HomeMy WebLinkAboutInnovative Construction Consulting Services, LLC. - Eastside I-805 Community Greenbelt - CIP No. 22-09 - Change Order No. 9 - 2024 . • .
(k Innovative Construction Consulting Services, LLC
P.O. Box 6211
Norco CA 92860
Phone (951) 532-6483
Lic. # 671810
sgill@iccsinc.net
CHANGE ORDER MEMORANDUM
September 11,2024
To: Luca Zappiello
National City Engineering and Public Works Department
City of National City
From: Sean Gill
Project: Eastside 1-805 Community Greenbelt
CIP No.: 22-09
Subject: Change Order No.9
Change Order No.9 provides for:
The city has directed the contractor to upsize the existing P-2 sewer along the trail from 8"to 10"for a
length of approximately 600'.This added work has been authorized at the agreed price listed below.
This change order is not effective until approved by the City.
Payment for this change order will be at a lump sum price identified.
Supporting Information:
The sewer work was part of another project which was not going to be in this area until after the Eastside 1-805
project was completed.To mitigate/prevent damages to the new improvements, it was determined that
completing this work now would be the best course of action financially.
Time Adjustment:
Twenty-five(25)contract days were added to the contract time to coordinate the work.
Cost Adjustment:
The pay method and amount have been reviewed by ICCS and are considered fair and reasonable.The supporting
documentation is on file with the project records.
10/10/24
Pr ' t Manager Date
CALIFORNIA --e'-
NATION airy
INCORPORATto
Eastside I-805Community Greenbelt CHANGE ORDER NO.9
CIP NO.22-09 September 11,2024
Contractor: Dick Miller Inc.
The city directed the contractor to upsize the existing P-2 sewer along the trail from 8"to 10" and
reconstruct two 60" manholes as identified on the plans and specifications. This added work has been
authorized at the agreed price listed below.This Change Order modifies the Contractor's and the City's
obligations and rights under the above-mentioned contract. This change order is not effective until
approved by the City.
Time adjustment:
Twenty-five (25)working days have been added to the contract time to complete the additional work
Identified.
Cost of Change Order:
There is a cost increase to the original contract amount. $ 350,400.00
Recommended by Project Manager:Sean Gill Date:
er.: e............„41..",
By signing this Change Order, the Contractor confirms that he/she is completely familiar with and has fairly
negotiated its price, terms and conditions. If this Change Order is approved, Contractor will provide all of the
equipment, materials and labor necessary to provide a complete work as described above at that the price
stated herein. Contractor confirms that the price is fair and complete and represents all costs associated with
the work, including but not limited to all equipment, materials, labor, supervision, overhead, fees, bonds,
insurance, profit, etc. and that there will be no further compensation. All of the terms and conditions of the
original contract documents are incorporated herein. The signer for the Contractor confirms that he/she is
authorized to bind the Contractor to this Change Order.
Agreed and Accepted by Contractor: Eadas vita Date: 10/10/2024
(Dick Miller Inc.)
Approved by Project Coordinator: 0e 4 -1144 Date: 11/p7/2o24
Approved by Assistant Director of E&PW: ' ► Y 1��� ,� Date: 11-/ (2-4-
Approved by City Engineer: ,. Date: /t /7/2 cr
r w.
Approved by City Manager:(Required for change orders$25,000 and above) Date: 231 4r
• .
imir.rnow,....,...
DM1
r930 Boardwalk, Suite H,San Marcos, CA 92078
LIS,* > ill Phone 760-471-6842 FAX 760-471-6178
Contractor's State License No.380204,A,B,C•12-DVBE 1 SBE#53651/DIR 1000004547
GENERAL ENGINEERING CONTRACTOR DMI QUOTE NO. 24-0705
RFCO SEWER RECONSTRUCT
Proposal Submitted To: Phone: Fax: Date Submitted:
ICCS,LLC 951-532-6483 08106124
Street: Job Name: Date Work Performed:
PO BOX 6211 RFCO SEWER RECONSTRUCTION
City,State and Zip Code: Job Location
NORCO,CA.92860 4TH STREET NATIONAL CITY,CA.
