HomeMy WebLinkAboutMorphey/Eng/CO #3/4,403.02/FINAL-Duke_Energy_Relocation_Plans_Phase_1&3__17-ENG-01 DocuSign Envelope ID:22D7DD4D-C757-4C12-B8AC-E5439AD0E66E
City of Carmel Project 17- ENG -01
Duke Energy Relocation Plans Phase 1&3
CHANGE ORDER #3, FINAL
Balancing/Reconciliation for Pay Items 1 through 107
Contract Price prior to this Change Order $2,707,726.24
Contract Price will be increased/decreased by this Change Order $4,403.02
New Contract Price including this Change Order $2,712,129.26
Amount Adjusted Contract Cumulative%Change
Price from Original Contract
Original Contract $2,627,746.00 $2,627,746.00 N/A
l CO1 $19,264.93 $2,647,010.93 0.7%
I CO2 $60,715.31 $2,707,726.24 3.0%
CO3, FINAL $4,403.02 $2,712,129.26 3.2%
DocuSign Envelope ID:22D7DD4D-C757-4C12-B8AC-E5439AD0E66E
CITY OF CARMEL
TO: Morphey Construction,Inc. CONTRACT CHANGE ORDER NO.:3
1499 N Sherman Dr DATE; 1/27/2020
Indianapolis,IN 46201
PROJECT NAME; 17-ENG-01 Duke Energy Relocation Plans Phase I&3
CITY REQ.NO.:
CITY PO NO.: 100743
CITY PO DATE:9/21/17
i. You are directed to make the fallowing changes in this Contract:
Add additional items due to modifications in the field and requests from Carmel Utility Departments.
SCHEDULED ADJUSTMENT
ITEM AMOUNT {+t OR(-t DAYS
*See detail of items and summary of changed costs in attached Table
TOTAL OF CHANGE ORDER ITEMS I $4,403.02 135 Days
II. The following referenced Documents further describe the changes outlined in Paragraph I,
and are to be considered a part of this Change Order:R.F.P.: n/a W.D.C.NO.; n/a
Other:_By Request from the City of Carmel per proposals included herein
The changes result in the following adjustment of Contract Price and Contract Time
Contract Price prior to this Change Order $2,707,726.24
Contract Price will be increased by this Change Order S 4.403.02
New Contract Price including this Change Order $2,712,129.26
Contract Time prior to this Change Order 131 Days June 16 2018 Completion Date
Net increased resulting from this Change Order 135 Days
Current Contract Time including this Change Order October 19 2018 Completion Date
This Change Order is for full and final settlement of all direct,indirect,impact costs and time
extensions incurred at any time resulting from the performance of the changed work,
The Above Changes Are Recommended The Above Changes Are Accepted Approved
DocuS:g n�eQd.��b,,y: I
icumt,S b aiD AY'/1t.
CROSSROAD ENGINEERS Morphe,Construction fill Jas�ress) ataazi,..
