Full Text
(Revised 03-20-98) CONTRACT CHANGE ORDER #3 – PINEVIEW PARK State of Montana – City of Missoula Parks and Recreation PROJECT: Pineview Park - Phase II PROJECT PR09-01 PV A/E LOCATION: Missoula, Montana CHANGE ORDER 3 CONTRACTORS: Valley Landscape DATE: 08/11/09 ADDRESS: PO Box 3656, Missoula, MT 59806 PHONE: [PHONE REDACTED] The Contractor is hereby directed to make the following changes in the Contract upon receipt of an approved copy of this Change Order. Qty. Req'd Units DESCRIPTION of ITEM Unit Cost Cost 1 1 1 1 9 1 1 3000 1 1 Each Each Each Each Each Each Each SF Each Each Shared value engineering savings for the redesigned irrigation system - Value engineering payment for the irrigation redesign - Bid Alternate #1 Drinking fountain - Bid Alternate #2 Soil Conditioning (re-engineered & revised) Increase placed boulders per Architects redesign - Add weed fabric and mulch in 3 tree islands and expand a 4th - Add „Grass-Pave‟ to approach areas in front of ice maintenance shed and warming hut - Add sod in front of tennis courts in place of seeding - Screen and spread on-site topsoil in lieu of imported topsoil – Regrade berms and various existing grade deficiencies throughout site - (11,400.00) 5,700.00 2,140.00 20,565.00 57.00 5,850.00 5,480.00 0.20 (2,582.00) 4,340.00 (11,400.00) 5,700.00 2,140.00 20,565.00 513.00 5,850.00 5,480.00 600.00 (2,582.00) 4,340.00 Attach documentation supporting unit costs for each item SUBTOTAL (Labor & Materials) = $ 31,206.00 TOTAL COST (This Change Order Only) $ 31,206.00 Contract Completion Date (as modified by previous Change Orders) No Change Change In Contract Completion Date by This Change Order: (No Change) (Increase) (Decrease) By 0 Calendar Days CONTRACT STATUS 1. Original Contract Amount $121,696.00 2. Net Change by Previous Change Order(s) $ 0.00 3. Current Contract Amount $121,696.00 4. This Change Order Total Amount $ 31,206.00 5. New Contract Amount $152,902.00 6. Total Cost of All Change Orders to Date $ 31,206.00 ---PAGE BREAK--- JUSTIFICATION FOR CHANGE(S) (To be completed by Architect/Engineer/Project Manager): Describe the details which mandate the change(s). This change order directs the contractor to complete the work as described above. The irrigation system was completely redesigned through value engineering with efficiency, maintenance and economy in mind producing a shared savings and provided a greatly enhanced system. The second major component of this change order is Bid Alternates #1 and The first Bid Alternate is the drinking fountain and the second is for turf amendments to the eastern half of the park. With a large playground in the center of the park as well as the three tennis courts, the need to replace the drinking fountain became very evident. It replaces the original with a state of the art ADA fountain that also includes a dog watering station. The second Bid Alternate is to address the park‟s existing lack of topsoil combined with the native gravel substrate. This ensures a weedy, low quality turf that is very difficult to keep moist long enough for roots to reach optimum depth. The soil conditioning includes deep-tine aeration, 1” depth composting and overseeding along with maintenance for a year. This package will also include a second treatment next year as the turf becomes ready and will ultimately provide a much better growing medium, retain water far better, and will withstand repeated use. This second Bid Alternate has been re-engineered to better achieve the goals and reduce cost. The final portion of the change order is to add values items such as sod in front of the tennis courts which will allow an earlier opening and better withstand erosion, “Grass-Pave” aprons for the ice maintenance shed and warming hut (eliminating asphalt close to the rink and provides supported turf for the ice maintenance equipment), as well as bark mulch in all the „tree islands‟. This last portion also addresses adjustments to correctly close out the financial portion of the contract. The work performed under this Change Order is an added value to the project. Portions of this work were previously authorized in an effort to facilitate project completion and remain within growing season. JUSTIFICATION FOR COST ADJUSTMENT (To be completed by Architect/Engineer/Project Manager): Describe the basis used to calculate the cost adjustment. The Contractor has submitted a break-down of costs associated with this change. The price for the work was reviewed by Parks & Recreation. The price is acceptable per our review. JUSTIFICATION FOR SCHEDULE ADJUSTMENT (To be completed by Architect/Engineer/Project Manager): Describe the impact of adjustment(s) to the critical path. None Surety Consent: SURETY CONSENT IS REQUIRED IF THE TOTAL AMOUNT OF ALL CHANGE ORDERS (LINE 6) EXCEEDS 10% OF THE ORIGINAL CONTRACT AMOUNT. The Surety consents this Contract Change Order and agrees that its bond or bonds shall apply and extend to the Contract as modified or amended per this Change Order. The principal and the Surety further agree that on or after execution of this consent, the penalty of the applicable Performance Bond and Labor & Material Bond is increased by: ) By One Hundred Percent (100%) of ALL Change Orders Countersigned by Resident Agent: Date: Surety: ---PAGE BREAK--- APPROVALS Recommended by Architect/Engineer: By: Reviewed by Agency: By: Date: Approved by Contractor: By: Date: Recommended by P&R Project Manager: By: Date: Approved by Planning & Construction: By: Date: