Loading...
HomeMy WebLinkAbout021119_ca03 Department 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: February 11, 2019 Subject: Change Order No. 2, Salmon Creek Bridge - West Uncas Road, Project No. 18019341, County Road No. 500209, RCO Project No. 15-1192 Statement of Issue: Change Order No. 2 with Nordland Construction NW of Nordland, Washington. Analysis/Strategic Goals/Pro's Et Con's: This is the final change order for the project and includes the deletion of two non-flared guardrail terminals (Bid Item No. 32) and substitution with two buried guardrail terminals, an equitable adjustment for Bid Item No. 16 (Furnish 18" Dia. Cast-in-Place Concrete Pile), and addition of the bid item Bridge Heating System. This change order also includes a final reconciliation of the contract amount to reflect actual bid item quantities used on the project. The reconciliation includes credit for the two non-flared guardrail terminals, and deletion of Bid Item No. 34, Paint Line, as well as an adjustment for underruns and overruns on other bid item quantities. Fiscal Impact/Cost Benefit Analysis: The amount for Change Order No. 2 is $14,209.33. The contract amount will increase from $965,960.00 to $980,169.33. The project is funded at 87% by the Washington Recreation and Conservation Office (RCO), with the remaining 13% funded by a National Fish Passage Program grant and the County Road fund. f n d. Recommendation: Public Works recommends that the Board authorize Change Order No. 2 with Nordland Construction NW, and return two originals to Public Works for further processing. Department Contact: Mark Thurston, P.E., Project Manager, 385-9160. Revue-d Arf? 7i? .7[fp Morley, ou y Admims rator Date JEFFERSON COUNTY Sheet 1 of 1 DEPARTMENT OF PUBLIC WORKS Change 2 Date: 1/31/2019 CHANGE ORDER Order No. Ordered by County Engineer under terms of EX Section 1 -04. 4 of the Standard Specifications 18019341 Contract No. Change proposed by Contractor To: Nordland Construction NW Endorsed by: Ab(Am d 0-ersiuch'efn- 123 Ponderosa Place 4/1L............4. Contractor Firm Name Nordland, WA 98358 /1JGlJi. G Sig ture ,^// Date 1Y--�U'/17 7 itle Co sent given by Surety: (when required) Project Title Salmon Creek Bridge, West Uncas Road 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: 1) Delete the Beam Guardrail Type 31 Non-Flared Terminal (Bid Item No. 32) at the northwest corner of the bridge and replace with a Beam Guardrail Buried Terminal Type 2. Also, delete the Beam Guardrail Type 31 Non-Flared Terminal (Bid Item No. 32) at the northeast corner of the bridge and replace with a Beam Guardrail Buried Terminal Type 2. Beam Guardrail Buried Terminal Type 2 is paid for by the lineal foot. The lineal foot price is $189.60, and the quantity is 100 lineal feet for a total of$18,960.00. There will be a credit on the original cost of$4,000.00 per each Beam Guardrail Type 31 Non-Flared Terminal deleted, totalling $8,000.00, which is accounted for under item 4 below. 2) For Bid Item No. 16, Furnish 18" Dia. Cast-in-Place Concrete Pile, there will be an equitable adjustment due to decreased quantity. In order to meet the in-water work window for Salmon Creek, it was necessary for the contractor to furnish the plan quantity of 361 lineal feet of piling concurrent with the test pile, thereby eliminating the ability to determine the amount of piling to order based on information gleaned from the test pile. As a result of harder-than-anticipated subsurface conditions, a total of 262.84 lineal feet of piling were installed, leaving the contractor with 98.16 feet of leftover piling, in short lengths with limited salvage value. The equitable adjustment covers the unused material costs, and labor and equipment costs for handling the unused material. The total increase in the contract amount for this equitable adjustment is $9,169.70, Lump Sum. 3)Add the Bid Item "Bridge Heating System", Lump Sum. At Jefferson County's request, and due to cold ambient air conditions, the contractor erected and maintained a system to heat the bridge deck prior to paving. The Lump Sum amount for this bid item is$3,027.99. 4)Adjust the contract amount to reflect actual bid item quantities used on the project, as shown on the attached Final Pay Estimate. The total adjustment amount is a deduction of$16,948.36. This amount includes deletion of Bid Item No. 34, Paint Line, and deletion of two Beam Guardrail Non-Flared Terminals, as well as underruns and overruns on other bid item quantities. The total increase in the contract amount for this change order is$18,960.00 +$9,169.70 +$3,027.99 - $16,948.36 = $14,209.33 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 $942,367.00 $965,960.00 $14,209.33 $980,169.33 ORIGINAL CONTRACT CURRENT CONTRACT CONTRACT TIME NEW CONTRACT TIME(days) TIME(days) CHANGE(Add/Del) TIME(days) 120 120 0 120 APPROVAL RECOMMENDED APP OVAL RECOMMENDED _ i7/_�a_l__ /-3,—/9 \ „ - -—/—P? Project Manager Date County Engineer Date APPROVA - COMMEND D APPROVED 0 /' / ,, / D Engineer Manager Da e 1 Chair, Jefferson County Commissioners Date