ENGINEER CONTRACTOR
3417 Sherman Drive 1499 N Sherman Dr e
Address Address ;AWU
!leech Grove,IN 46107 Indianapolis,IN 46201 t� tpy e,Member
City/State/Zip City/State/Zip (Afriig{
r�/ 1oocAos��"�"3a..ember
By:_ :I...`� fey:
Justen Hochstetler ,�-ei�r/°-4(l Ovate ,jata,t,S braiinuVt
Phone: 31:7-780-_1.555 Phone: 317-716-6719 _ tte6Waligang,Clerk
Date: 1/27/20 Date; /-2 —ZO Date: 5/6/2020
DocuSign Envelope ID:22D7DD4D-C757-4C12-B8AC-E5439AD0E66E
I7-ENC-0I Duke Energy Relocation Plans Phase 1&3
CHANGE ORDER#3 TABLE
Item Original Original Final
No. Description Unit Unit Price Final Amount Over/Under
Quantity Amount Quantity
3 Office Equipment MO 5 1,000.00 3 S 3,000.00 0 5 • S (3,000.00)
6 Excavation,Common CYS $ 60.00 888 $ 53,280.00 1059 33 5 63,559.80 5 10,279.80
8 _Storm Water Quality Management Budget DOL $ 1 A0 5000 5 5,000.00 3482.5 5 3,482.50 S (1,517.50)
9 Subgrade Treatment,IV SYS 5 39.00 1962 $ 76,518.00 1830.6 5 71,393.40 5 15,124.60)
10 Structural Backfill,Type I CYS_ $ 94.00 172 5 16.168.00 142.43 $ 13,388.42 5 12379.58)
1 1 Removable Flowable Fill for Street Cut Repair CYS $ 100.00 3180 S 318,000 00 9.5 5 950.00 5 (317.050 00)
12 12"Concrete Cap for Street Cut Repair SYS S 9000 1385 5 124,650.00 1150,4 S 103,536.00 S (21,114.00)
13 Compacted Aggregate Base,No_53 Stone TON S 50.00 653 $ 32,650.00 1006.72 5 50,336.00 $ 17,686.00
14 Asphalt Milling,15" SYS $ 2.30 3958 5 9,1.03.40 4247 $ 9,768.10 5 664,70
15 HMA Surface,Type'C',9 5 mm TON $ 75.75 464 5 35,148.00 581.68 S 44,062.26..5 8,914.26
16 I-Lrv1A Intermediate,Type'C',19.0 mm TON 5 70.25 155 $ 10,888.75 243.75 $ 17,123.44 5 6,234.69
17 HMA Base,Type'B',25.0 mm TON 5 62.50 234 5 14,625.00 344.02 $ 21,501.25 5 6,876.25
18 Asphalt for Tack Coat TON $ 1.00 5 5 5.00 0 S - S (5.00)
19 Sidewalk,Concrete,4 in. SYS 5 70.00 895 S 62,650,00 851.47 5 59,60290 5 (3,047 10)
20 Curb Ramp,Concrete,Includes Detectable Warning Elemer SYS 5 250.00 104 5 26,000.00 124.51 S 31,127.50 S 5.12750
21 Curb and Gutter,Concrete,Type 11 LFT 5 38.00 1048 S 39,824.00 1589.4 S 60,397_20 5 20,573.20
22 Curb and Gutter,Concrete,Type Ill LET 5 46.00 201 5_ 9,246.00 22 5 1,012.00 $ (8,234.00)
23 Straight Concrete Curb LET $ 54.00 68 $ 3,672.00 11.5 S 621.00 $ (3.051.00)
24 PCCP for Approaches,9" SYS $ 160.00 99 $ 15,840.00 106.5 5 17,040.00 $ 1,200.00
25 Topsoil(undistributed) CYS $ 80.00 467 S 37,360 00 243 S 19,440.00 $ (17,920.00)
26 Sodding,Nursery SYS_ $ 1000 2802 5 28,020.00 2309 $ 23,090.00 5 (4,930.00)
27 Mobilization and Demobilization for Sodding EA 5 15000 2 $ 300.00 1 S 150.00 $ (150.00)
28 Pipe,Type 2,Circular,12" LFT 5 80.00 1 13 $ 9,040.00 91 5 7,280 00 5 (1,760,00)
29 Pipe,Type 2,Circular,15" LFT $ 100.00 84 5 8,400.00 120.5 5 12,050.00 $ 3,650.00
30 Pipe,Type 2,Circular,18" LET $ 120.00 23 $ 2,760.00 69.5 S 8,340.00 S 5,580.00
