HomeMy WebLinkAbout10/17/2012 - STAFF REPORTS - 2.H. .y
0
V N
t t
♦ c e4 .
cq<�FoaN�P City Council Staff Report
Date: October 17, 2012 CONSENT CALENDAR
Subject: APPROVAL OF CONTRACT CHANGE ORDER NO.'S 7, 8, 9 & 10 FOR
THE BELARDO ROAD BRIDGE PROJET, CITY PROJECT 87-49
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
Approval of Contract Change Order No's 7, 8, 9 & 10completes the Belardo Road
Bridge Project final documentation.
RECOMMENDATION:
1) Approve Change Order No. 7 to Agreement No. 6129 with G&M Construction, in
an amount of $29,000 for a revised total contract amount of $2,467,205.73 for
the Belardo Road Bridge Project , City Project No. 87-49; and
2) Approve Change Order No. 8 to Agreement No. 6129 with G&M Construction, in
an amount of (-$58,874.30) for a revised total contract amount of $2,408,331.43
for the Belardo Road Bridge Project , City Project No. 87-49; and
3) Approve Change Order No. 9 to Agreement No. 6129 with G&M Construction, in
an amount of $26,530.31 for a revised total contract amount of$2,434,861.44 for
the Belardo Road Bridge Project , City Project No. 87-49; and
4) Approve Change Order No. 10 to Agreement No. 6129 with G&M Construction,
in an amount of$182,691.65 for a revised total contract amount of$2,617,553.09
for the Belardo Road Bridge Project , City Project No. 87-49; and
5) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
Change Order No. 7 provided for construction of the Heritage Trail bikeway & street
improvements across the frontage of the Canyons Development. This work was
conditioned on the developer and funds for the construction were provided to the City
ITEM NO. N _
City Council Staff Report
October 17, 2012 - Page 2
Belardo Road Bridge(City Project 87-49)
pursuant to an agreement with the developer and deposited into a special account for
this purpose. This work was not a part of the original Belardo project and is being added
by this change order. The Council approved of the conditions of this development JR
30454) when the tract was approved and staff directed G&M Construction to perform
the construction in August while they still had crews available. The Heritage Trail work
was paid for from the developer's deposit. The total change order amount was
estimated total $29,000 and will be paid on actual time and materials spent.
Change Order No. 8 provided for a replacement of slurry seal with hot mix paving for
the south portion of the project to the intersection with South Palm Canyon Drive. The
remainder were balancing change orders identifying the actual quantities of various bid
items placed. This resulted in a reduction in cost of $58,874.30. This included a
reduction based on time and materials in change order No. 7 above in the amount of
$4,644.70 from the initial $29,000 estimate.
Change Order No. 9 was necessary due to delay and additional costs incurred due to a
conflict with an SCE power pole, additional concrete rock slope protection and
additional truncated domes for a pedestrian ramp at Sunny Dunes. The total amount of
this change order is $26,530.31 of which $13,070.31 has been paid by the design
engineer due to an error in the plans regarding SCE power pole. The design had the
pole remaining in place which was found to not be possible.
Change Order No. 10 provided for final costs for various items of work as a result of
additional working days granted the contractor for a total amount of$182,691.65.
The total amount of change orders 7-10 is $179,437.68.The final cost of $2,617,553.09
is 17% above the initial award amount.
FISCAL IMPACT:
Sufficient funds will be available in accounts 160-4521-60188 - $13,070.31;160-4510-
50169 - $23,767.14; 261-4491-50297 — (-$16,378.76); 261-4491-50169 - $158,981.99.
002
City Council Staff Report
October 17, 2012- Page 3
Belardo Road Bridge (City Project 87-49)
SUBMITTED:
Prepared by:
C2i�
David J. Barakian
Director of Public Works/City Engineer
Approved by:
Thomas J. Wils , Asst. City Manager David H. Ready, ager
Attachments:
1. Contract Change Orders 7, 8, 9 & 10
003
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: G&M Construction Date: July 26, 2012
211 West Mesquite Avenue Project No: 87-49
Palm Springs, CA 92264 Project: Belardo Road Bridge Project
Tel: (760)322-6918
Fax: (760)778-6708 Change Order No: 7
Purchase Order 12-0332
Attn: George Marantz Account- PLHD 261-4491-50169
Account - IRR 261-4491-50297
Account- City 160-4510-50169
Agreement No: 6129
CHANGES IN WORK:
This change order provides for modifications to the western sidewalk of Belardo Road from Station 47+50 to
50+50. The changes include replacing the standard 5' sidewalk with the 12' wide Heritage Trail detail sidewalk
(detail included as attachment). This work includes but is not limited to removing the existing sidewalk, grading
and removal of landscaping, forming and pouring the Heritage Trail detail sidewalk, and repairing disturbed
landscaping.
