Loading...
HomeMy WebLinkAboutK Cunningham Construction Co Inc-2/14/2011CHANGE ORDER NO. 2 Owner Waterloo Regional Airport, City of Waterloo. Iowa Date January 26, 2011 Project Runway 18-36 Rehabilitation Owner's Contract No. FAA AIP Project No. 3-19-0094-34 & 35 Contractor K. Cunningham Construction Co.. Inc. Date of Contract Start May 28, 2009 You are directed to make the following changes in the Contract Documents. Description: Adjust final quantities and pay items for FAA AIP Project No. 3-19-0094-034 & 035 as shown on the attached sheets. The Change Order reflects adjustments in authorized quantities to meet actual field installed quantities. The total adjustment for FAA AIP 3-19-0094-034 the AIP funded portion of this project (Division II) is an increase of $19,013.80. The total adjustment for FAA AIP 3-19-0094-035 the ARRA funded portion of this project (Division I) is a increase of $20,950.05. The total adjustment to the contract for this Change Order is $39,963.85. Reason for Change Order: Division I Items (FAA AIP Proiect No. 3-19-0094-35 (ARRA)): Item No. 3 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 4 — The quantity adjustment in the transitional milling area was required to provide transitions from Runway 18-36 to Runway 6-24 and to Taxiway A (East) and Taxiway A (West). This additional transitional milling area allowed for improved grades and cross -slopes on the surface of Runway 6-24 and Taxiway A. Item No. 5 — This quantity is based on the actual quantities installed as part of this project. The amount of crack repair was much less than the plan quantity after the profile milling. Many of the cracks that were identified on the surface prior to profile milling did not extend below the 4" milling depth and therefore did not require repair. Item No. 6 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 9 — This quantity was adjusted to match actual quantities installed as part of this project. The intakes were protected and the areas adjacent to the trenches were also protected by silt fence. Item No. 10— This quantity was deleted as none of the silt fence installed required maintenance or cleaning. Runway 18-36 Rehabilitation CO -2 Project No —113168 & 113243 1 Item No 11— This quantity was adjusted to match the actual quantity installed under Item No. 9. Item No. 12 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity is directly related to asphaltic pavement removal for the storm sewer trenches in Item No. 6. Item No 13 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 14 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 16 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 17 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 19 — This quantity was adjusted to match actual quantities installed as part of this project. The quantity was adjusted for painting the centerline marks 3 -feet wide instead of 1.5 -feet wide, for painting three partial centerline marks on Runway 6-24, and for painting the edge lines on Runway 6-24 to match existing markings. Item No. 20 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted for painting the hold lines at Taxiway A (East), Taxiway A (West), Taxiway B (East), Taxiway B (West), and the lead off lines from Runway 18-36 to Taxiway B (West). Item No. 21— This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted for painting the aiming point, the centerline marks on Runway 6-24 and the lead off lines from Runway 18- 36 to Taxiway B (West). Item No. 22 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 23 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 24 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 25 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 26 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted to include two additional cleanouts that were installed at