Loading...
HomeMy WebLinkAbout4.06 Improv I-580 TassajaraFile No.. CTTY CLERK I 6 AGENDA STATEMENT CTTY COUNCTL MEETING DATE: September 16, 2003 SUBJECT: Change Order Authorization - Contract No. 01-12 I-580/Tassaj ara Road Interchange Improvement Project Report Prepared by: Lee S. Thompson, Public Works Director ATTACHMENTS: Change Order Nos. 10, 18 and 33 (Plans attached to Change Orders will be available at the City Council meeting) RECOMMENDATION: /~A~Approve Change Order Nos. 10, 18 and 33 in the total amount of Z~ $201,954.10. FINANCIAL STATEMENT: Original Project Contract Amount: $ 7,124,198.00 Project Bid Contingency Amount: $ 895,770.00 Total Construction Budget: $ 8,019,968.00 Total Approved Change Orders to Date: Amount of Change Order No. 10: Amount of Change Order No. 18: Amount of Change Order No. 33: Total All Change Orders: ($ 496,555.93) ($ 41,956.89) ($ 75,846.92) ($ 84,150.29) ($ 698,510.03) Remaining Project Contingency Amount: $ 197,259.97 Change Order No. 10 for $41,956.89 will be paid from the payment received from Koll Development Company (see explanation below). DESCRIPTION: ConstTuction of the 1-580/Tassajara Road Interchange Improvement project is approximately 95% complete. It is necessary for the City Council to approve three Change Orders for this project as the amount of each of the Change Orders exceeds the $25,000 authorization limit granted to the City Manager. Change Order No. 10 is needed to cover the cost of installation of landscape improvements within Caltrans right-of-way along 1-580 and along the diagonal on-ramp to westbound 1-580 adjacent to the Koll Dublin Corporate Center (Koll). A Condition of Approval for the Koll project was to install this COPIES TO: g:hmiscproj\i-580 Tassajara\project\agst CCO 10,18, 33 Authorization DeSilva Gates Construction ITEM NO. landscaping. At the request of the Koll Development Company, the City entered into an agreement with Koll on November 6, 2001, to install the landscaping improvements on behalf of Koll, as part of the 1-580/Tassajara Road Interchange Improvement Project in exchange for payment from Koll for the cost of the landscape improvements. Pursuant to the agreement, Koll paid the City $52,814 towards the construction of Koll's landscape improvement obligation. The amount of $41,956.89 for Change Order No. 10 will be paid from the payment received from Koll. Change Order No. 18 is needed due to the required revisions to the drainage systems along the eastbound and westbound auxiliary lanes of 1-580 between Tassajara Road and Fallon Road, and to the regrading of existing slopes to fit actual field conditions and facilitate drainage. This Change Order also includes the removal and disposal of several existing pipes, inlets, and a metal beam guardrail in conflict with the revised drainage systems. Furthermore, the Change Order will modify the existing drainage system by installing approximately 86 feet of corrugated steel pipe, constructing two drain inlets, and constructing rock slope protection. The total cost of this Change Order is $75,846.92. Change Order No. 33 includes the installation of 417 feet of 30-inch diameter pipe culvert, 10 feet of 18-inch diameter pipe culvert, construction of 4 drain inlets along the westbound diagonal on-ramp, and excavation and grading of an embankment, all of which is necessary to replace an existing v-ditch along the north side of the on-ramp. The new pipe system will provide more room for the freeway landscaping required along the westbound