 0 OEM RECORD giAWiNO 4 � I `�5 CERIIFIOATON � 9� 5zypp� s� 'o mm pIXi T z \ 3 Fr:z j m O / m m m_ �y mm zZO y Z A xr. m m , � z v 1 m y � mm m O� ' 9 4 0 m 2 m _ oom 4, o gip. O Om y y o < y m ' Z 2 n z ' z \\� cc < ym m tn �— � � �, m °n o �z 0 Ti z F' D 1 zI F-1 gg rm9 f s _ 177F w F-FF-F o r � m m �9 oYOO o40� 5q°090 non 161�A v�nnln va n�o e- m T o ym- _.'°n �° 3'c v " n y xm 3'„N $ gym NN _ D m m n zZ cf) aSaoo$v .°�'$ - z m m z`o 1^z p9 a.v as Nog B � �. I 3.RS n a9 n Z d Z a �� " � " A eg 3 = B „ c) C C 1 b” ' I n A x ° z "a m M � ri 1 � � 3 m n ° a s n (7 z a 2 Erg r - 9 p � m Frin ^ 8mm OF mph mm a� 9� v� 9`2 vp ;�j[ mm �� Z m�°v`(1. - m'-^o Ni �p NN an gy!^vl yr anoom- m-. N; c fmpR tzn p p0 mvzi �m m max" am yx e� On yxym Qvo oo�F 33e ° � n ee Q.2 m Da m m rap T mO Om A Z n� - =az" gya2 ` o> " n ° =! R R a@'9 s 111 Nnyyy In Fv �m �m �m D9 �D+.y°y ,'D.* 9�Dm z� nn ,$ aaf �$ aOa " ao o° $ao �.j m .oW$4� a°sow, inOlmil mA m yC m5�yyv, y9 IW y(1 °m fn Aa nD ° '° a °s a ii no Qa as c a � .a z Q O um� mN 2 ran m.:R T2 2 fy/f Imll mm W xn l g ° n ° N $ S n s $ $ n es�ns�1 Z::10=1 m . Z. 111 `1 yx ym °� V7 y f°nZ 1nZ - Z > L7� Z o�" t°Z S c'O m Ci G1 D 't7 C 'y r y Z-1 O m o m N zF- L y y? yS ZMyy �p �PYN N.AVN ANOON bra�a Ntll YNAN ym O; x Z x xx o'o n -0 80 °err m3 -1 m m rte, rrr oor-r nrnn n� y y0 �� �CO m no In vlNUt ut ut u,ut o N r ° V-�1 ��mrJ1 V sb Z V y C VI >> )VI y y N VI VI VIN Y V 9 N V1 N VI VI VI 80 ➢ m D m2 DWA O r� r rr c�i cci 8 qgS$ A mDD NNNN mOT mNNa1N 4441! 2ZZNT m-�A ;tom mA 0000 > ,'I 00000 0000 asaoo oT n - n O 8m o 0 0 3as � � a d3 � � aw dU Z W� 0H ZCo O w W W w W F OU' o o O s � o lR _ Z 5 oy _ 3 ~ 5 Z W Z asLLJ W Z W o. y a. z-'wo Q W w fA LL W C @ W � � LL w 6mN Q ® I _F- u Z (D r j F O F W � ° C`7 F F 0 ~ z z Sn a o I •� L F= Q 3 N. W o _ Z F a o <ze ffo 1 l TI N LU y LU > jig �W b$ d W Jto leg, bb `1 m ° m � W m Z Nmp>d > ° t a g m o rvy r m 6 OJ Ql'i�1 Fpm MO F O o 3 wa q LLmS W w gg �J 5z >>I o 3�w z u<>5.3�11 1. p s 3Y'S �$wl�i u�rc Icy mo w Ed atl'iE gw zSHg N N HJ6 6 7U 2 'U �LL F Qy U 7 °33a jN x 2�W'z w<�< W uU m In J G x 3WwNC 72 J4 V U �1NQ Oi NU zy� tt� W Q. Wn UOw Wm Z ui III-, 1= Wy F2 F g� oo zF = c a Y -C� 5 Y>i H w o - 70 V -111-z Y z o O Z w z Z 1101111 Z6 3 _It I._III_ IS F IS alb , o' J� hN N0 R U gNih 6F0 m Zi S F zO Nn O �O O ylYZj O �= F 2 OI w9F y yo as LZ o _ { z^ U Y w CL c E�II� L 3 c € ��ii J c adg eE ao po � � x § I II Z gg$ wo 0o O °.p sC i Uz N ¢ SCd iv Qo 8 % u z2 NOLLYJIlLLa30 "� rl a 30 ---aa- o� z az Q LL N w< ° III III 3 � "ua 111 _ O au a 3« W ' 11z rc O 5 �I �WF yyyW6 �>> O6w III K OUm a r OWrcW N<O B ^ zxao Yazd N131Sd3W V P�)Md Nd 4S OC dO :ew11 IIOZ OZ GO %Pa OMG*VMdgtl1S38" slug SI lln R/ API MN -1 y l NOONiOOY Slltlli(I-tlNNOROV 9],tGpZ\I NOONiOM\OtlO\IS rNNOROY 9ZIG).\SI O3fONd COOT.\SIOtld81 NMN3\ 9 :Sul.DJC CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 3 Contract No.;Project No.and Project Title: 1 1-13, C207A, A Street NW Extension Contractor Name and Address: Miles Resources, LLC 400.Valley Avenue Puyallup, WA, 98372 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. n Summary of Proposed Changes: Resolution of contractor claim for damages caused by unknown utility conflicts at-v''a'doas_ocations E between 10+30 and 18+92. Conflicts included Power and Communications conduits in dire?bq conflict with both storm and water main lines at Stations 11+00, 11+75 and 15+60, extra work' required to install storm lines around newly installed Power and Communications vaults 10+30 to 11+00, and direct conflict with both Power and Communication lines for Noise Wall 2 from Station 16+30 to 18+92. Delays and conflicts for Water and Storm, on the critical path, resulted in 12.5 days worth of production delay and 2.5 days worth of additional and/or standby time. Delays and conflicts related to the Noise Wall was a 6 week delay but was not on the critical path and therefore resulted in no additional contract days. The Contract time is extended by 15 days. Sales- Item Sch. Sec.No. Item Description Quantity Units Unit Price Total Price Tax _ I (+/-) 1 1 ($) (+/-) �N/N) CO3-1 A NA Private Utility Conflicts 1 LS 77,704.77 $ 77 704.77 Subtotal $ 77,704 77 Washington State Sales Tax(9.5%)on applicable items $ - TOTALI $ 77,704.77 Base Amount I Total incl.Tax 1. Total Cost.this C/O - - $ 77,704:77' $ 77;704.77 2. Total Cost All Previous C/O $ 204,537.78 $ 205,595.17 3. Original Contract Amount $ 4,715,268.72 $ 4,749 837.23 4. Revised Contract Amount $__ 4,997,511.27 $ 5,033,137 16 This change order constitutes full and complete compensation for all If4r,equipment,ma vial ,overhead,profit,any and all indirect costs,and time adjustment to perform the above described ch _g other cos n-compensible. Contractor• 2 Dum Inspector- Project Manager _ City Engineer- Approved by L Mayo Ci n Dacc H:1FormslChangeOrder.xls