Loading...
HomeMy WebLinkAbout080717_ca09Department of Public Works Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Monte Reinders, Public Works Director/County Engineer Agenda Date: August 7, 2017 Subject: Authorization of Change Order #1 and #2 with Shold Excavating, Inc. Rick Tollefson Memorial Trail, Phase I Project, Co. Rd. No. 850100, CR1815 Statement of Issue: Authorization of Change Order #1 and #2 for the Rick Tollefson Memorial Trail, Phase I Project, CR1815 with Shold Excavating, Inc. in the amount of $26,450.80. Analysis/Strategic Goals/Pros £t Cons: These two change orders are necessary to pay for required changes for the farm road relocation on the Bellow property, private utilities relocation on the Anderson property, a pedestrian bridge deck construction method change, and increased landscaping quantities. Fiscal Impact/Cost Benefit Analysis: The cost of this change order is $26,450.80 and 7 working days. Recommendation: Public Works recommends that the Board authorize Change Order No. 1 and No. 2 and return two signed originals of each to Public Works for further processing. Department Contact: John Wayand, Project Manager, 385-9377 Y*'--< �>/,�7 p Morle unty Adminis ator JEFFERSON COUNTY Sheet 1 of 2 DEPARTMENT OF PUBLIC WORKS Date: 7/20/2017 CHANGE ORDER NO. 1: PARTS 1,2, AND 3 Ordered by County Engineer under terms of Section I - 04. 4 of the Standard Specifications Changc proposed by Contractor To: Shold Excavating, Inc. P.O. Box 179 Endorsed by: Shold Excavating, Inc. 121 Pomwell Road �,Fa/Am Port Hadlock, WA. 98339 Signature - /,cQ r� Project Title: title Consent given by Surety: (when required) Contract No. CR1815 By: Rick Tollefson Memorial Trail, Phase I Attorney-in-fact You are ordered to perform the following described work upon receipt of an approved copy of this change order: 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. This contract is revised as follows: X Section l - 04. 4 of the Standard Specifications PART 1 - • Raise the Relocated Farm Road profile elevation by constructing additional quantities of the existing bid items at unit bid prices as follows: Item 5 Roadway Excavation incl. Haul, $6.00 CY Item 8 CL IV Rein£ Conc. Cult'. Pipe 12 In. Diam., $44.00 LF Item 13 Gravel Borrow incl. Haul, $15.00 TON Item 15 Crushed Surfacing Base Course, $23.00 TON - Item 32 Construction Geotextile for Underground Drainage, $1.40 SY • Estimated cost increase is $8,411.80. • Change in Contract Time: 2 additional Working Days X Section l - 04. 4 of the Standard Specifications PART 2 • Relocate private waterline and septic drain line per the following new contract items as follows: Item 48 Private Waterline Relocation, $2,500.00 L.S. - Item 49 Private Septic Drain Line Relocation, $600.00 L.S. - • Estimated cost increase is $3,100.00 • Change in Contract Time: 2 additional Working Days X Change proposed by Contractor PART 3 • Item 12 Prefabricated Pedestrian Bridge, 1 EA. The construction method for the concrete decking for the Prefabricated Pedestrian Bridge is changed from precast concrete deck to cast-in-place concrete deck. The contract Special Provisions are changed as follows: Special Provision 6-03.3 Construction Requirements Prefabricated Pedestrian Bridge Replace the first sentence with thefollowing: The Contractor shall design, furnish, and erect, a fully engineered steel prefabricated pedestrian bridge with cast-in-place concrete decking, including precast concrete abutments, subgrade preparation below the abutments and substructure, in in accordance with this Special Provision and the details shown in the Plans. Geometric and Design Requirements Replace the first two sentences of item 3. with the following sentences: 3. The bridge shall be furnished with stay-in-place galvanized steel floor beams suitable for placement of cast-in-place