on-ramp. This Change Order will also remove and replace any damaged fences, irrigation facilities, and plants located within the Koll property. The total cost of Change Order No. 33 is $84,150.29. Caltrans has approved the design features of Change Order Nos. i0, 18 and 33. Staff recommends that the City Council approve Change Order Nos. 10, 18 and 33 in the total amount of $201,954.10. Page 2 ~D2---~ DATE: August 29, 2003 CHANGE ORDER SUMMARY PROJECT NAME: CIP #: CONTRACT NO: CONTRACTOR: PERCENT COMPLETED: 1-580/Tassajara Road Interchange Improvement Project 96420 00-12 De Silva Gates Construction 95% CONTRACT AMOUNT: $7,054,198.00 + $70,000 Incentive = $7,124,198.00 APPROVED BUDGET AMT: $8,019,968.00 CHANGE ORDERS: CHANGE ORDER #1 $5,000.00 CHANGE ORDER #2 ' $7,974.00 CHANGE ORDER #3 $6,640.00 CHANGE ORDER #4 $6,212.00 CHANGE ORDER #5 $21,992.94 CHANGE ORDER #6 $4,645.00 CHANGE ORDER #7 $4,189.45 CHANGE ORDER #8 $18,650.03 CHANGE ORDER #9 ($1,204.00) CHANGE. ORDER #10 $41,956.89 CHANGE ORDER #11 $2,095.00 CHANGE ORDER #12 $1,318.26 CHANGE ORDER #13 $245,000.00 CHANGE ORDER #14 ($16,650.50) CHANGE ORDER #15 $5,000.00 CHANGE ORDER #16 $3,500.00 CHANGE ORDER #17 $2,196.84 CHANGE ORDER #18 CHANGE ORDER #19 CHANGE ORDER #20 $5,540.26 CHANGE ORDER #21 $1,298.07 CHANGE ORDER #22 CHANGE ORDER #23' $72,000.00 CHANGE ORDER #24 $15,540.00 CHANGE' ORDER #25 $8,297.21 CHANGE ORDER #26 CHANGE ORDER #27 $6,925.22 CHANGE ORDER #28 $24,612.08 CHANGE ORDER #29 $3,229.42 CHANGE ORDER #30 CHANGE ORDER #31 $15,500.00 CHANGE ORDER #32 $6,624.00 CHANGE ORDER #33 CHANGE ORDER #34 $20,430.65 ITOTAL OF CHANGE ORDERS: $614,359.74 CURRENT CHANGE ORDER DESCRIPTION: See attached memo. ADJUSTED CONTRACT AMOUNT: $7,738,557.74 PROGRESS PAYMENTS MADE: PAYMENT #1 $122,392.50 PAYMENT #2 $346,304.00 PAYMENT #3 $690,383.20 PAYMENT ¢N $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 PAYMENT #10 $454,340.40 PAYMENT #11 $125,979.11 PAYMENT #12 $305,032.05 PAYMENT #13 $247,810.80 PAYMENT #14 $450,337.27 PAYMENT #15 $537,581.37 PAYMENT #16 $196,878.05 TOTAL PROGRESS PAYMENTS: ' $7,426,641.68 IREMAINING BALANCE ON .CONTRACT: $311,916.06 RECOMMENDATION: APPROVED ~ APPROVED APPROVED DENIED /~ DENIED DENIED Pbl~lic V~orJ(sui'iec[o ' City Manager Mayor G:\Miscproj\l-580-Tassajara\Construction\CCO Summary 29Aug03(2) CITY OF DUBLIN CONTRACT CHANGE ORDER NO. 10 PROJECT/ROAD: Interstate 580 / Tassajara Road Interchange Improvements PAGE I OF 6 PAGES CONTRACT NO. City Project Nol 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, agreed 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. Install landscaping, irrigation within State right of way and along the diagonal onramp to westbound 1-580 as shown on sheets 2 through 6 of this change order. Perform plant establishment work for 90 calendar days. ESTIMATE OF DECREASE IN CONTRACT ITEMS AT CONTRACT PRICES Eliminate 3.3 meters of 200 mm corrugated steel pipe conduit from contract plans. Item #75 - Extend 200mm Corrugated Steel Pipe Conduit (1.63 mm Thick) - 3.3 m (-11.8%) ~ $300.00/M -$990.00 (-11.8%) EXTRA WORK AT AGREED LUMP SUM PRICE Modify the existing irrigation facilities and install planting within the state right-of-way as shown on plan sheets 2 through 6 of this change order. Planting and Irrigation work shall conform to the requirements specified in section 10-2 "Highway Planting and Irrigation Systems" of the Special Provisions. Perform plant establishment work for 90 days in accordance with section 10-2.04 "Highway Planting" of the Special