CHANGES IN COST:
Extra Work at Force Account
For this work the Contractor shall be paid on a Time and Materials basis per section 9-1.3 "Extra Work" of the
Project Specifications and section 4-1.03D "Extra Work" of the Standard Specifications. Wage rates for labor
shall conform to the prevailing wage determination included in the Project Specifications. Rental equipment
rates shall conform to the latest State of California Labor Surcharge and Equipment Rental Rates publication.
All invoices for materials used shall be provided as back up for payment. All work shall be considered Non-
Participating.
The estimated net increase in construction cost resulting from this contract change order is $29,000.00.
CHANGES CONTRACT TIME:
By reason of this order, the time of completion will be adjusted as follows: 9 Working Days Extension.
SOURCE OF FUNDS:
Funds are available in the following account(s): $23,764.14 from 160-4510-50169 and $5,135.86 from 261-
4491-50297
REASONS FOR CHANGE:
In 2003, Trac Map 30454 was developed into the housing complex known as the Canyons. At the time of this
construction, the developer was conditioned by the City to perform street improvements along Belardo Road as
well as the installation of a 12' wide sidewalk/bike path known as the Heritage Trail. During coordination with
the City, the Developer entered into an agreement with the City that the Heritage Trail improvements north of
the Canyons driveway would be constructed by the Developer and the improvements south of the driveway
would be constructed by the City as part of the planned Belardo Road Bridge and Roadway Project. As part of
the conditions for the development, the developer agreed to pay the City $23,764.14 for the future installation
of the Heritage Trail south of the driveway along the frontage of the Canyons. This money was deposited into
an account at the City and was to be used to pay for this construction.
During the development of the PS&E of the Belardo Road Bridge and Roadway Project, the designer of the
project, Dokken Engineering, was not informed of this condition. Therefore, the Heritage Trail improvements
were never included in the plans for construction. Construction began and a portion of a 5' wide normal
sidewalk was constructed.
004
Contract Change Order No. 7
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 2 of 3
At that time, the manager for the Canyons informed the City that G&M Construction had begun the installation
of a normal 5' wide sidewalk in the location where the Heritage Trail was to be built. The City halted
construction on any further sidewalk in the area and determined that this sidewalk was to be constructed per
the Heritage Trail details.
The funding for the Heritage Trail improvements will be paid for from two accounts. $23,764.14 will be
allocated from account 160-4510-50169. These are the funds that were deposited into the City's accounts in
2003 by the developer of the Canyons. The remaining $5,235.86 will be allocated from the Non-Participating
Project Account 261-4491-50297.
This change order increases the total contract change value from the project accounts to 10%. This value
does not include the $23,764.14 from the developer of the Canyons.
005
Contract Change Order No. 7
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 3 of 3
SUMMARY OF COSTS:
Original Contract Amount: $2,221,366.06 Original Completion April 26, 2012
This Change Order: $ 29,000.00 Days Added for this —9—
Previous Change Order(s): $ 216,839.67 Previous Days Added: —17—
Revised Contract Amount: $2,467,205.73 Revised Completion June 4, 2012
I have received a copy of this Change Order and above A EED P ar cceptable to Contractor
Contractor AppfOVal: —S — 0-L,
Si atg
Date
kS64
inted Name and Title
Cit Approval: GG
Submitted By: n / b,
� 'R si ent Engineer Date
Approved By:
Director of Public Works/City Engineer Date
Approved By: AYI
i Manager
Attest By:
City Clerk Date
Distribution:
Original Conformed Copy: Conformed- File Copy:
Contractor (1) Engineering Pay File (1)
City Clerk (1) Resident Engineer (1)
Procurement (1)
Finance (1)
006
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: G&M Construction Date: August 28, 2012
211 West Mesquite Avenue Project No: 87-49
Palm Springs, CA 92264 Project: Belardo Road Bridge Project
Tel: (760)322-6918
Fax: (760)778-6708 Change Order No: 8
Purchase Order 12-0332
Attn: George Marantz Account- PLHD 261-4491-50169
Account- IRR 261-4491-50297
Agreement No: 6129
CHANGES IN WORK:
This change order provides for the replacement of the slurry seal with a 2" Cold Plane and Overlay on Sunny
Dunes from Station 16+75 to Palm Canyon Drive. This work requires 220 Tons of HMA (Type B) and 1,055
SY of Cold Plane Existing Asphalt Pavement. This work is considered "Non-Participating".