31 Pipe,Type 2,Circular,48" LFT 5 160.00 56 5 8,960.00 34 5 S 5.520.00 5 (3,440.00)
32 Pipe,Type 2,Elliptical,22"x34" LFT $ 150.00 272 $ 40,800.00 0 S - $ (40,800.00)
35 22"x34"Pipe End Section,Concrete EA S 2,00000 I S 2,000.00 0 _ S - 5 (2.000.00)
38 Manhole,Type'C' EA 5 2,700.00 3 S 8,100.00 9 $ 24,300.00 S 16,200.00
39 Manhole,Type']' EA S 4,200 00 2 5 8,400.00 0 $ - $ (8,400.00)
42 6'Concrete Lined Channel LFT $ 150.00 50 $ 7,500.00 0 5 - S (7,500.00)
43 Sign Post,Square,Type I,Reinf.Ane.Base LET 5 27.00 40 S 1,080.00 44 5 1,188.00 5 108.00
44 Relocate Existing Sign EA 5 400.00 3 5 1,200.00 4 S 1.600.00 5 400.00
47 Guardrail LET S 75.00 193 $ 14,475.00 203 5 15,22500 5 750.00
49 L ht Pale Relocation EA_S 4,500.00 2 5 9,000.00 1 5 4,500.00 5 (4,500.00)
53 4'x4'x4'Split Communications Box EA S 5,000.00 21 $ 105,000.00 3 S 15,000.00 S (90,000.00)
54 Communication Duct Bank LFT $ 70,00 3156 5 220,920.00 0 S - $ (220,920.00)
55 Trans.Iv1rk,Thermo,Stop Bar,24" LFT 5 12.00 38 $ 456.00 45 $ 540.00 S 84.00
56 Line,Thermo,Solid,Yellow,4" LET $ 2.00 95 $ 190.00 178 S 356.00 5 166.00
58 Line,Thermo,Solid,White,6" LFT $ 5.00 157 5 785.00 0 $ - S (785.00)
59 Lane Indication Arrow,White,Thermoplastic.Transverse's EA S 300,00 4 5 1,200.00 1 S 300.00 S (900.00)
60 Duke Energy Transmission Duct Bank LFT S 275.00 2753 S 757,075.00 278$ $ 766,700.00 S 9,625.00
63 PCCP,Class A Concrete for Clay Paver Base SYS 5 240.00 38 S 9,120.00 34 S 8,16D 00 S (960 00)
65 Pipe,Type 2,Circular,24 in. LFT 5 10900 0 $ - 85 S 9,265.00 $ 9,265.00
66 18"Pipe End Section,Concrete EA 5 1,801.68 0 5 I S 1,801.68 $ 1,801.68
67 24"Pipe End Section,Concrete EA S 1,920.03 0 S - I S 1,920.03 5 1,920.03
68 24"Handhole EA $ 2,806.74 0 $ - 6 5 16,840.44 $ 16,840.44
69 1.25"Conduit for Carmel Communications LET S 19.96 0 5 - 436 $ 8,702.56 $ 8,702.56
71 36"Handhole EA 5 3,428.55 0 5 - 2 $ 6,857 10 $ 6,857.10
72 Duct Spacer additional cost LS 5 15,372.20 0 _ $ - 1 5 15,372 20 5 15,372.20
73 Updated Communication Duct Bank LFT S 61.59 0 $ - 2128 $ 130,957.12 5 130,957.12
74 Concrete Footer Removal(11/13,17) LS S 1,234.00 0 5 - I S 1,234.00 $ 1,234.00
75 Temporary Asphalt Ramp at Veterans Way approach at Ran LS 5 2,475 00 0 5 - 1 S 2,475.00 S 2,475.00
76 Sanitary Lateral Repairs throughU23i18 LS 5 2,143.00 0 5 - l S 2,14300 5 2,143.00
77 Duct Trench Backfill(First Payment) CY $ 70.03 0 S - 2055 S 143,911.65 S 143,911.65
78 Duct Trench Backfill(Second Payment) CY $ 85.55 0 S 929 S 79,475.95 S 79,475.95
79 Duke Vault Castings Extra Cost LS $ 3,619.00 0 S - I 5 3,619 00 $ 3,619.00
80 Sanitary Lateral Repair&Conflict;ui Sta.23.50 LS 5 8,627.89 0 S - I S 8,627.89 S 8,627.89
81 Riprap&Geotextiles LS 5 2,001.24 0 $ - 1 S 2,001.24 5 2,001 24
82 Additional Construction Engineering LS _5 550.00 0 $ - € 5 550.00 $ 550 00
