File #: 21-359    Version: 1 Name:
Type: Action Item Status: Agenda Ready
File created: 4/23/2021 In control: BOARD OF SUPERVISORS
On agenda: 5/4/2021 Final action:
Title: Consideration of Change Order No.’s 4, 5, 6, & 7 FEMA FMAG Culvert Replacement No. 1 & No. 2 Project, Federal Project No.’s FMAG DR 5093-1-1R & FMAG DR 5112-1-1R, Bid No. 19-01, for an increase of $19, 528.66, and a revised contract amount of $667,369.93.
Sponsors: Public Works
Attachments: 1. CCO4, 2. CCO5, 3. CCO6, 4. CCO7

Memorandum

 

 

Date:                                          April 23, 2021                     

 

To:                                          The Honorable Bruno Sabatier, Chair, Lake County Board of Supervisors

 

From:                                          Scott De Leon, Public Works Director

                     

Subject:                     Consideration of Change Order No.’s 4, 5, 6, & 7 FEMA FMAG Culvert Replacement No. 1 & No. 2 Project, Federal Project No.’s FMAG DR 5093-1-1R & FMAG DR 5112-1-1R, Bid No. 19-01, for an increase of $19, 528.66, and a revised contract amount of $667,369.93.

 

Executive Summary: (include fiscal and staffing impact narrative):

 

Attached for the Board’s review and approval is Contract Change Orders (CCO) 4, 5, 6, & 7 for the subject project. 

 

Contract Change Order No. 4, Site 11 Maple Shadows Drive, addresses the need stabilize the edge of the existing roadway and protect an existing tree by concreting in the RSP energy dissipater. This work was performed by Extra Work at Force Account.

                     CCO No. 4 results in an increase to the contract of $1,066.79.

 

Contract Change Order No. 5, Site 117 Rose Anderson Road PM 0.54, addresses the need to redesign the inlet structure to avoid an existing water main. Existing contract item quantities were adjusted to fit the redesign.

                     CCO 5 results in a decrease to the contract of ($4,011.49).

 

Contract Change Order No. 6, Utility Conflict Resolution, addresses the need to install a sewer saddle to lower the existing sewer force main at (7) seven culvert replacement sites on Harbin Springs Road. The sewer force main was in conflict with the new culvert locations and needed to be moved out of the way. These costs are a non-participating portion of these FEMA projects. The cost will be the responsibility of the utility owner and/or Lake County Special Districts.

                     CCO No. 6 results in an increase to the contract of $28,749.00.

 

Contract Change Order No. 7, Balancing of Quantities, addresses the need to balance all contract items to reflect actual final in-place quantities. These costs are a non-participating portion of these FEMA projects. The cost will be the responsibility of the utility owner and/or Lake County Special Districts.

                     CCO 7 results in a decrease to the contract of ($6,275.64).

 

The net result of these (4) four Contract Change Orders in an increase of $19,528.66 to the contract amount of $647,841.27 for a revised contract amount of $667,369.93.

 

This project is funded 75% from the State’s CalOES funds and a 25% local match. Therefore, this project is 100% funded thru construction.

 

RECOMMENDATION

 

Staff recommends approval by the Board of Supervisors of CCO’s 4, 5, 6, & 7 and that the Board authorize the Chair to execute said CCO’s for an increase of $19,528.66 and a revised contract amount of $667,369.93

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                      

 

If not budgeted, fill in the blanks below only:

Estimated Cost: ________ Amount Budgeted: ________ Additional Requested: ________ Future Annual Cost: ________ 

 

Consistency with Vision 2028 and/or Fiscal Crisis Management Plan (check all that apply):                                           Not applicable

Well-being of Residents                                           Public Safety                                                                Infrastructure                                           Technology Upgrades

Economic Development                                           Disaster Recovery                                           County Workforce                      Revenue Generation

Community Collaboration                      Business Process Efficiency                      Clear Lake                                           Cost Savings                                          

If request for exemption from competitive bid in accordance with County Code Chapter 2 Sec. 2-38, fill in blanks below:

Which exemption is being requested?

How long has Agreement been in place? 

When was purchase last rebid?

Reason for request to waive bid?

 

Recommended Action:

 

Staff recommends approval by the Board of Supervisors of CCO’s 4, 5, 6, & 7 and that the Board authorize the Chair to execute said CCO’s for an increase of $19,528.66 and a revised contract amount of $667,369.93