HomeMy WebLinkAboutC03-261 B&B Excavating Inc.,~ C~r~-z~ ! - ~d .~ ~ ~ - ~ ~ CHANGE ORDER NUMBER 1 CONTRACTOR B&B Excavating, Inc. Contract for Miller Ranch Road/Highway 6 Intersection Improvements Contract Date August 5, 2003 TO: B&B Excavating, Inc. You are directed to make the changes noted below in the Subject Contract. Appropriations to cover the costs of additional work have been made. EAGLE COUNTY BOARD OF COUNTY MMISSIONERS By: ~rlichael L. G//allagher, Ch ' an DATE: I ~o Nature of Changes: The Contractor's list of subcontractors furnished after the Notice of Award included a subcontractor which was unacceptable to Eagle County. The subcontractor was to furnish traffic control and pavement marking. The Contract specifies in Section 6.9 of the General Conditions that "If Owner or Engineer, after due investigation, has reasonable objection to any subcontractor, or other person or organization proposed by Contractor after the Notice of Award, Contractor shall submit an acceptable substitute, and the contract price shall be increased or decreased by the difference in cost occasioned by such substitution, and an appropriate change order shall be issued." The Contractor's substitution of its subcontractor resulted in an increase in contract price of $7,289.55. A cost comparison is attached as Exhibit "A". These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to this Change Order $546,953.21 Net Increase Resulting from this Change Order $ 7,289.55 Current Contract Price Including this Change Order $554,242.76 ~~ ~~ • i .:. ... . Change Order No. 1 Page 2 Contract Time Prior to this Change Order December 26, 2003 Net Resulting from this Change Order No Change Current Contract Time Including this Change Order December 26, 2003 The above changes are recommended: He Migchel rink County Engineer Date: ?i 8 d 0 3 The above changes are accepted: B&B Excavating, Inc. By: UJ~ .fa.~.(.~ Title: Bs~rrtii~f*arc / ~~e3'• rl/d-~v~-~- Date: T~o ~ 'f t ~ •" Miller Ranch Road/Highway 6 Intersection - B&B Excavating Cost Comaarison for Substitution of Subcontractor Warning Lites r3< Equipment Inc. Bid Item No. Index Item No. Descri tion Q Unit Unit Price Amount 1 201 Clearin and Grubbing 1 LS $0.00 2 202 Removal of Pie 1 EA $0.00 3 202 Removal of A halt Mat 610 SY $0.00 4 202 Removal of Pavement Markin 2530 SF ~ $2.10 $5,313.00 5 202 Removal of Ground Si 8 EA $0.00 6 202 Removal of Fence 190 LF $0.00 7 202 Removal of Delineator 4 EA $0.00 8 202 Sawin A halt Mat 4210 LF $0.00 9 203 Embanlanent Material (Complete in Place 1604 CY $0.00 10 207 To soil Co lete in Place 857 CY $0.00 11 208 Erosion Lo S ecial 1417 LF $0.00 12 208 Erosion Control Su ervisor 1 LS $0.00 13 210 Reset Structure 2 EA $0.00 14 210 Reset Fence 0 LF $0.00 15 212 Seedin ative) 1.54 AC $0.00 16 213 Mulching 1.54 AC $0.00 17 304 Ag a ate Base Course Class 6 3140 CY $0.00 18 403 Hot Bituminous Pavement (Grading S As halt 75) G 58-28 950 Ton $0.00 l9 403 Hot Bituminous Pavement (Grading S As halt 75 G58-34 490 Ton $0.00 20 603 18" Corrugated Steel Pipe (Complete in Place 8 LF $0.00 21 603 18" Corrugated Steel Pipe, Flared End Section (Co lete in Place) 1 EA $0.00 22 603 18" Reinforced Concrete Pipe Co lete in Place 215 LF $0.00 23 603 18" Reinforced Concrete End Section Corn lets in Place 2 EA $0.00 24 603 24" Reinforced Concrete End Section Co lets in Place 1 EA $0.00 25 603 24" Reinforced Concrete Pipe Co lets in Place 83 LF $0.00 26 604 Manhole Slab Base 15 Foot 0 EA $0.00 27 604 Inlet T e R L 5 5 Foot) 2 EA $0.00 28 609 Curb and Gutter Type 2 (Section II- B 814 LF $0.00 29 612 Delineator T e I 10 EA $15.75 $157.50 30 612 Delineator T e II 20 EA $17.85 $357.00 31 612 Delineator T e III 4 EA $21.00 $84.00 32 614 Si Panel Class I 63 SF $15.75 $992.25 33 614 Steel Si Post 1 59 LF $31.50 $1,858.50 34 620 Sani Facili 1 EA $0.00 35 625 Construction Surve 'n 1 LS $0.00 Alternative Subcontractors: CC Enterprises & Colorado Strijpe Wright Unit Price Amount $0.00 $0.00 $0.00 $2.10 $5,313.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $18.90 $189.00 $19.95 $399.00 $21.00 $84.00 $23.10 $1,455.30 $31.50 $1,858.50 $0.00 $0.00 EXHIBIT Cost Comparison for Alternative Subcontractor 1 of 2 8 y .. .1 f K ~ ,, s Warning Lites & Equipment Inc. Bid Item No. Index Item No. Descri tlon Unit Unit Price Amount 36 626 Mobilization 1 LS $23,001.40 $23,001.40 37 627 E ox Pavement Mazkin 53 Gal $78.75 $4,173.75 38 627 Preformed Plastic Pavement Mazking X-Walk 60 Mil) 24 SF $12.60. $302.40 39 627 Preformed Plastic Pavement Mazking ord-S bol 60 Mil 214 SF $15.75 $3,370.50 40 629 Surve Monument T or 23 EA $0.00 41 630 Traffic Control Mana ement 1 LS $2,520.00 $2,520.00 42 630 Construction Traffic Sign (Panel Size A ~ 2 EA $42.00 $84.00 43 630 Construction Traffic Sugn (Panel Size B) 2 EA $42.00 $84.00 44 _ 630 Construction Traffic Sign (Panel Size C 8 EA $42.00 $336.00 45 630 Fla ~n 1 LS $1,932.00 $1,932.00 46 630 Traffic Cone 100 EA $5.25 $525.00 47 630 Mobile Pavement Markin Zone 1 LS $525.00 $525.00 48 614 Alternate Traffic Si al 1 LS $0.00 TOTAL $45,616.30 Wamin Lltes & E ui ment, Inc. $45,816.30 AltemaUve is a combination of: CC Enterprises and Colorado Strijpe Wright Ltd. $52,905.85 Increase to Contract $7,289.55 Alternative Subcontractors: CC Enterprises & Colorado Strijpe Wright Unit Price Amount $24,651.40 $24,651.40 $78.75 $4,173.75 $12.80 $302.40 $15.75 $3,370.50 $0.00 $5,250.00 $5,250.00 $105.00 $210.00 $115.50 $231.00 $126.00 $1,008.00 $2,310.00 $2,310.00 $15.75 $1,575.00 $525.00 $525.00 $0.00 $0.00 $52,905.85 Cost Comparison for Alternative Subcontractor 2 of 2