Loading...
HomeMy WebLinkAbout10/17/2012 - STAFF REPORTS - 2.H. .y 0 V N t t ♦ c e4 . cq<�FoaN�P City Council Staff Report Date: October 17, 2012 CONSENT CALENDAR Subject: APPROVAL OF CONTRACT CHANGE ORDER NO.'S 7, 8, 9 & 10 FOR THE BELARDO ROAD BRIDGE PROJET, CITY PROJECT 87-49 From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY Approval of Contract Change Order No's 7, 8, 9 & 10completes the Belardo Road Bridge Project final documentation. RECOMMENDATION: 1) Approve Change Order No. 7 to Agreement No. 6129 with G&M Construction, in an amount of $29,000 for a revised total contract amount of $2,467,205.73 for the Belardo Road Bridge Project , City Project No. 87-49; and 2) Approve Change Order No. 8 to Agreement No. 6129 with G&M Construction, in an amount of (-$58,874.30) for a revised total contract amount of $2,408,331.43 for the Belardo Road Bridge Project , City Project No. 87-49; and 3) Approve Change Order No. 9 to Agreement No. 6129 with G&M Construction, in an amount of $26,530.31 for a revised total contract amount of$2,434,861.44 for the Belardo Road Bridge Project , City Project No. 87-49; and 4) Approve Change Order No. 10 to Agreement No. 6129 with G&M Construction, in an amount of$182,691.65 for a revised total contract amount of$2,617,553.09 for the Belardo Road Bridge Project , City Project No. 87-49; and 5) Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: Change Order No. 7 provided for construction of the Heritage Trail bikeway & street improvements across the frontage of the Canyons Development. This work was conditioned on the developer and funds for the construction were provided to the City ITEM NO. N _ City Council Staff Report October 17, 2012 - Page 2 Belardo Road Bridge(City Project 87-49) pursuant to an agreement with the developer and deposited into a special account for this purpose. This work was not a part of the original Belardo project and is being added by this change order. The Council approved of the conditions of this development JR 30454) when the tract was approved and staff directed G&M Construction to perform the construction in August while they still had crews available. The Heritage Trail work was paid for from the developer's deposit. The total change order amount was estimated total $29,000 and will be paid on actual time and materials spent. Change Order No. 8 provided for a replacement of slurry seal with hot mix paving for the south portion of the project to the intersection with South Palm Canyon Drive. The remainder were balancing change orders identifying the actual quantities of various bid items placed. This resulted in a reduction in cost of $58,874.30. This included a reduction based on time and materials in change order No. 7 above in the amount of $4,644.70 from the initial $29,000 estimate. Change Order No. 9 was necessary due to delay and additional costs incurred due to a conflict with an SCE power pole, additional concrete rock slope protection and additional truncated domes for a pedestrian ramp at Sunny Dunes. The total amount of this change order is $26,530.31 of which $13,070.31 has been paid by the design engineer due to an error in the plans regarding SCE power pole. The design had the pole remaining in place which was found to not be possible. Change Order No. 10 provided for final costs for various items of work as a result of additional working days granted the contractor for a total amount of$182,691.65. The total amount of change orders 7-10 is $179,437.68.The final cost of $2,617,553.09 is 17% above the initial award amount. FISCAL IMPACT: Sufficient funds will be available in accounts 160-4521-60188 - $13,070.31;160-4510- 50169 - $23,767.14; 261-4491-50297 — (-$16,378.76); 261-4491-50169 - $158,981.99. 002 City Council Staff Report October 17, 2012- Page 3 Belardo Road Bridge (City Project 87-49) SUBMITTED: Prepared by: C2i� David J. Barakian Director of Public Works/City Engineer Approved by: Thomas J. Wils , Asst. City Manager David H. Ready, ager Attachments: 1. Contract Change Orders 7, 8, 9 & 10 003 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: July 26, 2012 211 West Mesquite Avenue Project No: 87-49 Palm Springs, CA 92264 Project: Belardo Road Bridge Project Tel: (760)322-6918 Fax: (760)778-6708 Change Order No: 7 Purchase Order 12-0332 Attn: George Marantz Account- PLHD 261-4491-50169 Account - IRR 261-4491-50297 Account- City 160-4510-50169 