Loading...
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