File #: 17-511    Version: 1 Name:
Type: Agreement Status: Approved
File created: 5/24/2017 In control: BOARD OF SUPERVISORS
On agenda: 6/6/2017 Final action: 6/6/2017
Title: Consideration of Contract Change Order No. 1 for the Valley Fire Hazard Tree Mitigation Phase II Project
Sponsors: Public Services
Attachments: 1. CCO 1 package - Warner Enterprises signed
MEMORANDUM

TO: Board of Supervisors

FROM: Lars Ewing, Public Services Director

SUBJECT: Approval of Contract Change Order No. 1 for the Valley Fire Hazard Tree Mitigation Phase II Project

DATE: May 24, 2017

EXECUTIVE SUMMARY: Attached for the Board's review and approval is Contract Change Order (CCO) 1 for the subject project.

On September 20, 2016, the Board of Supervisors approved the contract with Warner Enterprises, Inc. for services to mitigate fire-damaged trees that present a hazard to the general public as a result of the Valley Fire. Execution of the contract and issuance of a notice to proceed to Warner was contingent upon receipt of a debris removal deadline extension from FEMA and a formal adjustment to the FEMA project worksheet for the associated debris removal monitoring work, contingencies that have both since been met.

Subsequent to the contingent award, FEMA rescinded the environmental approval that the County had previously secured for the project. FEMA's rescission was based on the pause in operations that occurred after May 2016 when AshBritt terminated their contract with the County. Specifically, FEMA determined that this pause created a distinctly separate phase of work for which the scope of work would not be covered under the original environmental clearance that was secured using emergency procedures. As a result of that determination FEMA has since been engaged in a new evaluation of the environmental project impacts. The County expects to receive environmental clearance from FEMA, through CalOES, by mid-June; in the meantime the project is and has been on hold since September 2016.

The unanticipated project delays have resulted in increased contract costs for each bid item for Warner to complete the project. The increased contract costs are the result of a number of factors including the need to contract for traffic control since the use of the resource conservation district crew originally proposed is no longer availabl...

Click here for full text