Loading...
HomeMy WebLinkAboutR-2022-111 CO 2 Crossland Construction Company, Inc. for Additions & Renovations Riverside Public Safety RESOLUTION NO. R-2022-111 A RESOLUTION APPROVING CHANGE ORDER 2 TO THE AGREEMENT WITH CROSSLAND CONSTRUCTION COMPANY, INC. FOR ADDITIONS & RENOVATIONS RIVERSIDE PUBLIC SAFETY RESULTING IN A REVISED CONTRACT AMOUNT OF $4,447,085.03 FOR SUCH PURPOSES WHEREAS, the City of Riverside ("City") issued an Invitation to Bid for the Additions & Renovations Riverside Public Safety (Project No. 537-086) ("Project") which was awarded to Crossland Construction Company, Inc. ("Crossland")pursuant to Resolution R-2022-038; and WHEREAS, the Board of Aldermen finds that it is in the best interest of the City to approve Change Order 2 to the agreement with Crossland, resulting in a total revised contract amount not to exceed$4,447,085.03. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE,MISSOURI,AS FOLLOWS: THAT Change Order 2 to the Agreement between the City and Crossland, a copy of which is attached hereto and incorporated herein, is approved and the Mayor is authorized to execute the same on behalf of the City. The resulting revised total contract amount shall not exceed $4,447,085.03. FURTHER THAT the Mayor, City Administrator and all other required city officials are authorized to take such other actions and/or execute and deliver for and on behalf of the City all certificates, instruments, agreements and other documents as may be deemed necessary or convenient to carry out and comply with the intent of this Resolution. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri, the 4th day of October 2022. Kath een L. Rose, Mayor ATTEST.:. Robin,Kincai ;Cal)?Clerk ..._ :� 4,- Document t G701 " — 2017 Change Order PROJECT:(Name and address) CONTRACT INFORMATION: CHANGE ORDER INFORMATION: Additions&Renovation Contract For:General Construction Change Order Number:002 Riverside Public Safety Date:May 16,2022 Date:September 27,2022 2990 NW Vivion Rd. Notice to Proceed:July II,2022 Riverside,MO 64150 OWNER:(Name and address) ARCHITECT:(Name and address) CONTRACTOR:(Name and address) City of Riverside WSKF,Inc. Crossland Construction Company,Inc. 2950 NW Vivion Road 110 Armour Road 833 S.East Avenue Riverside,MO 64150 North Kansas City,MO 64116 Columbus,KS 66725 THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and,if applicable,attach or reference specific exhibits.Also include agreed upon adjustments attributable to executed Construction Change Directives.) I.The scope of work includes the removal and replacement of the existing 5 inch cast iron sanitary pipe between the existing apparatus bays and the existing sand/oil separator including the associated vent piping for this system. The replacement piping will be PVC as this line will be located below the new apparatus bay addition. $9,671.55-Increased Cost $9,671.55-Total Increased Cost for Change Order No.Two. The original Contract Sum was 5 4,404,000.00 The net change by previously authorized Change Orders 5 33,413.48 The Contract Sum prior to this