HomeMy WebLinkAbout051319_ca09Department 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: May13, 2019
Subject: Contract Change Order No.3 re: Allen Shearer Trucking & Landscape Supply, Inc. for
Supply of Aggregate for 2018-19 Road Bituminous Surface Treatment Programs
Statement of Issue:
Authorization for Change Order No. 3, which will affect three (3) contract bid items.
Analysis/Strategic Goals/Pro's & Con's:
Public Works (PW) has determined that the 3/8" product in Bid Item #3 does not consistently meet the
product specification, therefore PW proposes to discontinue purchasing that product and resume
purchasing the originally specified 1/2" product in Bid Item #1. Further, PW requires more aggregate to
be stored at the Quilcene Pit than initially planned. This Change Order will allow 23 more direct -deliveries
to the Quilcene site (Bid Item #4).
Fiscal Impact/Cost Benefit Analysis:
This Change Order will decrease the chip rock unit price by $3.00/ton and produce a cost savings of
$10,534.35, but additional haul -trips to Quilcene will increase delivery costs by $690.00. The final
contract amount will decrease from an estimated $355,547.21 plus WSST, to an estimated $345,702.86
plus WSST. Funding for this project has been accounted for in the 2018 and 2019 Roads Maintenance
Budgets.
Recommendation:
The Department of Public Works recommends the Board to approve this Change Order and execute all
three (3) originals and return two (2) signed originals to Public Works for further processing.
Department Contact: Dale Seward, Eng -1, 360-385-9353
Reviewed By:
L
t
JIP
Morey, unty Admi strator Date
JEFFERSON COUNTY
Sheet 1 of 2
DEPARTMENT OF PUBLIC WORKS
Date: 4/17/2019
CHANGE ORDER
Change Order No.: 3
Ordered by County Engineer under terms of
QSection 1 - 04. 4 of the Standard Specifications
Contract Number:
180-20390
Change proposed by Contractor
To:
Allen Shearer Trucking, Inc.
Endorsed by: Allen Shearer Trucking & Landscape Supply, Inc.
P.O. BOX 789
Contractor Firm Name
Belfair, WA 98528
Signature Date
Z'c
Project Title:
Title
Supply of Aggregate Products for
BST Programs; 2018-2019
Consent given by Surety: (when required)
By:
Attorney-in-fact Date
This contract is revised as follows:
This change order increases the quantity of product in Pay Item #1, 1/2-U. S. #4 Crushed Aggregate, from 0.0-tons to
3,511.45-tons. The unit cost of the item is unchanged at $41.00 per ton.
This change order also increases the number of haul trips directly to the Public Works Quilcene Pit (Pay Item #4) by 23,
from 27 to 50 trips. The unit cost of the item is unchanged at $30.00 per haul-trip.
This change order decreases the quantity of product in Pay Item #3, 3/8" Clean VSI-Crushed Aggregate, by 3,511.45-tons,
from 4,000-tons to 488.55-tons. The unit cost of the item is unchanged at $44.00 per ton.
The above prices do not include Washington State Sales Tax.
No additional contract time is granted with 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.
ORIGINAL
CURRENT
ESTIMATED
ESTIMATED
CONTRACT
CONTRACT
NET CHANGE
CONTRACT TOTAL
AMOUNT
AMOUNT
THIS ORDER
AFTER CHANGE
$266,500.00
$355,547.21
($9,844.35)
$345,702.86
ORIGINAL
CURRENT
CONTRACT TIME
NEW CONTRACT
CONTRACT TIME
CONTRACT TIME
CHANGE (Add/Del)
TIME
N/A
N/A
N/A
N/A
APPROVAL RECOMMENDED APP MMENDED
❑X
Project M na 7er Date County E Date
A PRO AL RECOMMENDED APPROVED
Engineer g Services Mngr. Date Chair, Jefferson County Commissioners Date
w
w
U
o
CO
Lr)
"T
O
MH
_
Q Q
Q
W
U)O
U>)
O
(n
O
�If
U
>
U
�
�`�
O
(Op
G>
j
0)
_NC
CD
(AU
W
t
(a
O
N
w Z''
N
Oo O
o a a
0o
N
cu
w
Q
LO
LO
LO
v
C=)
Q
H
z
aP E
w
z
z
a°°o
o
�'
O
�-
C.)
rn rn
Q o
F-
cn
O
v
C
c�
w
O
o
w
z
ww }
W
U)
U -a U)
_
V
CL co
F- ~
Qz
U)
w
Q
w
d
o
w
U)
j
o
V
N
Z
w
C?
M
W
Z
'
Q H
C)O
_Z
Z
O
O
O
_U
Q
C)
Ct
6
r-
N
O'
a
>
~
U
O
O
O
c
W
z
z
a
'V
�
�',
�
O
w
z
z
U
C)
C)
00 ,
�' z
U
z
a
0
U
_
Q
Z
H'
V
p'
p
p
0
C)
6%6%
6%
O
W
H
Z)
Z
Z'
0
O
0
N
W
J
a
O
w'
I-
n
V
z
J
N
(D
a)
O m
v�'
w
rn
m
rn
m
IL
z'w
o
w
z
0
a
c
rni
Q
CF)!
Q
O
wz
LL w
w
IL
(1)
n'
ami'
n
S
o
LL: 2 ,
C7
z
U
U)
U
U
o
�
2
p
a
>
(D
Dcoo
Z
N '
oU)QO
�
u
W
c)
a
w
N
04o
0
0
Q
O
r
(�
(�
Z
0
N
�
Z
W
0
Z
N0
t m
fA
W
Q