Agreement No: 6129 CHANGES IN WORK: This change order provides for modifications to the western sidewalk of Belardo Road from Station 47+50 to 50+50. The changes include replacing the standard 5' sidewalk with the 12' wide Heritage Trail detail sidewalk (detail included as attachment). This work includes but is not limited to removing the existing sidewalk, grading and removal of landscaping, forming and pouring the Heritage Trail detail sidewalk, and repairing disturbed landscaping. CHANGES IN COST: Extra Work at Force Account For this work the Contractor shall be paid on a Time and Materials basis per section 9-1.3 "Extra Work" of the Project Specifications and section 4-1.03D "Extra Work" of the Standard Specifications. Wage rates for labor shall conform to the prevailing wage determination included in the Project Specifications. Rental equipment rates shall conform to the latest State of California Labor Surcharge and Equipment Rental Rates publication. All invoices for materials used shall be provided as back up for payment. All work shall be considered Non- Participating. The estimated net increase in construction cost resulting from this contract change order is $29,000.00. CHANGES CONTRACT TIME: By reason of this order, the time of completion will be adjusted as follows: 9 Working Days Extension. SOURCE OF FUNDS: Funds are available in the following account(s): $23,764.14 from 160-4510-50169 and $5,135.86 from 261- 4491-50297 REASONS FOR CHANGE: In 2003, Trac Map 30454 was developed into the housing complex known as the Canyons. At the time of this construction, the developer was conditioned by the City to perform street improvements along Belardo Road as well as the installation of a 12' wide sidewalk/bike path known as the Heritage Trail. During coordination with the City, the Developer entered into an agreement with the City that the Heritage Trail improvements north of the Canyons driveway would be constructed by the Developer and the improvements south of the driveway would be constructed by the City as part of the planned Belardo Road Bridge and Roadway Project. As part of the conditions for the development, the developer agreed to pay the City $23,764.14 for the future installation of the Heritage Trail south of the driveway along the frontage of the Canyons. This money was deposited into an account at the City and was to be used to pay for this construction. During the development of the PS&E of the Belardo Road Bridge and Roadway Project, the designer of the project, Dokken Engineering, was not informed of this condition. Therefore, the Heritage Trail improvements were never included in the plans for construction. Construction began and a portion of a 5' wide normal sidewalk was constructed. 004 Contract Change Order No. 7 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 2 of 3 At that time, the manager for the Canyons informed the City that G&M Construction had begun the installation of a normal 5' wide sidewalk in the location where the Heritage Trail was to be built. The City halted construction on any further sidewalk in the area and determined that this sidewalk was to be constructed per the Heritage Trail details. The funding for the Heritage Trail improvements will be paid for from two accounts. $23,764.14 will be allocated from account 160-4510-50169. These are the funds that were deposited into the City's accounts in 2003 by the developer of the Canyons. The remaining $5,235.86 will be allocated from the Non-Participating Project Account 261-4491-50297. This change order increases the total contract change value from the project accounts to 10%. This value does not include the $23,764.14 from the developer of the Canyons. 005 Contract Change Order No. 7 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 3 of 3 SUMMARY OF COSTS: Original Contract Amount: $2,221,366.06 Original Completion April 26, 2012 This Change Order: $ 29,000.00 Days Added for this —9— Previous Change Order(s): $ 216,839.67 Previous Days Added: —17— Revised Contract Amount: $2,467,205.73 Revised Completion June 4, 2012 I have received a copy of this Change Order and above A EED P ar cceptable to Contractor Contractor AppfOVal: —S — 0-L, Si atg Date kS64 inted Name and Title Cit Approval: GG Submitted By: n / b, � 'R si ent Engineer Date Approved By: Director of Public Works/City Engineer Date Approved By: AYI i Manager Attest By: City Clerk Date