Change Order was 5 4,437,413.48 The Contract Sum will be increased by this Change Order in the amount of 5 9,671.55 The new Contract Sum including this Change Order will be 5 4,447,085.03 The Contract Time will be increased by Zero(0)days. The new date of Substantial Completion will be March 8,2023 NOTE:This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price,or the Contract Time,that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor,in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT,CONTRACTOR AND OWNER. WSKF,Inc. Crossland Construction Company,Inc. Cit of Riverside ARCHITECT(Firm name) CONTRACTOR(Firm name) O ER(Firm name ift-.e Ryan Wacker°.^--°--^ �.,O�iLe le—f Rick Kuhl,RA a;..,.•""',:':.`�� SIGNATURE SIGNATURE y0wm GNATURE n Rick Kuhl,Principal Ryan Wacker, Project Manager . 4//, L L. 1Cr,se. } t� _. PRINTED NAME AND TITLE PRINTED NAME AND TITLE P TED NAME AND TITLE September 27,2022 9/27/2022 TJ o DaD--- DATE DATE DATE Ryan Wacker, Project Manager AIA Document G701'—2017.Copyright©1979,1987,2000,2001 and 2017 by The American Institute of Architects.All rights reserved.The"American 1 Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are registered trademarks and may not be used without permission.This document was produced by AIA software at 15:45:48 ET on 09/27/2022 under Order No.2114242632 which expires on 10/19/2022,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents"Terms of Service.To report copyright violations,e-mail copyright@aia.org. User Notes: (3B9ADA4A) CROSSLAND CONSTRUCTION COMPANY.INC. Potential Change Order Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivion Road Riverside,MO 64150 Date: 9/19/2022 Number: 0013 Subject: Replacing the Cast Iron Sewer Piping _ Source of Funding: Owner Contract Change Order Description Cost to remove and replace the cast iron sanitary pipe south of the apparatus bay.Cost includes all material,labor,and equipment to replace the piping. Days Requested: 0 Change Total: $9,671.55 item Number 'Description Amount 01 Cost to replace the damaged cast iron piping with new PVC pipe. $8,151.00 02 Labor to form footings where trenches were excavated to replace pipe. $960.00 03 Material to form footings $100.00 04 P&O $460.55 Approved By By >q/ ��111 L-Zs(% Signature � ree-c2.,,i Date LLiA PLEASE PROVIDE QUANTITY OF PIPING AND n PIPING ACCESSORIES TO 5 .e .e e j/�{'- ¢}G BE USED PLEASE PROVIDE MORE DESCRIPTION OF WORK TO BID RECAP SHEET BE PERFORMED(PIPE IS ff. h Ccrpany Genesis Plumbing Enterpr s LLc CURRENT EXPOSED AND ,kbNur.a 0:1My OnveWFastPIPE\F EST-Shared.sitoLi CITY OF RIVE LAYING ON TOP OF THE 51 u GROUND) Lab lee rew 3A doge, ( ," N I`� I_ Equipment Fixtures Maten Laborb Total D��'g Y (i( r ,J"�ILi•Ing Materials&Labor $2,794 S EiS.00 $2,032 $4,826 Pipe Equipment Total wSummary SO SO vi Pipe Fixtures Total w/Surnmery SO SO / `.e iza Plpe Specialties Total w/Summary S0 tL..,.f Material for Reroute SC serrvnary $0 SC +' Su Labor for Reroute SO 3.o $ 85.03 $o SO gyp' Fixtures SO 3.0 5 85.30 50 50 /9 gQ�µ( s OTHER COST "--' $0 $ES.CD SC $387 '�!P i f 5: 0 Rental Equipment SO SO / 6 r g Overtime Pay 520.4C S3 SO Double Time Pay $4082 S3 $0 3' r Supervision C.0 $77.03 $0 SC _,.