HomeMy WebLinkAbout20082441.tiff CHANGE ORDER NO.1
Bridge 13/54A Replacement
Project Description: Replacement of existing steel bridge on WCR 13 over the Big Thompson River. The
new bridge will be a reinforced concrete structure approximately 67' wide by 125' long. J.F. Sato has
nearly completed the design of the new bridge. Construction bidding is scheduled for October, 2008.
Owner: Weld County Public Works Department, 1111 H Street, Greeley, CO 80632
Consultant: J.F. Sato and Associates, 5898 South Rapp Street, Littleton, CO 80120
The following change is hereby made to the Contract Documents:
Contract Time Extension: The original Agreement for Professional Services (design) is extended 8
months for upcoming construction. The anticipated construction services completion date is May 1, 2009.
Change to Contract Scope: Unforeseen additional design services and shop drawings review construction
services shall be added to the Contract. A detailed description and cost breakdown of these services is
attached.
CHANGE TO CONTRACT PRICE:
Original Contract Amount $279,275.00
Change Order No.1 Costs $10,627.00
Revised Contract Amount $289,902.00
CHANGE TO CONTRACT TIME:
The Contract time will be increased by 243 calendar days.
RECOMMENDED: //
Owner Representative: '1`) P- Date: SEP 1 0 2008
William H.
Jerke, Chair
Engineer: CV _ Date: ``3 1 O`
APPROVALS:
Consultant: J.F. Sato and Associates
� I
By: r tr-_V ' (/aC h� Date: q /¢ / 08
Title: Y/G`V re 2e7er
ea aosS)
ogle/es 06,,/p-Ios &aM'-- 474/41/
PUBLIC WORKS DEPARTMENT
1111 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
WI ' PHONE (970) 356-4000, EXT. 3706
C. FAX: (970) 304-6497
COLORADO
August 8, 2008
Stan Kobayashi, P.E.
J.F. Sato and Associates
5898 South Rapp Street
Littleton,CO 80120
RE: RIVER BRIDGE 13/54A-REVIEW OF DRAFT CHANGE ORDER#1
Dear Mr. Kobayashi:
I have reviewed your draft document dated 7/29/08. It is unfortunate that the work required to complete the
bridge design is greater than you originally anticipated. It appears that the OPS funds($20,000)established for
unforeseen work items has now been used up with Pay Request#9, and you foresee additional funds being
required beyond that amount.
My belief is that some of the additional work described in your draft document is justified additional work,and
some of the work described is not beyond the original work scope described in your Agreement for
Professional Services dated 10/15/2007. In addition,we have recently decided to pursue other options for the
majority of the construction services needed for this project, in an effort to reduce the costs of these services.
Following is a brief review/determination related to your draft document.
Task 1.0--Turf Reinforced Mat
This work is not beyond the original work scope as described in Section 3.J. The proposed additional expenses
cannot be justified as a change order item.
Task 2.0—Wetland Finding Report
This work is not beyond the original work scope as described in Section 3.G.5. The proposed additional
expenses cannot be justified as a change order item.
Task 3.0—Preble's Meadow Jumping Mouse Vegetation Survey and Habitat Report
This additional work is beyond the original work scope. The proposed additional expenses of$4,215 may be
added as a change order item if the BOCC gives their approval.
Task 4.0—Additional Potholing
This additional work is beyond the original work scope. The proposed additional expenses of$2,454 may be
added as a change order item if the BOCC gives their approval.
Task 5.0- Additional R.O.W. Services
This additional work is beyond the original work scope. The proposed additional expense of$896 may be
added as a change order item if the BOCC gives their approval.
1
*it
COLORADO
Task 6.0—Construction Services
During the upcoming construction,Weld County wishes to utilize your staff that designed the bridge to review
shop drawings submitted by the General Contractor. The proposed expense of$3,062 may be added as a
change order item if the BOCC gives their approval.
Attached are two copies of Change Order#1 forms required to make the changes described above. I have also
attached your draft document as a reference. Please review this information and return the signed documents
to me for processing. This Change Order#1 will require approval from our BOCC.
Sincerely,
CYCilt,40 LciAg
Michael Bedell, P.E.
Senior Engineer
JFS '�
jI .VO ANI) -0694
''SC '115
CHANGE ORDER NO. 1 SCOPE OF SERVICES ",P7
WELD COUNTY BRIDGE 13/54A OVER THE BIG THOMPSON RIVER
July 29, 2008
During the course of the work, additional and unforeseen tasks were added to JFSA's scope of services.
The majority of the tasks were required either by CDOT or by Larimer County Flood Review Board. These
tasks were impossible to anticipate prior to the start of this projects. The breakdown of work is noted
below.
