Loading...
HomeMy WebLinkAboutCHANGE ORDER 2 APAC TENNESSEE PROJECT 3-13-0011-033Item N Description Unit Unit P Previous Quantity Revised Quantity Original Cost Revised Cost 2A Additional Costs for January and February 2012 EA 0 I 50.00 561,314.14 9A Milling for Bituminous Pavement Repair Sea # 4,361,314.14 Kid 53.43 0 7320 50.00 525.107.60 98 Credit for Contractor Retention of Asphah Milling LS •$100,000.00 0 1 50.00 •5100.000.00 14A Additional Paint Eradication SF 50.58 0 10800 50.00 56.264.00 14B Additional Demolition of Existing Sign Bases LS 51,973.52 0 1 50.00 51.973.52 I SA Unclassified Excavation CY S20.41 1400 11545 528.574.00 5235.633.45 22A Stone Filter Ring EA 51,955.00 0 I 50.00 51,955.00 5139,711.00 25 Portland Cement for P -304 / FDR (6' Depth) TON 5110.00 2479 1270.1 5272.690.00 26A Bituminous Base Course TON 5110.00 4581 3900 5503.910.00 5429,000.00 268 Bituminous Repair under PCC Slabs TON 5110.00 2687 1100 5295,570.00 5121.000.00 32A Additional Survey. Labor, and Barricades for TW C Re-Marking LS 58,985.82 0 1 50.00 $8.985.82 33A Remobilivaion of Thermoplastic Eradication Equipment / Crew $8.625.00 0 1 50.00 58.625,00 33B Thermoplastic Marking Removal LS 55,462.00 0 1 50.00 55,462.00 33C Addititi Preformed Thermoplastic SPHPS SF 523.81 0 2436 50.00 558.001.16 648 L•868 Light Cans (Materials) EA 5355.25 0 76 50.00 526.999.00 66A New HI.Z Sign LS S6,519.58 0 1 50.00 $6.519.58 66B Modification of Lighted Hold Sign at TW C / RW 8• 26 52,217.66 0 1 50.00 $2.217.66 67B Relocate RW 8.26 REILs Twice LS 59,78834 0 t 50.00 59,788.34 68A Adjustment of PAM and MALSR Cans to Grade LS 59,782.50 0 1 50.00 $9.782.50 69A Change to MALSR / Threshold Bar LS _ 542,400.83 0 1 50.00 542,400.83 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM CHANGE ORDER NUMER: 2 or SUPPLEMENATAL AGREEMENT NUMBER: N/A AIRPORT: Augusta Regional Airport DATE: 4 May 2012 OWNER: Augusta Regional Airport A1P PROJECT #: 3 -13 -0011 -033 CONTRACTOR: APAC - Tennessee, Ballenger Paving Division You are requested to perform the following described work upon receipt of an approved copy of this document or as directed by the engineer: Total Net Change - I *NOTE: Quantity adjustments for existing contract pay items will be made at contract unit prices. All other costs are considered incidental to this contract modification and will not be measured. Page 1 of 6 51,100.744.00 1 51,100.740.60 Total Contract Time Original phase 2 contract time: 97 Original total contract time: 163 days Changes to contract time from previous change order(s): 0 days Changes to contract time from this change order: 5 days (phase 2) Revised phase 2 contract time: 102 Revised contract time total: 168 days Total Contract Amount Original contract total: $14,256,033.97 Previous change order(s) total: -$9.09 This change order total: -$3.40 Revised contract total: $14,256,021.48 This document shall become an amendment to the contract and all provisions of the contract will apply. JUSTIFICATION FOR CHANGE 1. Brief description of the proposed contract change(s) and location(s). • Item 2A: Additional Costs for January and February 2012: Additional costs incurred by the contractor for a period of approximately two months. • Item 9A: Milling for Bituminous Pavement Repair: Additional milling of isolated locations to varying depth along RW 17 -35 length in preparation for bituminous repair. • Item 9B: Credit for Contractor Retention of Asphalt Millings: Credit provided by contractor to retain the asphalt millings obtained from RW 17 -35 for his use. • Item 14A: Additional Paint Eradication: This item was for removal of existing markings along TW C. • Item 14B: Additional Demolition of Existing Sign Bases: This item is for demolition hold sign bases that were located on TWs B, C, D, and E. • Item 15A: Unclassified Excavation: This additional excavation quantity is for topsoil excavation in the shoulder embankment area. • Item 22A: Stone Filter Ring: