Loading...
HomeMy WebLinkAbout4.03 I580Tassaj #01-12 CTTY CLERK File # AG EN DA STATEMENT CITY COUNCIL MEETZNG DATE: March 4, 2003 SUBJECT: Change Order Authorization - Contract No. 01-12 Interstate 580/Tassajara Road Interchange Improvement Project Report Prepared by: Lee S. Thompson, Public Works Director ATTACHMENTS: Change Order RECOMMENDATION: ~ ~pprove Change Order FINANCIAL STATEMENT: Original Project Contract Amount: $7,054,198 Project Bid Contingency Amount: $ 705,419 Total Construction Budget: $7,759,617 Project Contingency Amount: $ 705,419 Total Approved Change Orders to Date: $ 50,106 Change Order #13: $ 245,000 Total for all Change Orders $ 295,106 Remaining Project Contingency Amount: $ 410,313 DESCRIPTION: The 1-580/Tassajara Road Interchange Improvement project construction is currently underway and is now approximately 75% complete. During the review of the "95% Complete" contract plans prior to construction, Staff identified the need to widen the segment of northbound Tassajara Road to accommodate four through-lanes within Caltrans' right-of-way. Revising the plans to include the extra work in the contract documents would have delayed the bidding of the project at least three months; therefore, the decision was made to do the work as a change order. Caltrans has approved the design features of Change Order #13, which consists of the extension of a 3'x8' reinforced concrete box culvert along the east side of Tassajara Road, relocation of two traffic signals and construction of a short retaining wall. All of these modifications are necessary to accommodate the future expansion of northbound Tassajara Road to four through-lanes within Caltrans' right-of-way. For this work, the Contractor shall be paid the lump sum price of $245,000 out of the project contingency fund. Since the amount of Change Order #13 exceeds the $25,000 authorization limit granted to the City Manager; therefore, it is necessary for the City Council to approve this change order. Staffrecommends that the City Council approve Change Order #13 for a lump sum price of $245,000. COPIES TO: Tom Brown, DeSilva Gates ITEM NO. g:~miscproj\i-580 Tassajara\project~agst CCO 13 Authorization CITY OF DUBLIN CONTRACT CHANGE ORDER NO. 13 PROJECT/ROAD: Interstate 580 / Tassajara Road Interchange Improvements PAGE 1 OF 26 PAGES CONTRACT NO. City Project No. 01-12, Federal Aid Project No. RSTPL-5432 (011) TO: DeSilva Gates ConstructiOn LP You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. NOTE: This change order is not effective until approved by the Public Works Director. Description of work to be done, estimate of quantities, and prices· to be paid. Segregate between additional work at contract price, a~eed price and force account. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is actually used and no allowance will be made for idle time. Change requested by: Engineer The last percentage shown is the net accumulated increase or decrease from the original quantity in the Engineer's Estimate. Widen northbound Tassajara Road from station TIM 2]+50 to TIM 22+95. Construct 2440 mm x 900 mm reinforced concrete box culvert, 40.1 meters long. Modify existing signal and lighting systems at the intersection of the 1-580 westbound off-ramp and Tassajara Road (Location 2) and at the intersection of Tassajara Road and Koll Center Drive (Location 3). Furnish and install chain link fence, construct concrete