Distribution: Original Conformed Copy: Conformed- File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) Resident Engineer (1) Procurement (1) Finance (1) 006 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: August 28, 2012 211 West Mesquite Avenue Project No: 87-49 Palm Springs, CA 92264 Project: Belardo Road Bridge Project Tel: (760)322-6918 Fax: (760)778-6708 Change Order No: 8 Purchase Order 12-0332 Attn: George Marantz Account- PLHD 261-4491-50169 Account- IRR 261-4491-50297 Agreement No: 6129 CHANGES IN WORK: This change order provides for the replacement of the slurry seal with a 2" Cold Plane and Overlay on Sunny Dunes from Station 16+75 to Palm Canyon Drive. This work requires 220 Tons of HMA (Type B) and 1,055 SY of Cold Plane Existing Asphalt Pavement. This work is considered "Non-Participating". In addition, this change order provides for final contract quantity adjustments for the following contract items: Item 12—Cold Plane Existing Asphalt Pavement Item 24— HMA (Type B) Item 25—Pavement Reinforcing Fabric Item 50—Minor Concrete (Sidewalk) Item 67—Temporary Fence (Type ESA) (Non-Participating) Item 70 - Cold Plane Existing Asphalt Pavement(Non-Participating) Item 74—Slurry Seal (Non-Participating) Item 75— HMA (Type B) (Non-Participating) CCO 6— Extra Work Non-Participating Canyons Sidewalk (Force Account) CHANGES IN COST: Reduction in Contract Item at Contract Price Item 12, "Cold Plane Existing Asphalt Pavement", -374 SY @$7.20 = -$2,692.80 (-26.3%) Item 24, "HMA (Type B)", -23 Ton @ $79.80 = -$1,835.40 (-1.0%) Item 25, "Pavement Reinforcing Fabric", -1,420 SY @ $2.05 =-$2,911.00 (A00%) Item 50, "Minor Concrete(Sidewalk)", -3045 SF @ $2.85 =-$8,678.25 (-9.7%) Item 67, "Temporary Fence (Type ESA) (Non-Participating)", -130 LF @$1.50 = -$195.00 (-10.9%) Item 70, "Cold Plane Existing Asphalt Pavement(Non-Participating)",-2,383 SY @$7.20=$17,157.60 (-61.91/o) Item 74, "Slurry Seal (Non-Participating)", -15 Ton @ $399.77 =-$5,996.55(-22.1%) Item 75, "HMA (Type B) (Non-Participating), -185 Ton @$79.80 =-$14,763.00 (-12.3%) Reduction in Force Account Estimate for Final Payment CCO 6, "Extra Work Non-Participating Canyons Sidewalk", Original Force Account Estimate = $29,000.00, Authorized Force Account Expenditures = $24,355.30, Change in Estimate = -$4,644.70 (-16.0%) The estimated net decrease in construction cost resulting from this contract change order is $58,87430. CHANGES CONTRACT TIME: There will be no adjustment in contract time by reason of this order 007 Contract Change Order No. 8 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 2 of 3 SOURCE OF FUNDS: Funds are available in the following account(s): 261-4491-50169, 261-4491-50297 REASONS FOR CHANGE: Prior to completing the slurry seal for the project, G&M Construction called a meeting with Dokken Engineering (Jeff Burdick) and the City of Palm Spring (Michael Lytar) to discuss the condition of the pavement on Sunny Dunes Road from Station 16+75 to the intersection of Palm Canyon Drive. At the meeting, G&M Construction informed the City that the pavement along Sunny Dunes Road was not suitable for a slurry seal since the pavement had extensive cracking. Discussions were held between G&M Construction, Dokken Engineering and the City of Palm Springs and it was determined that the slung seal in this area would be replaced with a 2" grind and overlay. Additionally, the entire AC pavement section in the center section of the road that showed the most damage would be removed and replaced. This work requires an additional 220 Tons of HMA (Type B) and 1,055 SY of Cold Plane Existing Asphalt Pavement which will be paid at contract unit prices. Due to previous changes to the project, there was sufficient material in the contract which did not require a contract unit adjustment. Additionally, this change order provides for final adjustments to some of the contract quantities per actual field measurements of material placed for the items of work completed to date. This Change order adjusts Items 12, 24, 25, 50, 67, 70, 74, 75, and COO 6 Force Account Estimate. 