This item is an erosion and sediment control measure added to the drainage ditch east of RW 17 -35. Page 2 of 6 • Item 25: Portland Cement for P -304 / FDR (6" Depth): This is a reduction in quantity for the Portland cement utilized in the cement - treated base. • Item 26A: Bituminous Base Course: This is a reduction in the amount of bituminous base course used for the project. • Item 26B: Bituminous Repair under PCC Slabs: This item was in the contract to repair damaged portions of the milled asphalt prior to PCC paving. • Item 32A: Additional Survey, Labor, and Barricades for TW C Re- Marking: This item was added for barricading and layout of TW C for re- marking. • Item 33A: Remobilization of Thermoplastic Eradication Equipment / Crew: This item provides for additional SPHPS required to meet AC 150/5340 -18F and AC 150/5340 -1K. • Item 33B: Thermoplastic Marking Removal: This item provides for the removal of four SPHPS required to meet AC 150/5340 -18F and AC 150/5340 -IK. • Item 33C: Additional Preformed Thermoplastic SPHPS: This item provides for additional SPHPS required to meet AC 150/5340 -18F and AC 150/5340 -1K. • Item 64B: L -868 Light Cans (Materials): This item provides for the purchase of surplus L -868 light cans. • Item 66A: New HLZ Sign: This item is an additional sign designating the HLZ west of RW 17 -35. • Item 66B: Modification of Lighted Hold Sign at TW C / RW 8 -26: This item changed the hold sign at the TW C / RW 8 -26 intersection. • Item 67B: Relocate RW 8 -26 REILs Twice: This item provides for the temporary relocation of the RW 8 -26 REILs. • Item 68A: Adjustment of PAPI and MALSR Cans to Grade: This item extended or elevated assorted PAPI and MALSR cans along the length of RW 17 -35. • Item 69A: Change to MALSR / Threshold Bar: Changes to the configuration of the MALSR bar and threshold per FAA comments. 2. Reason(s) for the change(s). • Item 2A: Additional Costs for January and February 2012: The original planned start date for phase 3 was 3 January 2012. The project was placed on hold to determine the final width of RW 8 -26. Phase 3 resumed on 12 March 2012. This item provides for additional costs incurred by the contractor during that time. Page 3 of 6 • Item 9A: Milling for Bituminous Pavement Repair: The contract provided item 26B "Bituminous Repair under PCC Slabs ". This additional item provides for the isolated milling and preparation required to make those repairs. • Item 9B: Credit for Contractor Retention of Asphalt Millings: The original plans called for the contractor to utilize the asphalt millings as cement - stabilized base material in the shoulders. The contractor offered a credit to retain the asphalt millings for his own use and provide graded aggregate for use in the cement - stabilized base for the shoulders. • Item 14A: Additional Paint Eradication: This item was for removal of existing markings on TW C. • Item 14B: Additional Demolition of Existing Sign Bases: This change was for demolition of hold sign bases for signs that were originally scheduled for re -use. The original hold signs, however, were not a uniform distance from the runway centerline. The hold signs had to be re -built in different locations in order to align with the new hold position markings. • Item 15A: Unclassified Excavation: Specification section P- 152 -2.7 requires that no organic material, such as that found in existing topsoil, be utilized in the formation of embankments. As such, this material was removed prior to the formation of the embankment. This unclassified excavation quantity accounts for the removal of this material. • Item 22A: Stone Filter Ring: This item was placed around the culvert inlet on the east end of the ditch work at the 48" pipe outfall (station 39 +36, east of RW 17 -35). • Item 25: Portland Cement for P -304 / FDR (6" Depth): The mix design for the cement - treated base attained the required strength with less cement than was allowed