Attention: Architect: Plan Sheets:
SEAN GILL E-Mail:
j Spec Section: NIA Addendas Noted: NIA
ESTIMATED UNIT UNIT
ITEM DESCRIPTION QUANTITIES MEASURE PRICE TOTAL
REVISED
1 MOBILIZATION 1.00 LS $22,100.00 $22,100.00
2 TRAFFIC CONTROL 4TH STREET 1.00 LS $4,500.00 $4,500.00
3 SURVEY 1.00 LS $5,850.00 $5,850.00
4 SEWER BYPASS 1.00 LS $19,150.00 $19,150.00
5 ASPHALT REPAIR ON 4TH STREET RESTORATION COMPLETE - NA
6 REMOVE EXISTING SEWER MANHOLE&REPLACE WITH 60"MANHOLE(UNLINED) 2.00 EA $28,900.00 $57,800.00
7 REMOVE EXISTING 8"VCP SEWER&REPLACE WITH 10"SDR 35 SEWER 598.00 LF $375.00 $224,250.00
8 SHORING 1.00 LS $16,750.00 $16,750.00
TOTAL AMOUNT OF PROPOSAL $350,400.00
GENERAL EXCLUSIONS:
1. BONDS&PERMITS,OR RELATED COSTS ABOVE ITEMS,COMPLETE,IN-PLACE,PER PLANS&SPECS
2. TESTING,LAB FEES,INSPECTIONS AND MIX DESIGN COSTS
8. REPAIR OR REPLACEMENT OF UNDOCUMENTED OR UNMARKED UNDERGROUND UTILITIES
9. CAPPING OF WELLS
10. NIGHT,WEEKEND,HOLIDAY OR OTHER OVERTIME WORK
12. ROCK EXCAVATION INCLUDING:BLASTING,BREAKING,RIPPING OR HANDLING OF MATERIALS THAT CANNOT BE
PRODUCTIVELY MOVED OR RIPPED WITH A JOHN DEERE 310 BACKHOE
14. DEWATERING,WATER DIVERSION OR PUMPING OF WATER
15. STORM WATER POLLUTION PREVENTION PLAN AND/OR IMPLEMENTATION OF SWPPP MEASURES
24-0705 RFCO SEWER RECONSTRUCT 1 of 2 8/6/2024 11:17 AM
16. COMPACTION OVER 90%
17. IMPORT OR EXPORT OF SUBGRADE MATERIAL
18. SELECT BACKFILL MATERIAL,OTHER THAN OUTLINED IN JOB SPECIFICATIONS
19. BUTTRESS AND/OR STABILITY FILLS
20. SPECIAL HANDLING OR DRYING OF MATERIAL
21. HANDLING OR EXPORTING OF OTHER TRADES'SPOILS
22. SPECIAL SUBGRADE STABILIZATION
24. HANDLING OR DISPOSING OF HAZARDOUS MATERIALS
27. WATERPROOFING
28. IRRIGATION SYSTEMS AND OR REPAIRS
29. LANDSCAPING OR SEEDING
31. TRASH CLEANUP OR REMOVAL FROM OTHER TRADES
32. DEBRIS BOXES
33. ANY OFFSETS TO CONTRACT BILLINGS FOR JOINT CHECKS MADE BETWEEN SUBCONTRACTORS AND/OR SUPPLIERS.
NOTES:
1. PRICES GOOD FOR WORK COMPLETED THROUGH 6/30/25.WORK COMPLETED AFTER 6/30/25 IS SUBJECT TO ADJUSTMENT FOR
INCREASED COSTS OF LABOR,EQUIPMENT,TRUCKING AND/OR MATERIAL.
2. ALL PRICING BASED ON NORMAL 8 HOUR SHIFTS,BETWEEN 7 AM AND 5 PM,MONDAY-FRIDAY.NO NIGHT,WEEKEND OR
HOLIDAY WORK.
3. PRICES ARE BASED ON ALL ITEMS OF WORK BEING PERFORMED.ANY DELETIONS OF SCOPE MAY RESULT IN PRICE ADJUSTMENTS.
4. IF A LETTER OF SUBROGATION IS REQUIRED,A 2%PREMIUM WILL BE ADDED TO THE TOTAL CONTRACT PRICE.
2. ALL PRICING BASED ON NORMAL 8 HOUR SHIFTS,BETWEEN 7 AM AND 5 PM,MONDAY-FRIDAY.NO NIGHT,WEEKEND OR
HOLIDAY WORK.
3. PRICES ARE BASED ON ALL ITEMS OF WORK BEING PERFORMED.ANY DELETIONS OF SCOPE MAY RESULT IN PRICE ADJUSTMENTS.
4. IF A LETTER OF SUBROGATION IS REQUIRED,A 2%PREMIUM WILL BE ADDED TO THE TOTAL CONTRACT PRICE.
5. IF PAYMENT&PERFORMANCE BONDS ARE REQUIRED,ADD AT 2%OF CONTRACT PRICE.
DMI IS A CERTIFIED DVBE I SDVOSB 1 SB I SLBE,NON-UNION COMPANY
1.Terms:Payment upon completion unless otherwise noted.
2.DMI will not be liable for delays due to fires,floods,accidents,strikes or any other cause beyond its control.
3.Buyer agrees to pay court costs and reasonable attomey's fees in the event of default,if this contract is turned over to an attorney for enforcement or
collection.All sums not paid when due shall thereafter bear interest at maximum interest allowed by law.
4.DMI will provide necessary Worker's Compensation,Public Liability and Property Damage Insurance.
5.This proposal shall be null and void if written acceptance and notice to proceed are not received within 30 days.
6.This proposal does not include engineering,inspection,permits or fees unless noted above.
7.Contractors are required by law to be licensed and regulated by the Contractors'State License Board,1020 N Street,Sacramento,CA 95814.
Acceptance of Proposal Submitted for DMI
Please sign and return one copy.This quotation constitutes the sole and only
agreement.Any agreements,negotiations,etc.,not set forth herein are of no
force or effect. BY: JOHN MARTINEZ
Date of Acceptance:
Signature:
24-0705 RFC()SEWER RECONSTRUCT 2 of 2 8/6/2024 11:17 AM