Provisions. For this work, the contractor will be paid the lump stun price of $40,946.89. This amount constitutes full compensation, including markups, for the wofk of this change. Lump Sum Cost +$40,946.89 ESTIMATE OF EXTRA WORK AT FORCE ACCOUNT Provide electrical service to the new irrigation controller cabinet by installing new conduit and conductors and splicing into existing electrical service. Estimated Force Account Cost +$2,000.00 TOTAL ESTIMATED COST INCREASE: $ 4L956.89 BY REASON OF THIS ORDER, THE TIME OF COMPLETION WILL BE ADJUSTED O WORKING DAYS SUBMITTED BY: ~.. f AP!~ROVAL RECO.~---~NDED BY: APPROVED BY: ~fines E.dSco~tt Date Fdrdinand DeC Rosario Date Lee S. Thompson Date Resident Engineer ~. Civil Engineer Public Works 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:l Date ~ / ~_ /2003 Contractor: DeSilva Gates Construction LP ~'~"~ - ~ ' ted to the l e uirements of /1T t~o~ does~ not sign acceptance of this order, his attention is cfirec - q the specifications as to ~..~5~eeding with the ordered work and filing a written protest within the time therein specified. CITY OF DUBLIN CONTRACT CHANGE ORDER NO. 10 PROJECT/ROAD: Interstate 580 / Tassajara Road Interchange Improvements PAGE 1 OF 6 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, agreed 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. Install landscaping, irrigation within State right of way and along the diagonal onramp to westbound 1-580 as shown on sheets 2 through 6 of this change order. Perform plant establishment work for 90 calendar days. ESTIMATE OF DECREASE IN CONTRACT ITEMS AT CONTRACT PRICES Eliminate 3.3 meters of 200 mm corrugated steel pipe conduit from contract plans. Item #75 - Extend 200mm Corrugated Steel Pipe Conduit (1.63 mm Thick) -3.3M(-11.8%) ~ $300.00/M -$990.00 (-11.8%) EXTRA WORK AT AGREED LUMP SUM PRICE Modify the existing irrigation facilities and install planting within the state right-of-way as shown on plan sheets 2 through 6 of this change order. Planting and Irrigation work shall conform to the requirements specified in section 10-2 "Highway Planting and Irrigation Systems" of the Special Provisions. Perform plant establishment work for 90 days in accordance with section 10-2.04 "Highway Planting" of the Special Provisions. For this work, the contractor will be paid the lump sum price of $40,946.89. This amount constitutes full compensation, including markups, for the work of this change. Lump Sum Cost +$40,946.89 ESTIMATE OF EXTRA WORK AT FORCE ACCOUNT Provide electrical service to the new irrigation controller cabinet by installing new conduit and conductors and splicing into existing electrical service. Estimated Force Account Cost +$2,000.00 TOTAL ESTIMATED COST INCREASE: $ 4L956.89 BY REASON OF THIS ORDER, THE TIME OF COMPLETION WILL BE ADJUSTED O WORKING DAYS SUB~IT, Tg.D~V.~ ~ ~~ -- APPROVAL KI~C~NDEDBY: AP PROVEDBY: //,J~/mes B(. ScOtt Date Lee S. Thompson Date Resident Engineer S~ Civil Engineer Public Works 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 wilt accept as full payment therefor the prices shown above. Accepters/ Date ~) / ~) /2003 Contractor: DeSilva Gates Construction LP f'I~ct~r does ,not sign acceptance of this order, his attention is directed to the requirements of the specifications as to "-t:~ceeding with the ordered work and filing a written protest within the time therein specified. DATE: August 29, 2003 CHANGE ORDER SUMMARY PROJECT NAME: CIP #: 1-580FFass~ara Road lnterchangelmprovement Pr~e~ 96420 CONTRACT NO: 