barrier (Type 60C) Metal Beam Guard Rail and Terminal System (Type SRT). Install pavement markers and thermoplastic pavement marking and provide Traffic Control. All work shall conform to the details and plans shown on pages 4 through 26 of this change order. Construction staking for this work shall be provided by Owner in accordance with Section 5-1.11 of the Special Provisions. ESTIMATE OF EXTRA WORK AT AGREED UNIT PRICES ESTIMATED REVISED UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT CHANNELIZERS (SURFACE MOUNTED) (LEFT IN PLACE) EA 30 $ 34.50 $ 1,035.00 THERMOPLASTIC PAVEMENT MARKING m2 3 $ 23.00 $ 69.00 PAVEMENT MARKER (NON-REFLECTIVE) EA 58 $ 1.92 $ 111.36 PAVEMENT MARKER (REFLECTIVE) EA 12 $ 3.21 $ 38.52 SALVAGE METAL BEAM GUARD RAILING m 20 $ 97.69 $ 1,953.80 REMOVE ANCHOR (INCLUDED IN SALVAGE MBOR) EA 1 $ $ TERMINAL SYSTEM (TYPE SRT) EA 1 $ 2,682.26 $ 2,682.26 METAL BEAM GUARD RAILING (WOOD POST) m 8 $ 279.36 $ 2,234.88 RELOCATE ROADSIDE SIGN (WOOD POST) EA 5 $ 299.00 $ 1,495.00 CONCRETE (CHANNEL LINING) ms 2 $ 632.50 $ 1,265.00 CHAIN LINK FENCE (TYPE CL-1.2) m 3 $ 191.66 $ 574.98 CONCRETE BARRIER (TYPE 60C) m 16 $ 1,023.50 $ 16,376.00 Agreed Unit Price Subtotal: $ 27,835.80 Channelizers, thermoplastic pavement marking, pavement markers, metal beam guard railing, terminal system. (Type SRT), roadside signs, concrete (channel lining), chain link fence (Type CL-1.2) and concrete barrier (Type 60C) shall conform to the requirements of the Standard Specifications and Special Provisions. Metal beam guard railing shall be salvage~ ~,or~n~i~S~ i~.~ 1.34 "Existing Highway Facilities" of the Special Provisions. Z 0 ZOO3 DEStLVA GATES CONST. FIELD OFFICE CONTRACT CHANGE ORDER NOv ~3 ~ .~.5 PROJECT/ROAD: Interstate 580/Tassajara Road Interchange Improvements PAGE 2 OF 26 PAGES FEDERAL NO.: RSTPL-5432 (0I 1) CONTRACT NO. 01-12 To: Desilva Gates Construction LP EXTRA WORK.AT AGREED LUMP SUM PRICE Perform clearing and grubbing, remove existing headwall and existing concrete channel lining. Dispose of materials in accordance with Section 7-1.13."Disposal of Material Outside the Highway Right of Way" of the Standard Specifications. Construct roadway structural section consisting of roadway excavation, ClaSs 4 ag~egate subbase, Class 3 aggregate base, asphalt treated permeable base and asphalt concrete (Type A). Install 80 mm plastic pipe edge drain and 80 mm plastic pipe edge drain outlets. Construct 40.1 meters long 2440 mm x 900 mm reinforced concrete box including subgrade enhancement fabric, Class 3 aggregate subbase, class 1 concrete, bar reinforcing steel and miscellaneous iron and steel. Modify existing signal and lighting system at location 2 and location 3. Provide Traffic Control for the work of this change order. Traffic Control shall conform to the requirements of Section 10-1.25 "Traffic Control System for Lane Closure" of the Special Provisions. Roadway excavation, Class 4 aggregate subbase, Class 3 aggregate base, asphalt treated permeable base, asphalt concrete (Type A), subgrade enhancement fabric, class 1 concrete, bar reinforcing steel, miscellaneous iron and steel, and modifications to signal and lighting shall conform to the Standard Specifications and Special Provisions. For this work, the Contractor will be paid the Lump Sum Price of $217,1.64.20. This amount constitutes full compensation, including markups for the work of this change. Progress payments