Loading...
HomeMy WebLinkAbout2005C CCO 05.pdfLETTER OF TRANSMITTAL - C.C.O. NO. 5 OCTOBER 21, 2021 TO: STEVEN E. WHITE, DIRECTOR LATON PEDESTRIAN AND DRAINAGE PUBLIC WORKS AND PLANNING IMPROVEMENTS FEDERAL PROJECT NO.: ATPL-5942(275) CONTRACT NO. 20-05-C ATTN: MANDEEP SEKHON INTERIM CONSTRUCTION ENGINEER FROM: JAMES DREWS, Resident Engineer STATUS OF FUNDS: Contract Items $ 2,295,015.05 Original Allotment $ 2,422,265.80 Dept. Furnished Materials $ 0.00 Supplemental. Allotment $ 0.00 Previous CCO's $ 47,021.26 Total Allotment $ 2,422,265.80 This CCO $ 97,324.15 Obligated Funds $ 2,439,360.46 Total Obligated Funds $ 2,439,360.46 Unobligated Balance $ -17,094.66 DIRECTOR'S LIMIT to sign change orders is: $ 127,250.75 PART I - DESCRIPTION: Increase/Decrease/Eliminate Items at Unit Prices: WHY: The bid quantities in the Bid Book are estimates only. This change order reflects the actual quantities used for the construction of the above referenced project. Item No. 8 – Portable Delineator decreased by 70.12 percent, reflecting the actual quantity of delineators used within the project site. The Contractor did not make a request for adjustment of the unit price; and the actual payable quantities were paid at the unit price, resulting in a decrease of $12,987. Item No. 9 – Temporary Pavement Marker decreased by 88.13 percent, reflecting the actual quantity of temporary markers used within the project site. The Contractor did not make a request for adjustment of the unit price; and the actual payable quantities were paid at the unit price, resulting in a decrease of $891. Item No. 15 – Temporary Drainage Inlet Protection decreased by 72.73 percent, reflecting the actual quantity of inlet protection used within the project site. The Contractor did not make a request for adjustment of the unit price; and the actual payable quantities were paid at the unit price, resulting in a decrease of $1,200. Item No. 29 – Hot Mix Asphalt (Type A) increased by 25.13 percent, reflecting the actual quantity of asphalt delivered and placed. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $187.18. Since the payment for the LETTER OF TRANSMITTAL - C.C.O. NO. 5 OCTOBER 21, 2021 quantity in excess of 125 percent resulted in less than $5,000, no adjustment to the unit price was made as per Section 9-1.06, “Changed Quantity Payment Adjustment,” of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of $35,246.68. Item No. 30 – Place Hot Mix Asphalt Dike (Type A) increased by 29.41 percent, reflecting the actual quantity of dike installed. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $157.50. Since the payment for the quantity in excess of 125 percent resulted in less than $ 5,000, no adjustment to the unit price was made as per Section 9-1.06, “Changed Quantity Payment Adjustment,” of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of $1,050. Item No. 31 – Place Hot Mix Asphalt (Miscellaneous Area) increased by 26.06 percent, reflecting the actual miscellaneous area placement. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $96.81. Since the payment for the quantity in excess of 125 percent resulted in less than $5,000, no adjustment to the unit price was made as per Section 9-1.06, “Changed Quantity Payment Adjustment,” of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of $2,385.81. Item No. 32 – Remove Asphalt Concrete Pavement (SQFT) increased by 77.13 percent, reflecting the actual area of pavement removed. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $2,383.75. Since the payment for the quantity in excess of 125 percent resulted in less than $5,000, no adjustment to the unit price was made as per Section 9-1.06, “Changed Quantity Payment Adjustment,” of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of $3,527.00. Item No. 54 – Adjust Frame and Cover to Grade increased by 200.00 percent, reflecting the actual number of frame and covers adjusted. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $2,625. Since the payment for the quantity in excess of 125 percent resulted in less than $5,000, no adjustment to the unit price was made as per Section 9-1.06, “Changed Quantity Payment Adjustment,” of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of $3,000. Item No. 58 – Minor Concrete (Driveway and Valley Gutter) increased by 35.34 percent, reflecting the actual concrete placed. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $8,025.36. Even though, the payment for the quantity in excess of 125 percent resulted in more than $5,000, no adjustment to the unit price was made since the unit bid price was considered reasonable. The increased quantity was paid at the unit price, resulting in an increase of $27,422.36. Item No. 63 – Replace 1.5” Water Service was eliminated in its entirety in accordance with Section 9-1.06D Eliminated Items of the Standard Specifications. The Contractor incurred no costs relating to this bid item, therefore, in accordance with the above referenced section, no compensation or partial compensation will be made to the Contractor for eliminating this bid item. Bid Item No.63 is being eliminated in its entirety at the full bid price, resulting in a decrease of $2,940. Item No. 75 – Import Fill was eliminated in its entirety in accordance with Section 9-1.06D, “Eliminated Items,” of the Standard Specifications. The Contractor incurred no costs relating to this bid item, therefore, in accordance with the above referenced section, no compensation LETTER OF TRANSMITTAL - C.C.O. NO. 5 OCTOBER 21, 2021 or partial compensation will be made to the Contractor for eliminating this bid item. Bid Item No.75 is being eliminated in its entirety at the full bid price, resulting in a decrease of $1,980. All other changes in the item quantities are minor and within the normal deviations for this type of construction. HOW: Item quantities were increased, decreased, or eliminated at unit prices per Section 9-1.06, “Changed Quantity Payment Adjustments,” of the Standard Specifications. COST: A $69,250.15 Increase PART II - DESCRIPTION: Place