•." Project Management 1.0 $60.03 557 $57 „ (�. l '/(�7Yai ,�:s'''' Project Assistant CO. $30.00 SO SO N W / Warehouse Help 0.0 $40.30 SC SO Truck Driver 3.0 $63.30 SC S3 Sub Total So SO S3.181 $2.C89 $5,250 Sales Tax SO Si) S3 SO $2 Sub Total $O $3'6- $2,389 $5.250 TOTAL FITTERIPLUMBER HOURS 23.9 TOTAL ADMINITRUCK DRIVER/WAREHOUSE HOURS 1.0 TOTAL OT HOURS 0.0 TOTAL DOUBLE TIME HOURS 0.0 Subcontracts ^clud.ng Sacs Tax $2,160 ikei Sub Tote: $7,410 Start-pp Equipment Hours Warranty Material Escalation Freight Start-Up li .I Travel (\\\* 56 Ard v Permits Cost Total $7,410 L,•PG✓ TOTAL OVERHEAD AND I 0.03%) Contingency SO Subtotal 37,410 A.G o PROFIT IS LIMITED TO 10% (' /� PER ARTICLE 7.2 CHANGE '03% Labor $203 /j. ORDERS,GENERAL 'D: Project Mngm nt S8 �` CONDITIONS 200% Project Assist SC 2.0.0% Truck Driver/Warehouse SO LEASE ADVISE WHAT 1C.096 Materials $316 SUBCONTRACT WORK IS 0.0% Rental $0 Fixtures So NEEDED 'S 20.0% Equipment $0 \ 13.0% Warranty SO ../... 10.0% bcontracts $218 • b Total 58.1 S1 Gvera 'dark up%ERZ _ TOTAL PRO $741 DOES HOT INCLUDE CONTINGENCY Sales Tax SO �,.�y,7� Sub Total $8,15' i' Ii"• Bond $0 QUOTED PRICE $5,151 767° , .,..„,f mA 0 8-4?), 1212 rI (3,ertAlb -q24,41 ie '1 1°\1L fir. (r.rc te Lt toryibo<; 604' t -s A 4" 5- \-ekc5 I 4 4 O O ,- V a0 lO rn Vl ul N- N N N O N I- N N Z U1 U1 Ul COO M N 6l Q l0 N 0l N Ul Ul MN 0o can: Mucoof no0o i 0 w di vi w N N b9 N N w w w Ul N m w N w w w M w •a4 w w w N N 00000QQQ roopo ooUn8U8888o m - O O O O O O O O O U. O Ul O lO Ul CO Ul O N Ol N V N� N N O N U1 l- Ul O M N- Ul N Ul cr CO N N Ul Ul rn N O O Vi N . t i Qi V l0 N V' b O r U1 Co w w w UN NJ N M W O Ol U N W w w N M W w N !� w ''- N h. w dT b? 69 b1 w w w w w 2 22222Q < aa a a Q Q Q Q Q N N lN N 0 0 Q O O 0 0 O 666 .-- — ..- Co Co Co 00 co 00 0o N — N N N a, N N N N N N N N N N O N rOV c0 O O O O = 000000'a \ \ N \ \ \ ', \ C \ N � cN- NNN o C w ko t w m -. - C \ \ \ 01 Q1 (T w Va UJ lO lO U7 to Ol C0 CO 00 Ol m Ol AA AA AAA AAA AAA A A A A Ol Ol al Ol O O1 0l 01 CA pl 01 CT, 0, o E E E a o 0 0 0 0 0 0 0 0 o A o 0 0 o a a, a, Y. m m m m m m m m R m v m m 22 ii - 23 Li03 is m m 03 m m (a CO m .a �a m CO 0 0 0 U V U U U U U U U U D U U V U ✓ V V VVVV V V V V V V V V V V V to 00 m O O O N N O 0 n n A. m m m WW IV (L; 0) (V a; t t aU v 0) 61 0 0 0 0 0 0 0 0 0 CU iA V+ Q Q Q T M 10 MI (a m (0 `m r`a .N .a, _aJ N- \ \ L L - L L L .c L .0 m m m 2 Z Z Z U u 0 0 0 U U U U > > > aaa m m v + N N N N bob 01 N N N N N N N N N N N N N N N W + N N N N N N N N N N N N O O O O O O O O O O O O O O O O O O N N N N N N N N ry N N N N N V ... N \ . N \ \ \ N \ \ _C - N N. N. NJ NJ NJ • y, N NJ N NJ N N N N N N 11'1' J M Ol M t) UUN to UUN U UUN U`1 \ \ w Co CO a 0) CU Ol a 0. 0l of rn 0 of al of C c c c C c c a, a, lL LL W W W W W CL CL 4• 5 C C c > > > ✓t N N E m 2 .2 ° y E E E • Z j ; 0 0 ° Q Q 01 0 O O N o Vl y Y H a CO a, v v U u U U U v u U U c C C .fl .O 9 G w J w 0- a n>. >a 0- 0. 