highpoints in the subdrain pipe. Item No. 29 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted in accordance with the note on sheet 46 of the plans stating the areas disturbed by storm sewer installation shall be restored using grass seed, fertilizer, and hydromulch. The fmal installed quantity represents the area disturbed. Item No. 30 — This quantity was deleted as no stabilizing crop was used on the project. Item No. 31—This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted as a result of the stripping of vegetation along the edges of the runway required more material to be hauled off site and as a result more topsoil had to be obtained of site. Item No. 32 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted to match disturbed areas along Runway 18-36, Taxiway A, Runway 6-24, and Taxiway B. Runway 18-36 Rehabilitation CO -2 Project No —113168 & 113243 2 Division II Items (FAA AIP Proiect No. 3-19-0094-34):: Item No. 3 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 4 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 5 — This quantity is based on the actual quantities installed as part of this project. The amount of crack repair was much less than the plan quantity after the profile milling. Many of the cracks that were identified on the surface prior to profile milling did not extend below the 4" milling depth and therefore did not require repair. Item No. 6 — This quantity was adjusted because there was less asphalt pavement removal measured for the electrical duct bank trenches and there was no asphalt pavement removal required for storm sewer crossing at Station 64+60. Item No. 7 — This quantity was deleted because there were no storm sewer structures removed as part of this portion of the project Item No. 8 — This quantity was adjusted is because the electrical manholes located at the intersection with Runway 6- 24 had FAA cables passing through for the VASI on Runway 18-36. As a result the manholes were left in place. Item No. 9 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 10 — This quantity was deleted as none of the silt fence installed required maintenance or cleaning. Item No 11— This quantity was adjusted to match the actual quantity installed under Item No. 9. Item No. 12 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity is directly related to asphaltic pavement removal for the electrical duct banks in Item No. 6. Item No 13 — The quantity was adjusted to match actual quantities installed as part of the project. The adjustment is related to thickness of leveling course placed and represents less than 0.1 inches of thickness over the area paved. Item No. 14 — This quantity was adjusted to match the actual quantities installed as part of the project. This quantity was adjusted to include all of the bituminous material that was used for the patching of both the storm sewer trenches and the electrical duct bank trenches. There are 6 trenches that were patched. Three were storm sewer trenches with a surface area for patching of 1,222.2 square yards and three are electrical duct bank trenches with a surface area for patching of 666.7 square yards. In accordance with the details the contractor shall place bituminous material after milling to the same depth as the existing surface. After milling approximately 7" — 9" of existing pavement section was patched. The total amount of the patching was 818.6 tons. The total amount of surface course material placed on Runway 18-36 was 2,532.5 tons. Item No. 15 — This quantity was adjusted to match the actual quantities installed as part of this project. This quantity was adjusted to include the bituminous pavement saw -cut grooving on Runway 6-24. Item No. 16 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 17 — This quantity was adjusted to match actual quantities installed as