00-12 CONTRACTOR: De Silva Gates Construction PERCENT COMPLETED: 95% CONTRACT AMOUNT: $7,054,198.00 + $70,000 Incentive = $7,124,198.00 APPROVED. BUDGET AMT: $8,019,968.00 CHANGE ORDERS: CHANGE ORDER #1 $5,000.00 CHANGE ORDER #2 $7,974.00 CHANGE ORDER #3 ' $6,640.00 CHANGE ORDER #4 $6;212.00 CHANGE ORDER #5 $21,992.94 CHANGE ORDER #6 $4,645.00 CHANGE ORDER #7 $4,189.45 CHANGE ORDER #8 $18,650.03 CHANGE ORDER #9 ($1,204.00) CHANGE ORDER #10 $41,956.89 CHANGE ORDER #11 $2,095.00 CHANGE ORDER #12 $1,318.26 CHANGE ORDER #13 $245,000.00 CHANGE ORDER #14 ($16,650.50) CHANGE ORDER #15 · $5,000.00 CHANGE ORDER #16 $3,500.00 CHANGE ORDER #17 $2,196.84 CHANGE ORDER #'18 $75,846.92 CHANGE ORDER #19 CHANGE ORDER #20 $5,540.26 CHANGE' ORDER #21 $1,298.07 CHANGE ORDER #22' CHANGE ORDER #23 $72,000.00 CHANGE ORDER #24 $15,540.00 CHANGE ORDER #25 $8,297.21 CHANGE ORDER #26 CHANGE ORDER #27 '$6,925.22 CHANGE ORDER #28 $24,612.08 CHANGE ORDER #29 $3,229.42 CHANGE ORDER #30 CHANGE ORDER #31 $15,500.00 CHANGE ORDER #32 $6,624.00 CHANGE ORDER #33 $84,150.29 CHANGE ORDER #34 $20,430.65 ITOTAL OF CHANGE ORDERS: I $698,510.03 I CURRENT CHANGE ORDER DESCRIPTION: See attached memo. ADJUSTED CONTRACT AMOUNT: $7,822,708.03 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 PAYMENT #10 $454,340.40 PAYMENT #11 $125,979.11 PAYMENT #12 $305,032.05 PAYMENT #13 $247,810.80 PAYMENT #14 $450,337.27 PAYMENT #15 $537,581.37 PAYMENT #,16 $196,878.05 TOTAL PROGRESS PAYMENTS: $7,426,641.68 IREMAINING BALANCE ON CONTRACT: $396,066.35 RECOMMENDATION: APPROVED ~ APPROVED APPROVED DENIED ~ ' ' DENIED DENIED SIGNATURES: ~ Public ~irect r City Manager Mayor G:\Miscproj\l-580-Tassajara\Construction\CCO Summary 29Aug03(3) ? CITY OF DUBLIN .CONTRACT CHANGE ORDER NO. 18 Interstate 580 / Tassajara Road Interchange Improvements __ ~P~A~f(~t~GES City Project No. 01-12, Federal Aid Project No RSTPL-543~~~gi-''~ '~ CONTRACT NO. 'TO: DeSilva Gates Construction Lp . ~\~ You are hereby directed to make the herein described changes from the plans and specifications or do the following ~e~~rk · 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 pric'&i agreed 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. Revise drainage systems along eastbound and westbound auxiliary lanes from B8M 105-~00 to B8M 112+46. Regrade existing slopes to fit field conditions and facilitate drainage. Remove and salvage portion of metal beam guard railing at B8M 112+20 to BSM 1 t2+40.235. Furnish and install one terminal system (Type ET), all as shown on pages 3 through 13 of this change order and as specified herein. EXTRA WORK AT. FORCE ACCOUNT Revise horizontal alignment and raise gutter to revised flow line grades from B8M 105+00, 29.152m (Lt) to B8M 109+20, 29m (Lt). Remove existing asphalt concrete walkway and buried man-made objects in the revised alignment of the sub-grade as directed by the Engineer. Place asphalt concrete lining in gutter as specified and as approved by the Engineer. Revise horizontal alignment and lower gutter to revised flow line grades from B8M 111+02, 30.5m (Rt) to B8M 112+46, 32.409m (Rt). Place asphalt concrete lining in gutter as specified and as approved by the Engineer. Place asphalt concrete pavement' and channel lining on choker and slope behind metal beam guardrail at B8M 108+46, 28m (Lt) to 108+80, 28m (Lt) and at BSM 112+40, 28m (Rt) to 112+60, 28m (Rt). Lower and cap type GMP pipe inlet (drainage item 18d) at BSM 108+88.1, 29rn (Rt). Method of capping inlet and elevation shall be determined in