0. Cl. d ° o 0 0 0 0 W IL H V m O Ol J C C C 0 a a n Uvou° W - Y Y O Q V V V a, m CO m a a, M V1 CI, O1 m YUS j >, Q. O. 4 N N > m e 3 Cr_ ii .c c c o 22 cow m m W W io y' N O O O 4) i' o 01 Ol U O_ O- C C - ° A C 'C 'C a, a, W v V N V l0 001 a A U b CO j a m [O m 7 7 C, N a, Y Y 36 a v m c0 p p v v u y d mm ou° v° ram � � uU c c cmmm h. >r G m A > > > a, a, d Z Z Z 3 . t ccno0 0 0 0 O o o O n o cn ,. N O O O a v� x .r .. uuuuvuvLtuuut_ l_ i_ 0 H I- 3) 7 7 > > > > > > > U v > > > vl oil to may, In (/I 0 v U CL d CL d a n. CL Ul N CL O_ Cl. N - t0 C7 W W C N INN al el roa� A A A A A A (7 u u C C C C C c 71 m Z Z Z N. I. ZZZ C a V V V iO lO N V VQ V V tO N v V V V L --- ea W W I1. Q a Q a a < lil J 11 Q Q a a Q Q a E�' l„I 1n U W IL.ILI W W W -J W W W LU W W a GJ O O O m '- N r- N 0 C. Ni 0 N ,- NJ A+ O Y d V N l0 1- LL u H BID RECAP SHEET 9l22/2022 Company: Genesis Plumbing Enterprises LLC _ JobName: G:IMy DrivelFastPIPEIFastEST-Shared.sitetJobstClTy OF RIVERSIDE MO PS2.job II Bid: Labor Crew 3A 1 Equipment Fixtures Materials Hours Rate Labor$ Total Piping Materials 8 Labor $2,794 18.9j$ 85.00 $1,603 $4,397 Pipe Equipment Total _ w/Summary SO $0 Pipe Fixtures Total w/Summary SO $0 Pipe Specialties Total - --��-�-- w/Summary $0 $0 Pipe Other Total w/Summary $0 $0 Equipment $0_ 0.0 S 73.75 $0 SO Fixtures S0 0.0 $ 73.75 $0 $0 OTHER COST $0 0.0 Varies $0 $0 Rental Equipment $0 SO' Overtime Pay $20.40 $0 $O Double Time Pay $40.82 $0 $0 Supervision 0.0 $77.00 $0 $0 Project Management 0.8 $60.00 $4S $45 Project Assistant 0.0 $30.00 r $0 $0 Warehouse Help 0.0 $40.00 SO $0 Truck Driver 0.0 $80.00 $0 $0 Sub Total SO SO $2,794 $1,648 $4,442 Sales Tax $0 SC $0 $0 $O Sub Total SO $2,794 $1,648 $4,442 TOTAL FITTER/PLUMBER HOURS 18.9 TOTAL ADMINITRUCK DRIVER/WAREHOUSE HOURS 0.8 TOTAL OT HOURS 0.0 TOTAL DOUBLE TIME HOURS 0.0 Subcontracts Including Sales Tax $2.180 Sub Total $8,602 $tart-up Equipment Hours Warranty Material Escalation Freight Start-Up Travel Permits Cost Total $6,602 1.00% Contingency $66 Subtotal $6,888 10.0% Labor $160 20.0% Project Mngmnt $9 20.0% Project Assist SO 20.0% Truck Driver/Warehouse $0 10.0% Materials $279 10.0% Rental $0 20.0% Fixtures S0 20.0% Equipment $0 100% Warranty $0 10.0% Subcontracts $216 Sub Total $7,333 Overall Mark-up%MUM TOTAL PROFIT' $666'DOES NOT INCLUDE CONTINGENCY Sales Tax) $0 I Sub Total $7.333 0 ^ {1 ; I 0.0%' Bond $0 (` 15 / G ( QUOTED PRICE[ $7,333 so e AI g- e p...,„..eirz.ot,,,:....re_____. 541,, ;1_4.(Li,,,/� � P -. 70 1 70 " to n w -m �D m 0 M 3 N a a a a cr 4.1! o o m o m 7. P. sw m •• Apo n • _ o a a m IA IA C A m .fir rri ,I. 7 r+ VS VS SA =•et anet° m' -I -1 v+' N r IA N O ivrt 1 r1 m y 3- s = -tme 3 titN fD ft yp - g m cr w 3 7o m .P ,3 Imo m v 17 c 03 r n D T f[1 o I 4o r r. 2 0) o scr c C t • io c 13 3 ' a O• o m m m -1 LA 6 m O ^ .