Task 1.0-Turf Reinforced Mat Design
The Larimer County Flood Review Board (LCFRB) as part of their approval requirements, is now requiring
that Weld County provide a road embankment erosion protection device due to the high overtopping of the
road during the 100-year flood event. A turf reinforced mat (TRM) was allowed as a road embankment
erosion protection device. The original road created a high overtopping of close to 2.3-feet. This bridge
project actually reduces that by 0.1-feet but since this is a bridge replacement project with Federal-aid
funds limited to the bridge work, the reduction of the overtopping is not possible under the current project.
LCFRB made the TRM a requirement for the approval of the project.
This task involves the design and detailing of the turf reinforced mat and incorporation of the specifications
into the bid documents.
Task 2.0—Wetland Finding Report
During the early scoping for this project, CDOT indicated that they would not require a Wetland Findings
Report. However, at the FIR review process, CDOT noted that they now are requiring the Wetland Finding
Report. This report combines the wetlands delineation and mitigation studies and adds a formalized CDOT
discussion with additional details to justify the wetlands findings of CDOT.
Task 3.0— Preble's Meadow Jumping Mouse Vegetation Survey and Habitat Report
During the FIR review process, the Army Corps of Engineers had verbally cleared the project for wetlands
since the impact was less than 0.10 acres. However, CDOT is now requiring a "zero" tolerance for
wetlands impact. Since this project has such a small impact, CDOT will allow any plantings for the mouse
habitat to be used in lieu of wetland mitigation. To do this CDOT requested that the site be surveyed for
vegetation and a USFWS habitat be provided for the Preble's meadow jumping mouse.
The vegetation survey will entail:
1. Lay out a transect line in potential Preble's meadow jumping mouse habitat in the project area on
the west side of Weld County Road 13 Bridge. The transect will stretch over both the north and
south banks of the surface water body. Three square meter cover plots (measuring shrubs and
herbaceous) will be placed randomly along this transect. Transect endpoint and meter square plots
will be marked using 4-foot steel stakes and flagging tape.
' 2. ,Measure shrub height within each of the meter square cover plots.
3. Photo documentation of each meter square plot.
4. Collect GPS data for the locatiorvof the transect endpoints and meter square cover plots.
5. Prepare a plant species list, ranked by cover dominance, for the meter square plots.
CO 1 Scope of Services - Page 1 of 3
JFS S
>\IL\\NI) \\\C, KR-
CHANGE ORDER NO. 1 SCOPE OF SERVICES
6. Prepare a report summarizing the habitat conditions associated with the area over which the
vegetation survey was conducted.
Assumptions
1. It is understood that the overall project area has been calculated to be approximately 5,650 square
feet divided in two parcels- north and south banks.
2. The project area is restricted by a 70-foot ROW from the centerline of the existing bridge.
3. Travel to and from the site will take no longer than 1 hour each way from Denver, CO.
4. J.F. Sato will prepare all maps for the work using GPS data collected by Western Ecological
Services.
Task 4.0—Additional Potholing
The original scope of work includes four potholes. During the discovery process and discussions with the
utilities, it became evident that more potholes would be needed and required by the utility companies. Part
of the additional potholes are necessary since the existing road will now be cut in two different locations in
order to keep the flood plain elevation from rising. A total of 7 additional potholes, the required surveying
for those potholes, and drafting work are required. Since the number of addition potholes requires a two
day effort instead of one day and requires traffic control, the costs incurred by the potholing company
increases substantially.
Task 5.0—Additional ROW Services
The addition of the ROW plans services to the JFSA contract was included in the OPS services portion of
the original contract. However, due to the recent development with the Coulson property, the land
designated for ROW acquisition is now being converted to a "donation" and will include the full length of the
property. A new legal description and exhibit and revisions to the R
ROW plans are now required.
Task 6.0—Construction Services
JFSA will provide construction administration and project management, including submittal review, and
continuous full-time field inspection for the project in accordance with CDOT certification requirements. All
work will conform to CDOT requirements for a Federal-Aid project.
Typical responsibilities will include:
1. Revisions to bid documents
2. Attend prebid conference
3. Assist with technical questions during the bidding period
4. Assist with bids evaluation
5. Attend preconstruction conference
6. Review shop drawings and submittals
7. Construction activities observations (assumes 150 calendar days at 46 hrs. ave. per week)
a. Maintain daily diaries
b. Document pay quantities
c. Coordinate with utilities
d. Maintain time counts
e. Receive and monitor contractor's schedule
CO 1 Scope of Services - Page 2 of 3
JF ' ,
J.L.',I O GVD A,•cc IAI I
CHANGE ORDER NO. 1 SCOPE OF SERVICES
f. Report discrepancies
g. Recommend corrective actions
8. Progress meetings
9. Process contractor pay estimates for submittal to county
10. Monitor DBE participation
11. Conduct OJT interviews
12. Compile material testing data
13. Technical assistances (limited to 40 hours)
The following services have been identified as construction tasks that will not be provided by r JFSA.