the field by the Engineer. Remove and dispose of CMP inlet located 31.7 m RT B8M 111+60 and the 450 mm APC pipe b~tween'B8M 111+60, 31.7m (Rt) and BSM 112+46, 3 lm (Rt). CMP inlet and 450 mm APC pipe shall be disposed of outside the right of way in accordance with Section 7-1. I3 of the Standard Specifications. Remove metal beam guard rail from BSM 112+i5.47, 28m (Rt) to B8M 112+40.235, 27.65m (Rt). Install new terminal system (Type ET) at B8M 112+40.235, 27.65m (Rt). Install Type F guardrail delineators (class i) on every other post supporting metal beam guardrail ar the following locations: BSM 103+85 (Rt) to t04+60 (Rt); BSM 104+40 (Lt) to 104+70 (Lt); BSM 107+70 (Rt) to 108+00 (Rt); B8M 108+48 (Lt) to 108+76 (Lt); BSM 116+32 (Rt) to 116+62 (Rt); TR2M 200+35 (Lt) to 200+60 (Lt). Provide necessary traffic control for this work as directed or approved by the Engineer. Total Force Account Cost $88,932.86 CONTRACT CHANGE ORDER NO; 18 PROJECT/ROAD: Interstate 580 / Tassajara Road Interchange Improvements CONTRACT NO. City Project No. 01-12, Federal Aid Project No. RSTPL-5432 (011) TO: DeSilva Gates Construction, LP PAGE 2 OF 13 PAGES EXTRA WORK AT AGREED LUMP SUM PRICE Modify existing Drainage System 14 including installation of 26.2 m 0£600 mm Corrugated Steel Pipe, construction of two OS inlets at B SM 107+00, 28.9m Lt and B8M 107+33.35, 29. lm Lt., remove and reinstall the existing Akemative Flared End Section (AFES) and construction of 6.1 m3 of Rock Slope Protection (RSP). Rock Slope Protection shall conform to the grading requirements for "Facing, Method B" and all other requirements in Section 72-2 "Rock Slope Protection" of the Standard Specifications. For this work the Contractor will be paid the Lump Sum Price of $11,461.26 This amount constitutes full compensation, including markups, for the work of this change. Agreed Lump Sum Price = $11,461.26 ESTIMATE OF INCREASES AND DECREASES OF CONTRACT ITEMS AT CONTRACT PRICES Eliminate miscellaneous asphalt concrete paving from station B8M 110+80, 30.530m (Rt) to B8M 112+51, 30.53m (Rt) and from station BSM 105+00, 29.35m (Lt.) to B8M 109+20, 29.35m (Lt.). Item # 58 - Roadway Excavation - 83.6 M3 (-0.54 %) ~$22.00/M3 Item # 80 - Asphalt Concrete (Type A) -210 Tonnes (-3.44 %) ~ $65.00/Tonne Item # 82 - Place Asphalt Concrete (Miscellaneous Area) -1,039 M2 (-29.19 %) ~ $10.00/M2 Item #134 -Miscellaneous Iron and Steel +444 KG (+34.13%) ~ $3.00/KG Estimated Net Cost.of Item Changes -$1,839.20 (6.8 %) -$13,650.00 (-3.4 %) -$10..390.00 (-30.4 %) +$1,332.00 (+79.0 %) -$24,547.20 There will be no adjustment in compensation in accordance with standard Specification Section 4-1.03B(2) for Item # 82 "Place Asphalt Concrete" for this change. There will no adjustment in accordance with Standard Specification Section 4-1.03B(1) for Item # 134 "Miscellaneous Iron and Steel" for this change. Estimated Net Cost of This Change Order $88,932.86 + $11,461.26 - $24,547.20 $75,846.92 TOTAL ESTIMATED COST INCREASE: $ 75~846.92 BY REASON OF THIS ORDER, THE TIME OF COMPLETION WILL BE ADJUSTED 0 WORKING DAYS SUBMITTED BY: ~ APPROVA~MENDED BY: APPROVED BY: ~es E.