Loading...
HomeMy WebLinkAboutDEDUCTIVE CHANGE ORDER #1 WITH APAC FOR AUGUSTA REGIONAL AIRPORTItem No. Description Unit Unit Price Original Quantity Revised Quantity Original Cost Revised Cost 15A Unclassified Excavation CY $20.41 0 1,400 $0.00 $28,574.00 20 Temporary Silt Fence LF $4.00 18,084 19,834 $72,336.00 $79,336.00 22 Rock Check Dams EA $1,400.00 2 3 $2,800.00 $4,200.00 26B Bituminous Repair Under PCC Slabs TON $110.00 3,000 2,687 $330,000.00 $295,570.00 38 30" Class IV RCP LF $200.00 33 0 $6,600.00 $0.00 39A 42" Class IV RCP LF $259.72 0 33 $0.00 $8,570.76 46A Adjustment of Drainage Structure for 42" RCP EA $575.00 0 1 $0.00 $575.00 49A #2 XHHW Wire for MALSR Lights LF $4.52 0 1,795 $0.00 $8,113.40 52A Electrical Duct under PCC 2W -2" LF $15.58 0 210 $0.00 $3,271.80 54A 4" PVC Protection for FAA Cable LS $3,591.11 0 1 $0.00 $3,591.11 56A New Manhole and Connections to Replace Pull Box EA $9,200.00 0 1 $0.00 $9,200.00 64 L -868 Light Base Can for RWCL or TDZ EA $850.00 377 301 $320,450.00 $255,850.00 64A Labor and Materials for Omitted TDZ Cans EA $123.09 0 76 $0.00 $9,354.84 65A Relocate PAPIs Twice - Temporary EA $1,700.00 0 2 $0.00 $3,400.00 67A Relocate TW Edge Light Twice EA $600.00 0 15 $0.00 $9,000.00 70 Permanent Seeding and Mulching MSF $30.00 940 959 $28,200.00 $28,770.00 72 Sodding SY $4.00 22,813 26,063 $91,252.00 $104,252.00 Total Contract Amount Original contract total: $14,256,033.97 Previous change order(s) total: $0.00 This change order total: - $9.09 Revised contract total: $14,256,024.88 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM CHANGE ORDER NUMER: 1 or SUPPLEMENATAL AGREEMENT NUMBER: N/A AIRPORT: Augusta Regional Airport DATE: 20 November 2011 OWNER: Augusta Regional Airport AIP 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 Cost: $851,638.00 $851,628.91 *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 5 Total Contract Time Original contract time: 163 days Changes to contract time from previous change order(s): 0 days Changes to contract time from this change order: 0 days Revised contract time total: 163 days 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 15A: Unclassified excavation. This work is to re -grade the ditch at the outfall of the 48" RCP (station 39 +36, east of RW 17 -35). • Item 20: Temporary silt fence: This item will be placed around the additional grading work at the 48" pipe outfall (station 39 +36, east of RW 17 -35). • Item 22: Rock check dams: This item will be placed at the additional grading work at the 48" pipe outfall (station 39 +36). • 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 38: 30" class IV RCP pipe: This item was planned to connect structure SD5 to the existing structure north of TW E at station ± 75 +00. • Item 39A: 42" class IV RCP: This item was used to connect structure SD5 to the existing structure north of TW E at station ± 75 +00. • Item 46A: Adjustment of drainage structure for 42" RCP: This is structure SD5 located at station 74 +77. • Item 49A: #2 XHHW wire for MALSR lights: This cable is located at the MALSR system at both thresholds (stations 20 +00 and 100 +01). • Item 52A: Electrical duct under PCC 2W -2 ": This item is located at TW B and TW D. • Item 54A: 4" PVC protection for FAA cable: This protection is located at either side of TWs B and D. • Item 56A: New manhole and connections to replace pull box: This pull -box is located at station 64 +63 on the west side of the runway. Page 2 of 5 • Item 64: L -868 light base can for RWCL or TDZ: The contract is reduced by 76 TDZ cans, located from 20 +00 to 40 +00 and from 82 +00 to 100 +01. • Item 64A: Labor and materials for omitted TDZ cans: This item encompasses 76 locations, from 20 +00 to 40 +00 and from 82 +00 to 100 +01. • Item 65A: Relocate PAPIs twice — temporary: This item is off RW 8 -26, located at baseline B station 22 +00 and 58 +10. • Item 67A: Relocate TW edge light twice: This item is located at the radii on TWs C, F, and G. • Item 70: Permanent seeding and mulching: This increase in this item is located along the proposed ditch line, station 39 +36, east of RW 17 -35. • Item 72: Sodding: The increase in this item is located along the proposed ditch line, station 39 +36, east of RW 17 -35. 