In addition, this change order provides for final contract quantity adjustments for the following contract items:
Item 12—Cold Plane Existing Asphalt Pavement
Item 24— HMA (Type B)
Item 25—Pavement Reinforcing Fabric
Item 50—Minor Concrete (Sidewalk)
Item 67—Temporary Fence (Type ESA) (Non-Participating)
Item 70 - Cold Plane Existing Asphalt Pavement(Non-Participating)
Item 74—Slurry Seal (Non-Participating)
Item 75— HMA (Type B) (Non-Participating)
CCO 6— Extra Work Non-Participating Canyons Sidewalk (Force Account)
CHANGES IN COST:
Reduction in Contract Item at Contract Price
Item 12, "Cold Plane Existing Asphalt Pavement", -374 SY @$7.20 = -$2,692.80 (-26.3%)
Item 24, "HMA (Type B)", -23 Ton @ $79.80 = -$1,835.40 (-1.0%)
Item 25, "Pavement Reinforcing Fabric", -1,420 SY @ $2.05 =-$2,911.00 (A00%)
Item 50, "Minor Concrete(Sidewalk)", -3045 SF @ $2.85 =-$8,678.25 (-9.7%)
Item 67, "Temporary Fence (Type ESA) (Non-Participating)", -130 LF @$1.50 = -$195.00 (-10.9%)
Item 70, "Cold Plane Existing Asphalt Pavement(Non-Participating)",-2,383 SY @$7.20=$17,157.60 (-61.91/o)
Item 74, "Slurry Seal (Non-Participating)", -15 Ton @ $399.77 =-$5,996.55(-22.1%)
Item 75, "HMA (Type B) (Non-Participating), -185 Ton @$79.80 =-$14,763.00 (-12.3%)
Reduction in Force Account Estimate for Final Payment
CCO 6, "Extra Work Non-Participating Canyons Sidewalk", Original Force Account Estimate = $29,000.00,
Authorized Force Account Expenditures = $24,355.30, Change in Estimate = -$4,644.70 (-16.0%)
The estimated net decrease in construction cost resulting from this contract change order is $58,87430.
CHANGES CONTRACT TIME:
There will be no adjustment in contract time by reason of this order
007
Contract Change Order No. 8
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 2 of 3
SOURCE OF FUNDS:
Funds are available in the following account(s): 261-4491-50169, 261-4491-50297
REASONS FOR CHANGE:
Prior to completing the slurry seal for the project, G&M Construction called a meeting with Dokken Engineering
(Jeff Burdick) and the City of Palm Spring (Michael Lytar) to discuss the condition of the pavement on Sunny
Dunes Road from Station 16+75 to the intersection of Palm Canyon Drive. At the meeting, G&M Construction
informed the City that the pavement along Sunny Dunes Road was not suitable for a slurry seal since the
pavement had extensive cracking. Discussions were held between G&M Construction, Dokken Engineering
and the City of Palm Springs and it was determined that the slung seal in this area would be replaced with a 2"
grind and overlay. Additionally, the entire AC pavement section in the center section of the road that showed
the most damage would be removed and replaced. This work requires an additional 220 Tons of HMA (Type
B) and 1,055 SY of Cold Plane Existing Asphalt Pavement which will be paid at contract unit prices. Due to
previous changes to the project, there was sufficient material in the contract which did not require a contract
unit adjustment.
Additionally, this change order provides for final adjustments to some of the contract quantities per actual field
measurements of material placed for the items of work completed to date. This Change order adjusts Items 12,
24, 25, 50, 67, 70, 74, 75, and COO 6 Force Account Estimate.
