Banner image

File #: 25-0194    Version: 1 Name:
Type: Regular Item Status: Adopted
File created: 2/5/2025 In control: Board of Supervisors
On agenda: 2/25/2025 Final action: 2/25/2025
Title: PUBLIC WORKS - Interim Public Works Director Will Pike
Attachments: 1. CCO #013, 2. CCO #019, 3. CCO #009S1

title

PUBLIC WORKS - Interim Public Works Director Will Pike

end

 

Requested Action(s)

recommendation

a)                     CHANGE ORDER - Request approval and authorization for the Interim Director to issue Change Order No. 9, Supplemental No. 1, to the Agreement with S.T. Rhoads Inc. (Road Agreement #2024-03) for the 99W & South Main Street Project, to excavate and dispose of additional unsuitable materials, in an amount equal to $40,000

 

b)                     CHANGE ORDER - Request approval and authorization for the Interim Director to issue Change Order No. 13 to the Agreement with S.T. Rhoads Inc. (Road Agreement #2024-03) for the 99W & South Main Street Project, to resolve an Initial Potential Claim for the contractor’s quality control material testing costs, in an amount equal to $250,000

 

c)                     CHANGE ORDER - Request approval and authorization for the Interim Director to issue Change Order No. 19 to the Agreement with S.T. Rhoads Inc. (Road Agreement #2024-03) for the 99W & South Main Street Project, to replace additional existing concrete sidewalk and gutter, in an amount equal to $8,160

body

 

Financial Impact:

The total financial impact is $298,160.

 

The Construction (CON) phase of this project is funded by a combination of Federal and State funds comprised of CMAQ, DEMO, SHOPP, STIP, HIP and RSTP.  There is no impact to the General Fund. This project contract is budgeted in Road Fund - Professional and Special Services #3011-53230. The Board awarded the contract for the 99W & South Main Street Project, Federal Project No. RRSTPL 5908(100), County Project No 2708181 to S.T. Rhoads Inc. as the low responsive bidder in the amount of $14,499,406.50 on March 26, 2024 (Road Agreement #2024-03). 

 

A 15% contingency, in the amount of $2,213,743.50 was budgeted to the construction contract to address Contract Change Orders and is reimbursable through the project funding. At that time, the Director of Public Works was authorized $210,000 in signature authority for the issuance of Change Orders to the contract, pursuant to Public Contract Code 20405(d)(3).

 

Approval of these Change Orders would leave a remaining contingency budget of $984,264.91.

 

Background Information:

Change Order No. 9, Supplement No. 1 provides payment to excavate and dispose of additional unsuitable material and backfill with material suitable for planned use, that was not anticipated in the original Change Order. No. 9.

 

Change Order No. 13 provides for payment of the contractor’s quality control material testing costs. The Contractor filed an Initial Potential Claim (IPC) for the reimbursement for all quality control material testing costs required by the contract. The County initially rejected the IPC. The IPC was presented to the project’s Dispute Resolution Board (DRB) and the DRB found the contractor’s claim to have merit.

 

Change Order No. 19 provides payment to replace additional existing concrete surfaces at confirm locations that are either deteriorated, or at incorrect elevations to maintain drainage in the gutter, and to satisfy ADA requirements for the sidewalk surface.

 

Attachment List:

 

CCO No. 9, Supplement 1

CCO No. 9, Supplement 1 Memorandum

 

CCO No. 13

CCO No. 13 Memorandum

 

CCO No. 19

CCO No. 19 Memorandum