will be made in accordance with "Schedule of Values' as shown on page 3 of this change order. Lump Sum Price Subtotal: $ 217, 164.20 Consideration of a time adjustment to City Contract No. 01-12 will be deferred until completion of the work specified herein. Determination of a cmranensurate time extension will be made in accordance ~vith Section 8-1.07 of the Standard Specifications. The prices in this change order exclude the following: SWPPP Sampling and Analysis, Dewatering, Utility Potholing, Handling of Hazardous Materials, Sotmd Monitoring, Removal of Unsuitable Material, Agency Permits and Fees. TOTAL ESTIMATED COST INCREASE: $ 245~000.00 BY REASON OF THIS ORDER, ADJUSTMENT OF THE TIME OF COMPLETION WILL BE DEFERRE~ SUBMI%TED BY;,-' // APP~ROV~A~ .1¢~. O_M~'~, .NDED BY: APP_lkO~ED ~/Res/f~mi~tSenE~ ESngineec~°~ff r Sr. Civil Engineer Pu~'4 ~fl. Director We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefor the prices shown above. Accepted: 'Date 2 / 2 ~> /2003 Contractor: DeSilva Gates Construction LP By: ~ Title: ~ fn~ZT~e c.-k b-~J~ If the Contractor does not sign acceptance of this order, his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. City of Dubli'n, Contract No. 01-12 ~-580/Tassajara Road interchange Improvements CCO#13 LUMP SUM SCHEDULE OF VALUES (FOR PAYMENT PURPOSES ONLY) ITEM DESCRIPTION AMOUNT ~:LEARING AND GRUBBING TRAFFIC CONTROL REMOVE HEADWALL REMOVE CONCRETE ROADWAY EXCAVATION ;TRUCTURE EXCAVATION (CULVERT) SUBGRADE ENHANCEMENT FABRIC $ 56,965.92 ~,LASS 4 AGGREGATE SUBBASE CLASS 3 AGGREGATE BASE 80 mm PLASTIC PIPE (EDGE DRAIN) 80 mm PLASTIC PIPE (EDGE DRAIN OUTLET) $ 19,075.43 ASPHALT TREATED PERMEABLE BASE ASPHALT CONCRETE (TYPE A) $ 23,731.85 CLASS I CONCRETE (BOX CULVERT) BAR REINFORCING STEEL (BOX CULVERT) MISCELLANEOUS IRON AND STEEL $ 91,736.00 SIGNAL AND LIGHTING (MODIFY) (LOCATION 3) $ 25,655.00 TOTAL $ 217,164.20 CCO13 Lump Sum Schedule of Values Page 3 of 26 2/20/2003 CHANGE ORDER SUMMARY DATE: February 20, 2003 PROJECT NAME: 1-580FFassajara Road Interchange Improvement Project CIP #: 96420 CONTRACT NO: 01--12 CONTRACTOR: De Silva Gates Construction PERCENT COMPLETED: 75% CONTRACT AMOUNT: $7,054,198.00 + $70,000 Incentive = $7,124,198.00 APPROVED BUDGET AMT: $7,759,617.00 (includes 10% contingency) CHANGER ORDERS: CHANGE ORDER #1 $5,000.00 CHANGE ORDER #2 $7,974.00 CHANGE ORDER fl3 $6,640.00 CHANGE ORDER #4 $6,212.00 CHANGE ORDER #5 Being processed CHANGE ORDER #6 $4,645.00 CHANGE ORDER #7 $4,189.45 CHANGE ORDER #8 $18,650.03 CHANGE ORDER #9 ($1,20.4.00) CHANGE ORDER #10 Being processed CHANGE ORDER #11 $2,095.00 CHANGE ORDER #12 $1,318.26 CHANGE ORDER #13 $245,000 CHANGE ORDER #14 ($16,650.50) CHANGE ORDER #15 Being processed CHANGE ORDER #16 $3,500.00 CHANGE ORDER #17 $2,196.84 CHANGE ORDER #18 Being processed CHANGE ORDER #19 Being processed CHANGE ORDER #20 $5,540.26 TOTAL OF CHANGE ORDERS: $295,106.34 CURRENT CHANGE ORDER DESCRIPTION: See attached memos. ADJUSTED CONTRACT AMOUNT: $7,419,304.34 PROGRESS PAYMENTS MADE: PAYMENT #1 $122,392.50 PAYMENT #2 $346,304.00 PAYMENT #3 $690,383.20 PAYMENT #4 $650,903.00 PAYMENT #5 $322,915.00 PAYMENT #6 $1,372,198.00 PAYMENT #7 $928,869.00 PAYMENT #8 $555,172.20 PAYMENT #9 $119,545.73 TOTAL PROGRESS PAYMENTS: $5,108,682.63 REMAINING BALANCE ON CONTRACT: $2,310,621.71 RECOMMENDATION: APPROVED APPROVED APPROVED DENIED DENIED DENIED SIGNATURES: . Public Works Director City Manager Mayor