concrete decking. The floor beams shall be designed to carry the dead load of the cast-in-place concrete decking, plus a construction load of 20 PSF uniform load or a 150 pound concentrated load on a F-0" wide section of deck. Replace the first two sentences of item 7. with the following sentences: 7. Cast-in-place concrete deck design and construction shall be performed by the bridge manufacturer and shall meet the requirements for Class 4000 concrete as defined in Standard Specification 6-02. The cast-in-place concrete deck shall have a non-slip surface finish. Submittals Replace the last sentence under the Fabrication Submittals with the following sentence: The prefabricated pedestrian bridge and precast concrete abutments will be inspected by the WSDOT State Materials Laboratory, Fabrication Inspection Department. Special Provision 6-03.5 Payment: Replace the lasst paragraph with the following paragraph: The unit contract price for "Prefabricated Pedestrian Bridge" shall include all associated costs for designing, manufacturing, transportation and delivery, and installing the bridge, including but not limited to the prefabricated bridge, cast-in-place concrete deck, precast concrete abutments, sand drainage blanket, labor, equipment, and traffic control. Plans: All references to "precast deck" are changed to "cast-in-place deck". • Estimated cost decrease is $2,500.00 • Original Unit Contract Price $115,800.00, New Unit Contract Price $113,300.00 • Change in Contract Time: 0 additional Working Days Proj. Manager ORIGINAL CURRENT X Approval required CONTRACT CONTRACT ESTIMATED NET ESTIMATED CONTRACT AMOUNT AMOUNT CHANGE THIS ORDER TOTAL AFTER CHANGE X County Engineer $557,319.00 $557,319.00 $9,011.80 $566,330.80 Approval Required ORIGINAL CURRENT Change in contract time New Contract time CONTRACT TIME CONTRACT TIME this Change Order (Working days) (Working Days) (Working Days) (Working Days) 67 days 67 days 4 days 71 days APPROVAL RECOMMENDED tAP Projec Mana r Date County ngineer ate :4'APPF OVAL, ECOMMENDED t APPROVED Engine 'ng ices Manager Date Chair, Jefferson County Commissioners Date 0 JEFFERSON COUNTY Sheet 1 of 2 DEPARTMENT OF PUBLIC WORKS Date: 7/20/2017 CHANGE ORDER NO.2 Ordered by County Engineer under terms of X Section I - 04. 4 of the Standard Specifications Change proposed by Contractor To: Shold Excavatine. Inc. P.O. Box 179 Endorsed by: Shold Excavating, Inc. 121 Pomwell Road Cont actor arm Port Hadlock, WA. 98339 Signature P7 / f L 7f Project Title: Title Consent given by Surety: (when required) Contract No. CR1815 By: Rick Tollefson Memorial Trail, Phase I Attorney-in-fact Endorsed by: Yamamoto Landscaping, Inc.. - Subcontractor Firm Name Signature P 112 Title You are ordered to perform the following described work upon receipt of an approved copy of this change order: 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. This contract is revised as follows: • Increase the proposal quantities of two existing contract items as follows: Item 23 PSIPE Evergreen Tree, from 10 EA. to 26 EA., $150.00 EA. Item 24 PSIPE Plug Plant, from 379 EA. to 2050EA., $9.00 EA. Estimated cost increase is $17.439.00 • Change in Contract Time: 3 additional Working Days Prod. Manager ORIGINAL URRENT X Approval required CONTRACT CONTRACT ESTIMATED NET ESTIMATED CONTRACT AMOUNT AMOUNT CHANGE THIS ORDER TOTAL AFTER CHANGE X County Engineer $557,319.00 $566,330.80 $17,439.00 $583,769.80 Approval Required ORIGINAL CURRENT Change in contract time New Contract time CONTRACT TIME CONTRACT TIME this Change Order (Working days) (Working Days) (Working Days) (Working Days) 67 days 71 days 3 day 74 days APPROVAL RECOMMENDED ' 7--) APPROVED — Project A fanqger Date County Engineer Date �AP:A ECOMMENDED APPROVED Engineer ices Manager Date 1 Chair, Jefferson County Commissioners Date