part of this project. Runway 18-36 Rehabilitation CO -2 Project No —113168 & 113243 3 Item No 18 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 19 — This quantity was adjusted to match actual quantities installed as part of this project. The quantity was adjusted for painting the centerline marks 3 -feet wide instead of 1.5 -feet wide. Item No. 20 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted for painting the hold lines at Taxiway C and Taxiway C 1. Item No. 21 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted for painting the runway/runway hold marks, and the lead off lines from Runway 18-36 to Taxiway C and Taxiway C 1. Item No. 25 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 29 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted in accordance with the note on sheet 46 of the plans stating the areas disturbed by storm sewer installation shall be restored using grass seed, fertilizer, and hydromulch. The final installed quantity represents the area disturbed. Item No. 30 — This quantity was deleted as no stabilizing crop was used on the project. Item No. 31— This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted as a result of the stripping of vegetation along the edges of the runway required more material to be hauled off site and as a result more topsoil had to be obtained of site. Item No. 32 — This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted to match disturbed areas along Runway 18-36, Taxiway C, and Taxiway Cl. Item No 33 — This quantity was deleted because alternate to replace runway lighting system was accepted. Item No 34 — This quantity was deleted because alternate to replace runway lighting system was accepted. Item No 35 — This quantity was deleted because alternate to replace runway lighting system was accepted. Item No 36 — This quantity was adjusted to match actual quantity installed as part of this project. This quantity was an unadjusted quantity that was adjusted to the actual amount required to reconnect existing conduit system to new manholes considering that the alternate to replace runway lighting system was accepted. Item No 37 — This quantity was adjusted to match actual quantities installed as part of this project. Item No 38 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 40 — This quantity was deleted because alternate to replace runway lighting system was accepted. Alternate No. 1- Division II Items (FAA AIP Proiect No. 3-19-0094-34):: Item No. 1— This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted because three runway edge lights on Runway 6-24 were left in place. Runway 18-36 Rehabilitation CO -2 Project No —113168 & 113243 4 Item No. 3 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 4 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 5 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 6 — This quantity was adjusted to match actual quantities installed as part of this project. Item No. 7 — This quantity was adjusted to match actual quantities installed as part of this project. Alternate No. 2 — Division I Items (FAA AIP Project No. 3-19-0094-35 (ARRA)): Item No. 1— This quantity was adjusted to match actual quantities installed as part of this project. This quantity was adjusted to reflect the actual field measured area between Station 53+00 and Station 58+75. Item No. 2 — This quantity is based on the actual quantities installed as part of this project. The amount of crack repair was much less than the plan quantity after the profile milling. Many of the cracks that were identified on the surface prior to profile milling did not extend below the 4" milling depth and therefore did not require repair. Item No. 3 — This quantity is based on the actual quantities installed as part of this project. Item No. 4 — This quantity is based on the actual quantities installed