83 8"Sanitary Main Stub LS 5 5,466.45 0 $ - I 5 5,466.45 $ 5,466.45
84 Geogrid for Undercut CYS 5 4.00 0 5 - 1028 S 4,112.00 5 4,112.00
DocuSign Envelope ID:22D7DD4D-C757-4C12-B8AC-E5439AD0E66E
17-ENG-01 Duke Energy Relocation Plans Phase 1&3
CIIA\GE: ORDER#3 TABLE
Item Original Original Final
No. Description Unit Unit Price Final Amount Over/Under
Quantity Amount Quantity
85 Cannel Fest Electrical Boxes LS $ 9,800_00 0 S -
I $ 9,800.00 5 9,800 00
87 Duct Realignment additional Construction Engineering LS S 1,275.00 0 S - I $ 1.275 00 $ 1,275.00
88 Duct Realignment additional MOT(First Payment) LS S 6,750 00 0 S •
I 5 6,750,00 $ 6,75000
89 Duct Realignment Groves additional Cost LS 5 20,015.00 0 S - I S 20,015.00 S 20,01.5.00
90 Duct Trench Backfill(Third Payment,May&June) LS $ 53,521.97 0 S 1 5 53,521.97 S 53,521.97
91 Water Main Bell Restraint and repairs LS $ 20,812 35 0 S - I S 20,812.35 S 20,812.35
93 Duke Trench Overexcavation LS $ 33,882.39 0 S - I 5 33,882 34 S 33,882.39
94 Proscenium Fence repair LS S 1,II8_80 0 S -
I $ 1,118.80 $ 1,118.80
95 Carmel Drive Additional Concrete Mobilization LS 5 3,771.95 0 S - I S 3,771.95,$ 3,771.95
96 Fire Station Dumpster Pad LS $ 4,763.08 0 S 1 S 4,763.08 S 4,763.08
97 Fire Station Parking Lot Lighting Repair LS S 2,363 06 0 5 •
1 S 2,363.06 $ 2.363.06
48 Carmel Drive Lighting Conduit Repair LS S 1,222.68 0 S 1 5 1,222.68 $ 1,222.68
99 Irrigation East of Veterans Way by City Hall LS S 5,826.56 0 S - ! S 5.826.56 S 5,826.56
100 Duct Backlit!Testing LS $ 10,278.64 0 S - I S 10,2.78.64 5 10,278 64
101 Duct Realignment-Loss of Production LS S 10,000 40 0 S I S 10,400 04 S 10,000.00
102 Duct Realignment-Weekend Premium LS $ 3,000.00 0 5 - I S 3,000.00 5 3,000.00
103 ,Duct Relignment-Additional 1vIOT(Second Pa}mern) LS $ 10,186.90 0 $ •
1 S I0,I8690 $ I0,186.90
104 Additional Structure Casting and Setting LS $ 2.000.04 0 $ -
I S 2,000.00 S 2,000.00
105 Self Storage Restoration LS S 7,13208 0 S - I S 7,13208 5 7,132.08
106 Parking Lot and Inlet Modification LS S 4.930 90 0 S - I S 4,930.90 $ 4,930.90
107 Miscellaneous Extra Work LS $ 2,187.73 0 $ E $ 2,187.73 S 2,187.73
TOTAL OF CHANGE ORDER ITEMS S 4,403.02
CONTRACT PRICE PRIOR TO CHANGE ORDER S 2,707,726.24
CHANGE ORDER 43 S 4,403.02
NEW CONTRACT AMOUNT INCLUDING APPROVED CHANGE ORDERS S 2,712,129.26
DocuSign Envelope ID:22D7DD4D-C757-4C12-B8AC-E5439AD0E66E
17-ENG-01 Duke Energy Relocation Plans Phase 1&3
EXHIBIT A
You have heeu directed to make the'Awning changes in this Contract:
item
No Description Reason For Change
3 Office Equipment item not used
6 Excavation,Common adjusted to balance original quantities versus actual quantities used for original items
8 Storm Water Quality Management Budget adjusted to balance original quantities versus actual quantities used for original items