for in the estimate. • Item 26A: Bituminous Base Course: This item is being reduced because the total contract amount was not necessary for the project. • Item 26B: Bituminous Repair under PCC Slabs: This item is being reduced because the total contract amount was not necessary for the project. • Item 32A: Additional Survey, Labor, and Barricades for TW C Re- Marking: In order to re -mark the centerline and movement / non - movement lines on TW C, the contractor had to rent barricades, place and remove them twice, and utilize a surveyor to lay out the locations for the new markings. • Item 33A: Remobilization of Thermoplastic Eradication Equipment / Crew: This item is to re- mobilize the equipment and personnel necessary to remove certain SPHPS on the runway. Page 4 of 6 • Item 33B: Thermoplastic Marking Removal: AC 150/5340 -18F section 5a states that both runway designation numbers should be used when a taxiway crosses a runway at a runway end. This removal item is to remove the "8" SPHPS at the TW C / RW 8 intersection and replace them with "8 -26" or "26 -8" SPHPS as appropriate. • Item 33C: Additional Preformed Thermoplastic SPHPS: This item is to replace the "8" SPHPS discussed in the previous item and to add certain additional SPHPS at hold position markings on TW E, TW F, and TW G. • Item 64B: L -868 Light Cans (Materials): The 76 additional L -868 light cans not installed per the above item became the property of the airport. This item allows for their purchase from the contractor. • Item 66A: New HLZ Sign: The HLZ sign was not incorporated in the original contract. • Item 66B: Modification of Lighted Hold Sign at TW C / RW 8 -26: As discussed under item 33B, the runway hold signs at the TW C / RW 8 -26 intersection should read "8 -26" or "26 -8," not just "8." This item allowed for the modification of one of those signs to change it from "8" to "8 -26." • Item 67B: Relocate RW 8 -26 REILs Twice: The original plans did not show the relocation of the RW 8 -26 REILs. This was necessary for the widening of RW 8 -26 to 150 feet. • Item 68A: Adjustment of PAPI and MALSR Cans to Grade: Certain pull -cans along the length of RW 17 -35 for both the PAPI and MALSR systems became buried in the shoulder embankment after construction of the new runway. This item provided for the extension or elevation of these cans. • Item 69A: Change to MALSR / Threshold Bar: The FAA required that the MALSR cans be fully encased in concrete and that sumps be added to the MALSR system. This change resulted in the addition of four days of contract time to phase 2. • An additional day of contract time is added to phase 2 due to a delay the contractor experienced as a result of the flight check. The flight check took place on 21 and 22 November 2011. 3. The sponsor's share of this cost is available from: The net change of this contract modification is negative. 4. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest wage rate decision? Yes ❑ No ❑ Not applicable III 5. Has consent of surety been obtained? Yes ❑ Not necessary N Page 5 of 6 6. Will this change affect the insurance coverage? Yes ❑ No • 7. If yes, will the policies be extended? Yes ❑ No ❑ Not applicable • 8. Has this change order been discussed with FAA officials? Yes • No ❑ When: 4/13/2012 With whom: Mr. Nick Goodly, Atlanta ADO AIP PROJECT NO. 3 -13- 0011 -033 CONTRACT MODIFICATION NO. 2 Recommended by: Accepted by: Approved by: Approved by: Submit 4 copies to the FAA 0 14-2-t_ Campbell & Paris Engineers — Engineer ' - ' enness sta /- e, Ballenger 'ASrmg Division - Contractor Aug egio .1 Airport Federal Aviation Administration NOTE: Change Orders and Supplemental Agreements require FAA approval prior to construction, otherwise no Federal participation can be granted. Page 6 of 6 5/5/2 ©1 L Date Date Date Date Deke S. Copenhaver, Mayor 5/02 AUGUSTA RICHMOND COUNTY .... ATTEST: n ..../„. 4 r Lena Cleit Approved as to Form: Andrew Mackenzie, Esq. 1