HomeMy WebLinkAbout091415_ca05Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, P.E., Public Works Director /County Engineey�/p
Agenda Date: September 14, 2015
7(e—
Agenda
Change Order No. 1, Upper Hoh Road MP 3.338 Culvert
Replacement, Project No. CR18960, Federal Aid Project No. PLH -A
160(001)
Statement of Issue: Change Order No. 1 with Rognlin's, Inc. for the Upper Hoh Road
MP 3.338 Culvert Replacement, County Project No. CR18960.
Analysis /Strategic Goals /Pro's it Con's: This project consists of replacing the
substandard, failing culvert at Upper Hoh Road MP 3.338 with a new steel culvert, to
be installed by the pipe ramming method. Change Order No. 1 is necessary in order
to make revisions to the pipe alignment and materials, and to modify the stream
bypass plan.
Fiscal Impact /Cost Benefit Analysis: This change order will increase the original
contract amount by $79,038.64, from $515,000.00 to $594,038.64. This project is
funded at 100% by the Federal Highway Administration.
Recommendation: Public Works recommends that the Board execute all three
originals of Change Order No. 1 with Rognlin's Inc. and return two (2) originals to
Public Works for further processing.
Department Contact: Mark Thurston, P.E., Project Manager, 385 -9160.
Reviewed By:
p Morl_ ounty Administrato Date
8
JEFFERSON COUNTY
Sheet 1 of 1
DEPARTMENT OF PUBLIC WORKS
Change
1
Date: 7/15/2015
CHANGE ORDER
Order No.
Ordered by County Engineer under terms of
FXJSection 1 - 04. 4 of the Standard Specifications
CR18960
Contract No.
r-1 Change proposed by Contractor
To:
i
Rognlins, Inc.
I
(� T��
P.O. Box 307
Endorsed by: d
'
321 West State Street
trac Fir me
Aberdeen, WA 98520
H
Project Title Upper Hoh Road MP 3.338
Si nature Date
Title
Consent given by Surety: (when required)
Culvert Replacement
By:
Attorney -in -fact Date
You are ordered to perform the following described work upon receipt of an approved copy of this change order:
The Contract documents are modified as follows:
Bid Item No. 3 -- Plain St. Culy. Pipe 0.064 In. Th.
The plans and specifications are revised with the following:
The plan quantity for Plain St. Culy. Pipe is revised to 160 L.F.
The corrugated metal pipe shall be 12 gage, 33 -inch diameter, and shall be galvanized in accordance with
AASHTO M 218 (ASTM A 929).
The requirement for an epoxy polyamide coating is deleted.
The requirement for internal bands and gaskets with grout injection ports is deleted.
Grout shall be a "Low density flow -able fill" type mixture with the following mix design:
575 lbs. Portland Cement Type 1 600 lbs. water
500 lbs. Fly ash 4% to 5% air entrainment
1,900 lbs. fine sand
Grout will be visually accepted by the Engineer.
The revised unit price for Bid Item No. 3 shall be $188.00 per lineal ft..
The net change in price for Bid Item No. 3 is ($188.00/LF)'(160 LF) - ($150.00/LF)'(146 LF) = $8,180.00
Bid Item No. 4 -- Temporary Stream Diversion
Section 8 -28 Temporary Stream Diversion is deleted and replaced with the attached Section 8 -28.
The revised lump sum price for Bid Item No. 4 shall be $48,000.00.
The net change in price for Bid Item No. 4 is $48,000.00 - $30,000.00 = $18,000.00
Bid Item No. 5 -- Steel Casing Pipe
The plans and specifications are revised with the following:
The plan quantity for steel casing pipe is revised to 160 L.F. If the final quantity is less than 160 LF, the
Contractor shall be entitled to an equitable adjustment to the price per lineal ft., in accordance with Section 1-
04.6 of the Standard Specifications.
The steel casing shall have a minimum outside diameter of 42 inches, and shall have a minimum wall thickness
of 0.75 inch.
The horizontal and vertical alignment data shown in the plans for the alignment of the steel casing is deleted and
replaced with the following: The Contractor shall determine the horizontal and vertical alignment of the steel
casing such that the casing engulfs the existing culvert.
The net change in price for Bid Item No. 5 is ($1,900.00/LF)'(160 LF - 146 LF) = $26,600.00
Bid Item No. 6 -- Casing Obstruction Removal
In Addendum No. 1, on page 3 of 10, the Definition of Obstruction is supplemented with the following:
The existing 30" diameter CMP culvert will not be considered an obstruction.
In Addendum No. 1, on page 9 of 10, Measurement is supplemented with the following:
The existing 30" diameter CMP culvert will not be considered an obstruction.