008
Contract Change Order No. 8
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 3 of 3
SUMMARY OF COSTS:
Original Contract Amount: $2,221,366.06 Original Completion April 26, 2012
This Change Order. $ (58,874,30) Days Added for this -0-
Previous Change Order(s): $ 245,839.67 Previous Days Added: -26-
Revised Contract Amount: $2,408,331103 Revised Completion June 4, 2012
1 have received a copy of this Change Order an AGREED PRICES are acceptable
_to^�Contractor
Contractor Approval: (7t o
Signature Date
Printed Name and Title
City Approval:
Submitted By:
esiden�t Engineer Date
��'L
Approved By: 7f
Director of Public Works/City Engineer Date
Approved By:
City Manager Date
Attest By:
Citv Clerk Date
Distribution:
Original Conformed Cop v: Conformed -File Cow:
Contractor (1) Engineering Pay File (1)
City Clerk (1) Resident Engineer (1)
Procurement (1)
Finance (1)
009
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: G&M Construction Date: August 28, 2012
211 West Mesquite Avenue Project No: 87-49
Palm Springs, CA 92264 Project: Belardo Road Bridge Project
Tel: (760)322-6918
Fax: (760)778-6708 Change Order No: 9
Purchase Order 12-0332
Attn: George Marantz Account- PLHD 261-4491-50169
Account- IRR 261-4491-50297
Agreement No: 6129
CHANGES IN WORK:
SCE Power Pole Delay
This change order provides for payment of delay and additional costs incurred due to a conflict with SCE
Power Pole#4131575E and the Northern Bridge and Northern Retaining Wall Abutments per Section 8-1.09 of
the Standard Specifications, 'Right of Way Delays".
Final Contract Item Adjustments
This change order provides for final contract quantity adjustments for the following contract items:
Item 46—Concreted Rock Slope Protection (1/2 Ton Method B)
CCO 4- Item 83(N)—Adjust Manhole to Grade (Non-Participating)
Additional Truncated Dome at Sunny Dunes
This change order provides for payment for the installation of an additional pedestrian ramp and truncated
dome at the intersection of Sunny Dunes and Belardo Road.
CHANGES IN COST:
Extra Work at Agreed Lump Sum
For the SCE Power Pole Delay, the contractor shall receive$13,070.31. This sum constitutes full and complete
compensation for furnishing all labor, material, equipment, tools, and incidentals including all markups and
delay costs by reason of this change.
Increase in Contract Item at Contract Price
Item 46, "Concreted Rods Slope Protection (1/2 Ton Method B)", 184 CY @ $65.00 =$11,960.00 (+25.7%)
CCO 4, Item 83(N), "Adjust Manhole to Grade(Non-Participating)", 1 EA @ $1,000.00= $1,000.00 (+50%)
New Contract Item at Agreed Price
Item 86, °Additional Truncated Dome", 1 EA @$600.00 = $500.00 (+100%)
The estimated net increase in construction cost resulting from this contract change order is$26,530.31.
CHANGES CONTRACT TIME:
By reason of this order, the time of completion will be adjusted as follows: 26 Working Days Extension.
SOURCE OF FUNDS:
Funds are available in the following account(s): 261-4491-50169 and 261-4491-50297&nc11b0-`j521"l001$4
010
Contract Change Order No. 9
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 2 of 3
REASONS FOR CHANGE:
SCE Power Pole Delay
Prior to construction, coordination between the City of Palm Springs, Dokken Engineering and SCE resulted in
the determination that SCE Power Pole # 4131575E could remain in place and was not in conflict with the
design. During bidding, a bidders question requested more information on how this pole was to remain in
place. At that time Dokken Engineering and SCE provided the response that SCE would temporarily support
the retaining wall during construction until backfill could be placed to a sufficient depth. This response was
included in Addendum#2.
During the excavations of the northern bridge abutment and northern retaining wall abutments, SCE was
contacted to come on site and support the pole during excavations. At that time, SCE made the determination
that the power pole could not be supported and the pole needed to be relocated. Meetings were held with
G&M Construction, SCE, the City of Palm Springs, and Dokken Engineering to determine how to continue.
After these discussions it was determined that the pole was to be relocated and G&M Construction was to work
around the conflict until the pole was relocated. This "work around" ultimately ended up delaying the
construction of the bridge. Additional costs were incurred by Buster Lawrence (the bridge subcontractor) and
the costs of these delays were determined per Section 8-1.09 of the Standard Specifications, "Right of Way
Delays".
Dokken Engineering has agreed to pay$13,070.31 to the City of Palm Springs as compensation for the error in
the design. These funds will be deposited into the project account and used to fund this CCO.
Final Contract Adjustments
Additionally, this change order provides for final adjustments to some of the contract quantities per actual field
measurements of material placed for the items of work completed to date. This Change order adjusts Items 46
and 83(N).
