Loading...
HomeMy WebLinkAbout4.04 ChangeOrder#9 90-1 CITY OF DUBLIN AGENDA STATEMENT CITY COUNCIL MEETING DATE: October 28, 1991 SUBJECT: Contract Change Order No. 9 San Ramon Road Phase IV Project 90-1 Report by Public Works Director Lee Thompson EXHIBITS ATTACHED: Proposed contract change order Exhibits A and B RECOMMENDATION: Approve contract change order and authorize Mayor to execute. FINANCIAL STATEMENT: ~/The cost of the Contract Change Order is $40,581.73. ~I{~ Sufficient funds have been budgeted for the project change f ~/- orders to date, including this proposed Change Order No. 9. DESCRIPTION: The City Council is requested to approve this contract change order (CCO) because the cost exceeds $25,000, which is the City Manager's limit of approval. This work on the San Ramon Road Phase IV project was to remove localized high spots from the existing pavement, repair existing failed areas in the existing San Ramon Road pavement, and to remove and replace the entire pavement section at the Shannon Avenue intersection. The work required pavement grinding, digout, and patching, as well as removal of the pavement at Shannon Avenue that had originally been scheduled to remain. The Shannon Avenue intersection was found to have an inadequate existing pavement section for the projected San Ramon Road traffic. If this work had not been done, the new overlay would have immediately deteriorated. The amount of failed pavement on San Ramon Road at Shannon Avenue was greater than originally anticipated during the project design (7,460 square feet as opposed to 500 square feet). This was partially due to the long FAU process through the State, and more pavement had deteriorated, and partially due to the fact that last year's overlay project stopped short on Shannon Avenue to avoid the removal of advanced signal detector loops. The bid price for pavement repair could not be extended for this work, as the quantity was only anticipated to be 500 square feet and had a high unit price. Therefore, it would not have been cost-effective to extend the bid price. The removal of the existing pavement section and replacement with 12" of asphalt paving in the old Shannon Avenue street section was approximately 1,600 square feet. The need for the structural pavement replacement at Shannon Avenue was an unknown condition at the time of bidding. The allowable contract days for this work are proposed to be extended by two days, which is the amount of time taken to do the work. Staff recommends that the City Council approve CCO No. 9 and authorize the Mayor to execute it. a:(sanramon4)\co\agstco9 ITEM NO. COPIES TO: D~uglas Chipman, Redgwick Construction ~'Ray Miller, Caltrans EXHIBIT "A" A CHANGE ORDER FOR~ DATE: October 22, 1991 PROJECT NAME: PROJECT CIP #: 9659 PROJECT FINANCE CONTROL #: ENGINEERING CONTRACT #: 90-01 PERCENT COMPLETED: 90% COUNCIL-APPROVED CONTRACTOR: APPROVED BUDGET AMOUNT: SAN RAMON ROAD IMPROVEMENTS PHASE IV COUNCIL-APPROVED CONTRACT AMOUNT: REDGWICK CONSTRUCTION CO. Original $2,225,000; modified to $2,053,300 in the 1991-92 CIP update $1.866.639.22 CRANGE AMOUNT (+/-) CHANGE ORDER NO. 1 CHANGE ORDER NO. 2 CHANGE ORDER NO. 3 CHANGE ORDER NO. 4 CHANGE ORDER NO. 5 CHANGE ORDER NO. 6 CHANGE ORDER NO. 7 CHANGE ORDER NO. 8 CHANGE ORDER NO. 9 CHANGE ORDER NO. 10 $ 7,467,90 $ 967.34 $ 3,586.00 $ 3,367.00 $ 33.100.00 $ 14,267,55 $ 21,812.89 $ 4.243.55 $ 40.581.73 $ TOTAL OF ALL CURRENT AND PRIOR CHANGE ORDERS: ADJUSTED CONTRACT AMOUNT: *Approved by City Council $ 129,393,96 $1,996.033.18 PROGRESS PAYMENTS MADE: PAYMENT NO. 1 $ PAYMENT NO. 2 $ PAYMENT NO. 3 $ PAYMENT NO. 4 $ PAYMENT NO. 5 $ PAYMENT NO. 6 $ PAYMENT NO. 7 $ PAYMENT NO. 8 $ PAYMENT NO. 9 $ PAYMENT NO. 10 $ PAYMENT NO. 11 $ PAYMENT NO. 12 $ PAYMENT NO. 13 $ PAYMENT NO. 14 $ PAYMENT NO. 15 $ TOTAL PROGRESS PAYMENTS: 147.968.00 143.634.00 5,985,60 171,379,10 454,924.30 251,590,90 241,809,75 229.971.93 148.912.09 $ 1,796.175.67 REMAINING BALANCE ON CONTRACT: $ 199,857.51 RECOMMENDATION: APPROVED DENIED APPROVED DENIED APPROVED DENIED Supervising Dept. Head City Manager Mayor a:~co~longthg9 CITY OF DUBLIN CONTRACT CHANGE ORDER NO. 09 ROAD: San Ramon Road Improvements Phase IV Sheet 1 of 1 Sheets FEDERAL NO. M-A550(4) CRP-LO89(516) CONTRACT NO. 90-01 TO~ Redgwick Construction, 25599 Huntwood Ave., HaYward CA 94544 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 eh-~Ke order is not effective until approved by the Ghief En~ineer. 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. The last percentage shown is the net accumulated increase or decrease from the original quantity in the Engineer's Estimate. EXTRA WORK AT AGREED PRICE Remove localized high spots, repair failed pavement areas, and remove excess pavement section from the west side of the Shannon Avenue intersection in locations and depths of excavation or grinding as directed by the Engineer. $44,081.73 Delete Bid Item No. 22 "Repair Existing Roadbed" 500 SF @ $7.00/SF (3,500.00) The work shall be performed for the agreed price. No additional compensation shall be allowed therefor. Total Cost: $ 40,581.73 5y reason of this order, the time of completion will be a~usted as follows: 2 additional days Submitted By: Date: Approval Recommended: Date: Approved: Chief EnGineer, By: Date: 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 Contractor By: Title 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.