as part of this project. Item No. 5 — This quantity is based on the actual quantities installed as part of this project. The additional amount of tack coat is because of the application rate change due to the milled surface of this alternate prior to pavement. Runway 18-36 Rehabilitation CO -2 Project No —113168 & 113243 5 CONTRACT PRICE Original: $ 4.885,341.60 Previous C.O.s (ADD): $ 31,700.00 This C.O. (ADD): $ 39,963$5 Contract Price with all approved Change Orders: $ 4,957,005.45 CONTRACT TIMES (Calendar Days) To substantial To fmal completion completion Original: 150 Previous C.O.s (ADD): This C.O. (ADD): REVISED: 0 0 150 Original Completion Date: 150 Revised Completion Date: 150 It is agreed by the Contractor that this Change Order includes any and all costs associated with or resulting from the change(s) ordered herein, including all impact, delays, and acceleration costs. Other than the dollar amount and time allowance listed above, there shall be no further time or dollar compensation as a result of this Change Order. THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL STIPULATIONS AND COVENANTS OF THE CONTRACT SHALL APPLY HERETO. RECOMMEND` -/ By Engineer APPRO By: ed Signature) er (Authorized Signature ACCEPTED: By, --rte Contractor (Authorized Signature) 6//Z €/4/ Dafe 41469-01( Date ate Runway 18-36 Rehabilitation CO -2 Project No —113168 & 113243 6 ADJUSTED QUANTITIES RUNWAY 18-36 REHABIUTATION WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP # 3-19-0094-34 & 35 Earth Tech # 113168 8113243 Division I Quantity Adjustment Division II Quantity Adjustment Division I Adjusted Amount Division II Adjusted Amount Item No. Description Unit Unit Bid Price 1 Mobilization and Demobilization LS $ 330,000.00 0.0 0.0 $0.00 $0.00 2 Construction Survey LS $ 46,000.00 0.0 0.0 $0.00 $0.00 3 Pavement Milling - (4° Profile) SYD $ 2.50 (250.0) (250.0) -6625.00 4625.00 4 Pavement Milling - Transitional SYD $ 4.20 1,646.3 (109.3) $6,914.46 -$459.06 5 Pavement Crack Repair LFT $ 1.25 (6,484.0) (3,912.5) -68,105.00 44,890.63 8 Asphaltic Concrete Pavement Removal SYD $ 8.65 (13.4) (118.9) -$115.91 41,028.49 7 Storm Sewer Structure Removal EA $ 450.00 0.0 (4.0) $0.00 41,800.00 8 Electrical Manhole Removal EA $ 250.00 0.0 (3.0) $0.00 -6750.00 9 Silt Fence LFT $ 2.50 42.0 (60.0)_ $105.00 -6150.00 10 Cleaning and Restoration of Silt Fence LFT $ 2.00 (450.0) (60.0) -6900.00 4120.00 11 Silt Fence Removal LFT $ 0.75 42.0 (60.0) $31.50 445.00 12 Aggregate Base Course CYD $ 35.00 (21.6) (58.3) -$756.00 42,040.50 13 Bituminous Leveling Course TON $ 101.88 (32.5) (123.8) -$3,311.10 -612,612.74 14 Bituminous Surface Course TON $ 94.60 18.9 651.1 $1,787.94 $61,594.06 15 Bituminous Pavement Saw -Cut Grooving SYD $ 0.69 0.0 3,804.4 $0.00 $2,625.04 16 Portland Cement Concrete Pavement - 9° Thickness SYD $ 32.10 (235.4) (292.5) -$7,556.34 -$9.389.25 17 PCC Pavement Saw -Cut Grooving SYD $ 0.95 (435.0) (433.3) -$413.25 -$411.63 18 Bituminous Tack Coat GAL $ 2.20 0.0 90.0 $0.00 $198.00 19 Runway Marking (White-Reflective-Waterbome) SFT $ 0.77 3,126.7 1,433.0 $2,407.56 $1,103.41 20 Runway Marking (Yellow -Reflective -Waterborne) SFT $ 0.77 221.3 78.3 $170.40 $80.29 21 Runway Marking (Black -Non -Reflective -Waterborne) SFT $ 0.30 373.6 784.5 $112.08 $235.35 22 15 -Inch Reinforced Concrete Pipe (RCP) - Class III LFT $ 29.00 (4.0) 0.0 -$116.00 $0.00 23 24 -Inch Reinforced Concrete Pipe (RCP) - Class III LFT $ 37.00 (1.0) 0.0 -$37.00 $0.00 24 30 -Inch Reinforced Concrete Pipe (RCP) - Class III LFT $ 52.00 (1.5) 0.0 -$78.00 $0.00 25 8 -Inch Perforated Subdrain Pipe (CO#1) LFT $ 10.00 (162.0) 22.0 $1,620.00 $220.00 26 Subdrain Cleanout (CO#1) EA $ 320.00 2.0 0.0 $640.00 80.00 27 Storm Sewer Intake EA $ 3,450.00 0.0 0.0 $0.00 $0.00 28 Storm Sewer Manhole (CO#1) EA $ 4,450.00 0.0 0.0 $0.00 $0.00 