2. Reason(s) for the change(s). • Item 15A: Unclassified excavation: This work is necessary to properly drain water from the new 48" RCP. The pipe profile did not change from that of the original; however, the ditch line slowly elevated over the years and needs re- graded. • Item 20: Temporary silt fence: This item is required to provide erosion and sediment protection while excavating for the ditch line. • Item 22: Rock check dams: This item is required to provide erosion and sediment protection while excavating for the ditch line. • Item 26B: Bituminous repair under PCC slabs: This item is being reduced because the total amount was not necessary for the project. • Item 38: 30" class IV RCP pipe: This item had to be changed to 42" RCP because the existing pipe connecting to structure SD5 was 42 ". This was a change from the as- builts used to design the system. • Item 38B: 42" class IV RCP pipe: This pipe replaces the deleted 30" RCP. • Item 46A: Adjustment of drainage structure for 42" RCP: The contractor had to modify SD5 to accommodate the existing 42" RCP. • Item 49A: #2 XHHW wire for MALSR lights: This cable was necessary to re- connect the FAA MALSR system that the contractor demolished and replaced in order to elevate the runway thresholds. Page 3 of 5 • Item 52A: Electrical duct under PCC 2W -2 ": The contractor extended the existing duct bank under one taxiway and replaced the duct under another. The replaced duct was unusable because of a bend in the center and because of its condition. • Item 54A: 4" PVC protection for FAA cable: The taxiway shoulders at B and D were extended 15' in width; as a result, the existing FAA cable beneath the new pavement had to be protected with conduit. • Item 56A: New manhole and connections to replace pull box: The existing pull -box at station 64 +63 was not airport- rated; as a result, the contractor replaced it with an airport- rated manhole of the same design as used elsewhere on the project. The extra cost was to demolish the existing pull -box and to make connections to existing circuits. • Item 64: L -868 light base can for RWCL or TDZ: The contract is reduced by 76 TDZ cans due to the proximity of the cans to construction joints. • Item 64A: Labor and materials for omitted TDZ cans: In lieu of TDZ cans, the contractor ran conduit and counterpoise to the location of future cans in the proposed locations. This work required circular saw cuts and installation of extra PVC pipe at each location. • Item 65A: Relocate PAPIs twice — temporary: This item was included to temporarily remove and replace the RW 8 -26 PAPIs. • Item 67A: Relocate TW edge light twice: The increased width of RW 8 -26 for temporary operations changed the geometry of the TW turnoffs on TWs C, F, and G. This necessitated the temporary movement of some of the MITLs. • Item 70: Permanent seeding and mulching: This item is for erosion control and re- establishment of grass growth along the new proposed ditch at the 48" pipe outfall. • Item 72: Sodding: This item is for erosion control and re- establishment of grass growth along the new proposed ditch at the 48" pipe outfall. 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 5. Has consent of surety been obtained? Yes ❑ Not necessary • 6. Will this change affect the insurance coverage? Yes ❑ No • Page 4 of 5 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: 11/21/2011 With whom: Mr. Nick Goodly, Atlanta ADO A1P PROJECT NO. 3 -13- 0011 -033 CONTRACT MODIFICATION NO. 1 kt )aa)aol 1 Date Recommended by: Accepted by: Approved by: Approved by: 13 Campbell & Paris Engineers — Engineer APAC - Tennes - e, B : lenger Paving Division - Contractor 414 A Aug a ' - 'gional Airport L Federal Aviation Administration NOTE: Change Orders and Supplemental Agreements require FAA approval prior to construction, otherwise no Federal participation can be granted. Submit 4 copies to the FAA Page 5 of 5 Date 5 )9- Date Date Via P AUGUSTA RICHMOND COUNTY ATTEST: (12--e-/›.?/ Deke S. Copenhaver, Mayor Approved.as. -ta,E , :a. , ada; /704 Andrew Mackenzie, Esq. 1