Loading...
HomeMy WebLinkAbout071717_ca04Department 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 Engineer Agenda Date: July 17, 2017 Subject: Change Order No. 1 with Lakeside Industries, Inc. for Teal Lake Road Overlay MP 0.01 to MP 0.54, Project No. 18020270, County Road No. 505309 Statement of Issue: Change Order No. 1 with Lakeside Industries, Inc. for Teal Lake Road Overlay MP 0.01 to MP 0.54, Project No. 18020270, County Road No. 505309. Analysis/Strategic Goals/Pro's Et Con's: The primary impetus for this project is to correct a chip seal surface which showed extensive ravelling during the winter of 2016/17. The overlay will correct ride quality defects, add structure, and extend the life of the road for another 20 years. The project includes Hot Mix Asphalt overlay of Teat Lake Road between mile post 0.01 and 0.54. It also includes planing bituminous pavement, raising catch basin and utility covers, paving road approaches, and installing an asphalt wedge curb and traffic lane markings. The work has been completed and Change Order No. 1 is necessary in order to increase the total contract amount to reflect actual final bid item quantities used on the project. Fiscal Impact/Cost Benefit Analysis: This change order will increase the original contract amount by $6,479.21, from $163,321.62 to $169,800.83. Construction will be funded at 100% by the County Road Fund. Recommendation: Public Works recommends that the Board execute all three (3) originals of Change Order No. 1 with Lakeside Industries, Inc. and return two (2) originals to Public Works for further processing. Department Contact: Mark Thurston, P.E., Project Manager, 385-9160. Revi�we-d By: i % Philip Morley, County Administrator Date JEFFERSON COUNTY Sheet 1 of 1 DEPARTMENT OF PUBLIC WORKS Change 1 Date: 6/22/2017 CHANGE ORDER Order No. Ordered by County Engineer under terms of ❑X Section 1 - 04. 4 of the Standard Specifications 18020270 Contract No. Change proposed by Contractor To: Lakeside Industries, Inc. P.O. Box 728 Endorsed by: Lakeside Industries, Inc. Port Angeles, WA 98362 Contractor Firm Name SignatLho 11J Date pnn:� A c -k Project Title Teal Lake Road Title Consent given by Surety. (when required) Overlay By: Attorney-in-fact Date You are ordered to perform the following described work upon receipt of an approved copy of this change order: This change order will make the following changes to the contract: Increase the total contract amount by $6,479.21 to a final amount of $169,800.83 to reflect actual final bid item quantities used on the project as shown on the attached Final Pay Estimate. The total increase in the contract amount for this change order is $6,479.21. 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 $163,321.62 $163,321.62 $5.479.21 $169,800.83 ORIGINAL CONTRACT CURRENT CONTRACT COPD 'RACT TIME NEW CONTRACT TIME (days) TIME (days) CHANGE (Add/Del) TIME (days) 15 15 0 15 APPROVAL RECOMMENDED APP VALR END D © -22-/7 yj7 z Project Ma ager Date County Engi Da e AP PR V LREC MMENDED APPROVED F7 011 �1 d 1 Engineering ServicA Manager Date Chair, Jefferson County Commissioners Date JEFFERSON COUNTY PUBLIC WORKS PAY ESTIMATE