~tt Date Lee S. Thompson Date Resident Effgineer Sr. Civil Engineer Public Works 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 ~ / /~" /2003 Contractor: By: ~'~. ~ ~'~'~-~-~-~% Title: I~)~h4.,-eont~8to'r"-'~;~'~s r~ot sign accept~ce of ~is order, his a~ention is dkected to the requirements of the specifications as to ~ceed~g with the ordered work and filing a wri~en protest within the t~e therein specified. DATE: August 29, 2003 CHANGE ORDER SUMMARY PROJECT NAME: CIP #: CONTRACT NO: 00-12 CONTRACTOR: De Silva Gates Construction PERCENT COMPLETED: 95% CONTRACT AMOUNT: $7,054,198.00 + $70,000 Incentive = $7,124,198.00 APPROVED BUDGET AMT: $8,019,968 1-580/Tassajara Road Interchange Improvement Project 96420 CHANGE ORDERS: CHANGE ORDER #1 $5,000.00 CHANGE ORDER #2 $7,974.00 CHANGE ORDER #3 $6,640.00 CHANGE ORDER #4 $6,212.00 CHANGE ORDER #5 $21,992.94 CHANGE ORDER #6 $4,645.00 CHANGE ORDER #7 $4,189.45 CHANGE ORDER #8 $18,650.03 CHANGE ORDER #9 ($t ,204.00) CHANGE ORDER #10 $41,956.89 CHANGE ORDER #11 $2,095.00 CHANGE ORDER #12 $1,318.26 CHANGE ORDER #13 $245,000.00 CHANGE ORDER #14 ($16,650.50) ~CHANGE ORDER #15 $5,000.00 CHANGE ORDER #16 $3,500.00 CHANGE ORDER #17 $2,196.84 CHANGE ORDER #18 $75,846.92 CHANGE ORDER #19 CHANGE ORDER #20 $5,540.26 CHANGE ORDER #21 $1,298.07 CHANGE ORDER #22 CHANGE ORDER #23 $72,000.00 CHANGE ORDER #24 $15,540.00 CHANGE ORDER #25 $8,297.21 CHANGE ORDER #26 CHANGE ORDER #27 $6,925.22 CHANGE ORDER #28 $24,612.08 CHANGE ORDER #29 $3,229.42 CHANGE ORDER #30 CHANGE ORDER #31 $15,500.00 CHANGE ORDER #32 $6,624.00 CHANGE ORDER #33 $84,150.29 CHANGE ORDER #34 $20,430.65 ITOTAL OF CHANGE ORDERS: ' $698,510.03 CURRENT CHANGE ORDER DESCRIPTION: I See attached memo. ADJUSTED CONTRACT AMOUNT: $7,822,708.03 PROGRESS pAYMENTS MADE: PAYMENT #1 $122,392.50 ~AYMENT #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 ~AYMENT #8 $555,172.20 PAYMENT #9 $119,545.73 =AYM E NT #10 $454,340.40 PAYMENT #11 $125,979.11 PAYMENT #12 $305,032.05 PAYMENT #13 $247,810.80 PAYMENT #14 $450,337.27 PAYMENT #15 $537,581.37 PAYMENT #16 $196,878.05 TOTAL PROGRESS PAYMENTS: $7,426,641.68 REMAINING BALANCE ON CONTRACT: $396,066.35 RECOMMENDATION: APPROVED APPROVED APPROVED DENIED DENIED DENIED SIGNATURES: Public Works Director City Manager Mayor G:\Miscproj\l-580-Tassajara\Construction\CCO Summary 29Aug03(3) CITY OF DUBLIN CONTRACT CHANGE ORDER NO. 33 PROJECT/ROAD: Interstate 580 / Tassajara Road Interchange Improvements PAGE 1 OF 12 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, agreed 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. A the westbound diagonal on ramp provide temporary access control, modify.existing drainage facilities, excavate and grade embankment, and restore existing landscaping at the Koll Corporate Center as .shown on sheets 3 through 12 of this change order. ESTIMATE OF INCREASES AND DECREASES IN CONTRACT ITEMS AT CONTRACT PRICES Item #2 - Temporary Fence (Type CL-1.8) + 198 M (+36.0%) ~ $20.00 / M Item #58 - Roadway Excavation + 1206 M3 (+7.7%) ~ $22.00 / M3 Item #95 - Minor Concrete (Minor Structure) - 5.0 M3 (-50.0%) ~ $1,000.00/M3 Item #108 - 600mm Alternative Pipe Culvert -117M(-31.6%) ~ $160.00/M Item #119 - 600 mm Alternative Flared End Section -1 EA (-33.3%) ~ $600.00/EA Item #120 - 750 mm Alternative Flared End Section + I EA (+100.0%) ~ $800.00/EA Item #134 - Miscellaneous Iron and Steel + 476 KG (+36.6%) ~ $3.00 / KG Net Estimated Item Cost +$3,960.00 (+36.0%) +$26,532.00 (+ 7.4%) -$5,000.00 (+11.2%) -$18,720.00 (-31.6%) -$600.00 (-33.3%) +$800.00 (+100%) +$1,428:00 (+44.9%) +$8,400.00 EXTRA WORK AT AGREED LUMP SUM PRICE (Fencing) Remove and dispose of 198 linear meters of existing right of way fence. Disposal offence materials shall conform to the requirements of section 7-1.13 "Disposal of Materials Outside the Highway Right of Way" of the Standard Specifications. Furnish and install 198 linear