► c 7 �' ro -i 3 3 D co n - n (r) v , f" VI ,< O (D W •-• ry n r 0 �• 3 N m in -n 7 !D y1 to u \ S m T -n03z ;, ITT o_ X C cn � co 0 0 A 0 o 0 N N 'n N _ _ N T Q011 cpA00 p} O 0 {/: bA N -4 NJ CDW 01 O N N -+ W -+ O 0 0 `C 47 1 ��n1 art m �n �n r r e�rrr, m m m m m m n v, n 76 D D T D D D T m D D D D D D D m T� m "0 m a) A A A Cr A NJ 01 A 01 A A N 01 01 A A A A y 7 0 0 0 N o o o a .t• 7 7 7 D 7 7 0 m m m V V V A, A M A. rn m m N N N < < < ^ ^ < < < < < < < c .0 c _ VI 111 -1 -1 -in n n 7 nnnnnnn4, 4. x H '{ '^ O O O `^ `^ (^ o O O O Q O 0 0 0to m w, VI O Z Z Z O o O 17 m j 2 b S 3' G nnp � � � � Et, co 7n ; tDDD � QaououA ° a _nnn * * n co x x x m m m c C w aD 07 "0 •0 7 a s V N 7 O A N a a Q. n ^' CD 7 7 7. 7. 7. _0 V rt 0 m m 7 7 a a a(C) c0 c0 5 70 ,fir .-i O_ O O m �` 7 7 7 '0 mi. 7 n m 7 7 7 ,n Tii fi'i 'D N (o co 0m m Q ..,, 70 DD, a v m = Lel — PC ) 0 n n n m 0 0 0 v v u a C t' t 1 CO. in D m m 0 -v v 0 0 v v v v m In m O O O O O_ O_. < < < < < < < < < x X 11 �+ Cr Cr 6 7 7 7 n n n n n n n n n 2, an, an, .24 17 m m m '^ '^ '^ O O Q O Q O O O O rt y .m. 3 3 3 < < < G g g o a 3 "0 '9 m T T T m m T 7 , 7 - �' cr. ` i O 0 0 10 (0 cm c 9 to to III Ill 01 01 VI 0 (0 40 c0 m CO CO -A v, Vt v+ In in in cn (s V) a rN \ \ \ \ \ \ - \ \ \ \ - \ \ \NN . - - rF 1 IV J N N N V - V \ - V \ \ \ \ N N N N N N 0 0 O O O 0 0 0 0 O 0 0 d C•O O O O O 0 N N N N N N N N N N N fV w N NJ NJ J J J IV IV N IV N CV IV IV IV --A — -� m r NJ NJ N 0 0 0 (/} A w w I-,. D D. > < < v s 7 s S s T i s D •z z z g a, d a, m CO 0) v d as > > D to (o' m ID D. 0 01 . 0 0 0 0 0 0 0 0 0 Ai(D x (0 ^ (D x m m m m m mx m m V V 01 Ailp W W W 0 0 N+ -N+ 0 0 0 m O O # A A A A A A A A A AAA AA A AA A VI n n c n n n n n n n n n 0 O O O y n n n d d a ro a, as d a a, m y a, a, a c — Q Cr m d 0) a a, au m a, m Cu a, d a, Ci n (DID (0 o 0 0 0 v 0 0 0 0 0 0 0 0 0 o m 3 3 3 to c0 10 co co c0 c0 0 1.0 0 t0 0 (Q 10 V V v V V v v V VVV V V V V V V CO 10 (O Co CO CO -• 0 01 01 01 01 01 01 O1 0 (0 0 C \ \ \ j V. j V. \ V. \ V. \ \ \ V p N N N \ N \W W W W W W \\W \\ \\N N N V V V N N N V. N N N N N N v.„ a, IV N N N N N O N 0 O O O 0 0 0 0 CD 0 0 O O 0 0 0 . IV NJ IV N CV N CV CV CV CV CV N N N N N NJ CV IV IV TV N CV NJ N N -A -+ N N N N Oa QJ Oo Oa 9? O Oo O O O O A A A. A A A .A. O O O O O O O A w w N) D D D D D D D w wv^ la. w 44 VI 64 Vl j V NJ V, V N Vl 01 W NJ M fA H N 0 0 01 W V CO M AA {{, V U1 —. --• O O A N 01 A c0 N W CO Lc, O 0 1- -,, A.) W Cn V, N NJ CD A V, N 111 V W O V, -. V, "" --A CVO N.) CVV A IV (0 NJ CO O(11 01 cr. 0 Vno, 0 ,+ "1 $� 0 0 0 0 0 0 0 0 0 -' a 10 0 -- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 N .N ._ \ V, 4,1 H j V, tel b1 IR L1 NJ 0 ClV co NJ w 0 0 0 V c0 O Q1 W V V W NJ kn -4 0 0 111 N) w cn ut N i0 V, 01 A c0 N w Co V, N V+ A N N 0 N N V V V, V. µ, 01 co A O in O N :Yell:`.f; -nq y-� 't'.t tFl,jL7f .�Yn� ��t ::�T"'�,' Windustna! n Fernco Strongback Couplings COMPANY ' t 4400 E 12TH STREET KANSAS CITY, MO 64127 ft • • ' ra a ,: '•. Y. r ''' . -4 ` PHONE (816) 842-9466 x :.4w. ;1714 }414'2axj A p 1-4 FAX (999) 999-9999 0060085 9/13/22 1 _ Expiration Date 9/27/22 1 �ti z$ :i. 1-a ••• Revised Date 9/13/22 ;! Cb �F n 1 Win:_..y. 'tif .:, �� } vay.• f:e.-._.. e: : ' '.-. :e--q-,a. "?i j tx > Bid Due Date 9/13/22 GENESIS PLUMBING ENTERPRISES PO BOX 18456 , - �wC� � ..