008 Contract Change Order No. 8 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 3 of 3 SUMMARY OF COSTS: Original Contract Amount: $2,221,366.06 Original Completion April 26, 2012 This Change Order. $ (58,874,30) Days Added for this -0- Previous Change Order(s): $ 245,839.67 Previous Days Added: -26- Revised Contract Amount: $2,408,331103 Revised Completion June 4, 2012 1 have received a copy of this Change Order an AGREED PRICES are acceptable _to^�Contractor Contractor Approval: (7t o Signature Date Printed Name and Title City Approval: Submitted By: esiden�t Engineer Date ��'L Approved By: 7f Director of Public Works/City Engineer Date Approved By: City Manager Date Attest By: Citv Clerk Date Distribution: Original Conformed Cop v: Conformed -File Cow: Contractor (1) Engineering Pay File (1) City Clerk (1) Resident Engineer (1) Procurement (1) Finance (1) 009 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: August 28, 2012 211 West Mesquite Avenue Project No: 87-49 Palm Springs, CA 92264 Project: Belardo Road Bridge Project Tel: (760)322-6918 Fax: (760)778-6708 Change Order No: 9 Purchase Order 12-0332 Attn: George Marantz Account- PLHD 261-4491-50169 Account- IRR 261-4491-50297 Agreement No: 6129 CHANGES IN WORK: SCE Power Pole Delay This change order provides for payment of delay and additional costs incurred due to a conflict with SCE Power Pole#4131575E and the Northern Bridge and Northern Retaining Wall Abutments per Section 8-1.09 of the Standard Specifications, 'Right of Way Delays". Final Contract Item Adjustments This change order provides for final contract quantity adjustments for the following contract items: Item 46—Concreted Rock Slope Protection (1/2 Ton Method B) CCO 4- Item 83(N)—Adjust Manhole to Grade (Non-Participating) Additional Truncated Dome at Sunny Dunes This change order provides for payment for the installation of an additional pedestrian ramp and truncated dome at the intersection of Sunny Dunes and Belardo Road. CHANGES IN COST: Extra Work at Agreed Lump Sum For the SCE Power Pole Delay, the contractor shall receive$13,070.31. This sum constitutes full and complete compensation for furnishing all labor, material, equipment, tools, and incidentals including all markups and delay costs by reason of this change. Increase in Contract Item at Contract Price Item 46, "Concreted Rods Slope Protection (1/2 Ton Method B)", 184 CY @ $65.00 =$11,960.00 (+25.7%) CCO 4, Item 83(N), "Adjust Manhole to Grade(Non-Participating)", 1 EA @ $1,000.00= $1,000.00 (+50%) New Contract Item at Agreed Price Item 86, °Additional Truncated Dome", 1 EA @$600.00 = $500.00 (+100%) The estimated net increase in construction cost resulting from this contract change order is$26,530.31. CHANGES CONTRACT TIME: By reason of this order, the time of completion will be adjusted as follows: 26 Working Days Extension. SOURCE OF FUNDS: Funds are available in the following account(s): 261-4491-50169 and 261-4491-50297&nc11b0-`j521"l001$4 010 Contract Change Order No. 9 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 2 of 3 REASONS FOR CHANGE: SCE Power Pole Delay Prior to construction, coordination between the City of Palm Springs, Dokken Engineering and SCE resulted in the determination that SCE Power Pole # 4131575E could remain in place and was not in conflict with the design. During bidding, a bidders question requested more information on how this pole was to remain in place. At that time Dokken Engineering and SCE provided the response that SCE would temporarily support the retaining wall during construction until backfill could be placed to a sufficient depth. This response was included in Addendum#2. During the excavations of the northern bridge abutment and northern retaining wall abutments, SCE was contacted to come on site and support the pole during excavations. At that time, SCE made the determination that the power pole could not be supported and the pole needed to be relocated. Meetings were held with G&M Construction, SCE, the City of Palm Springs, and Dokken Engineering to determine how to continue. After these discussions it was determined that the pole was to be relocated and G&M Construction was to work around the conflict until the pole was relocated. This "work around" ultimately ended up delaying the construction of the bridge. Additional costs were incurred by Buster Lawrence (the bridge subcontractor) and the costs of these delays were determined per Section 8-1.09 of the Standard Specifications, "Right of Way Delays". Dokken Engineering has agreed to pay$13,070.31 to the City of Palm Springs as compensation for the error in the design. These funds will be deposited into the project account and used to fund this CCO. Final Contract