meters of chain link fence (Type CL-1.8) along the right of way on the.same alignment as the existing right of way fence. Chain link fence shall conform to the requirements of section 80-4 "Chain Link Fence" of the Standard Specifications. For this work, the contractor will be paid the lump sum price of $7,169.10. This amount constitutes full compensation, including markups, for the work of this change. Lump Sum (Fencing) Cost +$7,169.10 EXTRA WORK AT AGREED LUMP SUM PRICE (Underground) The Contractor shall furnish and install 2.9 meters of 450 mm of alternative pipe culvert, 127.2 meters of 750mm alternative pipe culvert and construct four (4) G2 inlets as shown on sheets 5, 6 and 7 of this change order. Alternative pipe culvert shall conform to the requirements of section 10-1.58 "Alternative Pipe" of the Special Provisions and sheet D-19 of the contract plans. For this work, the contractor will be paid the lump sum price of $41,500.00. This amount constitutes full compensation, including markups, for the work of this change. Lump Sum (Underground) Cost +$41,500.00 'CONTRACT CHANGE ORDER NO. 3_~3 l"&.% \ ~ PROJECT/ROAD: Tassajara Road Interchange improvements PAGE 2 OF 12 PAGES FEDERAL NO.: CONTRACT NO. 01-12 To: DeSilva Gates Construction EXTRA WORK AT AGREED LUMP SUM PRICE (Planting) Salvage existing irrigation facilities and remove existing plants located between the State right of way and the City of Dublin's Park and Ride lot prior to performing grading. After completion of grading, restore irrigation facilities and replace plants and erosion control. The existing landscaping along the parking lot of the KolI Center was inventoried jointly by the Contractor and Engineer. The following is a summary of the plant type, size, spacing and quantities to be restored under this change order. 20 each 24" Box Evergreen Pear Trees on 10 meter spacing 80 each No. 1 Red Clusterberry shrubs on 2 meter spacing between trees 160 each +/- No. 1 Hypericum ground cover on 1 meter spacing 100 M3 +/- of decorative mulch 74mm deep Plant establishment in the area between the State right of way and the City of Dublin's Park and Ride lot will be performed by others. The Contractor will not be required to perform plant establishment work as part of this change order. For this work, the contractor will be paid the lump'sm price of $24,300.00. This amount constitutes full compensation, including markups, for the work of this change. Lump Sum (Planting) Cost +$24,300.00 EXTRA WORK AT FORCE ACCOUNT Construct asphalt concrete lined ditch between TR4M Sta. 498+26.0 and 499+10 as shown on sheet 3 of this change order and sheet C-8 of the contract plans. Asphalt concrete shall comply with section 10-1.48 "Asphalt Concrete" of the Special Provisions. Force Account Cost +$2,781.19 TOTAL ESTIMATED COST INCREASE: $ 84,150.29 BY REASON OF THIS ORDER, THE TIME OF COMPLETION WILL BE ADJUSTED 0 WORKING DAYS ./5~mes E. ScOtt ' Date /~-"' Resident Engineer APPROVAL~RE~ENDED BY: lferdin~ D~I~ RoSario Date Sr. Civil Engineer APPROVED BY: Lee S. Thompson Date Public Works Director We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal 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. Accepte~ Date ~;> / '~ /2003 Contractor: DeSilva Gates Construction2t LP //"fi- ~ ' ' he re uirementsCt .~qg~4L"6~actor do'es not sign acceptance of this order, his attention ~s drrected to t q of the specifications as to Dt~5'ceeding with the ordered work and filing a written protest within the time therein specified. '