9 Subgrade Treatment,IV adjusted to balance original quantities versus actual quantities used for original items
10 Structural Backfill,Type I adjusted to balance original quantities versus actual quantities used for original items
11 Removable Plowable Fill for Street Cut Repair intended to be thermal flowable fill:paid under item 92.
12 12"Concrete Cap for Street Cut Repair adjusted to balance original quantities versus actual quantities used for original items
13 Compacted Aggregate Base,No.53 Stone quantity increased due to large undercut for road adjacent to pond
14 Asphalt Milling, 1.5" adjusted to balance original quantities versus actual quantities used for original items
15 HMA Surface,Type'C',9.5 min adjusted to balance original quantities versus actual quantities used for original items
16 HMA Intermediate,Type'C', 19.0 nun adjusted to balance original quantities versus actual quantities used for original items
17 HMA Base,Type'13',25.0 mm adjusted to balance original quantities versus actual quantities used For original items
18 Asphalt for Tack Coat item used but no tickets received for item so no payment was made
19 Sidewalk,Concrete,4 in. adjusted to balance original quantities versus actual quantities used for original items
20 Curb Ramp,Concrete,Includes Detectable Warning
Elements adjusted to balance original quantities versus actual quantities used for original items
21 Curb and Gutter,Concrete,Type 11 quantity increased due to replacing of Type Ill Curb and Gutter:additional curb
replaced at Carmel Drive
22 Curb and Gutter.Concrete,Type III quantity decreased due to being replaced by Type If Curb and Gutter
23 Straight Concrete Curb adjusted to balance original quantities versus actual quantities used for original items
24 PCCP for Approaches,9" adjusted to balance original quantities versus actual quantities used for original items
25 Topsoil(undistributed) adjusted to balance original quantities versus actual quantities used for original items
26 Sodding,Nursery adjusted to balance original quantities versus actual quantities used for original items
27 Mobilization and Demobilization for Sodding adjusted to balance original quantities versus actual quantities used for original items
28 Pipe,Type 2,Circular, 12" adjusted to balance original quantities versus actual quantities used for original items
29 Pipe,Type 2,Circular,15" adjusted to balance original quantities versus actual quantities used for original items
30 Pipe,Type 2,Circular,18" adjusted to balance original quantities versus actual quantities used for original items
31 Pipe,Type 2,Circular,48" adjusted to balance original quantities versus actual quantities used for original items
32 Pipe,Type 2,Elliptical,22"x34" item not used
35 22"x34"Pipe End Section,Concrete item not used
38 Manhole,Type'C' adjusted to balance original quantities versus actual quantities used for original items
39 Manhole,Type'1' adjusted to balance original quantities versus actual quantities used for original items
42 6'Concrete Lined Channel item not used
43 Sign Post,Square,Type 1,Reinf Anc.Base adjusted to balance original quantities versus actual quantities used for original items
44 Relocate Existing Si:n acTusted to balance original uantities versus actual .uantities used for ori inal items
47 Guardrail adusted to balance on•inal •uantities versus actual•uantities used for oil.final items
49 Light Pole Relocation adjusted to balance original quantities versus actual quantities used for original items
53 4'x4'x4'Split Communications Box quantity decreased due to most boxes being replaced by items 68&71
54 Communication Duct Bank item replaced by item 73 due to reconfiguration of communication duct bank
55 Trans.Mrk,Thermo,Stop Bar,24" adjusted to balance original quantities versus actual quantities used for original items