29 Seeding and Mulching ACRE $ 3,450.00 0.9 OA $3,105.00 $1,380.00 30 Stabilizing Crop ACRE $ 375.00 (4.0) (2.0) 41,500.00 -$750.00 31 Topsoiling (Obtained Offslte) CYD $ 15.00 775.0 415.0 $11,625.00 $6,225.00 32 Wood Excelsior Mat SYD $ 1.08 2,413.0 1,420.0 82,606.04 $1,533.60 33 No. 8 AWG L -824C Cable, Installed in Duct Bank or Conduit LFT $ 0.75 0.0 (2,000.0) $0.00 $1,500.00 34 No. 6 AWG Green Insulated Ground, Installed in Duct Bank or Conduit LFT $ 0.60 0.0 (880.0) $0.00 $528.00 35 No. 8 AWG Bare Copper Counterpoise, Installed in Trench LFT $ 1.00 0.0 (880.0) $0.00 -$880.00 36 Electrical Conduit, 2 Inch PVC, Schedule 40 LFT $ 1.80 0.0 (266.0) $0.00 $478.80 37 Electrical Duct Bank, 4 -Way, 2 -Inch, Concrete Encased LFT $ 30.00 0.0 (12.5) $0.00 -$375.00 38 Electrical Duct Bank, 6 -Way, 2 -Inch, Concrete Encased LFT $ 35.00 0.0 (14.5) $0.00 $507.50 39 Electrical Manhole EA $ 7,250.00 0.0 0.0 $0.00 $0.00 40 Adjust Runway Edge Ught EA $ 200.00 0.0 (69.0) $0.00 $13,800.00 41 Remove and Reinstall Taxiway Edge Ught EA $ 775.00 0.0 0.0 $0.00 $0.00 42 Remove and Reinstall Runway Guidance Sign EA $ 1,750.00 0.0 0.0 $0.00 $0.00 Total Base Bid Amount Change Order No. 1 $4,371.38 $22,033.15 Division I Quantity Adjustment Division 11 Quantity Adjustment Division I Adjusted Amount Division II Adjusted Amount 100 Storm Sewer Manhole Revisions EA $ 655.00 0.0 0.0 $0.00 $0.00 101 Repair Storm Sewer Manhole #42 LS $ 2,875.00 0.0 0.0 $0.00 $0.00 102 Flowabie Mortar LS $ 3,220.00 0.0 0.0 $0.00 $0.00 103 Material Restock - Storm Sewer Manhole EA $ 2,760.00 0.0 0.0 $0.00 $0.00 104 Installation Depth Adjustment LS $ 1,500.00 0.0 0.0 $0.00 $0.00 110 Painted Runway Hold Position Mark EA $ 800.00 0.0 0.0 $0.00 $0.00 Total Additional Change Order Items 80.00 $0.00 V ADJUSTED QUANTITIES RUNWAY 18-38 REHABILITATION WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP # 3-19-0094-34 8.35 Earth Tech # 113168 8113243 Add Alternate No. 1 Division 1 Quantity Adjustment Division II Quantity Adjustment Division 1 Adjusted Amount Division 11 Adjusted Amount Item No. Description Unit Unit Bid Price 1 Edge Ught Removal EA $ 250.00 0.0 (3.0) $0.00 -$750.00 2 Electrical Handhole Removal EA $ 75.00 0.0 0.0 $0.00 $0.00 3 No. 8 AWG L -824C Cable, Installed in Duct Bank or Conduit LFT $ 0.75 0.0 (1,437.0) $0.00 -$1,077.75 4 No. 6 AWG Green Insulated Ground, Installed in Duct Bank or Conduit LFT $ 0.60 0.0 204.0 $0.00 $122.40 5 No. 6 AWG Bare Copper Counterpoise, Installed in Trench LFT $ 1.00 0.0 (1,474.0) $0.00 -$1,474.00 6 Electrical Conduit. 2 inch PVC, Schedule 40 LFT $ 1.50 0.0 1,960.0 $0.00 $2,940.00 7 L-868 Electrical Handhole EA $ 695.00 0.0 (4.0) $0.00 -$2,780.00 8 L-861 Medium Intensity Runway Edge Ught (White/VVhite Lens) EA $ 800.00 0.0 0.0 $0.00 $0.00 9 L-861 Medium Intensity Runway Edge Ught (Yellow/White Lens) EA $ 820.00 0.0 0.0 $0.00 $0.00 10 L-861 Medium Intensity Runway Threshold Ught (Green/Red Lens) EA $ 830.00 0.0 0.0 $0.00 $0.00 11 Runway End Identifier Ughts SET $ 17,600.00 0.0 0.0 $0.00 $0.00 Total Add Alternate No. 1 Btd Amount Add Altemate No. 2 $0.00 -$3,019.35 Division I Quantity Adjustment Division 11 Quantity Adjustment Division 1 Adjusted Amount Division II Adjusted Amount Item No. Description Unit Unit Bid Price 1 Pavement Milling - (4 -Inch Profile) SYD $ 4.20 6,133.3 0.0 $25,759.86 $0.00 2 Pavement Crack Repair LFT $ 1.25 (340.0) 0.0 4425.00 $0.00 3 Bituminous Surface Course TON $ 94.60 (98.0) 0.0 -$9,270.80 $0.00 4 Bituminous Pavement Sawcrd Grooving SYD $ 0.69 (19.4) 0.0 413.39 $0.00 5 Bituminous Tack Coat GAL $ 2.20 240.0 0.0 $528.00 $0.00 Total Add Alternate No. 2 Bid Amount $16,578.67 $0.00 Total Amount by Division (Division IIs AIP 349-0094-35 'ARRA" and Division II is AIP 3-19-009434, Total Amount by Contract (Base Bld plus Add Alternates) $20,950.05 $19,013.80 $39,983.85