WORKSHEET PROJECT: Teal Lake Road Overlay MP 0.01 to 0.54 PROJECT NO.: 18020270 CONTRACTOR: Lakeside Industries, Inc. ADDRESS: DHr1NF ESTIMATE NUMBER: WORK COMPLETED THRU: PREPARATION DATE: PREPARED BY: ITEM NO. `TOTAL QUANTITY UNIT ITEM UNIT BID PRICE QUANTITY PREVIOUS WARRANTS QUANTITY THIS WARRANT QUANTITY TO DATE AMOUNT PREVIOUS WARRANTS AMOUNT THIS WARRANT PROJECT AMOUNT TO DATE $0.00 PREPARATION $18,333.00 $18,333.00 1 1 L.S. MOBILIZATION $1,389.70 0.00 1.00 1.00 $0.00 $1,389.70 $1,389.70 52,646.42 161.90% $1,638.26 $3,519.18 $3,519.18 102.35% HOT MIX ASPHALT $904.50 $904.50 81.00% ($171.86) $840.00 $840.00 103.57% 2 7275 SY PLANING BITUMINOUS PAVEMENT $2.52 0.00 7,275.00 7,275.00 $0.00 $18,333.00 $18,333.00 3 1037 TON HMA CL. 1/2 IN. PG 64-22 $87.50 0.00 1,108.51 1,108.51 $0.00 $96,994.63 $96,994.63 4 105 TON HMA CL. 1/2 IN. PG 64-22 FOR APPROACH $131.34 0.00 105.00 105.00 $0.00 $13,790.70 $13,790.70 5 21 TON ASPHALT WEDGE CURB $126.02 0.00 34.00 34.00 $0.00 $4,284.68 $4,284.68 56,479.21 TRAFFIC 6 8379 L.F. PAINT LINE $0.42 0.00 8,576.00 8,576.00 $0.00 $3,601.92 $3,601.92 7 SO L. F. PLASTIC STOP LINE $18.09 0.00 40.50 40.50 $0.00 $732.65 $732.65 8 2800 L, F. TEMPORARY PAVEMENT MARKING $0.30 0.00 2,900.00 2,900.00 1 $0.00 $870.00 $870.00 9 1 L.S. OTHER TEMPORARY TRAFFIC CONTROL $1,041.80 0.00 1.00 1.00 $0.00 $1,041.80 $1,041.80 10 1 L.S. TRAFFIC CONTROL SUPERVISOR $5,209.00 0.00 1.00 1.00 $0.00 $5,209.00 $5,209.00 11 200 HOUR FLAGGERS $78.13 0.00 178.00 178.00 $0.00 $13,907.14 $13,907.14 OTHER 12 10 EACH ADJUST MONUMENT CASE AND COVER $361.80 0.00 11.00 11.00 $0.00 $3,979.80 $3,979.80 13 12 EACH ADJUST CATCH BASIN $323.61 0.00 12.00 12.00 $0.00 $3,883.32 $3,883.32 14 5 EACH ADJUST VALVE BOX $356.50 0.00 5.00 5.00 $0.00 $1,782.50 $1,782.50 SUBTOTAL $0.00 $169,800.83 $169,800.83 RETAINAGE (5%) TOTAL $0.00 1 $0.00 $8,490.04 L$161,310.79 $8,490.04 $161,310.79 I hereby certify on honor that this estimate is based upon actual measurements and the same g true an �j� to /� ct Project Manager `1 - 1% I, the undersigned, having first been duly sworn, do hereby depose and say that no laborer, workman, or mechanic so employed in connection with performance of this work has been paid less than the prevailing rate of wage as specified in the principal contract, and that the above bill is true and correct; and that there is due me this date, according to contract, the sum of and that the same or any part thereof has not been paid. Warrant No.: 1 1 Amount Due: $161,310.79 Contractor Manager Review 1 (Final) 5131/2017 Mark Thurston ORIGINAL TOTAL BID ORIGINAL TOTAL BID w/CHANGE ORDERS % COMPLETED (UNDERRUN) OVERRUN 51,389.70 $1,389.70 100.00% $0.00 $18,333.00 $18,333.00 100.00% $0.00 $90,737.SO $90,737.50 106.90% $6,257.13 $13,790.70 $13,790.70 100.00% $0.00 $2,646.42 52,646.42 161.90% $1,638.26 $3,519.18 $3,519.18 102.35% $82.74 $904.50 $904.50 81.00% ($171.86) $840.00 $840.00 103.57% $30.00 $1,041.80 $1,041.80 100.00% $0.00 $5,209.00 $5,209.00 100.00% $0.00 $15,626.00 $15,626.00 89.00% ($1,718.86) $3,618.00 $3,618.00 110.00% $361.80 $3,883.32 $3,883.32 100.00% $0.00 $1,782.50 $1,782.50 100.00% $0.00 $163,321.62 $163,321.62 103.97% 56,479.21