56 Line,Thermo,Solid,Yellow,4" adjusted to balance original quantities versus actual quantities used for original items
58 Line,Thermo,Solid,White;6" adjusted to balance original quantities versus actual quantities used for original items
59 Lane Indication Arrow.White,Thermoplastic.
adjusted to balance original quantities versus actual quantities used for original items
'transverse Marking
60 Duke Energy Transmission Duct Bank quantity increased due to realignment of Transmission duct hank at Carmel Dr
63 PCCP,Class A Concrete for Clay Paver Base adjusted to balance original quantities versus actual quantities used for original items
65 Pipe,Type 2,Circular,24 in. added to accommodate Proscenium development site drainage
66 18"Pipe End Section,Concrete added to accommodate Proscenium development site drainage
67 24"Pipe End Section,Concrete added to accommodate Proscenium development site drainage
68 24"Handhole added to replace most of item 53
69 1.25"Conduit for Cannel Communications added due change from solar power flasher to hardwired connection to fire station
71 36"Handhole added to replace some of hem 53
72 Duct Spacer additional cost added due to Duke specifications for duct configuration dimensions not taking
thickness of conduit into account
DocuSign Envelope ID:22D7DD4D-C757-4C12-B8AC-E5439AD0E66E •
l7-E,\'G-0l Duke Energy Relocation Plans Phase I&3
EXHIBIT A
You have been directed to make the following changes in this Contract:
Item
No. Description Reason For Change
73 Updated Communication Duct Bank added to replace item 54
74 Concrete Footer Removal(1 1!13.'17) added due to additional work of removing unforeseen foundation west of police station
Temporary Asphalt Ramp at Veterans Way approach at added to provide access to City(tall from Rangeline due to it not being ready as part
73 Rangeline(1 Ir20 17) of the Rangeline project and commencement of duct work which shut down access to
City Hall from the north
76 Sanitary Lateral Repairs through U23118 added due to repair of unforeseen sanitary laterals
77 Duct Trench Backlit!(First Payment) added to account for structure hackfill of Duke ducts that was to be included in duct
price but was not clear in Duke specifications
78 Duct Trench Backfill(Second Payment) added to account for stntcture backfill of Duke ducts that was to be included in duct
price but was not clear in Duke specifications
79 Duke Vault Castings Extra Cost added due to unique castings not known at the time of bid
80 SanitaD•Lateral Repair&Conflict Sta.23+50 added due to repair of unforeseen sanitary laterals
81 Riprap&Geotextiles added due to storm redesign post bid
82 Additional Construction Engineering added due to changes in planned storm and duct alignment
83 8"Sanitary Main Stub added due to redesign post bid
84 Geogrid for Undercut added due to undercut of unsuitable subgrade of proposed roadway adjacent to pond
85 Carmel Fest Electrical Boxes added at the request of the city
87 Duct Realignment additional Construction Engineering added due to realignment of transmission duct bank at Cannel Dr
88 Duct Realignment additional MOT(First Payment) added due to realignment of transmission duct bank at Cannel Dr
89 Duct Realignment Groves additional Cost added due to realignment of transmission duct bank at Carmel Dr
90 Duct Trench Backfill(Third Payment,May&June} added to account for structure backfill of Duke ducts that was to be included in duct
price but was not clear in Duke specifications
91 Water Main Bell Restraint and repairs added due to water main break beyond the control of Mo phy
93 Duke Trench Overexcavalion added due to lowering of duct in Carmel Dr due to utilities
94 Proscenium Fence repair added due to removal and replacement of construction fence which Proscenium
contractor had installed for their proposed work
95 Cannel Drive Additional Concrete Mobilization added mobilization due to access issues delaying work atlnear Storage Depot beyond
the control of contractor
96 Fire Station Dumpster Pad added due to unforeseen dumpster pad replacement
97 Fire Station Parking Lot Lighting Repair added due to repair of unmarked lighting conduit north of fire station
98 Carmel Drive Lighting Conduit Repair added due to repair of unmarked lighting conduit on the south side of Cannel Dr
99 Irrigation East of Veterans Way by City Hall added due to repair and replacement of unmarked irrigation along Veterans Way at
City Hall
100 Duct Backlit'Testing added due to previously unspecified testing of Transmission Duct backlit!by Alt&
Witzig
101 Duct Realignment•Lass of Production added due to realignment of transmission duct bank at Carmel Dr because of land
acquisition for original alignment falling through
102 Duct Realignment-Weekend Premium added due to realignment of transmission duct bank at Carmel Dr because of land
acquisition for original alignment falling through
103 Duct Reiignmenr-Additional MOT{Second Payment) added due to realignment of transmission duct bank at Carmel Dr because of land
acquisition for original alignment falling through
104 Additional Structure Casting and Setting added due to discovery of buried storm sewer;structure supplied by city
•
105 Self Storage Restoration added to restore Self Storage underdrain and portion of drive
106 Parking Lot and Inlet Modification added to alleviate drainage problem on the southeast corner of the City Hall parking lot
107 Miscellaneous Extra Work added to fix existing sidewalk drainage north of City I fall.clean out existing inlet and
add casting riser to existing Sanitary structure