Loading...
HomeMy WebLinkAboutPerma Green Hydroseeding - Christmas Hill Park Miscellaneous Improvements Project No. 03-CDD-100 - Change Order No. 21 '} (:/--:;; ..- (!Iitl! of ~ilrol! Planning Division Engineering Divison Building, Life & Environmental Safety Division Housing & Commwrity Development COMMUNITY DEVELOPMENT DEPARTMENT Norman.S. Allen, P.E., Director (408) 848-0440 (408) 848-Q4S0 (408) 848-0430 (408) 848-0290 FAX (408) 842-2409 FAX (408)842-2409 FAX (408)848-0429 FAX (408) 848-0429 CHANGE ORDER NO. 00021 To contract for: Christmas Hill Park Improvement Contractor: Perma-Green Hydroseedin2 Ine Contract Date: 8/18/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. All copies forwarded to Contractor for signature shall be returned to the City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned to him as his authority to proceed with the work. DESCRIPTION OF WORK: Provide all labor, equipment, surveys, and materials for installation of work specified in the Belinger & Foster plans and details dated 07/14/03, titled 'Uvas Creek Trail andSafer-To-School Route Between Uvas Park Drive and Santa Teresa Blvd. Bridge', sheets C-l through C-7 and sheets L-2 through L-6, and the applicable Christmas Hill Park Improvement Project Specifications titled 'Christmas Hill Park Miscellaneous Improvements Re-bid, Project No. 03-CDD-100. Because both state and federal funds are involved in this project, in order to avoid potential federal or state penalties, PGH must comply with both the state and federal wage requirements. If there is a difference between the minimum wage rates predetermined by the United states Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The City will not accept lower state wage rates not specifically included in the federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the federal wage determinations. Where federal wage determinations do not contain the state wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the federal minimum wage rate either of which most closely approximates the duties of the employees in question. 1 The Specifications shall be changed as follows: SECTION 00810 . Section 00810-1.0 CONTRACT ADMINISTRATION o Contract Administration will remain the same . Section 00810-2.0 TIME ALLOWED FOR COMPLETION o Revised Completion Date is: . Section 00810-3.0 DAMAGES FOR DELAYS 10/01/04 o Damages for delays will remain the same . Section 00810-4.0 WEATHER DELAYS o Weather Delays will remain the same Section 22, "Wage Rates" and paragraph No.1 of 4.11.1, "Prevailing Wage" of the project specifications is amended to the following: If there is a difference between the minimum wage rates predetermined by the United States Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The City will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. All work shall be in conformance with required permits. No work shall occur within 50 feet of an occupied swallows nest. The additional specified work will be done at the agreed to price of: Mobilization 1.0 LS $5,000.0 Demolition 1.0 LS $11,000.0 Construction staking 1.0 LS $3,000.0 Clearing, Grubbing 3.1 AC $7,750.0 Earthwork - cutlfill 1564.0 CY $26,588.0 New Rip Rap slope at new 30" Drain Line 180 TON $10,800.0 15" Storm Drain 85 LF $9,775.0 30" Storm Drain 74 LF $14,800.0 Field Inlet 3 EA $6,000.0 Manhole (less than 10' deep) 1 EA $3,000.0 Outfall Structure 1 EA $14,000.0 Cast in Place Retaining Wall wi Footing> 4' 474 SSF $66,360.0 2 Cast in Place Retaining Wall wI Footing < 4' AC Pavement; Bicycle trail (2.5" AC/6"AB) 2' WideTrail Shoulder Collapsible Bollards Signing and Striping Concrete Split Rail Fence seasonal gates Soil Preparation/Finish Grading Native Grass/Wildflower Hydroseed Riparian Restoration Irrigation - sleeves 132 SSF 11520 SF 250.0 T 2.0 EA 1 LS 510 LF 2 ea 12777 SF 7024 SF 5753 SF 1 LS TOTAL $ 271,641.80 $16,500.0 $29,952.0 $9,000.0 $200.0 $1,500.0 $20,400.0 $6,000.0 $2,555.4 $2,809.6 $3,451.8 $1,200.0 Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order By: Date: Revised Contract Price RECOMMENDED BY: A\~ 1ft y~ Construe' Manage 0/dC?) D-\ Date ACCEPTED BY: 7/21/01 D ;:: 2ff;Of D te 11~ 3 Originals to: CITY: CONTR: $1,556,117.00 $ 527,085.50 $2,083,202.50 $ 271,641.80 $2,354,844.50 (1) Originals ( 1) Original