Additional Truncated Dome at Sunny Dunes
The City of Palm Springs contacted Dokken Engineering and G&M Construction and informed them that they
would like an additional pedestrian ramp installed on the west side of Belardo Road at Sunny Dunes. This
ramp will be used to transition bicycles from the Heritage Trail onto Belardo at Sunny Dunes. G&M Installed
this pedestrian ramp per the request and this provides payment for the additional work.
Oil
Contract Change Order No. 9
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 3 of 3
SUMMARY OF COSTS:
Original Contract Amount: $2,221,366.06 Original Completion April 26, 2012
This Change Order: $ 26,630.31 Days Added for this -26-
Previous Change Order(s): $ 186,965.07 Previous Days Added: -26-
Revised Contract Amount: $2,434,861.44 Revised Completion July 10, 2012
1 have received a copy of this Change Order a t abo a AGREED CES are acceptable
to Contractor
Contractor Approval:
ignature Date
inted Name and Title
City Approval: 1
Submitted By: 16=4ejzd�� 1 -0M
esldent Engineer Date
Approved By:
Director of Public Works/City Engineer Date
Approved By:
City Manager Date
Attest By:
Citv Clerk Date
Distribution:
Original Conformed Cop v: Conformed-File Coov:
Contractor (1) Engineering Pay File (1)
City Clerk (1) Resident Engineer (1)
Procurement (1)
Finance (1)
012
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: G&M Construction Date: September 21, 2012
211 West Mesquite Avenue Project No: 87-49
Palm Springs, CA 92264 Project: Belardo Road Bridge Project
Tel: (760)322-6918
Fax: (760)778-6708 Change Order No: 10
Purchase Order 12-0332
Attn: George Marantz Account- PLHD 261-4491-50169
Account- IRR 261-4491-50297
Agreement No: 6129
CHANGES IN WORK:
Increase in Contract Lump Sums due to Additional Working Days
This change order provides for the adjustment of the time sensitive contract lump sums. The time sensitive
contract lump sum items include:
Item 1 — Mobilization
Item 2—Traffic Control
Item 3—SWPPP
Item 4— Dust Control
Item 6— Bio Measures
The original contract allowed for 140 working days. Due to previous contract change orders, an additional 52
working days were added to the contract. Therefore, these items will be increased by 37% (52 WDs/140 WDs
= 37%)to account for additional work and costs incurred for the additional working days.
Final Contract Item Adjustments
This change order provides for final contract quantity adjustments for the following contract items:
Item 14—Rock Excavation
Item 21 — Imported Borrow
Item 22— Class 2 Aggregate Base
Item 55— Chain Link Fence (Type CL-6)
Item 75(N)—HMA (Type B)(Non-Participating)
Item 82(N)—Adjust Water Valve to Grade (Non-Participating)
Item 83(N)—Adjust Manhole to Grade (Non-Participating)
CCO 7— Canyons Sidewalk(Extra Work)
Extra Work—Sunny Dunes Curb and Gutter
This change order provides for payment for the removal and installation of additional curb and gutter at Sunny
Dunes Road. This provides payment for Extra Work Tickets 1, 2, 3, and 4 at 70% per agreed cost sharing.
Extra Work—Opening Ceremony
This change order provides payment for the boulder moving and placement for the plaque at the opening
ceremony and dedication for the Belardo Road Bridge
CHANGES IN COST:
Extra Work at Agreed Lump Sum
For the Sunny Dunes Curb and Gutter, the contractor shall receive $5,085.79. This sum constitutes full and
complete compensation for furnishing all labor, material, equipment, tools, and incidentals including all
markups and delay costs by reason of this change.
013
Contract Change Order No. 10
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 2 of 4
Extra Work at Agreed Lump Sum
For the Opening Ceremony, the contractor shall receive $1,460.03. This sum constitutes full and complete
compensation for furnishing all labor, material, equipment, tools, and incidentals including all markups and
delay costs by reason of this change.