a. As-constructed survey. The County will perform the as-constructed survey and provide an as-built
survey of the bridge and roadway. The County will provide the survey of as-constructed conditions in
NAD83 coordinates (State Plane Colorado North Zone, Feet) and NAVD88 vertical datum for the LOMR
submittal. The County will provide an as-built survey of the new bridge and roadway. This will include
cross sections at 50' intervals, only within the area of roadway improvements. We anticipate this would
include the new bridge and approximately 750-feet north and 1300-feet south of the new bridge along
WCR 13.
b. Preparation of LOMR Package - After the proposed structure is constructed and a survey of as-built
conditions performed, material supporting a Letter of Map Revision (LOMR) will be prepared and
submitted to FEMA for approval by the County. The LOMR will incorporate a survey of as-constructed
conditions in NAD83 coordinates (State Plane Colorado North Zone, Feet) and NAVD88 vertical datum.
The completed LOMR package will include workmaps showing the inundation limits and Larimer County
flooding limits superimposed over aerial photography and topographic contours
CO I Scope of Services -Page 3 of 3
1
eE (3
7 22
51 F. znammR8'ap
s...,„ :_i
Ws a. m ��II I @11111111 iI"II'I" o �gac•" n
inot 1111011111:111111° IIIIIIIIIIIIIo x 0
t1 " "I' 0 0
o o
"i. 0 0
oo IIIIIIIIIIIIIo
; » 11110IIIIIIIIIIII o0
�' oo
o „a ry „
wr �3 $ "I' '1'1"1'11"10 0
z2 rco w o a o f „ „
1 3 :„E..14,'ail
11110 IIIIIIII�IIIo IllIllIllIllIo m„ _ „
•- < i-
...•. . zZ Y F wE » Fill twina 0 r „ „Eo h D " 11110 IllIliwi ..
14
z w u W
i rcr
z Ji
5 wV 6
Z w O G
2 z p NO G
m
O i O Ku �m ¢
0 Om „ ¢
N OZOWz F O a OZ I
Y
60 ODOO j ¢ o- wW-6 2 �ni „ U'„6 ¢ LL
p oNw u zg rAr4 ~°o o ¢o o_ > Woda.5Zawyw.'o <
Uw FQpN U aWWw000 UYK¢
„o¢ v at - of 3wo� w „rc"o3£ �uw`-'w�'a�Fw o 0
0 0<5 r NlaQ¢ m iJo ho _JoNwgwaza s_3Yu
x pwi¢ w big
„ u o zwu%?wylo o
Hu Hi! aioai rc oxu o5 ww-�o�iowwwrra��a a
6nrcrc k r K3 xo a;o cri tai � E000
9wa wv3m >w0W o wttp w0 wow" ozaur0pwuwu�uDIu o
u2WN t0 W 3 01 WOW ywi3oomwR�onin��
r oNo -o -
h n wq>o ow `os o -o=$ ws" rcwaw16yorc0000wrc,? W
owwo _j O Uw K as"u yCp y Fa uRUEuuFa6LL .—
owu p0U y-ourc Z 2 6
V 62 O 8
�3L R.._ ¢LCi= gE,L
z g
as
\ \( �, \ \ \e } . �, : « \: —e — § /
' -
\ I 1\ \,
� �in YA/ a } \ . ;
,
!! . .
§ ! `
- _ Ill
\ . .
` , , , .
) !{ "7' , --- , , .
uita
f)} \ _ , �, 0
, � \
— : - ` �'En
` ,
§ E :! , �� \
/}\ f \ ia- , , . ,
! , _. a a . : ,
33 a
( \ - . .
! (88, 1( / . . .
( Ilw \ "�\ ` . °
, _ _w ! {
la z
\ /
\_ - S :t`li - : ! \ )
`( \\ \\) \ _ ! §_\(§ � `T
!)i ,-
\( ()§(i - ` - r§>!! t '-
'- on §(!( z§!!! \ )!: O.2'012',,M). 18 °2- 2,W i \121,5 (
E-O2155 }!!) !!\!i : ))\ -_ -Wo'9'90°,,1:§ §
.j 00 �)j\/ ,( Z§!( ..;.,,.,.:\..._ .-
\\ 6 /\ \e« / /a /e ';,' —"~`
MEMORANDUM
TO: Clerk to the Board DATE: September 8, 2008
C.
COLORADO FROM: Wayne Howard, County Engineer/CIP, Public Works
SUBJECT: AGENDA ITEM
Change Order No. 1, design on replacement of existing steel bridge on WCR 13 over the Big
Thompson River with J. F. Sato in the amount of$10,627.
pc: Mike Bedell, Public works
M:TrancieAgenda Wayne Howard.doc
r..l
• Co •
n -,7-c
W
W
2008-2441
Hello