Adjustments Additionally, this change order provides for final adjustments to some of the contract quantities per actual field measurements of material placed for the items of work completed to date. This Change order adjusts Items 46 and 83(N). Additional Truncated Dome at Sunny Dunes The City of Palm Springs contacted Dokken Engineering and G&M Construction and informed them that they would like an additional pedestrian ramp installed on the west side of Belardo Road at Sunny Dunes. This ramp will be used to transition bicycles from the Heritage Trail onto Belardo at Sunny Dunes. G&M Installed this pedestrian ramp per the request and this provides payment for the additional work. Oil Contract Change Order No. 9 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 3 of 3 SUMMARY OF COSTS: Original Contract Amount: $2,221,366.06 Original Completion April 26, 2012 This Change Order: $ 26,630.31 Days Added for this -26- Previous Change Order(s): $ 186,965.07 Previous Days Added: -26- Revised Contract Amount: $2,434,861.44 Revised Completion July 10, 2012 1 have received a copy of this Change Order a t abo a AGREED CES are acceptable to Contractor Contractor Approval: ignature Date inted Name and Title City Approval: 1 Submitted By: 16=4ejzd�� 1 -0M esldent Engineer Date Approved By: Director of Public Works/City Engineer Date Approved By: City Manager Date Attest By: Citv Clerk Date Distribution: Original Conformed Cop v: Conformed-File Coov: Contractor (1) Engineering Pay File (1) City Clerk (1) Resident Engineer (1) Procurement (1) Finance (1) 012 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: September 21, 2012 211 West Mesquite Avenue Project No: 87-49 Palm Springs, CA 92264 Project: Belardo Road Bridge Project Tel: (760)322-6918 Fax: (760)778-6708 Change Order No: 10 Purchase Order 12-0332 Attn: George Marantz Account- PLHD 261-4491-50169 Account- IRR 261-4491-50297 Agreement No: 6129 CHANGES IN WORK: Increase in Contract Lump Sums due to Additional Working Days This change order provides for the adjustment of the time sensitive contract lump sums. The time sensitive contract lump sum items include: Item 1 — Mobilization Item 2—Traffic Control Item 3—SWPPP Item 4— Dust Control Item 6— Bio Measures The original contract allowed for 140 working days. Due to previous contract change orders, an additional 52 working days were added to the contract. Therefore, these items will be increased by 37% (52 WDs/140 WDs = 37%)to account for additional work and costs incurred for the additional working days. Final Contract Item Adjustments This change order provides for final contract quantity adjustments for the following contract items: Item 14—Rock Excavation Item 21 — Imported Borrow Item 22— Class 2 Aggregate Base Item 55— Chain Link Fence (Type CL-6) Item 75(N)—HMA (Type B)(Non-Participating) Item 82(N)—Adjust Water Valve to Grade (Non-Participating) Item 83(N)—Adjust Manhole to Grade (Non-Participating) CCO 7— Canyons Sidewalk(Extra Work) Extra Work—Sunny Dunes Curb and Gutter This change order provides for payment for the removal and installation of additional curb and gutter at Sunny Dunes Road. This provides payment for Extra Work Tickets 1, 2, 3, and 4 at 70% per agreed cost sharing. Extra Work—Opening Ceremony This change order provides payment for the boulder moving and placement for the plaque at the opening ceremony and dedication for the Belardo Road Bridge CHANGES IN COST: Extra Work at Agreed Lump Sum For the Sunny Dunes Curb and Gutter, the contractor shall receive $5,085.79. This sum constitutes full and complete compensation for furnishing all labor, material, equipment, tools, and incidentals including all markups and delay costs by reason of this change. 013 Contract Change Order No. 10 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 2 of 4 Extra Work at Agreed Lump Sum For the Opening Ceremony, the contractor shall receive $1,460.03. This sum constitutes full and complete compensation for furnishing all labor, material, equipment, tools, and incidentals including all markups and delay costs by reason of this change. Increase in Contract Lump Sum Item 1, "Mobilization", $115,000.00 @ 37% _ $42,714.36 Item 2, "Traffic Control", $22,500.00 @ 37% _ $8,356.92 Item 3, " SWPPP", $15,000.00 @ 37% _ $5,571.28 Item 4, `Dust Control' $92,500.00 @ 37% _ $34,356.92 Item 6, "Bio Measures", $27,500.00 @ 37% _ $10,214.36 Increase in Contract