Increase in Contract Lump Sum
Item 1, "Mobilization", $115,000.00 @ 37% _ $42,714.36
Item 2, "Traffic Control", $22,500.00 @ 37% _ $8,356.92
Item 3, " SWPPP", $15,000.00 @ 37% _ $5,571.28
Item 4, `Dust Control' $92,500.00 @ 37% _ $34,356.92
Item 6, "Bio Measures", $27,500.00 @ 37% _ $10,214.36
Increase in Contract Item at Contract Unit Price
Item 14, "Rock Excavation", 2,090 CY @ $8.00 = $16,720.00 (+137%)
Item 21, "Imported Borrow", 5,287 CY @ $8.80 = $46,525.60 (+67%)
Item 75(N), "HMA(Type B)(Non-Participating)", 62 Tons @ $79.80 = $4,947.6 (+7%)
Item 82(N), "Adjust Water Valve to Grade(Non-Participating)", 4 EA @ $1,000.00 = $4,000.00 (+22%)
Item 83(N), "Adjust Manhole to Grade (Non-Participating)", 2 EA @ $1,000.00 = $2,000.00 (+66%)
Decrease in Contract Item at Contract Price
Item 22, "Class 2 Aggregate Base", -60 CY @ $26.00 = -$1,560.00 (-2%)
Item 55, "Chain Link Fence (Type CL-6)", -13 LF @ $20.00 = -$260.00 (8%)
Increase in Force Account Estimate for Final Payment
CCO 7, "Extra Work Non-Participating Canyons Sidewalk', Amended Force Account Estimate per CCO8 =
$24,355.30, Authorized Force Account Expenditures = $26,914.11, Change in Estimate = $2,558.81 (+10%)
The estimated net increase in construction cost resulting from this contract change order is $184,591.80.
CHANGES CONTRACT TIME:
No adjustment in contract time.
SOURCE OF FUNDS:
Funds are available in the following account(s): 261-4491-50169 and 261-4491-50297
014
Contract Change Order No. 10
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 3 of 4
REASONS FOR CHANGE:
Increase in Contract Lump Sums due to Additional Working Days
The original contract allowed for 140 working days. Due to previous contract change orders, an additional 52
working days were added to the contract. Therefore, these items will be increased by 37% (52 WDs/140 WDs
= 37%) to account for additional work and costs incurred for the additional working days.
Final Contract Adjustments
Additionally, this change order provides for final adjustments to some of the contract quantities per actual field
measurements of material placed for the items of work completed to date. This Change order adjusts Items 14,
21, 22, 55, 75(N), 82(N), and 83(N).
This final contract adjustment included substantial changes to the total Rock Excavation and Import Borrow for
the project. This was due to two factors. First, the original contract assumed that a certain percentage of the
total roadway excavations were to be considered `Rock Excavation". This was based off of previous
geotechnical studies and field observations. This assumed percentage was low and additional rock was
encountered which resulted in additional rock excavation. Second, due to the additional rock excavations,
additional fill material was needed to replace the unsuitable rock excavations. This caused a substantial
increase in the required fill material.
Extra Work—Sunny Dunes Curb and Gutter
G&M Construction installed the curb tie-ins on the east side of Sunny Dunes Road per the elevations and limits
shown on the plans. Following the installation, the curb was water tested and it was determined that there was
a low spot that created ponding. A meeting was held with G&M Construction and it was determined that the
plans were incorrect and additional removals and installations were needed to fix the ponding. This provides
payment for the removals and additional installations. Since this was not brought to the attention of the
Inspector prior to pouring the curb and gutter, a portion of the cost will be born on the Contractor. The design
engineer is compensating the City for costs due to the design error.
Extra Work—Opening Ceremony
G&M Construction was asked by the City to prepare the site for an opening ceremony. This included installing
a large boulder on the southwest corner of the bridge for a plaque. This CCO provides payment for this work.
015
Contract Change Order No. 10
City Project#87-49, Belardo Road Bridge and Roadway Widening Project
Page 4 of 4
SUMMARY OF COSTS:
Original Contract Amount: $2,221,366.06 Original Completion April 26, 2012
This Change Order: $ 182,691.65 Days Added for this —0—
Previous Change Order(s): $ 213,495.38 Previous Days Added: —52--
Revised Contract Amount: $2,617,553.09 Revised Completion July 10, 2012
1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor
Contractor Approval:
Signature Date
Printed Name and Title
City Approval:
Submitted By:
Resident Engineer Date
Approved By:
Director of Public Works/City Engineer Date
Approved By:
City Manager Date
Attest By:
City Clerk Date
Distribution:
Original Conformed Copy: Conformed- File Copy:
Contractor (1) Engineering Pay File (1)
City Clerk (1) Resident Engineer (1)
Procurement (1)
Finance (1)
016