title
PUBLIC WORKS - Interim Director Will Pike
end
Requested Action(s)
recommendation
a) CHANGE ORDER - Request approval and authorization for the Interim Director to issue Change Order No. 4 Supplement No. 1 to the Agreement with S.T. Rhoads Inc. (Road Agreement #2024-03) for the 99W & South Main Street Project, to increase Change Order 4 in an amount equal to $25,000
b) CHANGE ORDER - Request approval and authorization for the Interim Director to issue Change Order No. 15 to the Agreement with S.T. Rhoads Inc. (Road Agreement #2024-03) for the 99W & South Main Street Project, to modify guardrail installations at various locations throughout the project, in an amount equal to $3,213
c) CHANGE ORDER - Request approval and authorization for the Interim Director to issue Change Order No. 16 to the Agreement with S.T. Rhoads Inc. (Road Agreement #2024-03) for the 99W & South Main Street Project, to construct additional truck aprons at the roundabout approaches, in an amount equal to $71,493.44
d) CHANGE ORDER - Request approval and authorization for the Interim Director to issue Change Order No. 24 to the Agreement with S.T. Rhoads Inc. (Road Agreement #2024-03) for the 99W & South Main Street Project, to add signage in an amount equal to $7,095
body
Financial Impact:
$106,801.44 total
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 on 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). The remaining contingency balance, including these Change Orders, and anticipated Change Orders, is $382,875.48.
Background Information:
These changes are necessary to address various unforeseen field conditions and other contract changes that are beneficial to the project.
Change Order No. 4 Supplement No. 1 provides payment for potholing work that exceeds the amount originally estimated. The potholing is necessary to determine limits of the unsuitable subgrade conditions that exist in Highway 99W from the intersection of Sister Mary Columba Drive to the roundabout, and to provide for positive location of underground utilities. The method of payment for the work is extra work at force account.
Change Order No. 15 provides payment for changes to the planned guardrail installation at the Walmart Distribution Center main entrance that included replacement guardrail that had been incorrectly installed during the original construction of the entrance. The method of payment for the work is a combination of item adjustment, and extra work at force account.
Change Order No. 16 provides for the construction of additional truck aprons at the approaches to the roundabout to reduce the likelihood of oversize permit truck loads from striking the curbs and becoming immobilized while attempting to enter and exit the roundabout. The method of payment for the work is a combination of item adjustment, and extra work at force account.
Change Order No. 24 provides payment for signs shown on the plans that were not included in the tabulated quantities, additional signs requested by the Designer, and temporary signs requested by the Engineer. The method of payment for the work is item adjustment.