Loading...
HomeMy WebLinkAbout1918CD LOT 01.pdfLETTER OF TRANSMITTAL - C.C.O. NO. 01 SEPTEMBER 7, 2021 TO: STEVEN E. WHITE, DIRECTOR WASTEWATER TREATMENT IMPROVEMENTS PUBLIC WORKS AND PLANNING AT THE EL PORVENIR AND CANTUA CREEK FACILITIES COMMUNITY DEVELOPMENT BLOCK GRANT NOS. 18291 AND 18091 CONTRACT NO. 19-18-CD ATTN: MANDEEP S. SEKHON INTERIM CONSTRUCTION ENGINEER FROM: LARUE GOOSSEN, Resident Engineer STATUS OF FUNDS: Contract Items $ 640,648.00 Original Allotment $ 685,180.40 Dept. Furnished Materials $ 0.00 Supplemental Allotment $ 66,617.46 Previous CCO's $ 0.00 Total Allotment $ 751,797.86 This CCO $ 76,960.23 Obligated Funds $ 717,608.23 Total Obligated Funds $ 717,608.23 Unobligated Balance $ 34,189.63 DIRECTOR'S LIMIT to sign change orders is: $ 44,532.40 This contract change order exceeds the Director’s Limits; supplemental allotment of $66,617.46 was approved on July 13, 2021 (Agenda Item 54) PART I - DESCRIPTION: Install pond liner (in Pond No. 2) at the Cantua Creek facility – extra work. WHY: The existing unlined Pond No. 2 at the Cantua Creek facility is intended for aerating/treating the sewage after completion of this project. The Resources Division decided to line this pond with a 60-mil High Density Polyethylene (HDPE) liner system prior to its use. Therefore, it was necessary to direct the Contractor to perform this work as extra work . HOW: The Contractor was directed to perform this extra work according to Section 4-1.05, “Changes and Extra Work,” of the Standard Specifications. Payment for this work will be made as extra work at an agreed lumpsum price of $105,093, according to Section 9-1.03,” Payment Scope,” of the Special Provisions. A time extension of 10-working days will be granted for this work. COST: A $105,093.00 Increase LARue Goossen (Dec 21, 2021 07:39 PST) LETTER OF TRANSMITTAL - C.C.O. NO. 01 SEPTEMBER 7, 2021 PART II- DESCRIPTION: Furnish and provide a trailer mounted pressure washer – extra work. WHY: New components of the treatment facilities would require an ongoing cleaning/washing to work efficiently. Therefore, it was necessary to purchase a pressure washer as extra work. HOW: The Contractor was directed to furnish and provide a pressure washer according to Section 4-1.05, “Changes and Extra Work,” of the Standard Specifications. Payment for this work will be made as extra work at an agreed lumpsum price of $ 7,183.23 (invoice plus markups), according to Section 9- 1.03,” Payment Scope,” of the Special Provisions. COST: A $7,183.23 Increase PART III- DESCRIPTION: Increase/decrease/eliminate items at unit prices. WHY: The item quantities in the Bid Book are estimates only. This reflects the actual quantities used for construction. Bid Item No.1 - Supplemental Work, is eliminated in its entirety according to Section 9-1.06D, “Eliminated Items” of the Standard Specifications. The contractor incurred no costs for this bid item, so no payment is made for eliminating this bid item. Bid Item No.1 is eliminated, resulting in a decrease of $10,000. Bid Item No.5 – Traffic Control System, is eliminated in its entirety according to Section 9-1.06D, “Eliminated Items” of the Standard Specifications. The contractor incurred no costs for this bid item, so no payment is made for eliminating this bid item. Bid Item No.5 is eliminated, resulting in a decrease of $2,000. Bid Item No.12 – 6” Thick Reinforced Concrete Pad decreased by 33.33 percent, reflects the actual quantity placed in the field. The estimate quantity for this bid item (two blower pads for the El Porvenir site) was more than what was required per Plans. The Contractor did not request a pay adjustment for the quantity decreased more than 25 percent, as referenced in Section 9-1.06C “Decreases of More Than 25 percent,” of the Standard Specifications, therefore, no unit price adjustment was made. The total payable quantity was paid at the unit bid price and the bid quantity was decreased accordingly, resulting in a $616 decrease. Bid Item No.13 – Chain Link Fence decreased by 31.25 percent, reflects the actual quantity placed in the field. The Contractor did not request a pay adjustment for the quantity decreased more than 25 percent, as referenced in Section 9-1.06C “Decreases of More Than 25 percent,” of the Standard Specifications, therefore, no unit price adjustment was made. The total payable quantity was paid at LETTER OF TRANSMITTAL - C.C.O. NO. 01 SEPTEMBER 7, 2021 the unit bid price and the bid quantity was decreased accordingly, resulting in a $4,000 decrease. Bid Item No.14 - Supplemental Work, is eliminated in its entirety according to Section 9-1.06D, “Eliminated Items” of the Standard Specifications. The contractor incurred no costs for this bid item, so no payment is made for eliminating this bid item. Bid Item No.1 is eliminated, resulting in a decrease of $10,000. Bid Item No.18 – Traffic Control System, is eliminated in its entirety according to Section 9- 1.06D, “Eliminated Items” of the Standard Specifications. The contractor incurred no costs for this bid item, so no payment is made for eliminating this bid item. Bid Item No.5 is eliminated, resulting in a decrease of $700. Bid Item No.31 – CSA 32 Dewater Existing Aeration Pond, is eliminated in its entirety according to Section 9-1.06D, “Eliminated Items” of the Standard Specifications. The contractor incurred no costs for this bid item, so no payment is made for eliminating this bid item. Bid Item No.5 is eliminated, resulting in a decrease of $6,000. All other changes in the bid item quantities are minor and within the normal deviations for this type of construction. HOW: Adjusted items quantities at unit prices according to Section 9-1.06, “Changed Quantity Payment Adjustments,” of the Standard Specifications. COST: A $35,316.00 Decrease NET COST THIS CHANGE ORDER: A $76,960.23 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: 10- WORKING DAYS