HomeMy WebLinkAboutLakeside Industries Center Road 2R Overlay Change Order No. 1 - 061724 JEFFERSON COUNTY
Sheet I of 5 DEPARTMENT OF PUBLIC WORKS Change
Order No. 1
Datc: 6/3/2024 CHANGE ORDER 1(PARTS 1,2, 3,4)
Ordered by County Engineer under terms of
nSection 1-04 4 of the Standard Specifications
Contract No.
Change proposed by Contractor To:
Lakeside Industries,Inc.
Endorsed by: Lakeside Industries,Inc. P.O.Box 728.
Contractor Firm Name Port Angeles,WA.98362
�r lit"
6/ 10/
Signature Date
y
Title
Consent given by Surety:(when required) Project Title
Center Road 2R Overlay
By Project No. 1802096
Attorney-in-fact Date
You are ordered to perform the following described work upon receipt of an approved copy of this change order:
PART 1:CHANGE OF PLANING AND PAVING WIDTH
This change is being made to completely remove the existing chip seal surface from the roadway.
Existing Item 10 Planing Bituminous Pavement,SY
This change order provides for additional quantities of Planing Bituminous Pavement for an increase in total planing
width from 24'wide to 25'wide,from sta.543+60 to sta.668+00. This change requires an additional 1,293.33 SY of
planing.
Estimated cost is:$2,728.93
Change in Contract Time:0 additional Working Days
Existing Item 12 HMA CL.112 In.PG 58H-22,TON
This change order provides for additional quantities of HMA Cl. 1/2 In. PG 58H-22(Hot Mix Asphalt)for an increase in
total width from 24'wide to 25'wide,from sta.543+60 to sta. 658+00 south-bound lane and from sta. 543+60 to
657+50 north-bound lane. This change requires an additional 173.34 TONS of HMA.
Estimated cost is:$16,467.30
Change in Contract Time:0 additional Working Days
Existing item 21 Project Temporary Traffic Control.LS
This change order provides for additional Project Temporary Traffic Control to accomplish the increase in total width
from 24'wide to 25'wide,from sta.543+60 to sta.658+00 south-bound lane and from sta.543+60 to 657+50 north-
bound lane. This change requires an additional$2,696.00 for traffic control.
Estimated cost is:$2,696.00
Change in Contract Time:0 additional Working Days
Change Order 1,Part 1 Summary:
Estimated Cost:
$2,728.93 Planing Bituminous Pavement
$16,467.30 HMA CL. 1/2 In.PG 58H-22
$2,696,00 Project Temporary Traffic Control
$21,892.23 Total Estimated Net Cost Change
Estimated Contract Time:
0 Working Days Planing Bituminous Pavement
0 Working Days HMA CL. 1/2 In.PG 58H-22
0 Working Days Project Temporary Traffic Control
0 Working Days Total Estimated Net Working Days Change
Sheet 2 of 5
PART 2:Crack Sealing
This change is being made to seal the cracks in the existing surface of the asphalt shoulders.
New item 26 Crack Sealing,LS.
This change order adds the new item"Item 26 Crack Sealing, L.S." per Standard Specification 1-04.4. This change order
provides for sealing the cracks in the existing asphalt shoulders with Hot Applied Sealant for Bituminous Pavement.
The crack sealing will occur on both the north-bound and south-bound shoulders for the entire project length from sta.
543+60 to sta.667+22,for an estimated 3,225 L.F.of cracks. This change order also includes shoulder sweeping and
traffic control. This change requires an additional$26,325.00 L.S.
Estimated cost is:$26,325.00
Change In Contract Time:0 additional Working Days
Change Order 1,Part 2Summary:
Estimated Cost:
$26,325.00 Total Estimated Net Cost Change
Estimated Contract Time:
0 Working Days Total Estimated Net Working Days Change
PART 3:Culvert Pipe Repair
This change is being made to repair an existing culvert in the north-bound lane of Center Road at sta.761+30 which is
seeping stormwater upward and onto the newly planed asphalt roadway surface.
New Item 27 Culvert Pipe Repair,L.S.