Bid Item No. 17 -- Commercial Concrete
The bid item Commercial Concrete is deleted in the amount of $10,150.00.
Bid Item No. 21 -- Pump Watch Person (new bid item per Change Order No. 1)
Pump Watch Person is described under the attached Section 8 -29. The estimated amount for Pump Watch Person is
$16,000.
Bid Item No. 22 -- 36 Inch Diameter Steel Casing Pipe and Collet (new bid item, per Change Order No. 1)
36 Inch Diameter Steel Casing Pipe and Collet is described under the attached Section 8 -30. The estimated amount for
36 Inch Diameter Steel Casing Pipe and Collet is $20,408.64.
The estimated total change in the contract amount for this change order is as follows:
$8,180.00 + $18,000 + $26,600 - $10,150 + $16,000 + 20,408.64 = $79,038.64
All work materials and measurement to be in accordance with the provisions of the standard specifications and
special provisions for the type of construction involved.
ORIGINAL
CURRENT
ESTIMATED
ESTIMATED
CONTRACT
CONTRACT
NET CHANGE
CONTRACT TOTAL
AMOUNT
AMOUNT
THIS ORDER
AFTER CHANGE
1
$515,000.00
$515,000.00
$79,038.64
$594,038.64
ORIGINAL CONTRACT
CURRENT CONTRACT
CONTRACT TIME
NEW CONTRACT
TIME (days)
TIME (days)
CHANGE (Add /Del)
TIME (days)
45
45
1
46
AP'R O AL ECO MENDED A�VAL RE MENDED
La � T • a ' � ) ' � ,s C`' � llr
Project Manager Date County Engin Date
APPRO AL COMMENDED APPROVED
'Z•? .!,5—
Engineering Services Manager Date Chair, Jefferson County Commissioners Date
8
8 -28 TEMPORARY STREAM DIVERSIONS — REVISED PER CHANGE ORDER #1
(July 16, 2015 JC GSP)
8 -28.1 Description
The Work consists of designing, furnishing, constructing, installing, operating, maintaining, removing,
and disposing of a temporary stream diversion system as called for on the plans.
8 -28.2 Materials
Materials used for the item "Temporary Stream Diversion ", will be accepted by visual inspection by the
Engineer.
8 -28.3 Construction Requirements
For construction of all temporary stream diversion systems, the Contractor shall submit a temporary
stream diversion system plan to the Engineer at least 30 calendar days in advance of the Work, including
but not limited to the following information:
1. Equipment and material to be utilized.
2. Installation methods and sequence.
3. Coordination of the installation, operation, and removal of the system with other construction
operations.
4. Removal methods and sequence.
The temporary stream diversion system shall not be installed until the plan has been accepted by the
Engineer. Plan acceptance is contingent upon compliance with these specifications and permit
requirements.
Stream flows shall be diverted around the work area by pumping water up and across the road through
a system of pipes and /or hoses. A sandbag revetment or similar device shall be installed at the head of
the bypass pipe to divert all stream flows to the stream bypass diversion system. The bypass piping shall
extend to the stream channel beyond the work area at the outlet of the new culvert. The discharge shall
not increase the stream turbidity.
The 6 -month storm event at this site is estimated to produce stream flows on the order of 5 cfs to 8 cfs.
The stream bypass system shall be sized to accommodate a minimum flow of 5 cfs. In the event that the
stream flow exceeds the capacity of the stream bypass system and prevents the work from progressing,
the Contractor shall redirect the stream flow through the existing culvert, and the Agency will suspend
work until the flow subsides to the stream bypass design flow. The Agency shall not be responsible for
any damage to the Contractor's equipment that occurs as a result of stream flows that exceed the
capacity of the stream bypass system.
Stream bypass piping shall be conveyed across Upper Hoh Road by installing the pipe in a temporary
trench. The trench shall be temporarily backfilled with suitable road surfacing material to be visually
approved and accepted by the Engineer. Upon removal of the stream bypass piping, the trench shall be
backfilled with Crushed Surfacing Base Course in accordance with Section 9- 03.9(3) and 4 inches
minimum compacted depth of Commercial HMA.
8 -28.4 Measurement
There will be no separate measurement for the temporary stream diversion.
8 -28.5 Payment
Payment will be made in accordance with Section 1 -04.4, for each of the following bid items that are
included in the proposal:
"Temporary Stream Diversion ", per lump sum.
The lump sum contract price for temporary stream diversion shall be full pay for designing, furnishing all
labor, tools, equipment, and materials required to construct, maintain, and remove the temporary
stream diversion.