�.4 ;^cw,7 KANSAS CITY, MO 64133-8456 1. � Phone (816) 353-6724 Tony Schallenberg Fax (816) 353-2579 tscha@wkcwindustrial.com (816) 842-9466F t+et� v,.—+i, n ,,,�,s�='q., .-..• �i 1Lry-. :, ,.,__. . -D ff�•`'Q� u �. N�.*v t-- ci �1'�.Q. -1( i'. B 003927 1% 10TH & 25TH NET 30 Tony Schallenberg ; ANTHONY 1 ' r.. • SCHALL'-vES.NBERG D r- ,"- tt rwT. �• ,, tK' i 0- _� ,P71, •-_Hs • - . 3 y s fs , 1'�'it -: _ " ,,: vilt—s,.4xT1s{. _ ✓., e. f;•.,p u .x,i:A,•;ij ».y.4z = •,.t....,` iftin,,t-Wi . 1.0 1 1056-22RC 2 PLXPL REPAIR CPLG 21.2986 EA ! 21.30 0171105622RC 1 2.0 1 1056-44RC PL X PL REPAIR COUP 35.2167 .EA ` 35.22 0171105644RC 3.0 1 1056-66RC PL X PL REPAIR COUP 67.1138 EA 67.11 0171105666RC — f 1 Tax Area Id Net Sales —_—_ 123.63 Freight .00 Tax ---.00 _Quotation Total 123_63 KC yrindimbial Order Acknowledgement Printed Date: 9/19/22 Time:11:33:42 AM Page: 1 KC WINDUSTRIAL CO 4400 E 12TH STREET Thank you! ! We appreciate your business. KANSAS CITY, MO 64127 P 816-842-9466 F 816-842-8436 Sold To : Ship To : GENESIS PLUMBING ENTERPRISES WILL CALL • PO BOX 18456 'KANSAS CITY, MO 641338456 Order # : 694964-00 PO Number : RIVERSIDE Entered 9/19/22 Ordered by : JOHI Entered by : DC Regst Date : 9/19/22 Salesman : ANTHONY SCHALLENBERG Job Name : RIVERSIDE Terms : 1% 10TH & 25TH NET 30 Ship VIA : W/C Order B/O Unit Extended Line Item Number Description UOM Qty Qty Price Amount 1.0 011000612 5" NO-HUB CI 1/8 BEND EA 1 39.9230 39.92 2.0 0171105655 1056-55 5" Cl/PL-Cl/PL EA 1 12.4200 12.42 3.0 011000606 2" NO-HUB CI 1/8 BEND EA 1 10.9150 10.92 4.0 0171105622RC 1056-22RC 2 PLXPL REPAIR EA 1 21.3000 21.30 CPLG 5.0 011000164 5X10 NO-HUB PIPE FT 10 22.1556 221.56 ttlytts 6.0 011000012 5" NO-HUB COUPLING EA 3 9.8800 29.64 Al 11 17/417 S A ge I4o u1"e /12/r-re/Li a -e-fioti.ty, --/-- 5 AoliAs Aho,.. foLyo, _ ._ This is Not a Bill Tax Area ID: Sub Total 335.76 -.- -260955598 Freight .00 Tax and Freight are estimated Local Tax $ 5.125 Local Tax 17.21 State Tax % 4.225 State Tax 14.18 Pay from your Invoice Order Total 367.15 i CITY OF RIVERS MISSOURI Upstream from ordinary. 2950 NW Vivion Road Riverside, Missouri 64I50 MEMO DATE: September 29, 2022 AGENDA DATE: October 4, 2022 TO: Mayor and Board of Aldermen FROM: Noel Bennion RE: Change Order 2: Crossland Construction Company, Inc. Additions & Renovation Riverside Public Safety (537-086) BACKGROUND: During excavation for the fire bay addition, Crossland uncovered degraded cast iron sewer pipe from the fire bay floor drains. The pipe has holes in it and needs to be replaced. It will be upgraded from cast iron to a PVC pipe. I • I fe . ) 4/ ' . : " : ;�•' ?> t BUDGETARY IMPACT: An additional $9,671.55 is requested from the 2022-23 budget. , Original Contract Amount $4,404,000.00 Total of Previous Changes $33,413.48 Total this Change Order $ 9,671.55 1 Current Contract Total $4,447,085.03 j RECOMMENDATION: Staff recommends approval of the resolution and acceptance of the change order with Crossland Construction Company, Inc. LISTING OF PREVIOUS CHANGE ORDERS: COI: Relocate Conduit in Walls $33,413.48 i Total $33,413.48