This change order adds the new item"Item 27 Culvert Pipe Repair,L.S."per Standard Specification 1-04.4. This change
order provides for asphalt sawcutting,excavation and removal of the existing broken concrete culvert pipe, installation
of 13 L.F.of new 6"diam.PVC culvert drain pipe,Crushed Surfacing Base Course bedding and backfill rock, 1.5 tons of
4"thick HMA pavement repair,sweeping,and traffic control. This change requires an additional$17,262.00 L.S.
Estimated cost is:$17,262.00
Change in Contract Time:0 additional Working Days
Change Order 1,Part 3 Summary:
Estimated Cost:
$17,262.00 Total Estimated Net Cost Change
Estimated Contract Time:
0 Working Days Total Estimated Net Working Days Change
PART 4:Plastic Drainage Marking
This change is being made in order to remove installation of plastic drainage markers from the contract and have
Jefferson County forces install the plastic drainage markers in conjuction with installation of plastic culvert numbers.
Existing item 18 Plastic Drainage Marking,EA.
This change order deletes the existing"Item 18 Plastic Drainage Marking,EA." per Standard Specification 1-04.4.
Removing this item from the contract will allow earlier work completion and close-out of the contract. Jefferson
County forces will be used to install the plastic drainage markers and the plastic culvert numbers. This change reduces
the contract amount by$6,496.00.
Estimated Cost:-$6,496.00
Change in Contract Time:0 reduction in Working Days.
Change Order 1,Part 4 Summary:
Estimated Cost:
-$6,496.00 Total Estimated Net Cost Change
Estimated Contract Time:
0 Working Days Total Estimated Net Working Days Change
Sheet 3 of 5
Total Change Order 1 Summary:
Estimated Cost:
$21,892.23 Part 1:Change of Planing and Paving Width
$26,325.00 Part 2:Crack Sealing
$17,262.00 Part 3:Culvert Pipe Repair
-$6,496.00 Part 4:Plastic Drainage Marking
$58,983.23 Total Estimated Net Cost Change
Estimated Contract Time:
0 Working Days Part 1: Change of Planing and Paving Width
0 Working Days Part 2: Crack Sealing
0 Working Days Part 3:Culvert Pipe Repair
0 Working Days Part 4:Plastic Drainage Marking
0 Working Days Total Estimated Net Working Days Change
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
$1,112,583.65 $1,112,583.65 $58,983.23 S1,171,566.88
•
ORIGINAL CURRENT CONTRACT TIME NEW CONTRACT
CONTRACT TIME CONTRACT TIME CHANGE(Add/Del) TIME
25 Working Days 25 Working Days 0 Working Days 25 Working days
APPROVAL RECOMMENDED APPROVAL REe6MMENDE
a
4,7)A
Project Manager Date County Engineer Date
APPROVAL RECOMM I) APPROVED
•,„ El
lrJ
616441
Engineering Services Manager Date Chair.Jefferson Co ty Co mr isrioners Date
JEFFERSON COUNTY contact No. 1 1802096
Sheet 4 of 5 DEPARTMENT OF PUBLIC WORKS
Change
Date: I 6/3/2024 CHANGE ORDER 1(PARTS 1,2,3,and 4)ESTIMATE Order No. I
ITEM GROUP DESCRIPTION EXISTING EXISTING EXISTING EXISTING NEW NEW NEW NEW
NO NO UNIT UNIT TOTAL TOTAL UNIT UNIT TOTAL TIOTAL AMOUNT
MEASURE PRICE QUANTITY AMOUNT MEASURE PRICE QUANTITY AMOUNT CHANGE
• PART 1:CHANGE OF PLANING AND PAVING WIDTH
EXISTING ITEM
Planing Bituminous
10 N/A Pavement SY $2.11 60000.00 $126,600.00 SY $2.11 61293.33 $129,328.93 $2,728.93
1
Total Item 10 SY $2.11 60000.00 $126,600.00 SY $2.11 . 61293.33 $129,328.93 , S2,728.93
.