hydroseed on the disturbed slope areas of the Grant Canal and “A” Ditch Canal – extra work. WHY: The project Plans did not show to place hydroseed on the slopes of the canal banks. The Regional Water Quality Control Board required to place hydroseed on the disturbed slopes of the two canals referenced above in order to process the Notice of Termination for the Strom Water Pollution Prevention Plan (SWPPP). Therefore, it was necessary to perform this work as extra work. HOW: The Contractor is being directed to place hydroseed on the disturbed slopes of the canals banks as required by the project SWPPP. Compensation for this work will be made at an agreed lump sum price of $3,634, in accordance with Section 9-1.03, “Payment Scope,” of the Standard Specifications. Two working days will be added to the contract for this work. COST: A $3,634 Increase PART III DESCRIPTION: Install a fire hydrant extension – extra work. WHY: An existing fire hydrant (west side of Bliss Avenue, approximate Sta. 211+00) was noted on the Plans as “Protect in Place” remained in its original location, yet the elevation of the newly installed sidewalk around the fire hydrant was elevated from the original grade and would not allow the fire hydrant to function properly. Therefore, it was necessary to raise this fire hydrant as extra work, as required by the Laton Fire Department. LETTER OF TRANSMITTAL - C.C.O. NO. 5 OCTOBER 21, 2021 HOW: The Contractor was directed to install a flanged extension to raise the elevation of the fire hydrant. The Contractor will be compensated for the labor, equipment, material, and any other related costs associated with the installation of the fire hydrant extension. Compensation for this work will be made at an agreed lump sum price of $9,820, in accordance with Section 9-1.03, “Payment Scope,” of the Special Provisions. Two working days will be added to the contract for this work. COST: A $9,820 Increase PART IV DESCRIPTION: Remove seven R28(CA) “NO PARKING” signs and Install five R25(CA) “PARK OFF PAVEMENT” signs – extra work. WHY: The Contractor installed seven R28(CA) “NO PARKING” signs as shown on the Plans. During the final walkthrough, the Design Division determined that the R28(CA) signs were not appropriate for the field conditions. Therefore, the R28(CA) “NO PARKING” signs are to be removed and replaced with five new R25(CA) “PARK OFF PAVEMENT” signs as extra work. HOW: The Contractor is being directed to remove the previously installed seven R28(CA) “NO PARKING” signs and replace with five new R25(CA) “PARK OFF PAVEMENT” signs at the locations provided by the Design Division. The Contractor will be compensated for the labor, equipment, materials, and any other related costs associated with removal of the seven R28(CA) signs and installation of five new R25(CA) signs. Compensation for this work will be made at an agreed lump sum price of $3,500 ($700 x 5), in accordance with Section 9-1.03, “Payment Scope” of the Special Provisions. Two working days will be added to the contract for this work. COST: A $3,500 Increase PART V DESCRIPTION: Install 13 hot mix asphalt (HMA) transition ramps at the ends of the sidewalk areas – extra work. WHY: The new concrete improvements ended abruptly with a vertical drop-off at the end of new improvements. During the final walkthrough, it was determined that HMA tapered transitions should be installed at the ends of the concrete improvements. Therefore, it was necessary to perform this extra work. LETTER OF TRANSMITTAL - C.C.O. NO. 5 OCTOBER 21, 2021 HOW: The Contractor is being directed to install the HMA tapered transitions at the ends of the new concrete improvements as extra work. Compensation for this work will be made at an agreed lump sum price of $9,100 ($700 x 13), in accordance with Section 9-1.03, “Payment Scope,” of the Special Provisions. Three working days will be added to the contract for this work. COST: A $9,100 Increase PART VI DESCRIPTION: Install five Class I reflective edge markers on the northbound shoulder of Fowler Avenue, south of Grant Canal – extra work. WHY: During the final walkthrough for the project, it was determined that white reflective edge markers would help define the edge of the curved roadway in advance of the newly installed Grant Canal bridge extension improvements. This work was not included in the Plans; therefore, this work was considered as extra work. HOW: The Contractor is being directed to install five Class I reflective white edge markers spaced at 40 feet from the southeast corner of the Grant Canal bridge barrier facing the northbound traffic on Fowler Avenue. Compensation for this work will be made at an agreed lump sum price of $1,000 ($200 x 5), in accordance with Section 9-1.03, “Payment Scope,” of the Special Provisions. Two working days will be added to the contract for this work. COST: A $1,000 Increase PART VII DESCRIPTION: Paint hot mix asphalt dike – extra work. WHY: During the final walkthrough for the project, it was determined that the newly installed HMA dike should be painted with white reflective paint for increased visibility. This work is being performed as extra work. HOW: The Contractor is being directed to paint all newly installed HMA dike with white reflective paint. Compensation for this work will be made at an agreed lump sum price of $1,020 ($10 x 102 LF), in accordance with Section 9-1.03, “Payment Scope,” of the Special Provisions. One working day will be added to the contract for this work. LETTER OF TRANSMITTAL - C.C.O. NO. 5 OCTOBER 21, 2021 COST: A $1,020 Increase PART VIII DESCRIPTION: Grant a time extension. WHY: Grant 69 working days’ time extension to the allotted contract time for material supply delays related to the COVID-19 pandemic. HOW: A total of 69 working days are being added to the allotted contract time in accordance with Section 8-1.07B, “Time Adjustments,” of the Special Provisions. COST: $0.00 No Cost NET COST THIS CHANGE ORDER: $97,324.15 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: EIGHTY-ONE WORKING DAYS