8 -29 PUMP WATCH PERSON —ADDED PER CHANGE ORDER #1
(July 30, 2015 JC GSP)
8 -29.1 Description
This work consists of monitoring the stream diversion system during non - working hours and providing
any necessary maintenance to insure that the system continues to function properly.
8 -29.3 Construction Requirements
At the end of each working day, the Engineer will determine whether or not a pump watch person is
needed for the subsequent pump watch time period. The pump watch time period is defined as the
time period beginning with the end of work on a given day, and ending with the beginning of work on
the next working day. The need for a pump watch person will be based on the flow level in the stream,
the weather forecast for measurable precipitation, and whether or not the existing culvert and casing
can function as an overflow pipe.
When the Engineer has determined that a pump watch person is needed, a pump watch person shall be
on -site for the full duration of the pump watch time period, as described above, for the purpose of
monitoring the stream diversion system, and performing any maintenance necessary to insure that the
system continues to function properly throughout the pump watch time period.
8 -29.4 Measurement
Measurement will be made for "Pump Watch Person" on a force account basis using the pump watch
time period described above.
8 -29.5 Payment
Payment for "Pump Watch Person" labor shall be by force account under the provisions of Section 1-
09.6 of the Standard Specifications, and per the "Project Labor List" to be prepared and submitted by
the Contractor before the work commences. No payment for materials or equipment will be made
under this item. Payment for materials and equipment used in the operation and maintenance of the
stream diversion system shall be paid for under the bid item "Temporary Stream Diversion ".
8 -30 36 INCH DIAMETER STEEL CASING PIPE AND COLLET —ADDED PER CHANGE ORDER #1
(August 17, 2015 JC GSP)
8 -30.1 Description
The Work consists of reserving 160 lineal feet of 36 -inch diameter, domestic steel casing pipe with
0.625 -inch wall thickness, at Longview, Washington. Steel Casing Pipe 36 -inch diameter shall only be
shipped to Upper Hoh Road MP 3.338 as directed by the Agency in the event that the planned 42 -inch
diameter steel casing becomes obstructed and cannot be advanced. Purchase, shipping and installation
of the Steel Casing Pipe 36 -inch diameter will be negotiated at that time.
The work also consists of 1 month rental of a 36 -inch collet, and shipment of the collet to Upper Hoh
Road MP 3.338.
8 -30.2 Materials
Steel casing shall be new, smooth wall carbon steel pipe which conforms to ASTM Specification A139,
Grade B.
Steel casing pipe will be accepted by the Engineer based on the Manufacturer's Certification of
Compliance in accordance with Section 1 -06.3
Steel casing shall have the capacity to withstand the maximum axial force anticipated with a safety
factor of 2.0. The casing shall also be designed to withstand anticipated long -term soil and groundwater
loads.
Steel casing shall have a specified minimum yield strength of 50,000 psi.
The casing diameter shall be 36 inch. The casing wall thickness shall be determined by the Contractor
but shall not be less than 0.625 inch. Casing lengths shall be determined by the Contractor.
Steel casing shall have a difference in roundness between the major and the minor outside diameters
not exceeding 1% of the specified nominal outside diameter, or % inch, whichever is less.
Steel casing shall have an outside circumference which is within 1% of the nominal circumference, or %:
inch, whichever is less.
Steel casing shall have a minimum allowable straightness deviation in any 10 -foot length of 1/8 inch.
Steel casing joints shall be welded. Steel casing for welding shall be square cut with beveled ends, using
a full - penetration butt weld. Welding procedures shall be consistent with provisions of AWS D1.1 and
AWWA C206.
8 -30.4 Measurement
There will be no separate measurement for the bid item "36 -inch Diameter Steel Casing Pipe and
Collet ".
8 -30.5 Payment
Payment will be made in accordance with Section 1 -04.4, for each of the following bid items that are
included in the proposal:
"36 -inch Diameter Steel Casing Pipe and Collet ", per lump sum.
The lump sum contract price for "36 -inch Diameter Steel Casing Pipe and Collet" shall be full pay for
reserving the 36 -inch diameter steel casing, at Longview, Washington, and 1 month rental and shipment
to Upper Hoh Road MP 3.338 of the 36 -inch diameter collet.
In the event that the Agency directs the Contractor to install the 36 -inch diameter steel casing, the cost
for purchase, shipping and installation will be negotiated at that time. A portion of the restocking fee
(up to 100 %) paid by the Agency will be subtracted from the purchase price of the 36 -inch diameter
steel casing, to be pro -rated based on the lineal feet of 36 -inch diameter steel casing used by the
Agency.