HMA CL. 1/2 In.PG
12 N/A 58H-22 TON $95.00 8185.00 $777,575.00 TON $95.00 8358.34 $794,042.30 $16,467.30
1 1
Total Item 12 TON $95.00 8185.00 $777,575.00 TON $95.00 1 8358.34 $794,042.30 $16,467.30
Project Temporary
21 N/A Traffic Control L.S. $55,000.00 1.00 $55,000.00 L.S. $57,696.00 1.00 $57,696.00 $2,696.00
Total Item 21 L.S. $55,000.00 1.00 $55,000.00 L.S. $57,696.00 1.00 $57,696.00 $2,696.00
TOTAL PART 1 $959,175.00 $981,067.23 $21,892.23
I I _
PART 2:CRACK SEALING
NEW ITEM
26 N/A Crack Sealing N/A $0.00 0.00 $0.00 L.S. $26,325.00 1.00 $26,325.00 S26,325.00
Total Item 26 N/A $0.00 0.00 $0.00 L.S. $26,325.00 1.00 $26,325.00 $26,325.00
TOTAL PART 2 _ $0.00 - - $26,325.00 $2,6,325.00
I
Sheet 5 of 5 ' ; i
ITEM GROUP DESCRIPTION EXISTING EXISTING EXISTING EXISTING NEW NEW NEW NEW
NO NO. UNIT UNIT TOTAL TOTAL UNIT UNIT TOTAL TIOTAL AMOUNT
MEASURE PRICE QUANTITY AMOUNT MEASURE PRICE QUANTITY AMOUNT CHANGE
PART 3:CULVERT PIPE REPAIR
NEW ITEM
27 N/A Culvert Pipe Repair N/A S0.00 0.00 $0.00 L.S. $17,262.00 1.00 $17,262.00 $17,262.00
Total Item 27 N/A $0.00 0.00 $0.00 L.S. _ $17,262.00 1.00 $17,262.00 $17,262.00
TOTAL PART 3 $0.00 $17,262.00 $17,262.00
—
PART 4:PLASTIC DR_ALNAGE MARKING I I I T I i i
EXISTING ITEM
Plastic Drainage
18 NIA Marking EA. $112.00 58.00 $6,496.00 EA. $112.00 -58.00 $0.00 -$6,496.00
Total Item 18 N/A $112.00 58.00 $6,496.00 EA. $112.00 -58.00 $0.00 -$6.496.00
TOTAL PART 4 $0.00 $0.00 -6,496.00
I CHANGE ORDER 1 (PARTS 1,2,3,and 4)ESTIMATED NET CHANGE TOTAL: $58,983.23
Department of Public Works
O Consent Agenda
Page 1 of
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Mark McCauley, County Administrator
From: Monte Reinders, P.E., Public Works Director/County Engineer/( ,
Agenda Date: June 17, 2024
Subject: Change Order No. 1, for Center Road 2R Overlay Project
Project No. 1802096,
County Road No. 931507, CRAB R.A.P. Project No. 1622-01
Statement of Issue: Change Order No. 1 with Lakeside Industries, Inc. of Port
Angeles, Washington.
Analysis/Strategic Goals/Pro's a Con's: This change order consists of 4 parts:
Part 1: Change of Planing and Paving Width to completely remove the existing chip
seal surface from the roadway
Part 2: Crack Sealing to seal the cracks in the existing surface of the asphalt shoulders
with Hot Applied Sealant for Bituminous Pavement.
Part 3: Culvert Pipe Repair of an existing culvert in the north-bound lane of Center
Road at sta. 761+30 which is seeping stormwater upward and onto the newly planed
asphalt roadway surface.
Part 4: Deletion of Item 18 Plastic Drainage Markers from the contract; this work to
be done by County Forces.
Fiscal Impact/Cost Benefit Analysis: Change Order No. 1 adds $58,983.23 to the
existing contract amount of $1,112,583.65 for a revised contract total amount of
$1,171,566.88 and adds 0 Working Days. This project is funded at 100% by a County
Road Administration Board (CRAB), Rural Arterial Program (R.A.P.) State grant.
Recommendation: Public Works recommends that the Board authorize Change Order
No. 1 with Lakeside Industries, Inc., and return two originals to Public Works for
further processing.
Department Contact: John Wayand, Project Manager, 385-9377.
Reviewed B .
Mark M auley, County Administrator Date