Item at Contract Unit Price Item 14, "Rock Excavation", 2,090 CY @ $8.00 = $16,720.00 (+137%) Item 21, "Imported Borrow", 5,287 CY @ $8.80 = $46,525.60 (+67%) Item 75(N), "HMA(Type B)(Non-Participating)", 62 Tons @ $79.80 = $4,947.6 (+7%) Item 82(N), "Adjust Water Valve to Grade(Non-Participating)", 4 EA @ $1,000.00 = $4,000.00 (+22%) Item 83(N), "Adjust Manhole to Grade (Non-Participating)", 2 EA @ $1,000.00 = $2,000.00 (+66%) Decrease in Contract Item at Contract Price Item 22, "Class 2 Aggregate Base", -60 CY @ $26.00 = -$1,560.00 (-2%) Item 55, "Chain Link Fence (Type CL-6)", -13 LF @ $20.00 = -$260.00 (8%) Increase in Force Account Estimate for Final Payment CCO 7, "Extra Work Non-Participating Canyons Sidewalk', Amended Force Account Estimate per CCO8 = $24,355.30, Authorized Force Account Expenditures = $26,914.11, Change in Estimate = $2,558.81 (+10%) The estimated net increase in construction cost resulting from this contract change order is $184,591.80. CHANGES CONTRACT TIME: No adjustment in contract time. SOURCE OF FUNDS: Funds are available in the following account(s): 261-4491-50169 and 261-4491-50297 014 Contract Change Order No. 10 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 3 of 4 REASONS FOR CHANGE: Increase in Contract Lump Sums due to Additional Working Days The original contract allowed for 140 working days. Due to previous contract change orders, an additional 52 working days were added to the contract. Therefore, these items will be increased by 37% (52 WDs/140 WDs = 37%) to account for additional work and costs incurred for the additional working days. Final Contract Adjustments Additionally, this change order provides for final adjustments to some of the contract quantities per actual field measurements of material placed for the items of work completed to date. This Change order adjusts Items 14, 21, 22, 55, 75(N), 82(N), and 83(N). This final contract adjustment included substantial changes to the total Rock Excavation and Import Borrow for the project. This was due to two factors. First, the original contract assumed that a certain percentage of the total roadway excavations were to be considered `Rock Excavation". This was based off of previous geotechnical studies and field observations. This assumed percentage was low and additional rock was encountered which resulted in additional rock excavation. Second, due to the additional rock excavations, additional fill material was needed to replace the unsuitable rock excavations. This caused a substantial increase in the required fill material. Extra Work—Sunny Dunes Curb and Gutter G&M Construction installed the curb tie-ins on the east side of Sunny Dunes Road per the elevations and limits shown on the plans. Following the installation, the curb was water tested and it was determined that there was a low spot that created ponding. A meeting was held with G&M Construction and it was determined that the plans were incorrect and additional removals and installations were needed to fix the ponding. This provides payment for the removals and additional installations. Since this was not brought to the attention of the Inspector prior to pouring the curb and gutter, a portion of the cost will be born on the Contractor. The design engineer is compensating the City for costs due to the design error. Extra Work—Opening Ceremony G&M Construction was asked by the City to prepare the site for an opening ceremony. This included installing a large boulder on the southwest corner of the bridge for a plaque. This CCO provides payment for this work. 015 Contract Change Order No. 10 City Project#87-49, Belardo Road Bridge and Roadway Widening Project Page 4 of 4 SUMMARY OF COSTS: Original Contract Amount: $2,221,366.06 Original Completion April 26, 2012 This Change Order: $ 182,691.65 Days Added for this —0— Previous Change Order(s): $ 213,495.38 Previous Days Added: —52-- Revised Contract Amount: $2,617,553.09 Revised Completion July 10, 2012 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Contractor Approval: Signature Date Printed Name and Title City Approval: Submitted By: Resident Engineer Date Approved By: Director of Public Works/City Engineer Date Approved By: City Manager Date Attest By: City Clerk Date Distribution: Original Conformed Copy: Conformed- File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) Resident Engineer (1) Procurement (1) Finance (1) 016